You are on page 1of 575

BIDDING DOCUMENTS

For

Procurement of
Construction of
Mahindagama & Mahasenpura Integrated Water Supply
Scheme in Welikanda PS area
in
Polonnaruwa District
North Central Province

CONTRACT NO: SL-P116/NCP/WS/2020/07

Employer Chief Secretary, Provincial Council, North


Central Province
Country The Democratic Socialist Republic of Sri Lanka

Project Rural Infrastructure Development Project in


Emerging Regions
Loan No. SL-P116
Table of Content

Invitation for Bids IFB-1

PART 1 BIDDING PROCEDURES

Section I Instructions to Bidders ITB-1


Section II Bid Data Sheet (BDS) BDS-1
Section III Evaluation and Qualification Criteria EQC-1
Section IV Bidding Forms BF-1
Section V Eligible Source Countries of Japanese ODA Loans ESC-1

PART 2 WORKS REQUIREMENTS

Section VI Works Requirements WR-1

PART 3 CONDITIONS OF CONTRACT AND CONTRACT FORMS

Section VII General Conditions (GC) GC-1


Section VIII Particular Conditions (PC) PC-1
Section IX Contract Forms CF-1

Appendices

Appendix 1 - Proposed Environmental Management Plan (EMP)


Appendix 2 - Prequalified List of uPVC/HDPE/DI Suppliers of NWSDB
Appendix 3 - Environmental Clearance - Central Environmental Authority
Appendix 4 - Health and Safety Guidelines for Sri Lankan Construction Sites to be
adopted during COVID-19 outbreak
Appendix 5 - Details of Fixtures for Buildings
Appendix 6 - Adjustment for Changes in Cost
Appendix 7 - Drawings
Invitation for Bids

Date: xx.xx.2021
Loan Agreement No: SL P116
IFB No: SL-P116/NCP/WS/2020/07

1. The Democratic Socialist Republic of Sri Lanka has received a loan from Japan International
Cooperation Agency (JICA) towards the cost of the Rural Infrastructure Development Project in
Emerging Regions. It is intended that part of the proceeds of this loan will be applied to eligible
payments under the contract for construction of water supply, system as augmentation of selected
components of Mahindagama & Mahasenpura Integrated Sub-Project, which includes
construction of an intake at the Kasan tank, a conventional treatment plant including an Aerator,
Pre-Chlorination Chamber and Pressure Filters, Ferro Cement Ground reservoirs, Pump house,
Utility Building, Supply and Installation of VFD pumps for direct distribution system & raw water
extraction pumps at the intake, Package Chlorination system with all accessories, Supply and
Laying of DI & HDPE raw water main, HDPE distribution pipe network, Supply and Installation
of Valves, Culvert crossings, road crossing using horizontal drilling, and provision of house
connections

2. Bidding will be conducted through procedures in accordance with the applicable Guidelines
for Procurement under Japanese ODA Loans, and is open to all Bidders from eligible source
countries, as defined in the Loan Agreement.

3. The Chairman, Ministry Procurement Committee, State Ministry of Provincial councils and
Local Government Affairs on behalf of the Employer now invites sealed Bids from eligible
Bidders for construction and completion of water supply system Mahindagama & Mahasenpura
Integrated Sub-Project, which includes construction of an intake at the Kasan tank, a
conventional treatment plant including an Aerator, Pre-Chlorination Chamber and Pressure
Filters, Ferro Cement Ground reservoirs, Pump house, Utility Building, Supply and Installation
of VFD pumps for direct distribution system & raw water extraction pumps at the intake,
Package Chlorination system with all accessories, Supply and Laying of DI & HDPE raw water
main, HDPE distribution pipe network, Supply and Installation of Valves, Culvert crossings,
road crossing using horizontal drilling, and provision of house connections

4. Eligibility of Bidders shall be CIDA registration having grade C2 and or above in water supply
and sewerage category

Note I: To be considered for contract award, some eligibility criteria highlighted in Bid document are
tabulated below.
Package No SL-P116/NCP/WS/2020/07
Non-Refundable
LKR 80,000.00
Deposit
Bid Validity 175 days from the deadline for Bid submission.
Bid Security LKR 9.5 million (Valid up to 203 days from the deadline for Bid
submission.)
Eligibility 01. CIDA C1 and or above in water supply and sewerage
Criteria 02. A copy of the Business Registration in a Central or Provincial Business
Registration Authority of Sri Lanka
03. Form PCA 3 (Registered in Registrars of Contractors under common
contract Act No.3 of 1987 for this particular Bid)
Financial LKR 630 million minimum average annual construction turn over in
Situation previous 3 years with effect from 1st January 2019

Financial
LKR 170 million minimum amount of liquid assets or credit facility
Resources
Construction Satisfactorily completed at least following elements in the last 10 years
Experience
 Minimum one contract laying of HDPE or uPVC Pipes Contracts
in length of at least 25 km in each and
 Minimum one contract including structural civil Works, storage
elements, utility building works and conventional water treatment
elements including Aerators and presurre filters and associated
electro-mechanical works.

Date & Time of xx.xx. 2022 at ------am/pm at Project Implementation office, Anuradhapura.
Pre -bid Meeting A site visit will be organized soon after the Pre-bid Meeting
& Site Visit
Venue of Secretariat of the Chief Secretary, North Central Province,
Pre -bid Meeting North Central Provincial Council Complex,
Harischandra Mawatha,
Anuradhapura, Sri Lanka

Note II: CIDA registration requirement as JV, please refer clause no 2.1.4 of Eligibility and
Qualification Criteria

5. Interested eligible Bidders may obtain further information from and inspect the Bidding
Documents at the Office of the Project Management Unit, Rural Infrastructure Development
Project in Emerging Regions (RIDEP), No. 157A, Kynsey Road, Colombo 08. T.P. 011-
2667748, Fax: 011-2667768
Or at the office of Provincial Project Director (North Central Province -RIDEP) Project
Implementation Unit, No. 3063, Stage 3, Pubudu Mawatha, Dahaiyagama, Anuradhapura. T.P.
025 2222875, Fax: 025 2222875, Email: ridep.piuncp@gmail.com

6. A complete set of Bidding Documents may be purchased by interested Bidders on the submission
of a written application to the addresses above and upon payment of a non-refundable fee of Sri
Lankan Rupees Eighty Thousand (LKR 80,000.00). Method of payment should be by cash.
The bids shall be purchased from xx.xx.2022 to xx.xx.2022 from the above mention address
during normal working days from 9. 00 am to 3.30 pm.
After the payment, interested bidder(s) may request for the PDF version of the document.

7. The provisions in the Instructions to Bidders and in the General Conditions of Contract are the
provisions of the Standard Bidding Documents under Japanese ODA Loans for the Procurement
of Small Works.

8. Sealed original and duplicate bids should be in separate envelops and marked “Bids for
Package no SL-P116/NCP/WS/2020/07” on the top left hand corner, and sent by the registered
post to the “ Chairman, Ministry Procurement Committee, Finance Division, State Ministry
of Provincial Councils and Local Government Affairs, No 330, Union Place, Colombo 02”
or may be deposited in the Tender Box available at the above location on or before 2.00 p.m. on
xx.xx.2022 and bids must be accompanied by a bid security of Sri Lankan Rupees Nine Million
& Five Hundred Thousand (LKR 9,500,000.00).

The form of bid security shall be an unconditional on demand bank guarantee issued by a
registered and authorized commercial bank in Sri Lanka by the Central Bank of Sri Lanka. No any
other forms of bid securities are accepted.

9. Bids will be opened in the presence of Bidders’ representatives who choose to attend directly soon
after bid closing at the Finance Division, State Ministry of Provincial Councils and Local
Government Affairs, No. 330, Union Place Colombo – 02.

Chairman,
Ministry Procurement Committee,
State Ministry of Provincial Councils and Local Government Affairs,
No. 330, Union Place,
Colombo - 02
Sri Lanka.

Tel- 011-2399735
Fax: 011-2329725
Email : secretary@pclg.gov.lk

Date: xx.xx.2022
PART 1

BIDDING PROCEDURES
Section I

Instructions to Bidders
Section I-Instructions to Bidders ITB-22

Section I. Instructions to Bidders

The Instructions to Bidders governing this bidding process are the “Instructions to Bidders”
included in Section I, of the Standard Bidding Documents for Procurement of Small Works
(version 1.1), published by JICA in April, 2013. Those Instructions to Bidders are available on
the JICA’s web site shown below:

http://www.jica.go.jp/english/our_work/types_of_assistance/oda_loans/oda_op_info/guide/tender/index.html

A copy of these Instructions to Bidders is not attached to these Bidding Documents.


Section II

Bid Data Sheet


Section II - Bid Data Sheet BDS-1

A. General

ITB 1.1 The number of the Invitation for Bids is: SL-P116/NCP/WS/2020/07

ITB 1.1 The Employer is the Chief Secretary of the North Central Provincial Council.

ITB 1.1 The name, identification and number of the Contract comprising
Construction of Water Supply System for augmentation of selected
components Mahindagama & Mahasenpura Integrated Water supply scheme
in Welikanda PS area, Polonnaruwa District, North Central Province.
SL-P116/NCP/WS/2020/07

ITB 2.1 The Borrower is The Government of the Democratic Socialist Republic of
Sri Lanka (GOSL)

ITB 2.1 The number of the Loan Agreement is SL –P116


The amount of a Japanese ODA Loan is 12,957 Million yen
The signed date of the Loan Agreement is 07 July 2017

ITB 2.1 The name of the Project is JICA Funded Rural Infrastructure Development
Project in Emerging Regions (RIDEP)

ITB 2.2 The applicable Guidelines for Procurement under Japanese ODA Loans are
those published in April 2013

ITB 3.1(c) A list of debarred firms and individuals is available at the World Bank’s
website: www.worldbank.org/debarr

B. Bidding Documents

ITB 7.1 For clarification purposes only, the Employer’s address is

Attention: The National Project Director RIDEP


Street Address: No 157 A, Kynsey Road
City: Colombo 08
Country: Sri Lanka
Telephone: +94 112 667748
Facsimile number: +94 112 667768
Electronic mail address: ridep@pclg.gov.lk

ITB 7.1 Responses to any request for clarification, if any, will not be published on
the Employer’s web page.

ITB 7.4 A Pre-bid meeting will take place at the following date, time and place:
Date: xx.xx.2021
Time:
Section II - Bid Data Sheet BDS-2

Place:
A site visit conducted by the Employer will be organized on following date,
time and place
Date:
Time:
Place:

ITB 8.2 Addenda, if any, will not be published on the Employer’s web page.

C. Preparation of Bids

ITB 10.1 The language of the Bid is English.

ITB 11.1 (i) The Bidder shall submit with its Bid the following additional documents:
For Single entity;
I. A Copy of the Certificate of valid Registration with the Construction
Industry Development Association (CIDA).
II. A copy of the Business Registration in a Central or Provincial Business
Registration Authority of Sri Lanka
III. A copy of the online registration certificate obtained from the registrar
of the companies Sri Lanka through www.drc.gov.lk . For this purpose,
bidder shall attach a computer print out to prove the bidder has
registered in Registrars of Contractors under common contract Act
No.3 of 1987 for this particular Bid.
For JV Partners;
I. All Partners shall submit valid copies of their required CIDA
registrations
II. All Partners shall submit a copy of the Business Registration in a
Central or Provincial Business Registration Authority of Sri Lanka
III. All Partners shall submit a copy of the online registration certificate
obtained from the registrar of the companies Sri Lanka through
www.drc.gov.lk . For this purpose, bidder shall attach a computer print
out to prove the bidder has registered in Registrars of Contractors under
common contract Act No.3 of 1987 for this particular Bid.

ITB 13.2 Alternative times for completion will not be permitted.

ITB 14.5 The price fluctuation for the civil works and the pipe supply ( excluding
fittings) quoted by the bidder shall be subjected to adjustments during the
performance of the contract. CIDA-SBD 2 may be applicable for the
calculation of price adjustments.

ITB 14.7 The bidder is responsible to pay all taxes & duties as per the laws of the
country and no exemptions are applicable.
Section II - Bid Data Sheet BDS-3

ITB 15.1 The currency of the Bid shall be in LKR. No any other currencies will be
accepted for payment purpose.

ITB 18.1 The Bid validity period shall be 175 days from the deadline for Bid
submission.

ITB 19.1 The amount and currency of the Bid Security shall be LKR Nine Million
and Five Hundred Thousand and valid up to 203 days from the deadline
for Bid submission. The form of Bid Security shall be an unconditional
guarantee issued by a commercial bank registered in Central Bank of Sri
Lanka

ITB 19.2 The Bid security shall be an unconditional on demand bank guarantee issued
by a registered & authorized commercial bank in Sri Lanka by the Central
Bank of Sri Lanka. No any other forms of bid securities are accepted

ITB 20.1 In addition to the original of the Bid, the number of copies is one
Duplicate to be submitted in a separate envelop.

ITB 20.2 The written confirmation of authorization to sign on behalf of the Bidder
shall consist of Power of Attorney as follows;
(a) Single Entity

Authorization shall be given through a Power of Attorney issued


from the respective company by authorizing the signatory.

(b) Joint Venture

Authorization shall be given through a Power of Attorneys issued


from the respective companies by authorizing the signatories for all
members who sign the bid document.

If only the lead member signs the bid document, the Power of Attorneys shall
be issued from the respective company for the signatory of the authorized
member. Other members shall submit a power of attorneys by authorizing
the lead member to sign on behalf of them shall be attached

If the company is a single person owned entity, proof document shall be


attached with the bid
Section II - Bid Data Sheet BDS-4

D. Submission and Opening of Bids


ITB 22.1 For Bid submission purposes only, the Employer’s address is

Attention : Chairman of Ministry Procurement Committee


Street Address: Finance Division of State Ministry of Provincial Councils
and Local Government Affairs, No. 330, Union Place,
Colombo 02
City : Colombo
Country : Sri Lanka
Tel : 011-2399735
Fax : 011-2329725
Email : secretary@pclg.gov.lk
The deadline for Bid submission is:
Date: xx.xx.2021
Time: 02.00 p.m.
ITB 25.1 The Bid opening shall take place directly after bid closing at:
Street Address: Finance Division of State Ministry of Provincial Councils
and Local Government Affairs, No. 330, Union Place,
Colombo 02
City : Colombo
Country : Sri Lanka
Tel : 011-2399735
Fax : 011-2329725
Email : secretary@pclg.gov.lk

E. Evaluation and Comparison of Bids


ITB 34.1 The currency of the Bid is: Sri Lankan Rupees (LKR)
Section III

Evaluation and Qualification Criteria


Section III. Evaluation and Qualification Criteria EQC-1

1. Evaluation

1.1 Evaluation of Technical Bids

1.1.1 Assessment of adequacy of Technical Proposal with Requirements

[Evaluation of the Bidder’s Technical Proposal will include an assessment of the Bidder’s
technical capacity to mobilize key equipment and personnel for the contract consistent with its
proposal regarding work methods, scheduling, and material sourcing in sufficient detail and
fully in accordance with the requirements stipulated in Section VI, Works Requirements.]

1.1.2 Personnel

The Bidder must demonstrate that he has the personnel for the key positions for all Full time &
Intermittent positions that meet the following requirements.
.

Total Work Experience in


No of
No. Designation Basis Experience Similar Works
Positions
(years) (years)
1 Project Full Time 01 *see Table *see Table
Manager below for below for
basic experience
qualification
2 Site Engineer Full Time 02 *see Table see Table below
below for for experience
basic
qualification
3 Mechanical & Part time 01 *see Table see Table below
Electrical below for for experience
Engineer basic
qualification

4 Quantity Full Time 01 *see Table see Table below


Surveyor below for for experience
basic
qualification
5 Technical Full Time 04 *see Table see Table below
Officer- Civil below for for experience
basic
qualification
6 Technical Part time 01 *see Table see Table below
Officer- M&E below for for experience
basic
qualification
Section III. Evaluation and Qualification Criteria EQC-2

Total Work Experience in


No of
No. Designation Basis Experience Similar Works
Positions
(years) (years)
7 Safety, Health Full Time 01 *see Table *see Table
and below for below for basic
Environmental basic qualification
Officer qualification

8 Stores Keeper Full Time 01 4 2

Note: Basic qualification required for the above posts as follows,

Position *Basic Qualification & Experience

Project Manager cum B.Sc. in Civil Engineering or equvilent with 10 years of total
QA/QC Engineer experience and out of which minimum of 5 years in the water
supply execution preferably having both design and
construction experience

Site Engineer B.Sc./NVQ level 7 in Civil Engineering with 07 years of total


experience out of which 3 years in water supply
or
NVQ level 6 in Civil Engineering with 10 years of total
experience and out of which minimum 07 years in the field of
water supply
Mechanical & Electrical B.Sc./NVQ level 7 in Mechanical/Electrical Engineering with
Engineer 8 years of total experience and out of which minimum of 4
years in the field water supply design and installations
or
NVQ level 6 in Mechanical/Electrical Engineering with 10
years of total experience and out of which minimum 5 years in
the field of water supply design and installations
Quantity Surveyor NVQ level 5 in Quantity Surveying or equivalent with 03 years
of work experience in water supply.
Technical Officer-Civil NVQ level 4 or equivalent with 5 years of total experience and
out of which 3 years in the field of water supply
Technical Officer-M&E NVQ level 4 or equivalent with 5 years of total experience and
out of which 3 years in the field of water supply
Safety, Health and B.Sc. (Environmental Science/Agriculture/ Biology/ any other
Environmental Officer relevant discipline) having minimum 02 years of experience in
similar assignments
Or
Passed G.C.E Advanced Level in Science stream with
minimum 7 years of work experience in the relevant field and
a certificate for accredited occupational health and safety
course.
Or
Certificate with experience on relevant fields
Section III. Evaluation and Qualification Criteria EQC-3

With 10 years of total experience out of which 4 years in


similar works

The Bidder shall provide details of the proposed personnel and their experience records
in Form PER-1 and Form PER 2 in Section IV, Bidding Forms.

1.1.3 Equipment

The Bidder must demonstrate that it has the key equipment listed hereafter:
Minimum Number
No. Equipment Type and Characteristics
Required
1 Excavator (.35 m3) 1
2 Concrete Mixer (.5m3) 2
3 Backhoe Loader (.25 m3) 3
4 Tractor with trailer (0.75 cube) 2
5 Water Bowser – Truck mounted 1
6 Water Bowser – Tractor trailer mounted 1
7 Plate Compactor (Mechanical) (90 kg) 2
8 Concrete Poker Vibrator 4
9 Soil Compactor – Vibrating Roller (02T) 2
10 Generator (10 kvA) 3
11 Equipment related to the Soil Compaction Test (Set) 2
12 Equipment for Concrete Slump Test 2
13 Pressure Pump & other related instrument for Pressure Test 2
14 Moulds for Concrete Test Cubes 12
15 Instrument for topographical & level Survey 2
16 Length measuring wheels 2
17 Asphalt Cutter 1
18 Concrete Cutter 1
19 Tractor Bowser with water spraying facility 2
20 Jack Hammer for breaking rock 2
21 Hydraulic Hammer suit to couple with excavator for rock 2
breaking
22 Tamping Wacker 2
23 JCB mounted rock breaker 1
24 Machinery transport vehicle (Occasionally as per the 1
requirement)
25 Tipper Truck (3.5 cum) 2
26 Different yield range pumps for dewatering (set) 2
27 Mobile Crane (Occasionally as per the requirement) 1

The Bidder shall provide further details of proposed items of equipment using Form
EQU in Section IV, Bidding Forms.
Section III. Evaluation and Qualification Criteria EQC-4

1.2 Evaluation of Price Bids

In addition to the criteria listed in ITB 36.2 (a) – (c) the following criteria shall apply

1.2.1 Quantifiable Nonmaterial Nonconformities and Omissions


The evaluated cost of quantifiable nonconformities is determined as follows:
Pursuant to ITB 32.3 and ITB 36.2 (d), the cost of all quantifiable nonmaterial
nonconformities or omissions shall be evaluated. 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, except for the omissions stated in ITB
14.2 which shall be treated in accordance with said clause.

1.2.2 Award Criteria for Multiple Contracts (ITB 36.4)

Bidders have the option to bid for any one or more packages. But only Two (02) contract
packages under RIDEP shall be considered for awarding per bidder by the employer. If
any bidder has already been awarded two contact packages of RIDEP, then the third
package shall be awarded under the following conditions;

a. The physical progress of any one of the already awarded package is more than
80% at the date of submission of the bids

b. The bidder is not a Lead Partner of a Joint Venture in previously awarded


contracts.

c. The slippage of the physical progress percentage of any already awarded


package shall not exceed 25% at the time of submission of the bids

Note; if the Procurement committee determines that the potential bidder has shown
higher responsiveness with sound financial capacity, the requirements stipulated
under(a), (b) & (c) may be relaxed.

If any bidder becomes the lowest evaluated substantially responsive bidder for more
than one bid, then the awarding shall be determined by considering the maximum
economic benefits to the employer and bidder’s financial capacity to implement all
Contracts together at the evaluation.

1.3 Alternative Completion Times, if permitted under ITB 13.2, will be evaluated as follows:
NOT APPLICABLE

…………………………………………………………………………………………

………………………………………………………………………............................

1.4 Alternative Technical Solutions for Specified Parts, if permitted under ITB 13.4, will be
evaluated as follows: NOT APPLICABLE

…………………………………………………………………………………………

………………………………………………………………………............................
Section III. Evaluation and Qualification Criteria EQC-5

2. Qualification
(i) Exchange Rate for Qualification Criteria
The exchange rate conversion to LKR shall be taken as the buying rate published by the Central Bank of Sri Lanka, 28 days before the
Bid submission deadline.
(ii) Qualification Criteria for Multiple Contracts: Deleted.

Eligibility and Qualification Criteria Compliance Requirements Documentation


Joint Venture
Single (Existing or intended)
No. Factor Requirement Submission Requirements
Entity All Parties Each One
Combined Member Member
2.1. Eligibility
2.1.1 Nationality Nationality in Must meet N/A Must meet N/A Forms ELI – 1 and 2, with
accordance with ITB requirement requirement attachments
4.3
2.1.2 Conflict of No conflicts of Must meet N/A Must meet N/A Letter of Bid
Interest interest in ITB 4.2 requirement requirement
2.1.3 JICA / GOSL Not having been Must meet N/A Must meet N/A Letter of Bid
Ineligibility declared ineligible by requirement requirement Form ACK and a copy of
JICA, as described in registration book from CIDA
ITB 4.4 and ITB 4.1
of CIDA, SBD 1.0

2.1.4 GOSL/CIDA level C1 and or Must meet N/A Must meet Must meet CIDA registration certificate,
Registration above (Water Supply requirement minimum minimum Copy of Business Registration
& Sewerage) level C2 requirement and form PCA 3

Note: Maximum of two JV partners (including lead member) shall be allowed


Section III. Evaluation and Qualification Criteria EQC-6

Eligibility and Qualification Criteria Compliance Requirements Documentation


Joint Venture
(existing or intended) Submission
No. Factor Requirement Single Entity
All Parties Requirements
Each Member One Member
Combined
2.2. Historical Contract Non-Performance
2.2.1 History of Non- Must meet N/A Must meet N/A Form CON
Non- performance of requirement (ii) requirement (ii)
Performing a contract did
Contracts not occur as a
result of
contractor’s
default since 1st
January 2020
2.2.2 Pending All pending Must meet N/A Must meet N/A Form CON
Litigation litigation shall requirement (ii) requirement (ii)
in total not
represent more
than 60 % of
the Bidder’s net
worth and shall
be treated as
resolved
against the
Bidder.
2.2.3 Litigation No consistent Must meet N/A Must meet N/A Form CON
History history of requirement (ii) requirement (ii)
court/arbitral
award decisions
against the
Bidder since 1st
January 2017
Section III. Evaluation and Qualification Criteria EQC-7

Note; Corresponding evidence shall be submitted with the Bid


Notes for the Bidder
Non-performance, as decided by the Employer, shall include all contracts
(a) where non-performance was not challenged by the contractor, including through referral to the dispute resolution mechanism under the
respective contract, and
(b) that were so challenged but fully settled against the contractor.
Non-performance shall not include contracts where Employer’s decision was overruled by the dispute resolution mechanism. Non-
performance must be based on all information on fully settled disputes or litigation, i.e. dispute or litigation that has been resolved in
accordance with the dispute resolution mechanism under the respective contract and where all appeal instances available to the Bidder have
been exhausted.
This requirement also applies to contracts executed by the Bidder as a JV member.
The Bidder shall provide accurate information on the related Bidding Form about any litigation or arbitration resulting from contracts
completed or ongoing under its execution over the last five (5) years. A consistent history of awards against the Bidder or any member of a
joint venture may result in failure of the Bid.
Section III. Evaluation and Qualification Criteria EQC-8

Documentatio
Eligibility and Qualification Criteria Compliance Requirements
n
Joint Venture
(Existing or intended) Submission
No. Factor Requirement Single Entity
All Parties Each One Requirements
Combined Member Member
2.3. Financial Situation
2.3.1 Financial The audited financial statement Must meet N/A Must meet N/A Form FIN – 1
Performance or, if not required by the laws of requirement requirement with
the Bidder’s country, other attachments
financial statements acceptable
to the Employer, for the last 3
years shall be submitted and
must demonstrate the current
soundness of the Bidder’s
financial position and indicate
its prospective long-term
profitability.
As the minimum requirement, a
Bidder’s net worth calculated
as the difference between total
assets and total liabilities
should be positive
2.3.2 Average Minimum average annual Must meet Must meet Must meet Must meet Form FIN – 2
Annual construction turnover of LKR requirement requirement 25% of the 40% of the
Construction 630 million calculated as total requirement requirement
Turnover certified payments received for
contracts in progress and/ or
completed, within the last 3
years(starting from 2019),
divided by 3 years
Section III. Evaluation and Qualification Criteria EQC-9

Eligibility and Qualification Criteria Compliance Requirements Documentation


Joint Venture
(existing or intended) Submission
No. Factor Requirement Single Entity
All Parties Each One Requirements
Combined Member Member
2.4. Experience
2.4.1 General Experience under construction Must meet N/A Must meet N/A Form
Construction contracts in the role of prime requirement requirement EXP – 1
Experience contractor (single entity or JV
member), subcontractor, or
management contractor(i) for at
least the last 10 years, starting
1st January 2012.
2.4.2 Specific A minimum number of 1 Must meet Must meet N/A Must meet Form
(a) Construction similar (ii) contract that have requirement requirement (v) requirement EXP – 2 (a)
Experience been satisfactorily and
substantially (iii) completed as a
prime contractor (single entity
or JV member) (iv) between 1st
January 2012 and Bid
submission deadline.
2.4.2 For the above or other Must meet Must meet N/A Must meet Form
(b) contracts completed and under requirement requirement requirement EXP – 2 (b)
implementation as prime
contractor (single entity or JV
member), management
contractor or subcontractor
(vi) between 1st January 2012
and Bid submission deadline, a
minimum construction
experience in the following
Section III. Evaluation and Qualification Criteria EQC-10

key activities successfully


completed (vii) (viii)
Satisfactorily completed at least
following elements in the last 10
years
I. Minimum one contract
laying of HDPE or
uPVC Pipes Contracts
in length of at least 25
km in each and
II. Minimum one contract
including structural
civil Works, storage
elements, utility
building works and
conventional water
treatment elements
including Aerators and
presurre filters and
associated electro-
mechanical works.
Notes for the Bidder
(i) A management contractor is a firm which takes on the role of contract management as a “general” contractor of sort could do. It does not
normally perform directly the construction work(s) associated with the contract. Rather, it manages the work of other (sub) contractors
while bearing full responsibility and risk for price, quality, and timely performance of the work contract.
(ii) The similarity shall be based on the physical size, complexity, methods/technology and/or other characteristics described in Section VI,
Works Requirements. Summation of number of small value contracts (less than the value specified under requirement) to meet the overall
requirement will not be accepted.
(iii) Substantial completion shall be based on 80% or more of the works completed under the contract.
(iv) For contracts under which the Bidder participated as a JV member, only the Bidder’s share, by value, shall be considered to meet this
requirement.
Section III. Evaluation and Qualification Criteria EQC-11

(v) In case of a JV, the value of contracts completed by its members shall not be aggregated to determine whether the requirement of the
minimum value of a single contract has been met. Instead, each contract performed by each member shall satisfy the minimum value of a
single contract as required for single entity. In determining whether the JV meets the requirement of total number of contracts, only the
number of contracts completed by all members, each of value equal or more than the minimum value required, shall be aggregated.
(vi) For contracts under which the Bidder participated as a JV member or subcontractor, only the Bidder’s share, by value, shall be considered
to meet this requirement.
(vii) Volume, number or rate of production of any key activity can be demonstrated in one or more contracts combined if executed during same
time period. The rate of production shall be the annual production rate for the key construction activity (or activities). For the rate of
production, either the average during the entire period or in any one or more years during the period should be specified.
(viii) The minimum experience requirement for multiple contracts will be the sum of the minimum requirements for respective individual
contracts.
Section III. Evaluation and Qualification Criteria EQC-12

Eligibility and Qualification Criteria Compliance Requirements Documentation


Joint Venture
(Existing or intended) Submission
No. Factor Requirement Single Entity
All Parties Each One Requirements
Combined Member Member
2.5. Financial Resources
2.5.1 Financial (i) The Bidder shall demonstrate Must meet Must meet Must meet Must meet Form FIR – 1
Resources that it has access to, or has requirement requirement 25% of the 40 % of the
available, liquid assets, requirement requirement
unencumbered real assets, lines of
credit, and other financial means
(independent of any contractual
advance payment) sufficient to
meet the construction cash flow
requirements estimated as LKR
170 million for the subject
contract(s) net of the Bidders other
commitments.

(ii) The Bidders shall also Must meet Must meet N/A N/A Form FIR – 1 and
demonstrate, to the satisfaction of requirement requirement FIR – 2
the Employer, that it has adequate
sources of finance to meet the cash
flow requirements on works
currently in progress and for
future contract commitments. The
employer will asses the financial
capacity of the bidder by assessing
the audited financial statements in
last consecutive three years which
attached with the bid.
Section III. Evaluation and Qualification Criteria EQC-13
Section IV

Bidding Forms
Section IV. Bidding Forms BF-1

Table of Forms

Letter of Bid
Schedule of Adjustment Data
Schedules
Technical Proposal
Site Organization
Method Statement
Mobilization Schedule
Construction Schedule
Safety Plan
Form PER -1: Proposed Personnel
Form PER -2: Resume of Proposed Personnel
Form EQU: Equipment
Bidder’s Qualification
Form ELI - 1: Bidder Information Form
Form ELI - 2: Bidder's Party Information Form
Form CON: Historical Contract Non-Performance
Form FIN - 1: Financial Situation
Form FIN - 2: Average Annual Construction Turnover
Form FIR - 1: Financial Resources
Form FIR - 2: Current Contract Commitments
Form EXP - 1: General Construction Experience
Form EXP - 2(a): Specific Construction Experience
Form EXP - 2(b): Construction Experience in Key Activities
Form ACK Acknowledgement of Compliance with Guidelines for Procurement under
Japanese ODA Loans
Form of Bid Security
Section IV. Bidding Form BF-2

Letter of Bid

Date: [insert date of Bid submission]


Loan Agreement No.: SL P116
IFB No.: SL-P116/NCP/WS/2020/07
Alternative No.: [insert identification
No. if this is a Bid for an alternative]

To:
Chairman Ministry Procurement Committee,
State Ministry of Provincial Councils and Local Government Affairs
No. 330, Union Place,
Colombo - 02
Sri Lanka

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). [Insert the number and issuing
date of each addendum];

(b) We, including subcontractors meet the eligibility requirements in accordance with ITB 4
and ITB 5;

(c) We, including subcontractors have no conflict of interest in accordance with ITB 4;

(d) We offer to execute in conformity with the Bidding Documents the following Works:
Construction of Mahindagama & Mahasenpura Integrated Water supply Scheme in
Welikanda PS area in Polonnaruwa District of North Central Province

(e) The total price of our Bid, excluding any discounts offered in item (f) below is:
[In case of only one lot, insert the total price of the Bid in words and figures, indicating the
various amounts and the respective currencies];

[In case of multiple lots, insert the total price of each lot];
[In case of multiple lots, insert the total price of all lots (sum of all lots)];

(f) The discounts offered and the methodology for their application are:

The discounts offered are: [specify in detail each discount offered.]

The exact method of calculations to determine the net price after application of discounts
is shown below: [specify in detail the method that shall be used to apply the discounts.];

(g) Our Bid shall be valid for a period of [specify the number of calendar days] 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;
Section IV. Bidding Form BF-3

(h) If our Bid is accepted, we commit to obtain a Performance Security in accordance with the
Bidding Documents;
(i) We are not participating, as a Bidder or as a subcontractor, in more than one Bid in this
bidding process in accordance with ITB 4.2(c), other than alternative Bids submitted in
accordance with ITB 13;

(j) We understand that this Bid, together with your written acceptance thereof included in your
Letter of Acceptance, shall constitute a binding contract between us, until a formal contract
is prepared and executed;

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

(l) We hereby certify that we have taken steps to ensure that no person acting for us or on
our behalf will engage in any type of fraud and corruption.

Name of the Bidder*[insert name of the Bidder]


Name of the person duly authorized to sign the Bid on behalf of the Bidder**[insert
complete name of person duly authorized to sign the Bid]

Title of the person signing the Bid [insert complete title of the person signing the Bid]

Signature of the person named above [insert signature of person whose name and capacity
are shown above]

Date signed [insert date of signing] day of [insert month], [insert year]

*: In the case of the Bid submitted by joint venture specify the name of the Joint Venture
as Bidder.
**: Person signing the Bid shall have the power of attorney given by the Bidder to be
attached with the Bid.
Section IV. Bidding Form BF-4

Schedule of Adjustment Data

Table A. Local Currency-Not Applicable

[In this Table A, the Employer shall indicate the necessary information in columns (a), (b),
(c) and (d), and shall also provide a fixed value in A and a range of values in B, C, D and
E of column (f). For complex works contracts, it may be necessary to specify several
families of price adjustment formulae for the different works involved and to prepare the
corresponding adjustment tables.]

(a) (b) (c) (d) (e) (f)


Index Index Source of Base value Bidder’s Bidder’s
code description index and date related proposed
currency weighting
amount
Nonadjustable — — — A:
B:
C:
D:
E:
Total 1.00

The Bidder shall fill in column (e) and specify a value within the ranges given by the
Employer in B, C, D and E of column (f), so that the total weighting equals 1.00.
Section IV. Bidding Form BF-5

Table B. Foreign Currency (FC)-Not Applicable

[In this Table B, the Employer shall indicate the necessary information in columns (a) and
(b), and shall also provide a fixed value in A and a range of values in B, C, D and E of
column (g). For complex works contracts, it may be necessary to specify several families
of price adjustment formulae for the different works involved and to prepare the
corresponding adjustment tables.]

Currency: __________[Insert name of currency; if the Bidder wishes to quote in more


than one foreign currency then this table should be repeated for each foreign currency.]

(a) (b) (c) (d) (e) (f) (g)


Index Index Source of Base Bidder’s Equivalent Bidder’s
code description index value and related in FC for proposed
date source payment weighting
currency in
type/amount
Nonadjustable — — —
A:
B:
C:
D:
E:
Total 1.00

The Bidder shall indicate the type of currency and columns (c), (d), (e) and (f), and specify
a value within the ranges given by the Employer in B, C, D and E of column (g), so that
the total weighting equals 1.00.
Section IV. Bidding Form BF-6

Schedules

 Preamble to Bill of Quantities

 Bill of Quantities

 Schedule of Day works

 Manpower List

 Plant and Equipment List


Section IV. Bidding Form BF-7

Preamble to Bill of Quantities

1. General

The Contractor’s attention is specifically directed to the Instruction to Bidders, Bid Data,
Contract Data, Conditions of Contract, Technical Specifications, the Description of
Works, and the Drawings, which are to be read in conjunction with the Bill of Quantities
and the Preamble.

This Contract is an ad-measurement type contract and the quantities given in the Bills of
Quantities are estimated and provisional, and are given to provide a common basis &
technical guide for bidding. 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/authorized Engineer’s representatives and valued at the rates and prices tendered
in the Priced Bills of Quantities, where applicable, and otherwise at such rates and prices
as the Engineer may fix within the terms of the Contract.

In the Bill of Quantities (BOQ), the item descriptions identify the work that has to be
carried out but in the exact nature and extent of work to be performed to be ascertained by
reference to the General Conditions of contract, Particular Conditions of Contract,
Drawings, Specifications and physical, environmental, statutory, market and supply
conditions applicable for the Works as observable and/or foreseeable before the Base Date.
These shall have to be ascertained in conjunction with the matters listed against the
relevant heading and item description as described in the Bill of quantities.

Application of Preamble to Subsequent Work

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, variation orders, except where specifically varied therein.

Method of Measurement

The method of measurement adopted in the preparation of Bill of Quantities is in


line with its principal structure of Civil Engineering Standard Method of Measurement Sri
Lanka (CESMM-SL) where appropriate. But certain additional descriptions & minor
changes have been inserted to suit the context of the rural water supply and its nature of
work components within the stipulated sub-project areas. All rates and prices shall
be in Sri Lankan Rupees with Cents as decimal fractions of one Rupee.

The Works as executed will be measured for payment in accordance with the method
adopted in the Bill of Quantities and under the item as therein set forth. The contractor’s
rate should include for the complete execution of the works, as depicted in drawings &
design documentation and as specified in Technical Specifications. Measurement rules,
Section IV. Bidding Form BF-8

definition rules and additional description rules shall apply when and where appropriate
with the CESMM-SL. Final determination of application of appropriate clauses of
CESMM-SL will be the discretion of the Engineer if there would be any ambiguity in this
respect.

The net measurement or weight of the finished work in place will always be taken, and
except where otherwise stated or where separate items are provided and no allowance will
be made for cutting, waste, laps, circular work, work space etc., and no deductions will be
made for grout nicks, joggle holes, rounded arises or for linkages for fitting ironwork and
the like.

All items of work specified and or shown in the drawings to be valued by the measurement
of such items only as are included in the Bill of Quantities. Such items shall cover all
associated costs incurred by the contractor in the fulfillment of his obligations under the
Contract, including Contractor’s apportion cost components for overhead & profit. No
further cost is allowed for any items of Work which are indicated in the drawings and
specifications but no separate item is given in the BOQ.

Payment will be made for only those materials, which are installed in the permanent works
and taken over to the stocks or asset register as specified in the Technical Specification
to the approval of the Engineer. Construction materials supplied and delivered to the site
by the Contractor which become surplus to the above requirements shall become the
property of the Contractor, unless otherwise requested by the employer to remain at the site
for future requirements of O&M on cost reimbursable basis.

Units and Extension of Bill of Quantities

All sizes and quantities have been entered in the Bill of Quantities in Metric Units, Figures
involving decimals, including sums of money.

The format of the Bill of Quantities is such that it allows the Bidder to insert rates in local
currency in Rupees (SLR) components for each item.

All Taxes, Levies & duties relevant to the work where imposed by the department of
Inland revenue and its subsequent amendments if any shall be included or absorbed in the
unit price of work items. Price escalations are not permitted within this Contract and the
bidder shall made his own estimation to include reasonable allowances within
the unit rates to accommodate a provision for escalation of prices by considering
market trends of material & labor. However, the component of VAT shall be carried over
& shown at the Grand summary of the bid as a part of the bid price.
Section IV. Bidding Form BF-9

Rates and Sums to be for Work Complete

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 Bidder/ Contractor
that the rates and sums which enters in the Bill of Quantities shall be for the work finished
& 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 this
Contract, and to have priced the items herein accordingly. The rates and sum
must therefore include all Constructional Plant, labor, tools, Overheads & profit, taxes
if any involved in other manufacturer’s destinations or within Sri Lanka, supervision &
quality controls etc. and for all incidental and contingent expenses and risks of every kind
necessary to construct, complete and maintain the whole of works in accordance with the
Contract. Full allowance shall be made in the rates and/or sums inter-alias, which are
referred to and/or specified herein.

Prior to pricing of any work items, the Bidders are advised to carefully assess the nature
of work and vigilant on-site conditions where the actual execution will be taken place.
Wherever applicable, temporary access to the work sites shall be made if necessary, with
the concurrence of the Engineer or his authorized representatives in order to facilitate
overall execution of work, until completion and handover.

 All setting out and survey work where necessary for execution of work components as per
the issued drawings for construction (including standard detailed drawings), specifications
or BOQ

 Temporary site facilities to fulfill the labor needs, material storage, security & site safety
(unless otherwise listed as separate BOQ work items)

 Cost for public awareness prior &during the execution of works, giving notice to authorities
or overall coordination for execution of work components in planned manner.

 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 labor and supervisory staff for supervision of work;

 Safety precautions and all measures to prevent and suppress fire and other hazards and
fulfill all safety regulations which applies for execution of work, in line with the
Environment Management Plan (EMP) approved by the Engineer

 All false work for supporting faces of excavation, concreting etc., temporary or permanent
shoring, shuttering & scaffolding etc.

 Dewatering or diversion of water paths to do away work with water or lowering the water
table for protection of work components from high water table as specified
Section IV. Bidding Form BF-10

 Supplying, maintaining and removing on completion of Contractor’s own


accommodation, offices, stores, workshops, transport, welfare services and all charge in
connection therewith.

 Maintenance of access to the existing roads in a motor-able status and waterways during
the period of construction

 Works in connection with the protection and safety of adjacent structures and recovery
damages if any due to construction works (if there would be any unavoidable damages to
the 3rd party properties during the execution of works, it shall be compensated through the
3rd party liability insurance of the contract).

 All ancillary parts, minor fittings, bolts, nuts, gaskets, washers, fixing & joining materials,
protective coatings and other relevant items not specifically listed but necessary for proper
installation of the materials, pipe works and equipment

 The supply, inspection, sampling and testing of materials and the Works under
construction, including the provision and use of equipment. Cost shall cover, transporting
samples to testing yards or bringing test facility to the site where directed by the
Engineer/Supervisory Staff in accordance with the technical specifications or upon the
necessarily. Rate shall also cover the overall testing & commissioning of the completed
works if there would not be having specific bill item in the BOQ .

No claim will be considered for further payment in respect of any work or method of
execution, which may be described in the Contract or is inherent in the construction of the
work and detailed on the drawings on account of;

 Items have been omitted from the Bill of Quantities, but depicted in the drawings
 Any omission from the wording of the items or from a clause in the Preamble or No mention
of such work or method of execution having been in the Preamble Items against which no
rates or sum is 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 Bill of
Quantities.

As stated before, the quantities set out in the Bill of Quantities are the estimated quantities
of the work and they shall not be taken as the actual and/or precise quantities of the works
to be executed by the contractor in fulfillment of his obligation under the contract.
The Bidder/Contractor shall be deemed to have taken into account all of the following
in his Tender prices and his construction programs.
(1). All recognized holidays, festivals, religious and other customs.
(2). Any stoppage of work or delays due to weather conditions.
Section IV. Bidding Form BF-11

Payment for preliminaries (general work items)

Payments for preliminaries shall be proportionate to the cumulative work done and the full
recovery of charges for preliminaries shall be made at the completion of the contract with
the final bill. If there would be any omissions to the work items where ordered by the
Engineer within the contract period, then such omissions will not be considered as a
proportionate deduction to the preliminaries
Lump sum items stipulated in the Bill of Quantities which are related to a specific work
will be paid on the basis of the proportion of actual work done to the total work of that
specific item as assessed by the Engineer.

Protection of Completed Work and Clearing upon 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 to the satisfaction of the Engineer.

Measurement at Execution of works

The following work classifications are specifically noted herein for highlighting the
measurement proceedings but similar approach will be made for the other relevant work
classifications in line with the guidance given in the CESMM –SL for similar work items.
7.1 Earthworks

Excavation in all Material except Rock

In no case shall any of the following quantities be included in the measurement for
payment.

 excavations work performed prior to the taking of measurements of the undisturbed natural
ground
 quantity of any material re-handled
 volume of excavated unsuitable material shall be measured as the actual volume of
material removed as directed by the Engineer
 excavation to the correct depth and preserving the bottoms of excavations in a state
suitable for the reception of concrete, pipes or pipe bedding, and no payment shall be made
for any concrete or pipe bedding required for filling of over-excavated volumes or disturbed
areas to the net dimensions as indicated on the standard or specific guided Drawings
 any additional excavation required for shuttering, working space, temporary or
permanent shoring, and subsequent refilling and ramming and disposal of surplus
excavated materials
 trimming the bottoms of excavations including bottoming to falls and trimming to
sloping surfaces where required or indicated on the construction Drawings
Section IV. Bidding Form BF-12

 provision of land areas for the temporary storage of any material required for backfilling
that cannot be stored alongside the excavation for any reason, together with the cost of
transporting, loading including disposal of surplus and unloading such material and all other
charges incurred in this respect

7.2 Excavation in Rock

Rock is defined as all materials which, in the opinion of the Engineer, require blasting, or
use of metal wedges and sledge hammers or the use of compressed air drilling for its
removal, and which cannot be extracted by ripping with a tractor of at least 150 hp with a
single rear mounted heavy duty ripper.
Excavation in rock which shall in all cases be measured extra over measurement at which
rock is encountered. The volume measured shall be to the maximum bottom width of trench
permitted under the Specification & drawings or actual width, whichever is less, and to the
depth authorized. In the case of pipe trenches, sand fill up to crown of the pipe from
the trench bottom is considered as an in-built rate to the rock excavation.
The standard environmental protection regulations & safety regulatory requirements where
applicable during the blasting operations for open cut or control blasting (or chemical
blasting) shall be considered at the unit pricing of excavation of rock inclusive of necessary
extra over precautions & measures needed at transporting of blasting materials, storage &
handling.
7.3 Fill

Fill shall be measured where a separate item is provided as the net volume above ground
level of the permanent earthwork to the dimensions shown on the Drawings or directed by
the Engineer irrespective of source of material. The rate shall include for selection,
handling, placing and compaction in compliance with the specifications of excavated or
imported material.

7.4 Concrete Works

The rates for concrete are to include for:

 All costs incurred in determining the mixes to satisfy the Specification (including any
admixtures).
 Supplying all material (including any admixtures), storing, mixing, transporting, placing
and compaction (whether by hand or vibration).
 Roughening the surface of previously executed work as required in order to provide
necessary bond with new concrete.
 Forming holes or boxing out for pipes, forming 25mm chamfers on external arises to
exposed concrete, slopes, cable conduits, bolts, frames for covers and other steel work.
 Forming all construction joints, keys, stop ends, temporary stops and shuttering of other
than permanently exposed faces (except where separate items are provided).
Section IV. Bidding Form BF-13

 Providing all shuttering/ formwork required where specific item not provided in the BOQ
for same and false work to keep the forms in design position of the structures
 Curing the concrete and all measures to protect freshly poured concrete from direct sunlight
and wind wave action.
 Trawling, rubbing down etc. and making good the concrete surfaces to provide the specified
finishes.
 The cost of control testing throughout the period of concreting and for the testing of
concrete and remedial work ordered by the Engineer consequent to the results of control
tests falling below the minimum specified.
 Overtime working to maintain continuity of casting or curing.

7.5 Shuttering / Form work/False work

The unit rate for supply and placing of concrete shall include the cost of shuttering/form
work & false work in all cases since no separate item has been included in the Bill of
Quantities for measurement and payment of such items. Hence, the cost thereof for
shuttering/formwork & false work especially for concrete chamber works shall deem to be
included in the rates for concrete work where needed.

7.6 Steel Reinforcement

The rates for steel reinforcement bar and steel fabric reinforcement shall include for
supplying, transporting, storing, cleaning, cutting, fabricating, all labor in working,
distribution to various parts of the works, fixing in position, supporting, for the use of
binding wire and for welding where indicated. The unit of measurement for steel
reinforcement is the metric ton (1MT = 1000 kg.) where separate item is provided and the
weight of steel shall be calculated net with no allowance made for wastage or laps and the
cost of these shall deemed to be covered in the unit rates.
The weight of steel supports, spacer bars and ties including stirrups and binders used to
locate and hold the reinforcement in place shall not be included in the quantity and the cost
of these shall deemed to be covered in the unit rates.
7.7 Pipe work Valves and Fittings - Supply and Delivery to Sites

The rates for supply of pipe work, valves and ancillary fittings shall include but not be
limited to:

1) All costs of shop drawings, alteration of available designs to suit. Royalties and/
or liaison fees etc.
2) All costs arising out of inspection and testing at manufactures works before dispatch.
3) All minor fittings, bolts, nuts, gaskets, washers, fixings & jointing with joining rings
and lubricant, and other items not specifically listed but necessary for the proper
installation of the pipe works.
4) All costs of packaging and protection for export overseas and storage at the transition
places or storage yards
Section IV. Bidding Form BF-14

5 ) All costs of freight and insurance and related documentation for shipment of pipes
& fittings to Sri Lanka, if authorized by the Engineer
6) All costs of loading at the port, road transport offloading, stacking and storage in
temporary sheds or weather proof sheds etc. as required at the site
7) Rectification of minor damages at delivery as approved by the Engineer / Engineer’s
representative and applying necessary protective coatings to ensure durability

7.8 Pipe work Valves & Fittings - Laying and Installation

The items provided for Jointing, installation or laying of pipes & fittings in the Bill of
Quantities shall cover all the necessary measures to excavate and reinstate all trial pits
required for utility mapping or selection of pipe alignments as directed by the Engineer.
For the necessary requirements for making of the trial holes, and to provide, install or lay
and test the complete pipeline without limitation including storing transporting, handling,
site clearance, excavation (other than rock excavation), dewatering, bedding, laying,
cutting, jointing, incorporation of all required pipe specials and fittings, connections to
existing mains, painting where specified, backfilling compacting and pressure testing
thereof (other than with granular fill or concrete) protection, security, removal and proper
disposal of surplus excavated material all as specified shall be taken into consideration for
laying & installation of pipes and associated pipe fittings. Temporary and permanent,
support blocks to pipes and all other things necessary for pipeline installation & testing not
measured separately under other items in the Bill of Quantities shall be included in the unit
rates.
(a). Pipes - The Quantities for laying of pipes shall be measured by effective length of pipeline
along its center line without deduction for pipes & specials and fittings and separately
according to type, diameter and given depth ranges. The laying length of the first depth
range includes the laying length of the next depth range (Depth means ground level to invert
level of pipes).
(b). Pipe Specials and Fittings - Laying or fixing of Pipe Specials and Fittings shall be measured
as the number of each item installed in accordance with the Drawings and/or the Engineer’s
instructions but separately according to type and diameter. The installation rates shall be
extra over the laying of pipes, and shall include but in any way not limited to installation.
Rate also shall be included for concrete thrust block and anchor blocks as depicted in
drawings and/or for protection of joints and for testing.
(c). Section Valves- Rates and prices for the installation of section valves shall be measured
as the number of each item installed in accordance with the drawing and shall include for
extended spindles, hand wheels, key heads and head stocks surface box assembly with
the protection pipe, valve chambers including manhole covers as depicted in drawings
or specified in the Specification, and for all necessary spindle guide brackets and for
head stock support brackets or steel support members as appropriate, all fixings and
painting. Valve sizes less than 300mm diameter shall have surface boxes and spindle
protection casing as shown in the specimen drawings but all other section valves 300 mm
and above diameters shall have R.C chamber as per the drawings. The sluice valve without
Section IV. Bidding Form BF-15

having chambers must be protected with factory finish epoxy coating as the standard
protective coating against corrosion of DI valve assembly. Rate shall also cover the costs
for wrapping the bolts & nuts with denso tapes.
(d). Washout Valves - Rates and prices for installation of washouts shall include for extended
spindles, key heads, head stocks, etc., as required and also protected with R.C valve
chambers located in a stable ground. Rate shall inclusive of R.C out fall structure with
necessary erosion control as shown in the specimen drawings and outlet pipes (length not
exceeding 6m) within the limit of installation as shown in the drawing. The unit rates for
overflow type washout valve arrangement shown in the specimen drawings shall have
including the R.C overflow chamber, flashing protection, outlet drain as relevant.
(e). Water Meters - Rates and prices for installation shall include installation of all associated
fittings and the chamber complete with cover and support blocks, as shown in drawings.
Where the service lines are to be laid at the embankment, cost shall include the encasing of
pipe line as per the drawing.
(f). Valve Chambers & Surface Boxes- R.C valve Chambers and surface boxes will be
measured separately from the installation of valves & associated special if it is stated
in the BOQ as a separate item. Thus, rate for valve chambers shall include for all
Contractor’s obligations necessary to complete the chambers in accordance with the
Drawings including, but not limited to, excavation, concreting, associated pipe work
manhole covers, drain pipes and making the proper landscaping or reinstatement as directed
by the Engineer.
g) Guide for Method of Payments for Supply & laying of pipes and fittings – Method of
payment for pipe laying may be carried out in accordance with the propionate basis as
guided below.

Completed Activity % Payment

Supply & Laying 75

Compaction 10

Testing & commissioning 15

7.9 Hydraulic Pressure and Leakage Tests, Disinfection and Cleaning

Rates for pressure and leakage test and disinfection and cleaning shall cover costs of all
materials including water, labor, tools and equipment, and incidentals necessary to
complete the required work, disconnecting and reconnecting any pipes and specials
together with any excavation and backfilling involved.
The measurement shall be by length according to the type and diameter of the pipe and
shall be along the center of the pipeline including all the bends, valves, fittings and
appurtenances. The amount payable to the Contractor for these items shall only become
due when the Engineer approves the successful test results.
Section IV. Bidding Forms BF-16
STATE MINISTRY OF PROVINCIAL COUNCILS AND LOCAL GOVERNMENT AFFAIRS
JICA FUNDED RURAL INFRASTRUCTURE DEVELOPMENT PROJECT IN EMERGING REGIONS (RIDEP)
BILL OF QUANTITIES FOR
CONSTRUCTION OF WATER SUPPLY SYSTEM FOR MAHINDAGAMA MAHASENPURA INTEGRATED SUB-PROJECT IN
POLONNARUWA DISTRICT NORTH CENTRAL PROVINCE
CONTRACT NO.: SL-P116/NCP/WS/2020/07
GRAND SUMMARY
Item No. Description Amount (LKR)
Bill No. 1 General Requirement
Bill No. 2 Intake Works
Bill No. 3 Aerator at WTP
Bill No. 4 Raw Water Ground Tank - Ferro Cement 30 m3 at WTP
Bill No. 5 Clear Water Ferro Cement Ground Tank- 100m3 - 2 nos. at WTP
Bill No. 6 Site Works at WTP
Bill No. 7 Buildings & Ancillary Works at WTP
Bill No. 8 Pipe Works
Bill No. 9 Mechanical & Electrical Works
Bill No. 10 Supply & Installation of Pressure Filter
A Total of Bill No. 1 to 10
B Total Provisional Sum (Except Percentage Adjustments) 5,000,000.00
C Total of ( A - B )
D Physical Contingency 5% of ( C )
E Price Contingency 10% of (Bill 02, 03, 04, 05, 06, 07, 08, 09 and 10 )
Grand Total (B+C+D+E) Excluding VAT Carried to Form of Bid
VAT Amount:
VAT Registration No:
Grand total in words
Bidder’s name
Signature of authorized signatory
Date
Seal
Section IV. Bidding Form BF-17

STATE MINISTRY OF PROVINCIAL COUNCILS AND LOCAL GOVERNMENT AFFAIRS


JICA FUNDED RURAL INFRASTRUCTURE DEVELOPMENT PROJECT IN EMERGING REGIONS (RIDEP)
BILL OF QUANTITIES FOR
CONSTRUCTION OF WATER SUPPLY SYSTEM FOR MAHINDAGAMA AND MAHASENPURA INTRAGRATED SUB-
PROJECT IN POLONNARUWA DISTRICT NORTH CENTRAL PROVINCE
CONTRACT NO. :SL-P116/NCP/WS/2020/07
BILL No : 01 GENERAL REQUIREMENTS
Item
Description Unit Qty Rate (LKR) Amount (LKR)
No.
1.01 Provide all Contractor’s insurances in accordance with clause GC.13.1 of PS P.Sum 5,000,000.00
particular condition of Contract
Undertaking necessary topographical surveys by transferring levels from close
by ground control points of the Survey Department as per the scope of work,
specifications & drawings. Rate shall also include the production of GIS base
maps by taking levels, measurements and other relevant information during
laying work from the inception of the contract to facilitate at the submission for
As-built drawings in GIS platform in accordance with specifications & with the
approved attributes of the Engineer to suit the O & M proceedings of the finished
work components.
1.02 Establishment of ground control points Nr 10.00
1.03 Pipe trace survey including temporary bench marks km 112.00
1.04 Topographical survey for structural lands ha 0.20
1.05 Allow for sites to be kept tidy during the period of construction and the Item Sum
clearance of all the sites to the satisfaction of the engineer on completion of the
contract or soon after the completion of work components if it is essential to
have passage clearance for general public, third party or as in compliance with
the environmental clearance as directed by the Engineer.
Total of BF-17 Carried to Summary of Bill No. 01
Section IV. Bidding Form BF-18
Item
Description Unit Qty Rate (LKR) Amount (LKR)
No.
1.06 Allow for installation of Project Name boards (2.4m x 1.2m) at the designated Nr 3.00
work sites as directed by the Engineer and maintaining up to the satisfaction of
the Engineer throughout the project period
1.07 Implementation of Environment management action plan as prescribed in the Month 15.00
appendix 1, maintaining necessary safety measures including environmental
safety at all sites and health & safety procedures in accordance with the health
and safety guidlines for Sri Lankan cosntruction sites to be adopted during
COVID outbreak,(Rate shall cover execution of Environmental Management
Plan & Social Safeguard Measures throughout the Contract Period as per the
agreed Method Statements in this respect by the Engineer)
1.08 Provide basic facilities for Engineer's representatives & Employer's staff as Month 15.00
specified in Clause no 6.1.1.2 (Rate shall include maintain the facilities
throughout the contract period including utility charges).
Total of BF-18 to Carried to Summary of Bill No. 01
Section IV. Bidding Form BF-19

STATE MINISTRY OF PROVINCIAL COUNCILS AND LOCAL GOVERNMENT AFFAIRS


JICA FUNDED RURAL INFRASTRUCTURE DEVELOPMENT PROJECT IN EMERGING REGIONS (RIDEP)
BILL OF QUANTITIES FOR
CONSTRUCTION OF WATER SUPPLY SYSTEM FOR MAHINDAGAMA AND MAHASENPURA INTRAGRATED SUB-
PROJECT
IN POLONNARUWA DISTRICT NORTH CENTRAL PROVINCE
CONTRACT NO. :SL-P116/NCP/WS/2020/07

SUMMARY OF BILL No. 01

Page No Total Price (LKR)

BF-17

BF-18

Total of Bill No - 01 Carried to BOQ Grand Summary


Section IV. Bidding Form BF-20
STATE MINISTRY OF PROVINCIAL COUNCILS AND LOCAL GOVERNMENT AFFAIRS
JICA FUNDED RURAL INFRASTRUCTURE DEVELOPMENT PROJECT IN EMERGING REGIONS (RIDEP)
BILL OF QUANTITIES FOR
CONSTRUCTION OF WATER SUPPLY SYSTEM FOR MAHINDAGAMA AND MAHASENPURA INTRAGRATED SUB-
PROJECT IN POLONNARUWA DISTRICT NORTH CENTRAL PROVINCE
CONTRACT NO. :SL-P116/NCP/WS/2020/07
BILL No : 02 INTAKE WORKS
Item
Description Unit Qty Rate (LKR) Amount (LKR)
No.
Rates and Prices entered against BOQ items given hereunder shall be made in
conjunction with Specifications, Drawings, General Requirements, Preamble to
BOQ.
Rate shall also include for necessary field and laboratory testing in accordance with
the specifications
PIPE TRENCH ACROSS EXISTING TANK BUND
Earthworks - Excavation
Rate to be included for site preparation, setting out, levelling, excavation,
dewatering, trimming, preparation of excavated surface and earthwork supports
where necessary.
2.01 Excavation for "U" drain across the dam and along the embankment slope of the m3 27.00
bank including cut-off walls as per Dwg No. RIDEP-PW-NCP-MAH-INT-GA-
001.
Excavation ancillaries
2.02 Disposal of surplus and unsuitable excavated material within 5 km. approx. from m3 20.00
site as directed by Engineer.
Concrete Works
Supply, placing & compacting of insitu concrete as specified
Rate to include for curing and any other quality control measures as directed by the
Engineer.
Total of BF-20 to Carried to Summary of Bill No. 02
Section IV. Bidding Form BF-21
Item
Description Unit Qty Rate (LKR) Amount (LKR)
No.
2.03 Supply and placing of Grade C 25 concrete in base slab, walls of pipe trench, cut- m3 21.00
off walls, toe structure and 200mm thick concrete ramp on the road.
2.04 Supply and placing of 1050x450x200 mm reinforced concrete (Grade C 25) precast Nr 22.00
slab as per the Dwg No. RIDEP-PW-NCP-MAH-INT-S-003. Rate shall include for
formwork, reinforcement work, lifting hooks and placing work.

2.05 Supply and placing of 1050x450x100 mm reinforced concrete (Grade C 25) precast Nr 36.00
slab as per the Dwg No. RIDEP-PW-NCP-MAH-INT-S-003. Rate shall include for
formwork, reinforcement work, lifting hooks and placing work.

Concrete Ancillaries
Formwork
Formwork in approved material including props, joists and planks as specified in
technical specification and as formed in shapes as depicted in the Drawings.
Rate to include for splayed edged, battens strutting, bolting wedging, easing,
striking, supporting and scaffolding/trusses for forms as required and removal
complete.
Fair Finish, Plane Vertical
2.06 For sides of base & Walls of pipe trench and cut-off walls and structure at bund m² 71.00
toe.
2.07 For sides of 200mm thick ramp. m² 4.00
Reinforcement
Rate to include for supply and delivery to the yard, storing, cutting and bending,
transport to the site, cleaning as specified and to the approval of the Engineer (If
necessary) and erection, placing in position tied with GI binding wire complete as
depicted in drawing.
2.08 Tor steel reinforcement - 10mm-12mm dia. kg 950.00
Total of BF-21 to Carried to Summary of Bill No. 02
Section IV. Bidding Form BF-22

Item
Description Unit Qty Rate (LKR) Amount (LKR)
No.
FOOT BRIDGE STRUCTURE
Support -1
2.09 Construction of 2000x1000x400mm pad foundation with two number of Item Sum
350x350mm columns on it as per the Dwg No. RIDEP-PW-NCP-MAH-INT-S-001.
Rate shall include for excavation, disposal, compacting bottom of excavation,
formwork, providing 1000-gauge polythene sheet (one layer) under the foundation,
reinforcement, concreting, backfilling with selected material all around the footing
and completion up to the satisfaction of the Engineer.
Support -2
2.10 Select a suitable rock/boulder free area (an area of 3m x 3m shall be considered Nr 3.00
as one number )on the existing tank bed by driving a steel rod or by any other
means (up to 3m depth from existing tank bed level) to construct the Support 02.

2.11 Supply, installation and jointing of 1800mm dia RCC pipes (NP3) in position and Item Sum
filled with plumb concrete, sand and construction of 300mm thick circular shape
slab as per the Dwg No. RIDEP-PW-NCP-MAH-INT-GA-001 & RIDEP-PW-NCP-
MAH-INT-S-002. Rate shall also to include for temporary works, driving and
jointing the RCC pipe, dewatering, excavating up to a maximum depth of 3m below
the existing tank bed level, supplying and fixing of reinforcement, formwork and
concrete, sand as specified in the drawing.
Super structure
2.12 Manufacturing, assembling and installation in position of foot bridge with 2 Nos of Nr 1.00
UB 305x165x40, 100x50x10 C channel at 600mm c/c, 3mm thick chequred plate
with reverting to C channel and UB and Fixing the foot bridge at the two ends with
16mm "J" bolts to the concrete supports as per Dwg No. RIDEP-PW-NCP-MAH-
INT-S-001 & 002.
Total of BF-22 to Carried to Summary of Bill No. 02
Section IV. Bidding Form BF-23

Item
Description Unit Qty Rate (LKR) Amount (LKR)
No.
PIPE WORK -FITTINGS AND VALVES - FROM INTAKE UP TO RWM
DI Pipes & Fittings
Rate shall include for provision, jointing & fixing including gaskets, rubber rings,
lubricants, nuts, bolts & accessories etc. Supply, handling, laying and jointing of
pipes, fittings & accessories, excavating and backfilling pipe trenches including
pressure testing, disinfection and commissioning, setting out, cutting & reaming of
pipes, dewatering, shoring, backfilling with imported soil and disposal of surplus
excavated material where necessary, compaction as specified, installation of primer
mastic profile, mastic tape, concrete blocks, protective tape, pipe brackets, warning
tapes as required
All DI pipes, fittings & accessories shall be supplied with following class
designations of specifications (herein) unless otherwise stated or required by mating
flange.
Pipes with screwed Flanges K 9 or K 10
Pipes with Integral Flanges and Fittings except Tees K 12
Pipes with factory welded Flanges and Socket and Spigot Pipes K 9
Tees K 14
Flanges PN 16
150mm Ø DI Raw Water Pumping Line
2.13 Supply, laying & fixing of pipes and Fittings numbered A1 up to A23 and AV1 up Item Sum
to AV4 as per the Dwg No. RIDEP-PW-NCP-MAH-INT-M-001. Rate shall include
for construction of concrete pipe supports and concrete blocks. (Submersible pump
and bulk flow meter shall be paid separately)

Total of BF-23 to Carried to Summary of Bill No. 02


Section IV. Bidding Form BF-24

Item
Description Unit Qty Rate (LKR) Amount (LKR)
No.
Miscellaneous
Ladder
2.14 Fabrication, supply and installation of stainless steel ladder with 75x12mm solid flat m 5.00
and 25mm dia. ladder rungs as per as per the Dwg No. RIDEP-PW-NCP-MAH-
INT-GA-002. Rate to include for supply and fixing ladders including
clamps,500x600x500 mm concrete block support, nuts and bolts and all other
necessary fittings and components as shown in drawing or otherwise necessary to
fix the ladders firmly and securely in position and as directed by the engineer.

Handrails
2.15 Supply and fixing of 1100mm high hand rails with 32 mm dia. x 3.25mm thick GI m 28.00
pipes with approved painting as per Dwg No. RIDEP-PW-NCP-MAH-INT-GA-
002 and specification. All items, whether detailed in drawing or otherwise necessary
to fix the Handrails firmly and securely in position as shown in drawing and as
directed by the Engineer are deemed to be included in the contractor's rates.
Safety Fence and Gates
Rate shall include for excavation, preparation of surface, disposal of excavated
material, upholding side of excavation, backfilling, concrete, formwork and
reinforcement in gate post and fence.
2.16 Supply and installation of 50x50mm PVC coated chain link fabric (woven in m 9.50
hexagonal shape, gauge 8) fence fixed to 40 mm dia heavy duty GI poles including
painting and fixing of GI poles to concrete block as per the Dwg No. RIDEP-PW-
NCP-MAH-INT-GA-001 and RIDEP-PW-NCP-MAH-INT-GA-002.
2.17 Construction of 0.9 m wide single hung swing Gate as per the Dwg No. RIDEP- Nr 1.00
PW-NCP-MAH-INT-GA-002. Rate to include hinges (minimum 03 numbers) and
locking arrangement with approved quality material.
Total of BF-24 to Carried to Summary of Bill No. 02
Section IV. Bidding Form BF-25

Item
Description Unit Qty Rate (LKR) Amount (LKR)
No.
Turfing
Rate to include for excavation, filling, watering, ramming and compacting as
specified and instructed
2.18 Turfing including watering till turf take root, upon normal excavated or filled surface m2 20.00
wherever necessary to reduce erosion on the embankment as directed by the
Engineer. Rate to include preparation of the top soil layer approximately 150mm
thick
Miscellaneous works
2.19 Supply and installation of TYPE "C" ( Dwg No. RIDEP-PW-ALL-STD-C-015) Nr 2.00
lamp post on the foot bridge complete with cobra head type street lanterns with water
proof covering and 50 watts LED light. Rate shall include for inter connecting cables
buried or fixed in place along the foot bridge with cables from designated panel
boards, all wiring, fixing of accessories, on/off switches etc. as per Dwg No. RIDEP-
PW-NCP-MAH-INT-E-001 and 002
2.20 1000-gauge polythene, laid underneath the concrete placed on ground m2 40.00

Total of BF-25 to Carried to Summary of Bill No. 02


Section IV. Bidding Form BF-26

STATE MINISTRY OF PROVINCIAL COUNCILS AND LOCAL GOVERNMENT AFFAIRS


JICA FUNDED RURAL INFRASTRUCTURE DEVELOPMENT PROJECT IN EMERGING REGIONS (RIDEP)
BILL OF QUANTITIES FOR
CONSTRUCTION OF WATER SUPPLY SYSTEM FOR MAHINDAGAMA AND MAHASENPURA INTRAGRATED SUB-
PROJECT IN POLONNARUWA DISTRICT NORTH CENTRAL PROVINCE
CONTRACT NO. :SL-P116/NCP/WS/2020/07
SUMMARY OF BILL NO. - 02
Page No Total Price (LKR)
BF-20
BF-21
BF-22
BF-23
BF-24
BF-25
Total of Bill No - 02 Carried to BOQ Grand Summary
Section IV. Bidding Form BF-27
STATE MINISTRY OF PROVINCIAL COUNCILS AND LOCAL GOVERNMENT AFFAIRS
JICA FUNDED RURAL INFRASTRUCTURE DEVELOPMENT PROJECT IN EMERGING REGIONS (RIDEP)
BILL OF QUANTITIES FOR
CONSTRUCTION OF WATER SUPPLY SYSTEM FOR MAHINDAGAMA AND MAHASENPURA INTRAGRATED SUB-PROJECT
IN POLONNARUWA DISTRICT NORTH CENTRAL PROVINCE
CONTRACT NO. :SL-P116/NCP/WS/2020/07
BILL No: 03 AERATOR AT WTP
Item
No Description Unit Qty Rate (LKR) Amount (LKR)
Rates and Prices entered against BOQ items given hereunder shall be made in
conjunction with Specifications, Drawings, General Requirements, Preamble to BOQ.
Rate shall also include for necessary field and laboratory testing in accordance with
the specifications.
EARTH WORKS
Excavation for Foundations
Rate to be included for setting out, levelling, excavating, dewatering, trimming,
preparation of excavated surface and earthwork supports where necessary.
3.01 Excavating trench for column footings. Width >300mm ,Commencing from ground m3 4.00
level including compacting bottom of excavation. Depth not exceeding 2.0 m
Extra over for Excavation
3.02 Rock Excavation-blasting not required as specified. (Provisional Quantity) m3 1.00
3.03 Rock Excavation-with control blasting as specified. (Provisional Quantity) m3 1.00
Excavation ancillaries
3.04 Disposal of surplus and unsuitable excavated material within 5km approx. from site m³ 3.00
as directed by Engineer.
Backfilling
Rate to include for watering, ramming and compacting (layers not exceeding
150mm) as specified and instructed
3.05 Backfilling with selected excavated material, other than top soil or rock m3 3.00
Total of BF-27 Carried to Summary of Bill No. 03
Section IV. Bidding Form BF-28

Item
No Description Unit Qty Rate (LKR) Amount (LKR)
Concrete Work
Supply, Placing and Compacting of Concrete
3.06 Grade C 15 (20mm Aggregate) 50 mm thick screed under column footing and surface m³ 3.00
treatment for rock breaking area
3.07 Grade C 25 (20mm Aggregate) for Column footings, columns Shafts, beams, walls m³ 6.00
and steps
CONCRETE ANCILLARIES
FORMWORK
Formwork in approved material including props, joists and planks as specified in
technical specification and as formed in shapes as depicted in the Drawings
Rate to include for splayed edged, battens strutting, bolting wedging, easing, striking,
supporting and scaffolding/trusses for forms as required and removal complete.
Rough Finish, Plane Vertical
3.08 For sides of column footings m² 3.00
Fair Finish, Plane Vertical
3.09 For sides of columns, beams, Walls and Steps m² 12.00
Fair Finish, Plane Horizontal
3.10 for Soffits of beams and steps m² 26.00
Fair Finish, Plane Sloping
3.11 for Soffits of beams and steps m² 2.00
REINFORCEMENT
Deformed High Yield Steel Bars (tor steel) to BS 4449
Supply and placing reinforcement bar ( fy = 460 N/mm² ) deformed high yield steel
all sizes as specified. Rate to include for laps other than design laps, cutting, bending,
placing in position tied with binding wire cover blocks, chairs etc. complete.
3.12 10 ~ 20mm diameters MT 2.00
Total of BF-28 Carried to Summary of Bill No. 03
Section IV. Bidding Form BF-29

Item
No Description Unit Qty Rate (LKR) Amount (LKR)
Wash out pipes
3.13 Supply and fixing 250mm long 63mm dia pipes with end caps as per the detail-01 in Nr 2.00
Dwg No. RIDEP-PW-NCP-MAH-AEA-GA-001.
Stainless Steel plate
3.14 Supply and fixing of 6 mm thick 175x1850 mm Stainless Steel (grade 304) plates to Nr 3.00
the steps walls with all necessary accessories as shown in drawing and as directed by
the Engineer. The top level of the plate should maintain same. The plate shall be
properly tightened to the step wall (25mm grooved in to the wall) & should avoid any
leakage.
PAINTING
Rate shall include the costs for the scaffoldings (if any).
3.15 Apply one under coat & two finishing coats of approved weather shield paint All m2 43.00
external Surfaces of Aerator.
Water proofing
3.16 Apply two coats of Non - Toxic, chlorine resistance, food grade, water proof paint m2 20.00
inside the Aerator wall and base
PIPE WORK - FITTINGS AND VALVES
NOTES:
Provision, jointing & fixing including gaskets, rubber rings, lubricants, nuts, bolts &
accessories etc.
Supply, handling, laying and jointing of pipes, fittings & accessories, excavating and
backfilling pipe trenches including pressure testing, disinfection and commissioning.
Rate to include for setting out, cutting & reaming of pipes, dewatering, shoring,
backfilling with imported soil and disposal of surplus excavated material where
necessary, compaction as specified, installation of primer mastic profile, mastic tape,
pipe supports, protective tape, pipe brackets, warning tapes as required

Total of BF-29 Carried to Summary of Bill No. 03


Section IV. Bidding Form BF-30

Item
No Description Unit Qty Rate (LKR) Amount (LKR)
All DI pipes, fittings & accessories shall be supplied with following class designations
of specifications (herein) unless otherwise stated or required by mating flange. All GI
pipes shall be hot dip galvanized iron. All Stainless steel (SS) pipes shall be Grade
304.
All PVC pipes, fittings, specials, shall be supplied and installed by the Contractor with
Rubber Rings, Lubricants, Nuts & Bolts, protection tapes, and all other associated
materials required for completion of the work.
DI Pipes & Fittings
Socket and Spigot Pipes K 9
Pipes with Integral Flanges K 12
Pipes with factory welded Flanges K 9
Pipes with screwed Flanges K 9 or K 10
Fittings except Tees K 12
Tees K 14
Flanges PN 16
150mm Dia DI Inlet Pipes and Fittings
3.17 Supply, laying & fixing of pipes and Fittings numbered A1 up to A8 including AE1 as Item Sum
per the Dwg No. RIDEP-PW-NCP-MAH-AEA-M-001.
200mm Dia DI Out let Pipe
3.18 Supply, laying & fixing of pipes numbered B1 up to B8 and BV1 as per the Dwg No. Item Sum
RIDEP-PW-NCP-MAH-AEA-M-001
150mm dia. DI Washout and Overflow Pipe
3.19 Supply, laying & fixing of pipes and fittings numbered C1 up to C12 and CV1 as per Item Sum
the Dwg No. RIDEP-PW-NCP-MAH-AEA-M-001
Total of BF-30 Carried to Summary of Bill No. 03
Section IV. Bidding Form BF-31

STATE MINISTRY OF PROVINCIAL COUNCILS AND LOCAL GOVERNMENT AFFAIRS


JICA FUNDED RURAL INFRASTRUCTURE DEVELOPMENT PROJECT IN EMERGING REGIONS (RIDEP)
BILLOF QUANTITIES FOR
CONSTRUCTION OF WATER SUPPLY SYSTEM FOR MAHINDAGAMA AND MAHASENPURA
INTRAGRATED SUB-PROJECT IN POLONNARUWA DISTRICT NORTH CENTRAL PROVINCE
CONTRACT NO. :SL-P116/NCP/WS/2020/07

SUMMARY OF BILL No. 03

Page No Total Price (LKR)

BF-27

BF-28

BF-29

BF-30
Total of Bill No - 03 Carried to BOQ Grand Summary
Section IV. Bidding Form BF-32
STATE MINISTRY OF PROVINCIAL COUNCILS AND LOCAL GOVERNMENT AFFAIRS
JICA FUNDED RURAL INFRASTRUCTURE DEVELOPMENT PROJECT IN EMERGING REGIONS (RIDEP)
BILL OF QUANTITIES FOR
CONSTRUCTION OF WATER SUPPLY SYSTEM FOR MAHINDAGAMA MAHASENPURA INTEGRATED SUB-PROJECT IN
POLONNARUWA DISTRICT NORTH CENTRAL PROVINCE
CONTRACT NO. :SL-P116/NCP/WS/2020/07
BILL No : 04 RAW WATER GROUND TANK- FERRO CEMENT 30 m3 AT WTP
Item
Description Unit Qty Rate (LKR) Amount (LKR)
No
Rates and Prices entered against BOQ items given hereunder shall be made in
conjunction with Specifications, Drawings, General Requirements, Preamble to
BOQ.
Rate shall also include for necessary field and laboratory testing in accordance
with the specifications.
EARTHWORKS
Excavation for Foundations
Rate to be included for setting out, levelling, excavating, trimming, preparation
of excavated surface.
4.01 Excavation for foundation in any material other than top soil, rock or artificial m3 5.00
hard material with maximum depth not exceeding 0.5m from existing ground
level.
Extra over for Excavation
4.02 Rock Excavation-blasting not required as specified. (Provisional Quantity) m3 1.00
4.03 Rock Excavation-with control blasting as specified. (Provisional Quantity) m3 1.00
4.04 Rock Excavation-blasting with chemical as specified. (Provisional Quantity) m3 1.00
Excavation ancillaries
4.05 Disposal of surplus and unsuitable excavated material within 5 km. approx. from m3 3.00
site as directed by Engineer.
Total of BF-32 Carried to Summary of Bill No. 04
Section IV. Bidding Form BF-33

Item
Description Unit Qty Rate (LKR) Amount (LKR)
No
Filling
Rate to be included for supply of imported filling material (if any) as approved,
watering, ramming and compacting as specified and instructed by the Engineer.
4.06 Selected excavated material, other than top soil or rock m3 2.00
4.07 Imported material other than top soil or rock m3 1.00
In situ Concrete
Concrete Work
Supply, Placing and Compacting of Concrete
4.08 Grade C 15 (20mm Aggregate) for 50mm thick screed concrete for Tank base m³ 1.00
4.09 Grade C 20 (10mm Aggregate) for benching concrete at Tank base m³ 1.00
4.10 Grade C 35A (20mm Aggregate) for tank base slab m³ 4.00
CONCRETE ANCILLARIES
FORMWORK
Formwork in approved material including props, joists and planks as specified in
technical specification and as formed in shapes as depicted in the Drawings
Rate to include for splayed edged, battens strutting, bolting wedging, easing,
striking, supporting and scaffolding/trusses for forms as required and removal
complete.
Rough Finish
4.11 Plane vertical for tank base and ladder supports m² 4.00

Total of BF-33 Carried to Summary of Bill No. 04


Section IV. Bidding Form BF-34

Item
Description Unit Qty Rate (LKR) Amount (LKR)
No
REINFORCEMENT
Deformed High Yield Steel Bars (tor steel) to BS 4449
Supply and placing reinforcement bar ( fy = 460 N/mm² ) deformed high yield
steel all sizes as specified. Rate to include for laps other than design laps, cutting,
bending, placing in position tied with binding wire cover blocks, chairs etc.
complete.
4.12 12mm diameter kg 318.00
Water tank
Rate shall include the costs for labor, all material and scaffoldings.
4.13 Construction of ferrocement wall and dome with plastering for inside & outside Item Sum
of the tank wall, dome as per the specifications and drawings. Rate shall also
include for supply and placing of reinforcement, mild steel bars, GI wire and wire
mesh as per the Dwg No. RIDEP-PW-NCP-MAH-RGT-GA-001.

MISCELLANEOUS
Mild Steel Ladders
Supplying and fixing 400mm wide M.S. ladder from base to dome with 50mm x
12mm stringers and 20mm rungs at 300mm centers supplied with 75x75x9.5mm
angle cleat, 50x12mm flat iron bend to shape, welded to the ladder and fixed to
concrete blocks with rag bolts as per the Dwg No. RIDEP-PW-NCP-MAH-RGT-
S-001. Rate to include for galvanizing the ladder as approved by the Engineer.

4.14 4m long 400 mm wide M.S ladder as per detail drawings outside the tank Nr 1.00

Total of BF-34 Carried to Summary of Bill No. 04


Section IV. Bidding Form BF-35

Item
Description Unit Qty Rate (LKR) Amount (LKR)
No
Stainless Steel Ladders
4.15 3.2 m long 300 mm wide Stainless steel (SS) ladder for inside of the water tank Nr 1.00
consisting of 50mm x 12mm stringers and 20mm dia rungs at 300mm centers
fixed complete with necessary SS nuts & bolts, rag bolts, etc. and connected to
MS ladder and fixed to concrete block at base slab with rag bolts as per the Dwg
No. RIDEP-PW-NCP-MAH-RGT-S-001.
PAINTING
Rate shall include the costs for the scaffoldings.
4.16 Apply one under coat & two finishing coats of approved weather proof emulsion m2 87.00
paint for all external surfaces of ferro cement tank walls and dome.
4.17 Apply two coats of approved non-toxic, chlorine resistant, food grade paint on m2 105.00
all internal surfaces of ferro cement tank base, walls and dome.

Aluminum Tank Cover


4.18 Supplying and fixing 750mm dia. Aluminum tank cover (6mm thick aluminum Nr 1.00
chequered plate) including locking (in open & closed condition) arrangement as
approved & directed by the Engineer.

Total of BF-35 Carried to Summary of Bill No. 04


Section IV. Bidding Form BF-36

Item
Description Unit Qty Rate (LKR) Amount (LKR)
No
Testing, Cleaning & Disinfection
Rate shall include supply of approved quality water for water tightness testing,
cleaning & disinfection of the structure as per specifications. Rate shall cover all
labor, material, equipment, transportation for undertaking the task.
4.19 Allow sum for carrying out water tightness test, cleaning & disinfection for the m3 30.00
structure as specified and to the approval of the Engineer.
PIPE WORK - FITTINGS AND VALVES
Rate shall include for Supply, handling, jointing, laying in trenches or fixing (to
columns/walls of tank) of pipes, fittings & accessories including gaskets, rubber
rings, lubricants, nuts, bolts & accessories etc. and providing, concrete block,
thrust blocks and pipe brackets & supports where necessary as per the drawings
and as directed by the Engineer. Rate shall also include for setting out, cutting &
reaming of pipes, pressure testing, disinfection and commissioning. backfilling
with imported/ selected excavated soil and disposal of surplus excavated material
where necessary, compaction as specified, installation of primer mastic profile,
mastic tape, protective tape, warning tapes as required.
All DI pipes, fittings & accessories shall be supplied with following class
designations of specifications (herein) unless otherwise stated or required by
mating flange.
DI Pipes & Fittings
Socket and Spigot Pipes K 9
Pipes with Integral Flanges K 12
Pipes with factory welded Flanges K 9
Pipes with screwed Flanges K 9 or K 10
Fittings except Tees K 12
Tees K 14
Flanges PN 16
Total of BF-36 Carried to Summary of Bill No. 04
Section IV. Bidding Form BF-37

Item
Description Unit Qty Rate (LKR) Amount (LKR)
No
200mm Dia DI Inlet Pipe
4.20 Supply and laying of pipes numbered A1 up to A6 as per the Dwg No. RIDEP- Item Sum
PW-NCP-MAH-RGT-M-001.
200mm Dia DI Out let Pipe
4.21 Supply and laying of pipes numbered B1 up to B5 including BV1 as per the Dwg Item Sum
No. RIDEP-PW-NCP-MAH-RGT-M-001.
150mm dia. DI Overflow Pipe and Washout Pipe
4.22 Supply and laying of pipes numbered C1 up to C10 including CV1 as per the Item Sum
Dwg No. RIDEP-PW-NCP-MAH-RGT-M-001.
Total of BF-37 Carried to Summary of Bill No. 04
Section IV. Bidding Form BF-38

STATE MINISTRY OF PROVINCIAL COUNCILS AND LOCAL GOVERNMENT AFFAIRS


JICA FUNDED RURAL INFRASTRUCTURE DEVELOPMENT PROJECT IN EMERGING REGIONS (RIDEP)
BILL OF QUANTITIES FOR
CONSTRUCTION OF WATER SUPPLY SYSTEM FOR MAHINDAGAMA AND MAHASENPURA
INTRAGRATED SUB-PROJECT IN POLONNARUWA DISTRICT NORTH CENTRAL PROVINCE
CONTRACT NO. :SL-P116/NCP/WS/2020/07

SUMMARY OF BILL No. 04

Page Total Total Price (LKR)

BF-32
BF-33
BF-34
BF-35
BF-36
BF-37
Total of Bill No - 04 Carried to BOQ Grand Summary
Section IV. Bidding Form BF-39
STATE MINISTRY OF PROVINCIAL COUNCILS AND LOCAL GOVERNMENT AFFAIRS
JICA FUNDED RURAL INFRASTRUCTURE DEVELOPMENT PROJECT IN EMERGING REGIONS (RIDEP)
BILL OF QUANTITIES FOR
CONSTRUCTION OF WATER SUPPLY SYSTEM FOR MAHINDAGAMA AND MAHASENPURA INTRAGRATED SUB-PROJECT
IN POLONNARUWA DISTRICT NORTH CENTRAL PROVINCE
CONTRACT NO. :SL-P116/NCP/WS/2020/07
BILL No : 05 CLEAR WATER FERRO CEMENT GROUND TANK- 100m3 - 2 NOS. AT WTP
Item
Description Unit Qty Rate (LKR) Amount (LKR)
No
Rates and Prices entered against BOQ items given hereunder shall be made in
conjunction with Specifications, Drawings, General Requirements, Preamble to
BOQ.
Rate shall also include for necessary field and laboratory testing in accordance
with the specifications.
EARTHWORKS
Excavation for Foundations
Rate to be included for setting out, levelling, excavating, trimming, preparation
of excavated surface.
5.01 Excavation for foundation in any material other than top soil, rock or artificial m3 28.00
hard material with maximum depth not exceeding 0.5m from existing ground
level.
Extra over for Excavation
5.02 Rock Excavation-blasting not required as specified. (Provisional Quantity) m3 1.00
5.03 Rock Excavation-with control blasting as specified. (Provisional Quantity) m3 1.00
3
5.04 Rock Excavation-blasting with chemical as specified. (Provisional Quantity) m 1.00
Excavation ancillaries
5.05 Disposal of surplus and unsuitable excavated material within 5 km. approx. from m3 16.00
site as directed by Engineer.
Total of BF-39 Carried to Summary of Bill No. 05
Section IV. Bidding Form BF-40
Item
Description Unit Qty Rate (LKR) Amount (LKR)
No
Filling
Rate to be included for supply of imported filling material (if any) as approved,
watering, ramming and compacting as specified and instructed by the Engineer.
5.06 Selected excavated material, other than top soil or rock m3 8.00

5.07 Imported material other than top soil or rock m3 4.00


In situ Concrete
Concrete Work
Supply, Placing and Compacting of Concrete
5.08 Grade C 15 (20mm Aggregate) for 50mm thick screed concrete for Tank base m³ 6.00
5.09 Grade C 25 (20mm Aggregate) for support columns and beams inside the tank m³ 4.00
5.10 Grade C 35A (20mm Aggregate) for tank base slab m³ 22.00
CONCRETE ANCILLARIES
FORMWORK
Formwork in approved material including props, joists and planks as specified in
technical specification and as formed in shapes as depicted in the Drawings
Rate to include for splayed edged, battens strutting, bolting wedging, easing,
striking, supporting and scaffolding/trusses for forms as required and removal
complete.
Rough Finish
5.11 Plane vertical for tank base and ladder supports m² 14.00
Fair Finish
5.12 Plain vertical for support columns and beams m² 34.00
5.13 Plain horizontal for support beams m² 8.00

Total of BF-40 Carried to Summary of Bill No. 05


Section IV. Bidding Form BF-41

Item
Description Unit Qty Rate (LKR) Amount (LKR)
No
REINFORCEMENT
Deformed High Yield Steel Bars (tor steel) to BS 4449
Supply and placing reinforcement bar ( fy = 460 N/mm² ) deformed high yield
steel all sizes as specified. Rate to include for laps other than design laps, cutting,
bending, placing in position tied with binding wire cover blocks, chairs etc.
complete.
5.14 12mm diameter MT 2.20
Water tank
Rate shall include the costs for labor, all material and scaffoldings.
5.15 Construction of ferrocement wall and dome (for 02 nr of tanks) with plastering Item Sum
for inside & outside of the tank wall, dome as per the specifications and drawings.
Rate shall also include for supply and placing of reinforcement, mild steel bars,
GI wire and wire mesh as per the Dwg No. RIDEP-PW-NCP-MAH-CWT-GA-
001.
MISCELLANEOUS
Mild Steel Ladders
Supplying and fixing 400mm wide Mild Steel (MS) ladder from base to dome
with 50mm x 12mm stringers and 20mm rungs at 300mm centers supplied with
75x75x9.5mm angle cleat, 50x12mm flat iron bend to shape, welded to the ladder
and fixed to concrete blocks with rag bolts as per the Dwg No. RIDEP-PW-NCP-
MAH-CWT-S-001. Rate to include for galvanizing the ladder as approved by the
Engineer.
5.16 4m long 400 mm wide M.S ladder as per detail drawings out side the tank Nr 2.00

Total of BF-41 Carried to Summary of Bill No. 05


Section IV. Bidding Form BF-42
Item
Description Unit Qty Rate (LKR) Amount (LKR)
No
Stainless Steel Ladders
5.17 3.2 m long 300 mm wide Stainless steel (SS) ladder for inside of the water tank Nr 2.00
consisting of 50mm x 12mm stringers and 20mm dia rungs at 300mm centers
fixed complete with necessary SS nuts & bolts, rag bolts, etc. and connected to
MS ladder and fixed to concrete block at base slab with rag bolts as per the Dwg
No. RIDEP-PW-NCP-MAH-CWT-S-001
PAINTING
Rate shall include the costs for the scaffoldings.
5.18 Apply one under coat & two finishing coats of approved weather proof emulsion m2 286.00
paint for all external surfaces of ferro cement tank walls and dome shall be
painted with reflection paint for thermal protection.

5.19 Apply two coats of approved non-toxic, chlorine resistant, food grade paint all m2 414.00
internal surfaces of ferro cement tank base, walls and dome.

Aluminum Tank Cover


5.20 Supplying and fixing 750mm dia. Aluminum tank cover (6mm thick aluminum Nr 2.00
chequered plate) including locking (in open & closed condition) arrangement as
approved & directed by the Engineer.

Total of BF-42 Carried to Summary of Bill No. 05


Section IV. Bidding Form BF-43
Item
Description Unit Qty Rate (LKR) Amount (LKR)
No
Testing, Cleaning & Disinfection
Rate shall include supply of approved quality water for water tightness testing,
cleaning & disinfection of the structure as per specifications. Rate shall cover all
labor, material, equipment, transportation for undertaking the task.
5.21 Allow sum for carrying out water tightness test, cleaning & disinfection for the m3 200.00
structure as specified and to the approval of the Engineer.
PIPE WORK - FITTINGS AND VALVES
Rate shall include for Supply, handling, jointing, laying in trenches or fixing (to
columns/walls of tank) of pipes, fittings & accessories including gaskets, rubber
rings, lubricants, nuts, bolts & accessories etc. and providing, concrete block,
thrust blocks and pipe brackets & supports where necessary as per the drawings
and as directed by the Engineer. Rate shall also include for setting out, cutting &
reaming of pipes, pressure testing, disinfection and commissioning. backfilling
with imported/ selected excavated soil and disposal of surplus excavated material
where necessary, compaction as specified, installation of primer mastic profile,
mastic tape, protective tape, warning tapes as required.
All DI pipes, fittings & accessories shall be supplied with following class
designations of specifications (herein) unless otherwise stated or required by
mating flange. All GI pipes shall be hot dip galvanized iron.
DI Pipes & Fittings
Socket and Spigot Pipes K 9
Pipes with Integral Flanges K 12
Pipes with factory welded Flanges K 9
Pipes with screwed Flanges K 9 or K 10
Fittings except Tees K 12
Tees K 14
Flanges PN 16

Total of BF-43 Carried to Summary of Bill No. 05


Section IV. Bidding Form BF-44

Item
Description Unit Qty Rate (LKR) Amount (LKR)
No
150mm Dia DI Inlet Pipe
5.22 Supply and laying of pipes numbered A1 up to A6 as per the Dwg No. RIDEP- Item Sum
PW-NCP-MAH-CWT-M-001. (Chlorine pipe lines shall be paid separately)

200mm Dia DI Out let Pipe


5.23 Supply and laying of pipes numbered B1 up to B5 including BV1 as per the Dwg Item Sum
No. RIDEP-PW-NCP-MAH-CWT-M-001

150mm dia. DI Overflow Pipe and Washout Pipe


5.24 Supply and laying of pipes numbered C1 up to C10 including CV1 as per the Item Sum
Dwg No. RIDEP-PW-NCP-MAH-CWT-M-001

Total of BF-44 Carried to Summary of Bill No. 05


Section IV. Bidding Form BF-45

STATE MINISTRY OF PROVINCIAL COUNCILS AND LOCAL GOVERNMENT AFFAIRS


JICA FUNDED RURAL INFRASTRUCTURE DEVELOPMENT PROJECT IN EMERGING REGIONS (RIDEP)
BILL OF QUANTITIES FOR
CONSTRUCTION OF WATER SUPPLY SYSTEM FOR MAHINDAGAMA AND MAHASENPURA
INTRAGRATED SUB-PROJECT IN POLONNARUWA DISTRICT NORTH CENTRAL PROVINCE
CONTRACT NO. :SL-P116/NCP/WS/2020/07

SUMMARY OF BILL No. 06

Page Total Total Price (LKR)

BF-39
BF-40
BF-41
BF-42
BF-43
BF-44
Total of Bill No - 04 Carried to BOQ Grand Summary
Section IV. Bidding Form BF-46
STATE MINISTRY OF PROVINCIAL COUNCILS AND LOCAL GOVERNMENT AFFAIRS
JICA FUNDED RURAL INFRASTRUCTURE DEVELOPMENT PROJECT IN EMERGING REGIONS (RIDEP)
ENGINEER'S ESTIMATE FOR
CONSTRUCTION OF WATER SUPPLY SYSTEM FOR MAHINDAGAMA AND MAHASENPURA INTRAGRATED SUB-PROJECT
IN POLONNARUWA DISTRICT NORTH CENTRAL PROVINCE
CONTRACT NO. :SL-P116/NCP/WS/2020/07
BILL No : 06 SITE WORKS AND YARD PIPING AT WTP
Item
Description Unit Qty Rate (LKR) Amount (LKR)
No
Site Clearing
Rate shall include for removal of light bushes, shrubs, etc. disposal away
from the site as directed by Engineer.
6.01 Clearing site vegetations; of bushes, shrub, hedges, tree and stumps ≤ 500 m2 2,000.00
mm girth. Rate shall also include disposal of all debris and excavated top
soil within about 05 km from the Site as directed by Engineer.
EARTH WORK
Rate shall include for shoring, disposal of unsuitable or surplus material to
the designated location, compacting, etc.
Excavation
6.02 Excavation of earth (in all material except rock) for treatment plant area, m3 40.00
up to the formation level of each treatment units, stone paving, retaining
walls and road etc. as depicted in drawings and as directed by the Engineer.
Extra over for Rock Excavation
6.03 Rock Excavation-blasting not required as specified. (Provisional Quantity) m3 1.00
3
6.04 Rock Excavation-with control blasting as specified. (Provisional Quantity) m 1.00
Excavation ancillaries
6.05 Disposal of surplus and unsuitable excavated material within about 05 km m³ 30.00
from the Site as directed by Engineer.

Total of BF-46 Carried to Summary of Bill No. 06


Section IV. Bidding Form BF-47

Item
Description Unit Qty Rate (LKR) Amount (LKR)
No
Filling
Rate to be included for supply of imported filling material (if any) as
approved, watering, ramming and compacting (layers not exceeding
compacted thickness of 150mm) as specified and instructed by the
Engineer.
6.06 Filling with selected excavated material (other than top soil or rock) m3 3.00
directed up to the formation level
6.07 Filling with imported material (other than top soil or rock) directed up to m3 2.00
the formation level
6.08 Filling with selected excavated material (other than top soil or rock) around m3 2.00
manholes, chamber, structures up to the formation level.
CONCRETE WORKS
Rate shall include for formwork, supports, steel reinforcement, allowing
fixtures for pipes & fittings, curing, stripping of forms, sampling and
testing of materials and precast units, etc.
6.09 50mm thick Grade C 15 screed concrete for base of manhole, etc. as m2 3.00
depicted in the drawing.
6.10 Filling under structure and for pipe supports with Grade C 15 mass m3 1.00
concrete to the specified grade and lines.
DRAINAGE SYSTEM
Earthen Drain
6.11 Construction of earthen drain Type - C as depicted in the Dwg no. RIDEP- m 88.00
PW-ALL-STD-C-015. Rate shall include for excavation, levelling,
disposal of surplus material, bottom and side preparation.

Total of BF-47 Carried to Summary of Bill No. 06


Section IV. Bidding Form BF-48

Item
Description Unit Qty Rate (LKR) Amount (LKR)
No
Concrete Drain
Rate shall include for excavation ,levelling, disposal of surplus material,
bottom preparation, formwork, reinforcement, concrete, curing as depicted
in the Dwg no. RIDEP-PW-ALL-STD-C-015 and specification.
6.12 Type - B complete with Grade C 25 concrete m 5.00
6.13 Type - A2 complete with Grade C 25 concrete m 3.00
6.14 Type - A1 complete with Grade C 25 concrete m 6.00
6.15 Supply and placing of 150x300x915 mm precast concrete kerbs. Rate shall m 10.00
also include for ground preparation, excavation, levelling, backfilling and
compaction
6.16 Provision of manholes of internal dimension 1,000 x 1,000 mm (MH 01 & Nr 2.00
02) and depth varies from 1.00m to 1.20m, as detailed in the drawing. Rate
shall include for earthworks, concrete, reinforcement, cover and pipe
connections etc.
6.17 Provision of drain pit of internal dimension 300 x 300 mm (P1 & P2) and Nr 2.00
depth varies from 300mm to 400mm, as detailed in the drawing. Rate shall
include for earthworks, concrete, reinforcement, galvanized grating and
pipe connections etc.
MASONRY WORKS
Rate shall include for supply of materials, constructing the wall , providing
quality finishes of exposed surfaces and backfilling around the wall after
construction as depicted in the drawing and directed.
6.18 350mm width Random rubble masonry wall in 1:5 cement sand mortar at m3 2.00
the end of drain pipe outlets.
6.19 Random rubble masonry steps in 1:5 cement sand mortar as directed by the m3 1.00
Engineer.
Total of BF-48 Carried to Summary of Bill No. 06
Section IV. Bidding Form BF-49

Item
Description Unit Qty Rate (LKR) Amount (LKR)
No
EXTERNAL WORKS
Turfing and planting trees
6.20 Turfing including watering till turf take root, upon normal excavated or m2 750.00
filled surface in selected places and embankments with approved grass
and sloping as depicted in the Dwg no. RIDEP-PW-NCP-MAH-WTP-G-
001 and as directed. Rate to include for ground preparation and placing
top soil layer approximately 150mm thick
6.21 Allow for planting of flower trees of specified varieties as directed. Rate Nr 6.00
shall include for watering and maintaining till handing over.
6.22 Plant and grow hedges along the designated lines as depicted in the Dwg m 42.00
no. RIDEP-PW-NCP-MAH-WTP-G-001. Contractor shall select suitable
plants for this purpose with the consent of the Engineer. Payment shall be
made on the healthy growth of the hedges.
Road works
Rate shall include for preparation of sub grade to construct the road to
formation level, compacted earth filling, bedding sand, supply and pave
interlock stone paving with edge restraint concrete etc. as depicted in the
drawing. Pattern of paving, sample of stones etc. shall be submitted for
Engineer's review and obtain approval prior to commence the work.
6.23 Complete construction of the paved road by interlock stone in accordance m2 300.00
with the details depicted in the Dwg no. RIDEP-PW-NCP-MAH-WTP-G-
001 and RIDEP-PW-ALL-STD-C-015 and specifications.

Total of BF-49 Carried to Summary of Bill No. 06


Section IV. Bidding Form BF-50
Item
Description Unit Qty Rate (LKR) Amount (LKR)
No
6.24 Erection of barbed wire fence around Transformer Cubical and Care m 62.00
Taker's Quarters with concrete intermediate posts as depicted in the Dwg
no. RIDEP-PW-ALL-STD-C-010. The rate shall include for earthworks,
concrete support, supply concrete posts, barbed wires, accessories etc.
6.25 Supply and installation of 4.5m wide and 2.8m high GI gate (Type C) as Nr 1.00
depicted in the Dwg no. RIDEP-PW-STD-C-004. Rate shall include for
provision of gate posts, padlock and two coats of anti-corrosive application
followed by one coat of enamel paint etc.
6.26 Supply and installation of 1.5m wide and 2.2m high GI gate as depicted in Nr 2.00
the Dwg No. RIDEP-PW-STD-C-002. Rate shall include for provision of
gate posts, padlock and two coats of anti-corrosive application followed by
one coat of enamel paint etc.
Miscellaneous Works
6.27 Supply and installation of 4m high Concrete Yard Lamp Post - Type "A", Nr 5.00
cobra head type street lanterns with water proof covering and 50 watts LED
bulbs as depicted in the Dwg no. RIDEP-PW-ALL-STD-C-015. Rate shall
include for inter connecting buried cables with conduits, cables from the
designated panel boards, all wiring, fixing of accessories, on/off switches,
etc.
6.28 Provision of garden taps with 20mm PVC pipes, 12mm GI accessories Nr 4.00
complete with 500mm high concrete standpost, etc. and connect to the raw
water supply pipe line as depicted in the Dwg no. RIDEP-PW-ALL-STD-
C-015 and directed by the Engineer. Rate shall include to supply, install
necessary material and pipe connection to the water main.
Geotechnical Investigation
6.29 Perform geotechnical investigation to find out Soil Parameters, nature, Nr 2.00
characteristics and Safe Bearing Pressure, One Bore Hole investigation test
for 100m3 Clear Water Tanks
Total of BF-50 Carried to Summary of Bill No. 06
Section IV. Bidding Form BF-51

Item
Description Unit Qty Rate (LKR) Amount (LKR)
No
6.30 Mackintosh investigation test in Aerator, Raw Water Ground Tank, Filter Nr 4.00
and Pump Room locations
YARD PIPING
Provision, jointing & fixing including gaskets, rubber rings, lubricants,
nuts, bolts & accessories etc.
Supply, handling, laying and jointing of pipes, fittings & accessories,
excavating and backfilling pipe trenches including pressure testing,
disinfection and commissioning. Rate to include for setting out, cutting &
reaming of pipes, dewatering, shoring, backfilling with selected soil and
disposal of surplus excavated material where necessary, compaction as
specified, installation of primer mastic profile, mastic tape, pipe supports,
protective tape, pipe brackets, warning tapes as required
All DI pipes, fittings & accessories shall be supplied with following class
designations of specifications (herein) unless otherwise stated or required
by mating flange.
DI Pipes & Fittings
Socket and Spigot Pipes K 9
Pipes with Integral Flanges K 12
Pipes with factory welded Flanges K 9
Pipes with screwed Flanges K 9 or K 10
Fittings except Tees K 12, Tees K 14, Flanges PN 16
Supply and Installation of DI/uPVC/HDPE Pipes and Fittings for
Yard piping between treatment components and inside the WTP
premises as depicted in the drawing RIDEP-PW-NCP-MAH-WTP-
YP-001
Rate shall include for supply, placing, laying the material in position,
installation with necessary fittings etc. including earth works and
compaction.
Total of BF-51 Carried to Summary of Bill No. 06
Section IV. Bidding Form BF-52

Item
Description Unit Qty Rate (LKR) Amount (LKR)
No
6.31 150mm Dia. PN16, DI pipe between WTP boundary and DI inlet end of m 3.00
Aerator as detailed in the drawings (YP1).
6.32 Supply and install 150mm dia.Ultra Grip Coupling ( connect 160mm Dia. Nr 1.00
HDPE to and 150mm Dia. DI Pipe)
6.33 200mm Dia. PN16, DI Pipe between DI end of Aerator outlet to DI end of m 3.00
Raw Water Storage Tank including all fittings and connection as detailed
in the drawings (YP2).
6.34 150mm Dia. PN16, DI Pipe between DI end of Pressure Filter to DI end of m 20.00
Clear Water Tanks as detailed in the drawings (YP3).
6.35 200mm Dia. PN16, DI Pipe between DI end of Clear Water Tank to DI end m 8.00
of inlet to the Pump Skid as detailed in the drawings (YP4).
6.36 200mm Dia. PN16, all socketted equal Tee Nr 1.00
6.37 200mm Dia. DI Flange Adaptor Nr 2.00
6.38 200mm Dia. 500mm long, DI Flange and Plain Ended Pipe Nr 2.00
6.39 200mm Dia. DI Coupling to connect 200mm DI plain ended pipes Nr 1.00
6.40 200 x 100mm DI PN16, all socketted Tee for Back Wash system Nr 1.00
6.41 100mm Dia. PN16, DI Pipe from Clear Water Tank to Back Wash Pumps m 4.00
as detailed in the drawings (YP5).
6.42 160mm Dia. HDPE Pipe from Pump Room to the boundary of the WTP as m 50.00
detailed in the drawings (YP6).
6.43 20mm uPVC, PNT14 yard piping between chlorine pumps to feeing m 156.00
locations including all fittings and connection as detailed in the drawings
(YP8).
6.44 20mm uPVC, PNT14 yard piping for service water from the taping location m 34.00
at Distribution Main to the Wash rooms, Chlorine room including
connections and valves as detailed in the drawings and directed (YP13).
Total of BF-52 Carried to Summary of Bill No. 06
Section IV. Bidding Form BF-53

Item Unit Qty


Description Rate (LKR) Amount (LKR)
No
6.45 20mm uPVC, PNT14 yard piping for Garden Water from the taping m 90.00
location of raw water main to the garden taps and connection as detailed
in the drawings (YP14).
Supply and Installation of uPVC Pipes and Fittings for Yard piping
from DI end of washout/over flow to pit, drain etc. at the depth of
300mm and as depicted in the Dwg no. RIDEP-PW-NCP-MAH-WTP-
YP-001
Rate shall include for supply, placing, laying the material in position,
installation with necessary fittings, warning sign for shallow pipe, pipe
connection to the drainage structure etc. including earthworks and
compaction.
6.46 160mm uPVC, PNT7 yard piping between DI end of washout, overflow m 6.00
of Aerator to the Drain type- C including all fittings and connection as
detailed in the drawings (YP9).
6.47 160mm uPVC, PNT7 yard piping between DI end of washout, overflow m 5.00
of raw water storage tank to Drain Type- C including all fittings and
connection as detailed in the drawings (YP10).
6.48 160mm uPVC, PNT7 yard piping from filter system to Drain Pit 1 and m 8.00
from Drain Pit P1 to the drain Type - C including all fittings and connection
as detailed in the drawings (YP11).
6.49 160mm uPVC, PNT7 yard piping between DI end of washout, overflow m 5.00
of Clear Water Tank to the Drain Pipt 2 and then Drain Type-C including
all fittings and connection as detailed in the drawings (YP12).
6.50 Supply and laying of approved detectable type warning tape above yard m 75.00
pipes and as directed.

Total of BF-53 Carried to Summary of Bill No. 06


Section IV. Bidding Form BF-54

STATE MINISTRY OF PROVINCIAL COUNCILS AND LOCAL GOVERNMENT AFFAIRS


JICA FUNDED RURAL INFRASTRUCTURE DEVELOPMENT PROJECT IN EMERGING REGIONS (RIDEP)
BILL OF QUANTITIES FOR
CONSTRUCTION OF WATER SUPPLY SYSTEM FOR MAHINDAGAMA AND MAHASENPURA INTRAGRATED SUB-PROJECT IN
POLONNARUWA DISTRICT NORTH CENTRAL PROVINCE
CONTRACT NO. :SL-P116/NCP/WS/2020/07
SUMMARY OF BILL No. 06

Page No Total Price (LKR)


BF-46
BF-47
BF-48
BF-49
BF-50
BF-51
BF-52
BF-53
Total of Bill No - 06 Carried to BOQ Grand Summary
Section IV. Bidding Form BF-55

STATE MINISTRY OF PROVINCIAL COUNCILS AND LOCAL GOVERNMENT AFFAIRS


JICA FUNDED RURAL INFRASTRUCTURE DEVELOPMENT PROJECT IN EMERGING REGIONS (RIDEP)
BILL OF QUANTITIES
CONSTRUCTION OF WATER SUPPLY SYSTEM FOR MAHINDAGAMA AND MAHASENPURA INTRAGRATED SUB-PROJECT
IN POLONNARUWA DISTRICT NORTH CENTRAL PROVINCE
CONTRACT NO. :SL-P116/NCP/WS/2020/07
BILL No : 07 BUILDINGS AND ANCILLARY WORKS AT WTP
Item
No Description Unit Qty Rate (LKR) Amount (LKR)
Rate shall include for excavation for foundation, construction of foundation, super
structure, concrete floors, steps, ramp, roof, ceiling, plastering, ceramic glazed tiles,
supplying and fixing of doors, windows, pipe works, bath room accessories, rain water
disposal items, paintings & finishes with all electrical fittings etc. as depicted in the
drawing and as specification. Area of the building measured externally (i.e. to the
external face of the perimeter walls at plinth level) . Septic tank and soakage pit,
inspection pits, pipe connections etc. paid separately.

7.01 Construction of Building for Office, Stores and Operator's Room within the premises. m2 59.00
Rate shall include for foundation, concrete works, internal plumbing, electrical wiring;
provision of sanitary, electrical and water supply fittings with wash basin; finishing,
plastering, ceramic glazed tiles, rack for stores, painting, doors, windows, service
connections and etc. with necessary accessories as depicted in the Dwg No. RIDEP-
PW-NCP-MAH-OOB-GA-001 and as directed. List of fixtures for Wash room and toilet
provided under the Annex -05.

7.02 Construction of Building for Pump and Chlorine Building within the premises. Rate m2 37.00
shall include for foundation, concrete works, internal plumbing, electrical wiring;
provision of electrical fittings; finishing, plastering, provision of cable duct, painting,
doors, windows, roof slab, service connections, installation of eyewash basin & shower
etc. with necessary accessories as depicted in the Dwg No. RIDEP-PW-NCP-MAH-
PCB-GA-001 and as directed.
Total of BF-55 Carried to Summary of Bill No. 07
Section IV. Bidding Form BF-56

Item
No Description Unit Qty Rate (LKR) Amount (LKR)
7.03 Construction of Care Taker's Quarters within the premises. Rate shall include for m2 77.00
foundation, concrete works, internal plumbing, electrical wiring and fixtures, provision
of wash room fixtures, finishing, plastering, painting, roofing, ceiling, doors, windows,
valance, rain water gutters, down pipes, Kitchen sink, pantry cupboard below the work
top, service connections, etc. with necessary accessories as depicted in the drawing
RIDEP-PW-NCP-MAH-CTQ-001, RIDEP-PW-NCP-MAH-CTQ-002 and as directed.
7.04 Construction of Building for Pressure Filter system within the premises. Rate shall m2 32.00
include for foundation, concrete works including bases for filters and pumps, Steel
columns, Roof, Wall Cladding, Drain, Grating, Electrical wiring and fixtures etc. as
depicted in the drawing RIDEP-PW-NCP-MAH-PFB-GA-001, RIDEP-PW-NCP-
MAH-PFB-S-001 and as directed
7.05 Construction of Transformer Cubical within the premises complete with door, windows m2 5.00
and all the necessary fitting etc. as depicted in the Dwg No. RIDEP-PW-NCP-MAH-
CEB-GA-001and as directed.
7.06 Construction of septic tank and soakage pit within the premises with necessary pipe Nr 2.00
connections as depicted in the Dwg No. RIDEP-PW-ALL-STD-C-003 and directed.
Rate to include for necessary earth excavation, backfilling and compaction etc.
7.07 Construction of 600mm x 450mm inspection pits with concrete lid at the sewer line Dwg Nr 3.00
No. RIDEP-PW-ALL-STD-C-003. Rate to include for necessary earth works, cement
mortar benching, rendering, pipe connections etc.
7.08 Supply and laying uPVC pipe of 110mm diameter between the components enable m 20.00
complete the sewer system. Rate to include for necessary earth excavation, backfilling
and compaction etc.

Total of BF-56 Carried to Summary of Bill No. 07


Section IV. Bidding Form BF-57

STATE MINISTRY OF PROVINCIAL COUNCILS AND LOCAL GOVERNMENT AFFAIRS


JICA FUNDED RURAL INFRASTRUCTURE DEVELOPMENT PROJECT IN EMERGING REGIONS (RIDEP)
BILL OF QUANTITIES FOR
CONSTRUCTION OF WATER SUPPLY SYSTEM FOR MAHINDAGAMA AND MAHASENPURA INTRAGRATED SUB-
PROJECT IN POLONNARUWA DISTRICT NORTH CENTRAL PROVINCE
CONTRACT NO. :SL-P116/NCP/WS/2020/07

SUMMARY OF BILL No. 07

Page No Total Price (LKR)

BF-55

BF-56
Total of Bill No - 7 Carried to BOQ Grand Summary
Section IV. Bidding Form BF-58

STATE MINISTRY OF PROVINCIAL COUNCILS AND LOCAL GOVERNMENT AFFAIRS


JICA FUNDED RURAL INFRASTRUCTURE DEVELOPMENT PROJECT IN EMERGING REGIONS (RIDEP)
BILL OF QUANTITIES FOR
CONSTRUCTION OF WATER SUPPLY SYSTEM FOR MAHINDAGAMA AND MAHASENPURA INTRAGRATED SUB-PROJECT IN
POLONNARUWA DISTRICT NORTH CENTRAL PROVINCE
CONTRACT NO. :SL-P116/NCP/WS/2020/07
BILL No: 08 PIPE WORKS
Item
Description Unit Qty Rate (LKR) Amount (LKR)
No.
Rates and Prices for BOQ items given hereunder to be included. Supplying
of all necessary material, shrub clearing, removing excess soil, excavation
(other than asphalt, tar, concrete surface & hard rock), shoring, dewatering,
diversion of water, laying and jointing of pipes, installation of fittings,
specials, valves, back filling with specified material, construction of
chambers, culverts & road crossings, road reinstatement (Gravel & concrete
paving) and etc. All works shall be done in conjunction with general
requirements, specifications, drawings, and preamble to BOQ and other
specific contractual requirements.

All pipes, fittings, specials, shall be supplied and installed by the Contractor
with Rubber Rings, Lubricants, Nuts & Bolts, protection tapes, and all other
associated materials required for completion of the work.
SITE WORK
8.01 General clearances such as removal of tree girth less than 500mm, stumps, roots
and other obstructions along the pipe laying stretch with up to 300mm each side m2 121,000.00
of the specified trench width

Total of BF-58 Carried to Summary of Bill No - 08


Section IV. Bidding Form BF-59

Item
Description Unit Qty Rate (LKR) Amount (LKR)
No.
PIPE WORK - PIPES
Supplying all pipes, specials & fittings, construction thrust block, etc.
Excavation, shoring, pipe bedding, Laying (along shoulder or outside the
shoulder ) & jointing pipes, specials & fittings in trenches and backfilling
the trenches with selected excavated material / specified material in layers
not more than 150mm and compacting including hydrostatic pressure
testing as described in the specifications and directed by Engineer. In
trenches depth not exceeding 1.5m.
HDPE Pipe
All pipes and fittings materials shall be HDPE Pipes with PE100 SDR 17 PN
10.
Laying and jointing or fixing of HDPE pipe with butt fusion joint in
trenches.
For Raw Water main
8.02 160 mm Dia. m 680.00
For Distribution System
8.03 63mm Dia. m 31,600.00
8.04 90 mm Dia. m 57,100.00
8.05 110 mm Dia. m 12,800.00
8.06 160 mm Dia. m 8,100.00
PIPE WORK - FITTINGS & VALVES
All Fittings shall be ( PE100 SDR 17 PN 10)
HDPE Bends
8.07 160 mm Dia 900 bend Nr 7.00
8.08 160 mm Dia 450 bend Nr 10.00

Total of BF-59 Carried to Summary of Bill No - 08


Section IV. Bidding Form BF-60

Item
Description Unit Qty Rate (LKR) Amount (LKR)
No.
8.09 160 mm Dia 22 1/20 bend Nr 11.00
8.10 110 mm Dia 900 bend Nr 16.00
8.11 110 mm Dia 450 bend Nr 27.00
8.12 110 mm Dia 22 1/20 bend Nr 22.00
8.13 90 mm Dia 900 bend Nr 41.00
8.14 90 mm Dia 450 bend Nr 44.00
8.15 90 mm Dia 22 1/20 bend Nr 40.00
8.16 63 mm Dia 900 bend Nr 39.00
8.17 63 mm Dia 450 bend Nr 31.00
HDPE Tee for Junction and Branches
8.18 160mm x 160mm Nr 4.00
8.19 160mm x 110mm Nr 2.00
8.20 160mm x 90mm Nr 10.00
8.21 160mm x 63mm Nr 1.00
8.22 110mm x 110mm Nr 18.00
8.23 110mm x 90mm Nr 45.00
8.24 110mm x 63mm Nr 14.00
8.25 90mm x 90mm Nr 119.00
8.26 90mm x 63mm Nr 67.00
8.27 63mm x 63mm Nr 27.00
HDPE Tee for Washout
8.28 160mm x 90mm Nr 3.00
8.29 110mm x 90mm Nr 3.00
8.30 90mm x 90mm Nr 21.00
8.31 63mm x 63mm Nr 3.00
Total of BF-60 Carried to Summary of Bill No - 08
Section IV. Bidding Form BF-61

Item
Description Unit Qty Rate (LKR) Amount (LKR)
No.
HDPE Reducers
8.32 160mm - 110mm Nr 3.00
8.33 110mm - 90mm Nr 10.00
8.34 110mm - 63mm Nr 2.00
8.35 90mm - 63mm Nr 27.00
HDPE Endcap for Junctions and Branches
8.36 160mm Dia. Nr 2.00
8.37 110mm Dia. Nr 7.00
8.38 90mm Dia. Nr 56.00
8.39 63mm Dia. Nr 104.00
PIPE WORK - MANHOLES & PIPEWORK ANCILLARIES
All valves shall be supplied and installed in surface box assembly unless
otherwise specified as in chambers. If valves are with surface box assembly, it
shall be DI epoxy coated valves. Rates shall be included for supply, handling,
laying and jointing of all pipe pieces, fittings, specials and valves with necessary
excavation, backfilling and reinstatement of trenched areas (Rate shall also
include for dewatering, shoring, backfilling with imported soil and disposal of
surplus excavated material where necessary). If concrete chamber is provided it
shall have benches, rungs, MS Plates, connection material, etc., and completed
with construction of chamber with manhole cover /surface box as specified
including pressure testing, disinfection and commissioning.
Section Valves
Section Valves assembly with Surface boxes including supplying & fixing of all
necessary material as indicated on Dwg No. RIDEP-PW-ALL-STD-TD-20 and 22.
8.40 80 mm dia. Gate Valve with surface box assembly Type - B for HDPE / DI Line Nr 13.00
for 90mm dia. HDPE Line
Total of BF-61 Carried to Summary of Bill No - 08
Section IV. Bidding Form BF-62
Item
Description Unit Qty Rate (LKR) Amount (LKR)
No.
8.41 100 mm dia. Gate Valve with surface box assembly Type - B for HDPE / DI Line Nr 10.00
for 110mm dia. HDPE Line
8.42 150 mm dia. Gate Valve with Chamber Type - A for HDPE/ DI Line for 160mm Nr 2.00
dia. HDPE Line
8.43 150 mm dia. Gate Valve with surface box assembly Type - B for HDPE / DI Line Nr 2.00
for 160mm dia. HDPE Line
Washout Valves
Washout Valves & Surface boxes including supplying & fixing of all necessary
material as indicated on Dwg No. RIDEP-PW-ALL-STD-TD-24. (include all the
cost associated other than supply & install branch off Tee, which will be paid
separately).
8.44 80 mm dia. Sluice Valve with surface box assembly Type - B for 63mm HDPE Nr 1.00
Line
8.45 80 mm dia. Sluice Valve with surface box assembly Type - B for 90mm HDPE Nr 11.00
Line
8.46 80 mm dia. Sluice Valve with surface box assembly Type - B for 110mm HDPE Nr 1.00
Line
8.47 80 mm dia. Sluice Valve with surface box assembly Type - B for 160mm HDPE Nr 1.00
Line
Out fall structure
Out fall structure for washout including supplying & fixing of all necessary
material as indicated on Dwg No. RIDEP-PW-ALL-STD-TD-027. Rate to
include construction of outfall structure & pipe laying in between washout to
outfall (not more than 10.0m length) including all pipe & fittings.
8.48 Out fall (Chamber Type) Nr 12.00
8.49 Out fall (Open Type) Nr 2.00

Total of BF-62 Carried to Summary of Bill No - 08


Section IV. Bidding Form BF-63
Item
Description Unit Qty Rate (LKR) Amount (LKR)
No.
Air valves
Rate to include supply & laying of 25mm dia. single (small) orifice Air valves with
isolating cock (screwed down type), and all necessary fittings including chamber
Type - B as per Dwg No. RIDEP-PW-ALL-STD-TD-17.
8.50 For 90 mm HDPE Line Nr 7.00
8.51 For 110 mm HDPE Line Nr 5.00
8.52 For 160 mm HDPE Line Nr 1.00
Rate to include supply & laying 50mm dia. double orifice Air valves with 80mm dia
flange and all necessary fittings including chamber Type - B as per Dwg No. RIDEP-
PW-ALL-STD-TD-018.
8.53 For 160mm dia HDPE line (Provisional quantity) Nr 1.00
Air valves for Culvert and Bridge crossings
Rate to include supply & installation of 25mm dia. single (small) orifice Air valves
with isolating cock (screwed down type) with Protective cover as per Dwg No.
RIDEP-PW-ALL-STD-TD-08 ,wherever necessary as directed by the Engineer.
8.54 For 80 mm DI culvert crossing, in 90mm dia HDPE line Nr 10.00
8.55 For 100 mm DI culvert crossing, in 110mm dia HDPE line Nr 15.00
8.56 For 150 mm DI culvert crossing, in 160mm dia HDPE line Nr 14.00
CULVERT CROSSING
Complete Culvert Crossing with supply and laying of all necessary pipes,
fittings and any other connection material to complete the Works as shown in
Standard Drawings. Rate also to be included for additional excavation, shoring,
diversion of water ways, traffic controlling, providing suitable anchor blocks,
thrust blocks, concrete pipe supports, steel straps, anchor bolts, excavated or
imported backfilling, sand filling to encasements, flange protection and all other
necessary materials to complete the crossing. ‘Total length of the culvert
crossing is (L + Minimum of 2000mm). ('L' is Clear span for the water path).
Total of BF-63 Carried to Summary of Bill No - 08
Section IV. Bidding Form BF-64
Item
Description Unit Qty Rate (LKR) Amount (LKR)
No.
Culvert crossing Type 'A'
Width ( L ≤ 1m
8.57 63 mm dia. HDPE Nr 1.00
8.58 90 mm dia. HDPE Nr 33.00
8.59 110 mm dia. HDPE Nr 11.00
8.60 160 mm dia. HDPE Nr 1.00
Width ( L ) ≤ 2m
8.61 63 mm dia. HDPE Nr 1.00
8.62 90 mm dia. HDPE Nr 13.00
8.63 110 mm dia. HDPE Nr 1.00
8.64 160 mm dia. HDPE Nr 1.00
Width ( L ) ≤ 4m
8.65 90 mm dia. HDPE Nr 1.00
8.66 110 mm dia. HDPE Nr 2.00
Width ( L ) ≤ 8m
8.67 110 mm dia. HDPE Nr 2.00
Culvert crossing Type 'B1'
Width ( L ) ≤ 1m
8.68 63 mm dia. HDPE Nr 1.00
8.69 90 mm dia. HDPE Nr 2.00
8.70 110 mm dia. HDPE Nr 3.00
8.71 160 mm dia. HDPE Nr 1.00
Width ( L ) ≤ 2m
8.72 90 mm dia. HDPE Nr 3.00
8.73 110 mm dia. HDPE Nr 3.00

Total of BF-64 Carried to Summary of Bill No - 08


Section IV. Bidding Form BF-65
Item
Description Unit Qty Rate (LKR) Amount (LKR)
No.
Culvert crossing Type 'B'
Width ( L ) ≤ 1m
8.74 90 mm dia. HDPE Nr 1.00
8.75 110 mm dia. HDPE Nr 1.00
Culvert Crossing Type 'E2' (Air valve paid separately)
Width ( L ) ≤ 1m
8.76 80mm dia. DI pipe crossing for 90mm dia. HDPE pipe line Nr 3.00
8.77 100mm dia. DI pipe crossing for 110mm dia. HDPE pipe line Nr 4.00
8.78 150mm dia. DI pipe crossing for 160mm dia. HDPE pipe line Nr 2.00
Width ( L ) ≤ 2m
8.79 80mm dia. DI pipe crossing for 90mm dia. HDPE pipe line Nr 4.00
8.80 150mm dia. DI pipe crossing for 160mm dia. HDPE pipe line Nr 1.00
Width ( L ) ≤ 3m
8.81 80mm dia. DI pipe crossing for 90mm dia. HDPE pipe line Nr 1.00
8.82 100mm dia. DI pipe crossing for 110mm dia. HDPE pipe line Nr 1.00
8.83 150mm dia. DI pipe crossing for 160mm dia. HDPE pipe line Nr 1.00
Culvert Crossing Type 'E1' (Air valve paid separately)
Width ( L ) ≤ 1m
8.84 100mm dia. DI pipe crossing for 110mm dia. HDPE pipe line Nr 2.00
Width ( L ) ≤ 2m
8.85 80mm dia. DI pipe crossing for 90mm dia. HDPE pipe line Nr 1.00
8.86 150mm dia. DI pipe crossing for 160mm dia. HDPE pipe line Nr 1.00
Width ( L ) ≤ 3m
8.87 80mm dia. DI pipe crossing for 90mm dia. HDPE pipe line Nr 1.00
8.88 100mm dia. DI pipe crossing for 110mm dia. HDPE pipe line Nr 1.00
Total of BF-65 Carried to Summary of Bill No - 08
Section IV. Bidding Form BF-66
Item
Description Unit Qty Rate (LKR) Amount (LKR)
No.
8.89 150mm dia. DI pipe crossing for 160mm dia. HDPE pipe line Nr 3.00
Width ( L ) ≤ 4m
8.90 100mm dia. DI pipe crossing for 110mm dia. HDPE pipe line Nr 4.00
8.91 150mm dia. DI pipe crossing for 160mm dia. HDPE pipe line Nr 4.00
Bridge Crossing Type 'BC1' (Refer Dwg No. RIDEP-PW-NCP-MAH-BC1-
C-001) (Air valve paid separately)
Width ( L ) ≤ 5m
8.92 150mm dia. DI pipe crossing for 160mm dia. HDPE pipe line Nr 1.00
Bridge Crossing Type 'BC2' (Refer Dwg No. RIDEP-PW-NCP-MAH-BC2-
C-001) (Air valve paid separately)
Width ( L ) ≤ 7m
8.93 100mm dia. DI pipe crossing for 110mm dia. HDPE pipe line Nr 2.00
Width ( L ) ≤ 8m
8.94 100mm dia. DI pipe crossing for 110mm dia. HDPE pipe line Nr 1.00
Bridge Crossing Type 'BC3' (Refer Dwg No. RIDEP-PW-NCP-MAH-BC3-
C-001) (Air valve paid separately)
8.95 150mm dia. DI pipe crossing for 160mm dia. HDPE pipe line Nr 1.00
Crossing Type 'B2' (Refer Dwg No. RIDEP-PW-ALL-STD-TD-006)
8.96 150mm dia. DI pipe crossing for 160mm dia. HDPE pipe line Nr 1.00
Road crossing
Refer Standard Dwg No. RIDEP-PW-ALL-STD-TD-002 & 003 for details of
road crossing. (Rate shall also include supply & laying of HDPE pipes & fittings,
NP3 Hume pipe sleeve with sand filling with necessary safety and traffic control)

Total of BF-66 Carried to Summary of Bill No - 08


Section IV. Bidding Form BF-67

Item
Description Unit Qty Rate (LKR) Amount (LKR)
No.
No dig trenching methods to Asphalt surfacing
To avoid breaking of such road stretches, it is expected to implement no-dig
trenching methods such as pipe-jacking, horizontal directional drilling or micro-
tunneling. The Contractor shall insert the rate depending on his method chosen.
A method statement should be submitted before execution of the Works & to be
approved by the Engineer and relevant Authorities.
8.97 63 mm dia. HDPE m 36.00
8.98 90 mm dia. HDPE m 10.00
8.99 110 mm dia. HDPE m 20.00
8.100 160 mm dia. HDPE m 24.00
Asphalt/Tar/Concrete/Interlock Road crossing (with cutting across the road)
8.101 63 mm dia. HDPE m 22.00
8.102 90 mm dia. HDPE m 36.00
8.103 110 mm dia. HDPE m 78.00
8.104 160 mm dia. HDPE m 28.00
Gravel Road crossing/ paddy field path crossing (with cutting across the road)
NP2 Hume pipes shall be used for this crossing.
8.105 63mm dia. HDPE m 35.00
8.106 90mm dia. HDPE m 120.00
8.107 110mm dia. HDPE m 80.00
8.108 160mm dia. HDPE m 60.00
Marker Post
8.109 Supplying & fixing Marker posts for valves & boundaries complete as shown in the Nr 242.00
Dwg No. RIDEP-PW-ALL-STD-TD-028.
Marker tapes
8.110 Supply and laying of approved detective type marker tape as specified in drawings
& specification. m 110,280.00
Total of BF-67 Carried to Summary of Bill No - 08
Section IV. Bidding Form BF-68

Item
Description Unit Qty Rate (LKR) Amount (LKR)
No.
PIPE WORK -
SUPPORTS AND PROTECTION TO LAYING & EXCAVATION
Extra over excavation
8.111 Rock Excavation-blasting not required as specified. (Provisional Quantity). m3 120.00
8.112 Rock Excavation-with control blasting as specified. (Provisional Quantity). m3 150.00
8.113 Rock requiring blasting - chemical blasting (provisional quantity) m3 75.00
Extra over Special Bedding & Backfilling
Supply and placing type of imported pipe bedding & surround materials as
per standard drawing and backfilling trenches with imported material in
locations instructed by the Engineer as per the site requirement.
8.114 Saturated sand (provisional quantity) m3 190.00
8.115 Quarry dust (provisional quantity) m3 245.00
8.116 Imported material (gravel, Type II, CBR>20) compacted in layers approx. m3 470.00
200mm thick in Local Authority / PRDA / PS / road shoulders/ road crossings in
locations where as directed by the Engineer as per the site
requirement.(provisional quantity)
8.117 Aggregate base Course material (provisional Quantity) m3 65.00
8.118 Granular or crushed stone with compaction (provisional quantity) m3 145.00
8.119 Laying including supply & delivery of Geotextile material (Provisional m2 230.00
Quantity)
8.120 Prime coat CSS1 @ 1 Ltr with sand spreading (provisional quantity) m2 140.00

Total of BF-68 Carried to Summary of Bill No - 08


Section IV. Bidding Form BF-69

Item
Description Unit Qty Rate (LKR) Amount (LKR)
No.
Cleaning, Disinfection and commissioning as specified
8.121 63 mm dia. HDPE m 31,600.00
8.122 90 mm dia. HDPE m 57,100.00
8.123 110 mm dia. HDPE m 12,800.00
8.124 160 mm dia. HDPE m 8,780.00
ROAD REINSTATEMENT IN CARRIAGEWAYS, SHOULDERS AND C
ROSSINGS
Reinstatement shall be completed as shown in Drawings. The cost for the
reinstatement with selected materials or imported materials shall be calculated
based on the respective drawing given for each category of the road and trench
location. Rate shall include the cost for imported pipe bedding and surrounding
material shown in the above drawings and required degree of compaction, Cost
for arranging, conducting and producing compaction test reports from RDA/ third
party laboratory (Approved by the Engineer) in specified intervals. (For the
payment entitlement, testing carried out should satisfy the specified degree of
compaction given in the drawings)

Cutting carriageway
8.125 Cutting asphalt/tar road carriageway (not exceeding thickness 300 mm) on PRDA m2 38.00
roads and for road crossings (with asphalt cutter or any suitable measure and
disposal of waste material elsewhere as directed).
8.126 Cutting concrete carriageway (not exceeding thickness 300 mm) on PS roads and m2 56.00
for road crossings (with asphalt cutter or any suitable measure and disposal of
waste material elsewhere as directed).
Total of BF-69 Carried to Summary of Bill No - 08
Section IV. Bidding Form BF-70

Item
Description Unit Qty Rate (LKR) Amount (LKR)
No.
Road Reinstatement in Carriageway Areas damage for cutting of pipe tren
chers as per the Standard Drawings and specification
For 63mm, 90mm 110mm & 160mm PE Pipes.
8.127 Temporary Road re-instatement on Carriageway of Local authority/PRDA/PS m2 38.00
roads with asphalt / tarred road in accordance with specification, and as shown in
drawing (and maintaining the road surface until handing over to the Local
Authority/PS).
8.128 Road re-instatement on carriageway of Local authority/ PS roads with Concrete m2 56.00
in accordance with specification and as shown in the drawing (and maintaining
the road surface until handing over the Local Authority/PS).
8.129 Road re-instatement on carriageway of Local authority/ PS roads with Gravel in m2 445.00
accordance with specification and as shown in the drawing (and maintaining the
road surface until handing over).
Road reinstatement in Shoulders Areas damage for cutting of pipe trenches
For 63mm, 90mm 110mm & 160mm PE Pipes.
8.130 Re-instatement in Gravel shoulders of Local authority/ PS roads in accordance m2 1,220.00
with specification, and as shown in drawing (and maintaining the road surface
until handing over to Local authority/PRDA/PS).
8.131 Supply and installation of 20mm MDPE Pipe house connections. Rate including Nr 2,077.00
all necessary pipe & fittings with water meter and labor as per Standard Dwg No.
RIDEP-PW-ALL-STD-TD-37 and described in the specifications and directed
by Engineers.
Sluice valve operating key (T)
8.132 Supply of Valve key 1.00 m long Nr 1.00
8.133 Supply of Valve key 1.50 m long Nr 1.00
Total of BF-70 Carried to Summary of Bill No - 08
Section IV. Bidding Form BF-71
STATE MINISTRY OF PROVINCIAL COUNCILS AND LOCAL GOVERNMENT AFFAIRS
JICA FUNDED RURAL INFRASTRUCTURE DEVELOPMENT PROJECT IN EMERGING REGIONS (RIDEP)
BILL OF QUANTITIES
CONSTRUCTION OF WATER SUPPLY SYSTEM FOR MAHINDAGAMA AND MAHASENPURA INTRAGRATED SUB-
PROJECT IN POLONNARUWA DISTRICT NORTH CENTRAL PROVINCE
CONTRACT NO.: SL-P116/NCP/WS/2020/07
SUMMARY OF BILL No. 08
Page No Total Price (LKR)
BF-58
BF-59
BF-60

BF-61

BF-62

BF-63

BF-64

BF-65

BF-66

BF-67

BF-68

BF-69

BF-70
Total of Bill No - 8 Carried to BOQ Grand Summary
Section IV. Bidding Form BF-72
STATE MINISTRY OF PROVINCIAL COUNCILS AND LOCAL GOVERNMENT AFFAIRS
JICA FUNDED RURAL INFRASTRUCTURE DEVELOPMENT PROJECT IN EMERGING REGIONS (RIDEP)
BILL OF QUANTITITES FOR
CONSTRUCTION OF WATER SUPPLY SYSTEM FOR MAHINDAGAMA AND MAHASENPURA INTRAGRATED SUB-PROJECT
IN POLONNARUWA DISTRICT NORTH CENTRAL PROVINCE
CONTRACT NO.: SL-P116/NCP/WS/2020/07
BILL NO. 09 - MECHANICAL & ELECTRICAL WORKS
Item
Description Unit Qty Rate (LKR) Amount (LKR)
No.
NOTE: Rates and Prices entered against BOQ items given herein shall be made in
conjunction with Specifications, Drawings, General Requirements, Preamble to BOQ
and Contractual requirements not limited to the descriptions given in the captions.
Mechanical works
Intake
9.01 Supply & Installation of Submersible pump with hose connector (62.5 m3/hr @ 18 m Nr 2.00
head -3ph/400v/50Hz Tag. MAH-PP-01/02). including all necessary accessories
complete with electrical connection, Fasteners and concrete plinth as per Dwg No.
RIDEP-PW-NCP-MAH-PID-001 & RIDEP-PW-NCP-MAH-INT-M-001 and as
described in specifications.

9.02 Supply and installation of 0.5-ton movable monorail/Jib crane set with manual hoist with Nr 1.00
lifting hook, Mild steel I beam as shown in drawings and in specifications.
Direct Pumping system
Under this section design, supply, handling and installation of equipment, pipes,
fittings & accessories inside the pump house building is considered, Rate to
include pipe supports, pressure testing and commissioning with all other items
required as shown in drawing no. RIDEP-PW-NCP-MAH-PID-001 & RIDEP-
PW-NCP-MAH-GR-M-001/002 as described in specifications and works up to
the satisfaction of the Engineer.

Total of Page BF-72 carried to Summary of Bill No 09


Section IV. Bidding Form BF-73

Item
Description Unit Qty Rate (LKR) Amount (LKR)
No.
Direct pumping
9.03 Design, supply and installation of direct demand distribution booster pump set Nr 1.00
for distribution zone consisting of 03 number of Vertical multistage pumps (02
duty and 01 standby) with VSD for each the capacity of 39.6 m3/hr (Each pump)
at 60m head with hydro-pneumatic tank and other necessary instruments, control
panel, accessories and piping for complete operation as shown in drawings and
described in specifications.
9.04 Supply and installation of all pipes, fittings and accessories as mentioned in the Item Sum
Pipe work schedule - 01 of drawing number RIDEP-PW-NCP-MAH-PCB-M-
001.
Chlorination system
9.05 Supply, installation of approved quality package chlorination system inside the Nr 1.00
chlorination room completed with all instruments and accessories as shown in
Dwg No. RIDEP-PW-NCP-MAH-PID-002 & RIDEP-PW-NCP-MAH-INT-M-
001 & RIDEP-PW-NCP-MAH-WTP-YP-001 and as described in specifications.
The package should have facility for variable feeding range as defined with
necessary safety precautions for operator's safety. Rate shall include overall
commissioning of the package up to the satisfaction of the Engineer.
Ventilation fan
9.06 Supply and installation of wall mount type Exhaust Air fan with the capacity of Nr 1.00
950m3/hr with duct work as shown as shown in drawings. (MAH-EF-011)

Static Mixer
9.07 Supply and installation of Static mixer as per the drawing and specification. Nr 1.00

Total of Page BF-73 carried to Summary of Bill No 09


Section IV. Bidding Form BF-74

Item
Description Unit Qty Rate (LKR) Amount (LKR)
No.
Electrical & Instrumentation work
Rates shall be included for supply and installation of all necessary cable
accessories such as cable ties, Cable Lugs, Glands, identification tags, warning
tiles and accessories, All horizontal and vertical Cable trays

Intake
9.08 Allow for supply and fixing of pump control panel (MAH-PCP-01) as per the Nr 1.00
specification & detail Dwg no. RIDEP-PW-NCP-MAH-INT-E-002.

9.09 Cable of 4Cx10mm2, Cu/XLPE/PVC +E with all cables and necessary m 50.00
accessories from CEB metering point to Pump Control Panel (MAH-PCP-01),
as per the Dwg no. RIDEP-PW-NCP-MAH-INT-E-001/002.

9.10 Cable of 2x3Cx6mm2, Cu/XLPE/PVC +E with all cables and necessary m 8.00
accessories from Pump Control Panel to Intake Pump 1.

9.11 Cable of 2x3Cx6mm2, Cu/XLPE/PVC +E with all cables and necessary m 8.00
accessories from Pump Control Panel to Intake Pump 2.

9.12 GSM Communication equipment to communication with WTP Nr 1.00

Total of Page BF-74 carried to Summary of Bill No 09


Section IV. Bidding Form BF-75

Item
Description Unit Qty Rate (LKR) Amount (LKR)
No.
WTP
9.13 Allow for supply and fixing of Main Distribution Board (MAH-MDB-01) as Nr 1.00
per the specification & detail Dwg no. RIDEP-PW-NCP-MAH-WTP-E-001/
002.

9.14 Cable of 4Cx50mm2, Cu/XLPE/SWA/PVC +E with all cables and necessary m 35.00
accessories from CEB metering point to Main Distribution Board (MAH-MDB-
01), as per the Dwg no. RIDEP-PW-NCP-MAH-WTP-E-001.

9.15 Power cables 4C x10 mm2, Cu/XLPE/SWA/PVC+ earth cable with all m 25.00
accessories from Main Distribution Board to Pressure Filter house DB (MAH-
PF-DB-01).
9.16 Power cables 2C x6 mm2, Cu/XLPE/SWA/PVC+ earth cable with all m 25.00
accessories from Main Distribution Board to Office DB(MAH-OFF-DB-01)

9.17 Pump house grounding system including Earth pit, Earth cables to Earth pit and Item Sum
accessories as per Dwg no. RIDEP-PW-NCP-MAH-PCB-E-001.
9.18 Yard Cabling as per the specifications and detail Dwg no. RIDEP-PW-NCP- m 150.00
MAH-WTP-E-003/04, including Electrical Manholes, conduits (excluding
cables).
9.19 Yard Lighting (06 nrs light poles including cables) as per the specifications and Item Sum
detail Dwg no. RIDEP-PW-NCP-MAH-WTP-E-003.

9.20 Power cables 4C x16 mm2, Cu/XLPE/PVC+ earth cable with all accessories m 10.00
from Main Distribution Board (MAH-MDB-01) to Distribution Pump Package
(MAH-DIS-DB-01)

Total of Page BF-75 carried to Summary of Bill No 09


Section IV. Bidding Form BF-76
Item
Description Unit Qty Rate (LKR) Amount (LKR)
No.
9.21 Power cables 3C x6 mm2, Cu/XLPE/PVC+ earth cable with all accessories from m 16.00
Main Distribution Board (MAH-MDB-01) to Back Wash pump 01 & 02.
9.22 Mechanical change over switch as per the specification and detailed Dwg no. Nr 1.00
RIDEP-PW-NCP-MAH-WTP-E-001/ 002.
9.23 Lightning protection system for pump house and pressure filter house as per the Item Sum
specifications and detail Dwg no. RIDEP-PW-NCP-MAH-PCB-E-001 and
RIDEP-PW-NCP-MAH-PFB-E-001.
9.24 Allow for supply and fixing of pressure filter house Distribution Board (MAH-PF- Nr 1.00
DB-01) as per the specification & detail Dwg no. RIDEP-PW-NCP-MAH-WTB-
E-005.
9.25 Power cables 3C x6 mm2, Cu/XLPE/PVC+ earth cable with all accessories from m 8.00
Pressure Filter Distribution Board (MAH-PF-DB-01) to MAH-PP-03.
9.26 Power cables 3C x6 mm2, Cu/XLPE/PVC+ earth cable with all accessories from m 8.00
Pressure Filter Distribution Board (MAH-PF-DB-01) to MAH-PP-04.
9.27 Power cables 2C x6 mm2, Cu/XLPE/PVC+ earth cable with all accessories from m 10.00
Pump House Main Distribution Board (MAH-MDB-01) to Chlorinator package
Panel.
9.28 Power cables 2C x6 mm2, Cu/XLPE/PVC+ earth cable with all accessories from m 6.00
Pump House Main Distribution Board (MAH-MDB-01) to Pump House small
power DB (PH-DB-01).
9.29 Power cables 2C x4 mm2, Cu/XLPE/PVC+ earth cable with all accessories from m 6.00
Pump House Distribution Board (MAH-MDB-01) to UPS.
Instrumentation at WTP/Pump Station
9.30 Supply and Install of Instrumentation and control Panel (MAH-ICA-01) as per the Nr 1.00
specification & detail Dwg no. RIDEP-PW-NCP-MAH-WTP-E-002. Rate shall
include cost for configuring Modem, PLC, RTU/ IO modules as specified and
work in accordance with the control philosophy given therein for functioning of
two intake pumps, WTP and Distribution pumps as an integrity.
Total of Page BF-76 carried to Summary of Bill No 09
Section IV. Bidding Form BF-77
Item
Description Unit Qty Rate (LKR) Amount (LKR)
No.
9.31 Float type Level switch with all accessories (For treated water tank_ MAH-LS- Nr 1.00
03)
9.32 5Cx 1.5 mm2, Cu/PVC/PVC Control cable from ICA panel (MAH-ICA-01) to m 15.00
Float type Level switch at treated water tank, and all accessories.
9.33 Float type Level switch with all accessories (For backwash tank_MAH-LS-02). Nr 1.00
9.34 5Cx 1.5 mm2, Cu/PVC/PVC Control cable from ICA panel (MAH-ICA-01) to m 15.00
Float type Level switch at back wash tank, and all accessories.
9.35 Float type Level switch with all accessories (For raw water tank_MAH-LS-01). Nr 1.00

9.36 5Cx 1.5 mm2, Cu/PVC/PVC Control cable from ICA panel (MAH-ICA-01) to m 15.00
Float type Level switch at raw water tank, and all accessories.
Overall Testing & Commissioning, Spare Parts and Tools, O&M Training
9.37 Allow for Overall Testing & commissioning of the water supply system. Item Sum
9.38 Allow for Spare Parts to Mechanical, Electrical & instrumentation works as Item Sum
mention in specification "6.2.22. Mechanical & Electrical Equipment Particular
Specifications"
9.39 Allow for basic tools & laboratory equipment for Mechanical, Electrical & Item Sum
instrumentation works as mention in specification "6.2.21. General M&E
requirement"
9.40 Provision of O&M training during the pre-commissioning trials, commissioning Item Sum
of the water supply system for operator and other nominated parties by the
engineer as per the specification " 6.2.21, General M&E requirement, Secction
01"
9.41 Preventive maintenance of the system components as per the specifications and Item Sum
requirement stipulated therein within the defect liability period.
Total of Page BF-77 carried to Summary of Bill No 09
Section IV. Bidding Form BF-78

Item
Description Unit Qty Rate (LKR) Amount (LKR)
No.
Solar power Generation system
9.42 Supply & installation of 40kW (AC) Solar power Generation system as per Nr 1.00
specifications & CEB regulations. The rate shall include overall commissioning
of the solar generating system up to the satisfaction of the engineer and in
compliance with the CEB net accounting or net plus procedures.

Fire Protection

9.43 2 Kg CO2 portable fire extinguisher fully charged complete with metal bracket Nr 1.00
fixed on to the wall at the location.

9.44 3Kg Dry Powder Fire Extinguisher, complete with metal bracket fixed on to the Nr 1.00
wall at the location.

Total of Page BF-78 carried to Summary of Bill No 09


Section IV. Bidding Form BF-79

STATE MINISTRY OF PROVINCIAL COUNCILS AND LOCAL GOVERNMENT AFFAIRS


JICA FUNDED RURAL INFRASTRUCTURE DEVELOPMENT PROJECT IN EMERGING REGIONS (RIDEP)
BILL OF QUANTITIES FOR
CONSTRUCTION OF WATER SUPPLY SYSTEM FOR MAHINDAGAMA AND MAHASENPURA INTRAGRATED SUB-
PROJECT IN POLONNARUWA DISTRICT NORTH CENTRAL PROVINCE
CONTRACT NO. :SL-P116/NCP/WS/2020/07
SUMMARY OF BILL No. 09

Page No Total Price (LKR)

BF-72
BF-73
BF-74
BF-75
BF-76
BF-77
BF-78
Total of Bill No - 9 Carried to BOQ Grand Summary
Section IV. Bidding Form BF-80
STATE MINISTRY OF PROVINCIAL COUNCILS AND LOCAL GOVERNMENT AFFAIRS
JICA FUNDED RURAL INFRASTRUCTURE DEVELOPMENT PROJECT IN EMERGING REGIONS (RIDEP)
BILL OF QUANTITIES FOR
CONSTRUCTION OF WATER SUPPLY SYSTEM FOR MAHINDAGAMA AND MAHASENPURA INTRAGRATED SUB-PROJECT
IN POLONNARUWA DISTRICT NORTH CENTRAL PROVINCE
CONTRACT NO.: SL-P116/NCP/WS/2020/07
BILL NO. 10 - SUPPLY AND INSTALLATION OF PRESSURE FILTER
Item
Description Unit Qty Rate (LKR) Amount (LKR)
No.
NOTE: Rates and Prices entered against BOQ items given herein shall be made
in conjunction with Specifications, Drawings, General Requirements, Preamble
to BOQ and Contractual requirements not limited to the descriptions given in the
captions.

Pressure filter
10.01 Supply ,installation and commissioning of Pressure filters of filtered water flow Nr 3.00
32.0 m3/hr and min 0.5 bar pressure at the outlet with required
pneumatic/motorized/manual valves, pipes and specials for automatic operation
including necessary control panel as shown in drawings (MAH-PF- 01,02 &03 in
Dwg. No. RIDEP-PW-NCP-MAH-PID-002) and specifications.

10.02 Supply and installation of suitable size inlet & outlet header pipes of pressure Item Sum
filter, connection to all the inlet & out let of pressure filters from header pipe,
connection washout pipe to the open drain (at the middle of the pressure filter
shelter), outlet header pipes connection to 200mm dia. DI common inlet pipe of
100m3 clear water tanks as Shown in Dwg No. RIDEP-PW-NCP-MAH-WTP-
YP-001. (The size of header pipes and connection shall be pressure filter
manufacturer's guideline)

Total of Page BF-80 carried to Summary of Bill No 10


Section IV. Bidding Form BF-81

Item
Description Unit Qty Rate (LKR) Amount (LKR)
No.
Feeding Pumps for Pressure Filter
10.03 Supply, installation and commissioning of feeding pumps (one duty & one Nr 2.00
standby) for pressure filters supplied from item 10.01. The feeding pump should
have a capacity of feeding two pressure filters at one time. Pumps shall be supply
including all necessary accessories complete with electrical connection, Fasteners
to concrete base as der drawings and specifications. (Refer labels MAH-PP-03 &
04 in Dwg. No RIDEP-PW-NCP-MAH-PID-002). Rate shall also include for
supply and install control panels.

10.04 Supply and installation of 200mm dia. DI header pipe connect to outlet of 30m3 Item Sum
raw water ground tank, connection to each pumps with necessary all valves,
fittings and specials including connection to inlet header pipe of pressure filter.

Backwash Pumps For Pressure Filters


10.05 Supply, installation and commissioning of backwash pumps for Pressure filters Nr 2.00
supply from item 10.01 (at a given time back washing only one filter) with
required pneumatic/motorized/manual valves, pipes and specials for automatic
operation including necessary control panel shown in drawings (MAH-PP-05 &
06 in Dwg No.RIDEP-PW-NCP-MAH-PID-002 and specifications..

10.06 Supply & installation of pipes and fittings for the backwash pumps as per Dwg Item Sum
No. RIDEP-PW-NCP-MAH-PCB-M-002 including connection to the backwash
pipe inlet of the pressure filter. The pipes and fitting shall match to the backwash
pumps given in item 10.05.

Total of Page BF-81 carried to Summary of Bill No 10


Section IV. Bidding Form BF-82

STATE MINISTRY OF PROVINCIAL COUNCILS AND LOCAL GOVERNMENT AFFAIRS


JICA FUNDED RURAL INFRASTRUCTURE DEVELOPMENT PROJECT IN EMERGING REGIONS (RIDEP)
BILL OF QUANTITIES
CONSTRUCTION OF WATER SUPPLY SYSTEM FOR MAHINDAGAMA AND MAHASENPURA INTRAGRATED
SUB-PROJECT IN POLONNARUWA DISTRICT NORTH CENTRAL PROVINCE
CONTRACT NO.: SL-P116/NCP/WS/2020/07

SUMMARY OF BILL No. 10

Page No Total Price (LKR)

BF-80
BF-81
Total of Bill No - 10 Carried to BOQ Grand Summary
Section IV. Bidding Form BF- 84

Schedule of Day Works

Schedule of Day works 1: Labor


Item Description Unit Qty. Rate (LKR)
No.
1 Pipe Fitter day 1

2 Mason day 1

3 Carpenter and Joiner day 1

4 Steel Work Erector day 1

5 Pneumatic Tool Operator day 1

6 Tiller day 1

7 Plumber day 1

8 Welder day 1

9 Painter day 1

10 Electrician day 1

11 Mechanic day 1

12 Bar bender day 1

13 Operator (heavy machine) day 1

14 Driver (light vehicle) day 1

15 Semi-skilled labor day 1

16 Unskilled labor day 1

Contractor’s OH&P
Section IV. Bidding Form BF-85

Schedule of Day works 2: Materials

Item Description Unit Qty. Rate (LKR)


No.
1 Ready mix concrete up to Gr.20 Cu.m 1

2 Ready mix concrete up to Gr.25 Cu.m 1

3 - do - from Gr. 20 up to Gr. 35 A Cu.m 1

4 Cement Ordinary Portland or Equivalent Bags 1


in Bags (50 Kg)

5 Ribbed TOR Steel reinforcing Bar MT 1

6 Mild steel reinforcing bar- fy 250 MT 1

7 Coarse aggregate for concrete as Cu.m 1


specified
8 Fine aggregate for concrete as specified Cu.m 1

9 Asphalt MT 1

10 Petrol liter 1

11 Diesel liter 1

12 Shuttering Planks Sq. m 1

13 Paints (Emulsion) liter 1

14 Bitumen Paints liter 1

15 Thinner liter 1

16 Cement Blocks (200 x 200 x 400) No. 1

Contractor’s OH&P
Section IV. Bidding Form BF-86

Schedule of Day works 3: Plant & Equipment


Item Description Unit Qty. Rate (LKR)
No.
1 Concrete Mixer (0.5 m3) hr. 1

2 Excavator (.18 m3) hr. 1

3 Excavator (.35 m3) hr. 1

4 Wheel Loader (.1 m3) hr. 1

5 Backhoe Loader (.1 m3) hr. 1

6 Backhoe Loader (.25 m3) hr. 1

7 Tractor with trailer (.75 cube) day 1

8 Motor Grader (3.1 m) hr. 1

9 Baby Dumper hr. 1

10 Hand Rammers (60 Kg) day 1

11 Plate Compactor (Mechanical) (90 Kg) day 1


12 Soil Compactor – Vibrating Roller (01 T) hr. 1

13 Pneumatic Roller (8 -10 Ton) hr. 1

14 Water pump 4” dia. hr. 1

15 Low Loader Truck (30 – 40 Ton) km 1

16 Concrete vibrator -38mm dia. day 1

17 Welding plant (3 - phase 400A) day 1

18 Air Compressor (including tools, breakers hr. 1


etc.) minimum 650 cfm
19 Truck with Tipper (3.5 cum) km 1

20 Sludge pump 4” dia. hr. 1

21 Spare hammer set day 1

22 Spare drill bits set day 1

23 Different yield range pumps hr. 1

24 Truck mounted Water Bowser day 1

25 Tractor Trailer mounted Water Bowser day 1

26 Generator (10 kvA) hr 1

Contractor’s OH&P
Section IV. Bidding Form BF-87

Manpower List

Resource Requirement
Key staff
Project Manager 1
Site Engineer 2
Mechanical and Electrical Engineer 1
Quantity Surveyor 1
Technical Officer-Civil 4
Technical Officer-M&E 1
Safety, Health and Environmental officer 1
Work Supervisor 6
Non-Key Staff
Store Keeper 1
Store Helper 2
Office Helper 1
Security 2
Pipe Fitter 2
Mason 1
Carpenter and Joiner 1
Steel Work Erector/Welder 1
Pneumatic Tool Operator 2
Plumber 1
Electrician 1
Mechanic 1
Bar bender 1
Operator (heavy machine) 2
Driver (light vehicle) 2
Semiskilled labor 5
Unskilled labor 15
Section IV. Bidding Form BF-88

Technical Proposal

-Site Organization

- Method Statement

- Mobilization Schedule

- Construction Schedule

- Safety Plan

- Personnel

- Equipment

- [Others]
Section IV. Bidding Form BF-89

Site Organization
[Insert Organization Information]
Section IV. Bidding Form BF-90

Method Statement
[Insert Method of Statement]

Method Statement 1 - for construction work


Method Statement 2 -for execution of EMP
Method Statement 3 – for M&E Works
Section IV. Bidding Form BF-91

Mobilization Schedule
[Insert Mobilization Schedule]
Section IV. Bidding Form BF-92

Construction Schedule
[Insert Construction Schedule]
Section IV. Bidding Form BF-93

Health & Safety Plan


[Insert Safety Plan]
Section IV. Bidding Form BF-94

Form PER -1: Proposed Personnel


Date: [insert day, month, year]
Bidder’s Legal Name: [insert full name]
IFB No. SL-P116/NCP/WS/2020/07
Page [insert page number] of [insert total number] page

[The Bidder shall provide the names of suitably qualified personnel to meet the specified
requirements stated in Section III, Evaluation and Qualification Criteria, Clause 1.1.2.]

1. Title of position*

Name

2. Title of position*

Name

3. Title of position*

Name

4. Title of position*

Name

*As listed in Section III.


Section IV. Bidding Form BF-95

Form PER -2: Resume of Proposed Personnel


Date: [insert day, month, year]
Bidder’s Legal Name: [insert full name]
Joint Venture Party Legal Name:[insert full name]
IFB No. SL-P116/NCP/WS/2020/07
Page [insert page number] of [insert total number] page

[The Bidder shall provide the data on the experience of the personnel indicated in Form
PER-1, in the form below:]

Name of Bidder

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


Section IV. Bidding Form BF-96

[Summarize professional experience over the last 20 years, in reverse chronological order.
Indicate particular technical and managerial experience relevant to the project.]

From To Company / Project / Position / Relevant technical and management


experience
Section IV. Bidding Form BF-97

Form EQU: Equipment


Date: [insert day, month, year]
Bidder’s Legal Name: [insert full name]
Joint Venture Party Legal Name: [insert full name]
IFB No. SL-P116/NCP/WS/2020/07
Page [insert page number] of [insert total number] page

[The Bidder shall provide adequate information to demonstrate clearly that it has the
capability to meet the requirements for the key equipment listed in Section III, Evaluation
and Qualification Criteria, Clause 1.1.3. 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
Section IV. Bidding Form BF-98

Bidder’s Qualification

To establish its qualifications to perform the Contract in accordance with Section III,
Evaluation and Qualification Criteria, the Bidder shall provide the information requested in the
corresponding Forms included hereunder:

Form ELI -1: Bidder Information Form


Form ELI -2: Bidder’s Party Information Form
Form CON: Historical Contract Non-Performance
Form FIN -1: Financial Situation
Form FIN -2: Average Annual Construction Turnover
Form FIR -1: Financial Resources
Form FIR -2: Current Contract Commitments
Form EXP -1: General Construction Experience
Form EXP -2(a): Specific Construction Experience
Form EXP -2(b): Construction Experience in Key Activities
Section IV. Bidding Form BF-99

Form ELI - 1: Bidder Information Form


Date: [insert day, month, year]
IFB No. SL-P116/NCP/WS/2020/07
Page [insert page number] of [insert total number] pages

[Bidders shall provide the following information:]


Bidder’s legal name
[insert full name]
In case of a JV, legal name of the representative member and of each member:
[insert full name of each member in the JV and specify the representative member]
Bidder’s actual or intended country of registration:
[insert country of registration]
Bidder’s actual or intended year of incorporation:
[insert year of incorporation]
Bidder’s legal address in country of registration:
[insert street/ number/ town or city/ country]
Bidder’s authorized representative information
Name: [insert full name]
Address: [inset street/ number/ town or city/ country]
Telephone/Fax numbers: [insert telephone/fax numbers, including country and city codes]
E-mail address: [insert E-mail address]
1. Attached are copies of original documents of
Articles of Incorporation (or equivalent documents of constitution or association), and/or
documents of registration of the legal entity named above, in accordance with ITB 4.3.
In case of JV, letter of intent to form JV or JV agreement, in accordance with ITB 4.1.
2. Included are the organizational chart, a list of Board of Directors, and the beneficial ownership.
Section IV. Bidding Form BF-100

Form ELI - 2: Bidder's Party Information Form


Date: [insert day, month, year]
IFB No. SL-P116/NCP/WS/2020/07
Page [insert page number] of [insert total number] pages

[The following form is additional to Form ELI-1, and shall be completed to provide
information relating to each JV member (in case the Bidder is a JV) as well as any
specialist subcontractor proposed to be used by the Bidder for any part of the Contract
resulting from this process.]

Bidder’s legal name:


[insert full name]
Bidder’s Party legal name:
[insert full name of Bidder’s party]
Bidder’s Party country of registration:
[insert country of registration]
Bidder’s Party year of incorporation:
[insert year of incorporation]
Bidder’s Party legal address in country of registration:
[insert street/ number/ town or city/ country]
Bidder’s Party authorized representative information
Name: [insert full name]
Address: [insert street/ number/ town or city/ country]
Telephone/Fax numbers: [insert telephone/fax numbers, including country and city codes]
mail address: [insert E-mail address]
Attached are copies of original documents of
Articles of Incorporation (or equivalent documents of constitution or association), and/or registration
documents of the legal entity named above, in accordance with ITB 4.3.
Included are the organizational chart, a list of Board of Directors, and the beneficial ownership.
Section IV. Bidding Form BF-101

Form CON: Historical Contract Non-Performance


Date: [insert day, month, year]
Bidder’s Legal Name: [insert full name]
Bidder’s Party Legal Name:[insert full name]
IFB No. SL-P116/NCP/WS/2020/07
Page [insert page number] of [insert total number] pages

[The following table shall be filled in for the Bidder and for each member of a JV.]

1. History of Non-Performing Contracts

Non-Performing Contracts
Contract non-performance did not occur since 1st January [insert year], in accordance with Section III,
Evaluation and Qualification Criteria, Sub-Factor 2.2.1.
Contract(s) not performed since 1st January [insert year], in accordance with Section III, Evaluation
and Qualification Criteria, Sub-Factor 2.2.1 is (are) indicated below:
Year Non- performed portion Contract Identification Total Contract
of contract Amount in LKR/
(current value,
currency,
exchange rate
and USD
equivalent)
[insert [insert amount and Contract Identification: [insert complete [insert amount]
year] percentage] contract name, number, and any other
identification]
Name of Employer: [insert full name]
Address of Employer: [insert
street/city/country]
Reason(s) for non-performance: [indicate
main reason(s)]
Section IV. Bidding Form BF-102

2. Pending Litigation

Pending Litigation
No pending litigation in accordance with Section III, Evaluation and Qualification Criteria, Sub-Factor
2.2.2.
Pending litigation in accordance with Section III, Evaluation and Qualification Criteria, Sub-Factor 2.2.2 is
indicated below:
Year of Amount in dispute Outcome as Contract Identification Total Contract
dispute (currency) Percentage Amount in
of Net LKR/(current
Worth value, currency,
exchange rate and
USD equivalent)
[insert year] [insert amount] [insert Contract Identification: [insert amount]
percentage] [indicate complete contract
name, number, and any other
identification]
Name of Employer: [insert
full name]
Address of Employer: [insert
street/ city/ country]
Matter in dispute: [indicate
main issues in dispute]
Status of dispute: [Indicate if
it is being treated by the
Adjudicator, under Arbitration
or being dealt with by the
Judiciary]
Section IV. Bidding Form BF-103

3. Litigation History

Litigation History
 No court/arbitral award decisions against the Bidder since 1st January [insert year], in accordance with
Section III, Evaluation and Qualification Criteria, Sub-Factor 2.2.3.
 Court/ arbitral award decisions against the Bidder since 1st January [insert year], in accordance with
Section III, Evaluation and Qualification Criteria, Sub-Factor 2.2.3, are indicated below:

Year of Contract Identification Total Contract


award Amount in LKR/
(current value,
currency,
exchange rate and
USD equivalent)
[insert year] [insert amount]
Contract Identification: [indicate complete contract name,
number, and any other identification]
Name of Employer: [insert full name]
Address of Employer: [insert street/city/country]
Matter in dispute: [indicate main issues in dispute]
Party who initiated the dispute: [indicate “Employer” or
“Contractor”]
Status of dispute: [Indicate if it is being treated by the
Adjudicator, under Arbitration or being dealt with by the
Judiciary]
Section IV. Bidding Form BF-104

Form FIN - 1: Financial Situation


[The following table shall be filled in for the Bidder and for each member of a JV.]

Date: [insert day, month, year]


Bidder’s Legal Name: [insert full name]
Bidder’s Party Legal Name: [insert full name]
IFB No. SL-P116/NCP/WS/2020/07
Page [insert page number] of [insert total number] page

1. Financial data

Type of Financial information Historic information for previous [insert number] years
in (amount in LKR / exchange rate, USD equivalent)
(currency)
Year 1 Year 2 Year 3 Year 4 Year 5

Statement of Financial Position (Information from Balance Sheet)

Total Assets (TA)

Total Liabilities (TL)

Net Worth (NW)

Curent Assets (CA)

Curent Liabilities (CL)

Information from Income Statement

Total Revenue (TR)

Profits Before Taxes (PBT)

Profits After Taxes (PAT)


Section IV. Bidding Form BF-105

2. Financial documents

The Bidder and its parties shall provide copies of the financial statements for [number of years]
years pursuant Section III, Evaluation and Qualification Criteria Sub-Factor 2.3.1. The financial
statements shall:

(a) reflect the financial situation of the Bidder or in case of JV, of each member, and not of an
affiliated entity (such as parent company or group member).

(b) be independently audited or certified in accordance with local legislation.

(c) be complete, including all notes to the financial statements.

(d) correspond to accounting periods already completed and audited.

 Attached are copies of financial statements* for the [number of years] years required above;
and complying with the requirements.

* If the most recent set of financial statements is for a period earlier than 12 months from the
date of Bid, the reason for this should be justified.
Section IV. Bidding Form BF-106

Form FIN - 2: Average Annual Construction Turnover

[The following table shall be filled in for the Bidder and for each member of a JV.]

Date: [insert day, month, year]


Bidder’s Legal Name: [insert full name]
Bidder’s Party Legal Name:[insert full name]
IFB No. SL-P116/NCP/WS/2020/07
Page [insert page number] of [insert total number] page

Annual Turnover Data (Construction only)


Year Amount and Currency Exchange rate USD equivalent
[indicate [insert amount and indicate [insert [insert amount in
year] currency] applicable USD equivalent]
exchange rate]

Average Annual Construction Turnover *


* Total USD equivalent for all years divided by the total number of years, in accordance
with Section III, Evaluation and Qualification Criteria, Sub-Factor 2.3.2.
Section IV. Bidding Form BF-107

Form FIR - 1: Financial Resources

[The following table shall be filled in for the Bidder and for each member of a JV.]

Date: [insert day, month, year]


Bidder’s Legal Name: [insert full name]
Bidder’s Party Legal Name:[insert full name]
IFB No. SL-P116/NCP/WS/2020/07
Page [insert page number] of [insert total number] page

[Specify proposed sources of financing, such as liquid assets, unencumbered real assets,
lines of credit, and other financial means, net of current commitments, available to meet
the total construction cash flow demands of the subject contract or contracts as specified
in Section III, Evaluation and Qualification Criteria, Sub-Factor 2.5.1.]

Financial Resources
No. Source of financing Amount LKR/ (USD equivalent)

3
Section IV. Bidding Form BF-108

Form FIR - 2: Current Contract Commitments

[The following table shall be filled in for the Bidder and for each member of a JV.]

Date: [insert day, month, year]


Bidder’s Legal Name: [insert full name]
Bidder’s Party Legal Name:[insert full name]
IFB No. SL-P116/NCP/WS/2020/07
Page [insert page number] of [insert total number] page

[Bidders and each member of a JV 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 accordance with Section III,
Evaluation and Qualification Criteria, Sub-Factor 2.5.1.]

Current Contract Commitments

Value of Average Monthly


Estimated
Employer’s Contact Outstanding Invoicing Over Last
No. Name of Contract Completion
Address, Tel, Fax Work in LKR/ Six Months
Date
USD Equivalent] LKR/[USD/month)]

5
Section IV. Bidding Form BF-109

Form EXP - 1: General Construction Experience

[The following table shall be filled in for the Bidder and for each member of a JV.]

Date: [insert day, month, year]


Bidder’s Legal Name: [insert full name]
Bidder’s Party Legal Name:[insert full name]
IFB No. SL-P116/NCP/WS/2020/07
Page [insert page number] of [insert total number] page

[Identify contracts that demonstrate continuous construction work over the past [number]
years pursuant to Section III, Evaluation and Qualification Criteria, Sub-Factor 2.4.1. List
contracts chronologically, according to their commencement (starting) dates.]

General Construction Experience


Starting Ending Contract Identification Role of
Year Year Bidder

[indicate [indicate [insert "Prime


Contract name: [insert full name]
year] year] Contractor (Single
Brief description of the Works performed by the entity or JV
Bidder: [describe Works performed briefly] member) or
"Subcontractor” or
Amount of contract: [insert amount in currency, "Management
mention currency used, exchange rate and USD Contractor”]
equivalent]
Name of Employer: [indicate full name]
Address: [indicate street/number/town or
city/country]
Section IV. Bidding Form BF-110

Form EXP - 2(a): Specific Construction Experience

[The following table shall be filled in for contracts performed by the Bidder and by each
member of a JV.]

Date: [insert day, month, year]


Bidder’s Legal Name: [insert full name]
Bidder’s Party Legal Name:[insert full name]
IFB No. SL-P116/NCP/WS/2020/07
Page [insert page number] of [insert total number] page

[Fill out one (1) form per contract, in accordance with Section III, Evaluation and
Qualification Criteria, Sub-Factor 2.4.2(a).]
Contract of Similar Size and Nature
Similar Contract No.
[insert number] of [insert number Information
of similar contracts required]
Contract Identification [insert contract name and reference identification number, if
applicable]
Award Date [insert day, month, year, e.g., 15 June, 2015]
Completion Date [insert day, month, year, e.g., 03 October, 2017]
Prime Contractor
Role in Contract
Single entity JV member
[check the appropriate box]
 

Total Contract Amount [insert total contract amount LKR/USD [insert exchange
and currency(ies)] rate and total contract
amount in USD equivalent]
[insert a [insert amount(s) LKR/USD [insert exchange
If member in a JV, specify
percentage of and rate and amount of
participation in total Contract
participation] currency(ies) of participation in USD
amount
participation] equivalent]

Employer’s Name: [insert full name]


Address: [indicate street / number / town or city / country]

Telephone/fax number [insert telephone/fax numbers, including country and


city area codes]
E-mail: [insert E-mail address, if available]
Section IV. Bidding Form BF-111

Similar Contract No.


[insert number] of [insert number Information
of similar contracts required]
Description of the similarity in
accordance with Sub-Factor 2.4.2(a)
of Section III:
1. Physical size of required works [insert physical size of items]
items
2. Complexity [insert description of complexity]
3. Methods/Technology [insert specific aspects of the methods/ technology
involved in the contract]
4. Other Characteristics [insert other characteristics as described in Section
VI, Works Requirements]
Section IV. Bidding Form BF-112

Form EXP - 2(b): Construction Experience in Key Activities

[The following table shall be filled in for Contracts performed by the Bidder and by each
member of a JV.]
Date: [insert day, month, year]
Bidder’s Legal Name: [insert full name]
Bidder’s Party Legal Name:[insert full name]
Subcontractor’s Legal Name [insert full name]
IFB No. SL-P116/NCP/WS/2020/07
Page [insert page number] of [insert total number] pages

[Fill out one (1) form per contract, in accordance with Section III, Evaluation and
Qualification Criteria, Sub-Factor 2.4.2(b).]

1. Key Activity No (1): ______: [insert brief description of the Activity, emphasizing its
specificity]
Total Quantity of Activity under the contract: _____________________________________
Contract with Similar Key Activities
Item Information
Contract Identification [insert contract name and number, if applicable]
Award Date [insert day, month, year, e.g., 15 June, 2015]
Completion Date [insert day, month, year, e.g., 03 October, 2017]
Prime Contractor Management Sub-
Role in Contract
[check the appropriate box] Single entity JV member Contractor contractor
   

Total Contract Amount USD [insert


[insert total contract amount Exchange rate and total
and currency(ies)] contract amount in USD
equivalent]
Quantity (Volume, number or rate of Total quantity in Percentage Actual
production, as applicable) performed the contract participation Quantity
under the contract per year or part of (i) (ii) Performed
the year (i) x (ii)
[Insert extent of participation
indicating actual quantity of key
activity successfully completed in the
role performed]
Year 1
Year 2
Year 3
Year 4
Section IV. Bidding Form BF-113

Employer’s Name: [insert full name]

Address: [indicate street / number / town or city / country]

Telephone/fax number [insert telephone/fax numbers, including country and


city area codes]

E-mail: [insert E-mail address, if available]

2. Activity No. (2) _____


3. Activity No. (3) _____
Section IV. Bidding Form BF-114

Form ACK
Acknowledgement of Compliance with Guidelines for Procurement
under Japanese ODA Loans
A) I, [insert name and position of authorized signatory], being duly authorized by [insert
name of Bidder/members of joint venture (“JV”)] (hereinafter referred to as the “Bidder”)
to execute this Acknowledgement of Compliance with Guidelines for Procurement under
Japanese ODA Loans, hereby certify on behalf of the Bidder and myself that all information
provided in the Bid submitted by the Bidder for SL-P116 RIDEP, Construction of
Mahindagama & Mahasenpura Integrated Water supply Scheme in Welikanda PS area in
Polonnaruwa District of North Central Province is true, correct and accurate to the best of
the Bidder’s and my knowledge and belief. I further certify, on behalf of the Bidder, that:

(i) the Bid has been prepared and submitted in full compliance with the terms and conditions
set forth in the Guidelines for Procurement under Japanese ODA Loans (hereinafter
referred to as the “Guidelines”); and

(ii) the Bidder has not, directly or indirectly, taken any action which is or constitutes a corrupt,
fraudulent, collusive or coercive act or practice in violation of the Guidelines and is not
subject to any conflict of interest as stipulated in the relevant section of the Guidelines.

<If debarment for more than one year by the World Bank Group is NOT imposed, use the following
sentence B).>
B) I certify that the Bidder has NOT been debarred by the World Bank Group for more
than one year since the date of issuance of Invitation for Bids.

<If debarment for more than one year by the World Bank Group has been imposed BUT three (3) years
have passed since the date of such debarment decision, use the following sentence B’).>
B’) I certify that the Bidder has been debarred by the World Bank Group for a period more
than one year BUT that on the date of issuance of Invitation for Bids at least three (3)
years had passed since the date of such debarment decision. Details of the debarment
are as follows:
name of the debarred starting date of ending date of reason for
firm debarment debarment debarment

C) I certify that the Bidder will not enter into a subcontract with a firm which has been
debarred by the World Bank Group for a period more than one year, unless on the date of
the subcontract at least three (3) years have passed since the date of such debarment
decision.

D) I certify, on behalf of the Bidder, that if selected to undertake services in connection with
the Contract, the Bidder shall carry out such services in continuing compliance with the
terms and conditions of the Guidelines.

E) I further certify, on behalf of the Bidder, that if the Bidder is requested, directly or
indirectly, to engage in any corrupt or fraudulent action under any applicable law, such as
the payment of a rebate, at any time during a process of public procurement, negotiations,
Section IV. Bidding Form BF-115

execution or implementation of contract (including amendment thereof), the Bidder shall


report all relevant facts regarding such request to the relevant section in JICA (details of
which are specified below) in a timely manner.

JICA’s information desk on fraud and corruption (A report can be made to either
of the offices identified below.)
(1) JICA Headquarters: Legal Affairs Division, General Affairs Department
URL: https://www2.jica.go.jp/en/odainfo/index.php
Tel: +81 (0)3 5226 8850
(2) JICA Sri Lanka office ; 10th & 13th Floor, DHPL Building, No 42,
Nawam Mawatha, Colombo 02
Tel: +94-11-2303700

The Bidder acknowledges and agrees that the reporting obligation stated above shall
NOT in any way affect the Bidder’s responsibilities, obligations or rights, under
relevant laws, regulations, contracts, guidelines or otherwise, to disclose or report such
request or other information to any other person(s) or to take any other action, required
to or allowed to, be taken by the Bidder. The Bidder further acknowledges and agrees
that JICA is not involved in or responsible for the procurement process in any way.

F) If any of the statements made herein is subsequently proven to be untrue or incorrect based
on facts subsequently determined, or if any of the warranties or covenants made herein is
not complied with, the Bidder will accept, comply with, and not object to any remedies
taken by the Employer and any sanctions imposed by or actions taken by JICA.

___________________________
__ Authorized Signatory

[Insert name of signatory; title]

For and on behalf of [Insert name of the Bidder]


Date:
Section IV. Bidding Form BF-116

Form of Bid Security


(Bank Guarantee)

[Guarantor letterhead or SWIFT identifier code]


Beneficiary: Secretary, State Ministry of Provincial Councils & Local Government Affairs
IFB No.: SL-P116/NCP/WS/2020/07
Date: [Insert date of issue]
BID GUARANTEE No.: [Insert guarantee reference number]
Guarantor: [Insert name and address of place of issue, unless indicated in the letterhead]
We have been informed that [insert name of the Bidder, which in the case of a joint venture
shall be the name of the joint venture (whether legally constituted or prospective) or the
names of all members thereof] (hereinafter called “the Applicant”) has submitted or will
submit to the Beneficiary its Bid (hereinafter called “the Bid”) for the execution of
Construction of Mahindagama & Mahasenpura Integrated Water supply Scheme in
Welikanda PS area in Polonnaruwa District of North Central Province Contract No. SL-
P116/NCP/WS/2020/07 under the Loan Agreement No. SL-P116
Furthermore, we understand that, according to the Beneficiary’s conditions, Bids must be
supported by a bid guarantee.
At the request of the Applicant, we, as Guarantor, hereby irrevocably undertake to pay the
Beneficiary any sum or sums not exceeding in total an amount of [insert amount in words]
([insert amount in figures]) upon receipt by us of the Beneficiary’s complying demand,
supported by the Beneficiary’s statement, whether in the demand itself or a separate signed
document accompanying or identifying the demand, stating that either the Applicant:
(a) has withdrawn its Bid during the period of Bid validity set forth in the Applicant’s Letter
of Bid (hereinafter called “the Bid Validity Period”), or any extension thereto provided by
the Applicant; or
(b) having been notified of the acceptance of its Bid by the Beneficiary during the Bid Validity
Period or any extension thereto provided by the Applicant, (i) has failed to execute the
Contract Agreement, or (ii) has failed to furnish the Performance Security, in accordance
with the Instructions to Bidders of the Beneficiary’s Bidding Documents.
This guarantee will expire and shall be returned to the Applicant: (a) if the Applicant is the
successful Bidder, upon our receipt of copies of the Contract Agreement signed by the
Applicant and the Performance Security issued to the Beneficiary in relation to such
contract agreement; or (b) if the Applicant is not the successful Bidder, upon the earlier of
(i) our receipt of a copy of the Beneficiary’s notification to the Applicant of the results of
the bidding process; or (ii) twenty-eight (28) days after the end of the Bid Validity Period.
Consequently, any demand for payment under this guarantee must be received by us at the
office as indicated above on or before that date.
Section IV. Bidding Form BF-117

_______________________

[signature(s)]

[Note: All italicized text is for use in preparing this form and shall be deleted from the final
product.]
Section Eligible Source Countries of Japanese ODA Loans ESC-1

Section V. Eligible Source Countries of


Japanese ODA Loans- All Countries
PART 2

WORKS REQUIREMENTS
Section VI

Works Requirements
Contents

 Scope of Works

 Specifications

 Drawings
Section VI-Works Requirements WR- 4

Scope of Work

1.1 Introduction

Mahindagama and Mahasenpura sub-projects have been identified and prioritized to provide
potable water facilities by the JICA funded Rural Infrastructure Development Project in
Emerging Regions (RIDEP) under the purview of State Ministry of Provincial Councils and
Local Government Affairs. Mahindagama and Mahasenpura sub-projects area is an extremely
rural area located within the administrative boundary of Welikanda Divisional Secretary area
in North Central Province. The nearby town center is Welikanda and it is approximately 8 km
away from the sub-project area. People of this sub-project area had been badly affected in the
past by the prolonged conflicts directly and indirectly and the infrastructure specially the
potable water facilities found to be improved to raise the living standards and their livelihood.
The Sub-Project area of this WSS comprise seven villages namely, Mahindagama, Aselapura,
Nagasthenna, Nawamenikdeniya, Maithreegama, Mahasenpura and Kurulubedda. All these
seven villages in the GND longing for drinking water requirement due to heavy shortage for
water during the dry spell of the year and some people are travelling 2-3 km to collect safe
water during this period. Further, community are having poor perception on water quality of
existing ground water sources mainly due to the high hardness, bad taste and smell etc. Hence,
Mahindagama- Mahasenpura Integrated WSS has been proposed to provide safe and reliable
drinking water to the inhabitants living in Mahindagama GND. The proposed WSS cover entire
Mahindagama GND, benefiting a total number of 2077 households (population of 6592)
including all existing community centers.

At present, mainly the people in the sub-project area depend on ground water sources and the
villagers face severe problems in fulfilling their basic water needs. This situation is further
aggravated during the dry spells. It is therefore, the provision of safe and reliable water supply
facility will bring immense benefit to the people in the project area.

1.2 The Basic Scope of Work

The irrigation tank called Kasan located adjoining to the Mahindagama sub-project boundary
has selected as the water source for extracting raw water for the proposed Mahindagama-
Mahasenpura Integrated WSS. The basic scope of this contract include construction of an
intake at the Kasan tank, Aerator, Pre-Chlorination Chamber, Conventional Water Treatment
Plant including Pressure Filters, Ground reservoir, Pump house, Utility Building, sludge drying
bed, Supply and Installation of VFD pumps for direct distribution system & raw water
extraction pumps at the intake, Package Chlorination system with all accessories, Supply and
Laying of DI & HDPE raw water main, HDPE distribution pipe network, Supply and
Installation of Valves, Culvert crossings, road crossing using horizontal drilling, and provision
of house connections, etc.

The specific details of the subproject scope are described below. All the activities shall be in
accordance with the specification, drawings and BOQs
Section VI-Works Requirements WR- 5

.Table 1.1: Specific Details of the Civil Work of the Sub project

Structure Description

Intake - Structure Intake structure with walkway (1000 m3/day capacity) at Kasan
Tank.
Raw water From Raw Water Intake to WTP
transmission main 150 mm DI – Length – 70.0 m
160 mm HDPE (Type PNT10) – Length – 680.0 m

Water Treatment Plant Cascade type aerator


Raw water Ferro-cement Ground Reservoir (30 m 3)
Pressure Filter System with Shelter
Pump and Chlorination Room (37.00 Sqm)
Building with Office, Stores and Operator’s Room (59.00 Sqm)
Caretakers Quatres and Transformer Cubical (77.00 Sqm)

Treated Water Storage


Clear water Ferro-cement Ground Reservoir (100 m3) – 2 Nos
at WTP

Treated water From Clear water tank to House Connections


Distribution main
Material – HDPE (Type PNT10)
Diameter – 63 mm, Length – 31.60 km
Diameter – 90 mm, Length - 57.10 km
Diameter – 110 mm, Length – 12.80 km
Diameter – 160 mm, Length - 8.10 km

Culvert Crossings Type A -67


Type B1 - 13
Type B - 02
Type E1 - 17
Type E2 - 17
Bridge Crossing -06
Details of Valves Section Valve – 27
Washout Valve – 14
Air Valve – 53
Section VI-Works Requirements WR- 6

1.3 M&E Works

 Supply & Installation of Submersible Pumps with hose connector (62.5m 3/hr @ 18m,
3Ph/400v/50hz with 1 duty, 1 standby) including all necessary accessories complete with
electrical connection as per the Drawing No. RIDEP_PW-NCP-MAH_INT_M_001

 Supply & Installation of approved water treatment plant including pressure filters,
chlorination system inside the designated chlorination room complete with all instruments
and accessories

 Design, supply and installation of package direct distribution booster pumping set with
79.2 m3/hr @ 60m with 2 duty and 1 standby including VSD for each pump with pneumatic
tank for distribution network for distribution network and other necessary instruments,
control panel, accessories and piping for complete operation which is described in
specifications and as shown in drawing no. RIDEP-PW-NCP-MAH-PID-001 and RIDEP-
PW-NCP-MAH-GR-M-001/002

 Supply and installation of Electrical panels, instruments, automation system, and lightning
and Lightning protection, for Mahindagama-Mahasenpura Integrated WSS

 Supply and installation of small power system and building power system

 Testing and commissioning of total M&E system


Section VI-Works Requirements WR- 7

Specifications

6.1. General Technical Specifications

6.2. Particular Technical Specifications


Section VI-Works Requirements WR- 8

6.1. General Technical Specifications

ICTAD (CIDA) Technical Specifications are to be adhered in this Contract. The Engineer will
refer where required to following Technical Specifications/Standards published by the Institute
for Construction, Training and Development (CIDA). The Contractor shall familiarize himself
with the contents of these Technical Specifications/Standards and shall have a copy of the same
in his office.

a) Specifications for Building Works (Volume I & II) Volume I – July 2004 Volume II – October
2001
b) Specifications for Water Supply, Sewerage and Storm Water Drainage Works 2002 April
c) Specifications for irrigation and Land Drainage Works November 1999
d) Specifications for Electrical and Mechanical works associated with Building and Civil
Engineering August 2000

6.1.1 Mobilization and Demobilization

6.1.1.1 General

This chapter of the Specifications refers to certain particulars of the Contractor’s general
obligations under the Condition of Contract hereunder all temporary works, provisions of
construction plants and equipment required for execution of the Works together with other
temporary works and supplies specified in this section. On completion of the Contract all
temporary works, plants, equipment and surplus material shall be removed unless otherwise
specified and the Contractor shall clean up all the premises of the Works.
 Areas for site offices, stores, garage and workshops and for the movement of Contractor's
equipment at Site.
 The Contractor may occupy working areas mentioned above at the commencement of the
works. In case additional areas are required, the Contractor must make his own
arrangements with property owners for obtaining access to the necessary working areas.
 The Employer will endorse applications from the Contractor to Government agencies for
obtaining permission to use their land as working area. Unless otherwise agreed with
the property owners (public and private) the working areas - when abandoned - shall be
brought back to the same conditions as before occupied by the Contractor.

6.1.1.2. Provision of Engineers Facilities

Contractor shall provide One (01) site office for Engineer’s staff, at close proximity to the
Construction site with effect from the date of commencement, until the completion and handing
over. The office shall have approximately minimum 50 m 2 area with the provision of electricity,
water and sanitary facilities including basic office furniture and maintain the office until
commissioning of the constructions as per the satisfaction of the Engineer. The contractor shall
maintain Engineer’s site office with routine maintenance to keep clean & tidy office
environment. Also, the contractor shall provide stationery and other facilities required to
maintain the office as specified.

Following facilities shall also be provided by the contractor.


- Surveying and levelling equipment for field measurements
Section VI-Works Requirements WR- 9

- Arranging laboratory facilities for necessary field tests ordered by the Engineer

NOTE: Except survey and levelling equipment, all other speculated particulars shall be handed
over to the employer as directed, in good condition at the completion of work.

6.1.1.3 Clearance of the Sites

The Contractor shall clear the working areas as necessary to carry out the construction and
shall not be permitted to remove any trees unless approved by the Engineer and the respective
landowner.

6.1.1.4 Plant and Equipment

Mobilization of Contractor's constructional plant and equipment shall include:


 Assembly, preparation and loading for shipment of all plant and equipment at the
Contractor's home station or source of supply:
 Transportation of plant, equipment and material from the home station or source of supply
to the site; and
 Unloading and installation of all plants and equipment ready for use

6.1.2 Survey Equipment and Assistance

During the period of construction, the Contractor shall provide Survey equipment, and assistants
as required by the Engineer's Representative as well as their transport. Furthermore, the Contractor
shall provide all plant and equipment required by the Engineer's Representative for carrying out
his independent inspection prior to the use.

6.1.3 As-Built Drawings

As soon as possible after completion of each as-built drawing, the Contractor shall deliver
to the Engineer's Representative one print of the drawing for checking. One additional print
shall be provided on request, if the Engineer's Representative finds errors and wishes to mark
up the drawing with necessary amendments. The Engineer will confirm acceptance of each
drawing when satisfied that it correctly records the as-built details. At the end of the contract,
the contractor will hand over the as-built drawing (three sets of hard copy in A3 paper size and
one digital copy) to the Employer. All as built drawings should be with the platform of GIS
base Mapping in addition to topographical CAD details, indicating the locations of service
connections. GIS as-built should have facility for future asset management of the O&M bodies
with the necessary prior approved attributes
Section VI-Works Requirements WR- 10

6.2. Particular Technical Specifications

6.2.1 Specifications for Construction of Wire Reinforced Cement Mortar Tanks (Ferro-
Cement)
6.2.2 Specifications for Civil Work and Pipe Laying
6.2.3 Specifications for Trench Excavation, Backfilling and Road Reinstatement
6.2.4 Specification for DI Pipes and Fittings for Water Supply Applications
6.2.5 Specifications for uPVC Pipes, Fittings and Specials
6.2.6 Specifications for Polyethylene (PE) Pipes, Fittings, Specials and Accessories
6.2.7 Specification for Valves, Hydrants, Surface Boxes and Manhole Covers for Water
Supply Applications
6.2.8 Specification for Mechanical Couplings, Repair Clamps and Flange Adaptors
6.2.9 Specification for Ball Valves
6.2.10 Specification for Pipeline Maker Tape
6.2.11 Specification for Woltman Type Bulk Water Meters Sizes From 50 mm to 300mm
6.2.12 Specification for Testing and Disinfection
6.2.13 Specification for Concrete and Allied Works
6.2.14 Specifications for Service Connections
6.2.15 Specifications for Clamp Saddles
6.2.16 Specifications for Water Meters
6.2.17 Specification for Gunmetal Ferrules
6.2.18 Specifications for Steel Reinforcement
6.2.19 Specification for Pressure Filter
6.2.20 Specifications for Pumping Sets and Accessories
6.2.21 General M&E Requirements
6.2.22 Mechanical & Electrical Equipment Particular Specifications
6.2.23 Specification for Liquid Chlorine Dosing System (Package Unit)
6.2.24 General Specification for Direct Pumping System
6.2.25 Major Mechanical & Electrical Equipment
Section VI-Works Requirements WR- 11

6.2.1. Specifications Construction of Wire Reinforced Cement Mortar Tanks (Ferro-


Cement)

1. General

2. Construction Material

3.Sequence of Construction (Water Retaining Section)

4. Construction Procedure
Section VI-Works Requirements WR- 12

General

The method of construction of wire reinforced cement mortar tanks for water retaining
Structures in Sri Lanka is slightly different from the conventional / standard Ferro
cement construction implemented elsewhere in the world. The tank mainly comprised
of three main components the base, tank wall and the roof dome. The tank base is
designed to withstand the vertical load of water and the weight of the tank, wall and the
roof dome. All pipe outlets of WRCM tanks are to be laid to pass through the floor slab
as a result of relatively thin walls which are liable to produce leaks along the pipe
surface if such outlets are provided through the walls, as is designed in tanks constructed
in other traditional water tanks. Floor slab shall be constructed with RCC.

Construction Material

A small assortment of construction materials is required for the construction of these


tanks.
 Ordinary Portland cement – BS12
 River sand
 ½” to ¾” metal (20mm)
 Tor steel reinforcement
 6.0mm Mild steel bars
 GI straight wire (3.0mm to 4.0mm)
 GI Woven mesh (No.4) or other similar options approved by the Engineer.

2.1 Cement: Portland BS.12


Cement sand ratio shall be of 1:3 and water cement ratio 0.35 – 0.5 by weight

2.2 Sand
The ideal type of the sand to be used to mix the mortar shall be moderately course river
sand with uniform grain structure. Finer sand produces weaker mortar and result in
shrinkage cracking which shall be avoided at any cost.
It shall be necessary to use sand with a grading of coarse and fine particles as defined
below free from dirt, which shall produce a good workable mortar and the least porosity
through its elements.
Grain structure of the sand shall be consisted of coarse and fine particles all passing US
sieve No.16 (1.5mm) and having 5% by weight passing US sieve No.100 (0.25mm) with
a continues grading curve in between.

2.3 Reinforcement
 Vertical Reinforcement (Skeletal Reinforcement) 6mm mild steel rods placed 200mm
apart.
 Longitudinal Reinforcement (Hoop Wires) GI straight wire, wire diameter 3.0mm for
10m3 and 15m3 capacity tanks, wire diameter 3.5mm for 20m3 and above capacity
tanks.
 12mm tor steel for base slab, stiffeners and access opening of cupola.
Section VI-Works Requirements WR- 13

 All reinforcement, wire mesh and other metal-based utilities shall be free from
corrosion and also free from any chemical coating.

2.4 Wire Mesh


 GI woven wire mesh - square No.4 SWG 20 up to 50m 3 capacity tanks.
 GI expanded wire mesh - square No.4 SWG 18 above 50m3 capacity tanks.
 Average size of mesh opening - 6mm to 12mm.
 Number of layers of mesh - woven mesh single and expanded mesh single.

2.5 GI Binding Wire


SWG 18

2.6 Mortar Mix


To make a satisfactory workable mortar mix, it shall be necessary that the sand and cement
are mixed in appropriate proportions. Stronger mixes (mixes with more cement) produce
more workable mortar, increases its final strength, but shall lead to greater risks wider
shrinkage cracks. Mortar mix of one part cement to three parts sand (1:3) shall be suitable
for construction of WRCM tanks.

2.7 Water - Cement Ratio


Mixes with least water produce strong mortar. However, workability of such dry mortar is
poor. On the other hand, mixes with too much water will be difficult to work on to the mesh,
as it would start falling off. A water cement ratio of 5:1 (water: cement, by weight) that is
recommended for Ferro cement construction is ideally suited for the mortar mixes used in
the construction of WRCM tanks. Mortar application shall be completed within 45 minutes
and thereafter a fresh mix to be prepared for next applications subsequently.

2.8 Fixing of Reinforcement


Some of the important areas where special attention shall be required in fixing the
reinforcement are highlight below.
 Anchoring of the skeletal steel of wall in to the base. The length of the anchor should be
40D (40 X Diameter of rod)
 Provision of a minimum anchor length of 200mm of the horizontal overlaps shall be at
least 50mm.
 Lap length of the straight wire reinforcement shall be at least 300mm.
 All free ends of the binding wire used for fixing steel in place shall be on the inside face
in case of the walls and on the outside in the case of the cupola roof. Care shall be taken
to flatten the wire ends against the mesh.

2.9 Ladders
Ladder shall consist of two part, the outer section to be turned out of Mild Steel with epoxy
coating and the section inside the tank with Stainless Steel components (EN 10088: Part 2:
2005) as shown in the drawing.
It will be necessary that prior approval is obtained from the Engineer for all materials that
are to be used for the construction or WRCM tanks.
Section VI-Works Requirements WR- 14

3. Sequence of Construction (Water Retaining Section)

 Fixing of reinforcement of the floor slab, positioning of reinforcement of the wall and
wire mesh for embedment into the base slab.
 Floor slab concreting.
 Reinforcement of wall and roof dome.
 Application of cement mortar to outside wall.
 Application of cement mortar to inside wall.
 Application of cement mortar to outside roof dome.
 Application of cement mortar to soffit of roof dome.
 Completion of the access opening (up stand ring beam)
 Installation of over flow and vent pipe.
 Installation of ladder and cover for access opening.
 Application of approved type water proof (two coat) to inside wall and floor slab.
 Painting.
 Installation of valves and construction of valve chamber.
 Landscaping.

4. Construction Procedure

Wire Reinforced Cement Mortar tanks, hereinafter named as WRCM tanks, are designed to
be constructed as techno-economical water retaining structures, on an elevated platform as
detailed out in the drawings. Since they are subjected to easily be affected by direct impact
due to thin walls, care should be taken for necessary precautions during the construction and
afterwards as the case may be. Despite the fact that WRCM tanks are lighter, foundation of
columns shall be made sufficiently firm so that there shall be no possibility for settlement
or lateral movement or sliding.

8.1 Pipe Works

Four pipes consisting of outlets/inlets shall be provided for these tanks, two of them being
scour and delivery to be provided through floor slab, anchoring the down pipes on to the
columns with brackets firmly, while the other two (inlet and overflow) shall be provided
through walls as shown. DI pipes and specials are used for these outlets and inlets. Special
care shall be taken to prevent any leaks that may be possible at the section passing through
the base and thin walls, where necessary by providing puddle collars or any other suitable
arrangements at these sections, as directed by the Engineer. All pipes shall be firmly fixed
to the walls and columns with brackets as directed.

4.2. Fixing Reinforcement for The Floor Slab

Reinforcement for the floor slab is nominal and usually of 12mm tor steel placed either way
at the specified spacing indicated in the drawings. Clear cover to the reinforcement shall be
minimum of 40mm. It shall be important to provide proper cement spacer blocks with
embedded binding wire strands for tying them securely to the mesh to prevent movement
during concreting. At this point it shall be necessary to mark the perimeter of the wall on
the floor reinforcement enabling assembly of wall reinforcement. For this purpose, a circular
ring having a diameter of (D+W) shall be constructed out of 6mm steel bar, where “D” is
Section VI-Works Requirements WR- 15

the internal diameter and “W” is the wall thickness. This shall be placed centrally to the
floor, and securely tied, on the floor reinforcement mesh already assembled in place. The
vertical skeletal of 6mm (MS) and the GI woven mesh shall be adequately embedded in the
floor to strengthen the wall to floor joint.

The mesh to be used in the construction is usually available in one-meter-wide rolls. A


length of the circular wall plus the recommended horizontal lap length of 200mm shall be
cut from this roll and afterwards bent to ‘L’ shape along it is longer side, the shorter arm of
the ‘L’ being 150mm. It shall be necessary to split the bent length of the mesh at shorter
intervals to facilitate bending in to the required curvature. The 6mm vertical skeletal steel
shall be assembled at specified spacing along the same perimeter of the mesh. It is possible
to use shorter lengths of 6mm MS rods as starter bars. However, as indicated in the drawings
it is recommended that requisite full lengths shall be used to avoid unnecessary lapping’s.
The reinforcement placement is now complete for receiving the concrete in the floor slab.

4.3. Floor Concreting

The base of the tank as well the floor slab, shall be constructed with a concrete mix of Gr.
35A and special care shall be taken to ensure that the all reinforcement are not displaced or
shifted during the concreting.

4.4. Reinforcement for the Wall

After concreting the floor, the starter reinforcement of the wall shall be straightened and
cleaned free of all cement grout and other dirt.
Assembly of wall reinforcement shall be needing a good deal of care and attention than is
needed in other operations. This is mainly to ensure that the structure is formed true to line
and shape, a factor that determines the quality of the final product. It shall be absolutely
necessary therefore to use some supports internally (false work) to meet this requirement.
For this propose, two circular stiffeners made of 10mm Tor steel shall be used. One shall be
placed halfway of the wall and the other at the maximum height of the wall. The two
stiffeners are aligned vertically, horizontally and held in position proving cross supports
adequately. Once this done the 6.0mm vertical skeletal steel bars are tied on to the stiffeners.
The GI woven mesh is then tied around the vertical steel. The horizontal laps of the mesh
shall be 50mm and the vertical laps 200mm.
On completion of tying the mesh in place it shall be necessary to recheck the verticality of
the reinforcement structure. Any corrections of deviation from true shape or line shall be
carried out at this stage, prior to proceeding any further.
The main reinforcement of the wall viz, the GI straight wire shall finally be tied around the
wall outside the mesh spirally at the specified spacing. It shall be necessary to use a gauge
cut to the appropriate spacing to ensure that the correct spacing is maintained.
Verticality of the reinforcement structure shall be maintained at all times and all deformities
shall be corrected immediately. Also, make sure that all free ends of the GI binding wire
shall be on the inside face of the tank and are kept against the mesh.

Important
It shall be essential at the stage to erect all necessary scaffoldings with an access to the inside
of the tank, which are to be completely independent structure.
Section VI-Works Requirements WR- 16

4.5. Application of Cement Mortar to Outside Wall

In the construction of these tanks’ priority shall be given for exterior plastering.
For measuring the volumes of the sand for the mix, it shall be necessary to use a gauge box.
The mortar mix used for plaster is 1:3 (cement: sand)

Mixing of mortar shall be carried out in small batches of not more than the equivalent of
one bag of cement. It shall be done on a pre-prepared even surface either cement paved
platform or a wooden platform with a metal sheeting. Cement and sand in correct
proportions shall be dry mixed thoroughly and shall add the required amount of water in
small quantities to this pipe, mixing it thoroughly until a consistent workable mortar mix is
obtained.

The mortar shall be applied into reinforcement cage starting from bottom and gradually
moving upwards. Care shall be taken to force the mortar well in to the mesh so that no
cavities are formed between the wire and the mortar.

The wall shall be extended 10mm above the operating water level of the tank. Once this
level is reached it shall be necessary to ensure the verticality of the tank wall. For this
purpose, level pads shall be embedded in the wall which shall define the vertical line.
A second layer of mortar shall be applied on the previous layer, and finished smooth with
the surface of the level pad, thus ensuring verticality from bottom to top. This layer also
shall be applied from bottom to top. The combined thickness of the plaster shall be
approximately 20mm. This final application of the mortar shall be carried out while the
previous layer is still green and within 30-45 minutes (If the application could not be
performed within the allowable time limits, additives shall be used with the prior approval
of the Engineer).
The fillet at the wall joint too shall be formed at this stage. Since this is the final plastering
operation it shall be necessary to finish smooth the wall joint with neat cement, true to line
and level.
The top of the wall plaster shall be leveled off and adequate covers shall necessarily be
provided to protect the fresh mortar application from damage.
Curing of the finished outside plaster shall commence 4 to 6 hours on completion of the
application. A spray of water shall be used for this purpose.

4.6. Application of Cement Mortar to Inside Wall

Internal wall plaster shall commence on the following day. All internal supports, steel
stiffeners etc. shall be carefully removed taking care not exert any pressure on the wall whilst
removing such support. Ferro- cement wall thickness shall be limited to 40mm(maximum)
to ensure the Ferro- cement action affectively. For this construction special skill man power
should be utilized.
Section VI-Works Requirements WR- 17

All these loose materials shall be brushed off from the face of the old plaster using a coir
brush. The inner face too shall be plastered using the same mortar mix. Before applying the
mortar, it shall be necessary to wet the receiving face adequately with lean cement grout.
The fillet at the base wall joint too shall be laid along with the laying of internal wall plaster.
It shall be borne in mind that the floor rendering shall not be attended along with the
plastering and the recommended approach shall be as follows.
The plastering of the wall section shall be carried out first, including the fillet in one
continuous operation. This is also shall be done in two stages the initial plastering and
subsequent cement rendering making up to a finished thickness of approximately by 20mm.
The floor rendering shall be carried out on the next day
For better water tightness a water sealant compound shall be used as the internal plaster.
The inner coating of the tank shall be non-toxic (food grade) and epoxy coated and prior
approval shall be obtained from the Engineer.
The internal wall plaster too shall be leveled off in line with the outer plaster.

4.7. Floor Rendering

The same mix proportion shall be used for the floor rendering. In finishing the floor it shall
be necessary to make sure that the floor slopes are maintained towards the properly located
common outlet so as the facilitate complete draining of water.

The construction joint between the floor rendering and the wall plaster may crack open
due to shrinkage and leave room for leaks. This shall be overcome by providing a thin
groove at this joint and finally filling it up with cement grout or any bituminous sealer
material, as directed by the Engineer.

It is essential to ensure that continues curing of all finished facets shall be carried out
throughout as directed by the Engineer.

4.8. Reinforcement for the Roof Cupola (Dome)

Before proceeding with the roof construction is shall be necessary to seal the possible
seepage path along the steel perimeter of the wall. This can be achieved to a certain degree
by pouring a thin mix of cement grout, filling the cavities at the line of steel. (Joint of the
internal and external plastering.

A ring having a diameter equal to the diameter of the access opening shall be made with a
10 mm tore steel rod and supported carefully with 4 props at the required height. 6mm
vertical bars shall be bent to conform to the shape of the roof dome and tied to the steel
ring at the crown. A template can be used to guide the bending of these bars to the required
shape. The mesh shall be tied in position over the vertical steel followed by the GI straight
wire. At the roof the spacing of straight wire is increased to 100mm.
In tying the steel in place in the roof cupola it shall be necessary to have the free ends of
the binding wire to the outside unlike in the case of wall.
Additional supports shall be used in the event that the roof span is larger.

4.9. Application of Cement Mortar to Outside of Roof Cupola


Section VI-Works Requirements WR- 18

Application of mortar in the roof cupola too shall be similar to that of on the wall. The
mortar mix shall be used and applied in two layers; the final layer being finished smooth
with neat cement. Provision shall be kept for anchoring the access ladder hinges for the
lid, vent outlet etc. on the roof.
In plastering the roof cupola, it shall strictly follow that absolutely no loading be exerted
on the structure and therefore essential that all necessary scaffoldings shall be provided
beforehand, independent of the structure and enabling easy access even to the inside of the
tank.

4.10. Curing

Continuous curing of the various components of the construction shall be of utmost


importance. The final strength and quality of the structure depends to a great extent on the
effectiveness of the curing process apart from the other contributing factors. Wet hessian
hung over the completed faces in one way of carrying out effective curing or on the
alternative continuous spraying of water shall be done minimum of three days, depending
upon the weather condition. Under the extreme dry windy weather conditions, it shall be
needed to have an application of curing agent as approved by the Engineer.

4.11. Painting

To protect the tank elements and also for aesthetic appearances, the outer side of the tank
shall be painted in approved color lighter shade of weatherproof paint. This paint shall be
applied in two coats over a prime coat of lime wash or as directed by the engineer.
All mild steel metal parts shall be painted with epoxy primer & two coats of polyester
epoxy enamel.

4.12. Installation of Valves and Construction of Valve Chambers

The WCRM tanks shall be provided with one valve chamber housing, comprising of the
inlet, outlet and scour/washout valves as indicated in the drawings.
The size of the chamber shall be designed to meet the specific requirements as the case
may be. The construction shall be of 100 X 300 mm sandcrete block (cement/sand) in
cement mortar.

4.13. Landscaping

As the all-other construction works, it is of importance to ensure that. The area in the
vicinity of the structure is kept free from debris, heaps of earth etc. It is necessary to level
the immediate surrounding area of the structure and provide grass turfing or stone pitching
where appropriate to arrest any possible damage due to erosion. The tank is liable to
damage by impact from heavy objects such as large boulders, falling trees and other heavy
articles etc. hence it is important to eliminate any such objects that may endanger the
structure.
Section VI-Works Requirements WR- 19

4.14. Testing and Disinfection

For this purpose, impounding of the tank shall be phased out and attended in stages. This
shall begin immediately after finishing the wall and the floor rendering. Filling shall be
done at the rate not more than 150 mm (6”) layers of water every day.
The tank shall be fully impounded and kept for at least 3 days on completion of the
structure for testing purpose. Water level reduction through leakage shall be monitored
within 72 hours and recorded. For satisfactory commission, actual leakage shall be lower
than allowable leakage as specified in NWSDB guidelines for aqua retaining structures.
Procedure for testing shall be finally determined by the Engineer.
The exercise of disinfection shall be carried out in line with procedures adapted by the
National Water Supply & Drainage Board for water retaining structures, as directed by the
Engineer.
Section VI-Works Requirements WR- 20

6.2.2. Specifications for Civil Work and Pipe Laying

Prospective contractor shall be conversant and familiar with the following guidelines and
specifications before the submission of bidding documents with regards to rural water supply
projects while minimizing the negative impact to the environment and also of the cost.
Approval has to be sought for matters which may not be covered under this document from
the Engineer/consultant or their representative before the commencement of the job. All water
retaining structures are to be made out of Ferro-cement concrete in order to make cost effective
constructions.

1 Contractor shall furnish the list of the machineries and his personnel that he intends to deploy
for work/ process to the Engineer/Consultant or the representative for approval before the
commencement of the operation.

2 Pipe line traces shall be marked by the contractor and Engineer’s approval shall be taken prior
to start any excavation. Minimum distance from road centerline, width and depth of trench
excavation shall be determined by the Engineer to suit the site condition and in accordance
with the requirements of the relevant road authorities.

3 If any road/access is blocked due to excavation of pipe traces, alternative access shall be
arranged by the contractor with the guidance of Engineer. Public awareness campaign and prior
notices shall be given to the relevant community in advance for such disturbances.

4 In case of supply and installation of Electro- mechanical accessories (Pumps, panel board etc.),
the Contractor shall provide necessary safety regulation as guided by the Engineer.

5 Removal of excess material shall be done in accordance with the EMP specified. However,
contactor shall obtain formal approval from the Engineer for removal, transportation and safe
dumping.

6 The contractor shall utilize suitable excavated material for formation and back filling around
structures, along the pipe traces or to maintain slopes as directed by the Engineer.

7 The Contractor shall perform required soil/ concrete tests and to be proved satisfactory status
before moving to next step. Copies of such report shall be submitted to the Engineer for his
approval

8 Any other excess material if any shall be taken away from the work sites as directed by the
Engineer.

9 All machinery deployed for the purpose of the construction and pipe laying shall be kept in a
good condition in order to prevent frequent interruptions. Engineer approval is needed prior to
removal of plant and equipment from the work site.
Section VI-Works Requirements WR- 21

10 Contractor shall complete his entire work specified in the contract ensuring a proper disposal
of storm water to enrich ground water table. Further the Contractor shall obtain specific
guidance from the Engineer in this respect.

11 The Contractor shall manage and peacefully settle community complaints /grievances arisen
as a result of his work. In such events, The Contractor shall obtain necessary guidance from
the Employer. Contractor should submit a grievance redressed mechanism in advance for prior
approval with his other method statement

13. The excavation shall ensure the specification given in the contract. The backfilling shall be
done with the suitable material approved by the engineer. This approved material shall be used
for the pipe laying road crossings etc. Compaction should be carried out in accordance with the
specifications. The pressure testing and the disinfection shall be completed and the contractor
shall obtain approval from the engineer for the successfulness of such prescribed tests at the
overall commissioning stage. The contractor shall be responsible for the overall commissioning
and successful handing over of the utility to the operation and maintenance authority.
Section VI-Works Requirements WR- 22

6.2.3. Specifications for Trench Excavation, Backfilling and Road Reinstatement

Table of Contents

1. Pipe Trench Excavation - General


2. Trench Alignment and Grade
3. Trial Holes
3.1 Reinstatement of Trial Holes
4. Trench Excavation in Roads
4.1 Excavation in Carriageway
4.2 Security Requirements
4.3 Safety Precautions
4.4 Road Closure
5. Trench Excavation in Surfaces Other than Roads
6. Temporary Buildings
7. Bedding Types and Special Protection
8. Supporting Trench Excavation
8.1 Battered Trench Sides
9. Trimming Trench Excavation
10. Inspection by Engineer
11. Disposing Material from Trench Excavation
12. Trenches not to be Left Open
13. Control of Water
14. Backfilling Trench Excavations and Compaction
15. Road Reinstatement
Section VI-Works Requirements WR- 23

1. Pipe Trench Excavation – General

Trench excavation means excavation in all materials of whatever nature encountered for
trenches into which pipes are to be laid or pipe appurtenances constructed. Pipe shall mean
pipe of all kinds and for whatever purposes.
The contractor would be required to provide shoring for the trenches in order to minimize
damage to the roads and also other utilities. If the Contractor is required to excavate a trench,
wider than the maximum trenches width, prior approval of the Engineer should be obtained.
However, the contractor shall bear the total responsibility for damages to utilities, backfilling
and compaction of the trench as per specifications and reinstatement of roads occurred as a
result of collapse of side of the trench. Road reinstatement both temporary and permanent
shall be measured in linear meters along the top surface of trenches for different diameters of
pipes.
Disruption to traffic should be minimized. The Contractor should provide necessary measures
for the safety of pedestrians, vehicles etc. All open trenches and backfilled areas should be
protected by providing proper barricading, night lighting and also steel plates etc. when
necessary. Road signs at either ends of the road warning motorists and pedestrians should
be erected. Any damage to vehicles or injured to public and the damage to third party
property due to the above excavation work or during movement of machinery should be the
responsibility of the Contractor. It may be necessary to transport the excavated material
temporarily to other locations. Required traffic control arrangements in concurrence with the
traffic police and Local Authority should also be provided by the Contractor.
Contractor shall take every precaution to minimize damages to third party property due to
excavation and backfilling of pipe trenches. Any damages to third party property shall be
rectified and made to the good condition at the contractor’s cost.
Trenches shall be carried out manually if excavation using machinery poses a potential
danger to the roads and third-party property including other utilities. The trench shall be
excavated to required depth and trimmed the bottom to specified gradient as shown in the
drawings. Any excessive excavation shall be filled and compacted by the contractor at his
own cost as directed by the Engineer.
Asphalt cutters should be used when damaging asphalt concrete and concrete paved roads.
Prior to the commencement of pipe laying as far as practicable, Engineer shall nominate a soil
testing laboratory and inspected the pipeline trace jointly with the Contractor to decide on the
suitability of the materials to be excavated for backfilling of the trenches.
Engineer along with the soil laboratory personnel will decide on the locations where the soil
tests are to be carried out to determine the soil parameters set out in Clause 2(v) and details
given in the s t a n d a r d drawings and decide on the suitability of the excavated material for
backfilling based on the test results and recommendations of the soil laboratory personnel.
If the excavated soil is found to be unsuitable, Engineer shall inform the Contractor of the
sections of the pipeline trace to be backfilled with imported soil from the approved borrow pits.

2. Trench Alignment and Grade

Before starting excavation in any road, the Contractor shall have obtained the approval of the
Engineer and Engineer shall obtain the approval of the relevant Road Authority for
Section VI-Works Requirements WR- 24

Contractor’s detailed work program for the trench excavation in roads ahead of the particular
work. This programme shall contain the names of the roads and chainages to be excavated,
date of commencement and planned completion date of backfilling, planned dates of
completion of temporary and permanent road reinstatement, and the dates of handing over to
the relevant Road Authority. No excavation shall be permitted unless the Contractor shall
have obtained approval of the said programme as aforesaid and can demonstrate that all
necessary pipes fittings materials and plant are available on site for the speedy completion of
all the work.

i. Construction Alignment and Grade

The line and level of trenches shall be as shown on the Drawings or as determined from the
Drawings or as may be directed by the Engineer. Before commencing trench excavations, the
route of the trench shall be pegged out accurately and the natural ground levels shall be agreed
with the Engineer. Strong sight rails shall then be fixed and maintained at each change of
gradient, and at as many intermediate points as may be necessary. On these rails shall be
marked the center line and the level to which the excavation is to be carried out, such rails
being not more than 50 m. apart and at changes of direction and grade.

ii. Changes in Line and Grade

In the event obstructions not shown on the plans are encountered during the progress of the
work which will require alternations to the plans, the Engineer shall have the authority to
change the plans and order the necessary deviation from the line and/or grade. The Contractor
shall not make any deviation from the specified line and/or grade without approval by the
Engineer. Should any deviations in line and/or grade be permitted by the Engineer in order to
reduce the amount of rock excavation or for other similar convenience to the Contractor, any
additional costs for thrust blocks, valves, air and vacuum assemblies, blow-off assemblies,
extra pipe footage , manholes or other appurtenances shall be borne by the Contractor. The
Contractor shall include in his unit rates in the contract provision to cover any deviation from
the invert grade shown on the plans to facilitate extra depth required to eliminate possible
conflicts between culverts and other utilities.

iii. Trench Widths


Trench excavation shall be carried out by such methods and to such lines, dimensions and
depths as shall allow for the proper construction of the works, provided always that, unless the
Engineer permits otherwise, for trench excavation, the details in the Standard Drawings, shall
be referred for nominal trench widths and depths. Any changes, if necessary, depending on the
special conditions shall be authorized by the Engineer.
Trenches shall have vertical sides or battered trench as specified herein unless otherwise
authorized by the Engineer.
Notwithstanding the foregoing, any rock in trench excavation shall be so excavated that the
clearance between the pipe when laid and the rock sides and bottom of the trench is kept to the
minimum limits necessary to provide for the specified thickness of bedding and concrete
protection of the pipe. Bell holes and holes and depressions for couplings, valves and the like
shall be excavated the same distance below these installations.
Section VI-Works Requirements WR- 25

iv. Working Space

Excavation for structures such as valve chambers etc. shall be allowed 30 cm working space
for purposes of establishing Contractor’s liability for permanent reinstatement costs.

v. Backfill Material

Soils used as backfilling material shall be naturally occurring soils and shall not be highly
plastic clays, silts, peat of other organic soils or any soil that is mixed or contaminated with
the top soil, vegetation and other deleterious matter. Material used for backfilling shall
conform to the requirement of Type 1 materials as given below.

Type 1 material shall be soil having the maximum dry density under standard conditions of
proctor compaction not less than 1600 Kg/m 3 with the properties plastic limit <15, liquid limit
(LL) < 40, CBR >20.

Materials excavated from the trenches may be used as backfill provided it meets the
requirements specified for backfill material. Surplus materials from excavations shall be
removed and disposed of by the Contractor as required by the Engineer and as specified on
contractors’ cost. The trench shall be dug only so far in advance of pipe laying as the Engineer
shall permit.

Where in the opinion of the Engineer sufficient supplies of the aforesaid material for trench
refilling cannot reasonably be obtained from excavations, the Engineer may order the
Contractor to carryout following.

a) Remove Stones
To carry out such work as may be necessary to sieve out stones, from the excavated material
at contractors’ cost.

b) Borrow
If the excavated soil from trench is not satisfy the requirements, imported soil to be used for
backfilling of trench. The Contractor shall take every step to excavate suitable material from
borrow areas and transport it to the length of trench to be backfilled, and the Contractor shall
do any or all of these things as directed and as specified in the drawings and the specifications
with own cost.

3. Trial Holes

Trial holes shall be excavated well ahead of the trench excavation to such depths as necessary
to determine and confirm the alignment for the trench. Trial holes may also be required by the
Contractor to determine the position of underground services, sub- soil drains or rock profile
for any other reason. The Contractor shall obtain all necessary permissions from the Road
Authorities for the excavation of trial holes. Trial holes shall be excavated at a distance of
50 m or as directed by the Engineer.
Section VI-Works Requirements WR- 26

3.1 Reinstatement of Trial Holes

The Contractor shall arrange the refilling and reinstatement of trial holes to be carried out
immediately after the required information is obtained. The reinstatement of the surfaces
of trial holes shall be carried out to the approval of the Engineer and the relevant Roads
Authority at the contractor’s cost.

4. Trench Excavation in Roads

When excavating trenches along public roads, the C on t ra ct o r shall comply with the
requirements and conditions of the relevant road maintenance authority having jurisdiction
over the particular road, viz, the Road Development Authority (for major roads) the Provincial
Road Development Authority (for secondary roads) for the Local Government Authorities
(for minor roads).
The information provided regarding jurisdictions in the drawings titled ‘Key Plan –
Miscellaneous Information’ is only as a guide and not to be taken as the final status. The
Contractor shall obtain the information regarding the final status from the relevant authorities.
All trench excavation and other work carried out within the limits of any public road shall be
completed as rapidly as possible and the Contractor shall make every effort to ensure that no
more than half of the width of t he carriageway shall be obstructed at one time. Road drains
and kurbs shall be kept free from obstruction. The Engineer may direct that trench
excavation in highways shall be located in footpaths or in verges rather than in the
carriageway. If that is the case, trench excavation shall wherever practicable be carried out
in such a way that every part of the excavation is at least 1m clear of the existing edge of the
carriageway. In any event the Contractor shall take special precautions, which shall include the
continuous support of the sides of the excavation, from the time when excavation is begun until
the refilling of t he trench is completed, to ensure that there is no disturbance of the adjacent
road or road foundation. Where excavated material has temporarily been deposited on an
adjacent surface, the surface shall on completion of refilling be restored entirely to its original
condition and left free of loose stones.

4.1 Excavation in Carriageway


The excavation of trenches in RDA roads shall be in the shoulders as far as possible.
However, when excavations are needed within the carriageway, the Contractor shall take
all the necessary care to minimize the area of damage to the road surface. Before starting
excavation, the Contractor shall use asphalt cutting apparatus comprising a diamond disc
or similar, to cut the surface of the carriageway along the intended line of excavation.
Necessary shoring and road barricades, traffic diversion etc shall be provided by the
Contractor.

4.2 Security Requirements

The Contractor shall inform the relevant local police station regarding the excavation in
public road at least one week prior to commencement.
Section VI-Works Requirements WR- 27

4.3 Safety Precautions

The Contractor shall erect and continuously maintain road signs and adequate lighting
throughout the night ahead of each end of excavation of trenches, warning about the
excavation, until the temporary and Permanent reinstatement are completed. The road
signs should be written in red luminous paint on white background so that they are visible
at night to the vehicle drivers.
Safety precautions of workers and public shall always be taken during day time and also
in night if night works are done.
Contractor shall take all precautions to protect workers, public and third-party property
during or in the process of rock excavation. In case of rock blasting, all precautions
specified in the safety guidelines or Manuals or any other acceptable Manuals to the
Employer by the Department of Labor, Sri Lanka shall be strictly followed. Suitable
blasting technique shall be selected. Any damages to workers, public, third party
property shall be compensated by the contractor at his cost.
Adequate protection shall be provided along the trench excavation to the approval of the
Engineer. The excavated material shall not be deposited or dumped along the trench so
that it will obstruct the movement of vehicles or pedestrians. If the Engineer or the Road
Maintenance Authority directs so, Contractor shall remove the excavated material and
store it elsewhere, until it is used for backfilling, at his own cost.
The Contractor shall maintain warning lights and barricades throughout the night at the
road crossings until it is temporarily reinstated, or at the trench excavations if it has to
be kept open overnight, or at any road excavation as directed by the Engineer.
The Contractor shall supply any reasonable materials and/or manpower necessary to
maintain a smooth traffic flow as required and as directed by the Engineer.

4.4 Road Closure

The Contractor shall make every effort to avoid complete closure of the roads for traffic
due to the Construction activities.
In any event that this is unavoidable, the Contractor shall obtain the approval of the
Engineer to that effect, furnishing all the details of the work. Contractor shall also obtain
the permission from the Road Maintenance Authority, Local Government Authorities
(MC, UC, PS) the Local Police Station and any other relevant authority, and shall abide
by their requirements. The Contractor shall allow in his work programme for any delays
which may arise in obtaining such permissions.
Contractor shall obtain necessary Insurance coverage or any other means to compensate
the loss of Revenue of the Third-Party Business Men, Transport Agencies, Bus Services
etc. contractor shall relieve the Employer from any claims what so ever arising out of
the closure of road.

5. Trench Excavation in Surfaces Other than Roads

Trench excavation in surfaces other than roads shall include all surfaces except those asphalt
Section VI-Works Requirements WR- 28

surfaces which require road reinstatement. These surfaces include but are not limited to
fields, paddy fields, pasture land and the like, footpaths, verges, non- asphalted roads,
lanes, alleys, bund embankment and all public and private lands.
Trench excavation located in fields shall, if the Engineer so requires, have temporary fencing
erected around that length. Temporary fencing shall not normally be removed until the trench
excavation has been refilled and reinstated. The Contractor is hereby notified that generally
pipe alignments not in streets are covered with a vegetation growth which must be removed
and disposed off the site of work. The Contractor shall have particular regard to the safety
of livestock which may be in the area, and shall ensure that all open excavations, access
routes and steep or loose slopes arising from the Contractor’s operations are adequately
fenced and protected. After the erection of temporary fencing where required, the Contractor
shall remove top soil to such depth and over such area as may be necessary to provide
sufficient material to ensure adequate surface reinstatement of the working areas occupied
by the Contractor for construction of the pipeline.
Excavation in Asphalt roads and concrete paved roads shall be done using Asphalt cutter and
concrete cutter to avoid damages to other parts of the road. Contractor shall remove re-
concrete and Asphalt parts of the excavated soil as directed by the Engineer at this own cost.

6. Temporary Buildings

Temporary buildings sites (squatters) may also occupy pipeline rights-of-way. The
Employer will remove the occupants and the Contractor may demolish the buildings as
directed by the Engineer. The Employer, under the laws of Sri Lanka, is not required to
obtain easements or be liable for loss of business for construction of water pipelines
and appurtenances. However, the Contractor is required to limit the damage to any existing
improvement and to make full compensation for any damage done as a result of the
construction activities.

7. Bedding Types and Special Protection

It should be ensured that the trench bed is leveled in conformity with the levels as indicated
in the drawing. The pipe bedding material shall be well graded and free from organic
matter. Excavated material also could be used if it satisfies the requirements laid down in
the drawing and with the approval of the Engineer.
The Contractor shall adopt the special bedding type A, B, C and D specified in the relevant
Standard drawing where appropriate. When ground conditions requiring the use of special
bedding types are encountered, the Contractor shall inform the Engineer, and with his
approval, adopt the proper bedding type.
The filling material shall be the soil having the maximum dry density under standard
conditions of compaction not less than 1600 Kg/m3 with the properties PL<15, LL<40
, CBR >20 and the particle sizes not greater than 25mm.
The bedding material shall be Quarry dust, Mined sand or Crushed stone as specified in the
relevant standard drawing. When sand is used as bedding material, 100mm wide RCC grade
20 barriers at 50m intervals across the trench to cover full widths of the trench and full depth
of the bedding shall be provided.
The trench shall have special protection when the soil condition is unfavorable in such a way
the bearing capacity is less than 75 KN/m2. The Geotextiles shall be used to bear the soil
Section VI-Works Requirements WR- 29

load above where it is specified in the standard drawings or directed by the Engineer. The
T a b l e 1 given below shall be referred for the properties of Geotextiles.
The Geotextiles shall be wholly synthetic and is tropic fibrous material. It shall have
properties not inferior to those listed in Table 1.
When the minimum specified cover to the pipe line from the surface cannot be maintained
due to some special reason, the Contractor shall adopt the special protection type using
concrete pre-cast slabs as specified in the relevant type drawing and as instructed by the
Engineer.

Table 1

Property Test Method Value Unit


Tensile strength (wet and dry) 7500 N/m2
under uniform applied stress

Grab tensile strength ASTM 1682-100m 660 N


Trapezoidal tear strength ASTM 117 300 N

CBR Puncture resistance DIN 54307E 1600 N


Burst Strength ASTM 3786 1400 KPA

Pore Size > 0.03 mm


< 0.10 mm
Permeability to water under
100mm head 50 l/m2/sec

8. Supporting Trench Excavation

The Contractor shall effectively support the sides of all trench excavations which shall
include the use of steel sheet piles where necessary to prevent any fall or sliding of the
embankments or run from any portion of the ground outside the excavation into the trench
and to prevent settlement of or damage to structures adjacent to the excavation. The
Contractor shall be deemed to have made his own allowance for shoring up the sides of
trenches, any extra excavation necessary to provide space for such support and for any other
working space. If for any reason any portion of trench excavation shall give away, the
Contractor shall at his own expense take all necessary remedial measures including the
excavation and removal of all the ground thereby disturbed.

8.1 Battered Trench Sides


Where the Contractor elects and is permitted by the Engineer to execute trench excavations
with battered sides instead of providing support as aforesaid, they shall be excavated to
stable slopes and heights as a slope of not steeper than one to one from a point of 30 cm
above the top of the pipe. The toe shall be set back not less than 30 cm from the vertical
face of the trench.

9. Trimming Trench Excavation


Section VI-Works Requirements WR- 30

When excavating to specified levels for trench excavation or to specified limits for the face
of any structure therein required to about undisturbed ground, the Contractor shall not
excavate the last 15 cm until the Engineer permits otherwise. Should the Contractor have
excavated to within 15 cm above these specified levels or to within 15 cm of these specified
limits before he is ready or able to commence the constructional work he shall where required
by the Engineer excavate further so as to remove not less than 15 cm and any such further
excavation and additional foundation material ordered by the Engineer shall be at the cost of
the Contractor. The bottom of trench excavations shall be carefully boned in and trimmed
true to grade with the aid of a straight edge at least 6 m long as to ensure a continuous support
for the pipes. Any stones or flints either likely to cause the pipe to bed unevenly or to damage
the pipe and its coating of greater than 15 mm in size shall be picked out of the trench bottom
and any holes so formed shall be filled in with soft material and trimmed to the correct level.
All shattered and loose material shall be removed from the bottom of the trench excavations
so that the bedding material rests on a solid and clean foundation.

10. Inspection by Engineer

When the specified levels of trench excavation are reached the Engineer will inspect the
ground exposed and if he considers that any part of the ground is by its nature unsuitable, he
may direct the Contractor to excavate further and to refill the further excavation with such
materials as he may direct. Should the bottom of any trench excavation while acceptable to
the Engineer at the time of the inspection subsequently become unacceptable due to
exposure to weather conditions or due to flooding or have become puddled, soft or loose
during the progress of the works, the Contractor shall remove such damaged, softened or
loosened material and excavate further by hand. In this case the cost of the extra excavation
and of the additional foundation materials required will be the Contractor’s responsibility.

11. Disposing Material from Trench Excavation

Subject to any specific requirements of t h e Contract, the Contractor shall make his own
arrangements for the temporary storage of any excavated material which is required for use
in refilling trench excavations, including any necessary double handling. In this connection
the Contractor shall have regard to the working areas available to him for the construction of
the pipeline particularly where this is located in roads or in other places to which the public
has free access. Any temporary tips alongside the trench excavations shall be to stable
slopes and heights. Where the nature the excavated materials is suitable, the Contractor’s
temporary storage as aforesaid shall include for separate storage as the Engineer may direct
of any of the various grades of material hereinafter specified for the refilling and surface
reinstatement of trench excavation, namely, soft material, coarse material, hard material and
topsoil. Any excavated material not required for or not suitable for use as refilling as aforesaid
or use elsewhere in the Works shall become the property of the Contractor and he shall be
entirely responsible for its removal from the Site and for its ultimate disposal. Contractors
are reminded that when working along the carriageways it is often not possible to
stack or place excavated materials along the trench and they may be required to remove
such materials required for backfill to temporary sites to be provided by the Contractor and
to return these materials on completion of pipe laying.

12. Trenches not to be Left Open

Trench excavation shall be carried out expeditiously and; subject to any specific requirements
Section VI-Works Requirements WR- 31

of the Contract, the refilling and surface reinstatement of trench excavations shall be
commenced and completed as soon as reasonably practicable after the pipes have been
laid and jointed. Pipe laying shall follow closely upon the progress of trench excavation, and
the Contractor shall not permit more than 20 m of trench excavation ahead of pipe laying to
remain open. The Contractor shall take precautions to prevent floatation of pipes in locations
where open trench excavations may become flooded, and these precautions may include the
partial refilling of the trench. If the Engineer considers that the Contractor is not complying
with any of the foregoing requirements, he may prohibit further trench excavation until he is
satisfied with the progress of laying and testing of pipes and refilling of trench excavation.
The Contractor shall not excavate trenches in more than one location in any one road at a
given time without the Engineer’s permission.

13. Control of Water

All excavation and placement of backfill and fill shall be carried out in the dry. The Contractor
shall furnish, install and operate all necessary machinery, appliances and equipment to keep
excavations free from water during construction, and shall dewater and dispose of the water
so as not to cause injury to public or private property, or to cause a nuisance or a menace
to the public. He shall at all times have on hand sufficient pumping equipment, portable
Generators and other machinery in good working condition for all ordinary emergencies,
including power outage, and shall have available at all times competent workmen for the
operation of the pumping equipment. During excavation, construction of pits, etc. installation
of pipelines and fittings, placing of structure and trench backfill and the placing and setting
of concrete, excavations shall be kept free of water. The Contractor shall control surface
runoff so as to prevent entry or collection of water in excavations. The static water level shall
be drawn down a minimum of one of foot below the bottom of the excavation so as to
maintain the undisturbed state of the foundations soils and allow the placement of any fill
or backfill. The dewatering system shall be installed and operated so that the ground water
level outside the excavation is not reduced to the extent that would damage or endanger
adjacent structure or property.

i . Submittals

a) Further contractor shall submit separate shop drawings for specific events which are not
covered under the contractual drawings. The necessary approval shall be obtained for shop
drawings prior to commencement of physical activities.
b) Before dewatering is started the Contractor shall file for record purposes only with the
Engineer the method, installation and details of the dewatering systems he proposes to
use.

ii Release of Groundwater

The release of ground water to its static level shall be performed so as to maintain t h e
u nd i s t u r b e d s t a t e o f the n a t u r a l fo u n d a t i o n soils, prevent disturbance of
compacted fill or backfill and prevent flotation or movement of structures, pipelines and
sewers.

14. Backfilling Trench Excavations and Compaction

The backfilling material to be used shall be as specified above and indicated in drawings for
Section VI-Works Requirements WR- 32

type of pipes at different level in trench. Accordingly, the backfill material which shall be
used up to 300mm from the top of the pipe, or as indicating shall be a sandy material or
quarry dust free of stones, hard objects etc. Excavated earth may be used for this purpose
provided it meets the requirements and approved by the Engineer. For the remaining
backfill excavated earth could be used if suitable. However, the backfill material shall be
free of particle size as specified in different level of layers in trench. If excavated material
is not suitable the Contractor should bring specified material from outside.
During wet condition, if the excavated material from the trench cannot be compacted to
the required degree, the Contractor may be required to use imported materials as backfilling.
However, if the excavated material has been spoiled by the Contractor due to his negligence,
the Contractor shall be required to use imported material as directed by the Engineer at his
own cost.
The standard compaction test shall be carried out as per test 12 of BS 1377 – 75 or
ASTM D 698-98.
The backfill material shall be placed in layers of 150mm thick and well compacted. Where
necessary the Contractor shall adjust the moisture content of the fill material either by
drying out or by adding water to assist the compaction of the materials. During the
compaction the backfill shall have a uniform moisture content equal to or a little above the
optimum moisture content recorded in the compaction test. Backfill shall be compacted
to a dry density of not less than 98% [or as indicated in the relevant drawing at
different layers in the trench] of the maximum dry density. Suitable approved mechanical
rammers shall be used for compaction.
The remainder of the refilling may consist of coarse material including broken rock from
excavation not greater than 25mm, free and clods of earth larger than 15 cm in size and
boulders of any size and shall satisfy the soil properties given in Clause 2(v) hereof provided
that the compacted backfill is, in the opinion of the Engineer, sufficiently dense to prevent
material from the superimposed layers being washed into the voids in such backfill. This
coarse material shall be spread in layers of not greater depth than 20 cm and be thoroughly
rammed by an approved mechanical rammer.
The coarse filling is to be carried up to the surface level existed before the commencement
of the Works (in roads and footpaths) or (elsewhere) to such level as with the surface
reinstatement. Hard material such as broken rock and original road metaling shall not be
used for the reinstatement of road.

i. Compaction

Where necessary, the Contractor shall adjust the moisture content of the refill material either
by drying out or by adding water to assist the compaction of the materials. During the
compaction, the backfill shall have a uniform moisture content equal to or a little above the
optimum moisture content recorded in the Compaction Test. Backfill shall be compacted to
a dry density of not less than 98% of the Laboratory Proctor Density when tested in
accordance with these specifications. The Contractor shall carry out a minimum of one
compaction test each working day that back filling is taking place. The Contractor is advised
to use clean sand or other clean granular material approved by the Engineer to obtain the
required compaction in the presence of wet conditions, if the excavated materials or selected
backfill materials cannot be compacted and the compaction work is held up.
The Contractor is advised to consider the cost of su ch materials in his rates. Sand backfilling
Section VI-Works Requirements WR- 33

shall only be laid on level areas and the sand water jetted to consolidate completely. When
sand or clean granular materials are used, they shall be protected from washing away by
capping with 150 mm of l a t e r i t i c soil with proper moisture content compacted to 98%.
ii Miscellaneous

Should the material being placed as backfill, while acceptable at the time when approved,
become unacceptable to the Engineer due to exposure to weather conditions or due to
flooding or have become puddled, soft or segregated during the progress of works, the
Contractor shall at his own expense remove such damaged, softened or segregated material
and replace it with fresh approved material. To permit the proper consolidation of backfill
into the voids behind trench sheeting and supports, trench sheeting shall be withdrawn
gradually as backfill progresses in depth and along the trench. On no account shall any
excavated material be dozed back when refilling trenches in roads and no backfilling shall be
carried out unless in the opinion of t h e Engineer, sufficient mechanical rammers are in
operation on that portion of the work. Where directed by the Engineer, trench excavations
shall be refilled with concrete.

15. Road Reinstatement

Road reinstatement shall be carried out as directed by the Engineer confirming to the relevant
standard drawings.

16. Excavations in Rocks

Rocks can be classified as soft rocks and hard rocks. Soft rocks can be excavated manually
or by mechanical means which are used for normal excavations in soil. The hard rock can
be excavated by using either explosives or chemicals to ensure control blasting to suit site
conditions. However, the contractor shall obtain prior approval from the engineer by
submitting a method statement for specific rock excavation events.
Section VI-Works Requirements WR- 34

6.2.4. Specification for DI Pipes and Fittings for Water Supply Applications

1. General

2. Technical Requirements for Di Pipes and Fittings for Water Supply Applications
Section VI-Works Requirements WR- 35

1.0 General

Table of Contents

1.1 Ambient Conditions


1.2 Suitability for Potable Water
1.3 Definitions
1.4 Non-metallic Materials
1.5 Flanges
1.6 Inspection and Testing
1.7 Marking of Pipes, Fittings valves and Specials
1.8 Protection during Delivery
1.9 Storing handling and hauling of Pipes, Fittings, Valves and Specials
1.10 Packing of bolts, joint rings and gaskets
1.11 Manufacturer's Certificate
1.12 Quality and workmanship
1.13 Flanged Joint Protection
1.14 Final Acceptance at site
Section VI-Works Requirements WR- 36

1.1 Ambient Conditions

All items of materials and equipment shall be in every respect suitable for storage, installation,
use and operation in the conditions of temperature and humidity appertaining in Sri Lanka.

The annual average temperature is 30 C while the relative humidity varies generally from
70% during the day to 90% at night.
The temperature of potable water to be conveyed in the pipelines will be about 30 °C.

1.2 Suitability for Potable Water

Pipes and pipeline components, including their protective coatings and joint materials, that will
or may come into contact with potable water shall not constitute a toxic hazard; shall not
support microbial growth; shall not cause taste or odor, cloudiness or discoloration of the
water.

1.3 Definitions

The definitions given in the relevant standards which are referred to in the specification shall
apply for the terms used in this specification.

1.4 Non-metallic Materials

All non-metallic materials supplied shall be listed in the current "Water Fittings and Materials
Directory" published by the Water Research Centre, UK, or approved equivalent publication,
as a recognized certifying authority having passed full tests of effect on water quality under
the requirements for the testing of non-metallic materials for use in contact with potable water.

1.5 Flanges

All flanges dimensionally shall be in accordance with EN 1092-2: 1997 Specification for Steel
Flanges - Metric Series. The screw threads in all pipes and fittings shall comply with ISO
Metric Screw Threads.

1.6 Inspection and Testing

The Contractor shall supply, furnish and prepare the necessary test pieces and samples of all
materials and supply the labor facilities and appliances for such testing as may be required to
be carried out on his premises according to this specification. If there are no facilities at his
own works for making the prescribed tests the Contractor shall bear the cost of carrying out
the tests elsewhere. The Engineer or nominated Inspection authority shall have full access to
all parts of the plant that are concerned with the testing, furnishing or preparation of materials
for the performance and testing of work under this Specification.

The Contractor shall furnish the Engineer with reasonable facilities and space (without charge)
for the inspection, testing and obtaining of such information, as he desires regarding the
character of material in use and the progress and manner of the work.

Further all valves shall be tested to the appropriate test pressure at the manufacturer’s
workshops and shall be supported by a test certificate from the manufacturer.
Section VI-Works Requirements WR- 37

The format for test certificate shall be in accordance with the format given in the schedule of
particulars.

1.7 Marking of Pipes, Fittings, Valves and Specials

All markings described below shall be legible and durable unless otherwise specified. All pipes
and fittings shall be marked with the information specified in clause 4.7 of EN 545: 2010, or
clause 4, 6 of ISO 2531:2009. The mark of the manufacturers and class of pipe shall be
embossed on all pipes and fittings. Other markings may be cast on, cold stamped or painted
with an indelible paint.
The Sluice valves, Butterfly valves, Check valves and Hydrants shall be marked in complying
with the relevant provisions of BS 5163: 2004, EN 1171: 2002, EN 593 :2004, EN 12334:
2001, BS 750: 2006 respectively. The mark of the manufacturer, pressure rating (PN
designate), nominal size, direction of closing and the standard to which the valve conforms
shall be embossed or cast on all valves.
All other valves which are not mentioned above but covered under this specification shall be
marked with at least nominal size, manufacturer’s name (or trade mark), directions of closing,
body material designation.
The manhole covers and surface boxes shall be marked in complying with clause 9 of EN
124:1994.
In addition to what is specified above the additional markings and the lettering sizes shall be
made with details as per the Table 1 hereof.
Section VI-Works Requirements WR- 38

Table 1 – Additional Markings

Item Diameter (mm) Details required Lettering Heights


Details (mm)

Pipes above 350 " WATER"; Pipe standard 50


(EN or other); Class or type;
Nominal dia., Manufacture’s
name & Year of manufacture
(at intervals not more than 3 m)

150 to 350 (both as above 25


inclusive)
50 to 150 as above 10

Fittings above 350 " WATER"; Pipe standard 25


and (EN 545 or ISO 2531; Class or
Specials type (C class); Nominal dia.,
Manufacture’s name & year of
manufacture, PN (for flanges)

150 to 350 (Both as above (except “WATER”) 10


inclusive)
“WATER” 25

50 to 150 “WATER”; Pipe standard 10


(EN 545 or ISO 2531; Class or
type (C class); Nominal dia.,
Manufacture’s name & year of
manufacture, PN (for flanges)
Bend angle for bends

Manhole All sizes "WATER”; Standard (EN or 50


Covers other); Class or type; Size of clear
opening.

Surface All sizes As for manhole covers 20


Boxes
Valves All sizes Weight of valve As appropriate

The Contractor shall label and clearly mark all crates and boxes in indelible paint as specified
in the notes forming a part of this Specification.

In addition, all fittings shall be marked with the corresponding item number in the Bills of
Quantities or other number specified by the Engineer.
Section VI-Works Requirements WR- 39

1.8 Protection during Delivery

The Contractor shall provide protection, to the approval of the Engineer, for the ends of all
pipes and fittings prior to the pipes and fittings leaving the place of manufacture and shall
maintain such protection until the items reach their destination in order to guard effectively
against damage during transit and storage and the ingress of foreign matter inside the pipes
and fittings.
All valves and fittings shall be securely packed in crates and boxes to prevent damage during
delivery. The cost of packing shall be deemed to be included in the Contract Rates and crates
will not be returned.
Each box and package therein shall be clearly labeled stating the number, size and description
of the contents.
All details of the proposed method of providing such protection shall be submitted at the time
of tendering.
The cost of providing protection to the ends of pipes and fittings shall be included in the unit
prices tendered in the Bills of quantities.

1.9 Storing, Handling and Hauling of Pipes, Fittings, Valves and Specials

All materials shall be stored in an approved location and in such a manner as to preserve their
quality and condition. Storage shall be in accordance with the manufacturer’s recommendation.
Materials and components shall be handled in such a manner as to avoid any damage or
contamination and in accordance with all applicable recommendations of the manufacturers.
The Contractor shall give instructions to the shipper on precautions to be taken in the handling
of the pipes, valves and other components during loading, towage and unloading, and shall
give particulars of these instructions to the purchaser. Also, particular attention shall be
paid when handling pipes and fittings, to avoid damages to external and internal coatings.

1.10 Packing of Bolts, Joint Rings and Gaskets

Bolts of the same length and size (and their accompanying nuts and washers) shall be packed
together in boxes not exceeding 100 kg. gross weight.
Joint rings and gaskets shall be packed in boxes and separate packages shall be provided for
each size and description of ring or gasket.

1.11 Manufacturer's Certificate

The Contractor shall supply to the Engineer a certificate stating that each item supplied has
been subjected to the tests laid down herein and conforms in all respects to this Specification
or such other Specification which has been submitted to and approved by the Engineer.

1.12 Quality and Workmanship

All pipes, fittings, accessories, valves, hydrants, surface boxes, and manhole covers shall be
manufactured in compliance with the ISO 9001: 2008 Quality Management System
requirements. Quality Management system certificate should be from an organization
accredited to issue such certification and the manufacturer shall have this certificate valid
Section VI-Works Requirements WR- 40

during the supply and delivery of the materials. This certificate shall clearly indicate the
location of the place of manufacture of goods.

1.13 Flanged Joint Protection

All flanged pipes and sluice valves shall be supplied with complete „Corrosion‟
protection materials in accordance with the manufacturers recommendation. The complete
joint protection includes the materials, namely profiling mastic or primer, paste, tape and
PVC or polyethylene outer wrapping. The quantity of materials required for each
diameter joint shall be calculated in accordance with the manufacturer to cover the
whole joint including nuts and bolts. The supplier shall provide the required details of
quantities in the schedule of particulars.

1.14 Final Acceptance at site

All pipes, fittings, valves and accessories shall conform to the specification at site. Engineer
shall carryout necessary inspections at site prior to final acceptance.
The Contractor is advised to use the DI pipes and fittings pre-qualified by the NWSDB.
Section VI-Works Requirements WR- 41

2.0 Technical Requirements for Ductile Iron Pipes and Fittings for Water Supply
Applications
Table of Contents

2.1 Scope
2.2 Reference Standards
2.3 Definitions
2.4 Classes of Pipes & Fittings and Pressure Rating
2.5 Dimensions of Pipes and Fittings
2.6 Method of Manufacture of Pipes and Fittings
2.7 Coating and Lining
2.8 Socket and Spigot Joints
2.9 Joint Rings and Lubricants
2.10 Flange Joints for Pipes and Pipeline Fittings
2.11 Gaskets for Flanged Joints
2.12 Restrained Self Anchoring Joints
2.13 Nuts, Bolts and Washers
2.14 Polyethylene Sleeving for DI Pipes and Fittings
2.15 Tolerances
2.16 Tensile Properties of Pipes and Fittings
2.17 Hardness of Pipes and Fittings
2.18 Works Leak Tightness Test for Pipes and Fittings
2.19 Leak Tightness of Flexible Joint
2.20 Works Leak Tightness Test for Pipe Joints and Fittings Joints
Section VI-Works Requirements WR- 42

2.1 Scope

This section covers the requirement for the supply of Ductile Iron pipes and fittings. In
addition to the contents of the following standards, this particular specification shall
apply.

If there is any discrepancy between following standards and the particular


specification, this particular specification supersedes the contents of the following
standards.

2.2 Reference Standards

The following standards are referred to;

ISO 2531 : 2009 - Ductile iron pipes, fittings and accessories for
pressure pipe lines

EN 545 : 2010 - Ductile Iron pipes, fittings, accessories and their


joints for water pipelines. Requirements and test
methods

BS 7874 : 1998 - Method of tests for microbiological


deterioration of Elastomeric scales for Joints in
pipe work and pipe lines

EN 681 -1 : 1996 - Elastomeric seals- material requirement for pipe


Joint (with Amendments) seals used in water
and drainage application. (Vulcanized rubber)

ISO 4633:2002 - Rubber seals – Joint rings for water supply drainage
and sewerage pipe lines – specification for materials

BS 3416 : 1991 - Bitumen based coatings for cold application,


suitable for use in contact with potable water.

EN 10 300 : 2005 - Steel tubes & fittings for onshore and offshore pipe
lines. Bitumen hot applied material for external
coating.
EN 14399 : Part 1 : - Specification for high strength structural
2005 bolting assemblies for pre-loading. General
requirements
BS 1514: Part 1:1997 - Dimensions of non-metallic Flanges and their
joints.
Dimensions of gaskets for PN designated flanges.
Nonmetallic flat gasket with or without inserts
gaskets for pressures up to 64 bar
BS 4320: 1968 - Metal washers for general engineering purposes
metric series
ISO 9001 : 2008 - Quality Management System Requirement
ISO 4179 : 2005 - Ductile iron pipes for pressure and non-pressure
Section VI-Works Requirements WR- 43

pipelines Centrifugal cement mortar lining.


ISO 6600 : 1980 - Ductile iron pipes centrifugal cement mortar
Lining (composition controls for freshly applied
mortar).
JIS G 5528: 2006 - Epoxy powder coating for interior of DI pipes
and fittings
ANSI A214 - Cement Mortar lining for cast iron and Ductile
iron pipes and fittings for water.
ISO 8179 :2004:Part 1 - Metallic Zinc with finishing layer.

ISO 8179:1995: Part 2 - Zinc rich paint with finishing layer


ISO 2081 : 2008 - Metallic and other inorganic coatings. Electro
plated coatings of zinc with supplementary
treatments on iron or steel.
EN 14161 : 2011 - Petroleum and natural gas industries.
Pipeline transportation systems
EN 10088: Part2:2005 - Stainless steel – Technical delivery conditions
for sheet/plate and strip of corrosion resisting steels
for general purposes.
BS 6076:1996 - Polymeric film for use as a protective sleeving
for buried iron pipes and fittings (for site and factory
application)

ISO 8180:2006 - Ductile Iron pipes – polyethylene sleeving for


site application

ISO 10804 – 2010 - Restraint Joint System for DI Pipe lines.

The year of publication of the standards referred to in the following clauses shall be the
year as given above.

2.3 Definitions

The definitions given in the relevant standards which are referred to in the specification,
shall apply for the terms used in this specification.

2.4 Classes of Pipes & Fittings and Pressure Ratings

The class of Ductile iron pipes and fittings shall be in accordance with ISO
2531 : 2009 or with EN 545:2010. The standard pressure class designation of Ductile Iron
pipes and pipes and fittings shall be as given in the Table 14 of ISO 2531:2009 or Table
16 of EN 545:2010, the preferred pipe pressure class. Pipes are classified based on the
pressure class and denoted by “C”.

Socket and spigot pipes


 Up to and including 300 mm C40
 350 mm to 600 mm (including both) C30
 Above 600 mm C25
If higher pressure class is required it shall be mention specially in the Bills of
Section VI-Works Requirements WR- 44

Quantities.

Flanged pipes shall be classified by PN Number, the pressure class of the barrel of the
Flanged pipe shall be equal to or greater than a value in bar equal to the PN of the flanges.

Pressure class of PN member is given in Table 2 of ISO 2531:2009 or Table – A-2 of


Annex-A of EN 545:2010.

Flanged pipes shall be of two types namely either integrally cast or welded.

Flanged tees shall be according to the Table 30 to 32 of EN 545:2010 or Table 26 to 28


of ISO 2531:2009.

The allowable operating pressures shall comply with section A2 Tables – A.1 and
Table – A.2 of EN 545:2010 or Table1, Table 2 and Table 3 of ISO 2531:2009.

2.5 Dimensions of Pipes and Fittings

Dimensions of standard pipes and fittings shall be to ISO 2531 : 2009 or BSEN 545
: 2010 unless otherwise shown on the Drawings or required for special purposes. Where
pipes or fittings are required in dimensions other than those specified in ISO 2531
: 2009 or EN 545 : 2010, they shall be of the same classes as listed above and shall be
designed for the works proof test pressures specified in Table 13 of ISO 2531 or Clause
6:5:2 and Clause 6:5:3 of EN 545 : 2010 for the relevant nominal diameter.

Manufacturer's product catalogue, showing dimensions, mass and other details of all
standard fittings shall be submitted to the Engineer for his approval prior to manufacture.
Manufacturer’s detailed drawings of all special fittings shall be submitted to the
Engineer for his approval prior to manufacture.

Standard pipe lengths shall comply with Table 4 and 5 of EN 545 : 2010 for socket and
spigot and flanged pipes respectively or Table 4 & 5 of ISO 2531 : 2009 or their latest
revision for socket and spigot pipes and flanged pipes unless otherwise stated.

2.6 Method of Manufacture of Pipes and Fittings

All straight pipes shall be spun or centrifugally cast and fittings and joint components shall
be cast in sand moulds or lost foam method. Prior approval of the Engineer shall be required
for any alternative casting methods.

At all stages of manufacture, rigid control shall be exercised and the pipes and fittings shall
be sound and free from surface or other defects.

Foundries shall comply with the requirements of ISO 9001:2008 Quality Management
Systems.

Manufacturing process of Pipes and Fittings shall comply with the ISO 9001: 2008
Quality Management System requirements and such quality management system possessed
by the manufacturer should be from an organization accredited to issue such certification.
Documentary evidence regarding accreditation together with the scope of certification
Section VI-Works Requirements WR- 45

should be provided. Certificate shall clearly indicate the name and address of the location
of factory.

The Bidder shall also submit full details of the manufacturing process he intends to use
with his tender. Such details shall include but not be confined to;

(1) Casting and heat treatment processes.

(2) Cleaning process and preparation of surface of iron before application of coating and
lining.

(3) Specification of all lining and coating materials, their thickness and application
procedures.

(4) Ductile Iron Pipes and Fittings shall be from the same manufacturer.

2.7 Coating and Lining

All ductile iron pipes and fittings shall be protected internally and externally against
corrosion. The external protection shall comprise a coating of metallic zinc or zinc rich
paint complying with clause 4.5.2.2 of EN 545:2010. The mean mass of zinc per unit area
shall be not less than 200 mg/m2. The mean thickness of finishing layer shall be not
less than 70 m and the local minimum thickness not less than the 50 m.

The internal protection shall be a cement-mortar lining complying with specified


thickness in Table 9 of EN 545:2010 or Table 01 in ISO 4179:2005 or ISO
6600:1980.

All such coatings and linings shall be applied under factory conditions, in complying with
EN 545 : 2010 or ISO 4179 : 2005/ ISO 6600 : 1980.

2.8 Socket and Spigot Joints

Standard pipes and fittings for pipelines of ductile iron shall be supplied with push-in
socket and spigot joints similar to joint Type A.1 illustrated in EN 14161: 2011.

2.9 Joint Rings and Lubricants

The physical properties of elastomeric joint rings shall comply with Table 2 of EN
681-1 : 1996. The joint rings shall also comply with the relevant provisions in EN
681-1 :1996 for effects on water quality and resistance to microbiological deterioration.

The material of joint rings shall be of EPDM and shall be dual hardness punching
type with preferably 76-84 IRHD at the heel of the ring and 46-55 IRHD at the bulb of
the ring.

Joint rings shall be supplied by the pipe manufacturer.

Each joint ring shall be marked clearly and durably in accordance with the following
information in a manner that does not interfere with the sealing function of the ring, in
Section VI-Works Requirements WR- 46

complying with clause 10 of EN 681-1 :1996.

a) The nominal size


b) Manufacturer’s identification
c) The number of the BS or BS EN or EN with seal type designation.
d) Abbreviation for the elastomer

Joint Lubricants for sliding joints have no deleterious effects on either the joint rings or
pipes, and be unaffected by the liquid to be conveyed. Lubricants shall not impart to
water taste, color or any effect known to be injurious to health and shall be resistant
to bacterial growth.

2.10 F l a n g e d Joints for Pipes and Pipeline Fittings

Flanges for pipes and pipeline fittings shall unless otherwise stated comply with EN
1092 – 2: 1997. Flanges shall be of PN 16 nominal pressure rating and shall be raised
faced, unless otherwise stated.

Note: Flanges in accordance with EN 545:2010 and ISO 2531:2009 are dimensionally
compatible with EN 1092-2 : 1997.

Flanged joints shall be complete with all nuts, bolts, gaskets and two washers per bolt. All
bolts shall be of high tensile.

The flanges of all fittings shall be integrally cast. The flanges of flanged pipes shall either
be integrally cast or factory welded unless otherwise stated. “Factory welded” means that
the flanges are welded to the pipes at the point of manufacture under factory conditions
with inspection agency certification.

The supplier/Manufacturer shall be responsible for checking and ensuring that mating
flanges are compatible in all cases, including where connections are required to pipe work
and valves associated with pumping plant and inlet/outlet pipe work at service reservoirs or
other structures.

2.11 Gaskets for Flanged Joints

Gaskets for flanged pipe joints shall be of type B (raised face) and the inside bolt
circle type and the dimensions shall comply with BS 1514 – Part 1 : 1997.
The physical properties of gaskets shall comply with Table 2 of EN 681-1:1996.
The Gaskets shall also comply with the relevant provisions in EN 681-1:1996 for effects
on water quality and resistance to microbiological deterioration.
The Gasket material shall be EPDM and shall be of hardness preferably 76-84 IRHD. The
Gaskets shall be supplied by the manufacturer and shall suit for PN 16 flanges unless
otherwise stated.
Each gasket shall be marked clearly and durably in accordance with the following
information in a manner that does not interfere with the sealing function of the gasket, in
complying with clause 10 of BS 1514 – Part 1: 1997.

a). The nominal size


b). Manufacturer‟ s identification
Section VI-Works Requirements WR- 47

c). The number of the BS or BS EN with seal type designation.


d). Abbreviation for the elastomer

2.12 Restrained Self Anchoring Joints

The design of restrained joints shall comply with ISO 10804:2010 or equivalent. The
joint may be either internally or externally restrained, however in the case of internally
restrained joints the locking system and the rubber gaskets shall not be combined together
(gasket and the system taking the axial load to be separate pieces).

The spigot of the restrained joint pipes shall be compatible, with or without modification
at site, with the standard and restrained joint fittings. These joints shall be designed by the
pipe manufacturer to transmit axial pipe to pipe forces generated due to change in direction
of the pipeline and possible pipe line settlement in weak soil areas without thrust blocks.
Rubber gasket shall be of EPDM. Locking ring and possible set bolts shall be ductile iron.

2.13 Nuts, Bolts and Washers

The nuts, bolts and washers for flanged joints shall be of high tensile steel and shall comply
with EN 14399 – Part II – 2005, and shall comply with the highest strength class.
The bolting shall comply with the relevant provisions of EN 1092-2: 1997.

The Bolt lengths shall be sufficient to ensure that nuts are full threaded when tightened in
their final position with two threads showing.

Two washers per each bolt shall be supplied for providing under the head of the bolt and
under the nut.

2.14 Polyethylene Sleeving for DI pipes & Fittings

Where specified Tubular polyethylene protective sleeving for buried DI pipes & fittings
shall comply with the relevant provisions of BS 6076 : 1996 and shall be in accordance
with ISO 8180 : 2006.

The polyethylene sleeving shall be colored blue.

2.15 Tolerances

Tolerances on wall thickness weights and lengths shall be in accordance with EN


545:2010 and/or ISO 2531:2009, and the specific references for compliance are as follows.

EN 545 : 2010 ISO 2531 : 2009


Wall thickness Table 17 Table 14

Weights -

The tolerances on flange thickness and flange diameter shall be in accordance with EN
1092-2 : 1997.
Section VI-Works Requirements WR- 48

2.16 Tensile Properties of Pipes and Fittings

The tensile properties and testing methods shall be in accordance with EN 545:2010 or
ISO 2531:2009 and the specific references for compliance are as follows:

EN 545:2010 ISO 2531 : 2009


Tensile Properties Table 8 Table 8
Test methods Clause 6.3 Clause 4.3.1
Clause 6.3

2.17 Hardness of Pipes and Fittings

The Hardness of pipes and fittings shall not exceed the following superficial values, when
tested in accordance with brinell hardness tests complying with clause 6.4 of EN 545 :
2010 or clause 4.3.2. of ISO 2531 : 2009.

Superficial Hardness
Pipes 230 HB
Fittings & accessories 250 HB

2.18 Works Leak Tightness Test for Pipes and Fittings

All pipes and fittings shall comply with works leak tightness requirements of EN 545:
2010 and ISO 2531: 2009 and the specific references for compliance are as follows:

EN 545 : 2010 ISO 2531 : 2009


Method of testing Clause 6.5.2 and Clause 6.5.2 and
Clause 6.5.3 6.5.3

Table 16 & 17 (For Table 16


Minimum work test pressures pipes not (for pipes not cast
centrifugally cast, centrifugally and
fittings & accessories) fittings)

2.19 Leak Tightness of Flexible Joint

Manufacturer shall carryout leak tightness of flexible joints for positive internal pressure,
according to clause 7.2.2 of EN 545:2010, for negative internal pressure according to
clause 7.2.3 of EN 545:2010 and for positive external pressure according to clause 7.2.4
of EN 545:2010.

2.20 Work Leak Tightness Test for Pipe Joints and Fitting Joints

Manufacturer shall carryout test for leak tightness and mechanical resistance of flange
joint according to the clause 7.3 of EN 545:2010.
Section VI-Works Requirements WR- 49

6.2.5. Specifications for uPVC Pipes, Fittings and Specials

1.General

2. Technical Requirements for uPVC Pipes and Fittings for Water Supply Applications

1.0 General

Table of Contents

1.1 Ambient Conditions


1.2 Suitability for Potable Water
1.3 Definitions
1.4 Inspection and Testing
1.5 Marking of Pipes, Fittings and Specials
1.6 Protection during Delivery
1.7 Storing, Handling and Hauling of Pipes, Fittings and Specials
1.8 Packing and Protection
1.9 Manufacturer’s Certificate
1.10 Quality and Workmanship
1.11 Final Acceptance at Site
Section VI-Works Requirements WR- 50

1.1 Ambient Conditions

All items of materials and equipment shall be in every respect suitable for storage, installation,
use and operation in the conditions of temperature and humidity appertaining in Sri Lanka.

The annual average temperature is 30C while the relative humidity varies generally from
70% during the day to 90% at night.

The temperature of potable water to be conveyed in the pipelines will be about 30 C.

1.2 Suitability for Potable Water

Pipes and pipeline components, including their protective coatings and joint materials, that will
or may come into contact with potable water shall not constitute a toxic hazard; shall not
support microbial growth; shall not cause taste or odor, cloudiness or discoloration of the
water.

1.3 Definitions

The definitions given in the relevant standards which are referred to in the specification shall
apply for the terms used in this specification.

1.4 Inspection and Testing

During manufacture and before dispatch from the place of manufacture the Supplier shall allow
inspection of all pipes, fittings, and specials, etc., by an inspector appointed by the Engineer.
The inspection will include attendance at all pressure, performance and material tests,
execution of dimensional checks, inspection of the workmanship and standard of manufacture
with scrutiny of evidence of the materials used in the manufacturing/production of all items.

The supplier shall arrange for such testing as may be required to be carried out at the place of
manufacture according to this Specification. If there are no facilities at the place of
manufacture for making the prescribed tests the Supplier shall bear the cost of carrying out
the tests elsewhere at no extra cost.

The supplier shall supply, furnish and prepare the necessary test pieces and samples and shall
supply and provide all test rigs, equipment, appliances, labor and any other facilities required
for inspection and testing.
The Engineer and his inspectors shall be allowed full access to all areas at the place of
manufacture or elsewhere, where testing, furnishing or preparation of materials for the
performance and testing of work under this Specification is taking place. The supplier shall
furnish the Engineer with reasonable facilities and space (without charge) for the inspection,
testing and obtaining of such information as he desires respecting the character of materials in
Section VI-Works Requirements WR- 51

use and progress and manner of the work.

The supplier shall supply to the Engineer a certificate stating that the supply items have
been subjected to the tests herein and that they conform to all aspects of this Specification.

1.5 Marking of Pipes, Fittings and Specials u-PVC Pipes & Fittings

Each pipe shall be legibly and indelibly marked at intervals not more than 3m with the
following;

Each fitting shall have the manufacturer’s name or registered trade mark cold stumped with
indelible ink on it. Each bend shall have the angle in degrees cold stumped with indelible ink
on it.

Specifications require at least the following information to be included.


a) Manufacturer’s name or registered trade mark
b) Material
c) Nominal outside diameter, dnx wall thickness
d) Maximum allowable pressure at 30 0C, PNT
e) Batch number; and
f) Intended use (e.g.: W/P)
g) Angle of bending of bends
h) Diameter of both ends in reducers and specials

DI Fittings and Specials for u-PVC Pipes

If supplier intend to provide DI fittings and specials in place of uPVC fittings, all markings
described below shall be legible and durable unless otherwise specified. All fittings shall be
mark with the information specified in EN 12842:2000.

The mark of the manufacturer shall be embossed on all fittings. PN rating shall be embossed
or engraved on fittings. Other markings shall be cast on, cold stamped or painted with an
indelible paint.

In addition to what is specified above, all fittings and specials shall be legibly and indelibly
marked with information given in the following tables;
Section VI-Works Requirements WR- 52

Table 1 – Markings for DI Pipes & Fittings

Item Diameter (mm) Details required Lettering


Heights
Details (mm)
Fittings above 350 "WATER”; Pipe standard 25
and (EN 545 or ISO 2531; Class or type
Specials (C class); Nominal dia.,
Manufacture’s name & year of
manufacture, PN (for flanges)
150 to 350 as above (except “WATER”) 10
(Both inclusive)
“WATER” 25
50 to 150 “WATER”; Pipe standard 10
(EN 545 or ISO 2531; Class or type
(C class); Nominal dia.,
Manufacture’s name & year of
manufacture, PN (for flanges) Bend
angle for bends
Manhole All sizes "WATER"; Standard (EN or other); 50
Covers Class or type; Size of clear opening.

Surface All sizes As for manhole covers 20


Boxes
Valves All sizes Weight of valve As appropriate
Section VI-Works Requirements WR- 53

Table 2 – Markings for PVC Pipes & Fittings

Lettering
Item Diameter (mm) Details required Heights of
Details (mm)

Pipe Lengths Above 350 “WATER” (at 50


(at intervals 3m intervals) “SDR” Production date,
not more than PN, outside diameter, nominal wall
3m) thickness and other (at 3m intervals)

150 to 350 as above 25


(both inclusive)
50 to 150 as above 10
below 50 as above (except 5
“WATER”)
" WATER " 10
Fittings and Above 350 “WATER” “SDR”, Production date, 25
Specials PN, outside diameter and other

150 to 350 (both as above (except 10


inclusive) “WATER”)
" WATER " 25

50 to 150 as above 10
below 50 as above (except 5
“WATER”)
" WATER " 10

The supplier shall label and clearly mark all pipes, fittings, crates and boxes in indelible
paint as specified in the notes forming a part of this Specification.

In addition, all fittings shall be marked with the corresponding item number in the Bill of
Quantities or the number specified by the Engineer.

1.6 Protection during Delivery

The Supplier shall provide protection, to the approval of the Engineer, for the ends of all pipes
and fittings shall be covered with plastic end caps prior to the pipes and fittings leaving the
place of manufacture and shall maintain such protection until the items reach their destination
in order to guard effectively against damage during transit and storage and the ingress of
Section VI-Works Requirements WR- 54

foreign matter inside the pipes and fittings.

All fittings shall be securely packed in crates and boxes to prevent damage during delivery.
The cost of packing shall be deemed to be included in the Contract Rates. Crates will not be
returned.

Each box and package therein shall be clearly labeled stating the number, size and description
of the contents. All details of the proposed method of providing such protection shall be
submitted at the time of bidding.

The cost of providing protection to the ends of pipes and fittings shall be included in the unit
prices in the Bills of quantities of the bid.

1.7 Storing, Handling and Hauling of Pipes, Fittings and Accessories

The storage of pipes and fittings and accessories shall be in accordance with the manufacturer’s
recommendation but the pipe stacking shall not exceed four tiers height unless otherwise
approved by the Engineer. In case of outdoor storage, the pipes shall be kept fully covered
by a net which protects pipes from sun light as well as allow to pass water through the net to
avoid stagnation of water or any other approved sheeting in order to protect pipes from direct
sunlight and avoid stagnation of water on the sheeting.

The fittings shall be stored indoors with packing intact. Solvent cement shall be stored in a
dark cool place (away from fire) with containers tightly closed.

The Engineer will reject any pipes, fittings & specials which have been damaged. The
supplier shall comply with the following requirements:

a) Pipes, fittings & specials shall not be dropped, or allowed to land on sharp or other objects
which will cause to bend, or dent, or damage to the coating.

b) When lifting pipes and fittings special lifting hooks with curved saddles to fit the curvature of
the pipes or fitting shall be used. Alternative types of lifting hooks, clamps, or slings may be
used subject to the Engineer's approval.

c) When pipes are being transported suitable pillow shall be used to protect pipes and fittings
under securing chains or other lashings and no unsupported over hangings of more than 1
m will be allowed, when transporting, only 4 tiers high stacking in the lorry will be allowed.

d) uPVC pipes fittings and specials shall be protected from direct sunlight.
e) In case of uPVC pipes, fittings and specials are imported uPVC pipes, fittings and specials
shall be protected from direct sunlight and shall not be shipped as deck cargo.
Section VI-Works Requirements WR- 55

1.8 Packing and Protection

All items shall be adequately crated or packaged to withstand damage and deterioration due to
shipping, handling and storage. Protection shall be provided to prevent ingress of foreign
matter. The methods of protection and shipping shall be to the approval of the Engineer.

Bolts of the same length and size and their accompanying nuts and washers shall be packed
together in boxes not exceeding 100 kg. gross weight.

Joint rings and gaskets shall be packed in boxes and separate packages shall be provided for
each size. Description of rings or gasket shall be marked on the box.

All fittings shall be packed in open sided crates.

The supplier shall supply at his own cost all necessary pipes, fittings and specials to replace
any damage pipes, fittings and specials.

1.9 Manufacturer’s Certificate

The supplier shall provide certificates stating that each item supplied has been subjected to the
tests laid down herein and confirms in all respects to this Specification or such other
Specification which has been submitted to and approved by the Engineer.

1.10 Quality and Workmanship

All pipes, fittings, specials & accessories shall be manufactured in compliance with the I S O
9001:2008 Quality M an age m en t S y s t e m r e q u i r e m e n t s .

Quality Management System Certificate issued to the manufacturing factory shall be from an
organization accredited to issue such certification and the manufacturer shall have this
certificate valid during the supply and delivery of the materials. This certificate shall clearly
indicate the location or the place of manufacture of goods. (Manufacturing factory)
1.11 Final Acceptance at site

All pipes, fittings, specials & accessories shall conform to the specification at site. Engineer
shall carryout necessary inspections at site prior to final acceptance. Any pipes, fittings,
specials & accessories which do not conform to the specification shall not be accepted.

The Contractor is advised to use the uPVC pipes and fittings pre-qualified by the NWSDB.
Section VI-Works Requirements WR- 56

2.0 Technical Requirements for uPVC Pipes and Fittings for Water Supply Applications

Table of Contents

2.1 uPVC Pipes


2.2 uPVC Fittings
2.3 Manufacture of uPVC Pipes
2.4 Jointing of uPVC Pipes and Joint Rings Sealing Rings and Gaskets
2.5 Flanges, Nuts and Bolts and Washers
2.6 Sampling and Testing
2.7 Acceptance or Rejection of Consignments
2.8 uPVC Clamp Saddles
2.9 uPVC Couplings
2.10 Ductile Iron Fittings for uPVC Piping
Section VI-Works Requirements WR- 57

2.1 uPVC Pipes

Socket and Spigot uPVC pipes shall be of the type specified, comply with Sri Lanka Standards
147 : 2013 together with additional clauses set out in this Specification. The pipes shall bear
the SLS marking as well as markings as per clause 1.5 of General section of this
Specification herein and shall be supplied in lengths not exceeding 6 meters.

uPVC fittings and specials shall be of the type specified comply with Sri Lankan
Standards 659:2015.
The pipes used in the distribution system shall be TYPE 600 (PNT7) or TYPE 1000 (PNT11)
as per the drawings.

Depending on the jointing method, this standard is applicable to the following types of
fittings.
- Fittings for solvent cement
- Elastomeric ring seal fittings
PVC-U fittings can be manufactured by injection moldings or fabricated from pipe. This
specification covers unplasticized polyvinyl chlorides (PVC-U) pipes and fittings for the use
of cold drinking water.

Reference Standards

SLS 147:2013 - Unplasticized poly (vinyl chloride) pipes for water supply and
for buried and above ground drainage and sewerage under
pressure

SLS 935: 1991 - Solvent cement for polyvinyl chloride (PVC) pipes and
fittings

SLS 659: 2015 - Unplasticized poly (vinyl chloride) fittings for water supply
and for buried and above ground drainage and sewerage under
pressure

ISO 1452-1:2009 - Plastic piping systems for water supply and for buried and
above ground drainage and sewerage under pressure—
Unplasticized poly (vinyl chloride) (PVC-U) – Part 1: General

ISO 1452-2:2009 - Plastic piping systems for water supply and for buried and
above-ground drainage and sewerage under pressure—
Unplasticized poly (vinyl chloride) (PVC-U) –Part 2: pipes

ISO 1452-3:2010 - Plastics piping systems for water supply and for buried and
above-ground drainage and sewerage under pressure.
Unplasticized poly (vinyl chloride) (PVC-U). fittings

ISO 1452-5:2009 - Plastic piping systems for water supply and for buried and
above-ground drainage and sewerage under pressure --
Unplasticized poly (vinyl chloride) (PVC-U) –Part 5: Fitness
for purpose of the system
Section VI-Works Requirements WR- 58

ISO 9001:2008 - Quality management systems

EN 681-1:1996 - Elastomeric seals. Material requirements for pipe joint seals


used in water and drainage applications. Vulcanized rubber

ISO 4633 - Rubber seals – joint rings for water supply, drainage and
sewerage pipe lines

EN 744:1996 - Plastic piping and ductile systems. Thermoplastics


pipes. Test method for resistance to external blows by the
round-the- clock method.

EN 12842:2000 - Ductile Iron fittings for PVC-U or PE piping systems –


requirements and tests methods

Definition

The definitions given in relevant standards which are referred to in the specifications shall
apply for the terms used in this specification.

The material from which the pipes are made shall be an unplasticized poly (Vinyl chloride)
compound or formulation. This compound or formulation shall consist of PVC-U
resin/powder, to which shall be added those additives which are needed to facilitate the
manufacture of pipes conforming to this standard.

Use of re- processable and recyclable material

In addition to the use of virgin material, the use of the manufacturer’s own re- processable
material obtained during the production and testing of product conforming to this
standard is permitted. Re- processable material obtained from external sources and recyclable
material shall not be used.

Density

The density, p, of the pipe, at 230C when measured in accordance with clause 7.1 of SLS
147:2013, shall be within the following limits:

1350kg/m3 < p < 1460 kg/m3

MRS value

The pipe material shall have a minimum required strength, MRS of at least 25 Mpa.

Effect of materials on water quality

Material shall not adversely affect the quality of the drinking water and when tested in
accordance with clause 7.2 of SLS 147:2013. The extracted quantities of lead, tin, cadmium
Section VI-Works Requirements WR- 59

and mercury levels as metals shall not exceed the levels specified in Table 1 of SLS 147:2013.

Wall thickness and their tolerances

The nominal wall thickness en, is classified with the pipe series S. The nominal wall thickness
corresponds to the minimum allowable wall thickness. The nominal wall thickness shall
conform to Table 3 of SLS 147:2013 as appropriate to the pipe series. The tolerance for wall
thickness e, shall conform to the Table 4 of SLS 147:2013.

The minimum wall thickness of the sockets and spigots at any point, except the sealing ring
groove shall be not less than the minimum wall thickness specified for the connecting pipe in
SLS 147.

A bend made from pipe shall have a wall thickness at the bent area not less than the minimum
wall thickness specified for the corresponding pipe.

2.2 Classification of pipes & Fittings

Classification

Pipes shall be classified according to their nominal pressure, PN and the pipe series S. The
allowable operating pressure (PFA), for temperatures up to and including 25 0C shall be
equal to the nominal pressure, PN.
To determine the allowable operating pressure (PFA) for temperatures between 25 0C and
450C, a supplementary de-rating factor, (fT), shall be applied to the nominal pressure,
PN as given below:

PFA = fT xPNfT is given in Figure 1 of SLS 147:2013

In this specification, maximum allowable operating pressure at 30 0C is calculated using a de-


rating factor and expressed as PN T. For other service temperatures, the de-rating factor (fT)
shall be taken from Figure 1 of SLS 147:2013.

2.3 Manufacture of uPVC Pipes

The supplier shall furnish copies of certificates of quality control tests carried out during
manufacture of the pipes and fittings in accordance with section 7.0 of SLS 147:2013 and
shall if required by the Engineer undertake such additional tests as he considers necessary.

The supplier shall, when required, disclose to the Engineer particulars of all toxic substances
present as the result of tests carried out by the methods described in section 7.2 of SLS
147:2013.

2.4 Jointing of uPVC pipes and Joint Rings, Sealing Rings and Gaskets

uPVC pipes of diameters 63mm and above shall be joined by means of mechanical joints with
joints rings, in accordance with ISO 1452 Part 2:1999 (with latest amendments) Solvent
cement joints are only acceptable for pipes below 50 mm diameter.
Section VI-Works Requirements WR- 60

All rubber joint rings, rubber gaskets requiring for jointing uPVC socket and spigot pipes
and specials and flanged pipes and specials shall conform to EN 681-1 (Potable Water
Application) in Table 2 or ISO 4633:2002 in Table 2. The Solvent cement shall comply with
SLS 935:1991.

The joint rings and gasket material shall be EPDM. The hardness Range of the material for
joint rings & sealing rings shall be preferably 50-60 IRHD and the hardness range of the
material for gaskets shall be preferably 70-80 IRHD. All gaskets shall be of the inside bolt
circle type.

Lubricant proposed for jointing mechanical joints of uPVC pipe shall not impart any taste,
affect the quality of the water or be conducive to the growth of organisms.

The supplier shall provide certificates to the effect that rubber joint rings and rubber gaskets
provided under this Contract have been designed and manufactured considering the following
aspects so as not to render leaky joints at pressures not less than 15 bars when in use.

i. Material of joint ring/ gasket


ii. Hardness of bulb and heel of joint ring and hardness of gasket
iii. Cross sectional dimensions
iv. Peripheral length
v. Smooth surface finish without any blemishes, depressions, protrusions etc.
vi. Gaskets shall be molded type without any joints.
The Contractor shall provide written instructions on the method of forming the chamfer on cut
end of pipe for jointing.

2.5 Flanges, Nuts and Bolts and Washers

uPVC flanges of pipeline fittings shall comply with EN 1092: Part 2:1997 for PN 10 or PN
16 nominal pressure rating, whichever is stated in the Bill of Quantities. The flanges shall be
of raised faced type.

All nuts, washers, straps and bolts to be supplied with flanges shall be of stainless steel.

The screw threads in all pipes and fittings shall comply with ISO metric screw threads. The
bolt lengths shall be sufficient to ensure that nuts are full threaded when tightened in their
final position with two threads showing. Washers shall be provided under the head of the bolt
and under the nut.

2.6 Sampling and Testing

The number of samples to be tested for mechanical characteristics of uPVC pipes shall be
selected at random in proportion to the total number of pipes and specials of each diameter in
the delivery as follows;

For deliveries of lots of 50 to 150 - 2%


For deliveries of lots of 151 to 250 - 1%
For deliveries of lots of over 250 - 0.5%
Section VI-Works Requirements WR- 61

The supplier shall, if required, undertake a reasonable number of tests on pipes or specials
where the delivery is less than 50 in number.

Supplier, on the request of the Engineer, shall arrange the manufacturer to test samples from
the production line in the presence of the Engineer or a nominated agency and ensure that the
pipes and fittings produced are in conformity with the standards specified in SLS 147:2013
and BSEN ISO 1452 – 3:2010.

Hydrostatic test certificates in respect of pipes and fittings manufactured in accordance with,
or to a standard not inferior to SLS 147:2013 and EN 1452: Part 1, 2 :2009 shall be supplied
for pipe and fittings separately.

The Engineer shall have free access at all reasonable times to those parts of the works engaged
on the manufacture and testing of pipes and fittings. If there are no facilities at the works the
supplier shall make arrangements for the prescribed test to be carried out elsewhere without
any delay at suppliers cost.

2.7 Acceptance or Rejection of Consignments

Any pipe or fitting which fails to satisfy the requirements of the Specification shall be rejected.

However the pipe or fitting which fails to satisfy any of the tests specified in the relative
clauses of this specification, the test in question shall be repeated on two further samples. Such
samples shall be selected from the same pipes lot and should either of these further samples
fail any of the tests, the pipes or fittings represented shall be deemed not to comply with these
tests in which the samples failed and the whole lot of such pipes or fittings so represented
shall be rejected.

One set of "Go/No Go" gauges shall be provided by the supplier for checking the circularity
of each size of uPVC pipes and specials on arrival at the final destination of supply.

2.8 uPVC Clamp Saddles

General
uPVC Clamp/Tapping saddles shall be of uPVC in molded type for uPVC pipes and be of the
bolted type. The bolts and nuts shall be of stainless steel. Internal pipe thread of the socket of
the saddle shall be a female taper thread. All Clamp/Tapping Saddles shall be leak proof on
completion of tapping for water connections

Standards
uPVC Clamp/Tapping saddles shall be of uPVC, conforming to ISO 1452:2009.
SLS 147:2013 and SLS 659:2015 is applicable for materials and testing if specified in these
two Sri Lanka Standards
In addition to general material tests for uPVC, following specific tests shall be carried out for
Clamp/Tapping Saddles to the satisfaction to relevant standards as given below;
1. Flattening test-SLS 659:2015
2. Stress relief test (Oven method) - SLS 659:2015 or ISO 580:2005
3. Vicat softening temperature -SLS 659:2015 or ISO 2507:1,2:1995
Section VI-Works Requirements WR- 62

4. Resistance of bodies to internal pressure- Table 5, ISO 1452:4-2009


Internal pipe thread of the socket of the saddle shall be a female taper thread complying with
BS21/ISO 7/1.

The “O” ring/gasket material shall be of elastomeric materials of EPDM and shall conform to
EN 681-l or ISO 4633:2002 and material properties conforming to Table 2 of EN 681-1 or
ISO 4633:2002.

The bolts and nuts shall be of stainless-steel grade 316.

Representatives of the Project (RIDEP) may visit the factory during production and all
facilities shall be provided by the manufacturer for inspection and testing of Clamp/Tapping
Saddles. Result of the tests carried during production shall also be available for scrutiny if
requested by RIDEP.

Tests shall be carried out in Laboratories of Sri Lanka Standards Institute, Industrial
Technology Institute or any other institute acceptable to National Water Supply and Drainage
Board and test certificates shall be forwarded to the Engineer with the delivery of
Clamp/Tapping saddles. Details of the Saddles should be given in schedule of particulars
during the bidding.
Dimensions

Dimensions of Clamp/Tapping Saddles shall comply with Table-4 of ISO 1452. The Bolt
lengths shall be sufficient to ensure that nuts are fully threaded when tightened in their final
position with two threads visible.
Markings

Markings (except date or code) of the Saddle should include the information listed in table-8
of ISO 1452

2.9 uPVC Couplings

uPVC couplings shall be injection moulded, slip over or similar type, suitable for working
pressure of 12 bars, unless otherwise specified.

Joint rings shall be of material EPDM conforming to EN 681-1:1996 type WA as per Table 4
or ISO 4633 : 2002 type WA as per Table 03.

2.10 Ductile Iron Fittings for uPVC Piping

Scope

This section covers the requirements for the supply of Ductile Iron Fittings for uPVC Piping
Systems.

Reference Standards
Section VI-Works Requirements WR- 63

EN 12842: 2000 : Ductile Iron Fittings for uPVC or PE Piping Systems.

Definition

The definitions given in relevant standards which are referred to in the specifications shall
apply for the terms used in this specification.

Dimensions of Fittings

Standardized sizes

Standardized sizes of fittings, corresponding to the nominal outside diameter dn of the pipes
to which they have to be connected, are as follows:

40,50,63,75,90,110, 125, 140, 160, 180, 200, 225, 250,280,315.

Minimum wall thickness

The minimum wall thickness of the ductile iron, at any point, shall be as given in Table 1.

Table 1 – Minimum wall thickness


dn Minimum Wall Thickness mm

dn < 225 4.0

225 < d n < 315 5.0

Dimensions of Sockets

The Minimum internal diameter of sockets and the minimum depth of engagement of sockets
shall comply with the values given in Tables 5 and 6 of EN 12842: 2000.

Leak Tightness of Joints

2.10.5.1 Leak tightness of joints shall be in accordance with the Table 3 of EN 12842
: 2000

Table 3 - Summary of test conditions.


Test conditions uPVC Pipes
Test Test requirements

Internal - test pressure 1.5 x PFA + 5 bar - joint of maximum annulus, aligned
hydrostatic - test duration : 2h withdrawn and subjected to shear load
Pressure
- temperature between 15ºC and 25° C
Section VI-Works Requirements WR- 64

- joint of maximum annulus, deflected


- no leakage during test period.
- temperature between 15ºC and 25° C

Negative - test pressure : 0.8 bar - joint of maximum annulus, aligned,


internal withdrawn, and subjected to shear load
pressure - test duration : 2h
- temperature between 15ºC and 25° C

- joint of maximum annulus, deflected


maximum pressure change during
test period : 0.08 bar - temperature between 15ºC and 25° C

Cyclic - test pressure : between 0.5 PFA - joint of maximum annulus, aligned,
internal and PFA withdrawn and subjected to shear load
hydraulic - temperature between 15ºC and 25° C
pressure : - test period : 24 000 cycles

PFA = Allowable Operating Pressure of the joint declares by the manufacture.


Hydrostatic Pressure Test

When the hydrostatic pressure test is carried out, it shall be with the following minimum test
pressure:
Minimum test pressure = 1.5xMaximum design pressure at each pipe section

The internal : hydrostatic pressure shall be raised steadily, until it reaches the test pressure
which shall be maintained for a sufficient time to allow visual inspection. The total duration
of the pressure cycle shall be not less than 15s, including 10 s at test pressure.

Hardness

The Brinal Hardness, shall not exceed 250 HB

Tensile Properties

Ductile iron fittings shall have a minimum tensile strength of 420 MPa and a minimum
elongation after fracture of 5%. The tensile strength shall be tested in accordance with 6.1 of
EN 12842: 2000.

Joint Rings & Gaskets

Rubber rings and gasket materials shall comply with the requirements of E N
Section VI-Works Requirements WR- 65

6.2.6. Specifications for Polyethylene (PE) Pipes, Fittings, Specials and Accessories

1. General

2. Technical Requirements for Polyethylene Pipes and Fittings


Section VI-Works Requirements WR- 66

1.0 General

1. Ambient Conditions
2. Suitability for Potable Water
3. Definitions
4. Materials
5. Inspection and Testing
6. Marking of Pipes, Fittings valves and Specials
7. Protection during Delivery
8. Storing handling and hauling of Pipes, Fittings and Specials
9. Packing of bolts, joint rings and gaskets
10. Manufacturer's Certificate
11. Quality and workmanship
Section VI-Works Requirements WR- 67

1) Ambient Conditions

All items of materials and equipment shall be in every respect suitable for storage, installation,
use and operation in the conditions of temperature and humidity appertaining in Sri Lanka.
The annual average temperature is 350C while the relative humidity varies generally from 70%
during the day to 90% at night. The pH of water to be conveyed ranges from 6.5 – 7.9.
The climate of Sri Lanka is at times, hot and the sunlight is intense. Ambient temperature of
up to 400C is possible and surfaces exposed to the sunlight may rise to even higher
temperatures.

2) Suitability for Potable Water

Pipes and pipeline components, including their protective coatings and joint materials, that will
or may come into contact with potable water shall not constitute a toxic hazard; shall not
support microbial growth; shall not cause taste or odour, cloudiness or discolouration of the
water and shall be approved by recognized certifying authority listed below, as being suitable
for using portable water supply schemes.
NSF International, World Headquarters, 789 N. Dixboro Road, Ann Arbor, MI 48105 USA
Water Regulations Advisory Scheme(WRAS), Fern Close, Pen-Y-Fan Industrial Estate,
Oakdale, Gwent, UK, NP11 3EH IAPMO Research & Testing, 5001 E, Philadelphia St.,
Ontario, CA 91761-USA

3) Definitions

The definitions given in the relevant standards which are referred to in the specification shall
apply for the terms used in this specification.

4) Materials

Material shall be as specified in clause 2.5 of the Technical Specification.

Inspection and Testing

The Contractor shall supply, furnish and prepare the necessary test pieces and samples of all
materials and supply the labour facilities and appliances for such testing as may be required to
be carried out on his premises according to this specification. If there are no facilities at his
own works for making the prescribed tests the Contractor shall bear the cost of carrying out the
tests elsewhere.

The Engineer or his representative or nominated inspection authority shall have full access to
all parts of the plant that are concerned with the testing, furnishing or preparation of materials
for the performance and testing of work under this Specification.
The Contractor shall furnish the Engineer or his representative or nominal inspection authority
with reasonable facilities and space (without charge) for the inspection, testing and obtaining
of such information, as he desires regarding the character of material in use and the progress
and manner of the work.
The manufacturer shall provide results of tests conducted, in accordance with the BSEN or ISO
standards given in the Specification.
Section VI-Works Requirements WR- 68

Marking of Pipes, Fittings and Specials

All markings described below shall be legible and indelible unless otherwise specified.
All pipes and fittings shall be marked as specified in clause 8 of ISO 4427 : 2007 (E) or BSEN
12201-2:2011 and as specified in the Table 1 hereof. The manufacturer’s name Identification
mark and the PN rating and SDR shall be marked legibly and indelibly on the pipes together
with the information shown below.

Markings should be in such a way that it does not initiate cracks or other types of failures and
that normal storage, weathering, handling, installation and use shall not affect the legibility of
the markings.

During the manufacturing process, the pipe should be marked with pertinent product and
process information at approximately 1m intervals along the pipe.

Specifications require at least the following information to be included.

 Manufacturer's identification or logo


 Standard number (Specification number)
 The designation of the pipe material (PE 100).
 The dimensions (Nominal outside diameter, nominal wall thickness).
 The outside diameter tolerance (as Grade A or Grade B given in Table 1 of BSEN
12201:2011)
 Third party certification mark by the inspection agency approved by the Engineer.
 The Production Period (date and code)
 The Nominal Pressure (PN)
 Standard Dimension Ratio (SDR)

The marking should be printed in the following colours:


PE 100 SDR 11 Black
SDR 17.6 Red
SDR 26 Yellow
SDR 33 Orange

In addition to the markings specified above, following information shall be marked on the
fittings:

 In case of a bend, bending angle and incase of unequal tee branch line size and main line size.
 Pressure rating at relevant temperature
 Standard Dimension Ratio (SDR)
 Fusion time (Seconds)
 Cooling time (minutes)
 System voltage
 Moulded-in identification and appropriate product information
 Terminal pin size of electro fusion fittings
Section VI-Works Requirements WR- 69

Table 1 – Marking

Item Diameter (mm) Details required Lettering Heights


Details (mm)
Pipe Lengths above 350 "WATER"(at 3m intervals) 50
(at intervals not “SDR” Production Date, PN
more than 3m) outside diameter, nominal
wall thickness and other
(at 3 m intervals)
160 to 350 as above 25
(both inclusive)
50 to 160 as above 10

Below 50 as above (except “WATER”) 05

“WATER” 10
Fittings & Above 350 "WATER", “WATER” 25
Specials “SDR”, Production date, PN,
outside diameter and other
160 to 350 As above (except “WATER”) 10
(both inclusive) “WATER” 25
50 to 160 As above 10
Below 50 As above (except “WATER”) 05
“WATER” 10

All fittings must be packed in such a way to allow instant use on site without additional
cleaning. All electro-fusion fittings must be packed in transparent protective bags. The electro-
fusion fittings must then be packed in carton boxes. The Contractor shall label and clearly mark
all crates and boxes legibly and indelibly as specified in the notes forming a part of this
Specification.
All fittings shall be marked with the corresponding item number in the Bills of Quantities or
any other number specified by the Engineer. An individual data carrier card in compliance with
ISO 7810 and ISO 7811 containing a magnetic strip and appropriate bar codes as well as
manual setting information for data transfer purposes must be supplied with each item as
appropriately.

Protection during Delivery

The Contractor shall provide methodology of protection of pipes and fittings, to the approval
of the Engineer and obtain written approval prior to the pipes and fittings leaving the place of
manufacture and shall maintain such protection until the items reach their destination in order
to guard effectively against damage during handling, transit and storage and ingress of foreign
matter inside the pipes & fittings.
All fittings shall be securely packed in crates and boxes to prevent damage during delivery.
The cost of packing shall be deemed to be included in the Contract Rates and crates will not be
returned.
The manufacturer shall provide necessary details to the shipping line on precautions to be taken
during loading/unloading, handling & transport of the pipes & fittings and other components,
in the sea. Manufacturer shall provide to the purchaser a set of recommendations of
Section VI-Works Requirements WR- 70

manufacturer for handling, loading, unloading, transporting and storing of polyethylene pipes
and fittings.

Storing, Handling and Hauling of Pipes, Fittings and Specials

All materials shall be stored in an approved location and in such a manner as to preserve their
quality and condition as recommended by the manufacturer.
All materials should be carefully inspected at the time of delivery and any defective material
set aside before accepting the delivery into stores. Any such defects should be notified to the
manufacturer immediately.
Materials and components shall be handled in such a manner as to avoid any damage or
contamination and in accordance with all applicable manufacturers recommendations.

General Principles

The recommendations for handling and storage of PE pipes shall have greater care in the
handling of PE pipe coils too shall have greater care as of pipes of similar wall thickness.
Polyethylene is a tough resilient material which is relatively light and easy to handle although
it is prone to damage through scoring by sharp objects. Therefore careful handling is always
required and the dragging of straight pipe and coils should be avoided.
The maximum allowable depth of scoring of the external surface of the pipe is 5% of the wall
thickness. Pipes and fittings showing obvious defects or excessive scoring should be
withdrawn, clearly identified as unsuitable and, where appropriate, returned to the source of
supply.
The general properties of polyethylene are unaffected by low ambient temperatures but, having
very smooth surfaces, the pipes and fittings become slippery in wet or frosty weather. Particular
attention should be given to effective securing and storage under such conditions. Extra care
should also be taken when handling large diameter prefabricated fittings during very cold
weather.
The packaging of pipes by the manufacturer is normally consistent with the requirement to
prevent damage and to comply with safety considerations. Usually pipes are delivered strapped
into convenient bundles or banded coils. Fittings are normally supplied in separate cartons
together with any associated small items, such as bolts and gaskets.
As far as practicable the protective packaging (pallets, strapping, bags etc.) should be kept
intact until the material is required for use. The temporary capping or plugging of pipe ends is
recommended.
Pipes and fittings likely to be stored outside should be covered by a tarpaulin or black
polyethylene sheeting to prevent ultra violet degradation from sunlight. Electro fusion fittings
should be stored under cover and in their protective packaging.
For hygiene purposes, the pipe ends must be protected from the ingress of dirt/water etc. This
protection should be carefully disposed of following use.

Transport and Delivery

For transporting bulk loads, vehicles should be provided with a clean flat bed, free from nails
or other projections, which may cause damage. If high sided lorries are used, special care must
be taken to prevent slippage or excessive bowing of the pipes and extra protection given at all
sharp edges.
Section VI-Works Requirements WR- 71

Care should be taken to avoid positioning pipes and fittings near or adjacent to exhaust systems
or other heat sources and to avoid possible contamination from materials such as lubricating or
hydraulic oils, gaseous, solvent and other aggressive chemicals.
Metal chains or slings should not be brought into direct contact with the material. Webbed
slings of polypropylene or nylon are recommended. Straight pipes should be fully supported
and bound together. Pipes must not rest on the integral socket, if one is incorporated.
When transporting 'pupped' fittings, these should not be loaded in a way that it could distort
the pupped end.
Both vertical and horizontal deliveries of coiled pipes are permissible, although in the case of
horizontal transportation special notification may be required for highway authorities in respect
of wide load regulations.
Following the quality control inspection and testing, caps or plugs are to be provided to protect
the jointing surfaces during transportation and storage. The finished and protected pipes are
then carefully packed into manageable units (bundles or coils) prepared for shipments.

Off Loading

Bundled Pipes

When lifting by crane, non-metallic wide band slings or ropes should be used, and for pipe
lengths greater than 6m, load spreading beams of a length at least equivalent to one quarter of
the length of the pipe or bundle pack should be employed.
Chains or end hooks should not be used. Care should be taken to avoid damage to pipes and
pipe ends during lifting, particularly those pipes with couplers.
Some bending should be allowed for in the middle of the lift when loading and unloading pipes
and, because of this, lifting points should always be well spread and evenly spaced.
Standard bundle packs, 6m long, may be handled by fork lift trucks but due allowance should
be made for the flexible nature of the pipes in the positioning of the forks and the raising of the
load.
Bundle packs greater than 6m long should be handled either by a side loader with a minimum
of four supporting forks, or by a crane using a spreader beam and suitable slings. Individual
pipes may be and led in the same way. Off-loading on site may be made easier by using skid
timbers and rope slings

Coiled Pipes

Pipe coils shall be transported inside containers from place of manufacture. Manufacturer/
Contractor shall ensure that coils of pipes are not exposed to direct sunlight at any place, during
transit. Contractor shall deliver the pipe containers in closed condition to site stores as directed
and only inside the site warehouse, the containers shall be opened for inspection. Contractor in
coordination with the Engineer shall make arrangements for customs clearance if imported,
when the containers are brought to site warehouse.
Reinforced adhesive tape at least 50 mm wide should be used for banding. Complete coils are
secured by outer and intermediate bands and individual layers are also independently secured.
These should not be removed until the pipe is required for actual use.
Pipe less than 63 mm in diameter should be moved and uncoiled using an approved dispensing
trailer.
Before unstrapping pipe form the coil or drum, both pipe ends must be firmly mechanically
restrained. The band securing the outer end of the pipe should be removed first and the
movement of the free end carefully controlled. This removal should be followed with those
Section VI-Works Requirements WR- 72

securing successive layers. No more bands should be removed than necessary to release the
length of pipe immediately required. After sufficient pipe has been cut from the coil the
protective end cap must be replaced on the remainder. The outer end of the pipe should be
suitably re-marked as such.
When removed form the coil or drum, the pipe will be oval and curved. The extent of ovality
and curvature will depend upon the temperature, SDR rating, pipe diameter, coil diameter and
material type. Although both ovality and curvature will reduce naturally with time, special
hardware is available to facilitate handling and jointing.
(refer the fig. 1 in Annex - F hereof, showing the proper handling methods for coils)

Fittings

Hooks should not be used to lift fittings which are generally supplied in cardboard boxes or
polyethylene bags.

Storage at Depot

Materials of different polymer manufacture should be kept separately and clearly identified.
Blue polyethylene pipe should preferably be stored under cover and protected from direct
sunlight until required for use. Where storage facilities necessitate the material to be exposed
externally, suitable good protective sheeting should be used.
All pipe stacks should be made on sufficiently firm, leveled ground and free from stone to
support the weight of the pipes and any necessary lifting equipment.

Stacking heights should be kept to a minimum and without exceeding the manufacturer’s
recommendation and adequate space allocated for lifting machinery to manoeuvre (more
carefully and often with difficulty) without causing accidental damage.
Revised on 15-03-2019
For safety and the convenience of handling, the stacking height for bundles should not be more
than 3 metres. To prevent possible deformation of the pipes, bundles must be stored timber to
timber.
The Bidder shall make arrangements to stack wrapped/bagged coils neatly on robust pallets
(free from projections), in Central Stores, conforming to the following maximum stack heights.
 7 coils for 20 mm diameter pipe
 6 coils for 25 mm diameter pipe
 5 coils for 32 mm diameter pipe
 4 coils for 50 mm diameter pipe
 3 coils for 63 mm diameter pipe
 2 coils for 90 mm diameter pipe
 1 coils for 110 mm diameter pipe
 1 coils for 125 mm diameter pipe
 1 coils for 180 mm diameter pipe

Forklift trucks shall not be used to load and unload pipes except where coils are neatly stacked
on pallets or coils and are provided with slings.
For similar reasons, pipe coils should be stored flat and the number of coils per stack should
be limited to;
Where individual pipe lengths are stacked in pyramidal fashion, deformation may occur in the
lower layers, particularly in warm weather. Such stacks should therefore be no more than 1
Section VI-Works Requirements WR- 73

metre high. Socketed pipes should be stacked with the sockets at alternate ends and with the
sockets protruding to avoid uneven stacking which may permanently distort the pipes.
Polyethylene fittings should be stored under cover, preferably on racking and in the
manufacturer’s protective wrapping or cartons which should be kept intact until the fitting is
required for use.
At all times pipes and fittings should be stored away from exhaust outlets and all other high
temperature sources. Care should also be taken to avoid contact with lubricating or hydraulic
oils, gasoline, solvents and other aggressive chemicals.

All special tools and equipment associated with the jointing of PE pipes and fittings should be
stored separately and securely until they are required for use. The heating faces of fusion tools
should be kept in a position where the surfaces are protected from scratching or other damage.
Tools incorporating cutting edges should likewise be protected from damage that could cause
poor joint preparation.

Packing of Bolts, Joint Rings and Gaskets

Bolts of the same length and size (and their accompanying nuts and washers) shall be packed
together in boxes not exceeding 100 kg. gross weight.
Joint rings and gaskets shall be packed in boxes and separate packages shall be provided for
each size and description of ring or gasket.
Each box and package therein shall be clearly labeled stating the number, size and description
of the contents.

Manufacturer's Certificate

The Contractor shall supply to the Engineer a certificate stating that each item supplied has
been subjected to the tests laid down herein and conforms in all respects to this Specification
or such other Specification which has been submitted to and approved by the Engineer.

Quality and Workmanship

All pipes, fittings and accessories shall be manufactured in compliance with the ISO 9001:
2015 quality management system standards for the manufacturing factory. In addition to
product quality control tests the manufacturers also must perform and satisfy long term type
tests to demonstrate long term performance of pipe as detailed in relevant standards. Quality
Management System Certification should be from an organization which is a member of
International Accreditation Forum (IAF) having the scope of the accreditation for PE pipes and
fittings to issue such certification and the manufacturer shall have this certification valid during
the supply and delivery of the materials. Document evidence regarding accreditation together
with the scope of certification should be provided.

Quality Assurance (Q/A) at Manufacturer’s Works

The manufacturer shall operate a quality assurance scheme to the ISO 9001: 2015 and on award
of order shall submit a copy of his quality assurance guidelines, as issued to his production
works sections. This shall include the following items, detailing the frequency of quality
assurance checking.

a. Raw Materials
Section VI-Works Requirements WR- 74

i. Vetting and recording of certificates provided by the raw material manufacturer (s).
ii. Chemical testing of raw material and frequency of tests.

b. Pipe Manufacture (for each pipe diameter)


i. Checking of extrusion compound temperature at the extruder (state the temperature)
and state its consequence on quality.
ii. Temperature of water bath/sprayed water-cooling system on extruded pipe.
iii. Maintenance of pull force on extruded pipe.
iv. Procedure for resumption of production after an interruption on the production line (e.g.
power failures, change of pipe production batches, etc.)
v. Hourly production records.
vi. Frequency of calibration of testing equipments
vii. Inspection of stock yards (visually) and packing methods.
Section VI-Works Requirements WR- 75

2.0 Technical Requirements for Polyethylene (Pe) Pipes, Fittings, Specials and
Accessories for Water Supply Applications

2.1 Scope
2.2 Reference Standards
2.3 Definitions
2.4 Classification
2.5 Materials
2.6 Dimensions of Pipes and Fittings
2.7 Method of Manufacture of Pipes and Fittings
2.8 Tolerances
2.9 Final Acceptance at Site
2.10 Specification for Butt Fusion Welding Machine

Annex A - Characteristics of the PE compound as granules


Annex B - Physical Characteristics of PE pipes
Annex C - Mechanical Characteristics of PE pipe
Annex D - Physical Characteristics of PE Fittings
Annex E - Mechanical Characteristics of PE Fittings
Section VI-Works Requirements WR- 76

2.1 Scope

This specification covers polyethylene pipes and associated fittings for the use of cold drinking
water.

2.2 Reference Standards

ISO 4427:1:2007 Polyethylene (PE) pipes for water supply specifications. Part 1- General
ISO 4427:2:2007 Part 2- Pipes
ISO 4427:3:2007 Part 3- Fittings
ISO 4427:5:2007 Part 5- Fitness for purpose of the system
EN12201-1:2011 Plastic piping System for Water Supply –Polyethylene (PE) Part 1- General
EN12201-2:2011 Part 2- Pipes
EN12201-3:2011 Part 3- Fittings
EN12201-4:2011 Part 4- Valves
EN12201-5:2011 Part 5- Fitness for purpose of the system
EN ISO 1167-1:2006 Thermoplastics pipes for the conveyance of fluids.
Determination of the resistance to internal pressures. General Method.
EN ISO 1167-2:2006 Thermoplastic pipes for the conveyance of fluids.
Determination of the resistance to internal pressures. Preparation of pipe pieces.
EN 1092-2:1997 Flanges & their joints circular flanges for pipes,
valves, fittings & accessories PN designated Cast iron flanges
EN 1515:2000 Flanges & their joints, bolting, selection of bolting
EN 1514-2:2014 Flanges and their joints. Gaskets for PN-designated flanges. Spiral wound
gaskets for use with steel flanges
EN ISO 12162:2009 Thermoplastics materials for pipes and fittings for pressure
applications. Classification, designation and design coefficient
DIN 16963 1-15 series Pipes joints and elements for high Density Polyethylene (PE)
pressure pipe lines.
BS 7874:1998 Method of test for microbiological deterioration of elastomeric seals for joints
in pipe work and pipes.
BSEN 681-1:1996 Elastomeric seals, material requirements for pipe joint seals used in water
and drainage applications. Vulcanized rubber.
BS 6920 -1:2014 Suitability of non-metallic materials and products for use in contact with
water intended for human consumption with regard to their effect on the quality of the water.
Specification
ISO 12176-1:2012 Plastics pipes and fittings – Equipment for fusion jointing polyethylene
systems
– Part 1 : Butt Fusion.
ISO 12176-2:2008 – Part 2 : Electrofusion.
PD CEN/TS 12201-7:2014 Plastics piping systems for water supply, and for drainage and
sewerage under pressure. Polyethylene (PE). Guidance for the assessment of conformity
ISO 9001: 2015 Quality management system
Section VI-Works Requirements WR- 77

2.3 Definitions

The definitions given in the relevant standards which are referred to in the specification, shall
apply for the terms used in this specification.

2.4 Classification

2.4.1 The terms PE 100 are a classification developed in line with a decision taken at
CEN/TC 155, the European Technical Committee drafting plastics piping system
standards for polyethylene products for water supply.

2.4.2 According to this classification, as detailed in ISO/DIN 12162, material has a


Minimum Required Strength (MRS) value of 8 Mpa and PE 100 has a MRS value of
10 Mpa. The international Standards Organization (ISO) technical procedure ISO/TR
9080:1992 identifies these MRS values derived from the 50 year extrapolated 97.5%
Lower Confidence Limit (LCL) failure stress.

2.5 Materials

Pipes and fittings shall be manufactured by using polyethylene as main raw material. The raw
material used in manufacturing process shall be of reputed suppliers and comply with the
following characteristics tabulated in Table 2 in Annex A, except Carbon black content (black
compound).

All pipes & fittings shall be manufactured of blue color compounds and shall comply to the
Technical Specification hereof.

Required manufacturing pressure class due to temperature correction

For imported PE Pipes and fittings manufacturer shall calculate the required manufacturing
pressure class for the required pressure class specified in the Bills of Quantities based on the
temperature in Sri Lanka. Relevant factors shall be obtained from Annex A of EN 12201 -
1:2011or ISO 4427 Part -1:2007.
Manufacturing pressure = PN

T = Co-efficient obtained from Table A-1


PN = specified pressure class in the Bills of Quantities (PN rating)

Accordingly, manufacturer shall supply higher pressure class pipes & fittings based on the
above calculation.

2.5.1 Non-metallic Materials

All non-metallic materials supplied shall be in conformity with the BS 6920 Part 1:2014
to BS 6920 –Part 2 and Part3:2000, BS 6920 Part 4:2001; suitability of non metallic
products for use in contact with water intended for human consumption with regard to
their effect on the quality of water or approved equivalent publication, as a recognized
certifying authority having passed full tests of effect on water quality under the
requirements for the testing of non-metallic materials for use in contact with potable water.
Section VI-Works Requirements WR- 78

2.5.2 Pipes

Polyethylene pipes shall be flexible and in pipe form or coil form complying with standards
given in the reference standards in the document. Pipe jointing methods shall be as follows.

Jointing Methods

1. Electro-fusion – Temperature, time, alignment


2. Butt-fusion – Temperature, time, alignment
3. compression – Gaskets

2.5.3 Fittings

Polyethylene fittings shall be manufactured by injection moulding, factory welding or


formed in the factory complying with the standards referred in the document.

Fittings shall be suitable either for electrofusion or butt welding as specified in the Bill of
quantities. All dimensions of electro fusion fittings must be fusible with one fusion
machine. Diameters upto 32mm shall be manufactured using injection moulded only.

Types of pipe fittings

The following types of fittings shall comply to EN 12201-3:2011/ ISO 4427-3:2007


a) Spigot fittings
b) Electro-fusion fittings and
c) Mechanical fittings and joints

Spigot Fittings

Spigot fittings fall under two clauses as shown below.

Class Description
Moulded Injection moulded fittings
Fabricated Fitting which are assembled using butt-fusion joints

Electro-fusion Fittings

Electro-fusion fittings shall be injection moulded fittings made of PE but incorporating integral
heating element(s) to enable fusion jointing with PE pipes.

Mechanical Joints and Fittings

i. General

Metal and plastic fittings available for use with PE pipe are:
 Polymeric coated Flanged and other adaptors
 Mechanical type couplers c/w restrainer
Section VI-Works Requirements WR- 79

The materials and constituent elements used in making the fitting (including elastomers,
greases and any metal parts) shall be as resistant to the external and internal environments
as the other elements of the piping system and shall have a life expectancy under the
following conditions as least equal to that of the PE pipe conforming to EN 12201:2011
or ISO 4427 :2007 with which they are intended to be used:

a) During storage :
b) Under the effect of the fluids being conveyed :
c) Taking account of the service environment and operating conditions.

The requirements for the level of material performance for non-polyethylene parts shall be at
least as stringent as that of the PE pipe systems. All mechanical joints and fittings shall be of
approved types designed specifically for PE pipe system. They shall be supplied with all
necessary coupling, rings, nuts, bolts, washers, rubber rings/sealing gaskets and
restrainers/stiffeners.

All mechanical joints, fittings and systems shall conform to the requirements specified in BS
EN 12201-5:2011/ISO 4427-5:2007 of Table below as applicable.

Characteristics for fitness for purpose of the joint, fitting of system

Characteristics Test Method


Hydrostatic strength at room temperature EN 921:1995
Peel decohesion test PE electrofusion assemblies of nominal ISO 13954:1997
outside diameter > 90mm ISO 13955:1997
Resistance to tensile force ISO 13953:2001
Mechanical Joints
Leak tightness under internal pressure including end thrust EN ISO
3458:2015
Leak tightness under internal pressure when subjected to EN ISO
bending 3503:2015
Plastics piping systems, Elastomeric sealing rings type joints EN ISO
and mechanical joints for thermoplastic pressure piping for 3459:2015
leak tightness under external hydrostatic pressure
Resistance to pull out under constant longitudinal force EN ISO
3501:2015

Compression Fittings, Nuts for PE Pipes

Couplings, flange adaptors etc shall be compatible with the pipes specified in item 2.5.2 hereof;
together with following;
a) All bodies shall be injection moulded from recognized top quality poly propylene.
b) Bodies shall be coloured black
c) Bodies must have moulded in manufacturer identification, material and series
information and dimension of the outside pipe diameter.
d) All male and female threads shall be injection moulded to the ISO 7/1 standards.
e) Nuts must have UV resistance of grade 8 of ASTM D2585.

Joint Rings
Section VI-Works Requirements WR- 80

The physical properties of elastomeric joint rings shall comply with Table 2 of EN 681-1:1996.
The joint rings shall also comply with the relevant provisions in BS 7874-1:1998 for effects on
water quality and resistance to microbiological deterioration.
Joint rings shall be supplied by the pipe manufacturer.
Each joint ring shall be marked clearly and durably in accordance with the following
information in a manner that does not interfere with the sealing function of the ring, in
complying with clause 10 of EN 681-1:1996.
a) The nominal size

b) Manufacturer’s identification

c) The number of the BS or BSEN with seal type designation

d) Abbreviation for the elastomer

Flanges

All flanges dimensionally shall be in accordance with EN 1092-2:1997 (Flanges and their
joints. Circular flanges for pipes, valves, fittings and accessories, PN designated. Cast iron
flanges) and EN 1515-1:2000 Flanges and their joints Bolting. The screw threads in the pipes
and fittings shall be complying with ISO Metric Screw Threads (ISO 7-1:1994 and ISO 7-
2:2000).

Flange Joints for Pipes and Pipeline Fittings

Flanges for pipes and pipeline fittings shall unless otherwise stated comply with EN 1092: Part
2: 1997. Flanges shall be of PN16 nominal pressure rating and shall be raised faced, unless
otherwise stated.
Flanges in accordance with EN545, ISO2531 are dimensionally compatible with EN1092-
2:1997.
Flanged joints shall be complete with all nuts, bolts, gaskets and two washers per bolt.
The flanges of all fittings shall be integrally cast. The flanges of flanged pipes shall either be
integrally cast or screwed or factory welded unless otherwise stated. ‘Factory welded’ means
that the flanges are welded to the pipes at the point of manufacture under factory conditions
with inspection agency certification.

The Contractor shall be responsible for checking and ensuring that mating flanges are
compatible in all cases, including where connections are required to pipe work and valves
associated with pumping plant and inlet/outlet pipe work at service reservoirs or other
structures.

Steel Flange Converter

Steel Flange Converter shall be made out of polyethylene and shall conform to the EN 12201-
3:2011 & EN 12201-5:2011 or ISO 4427:2007 specification for mechanical fittings and joints
including flanges for polyethylene pipes for conveyance of cold potable water for the size range
90-1000 mm inclusive made of metal or plastics or a combination of both.
Section VI-Works Requirements WR- 81

Gaskets for Flanged Joints

Gaskets for flanged pipe joints shall be of the inside bolt circle type and the dimensions shall
comply with EN 1514-2:2014 (Flanges and their joints. Gaskets for PN-designated flanges.
Spiral wound gaskets for use with steel flanges)
The Gasket material shall be EPDM and shall be of average hardness of 65-75.
The Gaskets shall be supplied by the manufacturer and shall suit for PN 16 flanges unless
otherwise stated.
Each gasket shall be marked clearly and durably in accordance with the following information
in a manner that does not interfere with the sealing function of the gasket, in complying with
clause 10 of EN 681-1:1996.

a) The nominal size


b) Manufacturers identification
c) The number of the BS or BSEN with seal type designation.
d) Abbreviation for the elastomer

Nuts, Bolts and Washers

The nuts, bolts and washers for flanged joints shall be of high tensile steel and shall comply
with EN 14399-1:2015.
The bolting shall comply with the relevant provisions of EN 1092-2:1997.
The Bolt lengths shall be sufficient to ensure that nuts are full threaded when tightened in their
final position with two threads showingTwo washers per each bolt shall be supplied for
providing under the head of the bolt and under the nut.
The bolts and nuts shall be hexagonal and shall be in accordance with BS 4190:2001 ISO metric
black hexagon bolts, screws and nuts, Specification, the bolts, studs, nuts and washers used
shall be made of stainless steel or hot-dipped galvanized carbon steel coated with fusion bonded
epoxy powder or polyamide 11 to the finished thickness of coating between 75 mm and 125
mm according to WIS 4-52-03-1994. Cold applied high solid epoxy shall be used to repair the
damaged coatings on the bolts and nuts after fastening.

2.5.4 Testing

Testing shall be carried out fully in accordance with the requirements of ISO 4427 :2007 and
DIN 8075 (2011-12)- ( Polyethylene (PE) pipes PE 100 - General quality requirements, testing
)or equivalent standard acceptable to the purchaser.
Test parameters of physical and mechanical characteristics for pipes & fittings shall be as
indicated in Table 3, 4, 5, 6 in Annex B.

2.6 Dimensions of Pipes and Fittings

Dimension of standard pipes shall conform to the following standards.


EN 12201:2011 Plastics piping systems for water supply, and for drainage and sewerage under
pressure. Polyethylene (PE)
EN ISO 1167-1:2006 Thermoplastics pipes for the conveyance of fluids. Determination of the
resistance to internal pressures. General Method.
EN ISO 1167-2:2006 Thermoplastic pipes for the conveyance of fluids. Determination of the
resistance to internal pressures.
Preparation of pipe pieces.
Section VI-Works Requirements WR- 82

BS ISO 4065 – 1996 Thermoplastic pipes – universal wall thickness table


ISO 11922 – 1:1997 Thermoplastic pipes for the conveyance of fluid - Dimensions &
tolerances – Part I metric series
Standard lengths of a straight pipe shall be 12 m.

Dimensions of fittings shall conform to the following standards.


EN 12201-3:2011 Plastic piping System for Water Supply –
Polyethylene (PE) 3 - Fittings
ISO 4427:2007 Plastic piping System for Water Supply –
Polyethylene (PE) 3 - Fittings
DIN 16963 1-15 series Pipes joints and elements for high Density Polyethylene (PE) pressure
pipe lines.

2.7 Method of Manufacturing of Pipes & Fittings

2.7.1 Manufacturing of PE Pipes and Fittings

2.7.1.1 The contractor shall submit full details of manufacturing process that he intended to use
with the bid. The Material Quality Certificates shall be from one of the Independent Testing
Agencies, which is indicated in the Condition of Contract, shall be provided by the contractor.
Base Polymer Compound position, antioxidants, rework material and colour shall be in
accordance with WIS 4-32-15, BS 3412:1992 and EN ISO 12162:2009.

2.7.2 Production Quality Control

2.7.2.1 The manufacture of PE pipe is a continuous processing which necessitates strict and
accurate control of both materials and plant to achieve the required quality. A range of quality
control tests pressures in the relevant standards should be applied within the scope of a quality
assurance in accordance with ISO 9001: 2015.
These control procedures shall include:

a) quality testing of raw materials, i.e. base compound.

b) Checks on the uniformity and consistency of the granules

c) control of processing parameters in terms of temperature, pressure, flow rates, haul off
speed and energy input

d) visual inspection of the pipes to check general appearance, dimensional compliance and
any indication of inclusions or processing flaws in pipe barrels and jointing ends,

e) production short term tests, to identify any variations in the plant function.
a. 2.7.2.3 Essential short-term quality control tests and procedures are described in the
relevant Water Industry Specifications include the following

f) appearance and surface condition

g) dimensions

h) thermal stability
Section VI-Works Requirements WR- 83

i) elongation at break

j) hydrostatic pressure test at 800 C

k) short term pressure test

2.7.3 Product Type Tests

2.7.3.1 In addition to 'production quality control' tests, there are a number of important longer-
term "Type Tests” that must be undertaken to demonstrate the long-term performance of the
pipe. These tests are also required whenever there is any change in such parameters as
formulation, size, classification or processing technique.

2.7.3.2These “Type Tests” are again detailed in the relevant specifications and include the
following:

a) effect on water quality

b) resistance to weathering

c) long term hydrostatic pressure testing

d) resistance to fracture on impact tensile strength,

e) elongation and weld test

2.7.3.3 Perhaps the most fundamental Type Test is the long-term hydrostatic test which is a
standard means of predicting the long-term performance of the pipe. In this test, samples are
subjected different circumferential (hoop) stresses by pressurization and the subsequent time
to pressure is recorded. The individual results are plotted as a log stress versus log time graph.
They are then subjected to regression analysis to obtain an extrapolated 50-year stress level.
2.7.3.4 It is worth bearing in mind that the above requirements for long-term performance
levels are minimum values and manufacturers usually ensure that their products can

comfortably meet these standards, i.e. the pipes have an additional factor of safety built into
them to cover any manufacturing variables.

2.8 Tolerances
Tolerances on wall thickness & weight, and length shall be in accordance with ISO 4427:2007
or EN 12201:2001.
The tolerances on flange thickness, flange diameter and bolt holes in polyethylene Steel flange
converters to be used of connecting different type of material shall conform to EN 1092-2:1997.

2.9 Final Acceptance at site

All pipes, fittings, valves and accessories shall conform to the specification at site. Engineer
shall carryout necessary inspections at site prior to final acceptance.
Section VI-Works Requirements WR- 84

2.10 Specification for Butt Fusion Welding Machine

i. Machine shall be hydraulically operated and suitable for welding of PE pipes .

ii. Machine shall consist of self –aligning frame and compact dimensions, to be suitable for
working on narrow roads.

iii. Machine shall comprise of four clamps in lightweight alloy of which the third one is easily
adjustable in order to weld special pieces, and the automatic disconnecting devices to detach
the pipes the heating mirror at the end of heating time.

iv. Heating mirror shall be silver stone coated with electronic thermostat and separate
thermometer in order to continuously check the temperature of the heating mirror. Operating
electricity requirement of the heating mirror shall be 220+10 V 50Hz.

Also it shall include removable electric facing tool complete with reducing gear, double cutting
edged blades, safety micro switch all which allow the engine to start only in operating position.

a. An electrically operated mechanical block device avoiding dislocation during the facing
operation. Operating electricity requirement shall be 220+10, 50Hz.

b. A support for facing tool and heating mirror suitable to carry the two parts and to hold
them when it is not in use.

c. Hydraulic double throw pump with precision pressure gauge (class 1.0-100 bar pre-set
line pressure even when motor is not running. Allows continuous pressure adjustments
and features flexible hoses with quick disconnect dry-lock couplings. Mounted in a tough
protective frame, with two transport handles. Operating electricity requirement is 220+10
50Hz.
d. Lightweight aluminium reducing inserts (8 inserts per set including 6 inserts for pipes
and 2 inserts for fittings) sizes 200,225,250,280,315,355,400,450mm.

e. Upper fitting clamp 500mm for short fittings.

f. Stub end device with size range 200 to 500 mm.

g. A Generator of adequate capacity.

h. A 2 year warranty to cover all the equipments offered.


Section VI-Works Requirements WR- 85

ANNEX A
Table 2 – Characteristics of the PE compound as granules
Characteristics Requirements a Test parameters Test
method
Compound > 930 kg/m b Test temperature 230C ISO
density Number of shall conform to 1183:1987
Samples ISO 1183:1987
Carbon black (2 to 2, 5)% by mass Shall conform to ISO 6964:1986 ISO
content (black 6964:1986
compound)
Carbon black < grade 3 Shall conform to ISO 18553:2002 c ISO
dispersion 18553:2002
(black
compound)
Pigment < grade 3 Shall conform to ISO 18553:2002 c ISO
dispersion (blue 18553:2002
compound)
Water content b < 300 mg/kg Number of test 1 EN 12118
pieces d
Volatile content < 350 mg/kg Number of test 1 EN 12099
pieces d
Oxidation < 20 min Test temperature 200 0C e EN 728
induction time Number of test 3
pieces d
Melt mass-flow 0, 2 to 1,4 g/10 min Load 5 kg EN ISO
rate Maximum Test temperature 1900C 1133:1999,
(MFR) for PE deviation of + 20% Time 10 min Condition
100 of the nominated Number of test shall confirm to T
value pieces d EN ISO
1133:1999
a Conformity to these requirements shall be proved by the compound manufacture.
b Only applicable if the measured volatile content is not in conformity with its specified
requirement. In case of dispute the requirement for water content shall apply. An alternative
test method ISO 760:1978 [2] [7] may be used.
c In case of dispute the test pieces for carbon black dispersion and pigment dispersion shall
be prepared by the compression method.
d The number of test pieces given indicate the quantity required to establish a value for the
characteristic described in the table. The number of test pieces required for factory production
control and process control should be listed in the manufacturer’s quality plan (for guidance
see prCEN/TS 12201-7[7]).
Section VI-Works Requirements WR- 86

ANNEX B
Table 3 - Physical Characteristics of PE Pipes
Characteristics Requirements Test parameters Test method
requirements
Elongation at > 350% Test piece Type 2 EN ISO 6259-
break for e < shape speed of 100 mm/min 1:2001 and ISO
mm test number of shall confirm to 6259-3:1997
test pieces a EN ISO 6259-
1:2001
Elongation at > 350% Test piece Type 1 b EN ISO 6259-
break for 5 mm shape speed of 50 mm/min 1:2001 and ISO
< e < 12 mm test number of shall confirm to 6259-3:1997
test pieces a EN ISO 6259-
1:2001
Elongation at > 350% Test piece Type 1 b EN ISO 6259-
break for e > 12 shape speed of 25 mm/min 1:2001 and ISO
mm test number of shall confirm to 6259-3:1997
test pieces a EN ISO 6259-
1:2001
OR
Test piece shape Type 3 b
Speed of test 10 mm/min
Number of test pieces a shall confirm to EN ISO 6259-1:2001
Melt mass-flow Change of MFR Load 5 kg EN ISO
rate by processing + Test 1900C 1133:1999,
MFR for PE 20% c temperature 10 min Condition T
100 Time shall confirm to
Number of EN ISO
test pieces a 1133:1999
Oxidation > 20 min Test 2000C e EN 728
induction time temperature 3
Number of
test pieces a, d
Effect on water quality f National regulations apply
a The number of test pieces given indicate the quantity required to establish a value for the
characteristic described in the table. The number of test pieces required for factory production
control and process control should be listed in the manufacturer’s quality plan (for guidance
see preCEN/TS 12201-7[3]).
b Where practical machined type 2 test pieces may be used for pipe wall thickness < 25 mm.
The test may be terminated when the requirement is met, without continuing until the rupture
of the test piece.
c Value as measured on the pipe relative to the value measured on the compound used.
d Samples to be taken from the inner wall surface.
e Test may be carried out as an indirect test at 2100C providing that there is clear correlation
of the results to those at 2000C : in cases of dispute the reference temperature shall be 2000C.
Section VI-Works Requirements WR- 87

ANNEX C
Table 4 - Mechanical Characteristics of PE Pipes
Characteristics Requirements Test parameters Test method
requirements
Parameters Value
Hydrostatic No failure during End caps Type a) a EN921:1994
strength at 200C test period of any Conditioning Shall confirm to
test pieces period EN921:1994
Number of test 3
pieces b Water-in-water
Type of test 200C
Test temperature 100 h
Test period 12,4 MPa
Circumferential
(hoop) stress for :
PE 100
Hydrostatic No failure during End caps Type a) a EN921:1994
strength at 800C test period of any Conditioning Shall confirm to
test pieces period EN921:1994
Number of test 3
pieces b Water-in-water
Type of test 800C
Test temperature 165 h
Test period 5,4 MPa
Circumferential
(hoop) stress for :
PE 100
Hydrostatic No failure during End caps Type a) a EN921:1994
strength at 800C test period of any Conditioning Shall confirm to
test pieces period EN921:1994
Number of test 3
pieces b Water-in-water
Type of test 800C
Test temperature 1000 h
Test period 5,0 MPa
Circumferential
(hoop) stress for :
PE 100
a Type b) end caps may be used for batch release tests for diameters > 500 mm.
b The number of test pieces given indicate the quantity required to establish a value for the
characteristic described in the table. The number of test pieces required for factory production
control and process control should be listed in the manufacturer’s quality plan (for guidance
see prCEN/TS 12201-7[3]).
c Premature ductile failures are not taken into account. For retest procedure see Clause 7.3 of
BSEN 12201-2:2003
Section VI-Works Requirements WR- 88

ANNEX D
Table 5 - Physical Characteristics of PE Fittings
Characteristics Requirements Test parameters Test
requirements method
Parameters Value
Melt mass-flow Change of MFR by processing Load 5 kg EN ISO
rate (MFR) PE + 20% b Test 1900C 1133:1999,
100 temperature 10 min condition T
Test period shall
Number of confirm to
test pieces a EN ISO
1133:1999
Oxidation > 20 min Test 2000C c EN 728
induction time temperature 3
Number of
test pieces a
Cohesive Length of initiation rupture Test 230C ISO
resistance for < L2/3 in brittle failure temperature shall 13954:1997
electro fusion Number of confirm to
socket fittings test pieces a ISO
13954:1997
OR
Cohesive Surface rupture: Test 230C ISO/DIS
resistance for > 25%, brittle failure temperature as specified 13956:1996
electro fusion Number of in ISO/DIS
socket fittings test pieces a 13956:1996
Tensile strength Test to failure : Test 230C ISO
for butt fusion Ductile :pass temperature as specified 13953:2001
fittings – Brittle :fail Number of in ISO/DIS
spigoted fittings test pieces a) 13953:2001
Impact No failure, no leaks Test (0 + 2)0C EN 1716
resistance of temperature (2500 + 20)
tapping tees Mass of g
striker (2000 + 10)
Height mm
Conditioning 4 h
period: 2h
in air
in liquid
Effect on water quality National regulations apply
a The number of test pieces given indicate the quantity required to establish a value for the
characteristic described in the table. The number of test pieces required for factory production
control and process control should be listed in the manufacturer’s quality plan for guidance
see preCEN/TS 12201-7[7].
b Value as measured on the fitting relative to the value measured on the compound used.
c Test may be carried out as an indirect test at 2100C providing that there is clear correlation
of the results to those at 2000C : in cases of dispute the reference temperature shall be 2000C.
Section VI-Works Requirements WR-1

ANNEX E
Table 6 - Mechanical Characteristics of PE Fittings
Characteristics Requirements Test parameters Test method
requirements
Parameters Value
Hydrostatic No failure during End caps Type a) a EN921:1994
strength at 200C test period of any Conditioning Shall confirm
test pieces period to EN921:1994
Number of test 3
pieces b Water-in-water
Type of test 200C
Test temperature 100 h
Test period 12,4 MPa
Circumferential
(hoop) stress c for:
PE 100
Hydrostatic No failure during End caps Type a) a EN921:1994
strength at 800C test period of any Conditioning Shall confirm
test pieces period to EN921:1994
Number of test 3
pieces b Water-in-water
Type of test 800C
Test temperature 165 h d
Test period 5,4 MPa
Circumferential
(hoop) stress c for:
PE 100
Hydrostatic No failure during End caps Type a) a EN921:1994
strength at 800C test period of any Conditioning Shall confirm
test pieces period to EN921:1994
Number of test 3
pieces b Water-in-water
Type of test 800C
Test temperature 1000 h
Test period 5,0 MPa
Circumferential
(hoop) stress c for:
for PE 100
a Type b) end caps may be used for batch release tests for diameters > 500 mm.
b The number of test pieces given indicate the quantity required to establish a value for the
characteristic described in the table. The number of test pieces required for factory production
control and process control should be listed in the manufacturer’s quality plan (for guidance
see pre CEN/TS 12201-7[7]).
c The stress shall be calculated using the dimensions of the pipe used in the test assembly.
d Premature ductile failures are not taken into account. For retest procedure see Clause 7.4 of
BSEN 12201-3:2003
Section VI-Works Requirements WR-2

6.2.7 Specification for Valves, Hydrants, Surface Boxes and Manhole Covers for Water
Supply Applications

1. General

2. Technical Requirements for Valves, Hydrants, Surface Boxes, Manhole Covers for Water
Supply Applications
Section VI-Works Requirements WR-3

1.0 General

Table of Contents

1.1 Ambient Conditions


1.2 Suitability for Potable Water
1.3 Definitions
1.4 Non-metallic Materials
1.5 Flanges
1.6 Inspection and Testing
1.7 Marking of valves & Manhole Covers
1.8 Protection during Delivery
1.9 Storing handling and hauling of Valves
1.10 Packing of bolts, joint rings and gaskets
1.11 Manufacturer's Certificate
1.12 Quality and workmanship
1.13 Flanged Joint Protection
1.14 Final Acceptance at site
Section VI-Works Requirements WR-4

1.1 Ambient Conditions

All items of materials and equipment shall be in every respect suitable for storage, installation,
use and operation in the conditions of temperature and humidity appertaining in Sri Lanka.

The annual average temperature is 30 C while the relative humidity varies generally from
70% during the day to 90% at night.

The temperature of potable water to be conveyed in the pipelines will be about 30 °C.

1.2 Suitability for Potable Water

Valves including their protective coatings and joint materials, that will or may come into
contact with potable water shall not constitute a toxic hazard; shall not support microbial
growth; shall not cause taste or odor, cloudiness or discoloration of the water.
1.3 Definitions

The definitions given in the relevant standards which are referred to in the specification shall
apply for the terms used in this specification.
1.4 Non-metallic Materials

All non-metallic materials supplied shall be listed in the current "Water Fittings and Materials
Directory" published by the Water Research Centre, UK, or approved equivalent publication,
as a recognized certifying authority having passed full tests of effect on water quality under
the requirements for the testing of non-metallic materials for use in contact with potable water.

1.5 Flanges

All flanges dimensionally shall be in accordance with EN 1092-2: 1997 Specification for Steel
Flanges - Metric Series. The screw threads in all pipes and fittings shall comply with ISO
Metric Screw Threads.

1.6 Inspection and Testing

The Contractor shall supply, furnish and prepare the necessary test pieces and samples of all
materials and supply the labor facilities and appliances for such testing as may be required to
be carried out on his premises according to this specification. If there are no facilities at his
own works for making the prescribed tests the Contractor shall bear the cost of carrying out the
tests elsewhere.
The Engineer or nominated Inspection authority shall have full access to all parts of the plant
that are concerned with the testing, furnishing or preparation of materials for the performance
and testing of work under this Specification.

The Contractor shall furnish the Engineer with reasonable facilities and space (without charge)
for the inspection, testing and obtaining of such information, as he desires regarding the
character of material in use and the progress and manner of the work.
Section VI-Works Requirements WR-5

Further all valves shall be tested to the appropriate test pressure at the manufacturer’s works
and shall be supported by a test certificate from the manufacturer.

The format for test certificate shall be in accordance with the format given in the schedule of
particulars.
1.7 Marking of Valves & Manhole Covers

All markings described below shall be legible and durable unless otherwise specified. The
Sluice valves, Butterfly valves, Check valves and Hydrants shall be marked in complying
with the relevant provisions of BS 5163 : 2004, EN 1171 : 2002, EN 593 : 2004, EN 12334 :
2001 , BS 750 : 2006 respectively.

All other valves which are not mentioned above but covered under this specification shall be
marked with at least nominal size, manufacturer’s name (or trade mark), directions of
closing, body material designation.

The manhole covers and surface boxes shall be marked in complying with clause 9 of EN
124:1994.

In addition to what is specified above the additional markings and the lettering sizes shall be
made with details as per the table 1 hereof

Table 1
Item Diameter Details required Lettering
(mm) Heights
Details (mm)

Manhole All sizes "WATER" ;Standard (BS EN 50


Covers or other); Class or type; Size
of clear opening.

Surface All sizes As for manhole covers 20


Boxes
Valves All sizes Weight of valve As appropriate

The Contractor shall label and clearly mark all crates and boxes in indelible paint as specified
in the notes forming a part of this Specification.

1.8 Protection during Delivery

All valves and fittings shall be securely packed in crates and boxes to prevent damage during
delivery. The cost of packing shall be deemed to be included in the Contract Rates and crates
will not be returned.

Each box and package therein shall be clearly labeled stating the number, size and description
of the contents.

All details of the proposed method of providing such protection shall be submitted at the time
of tendering.
Section VI-Works Requirements WR-6

The cost of providing protection to the ends of pipes and fittings shall be included in the unit
prices tendered in the Bills of quantities.

1.9 Storing, Handling and Hauling of Valves

All materials shall be stored in an approved location and in such a manner as to preserve their
quality and condition. Storage shall be in accordance with the manufacturer’s recommendation.

Materials and components shall be handled in such a manner as to avoid any damage or
contamination and in accordance with all applicable recommendations of the manufacturers.

The Contractor shall give instructions to the shipper on precautions to be taken in the handling
of the valves and other components during loading, towage and unloading, and shall give
particulars of these instructions to the purchaser. Also, particular attention shall be paid when
handling goods to avoid damages to external and internal coatings.

1.10 Packing of Bolts, Joint Rings and Gaskets

Bolts of the same length and size (and their accompanying nuts and washers) shall be packed
together in boxes not exceeding 100 kg. gross weight.
Joint rings and gaskets shall be packed in boxes and separate packages shall be provided for
each size and description of ring or gasket.
1.11 Manufacturer's Certificate

The Contractor shall supply to the Engineer a certificate stating that each item supplied has
been subjected to the tests laid down herein and conforms in all respects to this Specification
or such other Specification which has been submitted to and approved by the Engineer.
1.12 Quality and Workmanship

All valves, hydrants, surface boxes, and manhole covers shall be manufactured in compliance
with the ISO 9001: 2008 Quality Management System requirements. Quality Management
system certificate should be from an organization accredited to issue such certification and
the manufacturer shall have this certificate valid during the supply and delivery of the
materials. This certificate shall clearly indicate the location of the place of manufacture of
goods.
1.13 Flanged Joint Protection

All sluice valves shall be supplied with complete „Corrosion‟ protection materials in
accordance with the manufacturer’s recommendation. The complete joint protection includes
the materials, namely profiling mastic or primer, paste, tape and PVC or polyethylene outer
wrapping. The quantity of materials required for each diameter joint shall be calculated in
accordance with the manufacturer to cover the whole joint including nuts and bolts. The
supplier shall provide the required details of quantities in the schedule of particulars.
Section VI-Works Requirements WR-7

1.14 Final Acceptance at site

All valves and accessories shall conform to the specification at site. Engineer shall carryout
necessary inspections at site prior to final acceptance. The Contractor is advised to use the
valves and accessories pre-qualified by the NWSDB.
Section VI-Works Requirements WR-8

2.0 Technical Requirements for Valves, Hydrants, Surface Boxes, Manhole Covers for
Water Supply Applications

Table of Contents

2.1 Scope
2.2 Definitions
2.3 Reference Standards
2.4 Records and Drawings for Materials to be supplied
2.5 Materials of Manufacture
2.6 Testing
2.7 Coating
3.0 Types of Valves
3.1 Sluice Valves
3.2 Butterfly valves
3.3 Air Valves
3.4 Check Valves
3.5 Pressure Reducing Valves
3.6 Pressure Sustaining/Relief Valves
3.7 Flow Control Valves
3.8 Altitude Valves
3.9 Ball Float Valves
3.10 Flap Valves
4.0 Extension Spindles, Tee - Keys and Caps
5.0 Fire Hydrants
6.0 Tools
7.0 Surface Boxes
8.0 Manhole Covers and Frames

Annex
D1 - General components of the single orifice Air Valve
D2 - General components of the double orifice Air Valve
Section VI-Works Requirements WR-9

2.1 Scope
This section covers the requirements for the supply of valves, hydrants, surface boxes and
manhole cover.
Accessories associated with the valves are also specified.

2.2 Definitions

The d e f i n i t i o n s g i v e n i n t h e r e l e v a n t s t a n d a r d s , w h i c h a r e r e f e r r e d t o i n
t h e specification, shall apply for the terms used in this specification.

2.3 Reference Standards

The following standards are referred to in this section;

EN 1092-2:1997 Flanges and their joints- Circular flanges for


pipes, valves, fittings and accessories, PN
designated for Cast iron flanges

EN 1171: 2002 Industrial Valves. Cast Iron Gate Valves.

EN 12334:2001 Industrial valves, Cast iron check valves

EN 1563:2011 Specification for Spheroidal graphite cast iron.

EN 593: 2004 Industrial Valves Metallic Butterfly valves.

BS 5163: 2004 Predominantly Key-operated cast iron gate valves


for waterworks purposes.

BS 750: 2006 Underground fire hydrants and surface box


frames and covers

EN 10293: 2005 Steel castings for general engineering purposes


Section VI-Works Requirements WR-10

BS 5834: Part 2 :2011 Specifications for small Surface boxes. Surface


Boxes, guards and underground chamber for gas
and water work purposes.

EN 124: 1994 Gully tops and manhole tops for vehicular


and pedestrian areas. Design requirements; type
testing, marking quality control.

AWWA C 502-80 Dry Barrel Fire Hydrants

BS 1212: Part 2 : 1990 Diaphragm type float operated valves (copper


alloy body) (excluding floats)

BS 1212 : Part 3: 1990 Diaphragm type float operated valves (plastic


bodied) for cold water services only (excluding
floats)

EN 558: 2008 Industrial Valves. Face to face and center to


face dimensions of metal valves for use in flange
pipe systems. PN and class designated valves.

EN 1074 –1: 2000 Valves for water supply. Fitness for


purpose requirements and appropriate
verification tests. General Requirements.

EN 1074 –2: 2000 Valves for water supply. Fitness for


purpose requirements and appropriate
verification tests. Isolating valves.

EN 1074 –3: 2000 Valves for water supply. Fitness for


purpose requirements and appropriate
verification tests. Check valves.

EN 1074 –4: 2000 Valves for water supply. Fitness for


purpose requirements and appropriate
verification tests. Air valves.

Note: The year gives the year of amendments made.


Section VI-Works Requirements WR-11

2.4 Records a n d D r a w i n g s f o r I t e m s (Valves and other Ancillary items) to be


Supplied

The following records and drawings of all types of valves shall be made available by the
supplier for inspection.
- Drawings showing overall dimensions, valve construction and settings
- Data related to pressure ratings, weights and materials of manufacture (each
component)
- Test certificates of works tests
- Performance data of air valves
- Seating design and the seating materials of butterfly valves

2.5 Materials of Manufacture

All materials of manufacture shall be suitable for use with water at temperatures up to 45 deg.
C.

Valve body casting shall be ductile iron complying with EN 1563 :2011 for diameters above
DN 150, while CI valve body casting is acceptable for below DN 150 and shall be capable of
withstanding the test pressures specified. The castings shall be close grained, sound, smooth
and symmetrical, and shall be carefully cleaned and dressed off. No stopping or plugging will
be permitted in the case of air holes appearing in the castings.

Unless otherwise specified, all standard valves shall be flanged type where flanges shall be of
PN 16 and complying with EN 1092-2 :1997.

The direction of closing of valves shall be “clockwise” and hand wheels shall be
permanently marked with the words "open" and "closed" and a direction arrow.

All materials shall comply with the appropriate British Standards or equivalent. All castings
shall be free of blowholes and other defects.
Sluice valves and butterfly valves shall be suitable for flow in either direction.
All standard valves shall be suitable for frequent operation and for infrequent operation
after long periods in the open or closed condition.
All non-metallic materials to be provided shall be listed in the current "Water Fittings and
Materials Directory" published by the Water Research Centre, UK, or approved equivalent
publication, as having passed full tests of effect on water quality under the requirements for the
testing of non-metallic materials for use in contact with potable water.
The Engineer shall have the right to reject any casting, forging, bearing etc. and the contractor
shall replace any such defective parts at his own expense.

2.6 Testing
General
The manufacturer shall notify the Engineer at least thirty working days prior to factory tests.
The Engineer reserves the right to witness all tests.
Section VI-Works Requirements WR-12

(i) Performance Test


Each valve, gate and appurtenance shall be shop-operated three times from the fully closed to
the fully opened position, and the reverse, under a no-flow condition, to demonstrate that the
complete assembly is workable.

(ii) Leakage Test (Closed Position)


(a) For Internal Pressure
Valves, gates and appurtenances shall be shop-tested for leaks in the closed
positions. The hydrostatic pressure shall be applied to one face of the disc for the full test
duration at the working pressure when the valve is in closed position. This shall be repeated to
the other face of the valve too. The length of test shall be at least 3 minutes and there shall be
no indication of leakage past the valve during the test period. The test pressure shall be given
in the Table below.

PN Test Pressure (PFA) (Bars) Duration (Minutes)


16 25 3
25 35 3

(b) For External Pressure


Valves shall be leak tight to ingress of air, water or any other foreign matter.

(iii) Hydrostatic Test


Valves specified shall be hydrostatically tested. Hydrostatic tests shall conform to the
following;

With the valve disc in fully open and a slightly open position, internal hydrostatic pressure
equivalent to 150% of the specified working pressure a specified in the table below shall be
applied to the inside of the valve body of each valve for a period of 3 minutes. During the
hydrostatic test, there shall be no leakage through the metal, the end joints, or the valve shaft
seal; nor shall any part be permanently deformed. While undergoing testing, the valve body
shall be struck with a hammer several times.

PN Test Pressure (PFA) (Bars) Duration (Minutes)


16 25 3
25 35 3
Section VI-Works Requirements WR-13

(iv) Seat Tightness Test

Type of valve Test Procedure


Sluice valve 1. Fill in the valve cavity including if appropriate, the
Ball float valve bonnet cavity with water.
2. Move the obturator to the closed position.
3. Apply the test pressure, which is 1.1 times the allowable
differential pressure at room temperature, and maintain the test
pressure for 3 minutes.
4. Determine the leakage rate.
5. Repeat 3 and 4 inclusive for the other side of the valve.
See NOTES 1,2,3 and 4
Butterfly Valve 1. Fill the valve cavity with water.
2. Move the obturator to the closed position.
3. Apply the test pressure, which is 1.1 times the allowable
differential pressure at room temperature in the direction to unseat
the obturator and maintain the test pressure for 3 minutes.
4. Determine the leakage rate.
See NOTE 5

Check Valve 1. Fill in the downstream valve cavity including, if


appropriate, the cover cavity with water.
2. The test pressure, which is 1.1 times the allowable differential
pressure at room temperature in the direction tending to close the
obturator and maintain the test pressure for 3 minutes.
3. Determine the leakage rate.

NOTE
1. The procedure described may not ensure pressurization of the integrate
space of double seated valves and may not therefore permit verification of the leakage
rate of the downstream seat. When such pressurization is a requirement of the product or
performance standard or is required by the purchaser, it is necessary to carry out step 3
before step 2.
2. Valves which incorporate “double block and bleed” design feature have the bleed plug
removed prior to the test in order to prove the “double block and bleed” capability.
3. Valves with independent double seating (such as two- p i e c e obturator or double-
seated valves) may be tested by applying the test pressure between the seats and checking
each side of the closed valve.
Soft seated ball float valves previously subjected to a liquid seat test pressure may
have a reduced performance capability in some subsequent services at low differential
pressures. If a liquid seat test pressure is specified and is carried out before a low-
pressure gas seat test, it may be necessary to allow time for the seat material cover.
5. Valves with symmetrical seating may be tested in either direction.
Section VI-Works Requirements WR-14

(v) Field Testing


When the valves, gates and appurtenances have been completely installed and as soon as
operation conditions permit, they shall be given a field test by the Engineer to demonstrate
that they have been suitably installed, that they meet all requirements, are in good operating
condition and are, in every way, adequate for the service intended.

2.7 Coating

All exposed cast iron or ductile iron components of valves to the external environment or
to the water contained in the valve shall be fully coated to provide protection against corrosion.

The external and internal surfaces except mating surfaces of all valves shall be treated with an
epoxy coating, a bitumen solution or any other material acceptable to the purchaser at the place
of manufacture. Threaded and exposed machined surfaces liable to rusting shall be adequately
protected in accordance with BS 5163 : 2004.

3.0 Types of Valves

3.1 Sluice Valves


The sluice valves for pipeline installation shall comply with the EN 1074:1-2000 and EN 1074
: 2 – 2000 or BS 5163-1:2004 for diameters up to and including 600 mm and EN 1171:2002
for diameters above 600 mm and shall be of PN 16 pressure rating, for potable water
applications.

Sluice valves shall be standard inside screw, wedge gate valves with resilient seating for
diameter from DN 50 – DN 300 inclusive and metal to metal seating from diameters
above DN 300. The valve body shall be ductile iron or cast iron up to and including DN 150
complying with BS 5163-1 : 2004 and EN 1563 : 2011. For diameters above 150mm, the
valve body shall be ductile iron complying with EN 1563: 2004. Valves shall have stainless
steel stems, machined bronze or gunmetal mating faces securely fixed to the valve body,
stuffing box and gland type or approved type stem seal, EPDM seals at joints between
castings.

All Tee-Key operated valves shall be provided with valve cap as per BS 5163 : 2004. By pass
arrangement shall be provided for valves of DN 300 and above. Directions of closure of the
valves shall be „clockwise”. In case of hand wheel operated valves, the hand wheels shall be
indelibly marked with words “open” and “close” with direction arrows.

The maximum differential pressure in operation for valves shall be as given in items description
of the valves in the BOQ or as given in the drawings. Where necessary valves above 300mm
diameter shall be provided with gearing to achieve the designed manual operation of valves
where it should be assumed that the maximum torque exerted by one man is 130 Nm.

Motorized (Motor operated) valves shall be provided for diameters 500mm and above as given
in the item description of BOQ or as given in the drawings.
Valve spindles shall be of the internal non-rising type. Hand wheels shall be made of cast iron
and shall have arrows and words „open‟ and „close‟ cast on to indicate direction of rotation
for opening and closing the valve.
Section VI-Works Requirements WR-15

All sluice valves shall be subjected to all type testing in accordance clause 1.6 above including
'open ended' works test of which the test certificates issued by the manufacturer to this effect,
shall be submitted.

The face-to-face (FTF) dimensions of the sluice valves as specified in EN 558:2008 shall be as
follows.
Sluice Valves - Series 3
FTF dimension (mm)
Diameter (mm)
PN 10/PN 16 PN 25
10 102 -
15 108 140
20 117 152
25 127 165
32 140 178
40 165 190
50 178 216
65 190 241
80 203 283
100 229 305
125 254 381
150 267 403
200 292 419
250 330 457
300 356 502
350 381 572
400 406 610
450 432 660
500 457 711
600 508 787
700 610 -
800 660 -
900 711 -
1000 813 -

3.2 Butterfly Valves

Standard butterfly valves shall conform to EN 593: 2004 for PN 16 (i.e. 16 bar) pressure rating.
However higher PN range shall be provided as given in the item of BOQ.

Except where otherwise specified, all butterfly valves shall be equipped with manual operators
with hand wheels and shall be resilient seated and shall give tight closure
against unbalanced water pressure in either direction. The unbalanced water pressure shall be
the design pressure rating of the valve.

The valve body shall be ductile iron complying with EN 1563 : 2011 and shall be designed to
withstand the maximum working pressure specified and the maximum differential pressure of
0.6 MPa.
Section VI-Works Requirements WR-16

The manufacturer's preferred direction of flow for the valve shall be clearly marked on it.

The valve seat shall be replaceable and be formed of EPDM or other approved resilient
material. Seats shall be of a design that permits removal and replacements at the site of
installation. The valve seat shall be securely clamped into a machined groove in the valve body
or to the edge of the disc by seat retention members or other equivalent retention device, in
such a manner as to prevent leakage of water under the seats and to hold the seat securely in
position during opening and closing of the valve disc. The seat retention members shall be of
stainless steel and shall be securely fastened to the body or disc with stainless steel fasteners.
The valve disc shall be made of ductile iron. Disc edges shall be machined with rounded corners
and shall be polished to a smooth finish. The valve disc shall rotate through an angle of 90
degrees from the fully opened to the fully closed position and the seat shall be of such design
as to allow the valve disc to seat at an angle normal to the axis of the pipe when the disc is in
the fully closed position. Adjustable mechanical stops shall be provided in the valve body
to be capable of absorbing full operating torque with a minimum design safety factor of 5 (five).

The shaft and nuts and bolts shall be fabricated of stainless-steel complying with relevant
provisions of BS 970:1996. The shaft and disc fixing shall be capable of absorbing the full
operating torque with a minimum design safety factor of five. Shaft seals, when used, shall be
EPDM rubber O-ring type. Packing shall be either rubber O-ring or self-adjusting chevron
type.

When all the seat retention members are in place, the finished edges shall fit closely and the
surface shall be smooth with all fastenings set flush in the water passage so as to offer the least
resistance possible to the flow of water through the valve.

Valve seats which extend over the face of the flanges to secure the seat in place, or which
require surface grinding and/or hand fitting of the disc; or designs which require the
adjoining pipe flange to retain the seat in place and resist line pressure, shall not be supplied.

Operating gear for butterfly valves shall be of the fully enclosed type. Valves shall be suitable
for operation by one man at all pressure conditions that can apply. A valve position indicator
shall be provided for butterfly valves in chambers. Where a hand wheel is used for operating
such a valve, the indicator shall be clearly visible from the hand wheel operating position.
Where a containing chamber is not shown, butterfly valves shall be specially adapted for buried
use. Inline valves shall be operated by means of a hand wheel or tee key and be provided
with gearing to prevent rapid closure of the valve. Gear ratios shall be at least 20:1. The valve
bodies shall be protected by a bitumen coating and the valve discs by a Nylon Coating or
similar.

All butterfly valves shall be tested at the manufacturer's works in accordance with EN
593:2004 as specified here and as per clause 1.6 above and under 'open-end' conditions. The
seat test shall be for tight closure under maximum unbalanced water test pressure in either
direction. The maximum permissible leakage for each valve shall be 0.05 liter per hour per
100 mm nominal diameter of the valve. The word “CLOSE” or its abbreviation and the arrow
mark indicating the direction of rotation to close the valve shall also be cast on the cover of
the body.
The face-to-face (FTF) dimensions of the sluice valves as specified in EN 558:2008 , Table 4
shall be as follows
Section VI-Works Requirements WR-17

Diameter FTF dimension (mm)


(mm) PN 2.5,6,10,16,25 PN 40

40 106 140 140


50 108 150 150
65 112 170 170
80 114 180 180
100 127 190 190
125 140 200 200
150 140 210 210
200 152 230 230
250 165 250 250
300 178 270 270
350 190 290 290
400 216 310 310
450 222 330 330
500 229 350 350
600 267 390 390
700 292 430 430
800 318 470 470
900 330 510 510
1000 410 550 550
1200 470 630 630
1400 530 710 710
1600 600 790 790
1800 670 870 870
2000 760 950 950

3.3 Air Valves


All air valves for water supply shall comply with the EN 1074-4:2000. Air valves shall be
constructed so that internal working parts, which may become necessary for repairs shall be
readily accessible, removable and replaceable without use of special tools and removing the
valve from the line. Standard air valves shall be designed so that the floats seat against
orifices without leakage at all pressures between 0.1 bar and the maximum field test pressure.
The design for the floats and seats shall be such that the risk of adhesion is a minimum and
shall be of a type proved by experience to be suitable for the duties required. All valves shall
be suitable for operation under working pressures conforming to clause 4.3 and Table 1 of EN
1074-1:2000, Valves shall be so designed that the floats cannot be held or blown shut against
the orifices by air pressure or turbulence due to escaping air.

Standard air valves shall have a minimum pressure rating of 16 bar and in all cases shall be
supplied with PN 16 (i.e. 16 bar) flanges, complying with EN 1092-2: 1997.

However higher PN range shall be provided as given in the item of BOQ.

3.3.1 Single Orifice Type


Single orifice type air valve shall be of cast iron or ductile iron body and single float actuated
air valves with flanged ends.
Section VI-Works Requirements WR-18

Small orifice air valves shall have an orifice diameter of not less than 1.5 mm and shall be
designed for automatically releasing air accumulated in pipelines during normal working
conditions so as to prevent accumulations of air interfering with pipeline capacity. Small orifice
air valves shall be provided with an isolating valve.

The valve shall be capable of discharging air out of the pipe line in according to the graph
given below. General components of the single orifice air valves are given in Annex D1.

Air Discharge of Single Orifice (Small Orifice) Air Valve

Large orifice air valves shall be required to release or admit air while the pipeline is being filled
or emptied and also to perform surge control functions. The airflow characteristics of air
valves shall be in accordance with EN 1074-4:2000 and they shall be capable of passing air
out of the pipeline under a differential pressure of 0.5 bar, and into the pipeline at a differential
pressure of 0.2 bar at rates depending on the graph given below;
Section VI-Works Requirements WR-19

Large Orifice air valves shall be provided with separate isolating valve.

3.3.2 Double Orifice Type


Double orifice valves shall comprise one large orifice air valve and one small orifice air valve
integrated into a single unit assembly and having a single pipeline connection. It shall
have cast iron or ductile iron body and double float actuated air valves with flanged ends.

Double orifice air valves shall be provided with a separate isolating valve. Isolating valves
must be so arranged that they can be closed from the ground surface above, with a tee key
even when the air valve chamber is flooded. Where required, a short length of double-flanged
pipe could be supplied to increase the height above the main to suit the operational
requirements depending on the depth of installation of Air valve. Air valves shall be insect
proof at the outlet vents leading to the atmosphere.

Tests shall be carried out on all types of air valves, as specified in EN 1074-4:2000 and EN
1074-1:2000 and as mentioned below and the contractor shall submit the manufacturer’s
certificates certifying that such tests have been conducted satisfactorily.
General components of Double Orifice Air Valve are given in Annex D2.
The valve shall be capable of discharging air out of the pipe line in according to the graph
given below.
Air Discharge of Double Orifice (Small Orifice) Air Valve
Section VI-Works Requirements WR-20

Air Discharge of Double Orifice (Large Orifice) Air Valve

(a) Body Strength Test


Each complete valve shall be water tested for strength using a test pressure 1.5 times the
specified working pressure. No damage or permanent deformation of the valve body,
ball or seat shall occur and there shall be no leakage through the metal or any joints of
the body.

(b) Leakage Test


Each complete valve shall be water tested at all pressures between 0.1 bar and the
Section VI-Works Requirements WR-21

maximum field test pressure for the valve and the seat shall be drop tight throughout this
range of pressure.

(c) Performance Tests

One valve of each size shall be tested as follows;


(i) Air shall be introduced under the flange at the minimum outflow rate specified
above for the size of pipeline being tested. The pressure difference required to
maintain this flow shall not be more than 0.5 bars.

(ii)Air shall be exhausted from beneath the flange at the minimum inflow rate specified
above for the size of valve being tested. The pressure difference required to maintain
this flow shall not exceed 0.2 bars.

All air valves shall be coated as given in clause 1.7 above.

3.4 Check Valves


Unless otherwise specified, check valves shall be swing type conforming to
EN 12334:2001 with a pressure rating of PN 16 (i.e. 16 bar). Check valves shall be
constructed so that disc, seat, seat rings and other internal working parts, which may
become necessary for repairs, shall be readily accessible, removable and replaceable
without use of special tools and removing the valve from the line. The valve body and
the disc shall be of ductile iron complying with EN 1563 : 2011 and having smooth
operating stainless steel hinge pins with gun metal bushes, EPDM encapsulated discs.
They shall possess high speed closing characteristics with minimum shock on closing.
All valves shall be tested to EN 12334:2001 and as specified in EN 12266-1 : 2003
and the test certificates issued by the manufacturer shall be submitted. All check
valves shall be coated to as specified in clause 1.7 above. The flange drilling shall comply
with EN 1092-2:1997.

3.5 Pressure Reducing Valves


Pressure reducing valves shall be designed to reduce a constant or variable inlet pressure
to a predetermined constant outlet pressure, at flows varying from the maximum capacity
of the valve to zero flow.

All valves shall be suitable for use with water temperature up to 40 0C and in climatic
conditions encountered in Sri Lanka such as humidity 85%, dusty environment, corrosive
atmosphere etc. Valves shall be minimum rating of 10 bars and shall provide to higher
ratings of 16, 25 or 40 when specified in the item of BOQ.

The valve operation shall be achieved by the inter-action of the inlet pressure, outlet
pressure and an intermediate pressure, which is produced by a pilot valve or relay system
acting on the upper side of the main valve. Other equally effective and reliable systems
may be accepted by the Engineer. Operating primary pressure of 16 bar and at an
adjustable secondary pressure range 0f 25 or 40 bars shall be as specified in the BOQ.

The pilot valve or relay system shall be actuated by a diaphragm connected to the outlet
pressure on its underside and a constant pressure on its upper side derived either from
weights or from a spring. The weights or spring shall be capable of an adjustment. Gauge
Section VI-Works Requirements WR-22

indicating upstream pressure and downstream pressure shall be incorporated. Two


pressure gauges shall be provided with the valve.

Nominal pressure rating shall be 16 bars, unless otherwise stated.

Body ends shall be flanged and drilled to EN 1092-2:1997, with a pressure rating of PN
16. Materials for construction of the valve shall be ductile iron, grey cast iron, stainless
steel (SS316 or higher) or Equivalent and shall be non-corrodible, hard wearing and
suitable for use with potable water. Gunmetal, aluminum bronze and stainless steel shall
be used for internal components.
Marking of valves shall include the manufacturing standard; manufacturer’s name or
trademark; nominal diameter (N.D.) in mm; pressure rating in bars; Flow direction; an
individual serial number which relates directly to the manufacture’s test certificate;
and month and year of manufacture.

All valves shall be tested to the appropriate test pressure as specified in Clause 4 of
EN 1074 – 1 : 2000 and as given below at the manufacturer’s works, and shall be
supported by a test certificate from the manufacturer. The Supplier shall provide the
original manufacturer’s test certificate. The certificate shall relate to the individual
number cast on each valve and shall give the date of test and the performance of test
with test pressure and the time.

PN Test Pressure (PFA) (Bars) Duration (Minutes)


16 25 3

25 35 3

3.6 Pressure Sustaining/Relief Valves


Pressure sustaining valves shall be capable of maintaining a constant pressure in the main
upstream of the valve. They may be used to reduce excess pressure when installed in a
branch main.

Operation shall be achieved in a similar manner to the pressure reducing valve except that
the relay system shall be actuated by the upstream pressure.

Manufacturing of the valve shall generally be in accordance with the specification for
pressure reducing valves.

Testing shall be carried out according to clause 1.6 hereof.

3.7 Flow Control Valves


Flow control valves shall be designed to prevent the rate of flow rising above that specified
for the particular application, regardless of the operating pressure in the system upstream
or downstream of the valve.

The valve operation shall be achieved by the operation of a relay system responding to
the pressure difference measured across an orifice in the flow upstream of the valve.
Section VI-Works Requirements WR-23

The manufacturing of the valve shall be generally in accordance with that specified for
pressure reducing valves above.

3.8 Altitude Valves

Altitude valves shall be designed to control inflow into an overhead tank or reservoir, the
valve being installed in the main line to the tank and controlled by a small diameter
ball valve in the tank, so that when the tank is full, the ball valve closes, which in turn
shuts the main valve. The valve operation shall be achieved by the interaction of the inlet
pressure, the pressure in a small-bore pipe in to the ball cock and an intermediate
pressure produced by a pilot valve or relay system acting on the upper side of the main
valve which in turn shuts the main valve.

The pilot valve or relay system shall be actuated by a diaphragm connected to the
small-bore pipeline to the ball valve on its underside and having a constant pressure
on its upper side derived from either weights or a spring. Manufacturing of the valves shall
generally be in accordance with the specification for pressure reducing valves.

3.9 Ball Float Valves


Ball float valves shall be designed for installation on the inlet pipe to a storage tank to shut
the water off automatically when it reaches a predetermined level. They shall be of the
single or double beat type or pilot operated with direct float and lever operation.

Valves shall be designed for the working pressure specified and shall be tested for leakage
at that pressure, when they should be drop tight. They shall be tested for body and valve
element strength with the valve closed and a test pressure 1.5 times the working pressure
applied to the inlet end.
The body end shall be flanged, faced and drilled to EN 1092 – 2 : 1997
Valves shall not contain brasses containing more than 5% zinc. Gunmetal (to EN
1982:2008 Grade LG 2), aluminum bronze or nickel copper alloy may be used for internal
components.

The body or stopper shall be of ductile iron or grey or Meehanite cast iron.

Floats shall be copper or glass fiber. The lever and links shall be of mild steel with bronze
pins.

Where a stilling tank arrangement is required it shall accommodate a cheese type float
mounted on a central tube connected to the valve operating lever and sliding vertically on
a guide rod secured to the base of a galvanized wrought iron cylindrical tank perforated at
the base.

3.10 Flap Valves

Flap valves shall have frames and doors of ductile iron to EN 1563 : 1997, sealing faces of
gunmetal to EN 1952:2008 Grade LG 2 or LG 4 and hinge pins and links of ductile iron,
steel nickel iron or stainless steel. They shall be flanged for mounting to pipe work or
bolting to concrete. Sealing surfaces of flaps and frames shall be of non- ferrous metal
(excluding aluminum) accurately machined to ensure a watertight fit in the closed position.
Section VI-Works Requirements WR-24

All flaps shall be double hung and seat off the vertical.
In case of plastic flap valves they shall have doors constructed from non-toxic,
ultraviolet stabilized, flexible reinforced plastic material and the frames shall be fabricated
from mild steel, blast cleaned and painted with 25 microns of two pack epoxy blast primer
and one 75-micron coat of micaceous iron oxide two pack epoxy. All immersed steelwork
shall be hot dipped galvanized to BS 729 or as appropriate. Nuts and bolts shall be
galvanized.

Flanges shall be of PN 16 conforming to EN 1092 – 2 : 1997., coated in either fusion


bonded epoxy, minimum thickness 150 microns or cold applied black bitumen.

4.0 Extension Spindles, Tee - Keys and Caps

The depths of installation of all valves are as indicated in the BOQ descriptions (or as
shown on the drawings) and a Tee - Key for the operation of valves shall be supplied in
the following manner.

Four Tee - Keys for each size of valves to be supplied. The maximum length of Tee key
shall be limited to 1m and Valves shall be provided with extended spindle to the Valve.

The material of Tee - Keys shall be galvanized mild steel.

In case extension spindles are necessary, extension spindles shall be provided with suitable
bearings, which are rigidly held on brackets or stays. Bearings and extension spindles shall
be suitably protected against corrosion.

Where a valve does not require an operating or extension spindle, the valve spindle shall
be protected with a properly fitting cap as per BS 5163: 2004.

5.0 Fire Hydrants

General
Fire hydrants shall be supplied and installed at the locations shown on the key plan and
drawings and distribution pipelines. The exact locations of the fire hydrants shall be
identified at site in the presence of the Engineer’s Representative and approved by the
Engineer.

(a) Screw down Type

Screw down fire hydrants shall conform to BS 750 : 2006 (type 2) with “captive” internal
valve. The hydrant body material shall be ductile iron, which complies with EN 1563
: 2011.

The inlet flange shall be of PN 16 complying with BS EN 1092 – 2 : 1997 and shall be
faced and drilled to table „E‟ of BS 10:1962. The outlet piece shall be Gunmetal
complying with EN 1982:2008 Grade LG 2 or stainless-steel complying to EN
10088-1 with minimum chromium content of 13% or copper alloy. The hydrants shall be
of round threaded conforming to BS 750 : 2006.
Section VI-Works Requirements WR-25

The hydrant body shall be capable of withstanding a pressure of 24 bars and the valve
and seat pressure of 16 bars. The test certificates of body and seating tests shall be submitted.

The outlet cap shall be of polypropylene or equivalent, without threads and shall be
securely attached.

The direction of closing of hydrant valve shall be clockwise.

(b) Dry - Barrel Type


Dry-Barrel type Fire Hydrants shall comply with ANSI/AWWA C 502-80 standards
or an equivalent with the following requirements;

i. Buried length shall be 4.5 feet. (1.35m)

ii. Number of hose and pump outlet nozzles shall be two.

iii. 2.5 inches (63.5 mm) nominal inside diameter two number outlet nozzles shall be provided
with round threads to BS 750:2006.

iv. Size of hydrant shall be 4 inches (100 mm).

v. Inlet connection shall be 6 inches (150 mm) in diameter flange type (side inlet). Suitable
Double Flanged Ductile Iron Reducers shall be supplied to connect the Fire Hydrants to
the existing pipe diameter flanges.

The bonnet, foot piece or elbow, packing plate, gate, bottom plate and outlet nozzle
cap should be of ductile iron while miscellaneous structural parts can be grey iron, ductile
iron or malleable iron. Valve seats, seat rings for the main valve and the drain valve
and outlet nozzle shall be made of grade A,B, D or E bronze. The threaded portion of
the operating stem or threaded stem nut (or sleeve) shall be made of grade A,B,C,D or E
bronze too. The Supplier shall supply the necessary gaskets, conforming to BSEN 681-1
and nuts, bolts and washers for the 6 inches (150 mm) flange joint between the reducer
and the Fire Hydrant.

vi. Direction of rotation of the operating wheel to open the hydrant shall be counter clockwise.

vii. Color of the finish paint above the ground line shall be red.

viii. The following parts may be made out of grey or ductile cast iron, but the Bidder has to
submit with the tender the material he is going to use: Barrel, top or bonnet, foot piece or
elbow, packing plates, gates, bottom plates, outlet nozzle caps and miscellaneous
structural parts.

6.0 Tools
The Contractor shall supply two complete sets of tools adequate for the erection and
maintenance of all valves, hydrants and other fittings supplied.
Section VI-Works Requirements WR-26

7.0 Surface Boxes

Surface boxes shall be Ductile iron, grade “A” heavy duty complying to BS 5834 Part 2 :
2011 with the minimum clear opening sizes (mm), of 100mm, 135mm,225mm and 300mm
depending on the location and as specified in the BOQ.

Surface boxes shall be painted before installation with two coats of bituminous paint. They
shall be with captive hinge arrangement to prevent vandals and with suitable watertight
arrangement to prevent ingress of surface water into the keyhole. The hinge pin shall be
made from steel or ductile iron manufactured to suit the design and dimension of the unit.
The diameter of the hinge pin shall not be less than 6mm.

The lids or covers of surface boxes shall have cast in-letters of words in English to indicate
the function of the fittings as “FH, WO, SV, METER” and also the marking “ WATER” in
suitable size, cast in raised letters.

8.0 Manhole Covers and Frames

Manhole covers and frames shall be of class D 400 as per EN 124: 1994 unless otherwise
stated. They shall be made from Ductile Iron.

The covers shall be non-ventilating non rock, black bitumen coated. The keyways shall
be closed and the couplings bolts, etc. shall be galvanized.

They shall be with clear opening of 600 mm, with captive hinge arrangement to prevent
vandals and with suitable watertight arrangement to prevent ingress of surface water into
the manhole.

Manhole covers for fire hydrants shall comply with requirements of fire authority while the
manhole covers for air valves and washouts shall be ventilated type. The manhole covers
for sluice valves shall be watertight.

The manhole covers shall have letter or words in English to indicate the function of the
fitting, “FH, WO, SV” and also marking “ WATER ” in suitable size, cast in raised letters.
Section VI-Works Requirements WR-27

ANNEX D1

General Components of the Single Orifice Air Valve


Section VI-Works Requirements WR-28

ANNEX D2

General Components of the Double Orifice air valve


Section VI-Works Requirements WR-29

6.2.8. Specification for Mechanical Couplings, Repair Clamps and Flange Adaptors

1. General

2. Mechanical Couplings, Repair Clamps and Flange Adaptors


Section VI-Works Requirements WR-30

1.0 General

Table of Contents

1.1 Ambient Conditions


1.2 Suitability for Potable Water
1.3 Definitions
1.4 Non-metallic Materials
1.5 Flanges
1.6 Inspection and Testing
1.7 Marking of Pipes, Fittings valves and Specials
1.8 Protection during Delivery
1.9 Storing handling and hauling of Pipes, Fittings, Valves and Specials
1.10 Packing of bolts, joint rings and gaskets
1.11 Manufacturer's Certificate
1.12 Quality and workmanship
1.13 Flanged Joint Protection
1.14 Final Acceptance at site
Section VI-Works Requirements WR-31

1.1 Ambient Conditions

All items of materials and equipment shall be in every respect suitable for storage, installation,
use and operation in the conditions of temperature and humidity appertaining in Sri Lanka.

The annual average temperature is 30o C while the relative humidity varies generally from 70%
during the day to 90% at night.

The temperature of potable water to be conveyed in the pipelines will be about 30 C.

1.2 Suitability for Potable Water

Pipes and pipeline components, including their protective coatings and joint materials, that will
or may come into contact with potable water shall not constitute a toxic hazard; shall not
support microbial growth; shall not cause taste or odor, cloudiness or discoloration of the
water.

1.3 Definitions

The definitions given in the relevant standards which are referred to in the specification
shall apply for the terms used in this specification.
1.4 Non-metallic Materials

All non-metallic materials supplied shall be listed in the current "Water Fittings and Materials
Directory" published by the Water Research Centre, UK, or approved equivalent publication,
as a recognized certifying authority having passed full tests of effect on water quality under
the requirements for the testing of non-metallic materials for use in contact with potable water.

1.5 Flanges

All flanges dimensionally shall be in accordance with EN 1092-2 : 1997 Specification for Steel
Flanges - Metric Series. The screw threads in all pipes and fittings shall comply with ISO
Metric Screw Threads.

1.6 Inspection and Testing

The Contractor shall supply, furnish and prepare the necessary test pieces and samples of all
materials and supply the labor facilities and appliances for such testing as may be required to
be carried out on his premises according to this specification. If there are no facilities at his
own works for making the prescribed tests the Contractor shall bear the cost of carrying out
the tests elsewhere.

The Engineer or nominated Inspection authority shall have full access to all parts of the plant
that are concerned with the testing, furnishing or preparation of materials for the performance
and testing of work under this Specification.

The Contractor shall furnish the Engineer with reasonable facilities and space (without charge)
for the inspection, testing and obtaining of such information, as he desires regarding the
Section VI-Works Requirements WR-32

character of material in use and the progress and manner of the work.

Further all valves shall be tested to the appropriate test pressure at the manufacturer’s works
and shall be supported by a test certificate from the manufacturer.

The format for test certificate shall be in accordance with the format given in the schedule of
particulars.
1.7 Marking of Pipes, Fittings, Valves and Specials

All markings described below shall be legible and durable unless otherwise specified. All pipes
and fittings shall be marked with the information specified in clause 4.7 of EN 545: 2010, or
clause 4, 6 of ISO 2531:2009. The mark of the manufacturers and class of pipe shall be
embossed on all pipes and fittings. Other markings may be cast on, cold stamped or painted
with an indelible paint.

The Sluice valves, Butterfly valves, Check valves and Hydrants shall be marked in complying
with the relevant provisions of BS 5163: 2004, EN 1171: 2002, EN 593: 2004, EN 12334:
2001, BS 750: 2006 respectively. The mark of the manufacturer, pressure rating (PN
designate), nominal size, direction of closing and the standard to which the valve conforms
shall be embossed or cast on all valves.

All other valves which are not mentioned above but covered under this specification shall be
marked with at least nominal size, manufacturer’s name (or trade mark), directions of
closing, body material designation. The manhole covers and surface boxes shall be marked in
complying with clause 9 of EN 124:1994.

In addition to what is specified above the additional markings and the lettering sizes shall be
made with details as per the table 1 hereof.

Table 1 – Additional Markings

Item Diameter (mm) Details required Lettering Heights


Details (mm)
Pipes above 350 Pipe standard 50
(EN or other); Class or type;
Nominal dia.,
Manufacture’s name & Year
of manufacture
(at intervals not more than 3
150 to 350 as above 25
(both inclusive)
50 to 150 as above 10
Section VI-Works Requirements WR-33

Fittings and above 350 Pipe standard 25


Specials (EN 545 or ISO 2531; Class
or type (C class); Nominal
dia., Manufacture’s name &
year of manufacture, PN (for
flanges)
150 to 350 as above (except “WATER”) 10
(Both inclusive)
“WATER” 25
50 to 150 Pipe standard 10
(EN 545 or ISO 2531; Class
or type (C class); Nominal
dia., Manufacture’s name &
year of manufacture, PN (for
flanges) Bend angle for bends

Manhole All sizes "WATER"; Standard (EN or 50


Covers other); Class or type; Size of
clear opening.
Surface All sizes As for manhole covers 20
Boxes
Valves All sizes Weight of valve As appropriate

The Contractor shall label and clearly mark all crates and boxes in indelible paint as specified
in the notes forming a part of this Specification.
In addition, all fittings shall be marked with the corresponding item number in the Bills of
Quantities or other number specified by the Engineer.

1.8 Protection during Delivery


The Contractor shall provide protection, to the approval of the Engineer, for the ends of all
pipes and fittings prior to the pipes and fittings leaving the place of manufacture and shall
maintain such protection until the items reach their destination in order to guard effectively
against damage during transit and storage and the ingress of foreign matter inside the pipes and
fittings.
All valves and fittings shall be securely packed in crates and boxes to prevent damage during
delivery. The cost of packing shall be deemed to be included in the Contract Rates and crates
will not be returned.

Each box and package therein shall be clearly labeled stating the number, size and description
of the contents.

All details of the proposed method of providing such protection shall be submitted at the time
of tendering.

The cost of providing protection to the ends of pipes and fittings shall be included in the unit
Section VI-Works Requirements WR-34

prices tendered in the Bills of quantities.

1.9 Storing, Handling and Hauling of Pipes, Fittings, Valves and Specials

All materials shall be stored in an approved location and in such a manner as to preserve their
quality and condition.

Storage shall be in accordance with the manufacturer’s recommendation.

Materials and components shall be handled in such a manner as to avoid any damage or
contamination and in accordance with all applicable recommendations of the manufacturers.

The Contractor shall give instructions to the shipper on precautions to be taken in the handling
of the pipes, valves and other components during loading, towage and unloading, and shall
give particulars of these instructions to the purchaser. Also, particular attention shall be
paid when handling pipes and fittings, to avoid damages to external and internal coatings.

1.10 Packing of Bolts, Joint Rings and Gaskets

Bolts of the same length and size (and their accompanying nuts and washers) shall be packed
together in boxes not exceeding 100 kg. gross weight.
Joint rings and gaskets shall be packed in boxes and separate packages shall be provided for
each size and description of ring or gasket.

1.11 Manufacturer's Certificate

The Contractor shall supply to the Engineer a certificate stating that each item supplied has
been subjected to the tests laid down herein and conforms in all respects to this Specification
or such other Specification which has been submitted to and approved by the Engineer.
1.12 Quality and Workmanship

All pipes, fittings, accessories, valves, hydrants, surface boxes, and manhole covers shall be
manufactured in compliance with the ISO 9001: 2008 Quality Management System
requirements. Quality Management system certificate should be from an organization
accredited to issue such certification and the manufacturer shall have this certificate valid
during the supply and delivery of the materials. This certificate shall clearly indicate the
location of the place of manufacture of goods.
1.13 Flanged Joint Protection

All flanged pipes and sluice valves shall be supplied with complete „Corrosion‟ protection
materials in accordance with the manufacturer’s recommendation. The complete joint
protection includes the materials, namely profiling mastic or primer, paste, tape and PVC or
polyethylene outer wrapping. The quantity of materials required for each diameter joint shall
be calculated in accordance with the manufacturer to cover the whole joint including nuts and
bolts. The supplier shall provide the required details of quantities in the schedule of particulars.
Section VI-Works Requirements WR-35

1.14 Final Acceptance at site

All pipes, fittings, valves and accessories shall conform to the specification at site. Engineer
shall carryout necessary inspections at site prior to final acceptance.
Section VI-Works Requirements WR-36

2.0 Mechanical Couplings, Repair Clamps and Flange Adaptors

All mechanical couplings, repair clamps and flange adaptors shall comply with ISO
9001:2000 quality Management system requirement. Quality Management system
certificate should be from an organization accredited to issue such certificate. Documentary
evidence regarding accreditation together with the scope of certification should be provided.
This certificate shall indicate the location of the factory.

Mechanical couplings and repair clamps shall comply with WIS 4-21-02 or equivalent and shall
be PN 16 pressure rated unless otherwise stated.

All these fittings shall be protected against corrosions by the application of Polymeric anti-
corrosion coatings in accordance with WIS 4-52-01 Class B. (both internal and external) with
the coating thickness of not less than 250 microns. Engineer’s approval shall be obtained for
any other type of coating, prior to order.

The mechanical couplings and repair clamps shall be designed for a safe allowable angular
deflection of 6 without leakage while it shall be 3 for flange adaptors.

All fasteners of couplings, clamps and adaptors shall be electroplated to ISO 2081 grade Zn
10 or equivalent followed by a suitable primer and then with Polymeric anti-corrosion coatings
in accordance with WIS 4-52-01 Class B. to a thickness of 60 – 120 microns.

Gaskets and rubber rings shall be of EPDM and the physical properties shall comply with table
2 of BSEN 681-1:1996. Gaskets shall be of the inside bolt circle type and the dimensions
shall comply with EN 1514 – Part 1 : 1997. The hardness range for Gaskets is 76-84 preferably
IRHD.

Prior to the commencement of the manufacture the Contractor shall submit to the Engineer, for
approval, detailed drawings of all mechanical couplings repair clamps and flange adapters.
Section VI-Works Requirements WR-37

6.2.9. Specification for Ball Valves

1.General

2.Specification
Section VI-Works Requirements WR-38

1.0 General

A ball valve is a valve that opens by turning a handle attached to a ball inside the valve. The
ball has a hole, or port, through the middle so that when the port is in line with both ends of
the valve, flow will occur (valve is in open position). When the valve is closed, the hole is
perpendicular to the ends of the valve, and flow is blocked. The handle or lever will be
in line with the port position letting you "see" the open position of the valve.

No 1 2 3 4 5
Part Name Valve Body Ball Sealing Seat Handle O Ring
Qty 1 1 2 1 1

1.1 Ball valves shall comprise of a body on which head cap, handle, stem & ball assembly
etc. with seat & stem O-ring mounted.

1.2 Ball valves shall provide leak free tight closure (complete– stop) of water flow through
the valve in the closed position.

1.3 During operation seat & stem & ball assembly is moved causing the water to flowing
through the valve.

1.4 All components shall be of “water works” standard and shall be of a well proven robust
design and manufacture and shall be suitable for drinking water.

1.5 All non-metallic materials shall be listed in current “water fittings and materials
directory” and shall be suitable for drinking water
Section VI-Works Requirements WR-39

2.0 Specification

2.1 General

Body parts shall be uPVC& shall conform to EN 1452-1

Appearance

When viewed without magnification, the internal and external surfaces

valves and ancillaries shall be smooth, clean and free from scoring, cavities and
other surface defects to an extent that would prevent conformity to this standard.
Each end shall be square to its axis.

3. Color
The color of injection- moulded valve bodies and ancillaries in PVC-U shall be grey
throughout the wall. The color of ancillaries made from pipe shall be grey, blue or cream
throughout the wall. For above-ground application, cream ancillaries shall not be used.

4. Opacity
The wall of the valve shall be opaque and shall not transmit more than 0.2% of visible
light when measured in accordance with EN 578. This requirement does not apply to
cream ancillaries

5. Nominal dimensions
The nominal diameter(s), of a valve and ancillaries shall correspond to, and be designated
by, the nominal outside diameter(s) of the pipe(s) for which they are designed.

6. Chemical Characteristics
The chemical characteristics shall conform to those required for pipes by EN 1452-
2:1999

2.2 Applicable Standards

The B a l l v a l v e shall comply with BS EN 1452-4:2000 in every respect unless


otherwise stated in the specifications.

2.3 Markings on the body

Ball valves shall be legibly and indelibly marked with the following, by embossing
or engraving integrally during the process of manufacturing and shall comply with
ASTM F 1970

1. Trade name of the product / Identification mark


2. BS or other equivalent standards
3. The nominal size and direction of flow
4. Nominal pressure and the temperature for which the pressure is applicable
5. Material designation
Section VI-Works Requirements WR-40

2.3.1 Additional Marking

Valves conforming to this standard, which conform also to other standard(s) may be
additionally marked with minimum required marking in accordance with relevant
standards. Documentary proof shall be provided for third party certificates.

2.4 Size

Sizes of the valves shall be as stated in the Bill of Quantities

2.5 Valve Components

Item Material Type


Description

Body uPVC Unplasticized Polyvinyl Chloride


Ball & stem uPVC Unplasticized Polyvinyl Chloride
Sealing Seat PTEE Poly Tetra Fluoro Ethylene (Teflon)
Handle ABS Acrylonitrile-Butadiene–Styrene Copolymer
Handle cap ABS Acrylonitrile-Butadiene–Styrene Copolymer
O ring EPDM EPT R u b b e r - E l a s t o m e r i c p r o d u c t
Ethylene
Composition of materials will be tested to verify the requirements in standards.

2.6 Construction of valve


1. Body, head and ball and stem
Injection molded and other methods of manufacture mentioned in the relevant
standards of this specification are acceptable, if they satisfy other conditions
included in the specifications.

2. Geometrical Characteristics
Dimension shall be accordance with EN 496 as specified in BS EN 1452-4-2000.

3. Threads
Inlet & outlet threads shall be female BS pipe parallel threads of the nominal
size as the valve and in compliance with BS 21.

4. Seat
Seat shall be of PTEE and shall conform to relevant BS or equivalent water
work standards.

5. O- rings
Shall be of EPDM and shall conform to BS EN 681-1; 1996 or ISO 4633; 2002.

2.7 T e s t i n g

List of Tests
The list of tests carried out on the samples submitted with the offer and samples
Section VI-Works Requirements WR-41

drawn from the delivered lots shall be in accordance with relevant BS or other
standards.

2.7.1 Seat Test


Every Ball Valve in the closed position shall show no leakage when subjected to an
internal hydrostatic pressure of 15 bar.

2.7.2 Body Test


In the open position and with the outlet sealed, shall be capable of withstanding
without leakage an internally applied hydrostatic pressure of 15 bar.

Extracts from EN 1452-4: 1999, Table 10-Endurance properties and Table 12- Conditions
for seat and packing test is shown elsewhere in this specification.

List of tests and standards requirements are as follows.

No Test Requirement in Standards

1 Appearance The valve shall be homogeneous throughout


and free of
visible crack, holes, foreign inclusions or other
2 Dimension Sealing as
defects specified
Threads in ASTM
gauge D 2466-06
correctly to BS ISO 7.1,
Thread length and other dimensions &
tolerance is compliant to ASTM D 2466 - 06
3 1000 Hrs Sustained The test temperature between 15°C and
Pressure Test 25°C with
tolerance of ± 2C°, 1000 Hrs, No Leaking
4 Sealing Test or
1.5crack
x PN,in compliance
temperature with F 1970
ASTM15°C
between and
25°C with tolerance of ± 2C°, Sustained for 15
Seconds, No leaking.

2.8 Full details of the vales should be given in schedule of particulars.

2.9 Some of the salient features of the specifications are summarized above to furnish a quick
reference. The tenderers are under obligations to refer the whole or relevant parts of the
standards specified in their entirety prior to perfecting their tender documents, and will be
deemed to have done so during the tendering stage.
Section VI-Works Requirements WR-42

Extracts from EN 1452- 4: 1999

Table 10-Endurance properties

Test parameters Test


Characteristic Requirement 1) method
parameter value
Endurance No leakage or Fluid inside Water EN 28659
fracture during internal pressure flow velocity Equal to PN
test period Tightening of gland package 1 m/s
Ambient temperature Allowed
(15 ±5) ºC to
Number of test pieces (25± 5) ºC
Shall conform to
Duration ENV 1452-7
1000 cycles

1) Directly after this endurance test the test pieces shall be tested in accordance with seat and
packing test

Table 12- Conditions for seat and packing test

Test parameters Test


Characteristic Requirement Parameter Value method
Seat No leakage during Fluid inside Water Method B
Leak tightness: the Fluid out side Air of EN917:
valve closed test period Internal pressure 1.5 x [PN]1) 1997

Packing Conditioning period 1h


Leak tightness: Ambient temperature (15 ± 5)º C to
valve open (25 ± 5) º C
Test period
1 min
1) Maximum test pressure ([PN] +5) bar.
Section VI-Works Requirements WR-43

6.2.10. Specification for Pipeline Maker Tape

1.0 For Non-Metallic Pipe lines

All pipelines shall be marked with an acid and alkali resistant polyethylene detectable warning
tape with a minimum width of 150 mm for the pipes with 110 mm and below diameters and
300 mm for the pipes with diameters above 110 mm and shall consist of all accessories
necessary for installation at the chambers, splicing, junctions etc. The tape shall be blue in color
and Cleary marked in black lettering with “CAUTION –WATER MAINS BELOW” in both
English, Sinhala & Tamil languages with a maximum repeat distance of not more than 1 m.
The tape shall be placed during backfilling of the pipeline trench at a 300 mm above the pipeline
or as indicated on the drawings.

The tape shall have a minimum strength of 125 kg/sq. cm in the longitudinal direction and 105
kg/sq. cm transversely. The minimum thickness of the tape shall be not less than 0.4 mm
comprising of minimum polyethylene sealing layer of 0.1mm, minimum aluminum foil of
0.075 mm.

The warning tape shall meet the following requirements.

 Minimum ultimate tensile strength at break (longitudinal and transverse) shall be 10


MN/m2 as determined by BS 2782 method 301E.
 Minimum Elongation shall be 300% (Longitudinal) and 350% (Transverse).
 Shall be resistant to chemical attack from the ground conditions with pH ranging from
3.0 to 9.0.

The metallic conductor(S) shall be either aluminum foil having a width of not less than 50 mm
and a thickness of not less than 0.075 mm or stainless-steel wires. The aluminum foil shall be
not less than 99.5% pure. The foil/wires shall be totally enclosed within the Polyethylene/PVC
laminate such that the edges of the foil are totally protected against corrosive attack. The
aluminum foil/wires shall be detectable from the ground surface using a buried cable detector.
The manufacture of the tape shall provide methods for joining and terminating the tape to
enable a low resistance connection to be made to the foil/wires. Electrical connection points
(Aluminum foil connection) shall be made at each chamber or each discontinuations of tape
along the pipeline route.

2.0 For all Metallic Pipe lines

Pipelines shall be marked with an acid and alkali resistant Polyethylene/PVC warning tape with
a minimum width of 150 mm for the pipes with 110 mm and below diameters and 300 mm for
the pipes with diameters above 110 mm and shall consist of all accessories necessary for
installation at the chambers, splicing, junctions etc. The tape shall be blue in color and Clearly
marked in black lettering with “CAUTION –WATER MAINS BELOW” in both English,
Sinhala & Tamil languages with a maximum repeat distance of not more than 1 m. The tape
shall be placed during backfilling of the pipeline trench at a depth 300 mm above the pipe line.
The tape shall have a minimum strength of 125 kg/sq.cm in the longitudinal direction and 105
kg/sq. cm transversely. The minimum thickness of the tape shall be not less than 0.4 mm.

The warning tape shall meet the following requirements.


Section VI-Works Requirements WR-44

 Minimum ultimate tensile strength at break (longitudinal and transverse) shall be10
MN/m2 as determined by BS 2782 method 301E.
 Minimum Elongation shall be 300% (Longitudinal) and 350% (Transverse).
 Shall be resistant to chemical attack from the ground conditions with pH ranging from
3.0 to 9.0.
Section VI-Works Requirements WR-45

6.2.11. Specification for Woltman Type Bulk Water Meters Sizes From 50 mm to
300mm

1. Scope:
2. General Requirements for The Water Meter Manufacturer
2.1. General Experience
2.2 Quality Management System
2.3 Test Certificates & Inspection Standards
2.4 After Sales Services
2.5 Technical Capability
2.6 Financial Status
2.7 Collaboration
3. Technical Requirements
3.1 Definition
3.1.1. Volumetric Meter
3.1.2. Velocity Meter
3.1.3. Woltman Meter
3.1.4. Single- Jet and multi- jet Meters
3.1.5. Flow - Rate
3.1.6. Permanent Flow- Rate (qp)
3.1.7. Overload Flow Rate ( qa)
3.1.8. Minimum Flow -Rate (q min.)
3.1.9. Flow Rate Range
3.1.10. Transitional Flow- Rate (qt)
3.1.11. Volume Flow
3.1.12. Indicating Device
3.1.13. Nominal Pressure (PN)
3.1.14. Maximum Admissible Working Pressure (MAP)
3.1.15. Nominal Size (DN)
3.1.16. Pressure Loss
3.1.17. Maximum Admissible Temperature (MAT)
3.1.18. Meter Designation (N)
Section VI-Works Requirements WR-46

3.2 Technical Requirements for Waltman Type Bulk Water Meters


3.2.1 Operating Conditions
3.2.2. Standards
3.2.3 Meter Type, Meter Designation, Size of Flange End Connection &
Quantity
3.2.4. Meters Size & Overall Dimensions:
3.2.5. Flanged Connections
3.2.6 Metrological Classes
3.2.7 Accuracy
3.2.8 Materials & Construction
3.2.9 Pressure Loss
3.2.10 Working Pressure
3.2.11 Indicating Devices
3.2.12 Anti Tamper Facility
3.2.13 External Magnetic Influence
3.2.14 Pulses Units:
3.2.15 Spare Parts
3.2.16 Marks & Inscription
4. Technical Literature
4.1 Tender Drawings
4.2 Service Manuals
5 Inspection & Testing at Manufacturers Works Before Shipment:
6 Approval
7 Guarantee
8 Packing
Section VI-Works Requirements WR-47

1.0 Scope
This contract is for the manufacture, supply & delivery of Woltman Type Bulk meters for the
contract. The tender price shall include all labor, machinery and all materials necessary for the
proper manufacturer to the Meters & accessories, for tests at the contractor's works, for
insurance and freight to the port of Colombo and for discharging every requirement and
obligation of the contract.
This specification applies to water meters for the measurement of potable water in to the
commercial premises and Bulk Consumers in Sri Lanka. It deals with the general, metrological
and technical requirements of Woltman type Bulk water meters.

2.0 General Requirements for The Water Meter Manufacturer

The tender shall furnish particulars of his or his manufacture's experience in the design,
manufacture and supply of water meters.
Manufacturer shall meet all the following minimum pass/ fall criteria referred to the
manufacture's general and particular experience, technical capability, financial capacity and
quality management systems adopted by the firm as demonstrated by the manufacturer’s
responses in the forms attached to the letter of application. This will be a necessary prerequisite
for the award of this contract to a bidder.

1.1 General Experience

2.1.1 Shall have continuous experience in manufacturing of Woltman Type Bulk Water Meters
during last 5 Years.
2.1.2 Should have supplied more than 10,000 Nos Woltman type Water Meters within last 60 Months
out of which 2,000 Nos, shall be for countries with tropical climatic condition similar to Sri
Lanka. Tenderer shall also submit documentary proof of the successful operation of the
tendered meter in climatic condition similar to Sri Lanka.
Particulars shall be given of the numbers and location of meters actually m service of the types
being offered.
The information on purchases, Name and contract address of purchasers, quantities supplied
target and completion dates have to be produced along with certificates of completion from
respective purchasers.

2.2 Quality Management System

The water meter manufacturer shall have a test certificate for total quality management of the
manufacturing process from the relevant authority (BSI, ISO etc.) for the manufacturing facility
of the meters offered.
TQM system shall comply with ISO 9002, 1994: or BS 5750 Part 2, EN 9002, or an equivalent
acceptable to Engineer. The certificates valid for current production (years 2010/2011) shall be
produced with the offer.
All meters and accessories to be supplied under this contract shall only be from the approved
factory location.

2.3. Test Certificates & Inspection Standards

Inspection Certificates issued by an International Independent Inspection Agency or Agencies


for the supplies completed within last 36 months given in form V shall be produced.
Section VI-Works Requirements WR-48

2.4. After Sales Services

The supplier shall undertake to manufacture and maintain adequate stocks of spares for a
minimum period five (05) years from the date of delivery of meters to be supplied under this
contract.

2.5. Technical Capability

The Products offered shall conform to specifications stipulated under this contract.
The manufacturer shall submit all technical literature and any other technical reports containing
information with regard to design, manufacture and characteristics of water meters.

2.6. Financial Status

The manufacturers and tenderers (in case the tenderer is not the manufacturer) must
demonstrate the soundness of the manufacturer's and tenderer’s financial position, showing
long term profitability.
The certificate copies of audited financial statements for the last three Years shall be submitted
by the manufacturers where necessary the tender Board will make inquiries with the
manufacturer's Bankers.

2.7. Collaboration

If the tenderer has collaboration or partnership or any other association with other -,
manufacturers or suppliers with regard to these goods, all such particulars as necessary to
enable assessment of the other party or parties shall be furnished together with the tender. No
alteration shall be made by the tenderer afterward to any such association, of the contract.

3.0 Technical Requirements

3.1 Definition
For the purposes of this technical specification, the following definitions apply.

3.1.1. Volumetric Meter


Volumetric meter is a device, fitted into a closed conduit, which consists of chambers of known
volume and a mechanism driven by the flow, whereby these chambers are successively filled
with water and then emptied. By counting the number of these volumes passing through the
device, the indicating device totals the volume flow.

3.1.2. Velocity Meter


Velocity meter is a device, fitted into a closed conduit, which consists of moving element set
in motion directly by the velocity of the water flow. The movements of the moving element are
transmitted by mechanical or other means to the indicating device, which totals the volume
flow.

3.1.3. Woltman Meter


Woltman meters is a device, consisting of a helical blade which rotates about the axis of flow
in the meter.
Section VI-Works Requirements WR-49

3.1.4. Single- Jet and multi- jet Meters


Single/ multi jet type in meters are devices consisting of turbine rotor rotating about the axis
perpendicular to the flow of water in the meter. The meter is called a single- jet meter if the jet
impinges at a single place on the rotor's periphery, and a multi- jet if the jet impinges
simultaneously at several points around the periphery of the rotor.

3.1.5. Flow - Rate


Flow rote is the quotient of the volume of water passing through the water meter and the time
taken for this volume to pass thorough the water meter.

3.1.6. Permanent Flow- Rate (qp)


Permanent flow rate is defined as the flow- rate at which the meter is required to operate in a
satisfactory manner (see3. l.8) under normal conditions of use. E.g. under steady and / or
intermittent flow conditions.

3.1.7. Overload Flow Rate ( qa)


Overload Flow Rate is defined as the flow- rate at which the meter is required to operate in a
satisfactory manner (see 3. l .8) for short period of time without deteriorating. Its value is twice
the value of qp.

3.1.8. Minimum Flow -Rate (q min.)


Minimum Flow Rate is defined as the lowest flow- rate at which the meter is required to give
indications within the maximum permissible error tolerance. It is determined in relation with
the numerical value of the meter designation.

3.1.9. Flow Rate Range


Range limited by the overload flow- rate qs, and the minimum flow- rate, qmin in which the
meter indications must not be subject to an error in excess of the maximum permissible errors
is defined as Flow Rate Range.
This range is divided into two zones called "Upper" and "Lower" Zones. Separated by the
transitional flow - rate.

3.1.10. Transitional Flow- Rate (qt)


Flow rate value occurring between overload and minimum flow- rates, at each the flow - rate
range is divided into two zones, the "Upper Zone" and "Lower Zone", each characterized by a
maximum permissible error in this zone.

3.1.11. Volume Flow


Volume of water passing through the water meter disregarding the time taken.

3.1.12. Indicating Device:


Device displaying the volume flow.

3.1.13. Nominal Pressure (PN)


Numerical designation which is a rounded number for reference purpose.
All equipment of the same nominal size (DN) and designated by the same PN number shall
have compatible mating dimensions.
Section VI-Works Requirements WR-50

3.1.14. Maximum Admissible Working Pressure (MAP)


For a water meter, MAP is defined as the maximum internal pressure that it can withstand
permanently at a given temperature.
NOTE l: For low temperatures between o'' C and 30° C, the MAP for materials currently used
for the bodies of water meters remains constant. For cold water meters PN=MAP.

3.1.15. Nominal Size (DN)


Numerical designation common to all the components of a pipe system, excluding those
designed by their external diameter or by the thread dimension. It is a whole number used for
reference only, approximating the constructional dimensions.

3.1.16. Pressure Loss


Pressure loss caused by the presence of a water meter in the pipeline at a given flow- rate.

3.1.17. Maximum Admissible Temperature (MAT)


For a water meter maximum temperature that it can withstand at a given internal pressure.

3.1.18. Meter Designation (N)


Numerical value, preceded by capital letter N to designation the meter in relation to tabulated
values of dimensions.

3.2 Technical Requirements for Waltman Type Bulk Water Meters

3.2.1 Operating Conditions


Woltman Type Bulk Water Meters shall be suitable in every respect for operation under
following operating conditions.

Temperature
The working temperature range shall be suitable for a country with following conditions
a. Annual average ambient temperature= 30° C
b. Maximum ambient temperature =40° c
c. Minimum ambient temperature = 6°C

Humidity & Immersion


A meter shall be suitable for installation in a pit or basement which may be subjected to
flooding. Therefore, meters and their fittings shall be capable of operating normally even when
submerged to a depth of l M.

Installation & Position


Meter shall be suitable for installation in vertical horizontal and inclined positions without loss
of its required accuracy and counter shall be so positioned that it shall be easy to read in or
horizontal or inclined positions.

3.2.2. Standards
All Woltman type bulk meters shall be fully in accordance with ISO 4064/1 of 1993,
Metrological class B. Certificates from the relevant authority shall be submitted along with the
offer to the above effect.
Section VI-Works Requirements WR-51

3.2.3 Meter Type, Meter Designation, Size of Flange End Connection & Quantity:
All meters to be supplied under this contract shall be of Woltman type with flanged end
connections. The meter designation, size of flanged end connections and the respective required
quantities are as below:
Meter Designation N 15 N40 N 60 N150 N250 N400 N 600 N 1000
Nominal size of 50 80 100 150 200 250 300 400
flanged end

3.2.4. Meters Size & Overall Dimensions:


Meter size and hence overall dimensions are in principle linked to the designation of the water
meter as specified ISO -4064 -1993.
For each meter size there is a corresponding fixed set of overall dimensions.
H1+H2, L1, L2+ L3 define the height, length and width respectively of a cube within which
the water meter can be contained (the cover being at right angles to its closed position).
H1+H2 L2 L3 are maximum dimensions L1 is a fixed value with specified tolerances.

3.2.5. Flanged Connections:


Flanged end connections shall comply with ISO 2084 for a nominal pressure corresponding to
that of the water meter. That is normally IO Bar.
Reasonable clearance behind the rear face of the flange shall be kept to allow access for
installation and removal. Flanged shall be drilled to as per BS 4504- NP 16. Flange sizes shall
be the same at the water inlet and outlet.

3.2.6 Metrological Classes:


All Woltman meters shall comply with the metrological properties which correspond to
precision class B of TSO- 4064- 1993.

3.2.7 Accuracy:
The maximum permissible error in the lower flow rat zone (q min < + q <qs) is+/ - 5% of the
true volume.
The maximum permissible error in the lower flow rate zone (q min<+ q <qs) is+/ - 2% of the
true volume.

3.2.8 Materials & Construction:


The water meters must be manufactured from materials of adequate strength and durability for
the purpose for which it is intended, namely internal and or external installation on domestic
or commercial permissions in a tropical country like Sri Lanka.
The meters must also be manufactured from materials which are resistant to or are protected
against normal internal and external corrosion. However, the body of the meter shall be
manufactured out of Cast Iron to BS 2789/12. Rotor bearing, worm wheel, and spindles shall
be of materials with proven long-term durability under the specified working conditions.
When used under the conditions for which they are designed, materials in contact with or likely
to come into contract with potable water shall not constitute a toxic hazard, shall not support
microbial growth and shall not give rise to unpleasant taste or odor, cloudiness or discoloration
of the water.
The indicating device of the water meter shall be protected by a transparent window (glass or
other material). Further protection shall be provided by a suitable cover.
Section VI-Works Requirements WR-52

3.2.9 Pressure Loss


The pressure loss through the water meter shall not be greater than the respective values
specified in ISO 4064/ of 1993 for respective flow rates.

3.2.10 Working Pressure


The water meters must be able to withstand constantly a continuous working pressure of l0 Bar
without defects in its functioning, leakage, seepage through the walls or permanent
deformation.

3.2.11 Indicating Devices


The meter shall incorporate an indicating device which must give an indication of the volume
a flow expressed in cubic meters. The device shall consist of a row of a minimum of six in line
consecutive digits with central sweep hand and can be of mechanical type (e.g. a series of
numbered cylindrical drums). This device shall be clearly Labelled "1113".
The actual or apparent height of the digits shall not be less than 4 mm.
The advance of any digit must be completed while the digit of the immediately next lower value
describes the last tenth of its travel. The numbers on the drums must be displaced upwards.

3.2.12 Anti Tamper Facility


Revenue meters of all types are subject to fraud and tempering. The anti-temper facilities and
construction of the meter shall deter attempt at tampering and also indicating whether
tempering has occurred.
Lead and wire seals shall be used to give local indication of meter removal or dismantling.

3.2.13 External Magnetic Influence


If the drive between the metering motor and the counter is magnetic, it shall be unaffected by
external magnetic interference.

3.2.14 Pulses Units:


All meters shall be capable of accepting as a retrofit a volt free contact closure pulse unit
producing volt free contact closure pulses of I 00 or IO pulses per revolution of counter center
pointer.
The installation and removal of pulse unit shall be easy

3.2.15 Spare Parts


The tenderer shall provide with his tender a complete itemized priced list of all spare parts of
meter quoted.
For every size of the meters, the tenders shall quote for five years operational spares needed
for servicing and replacement mechanisms. A Jot of spares quoted for each meter size shall
include the following spares among others recommended by the manufacturer.

1. Complete replacement mechanism.


No of sets spares in the lot of spares provided for each size shall not be less than one set for
every 10 meters supplied subject to a minimum of one, unless otherwise specified in the BOQ.

3.2.16 Marks & Inscription:


The water meter must carry on its body, excluding the cover, in an unambiguous, indelible and
clearly legible from the following information.
a. The name or the trade mark of the manufacturer and model number.
Section VI-Works Requirements WR-53

b. The metrological class, metal designation and pressure loss in bars, where the numerical
values of the meter designation N, the value of Qp shall be indicated in the addition to the meter
designation N.
c. The year of manufacturer and serial Number. d. An arrow indication the direction of flow.
e. The letter "V" or "H" if the meters can only be operated in the vertical or horizontal position.
f. The letters "WATER" size IO mm to be cut into the metal body of the water.

4.0 Technical Literature

4.1 Tender Drawings:


The tenderer shall submit together with his tender 3 copies of a drawing or drawings showing
the salient features of the meters, the materials used, methods of manufacture and tolerances
allowed and other details to enable determination and assessment of the meters.
The tenderer shall supply a calibration curve (flow rate against % error) for each size and type
of meter offered.

4.2 Service Manuals


The successful tenderer shall be required to submit six, copies of the Service Manual for each
type of meter to the Engineer within 8 weeks of the notice to proceed.
The manuals shall contain complete list with number, name drawing or spare parts,
information, tools and equipment necessary for dismantling each item for repairing or replacing
parts maintenance instructions including charts showing lubrication, if required, and checking
calibration, testing and procedures.

5.0 Inspection & Testing:


All meters and accessories to be supplied under the contract shall be inspected and tested for
conformance to specification,as directed by the Engineer. Tests and inspection shall be
according to ISO 4064/3- I 993(E).
1. Crown Agents
11 Lloyds Register
111 Bureau Veritas
IV S.G.S. of Geneva

6 .0 Approval
Approval or acceptance by the Engineer shall in no way relieve the contractor of any of this
obligations or liabilities with regard to the design, materials used, workmanship and the proper
execution of the contract.

7.0 Guarantee
All meters shall be guaranteed for performance and accuracy by the contractor for a period of
12 months from the date of delivery in respect of conformation with the specifications and
defects in materials and workmanship.
The supplier shall warrant to the purchaser that meters supplied under this contract will comply
strictly with the contract and shall be first class in every case and shall be free from defects.
The supplier further warrants to the purchaser that all meters and their accessories furnished by
the supplier under this contract will be new, merchantable of the most suitable grade and fit for
their intended purposes.
Any part of the meters supplied under this contract, which fails or does not give satisfactory
performance during this period of warranty. Shall be replaced within (I0) days from the date
the contractors have been noticed to do so.
Section VI-Works Requirements WR-54

All expenses involved in these connections shall be borne by the contractors who should take
this into consideration when tendering.

8 Packing
Water meters of shall be packed in boxes according to the size and their serial numbers. Those
units shall then package or otherwise enclosed or protected for overseas shipment, handling &
storage in tropical climate. Suitable special provision shall be made to avoid damage resulting
from handling by all carriers.
All packages shall be clearly marked for identification including indication of upper side of
packages, meter size & no. of meters in the package and the first and last serial numbers of the
meters.
Section VI-Works Requirements WR-55

6.2.12. Specification for Testing and Disinfection

1.General

2. Coloring Tests for Welding

3.Field Hydrostatic Pressure Test

4.Field Leakage Test

5.Disinfection

6.Connection of Pipes and Fittings


Section VI-Works Requirements WR-56

1 General

1.1 Scope of Work

The Contractor shall furnish all labor, equipment, materials and metering device required for
the cleaning, pressure and leakage testing, and the disinfection of the finished pipelines. The
finished pipeline shall include the pipes, fittings, valves, fire hydrants and all other
appurtenances that are constructed under this Contract. The Contractor shall provide the
facilities to convey water from its source as designated by the Engineer to the place where it is
required and shall install the necessary metering device. All cleaning, testing and disinfecting
operations shall be performed in the presence of the Engineer.

The delay in testing and commissioning of a pipeline shall not be permitted due to late delivery
of valves to the site. In such instances, the Contractor shall supply and install spool or make
up pieces so that testing may proceed and the valves shall be installed later in a manner
acceptable to the Engineer.

1.2 Standard Specification References

The following standards are referred to in this respect for adherence.


AWWA C600 - Standard for Installation of Ductile-Iron Water Mains and their
Appurtenances
AWWA C601 - Standard for Disinfecting Water Mains

1.3 Submittals

The Contractor shall submit as part of his shop drawings a sketch for each section of pipe to be
tested. The sketch shall show the section schematically in profile and shall contain a sequence
of operation to be followed during the test such as test pressure, observations and closing of
air-valves, blow-offs and other appurtenances; point of water filling and point of monitoring
pressure.

2 Coloring Tests for Welding

The coloring test shall be performed at each welding joint covering entire welded
circumference and examined for any defects or incompletion in accordance with JIS Z2343 or
equivalent. The Contractor shall repair any defect or pinhole detected by the coloring test to
the satisfaction of the Engineer and the test shall be repeated to ensure that the repair work has
been satisfactorily carried out. The Contractor in the presence of the Engineer shall carry out
all such tests. The faulty welds shall be rectified in accordance with the instructions of the
Engineer at no extra cost to the Employer.

The Contractor shall nominate a qualified chief supervisor for field tests of steel pipes and he
shall be fully responsibility to perform and supervise the field tests of steel pipes. All expenses
related to said testing including expenses for equipment, tools, materials, labor, reporting, and
any other connected works shall deem to be included in the rates of payment items for
installation of steel pipes.
Section VI-Works Requirements WR-57

3 Field Hydrostatic Pressure Test

Hydrostatic pressure test procedure for the pipeline shall be as specified in Section 4.1 of
AWWA C600 that shall be not less than 1.5 times the maximum working pressure. The working
pressure shall be of water column based on the elevation of the lowest point in the pipeline
under tests and corrected to the elevation of the test gauge for all pipe sizes. The pressure tests
shall be conducted on the pipelines in sections after the trench is backfilled except the pipe
joints wherever possible, but before restoration of the road pavement. The selected stretch of
the pipeline for testing which is not more than a kilometer shall be securely anchored by
constructing all thrust and anchor blocks before subjected to testing.

The pipelines shall be thoroughly flushed out with water prior to performing pressure testing.
The pipeline shall be prepared for testing by closing all valves and hydrants; placing substantial
stops and bulkheads

at openings, opening of air valve assemblies and fitting air release taps at all other high points
along the pipeline. These taps shall later be removed after completion of the testing and
disinfection and unless otherwise specified replaced with permanent plugs.

The pipeline shall be gradually filled with water allowing for all air pockets to be released until
the pipe is completely filled and attain the required working pressure at which condition it shall
be allowed to stand for 24 hours. The Contractor shall rectify any apparent defects in the
pipeline at this stage. The complete removal of entrapped air in the pipeline shall be verified
by the Contractor by adding a measured quantity of water at the filling point and measure
outflow at remote points of pipe being tested. The Contractor shall install suitable taps for this
purpose provided the remote points of pipeline do not contain convenient points to measure
outflow. The hydrostatic pressure of the pipeline shall then be raised to the level of test pressure
and maintained it for two (2) hours duration. Any defective pipe, fittings, joint, valve or hydrant
shall be removed and replaced and the test shall be repeated until to the satisfaction of the
Engineer.

In the case of PE pipes, all welding joints shall be completed and cooled down (at least 1 hour
after last welding process) prior to pressure testing. The pressure test shall be performed
according to relevant standards (DIN 4279 or similar) and the imposed maximum test pressure
shall be 1.5 x Nominal Pressure of the pipe. Special care shall be taken during testing since
there will be a pressure decay even in a leak free system due to visco-elastic (creep) response
of the flexible nature of the material. The testing procedure developed by WRc “Manual for
Polyethylene Pipe Systems for Water Supply” shall be employed for this purpose. No pressure
drop shall be allowed at least for 10 minutes during the test period.

4 Field Leakage Test

Leakage tests procedure for the pipeline shall be as specified in Section 4.2 AWWA C600 and
this test shall be conducted after the satisfactory completion of hydraulic pressure test. The
pipeline shall be subjected to the same test pressure as stated in the preceding paragraph for a
continuous duration of two (2) hours and the amount of water injected during this period in
order to maintain the constant test pressure shall be taken as the quantity leaked. The allowable
pipeline leakage shall be less than 2.3 liters per mm-pipe diameter per km-length for a period
of 24 hours as presented by the formula given below.
Section VI-Works Requirements WR-58

Q
----------------- * 24 < 2.3
D*L*H
Where:
Q: Amount of leakage in liters
D: Diameter of pipe in millimeters
L: Length of pipeline in kilometers
H: Duration of leakage test in hours

The Contractor shall locate and repair or replace the defective materials or joint to the
satisfaction of the Engineer when any pressure test of laid pipeline revealed a leakage exceeds
the specified limit. The test shall be repeated on the rectified section of the pipeline until extent
of leakage falls within the permitted allowance.

5 Disinfection

5.1 Swabbing

The Contractor shall on the instructions of the Engineer demonstrate that entire length of
pipeline is free from any obstruction on completion of pipe laying and satisfactory pressure
testing in accordance with the relevant Clauses in the Contract. This process shall be performed
by means of passing through the pipelines a polyurethane foam swab of approved grade in
accordance with the procedure setout below.

Impediment free to any portion of the pipelines shall be established in sections between entry
and exit points. The locations of the permanent swabbing points are indicated on the Drawings.
Temporary swabbing points shall be provided in the distribution system by insertion of tees
and valves, which shall be removed on completion and replaced by short lengths of straight
pipe.

The swab shall be introduced at the start of the operation through the entry point at the upstream
end of the selected section of the pipeline by means of a tee provided, keeping the isolating
valves on branch mains closed. The isolating valves on either side of the entry point shall be
opened sufficiently to flood the entry tee containing the swab and the sluice valve on the entry
tee shall then be closed. By opening the isolating valves on either side of the entry point the
swab will be free to travel along the pipeline towards the downstream exit point.

The theoretical loss of head between the entry and the exit points located at either end of the
section shall previously have been determined by the Engineer for a flow of water, which shall
cause the swab to travel through the section at a suitable predetermined velocity. This flow and
the corresponding required velocity of the swab shall be controlled by throttling of valves at
the exit point or at hydrants or washouts.

Washouts or hydrants downstream of swabs shall be closely monitored for any rubbish, silt,
debris or other extraneous matter that may be discharged during the passage of the swab along
the pipeline. Demonstration of any section shall be repeated as required by the Engineer until
a satisfactory result has been realized. The Contractor shall provide all transport and labor
required to establish a pipeline that is free from obstructions.
Diameters 300 mm and greater
Section VI-Works Requirements WR-59

Visible dirt and debris should have been removed either manually or by the use of cleaning
pigs before testing. The Contractor shall flush out and cleanse the pipelines after the pipelines
have been completed and pressure tested satisfactorily as herein specified. Pipelines shall be
cleansed in sections and this shall be carried out by passing polyurethane foam swabs through
the pipeline. The swabs material shall be to the approval of the Engineer and water for passing
swabs shall be made available by the Employer.

Diameters less than 300 mm

Pipelines shall be cleansed in sections by flushing with potable water provided by the Employer
for a period of time determined by the Engineer’s representative. Cleansing of any section shall
be repeated as required by the Engineer’s representative until a satisfactory result has been
realized. The Contractor shall supply all necessary equipment for the cleansing and sterilizing
operations including sufficient swab and swab detectors. Swabs shall be of suitable grade and
dimensions appropriate to the pipelines being cleansed and to the approval of the Engineer.

Swabs shall be passed through pipelines at speeds of between 0.2 and 0.4 meters per second to
obtain the best cleaning result with the minimum number of passes. The Contractor shall be
wholly responsible for repairing of the lining of the pipes, if it is apparent from the debris
collected by the swab that damage to the lining has occurred, to the satisfaction of the
Engineer’s representative. The cost of the initial sampling analyses and preparing reports on
the bacteriological quality of water shall be borne by the Employer but, in the case of the initial
reports be unsatisfactory the cost of any subsequent sampling analyses and preparing reports
shall be borne by the Contractor. The cost for performing this operation shall be allowed in the
appropriate item in the bill of quantity.

5.2. Disinfection

All new pipelines that are intended for conveyance of potable water shall be disinfected with
chlorine and a satisfactory bacteriological analysis of the water certified in accordance with
AWWA C601 shall be submitted to the Engineer before the pipeline being placed into services
or certification of completion by the Engineer whichever occurs earlier.

The amount and concentration of chlorine solution applied shall ensure a minimum dosage of
50 mg per liter introduced into the pipelines as directed by the Engineer. The residual chlorine
at the end of pipeline shall not be less than 25 mg per liter after a contact period of 24 hours.
The system shall then be flushed out with clean water until the residual chlorine is diluted to a
value less than 0.75 mg per liter but not less than 0.25 mg per liter. The point of application of
the chlorination agent is normally at the beginning of the pipeline through a corporation stop
insertion on the top of the laid pipe and the point of withdrawal (normally by blow-off) is at
the opposite end of the line.

In the event of initial treatment failed to achieve the desired results stipulated previously, the
chlorination procedure shall be repeated until a satisfactory result are obtained. The Contractor
shall dispose of the water used in the pipeline testing and disinfecting operations without
causing any harm to adjacent property.
Section VI-Works Requirements WR-60

6 Connection of Pipes and Fittings

Prior to commencement of Test on Completion of the entire system, the Contractor shall
connect each other of hydrostatically testified individual sections of pipelines including valves
and fittings. The test on completion shall be arranged in the presence of the Engineer’s
Representative. The minimum duration of test shall be 48 hours or as decided by the Engineer
depending upon the locality.

The transmission systems shall be connected to their inlet and outlet ends and the installed
delivery mechanism such as pumps shall be utilized for testing. All surge protection and safety
equipment shall be functional fully with their desired outputs. Any faults encountered during
testing shall be rectified immediately and repeat the test proceedings.

Distribution system shall be tested for their designated zonal boundaries or their sub zonal
boundaries where appropriate. Systems shall be connected to their intended inlet sources and
allowed to carry the full design discharges by means of end free delivery either through scour-
valves or section valves where appropriate. Any faults encountered during testing shall be
rectified immediately and repeat the test proceedings.

Valves, Hydrants, meters and control devices installed in both transmission and distribution
systems shall be demonstrated beyond doubt in operation for their intended purpose and to its
design efficiencies and accuracies. Engineer shall satisfy test on completion in accordance with
the manufacturers’ recommendations as per his catalogue or shop drawings.
Section VI-Works Requirements WR-61

6.2.13. Specification for Concrete and Allied Works

1. Scope
2.Reference Standards
3.Submissions by Contractor
3.1. Certificates
3.2. Samples
3.3. Concrete mixes
3.4.Mix design Compressive Strength Requirements:
3.5. Batching Plant
3.6. Records of concreting
4.Materials
4.1. Aggregates
4.2. Water
4.3. Admixtures
4.4. Samples and Tests
5.Concrete Jointing and Protection
5.1.Construction Joint and Keys
5.2.Materials - General
5.3.Waterstop
6.Foundation Bedding
7.Repair and Replacement of Unsatisfactory Concrete
8.Hot Weather Requirements
9.Cold Weather Requirements
10.Testing Concrete Structures for Leakage
11.Sand
12.Shuttering
13.Curing Compound
14.Coatings on Concrete Surfaces
15.Expansion Joint
Section VI-Works Requirements WR-62

1.Scope
This Part contains requirements which, where relevant to the contract, shall apply to the supply
of materials for concrete; design of mixes; quality control; mixing, transporting and placing;
and curing of concrete.

2.Reference Standards
All the relevant latest Standards, Codes of Practice and Manuals shall be referred.
3.Submissions by Contractor
3.1. Certificates
Manufacturers' and suppliers' certificates of compliance with relevant standards in respect of
the following materials:
 cement, reinforcement steel, aggregates, admixtures, ready mixed concrete
Calibration certificates shall be furnished by an approved person/agency for:
 weighing devices, dispensing devices, batching plant
The results shall be certified by an approved agency for tests carried out subsequently on:
 aggregate, moisture content of aggregate, fresh concrete, concrete test tubes, hardened
concrete

3.2. Samples
Samples of all the foregoing materials except concrete and water shall be submitted, and those
approved shall be kept in suitable containers, properly labeled and stored on Site for reference.

3.3. Concrete mixes


Nominal mix concrete shall be used for plain cement concrete only.
Design mix concrete shall be used for concrete of grade M 25 and above.
The contractor shall get the mix design approval from an accredited Institute/Laboratory as
directed by the Engineer. The Contractor shall not alter the approved mix proportions or the
approved source of supply of any of the ingredients without obtaining the approval of the
Engineer.
The mix design requirements are given in the table below:
Concrete Grade Maximum Maximum Minimum Cement
Water/Cement Aggregate Content (Kg/m3)
ratio Size(mm)
M10 N/A 40 150
M 20 0.5 20 300
M 25 0.45 20 370
M 30 0.45 20 370
M 35 0.42 20 370
Section VI-Works Requirements WR-63

The Contractor's proposed mix design shall take into account the requirements of any proposed
admixture regarding fine aggregate proportions to avoid bleeding or segregation in the mix.
Concrete may incorporate admixtures to ensure that workability is maintained within the
specified water/cement ratio.
3.4.Mix design Compressive Strength Requirements
The mixing of concrete shall be strictly carried out in the BATCHING & MIXING PLANT
FOR CONCRETE installed at site.
The contractor shall submit method statement describing work procedure to be carried before
commencing the concrete work. The method statement shall be approved by the Engineer.
Routine quality control tests such as slump, cube strength, sieve analysis and any other test as
directed by Engineer shall be done in the presence of Engineer or its representative in the
laboratory established by the contractor at site.
In the event of any work being suspected of faulty material or workmanship requiring its
removal or if the works cubes shall not give the stipulated strengths, the Engineer reserves the
right to order the Contractor to take out cores and conduct tests on them or do ultrasonic testing
or load testing of structure, etc. The Engineer also reserve the right to ask the Contractor to
dismantle and re-do such unacceptable work, at no cost to the Employer.
3.5. Batching Plant
The contractor shall supply, transport and erect a fully automatic concrete batching plant as per
site requirement and as approved by Engineer.
The automatic plant shall be controlled through a single push button for batching of all
aggregates, cement, water and additives. The capacity of automatic plant shall be of 30 m3/h
and above.
The automatic plant shall be capable of accurate batching and mixing of aggregates, sand,
cement additives, etc. The plant shall be charged by devices which, when actuated by a single
starter switch, will automatically start the weighing operation of each material and stop
automatically when the designated weigh to each material has been reached. Each weighing
unit shall be equipped with a visible indicator which shall register the load at any stage of the
weighing operation.
The equipment of plant shall be capable of controlling the delivery of material for weighing or
volumetric measurement so that the combined inaccuracies in feeding the material during
normal operation shall not exceed 1% for water, 1% for cement, 3% for admixtures, 2% for
sand and 3% for aggregates.
A reservoir tank for storage of water shall be provided with the automatic batching plant.
Reservoir shall be complete with water piping, float valves and other fittings for direct delivery
to mixers without coming in contact with cement or the aggregate prior to the mixing
operations.
Storage shall be provided either on the ground or in the bins for different sizes of fine and
coarse aggregates and cement. The compartments for each type of aggregates shall
approximately be equal or of sizes to suit the requirement for specific job on site.
For plants of 30m3/h capacity and above, cement silo may be provided.
Section VI-Works Requirements WR-64

Cement weigh batcher shall be provided separately with independent structure and the cement
compartment shall be water-tight and provided with necessary air vent, aeration fittings for
proper flow of cement and emergency cement cut off gate. Cement silo may be provided as per
agreement between the Contractor and the Engineer.
Contractor needs to carry out the calibration of the batching plant once in three months’ time.
For small concreting works, mechanical concrete mixers may be used. Hand mixing of concrete
shall not be permitted at all.
3.6. Records of concreting
Daily returns in respect of all concrete placed during the previous day. The returns shall detail:
(a) in respect of each grade of concrete -
• the number of batches mixed;
• the number of batches and the total volume of concrete placed;
• the number of batches wasted or rejected;
• the weight of cement used.

(b) in respect of each location in the Works -


• the position of the pour (e.g. bay or lift reference number);
• the grade of the concrete placed;
• the total volume of concrete placed and the number of batches used.
In addition, the Contractor shall maintain an accurate and up to date record showing dates,
times, weather and temperature conditions when each part of the Works shall be concreted.
The record shall be available for inspection by the Engineer at all times.
Results of all tests on concrete shall be recorded and identified with the parts of the Works to
which they relate.

4.Materials
4.1. Aggregates
Aggregates for concrete shall be obtained from an approved source, shall conform to the
grading and other requirements of the relevant standard and shall be washed clean.
Aggregates shall consist of naturally occurring stones (crushed or uncrushed), gravel and sand.
They shall be chemically inert, strong, hard, clean, durable against weathering, of limited
porosity, free from dust/silt/ organic impurities/deleterious materials and shall conform to
relevant latest Standard. Aggregates such as slag, crushed over burnt bricks, bloated clay ash,
sintered fly ash and tiles shall not be used. Aggregates shall be washed and screened before use
where necessary or if directed by the Engineer. Aggregates containing reactive materials shall
be used only after tests conclusively prove that there shall be no adverse effect on strength,
durability and finish, including long term effects, on the concrete.
Section VI-Works Requirements WR-65

The Contractor shall provide means of storing the aggregates at each point where concrete shall
be made such that (i) each nominal size of coarse aggregate and the fine aggregate shall be kept
separated at all times, (ii) contamination of the aggregates by the ground or other foreign matter
shall be prevented at all times, and (iii) each heap of aggregate shall be capable of draining
freely.
The Contractor shall be wholly responsible to identify the suitable sources for quarry materials
required for the Works, such as earth, sand, stone, murrum, etc., and to make his own
arrangements for collection and transportation of the materials irrespective of the leads and lifts
required. The quarry thus shall be identified by the Contractor shall have proper license from
the concerned Government. All materials to be supplied by the Contractor shall satisfy the
requirements set forth in the Specifications and shall be subjected Engineer’s approval. The
Contractor shall take this into account while offering rates, and no claims whatsoever shall be
entertained for extra costs on this account.
4.2. Water
Water to be used for both mixing and curing shall conform to IS: 456. Potable waters shall be
generally satisfactory. Water containing any excess of acid, alkali, sugar or salt shall not be
used.

4.3. Admixtures
Admixtures shall mean material added to the concrete materials during mixing for the purpose
of altering the properties of the concrete mix. Accelerating, retarding, water-reducing and air
entraining admixtures shall conform to IS 9103 and integral water proofing admixtures to IS
2645.
Admixtures shall be used in concrete as per manufacturer's instructions only with the
Engineer’s approval. An admixture's suitability and effectiveness shall be verified by trial
mixes with the other materials to be used in the works. If two or more admixtures be used
simultaneously in the same concrete mix, their interaction shall be checked and trial mixes to
be done to ensure their compatibility. There shall not be increase in risk of corrosion of the
reinforcement or other embedment.
Calcium chloride shall not be used for accelerating set of the cement for any concrete
containing reinforcement or embedded steel parts. When calcium chloride shall be permitted
such as in mass concrete works, it shall be dissolved in water and added to the mixing water by
an amount not exceeding 1.5 percent of the weight of the cement in each batch of concrete. The
designed concrete mix shall be corrected accordingly.
4.4. Samples and Tests
All materials to be used for the works shall be tested before use. Manufacturer's test certificate
shall be furnished for each batch of cement/steel and when directed by the Engineer samples
shall also be got tested by the Contractor in a laboratory approved by the Engineer at no extra
cost to Employer. The Contractor shall furnish manufacturer's test certificates and technical
literature for the admixture proposed. If directed, the admixture shall be tested at an approved
laboratory at no extra cost.
Section VI-Works Requirements WR-66

5.Concrete Jointing and Protection

5.1. Construction Joint and Keys


Construction joints shall be as shown on the drawing or as approved by the Engineer.
Construction joints shall be located so as not to impair the strength of the concrete. Water stops
shall be provided in the construction joint as per the drawings. Concrete shall be placed without
interruption until completion of work between construction joints. If stopping of concreting
becomes unavoidable anywhere, a properly formed construction joint shall be made with the
approval of the Engineer.
Dowels for concrete work, not likely to be taken up in the near future, shall be coated with
cement slurry and encased in lean concrete as indicated on the drawings or as approved by the
Engineer. As soon as the exposed concrete shall be sufficiently hardened, the surface of the
joint shall be water jetted or brushed with a stiff brush to expose the larger aggregate without
being disturbed. Roughening of the surface by chipping or hacking shall not generally be
approved. Before placing fresh concrete against a construction joint all loose material shall be
removed and the surface sluiced with water until it shall be perfectly clean, thereafter all ponded
water shall be removed.
When concreting is to be resumed on a surface, not fully hardened, all laitance shall be removed
by wire brushing, the surface wetted, free water removed and a coat of cement slurry applied.
On this, a layer of concrete not exceeding 150 mm thickness shall be placed and well rammed
against the old work. Thereafter work shall proceed in the normal way.

5.2. Materials - General


Materials for concrete jointing and protection shall be obtained from manufacturers approved
by the Engineer. Unless otherwise approved, all materials for concrete jointing and protection
which shall be in contact with each other or jointed together to form a jointing and/or protective
system shall be obtained from a single manufacturer.
All materials for concrete jointing and protection, which shall come into contact with one
another, shall be compatible with each other. They shall not cause any change in properties of
the materials with which they shall be in contact shall make them unsuitable for use in concrete
jointing or protection, or shall reduce the working life of joints or protection.
The Engineer shall have the right at all times to inspect all operations including the sources of
materials, procurement, layout and storage of materials, the concrete batching and mixing
equipment and the quality control system. Such an inspection shall be arranged and the
Engineer’s approval obtained, prior to starting of concrete work. This shall, however, not
relieve the Contractor of any of his responsibilities. All materials which do not conform to the
specifications shall be rejected. Volumetric mix concrete will not be allowed.
Materials should be selected so that they can satisfy the design requirements of strength,
serviceability, safety, durability and finish with due regards to the functional requirements and
the environmental conditions to which the structure will be subjected. Materials complying
with codes/standards shall generally be used. Other materials may be used after approval of
the Engineer and after establishing their performance suitability based on previous data,
experience or tests.
Section VI-Works Requirements WR-67

5.3. Waterstop
The material for the PVC water stops shall be a plastic compound with the basic resin of
polyvinyl chloride and additional resins, plasticizers, inhibitors, which satisfies the
performance characteristics specified below as per IS 12200 and CRD-C-572. Testing shall be
in accordance with IS 8543 & CRD-C-572.

a) Tensile strength : 12.17 N/mm2 minimum


b) Ultimate elongation : 300% minimum
c) Tear resistance : 4.9 N/mm2 minimum
d) Stiffness in flexure : 4.13 N/mm2 minimum
e) Accelerated extraction
i) Tensile strength : 10.30 N/mm2 minimum
ii) Ultimate elongation : 280% minimum
(f) Effect of Alkali : 7 days
i) Weight increase : 0.25% maximum
ii) Weight decrease : 0.10% maximum
iii) Hardness change : ± 5 points
PVC water stops shall be either of the bar type, serrated with center bulb and end grips for use
within the concrete elements.
PVC water stops shall be of approved manufacture. Samples and the test certificate shall be got
approved by the Engineer before procurement for incorporation in the works. Where not
otherwise specified on the Drawings and relevant standards:
•the width of the water stop shall be not less than 80% of the thickness of the concrete section
and not less than 230 mm;
•the web thickness shall be not less than 8mm in the case of waterstop for use within the
concrete thickness;
•waterstop at joints shall incorporate a central hollow bulb
Waterstops shall be cleaned before placing them in position. Oil or grease shall be removed
thoroughly using water and suitable detergents.
Waterstops shall be procured in long lengths as manufactured to avoid joints as far as possible.
Lapping of waterstops shall not be permitted. Waterstops shall be placed at the correct
location/level and suitably supported at intervals with the reinforcement to ensure that it does
not deviate from its intended position during concreting and vibrating. Particular care shall also
be taken to ensure that no honey-combing occurs because of the serrations/end grips. Projecting
portions of the waterstops embedded in concrete shall be thoroughly cleaned of all mortar/
concrete coating before resuming further concreting operations.
Each waterstop system shall be made up of straight lengths of waterstop and factory-produced
intersections and junctions, jointed together so as to form a continuous impermeable barrier.
Section VI-Works Requirements WR-68

Waterstop shall not be stretched or kinked during handling or installation. It shall not be in
contact with reinforcement or built-in items. The concrete shall be properly compacted around
it so that no voids or porous areas shall remain.

6.Foundation Bedding
All earth surfaces upon which or against which concrete to be placed, shall be well compacted
and free from standing water, mud or debris. Soft or spongy areas shall be cleaned out and
filled with lean concrete as approved by the Engineer. The surfaces of absorptive soils shall be
moistened.

7.Repair and Replacement of Unsatisfactory Concrete


Immediately after the shuttering is removed, all defective areas such as honey-combed surfaces,
rough patches, holes left by form bolts etc, shall be inspected by the Engineer who may permit
patching of the defective areas or reject the concrete work.
Rejected concrete shall be removed and replaced by the Contractor at no additional cost to the
Employer.
For patching of defective areas all loose materials shall be removed and the surface shall be
prepared as approved by the Engineer.
Bonding between hardened and fresh concrete shall be done either by placing cement mortar
or by applying epoxy. The decision of the Engineer as to the method of repairs to be adopted
shall be final and binding on the Contractor. The surface shall be saturated with water for 24
hours before patching shall be done with cement sand mortar. The use of epoxy for bonding
fresh concrete shall be carried out as approved by the Engineer.

8.Hot Weather Requirements


Concreting during hot weather shall be carried out as per IS 7861 (Part I).
Concrete when deposited shall have a temperature of not more than 40°. The formwork and
reinforcement shall have been shaded and cooled to a temperature low enough to prevent the
flash setting of the concrete
When the temperature of the concrete at placing exceeds 40°C, concreting is shall be allowed
once below mentioned precautions are taken by Contractor.
The Contractor shall at all times during the hot weather conditions do the following things:
(a) Provide sun shades over stockpiles of aggregates, cement silos, mixing water tanks and
pipelines.
(b) Spray clean cool water over the aggregate stockpiles. The Contractor shall carry out
regular tests on the aggregates to ensure that concentrations of sulphates or chlorides do not
rise to unacceptable levels, and to ensure that moisture content determinations allow for such
spraying.
(c) Shade or wet the outside of the formwork.
Section VI-Works Requirements WR-69

The Contractor shall also do the following if directed by the Engineer.


(d) Apply a fine moisture (fog) spray of clean cool water in order to cool and moisten the
surrounding air and the sub-surface, to cool the formwork and reinforcement, and to lessen
rapid evaporation from unformed concrete surfaces.
(e) Pour concrete at night.
The Contractor shall provide the Engineer with details of the precautions he proposes to take
to comply with the above. No concreting in hot weather shall be put in hand until the proposed
measures have received the approval of the Engineer.

9.Cold Weather Requirements


Concreting during cold weather shall be carried out as per IS 7861(Part II).
The ambient temperature during placement and up to final set shall not fall below 5O °C.
For major and large-scale concreting works the temperature of concrete at times of mixing and
placing, the thermal conductivity of the formwork and its insulation and stripping period shall
be closely monitored.

10.Testing Concrete Structures for Leakage


The Contractor shall take special care for concrete for liquid retaining structures, underground
structures and those others specifically called for to guarantee the finish and water tightness.
The Contractor shall make all arrangements for hydro-testing of structure as per IS: 3370, all
arrangements for testing such as temporary bulk heads, pressure gauges, pumps, pipe lines etc.
Any leakage that shall occur during the hydro-test or subsequently during the defect’s liability
period shall be effectively stopped either by cement/epoxy pressure grouting, guniting or such
other methods as approved by the Engineer. All such rectification shall be done by the
contractor to the entire satisfaction of the Engineer at no extra cost to the Employer.
Hydrostatic test for water tightness shall be done at full storage level i.e. free board shall be
directed by the Engineer, as described below:
In the case of structures whose external faces shall be exposed, the requirements of the test
shall be deemed to be satisfied if the external faces shall show no sign of leakage or sweating
and shall remain completely dry during the period of observation of seven days after allowing
a seven-day period for absorption after filling with water.
In the case of structures whose external faces shall be buried and shall not be accessible for
inspection, such as underground tanks, the structures shall be filled with water and after the
expiry of seven days after the filling; the level of the surface of the water shall be recorded.
The level of water shall be recorded again at subsequent intervals of 24 hrs. over a period of
seven days. The total drop in surface level over a period for seven days shall be taken as an
indication of water tightness of the structure. The Engineer shall decide on the actual
permissible nature of this drop in the surface level, taking into account whether the structures
shall be open or closed and the corresponding effect on evaporation losses. Unless specified
otherwise, a structure for which top to be covered shall be deemed to be water tight if the total
drop in the surface level over a period of seven days shall not exceed 40 mm.
Section VI-Works Requirements WR-70

Each compartment/segment of the structure shall be tested individually and then all together.
For structures such as pipes, tunnels etc. the hydrostatic test shall be carried out by filling with
water, after curing as specified, and subjecting to the specified test pressure for specified period.
If during this period, the loss of water shall not exceed the equivalent of the specified rate, the
structure shall be considered to have successfully passed the test.

11.Sand
Only good grading river sand shall be used for the concrete and masonry work. The sand shall
not contain more than 8% silt.
If the washed sea sand is used, it shall comply with the conformity certificate from NERD for
masonry work. However, for concrete work washed sea sand shall not be permitted.
In all plain and reinforced concrete work coarse river sand shall be used and the quality of sand
shall be up to the satisfaction of the Engineer.

12.Shuttering
The centering and shuttering for all RCC and concrete work shall be of steel as per specification
and as approved by the Engineer. However, Plywood shuttering can be used for only
unavoidable portion and very small work up to 1 Sqm area for which 12mm thick waterproofing
ply of approved quality shall be used. Joints shall be sufficiently tight to prevent loss of cement
slurry from concrete. Shuttering can be of Aluminum as per the international standard as
approved by Engineer in Charge. All joints and holes in form work shall be caulked with putt,
cloth or other approved material. Care shall be taken to ensure that such filling shall be kept
away from reinforcement. All formwork shall be leveled, aligned and all rubbish particularly
clippings wood shavings, sand dust and adhered grout shall be removed from the interior of the
forms before the concrete shall be placed.
All formwork shall be removed without causing shock vibration to the concrete. Before the
soffit and struts shall be removed, the concrete surface shall be exposed wherever necessary in
order to ascertain that the concrete shall be sufficiently hardened.
Specially formulated blend of mineral oils and specialty chemical having release properties
which are superior to those of conventional mould oil shall be used over concrete formwork as
approved by Engineer. This chemical reacts with the alkali in the concrete to form a thin water
repellent skin on the surface of the mould, thereby enabling easy stripping mould from concrete
and acting as a protection to steel formwork. This shall be applied with Spray on the form work.
The formwork should be like this that it shall not affect the color of the concrete. There should
not be any mark left on the concrete. Concrete finish should be completely smooth.
No through bolts shall be permitted in the form work for liquid retaining structures. Wall ties
with plastic cones as per specification shall be used.
The surface on the RCC/ concrete work to be obtained after removal of shuttering shall be
smooth and without honey combing/pin holes, undulations and shall be such that it shall not
require any plastering. If at all any pin hole/undulations shall be required to be made good, this
shall be done with cement mortar 1:2 using coarse sand and finished smooth with steel trowel
or as directed by Engineer.
Section VI-Works Requirements WR-71

For proper cover, cover block of different sizes shall be used and readymade steel spacers shall
be provided by the contractor as per Standard.
Necessary lapping of the reinforcement shall be done as per IS codes of practice and tied with
GI binding wire of required gauge as per IS codes of practice. Welding of reinforcing bars shall
not be done. Welding can be permitted by the Engineer in exceptional cases where due care
will be exercised as per IS Specifications.

13.Curing Compound
Liquid curing compounds for use on concrete shall comply with the following and it has to be
approved by Engineer before using at site. The curing period for the PPC cement needs to be
increased as per the relevant standard or as directed by the manufacturer.
i. An approved curing compound shall be applied to all unformed concrete surfaces as soon
as possible after finishing work is completed. The Contractor shall ensure that use of the
proposed curing compound will not affect the bonding of subsequent coatings,
ii. Curing compounds shall not be applied to surfaces to which further concrete or a surface
finish is subsequently to be bonded.
iii. All materials shall be supplied in the containers marked by the manufacturer with his
name, date of manufacture, shelf life, pot life and instructions for handling and
application.
iv. The compound shall be applied as directed by the manufacturer with approved spray
equipment. The equipment shall be maintained in good order at all times and a complete
back-up set shall be available at all times
v. As soon as the curing compound has dried the concrete surfaces shall be covered with
overlapping heavy gauge clear plastic sheeting. Immediately at the start of the following
day, the plastic sheeting shall be temporarily removed, the concrete covered with pre-
soaked, washed hessian and the plastic sheeting replaced. The hessian shall be kept damp
continuously until completion of the curing period. All curing water shall be of potable
quality and permanently available at the location of the concrete pour.
vi. All concrete shall be cured as above for a minimum of 10 days after the day of pour and
the Contractor shall provide full time attendance on site dedicated to concrete curing.
vii. Formed surfaces shall receive the full curing process as above, including curing
compound, if the form work is removed within 10 days of the day of pour.
viii. The Contractor shall keep available sufficient curing materials and provide sufficient
attendance at all times to ensure that his construction programme is maintained while
meeting the specification requirements.
ix. Removal of shading and termination of water curing shall be to the approval of the
Engineer.

14. Coatings on Concrete Surfaces


Internal Walls (Water face) of water retaining structure:
Section VI-Works Requirements WR-72

Water based cementatious acrylic polymer, suitable for potable water, shall be applied to
internal surface of water retaining concrete structures in order to protect the concrete against
aggressive effects of water or other unwanted matters. The coating shall be laid in two coats
over a suitable primer coat. The coating shall be non-toxic, anti-fungal and anti-bacterial and
shall meet the requirement of IS 2645 for permeability test.
External walls (above or underground) of water retaining structure:
(a) Above Ground Level: External walls of the water retaining structure above ground level
shall be coated with two coats of single component Acrylic Polyurethane Dispersion
(PUD) blended with Methyl Metha Acrylate (MMA). The minimum thickness of coating
shall be 250-300-micron paint resistant to UV and external weathering. The coating shall
comply to ASTM D 412 or other relevant International standards. The coating shall be
applied over two component water-based epoxy primer.

(b) Underground Surface: External walls of the water retaining structure below ground level
shall be coated with two coats of single component Acrylic Polyurethane Dispersion
(PUD) blended with Methyl Metha Acrylate (MMA). The minimum thickness of coating
shall be 500-micron Grey paint resistant to UV and external weathering. The coating shall
comply to ASTM D 412 or other relevant international standards. The coating shall be
applied over two component water-based epoxy primer.
The Contractor shall supply, deliver and apply all paints protective coatings. The type of
coating to be used shall be as approved by the Engineer.
All priming-coats and undercoats shall be obtained from the same manufacturer and shall be
the type of primer and undercoat recommended by the manufacturer for that particular coating.
All coating shall be applied strictly according to the instructions of the manufacturer. All the
paints shall be delivered to the site(s) in sealed containers with the manufacturer's name clearly
shown. All coatings shall be applied by skilled labor under supervision of a competent foreman
and to the satisfaction of the Engineer. No Epoxy resin coatings shall be applied until the
concrete has been cured as specified and prior approval of the Engineer has been obtained. The
surface should be cleaned of all loose gravel, dirt and foreign material with high pressure wash
or mechanical means or grinding before application of the primer. After application of primer
the surface should be allowed to dry for 6 hours.

15.Expansion Joint
Expansion Joint shall be treated as follows.
Surface should be cleaned along the side walls of the expansion joint equal to the width of
expansion joints on both sides with the help of mechanical means to remove all dirt, dust and
debris. Fill the joint both sides with PE board or high density thermocol packing followed by
Polyurethane 2 component gun grade sealant over the top of packing. Apply 2 component
Sagemetal epoxy bonding on the side of the expansion joint, paste 1 mm thick TPO membrane
over the bonding agent and cover the sides of the Expansion joint with Sagemetal bonding
agent again. Finally provide aluminium non-corrosive material over the treated joint capable
of accommodating joint movement.
Section VI-Works Requirements WR-73

6.2.14. Specification for Provision of Service Connection

1. Pipes to be laid with a minimum cover of 750mm from the road surface irrespective of the
depth of the distribution main and the class or the category of the road. Common
mains shall be laid at depths specified in the specification for Trench Excavation
and Backfilling.

2. Width of the trench excavated for shall be minimum of 300 mm required for efficient
work after allowing for shoring. Material excavated from trenches shall be laid such a
way that it would not obstruct the road as to prevent the passage of traffic. The soil filled
over the top of the pipe shall be free from stones & filled with care. Refilling of excavated
area should be carried out in layers, and as specified in the specification.

3. In regulating traffic flow sufficient barricades, signboards, warning tapes and


lightings should be provided. Blinking light shall be provided during night work.

4. Deviation to the specifications/BOQ should be obtained in writing from the Engineer.


Excavation to be done from the main distribution pipe up to 1.5 meter beyond
the boundary of the premises ( 1. 5m inside the premises).

5. No pipe lines shall be passed through by breaking drains, walls of canals, culverts or
permanent structures, if any, and shall always be laid below the same. Where
such breakages are necessary, contractor shall obtain prior approval of the Engineer.

6. The excavated pit at the tapping point at the main pipe line shall be filled with sand
up to 300 mm below the road surface and with ABC mixture up to the road surface
and well compacted. The excavated trench up to the boundary of the premises shall
be filled with ABC mix in 150 nun thick layers up to the road surface and
well compacted on Asphalt roads. Excavated soil may be used for gravel roads depending
on the properties of the soil. Proper compaction shall be carried out to the satisfaction
of the Engineer.

7. Contractor shall at his cost remedy/re-do any work which is completed or in progress
if such works are found to be not conform to the specification.

8. The contractor shall provide all labor plant and equipment as specified in
the schedule for the performance of the contract according to the specifications, drawings
& Bill of Quantities. If contractor feels that additional labor, plant and equipment in
addition to specified in the schedule required for the completion of the work, he shall
so provide at his cost.

9. Contractor shall take every precaution to avoid damages or injuries to his own
Staff, Gang, Employers staff at site, public and any property belongs to the employer
public and third party.
Any damage or injury or disablement to his staff Employer staff and Public due to
his work or in connection with the work shall be compensated by the Contractor
at his cost.
Any damage to Employers property, public property or any private property shall be
remedied by the contractor at his cost and shall be compensated by the contractor
at his cost and contractor shall indemnify the Employer from all such claims.
Section VI-Works Requirements WR-74

In the event of the contractor failing to act accordingly, the NWS&DB may make all
compensations or do all making good or settle all claims, damages, costs & expenses
and the cost of such procedure as well as the amount paid will be deducted from an
act of any sum or sums that is due or may become due to the contractor under
the terms of the agreements or otherwise.

10. The Contractor shall carryout the excavation for main tapping work according to the
recommended dimensions given

11. Prior approval from Road Authority is a mandatory requirement for the excavations
for service connections. For leak repair at least verbal approval should be obtained
from the relevant road authority and should inform the relevant road authority and
confirm the verbal approval in-writing later.

12. Back filling of service connections from the tapping point up to the meter chamber
on Asphalted roads and tarred roads shall be carried out using the following materials.

I. Quarry dust/ Sand filling for pipe bedding and up to 200 mm above the crown of
pipe and compacted
II. Rest with the ABC up to the road level and well compacted in 100 mm thick Layers
to obtain 98% compaction.
III. Excavated soil shall be disposed properly away from the location.
For gravel roads, use excavated soil and compact in 150 nun thick layers to
obtain 98% compaction without causing any damage to the underground utilities
or pipeline. If excavated soil is not good for the compaction, suitable soil shall be
imported to the site or quarry dust/ ABC shall be used as directed by the Engineer.

All excavations shall be backfilled, compacted and finished on the same day. No
trench shall be left open in any case. If work is partly done for the day, trench shall
be backfilled completely and re-excavate in next day. All costs associated with
the re-excavation and backfilling shall be borne by the Contractor.

13. Safety is very important and shall be equipped with Barricades and tapes, cones,
safety jackets with luminous tapes.

14. Contractor shall employ suitable persons with sign boards for traffic diversion until
the work is completed
Section VI-Works Requirements WR-75

6.2.15. Specification for uPVC Clamp Saddles

1. General

uPVC Clamp/Tapping saddles shall be of uPVC in moulded type for uPVC pipes and be
of the bolted type. The bolts and nuts shall be of stainless steel. Internal pipe thread of the
socket of the saddle shall be a female taper thread. All Clamp/Tapping Saddles shall be
leak proof on completion of tapping for water connections

2. Standards

uPVC Clamp/Tapping saddles shall be of uPVC, conforming to ISO 4422.

SLS 147 and SLS 659 is applicable for materials and testing if specified in these two Sri
Lanka Standards

In addition to general material tests for uPVC, following specific tests shall be carried out
for Clamp/Tapping Saddles to the satisfaction to relevant standards as given below;

1. Flattening test-SLS 659

2. Stress relief test (Oven method) -SLS 659 or ISO 580

3. Vicat softening temperature -SLS 659 or ISO 2507-2

4. Resistance of bodies to internal pressure- Table 5, ISO 4422-4

Internal pipe thread of the socket of the saddle shall be a female taper thread complying
with BS21/ISO 7/1.

The “O” ring/gasket material shall be of elastomeric materials (EPDM, natural rubber, butyl
rubber, neoprene etc.) and shall conform to BSEN 681-l and material properties conforming
to Table 2 of BSEN 681-1

The bolts and nuts shall be of stainless-steel grade 316.

If necessary, Engineer may visit the factory during production and all facilities shall be
provided by the manufacturer for inspection and testing of Clamp/Tapping Saddles. Result
of the tests carried during production shall also be available for scrutiny if requested by
Engineer.
Tests shall be carried out in Sri Lanka Standards Institute, Industrial Technology Institute
or any other institute acceptable to National Water Supply and Drainage Board and test
certificates shall be forwarded with the delivery of Clamp/Tapping saddles.

Details of the Saddles should be given in schedule of particulars.

3. Dimensions

Dimensions of Clamp/Tapping Saddles shall comply with Table-4 of ISO 4422-4


Section VI-Works Requirements WR-76

The Bolt lengths shall be sufficient to ensure that nuts are fully threaded when tightened
in their final position with two threads visible.
4. Markings

Markings (except date or code) of the Saddle should include the information listed in
table-8 of ISO 4422-4
Section VI-Works Requirements WR-77

6.2.16. Specification for Water Meters and Spare Part

Note: Contractor Shall submit official and certified catalogue for water meters and spare parts
which is proposed to be submitted within this contract for the approval of the Engineer prior
to supply.

1 Scope

2 General
2 2.1 Technical Capabilities
2.2 Relevant Standard
3 Technical Requirements
3 3.1 Definitions
3.1.1 Flow Rate (Q)
3.1.2 Actual Volume (Va)
3.1.3 Indicated Volume (Vi)
3.1.4 Maximum Permissible Error (MPE)
3.1.5 Rated Operation Condition (ROC)
3.1.6 Limiting Conditions (LC)
3.1.7 Relative Error
3.1.8 Error of Indication
3.1.9 Permanent Flow Rate (Q3)
3.1.10 Overload Flow Rate (Q4)
3.1.11 Minimum Flow Rate (Q1)
3.1.12 Transitional Flow Rate (Q2)
3.1.13 Minimum Admissible Working Temperature
(Mat)
3.1.14 Minimum Admissible Working Temperature
(MAT)
3.1.15 Minimum Admissible Working Pressure
(Map)
3.1.16 Maximum Admissible Working Pressure
(MAP) Temperature (Tw)
3.1.17 Working
3.1.18 Nominal Diameter (DN)
3.1.19 Pressure Loss
3.2 Operating Conditions
3.3 Meter Type
3.4 Meter Size and Overall Dimensions
3.5 Threaded Connections
3.6 Metrological Requirements
3.7 Maximum Permissible Error
3.7.1 MPE Lower Flow Range
3.7.2 MPE Upper Flow Range
Section VI-Works Requirements WR-78

3.8 Materials and Construction


3.8.1 General
3.8.2 Strainer
3.8.3 Pressure Loss
3.8.4 Indication Devices
3.8.5 Anti-Tamper Facilities
3.8.6 Non-Return Valve
3.8.7 External Magnetic Interferences
3.8.8 Marks & Inscriptions
4. Spare Parts
5. Samples
5.1 Submission of Samples
5.2 Non-Submission of Samples
5.3 Testing of Samples
6. Evaluation of Water Meter Performances
6.1 Criteria for Evaluation
7 Durability Test
8 Technical Literature
8.1 Tender Drawings
8.2 Services Manuals
9 Inspection & Testing at Manufacture’s Works Before Shipment
and Pre – Shipment Approval
10 Approval
11 Guarantee
12 Packing
13 Inspection of Delivery Lots
Section VI-Works Requirements WR-79

1. Scope

This contract is for the manufacture, supply & delivery of Domestic Water meters and spare
parts for the National Water Supply & Drainage Board (NWS&DB), (Purchaser) Sri Lanka.

This specification applies to water meters for the measurement of cold potable water supplied
to the domestic premises in Sri Lanka. It deals with the metrological and technical requirements
of volumetric type domestic meters.

2.General

2.1. Technical Capabilities

The Products offered shall conform to specifications stipulated under this contract.
The manufacturer shall submit all technical literature and any other technical reports containing
information with regard to design, manufacture and characteristics of water meters.

2.2 Relevant Standard

The meters shall comply with ISO 4064:2005

3.Technical Requirements

3.1 Definitions

3.1.1 Flow Rate (Q)


Quotient of the actual volume of water passing through the water meter and the time aken for
this volume to pass through water meter.

3.1.2 Actual Volume (Va)


Total Volume of water passing through the water meter, disregarding time taken. Notes: this is
measurand of the meter.

3.1.3 Indicated Volume (Vi)


Volume of water indicated by the meter corresponding to the actual volume.

3.1.4. Maximum Permissible Error (MPE)


Extreme values of the relative error of indication of the water meter permitted by ISO 4064-
2005

3.1.5 Rated Operation Condition (ROC)


Conditions of use giving the range of values of the influence factor, for which the error of
indication of the water meter, are required to be within the MPE.

3.1.6 Limiting Conditions (LC)


Extreme conditions including flow rate, temperature, pressure, humidity and electromagnetic
interference (EMI) that a water meter is required to withstand without damage, and without
degradation of its error of indication. when it is subsequently operated within it ROC.
Section VI-Works Requirements WR-80

3.1.7 Relative Error


Error of indication divided by the actual volume, expressed as a percentage.

3.1.8 Error of indication


Indicated volume minus the actual volume.

3.1.9 Permanent Flow Rate (Q3)


Highest flow rate within ROC at which a water meter is required to operate in satisfactory
manner within maximum permissible error.

3.1.9 Permanent Flow Rate (Q3)


Highest flow rate at which a water meter is required to operate for a short period of time within
is MPE, whilst maintaining its metrological performances when it is subsequently operated
within its ROC.

3.1.11 Minimum Flow rate (Q1)


Lowest flow rate at which the water meter is required to operate within the MPE.

3.1.12 Transitional Flow Rate (Q2)


Flow rate which occurs between the permanent flow rate (Q3), and minimum flow rate (Q1)
that divides the flow rate range into two zones the “the lower zone” and the “upper zone”, each
characterized by its own MPE.

3.1.13 Minimum Admissible Working temperature (mAT)


Minimum temperature that a water meter can withstand permanently at a given internal
pressure without deterioration of its metrological performances.

3.1.14 Minimum Admissible Working temperature (MAT)


Maximum temperature that a water meter can withstand permanently at a given internal
pressure , without deterioration of its metrological performances.

3.1.15 Minimum admissible working pressure (mAP)


Minimum pressure that a water meter can withstand permanently within ROC, without
deterioration of its metrological performances.

3.1.16 Maximum Admissible working pressure (MAP)


Maximum pressure that a water meter can withstand permanently within ROC, without
deterioration of its metrological performances.

3.1.17 Working Temperature (Tw )


Average water temperature in the pipe, measured upstream and downstream of the water meter.

3.1.18 Nominal Diameter (DN)


Alphanumeric designation of size for components of a pipe work system, which is used for
reference purpose.

Note : it comprises the letters DN followed by a dimensionless whole number that is indirectly
related to the physical size in mm of the bore, or outside diameter of the end connection.
Section VI-Works Requirements WR-81

3.1.19 Pressure Loss


Head loss at a given flow rate caused by the presence of the meter in the pipe line.

3.2 Operating Conditions

Domestic meters shall be suitable in every respect for operation under following operating
conditions

Temperature
The working temperature range shall be suitable for a country with following
conditions:

a. Annual average ambient temperature = 300C


b. Maximum ambient temperature = 400C

Working Pressure

Meters shall function on a normal pressure of 3m H2O for the forward flow. The water meters
must be able to withstand constantly a continuous working pressure of 10 bar without defects
in its functioning, leakage, seepage through the walls or permanent deformation.

Humidity & Immersion

A meter shall be suitable for installation in a pit or basement which may be subjected to
flooding. Therefore, meters and their fittings shall be capable of operating normally
even when submerged to a depth of 1m.

Installation & Position

Domestic meters shall be suitable for installation in vertical, horizontal and inclined positions
without loss of its required accuracy and counter shall be so positioned that it shall be easy to
read in vertical or horizontal or inclined positions.

3.3 Meter Type

All domestic water meters and spare parts to be supplied under this contract shall be of
volumetric or semi-positive displacements meters of piston type with threaded End
connections.

Single or multi jet type meters class C accuracy will not be accepted for volumetric type meter.

3.4 Meter Size and Overall Dimensions

For each meter size there is a corresponding set of overall dimensions and the respective table
should be followed.
Section VI-Works Requirements WR-82

3.5 Threaded Connections

All meters supplied shall have male threaded end connection and shall be provided with pipe
connecting unions threaded to respective BSP Size, DN 15.

Union nut shall have provision for sealing the water meter and end connectors with lead wires.
The diameter of the sealing hole of the union nut and the meter shall be 2.5 mm. Union barrel
shall be so designed that it can be tightened with a standard spanner.

3.6 Metrological Requirements

Water meters are designated according to the permanent flowrate (Q3) in cubic meter per
hour and ratio of (Q3) to the minimum flow rate (Q1)

Meter Size ( Nominal Diameter)(mm) 15


Permanent flow rate (Q3) ( m3/hr) 1.6
Measuring Range (Q3 / Q1) 100
Minimum Flow rate(Q1) ( l/hr) 16
Overload Flow (Q4) ( m3/hr) 2
Transitional Flow (Q2) ( l/hr) 25.6

3.7 Maximum Permissible Error

3.7.1 MPE Lower Flow range

The maximum permissible error, positive or negative, on volumes delivered at flowrates


between the minimum flowrate (Q1) and transition flow rate (Q2) is 5% for water having a
temperature within ROC.

3.7.2 MPE upper Flow range

The maximum permissible error, positive or negative, on volumes delivered at flowrate


between the transitional flow rate (Q2) and the overload flowrate (Q4) is ± 2%

3.8 Materials and Construction

3.8.1 General

The water meters must be manufactured from materials of adequate strength and durability for
the purpose for which it is intended. Namely internal and or external installation on domestic
premises in tropical countries like Sri Lanka.

The meters must also be manufactured from materials which are resistant to or are protected
against normal internal and external corrosion. However, the body of the meter shall be
manufactured out of Brass.

The meter body shall be rigid and resistant to deformation that could impair the function of the
moving parts.
Section VI-Works Requirements WR-83

When used under the conditions for which they are designed, materials in contact with or
likely to come into contact with potable water shall not constitute a toxic hazard, shall not
support microbial growth and shall not give rise to unpleasant taste or odor, cloudiness or
discoloration of the water.

The indicating device of the water meter shall be protected by a transparent window (glass or
other material). Further Protection shall be provided by a suitable cover.

3.8.2 Strainer

All volumetric type meters shall be provided with an internal strainer.

3.8.3 Pressure Loss

The pressure loss through the water meters shall not be greater than 1.3 bar over the entire flow
range when measured with non – return valve installed

3.8.4 Indication Devices

The meter shall incorporate an indicating device which must give an indication of the volume
flow expressed in cubic meters. The device shall consist of a row of a minimum of four in line
consecutive digits and can be of mechanical type.

(e.g. a series of numbered cylindrical drums). This device shall be clearly labeled"m3".

Sub multiple of a cubic meter shall be shown by further in line digits. The discrimination of
this subsidiary indicating device shall be to 0.1 liters indicated digitally or by graduations of a
movable scale.

The cubic meter and its multiples shall be indicated in black and its sub-multiples in red. The
actual or apparent height of the digits shall not be less than 4 mm.

The advance of any digit must be completed while the digit of the immediately next lower value
describes the last tenth of its travel. The numbers on the drums must be displaced upwards.

3.8.5 Anti Tamper Facilities

Revenue meters of all types are subject to fraud and tampering. The anti-tamper facilities and
construction of the meter shall deter attempts at tampering and also indicate whether tampering
has occurred.

Lead and wire seals shall be used to give local indications of meter removal or dismantling.

3.8.6 Non-Return Valve

An internal non-return valve which cannot be removed without tampering shall be incorporated
within the meter body to prevent the contamination of distribution system and to avoid
loss of revenue from the back flow from end users.
Section VI-Works Requirements WR-84

3.8.7. External Magnetic Interferences

If the drive between the metering rotor and the counter is magnetic, then it shall be unaffected
by external magnetic interference.

3.8.8 Marks & Inscriptions

The water meter must carry on its body, excluding the cover, in an unambiguous, indelible and
clearly legible form the following information.

a. The model number & the name or the trade mark of the manufacturer.
b. The permanent flow rate, size in DN and pressure loss in bars.
c. The year of manufacture and serial Number.
d. An arrow indicating the direction of flow.
e. The letters "NWS&DB" of height not less than 05 mm shall be engraved into the
metal body of the water meter.

4. Spare Parts

The bidder shall provide, with his tender a complete itemized priced list of spare parts
recommended for 5 years operation. The lot of spare parts quoted shall include the following
spare parts among others recommended by the manufacturer.
The prices quoted for the spare parts should be valid for a period of 02 years from the date of
award of the contract.

1. Combine counter and reduction gear assembly.


2. Working chamber complete with Top plate assembly.
3. Ramp assembly.
4. Non return valve.
5. All "O" rings, seals, washers and circlips etc.
6. Lid
7. Hinge pin

5. Samples

5.1 Submission of Samples

Every tenderer shall submit 07 (seven) samples meters of volumetric type complete with end
connections and washers for inspection and testing by National Water Supply & Drainage
Board.

All samples shall be well packed, sealed and labeled to facilitate identification.

The samples shall truly represent the meters offered to be supplied under this contract in every
aspect. No samples will be returned and the cost of providing samples shall be borne by the
tenderers.

Out of the 07 samples submitted 05 will be subjected to the tests as described in the document
and the remaining 02 will be stored with Engineer for future reference.
Section VI-Works Requirements WR-85

05 samples out of the submitted 07 nos. shall be selected randomly for testing in the presence
of the tenderers and those 05 shall be the final selection for testing and the remaining 02 shall
be reserved for future reference.

5.2 Non-Submission of Samples

The bids that are not accompanied with the required no. of samples will be treated as
substantially non-responsive.
All tenderers will be notified of the dates and times scheduled for testing samples and tenderer
or his authorized representative will be allowed to witness these tests. No change in time
schedule will be allowed.

5.3 Testing of Samples

All sample meters will be opened in the presence of bidders or their representatives before the
commencement of the testing.

All sample meters will be tested with the non-return valve in position and any method for
testing samples without non-return valves will not be accepted.
Following tests will be carried out to evaluate meter performance.

1. % Error Tests at Q1, Q2, and Q3


% Error at all the above flow rates shall be within maximum permissible errors specified.

2. Non return valve function test


Non return valve shall withstand a maximum of 1 bar pressure applied on it without showing
any leakage.

3.Magnetic Influence
All meters with magnetic drives shall not be influenced by an ISO specification magnet.

4. Pressure Tests
Meters shall be Table to withstand a working pressure of 10 bar without defects in its
functioning, leakage or seepage through walls and water pressure class of the meter shall be
MAP 10

5.Pressure Loss
Pressure loss through a meter at Q4 overload flow rate shall not exceed 1.3 bar with the non –
return valve installed.

6.Measurement of Overall Dimensions.

Overall measurement of the sample meters will be measured.

6. Evaluation of Water Meter Performances


Section VI-Works Requirements WR-86

The test results obtained from above tests will be final and following criteria will be applied to
evaluate meter performance.

6.1 Criteria for Evaluation

All performance tests will carry equal weightage of 1.


A minimum of 4 out of 5 sample meters shall pass all tests and sample lots meeting this criterion
shall be considered for evaluation and those failing shall be rejected.

A meter determined as passed, shall have passed all tests shown below. When a sample fails
the first test carried out beyond the allowable limit, further testing on that sample will be
discontinued.

Weightage Sample Weightage for 2nd level


Test allocated per pass size of screening according
per sample to para 5.3
1.%Error Tests
1.1 Q1 Test 1 5 4
1.2 Q2 Test 1 5 4
1.3 Q3 Test 1 5 4
2. Non-Return Valve Test 1 5 4
3. Magnetic Influence Test 1 5 4
4. Pressure test 1 5 4
5. Minimum overall 24
performance requirement

Note
In addition to the above, average pressure loss per meter at Q4 flow rate & overall dimensions
of the meters offered shall comply with the following.

Pressure loss

Total pressure loss of 5 meters in series will be measured at flow rate of Q4. The average
pressure loss per meter at Q4 shall be calculated and this figure shall not exceed 1.3 bar with
the non – return valve installed. Samples not conforming to above will be rejected.
Overall Dimensions

7. Durability Test

Three meters exactly identical in description, specifications etc to the meters being offered shall
be subjected to the following tests and test reports shall be submitted along with the offer.
Offers not accompanying the said reports shall be considered as substantially non – responsive.

The three meters being subject to the test shall be provided from the products being
manufactured after the date of collection of the bid documents by the bidder.
The tests shall be carried out by an independent testing agency and the relevant reports shall be
from such independent agency.
Section VI-Works Requirements WR-87

In case the tests are carried out at the manufacturer’s facilities, tests shall be witnessed
by one of the designated inspecting agencies in the tender document and the reports shall be by
the said agency.

A. Hydrostatic Pressure Test

Maintain 10 bar pressure for 15 minutes and then maintain 20 bar for 01 min.
There should not be no leakage through the walls and no visible physical damage.

B. Endurance test

Accuracy of the meters shall be measured at the given flow rates during normal operation,
during operation after discontinuous endurance test and during operation after continuous
endurance test.

I. Measure the percentage accuracy of flow measurement at the following flow rates
 2000 l/hr.
 1600 l/hr.
 25.6 l/hr.
 16.0 l/hr.

II. Measure the percentage accuracy of flow measurement at the same flow rates after
discontinuous endurance test*.

III. Measure the percentage accuracy of flow measurement at the same flow rates after
continuous endurance test*.
* (discontinuous type test shall be 20,000 interruptions, 15 sec. duration pauses, 15 sec.
duration operation at 1600 l/hr.
Continuous type test shall be with operation at 2000 l/hr, flow rate for
48 hr

Meters shall remain within the maximum permissible error ranges as given in the clause no.
3.7 before & after carrying out all the tests described here.

Failure to comply with this requirement shall lead to the rejection of the offered meters.

8. Technical Literature

8.1 Tender Drawings

The Bidder shall submit together with his tender a drawing or drawings showing the salient
features of the meters, the materials used, methods of manufacture and tolerances allowed and
other details to enable determination and assessment of the meters.

The Bidder shall supply a calibration curve (flow rate against % error) for each size and type
of meter offered.

8.2 Services Manuals


Section VI-Works Requirements WR-88

The successful Bidder shall submit 3 copies of the Service Manuals for each type of meter to
NWS&DB at the time delivery of meters.

The manuals shall contain complete list with number, name, drawing of spare parts,
information, tools and equipment necessary for dismantling each item for repairing or replacing
parts, maintenance instructions including charts showing lubrication, if required, and checking,
calibration, testing and procedures.

9. Inspection & Testing at Manufacture’s Works Before Shipment and Pre –


Shipment Approval

Selected samples using random tables according to ISO 2859 – 1:1999 (E) and ISO 3951 : 1989
(E) from the particular lot to be supplied under this contract shall be inspected and tested for
conformity to specifications, prior to shipment by one of the inspecting agencies stated in the
clause 8.5 of the General Conditions of Contract. Bidder shall indicate the name of the
inspection agency selected with the bid.
Number of samples to be tested according to ISO 2859 -1:1999(E). Tests to be carried out are
as follows,

1. Q1-min. flow
2. Q2 -transitional flow
3. Q3. - Permanent flow
4. Pressure test (acc. to the above standard)
5. Non return valve test
6. Pressure loss test (acc. to the above standard)
7. Overall dimensions & thread dimensions
8. Magnetic test (if applicable)

Pre – shipment approval


Tenderer shall submit the above test certificates from the inspection agencies for the samples
for the entire lot to be supplied to Engineer for approval and only upon such approval by the
Purchaser that the manufacturer shall be allowed to ship the relevant lot.

Non approval of the above certificates by Purchaser shall cause the relevant lot being rejected
and not being shipped to Sri Lanka
10. Approval
Approval by the Purchaser to ship the Water Meters or acceptance of the design or drawings
by NWS&DB shall in no way relieve the supplier of any of his obligations or liabilities with
regard to the design, materials used, workmanship and the proper execution of the contract.

11. Guarantee
All meters shall be guaranteed for performance and accuracy by the contractor for a period of
36 months from the date of delivery in respect of conformation with the specifications and
defects in materials and workmanship.

The Supplier shall warrant to the Purchaser that the meters supplied under this contract
will comply strictly with the Contract and shall be first class in every case and shall be free
from defects. The Supplier further warrants to the Purchaser that all meters and their accessories
furnished by the Supplier under this contract will be new, merchantable of the most suitable
grade, and fit for their intended purposes.
Section VI-Works Requirements WR-89

Any part of the meters supplied under this contract, which fails or does not give satisfactory
performance during this period of warranty, shall be replaced within (10) days from the date
the Contractors has been notified to do so.

All expenses involved in this connection shall be borne by the Contractors who should take this
into consideration when tendering.

12. Packing
Each water meter and its accessories namely a set of seals and 02 Nos. end connections
(Union nut + Threaded branch) shall be packed in box. These units shall then be packaged or
otherwise enclosed or protected for overseas shipment, handling
& storage in tropical climate. Suitable special provision shall be made to avoid damage
resulting from handling by all carriers. All packages shall be clearly marked for identification
including indication of upper side of packages.

Each meter of same size shall be marked with a unique serial number and then packed according
to ascending order of such serial numbers. Starting Serial No., Last serial No and No. Of meters
in each package shall then be marked on the package boxes.

13. Inspection of Delivery Lots


Delivery lots handed over to the main stores according to the delivery schedule in the tender
document will be subjected to an Inspection procedure as described below, €h has been
formulated by Engineer using data tables etc. From ISO 2859 – 1:1999€ and ISO 3951:1989€.

In the case of non – acceptance of a lot, the entire lot and any other remaining lot(s), if any,
shall be cancelled and no payment whatsoever regarding any lot(s) cancelled in such a manner
shall be made.

Inspection Procedure

Inspection procedure of the water meters shall be carried out in accordance with the
specifications given and with the approval of Engineer
Section VI-Works Requirements WR-90

6.2.17. Specification for Gunmetal Ferrules

1.General Description

2.Specifications
Section VI-Works Requirements WR-91

1.General Description

Ferrule provides quick, permanent, leak free service connections for provision of water to the
consumers.
It comprises a stem with an inner plug for isolation and the outlet shall be a 360° swivel
positioned at 90° to the stem.
The outlet shall provide a direct connection to the service line through an integrated
threaded joint in the ferrule banjo.

2.Specifications

2.1.Design Features

1. Shall be able to be installed with drilling and tapping machines which are available at
Engineer.
2. Shall be able to be used for dry & under pressure drilling.
3. Shall be able to be installed. Directly in Cast Iron, Ductile Iron, Steel Pipe mains.
4. Shall be able to be installed on UPVC or AC mains through PVC clamp saddles, flat
brass straps.
5. Shall have an inlet male taper thread for mounting on the pipe saddle.
6. Shall have an outlet female parallel thread for jointing of the service line
7. Isolation/control of water shall be handled by the inner plug

2.2.List of Components

1. Top plug
2. Top cap
3. Top cap washer
4. Banjo washers
5. Banjo
6. Inner plug
7. Stem

2.3.Material Data

Item Material
Top plug Gunmetal (BS 1400 LG2)
Top cap Gunmetal (BS 1400/ BSEN 1982: 1999 LG2)
Top cap washer Nitrile rubber - for ½” to 1” sizes
Banjo washers EPDM rubber (BS 2494)
Banjo Gunmetal (BS 1400/ BSEN 1982: 1999 LG2)
Inner plug Gunmetal (BS 1400 IBSEN I 982: 1999 LG2)
Stem Gunmetal (BS 1400/BSEN1982:1999 LG2)

2.4.Inlet

Inlet shall be a male taper thread complying with BS 21/ISO 7/1.


Section VI-Works Requirements WR-92

2.5.Outlet

Outlet shall be a female parallel thread complying with BS 21.


Outlet shall be a 360° swivel at 90° with the stem.

2.6. Stem

Stem shall have inlet taper thread, female thread for inner plug, female thread for top cap,
holes for water outlet.
Banjo, inner plug, top cap and the associated washers are mounted on the stem.

2.7.Operational Features

1. medium handled - potable water


2. temperature - up to 45°C
3. working pressure - up to 20 bar

2.8.Testing

All fittings shall be tested to the ratings and specifications at the manufacturer's works and
shall be supported by manufacturer's test certificates.

All Gunmetal fittings shall comply with the relevant BS standards and shall be capable of
withstanding the test pressure specified.

Sample test is sufficient according to ISO Standards,


ISO 2859 - I: 1999 (E) and
ISO 3951 : 1989 (E)
sample size to be used, should be decided by the engineer.

2.9.Quality of Casting

The castings shall be close grained, sound, smooth, and symmetrical and carefully
cleaned.
All castings shall be free of blow holes and other defects.

2.10.Operation

All fittings shall be suitable for frequent operation and for infrequent operation after
long periods in the open or closed positions.

2.11.Suitability for Potable Water

All non- metallic materials to be provided shall be listed in the current "Water Fittings
and Materials Directory" published by the Water Research Centre, UK or
approved equivalent publication as having passed full tests of effect on water quality
under the requirements for the testing of non - metallic materials for use in contact
with potable water.

2.12.Evaluation
Section VI-Works Requirements WR-93

Sample Testing
Samples will be tested for,

i. Compliance with the requirements described in clause Nos. (c.),


(d.), (e.) and (f.)

ii. Compliance with the test pressure

Test Acceptance Criteria

Test Acceptance Criteria


Material Data as specified in clause (c) Only one random selected sample will be
tested. If the sample shall comply, only
then offers will qualify for further
evaluation.
Dimension check as specified in clauses (d) One randomly selected sample from the
& (e) balance two will be checked and it shall
Stem construction as specified in clause comply with specifications.
(f)
Pressure Tests
Section VI-Works Requirements WR-94

6.2.18. Specifications for Steel Reinforcement

1. Types, Quality and Storage

2. Bending and Cutting Schedules

3. Protection and Cleaning

4. Bending of Bars

5. Cutting of Wire Fabrics

6. Lapping of Bars and Wire Fabrics

7. Fixing of Reinforcement

8. Approval before Concreting


Section VI-Works Requirements WR-95

1. Types, Quality and Storage

Steel reinforcement for concrete shall consist of steel bars or steel wire fabric, except where
otherwise shown. Steel bars shall consist of deformed and/or mild plain round steel bars in
accordance with BS 4449. Steel wire fabric reinforcement shall be in accordance with BS
4483. All steel wire fabric shall be delivered in flat sheets.

All bar reinforcement shall be hot rolled deformed bars except for column ties, beam stirrups,
ligatures or other minor items which may be from plain bars.

If requested the Contractor shall prepare test specimens of steel reinforcement to be used in the
Works. Test specimens shall be taken in the presence of the Engineer and shall be of a size
sufficient to carry out the tests as described below. They shall be tested in an approved
laboratory and the certified copies of the results of the tests shall be submitted to the Engineer.
The specimens shall be tested for bending and tensile properties and the wire fabric also for
weld shear strength. The methods and requirements for testing shall be carried out in
accordance with BS 4449 and BS 4483. No steel reinforcement shall be used in the Works until
the testing results have been approved by the Engineer. If ordered by the Engineer, test
procedures shall be repeated at the Contractor's expense for any new supply of reinforcement
during the course of the Works.

Strength of Reinforcement bars

 Hot rolled mild steel round bars – complying with BS 4449 - characteristic strength 250
N/mm2
 High yield steel (hot rolled or cold worked deformed bar type 2) complying with BS 4449
or BS 4482 –characteristic strength 460 N/mm2

Welded Steel Wire Fabric shall conform to BS 4483.

The Tie Wire shall conform to BS 4482 – 1.6 mm black annealed mild steel

Representative samples of all reinforcing steel that the contractor proposes to use in the Works
must be submitted, before the work commenced, to the Engineer for his written approval.
Manufacturer’s certificates which shall be submitted shall clearly state Place of manufacture,
All relevant details of composition, manufacture, strength and other qualities of steel.

Welding if approved by the Engineer in writing shall conform to AWS D 1.4 or BS 5135.
Section VI-Works Requirements WR-96

Bar Size Table

Nominal Diameter (mm) Weight (kg/m)


6 0.222 Round (Plain)
8 0.395 Round (Plain)
10 0.617 Deformed
12 0.888 Deformed
16 1.579 Deformed
20 2.466 Deformed
25 3.854 Deformed
32 6.313 Deformed

Reinforcing bars will be rejected if the weight of a bundle of one size of bars as delivered is
underweight by 3.5 percent or more. An individual bar will be rejected if it is underweighting
by 6.0 percent or more.

Storage of reinforcement shall be on racks or supports clear of the ground. Different types and
sizes of reinforcement shall be kept separate.

2. Bending and Cutting Schedules

Cutting and bending of reinforcement shall be in accordance with BS 4466.

The Contractor shall prepare for his own use bar bending schedules and bar lists, cutting
schedules and sheet lists for wire fabrics for each individual structure and shall be responsible
for ensuring that correct information is given when ordering reinforcement. If requested copies
of these schedules, lists and orders shall be submitted to the Engineer for his approval. Steel
bar supports shall be included in the bending schedules.

3. Protection and Cleaning

Reinforcement shall be protected at all times from damage, and when placed in the structure
shall be free from dirt, loose mill scale, rust scale, paint, oil, or other foreign substance. All
reinforcing steel shall be carefully cleaned of all set or partially set concrete, shutter oil or paint
which may have been deposited during the construction of adjacent works.

4. Bending of Bars

Steel reinforcement shall be cut from straight bars free from kinks and bends or other damage
and shall be bent cold by experienced competent workmen. Bars shall be bent in a bending
machine designed for the purpose and approved by the Engineer. Any reinforcing bar that had
already been bent shall not be re-bent at the place of the previous bend.

5. Cutting of Wire Fabrics

Wire fabric reinforcement shall be cut straight from the sheets. Cutting of sheets shall be done
in such a way as to limit the loss of material. The use of off-cuts in the Works will not be
permitted.
Section VI-Works Requirements WR-97

6. Lapping of Bars and Wire Fabrics

Unless otherwise specified, lap length of bars shall be at least forty-two (42) times the diameter
of the larger bar, and laps shall be positioned in a staggered pattern.

Laps on adjacent sections of wire fabrics shall generally be carried out as follows:

 End to End by lapping the two pieces one full mesh (measured from the ends of the
longitudinal wires in the other piece) and securing the two pieces together with wire ties
placed at intervals of about 450 mm.

 Side by Side by placing the two selvage wires (the longitudinal wires at the edges of the
fabric) one alongside and lapping the other, and by securing the two pieces together with
wire ties placed at intervals of about 900 mm.

No welding of reinforcement shall be carried out unless authorized by the Engineer. All
welding procedures shall be subject to prior approval of the Engineer in writing.

7. Fixing of Reinforcement

All reinforcing steel shall be accurately placed and fixed in position and retained in that position
during the placing of the concrete.

Correct positioning will be achieved with the use of steel bar supports, blocks, ties, hangers or
other approved supports. Spacer blocks for holding the reinforcement from contact with the
forms, or adjacent reinforcement, shall be of dense precast concrete blocks of approved shapes
and dimensions. The blocks shall be fitted with a semi-circular hollowing and double bent
poured-in binding wires. The water-tightness of these blocks must be at least similar to the
concrete into which they are concreted. The use of pebbles, pieces of broken stone or brick or
other materials will not be permitted. Steel shall be bound and tied in its correct position using
steel wire. Apart from any other requirement, the reinforcing steel shall be fixed in such a
manner that it will support its own weight and any loads which may be imposed upon it during
construction without displacement, deflection, or movement of any kind.

In slabs provided with two or more layers of reinforcement the parallel layers of steel bars shall
be supported in position by the use of steel chairs (eg steel bar supports). Spacer blocks shall
be placed at each chair to support the layers of reinforcement from the blinding concrete or
shuttering.
Concrete cover to the nearest reinforcement shall be exclusive of plaster or other decorative
finish and blinding concrete.

The distance between any two parallel bars except at laps shall not be less than 5 mm greater
than the nominal aggregate size or 25 mm or the diameter of the larger bar whichever is the
greater.

All reinforcement projecting from construction joints or likely to be exposed to the weather for
long periods before concreting is commenced, shall be covered with polythene, blinding tape,
or cement grout in order to prevent excessive rusting or staining of the surrounding concrete.
Section VI-Works Requirements WR-98

Should in spite of these precautions rust staining occurs on any permanently visible surfaces,
it shall be removed at once to the satisfaction of the Engineer.

Reinforcement shall be installed with clearance for concrete coverage in millimeters as follows:

Foundation bottoms cast against a layer of blinding concrete 75 mm


Formed surfaces in contact with soil or
exposed to the weather or water 50 mm
Columns, beams and walls 40 mm
Top and Bottom steel of interior slabs 25 mm
Top and Bottom steel of internal Stairs 25 mm
Top steel in reservoir slabs 50 mm
Bottom steel in reservoir slabs 50 mm
Columns and beams in reservoir interior 50 mm
Interior face of walls in reservoirs 50 mm

All slab reinforcing shall be supported on concrete cubes or wafers of the correct height. Wafers
shall contain soft steel wires embedded therein for fastening to reinforcing. Wafers shall have
a minimum compressive strength equal to that of the concrete in which they are to be placed,
and shall have been cured as specified for concrete. Masonry units will not be permitted for
supporting steel in bottom mats or elsewhere. For supporting the top steel in slabs, the
Contractor shall furnish extra steel supports such as channels if required and shall construct
blocks of concrete having the same quality as specified for the structure for use in supporting
both top and bottom mat steel. Wood blocks, stones, brick ships, cinder blocks, or concrete
building blocks will not be allowed. Alternate methods for supporting top steel in slabs, such
as vertical reinforcing fastened to bottom and top mats, may be used if approved.

Alternate methods of supporting bottom reinforcement for slabs and beams not exposed to the
weather (such as plastic chairs, but not plastic tipped wire) may be used only if specifically
approved by the Engineer. Reinforcement for vertical surfaces (beams, columns, walls) shall
be properly and firmly positioned away from the forms at all points by approved means.

8. Approval before Concreting

All reinforcement, after having been fixed in position, shall be inspected and approved by the
Engineer before any concrete is placed. Any concrete placed contrary to this requirement shall,
if ordered by the Engineer, be removed together with the reinforcement and replaced by the
Contractor at his own expense.
Section VI-Works Requirements WR-99

2.6.19 Specification for Pressure Filter

General Information

The source identified and confirmed by consultant for the extraction of raw water for the
Mahindagama – Mahasenpura Integrated Water Supply Scheme from Kasan tank which is
under purview of Mahaweli Authority of Sri Lanka. This is the only viable source available
in the area within an economical distance for extraction of raw water for the proposed water
supply system. Mahaweli Authority of Sri Lanka has granted water rights to abstract 1000
m3/d for the proposed water supply scheme for its design horizon up to yr. 2036 and the
location of intake and the type of intake structure has already been agreed by both parties.
(Location map is shown in drawing number RIDEP-PW-NCP-MAH-G-001)
The direct abstraction of raw water from Kasan tank, would be achieved by providing a set
of submersible type pumps (Q -62.5m3/h with 16hrs. operation) and access bridge, which is
to be located within the impounding reservoir. 150DI/160 HDPE pipe transmit the raw water
to the treatment plant at 480m away from the intake site.

Quality of Raw Water

The results of physical, chemical and enumeration of Algae of raw water etc. from Kasan
tank is presented in Annex 1. These raw water quality analyses are performed in the
laboratories specified by Engineer.

Raw water characteristics anticipated for the Kasan Tank in accordance with the past
observations and average water quality parameters are as follows:

Table 01: Physical & Chemical Quality, Sample from Kasan Wewa, July 13, 2020

No. Sri Lanka Standards Units Maximum Sample


SLS 614-2013 Requirement
01 Appearance Clear
02 Color Hazen 15 14.9
03 Turbidity NTU 2 6.23
04 pH Value At 25℃ 6.5-8.5 7.28
±0.05℃
05 Total Dissolved Solids mg/l 500 112
06 Chloride mg/l as Cl 250 05
07 Total Alkalinity mg/l as CaCO3 200 50
08 Total Hardness mg/l as CaCO3 250 40
09 Nitrate mg/l, NO3- 50 1.32
10 Nitrite mg/l, NO2- 3 0.001
11 Sulphate mg/l as SO4 250 <01
12 Fluoride mg/l as F 1.0 0.21
13 Total Phosphate mg/l as PO4 2.0 0.19
14 Total Iron mg/l as Fe 0.3 0.10
Section VI-Works Requirements WR-100

Table 02. Enumeration of Algae June 17, 2021

No. Sample Location Total Algae Detected Types


Count (Units/ml)
02 Kasan Tank 2.5 x 103 Closteriopsis Sp., Clorella
Sp., Pipidinium sp., spirulina
sp., synedra sp., Chlorella sp.,
pyridinium sp.

Scope of Works

The scope of work under this supply and installation of pressure filters basically includes the
verification of provided information and following scope but not limited to the flexibility of
the supplier to provide required other essential facilities if necessary to deliver intended
outputs in a sustainable manner within its design life to achieve most techno economical
solution;

Data Verification, Sizing, supply, install and commissioning of Pressure Filter Units

It is proposed to have each one set of pressure filter unit as follows as per the given
specification. Data verification, sizing, supply, delivery, installation and commissioning
should be done by the contractor.

(a) Data verification, sizing, supply, installation and commissioning of Pressure filters of
each unit should have filtered water flow 32.0 m3/hr and min 0.5 bar pressure at the
outlet with either pneumatic/motorized valves, pipes and specials for automatic
operation including necessary control panel as shown in drawings (MAH-PF- 01,02
&03 in Dwg. No. RIDEP-PW-NCP-MAH-PID-002). However, the system should have
a facility for manual operation independently when there is a need.

(b) Supply and installation of suitable size inlet & outlet header pipes of pressure filter,
connection to all the inlet & out let from each pressure filters from it’s header pipe.
Further, there shall be a facility for connection washout pipe to the open drain (along
the middle of the pressure filter shelter). Outlet header pipes connection to 200mm dia.
DI common inlet pipe of 100m3 clear water tanks etc. as Shown in Dwg. No. RIDEP-
PW-NCP-MAH-YP-001.

(c) Data verification, sizing, supply, installation and commissioning of feeding pumps (one
duty & one standby) for pressure filters supplied from above item (a). The feeding pump
should have a capacity of feeding two pressure filters simultaneously. Pumps shall be
supplied including all necessary accessories complete with electrical connection,
fasteners to connecting to the concrete base as per drawings and specifications. (Refer
labels MAH-PP-03 & 04 in Dwg. No. RIDEP-PW-NCP-MAH-PID-002). For more
details refer RIDEP-PW-NCP-MAH-PID-002 and section section 2.6.19 to 2.6.22 for
detailed Mechanical and Electrical specification.

(d) Supply and installation of 200mm dia. DI header pipe connect to outlet of 30m 3 raw
water ground tank. The work shall include connection to each pump with necessary
valves, fittings and specials including connection to inlet and outlet header pipes.
Section VI-Works Requirements WR-101

(e) Data verification, sizing, supply, installation and commissioning of backwash pumps
for Pressure filters including supply from item (a). The backwashing sequence shall be
programed in the operational scenario of backwashing at one filter at a time to reach the
designed output range of the overall filtration system. It shall be required
pneumatic/motorized/manual valves, pipes and specials for automatic operation of the
backwashing system. Basic details are as shown in control panel drawings. (MAH-PP-
05 & 06 in Dwg. No. RIDEP-PW-NCP-MAH-PID-002). For more details refer RIDEP-
PW-NCP-MAH-PID-002 and section 2.6.19 to 2.6.22 for detailed Mechanical and
Electrical specification.

(f) Supply and installation of pipes and fittings for the backwash pumps shall be as per
Dwg. No. RIDEP-PW-NCP-MAH-PH-M-001 including connection to the backwash
pipe inlet of the pressure filter. The pipes and fitting shall match to the backwash pumps
given in item (e).

Technical requirements

Item Item Specification Remarks


No.
1 Sand filters Type - Vertical cylindrical type The FRP tank should
preferred be heavy duty non-
transparent having flat
Dimension – Suit to deliver bottom support with
required treated water capacity necessary bracings.

Material of tank body– Fiber - FRP tank should have


reinforced plastic or better, NSF certificate.
Media Type – Quartz sand or
equivalent All material contact
with water should be
Operating pressure: Should have non-toxic.
minimum outlet pressure of 0.5
bar. The inlet, outlet
pressure, current &
Regeneration: maximum pressure
Operation – Automatic multi- drop shall be display on
port the display panel.

Valve – Automatic valves The proposed


having electronic timer, automation of the
digital display. pressure filters should
have integrity and
Backwash – Should be compatibility with the
automatic and should be other defined elements
able to set time schedule or of the automation of the
pressure drop. In water supply scheme.
addition option should be there
to operate
Section VI-Works Requirements WR-102

manually. Made in USA, Europe


or equivalent
Capacity – Minimum service
outflow 32.0 m3/hr.

Pipe Material – PVC/ DI or


equivalent suit to withstand
operating pressure.

2 Inlet Inlet Pressure Pump Made in USA, Europe


Pressure or equivalent
Pumps This pump is responsible for
creating the necessary system
pressure to media filters to
produce required treated water
flow

The pump of single-phase model


is preferable with a capacitor start,
thermal protection

Power Supply: 400 Vac / 3-


phase/50Hz
3 Backwash Backwash Pump Made in USA, Europe
Pump or equivalent
This pump is responsible for
creating the required water flow
and pressure to the backwash
operations as per the design
sequence.

The pump of single-phase models


is preferable with a capacitor, start
thermal protection

Power supply: 400 Vac / 3-


phase/50Hz
4 Interconnec Interconnection pipe lines should Flanged piping
tions be designed to run each media connection should be
filter separately and should able to used at every possible
bypass each filter. (Installation place
diagram must be supplied)
5 Power 400 Vac / 3 phase / 50 Hz
Supply
All inside wiring works should be
done by the contractor
6 Meters, It is required to have flow meters
Instruments to measure the treated water flow
Section VI-Works Requirements WR-103

Inlet and outlet should have 316


SS pressure gauges

Sample valves should be placed at


the inlets and outlets
7 Safety Vacuum Breakers is necessary to
Features protect the tank and face piping

Breakers and Relays: should be


included for protection against
electricity surges
8 Warranty One year for the electrical It is important to
equipment, all mechanical units, provide acceptable
pressure vessels and all piping warranty in clear terms
systems as it is able to provide
water quality analyses
reports prior to design
systems
9 Spare Parts Availability: the contractor Contractor shall
should mention the availability of submit the details of
spare parts and time of shipment accredited agents for
to Sri Lanka. supply of necessary
spares for filter
operation.
10 Certificates Should have ISO and NSF Attach evidence and
certificate for filters and materials locations of installing
and operating similar
systems during last 5
years at the time of bid
submission
11 Manuals, Manuals: the original manual for
Fact Sheets all units, valve meters provided by
and Design the manufacturer should be
provided with the bid (NOTE: the
offers without manuals/ product
literature provided by the
manufacturer will be rejected
without considering for the
evaluation)

Power consumption and supply

The filter should be having a most appropriate and proven techno-economic power
consumption within the overall plant operation and power consumption should be clearly
describe within the plant catalogue. As per the agreed rate of power consumption for hourly
operation, the Employer will make necessary provision for grid power up to the designated
inlet of the filter. The bidders are advised to plan all electrical devices to suit the electrical
standards of Ceylon Electricity Board (CEB). Three phase power supply will be available at
the main incoming panel of the CEB and all internal wiring is a responsibility of the
contractor. The bidder shall consider all such matters when submitting the design outline.
Section VI-Works Requirements WR-104
Section VI-Works Requirements WR-105

2.6.20 Specifications for Pumping Sets and Accessories

1. Centrifugal Pump Sets

1.1 References

The following standards are referred to.

BS EN ISO 14691 Flexible Couplings


ISO 3555 Class B Testing Methods for Centrifugal Pumps, Mixed Flow Pumps and Axial
Flow Pumps
ISO 3555 Centrifugal mixed flow and axial pumps-Code for acceptance test -
Class B.
BS 292 Ball Bearings
ISO 3555 Class B Testing Methods for Centrifugal Pumps, Mixed Flow Pumps and Axial
ISO 2858 End Suction Centrifugal Pumps
ASTM B 584 Bronze Castings
BS 1452 Gray Iron Castings
ISO 2858 End-suction centrifugal pumps (rating 16 bar) - Designation, nominal
duty point and dimensions
ISO 3069 End-suction centrifugal pumps - Dimensions of cavities for mechanical
seals and for soft packing

1.2 Pump Performance

The pump head versus flow characteristic shall be stable, rise continually to close valve head
and be non-overloading.

The closed valve head shall be a minimum of 110% of the duty head.

Contactors shall select the most economic pumps given the constraints of the operating
parameters, as operating costs will be considered in association with the capital costs in the
tender evaluation.
Characteristic and system curves for the pumps against the various static heads shall be
supplied with the bid. When tested through their complete range of workable heads at the
manufacturer’s works the pumps shall give results which conform to the stated duty points. The
curves shall be presented at a reasonably large scale and shall also show pump efficiency and
kW loading.

Where pumps are working in multiple parallel operations, they shall operate satisfactorily on
the system curve regardless of the number of pump sets running and not approach run out
condition.

The system design and pump curves shall illustrate the design conditions with operational
efficiencies and power demands illustrated on the systems curve or envelopes and shall take
account of at least the following conditions
Section VI-Works Requirements WR-106

(i) the full range of static heads occurring in the works


(ii) the various possible combinations of parallel pump operation

The net positive suction head required (NPSHR) curve for the full range of operation shall be
submitted and shall be compatible with the available to enable the pump to operate, without
cavitation over the full range of flows at all liquid levels.

Pump motors shall be rated a minimum of 10% higher than the maximum power required by
the pump across the whole of its operating duty.

Where pump sets are fitted with flywheels for surge control reasons, the pumps motors and
associated starters shall be suitably sized to cater for the increased starting torque requirements.

Contractors shall provide with the bids, sales brochures for the plant offered and shall include
technical details of materials of construction, thrust bearings, lubrication and sealing.

1.3 Materials and Workmanship

(a) General

All materials shall be of the highest grade, free from defects and imperfections, of recent
manufacture and unused, and of the classification and grades designated. Material not
specifically described shall conform to the manufacturer's standard for the applicable part in
the service intended.

All materials, supplies, and articles, not manufactured by the Contractor, shall be the products
of recognized reputable manufacturers. The products of firms other than those specified herein
will be accepted when it is proved to the satisfaction of the Engineer that they are equal in
strength, durability, usefulness, and convenience for the purpose intended.

The Contractor shall furnish to the Engineer for his approval the names of the manufacturers
of all machinery and other equipment which he contemplates incorporating in the work,
together with performance capacities and other relevant information pertaining to the
equipment. Samples of materials shall be submitted for approval when so directed. Equipment,
materials, and articles installed or used without such approval shall be at the risk of subsequent
rejection.

All wearing or erodible materials associated with water pumps shall be compatible with potable
water and not impart taste, odour, colour or toxicity. Internal coatings shall be approved for use
with potable water and external coatings if not specified shall be capable of withstanding
continuous severe condensation. The paint manufacturer shall confirm and guarantee the
suitability of his product for the working environment.

Workmanship shall be of the highest grade and in accordance with the best modern standard
practice.

Liberal factors of safety shall be used throughout the design and especially in the design of all
parts subject to alternating stresses or shock. For pumps, the maximum units stress due to
maximum operating conditions shall not exceed the values given in the following table, with
Section VI-Works Requirements WR-107

the exception of the pump shaft in which the combined torsional and axial stress shall not
exceed seven (7) percent of the tensile strength of the material.
Table of Unit Stress (N/mm2)

Stress in Tension Stress in Compression


Cast Iron 14.7 73.5
Plate Steel 88.2 88.2

For other materials used in the construction of the pump, the maximum stressed in tension or
compression due to the most severe operating conditions shall not exceed one-third of the yield
point or one-fifth of the tensile strength of the material. The maximum unit working stresses in
shear shall not exceed 14.7 N/mm2 in cast iron, nor more than 60 percent of the allowable
stresses in tension for other materials.

(b) Pump Casing

The pump casing shall be high grade cast iron to BS 1452 or equivalent and be abrasive
resistant, capable of taking shock loads and incorporate lifting eyes located for removal of the
pump. Lifting eyes shall be collared, certified, tested and marked individually with identity
number and Safe Work Load. Test certificates shall be provided. Suction and delivery branches
shall be incorporated in the casing and include tappings for pressure gauges. Drain plugs shall
be provided at the lowest point of the casing and automatic air release valves complete with
isolating cocks and bleed lines, to the bedplate tundish, shall be provided on each stage of the
pump. Flanges shall comply with BS 4772, ISO 2531 or equivalent and be drilled to suit the
adjacent pipework. A suitably rated pressure gauge shall be provided with each pump set. The
gauges shall be suitably damped internally to prevent damage through system pressure surges.
Pump casings and discharge pipework up to and including the isolation valves and non- return
valves, shall be rated for the maximum closed valve head developed; including the maximum
suction pressure, or 16 bar, whichever is the greater.

(c) Impeller

Impellers on potable water applications shall be high grade bronze. On raw water applications
the impeller shall be stainless steel.
The impeller(s) shall be keyed and positively secured to the pump shaft and shall be designed
so that there is no tendency for any parts to unlock due to reverse rotation of the pump.
Hydraulic balancing holes in the impeller will only be accepted on end suction overhung
impeller water pumps and where the impeller is suitably reinforced to minimize stress
concentrations.

(d) Casing Wear Rings

Removable wearing rings shall be provided on the pump casing. Casing wear rings shall be
locked to prevent rotation by dowel or similar approved method. Ease of replacement shall be
a major design criterion. The wear rings shall be of bronze casting conforming to ASTM B 584
or better and designed such that hydraulic pressure aids the sealing of the ring into the pump
casing. Casing wear rings shall be incorporated on all rotating/stationary interfaces.

(e) Bearings
Section VI-Works Requirements WR-108

(i) Thrust Bearing


The axial thrust generated shall be taken by an appropriate thrust bearing arrangement. Thrust
bearing arrangements incorporated into the motor housing are not permitted. Setting of thrust
bearings shall account for dynamic loading.

(ii) Rolling Element Bearing


Ball or roller bearings shall comply with BS 292 or equivalent and shall be sealed for life. They
shall be rated to give a minimum life of 70,000 hours at maximum load without replacement.
Bearings shall be protected by water throwers and lip seals.

(iii) Submersible Bearings


Submersible bearings shall be of the water lubricated type with corrosion resisting outer shell
and internal lining of high resilience and abrasive resisting properties. The shaft should be
protected locally with shaft sleeves to ensure that particles in suspension in the water do not
cause premature wear.
Intermediate support bearings shall be housed in a spider arrangement spigot to the discharge
column flanges to ensure concentricity. The upper water lubricated bearings shall be
maintained in a lubricated condition particularly on pump start up, in order to avoid dry running
of the bearing.

(iv) Plain/Bush Bearings


Bush bearings, where utilized, shall be in bronze or equal, split for easy maintenance and
positively locked to prevent rotation.

(f) Sealing

(i) General
The means of sealing shall be soft packed gland.

(ii) Soft-Packed Gland


Gland packing shall be graphite impregnated Polytetraflouroethylene (PTFE), of approved
manufacturer. Asbestos based packing will not be permitted.

The gland design shall incorporate the following:


 A tapered “lead in” at the mouth of the gland entry to facilitate packing replacement
and obviate the risk of damage on assembly.
 The surface finish of the adjacent metal parts shall be O.4m CLA on the shaft gland
sleeve and 1m CLA on the stuffing box bore.
 Where running clearances are excessive, the packing shall be protected by an
independent ring of suitably robust material which reduces the clearance to a minimum.
 The packing must not be used as a bearing.
 All studs, dowels and adjustable nuts shall be manufactured from stainless steel,
 Lantern rings shall be of gun metal or bronze and shall be split for ease of’ removal.
 Pumped water supplies to the lantern ring shall be free from abrasive solids.

(iii) Seal/Gland Drainage


Seal/gland drainage shall be collected in a collecting tray formed integrally with the pump
casing stuffing box. The tray shall not extend high enough to submerge the gland in the event
of drain hole blockages. Drainage shall be piped to the bed plate tundish located at the non-
driven end of the pump.
Section VI-Works Requirements WR-109

(g) Pump Shaft

(i) Shaft Sleeves


Where shafts are exposed to the process fluid and where they pass through the sealing gland
they shall be fitted with sleeves of bronze or stainless steel, positive driven and which extend
through the stuffing box. Bronze casting shall conform to ASTM B 584 or better. Type of
stainless steel shall be 304, 420 or others. The finish of the sleeve at the seal faces shall be
highly polished (15 microns). Where a pump is drawing water from a river intake stainless steel
sleeves shall be fitted.

The diameter of the sleeve shall not be taken into account when calculating shaft stiffness.

(ii) Balance
The whole of the rotating assembly, including impeller locking key(s) but excluding the
impellers shall be dynamically balanced as an integral component. The impellers shall be
dynamically balanced separately and then assembled to the shaft, to form without further
adjustment, a dynamically balanced whole.

(h) Mounting

(i) Horizontal Mounting


Horizontal pump sets shall have the pump and motor mounted on a common bedplate
of cast iron or fabricated steel which shall incorporate machined reference surfaces to
permit levelling of the assembled pump set on its foundation. The bedplates shall be
fully supported on sets of steel packers and shims which shall be not less than 80mm
wide or twice the width of the bedplate frame and drilled for positive location. Not more
than one packer and two shims shall be used at each location point.

The pump shall be mounted on and bolted to the bedplate and unless positively located
be dowelled in its final position with not less than 0.75mm, of brass shimming between
the pump and bedplate. The motor shall not be dowelled until after final alignment on
site has been checked and approved by the Employer’s Representative. Dowel pins shall
be Grade A in accordance with BS 1804 Part 3 or equivalent.

(ii) Vertical Mounting

Close-coupled

Close-coupled pump sets complete with motor shall be mounted on a rigid stool
incorporating the coupling, coupling guards and thrust bearing where applicable.

Shaft Driven

Where the design requires the pump to be mounted on a separate floor below the drive
motor because of the possibility of pump room flooding or for the purposes of locating
motors adjacent to switchgear, shaft driven pumps shall be provided. The shaft may be
open or enclosed and shall incorporate intermediate steady bearings as determined by
the transmitted power, speed, length and diameter. Intermediate shaft lengths shall not
exceed 3m and shall run below their first critical speed, vibration free.
Section VI-Works Requirements WR-110

The shaft shall be supported such that the weight of the shaft is not transmitted to the
pump and motor bearings. A thrust bearing assembly shall be incorporated into the drive
motor stool to take the weight of the shaft and include all necessary ventilation and
cooling coils if required.

Each intermediate shaft shall be independently supported and designed such that there
is no transmission of vibration between supports via walkways, support steelwork etc.

The Contractor shall be responsible for the provision and erection of all support
steelwork for the support bearings and shall undertake vibration studies as required to
ensure that vibration effects are not transmitted to the supporting structures and/or
buildings which may impart resonance effects to those structures/buildings.

Support Stool
The support stool shall be manufactured from either close-grained cast iron or fabricated
steel. The stool shall be founded on a separate foundation plate permanently bolted and
grouted to the structural floor; the motor stool shall be located relative to the motor by
a machined spigot flange and to the foundation plate by the same or dowel pins together
with the necessary number of securing bolts. The upper face of the motor stool shall not
be less than 600mm above the finished motor room floor level.

Bearings
The intermediate bearings shall be self-aligning ball or roller type housed in plummer
blocks fixed and dowelled to the supporting steelwork.

Lubrication
Lubrication points or support bearings, universal joints, sliders, etc. shall be readily
accessible from permanently fixed access platforms provided under the contract or
piped to ground level unless otherwise specified.

Balance
After manufacture and assembly, including setting pre-load in the universal coupling
bearings, the shaft assembly shall be dynamically balanced.

(i) Couplings

(i) General
Couplings shall be provided to permit the removal of drive shafts, bearings, etc. without
removing the pump or motor. Couplings between the thrust bearing and motor shall be
accommodated within motor/support stools.

Couplings shall be of the pin and buffer type unless otherwise specified.

(ii) Coupling Alignment


After coupling alignments, the Employer shall witness and accept the machine alignments
which shall be recorded in accordance with BS 3170 or equivalent.

(j) Rating Plates


Section VI-Works Requirements WR-111

Rating plates shall be fitted to all pumps, be manufactured and fixed by corrosion resistant
material (excluding brass) and include full details of the pump including size, type, serial
number, best efficiency, duty point flow, head, speed, NPSH and the closed valve head.

The weight of the pump set, motor and bedplate or stool shall be marked on the pump set
data plate.

(k) Guarding

All machine enclosures shall be safeguarded in accordance with BS 5304 or equivalent


and with guards fixed to either the pump set bed plate or motor stool whichever is
appropriate. Couplings shall be totally enclosed.
Shaft guards shall extend the whole length of the shaft and include hinged access doors at
lubrication/inspection points for couplings, bearings, sliding joints, etc. Mesh sizes or
apertures in the guard shall not exceed 12mm diameter or 12mm square.

(l) Lifting Brackets

Integral lifting brackets, shackles and lifting eyebolts shall be manufactured from stainless
steel with minimum ultimate tensile strength of 540 MN/m2, and certified in accordance
with BS 4278 or equivalent. Both bolt and hole shall be permanently marked, preferably
by punching, with the diameter and thread form used. All eyebolts shall be of the collar
type.

2. Pump Types

Water pumps shall generally be divided into two groups. Raw water and potable water pumps
may be of the following types, depending on the application and as specified in the Particular
Specifications:

1 Borehole Pumps
2 Electro-submersible
3 Back pull-out
4 Double Entry Pumps
5 Multi-stage ring Pumps
6 Hydro-pneumatic boosters.

2.1 Borehole Pumps

Borehole pumps shall be multi-stage cast iron mixed flow or centrifugal pumps suspended
below the motor/thrust bearing/head gear which shall be mounted under cover. The pump and
associated rising main pipe column shall be supported separate to the motor and thrust bearing
stools. The rising main shall be flanged and provision made for cabling to borehole or wet
sensors and/or intermediate bearing lubrication lines where applicable.

Pump shafts shall be stainless steel and bearings shall be water lubricated bronze. Water
lubricated rubber bearings are permitted provided there is no possibility of the pump running
dry. The pump inlet shall be fitted with a stainless-steel strainer and the cutlet shall be fitted
within a positively seating bronze check valve (this is in addition to the reflux valve associated
with the wellhead pipework).
Section VI-Works Requirements WR-112

2.2 Electro-submersibles

Electro-submersible pumps shall be used in deep well applications and where borehole casing
sleeves are less than 350mm internal diameter. They may also be used horizontally as “in-line
booster” applications where required by the Contract in pipes of 150mm diameter or less.

In borehole and in-line applications the motor shall be arranged upstream of the pump inlet and
cooling water flow over the motor shall be unimpeded.

In horizontal applications the pump and motor shall be fully supported by adjustable radial
supports at a maximum of 1200mm centers, with not less than two sets per pump set.

Pump sets in casings below 100mm diameter may be of fabricated stainless steel construction
inclusive of shaft casings, impellers and check valve.

Pumps shall be of vertical submersible turbine type consisting of turbine bowl assembly and
submersible motor, and be supplied complete with electric cables.

Stainless steel nameplates with stamped or engraved pump data giving the name of the
manufacture, model number, serial number, rated capacity (lps), head (m) per stage, number of
stages, and speed shall be attached to both the head assembly and the pump bowl.

Except as otherwise provide in these specifications, the pump and motor assembly and
accessories shall conform to AWWA E101. “Deep Well Vertical Turbine Pumps - Line
Submersible ‘types”

Bowl shall have threaded joints made of close grained cast iron. ASTM A48 class 30, be water
lubricated and be provided with bronze bearings.

The impellers shall be of the enclosed type, made of one piece cast bronze conforming to
ASTM B584, or stainless steel and secured to the shaft with tapered steel collars. All impeller
surfaces shall be smooth; they shall be statically and dynamically balanced for maximum
efficiency and performance.
Suction strainers shall be stainless steel with opening sized to exclude any object that might
damage the impellers.

The pump shafts shall be stainless steel conforming to ASTM A267. Type 410 or 416, and shall
be adequately supported by bronze bearings. The shafts shall be forged, ground and sized to
provide minimum deflection.

The upper end of the pump shaft shall be polished to a fine surface to give thrust protection
against the bronze, grease lubricated plate type bearings.

There shall be an extra long bronze inter-connector bearing that will provide maximum shaft
support at the point where the motor shaft joins the pump shafts.

Should riser pipes be required, they shall not be lighter than schedule 40 seamless steel pipe
furnished in 3.0 metres maximum lengths and shall be connected with extra strong threaded
couplings.
Section VI-Works Requirements WR-113

Surface plates - The surface plate shall be fabricated from heavy gauge steel plate

b) Back-Pull out Pumps

Where single stage pumps are suitable for the design duty, over hung impeller back pull-out
type pumps may be offered for water pumping applications, e.g. small boosters, supernatant
return, etc. Horizontal installations close or long-coupled are preferred but vertical applications
are acceptable where applicable.

The hydraulic end and drive shall be easily removed without affecting the associated pipework.
The casing and bed-plate assembly shall incorporate locating rails as part of the back pull-out
arrangement.

Dynamic thrust shall be taken by suitable thrust bearings incorporated in the long-couple
arrangement or the motor bearings and shall be rated to take the hydraulic end loading.

c) Double Entry Pumps

Potable water pumps shall be horizontal, axially split, double entry pumps complete with
mechanical seals unless otherwise indicated in the Contract documentation.

The pumps shall be single stage, double suction, horizontally split case type, centrifugal pumps
suitable for continuous heavy duty service. The construction of the pumps shall be such that no
damage will occur to the pump, attached motor or controls if reverse rotation takes place.
Mechanical brakes or ratchets shall not be permitted. No non-metallic materials will be allowed
in the inside of the pump casing or impellers where a vertical arrangement is required the motor
shall be supported by an independent rigid stool.

d) Multi Stage Ring Pumps

For high head applications multi-stage ring pumps shall be provided. Hydraulic balance shall
be-incorporate within the pump design. Balance and air release pipes shall be copper or
stainless steel. Air release lines shall drain into a single bed plate tundish. Manifolding is not
permitted.

e) Hydro-pneumatic Boosters

Hydro-pneumatic booster sets shall comprise duty/standby pumpsets, air/water accumulator


and associated valves and pipework all mounted on a common bedplate.

The pumps shall be complete with cast iron case sections, stainless steel impellers, stainless
steel shaft, water lubricated bronze intermediate bearings and tungsten carbide mechanical
seals. Pump connections shall be flanged.

Single stage back pull-out pumps are a permitted alternative where efficiency and economy of
supply allow.

The air/water accumulator shall be a cylindrical steel diaphragm accumulator vessel complete
with taint free butyl liner, polypropylene water compartment liner, pressurised air (or nitrogen)
Section VI-Works Requirements WR-114

charge and Schrader valve. A pressure gauge shall be provided visible from the front of the
booster package or control panel.

The vessel shall be certified and marked in accordance with BS 5500 or equivalent.

The pipework shall be galvanized to BS 1387 or equivalent and comprise a suction manifold
connecting the pump suction and a delivery manifold connecting pump delivery and the
air/water accumulator both terminating as flanges to BS4504 or equivalent PN16. The
accumulator and pumps shall be provided with isolating wedge gate valves and the pump non-
return valves of the wafer pattern type.

Each pump suction shall be provided with a suction protection pressure switch and control
pressure switches shall be provided on the suction and delivery manifolds.

2.7 Sump Pumps

Where specified, sump pumps shall be provided in dry wells where natural drainage is not
possible and in wet sumps which are required to be fully drained down.

Sump pumps shall be fully automatic with integral non-mercury level control switches. Integral
level float switches shall not operate on mains voltage. They shall be free standing and suitable
for use with 300mm by 300mm by 300mm drainage sumps.
Delivery pipework shall be ABS terminating with a ball type refiux valve and isolating valve
adjacent to the drainage sump. Pump discharge connection system shall be specified as the
following two types:

(a) Quick gravity connection system


(b) Quick coupling system for flexible pipe

Flexible hose shall connect the pump to the pipework to facilitate removal of the pump without
affecting the pipework.

3. Factory Performance Tests

Unless otherwise specified, all pumps shall be tested at the manufacturer's plant to demonstrate
complete compliance with these specifications. The tests shall be in full compliance with the
applicable provisions of ISO 3555, and as herein noted.

Unless waived in writing by the Engineer, all tests shall be witnessed by a duly authorized
representative of the Engineer. The Contractor shall provide 30 days notice to the Engineer in
writing prior to conducting factory tests.

The tests shall cover the entire range of total head from shut-off to the minimum total head at
which the pump can operate without cavitation, noise, or vibration with suction pool water level
indicated on the drawings as low water elevation. The minimum head shall be equal to or less
than the run out head specified for each pump. Data shall be recorded for not less than five
points between shut-off and the minimum total head for suction pool low water elevation. After
factory performance tests, the Contractor shall submit six (6) copies of test reports.
Section VI-Works Requirements WR-115

If the pump fails to meet the specified head capacity efficiency requirements or indicate
cavitation or damaging noise or vibration in the total head range between shut-off and specified
run out heads, the pump shall be modified or newly manufactured until acceptable tests are
completed.

4. Shop and Field Painting

The pumps, couplings, motors and bed plates shall have shop and field coats. All interior
ferrous and non-machined surfaces of casings shall be shop painted with tar epoxy paint, Paint
System E1 unless otherwise specified.

Painting shall conform to the requirements as specified in the SECTION 5.1.10 ‘PAINTING
AND PROTECTIVE COATING’ unless otherwise specified.
Section VI-Works Requirements WR-116

2.6.21 General M&E Requirements

1. Operation and maintenance Training for M&E systems

The Contractor shall train dedicated operational team appointed by the client to operate all
the mechanical and electrical systems according to the contractual requirements and
manufacture’s recommendations.

Firstly, the contractor shall train two technical personals during the installation period,
appointed by the client who supposed to operate the scheme after compilation. Avoiding
mistakes and provide necessary guidelines to act in complicated situations are the intension
of this training program.

Secondly, after the testing installation works, the contractor shall arrange one-day class
room training and one day onsite training for minimum number of 10 people appointed by
the client. Representatives of manufactures of each mechanical and electrical system shall
be participated for this training and the contractor shall confirm that all information
delivered during the training are according to the manufactures standard of operation and
maintenance.

All the cost for the training including training material, class room, foods for trainees shall
be borne by the contractor.

2. Testing & commissioning

After the completion of installation works, all mechanical and electrical systems shall be
tested at the site with the presence of representative of local agents of each system makes
and engineer. Furthermore, overall system of water supply scheme has to be tested and
commissioned by the contractor to meet the functional requirement of the employer. Local
agent should be appointed by the manufacture and participation of local agent’s
representative for following systems and equipment’s are compulsory. If there is a
requirement for participating representative of local agent for other equipment’s or systems
that are not specified here, those requirements are mentioned under the particular
specifications.

 Raw water Pumps, Sludge pump feed/Back wash pumps for pressure filters
 Electrical Control panels
 Package chlorination system
 Automatic Pressure Filter system
 Automation system

If any fault or nonperformance of equipment or systems is noticed, contractor shall rectify


those issues and retest the system with the engineer until the system performs to requested
conditions. Any additional costs that may have to be incurred due to non – performance of
the equipment and systems shall be recovered from the contractor.

After the acceptance of the test result by the engineer, contractor shall appoint experienced
technical person to operate the system with client’s staff for minimum 30 days starting from
a date informed by the engineer. System performance in this 30-day period shall be reported
to the engineer by the contractor for final acceptance of the scheme.
Section VI-Works Requirements WR-117

3. Preventive maintenance and corrective maintenance

Preventive maintenance activities shall be done by the contractor during the defect liability
period. Contractor shall produce preventive maintenance schedule to engineer for
approval. Schedule shall be complying with the manufactures standard maintenance
guidelines and contractor shall provide such documents of manufacture as proofs.

The contractor has to attend all the preventive maintenance works on time to minimize the
unnecessary breakdowns during the defect liability period. If there is a breakdown withing
the defect liability period, the contractor has to attend immediately and reinstate the water
supply system without any disturbance to the community water supply.

All preventive maintenance activities shall be done in the presence of operation team of
the scheme. Contractor shall train the operation staff during the preventive maintenance
works for preventive maintenance activities scheduled after completion of defect liability
period.

4. System inspection

Contractor shall visit and inspect all mechanical/electrical equipment and systems installed
under this contract quarterly during the defect liability period after the final acceptance of
the scheme. Contractor shall certify that the system is performing according to the accepted
parameters through a short report addressed to the engineer.

Contractor shall purpose applicable precautions to enhance the system performance and
contractor shall guide the operational team to keep the system healthy.

5. Warranty

The contractor shall provide manufacturer’s warranty to the employer for all the
mechanical and electrical equipment’s and systems Supplied under the contract. The
contractor further warrants to the Purchaser that all materials, equipment supplied are new,
merchantable of the most suitable grade, and fit for their intended purposes. The supplier
shall warrant that the services to be carried out under this contract will conform to generally
accepted professional standards and engineering principals.

This warranty shall remain valid for the period of two years starting from the date of final
acceptance. After the final acceptance, any part of the equipment which fails or does not
give satisfactory performance during this period of warranty, shall be replaced within 7
days from the date the Contractor has been notified to do so.

All expenses involved in this warranty and maintenance works shall be borne by the
contractor who should take this into consideration when bidding.

6. Manufacturer and local agent

Manufacture of the equipment and systems installed in the scheme, shall be a reputed
manufacture with over 15 year in the industry producing similar nature of products. The
Section VI-Works Requirements WR-118

bidder shall supply document to confirm the establishment of the manufacture’s


organization and past records of similar products used over total value 50 million rupees
or more than 15 installations in equal or larger volume units in Sri Lanka within last three
years with the bid.

Accredited Agent in Sri Lanka for proposed product who has been appointed by the
relevant Manufacturer for the particular Product. The Local Accredited Agent shall be
equipped with adequate technical support staff, workshop facilities and sufficient stocks
of Spare Parts. Letter of appointment (original or a certified copy of letter of appointment
issued by the Manufacturer on their letterhead) as Local Accredited Agent and that
Facilities are maintained by him for a 3 years period up to the deadline of Bid, shall be
submitted with the Bid.

7. Tools and Laboratory equipment

Contractor shall supply following listed tools and equipment’s to the water supply scheme

Tools Mechanical

Steel mechanical tool box 01 Nr


Set of combination wrenches (6mm – 32mm) 1 Set
Pipe wrench with 2-3/4” opening 01 Nr
Chain pipe wrench suit to 100mm DI pipes 01 Nr
Adjustable Spanner (Max span 32mm) 01 Nr
Flat tip Screw driver 3mm x 150mm with molded, bi-material handle 02 Nr
Flat tip Screw driver 6mm x 150mm with molded, bi-material handle 02 Nr
Phillips tip Screw driver 3mm x 150mm with molded, bi-material handle 02 Nr
Phillips tip Screw driver 6mm x 150mm with molded, bi-material handle 02 Nr
Steel measuring tape (5m) 01 Nr
8” linesman plier 01 Nr
8” long nose plier 01 Nr
8” cutting plier 01 Nr
Hex Allen key 02 Set
Hacksaw frame with 10 blades 01 Set
Nail hammer 01 Nr
Sledge hammer 01 Nr
Retractable Utility Knife with 5 spare blades 01 Set

Tools Electrical

Tester (185mm) 02 Nr
Clip-on meter (200A) 01 Nr

Laboratory test equipment

Field test kit comprising


RCL Comparator 01 Nr
Insertion type turbidity meter 01 Nr
Ph test kit 01 Nr
Section VI-Works Requirements WR-119

2.6.22 Mechanical & Electrical Equipment Particular Specifications

1. Pumps

These specifications are intended to cover the supply and installation of vertically mounted
bore hole type submersible pumps with all accessories, pipe work, valves, fittings and electrical
control panels as shown in the drawings associated with the tender document

Pumps will be provided with electrical starter panels. Pump units shall be provided with an
arrangement for dry running protection. All necessary for installation of such arrangement,
including cabling, relays etc. shall be included in the contract.

The Submersible pumps will be operated in both manual and auto modes. Pump operation
procedure is mentioned in control philosophy.

Bidder shall refer particular specification for pump capacity and other technical parameters.

2. Speed

Nominal operating speed of the pump shall not exceed 2900 RPM. However, the pumps
with higher speed may be considered if no suitable offer is received for the specified pump.

3. Efficiency

Minimum pump efficiency expected at the duty point is mentioned in particular specifications.
The efficiency at the duty point will be a consideration in the evaluation of the offer of the as
both capital and the operational costs will be taken into consideration in evaluating the bids.
An alternative offer for pumps with lower efficiency will be considered if a suitable offer for
pumps with the required efficiency is not received.

4. Construction Materials for Intake pump

Description Material
01 Shaft SS304 or higher
02 Impeller type Open Impeller
03 Impeller / Impeller Stages Hard-Iron /SS304 or higher
04 Casing Material SS304 or higher
05 Seal type Aluminium oxide/Tungsten
carbide or higher
06 Seal material Mechanical Seal
07 Connection Hose connection
08 Enclosure rating IP 68
09 Intake pump With strainer
Section VI-Works Requirements WR-120

5. Construction Materials for Booster pumps

Description Material
01 Shaft SS304 or higher
02 Impeller / Impeller Stages SS304 or higher
03 Seal Material Mechanical seal
14 Motor Housing SS304 or Cast Iron

Other pump related parts shall be selected according to the design and site condition.

6. Pressure Gauges

Following gauges shall be installed with each pump, with operating and vent cocks.
a). A pressure gauge of 100 mm. diameter calibrated in meters of water and bar with a
maximum reading approximately twice the total head of the pump, mounted at the ground level
on the delivery side.

7. Calibration of Instruments & Meters

All instruments & meters shall be calibrated in the metric units as follows.

1. Pressure shall be indicated in metric water meter or bar.


2. Flow shall be indicated in cubic meters/hour or liters/second
3. Time shall be indicated hours.
4. Amperage shall be indicated in Amperes
5. Voltage shall be indicated in Volts.

8. Submersible Electric Motors and Lt Equipment

8.1 Motors

All motors shall be of submersible bore hole type Energy Efficient three phase,
squirrel cage, induction type designed for 230V single phase or 400V 3 phase as
specified elsewhere, 50 Hz conforming to BS 4999/1972 and maximum kVA inrush
current shall be NEMA Code F. Design of the motors shall be such that they can
operate within ± 15% of the normal voltage continuously without damage.

Suitable precautions shall be taken to prevent sand, silt or foreign matter from entering
the motor. A thrust bearing of ample capacity to carry the weight of all rotating parts
plus the hydraulic thrust at maximum operating head shall be an integral part of the
driver.

8.2 insulation
Section VI-Works Requirements WR-121

Motors shall be of class F Insulation or higher.

8.3 Motor Rating

Motor shall be continuous duty type (duty designation – S1) with minimum 6 starts per hour
and the ratings of the motors shall be at least more than the power required at the point of 110%
of the capacity at the specified duty point.

8.4 Balance

Each rotating assembly including coupling half, shaft and rotor shall be dynamically balanced
up to 150% of the operating speed prior to final assembly.

8.5 Protection Of Enclosure

Motor enclosures shall be protected to IP68.

8.6 Motor – Pump Coupling

The motor shall be directly coupled to the pump with no gears or any other speed changing
mechanism in between. The coupling shall be of stainless steel 431S29 of BS 970 and shall be
capable of transmitting the total torque and total thrust of the unit.

9. Electricity Distribution Panel

All electrical equipment shall be rated to operate on 400 V, three phases


50 Hz. Supply. They shall basically consist of;

a) Panel enclosures
b) Busbars with MCB’s (Distribution section)
c) Supply incoming section
d) Small power distribution section
e) Protection relay and Surge arrestor

9.1 Panel Enclosure Construction

Enclosures shall be of sheet metal construction using 1.5 mm. thick steel sheets with corrosion
resistant coat and powder coated. Fabrication shall be done using seam or spot welding and
finish shall be elegant and workmanship of high quality. The interiors of cubicles shall be
finished with gloss white paint. The cubicle exterior shall be finished to cream color. All cut-
outs and holes to be drilled in the panel shall be carried out before rust proofing.

All cubicles shall be adequately earthed independent of the earth connection via the cable
glands, and cubicle sections shall be electrically bonded to each other.

Enclosure shall be wall mounted.


Enclosure shall be protected to IP 55.
Section VI-Works Requirements WR-122

Doors shall be suitably hinged to ensure uniform pressure right along the rubber beading. The
rubber beading shall be flat type that provides protection against dust and drops of water. Doors
shall be lockable with special type operated locks. Hinges shall be zinc die – castings or
stainless steel.

9.2 Dimensions
Enclosure dimensions shall be carefully selected so that ample working space is available or
easy replacement of components.

Access to the cubicles or cubicle compartments for all normal routine maintenance shall be
from the from.

9.3 Arrangement of Components Within Enclosures

Arrangement of components shall be logical; Cable entry shall be from the bottom where knock
out flanges shall be fixed. All cables shall terminate at independent terminals installed at the
bottom part of the enclosures. Where busbars are used, they shall occupy the top portion of the
enclosure. Contactors and protective devices shall be in the middle portion of the enclosure.
All meters shall be conveniently located for easy reading and MCCB’s located at convenient
heights. Maximum operating height of the enclosure shall not exceed 2000 mm.

9.4 Wiring Within the Enclosures

Wiring within the enclosure shall be done in neatly arranged PVC cable trays with detachable
lids. All wires shall be numbered lugged and connected properly. The control wiring diagram
printed on paper (properly laminated) shall be fixed on to an interior wall of the enclosure.
Phases of each end of the cable shall be marked using red, yellow and blue tapes and the
neutrals shall be marked using Black tapes

9.5 Supply Incoming Section

Incoming section shall consist of the following basic elements.

a. One 4 pole molded case circuit breaker of adequate capacity with thermal
magnetic overload
b. Electronic Protection relay
c. Lamp indicator to indicate status of supply voltage
d. Incoming terminals
e. Surge suppression device (surge arrestors)

9.6 Busbars

All bus bars (TP&N running over the entire length of panel) shall be copper and of adequate
thermal and short circuit capacity to withstand extreme short circuit conditions without
permanent damage. An earth bus bar shall be provided at the bottom portion of the enclosure.
Current density in busbars shall not exceed 3A per sq mm.

9.7 Motor Control Panel


Section VI-Works Requirements WR-123

Motor Control Panel shall be a combination of Motor Starting panel and Instrumentation Panel
with separate cubicles and doors for each section. Method of motor starting shall be Direct On
Line (DOL)/ Star/Delta/ Variable speed drive (VSD) as specified in elsewhere. All starter
should be wired to check the control circuit with the supply but without running the Motor.

Motor starters shall comply with BS 587 or equivalent. Starter shall be adequately rated for the
required number of starts per hour and in any case not less than 6 starts per hour. Contactors
incorporated in motor starter shall conform to BS 775 and BS 5424 or equivalent.

Motor starter panel to be provided shall consist of the following basic elements.

a). One 3 pole MCCB with adequate rated capacity and thermal magnetic overload trip to serve
as the feeder for the starter, and Earth Leakage relay.
b). Contactors wired for DOL starting.
c). One three phase adjustable thermal overload.
d). Indicator lamps to indicate following :
* Pump running
* Pump tripped (overload)
* Pump stopped
e). Hours run meter
f). set of control relays, timers etc. necessary for operation.
g). 2 pole – MCB for control supply (If required)
h). Soft Starters (if applicable).

10. Instrumentation Panel

Instrumentation section is built into the Motor control panel. It consists of Programable logic
Controller (PLC) or Remote Terminal Unit (RTU), UPS, and other accessories as required. The
UPS supply is for the PLC/RTU controller and communication equipment.

11. Spares Parts

Bidder shall quote for the following spares for each installed pumping set.

11.1 Spare Parts for Intake pumping set

Repair Kit 02 set


Shaft bearings 01 set
Cable entry seal 01 No.
Cable joint kit 01 No

11.2 Spare Parts for Direct Demand Pump set

Pump stack 02 Nos


Necking set 02 Nos
Mechanical seals 04 Nos
Pump bearing 02 Sets
Motor Bearings 02 Sets

11.3 Spare parts for pressure filter feed pump


Section VI-Works Requirements WR-124

Mechanical seal kit : 02 Sets


Basic repair kit : 02 Sets
Shaft sleeves and intermediate bearing : 02 Sets
Coupling : 02 Sets
Motor bearing : 02 Sets

11.4 Spare parts for pressure filter backwash pump

Mechanical seal kit : 02 Sets


Basic repair kit : 02 Sets
Shaft sleeves and intermediate bearing : 02 Sets
Coupling : 02 Sets
Motor bearing : 02 Sets

11.5 Electrical Spares (For Intake)

Contactors 01 set of each type


Earth Leakage relay 01 set of each type
Relays 02 set of each type
MCCB 01 set of each type
Protection relay 01 set of each type
Indicating bulbs 10 nos. of each type
Fuses 10 nos. of each type
Local/Remote switch 01
Push button assembly 02
Running Hour Meter 01

Electrical Spares (For WTP )

Contactors 01 set of each type


Earth Leakage relay 01 set of each type
Relays 02 set of each type
MCCB including Tripping devise 01 set of each type
Protection relay 01 set of each type
Indicating bulbs 10 nos. of each type
Fuses 10 nos. of each type
RCCB 01set of Each Type
Push button assembly 02
Running Hour Meter 02
Float Type level switch 02

12. Sump Pumps

Where specified, sump pumps shall be provided in dry wells where natural drainage is not
possible and in wet sumps which are required to be fully drained down.
Sump pumps shall be fully automatic with integral non-mercury level control switches. Integral
level float switches shall not operate on mains voltage. They shall be free standing and suitable
for use with 300mm by 300mm-by-300mm drainage sumps.
Section VI-Works Requirements WR-125

Delivery pipework shall be ABS terminating with a ball type refiux valve and isolating valve
adjacent to the drainage sump. Pump discharge connection system shall be specified as the
following two types:

(a) Quick gravity connection system

(b) Quick coupling system for flexible pipe


Section VI-Works Requirements WR-126

2.6.23 Specification for Liquid Chlorine Dosing System (Package Unit)

1. Description

This dosing system is proposed to dose liquid chlorine to the raw water transmission main
or treated water as mentioned in particular specifications.

System specific parameters are mentioned in particular specifications and P&ID drawings.
Equipment and accessories

The chlorine dosing package shall supply and install as a single package unit so that it
consumes low installation space and giving high flexibility for operational and
maintenance works. Further, System shall be supplied with following minimum
accessories. Contractor shall consider other necessary accessories which required for
proper operation and performances of the entire system.

 Dosing Pumps
 Suction device for Pumps
 liquid level Switch
 Mixing Tank
 Electric Vertical Mixture
 Pressure relief valves
 Back-pressure valves
 Pipe works and accessories
 Control panel
 Power and Signal Cabling
 Safety Equipment

Refer process and equipment diagram for package system is given in drawings as a guide
line. The bidder shall submit technical catalogs and shop drawing for the proposed system
for pre-approval.

2. Mixing tank

Chemical mixing tank shall be made of PE so that resistance to react with chlorine water
mixture. The tank should be an integrated designed, facilitated to fix the chemical mixture
and dosing pump on the tank and, suction devices & the level switch inside the tank. Tank
shall be supplied with Stainless steel bracing to prevent the deformation due to load of
equipment’s and accessories mount of the tank.

Material PE / food safe and CL resistant


Lid PE
Volume As mentioned in particular specifications
Operating height Around 1m
Shape Cylindrical

3. Dosing pump
Section VI-Works Requirements WR-127

Package shall be completed with dosing pumps dedicated for each inlet pipe of the elevated
tank or ground. Dosing pump shall be capable of pumping liquid chlorine and powdered
chlorine solvent with the rate mentioned below
.
Pump type Solenoid type diaphragm pump
Mounting type As mentioned in particular specifications
Operation As mentioned in particular specifications
Flow rate per pump / Pressure As mentioned in particular specifications
Flow setting Analog & Constant flow rate
Suction lift According to the installation
Electrical Parameters 230V ±15%, 50Hz,
Protection class IP65
Insulation class F
Material of construction
Pump Head PVDF
Diaphragms PTFE
Hose clamp connection PVDF

3.1 Suction device

Suction device shall pe supplied per pump to filter the debris or particles that could be
obstruct the pump valves. The filter shall be mount on the foot of the suction device. This
device shall be with trouble free installation in the tank and maintenance.

3.2 Liquid level switch

Suitable type level switch shall be supplied for the system. This may be integrated with the
suction device. The level switch shall have two switching positions. One for low liquid level
cut off signal and one for pre alarm activation when the liquid level close to low water level.

4. Electric mixture

The electric mixture shall be design to mount on the tank top without disturbing lid and other
accessories install inside the tank. The contractor should select best matching propeller
design to confirm proper mixing of chlorine with water. Mixture should be able to operate
with two speeds. For initial mixing of chlorin with water, high speed is recommended and
to keep the solution alive for dosing continuous slow speed shall be used.

Mixture and shaft Material SS316 or higher


Rotating Speed (RPM) 200 (high) & 100 (low)
Electrical Parameters 230V, 50Hz
Protection class IP55
Insulation class F

5. Pressure relief valve (PRV)

The pressure relief valve shall be mount on each dosing line to prevent damages to the
system due to excess pressure built in the discharge pipe. End connection of the PRV shall
be suit to connect with discharge tubes.
Material of construction: Plastic (Suitable for Cl applications)
Section VI-Works Requirements WR-128

Pressure setting : As mentioned in particular specifications

6. Back-pressure valve (BPV)

The back-pressure valve shall be mount on each dosing line in after the PRV to load and
hold the pressure in upstream of the valve and released the pressurized chlorine mixture to
downstream. End connection of the BPV shall be suit to connect with discharge tubes.

Material of construction Plastic (Suitable for Cl applications)


Pressure setting As mentioned in particular specifications

Carrier water/flushing system


Carrier water/flushing system shall be provided for each dosing pipe line with control valves
to chlorine dosing pipes.

7. Pipe works and accessories

The contractor shall supply and install all requires piping / tubing and other related
accessories (valves, NRVs, pipe / tube brackets etc.) under chlorine dosing package as
shown in the drawing.

Pipe materials
Suction pipes Flexible PE PN6
Discharge pipes Semi rigid PE PN10
Back wash pipes PNT 11 uPVC 20mm
Dosing pipes up to Dosing Points PNT 11 uPVC 20mm

8. Electrical control panel

Electrical control panel shall be designed and supplied under the package system. following
features shall be considered for the panel.

Incoming power From transmission pump control panel


Pump start Starting signal from transmission pump control
panel
Protection Dry run protection for dosing pumps
ELR, Over-load Relay
Back wash Facility to automatic backwashing, (operation; after
each pump stop)
Controlling On / off Selector
Backwash Auto/Manual selector
Indicators Power, Pump Run, Pump trip, Low water level, Near
low water level
Alarm Pump trip, Low water level, Near low water level
(Control panel shall be supplied with siren and
manual reset switch)
Section VI-Works Requirements WR-129

9. Safety equipment

Following list of safety equipment shall be supplied under chlorination package


Safety goggle / clear 05 Nos
Cold-insulating gloves airs
10. Spare parts

The contractor shall supply manufacture recommended spare parts for 1-year operation and
maintenance period starting from the end of warranty period. Furthermore, the contractor
has to obtain Engineer’s approval in advance for the proposed Spare part list before
proceeding for procuring.

11. Warranty period, Preventive/ Corrective maintenance

The contractor shall provide manufacturer’s warranty to the employer for the Goods and
Services Supplied under the contract. The supplier further warrants to the Purchaser that all
materials, equipment and supplies furnished by the supplier for the purpose of the goods
will be new, merchantable of the most suitable grade, and fit for their intended purposes.
The supplier shall warrant that the services to be carried out under this contract will conform
to generally accepted professional standards and engineering principals.

This warranty shall remain valid for the period of two years starting from the date of final
acceptance. After the final acceptance, any part of the equipment which fails or does not
give satisfactory performance during this period of warranty, shall be replaced within 7 days
from the date the Contractor has been notified to do so.

The contractor shall attend for all preventive and corrective maintenance works during the
warranty period. Schedule for the preventive/corrective maintenance work shall be
submitted to engineer for approval before ordering the products.
All expenses involved in this warranty and maintenance works shall be borne by the
contractor who should take this into consideration when bidding.

12. Manufacturer and local agent

Manufacture of the equipment of package chlorine dosing system shall be a reputed


manufacture with over 15 year in the industry producing similar nature of products. The
bidder shall supply document to confirm the establishment of the manufacture’s
organization and past records of similar products used over total value 50 million rupees or
more than 10 installations in equal or larger volume of package units in Sri Lanka within
last three years with the bid.
Accredited Agent in Sri Lanka for proposed product who has been appointed by the relevant
Manufacturer for the particular Product. The Local Accredited Agent shall be equipped with
adequate technical support staff, workshop facilities and sufficient stocks of Spare Parts.
Letter of appointment (original or a certified copy of letter of appointment issued by the
Manufacturer on their letterhead) as Local Accredited Agent and that Facilities are
maintained by him for a 3 years period up to the deadline of Bid, shall be submitted with the
Bid.
Section VI-Works Requirements WR-130

2.6.24 General Specification for Direct Pumping System

1. Description
The contractor shall design, supply and install two number of direct distribution booster
pumping set to distribute water from ground reservoirs to distribution zones along with
necessary pipe arrangement, valves, instruments, control panels and other accessories as a
direct pumping system to be installed inside the pump house building shown in Drawings.
Drawing reference numbers are mentioned in particular specifications.

2. Direct Distribution Booster Pumping Sets


The set of boosters pumping systems shall be supplied as package systems. The contractor
shall comply with minimum requirement of booster pumping sets as mentioned in the
“SPECIFICATION FOR DIRECT PUMPING SYSTEM”.

All items marked as “Vendor supplied package unit” in drawings and control panel of each
set are considered as minimum required accessories for the pumping set. If any other
equipment or accessories are required to be added to perform the system according to the
required control philosophy and pipe arrangement inside or outside the pump house
building, contractor shall supply and install such accessories without adding any additional
cost to the project.

The pumping set shall be consisting of vertical multistage centrifugal pumps so that
operation arrangement is according to the specified in particular specifications. The control
panel of the pump set shall be consisting of dedicated panel mounted VSDs to each and
every pump and a PLC as centralized controller. Pump operation sequence/arrangement
shall be automatically rotated so that each pump will have close running hours.

The Pump capacities are selected to supply the maximum demand as well as minimum
demand of each network using various pump combinations.

The Contractor shall program Two Duty pump and assist pump to operate automatically
according to the demand in the distribution network. The demand of the distribution
network shall be identified as the pressure reduction at the common pump discharge header
and system shall be programmed using PID control to keep constant pressure at the
discharge header throughout the operating cycle. This “Constant Pressure” value is
mentioned in particular specifications as the “set pressure’ for each pumping set. Pressure
transducers shall be installed at discharge headers to monitor the pressure. Facility shall be
available to send status signals of the Booster pump package to Instrument, control and
alarm panel, but booster pump controlling is done by inbuilt control panel with booster
pump package.

The control panel shall consist of digital Human Machine Interface (HMI) as input &
output device. Input parameters such as set pressure value (Running, cut in and cut off
tolerances), minimum and maximum frequencies for VFDs, frequency ramps, pump on/off
status etc. should be able to feed through the HMI and also output parameters such as Pump
or system fault/Tripped status, running pump status, running hours, operating current,
system pressure etc. should be able to displayed in the MHI.
Section VI-Works Requirements WR-131

In an event of failure of MHI device, Package shall have provisions to operate manually
with minimum controls such as ON/OFF the system and each pump, constant speed
running with selected frequency setting.
Pumps shall be installed on common base plate fabricated using mild steel plate or steel
sections. Base plate shall be hot dip galvanized after fabrication and painted with two coats
of anticorrosion paint. Common suction header and discharge header shall be fabricated
using stainless steel pipes with flanged connections. The dimensions of the pipes shall be
selected by the contractor according to the selected pumps. The Booster pump package shall
be fitted as complete package including all the accessories to meet the minimum operational
and control requirements. However minimum diameter of the pump common header shall
be DN50 or as mentioned in particular specifications. The contractor shall maintain the
acceptable quality of all fabrication works and subjecting to verify by the Engineer at the
site.

Each pump shall be supplied with suction side & discharge side isolation valves, discharge
side check valve, Pressure gauges and other required accessories for complete operation.
The valves and other accessories shall be installed with the pumps so that accessories can
be easily replaceable during corrective maintenance activities. Pumps and equipment shall
be arranged as shown in drawings.

Contractor shall submit pump technical details for the package with maintain minimum 1
bar at highest elevation at Distribution zone and pump performance curves for frequencies
from 50Hz to 35Hz at 5Hz intervals for engineer’s approval.

The contractor shall submit and request approval for shop drawings for booster pump sets
and pump house equipment before commencing the installation work. All fabricated pipe
headers and other parts shall be produced for inspection and approval of engineer before
installation.
The Direct demand Booster pumping controller shall be a minimum meet following,

 Have a large (min. 90 x 100 mm) graphical color display for easy overview and
operation
 Have easy to operate large bottoms with LED backlight
 Have a hydropneumatics tank for pressure control/ surge control
 Allow for easy setup and commissioning with start-up wizard configuration and allow
for English language in the controller menu.
 It shall be possible to activate all functionality after commissioning without any
additional programming
 Operate pumps via variable speed drive through analog interface 4-20 mA or bus
communication
 Allow for two duty/one standby operation of up to three pumps of any motor sizes
 Allow up to minimum two digital and two analogue inputs from sensors with current 0
– 20 mA, 4 – 20 mA or voltage (0 – 10 V)
 Possible to connection of up to 3 critical point remote sensors via GSM network
connection and possible to priorities critical remote sensor pressure requirements – Up
to 3 critical point remote sensors with
 It shall be possible for the controller to have safety control options in case of
communication errors
 It shall be possible to set warning threshold for low flow situations
Section VI-Works Requirements WR-132

 It shall be possible to have an electrical overview of analog and digital in and outputs
on the controller from the controller display
 Allow surveillance and handling of alarm conditions of pumps
 Allow intelligent cascade control of pump start up, cut-in and general operation
 Allow for external pressure set point influence
 Allow for clock depending pressure settings per day/hour
 It must be possible to set start and stop delays in the controller
 Ensure tripping or warning in case of parameters such as: Overload, under load, too
high motor temperature, over voltage, under voltage, power factor, current unbalance
and in case of loss of communication
 It must be possible to operate the connected pumps in as main pumps and secondary
pumps

In case of VFD or controller failures manual push button start/stop facility shall be available
with Auto/manual selector switch and shall be automatic operatable against pressure signals
from pressure switch.

The controller must also be able to provide the following functionality:


 Constant pressure control logic
 Manually defined Proportional pressure control logic
 Clock program for time/day dependent pressure control
 Low flow supervision with time setting and threshold setting
 Soft pressure build up logic
 Water hammer protection logic

The controller must in addition include the following functionality for VFD operated pumps:
 Automatic energy optimization (*)
 Output frequency
 Monitoring of voltage
 Monitoring of current
 Monitoring of power

(*) Automatically energy optimized operation:

To ensure the lowest possible specific energy consumption kWh/m3, the controller must
continuously learn and adapt to duty conditions in the specific pumping system. The
controller must immediately adapt pump speed in response to data from the frequency drive
and a flowmeter. Specific energy consumption can also be provided by an electronic motor
protection. This gives a continuous overview of pumping efficiency, enabling timely service
and maintenance of pumps and mains.

The controller must be built into a powder coated steel cabinet for indoor use. The control
cabinet must be fully documented with wiring diagrams and operating manuals.
The controls cabinet must include an external visual alarm light.
All equipment for the controller, remote sensors, and control cabinet and control accessories
shall have full documentation and comply with CE mark, GSM approvals and other relevant
electrical, communication and safety standards as applicable.
Section VI-Works Requirements WR-133

3. Suction Pipe connection


Direct pumping booster set shall be connected to an outlet pipe of ground reservoir or tank.
Contractor shall design, supply and install all pipework from the common suction header of
the packaged direct pumping booster set up to given point in the drawings inside the pump
house under direct pumping system. Pipes shall be Ductile iron or Stainless steel with grade
SS304 or higher. Connection shall be complete with isolation valve, rubber flexible
coupling, pipe supports and other required fittings.

Discharge Pipe connection


Discharge headers of direct pumping booster pumping set shall be connected to the pipe
ends connected to two distribution networks as shown in drawings.
Contractor shall design, supply and install pipework from the common suction header of the
packaged direct pumping booster set up to start point of distribution network. Pipes shall be
Ductile iron or Stainless steel with grade SS304 or higher. Connection shall be complete with
isolation valve (Gate Valve), Bulk flow meter (Minimum Dia. DN150), Rubber flexible
coupling, Air relies valve and other required fittings for each pumping set. Arrangement of
these accessories are shown in P&ID Drawings.
Section VI-Works Requirements WR-134

2.6.25 Major Mechanical & Electrical Equipment

1. Raw Water pumps

Submersible pump with hose connector according to the specifications mentioned below.

Drawing Reference No.


RIDEP-PW-NCP-MAH-PID-001
RIDEP-PW-NCP-MAH-INT-M-001

WSS Mahindagama
Tag MAH-PP-01/02
Type Submersible pump
Installation Stationary with hose connector
Location Intake reservoir
Number of pumps 02 (1 Duty + 01 Standby)
Operation Fully immersed S1
Rated Flow 62.5 m3/hr
Rated Head 18 m
RPM 2900
Pipe connection size Upto 100mm allow
Operation hours 16hr per day
Material of construction As mentioned in general
specifications
Minimum Hydraulic 55 % at duty point
efficiency
Electrical characteristics 400V ±15%, 50Hz
Submersible cable length Approximately 15m
Motor Protection IP68
Insulation class F

Note:
All pumps shall be consisting of inbuilt dry run protection to cutoff the pump during the low
water situation in tube wells.
Pump shut-off head shall be more than 110% of rated head and maximum flow rate shall be
greater than 130% of rated flow rate.
Pump should be supplied with all required accessories (E.g.: Hose connector, lifting chain,
guide pipes etc. for complete installation and operation).
Contractor shall produce pump curve, technical datasheets, operating manual, installation
manual and shop drawings to engineer for approval before order the pumps.
Contractor shall recalculate and confirm the pump head considering the installation
elevations pipe material and length before order the pump

2. Package Chlorination system

Package type chlorination system shall be supply to dose chlorine and water solution into
the Pre and Post Chlorination dosing points inlet pipe prior to Aerator and Prior to ground
reservoir at the water treatment plant. All the equipment of the package chlorination system
shall be installed inside the chlorination room as shown in drawings.
Section VI-Works Requirements WR-135

Drawing Reference No.


RIDEP-PW-NCP-MAH-PID-003
RIDEP-PW-NCP-MAH-WTP-YP-001

WSS Mahindagama WSS


Dosing pump flow rate and pressure MAH-DP-01: 0 – 6 L/hr & 3 bar
MAH-DP-02: 0 – 6 L/hr & 3 bar
Number of pumps 02
Operation 01 duty +01 Standby
Pipe connection size According to the manufacture
Operation hours 16 hr per day
Electrical characteristics 230V ±15%, 50Hz,
Installation type Mount on tank
Dosing point arrangement Dose in to the tank inlet pipe
Mixing Tank Volume 500L

Note:
Contractor shall produce pump curve, technical datasheets, operating manual and
installation manual to engineer for approval before order the package.
Pumps shall be supplied and installed with 2year manufacturer’s warranty
Contractor shall produce shop drawings to engineer for approval before start the installation
works.

3. Automation Pressure Filter Feed Pump

Feed pump is required to get filtered water 32 m3/hr and Minimum pressure 0.3 bar to feed
water to Ground Tank with all relevant fittings and controllers according to the
specifications mentioned below.

Drawing Reference No.


RIDEP-PW-NCP-MAH-PID-002

WSS Mahindagama
Tag MAH-PP-03/04
Type Centrifugal Pump
End-suction/Split casing
Location Pressure Filter Pump house
Number of pumps 02 (1 Duty + 01 Standby)
Rated Flow Select by Vendor
Rated Head Select by Vendor
RPM(Max) 2900
Pipe connection size From supplier
Operation hours 16hr per day
Material of construction As mentioned in general
specifications
Minimum Overall efficiency 55 % at duty point
Electrical characteristics 400V ±15%, 50Hz
Section VI-Works Requirements WR-136

4. Automation Pressure Filter Backwash Pump

Backwash pump with all relevant fittings and controllers according to the specifications
mentioned below.

Drawing Reference No.


RIDEP-PW-NCP-MAH-PID-002

WSS Mahindagama
Tag MAH-PP-05/06
Type Centrifugal Pump
End-suction/Split casing
Location Pressure Filter Pump house
Number of pumps 02 (1 Duty + 01 Standby)
Rated Flow Select by Vendor
Rated Head Select by Vendor
RPM(Max) 2900
Pipe connection size From supplier
Operation hours 16hr per day
Material of construction As mentioned in general
specifications
Minimum Overall efficiency 55 % at duty point
Electrical characteristics 400V ±15%, 50Hz

5. Direct Distribution Booster Pumping Sets

Mahindagama water supply scheme is proposed with a packaged Direct Distribution Booster
Pumping Set dedicated for each distribution zones. Distribution zones are designed to
operate individually or simultaneously.
Drawing Reference No.
RIDEP-PW-NCP-MAH-PID-001
RIDEP-PW-NCP-MAH-GR-M-001/002

Booster pumping set shall be complied followings specifications.

WSS Mahindagama
Tag MAH-PP-07/08/09
Packaged Direct Distribution Booster Flow rate (maximum demand): 79.2 m 3/hr (Two
capacity Duty pumps)
Head: 60m
Each pump 39.6 m3/hr @ 60m
Pump type Vertical Multistage inline /Centrifugal Pump
Number of pumps 03 (2 Duty + 01 Standby)
Minimum Overall Efficiency 55%
Working Pressure PN10 or higher
Electrical characteristics 400 V ± 15%, 50Hz, 3Ph
Maximum speed 3000 RPM
Protection class IP55
Section VI-Works Requirements WR-137

Insulation class F
Efficiency class IE3 or higher
Minimum speed factor to maintain 0.75
set pressure
Electrical panel Enclosure
Material of construction Powder coated steel box
Installation Integrated with package
Protection class IP54
Integrated physical protection Dry run protection, Thermal over loader, ELR,
PFR, Surge arrestors.
Operation protection parameters System high pressure cut off; zero flow cut off
Hydropneumatics tank Minimum 300L - PN10
Pressure Transducer 0 – 8 bars
Pressure Gages Compound gauge: -1 to 2bar
Discharge gauge: 0 to 8bar
Material of construction Pump Housing: SS304 or higher
Pump Shaft: SS304 or higher
Pump Impeller: SS304 or higher
Seal: Mechanical Seal
Pipe Headers: SS304 SCH40
Valves: Brass or higher

Note:
Pump shut-off head shall be more than 110% of rated head and maximum flow rate shall be
greater than 130% of rated flow rate.
Contractor shall produce pump curve, technical datasheets, operating manual, installation
manual and shop drawings to engineer for approval before order the pumps.
Spare part shall be supplied as mentioned in the general specifications.

Note:
All pumps shall be consisting suitable pump protection during operation. Pump should be
supplied with all required accessories .
Pump shut-off head shall be more than 110% of head and maximum flow rate shall be greater
than 130% of rated flow rate.
Contractor shall produce pump curve, technical datasheets, operating manual, installation
manual and shop drawings to engineer for approval before order the pumps.
Contractor shall recalculate and confirm the pump head considering the installation elevations
pipe material and length before order the pump

6. Flowmeters

6.1 Electromagnetic flow meters

Tag ELL-FIT-01
Purpose Tube well pump flow reading
Type Wafer type Electromagnetic flow meter
Pipe connection size / type DN80, Wafer
Material of construction DI
Electrical Protection IP68
Section VI-Works Requirements WR-138

6.2 Waltman type flow meters

Tag ELL-FM-01/02
Purpose Distribution pump’s flow meters

Type Bulk flowmeter


Pipe connection size / type DN50 flanged, PN16 or higher

Material of construction DI
Approval Brand shall be pre-approved brand for the
projects of national water supply drainage
board.

7. Valves

7.1 Gate valves

Purpose Flow Isolation


Type Gate Valve
Pipe connection Flanged, PN16 or higher
Material of construction DI housing, rubber lined gate, SS Steam
External finishing Coated with food grade epoxy coating

7.2 Check valves

Purpose Flow Isolation


Type Swing type
Pipe connection Flanged, PN16 or higher
Material of construction DI
External finishing Coated with food grade epoxy coating

8. Instrumentation

Float Level Switches


1. Stainless steel 316 float with associated fixing accessories.
2. Float enclosure protected to IP68
3. Flanged process connection.
4 Contact shall be isolated from process and magnetically actuated SPDT rated 230 Vac
5A, 30 VDC IA.

Pressure Gauges
1. 60 mm diameter dial with black markings on white background
2. Stainless steel bourdon, case and process connections.
3. + 1% accuracy
4. 1/2” NPT connections
5. Complete with micrometre pointer adjustment
Section VI-Works Requirements WR-139

6. Stainless steel 316 diaphragm shall be provided when specified in schedule.


7. Range 0-10bar
Instrumentation Panel: (WTP)

Instrumentation section consists of Programable logic Controller, UPS, and other


accessories as required. A digital indicator for Indication and alarm lamps. The UPS
supply is for the PLC controller and communication equipment.

Programable Logic Controller

PLC shall have the following attributes as a standalone controller appropriately.

- carry out sequential logic implementation for operations of integrated component of


the water system
- carry out computation and interfacing for data acquisition, data storage and retrieval;
- accept downloaded program from a programmer;
- scan the inputs in time cycles and update the status of its outputs.

The PLC system shall be expandable, and OPC Compliant shall be modular in
construction, so as to be capable of future expansion without any hardware
modifications. PLC’s shall be microprocessor based. PLCs shall use standard known
protocols and structures for communication outside the system.
In case of system or power supply failure the outputs shall attain a predetermined fail-safe
condition (this shall normally be ‘off’). The selected PLC shall have a proven record
in the failures mentioned above and in the prevailing environmental conditions.

PLC shall restart itself automatically under the condition of power restoration, and start
execution of PLC functions without external intervention.
PLC shall be programmed as per the control philosophy.

PLC shall have a storage and datalogging function. Signals as indicated in I/O list
below shall be stored for a period of last one year , and shall be able to view for
analyzing purposes as and when required.

Signal transmission between the water treatment plant (WTP) and Intake will be
through 4G/GPRS/GSM wireless data communication system. PLC shall be capable
to communicate with the 4G/GPRS/GSM modem.

Un-interruptible Power Supply (UPS)

An UPS shall be installed inside the Instrumentation, control and Alarm (ICA) panel.
UPS power distribution is for PLC and instrumentation. UPS shall be capable to power
up above equipment for 8 hrs. in case of CEB power supply failure to the site. Capacity
shall be 0.5kVA.
Section VI-Works Requirements WR-140

PLC input – Output signal list (I/O list)

1. PLC I/O list- Mahindagama INTAKE


I/O
No. Tag Item Description Remark
DI DO AI
Intake pump control panel at Intake reservoir
Monitoring Run, Fault 4
1 Intake pumps 1/2 Submersible Intake pump
Control start 2
Monitoring Alarm 1
2 CEB Supply failure

Sub Total 5 2 0
Spare 1 1 0
Grand Total 6 3 0

2. PLC I/O list- Mahindagama WTP


I/O
No. Tag Item Description Remark
DI DO AI
WTP and Distribution system
Monitoring Run, Fault Through
1 Intake pumps 1/2 Intake Submersible pump
Control start Com Link
CEB Power fail at Monitoring Fault Through
2
Intake Com Link
Low, LowLow,High,
Monitoring 4
3 MAH-LS -1 Float type level switch HighHigh
Control
Low, LowLow,High,
Monitoring 4
4 MAH-LS -2 Float type level switch HighHigh
Control
Low, LowLow,High,
Monitoring 4
5 MAH-LS -3 Float type level switch HighHigh
Control
Monitoring Run, Fault, Auto 6
6 MAH-PP-03/04 Pressure Filter Feed Pump
Control 2
Monitoring Run, Fault, Auto 3
7 MAH-PP-05/06 Pressure Filter Backwash Pump
Control 2
Sub Total 21 4 0
Spare 4 2 0
Future expansion 3 1 0
Grand Total 28 7 0

Control Philosophy

a. Intake Pump

Water is pumped from Intake to raw water storage tank through aerator with the
help of Intake pump.
Under normal operation, Intake well pump runs at preset time schedule configured in
WTP PLC. For Auto operations, “Auto” mode shall be selected from a selector switch
of “Auto-off-Manual” at the relevant Pump control compartment in Pump and
chlorination room, and “Remote” mode shall be selected from a selector switch of
“Remote/ Local” in the pump control panel at intake. The pump shall run in “Auto
mode” in all times.
Section VI-Works Requirements WR-141

When the Intake pump operation is in Auto mode, one pump will start automatically.
Pump will continuously run until raw water tank reaches high level. Once the Raw
water tank reaches low level the second pump will start automatically to keep the
running hours approximately equal for both pumps.
Raw water Tank level switch generates
- Tank low level status for pump start
- Tank high level status for pump cutoff
- Tank high high level alarm for potential tank overflow
- Tank too low level signal to cut off pressure filter feeding pump to avoid
dry running.

With the “Manual” mode selected on pump compartment in Main Distribution Board,
the respective pump can be operated by control panel push buttons at Pump and
chlorination room. This manual operation is for emergency situation, during trouble-
shooting maintenance and testing, and under operator supervision. In manual mode
pump will interlock with raw water Tank High High level.
For both Manual and Auto operation from the Pump control panel in chlorination
room, the local- remote selector in Intake pump control panel shall be in “Remote”
position.
Pump can be operated from Pump Control Panel at Intake, when local - remote
selector in Local Pump control panel is in “Local” position. This Local operation is
for emergency situation, during trouble-shooting maintenance and testing, and under
operator supervision, as in this local operation, no interlocks are applied.
Final tuning of pump control shall be done during commission stage as per the
Engineer’s approval.

b. Pressure filter feed pump and Backwash pump.

Operation of these pumps shall be considered in conjunction with pressure filter


operation. Hence contractor shall prepare and submit a control philosophy for Pressure
filter, Feed pumps and backwash pumps for Engineer’s approval. However, feed pump
and backwash pump are controlled by PLC in pump and chlorination room.

Solar Power Generation System

A solar power generation system shall be installed n roof top of buildings at the water supply
scheme premises. If the space is not enough, land area in the site may be used for additional
space required, with the approval of Engineer.

Solar power system shall be in accordance with the Ceylon Electricity Board (CEB)
regulations and specifications. Contractor shall consult CEB during bidding process for
required details, and during installation and commissioning process to confirm the
installation is as per the CEB requirements. Contractor shall take all approvals from CEB
Section VI-Works Requirements WR-142

and prepare agreements for CEB, through Employer. Employer shall assist contractor during
approval and agreement process.

CEB Electricity supply proposed for the site is 3phase, 400V AC. The proposed Solar
power generation shall be 40kW (AC) at the inverter output delivered to CEB grid through
above incoming 3 phase power supply line. The power purchase scheme with CEB shall be
either Net Accounting or Net Plus. Contractor shall get the consent from the Employer in
selecting the power purchase scheme.

Efficiency of solar panels shall be above 20%.

Country of manufacture for Inverter shall be a country in European region.


Section VI-Works Requirements WR-143

Drawings
Please refer the Appendix 7 for the drawings and the list of drawings is given below.
DRAWING NUMBER DESCRIPTION

STRUCTURE
PROVINCE

DICIPLINE

SHEET No

REVISION
PROJECT
S/No

SITE
DRAWING INDEX

001 RIDEP-PW NCP MAH IND 001 TO DRAWING INDEX - CIVIL WORK

002 RIDEP-PW NCP MAH IND 002 T0 DRAWING INDEX - STANDARD

003 RIDEP-PW NCP MAH IND 003 T0 DRAWING INDEX - M & E WORK

GENERAL DRAWINGS

004 RIDEP-PW NCP MAH G 001 T0 LOCATION MAP

005 RIDEP-PW NCP MAH G 002 T0 SCHEMETIC DIAGRAM

006 RIDEP-PW NCP MAH G 003 T0 HYDRULIC PROFILE

INTAKE

007 RIDEP-PW NCP MAH INT GA 001 T0 INTAKE PLAN, SECTION & DETAILS

008 RIDEP-PW NCP MAH INT GA 002 T0 INTAKE LADDER, FENCE DETAILS & HAND RAIL DETAILS

009 RIDEP-PW NCP MAH INT YP 001 T0 INTAKE YARD PIPING LAYOUT

010 RIDEP-PW NCP MAH INT S 001 T0 INTAKE R/F DETAILS

011 RIDEP-PW NCP MAH INT S 002 T0 INTAKE R/F DETAILS

012 RIDEP-PW NCP MAH INT S 003 T0 INTAKE R/F DETAILS

WATER TREATMENT PLANT GENERAL DRAWINGS

013 RIDEP-PW NCP MAH WTP G 001 T0 WATER TREATMENT PLANT SITE LAYOUT

014 RIDEP-PW NCP MAH WTP YP 001 T0 WATER TREATMENT PLANT YARD PIPING LAYOUT

AERATOR

015 RIDEP-PW NCP MAH AEA GA 001 T0 AERATOR PLAN & SECTION

016 RIDEP-PW NCP MAH AEA S 001 T0 AERATOR R/F DETAILS

017 RIDEP-PW NCP MAH AEA M 001 T0 AERATOR PIPING DETAILS

RAW WATER GROUND TANK 30 m³

018 RIDEP-PW NCP MAH RGT GA 001 T0 RAW WATER GROUND TANK 30 m³ - PLAN, SECTION & DETAILS

019 RIDEP-PW NCP MAH RGT S 001 T0 RAW WATER GROUND TANK 30 m³ - R/F DETAILS & LADDER DETAILS

020 RIDEP-PW NCP MAH RGT M 001 T0 RAW WATER GROUND TANK 30 m³ - PIPING DETAILS

PRESSURE FILTER BUILDING

021 RIDEP-PW NCP MAH PFB GA 001 T0 PRESSURE FILTER BUILDING - PLAN, SECTION & DETAILS

022 RIDEP-PW NCP MAH PFB S 001 T0 PRESSURE FILTER BUILDING - R/F DETAILS & LADDER DETAILS

100 m³ CLEAR WATER GROUND TANK

023 RIDEP-PW NCP MAH CWT GA 001 T0 100 m³ CLEAR WATER GROUND TANK - PLAN, SECTION & DETAILS
100 m³ CLEAR WATER GROUND TANK - DETAILS OF REINFORCEMENT AND
024 RIDEP-PW NCP MAH CWT S 001 T0
LADDERS
025 RIDEP-PW NCP MAH CWT M 001 T0 100 m³ CLEAR WATER GROUND TANK - PIPING DETAILS
WATER TREATMENT PLANT - BUILDINGS

026 RIDEP-PW NCP MAH OOB GA 001 T0 OFFICE STORE & OPERATOR'S BUILDING - PLAN, SECTIONS & DETAILS

027 RIDEP-PW NCP MAH OOB S 001 T0 OFFICE STORE & OPERATOR'S BUILDING - STRUCTURAL DETAILS

028 RIDEP-PW NCP MAH CPB GA 001 T0 CHEMICAL & PANEL BUILDING - PLAN, SECTION & DETAILS

029 RIDEP-PW NCP MAH CPB S 001 T0 CHEMICAL & PANEL BUILDING - R/F DETAILS

030 RIDEP-PW NCP MAH GHO GA 001 T0 GUARD HOUSE PLANS & ELEVATIONS

031 RIDEP-PW NCP MAH FB GA 001 T0 CHLORINATION BUILDING - PLAN, SECTION & DETAILS

032 RIDEP-PW NCP MAH FB S 001 T0 CHLORINATION BUILDING - R/F DETAILS

TRANSMISION & DISTRIBUTION

033 RIDEP-PW NCP MAH TD G 001 T0 GENERAL KEY PLAN & NODAL DIAGRAM
KEY PLAN AND NODAL DIAGRAM - KURULUBEDDA DISTRIBUTION SYSTEM -
034 RIDEP-PW NCP MAH TD G 002 T0
SHEET 01 OF 02
KEY PLAN AND NODAL DIAGRAM - KURULUBEDDA DISTRIBUTION SYSTEM -
035 RIDEP-PW NCP MAH TD G 003 T0
SHEET 02 OF 02
KEY PLAN AND NODAL DIAGRAM - MAHASENPURA DISTRIBUTION SYSTEM
036 RIDEP-PW NCP MAH TD G 004 T0
- SHEET 01 OF 03
KEY PLAN AND NODAL DIAGRAM - MAHASENPURA DISTRIBUTION SYSTEM
037 RIDEP-PW NCP MAH TD G 005 T0
- SHEET 02 OF 03
KEY PLAN AND NODAL DIAGRAM - MAHASENPURA DISTRIBUTION SYSTEM
038 RIDEP-PW NCP MAH TD G 006 T0
- SHEET 03 OF 03
KEY PLAN AND NODAL DIAGRAM - NAGASTENNA DISTRIBUTION SYSTEM -
039 RIDEP-PW NCP MAH TD G 007 T0
SHEET 01 OF 02
KEY PLAN AND NODAL DIAGRAM - NAGASTENNA DISTRIBUTION SYSTEM -
040 RIDEP-PW NCP MAH TD G 008 T0
SHEET 02 OF 02
KEY PLAN AND NODAL DIAGRAM - MAHINDAGAMA DISTRIBUTION SYSTEM
041 RIDEP-PW NCP MAH TD G 009 T0
- SHEET 01 OF 02
KEY PLAN AND NODAL DIAGRAM - MAHINDAGAMA DISTRIBUTION SYSTEM
042 RIDEP-PW NCP MAH TD G 010 T0
- SHEET 02 OF 02
KEY PLAN AND NODAL DIAGRAM - NAWAMANIKDENIYA DISTRIBUTION
043 RIDEP-PW NCP MAH TD G 011 T0
SYSTEM - SHEET 01 OF 02
KEY PLAN AND NODAL DIAGRAM - NAWAMANIKDENIYA DISTRIBUTION
044 RIDEP-PW NCP MAH TD G 012 T0
SYSTEM - SHEET 02 OF 02
KEY PLAN AND NODAL DIAGRAM - MAITHREEGAMA DISTRIBUTION
045 RIDEP-PW NCP MAH TD G 013 T0
SYSTEM - SHEET 01 OF 03
KEY PLAN AND NODAL DIAGRAM - MAITHREEGAMA DISTRIBUTION
046 RIDEP-PW NCP MAH TD G 014 T0
SYSTEM - SHEET 02 OF 03
KEY PLAN AND NODAL DIAGRAM - MAITHREEGAMA DISTRIBUTION
047 RIDEP-PW NCP MAH TD G 015 T0
SYSTEM - SHEET 03 OF 03
KEY PLAN AND NODAL DIAGRAM - ASELAPURA DISTRIBUTION SYSTEM -
048 RIDEP-PW NCP MAH TD G 016 T0
SHEET 01 OF 03
KEY PLAN AND NODAL DIAGRAM - ASELAPURA DISTRIBUTION SYSTEM -
049 RIDEP-PW NCP MAH TD G 017 T0
SHEET 02 OF 03
KEY PLAN AND NODAL DIAGRAM - ASELAPURA DISTRIBUTION SYSTEM -
050 RIDEP-PW NCP MAH TD G 018 T0
SHEET 03 OF 03
JUNCTION DETAILS

051 RIDEP-PW NCP MAH TD JD 001 T0 JUNCTION DETAILS - LEGEND

052 RIDEP-PW NCP MAH TD JD 002 T0 JUNCTION DETAIL - KURULLUBDDA

053 RIDEP-PW NCP MAH TD JD 003 T0 JUNCTION DETAILS - MAHASENPURA

054 RIDEP-PW NCP MAH TD JD 004 T0 JUNCTION DETAILS - NAGASTHANNA

055 RIDEP-PW NCP MAH TD JD 005 T0 JUNCTION DETAILS - MAHINDAGAMA

056 RIDEP-PW NCP MAH TD JD 006 T0 JUNCTION DETAILS - NAWAMANIKDENIYA

057 RIDEP-PW NCP MAH TD JD 007 T0 JUNCTION DETAILS - MAITHREEGAMA


058 RIDEP-PW NCP MAH TD JD 008 T0 JUNCTION DETAILS - ASELAPURA

BRIDGE CROSSING

059 RIDEP-PW NCP MAH BC1 C 001 T0 BRIDGE CROSSING - 01

060 RIDEP-PW NCP MAH BC2 C 001 T0 BRIDGE CROSSING - 02

061 RIDEP-PW NCP MAH BC3 C 001 T0 BRIDGE CROSSING - 03

STANDARD DRAWINGS

001 RIDEP-PW ALL STD G 001 T0 STANDARD DETAILS - GENERAL NOTES

002 RIDEP-PW ALL STD TD 002 T0 STANDARD DETAILS - PIPE NETWORK PIPE SURROUNDING & BEDDING
STANDARD DETAILS - PIPE NETWORK BACKFILL, ROAD REINSTATEMENT &
003 RIDEP-PW ALL STD TD 003 T0
ROAD CROSSING
004 RIDEP-PW ALL STD TD 004 T0 STANDARD DETAILS - PIPE NETWORK CULVERT CROSSING TYPE - A

005 RIDEP-PW ALL STD TD 005 T0 STANDARD DETAILS - PIPE NETWORK CULVERT CROSSING TYPE - B

006 RIDEP-PW ALL STD TD 006 T0 STANDARD DETAILS - PIPE NETWORK CULVERT CROSSING TYPE - B1

007 RIDEP-PW ALL STD TD 007 T0 STANDARD DETAILS - PIPE NETWORK CULVERT CROSSING TYPE - C

008 RIDEP-PW ALL STD TD 008 T0 STANDARD DETAILS - PIPE NETWORK CULVERT CROSSING TYPE - D & E1

009 RIDEP-PW ALL STD TD 009 T0 STANDARD DETAILS - PIPE NETWORK CULVERT CROSSING TYPE - E2

010 RIDEP-PW ALL STD TD 010 T0 STANDARD DETAILS - PIPE NETWORK CULVERT CROSSING TYPE - F

011 RIDEP-PW ALL STD TD 011 T0 STANDARD DETAILS - PIPE NETWORK TYPICAL BRIDGE CROSSING - TYPE 01

012 RIDEP-PW ALL STD TD 012 T0 STANDARD DETAILS - PIPE NETWORK TYPICAL BRIDGE CROSSING - TYPE 02
STANDARD DETAILS - PIPE NETWORK PIPE LAYING ABOVE GROUND - TYPE
013 RIDEP-PW ALL STD TD 013 T0
01
STANDARD DETAILS - PIPE NETWORK SINGLE ORIFICE (SMALL) AIR VALVE
014 RIDEP-PW ALL STD TD 016 T0
CHAMBER - TYPE A & B FOR DI & uPVC PIPES
STANDARD DETAILS - PIPE NETWORK SINGLE ORIFICE (SMALL) AIR VALVE
015 RIDEP-PW ALL STD TD 017 T0
CHAMBER - TYPE A & B FOR HDPE PIPES
STANDARD DETAILS - PIPE NETWORK DOUBLE ORIFICE AIR VALVE
016 RIDEP-PW ALL STD TD 018 T0
CHAMBER - TYPE A & B FOR DI & uPVC PIPES
STANDARD DETAILS - PIPE NETWORK DOUBLE ORIFICE AIR VALVE
017 RIDEP-PW ALL STD TD 019 T0
CHAMBER - TYPE A & B FOR HDPE PIPES
STANDARD DETAILS - PIPE NETWORK SECTION VALVE ASSEMBLY IN
018 RIDEP-PW ALL STD TD 020 T0
SURFACE BOX FOR uPVC & HDPE PIPES
STANDARD DETAILS - PIPE NETWORK SECTION VALVE CHAMBER - TYPE A &
019 RIDEP-PW ALL STD TD 021 T0
B FOR DI & uPVC PIPES
STANDARD DETAILS - PIPE NETWORK SECTION VALVE CHAMBER - TYPE A &
020 RIDEP-PW ALL STD TD 022 T0
B FOR HDPE PIPES
STANDARD DETAILS - WASHOUT VALVE CHAMBER - TYPE A & B FOR DI
021 RIDEP-PW ALL STD TD 023 T0
PIPES
STANDARD DETAILS - WASHOUT VALVES CHAMBER - TYPE A & B FOR HDPE
022 RIDEP-PW ALL STD TD 024 T0
PIPES
023 RIDEP-PW ALL STD TD 027 T0 STANDARD DETAILS - PIPE NETWORK OUTFALLS FOR WASHOUT

024 RIDEP-PW ALL STD TD 028 T0 STANDARD DETAILS - PIPE NETWORK MARKER POST
STANDARD DETAILS - PIPE NETWORK COMBINED ANCHOR & TRUST
025 RIDEP-PW ALL STD TD 031 T0
SUPPORT AT VERTICLE BENDS TYPE - TA1
026 RIDEP-PW ALL STD TD 033 T0 STANDARD DETAILS - PIPE NETWORK TYPICAL THRUST BLOCK DETAILS
033
027 RIDEP-PW ALL STD TD T0 STANDARD DETAILS - PIPE NETWORK TYPICAL THRUST BLOCK DETAILS
A
STANDARD DETAILS - PIPE NETWORK FLOW METER CHAMBER FOR DI,uPVC
028 RIDEP-PW ALL STD TD 034 T0
& HDPE
STANDARD DETAILS - PIPE NETWORK CHAMBER REINFORCEMENT DETAILS
029 RIDEP-PW ALL STD TD 035 T0
OF CHAMBERS & OUTFALL STRUCTURES
030 RIDEP-PW ALL STD TD 036 T0 STANDARD DETAILS - PIPE NETWORK SERVICE CONNECTION TYPE - A

031 RIDEP-PW ALL STD TD 037 T0 STANDARD DETAILS - PIPE NETWORK PE SERVICE CONNECTION TYPE -A1
STANDARD DETAILS - TYPICAL DETAIL OF FOUNDATION OF FENCE &
032 RIDEP-PW ALL STD C 001 T0
RETAINING WALL
033 RIDEP-PW ALL STD C 002 T0 STANDARD DETAILS - TYPICAL SWING GATE

034 RIDEP-PW ALL STD C 003 T0 STANDARD DETAILS - SEPTIC TANK , SOAKAGE PIT & SEWER MANHOLE

035 RIDEP-PW ALL STD C 004 T0 STANDARD DETAILS - TYPICAL DETAIL OF SLIDING GATE

036 RIDEP-PW ALL STD C 005 T0 STANDARD DETAILS - TYPICAL DETAIL OF HAND RAIL

037 RIDEP-PW ALL STD C 006 T0 STANDARD DETAILS - CHAIN LINK FENCE

038 RIDEP-PW ALL STD C 008 T0 STANDARD DETAILS - TYPICAL DETAIL OF ALUMINIUM DOORS & WINDOWS

039 RIDEP-PW ALL STD C 010 T0 STANDARD DETAILS - BARBED WIRED FENCE
STANDARD DETAILS - DETAILS FOR SITE WORKS PLAN, SECTION AND
040 RIDEP-PW ALL STD C 015 T0
DETALS
041 RIDEP-PW ALL STD C 016 T0 STANDARD DETAILS - ELECTRICAL FENCE

042 RIDEP-PW ALL STD E 001 T0 STANDARD DETAILS - TYPICAL ARRANGEMENT & CONNECTION DETAILS

M & E DRAWINGS

P & ID

001 RIDEP-PW NCP MAH PID 001 T0 PID LEGEND & SYMBOLS
PID DIAGRAM RAW WATER TRANSMISSION, TREATMENT AND
002 RIDEP-PW NCP MAH PID 002 T0
DISTRIBUTION SYSTEM
003 RIDEP-PW NCP MAH PID 003 T0 PID PACKAGE CHLORINE DOSING SYSTEM

MECHANICAL

004 RIDEP-PW NCP MAH INT M 001 T0 INTAKE DETAILS OF PIPES

005 RIDEP-PW NCP MAH CWT M 001 T0 100 m³ CLEAR WATER GROUND TANK - MECHANICAL DETAILS - 01

006 RIDEP-PW NCP MAH CWT M 002 T0 100 m³ CLEAR WATER GROUND TANK - MECHANICAL DETAILS - 02

ELECTRICAL

007 RIDEP-PW NCP MAH INT E 001 T0 INTAKE - YARD CABLE ROUTING LAYOUT

008 RIDEP-PW NCP MAH INT E 002 T0 INTAKE - PUMP CONTROL PANEL & SINGLE LINE DIAGRAM
009 RIDEP-PW NCP MAH WTP E 001 T0 200m³ GROUND RESERVOIR SINGLE LINE DIAGRAM
200m³ GROUND RESERVOIR MAIN DISTRIBUTION BOARD - (MAH-MDB-
010 RIDEP-PW NCP MAH WTP E 002 T0
01)
011 RIDEP-PW NCP MAH WTP E 003 T0 WATER TREATMENT PLANT SITE LAYOUT
012 RIDEP-PW NCP MAH WTP E 004 T0 WATER TREATMENT PLANT SITE LAYOUT
013 RIDEP-PW NCP MAH WTP E 005 T0 200m³ GROUND RESERVOIR PUMP HOUSE DB & SINGLE LINE DIAGRAM
200m³ GROUND RESERVOIR LIGHTING & SMALL POWER LAYOUT &
014 RIDEP-PW NCP MAH CWT E 001 T0
SINGLE LINE DIAGRAM
015 RIDEP-PW NCP MAH CWT E 002 T0 200m³ CLEAR WATER TANK - CABLE ROUTING LAYOUT
OFFICE, STORE OPERATORS BUILDING LIGHTING & SMALL POWER LAYOUT
016 RIDEP-PW NCP MAH OOB E 001 T0
& SINGLE LINE DIAGRAM
CHEMICAL AND PANEL BUILDING LIGHTING & SMALL POWER LAYOUT &
017 RIDEP-PW NCP MAH CPB E 001 T0
SINGLE LINE DIAGRAM
GUARD HOUSE LIGHTING & SMALL POWER LAYOUT & SINGLE LINE
018 RIDEP-PW NCP MAH GHO E 001 T0
DIAGRAM
PART 3

CONDITIONS OF CONTRACT AND CONTRACT


FORMS
Section VII

General Conditions
Section VII-General Conditions CF-150

Section VII. General Conditions (GC)

The General Conditions governing this Contract are the Standard General Conditions of
Contract set forth in Part 3, Section VII of the Standard Bidding Documents for Procurement
of Small Works (version 1.1) published by JICA in April 2013. Those General Conditions of
Contract are available on the JICA’s website shown below:

http://www.jica.go.jp/english/our_work/types_of_assistance/oda_loans/oda_op_info/guide/tender/index.html

A copy of these General Conditions is not attached to these Bidding Documents/Contract.


Section VII

Particular Conditions (PC)


Part A- Particular Conditions (PC)
A. General
GC 1.1 (q)
The Employer is Chief Secretary, North Central Province,
North Central Provincial Council Complex,
Harischandra Mawatha,
Anuradhapura, Sri Lanka

Tel- +94 25 2222695


Fax: +94 25 2235790
Email: csncpc@gmail.com

GC 1.1 (t) The Intended Completion Date for the whole of the Works shall be from the
starting date:

455 days (15 Months) from the Strat Date

GC 1.1 (y) The Engineer to the Contract (Project Manager) is Ceywater Consultants
(Pvt)Ltd, 54 ½, Maharagama Road, Nikape, Dehiwala.
Authorized representative is Team Leader, RIDEP, Water Component.

Note that references to the Engineer in the Contract Documents are


references to the Project Manager.

GC 1.1 (aa) The Site is located at Mahindagama GND in Polonnaruwa District in North
Central Province of Sri Lanka and is defined in the drawing no.

RIDEP-PW/NCP/MAH/G/001/T0

GC 1.1 (dd) The Start Date shall be: within 14 days from the Date of the Letter of
Acceptance

GC 2.3 (i)
The following documents also form part of the Contract:
The Acknowledgement of Compliance with Guidelines for Procurement under
Japanese ODA Loans
 The proposed Environmental Management Plan (EMP)
 The prequalified List of uPVC/HDPE/DI Suppliers of NWSDB

Environmental Clearance - Central Environmental Authority in Sri Lanka


 Health and Safety Guidelines for Sri Lankan Construction Sites to be
adopted during COVID-19 outbreak

GC 3.1 The language of the Contract is English

The law that applies to the Contract is the law of The Government of the
Democratic Socialist Republic of Sri Lanka
The minimum insurance amounts and deductibles shall be:
GC 13.1 a) for loss or damage to the Works, Plant and Materials: 100 % of the initial
contract price
b) for loss or damage to Equipment: 500 000.00
c) for loss or damage to property (except the Works, Plant, Materials, and
d) Equipment) in connection with Contract: LKR 500 000.00 at each
occurrence
e) for personal injury or death;
i. of the Contractor’s employees: LKR 150 000.00 for injuries and LKR
550,000.00 for death per event
ii. of other people: LKR 250,000.00 for injuries and LKR 550,000.00 for
death per event
Note:
1. Number of events is limited as five (5 in each) and if events are exceeded
the contractor shall obtain an additional coverage

2. Injuries are classified as permanent disabilities and other injuries


GC 14.1 Please refer section VI – scope of work

GC 18.2 The appointment of accident prevention officer is not necessary under this
contract. The Contractor shall appoint a safety officer at the Site to act as the
accident prevention officer.

This person shall be qualified for this responsibility, and shall have the authority
to issue instructions and take protective measures to prevent accidents.
Throughout the execution of Works the Contractor shall provide whatever is
required by this person to exercise this responsibility and authority.

The Contractor shall send to the Project Manager, details of any accident as
soon as practicable after its occurrence. The Contractor shall maintain records
and make reports concerning health, safety and welfare of persons and damage
to property, as the Project Manager may reasonably require

GC 18.3 Appropriate measures for HIV-AIDS and COVID-19 prevention at the project
site are necessary under the Contract. However, STI/HIV Awareness activities
as well as close and continuous monitoring will be conducted by the PIU. The
Contractor shall give full access to the PIU for awareness activities and
monitoring, and is expected to encourage his workforce to attend such
awareness activities and participate in monitoring.
GC 20.1 The Site Possession Date(s) shall be: within14 days after the date of the Letter
of Acceptance.

GC 23.1 & Appointing Authority for the Adjudicator:


GC 23.2 The Construction Industry Development Authority (CIDA), Sri Lanka

GC 24.3 Hourly rate and types of reimbursable expenses to be paid to the Adjudicator:
As officially recommended by CIDA, Sri Lanka
G.C 24.6 (a) Any dispute of whatever nature arising from, out of or in connection with this
agreement, on the interpretation thereof, or the rights, duties, obligations or
liabilities of any party, or the operation, breach, termination, abandonment,
foreclosure or invalidity thereof, shall be referred to by either party to arbitration
for final settlement, in accordance with the Arbitration Act No. of 1995,Sri
Lanka or any amendment thereof.
Submission of any petition for arbitration shall be made within 28 days from the
disclosure of the dissatisfaction by either party for the matter subjected to the
dispute resolution from the other resolution mechanism

(b) Pending the award in any arbitration proceedings hereunder,

This contract and the rights and obligations of the parties shall remain in full
force and effect and
Each of the parties shall continue to perform their restrictive obligations under
this contract. The termination of this contract shall not result in the termination
of any of arbitration proceedings pending at the time of such termination nor
otherwise effect the right and obligations of the parties under or with respect to
such pending arbitration.

Arbitration procedure shall be conducted in accordance with the Expedite


Rules of Procedure for Arbitration of the Institute for the Development of the
Commercial Law of Practice (ICLP).
The number of members in the arbitration Tribunal shall be one (1).
The place of Arbitration shall be Colombo-Sri Lanka.

B. Time Control
GC 25.1 The Contractor shall submit for approval a Program for the Works within
14 days from the date of the Letter of Acceptance.
GC 25.3 The period between Program updates is 60 days.

C. Quality Control
GC 33.1 The Defects Liability Period shall be 365 days

D. Cost Control
GC 44.1 The price fluctuation for the civil works and the pipe supply ( excluding fittings )
quoted by the bidder shall be subjected to adjustments during the performance of
the contract. CIDA-SBD 2 may be applicable for the calculation of price
adjustments.
GC 45.1 The proportion of payments retained is 10 % of each payment. The maximum
limit of retention is 5% of the Accepted Contract Amount.
GC 46.1 The liquidated damages for the whole of the Works are 0.1% per day from the
accepted contract sum. The maximum amount of liquidated damages for the whole
of the Works is 10% of the final Contract Price.
GC 48.1 Mobilization Advance

The total amount of Advance Payment is 20% of the Contract Amount (excluding
provisional sums and contingencies) in Sri Lankan Rupees (LKR) and shall be
paid in two installments as follows;

First Installment of 50% of the Total advance payment will be paid within 14 days
after the submission of valid advance payment guarantee for the component first
component of advance payment and a Performance Bond in accordance with GCC
49.1. The gross repayment of this component of the advance will be apportioned
to the gross amount of any Interim Payment Certificate commencing from the first
IPC certificate for the payment for the works and the total advance shall be
recovered from the IPC, which is issued for 90% completion of Initial Contract
Sum. The equation for computing the gross repayment in any IPC is as follows

Gross repayment in any IPC = Gross amount of value of works certified / 9

Second component of 50% of the Total advance payment will be paid within 14
days after the submission of valid advance payment guarantee for the second
component of advance payment, when the value of works certified for payment
by the Project Manager exceeds 20% of the Initial Contract Sum. Repayment of
this advance component shall be apportioned to gross amount certified for
payment in excess of 30% of the initial contract sum and total recovery is to be
made on 90% completion of the Initial Contract Sum. The equation for computing
the gross repayment of due recovery for this component of advance payment in
any IPC will equal to

[Gross amount of value of works certified - 30% of Initial Contract Sum] /6

In the event of paying both components of advance payment, the gross recovery
for repayment will be the summation of the two equations above. If any amount
remains for the total recovery of the total advance payment, such amount will be
recovered from the advance payment guarantee

Advance for Material at site

Material at site maybe be paid up to 80% of the invoice value only for the pipes,
fittings and specials as a special consideration for smooth execution of the
Contract. The advance shall be paid upon the submission of invoices with a bank
security issued by a bank registered in the central bank of Sri Lanka. The
Contractor shall be entitled to claim the advance within 03 months from the
inception of the Contract. Installment on repayment shall be determined by the
Engineer based on the performance of the contract.
GC 49.1 The Performance Security will be in the form of a demand guarantee in the
amount of 10 percent of the Accepted Contract Amount less provisional sums.

The performance security shall be taken from a commercial bank registered in


the Central Bank of Sri Lanka.
a) If the bid value is 11% to 19% less than the engineer estimate, the
performance bond should be increased by 5%.

b) If the bid value is 20% to 29% less than the engineer estimate, the
performance bond should be increased by 10%.

c) If the bid value is 30% or higher percentage less than the engineer’s estimate,
the bid will be rejected

E. Finishing the Contract


GC 55.1 The date by which operating and maintenance manuals are required is- at the
beginning of Defects Liability Period
The date by which “as built” drawings are required is - at the beginning of
Defects Liability Period

GC 56.2 (g) The maximum number of days is 100.

GC 58.1 The percentage to apply to the value of the work not completed, representing the
Employer’s additional cost for completing the Works, is 30%.
Part B- Special Considerations (SC)
1. Generic Considerations

 The price fluctuation for the civil works and the pipe supply ( excluding fittings ) quoted by
the bidder shall be subjected to adjustments during the performance of the contract. CIDA-
SBD 2 may be applicable for the calculation of price adjustments.

 The Contractor shall submit QA/QC plans at the Kick-Off / Contract mobilization meeting.

 National Project Director (NPD-RIDEP) and Ceywater authorized representative (Team


Leader -PW) may jointly approve up to 10% of Initial Contract price within the contingency
provision as eligible claims for variations of scope work in accordance with the given drawings
and BOQs or any other specific work items ordered by the Engineer (Project Manager) to
accomplish the satisfactory completion of the work to obtain intended objectives of the project.

 All pipe supply & installation materials for this Contract shall be procured from Pre- Qualified
(PQ) suppliers of NWSDB (A list is annexed as Appendix 2). The bidder should declare his
order of priorities for his selection of the said suppliers for each category of supply with the
bid as a binding element. If any deviation to that preference during the execution or any
nominations of suppliers beyond to these PQ list should be done with the prior approval of the
Engineer. Any deviation for a different supplier than listed in the PQ list of NWSDB list shall
be proposed with the sufficient technical details of the proposed supplier’s products & with
manufacturing production capacity, latest test certificates, performance evidence of the past
supplies in similar or higher quantities to SL projects, details of accredited agents in Sri Lanka
and ensuring the facility for providing standard sample testing with the eye witness of the
Engineer or his nominated representatives.

 As stated in the Scope of work & describe in the preamble to the BOQ & at the relevant BOQ
items, Contractor shall undertake the pre-construction activities including topographical
surveys with longitudinal sections, utility mapping, GIS based maps to fix the pipe alignment,
customer awareness campaigns, preparation of traffic management plans up to the satisfaction
of the Engineer after obtaining prior approval for method statement for such activities at the
Contract mobilization meeting.

 Successful Implementation of Environmental Management Action Plan shall be a Contractor’s


responsibility and that shall be in accordance with the EMP attached as Appendix 1 and the
requirement and compliance given by CEA (Central Environmental Authority of Sri Lanka) by
the environmental clearance letter attached in Appendix 3. Contractor should submit a Method
Statement with the bid by addressing his planned, methodology & necessary arrangements to
accomplish the tasks within the EMP and the associated social safeguard activities. Costing for
EMP should be in line with the separate BOQ (pricing of Bill No 1, In line with Appendix 1.0)
attached to the BOQs. In addition to the content of EMP, the Contractor shall remedy the
damages caused if any to the access roads to the premises and existing road utilities under the
scope, item where shall not be able to recover within the insurance of Third-Party liabilities.
Final determination in this respect shall be based on the Engineer’s directives & up to his
satisfaction.

 Carrying out necessary soil investigation works to find out the bearing capacity, water table,
slope stability and soil strata of the ground formation at 200m 3 clear water ground tank as
directed by the Engineer. Prior approval should be obtained for the test procedures & the
method statement. (Analytical test reports should be up to the satisfaction of the Engineer in
order to validate ground properties at the foundation level. It shall cover the determination of
properties of the rock or soft rock or rock boulders if encountered within the desirable limits
for foundation

 In case of excavation for pipe laying in RDA/PRDA/PS roads the permission shall be taken
from the respective road authorities by the employer. The temporary reinstatement work shall
be carried out by the Contractor in accordance with the specification and up to the satisfaction
of Engineer and the relevant road organization. The cost is included in the BOQ for the
temporary reinstatement. The permanent reinstatement is the responsibility of the employer.
In case of gravel roads and concrete paving roads it is the responsibility of the contractor to
undertake permanent road reinstatement work of those roads surfaces after completion of pipe
laying and back filling works.

 The bidder shall submit a health and safety plan to be adopted for COVID-19 during the
execution of the Contract. The anticipated cost to implement such plan to be included under
the General Bill. The Contractor shall adhere Health and Safety Guidelines for Sri Lankan
Construction Sites to be adopted during COVID-19 outbreak, published by CIDA under
version 29th April 2020.

 It is the responsibility of Contractor to ensure the system performance as per the specification
and to the satisfaction of the Engineer at the commissioning period

 The Electro mechanical items should have minimum of 2 years warranty period through their
accredited agent. The warranty shall be on the name of Provincial Council – North Central
Province

 At the end of the defect Liability period, the overall system performance and efficiency shall
be reconfirmed by the contractor for releasing full contractual obligations.

 Contractor shall submit a preventive maintenance schedule together with the Bid
2. Site Specific Considerations
Location

Mahindagama GND is located approximately 3km Eastward interior from the Aselapura
junction of Maradankadawala - Habarana- Thirukkondiyanaaru highway (A11). The nearby
town centre is Welikanda and it is approximately 8km away from the sub-projects area. The
Welikanda town centre is located along the Maradankadawala - Habarana-
Thirukkondiyanaaru highway road (A11) around 14 km away from the Manampitiya Town.
Undulating topography is noted at the terrain of Mahindagama GND. The ground elevation
within all settlement areas of Mahindagama GND is varying between (22.3 m - 50m).

Climate

The climatological pattern is classified into two seasons for cultivation purposes as follows
- Maha season from October to March called as the wet season
- Yala season from April to September called as the dry season

(1) Temperature: During the dry season from April to September, the monthly average
temperature is very stable in the range of 29ºC to 30ºC. However, at the start of the wet
season from October, the temperature decreases with the coldest months being December
and January at about 26 ºC, following which the temperature increases.

(2) Rainfall: The annual rainfall in Polonnaruwa District was between 1200 - 1800 mm, but
more than two-thirds of the annual rainfall occurs in the Maha season. In addition, as more
than 70% of the rainfall during this period is concentrated in the period from October to
December, there is a large monthly fluctuation in rainfall.

Attention and Concerns during Construction

Special attention shall be paid to following items during construction phase in compliance with
the proposed environmental action plan
 Special attention shall be paid for pipe laying work across the tank bund and downstream slope
of the Kasan tank and prior approval need to be taken from the technical service department of
the RPM office, Mahaweli Authority, System B, Welikanda before commencing the intake
construction works.
 Measures to prevent environmental degradation work and damages to the ecological system
due to the construction works at the intake site.
 Minimize as much as possible cutting trees at the work sites such as proposed WTP land and
along the pipe traces. Prior approval shall take if cutting trees are required
 Measures to prevent disturbances to the rooting system of trees during the excavation of
trenches for pipe laying works.
 Select a local authority/ CEA approved suitable land for dumping debris and excess excavated
materials.
 Health and Safety Guidelines for construction sites published by the Ministry of Urban
Development, Water Supply and Housing Facilities to be strictly adopted at the work site
paying special attention during this Covid-19 outbreak.
 Environmental Management Plan (EMP) shall implement during the construction period of
Water Supply Scheme to mitigate the identified environmental impact listed in the given EMP.
 Closed coordination shall ensure with relevant stakeholder agencies for proper implementation
works.
Adjustment for Changes in Cost
The Contract Price shall be adjustable during Contract Execution.

The amounts computed from the formula given under this sub-clause in respect of the rise
or fall in the cost of Labour, Material, Plant, and other inputs to the Works, shall be added
to or deducted from the payment to the Contractor.

(a) The adjustment to the Payment Certificates in respect of changes in Cost and legislation
shall be determined from the following formula:

F= 0.966 (V - Vna) å Px (1xc - 1xb)


100 All inputs 1xb

Where:
F = price adjustment for the period concerned
V = current valuation of work done for the period
Vna = value of nonadjustable element or value of work not considered for
price variation
Px = Input percentage of input named X
Ixc = current indices of input named X
Ixb = base indices of input named X

b) 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 the additional amount under special
circumstances.

(c) The “Input Percentage” means the percentage proportionate contribution of any input in
terms of cost of the construction and listed below.

Percentag
INPUT
e%
Indices
Name of Input
Reference
L1 Skilled labour 6%
L3 Unskilled labour 9%
P2 Heavy equipment 1%
M20 uPVC Pipes 50%
M47 DI Pipes 7%
P3 Fuel 1%
M3 Cement 4%
M8 Sand 2%
M7 Metal 2%
M13 R/f 6%
M21 Formwork Timber 1%
M5 Cement blocks 1%
Total 90%
(d) The “non-adjustable” elements mean:

1) Extra Works or additional works carried out by the Contractor on instructions of the
Engineer and are valued based on the prices prevailing at the time of execution.
2) Works done under Daywork rates.
3) Work done under Bill no. 01, 09, 10 and 11
4) Any other DI work done under Bill no. 02,03,04,05, 06,07 and 08

(e) The “current valuation” means the gross value of work executed during the current valuation
period and will exclude Advance for Material at site (GC 48.1).

(f) The “indices” mean the monthly indices published by the Construction Industry Development
Authority for different inputs.

(g) “base indices” are the indices for the input, prevailing one month prior to the latest date of
submission of bids.

(h) In the case of the 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.

(i) If the Contractor fails to complete the Works within the Time for Completion or 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 (a). indices prevailed at the due date
for completion or (b) the current indices; whichever is more favorable to the Employer.

(j) The weightings for each of the inputs given in this Clause shall be adjusted if, in the opinion
of the Engineer, they have been rendered unreasonable, unbalanced, or inapplicable as a
result of varied or additional work already executed or instructed or for any other reason.
Section IX

Contract Forms
Table of Forms

Letter of Acceptance

Contract Agreement

Performance Security

Advance Payment Security


Section IX - Contract Forms CF-1

Letter of Acceptance
[letterhead paper of the Employer]

[insert date..]

To: [insert name and address of the Contractor]

Subject: [Notification of Award Contract No]

This is to notify you that your Bid dated [insert date] for execution of the [insert name of the
Contract and identification number, as given in the Bid Data Sheet] for the Accepted Contract
Amount of the equivalent of [insert amount in numbers and words] [insert 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 of the Performance Security Form included
in Section IX (Contract Forms) of the Bidding Documents.

Authorized Signature: ................................................................................................................

Name and Title of Signatory: .....................................................................................................

Name of Agency: .......................................................................................................................

Attachment: Contract Agreement


Section IX - Contract Forms CF-2

Contract Agreement

THIS AGREEMENT made the [insert date] day of [insert month], [insert year], between
[insert name of the Employer] (hereinafter “the Employer”), of the one part, and [insert 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 Letter of Acceptance;

(b) the Letter of Bid;


(c) the Addenda Nos [insert addenda numbers if any];
(d) the Particular Conditions;
(e) the General Conditions;

(f) the Specification;


(g) the Drawings;
(h) the completed Schedules; and

(i) Acknowledgement of Compliance with Guidelines for Procurement under Japanese ODA
Loans
For the purpose of interpretation, the priority of the listed documents shall be in accordance
with the above listed order.

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.
Section IX - Contract Forms CF-3

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in
accordance with the laws of [insert name of the borrowing country] on the day, month and year
indicated above.

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
Section IX - Contract Forms CF-4

Performance Security
(Demand Guarantee)

[Insert Guarantor letterhead or SWIFT identifier code]

Beneficiary: [Insert name and Address of the Employer]

Date: [Insert date of issue]

PERFORMANCE GUARANTEE No.: [Insert guarantee reference number]

Guarantor: [Insert name and address of place of issue, unless indicated in the letterhead]

We have been informed that [insert name of Contractor, which in the case of a joint venture
shall be the name of the joint venture] (hereinafter called “the Applicant”) has entered into
Contract No. [insert reference number of the Contract] dated [insert date] with the Beneficiary,
for the execution of [insert name of the Contract and brief description of the 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 Applicant, we as Guarantor, hereby irrevocably undertake to pay the
Beneficiary any sum or sums not exceeding in total an amount of [insert amount in figures]
([insert amount in words]),1 such sum being payable in the types and proportions of currencies
in which the Contract Price is payable, upon receipt by us of the Beneficiary’s complying
demand supported by the Beneficiary’s statement, whether in the demand itself or in a separate
signed document accompanying or identifying the demand, stating that the Applicant is in
breach of its obligation(s) under the Contract, without the Beneficiary needing to prove or to
show grounds for its demand or the sum specified therein.

1
The Guarantor shall insert an amount representing the percentage of the Accepted Contract Amount specified
in the Letter of Acceptance, less provisional sums, if any, and denominated either in the currency(cies) of the
Contract or a freely convertible currency acceptable to the Beneficiary.
Section IX - Contract Forms CF-5

This guarantee shall expire, no later than the [insert the day] day of [insert month], [insert
year]2, and any demand for payment under it must be received by us at this office indicated
above on or before that date.

This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010
Revision, ICC Publication No. 458, except that the supporting statement under Article 15(a) is
hereby excluded.

_____________________
[signature(s)]

[Note: All italicized text (including footnotes) is for use in preparing this form and shall be
deleted from the final product.]

2
Insert the date twenty-eight (28) days after the expected expiration date of the Defect Liability Period.
Section IX - Contract Forms CF-6

Advance Payment Security

(Demand Guarantee)

[Insert Guarantor letterhead or SWIFT identifier code]

Beneficiary: [Insert name and address of the Employer]

Date: [Insert date of issue]

ADVANCE PAYMENT GUARANTEE No.: [Insert guarantee reference number]

Guarantor: [Insert name and address of place of issue, unless indicated in the letterhead]

We have been informed that [insert name of Contractor, which in the case of a joint venture
shall be the name of the joint venture] (hereinafter called “the Applicant”) has entered into
Contract No. [insert reference number of the Contract] dated [insert date of the Contract] with
the Beneficiary, for the execution of [insert 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 [insert amount in figures] ([insert amount in words]) is to be made against
an advance payment guarantee.

At the request of the Applicant, we as Guarantor, hereby irrevocably undertake to pay the
Beneficiary any sum or sums not exceeding in total an amount of [insert amount in figures]
([insert amount in words])3 upon receipt by us of the Beneficiary’s complying demand
supported by the Beneficiary’s statement, whether in the demand itself or in a separate signed
document accompanying or identifying the demand, stating either that the Applicant:

(a) has used the advance payment for purposes other than the costs of mobilization in
respect of the Works; or

(b) has failed to repay the advance payment in accordance with the Contract conditions,
specifying the amount which the Applicant has failed to repay.

A demand under this guarantee may be presented as from the presentation to the Guarantor of
a certificate from the Beneficiary’s bank stating that the advance payment referred to above
has been credited to the Applicant on its account number [insert number] at [insert name and
address of Applicant’s bank].

The maximum amount of this guarantee shall be progressively reduced by the amount of the
advance payment repaid by the Applicant as specified in copies of interim statements or

3
The Guarantor shall insert an amount representing the amount of the advance payment and 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.
Section IX - Contract Forms CF-7

payment certificates which shall be presented to us. This guarantee shall expire, at the latest,
upon our receipt of documentation indicating full repayment by the Contractor of the amount
of the advance payment, or on the [insert day] day of [insert month], [insert year],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 (URDG) 2010
Revision, ICC Publication No. 458, except that the supporting statement under Article 15(a) is
hereby excluded.

____________________
[signature(s)]

[Note: All italicized text (including footnotes) is for use in preparing this form and shall be
deleted from the final product.]

4
Insert the expected expiration date of the time for completion of the Contract.
Section IX - Contract Forms CF-8

Retention Money Security

(Demand Guarantee)

[Insert Guarantor letterhead or SWIFT identifier code]

Beneficiary: [Insert name and Address of Employer]

Date: [Insert date of issue]

RETENTION MONEY GUARANTEE No.: [Insert guarantee reference number]

Guarantor: [Insert name and address of place of issue, unless indicated in the letterhead]

We have been informed that [insert name of Contractor, which in the case of a joint venture
shall be the name of the joint venture] (hereinafter called “the Applicant”) has entered into
Contract No. [insert reference number of the Contract] dated [insert date] with the
Beneficiary, for the execution of [insert name of Contract and brief description of Works]
(hereinafter called “the Contract”).

Furthermore, we understand that, according to the conditions of the Contract, the Beneficiary
retains moneys up to the limit set forth in the Contract (“the Retention Money”), and that when
the Taking-Over Certificate has been issued under the Contract and the first half of the
Retention Money has been certified for payment, payment of the second half is to be made
against a Retention Money guarantee.

At the request of the Applicant, we, as Guarantor, hereby irrevocably undertake to pay the
Beneficiary any sum or sums not exceeding in total an amount of [insert amount in figures]
([insert amount in words])5 upon receipt by us of the Beneficiary’s complying demand
supported by the Beneficiary’s statement, whether in the demand itself or in a separate signed
document accompanying or identifying the demand, stating that the Applicant is in breach of
its obligation(s) under the Contract, without the Beneficiary needing to prove or show grounds
for its demand or the sum specified therein.

A demand under this guarantee may be presented as from the presentation to the Guarantor of
a certificate from the Beneficiary’s bank stating that the second half of the Retention Money
as referred to above has been credited to the Applicant on its account number [insert account’s
number] at [insert name and address of Applicant’s bank].

5
The Guarantor shall insert an amount representing the amount of the second half of the Retention Money
denominated either in the currency(ies) of the second half of the Retention Money as specified in the Contract,
or in a freely convertible currency acceptable to the Beneficiary.
Section IX - Contract Forms CF-9

This guarantee shall expire no later than the [insert day] day of [insert month], [insert year]
6
, and any demand for payment under it must be received by us at the office indicated above on
or before that date.

This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010
Revision, ICC Publication No. 458, except that the supporting statement under Article 15(a) is
hereby excluded.

____________________
[signature(s)]

[Note: All italicized text (including footnotes) is for use in preparing this form and shall be
deleted from the final product.]

6
Insert the same expiry date as set forth in the Performance Security, representing the date twenty-eight days
(28) after the expected expiration date of the Defect Liability Period.
Appendix - 1

Environmental Management Plan for Water Supply


Category Environmental Environmental Mitigation Implementing Responsible
Item Impact Measures Organization Organization

Pollution 1. Air Quality There will be 1.Sprinkle water Contractor Consultant


Control dust emission to the stock piles
PIU
due to filling and
2.Maintain the
compacting of
construction area
the gravel roads
in wet conditions
as much as
possible

3.Providing
temporary dust
covers in the
construction area

2. Water Quality 1.Soil stockpiles 1.Minimize Contractor Consultant


(During can be a source construction
PIU
Construction) of erosion and materials mixing
pollution of into the water
surface water bodies.
sources.
2.Use cofferdam to
2.The avoid the mixing
disturbances of of construction
bottom soil in materials in the
the river and water.
accumulation of
silt materials to
the water. Due to
construction of
spillways and
retaining walls it
also could
increase the
suspended
particles in the
water.

3 Waste (During Due to 1.Waste should not Contractor Consultant


Construction vegetation be disposed in
PIU
Stage) clearance and such a way that
loosened soils does not block the
which are not natural path of the
reused for filling water follow
and compacting.
2.Waste disposal
There will be
sites should be
wastes which
used in
need to be
consultation with
disposed
the relevant PIU
carefully.
Category Environmental Environmental Mitigation Implementing Responsible
Item Impact Measures Organization Organization

4 Noise and 1.Noise 1.Limit Contractor Consultant


Vibration emanated from construction work
PIU
the compactors, in day time
(This will be
compressors and
limited to 2.Use high quality
machinery used
areas where equipment which
for cement
construction has before the
mixing will
construction.
exceed
3.Contractors use
accelerators to
minimize
concreting time

7 Infectious Serious potential 1.Awareness Contractor Consultant


diseases such impacts on activities
PIU
as HIV/AIDS HIV/AIDS are
2.Monitoring for
not expected by
HIV/AIDS
the Project due
to the size and
characteristics of
the Project
However, there
is still possibility

8 Work Safety There is a 1.Block with Contractor Consultant


possibility that barricade
PIU
safety of
2.Follow Guidance
workers is
for the
impaired during
Management of
transportation
Safety for
and construction
Construction
works
Works in Japanese
ODA Projects of
“JICA” and “Sri
Lanka ‘s national
regulation for
building safety for
construction.

Others Accidents The digging of 1.Create public


trenches in awareness
unsafe places
2.Putting up
may have
placard in the
threatened to the
construction are
safety.
where possible.

3.Placing sign
Appendix – 2

Prequalified list of uPVC/HDPE/DI Suppliers of


NWSDB
Appendix – 3

Environmental Clearance - Central Environmental


Authority in Sri Lanka
Appendix – 4

Health and Safety Guidelines for Sri Lankan


Construction Sites to be adopted during COVID-19
outbreak
Construction Industry
Development Authority

Health and Safety Guidelines for


Sri Lankan Construction Sites to be
adopted during COVID 19 outbreak

Version 29th April, 2020

Ministry of Urban Development, Water Supply & Housing Facilities


͊
0
Health and Safety Guidelines for Sri Lankan Construction Sites to be adopted during COVID
19 outbreak published by Construction Industry Development Authority, Operating under
Ministry of Urban Development, Water Supply & Housing Facilities.

Compiled by,

Ms. K.A.C. De Alwis – Attorney at Law- Legal Officer & Board Secretary
Eng. E. Vibusshana – Assistant Director – Research & Development

Reviewed by,

Archt. H.K. Balachandra – Director General


Eng. S.K.S. Amarasekara – Director (Development)

Material contained in this publication is considered as a CIDA Publication which may be reproduced,
fully or partially, with the permission of CIDA.

This information will be made available to interested parties upon request, from CIDA Head Office.
Tel: 94-11-2699801, Fax: 94-11-2699738, Email: info@cida.gov.lk
1
Acronyms

CDC Center for Disease Control& Prevention of US


CIDA Construction Industry Development Authority
COVID-19 Coronavirus disease of 2019
CSOH Construction Safety and Occupational Health
EOT Extension of Time
EU European Union
GDP Gross Domestic Product
LD Liquidated Damages
NIOSH US National Institute for Occupational Safety and Health
OSHA Occupational Safety and Health Administration
PPE Personal Protective Equipment
SARS-CoV-2 Severe Acute Respiratory Syndrome Coronavirus 2
US United States
USA United States of America
v/v Volume per Volume
WHO World Health Organization

2
Contents
1.0 Introduction ..................................................................................................................................... 4
2.0 About COVID-19 ............................................................................................................................ 5
3.0 Employer/Engineer /Contractor .................................................................................................... 6
4.0 Employee/ Worker .......................................................................................................................... 8
5.0 General ............................................................................................................................................. 9
5.1 Administration .............................................................................................................................. 9
5.2 Meetings........................................................................................................................................ 9
5.3 Using Lift or Elevator ................................................................................................................. 10
5.4 Sanitary Facilities........................................................................................................................ 10
5.5 Lunch Room................................................................................................................................ 10
5.6 Changing Room .......................................................................................................................... 11
5.7 Transport Facilities ..................................................................................................................... 11
5.8 Accommodation .......................................................................................................................... 11
6.0 Bibliography .................................................................................................................................. 12

3
1.0 Introduction
These Guidelines are prepared by the CIDA established under the Construction Industry Development Act No.33 of
2014 with the view to be used as a mandatory Health & safety Guidelines at the construction sites operating in Sri
Lanka during the critical observation period of Coronavirus COVID 19 epidemic, as a precautionary measure, in
preventing the spreading of the virus.
These Health and Safety Guidelines for Sri Lankan Construction Sites to be adopted during COVID 19 outbreak are
not a Rule, Regulation or Legislation and does not create any legal obligations. It contains instructions and
information of mandatory safety and health standards. The instructions are advisory in nature, informational in
contents, and are intended to assist the construction workers working in construction sites within the country,
providing a safe and healthful worksite. The Guidelines are not static in nature and needs revisions and additions to
suit the needs of the situation from time to time. These Guidelines require construction workers to comply with safety
and health instructions and information embedded therein. In addition, the Guidelines requires Contractors/Clients
of the construction project to provide their workers with a worksite free from recognized hazards likely to cause
death or serious physical harm, during the epidemic of COVID 19.
Since the virus has adversely affected many human lives causing thousands of deaths, and millions of infected people
in the world and since the epidemic is gradually raising in Sri Lanka as well, the spreading of the virus shall be
curbed and the COVID -19 shall be eradicated from Sri Lanka.
The Construction Industry is an important industry in Sri Lanka, contributing approximately 10% to the country’s
GDP and providing employment for over 650,000. Construction Projects have to be continuously carried on for the
progress of the work, and timely completion, in order to minimize the Overhead Costs, claims of compensations
resulting EOT, burden of LD upon the construction contractors etc. Therefore, construction workers are required to
be deployed in construction work sites with effective and protective health & safety measures continuously, curbing
the spreading of the epidemic.
In order to curb the spreading of the virus and reduce the impact of COVID-19 outbreak on the construction industry,
its stakeholders and the general public associating such stakeholders, it is important for all Clients/Employers and
Contractors of construction projects to introduce and implement Health & Safety Guidelines to be adhered in
construction sites.
CIDA, the Apex Regulatory Agency in the construction industry, has developed this “Health and Safety Guidelines
for Sri Lankan Construction Sites to be adopted during COVID 19- outbreak” in collaboration with the Industrial
Safety Division of Department of Labor and References were made to the WHO- Infection prevention and control
during health care when COVID-19 is suspected- Interim guidance 19 March 2020 and the Guidelines of the OSHA
of USA.

These Health and Safety Guidelines for Sri Lankan Construction Sites are to be adopted during COVID- 19 outbreak.
Employers/Clients, Contractors and construction workers shall adhere to this Guidelines to help identify and curb
the spread of this epidemic in worksites settings and to determine any appropriate control measures to implement.
Additional guidance may be needed as COVID-19 outbreak conditions change, including as new information about
the virus, its transmission, and impacts, becomes available.

4
2.0 About COVID-19

The Disease of Coronavirus 2019 (COVID-19) is a highly contagious respiratory disease which is caused by the
SARS-CoV-2 virus. Although there are no confirmed sources as to where the virus has been originated, it has been
spread to most of the countries world over including Sri Lanka. The COVID-19 at present has arisen in an outbreak
becoming a pandemic which has affected all aspects of daily life in Sri Lanka as well as in many countries around
the world, including free travel, trade, tourism, food supplies, and financial markets, which in turn has affected the
National Economy.

2.1 Symptoms of COVID-19


Infection caused by the virus that causes COVID-19, SARS-CoV-2, can cause illness ranging from mild to severe
and, in some cases, can be fatal. These symptoms include fever, cough, and shortness of breath. Some infected
people have reported experiencing other non-respiratory symptoms. The people, referred to as asymptomatic
cases, do not experience symptoms at all.
According to the CDC, symptoms of COVID-19 may appear in a minimum of 2 days up to around 14 days
after exposure to the virus.

2.2 How COVID-19 Spreads


The virus is considered to spread mainly from person-to-person, including:

■ Among people who are in close proximity with one another (within about 6 feet).

■ Through the respiratory droplets produced by an infected person’s cough or sneezing. These droplets
can reach the mouths or noses of other people who are in close proximity or possibly be inhaled into the
lungs.

Possibility is there for a person to be infected by COVID-19 by touching a surface or object that is contaminated
with the virus on it and then touching their own mouth, nose, or possibly their eyes, with such contaminated
hands. However, this is not considered to be the primary way of spreading the virus. Infected persons are
considered most contagious when they are most symptomatic (i.e., experiencing fever, cough, and/or shortness
of breath). Spreading might even be possible before people show the symptoms; there have been reported cases
of this type of asymptomatic transmission with this new coronavirus, but this is also not considered to be the
main way of spreading the virus.

2.3 The survival of the virus


This virus is spread out with droplets when coughing or sneezing and survives in following surfaces for durations
given against, while it remains in Air for 03 hours;

■ Cardboard – 03 hours Paper – 04 to 05 days


■ Copper – 24 hours Wood – 04 days
■ Un-tarnished iron – 02 days Glass – 04 days
■ Plastic – 05 days Aluminum – 02 to 08 days

Therefore, these surfaces shall be properly disinfected, and the construction workers must be educated on
the above facts.

5
3.0 Employer/Engineer /Contractor

1. Employer /Engineer/ Contractor shall adhere to the Government Instructions released from
time to time, which will also appear in the CIDA web site to mitigate the spread of COVID-
19 in all Construction Projects operated under their purview, during the entire period
declared as critical by the authorities.
2. Employer of construction sites shall ensure that Public Health Inspectors visit the sites in
order to monitor whether adequate precautions for the safety of the workers and also to
curb the spreading of virus, are being taken at such sites.
3. Contractor shall sufficiently appoint CSOH supervisors at site to closely monitor whether
the instructions are strictly adhered by the occupants of the sites.
4. Contractor may introduce a suitable system imposing a fine for defaulters to maintain the
discipline.
5. Contractor of the construction project shall provide soap, running water and hand sanitizer
at the entrance of the construction site, for the use of workers.
6. Body temperature of the workers shall be checked at the entrance of each construction site,
by a hand held equipment. The Thermal scanner has to be of Medical grade.
7. All precautions shall be used to prevent entry of persons recording a temperature above
98.4 0 F or 37.0 C, whom should be re-checked after 10-15minutes of rest and if positive
for second time sent him/her back.
8. In large projects where number of workers are high which prevents manual body
temperature checking procedures, employers/contractors shall use available latest
technologies such as equipment operating on Infra-Red Rays to check body temperature at
the entrance. One or more equipment shall be fixed based on the number of workers.
9. If any construction worker has developed symptoms of COVID-19 or high fever he shall
be directed to a qualified doctor/ nearest Government Hospital.
10. Contractor shall preferably use a check-list and check whether each worker has symptoms
of COVID-19 such as cough, sneezing, body pains, difficulty in breathing, fever etc. and
direct the worker for treatment, in case of a detection.
11. Employer / Engineer/ Contractor shall make sure unauthorized visitors are not allowed to
enter into construction sites during this critical period unless extremely necessary.
12. When visitors are taken inside the site, the above-mentioned safety precautions / hygiene
etiquettes have to be strictly followed.
13. Employer shall appoint a Health and Safety Committee for every work site, with
representations from the Contractor. The said committee shall be convened at least once a
week and discuss with the workers about the current status of the epidemic, situation in the
construction site and potential threats and decisions have to be taken providing solutions.
14. Employer / Engineer / Contractor shall ensure that Construction workers are provided with
face masks and hand gloves. Masks and gloves shall not be re-used.
15. In extreme situations where the standard of protective mask is a requisite, a particulate
respirator at least as protective as a NIOSH certified N95, EU standard FFP2, or equivalent
shall be used.

6
16. If a finger scan machine is used to mark presence at the work site workers shall be
instructed to clean hands in the manner described by the Health authorities, after using the
finger scan machine. Preferably a hand sanitizer (70%v/v alcohol based) shall be placed
near the Machine for an easy operation.
17. The construction site, its machines, equipment, tools, stocks of material have to be
regularly disinfected using a disinfectant.
18. Metal and plastic surfaces could contain virus for number of days; therefore, these surfaces
shall be properly disinfected.
19. All metal surfaces shall be disinfected with minimum of 70% v/v alcohol solution. All non-
metal surfaces be disinfected with 0.1% sodium hypochlorite solution.
20. Construction sites must be kept clean, disinfected with provision of clean air, minimizing
the spreading of the virus.
21. Construction workers shall be educated to refrain from touching their face, eyes, nose or
mouth and shall not touch the mask frequently having worn the same.
22. Posters & Placards promoting respiratory hygiene etc., shall be adequately displayed.
23. All the doors in buildings and structures of the construction site must be opened as long as
possible providing ventilation and fresh air, thereby minimizing the spreading of virus.
24. If by any chance, it is known that one or more workers in the work site is infected
withCOVID-19, he shall be at once sent to a specified government hospital by an
ambulance.
25. The details of the other workers who closely worked or associated with the infected person
shall immediately be notified to the nearest Hospital or to Special Units appointed by the
Health Ministry / President’s Task Force.
26. Until an action is taken, they shall be isolated and be advised for self-quarantining.
27. In such a situation, services of a qualified physician or one or more male nurses shall be
obtained to monitor the symptoms shown by the workforce.
28. Employer/ Contractor shall make sure that the PPEs such as respirators N95 certified or
equivalent, eye protection goggles or a face shields, non-sterile long-sleeved gown and
gloves, waterproof aprons are sufficiently provided as per WHO guidelines for those who
monitor persons having any kind of illness.
29. The instructions of Presidential Special Task Force for COVID-19 shall be strictly
followed by all parties to the Contract (Employer/ Engineer/ Contractor) in this regard.
30. Owner of construction sites must maintain a register and the contact details of all
construction workers at the site.
31. Monitoring and Tracking of the construction workforce will be essential, by manual
operations or using the tracking / monitoring technologies.
32. Construction workers shall be provided by owners of construction sites, warm water to
consume from time to time and such workers shall avoid taking cold water or beverages.
33. Contractor shall ensure to maintain a safe area distribution considering the 1-meter distance
between workers as and when the nature of the work permits to do so, in order to keep a
safe environment.

7
34. All parties to the Contract (Employer/ Engineer / Contractor) shall ensure the Government
Health Guidelines/ etiquettes issued from time to time in order to combat the spread of
COVID-19 or any other epidemic are strictly adhered by the Construction Site staff.

4.0 Employee/ Worker

1. Workers must keep a distance of one meter in carrying out site work and in all possible
occasions such as when checking the temperature, washing hands and when during tea and
dining etc.
2. All construction workers must wash hands with soap or hand sanitizer containing alcohol
and running water when entering the construction site.
3. All workers shall ensure that their body temperatures are checked at the entrance of the
construction site, for their own safety in order to curb the spread of this decease.
4. Construction workers while at work must wash hands at intervals, especially when using
equipment commonly used, with soap / hand sanitizer containing alcohol and running
water.
5. Construction workers must engage in work at site wearing face masks and hand gloves.
After removing the mask, it has to be discarded into a pedal operated closed bin and hands
should be washed subsequently.
6. There should be minimal handling of the mask when removing.
7. Before and after using the finger scanning machine, workers shall ensure cleaning of hands
in the manner mentioned above.
8. Construction workers must use a handkerchief or paper tissue when coughing or sneezing
or at least the inner side of the elbow to be used.
9. Construction workers shall refrain from spitting or sneezing/coughing, putting out the
discharge of phlegm in public places.
10. Contaminated waste and used tissues, hankies shall be either buried or disposed in a pedal
operated closable garbage bin.
11. Disposal of waste shall be carried out as per the guidelines routinely followed except for
the waste of suspected persons which has to be managed in accordance with the guidelines
on waste management.
12. Construction workers shall not be indulged in smoking or consuming any drugs, which
lower the immunity levels.
13. Construction workers shall not get together after finishing the day’s work for discussions,
group games, to consume food, water or alcohol.
14. Each construction worker shall keep separately a plate, water bottle glass/cup, tooth paste,
tooth brush, razor of their own and shall not use these in common.
15. Used hankies, paper tissues, disposable razors, tooth brushes, shall be disposed in a pedal
operated closable garbage bin or be buried.
16. Construction workers shall not touch each other, hand shake, hug etc., during this period
under observation.
8
17. Each construction worker shall keep separately his clothes, suits, towels, shoes, overalls,
etc. and must not borrow these of each other.
18. Construction workers shall not go out of construction site once reported to work in the
morning and before completing work at the end of the day without due permission of
owner.
19. In order to maintain the body immune system healthy, Construction workers shall consume
a nutritious and balanced diet and take a good rest after work and a good sleep.
20. Construction workers shall avoid crowds, avoid visiting public places as much as possible,
during the outbreak under observation.

5.0 General

5.1 Administration

1. All the parties to the Contract shall ensure that the precautionary items elaborated under
this Guideline are adequately adopted.
2. Definitions of parties to the Contract shall be as defined in CIDA Standard Bidding
Documents.
3. Composition of Sanitizing liquids, body temperature values and all other medical
instructions and general work place safety practices shall be as per the Operational
Guidelines on Preparedness and Response for COVID-19 outbreak for work settings -
Interim Guidance 17thApril 2020, published by the Directorate of Environmental Health,
Occupational Health and Food Safety of Ministry of Health and Indigenous Medical
Services

5.2 Meetings

1. Avoiding face to face meetings shall be practiced as much as possible. Employer, Engineer
and Site staff, Project Management staff may use latest communication tools such as
teleconferencing / video conferencing whenever possible.
2. Attendance for the meetings shall be minimum as possible whence face to face meetings
are required.

9
5.3 Using Lift or Elevator

1. When construction workers are inside the buildings being constructed, using Electric
Stairways, Lifts/Elevators, they must specifically use face masks.
2. Minimize the spreading of virus by minimizing the use of the Electric Stairways and
Lift/Elevators.
3. The operating buttons and handles of Lifts/Elevators must be regularly disinfected.
4. When using the lift/elevator, the persons so using must face the walls of the same and
thereby minimizing the spread of the virus. The number of persons traveling in the elevator
shall be minimized. A ground plan must be made for this purpose.

5.4 Sanitary Facilities

1. The sanitary facilities in the buildings, structures in the worksite shall be disinfected. The
number of occasions to disinfect shall be decided on the number of workers in a worksite,
and thereby minimizing the spread of the virus.
2. The sanitary facilities, lavatories, bathing rooms etc. shall be provided in the worksites,
and such facilities/places, handles, and taps in them, shall be disinfected. These shall
provide running water, soap, hand sanitizer containing alcohol, detergent etc.

5.5 Lunch Room

1. Lunch room or the eating place of the construction site must always be kept clean and
disinfected.
2. Water taps of the lunch room be automated or disinfected regularly. Automated taps could
be made with the use of a pedal
3. The chairs in the lunch room must be kept at one meter’s distance.
4. The chairs in the lunch room shall be arranged not facing each other but facing the same
direction as much as possible.
5. The number of persons using the lunch room at one time shall be minimized.
6. The lunch shall be provided to the workers who are provided with lunch, as lunch packets.
7. Hygienic and healthy ways shall be adopted by the catering services which provide lunch
and food packets.

10
5.6 Changing Room

1. Changing room shall always be kept clean and disinfected, ventilation shall be provided
properly.
2. Clothes and garments of each worker shall be kept separately, thereby minimizing the
spread of the virus.
3. The chairs of the changing room must be kept at a distance of one meter
4. The number of people using changing rooms at one time shall be minimized.

5.7 Transport Facilities

1. Spread of the virus in the public transport such as buses and trains could be minimized by
providing transport facilities to the workers to the construction site.
2. The workers who travel by public transport such as buses and trains shall always wear the
face mask.
3. A fair distance could be maintained in the bus/train by minimizing number of people
traveling on them at one time.
4. If transport facilities are provided to construction workers to and from work site, workers
shall keep the required distance and shall always wear the masks, while travelling.
5. The vehicles used for providing transport facilities to construction workers, shall be
cleaned regularly and disinfected.

5.8 Accommodation

Spreading of virus through bed cloth, garments in accommodation facilities:

1. The clothes, bed sheets, pillow cases, garments of the workers shall be washed regularly
using a detergent and with warm water (60°C - 90°C)
2. Clothes and bed clothes, washed, shall be dried under excessive heat or direct sunlight.
3. Hostels, Barracks, Dormitories, Lodges and sleeping areas, which are used by the
construction workers shall be frequently disinfected and kept clean and ventilated.

11
6.0 Bibliography

(1) WHO- Infection prevention and control during health care when COVID-19 is suspected-
Interim Guidance 19thMarch, 2000
(2) Operational Guidelines on Preparedness and Response for COVID-19 Outbreak for Work
Settings Interim Guidance 17thApril, 2020
Directorate of Environmental Health, Occupational Health and Food Safety
Ministry of Health and Indigenous Medical Services
(3) Guidance on Preparing Workplaces for COVID-19 by US Department of Labour, OSHA
(4) Precautions to prevent Coronavirus infections at workplaces – Note released by Industrial
Safety Division of Department of Labor March, 2020

12
CIDA

For more information:

Construction Industry Development Authority


‘Savsiripaya’, 123, Wijerama Mawatha,
Colombo 07, Sri Lanka.
www.cida.gov.lk
Tel: 94-11-2699801
Fax: 94-11-2699738
Email: info@cida.gov.lk
13
Appendix – 5

Details of Fixtures for Buildings


MAHINDAGAMA – MAHASENPURA INTEGRATED WATER SUPPLY SCHEME

Detail of fixtures for Wash Room (A)


No. Item Description Unit Quantity

1 Wash Basin with Pedestal, Tab & Nr 01


Trap
2 Mirror Nr 01
3 Soap Tray Nr 01
4 Brush Holder Nr 01
5 Towel Bar Nr 01
6 Bib Tap Nr 01
7 Angle Valves on wall Nr 02
8 Floor Gully Trap Nr 01
9 Commode with Cistern Nr 01
10 Bidet shower Nr 01
11 Cloth holder/hook Nr 01
12 Paper Holder Nr 01
13 Commode with Cistern Nr 01
14 Floor Gully Trap Nr 01

Detail of fixtures for Toilet (B)


No. Item Description Unit Quantity

1. Commode with Cistern Nr 01


2. Bidet shower Nr 01
3. Cloth holder/hook Nr 01
4. Paper Holder Nr 01
5. Angle Valves on wall Nr 02
6 Floor Gully Trap Nr 01

Detail of fixtures for Bath Room ( C)


No. Item Description Unit Quantity

1. Fixed Shower Nr 01
2. Hand Shower Nr 01
3. Wash Basin with Pedestal, Tap & Trap Nr 01
4. Mirror Nr 01
5. Soap Tray Nr 01
6. Brush Holder Nr 01
7. Towel Bar Nr 01
8. Cloth holder/hook Nr 01
9. Bib Tap Nr 01
10. Angle Valves on wall Nr 02
11. Floor Gully Trap Nr 01
Appendix – 6

Drawings

You might also like