Вы находитесь на странице: 1из 138

Design, Construction and Completion of proposed swimming pool

complex of changing rooms and sanitary facilities


At
MALABE MODEL BOYS SCHOOL

BIDDING DOCUMENT

Provincial Engineering Organization


Western Provincial Council,
Level 5,
No 204,
Denzil Kobbakaduwa Mawatha,
Battaramulla

10TH OF JANUARY 2019

1
DOCUMENTATION CERTIFICATE

CONTRACT NO : ……………………………………………

DESCRIPTION OF WORK : Design, Construction and Completion of proposed swimming


pool complex of changing rooms and sanitary facilities at Malabe
Model Boys School

ISSUED TO :MS/…………………………………………..

ADDRESS : …………………………………………………….

………………………………………..
…………………………………………
TELEPHONE /FAX :…………………………………………
FIELD OF SPECIALITY : Valid CIDA registration for Building Construction for Grade
C4 or above.

CIDA REGISTRATION NUMBER :………………………………………

NON REFUNDABLE TENDER FEE: RS. 10,000.00

TENDER FEE RECEIPT NO

Authorized to issue bidding documents

Signature : ……………………………………………………

Name : ……………………………………………………

Designation : ………………………..…………………………

Date : ……………………………………………………

Time : ……………………………………………

2
CONTENTS

VOLUME 1A
SECTION I – Instruction to Bidders
SECTION III – Condition of Contract
SECTION V – Standard Forms
VOLUME 1B

SECTION II – Bidding Data


SECTION IV – Contract Data
SECTION VI – Employer’s Requirements
SECTION VII(a) – Form of Bid
SECTION VIII (a) – Schedules- related to General Information (“A” Schedules)
APPENDIX - Form of Affidavit for the current contract commitments

VOLUME 2
SECTION VII (b) – Form of Design/Technical Proposal

SECTION VIII (b)-Schedules- related to Design and Technical proposal (“B” Schedules)

SECTION IX - Drawings- Schematic Layout

- Survey Plan
- Conceptual Section of the Pool (Sketch 01 and 02)

VOLUME 3
SECTION VII (C) -Form of Price proposal

SECTION VIII (C)- Schedule-Related to Price proposal (“C” Schedules)

3
VOLUME 1A

 SECTION I - INSTRUCTION TO BIDDERS

 SECTION III - CONDITIONS OF CONTRACT

 SECTION V – STANDARD FORMS

Volume 1A comprise section I, II, and V of the standard bidding Document for the Procurement of
Works published by the Construction Industry Development Authority , “savsiripaya”, 123.
Wijerama Mawatha, Colombo 07. (Publication No.ICTAD/SBD/04 First Edition- May 2003,
including Addendum thereto .This Publication will not be issued with the Bidding Document and
Bidders are advised to purchase it from CIDA

4
Section I

INSTRUCTIONS TO BIDDERS

Instructions to Bidders that will be applicable for this bid is given in Section I of the
Standard Bidding Document for Procurement of Works Design and Build
Contracts, ICTAD publication NO: ICTAD / SBD / 04, First Edition (Reprinted), May
2003, Published by the Institute for Construction Training and Development (ICTAD)

Instructions to Bidders shall be read in conjunction with Bidding Data

5
Section III

CONDITIONS OF
CONTRACT
Conditions of Contract that will be applicable for this Contract is given in Section III
of the Standard Bidding Document for Procurement of Works Design and Build
Contracts , ICTAD publication NO: ICTAD / SBD / 04, First Edition (Reprinted),
May 2003, Published by the Construction Industry Development Authority(CIDA)

Conditions of Contract shall be read in conjunction with Contract Data

Refer, Section III of Standard Bidding Document Procurement of


works– Design & Build Contracts ICTAD Publication
No.ICTAD/SBD/04

First Edition(Reprinted)-May 2003

6
SECTION V

STANDARD FORMS

 Form of Bid Security,


 Form of Letter of Acceptance,
 Form of Agreement,
 Form of performance Guarantee,
 Form of Mobilization Advance Guarantee,
 Form of Retention Money Guarantee

7
FORM OF BID SECURITY

Whereas,................................[name of bidder](here in after called and referred to as “The Bidder”) has


submitted its Bid dated...............................[date]for the Design, Construction and Completion of
proposed swimming pool complex comprising of Changing rooms and Sanitary facilities at
MALABE MODEL BOYS SCHOOL. (Hereinafter called and referred to as “the Bid.”).

KNOW ALL PEOPLE by these presents that We..............................................................................


(name of organization) having our registered office at....................................................(here in after
called and referred to as (“The Guarantor”), are bound unto ........................................................ [name of
Employer](here in after called and referred to as “the Employer”) in the sum of Sri Lanka
Rupees............................................................................................................................for which payment
well and Truly to be made to the said Employer. The Guarantor binds itself, its successors, and assignees
by these presents.

SEALED with the Common Seal of the said Guarantor this...................day of.............20…..

THE CONDITIONS of obligation are:

1. If the bidder withdraws its Bid during the period of bid validity specified in the bidding
documents; or

2. If the bidder refuses to accept the correction of errors in Bid; or

3. If the Bidder, having been notified of the acceptance of its Bid by the Employer, during the
period of bid validity, fails or refuses to:

(a) Execute the Form of Contract Agreement; or

(b)Furnish the Performance Security, in accordance with the instruction to Bidders.

We undertake to pay the Employer up to the above amount upon receipt to fits first written demand,
without the Employer having to substantiate its demand, provided that in its demand the Employer will
note that the amount claimed by it is, owing to the occurrence of one or more of the above conditions,
specifying the occurred condition or conditions.

This Guarantee will remain in force up to and including twenty eight (28) days after the period of bid
validity, and any demand in respect thereof should be received by us no later than the above date.

DATE........................... SIGNATURE OF THE GUARANTOR

WITNESS SEAL

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

…………………………………………

(Signature, Name, and Address)

8
FORM OF LETTTER OF ACCEPTANCE

[Letter head paper of the procuring entity]

-------------------------------------
[date]

To ---------------------------------------------------------------------------------------------------------------------------
-------------[name and address of the Contractor]

This is to notify you that your Bid dated ----------------- [Insert date] for the construction and remedying
defects of the --------------------------------------------------------------------------------------------------------------
-----------------------[name of the Contract and identification number] for the Contract Price of ---------------
--------------------------------------------------------------- [Amount in figures and words] in accordance with
the Instruction to Bidders and/or modified by a Memorandum of Understanding, is hereby accepted.

The adjudicator shall be ------------------------------------------------------------------------------ [Name and


address of the Adjudicator, if agreed / shall be appointed by the Construction Industry Development
Authority, CIDA (Former ICTAD).

You are hereby instructed to proceed with the execution of the said Works in accordance with the
Contract Documents.

The Start Date shall be; ---------------------------- (fill the date as per Conditions of Contract)

The amount of Performance Security is --------------------------------- (fill the date as per Conditions of
Contract)

The Performance Security shall be submitted on or before ----------------------------------- (fill the date as
per Conditions of Contract).

Authorized Signature: ------------------------------------------------------------------------------

Name & Title of Signatory: ------------------------------------------------------------------------

Name of Agency: ------------------------------------------------------------------------------------

9
FORM OF CONTRACT AGREEMENT

This Agreement made the……………………………… [day] of …………………[month] 2018 [year],


between ………………..……………………………………………………………………. [Name and
address of Employer] (hereinafter called and referred to as ‘the Employer”), of the one part, and
……….……………………………………………………………………………………. [Name and
address of the Contractor] (hereinafter called and referred to as “the Contractor”), of the other part:

Whereas the Employer desires that the Contractor design and execute Design, Construction and
completion of proposed swimming pool complex comprising of Changing rooms and Sanitary
facilities at MALABE MODEL BOYS SCHOOL. (hereinafter called and referred to as “the Works”)
and the Employer has accepted the bid by the Contractor for the design, execution and completion of
such works and remedy of any defects therein.

The Employer and the Contractor agree as follows:

1. In this agreement words and expressions shall have the same meanings as are respectively assigned to
them in the contract hereinafter referred to.

2. In consideration of the payments to be made by the Employer to the Contractor as indicated in this
Agreement, the Contractor hereby covenants with the Employer to design, execute and complete the
works and remedy and defects therein inconformity in all respects with the provisions of the contract.

3. The Employer hereby covenants to pay the Contractor in consideration of the design, execute and
complete the works and remedy any defects therein, the contract price of such other sum as may become
payable under the provisions of the contract at the time and in the manner prescribed by the contract.

In witness whereof the parties hereto have caused this agreement to be executed the day and year
aforementioned in accordance with laws of Sri Lanka.

…………………………………… …………………………………..
Authorized signature of Contractor Authorized signature of Employer

SEAL SEAL

In the presence of:


Witnesses:

1. Name and NIC No………………………………………..

Signature………………………………………………….

Address…………………………………………………...

2. Name and NIC No………………………………………..

Signature………………………………………………….

Address…………………………………………………...
10
FORM OF PERFORMANCE GUARANTEE
(Unconditional)

NUMBER :........................................... DATE:..................................

SUM GUARANTEED:..............................................

To:................................[name of Employer] (hereinafter called and referred to as “the Employer”)

................................................. (address of Employer)

Whereas...........................................................................................................(name and address of


contractor) [hereinafter called and referred to as “the Contractor] has undertaken, in pursuance of
contract No.............................................dated .................... to execute .........................................

…………………………………………………………………….(name of Contract) (hereinafter called


and referred to as “the Contract”);

And Whereas it has been stipulated by the Employer in the said Contract that the Contractor shall
furnish the Employer with a Guarantee issued by a recognized organization for the sum specified therein
as security for completion with its obligation in accordance with the contract;

And whereas we have agreed to give the contract or such a guarantee;

Now Therefore we hereby affirm that we are the guarantor and responsible to you, on behalf of the

Contractor, up to a total of ………………………….…….. [amount of guarantee]

……………………………………………………………………………………………….……….
[amount in words], such sum being payable in the type and proportions of currencies in which the
Contract Price is payable, and we undertake to pay the Employer upon the Employer’s first written
demand and without cavil or objection, any sum or sums within the said amount as aforesaid without a
Employer’s needing to provide or to show grounds or reason for the Employer’s demand for the sum
specified there in.

We hereby waive the necessity of the Employer’s demanding the said debt from the contractor before
presenting us with the demand.

We further agreed that no change or addition to or other modification of the terms of the Contractor or
of the works to be performed there under or of any of the contract documents which may be made
between the Employer and the contractor shall in anyway release us from any liability under these
guarantee ,and we hereby waive notice or any such change, addition or modification.

This guarantee shall be valid until the date of issue of the Performance Certificate

Signature and the Sea of the Guarantor:………………………………………..

Name of the organization:……………………………………………………….


Address:…………………………………………………………………………
Date:……………………………………………………………………………..
Witness:………………………………………………………………………….
11
FORM OF GUARANTEE FOR MOBILISATION ADVANCE PAYMENT

NUMBER :........................................... DATE:..................................


SUM GUARANTEED:...............................
To:........................................ [name of Employer] (hereinafter called and referred to as “the Employer”)

................................................. (address of Employer)

Name of the Contract:- Design, Construction and completion of proposed swimming pool complex
comprising of Changing rooms and Sanitary facilities at MALABE MODEL BOYS SCHOOL In
accordance with the provisions of the Conditions of the Contract, Sub-clause 14.2 (Advance

Payment) of the above mentioned contract ……………………………………………………………..


…………………………………………………………………………………………………..[name
And address of Contractor] (hereinafter called and referred to as “the Contractor”) shall deposit with the
Employer a guarantee acceptable to the Employer to guarantee his proper and faithful performance under
the said contract in and amount of…………………………….[amount of
guarantee]……………………………………………………………………….…[amount in words]
We, the………………………………………………………………………………………. [name and
address of the organization], as instructed by the contractor, agreed unconditionally and irrevocably to
guarantee as primary obligator and not as surety merely, the payment to the Employer on his first demand
without whatsoever right of cavil and objection on our part and without the Employer’s needing to prove
or to show grounds or reason for the Employer’s demand for the sums specified therein and without his
first claim to the contractor, in the amount not exceeding Rupees

…………………….……. [amount of guarantee]………………………...…………..……………….

…………………………………….. [amount in words] such amount to be reduced periodically by the


amounts recovered by the Employer from the proceeds of the contract.

We further agree that no change or addition to or other modification of the terms of the contractor of the
works to be performed there under or of any contract document which may be made between the
Employer and the Contractor shall in anyway release us from any liability under this guarantee, and we
hereby waive notice or any such change addition or modification.

No drawings may be made by the Employer under this guarantee until we have received notice in writing
from the Employer that and advance payment of the amount list above has been paid to the Contractor
pursuant to the Contract.

This guarantee shall remain valid and in full effect from the date of advance payment received by the
Contractor under the contract until the Employer receives full prepayment of the same amount from the
Contractor.

Signature and the Seal of the Guarantor:………………………………………..

Name of the organization:……………………………………………………….


Address:…………………………………………………………………………

Date:……………………………………………………………………………

Witness:………………………………………………………………………….

12
FORM OF RETENTION MONEY GUARANTEE

Design, Construction and completion of proposed swimming pool complex comprising of Changing
rooms and Sanitary facilities at MALABE MODEL BOYS SCHOOL
NUMBER: …………………………… DATE:.............................................

SUMGUARANTEED:…………………………………………….

To :………….[name of Employer] (hereinafter called and referred to as “the Employer”)

..........................................[address of Employer]

Whereas, it has been stipulated by the Employer in clause14.7 of the Contract that he would release to the
contract or the full sum mentioned under the contract in pursuance of clause 14.7, on the contract or
furnishing an unconditional guarantee acceptable to the Employer to the full value of the retention
money, valid up to 28days beyond the end of the Defects Notification Period.

We..…………………………………………………….……… [name and address of the Guarantor]

As instructed by the Contractor, unconditionally and irrevocably, guarantee to pay the Employer upon the
Employer’s first written-demand and without cavil or objection, any sum or sums within the said amount
as aforesaid without the Employer’s needing to prove or to show grounds or reasons for the Employer’s
demand for the sum specified therein and the said amount of Rupees.…………….……… [amount of
Guarantee]………………………………………………………………….…………...……………
[amount in words ]in the event the contractor fails to carry out his obligations to rectify defects which he
is responsible to rectify under the contract.

This guarantee shall be valid up-to……………………….[date]

Signature and Seal of the Guarantor----------------------------------------------------

Name of Bank-------------------------------------------------------------------------------

Address--------------------------------------------------------------------------------------

Date ---------------------------------------------------------------------------------------

Witness ---------------------------------------------------------------------------------

13
VOLUME 1B

 INVITATION TO BID
 SECTION II - BIDDING DATA
 SECTION III - CONTRACT DATA
 SECTION IV - EMPLOYER’S REQUIREMENT
 SECTION VII(a) - FORM OF BID
 SECTION VIII(a) - SCHEDULES –RELATED TO GENERAL
INFORMATION

APPENDIX -1 - FORM OF AFFIDAVIT FOR THE CURRENT


CONTRACT COMMITMENT

14
Invitation for Bids
Provincial Engineering Organization Western Provincial Council
Design, Construction and Completion of Proposed Swimming Pool

at
WP/JAYA/MALABE MODEL BOYS SCHOOL.

1.The Chairman, Director Building’s Procurement committee on behalf of the Provincial


Engineering Organization invites sealed bids from eligible and qualified bidders for the Design,
Construction and Completion of Proposed Swimming Pool at WP/JAYA/MALABE MODEL BOYS
SCHOOL.The Total Estimated Cost of the work would be approximately Rs.63million (without
VAT).
2. Bidding will be conduct through Competitive Bidding procedure; on Single stage two envelop
method.
3. The eligible bidders (individual, firm or joint venture) shall comply with the following
qualification requirements and shall not have been blacklisted.

a) Having CIDA registration of Grade C4 or above in building construction. If the bidder has no
experience in design and build projects on its own, it may enter in to a partnership or joint venture
with Engineering Consultants / Firms for the design portion of the contract.

b)Average of the annual turnover of construction work performed in last five years as at the date
of closing of bids shall be not less than 150 million rupees.

c)Experience in Construction and Completion as a main contractor of a construction project of


similar nature and complexity (at least a six lane pool) with a project value of not less than
Rs.40.million completed during last five years.

d)The minimum amount of liquid assets and/or credit facilities (after setting apart for other
contractual commitments) and exclusive of any advance payment which may be made under this
Contract shall be not less than Rs. 20.Million.

e) Contractors having business registration within the Western Province are eligible to apply.

f) Contractors having membership of National Construction Association Sri Lanka (NCASL)-


western province.

4).Interested bidders may obtain further information and inspect the bidding document from the Chief
Accountant, at the Provincial Engineering Organization of Western Provincial Council, Level 5,
No.204,Denzil Kobbakaduwa Mawatha, Battaramulla.(Telephone no/Fax no
0112092524/0112092505).

15
5). A complete set of bidding documents in English Language may be purchased by interested bidders
on submission of a written application to the Chief Accountant, at the address below, from 11th
of January 2019 until 31st of January 2019, from 9.00 hrs to 15.00 hrs on any working day on
payment of a non-refundable fee of SLR 10,000.00 The Method of payment will be in cash.

6) Bids shall be valid up to 91days from the last date of closing of the Bid.

7) All bids must be accompanied by a bid security conforming to section I of Instruction to Bidders
for an amount of Sri Lanka Rupees One Million (LKR 1,000,000), issued by one of the agencies
indicated in clause 16.2 of Instruction to Bidders. Bid security shall be valid up to 119 days from the
date of bid closing.

8) Sealed completed bids in duplicate shall be deposited in to the Tender Box made available at the
Office of the Chief Accountant,Western Provincial Council, Level5,No.204, Denzil
Kobbakaduwa Mawatha ,Battaramulla.or sent by registered post addressed to the Chairman
Deputy Chief Secretary (Engineering)’s Procurement Committee,Western Provincial Council
Level 5, No.204, DenzilKobbakaduwa Mawatha, Battaramullato reach him on or before 10.00 am
on 01st of February 2019.General Information with “Technical p rop osal”( Envelop 1) and
“Price proposal”(Envelop 2) should be submitted in two separate envelops. Late bids shall be
rejected. (Bids (Envelop1) will be opened soon after closing of the bid in the presence of the bidders
or their authorized representatives).

9) Total Design and construction period is 270 calendar days

10) A pre-bid meeting will be held on 21st of January 2019 at 10.00hrs at the Conference
room of Deputy Chief Secretary (Engineering),Western Provincial Council, Level5,
No.204, Denzil Kobbakaduwa Mawatha, Battaramulla

Chairman,
Director Building’s Procurement Committee,
Provincial Engineering Organization
WesternProvincial Council,
Level 5,
No.204,
Denzil kobbakaduwa Mawatha,
Battaramulla.
Telephone no 0112092510
Fax no 0112092505

2019/01/11

16
SECTION II
BIDDING DATA

17
Bidding Data

Item Sub- Entry


Clause
Employer's name and 1.1.& The Employer is Deputy Chief Secretary(Engineering)
address 9.1

Employer's Divisional Engineer - Divisional Engineer’s office


representative Battaramulla.

Scope of Works 1,1 The Works consists of Design, Construction and completion of
proposed swimming pool complex comprising of Changing rooms
and Sanitary facilities at WP/JAYA/ MALABE MODEL
BOYS SCHOOL.Please refer Employer's requirement( Page
28…. to Page 64…...)

Time for 1.2 Total Time for Completion for the whole of the Works shall
Completion Be 270 calendar days from the Contract commencement date.

Delay damages 1.2 The delay damages for the whole Works shall be 0.05% of
for the Works the Initial Contract Price per Day.
(The maximum amount of delay damages for the whole of the Works shall
be10% of the Initial Contract Price.)

Defects Notification 1.2 Defects Notification Period is: 365 Days from taking over of
Period the project by the Employer.
Source of funds 2.1 The source of funds is Western Provincial Council Funds.
ICTAD (now CIDA) 3.1 Registration required : CIDA
registration Specialty : Building Construction
Grade : C4 or above CIDA with/without design partnership /
joint venture

Bid price 13.3 VAT component shall not be included in the rates. The amount written in
the Form of Bid, shall be without VAT. However VAT component shall be
shown separately at the end of the price schedule summary
Qualification 3.1 The following information shall be provided in section (viii)
information
 CIDA registration
Registration Number: ……………………….
Grade : ………………………
Specialty : ……………………….
Expiry Date : ………………………..
 VAT registration number
 Attach construction program
 Attach legal status (Sole proprietor, partnership, Company
etc.)
 Attach authentication for signatory
 Total monetary value of construction work performed for
each of the last five years
 Experience in works of a similar nature and size for each of
the last five years
 Construction equipment available for this contract
 Staffing
 Proposed Work plan and methods.

18
Eligible bidders 3.4 Construction Institution Development Authority
(CIDA) registration of Grade C4 under Building
Construction or above.
Average annual volume 4.3(a) Average of the annual turnover of construction work performed in last five
of construction work years as at the date of closing of bids shall be at least 150 million rupees or
performed in last five above.

Liquid assets and /or 4.3(g) The minimum amount of liquid assets and/or credit facilities (after setting
credit facilities required apart for other contractual commitments) and exclusive of any advance
payment which may be made under this contract shall be not less than
Rs. 20. million.

Staff Qualification and 4.3(d) Qualification and Experience of Staff shall meet the following minimum
Experience of key criteria-Curricula Vitae and certified copies of certified to be attached.
Personal for the Minimum no of Staff required for the project is Scheduled below.
Contract
Position Required minimum Qualification Minimum no of
Staff required
for the Project
Design Chartered Structural Engineer Corporate member of 01
IESL with the minimum of 5 years experience of
Structural design after obtain Charter and whose name
should be included in the list of Structural Engineers
Published by IESL and Should have designed a pool of
equivalent size

Architectural Qualification & experience, Chartered 01


Architect member of Sri Lanka Institute of Architect with
10years post qualification experience; Should have designed
a pool of equivalent size

MEP Engineer Corporate member of IESL having 5years 01


post qualification experience and Should have designed a
pool of equivalent size

Quantity Surveyor with B.sc Degree with 5years post 01


qualification experience

Construction B.sc Qualified Chartered engineer with 10 years experience 01


supervision and
administration Technical Officer NVQ 5 with 5years experience 02
Civil-01 MEP-01
Quantity Surveyor with NVQ 4 with 2years for post 01
qualification experience

Bid price 13.3 VAT component shall not be included in the rates. The amount written
in the Form of Bid, shall be without VAT. However VAT component shall
be shown separately at the end of the price schedule summary.

Contract is subjected 13.4 Not applicable


to price adjustment for
fluctuation of
prices

19
Bid validity period 15.1 Bids shall be valid up to 91days from the last date of closing of
the Bid.

Amount of Bid security 16.1 The amount of Bid security shall be Sri Lankan Rupees One Million
( LKR.1,000,000)

Validity of Bid security 16.2 The Bid security shall be valid up to 119days from the date of closing of bids.

Pre-Bid meeting 17.1 Pre Bid meeting will be held on 21st of January 2018 at 10.00hrs at the
Conference room of Deputy Chief Secretary (Engineering),
Western Provincial Council,
Level 5
No.204,
Denzil kobbakaduwa Mawatha,
Battaramulla.

Sealing and marking of 19.2 The following information also shall be included in the
Bids Inner covers of envelope marked as Envelope 1-“Preliminary Information"
and “Design/Technical Proposal":

A- Preliminary Information:
(1) Form of Bid
(i) Schedule Al & Preliminary Information
(ii) Schedule, A2 "Annual tum-over Information";
(iii) Schedule A3, Adequacy of working capital.
(iv) Schedule, A4 "Construction experience in last five Years":
(v) Schedule A5, Design experience in last five years.
(vi) Schedule A6, Major items of Construction Equipment proposed.
19.3
B-Design/Technical Proposal":
(1)Form of Design/Technical Proposal
(i) Schedule Bl, Comments and suggestions on Employer's requirements.
(ii) Schedule B2, Contract proposal.
(iii) Schedule B3,"Team composition and Task Assignment.
(iv) Schedule B4, Curriculum vitae of key staff;
(v) Schedule B5, "Time Schedule for key staff';
(vi) Schedule B6,Work program (Design related activities);
(vii) Schedule B7, Work program (Construction related activities);
19.4
The following information also shall be included in the inner covers
of envelope marked as "Envelope 2- Financial Proposal":

C- Financial Proposal
(1) Form of Price proposal
(i) Schedule C1, Price Schedule
(ii) Schedule C2, Day work rates schedule;
(iii) Schedule C3, Schedule, "Overhead and profit percentage
19.5(a) for Provisional Sum activities";
(iv) Schedule C4, Summery of Price Schedule.

The Employer's address for the purpose of Bid submission is Deputy


19.5(b) Chief Secretary (Engineering)’s Procurement Committee, Western
Provincial Council Level5,
No.204, Denzil Kobbakaduwa Mawatha, Battaramulla.

Contract name : Design, Construction and completion of proposed


swimming pool complex comprising of Changing rooms and
Sanitary facilities at MALABE MODEL BOYS SCHOOL.
20
Deadline for 20.1 The deadline for submission of Bids shall be10.00 hrs on
submission of Bids 01st of February 2019.
Address for submission of Bids is : Chairman,
Director Building’s Procurement Committee,
Provincial Engineering Organization
WesternProvincial Council,
Level 5,
No.204,
Denzil kobbakaduwa Mawatha,
Battaramulla..

Evaluation and 27.0 For evaluation and comparison of Bids Option A is selected.
comparison of Bids
Evaluation and 27.4 The following points system will be used for evaluating of the
comparison of Bids technical team and technical proposal. The employer will also use
the appropriate information submitted in the envelope marked
“Envelope 1-Genaral Information’’ in allocating points.

Criteria Maximum
Point
Specific Bidder or associate design team in 05
experience of Architectural & structural design
the bidder or experience of a Swimming pool work in
the last 5 years.
composition Bidder or associate design team in 03
of the Design Architectural & structural design
Team related experience of a Swimming pool work in
to the design last 5 years. And additional point for
of proposed experience in Six Lane swimming pool
Works(10)
Bidder or associate design team in 02
Architectural & structural design
experience of a Swimming pool works
( Eight or above Lane pool )
Overall Comment and Suggestions on Employer’s 06
compliance Requirements (3marks for proposal and
with the each 01 marks for in detail item.)
requirements
of the bidding Curriculum vitae of Key Staff 02
Document
(10) Time Schedule for Key Staff 02

Experience of Architectural Qualification & 9


the key experience, Chartered Architecture with
Members of 10years post qualification experience;
the Design Should have designed a pool of equivalent size.
Team(30) (4marks will be given for 5years of post
qualification experience and add 01Mark
for each additional years of experience
over and above 5years)
Structural Design Qualification & 9
experience, B.sc Chartered engineer with 05
years’ post qualification in structural design
experience including Chartered experience and
Should have designed a pool of equivalent size.
(4marks will be given for 5years of post
qualification experience and add 01Mark
for each additional years of experience
over and above 5years)
21
MEP Design Qualification & experience, 9
MEP Engineer Corporate member of IESL
having 5years post qualification
experience and Should have designed a pool
of equivalent size. (4marks will be given for
5years of post qualification experience
and add 01Mark for each additional years
of experience over and above 5years)
Quantity Surveyor with B.sc Degree with 03
5years post qualification experience

Work Plan and Schedule the construction period within 08


time Schedules 34weeks for 04marks ( The Schedule
for Design period less than 34 weeks will be added
period and 01 mark for each 02weeks period
Construction maximum 04)
period. (15) Site Organization 2

Method Statement 2

Mobilization Schedule 2

Special requirement for the around area 01


appearance
Preliminary Architectural Design inclusive of all services 6
Design including plan/typical floor sections etc
approach (25)
Structural Design of Super Structure – Sub 6
Structure

Water supply, Sewerage and Hydraulic design 5


of the pool

Fire protection 2

Sewerage disposal system 2

Electrical and Air Conditioning 2

Maintenance manual(in outline from) 2

Improvements Any other improvements to the 10


(10) Employer’s Requirements, suggested by
the Bidder

Amount of 32.1 Amount of Performance Security required is 5% of the


Performance Security Initial Contract Price, issued by a reputed commercial bank operating
in Sri Lanka approved by Central Bank. The form acceptable is the
one that given in the section V of this document

Percentage of 34.1 The retention from each payment shall be 10%. The limit of
Retention Retention shall be 5% of the Initial Contract Price.

Minimum amount of 34.2 The Minimum amount of Interim Payment Certificates shall be Sri
Interim Payment Lankan Rupees Two Million (LKR.2,000,000) refer clause 14.4 of Contract
Certificates Data

22
Adjudicator proposed 35.1 The Adjudicator proposed by the Employer will be
by Employer notified within 28 days after awarding of the contract.

If the Bidder disagrees with the proposal of the Employer for the
Adjudicator or the Adjudicator was not proposed, then the
Adjudicator shall be appointed by the Appointing Authority who
shall be the Construction Industry Development Authority (CIDA).

Fees and types of reimbursable expenses to be paid to the


Adjudicate or shall be on a case to case basis and shall be
shared equally by the Contractor and the Employer:

23
SECTION IV
CONTRACT DATA

24
Contract Data
Sub-Clause 1.1.2.2 Employer is
Deputy Chief Secretary( Engineering)
Address:
Engineering organization
Western Provincial Council
No -204
Denzil Kobbakaduwa Mawatha
Battaramulla

Sub-Clause 1.1.2.4 Engineer is Deputy Chief Secretary (Engineering)


Address:
Engineering organization
-Western Provincial Council
No -204
Denzil Kobbakaduwa Mawatha
Battaramulla

Engineer’s Representative
Divisional Engineer (Battaramulla)
Main street
Battaramulla

Sub-Clause 1.1.5.6 Section of Works: Design, Construction and completion of proposed


swimming pool complex comprising of Changing rooms and Sanitary
facilities at at MALABE MODEL BOYS SCHOOL.

Sub-Clause 2.1 The right of access to, and possession is 7 Days from Letter of
Acceptance

Sub-Clause 3.1 Engineer’s Duties and Authority


The Engineer shall obtain the specific approval of the Employer before
taking action under the following Sub-Clauses of these Conditions:

(a) Consenting to the subletting of any part of the Work under Sub-
clause 4.4(b);

(b) Approving an extension of the Time for Completion under Sub-


clause 8.4, and/or any additional payment under Sub Clause
19.1 (Contractor’s Claim)
Issuing variation under Sub-Clause 13.1 (right to vary
employer’s Requirement), except in an emergency situation, as
reasonably determined by the Engineer.

(c ) approving additional payment under Sub- Clause 13.3


Notwithstanding the obligation, as set out above, to obtain
approval, if ,in the opinion of the Engineer, an emergency
occurs affecting the safety of life or of the Works or of
adjoining property, he may, without relieving the Contractor of
any of his duties and responsibilities under the Contract,
instruct the Contractor to execute all such work or to do all
such things as may, in the opinion of the Engineer, be
necessary to abate or reduce the risk. The Contractor shall

25
forthwith comply , despite the absence of approval of the
Employer, with any such instruction of Engineer.

The Engineer shall determine and addition to the Contract Price, in


respect of such instruction, in accordance with Clause 13.3 and shall
notify the Contractor accordingly, with a copy to the Employer.
Sub-Clause 4.1 Key Personnel
Schedule of Key Personnel :
Names with qualifications and experience to be written
(a)Design
(1) Chartered Structural Engineer Corporate member
of IESL with the minimum of 5 years experience of
Structural design after obtain Charter and whose name
should be included in the list of Structural Engineers
Published by IESL and Should have designed a pool
of equivalent size

(2) Architectural Qualification & experience, Chartered


Architect member of Sri Lanka Institute of Architect
with 10years post qualification experience; Should
have designed a pool of equivalent size

(3) MEP Engineer Corporate member of IESL having


5years post qualification experience and Should have
designed a pool of equivalent size.

(4) Quantity Surveyor with B.sc Degree with 5years post


qualification experience

(b) Contract supervision and administration


(1) B.sc Qualified Chartered engineer with 10 years
experience
(2)Technical Officer NVQ 5 with 5years experience
Civil-01 MEP-01
(3) Quantity Surveyor with NVQ 4 with 2years for
post qualification experience

Sub-Clause 4.2 Performance Security


The performance security shall be 5% of the initial Contract Price.
The performance Security shall only be form a reputed commercial
bank operating in Sri Lanka, using the form for Performance security
( Unconditional and on demand Guarantee) included in Section V,
standard forms.

Sub-Clause 8.1 Start date


Commencement of The Start Date shall be 7 days after the issue of the Letter of
Work Acceptance
Sub-Clause 8.2 Time for Completion
The Time for Completion for the whole of works shall be 350 days.

26
Sub-Clause 8.7 Delay Damages
0.05% of the initial Contract price per Day.
The maximum amount of Delay Damages for the whole of the works
shall be 10% of the initial Contract Price.

Sub-Clause 11.1 Defects Notification Period


Defects Notification Period is 365 Days from Taking –over Certificate.

Sub-Clause 12.1 Tests After Completion


First paragraph and sub paragraph (a) is amended, and should read as
follows:
(a) The Contractor shall arrange all facilities and suitably qualified
staff for the testing water tightness of the pool immediately after
construction, before water proofing after water proofing and
before commissioning the pool.

Sub-Clause 13.7 Adjustment for Change in cost


Contract is not subjected to price adjustment for fluctuation of prices

Sub-Clause 14.1 Contract Price


(a)The Sub clause 14.1 is modified as follows
The Contract price stated in the letter of acceptance and be
subject to adjustment in accordance with the contract this
contract price shall be of “Lump Sum” for all works.

(b) The contractor shall pay all taxes, duties and fees required paid
by him under the contract, and the contract price shall not be
adjusted for any of these cost, except as stated in sub clause
13.6(Adjustment for Changers in legislation and VAT provided
for VAT registered contractors )

Sub-Clause 14.3 Retention Money


The retention from each payment shall be ten percent (10%)
The limit of retention shall be five percent (5%) of the Initial Contract
Price
Sub-Clause 14.4 Issue of Interim Payment Certificates
Minimum amount of Interim Payment certificate shall be Sri Lankan
Rupees Two Million (LKR.2,000,000)

Sub-Clause 14.7 Payment of Retention


On reaching the limit of retention stated in Contract Data the Contractor
may substitute full retention money with an unconditional guarantee
acceptable to the Employer to a value equal to the full retention money,
and valid up to 28 days beyond the end of Defect Notification Period.
On receipt of such guarantee the Employer shall repay the full retention
money. The guarantee will be released to the Contractor upon the
certification of the Engineer that all Defects notified by the Engineer to
the Contractor before the end of this period have been corrected.

27
Sub-Clause 18.2 Third Party Insurance
This amount of insurance per occurrence is LKR 100,000.00

Sub-Clause 18.4 Professional Indemnity Insurance


The Contractor shall submit a the Professional Indemnity Insurance
from the commencement date till the end of defect liability period. The
limit of indemnity of the professional indemnity insurance shall be
LKR 5000,000.00.for the Architect, Structural Engineer and MEP
Engineer.
Sub-Clause 19.2 Failure to Agree Dispute Adjudicator
&19.4 The appointing entity for appointing the Adjudicator is the Construction
Institute Development Authority (CIDA)

28
SECTION VI
EMPLOYER’S REQUIREMENTS

- EMPLOYER’S REQUIREMENTS
- ANNEXURES(01,02 and 03)

29
EMPLOYER’SREQUIREMENT:-

The Scope of work involves

A. Design, Construction and Completion of an eight ( 08 ) lane swimming pool of 25m


long , 17m wide and varying depth (water depth varying from 1.2 m to 2.0 m) rest of the
area for related functional requirement of the pool. (Refer sketch 1)Architectural Master
plan should be submitted including ground floor being used as shops.
The Demarcation of boundary for the Design and Build purposes is indicated in the survey
plan as (pavilion ,Administration block etc.)
 Plot A for the Main pool

The reference datum for the top of main pool deck shall be decided by keeping a minimum
floor clearance to ceiling level at ground floor of 3 meters. DPC level of the ground floor shall
be 600mm above the reference datum of the road mid-point near the main gate.

Tiers of size width 1500mm of and each having height of 450mm stepped tiers shall be formed

on all three sides. Number of tiers shall be three on each side; The pool first tier shall start

3000mm away from the pool edge and 150mm above the deck level.

Warranty
 Warranty for the pool machinery shall be 2 year comprehensive warranty.
 Sand filter, re-circulating pumps, valves, pressure gauges, shall be of European origin
complying with BS or EN standards.
 Warranty for the water proofing- shall be 10 years
 Warranty for termite treatment shall be 10 years
 Testing of the pool shall comply with following;
 Complying specification for the Pool tile as per annex 1
 Complying specification for wall tiles in the rest of the buildings as per annex 2
 Complying specification for floor tiles in the rest of the building as per annex 3

30
Architectural Design Brief

An architectural sketch drawings depicting an outline design proposal along with floor area
requirements are indicated as a guideline in Section IX – The space requirement for
Functional area are also given herein.

Internal arrangement including toilet locations, circulation areas etc. can be altered to suit
the design concept. The Employer’s design proposal need not be imitated and the designer
has the liberty to develop his own design concept by adhering to the minimum requirements
given below.

The minimum level of finishes required for the building is also given. Survey plan of the
premises is attached in the Section IX.

The scope of work under architectural requirements shall include but not limited to the
following requirements.

Main Pool shall have an open air tiers parallel to long direction in one side and tiers with roof
for the other Long side as per the architectural sketch provided herein.

Long direction of the pool being made parallel to the main road and shops located in the
ground floor shall face the road. Each shop shall have separate electricity meters and shall be
provide with a manually operated roller shutter door. Shop front to be done by individuals
shop owner at a later stage. Each shops shall have the electrical outlet to fix a 60,000 BTU
3-phase Air Conditioner in addition to the other electrical outlets given below.

Standby Generator shall be made available for the entire facility.

Water Tightness

Provision shall be made to fill the pool, immediately after concreting the pool tank to check
water tightness. Thereafter, waterproofing shall be done and rechecked for the water tightness.
After rechecking the tank and once the tiles are done, a final fill shall be done to check the
functioning of the machinery.

Design Guidelines
Following design guidelines are to be followed in the design of Main pool.
 Sport England swimming pool guidance note –latest edition
 PW TAG Technical note
 Black stroke flags
 Depth of water 1.2m(300mm free board)
 Vertical access ladders -06 nos
 Lane making rope -08 nos
 Tile colour–pale blue /light blue –subject to approval
 Provision for spectator bucket seating -50 nos
 The lane marking in the tiled floor should be provided in a colour that contrasts with the floor of
the pool.
 All tiles and components should be fully vitrified ceramic, glass or porcelain specifically
manufactured for use in swimming pools
 All Tile adhesive should be suitable for continuous immersion in accordance with BS EN 12004.

31
Specification of the swimming pool structure
Ready mix concrete shall be used for the casting of the pool bottom, walls deck slab,
balancing tank, tiers and supporting structure.
Structural design of the pool shall be done to comply with BS 8007:1987 or else SLS EN
1992-3; 2006
Concrete shall be Grade 35A with a minimum cement content of 325 kg/m 3
Maximum cement content permitted is 400kg/m3 for OPC:
Maximum water cement ratio shall be 0.50 for OPC.
28 day characteristic cube strength -35N/mm2
The nominal cover to reinforcement shall be -45mm
The concrete considered to be water impermeable (ref.BS EN .206)when tested according to
BS EN 12390-8,the maximum water penetration is to be less than 50mm and mean average
water penetration is also to be less than 20mm.
Structural Design of the pool and members shall be based on elastic analysis without re-
distribution.

Inspection and Testing procedure given in BS 8007 shall be followed.


The water tightness of the pools shell must be tested before the application of the render, screed and tile
finishes, as per British Standard BS 8007: 1987 Section 9.2 which states:

 The structure should be cleaned and initially filled to the normal maximum level with
the specified liquid (usually water) at a uniform rate of not greater than 2m in 24 hours.

When first filled, the liquid level should be maintained by the addition of further liquid
for a stabilising period while absorption and autogenous healing take place.
 The stabilising period may be 7 days for a maximum design crack width of 0.1mm or 21
days for 0.2mm or greater.
 After the stabilising period the level of the liquid surface should be recorded at 24h
intervals for a test period of 7 days.
 During this 7 day test period the total permissible drop in level, after allowing for
evaporation and rainfall, should not exceed 1/500th of the average water depth of the full
tank, 10mm or another specified amount.
 Should the structure not satisfy the 7-day test, then after the completion of the remedial
work it should be refilled and if necessary left for a further stabilising period;
a further test of 7 days duration should then be undertaken in accordance with this clause.

32
Structural Design Brief

Preliminary Designs and Specifications

The Bidder must carry out all preliminary designs necessary for developing a Bill of Quantities
from which it out to arrive at its bid price. The preliminary design will include drawings,
reports, computations, adopted construction methods etc. The Bidder shall submit all these
preliminary design documents along with the Bid.

The Bidder shall submit the preliminary design and the bill of quantities derived from the
preliminary designs, to a degree of detail which will enable to assess the magnitude of the
product being proposed and the reasonableness of the Bid Price.

A report on soil investigation is available. The Employer shall not be responsible for any
interpretation of data that may be found in this report and the interpretation of all data
contained in this report shall be the sole responsibility of the Bidder. Any additional
information necessary would require to be obtained by the Bidder.

The preliminary designs shall cover, but is not limited to the following:

 Architectural Design inclusive of all services including plan/typical floor sections etc.;
 Structural Design of Super Structure – Sub Structure;
 Water supply and storage;
 Fire protection;
 Sewerage disposal system;
 Storm/waste water disposal system;
 Electrical and Air Conditioning;
 Sample Computer Aided Design outputs;
 Schedule of finishes
 All specifications of items not specified in documents listed in Employer’s
Requirements in these Bidding Documents;
 Maintenance manual (in outline form); and
 Any other relevant Details.

The climatic conditions of proposed site are as


follows.
Basic wind speed -38m/s .The structure shall be designed to withstand the above basic wind
speed.
Following details shall be submitted with the bid.
*Supplier details of raw materials such as cement, sand, steel etc.
*Manufacturers’ specifications for fittings, tiles, electrical accessories and other products.
*Methodology for termite treatment, waterproofing etc.

33
Codes and Standards applicable to the Construction are as follows:
The main applicable British Standards that the design has to conform to are listed below for
easy reference. However, the design has to conform to all other non-listed British Code of
practice that is relevant to the design:
(a) Design loads:
Design loading for buildings B.S.6399 :1996 Part I
Basic data for wind loads C.P.3 Chapter V-Part 2:1972
(b) RCC Structure Deign:
Structural use of concrete BS 8110 Parts 1,2,3:1997
(c) Structural Steel Design:
Structural use of steel works in Buildings BS 5950 :2000Part 1 to 9
(d) Design of Foundations
Code of practice for foundations B.S.8004:2015
Code of practice for protection of structures B.S.8102:2009
Against water from the ground
(e) Earth retaining structure designs:
Code of practice for earth retaining structures B.S.8002:2015
(f) Aqueous liquid retaining structures B.S.8007:1987/ SLS EN 1992-3
Design of concrete structures for retaining Aqueous liquids
(g) Specification for Hot Rolled Steel B.S. 4443:1989
(h) Specification for cement BS EN 197:2011
(Ordinary Portland Cement-SLS 107:2015)
Maximum cement content-400kg/m3
Minimum cement content-325kg/m3
(i) Specification for concrete:
Methods for specifying concrete, including ready- BS 8500 :2015 &BS EN 206
Mixed concrete
(j) Emulsion paint exterior/ Interior use SLS 2557:2017

34
Submissions

Structural Design

 Structural sketch drawings sign by Chartered Engineer effecting the following.

 Column and Foundation layout with indicative structural member sizes, Concrete grade
and type of foundation, column service load, beam and slab layout for supporting of the
pool shell along with indicative member size and cross section of beams at key
locations; the reinforcement detail Supported by bending moment and shear force.

 Structural design calculation to justify the selected pool wall thickness, pool bottom
slab thickness, reinforcement size and spacing supported by calculation for immature
concrete cracking and shrinkage and also for the ultimate load with respective clause
requirement to BS EN 8007:1987 or SLS EN 1992-3 been checked.

Ready Mix Concrete


 Name and address of the ready mix concrete supplier and date of calibration of the plant

 Concrete grade and approximate mix design proposed

 Type of admixtures intended to be used for ready mix concrete; identify location of ready mix

plant ,approximate duration of transporting the ready mix concrete to the site.

 Method of treating construction joints (if any to be proposed)

 Method of curing the concrete

Quality Assurance

 Detail Method statement for Quality Assurance of pool construction including all respective
Quality Assurance forms intended to be adopted for formwork, reinforcement, concreting,
water bars ,curing, water proofing etc..

 Method speciation for testing the water tightness of the concrete shell before water
proofing name of specialize sub-contractor, product details ,method specification and
warranty condition both expressly stated conditions and exclusions of the warranty
certificate.

 Method specification for the water proofing

 Details of the tiles intend to be use for the pool internal walls, pool deck, rest of the

floor tile and toilet floor and wall tiles and sanitary fittings.

 Finishing of the tiers shall be cement render and finished smooth to obtain even colour

of grey with the addition of a pigment.

35
Electricity:

Building is to be provided with electrical power to feed the following


1. General Lighting & Power
2. Air-conditioning system for Shop
3. Water Equipment
The buildings and pool structure shall comply with the
specifications attached here to.
Bidders shall submit all relevant technical literature and brochures, warrantees etc. of all
appliances wishes to use in this contract at the time of bidding. Evaluation is strictly based on
such documents. Any change due to design review will not be entitled for any price variation.

The Bidder has the option of proposing any suitable structural form such as a framed in-situ
concrete, precast concrete, or encased steel element structure etc.. The designer is required to
substantiate these proposals by way of approximate cost estimates, construction technique
details and construction time frame analysis.

The determination of the type of foundation to be used for this structure is at the total discretion
of the designer. The bore hold data for two bore holes is incorporated in this Bidding
document. The design interpretation has to be made by the designer by ascertaining the
anticipated foundation loads for the type of structural form proposed by the designer.
Provision may be made for further investigation if the designer considers it as necessary.
However based on the information provided, the designer is required to substantiated the
proposed foundation by way of supporting calculations and design interpretation reports
obtained from a Geo-technical engineer with supportive calculations, assumptions, allowed
tolerances etc. used in arriving at the most suitable type of foundation. Consideration has to be
given to any disturbance caused to the foundations of adjacent structures.

The proposed structural design will be subjected to a detail evaluation to ascertain its
acceptability, feasibility, and cost effectiveness and other similar aspects. Therefore bidders
are advised to address the following aspects apart from any other that they may consider
necessary to facilitate the evaluation of the proposed design.

Hydraulic design shall comply to the following performance specification;

Hydraulic design shall include calculations to justify the following based on the basis that entire volume
of pool water shall be filtered every six (6) hours. Designing of the swimming pool water circulation
system including the filters, recirculation pumps, pipe works, pool fittings (i.e. number of drain points,
size of the over-flow channel etc.), under water lighting, pool steps with hand rails, pipes (type and
diameter), flow control valves, pressure gauges, vacuum system including vacuum gauges, automatic
chemical feeders, shall be designed to suit the above flow rate while ensuring the delivered water
quality is uniform all over the pool.

A flow meter shall be installed in the system in order to measure the flow rate of the pool.

A vacuum gauge of diameter 50 mm or more shall be mounted before the pump with a measuring range
suitable for the water circulation rate.

The surface removal of pool water to be designed along the four sides either through an over-flow
channel fitted at the top of the pool wall or by surface water skimmer outlets through a skim gutter.
36
The circulation system shall ensure that the chemically treated of the water shall be fully flowed
throughout the pool volume and that there will be no dead areas where water movement is minimal or
zero.

The water outlets and return water inlets should be sufficient to take 100% of the design flow rate.
However the velocity of the water through each individual inlet must be such as not to disrupt
swimming.

The pipe work should be sized to take the design flow rate and to compensate for any frictional head
losses. The flow rate should not exceed 3 m/sec.

All pipes must be supported by dedicated supports at intervals not exceeding 900 mm.

All underground pipework including branches must be pressure tested for soundness and a certificate
shall be issued by the MEP Engineer under his signature. The maximum water pressure that should be
applied for testing the pipe network should be equivalent to 1.5 times the shut off pressure of the pump.

Valves must be fitted within the circulation pipes not only for changing the direction of water flow but
also for isolating various items of equipment within the system so that they can easily be removed for
maintenance or repair.

Mechanical, Electrical and Plumbing design shall comply to the following performance
specifications;

Water Filtration system- The flow rate of the water filtration system shall be designed to suit the
six (6) hour turn-over period of the water volume. The desired filter medium is sand in view of long
term maintenance aspects. Filter shall be capable of trapping foreign particles size up to 25 microns.
It shall equip with a 6 way multi-port valve, pressure gauges and back wash sight glass. Filters
should be medium rate filters with facility for back washing.

Employer’s requirement is to have three (3) sand filters for the Main pool – two
duty and one stand by.
Warranty for the equipment shall be two years comprehensive and shall be of European origin
(i.e. manufactured in a European country. )

 Three phase recirculating pumps with a motor of not less than 3.5 kW, flow range of 36 m3/h;
pressure range 1 bar to 2.8 bars; variable speed motor, volt and amp display meters, built-in
under and over-voltage protection, The selected circulation pump shall achieve the required
flow and filtration rates and at the same time velocities shall be achieved in the mid-range of the
manufacturer published performance curve. Design calculations shall be submitted to
substantiate the matching of the pump performance with that of the flow rate after taking in to
consideration the head losses. Separate control panel shall be available for the pumps.

37
Employer’s requirement is to have four (4) recirculating pumps for the Main pool
– three duties and one stand by.
Warranty for the pumps and motor shall be two years comprehensive and shall be of European
origin (i.e. manufactured in a European country.)

 Sufficient valuing arrangements should be incorporated in to the pipe work design to allow for
adjustment of the water flow after pump installation.

 Separate electrical panel boards shall be provided for the Main pool and Learners pool. Panel
boards shall be equipped with surge protectors. Both panel boards shall be equipped with a ATS
panel to automatically switch over to the generator power in the event of a mains failure.

Following shall also be provided


 Score board
 Public address system
 Adequate illumination for the day and night operation.
 Swimming starting block-08 nos
 Under water lighting not less than 20 nos. of adequate illumination

List of equipment identified by the Employer is as follows. The list is not exhaustive
and shall incorporate whatever necessary equipment/fixtures for the successful
functioning of the facility. (Both Main pool and Learner’s pool)
Employer identified List of pool equipment for the Main Pool

1) Swimming pool sand filter with multiport valve, pressure gauge and a backwash sight glass
match with the hydraulic design . 3 No.
2) swimming pool self-primary water circulation pumps made with corrosion resistant material
within built trap basket and constructed out of non-corrosive material
Flitted with flow meter 4 No.
3) main drain
4) Inlets Number of units as per design
5) 2 steps ladder - 2 No
6) 3 step ladder - 4 NO
7) Vacuum head Number of units as per design
8) Vacuum horse Number of units as per design
9) Commercial pole - 4 NO
10) Leaf net - 1 NO
11) Pool brush - 1 NO
12) Pool tester kit - 1 NO
13) Vacuum ports - Number of units as per design
14) Underwater light with transformed and the deck pool
300W, 12V - number of units as per design
15) Standard starter block - 8 NO
16) 25m lane ropes with floats 9 NO
17) 25m lane ropes storage trolley
18) Plastic gratings for external drains
19) Electronic level control for balancing tank
20) Chlorinator dosing pump - 1 NO

38
(i) Design Information

(a) Basic assumptions such as Post disaster.


(b) Selection of the structural form with reasons
(c) Listing of Basic Codes used.
(d) Basic Loads both Gravity and lateral
(e) Fire requirements
(f) Design concept together with justification such as braced, un-braced etc.

(ii) General Arrangement Drawings:

(a) Drawings giving floor plans, elevations, sections etc. identifying all the
structural elements, their form and sizes. Also, structural separations, expansion
joints etc. should be identified in these drawings.

(b) Identify separately any aspect that the Architectural concept, opening sizes or
obstacles created due to the proposed structural layout and make.
(c)
(iii) Justification of the Preliminary Design:
(a) Indicate structural analysis packages used.

(b) Attach critical output results used in formulating the preliminary design.
(c ) Overall stability calculations and similar checks.

(d) Justification for the element sizes, and reinforcement assessments used in
formulating the tender Bill of Quantities supported by calculations.

(iv) Other Considerations

(a) Structural cost component of the proposal.

(b) Time frame for the detail structural design.

(c) Constructions program for the structural component.

(d) Specific quality control program for structural work.

(e) Method Statement for structural work.

Site Organization

The Bidder shall submit an organization chart of its site operations, indicating duties,
responsibilities and functions of the key staff. A description must be included to fully explain the
benefits the bidder sees in such an organization. The bidder must clearly set out the lines of
contractual responsibilities between the head office and the site organization.

Quality Assurance/Control Programme

The Bidder shall provide an outline of the quality assurance/control programme, he intends to
institute. The Bidder shall briefly describe the details of each of the elements of this programme,
including the minimum requirements with some basic sample forms he intends to use, and
describe his procedures.

39
Inspections During Construction

The Bidder shall list the inspection visits proposed indicating the personnel in the relevant
disciplines. A brief description of the programme of each inspection shall be included. The
purpose and criteria for assessing the success of each inspection shall also be indicated.

Testing During Construction

The Bidder shall submit a listing of all tests intended to carry out during the construction of the
Works. The Bidder shall provide a brief description, the frequency in which these tests will be
applied, as well as information as to who will carry out the tests. Additional/alternate tests
proposed by the Bidder shall be in conformity with those of one of the following standards
organizations:

British Standards Institution (BSI)

American Society for the Testing of Materials (ASTM)

All necessary specifications for tests shall be appended to this schedule.

Tests on Completion

The Bidder shall include a list of the tests intended to carry out on completion of the Works.

The Bidder shall provide a brief description, the minimum requirements and acceptance criteria
for the proposed tests.

Tests after Completion

Bidder shall include a list of the tests intended to carry out after completion of the Works.

Along with each test, the Tenderer shall provide a brief description, the minimum requirements
and acceptance criteria for the proposed tests.

All necessary specifications of tests shall be appended to this schedule.

Assigned Staff and Responsibilities

The Bidder shall provide a list of the key staff they propose to assign to the project, broken down
into the following categories:

i) Detailed Architectural Design


ii) Mechanical & Electrical Design and Installation
iii) Safety measures
iv) Structural Design
v) Construction.

40
Drawings
Drawings shall include but not be limited to:

- Setting out drawings


- Layout drawings and sectional views
- Civil works and structural drawings
- Architectural and builder’s work drawings
- Building services drawings
- Drainage and other disposal systems drawings
- Roads and general site works drawings
- Co-ordination drawings
- Reinforcement drawings and bar bending schedules
- Pipeline drawings
- M&E system control drawings
- Any other drawings required to cover work included under civil works

Samples

Samples or test pieces of all materials and workmanship proposed for the execution of the
works shall be taken by the Contractor in accordance with the Contract.

The samples when accepted will be kept by the Engineer, all materials and workmanship
not corresponding in character and quality with the acceptance samples will be rejected.
The Contractor shall remove the samples from the site when they are no longer required.

The Contractor shall prepare sample panels of plastering and rendering as directed until the
quality, texture and finished required are obtain and approved by the Engineer after which
all work executed shall conform to the respective approved sample panels.

As-Built Documents

As-Built drawings shall cover the works that are completed incorporating all modifications
carried out during the construction phase, commissioning and testing phase. The Contractor
shall prepare As-Built drawings while the construction work is in progress rather than
waiting till the entire project is completed. On completion of the works or a section of the
works, the Contractor shall prepare and submit before the issue of the Taking over
certificate for the works or the section a complete set of ‘as-constructed’ drawings, in one
full size original and two copies of relevant as built drawings.

Operation and Maintenance Manual

Prior to the commencement of the Tests on Completion, the Contractor shall submit to the
Engineer “As-Built” documents and operation and maintenance manuals in accordance with
the specification and in sufficient detail for the Employer to operate, maintain, dismantle,
reassemble, adjust and repair this part of the Contract Works, Such part shall not be
considered complete for the purpose of taking – over until these documents and manuals
have been submitted to the Engineer.
41
Inspection - Notice for checking by Engineer

The contractor shall give the Engineer a minimum of 48 hours notice of any proposed
operation to enable the Engineer to make such necessary arrangements for checking and
supervision. The Contractor shall only request inspections when works have been
completed in accordance with the contract and the Contractor is satisfied that those works
are satisfactory and ready for inspection.

Manufacturers and Suppliers

The Contractor shall notify the Engineer not less than 28 days in advance of placing orders
for any Materials. The Contractor shall, if required by the Engineer submit for comment by
the Engineer not less than 28 days before the date for placing the order, the following
information:

 Name of manufacturer or supplier proposed.


 Evidence to prove that the Materials proposed complies with the Contract, stating the
Standards with which they comply.
 Confirmation that the Materials will be supplied with the specified markings and
certificates.
 Any particulars listed under the general heading “Information to be furnished by the
Supplier” where this occurs in the relevant Standard, or as may be specified, or the
Engineer may require.
 Date of manufacture and any instructions relating to their incorporation into the Works
and subsequent use and maintenance as applicable.
 Fabrication and painting details where appropriate.
 A declaration that the whole quantity required to complete the work can be supplied
from the same source, with written confirmation from suppliers if requested.
Materials shall not be incorporated in the Permanent Works until agreed by the Engineer.
Such agreement shall not relieve the Contractor of responsibility for the Materials.

Workmanship

Workmanship shall comply with the requirements of the General specifications, Special
Specifications and all specified (or approved alternative) standards and codes of practice. If
no relevant clauses are included in the Specification and if no standard or code of practice is
specified, then workmanship shall be in accordance with internationally recognized good
practice.

(a) Review the proposal or do any amendments if necessary after negotiations with the
employer.
(b) Obtain Employers approval for the finalized design indicating materials and schedule of
finishes.
(c) Prepare plans, elevations and sections etc. of the employer approved design to a suitable
scale and obtain Local Authority Building approval.
(d) Obtain approvals from other statutory bodies if necessary.
(e) Prepare a complete set of architectural drawings giving all architectural details.
(f) Obtain approval for samples of materials and shop drawings.
(g) Submit a set of as-built drawings.
(h) Layout of internal partitions of the divisions and counter details etc. to be submitted, during
construction for Employer’s approval.
1. The fame structure shall be able to withstand for the gravity as well as lateral loading
system.

42
(a)Gravity loads shall compose of dead weight of the structure and material and imposed
load on floor slab and roof.
(b) Lateral load due to wind pressure derived from wind speed of 38m/s
(c) Durability requirement of 60 year design life with concrete grade 35A.
2. Design shall be done according to the latest British Standard.

3. The entire load bearing frame work shall be able to withstand for both lateral and gravity forces
without sacrificing the stability of members and shall be able to withstand for a Two force
system.

4. Infill wall may be out of 9” thick brick.

5. The load bearing framework shall comprise of- columns, beams, slabs

Design Process

Design Process will be as follows.

The successful Bidder may advise the designer to proceed with the detail of the super structure
as well as the foundation once Employer approves the preliminary design. If detail shop
drawings are required to be furnished by the successful Bidder based on the structural drawing.
In the event of such shop drawings are required to be furnished by the Successful Bidder, such
drawings will be the construction drawings.

The British Standard Codes of Practices and specifications on material will govern the
structural designs. In case any other code of practice or specification is used in the design, the
designer is required to furnish a comparison between the British Code/Specification provision
and the code/specification being used in the design. The British Standards will be treated as
the basic minimum required and any other specification is required to be proved higher than the
British Code requirements.

Document Format

Designs and documents submitted by the Contractor for review shall include
generally:

- contents list
- summary
- design criteria including any modifications based on the review of conceptual
designs
- references including specification requirements, design codes of practice,
manuals, catalogues and supporting documents used, numbers and titles of
drawings which are based on the design
- criteria, parameters and methods used
- test procedures, analyses and results
- calculations and schedules
- qualitative description and comments on results
- any other detailed investigations
- any other relevant information

43
Designs and documents shall be presented on A4 size paper with every page
numbered and bound in order between a transparent front cover and stiff back. The
title of the submission shall be given on the front sheet beneath the title of Contract,
Contractor’s name, title of works location, author’s reference, date, Contractor’s
signature, and any other relevant information. Drawings submitted as part of the
design or document shall be presented on A3 size paper (unless otherwise requested
by the Engineer to submit on A1 or A2 size paper) folded into pockets at the back.

The Contractor shall bind in as appendices to the designs and documents. English
language copies or photocopies of any standard, code of practice, manual or other
reference referred to in the designs and documents, which have not otherwise been
submitted.

Drawing Format

Drawings submitted by the Contractor for review shall be based on previously


submitted designs or documents. Inter-related drawings shall be submitted at the
same time in a complete and self-sufficient set. Copies shall be collated into ordered
bundles, each with a list of contents.

All drawings provided by the Contractor shall be in the form of good quality
reproductions and shall conform to the requirements of the relevant British
Standards in respect of drawing size, presentation and use of symbols. Drawings
shall be no smaller than A4 and no longer than A1 and be of micro-filmable quality.
All dimensions used on drawing shall be in metric units and all drawings shall be to
scale and shall include a graphical scale to aid the use of photographic
reproductions. Preferred scales are 1:1, 1:2, 1:5, 1:10, 1:20, 1:50, 1:100, 1:200,
1:500, 1:1000, 1:2000. In case of longitudinal sections of pipelines, the scales may
be 1:2500 horizontal and 1:250 vertical.

Drawing Numbering and Titling

The Contractor shall use a reference numbering system for designs, drawings and
documents so that each number used is unique. The numbering and title information
on designs, drawings and documents shall be designed so that management,
transmittal and communication of drawings can be carried out expeditiously using
computer-aided data base system.

All drawings shall bear the following information:

- Employer’s name
- Contract title
- Contract number
- Drawing title, including names subproject, of facility and site
- Drawing number
- Name and designation of the design Engineer
- Name and designation of the Engineer who checked/authorized
- Revision schedule
- Scale
- Date

The Contractor shall maintain a drawing-register listing all drawings prepared as


part of the Contract.
44
The drawing register shall incorporate a revision number. Wherever a change in
made to the drawing, the revision number, the date of change, full details of the
change and person responsible for the change shall be recorded on the register. The
first issue of a revised drawing shall clearly indicate with suitable means, where on
the drawing the revision has been made. The first revision of the drawing shall be
designed as revision 1. At monthly intervals, until all design is complete, the
Contactor shall submit a copy of the current drawing register to the Engineer for his
information. A final copy of the register shall be supplied to the Employer on
completion of the contract.

Submission of Subcontractors’ Drawings for Review

Before submission, the Contractor shall verify all drawings and documents prepared
by sub-contractors and manufacturers to ensure their compliance with the
specification. Such drawings shall be clearly identified as being checked by the
Contractor. All drawings not so checked and noted will be rejected by the Engineer
and returned to the Contractor without further comment. Subcontractors’ drawings
and documents shall be numbered in accordance with the Contractor’s numbering
system.

Checking

All submissions shall have been checked first by the Contractor and shall be
stamped and designed to confirm that the checking has been carried out. Checking
shall be carried out by a chartered Engineer (or equivalent for other disciplines)
experienced in the type of work involved. Any submissions not so marked will be
returned to the Contractor immediately.

Review of Submissions

Items submitted for review by the Contractor and returned by the Engineer, will be
categorized as follows:

Category Description
Accepted - Subject to its compliance with the specification and conformity
with the overall design, the Engineer has no comment on the
submission.
Accepted with - Subject to its compliance with the specification and conformity
reservations as with the overall design, the Engineer has some comments on the
marked submission, but they are not such as to necessitate formal
resubmission. Where the Contractor makes changes to an item, an
updates issue shall be provided to the Engineer for record
purposes.
Rejected - The Engineer will indicate the grounds for his not accepting the
submission; the Contractor shall amend or revise the submission
accordingly and resubmit the item for review.

Acceptance by the Engineer of any drawing, structural design, method of work or


any information regarding materials and equipment the Contractor proposes to
furnish, shall not relieve the Contractor of his responsibility for any errors or
omissions therein, and shall not be regarded as an assumption of risks or liability by
45
the Employer, and the Contractor shall have no claim under the Contract on account
of the failure or partial failure or inefficiency of any design, plan or method of work
or material and equipment so accepted.

Such acceptance shall be considered to mean that the Employer has no objection to
the Contractor using, upon his own full responsibility, the design, plan or method of
work proposed or furnishing the materials and equipment proposed.

Review of Conceptual Design

The Contractor shall review the conceptual designs already prepared by the
Employer, before commencement of detailed designs. The basic data such as the
population details, survey details, results of geo-technical investigations of the
sources shall be provided by the Employer for this purpose. It shall be the
responsibility of the Contractor to verify any of these other than population where
necessary, at his own cost.

The Contractor shall satisfy himself regarding the suitability of the conceptual
designs, and if there are any concerns leading to substantial changes in the designs,
should inform such to the Engineer in writing.

The Contractor, prior to the commencement of detailed designs should submit a


report to the Engineer on the conceptual designs, which should cover, among other
things, the adoptability of the Conceptual Design, its adequacy to perform the
detailed designs, and any modifications and changes to be made on the Conceptual
Design.

Detailed Design

The design of the Works shall be based on the Contractor’s agreed technical
proposals including any modifications agreed to, prior to contract award, and
outcome of the review of conceptual designs. No variations to the details in the
agreed technical proposal shall be permitted, except with the specific written
authority of the Engineer.
The Contractor shall carry out the detailed designs in consideration of the
following:-

Designs shall conform to the agreed design criteria.

Durability of structures shall be 60 years and that of pipes, plants and equipment to
be as per the manufacturers’ warranty, and shall cover at least the design period of
the Project.

(a) All anticipated risks such as variations in rock profiles, surveying errors,
occurrence of flash floods, possible earth slips, etc. shall be further looked
into and provisions shall be made to minimize risks where possible.
These shall incorporate an augmentation of information provided in the agreed
technical proposal as appropriate.

46
DESIGN, DETAILS

1. POOL DECK
A continuous walkway should extend completely around the pool and should:
• Provide a minimum walkway width of 1.5 m beyond the edge of the pool
Infringement or variations are allowed only when specifically permitted by the
approving authority.

Provide drainage away from the pool edge in a manner that will not create muddy,
hazardous or objectionable conditions with the pool enclosure, and will facilitate
washing and drainage without obstructions to the drains. The deck shall be protected
from surface runoff.

Slope to drain with a minimum uniform slope of 2% (1 in 50) and a maximum slope of
4% (1 in 25), except for wheelchair (accessible) ramps.

2. DECK DRAINS
Deck drains should:
• Be at least 10 cm across and covered with a grating with openings that do not
cause toe entrapment (approximately 8 mm/0.3 in).

• Be designed and installed to have no sharp edges that could cause injury.

• Retain a slip-resistant texture and cause no discomfort to bare feet.

• Be spaced no more than 7.6 m apart so that no more than 37.2 m2 of walkway
area is contributing to any one drain.

• Be connected to a drainage system that is designed in accordance with good


Engineering practice

3. FLOORING
Flooring within the pool area –
including floors in dressing rooms, shower stalls, toilet areas, decks, stairs, and other
walking areas, as well as flooring cove joints – should:

• Be made of durable material that is impervious to moisture and designed to


minimize bacterial growth.

• Allow for easy and thorough cleaning.

• Retain a nonslip (slip-resistant) texture and cause no discomfort to bare feet.

• Be free of tripping hazards such as uneven surfaces or changes in elevation.

• Be free from physical hazards that could cause injury to bare feet.

• Be designated by the manufacturer as suitable for walking surfaces in wet areas


or for use in pool areas.

• Be coved at the wall juncture for ease of cleaning.

47
a. TILE SPECIFICATION
All components shall conform to following standards:
Ceramic tile - BS EN 14411 :2012
Tile grout - BS EN 13888 : 2009
Tile adhesive - BS EN 12004:2002
Test equipment controls - BS EN 12808-4

 SLIP RESISTANCE
To meet BS EN 15288 – 1:2008 (provide independent slip resistant)

TILE SIZE
Tiles greater than 15 cm x15 cm (6 in x 6 in) – are not recommended due to potential
slip hazards and difficulty in maintaining pool deck slope.
o Water tightness should be test water tile pool base
o Direct tile touching water abortion .of less than 3% to BS EN 14411
(minimum model of structure shall not effect

b. CONTRASTING COLOURS
 The use of contrasting colours or textures should be limited to the delineation of edges
such as those on stairs, ledges, and drop-offs. Also, the use of contrasts on floors and
deck surfaces for reasons other than delineation may pose challenges to those with
impaired cognition or limited vision.

c. HOSE BIBS
 Hose bibs should be provided in sufficient number to allow for cleaning
throughout the pool area.

4. SPECTATOR SEATING
 Spectator seating should allow for at least 1.5 m between the edge of the pool and the
seating. Consideration should be given to accessibility for disabled spectators and
designing a separate exit to the outdoors so spectator traffic does not go through the
swimming area.

5. POOL BASIN SURFACES AND FINISHES

a. POOL BASIN SURFACES

A pool basin should:


 Have a slip-resistant bottom surface including lane markers, patterns, and other design
features.

 Have a surface made of durable material that: Is impervious to moisture. Allows for easy and
thorough cleaning. Causes no discomfort to bare hands and feet.

 Be free of tripping hazards such as uneven surfaces.

 Monolithic design for whole of tank and pool surrounds constructed from in-site water retaining
concrete to BS 8007 / BS EN 1992-Part 3

 Water proofing –Meeting BS 8007 / BS EN 1992-Part 3

 Service life 60 years.

48
b. POOL BASIN FINISHES

Pool basin finishes fully ceramic tiles on render backing. The pool basin finish should have the
following properties:

• nontoxic and non hazardous


• does not pose a cutting, pinching or abrasive hazard
• easy to clean
• durable and watertight
• no cracks or open joints
• able to withstand design stresses

Testing of the pool for water tightness


1. Test should be carried out before the application of rendering and
Screeding and water Poofing
2. Filling rate shall be 0.75m / day
3. A soakage period of 14 day during which water level should be raised
4. Test should last for 7 days; and water should not drop by 10mm.

d. POOL BASIN COLOUR


Light reflectance value (LRV) is a measure of the amount of light reflected by a colour
and may be used to determine the suitability of a pool basin colour. For ceramic tiles,
the LRV is measured using the ASTM C609 – 07: Standard Test Method for
Measurement of LRV and Small Color Differences between Pieces of Ceramic Tile.

• Be white or light in colour (generally have an LRV of at least 60)

6. DEPTH MARKINGS
Depth markings for pools should:
• Be visible to swimmers in the pool.

• Clearly indicate the numerical depth of water in Arabic numerals with a


minimum height of 10 cm.

• Be of a colour contrasting with background.

7. GENERAL REQUIREMENTS
Lanes
Lanes shall be at least 2.5m wide, with two spaces of at least 0.2m outside of the first
and last lanes.

Lane Ropes
Lane Ropes shall be in an eight lane pool, lane ropes shall extend the full length of the
course, secured at each end wall to anchor brackets recessed into the end wall. Each
lane rope will consist of floats placed end-to-end having a minimum diameter of 0.10m
to a maximum of 0.15m.(Europe made ABS Plastic U/V treated floating lane rope (anti
wave type)manufactured to FINA Specifications inclusive of hooks and ratchet
tensioners.

49
Starting platforms (Starting Block)
Starting platforms shall be firm and given no given no springing effect. The height of
the platform above the water surface shall be from 0.5 m to 0.75m The surface area
shall be at least 0.5m x0.5m and covered with the non-slip material. Maximum Slop
shall not be more than 10 degrees. The platform shall be constructed so as to permit the
gripping of the platform by the swimmer in the forward start at the front. Handgrips for
the forward start may be installed on the sides of the start platforms. Handgrips for
backstroke starts shall be placed within 0.3m to 0.6m above the water surface both
horizontally and vertically.

Numbering
Each starting block must be distinctly numbered on all four sides, clearly visible. Lane
number 0 shall be on the right-hand side when facing the course from the starting end
with exception of 25m events, which may start from the opposite end. Touch panels
may be numbered on the top part.

Backstroke Turn Indicators - Flagged ropes shall be suspended across the pool, 1.8 m
above the water surface, from fixed standards placed 5.0 m from each end wall.
Distinctive marks must be placed on both sides of the pool.

Backstroke Ledge A backstroke ledge may be used: - The ledge may be adjustable to
4 cm above or 4 cm below the water level. - The ledge is a minimum of 65 cm in
length. - The ledge must be 8 cm in height, 2 cm at the width with 10 degrees of slope.

Bulkheads – When a bulkhead serves as an end wall, it must extend the full width of
the course and present a solid smooth, non-slippery stable vertical surface on which
touch pads may be mounted extending not less than 0.8m below and 0.3m above the
surface of the water, and must be free of hazardous openings above or below the
waterline which may be penetrated by a swimmer’s hands, feet, toes or fingers. A
bulkhead must be of a design that provides for the free movement of officials along its
length without such movement creating any appreciable current or water turbulence.

Timing system and Score Board


Automatic Officiating Equipment records the elapsed time of each swimmer and
determines the relative place in a race. Judging and timing shall be to 2 decimal places
(1/100 of a second). Equipment that is installed shall not interfere with the swimmers'
starts, turns, or the function of the overflow system. The Equipment must:
 Be activated by the starter.
 Have no exposed wires on the pool deck, if possible.
 Be able to display all recorded information for each lane by place and by lane.
 Provide easy digital reading of a swimmer's time.

Pool Equipment (with BS EN 13451-1:2000 standard)


 Commercial vacuum head with inbuilt brush(18”)-02nos
 12m Flexible floating vacuum hose.-02nos
 Very durable frame and integral pine-mesh net -02 nos
 Swimming pool brash with nylon bristles.-02 nos
 Swimming pool water analysis kit to test the pH and chlorine level.-02nos

FENCING - The pool area must be completely surrounded by an effective barrier not
less than 1.5 m high.

50
STEPS AND LADDERS
Stairs, steps (recessed and semi-recessed), and/or ladders should be:
• Provided at the shallow end of the pool if the vertical distance from the bottom of
the pool to the deck or walkway exceeds 1.2 m.

• Provided at the deep portion of the pool (steps and ladders only): If the pool is
over 10 m wide at the deep end, steps or ladders should be installed on each side of
the pool.

• Installed so as not to interfere with competitive events.

• Secure and of slip-resistant design.

• Resistant to corrosion by pool water.

8. STEPS AND LADDERS

Steps (recessed and semi-recessed) and ladders should:


Manufactured in compliance with BS EN 1341-1:2000 Standard.

• Have at least four rungs/steps when placed in water depths greater than 1.2 m.

• Be provided with suitable handrails on both sides to allow safe use.

• Have hand rails not more than 61 cm apart.

• Have a uniform distance between ladder treads or steps of between 18 cm) and
31 cm

• Have drainage towards the pool.

• A clearance distance from the pool wall of less than 9cm or greater than 23 cm

9. HANDRAILS AND GUARDRAILS


This section should be read in conjunction with section 4.6. Guardrails and handrails should:
• In accessible pools, be designed according to best practices, such as those
outlined in the ADA Accessibility Guidelines.

• For diving boards, be designed with reference to the FINA Facilities Rules
(current edition, Section FR5). 11

• Have vertical rails on diving platform guardrails to prevent swimmers from


falling and becoming entrapped.

• Serve all treads.

• Be made of corrosion-resistant materials to allow for gripping in wet


environment.

• Be inset in the walls or have a clearance distance of less than 9 cm or greater than
23 cm from walls to reduce the risk of entrapment. Consideration should also be
given to installing handrails or grab bars in strategic locations where falls are most
likely to occur – e.g., on stairs and ramps.

51
10. POOL FACILITIES
Pool facilities should include the following:
a. FRONT LOBBY
 The Front Lobby area required for minimum 50 nos. of person.

b. OFFICE AREA
 The space should be provide to pool manager with other 3nos .of other staff
including.

Function Area /nos


Office area required area 15.0m2 minimum
Plug points of 13A 02nos
Light points 02nos
Fan point (ceiling or wall) 02nos
Split type Ari Condition (minimum required 01 no
9000BTU)

c. POOL MANAGER ROOM


 Including;
Function Area /nos
Staff Room required area 10.0m2 minimum
Plug points of 13A 02nos
Light points 02nos
Fan point (ceiling or wall) 02nos

d. STAFF REST & LUNCH ROOM


 The staffs are to be provided with a room that they can use on their breaks to eat
meals and to relax.
 The space should provide seating at any one time for four people. The space should
include a tea point, microwave, and fridge and worktop space. And the space should
be providing to Stainless steel sink with work top to pantry purposes including
following.

Function Area /nos


Staff Room required area 09.0m2 minimum
Plug points of 13A 02nos
Light points 02nos
Fan point (ceiling or wall) 02nos
Stainless steel sink 01 no

52
e. SHOP AREA
 The shop area includes 10 nos of shops. With following requirements.

Function Area /nos


Shop Area required area for each (4m x3m) 12.0m2 minimum
Plug points of 13A 02nos for each
Light points 02nos for each
Fan point (ceiling or wall) 02nos for each
Split type Ari Condition( minimum required 01 no for each
9000BTU)

f.TOILET FOR PUBLIC


 The toilets should be facilitated with disabled toilet with the building should be
designed as per UDA regulation and requirement.

Function Area /nos


Male Urinals 03 nos minimum
Water Closet 02 nos minimum
Wash Basin 02 nos minimum
light points with mirror lamp 6 nos

Female Water Closet 03 nos minimum


Wash Basin 02 nos minimum
light points with mirror lamp 6 nos

Desable Water Closet 02nos


Wash Basin 02nos
light points with mirror lamp 03nos
Heavy duty Straight grab bar 02 nos
Grip bar 02 nos
Elbow operator 02 nos

g.MAINTENANCE ROOM
 The Maintenance room required for pools and equipment to maintenance and the
space should be providing to Stainless steel sink with work top to panty purposes
including following

Function Area /nos


Maintenance room required area 09.0m2 minimum
Plug points of 13A 02nos
Light points 02nos
Fan point (ceiling or wall) 02nos

53
h.FIRST AID ROOM
 A first aid room must be directly accessible from the pool surround with direct
access to an external hard standing area for emergency vehicles and including
following

Function Area /nos


First Aid Room required area 11.0m2 minimum
Plug points of 13A for medical equipment 02nos
Light points 02nos
Fan point (ceiling or wall) 02nos

i.PLANT ROOM SPACES


 The location, size and distribution of the plant within the building needs to be
considered early in the design process along with the operation and maintenance
factors. Including

Function Area /nos
Plant Room required area 28.0m2 minimum
Plug points of 13A 02nos
Light points 02nos
Fan point (ceiling or wall) 02nos

j. CHANGING ROOMS

 Changing rooms, toilets and showers should be located no more than 60 m walking
distance on hard surfaces (i.e., avoiding grassed and dirt areas) from the pool.

 Changing rooms should be divided into two parts (for males and females), with
entrances and exits screened with partitions to break the line of sight

 Changing rooms, toilets and showers should be arranged so that bathers pass from
the toilet or dressing room area through the shower area and then directly to the
pool area.

• There should be minimum opportunities for patrons in bare feet and those in
street shoes to walk in the same area.

• Changing rooms and toilet spaces should be ventilated to minimize condensation.

• Lockers and cubby holes, should be well ventilated, raised at least 10 cm (4 in)
off the floor, and readily cleanable.

• Privacy screens should be of sufficient height off the ground to allow cleaning.

• Floors in change rooms, shower rooms and toilet areas should be made of durable
material that is impervious to moisture. Retain a texture that is slip-resistant to bare
feet. Cause no discomfort to bare feet. Have a minimum uniform slope to drain of 1
in 50.

• Walls and partitions should be of smooth, durable, impervious material, free from
cracks or open joints.

• Junctions between walls and floors should be coved to facilitate easy cleaning.

54
MINIMUM CHANGING ROOM SURFACE AREA (FLOOR SPACE)
The space should be providing to lockers. Lockers shall be set either on solid masonry or
concrete bases at least 10 cm high or on legs with bottom of locker at least 25 cm above the
floor. Lockers shall be constructed to allow for adequate ventilation.
The minimum change room area required for each bather should be at least 1.4 m2

Function Area /nos


Dry changing room area change room area required 1.4 m2 minimum
Male Urinals 03 nos minimum
(15 nos person) Water Closet 03 nos minimum
Wash Basin 04 nos minimum
light points with mirror lamp 6 nos
Lockers 15 nos
change room 04 nos

Female Water Closet 03 nos minimum


(15 nos person ) Wash Basin 04 nos minimum
light points with mirror lamp 6 nos
Lockers 15 nos
change room 04 nos
Wet changing room area
( Male/Female) showers 08 nos for each

Light points 10 nos for each

The overall change room area for a facility is the sum of the change room areas in the male,
female and universal change areas. The change room area excludes gang showers, washrooms,
halls, exits and entrances. where users have access to these facilities nearby, however a toilet,
hand washing sink, and shower should be provided conveniently near the pool. 08 nos. of
persons.The shower area operator should effectively promote a per- swim shower regime for
bathers to minimize body pollutants being carried into the pool hall and the pool itself.
a.EMERGENCY LIGHTING
Emergency lighting should also be provided for use at night. Design illumination levels should
be indicated. Once the construction is complete, the illumination levels should be confirmed
and signed-off by the project electrical engineer.

14. ELECTRICAL REQUIREMENTS


All electrical devices, including ground fault circuit interrupters, must be installed in
accordance with the Electrical Code (current edition,) to reduce the risk of injury due to
electrocution.

55
15. CIRCULATION SYSTEM

WATER QUALITY STANDARDS

Disinfection - Swimming pool water shall be automatically and continuously disinfected. All
disinfecting materials and methods shall:
a) be used only with the approval of the regulatory agency;
b) not create an undue safety hazard when handled, stored, and used according to label
directions;
c) be compatible for use with other chemicals normally used in pool water treatment, or be
clearly identified as having a use limitation;
d) not impart toxic properties to the water when used according to direction, and
e) provide an effective residual which can be easily and accurately measured by a field test
procedure.
f) The swimming pool water pH shall be maintained at a level between 7.2 and 8.0.
 Alkalinity - The alkalinity of the water should be maintained at a level between 70 and
150 mg/L as calcium carbonate.
 algae control- An algicide may be used provided it complies with a)through d).and is
used in accordance with the direction on the label.

Clarity - The water shall have sufficient clarity that a black and white disc, 3 to 6 inches (7.6
to 15 cm) in diameter, is readily visible when placed at the deepest point of the swimming pool
and viewed from the side of the swimming pool.

Chlorine - When chlorine is the disinfectant, a free chlorine residual of at least .5 mg/l for a pH
of 7.2 shall be maintained throughout the pool. For higher pH values, higher free chlorine
residuals of at least 0.2 mg/l for each 0.2 pH unit increase shall be maintained.

b.DESIGN FLOW RATE


Should be designed to circulate water continuously. The design flow rate for the pools should
be as follows:
• should have a maximum turnover period of six hours

c. CIRCULATION EQUIPMENT PIPING


All piping should be designed to minimize friction losses and to carry the required quantity of
water at a velocity not to exceed:
• 3 m/sec in supply pipes

• 1.82 m/sec in suction pipes Piping must conform to the requirements of the
Plumbing Code (current edition) and should be of nontoxic material, resistant to
corrosion by pool water, able to withstand operating pressures and installed
according to the manufacturer's recommendations. Piping should be securely
mounted and routed away from high-traffic areas to minimize the risk of
breakage. Piping related to pool operation should be properly identified through a
standard system of colour coding, flow directional arrows and function labeling.
Pipes may also have labeling system.

56
d.PUMPS
Pumps should be either self-priming or located below the level of the pool. The pump should
be protected from damage and securely mounted on a housekeeping pad.

 Material of pumps
 Casting: cast iron to BS EN 1561:1997
 stainless steel to BS EN 10293:2005 316
 Shaft: stainless steel to BS EN 10088-3:2005
 Double mechanical seals: silicon carbide, carbon or ceramic tape
 Casing bolts: stainless steel
 Pump type tested in accordance with the requirement of “BS EN ISO 9906:2006” or
approved equalent
 Each pump or each batch of pumps shall also be provided with a certificate on their
place of manufacture.
 Centrifugal pump + electric motor(operate on 3 phase A/C)

Pumping Equipment - A pump and motor shall be provided for the recirculation of the
swimming pool water. The pump shall provide the recirculation flow rate required in
Components and the filter backwash rate required in filter rate against the total dynamic
head generated in the recirculation system. The pump shall be self-priming or shall be
installed so that there is a net positive suction head on the pump inlet whenever the pump
is operating. A gauge which indicates both pressure and vacuum shall be installed on the
pump suction header, and a pressure gauge shall be installed on the discharge side of the
pump. Pumps and motors(operate on 3 phase A/C) shall be readily accessible for
inspection and service.

e. EQUIPMENT ROOM WATER SUPPLY


The water supply into the equipment room should be equipped with a Reduced Pressure
Backflow Prevention Assembly .

 Water circulation – pool water treatment plant;


Water circulation
Filtration
pH control and chemical treatment
Dis-infection
 Surge tank – water balancing
 Balancing tank
 Main circulation pump – material of construction

16. FILTRATION
Filters shall be installed with adequate clearance and facilities for ready and safe inspection,
maintenance, disassembly and repair.

SAND TYPE FILTERS

Filter Rate - The design filtration rate of rapid sand filters shall not exceed 3 gallons per
minute per square foot (2.0 L/s/m2) of filter area. High-rate sand filters shall not exceed a
filtration rate of 15 gallons per minute per square foot (10.2 L/s/m2). The sand filter system
shall be equipped to backwash each filter at a rate as recommended by the manufacturer. The
backwash water shall be discharged to waste through a suitable air gap.

57
Filter Media - Sand or other media shall be carefully graded and meet the manufacturer's
recommendation for pool use.

Accessories - Accessories shall include influent pressure gauge, effluent pressure gauge,
backwash sight glass, and air relief valve. The filter system shall have valving and piping to
allow isolation, drainage, and backwashing of individual filters, if needed for proper operation.

Air Release - The filter air release valve shall be opened daily, or more frequently if necessary,
to remove air which collects in the filter.

Backwash - Filters shall be backwashed at a proper flow rate in accordance with the
manufacturer's recommendations. Filters should be backwashed before the pressure differential
exceeds 8 pounds per square inch (SSkPa), or whatever pressure differential is recommended
by the manufacturer, or if the flow rate drops below the minimum required flow rate.

Internal Components - Inspection of the internal components of pressure filters shall be


conducted annually, or at any time the filters fail to produce clear effluent. Deficiencies shall
be corrected

17. POOL BASIN EQUIPMENT


a. POOL INLETS
Pool inlets should be:
• Submerged at least 61 cm (2 ft) below the average operating level.
• Placed as near to the pool floor as possible if the pool water depth is less than
61 cm (2 ft).
• Floor-level type if the pool is a beach entry or zero-depth pool.

• Located to produce, in so far as possible, a uniform circulation of water and


maintain a uniform disinfectant concentration throughout the entire pool.
• Spaced at least 1.5 m (5 ft) away from any skimmer, where possible.

b.INLET FITTINGS
Inlet fittings should:
• Be of a type whereby the rate of flow and directional angle can be adjusted to
improve circulation.

• Be placed in the pool wall and spaced no more than 9 m (30 ft) apart measured
from the perimeter of the pool or one fitting for each 45,460 L (12,000 U.S.
gallons) of pool volume, whichever is more

c.FLOOR INLETS

Where pool sidewalls are more than 13.4 m (44 ft) apart, floor inlets should be used. If floor
inlets are used, the inlets should be:
• At least equal in quantity to the number of wall inlets calculated.

• Arranged to carry surface water to the gutters or skimmers.

58
18. GUTTERS AND SKIMMERS

Pool gutters and skimmers should be designed to collect 100% of the pool design flow rate.
Section 10(2)(j) of the Pool Regulation requires that at least 50% of the design flow passes
through gutters and skimmers to increase the cleansing action on the water surface and reduce
suction at the main drain(s). A flow meter should be installed in either the main drain line or
gutter/skimmer line to determine flow rates through the main drain and the proportion of
recirculation flow through the gutters/skimmers.

a. GUTTERS
Gutters commonly used in pools include raised-edge (conventional), deck-level and roll-out
gutters. Generally, gutters should extend along the entire perimeter of pools having a surface
area of more than 170 m2 (1,830 sq ft). Gutters should be designed:
• To rapidly remove surface water at a rate equal to or greater than the pool
design flow rate.

• To prevent the gutters from becoming flooded.

• With an interior of not less than 7.6 cm wide and 7.6 cm deep.

• To prevent entrance or entrapment of bathers' arms or legs.

• To provide easy access for cleaning.

• To provide gutter drains at intervals of not more than 4.6 m and at least 5 cm in
diameter.

• To provide a fingerhold (bull nose at the pool edge) or handhold so patrons can
grab the pool edge

b. Raised edge (conventional)


gutters should be designed:
• So that the opening into the gutter beneath the coping or deck is not less than
10 cm and the interior of the gutter is not less than 7.6 cm wide and 7.6 cm deep.
• To serve as a handhold so that their edges or lips are rounded and not thicker
than 6.4 cm) for the top 5 cm.
• To extend along the entire perimeter of the pool except at steps and recessed
ladders. For deck-level and roll-out gutters,

c. Over flow systems - Pools shall be designed to provide continuous skimming (removal of
surface water). Makeup water supply equipment shall be provided to maintain continuous
skimming.
250mm 200mm 250mm
POOL DECK Gutter top Grill
350mm

POOL

59
19. MAIN DRAIN AND SUCTION ENTRAPMENT HAZARDS

The main drain induces water circulation in the deeper part of a pool, draws water into the
circulation system for filtration, and is used to empty a pool. A poorly or inadequately
designed, installed or maintained main drain and/or drain cover are potential suction hazards.
Suction hazards in pools have led to cases of fatal limb entrapment, hair entanglement, and/or
evisceration. Poorly designed or malfunctioning main drain outlets can cause suction strong
enough to entrap body parts or hair, causing a bather’s head to be held under water, potentially
causing serious injury and/or death. Drowning deaths have also occurred after the body or a
limb has been held against a drain by suction of the circulation pump. Any open drain or flat
grating that the body can cover completely, combined with a plumbing layout that allows a
build-up of suction if the drain is blocked, can result in this kind of hazard. In the United
States, deaths due to pool entrapment have led to the enactment of the Virginia Graeme Baker
Pool and Spa Safety Act (VGBPSSA). The act outlines provisions to minimize the risk of
entrapment, including vacuum covers, pool barriers and main drain requirements. While the
VGBPSSA is not law in B.C., the Ministry of Health supports the efforts to reduce suction
hazards. Strategies to prevent accidents from suction entrapment should address five areas:
• Pool design.
• Pool maintenance (see B.C. Guidelines for Pool Operation).
• Training of pool personnel (see B.C. Guidelines for Pool Operation).
• Emergency procedures (see Pool Safety Plan Guide for Pool Operators13).
• Public awareness (see Pool Safety Plan Guide for Pool Operators).
This section of the guidelines addresses pool design aspects for minimizing
suction entrapment risks, including pool main drain, main drain cover, piping,
and equalization fittings. For spray pools and other zero-depth aquatic areas,
refer to the spray pool guidelines in section 11.4. Operational aspects are covered
in the B.C. Guidelines for Pool Operation.

a. POOL MAIN DRAIN


The pool main drain should:

• Be at the deepest point in the pool to permit the pool to be completely and
easily emptied.
• For frame- and grate-type main drains, have a sump depth of at least 1½ pipe
diameters to create equal suction velocity across the drain.
• Have each opening covered by a grating that is not readily removable by
bathers and precludes the possibility of a body forming a seal against the cover.
pool channel drainage to meet BS EN 15288 – 1:2008

To minimize suction and entrapment hazards, it is strongly recommended, as an engineering


best practice, that a minimum of two drains be installed in a pool. The drains should be spaced
at least 92 cm (36 in) apart so that a body could not cover both simultaneously to create a
vacuum. The installation of a second drain splits the suction induced by the pump between two
outlets, reducing the suction at a blocked drain. If it is not possible to install two drains (such as
a pool retrofit), all outlet and discharge pipes should be adequately guarded to prevent an
adverse suction hazard. Design considerations to minimize suction hazards where two drains
are not feasible include:

• Installing a side/vertical mounted suction fitting, as long as the main drain line
and suction fitting are interconnected and the velocity through the suction fitting
is less than 46 cm/sec (1.5 ft/sec) at the design flow rate.
60
• Installing onto the main drain line an airline (anti-suction system), supplemental
vacuum relief system, or automatic pump shutoff that will relieve the suction if
the intake gets blocked.
• Converting the drain plumbing into a gravity drainage system.
These devices will only minimize suction risks, not the risk of hair entanglement.
Hair entanglement risks are mitigated through proper drain cover design.

b.POOL MAIN DRAIN COVERS

The VGBPSSA requires that drain covers in the U.S. are tested and certified in accordance to
ANSI/APSP16-2011: Standard Suction Fittings for Use in Swimming Pools, Wading Pools,
Spas and Hot Tubs. There are a number of VGBPSSA-compliant drain covers on the market,
but it is important to note that compliance with the VGBPSSA requirements does not ensure
compliance with the Pool Regulation. Flow rates through any drain cannot exceed 46 cm/sec
(1.5 ft/sec) at the design flow rate. (For pools with more than one main drain, the flow rate
calculation should be based on the design flow divided by the number of drains, assuming no
blockage). New or replacement drain covers should have the following properties:
• A flat or low-profile design for pool areas less than 1.5 m (5 ft) in depth, to
minimize tripping hazards.
• A grating opening that will not entrap toes, fingers, hair or limbs.
• No sharp corners.

c.POOL MAIN DRAIN PIPING


The pool main drain piping should:
• Be separately valved from the gutters or skimmers and discharge into the
circulation pump suction, surge tank or an approved drain.
• Have a capacity equal to 100% of the design flow rate.

d.HYDROSTATIC RELIEF VALVE REQUIREMENT


Pools that are not designed to resist hydraulic uplift should be provided with a hydrostatic
relief valve.

e.SURGE CAPACITY
Surge capacity in a pool is achieved through free-board in pools with skimmers. In pools using
gutters, the gutter, transit piping and the surge tank all contribute to the volume of surge
capacity in the pool. Surge capacity increases the pool’s ability to maintain a steady water level
in response to sudden changes in pool use. This ensures that gutters, skimmers, and water
intakes remain below the surface to the water to prevent loss of effective filtration or other
circulation problems. The surge capacity of pools should be designed for the maximum bathing
load. For all pools equipped with gutters, 84 L of surge capacity per bather should be provided.
SURGE TANKS A surge tank should be installed in pools using gutters. The surge tank should
have:
• A working capacity of at least 57 L per bather, based on the maximum bathing
load.
• A working capacity exclusive of pipe or channel capacity required for
recirculation rates. The balance of the surge capacity may be provided by pool
gutters and piping capacity.
• “T” fittings vented to the atmosphere on a suction pipes to reduce the risk of a
suction hazard to workers conducting surge tank maintenance.
• Hatches with a locking mechanism to prevent bather entry, if located in bathing
areas.
• Hatches that are slip-resistant and not a tripping hazard, if located on the pool
deck.

61
• Designed to reduce the risk of accidental entry. For more information on
confined spaces in surge tanks, contact WorkSafe BC.

20. MAXIMUM BATHING LOAD POOLS


The following formulas can be used to calculate maximum bathing load. Pool
depths of less than 60 cm (2 ft) need not be considered in the calculations.
Imperial: Maximum Bathing Load = (D/27) + (S/10) Where D = area of pool in
sq ft where the water depth is greater than 5 ft, and Where S = area of pool in sq
ft where the water depth is less than 5 ft. Metric: Maximum Bathing Load =
(D/2.5) + (S/0.93) Where D = area of pool in m2 where the water depth is greater
than 1.5 m, and Where S = area of pool in m2 where the water depth is less than
1.5 m.

21.Signs
 Water depth-visible from the surround and the water- to warn users of deep (>1.2 m
deep) or shallow water (<0.9m deep)
 Where diving/jumping is NOT permitted.
 Restrictions on the use of features such as diving facilities.
 The BS EN 15288-1:2008 sets out considerations for Safety- Information- Systems in
relationship to pool function , water depths and emergency routes and Health and Safety
covering the design of ‘Hazard’, ‘Protection’ and ‘Mandatory’ safety categories.
 A first aid room must be directly accessible from the pool surround with direct access to
an external hard standing area for emergency vehicles.

22.Adequate safe parking

 Adequate safe parking for cars and vehicles associated with building regulation.
21. Preferable

Space for the proposed facility and for future expansion.

Soil bearing

Accessibility for emergency vehicles.

Parking facilities

Drainage capacity

By the In charge of the pool

 Day to day maintenance


 preventive maintenance
At the end of first year, a maintenance contract shall be entered

 24 hours call respond and deal with problem as they arise.


 Formal inspection of the pool and submission of a report once in every 3 months.

62
Annexure 01

Compliance requirement of pool wall / floor tiles glazed vitreous complying to EN14411B lb

Property Testing standard Compliance requirement


1.Geometrical Properties
(a) Deviation in length /width ISO 10545 - 2 0.5%
(b) Deviation in thickness ISO 10545 - 2 5%
(c ) Straightness of side ISO 10545 - 2 0.5%
(linearity)
(c) Rectangularity ISO 10545 - 2 0.5%
(e ) Surface flatness ISO 10545 - 2 0.5%
(F) Surface quality ISO 10545 - 2 Minimum of 95% of the tiles
without visible defects

2. Water absorption ISO 10545 - 2 Maximum 0.5%

3. Strength
(a) Modulus of Rupture ISO 10545 - 3 >27 n/mm2

4. Chemical Properties
(a) Resistance to swimming ISO 10545 -13 Minimum B
pool water cleaning agents
(b) Resistance to staining ISO 10545 - 14 Minimum Class 3

63
Annexure 02

Compliance requirement of wall tiles. (general areas)

1. Geometric parameters EN ISO 10545-2 As per EN 14411:2016


a) Dimensional tolerances Deviation in length/width –
maximum 0.5%
Deviation in thickness – maximum
10%
b) Linearity (straightness of ± 0.5%
side)
c) Rectangularity 0.3%
d) Surface flatness ± 0.5%
e) Surface quality (% defect Minimum 95% of the tiles without
free) visible defects.
2. Water absorption ISO 10545-3 Maximum 3%

3. Strength
a) Bending strength ISO 10545-4 Thickness ≥ 7.5 mm, min 15mm2
Thickness < 7.5mm min 12 mm2
Minimum 12 n/mm2
b) Breaking strength ISO 10545-4 Thickness ≥ 7.5 mm, min 600 N
Thickness <7.5 mm, min 200 N

4. chemical properties ISO 10545-13 min GB


a) Resistance to chemical used
in house hold
b) Resistance to staining ISO 10545-14 Minimum c loss 3

64
Annexure 03

Compliance requirement of floor tiles –wet areas

Property Compliance Standard Compliance


Requirement

1. Geometrical Parameters EN ISO 10545-2 As per EN


14411:2016
(a) Dimensional Tolerances deviation in length/width
Maximum 0.5%
Deviation in thickness – maximum
10%
(b) Linearity ±0.5%
(c) Rectangularity 0.3%
(d) Surface Flatness ±0.5%
(e) Surface Quality Minimum 95% of the tiles
without visible defects.

2. Water Absorption ISO 10545-3 maximum 3%


3. Strength
(a) Bending Strength ISO 10545-4 thickness≥7.5mm, min 15mm2
Thickness<7.5mm min 12mm2
Minimum 12n/mm2
(b) Breaking Strength ISO 10545-4 thickness ≥ 7.5 mm, min 600N

thickness < 7.5 mm, min 200N


(c) Abrasion Resistance ISO 10545-7 PEI4

4) Chemical Properties
a) Resistance to chemicals ISO 10545-13 minimum GB

Used in house hold

b) Resistance to Staining ISO 10545-14 minimum class 3

65
SECTION VII (a)
FORM OF BID

66
FORM OF BID
Name of contract: Design, Construction and Completion of proposed swimming pool
complex of changing rooms and sanitary facilities at MALABE
MODEL BOYS SCHOOL.

Chairman,
Director Building’s Procurement Committee,
Provincial Engineering Organization
WesternProvincial Council,
Level 5,No.204,
Denzil kobbakaduwa Mawatha,Battaramulla.

We have examined of Conditions of Contract , Employer’s Requirements, Schedules and Addenda


Nos……………. for the execution of the above –named Works. We accordingly offer to design,
execute and complete the said Work and remedy and defect fit for the purpose, in conformity with the
Bidding Document and the enclosed Proposal, at the lump sum stated in the Form of Price Proposal
included in a separated envelop and submitted with this bid, or other such sums as may be determined
in accordance with the terms and conditions of the Contract.

We confirm that or bid includes this General Information, Price Proposal, and Design/ Technical
Proposal sealed under three separated envelopes.

We agree to abide by this Bid until*……………..[insert date] , and it shall remain binding upon us
and may be accepted at any time before that date.

We confirm that, we ( including all members of a joint venture and subcontractors ) are not
associated, directly or indirectly, with the consultant or any other entity in preparation of the design,
specifications, and other document for the Contract.

If this offer is accepted, we will provide the specified Performance Security, commence the Works as
soon as reasonably practicable after the Commencement Date , and complete the Works in
accordance with the above-named documents within the Time for Completion. We will ensure that
works will be done in conformity with the contract.

Unless and until a formal Agreement is prepared and execute this Bid , together with you written
acceptance thereof, shall constitute a binding Contract between us.

We understand that you are not bound to accept the lowest offer or any other bid you may receive .
Signature of persons duly authorized to sign document for and on behalf of
Address:
Date:.

67
SECTION VIII(a)
SCHEDULES- RELATED TO GENERAL
INFORMATION
(“A” Schedules)

68
Section VIII

Schedules

I. Contractor’s General Information shall comprise of the following six (6) Schedules A1 to A6

1. Schedule A1 – Preliminary Information

2. Schedule A2 – Annual Turn-over Information

3. Schedule A3 – Adequacy of Working Capital

4. Schedule A4 – Construction Experience in last five years

5. Schedule A5 – Design Experience in last five years

6. Schedule A6 – Major Item of Construction Equipment Proposed

69
Schedule A1 – Preliminary Information

(enclose this Schedule in the envelope marked, “Envelope 1 – General Information”)

(i) For joint ventures, each joint venture partner shall furnish information separately

ITB Description Information Remarks


Clause (to be filled by the Bidder)

reference

3.1 ICTAD Registration

Registration
Provide certified
number
copies and label them
Grade as attachment to
Clause 3.1
Specialty

Expiry Date

Any Other data

4.1 (a) Legal Status

if a Joint Venture, 1. …………………...


2. …………………...
names and 3. …………………...
addresses of Joint
venture partners Provide a certified
copy of the Joint
Venture Agreement.
If a Joint
Venture, name of
the Lead Partner

For joint ventures, each joint venture partner shall furnish Legal Status separately

Name (Lead
partner)
copies and label them
Legal status as attachment to
Clause 4.1 (a)
Place of
registration

70
Principal place of
business

Written power of Provide original or certified copy of the power of


attorney of the attorney attested by a Notary and label them as
signatory to the Bid attachment to Clause 4.1 (a)

VAT Registration
Number

Name (Partner 2) Provide certified


copies and label
Legal status
them as attachment
Place of registration to Clause 4.1 (a)

Principal place of
business

Written power of Provide original or certified copy of the power of


attorney of the attorney attested by a Notary and label them as
signatory to the Bid attachment to Clause 4.1 (a)

VAT Registration
Number

Name (Partner 3) Provide certified


copies and labe3l
Legal status
them us attachment
Place of registration to Clause 4.1 (a)

Principal

Written power of Provide original or certified copy of the power of


attorney of the attorney attested by a Notary and label them as
signatory to the Bid attachment to Clause 4.1 (a)

VAT Registration
Number

71
Schedule A2 – Annual Turn-over Information

(Construction only – Last five years)

(enclose this schedule in envelope marked, “envelope 1 – General Information”)

(i) For joint ventures, each joint venture partner shall furnish information separately.

Year Turn-over Remarks

1
Attach audited reports and
2 label them as attachment
to Clause 4.1 (c)(i)
3

72
Schedule A3 – Adequacy of Working Capital

(enclose this schedule in envelope marked, “Envelope 1 – General Information)

Source of credit line Amount Remarks

Provide documentary
evidence and label them
as attachment to Clause
4.1 (c)(ii)

Total

73
Schedule A4 – Construction Experience in last five years
(enclose this schedule in envelope marked, “Envelope 1 – General Information)

(iii) List similar works first.

Year Employer Description of Works Amount Contractor’s Responsibility


(%)

Total

74
Schedule A5 – Design Experience in last five years
(enclose this schedule in envelope marked, “Envelope 1 – General Information)

(i) For joint venture, each joint venture partner shall furnish information separately.
(ii) List similar works first.
Year Employer Description of Works Amount Responsibility (%)

Total

75
Schedule A6 – Major Item of Construction Equipment Proposed

(enclose this schedule in envelope marked, “Envelope 1 – General Information”)

Type Capacity

76
APPENDIX 1
FORM OF AFFIDAVIT FOR THE
CURRENT CONTRACT
COMMITMENTS

77
Please submit your commitment

78
Provincial Engineering Organization
Western Provincial Council

Design, Construction and Completion of Proposed swimming pool


complex of changing rooms and sanitary facilities
at
MALABE MODEL BOYS SCHOOL

BIDDING DOCUMENT
VOLUME 2

79
VOLUME 2

SECTION VII (b) – FORM OF DESIGN/TECHNICAL


PROPOSAL
SECTION VIII (b)-SCHEDULES- RELATED TO DESIGN AND
TECHNICAL PROPOSAL
(“B”SCHEDULES)
SECTION IX -DRAWINGS- SCHEMATIC LAYOUT

80
SECTION VII (b) – FORM OF DESIGN/TECHNICAL
PROPOSAL

81
FORM OF DESIGN /TECHNICAL PROPOSAL

Chairman

Director Building’s Procurement Committee,


Provincial Engineering Organization
WesternProvincial Council,
Level 5,
No.204,
Denzil kobbakaduwa Mawatha,
Battaramulla.

We have examined the Conditions of Contract Employer’s Requirements, Schedules and


Addenda Nos ………………………. for the execution of the above – named works.

We accordingly offer to design , execute and complete the said Works and remedy any
defects, fit for purpose in conformity with these Bidding Documents and the enclosed proposal.
We are hereby submitting our Bid , which includes this Design/ Technical Proposal , General
Information and a Financial Proposal , sealed under envelopes.

We understand that you are not bound to accept the lowest offer or any other bid you may
receive.

Signature of the persons duly authorized to sign documents for and on behalf of

Address :

Date :

Name :

NIC NO :

Company seal :

82
SECTION VIII (b)

SCHEDULES

RELATED TO DESIGN AND TECHNICAL PROPOSAL


(“B”SCHEDULES)

Contractor’s Design & Technical proposal shall comprise of the following7 Schedules B1 to B7.

1. Schedule B1 – Comments and Suggestions on Employer’s Requirements

2. Schedule B2 – Contractor’s Proposal

3.Schedule B3 – Team Composition and Task Assignment

4. Schedule B4 – Curriculum Vitae of Key Staff

5. Schedule B5 – Time Schedule for Key Staff

6. Schedule B6 – Work Program (Design Related Activities)

7. Schedule B7 – Work Program (Construction Related Activities)

83
Schedule B1 – Comments and Suggestions on Employer’s Requirements
(enclose this schedule in envelope marked, “Envelope 1 – Design and Technical
Proposal”)

Bidders may include observations


made on Employers Requirements
and any suggestions for
consideration.

84
Schedule B2 – Contractor’s Proposal

(enclose in envelope marked, “Envelope 1 – Design and Technical Proposal”)

This schedule should be complete considering


all the requirements given i the Employer’s
Requirements, including design criteria,
specifications and technical data. (use
additional pages if necessary)

85
86
Schedule B3 – Team Composition and Task Assignment
(enclose this schedule in envelope marked, “Envelope 1 – Design and Technical Proposal”)
A. Design Staff
Name Position Task

B. Construction Management

Name Position Task

87
Schedule B4 – Curriculum Vitae of Key Staff
(enclose this schedule in envelope marked, “Envelope 1 – Design and Technical Proposal”)
Proposed Position:

Name of Staff:

Profession:

Date of Birth:

Membership in Professional
Societies:
Detailed Tasks Assigned:

Key Qualifications: Give an outline of staff member’s experience


most pertinent to tasks or assignment. Describe
degree of responsibility held by staff member
on relevant previous assignments and give
dates and locations. Use about half a page.

Education:

Employment Record:

Certification:
I, the undersigned, certify that to the best of my
knowledge and belief, the information is correct.

Signature of staff member Date

88
Schedule B5 – Time Schedule for Key Staff
(enclose this schedule in envelope marked, “Envelope 1 – Design and Technical Proposal”)
Months (in the Form of a Bar Chart)
Name Position Activities 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 Number
of
Months

89
Schedule B6 – Work Program (Design Related Activities)
(enclose this schedule in envelope marked, “Envelope 1 – Design and Technical Proposal”)
[1st, 2nd, etc. are months from the Start Date.]
Design Activity 1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th 11th 12th 13th 14th 15th

90
Schedule B7 – Work Program (Construction Related Activities)
(enclose this schedule in envelope marked, “Envelope 1 – Design and Technical Proposal”)
Sheet 1 of ………..
st nd
[1 , 2 , etc. are months from the Start Date.]
Construction Activity 1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th 11th 12th 13th 14th 15th

91
SECTION IX
DRAWINGS
- SCHEMATIC LAYOUT

- SURVEY PLAN

-CONCEPTUAL SECTION OF THE POOL

92
VOLUME 3
SECTION VII (C)-FORM OF PRICE PROPOSAL
SECTION VIII (C)- SCHEDULE-RELATED TO
PRICE PROPOSAL
(“C “SCHEDULES)

93
SECTION VII (C)
FORM OF PRICE PROPOSAL

94
FORM OF PRICE PROPOSAL
Provincial Engineering Organization Western provincial Council

Design, Construction and Completion of proposed swimming pool complex of changing


rooms and sanitary facilities at MALABE MODEL BOYS SCHOOL
Director Building’s Procurement Committee,
Provincial Engineering Organization
WesternProvincial Council,
Level 5,
No.204,
Denzil kobbakaduwa Mawatha,
Battaramulla..

We have examined the Conditions of Contract, Employer’s Requirements, Schedules and Addenda Nos.
………………………………. For the execution of the above works. We accordingly offer to design, execute and
complete the said works and remedy any defects fit for the purpose, in conformity with the bidding Document and
the enclosed Proposal, for the fix lump sum of LKR
……………………………………………………………………………

………………………………………………… (Without VAT) or other such sums as may be determined in


accordance with the terms and conditions of the Contract. The above amounts are in accordance with the Price
Schedules herewith and are made part of this bid. We confirm that our bid includes this price proposal, Design/
Technical proposal, and General Information sealed under a separate envelopes.

We accept your suggestions for the appointment of the Adjudicator, as set out in Bidding Data.

We agree to abide by this Bid 119 day from the closing of Bid and it shall remain binding upon us and may be accept
at any time before that date.

We confirm that , we (including all members of a joint venture and subcontractors) are not associated, directly or
indirectly, with the consultant or any other entity in preparation of the design, specifications and other documents for
the contract.

If this offer is accepted, we will provide the specified Performance security , commence the works as soon as
reasonably practicable after the commencement Date and complete the works in accordance with the above – named
documents within the Time for Completion. We will ensure that works will be done in conformity with the contract.
Unless and until a formal Agreement is prepared and executed this bid, together with your written acceptance thereof,
shall constitute a binding Contract between us.

We understand that you are not bound to accept the lowest offer or any other bid you may receive.

Signature of the persons duly authorized to sign documents for and on behalf of

Address :

Date :

95
SECTION VIII (C)
SCHEDULES
RELATED TO PRICE PROPOSAL-(“C” SCHEDULES)

Contractor’s Price Proposal shall comprise of the following Eight (8) Schedules.

1. ScheduleC1–Price Schedule

2. Schedule C1-Activity 1 (Preliminaries)

3. Schedule C1 -Activity 2 (Design related activities)

4. Schedule C1-Activity 3 (Construction related activities)

5. Schedule C1-Activity 4 (Construction related activities)

6. Schedule C2-Day works

7. Schedule C3-Provisional Sum

8. Schedule C4-Summery

96
PREAMBLES FOR PRICING
1. The Bidder shall refer to the Bidding documents collectively herein prior to submission of
the Contractor’s price schedule. A foresaid documents shall be considered complementary and
mutually explanatory subject to 1.5 (priority of Documents) of Conditions of the Contract.
Contract Price shall include for the entire work to be carried out as per the requirements set out
in these Bidding Documents. Contract Price shall be a lump sum amount .
2. Bidder shall follow the format for the price Schedule (BOQ) given with these Bidding
documents in building his price proposal.
3. Bidder may add any other items to the preliminary Bill which is included in the Price
Schedule (BOQ) if he has identified those items are required to complete the works.
4. The cost of Design shall be priced along with construction cost in a separate schedule
5. Tax exemptions are not allowed for in this contract.
6. The Bidder shall price the price schedule (BOQ) in Sri Lanka Rupees (LKR)
7. Cost relating to items which are not priced will be deemed to have been included in the
Total Amount of price schedule.
8. The Bidder is requested to visit the site and acquaint themselves with all exiting
conditions, the nature and extent of work to be carried out under this contract ascertaining the
conditions governing access to the site, the extent of work and accordingly include for in their
prices.

GENERAL SPECIFICATIONS

The works under this contract shall be executed in accordance with the
specifications given in the following documents issued by the Construction Institute
Development Authority (CIDA), "Savsiripaya", Wijerama Mawatha, Colombo-07, as
applicable. The specifications given in this document, if any, shall take precedence over the
ICTAD documents wherever relevant.

1. Specification for Building Work-Sri Lanka (Vol. 1)3rd Edition (Revised July 2004).
ICTAD Publication No.SCA/4 (Vol.I)

2. Specification for Building Work-Sri Lanka (Vol. 2)Sanitary Installation.2nd Edition


(Revised October 2001). ICTAD Publication No. SCA/4 (Vol. II).
97
3. Specification for Irrigation and Land Drainage Works - Sri Lanka 1st Edition
(Revised January 2017). ICTAD Publication No. CIDA/SP/102.
4.Specification for Water Supply & Sewerage and Storm Water Drainage Works –Sri
Lanka 2nd Edition (Revised April 2002)ICTAD Publication No. SCA/3/2.

5. Specification for Reclamation Works - Sri Lanka 2nd Edition (Revise December
1999). ICTAD Publication No. SCA/3/3.

6. Specification for Ground Water Exploration and Exploitation \Yorks Sri Lanka
2nd Edition (Revised May 1999). ICTAD Publication No. SCA/3/4.

7. Specification for Electrical and Mechanical Works associated with Building & Civil
Engineering- Sri Lanka. ICTAD Publication No. SCA/8 2nd Edition (Revised August
2000).

8. Specification for Site Investigation for Building Works and -3rd Edition (May 2013).
ICTAD Publication No. ICTAD/DEV/17/R

And any other standard specifications approved by the Government.


Eligible Bidders are Expected to be fully acquainted with the above documents and
hence these will not be issued to the bidders with this document.

Bidders may purchase same if necessary ,from CIDA,


Savsiripaya", Vlijerama Mawat ha, Colo mbo 07.

98
Preamble to BOQ
1.Excavation and Earthwork

1.1. Earth Filling

1.1.1. Stripping of Top Soil

Where the existing ground surface is covered with vegetation top soil or other unsuitable material, it shall
be removed together with roots, rubbish or objectionable materials etc. Vegetation or other unsuitable
material so removed shall be disposed within 5.0 km of the site.

1.1.2. Borrow Material

Borrow material shall comply with the following specifications:

a) It shall be tested for its suitability by a recognized testing organization acceptable to the Engineer.
It shall be well graded soil mixture with gravel and sand – not less than 70% silt and clay – not more than
30%

b) The Contractor shall forward from each borrow pit at different levels, the test results of particle
size distribution and Proctor compaction tests by a recognized testing organization to the Engineer for
approval.

c) It shall be free of vegetation, roots and such other deleterious material.

d) Maximum dry density at optimum moisture content (Standard Proctor Density) shall not be less
than 1.6 gm/cm3.

e) Maximum size of particles shall not exceed 120 mm.

1.1.3. Placing of Fill Material

The distribution and gradation of the material throughout the fill shall be carried out as directed by the
Engineer, so as to ensure that the fill will be free from lenses, pockets, streaks, or layers of material
differing substantially in texture or gradation from the surrounding material. The borrow excavation and
placing operation shall be such that the materials when compacted will blend sufficiently to secure the best
practicable degree of compaction and stability. Successive loads of material shall be dumped and spread
so as to produce the best practicable distribution of material and for this purpose the Engineer may
designate the locations in the fill areas where individual loads shall be deposited.

The fill material shall be placed in layers not exceeding 225-mm thickness in loose state. The fill shall be
compacted at each lift to not less than 90% of the Standard Proctor Density for the building area. For the
earth filling along the road way and access roads, the fill shall be compacted at each lift to not less than
95% of the standard Proctor density. The thickness of the 1st layer may be increased to facilitate
compaction with the approval of the Engineer. The method of compaction shall be approved by the
Engineer.

99
1.1.4. Moisture Control

The moisture content of the fill material prior to and during compaction shall be maintained and
distributed uniformly through each layer.The allowable placement moisture content will be determined by
the Contractor on Engineer’s approval so that fill placement can be made under optimum moisture content
of the fill material.

1.1.5. Density Control

To determine the dry density requirements of the compacted fill, field and laboratory tests shall be made
on samples of compacted material taken on a 10-m grid.

1.1.6. Method of Measurement

The quantity of fill material shall be determined by measuring the depth by auguring and multiplying by
the area each auger hole represents. All such quantities shall be added to determine the total quantity.
Interim payments shall be made on quantities estimated by the Engineer.

1.1.7. General Construction Methods

The Engineer shall have complete control over the excavation, moving, filling and disposition of all
material and shall determine the suitability of material to be placed in fill areas. All material determined
unsuitable shall be placed in spoil area and / or removed from site as directed by the Engineer.

The Contractor shall inform and satisfy as to the character; quality and distribution of all materials to be
excavated filled, spoiled and borrowed.

Should the Contractor through negligence or other fault excavate or fill beyond the designated lines, he
shall replace/remove such excavation/fill in an approved manner and conditioned at his own expense.

1.2. SPECIFICATION FOR ANTI-TERMITE TREATMENT

1.2.1. Type of Chemical

An aqueous solution should of a specially formulated Organophosphate based termiticide be used for this
treatment programme. This chemical should have a property which combines with soil particles and
remain within the treated area. Thereby creating a chemical carrier in the soil which should avoid
infestation of subterranean termites in the future

1.2.2. Method of Treatment

This treatment should be carried out in two stages. The initial stage should involve the spraying of the
termiticide to all trenches and bases of the columns / footings.

The second stage should be carried out after the back-filling of earth and prior to the laying of the concrete
floor. This would involve the injection of the termiticide along the inner and outer perimeter of the
building at 1 meter intervals and approx. 1.5 Liters per hole. The depth of a hole would be approx. 0.5
meters. Thereafter the entire floor area would be sprayed using the same termiticide and approx. 5 Liters
per square meter.

100
1.2.3. Method of Application

The termiticide would be injected and applied under pressure of 250-350 p.s.i. using a motorized portable
pressure pump.

1.2.4. Warranty

The Contractor shall submit prior to acceptance of the work written certificate of warranty of 10 years
from the date of completion of the treatment and if any outbreak of termites is experienced within this
period, Contractor should carry out the necessary treatment free of charges.

2. CONCRETE WORKS

2.1. IN-SITU CONCRETE

Grade of concrete used in the construction and the suggested mixes shall be as per the relevant sections of
BS or otherwise specified by the Engineer.

2..2. READY MIXED CONCRETE - REINFORCED CEMENT CONCRETE

REQUIREMENT OF READY MIXED CONCRETE

2..2.1. Concrete Mix.

The concrete used shall be ready mixed concrete in accordance with the requirements of BS EN
206-9:2010 and also conform to the following.

(a) It shall be a designed mix.

(b) Cement used shall be complying to category CEM IV of BS EN 197:2011 SLS


1247:2015
(c) Coarse and fine aggregates used shall conform to BS 882:1983.

(d) Nominal maximum size of aggregate shall be 20mm.

(e) Concrete shall be of grade 30 or grade 35A as specified.

(f) Minimum cement content 325 kg/m3.

Maximum cement content 400 kg/m3

(g) The rate of sampling shall be such that on an average a sample for strength testing shall be taken
for every 50m3 of concrete placed.

(h) Slump shall be not less than 100mm and not to exceed 160mm.

(j) Maximum free water / cement ratio 05.

(k) Maximum cement content 400 kg/m3.

(l) Any admixture used shall be with prior approval.

The Contractor shall submit the designed mix specification to the Engineer for prior approval.
101
2.3. TRIAL MIXES FOR DESIGNED MIXES

2.3.1. General

Trial mixes shall be prepared for each grade of concrete in accordance with BS

1881, unless there are existing data showing that the proposed mix proportions and manufacture will
produce a concrete of the strength and quality required having adequate workability for compaction by the
method to be used in placing.

2.3.2. Preliminary Trial Mixes & Compliance

When required in accordance with Clause 2.1 the Contractor shall, before the commencement of the
concreting, have preliminary trail mixes prepared, preferably under full scale production conditions or if
this is not possible, in an approved laboratory using a sufficient number of samples to be representative, of
the aggregates and cement to be used.

2.3.3. Trial mixes during the work

Where a trial mix is required after commencement of the work, procedure in

Clause 2.2 shall be adopted for full-scale production conditions as approved.

2.3.4. Workability

The workability of each batch of the trial mixes shall be determined by the slump test as described in BS
1881 or by an alternative approved method.

2.3.5. Variations to approved mix

When a mix has been approved, no variation shall be made in the proportions, the original source of the
cement and aggregates or their type, size on grading zone without the consent of the Engineer. Further
tests may be required.

2.4. TESTING WORK CONCRETE

2.4.1. Samples

Concrete for the works shall be sampled in accordance with BS 1881.

2.4.2. Workability

The workability of concrete shall be determined by the slump test as described in

BS 1881 or by an alternative approved method.

2.4.3. Tests for Strength

Sampling and testing of works concrete shall be carried out in accordance with BS 1881. Compliance
of the concrete with the specified characteristic compressive strength shall be determined in
accordance with Clauses 3.16 and3.17 of BS 5328 Part 4: 1990.

102
2.4.4. Records of Tests

The Contractor shall keep a detailed record of the results of all tests on concrete and concrete materials.
Each test shall be identified with the work to which it relates.

2.5. BATCHING CONCRETE

2.5.1. Unless otherwise specified the requirements in Clauses 4.2 and 4.3 shall be met.

2.5.2. Tolerance in Weights

The weights of the quantities of each size of aggregate and of cement shall be within a tolerance of 2% of
the respective weights per batch after due allowance has been made for the presence of free water in the
aggregates which shall be determined by the Contractor by an approved method.

2.5.3. Moisture content of aggregates

The moisture content of aggregates shall be measured immediately before mixing and as frequently
thereafter as is necessary to maintain consistency of mix.

2.6. MIXING CONCRETE

2.6.1. Type of Mixer

The mixer shall be of the batch type, unless otherwise approved, and shall have either been manufactured
in accordance with BS 1305 or shown by tests in accordance with BS 3963 to have mixing
performance within the limits of Table 6 of BS 1305.

2.6.2. Tolerance of Mixer Blades

Mixing blades of pan mixers shall be maintained within the tolerance specified by the manufacturers or
mixers, and the blades shall be replaced when it is no longer possible to maintain the tolerance by
adjustment.

2.6.3. Cleaning of Mixers

Mixers which have been out of use for more than 30 minutes shall be thoroughly cleaned before another
batch of concrete is mixed. Unless otherwise specified by the Engineer, the first batch of concrete through
a mixer shall contain the normal batch quantity of cement and sand, but only two thirds of the normal
quantity of coarse aggregate. Mixing plant shall be thoroughly cleaned between the mixing of different
type of cement.

2.7. TRANSPORTING CONCRETE

The method of transporting concrete shall be submitted for approval. Concrete shall be transported in
uncontaminated water-tight containers in such a manner that loss of material and segregation are
prevented.

103
2.7.1. Pumping Concrete

The use of pumped concrete and the methods employed in its use shall be subject to approval.

2.8. REINFORCEMENT IN - INSITU CONCRETE

Reinforcing steel shall conform to the following standards:

Grade fy = 460 N/mm² – Deformed high yield steel bar reinforcement conforming to

BS 4449: 1997

Grade fy = 250 N/mm² – Plain round steel bar reinforcement conforming to

BS4449:1997

Contractor shall produce a certificate of origin from the manufacture and a test certificate of compliance
with the relevant Sri Lankan and British Standard from an approved Laboratory at the Contractor’s own
cost.

3. WATERPROOFING

3.1.1. Warranty

Waterproofing shall be applied in accordance with the directions of the manufacturer of the materials and
components and the complete systems shall be laid, fixed and/or applied by experienced specialist crew.

Notwithstanding maintenance requirements for the Works, the Contractor shall warrant the Employer with
the assurance of a reputable local insurance company that roofs, basement, toilets, tanking etc. shall
remain waterproof and damp-proof in respect of workmanship and materials for a period of 10 years
calculated from the date on the Certificate of Completion.

The form of guarantee offered by the specialist applicator shall be submitted for the Engineer’s approval
prior to commencement of waterproofing. This guarantee shall in no way indemnify the Contractor against
improper workmanship or performance of the waterproofing system.

3.1.2. Substructure

It shall be the Contractor’s responsibility to ensure that the specialist applicator takes note of the nature of
the structures, including any movement joints provided, when designing his waterproofing system.

The laying of a waterproofing system on a concrete, screed or masonry surface will be taken as signifying
the acceptance of that surface, both in terms of surface quality, spacing and arrangement of movement
joints by the contractor and his specialist applicator.

3.1.3. Application

Where applicable, aprons and other sections for roof/slab/wall penetrations, trims, side laps, bends and
corners shall be incorporated, correctly finished and uniformly lined.

104
The water proofing system shall be dressed up abutting walls, columns etc. and all pipes and other
penetrations to a minimum height of 300mm above the top of the concrete slab or as directed by the
Engineer.

Sharp corners are to be filled with screed or other fillets and waterproofing should be laid with generous
overlap as per manufacturer’s instructions. When waterproofing is to be applied on exposed areas, colours
have to be approved by the Engineer.

Where finishes such as screeds, concrete paving or tiles etc. are specified to be laid over waterproofing
membranes laid on concrete floors, the floor shall be tested for water- tightness prior to laying of these
tiles/paving etc. Sumps, tanks, etc. shall also be tested after the application of waterproofing systems. The
cost of carrying out these tests, including that of blocking any outlets etc., shall be borne by the
Contractor. Where it is seen that water tightness has not been achieved, the Contractor shall take
whatever remedial measures as are ordered by the Engineer and the cost of all such measures shall be
borne by the Contractor.

3.1.4. Joints with Abutting Walls, Columns, Piping, etc.

Joints with abutting structures shall be carried out with materials as specified in the relevant clause of
other trades, such as aluminum, sealants etc., and/or otherwise as generally shown in typical details on the
drawings.

Special joints, not shown on drawings or particular sections thereof requiring special attention, are deemed
to be included in the Contractor’s bid, and are to be executed in a workmanlike manner and in concert with
and to the satisfaction of the Engineer.

3.1.5. Surface Preparation

The Contractor shall prepare all surfaces which are to receive waterproofing material. The surface shall be
dry, clean, and free from loose materials, paints and films and to the entire satisfaction of the Engineer.
Concrete which is contaminated by oil or grease shall be chiseled away and refilled.

3.1.6. Alternative Proposals

The Contractor may propose alternative reputable waterproofing systems to that specified herein, together
with the relevant specifications and method of application for the approval of the Engineer. Such
construction shall in any case be suitable for prevailing and tropical conditions of the works and shall be
without extra cost to the Employer

3.2. WATERPROOFING SYSTEM TO ROOF SLABS

(WATERPROOFING TYPE WP1)

3.2.1. Leveling Screed

Concrete slab shall be grouted with cement/water slurry before the laying of leveling screed.

Cement: Sand (1:3) leveling screed shall be mechanically/manually batch mixed and laid with a minimum
thickness of 25mm. The falls to be achieved shall not be less than 1:200 unless otherwise shown on the
drawings.Screeds shall be laid with even slopes and internal and external corners shall have cover fillets

105
with a radius of at least 70mm. The screeds shall be finished with a wooden float.The screed shall be
covered with wet gunny bags, sand or equal method and kept damp for5 days, or as directed by the
Engineer. Screed shall be protected from rainfall. Waterproofing membrane shall not be applied until the
surface is thoroughly dried out.

3.2.2. Waterproofing Membrane

Waterproofing membrane shall be U.V. resistant mineralized atactic polypropylene (APP), reinforced with
a robust, isotopic spun bonded, non-woven polyester mat, with approx. weight 4.0 kg/m2 and 4.0mm
thick suitable for Torched-on application over the substrate after application of the approved primer.

At interruption of work, the edges of the sheets have to be finished in such a manner that rain water and
dust cannot penetrate underneath.

3.2.3. Insulation

On top of the waterproofing membrane, polyurethane or extruded polystyrene boards of60mm thick and
thermal conductivity of approx. 0.027 W/mK shall be laid.

The boards shall be 600x1200 mm in size and shall have rebated edges all round for interlocked laying.

3.2.4. Concrete Covering Screed

50mm thick Grade C20 concrete covering screed shall be laid over non-woven geotextile polyester mat or
equivalent with 100mm laps at joints. 50x50 mm galvanized steel wire meshes (3mm dia.) shall be
incorporated in the concrete screed layer. 10mm thick expansion joints shall be provided in covering
screed to limit the concrete screed panel size to approx.4 Sqm. Expansion joints shall coincide with the
joints of the tile layer above filled by an approved UV stable, polysulphide or polyurethane sealant, the
service temperature of which shall be greater than 80º C.

3.2.5. Precast tiles

Precast cement/sand tiles, 400x400x40 mm of mix 1 cement:3 coarse sand, with a flat smooth top and
beveled edge 5x5 mm shall be laid over the screed as the finishing layer. Supports for precast slabs shall
be of similar nature but of a size 100x100x50 mm and

100x50x50 mm for edge slabs.

3.3. WATERPROOFING TO TOILET AREAS AND BALCONIES

(WATERPROOFING TYPE WP2)

3.3.1. Waterproofing Material

The material used shall be an acrylic based polymer modified cementations coating system comprising a
minimum of two coats.

3.3.2. ApplicationWaterproofing shall be carried out in specified areas of the concrete floor slab and up
to300mm above finished floor level on thinly plastered masonry walls in toilet areas and balconies and up
to 1500mm high in shower areas.

106
The waterproofing material shall be applied in conformity with the manufacturer’s instructions.

After the waterproofing is sufficiently cured the area shall be ponded with water for at least3 days for
observation of leaks, if any leaks are observed the application of the membrane shall be repeated. If no
leaks or dampness are observed, floor tiling or other finish shall follow as soon as possible, so as not to
damage or disturb the waterproofing or otherwise a protective screed of 15mm thick 1:3 cement sand shall
be laid over the waterproofing or otherwise a protective screed of 15mm thick 1:3 cement sand shall be
laid over the waterproofing.

3.3.3. WATERPROOFING TO ROOF TERRACES (ROOF GARDENS)

(WATERPROOFING TYPE WP3)

3.3.4. Leveling Screed

Same as that specified for Type WP1.

3.3.5. Waterproofing Membrane

Waterproofing Membrane shall be of high quality Bitumen Modified (SBS) with stabilizers and
antioxidants suitable for Torched-on application over the substrata after the application of the approved
primer. Waterproofing Membrane shall have been specially treated to stop root growth.

3.3.6. Insulation and Concrete Covering Screed

Same as that specified for Type WP1.

3.4. WATERPROOFING TO WATER SUMPS AND FLOWER TROUGHS

(WATERPROOFING TYPE WP4)

3.4.1. This section deals with the waterproofing of water tanks, planter boxes, flower troughs etc.
before surface finishing.

3.4.2. Primer Coating

The smoothness and evenness of the surface concrete or masonry work to which the waterproofing
is to be applied shall be to the entire satisfaction of the Engineer.

Uneven areas, rough areas and chiseled patches shall be treated with an approved epoxy resin based un-
pigmented primer and to be leveled with a homogeneously mixed approved

2-component epoxy mortar, applied while the primer is not fully hardened.

The mortar shall be finished smooth and straight using steel float in a rotating movement and under even
pressure, with rounded or covered fillets/edges as the position or purpose dictates.

107
3.4.3. Waterproofing Material

Waterproofing material shall be flexible two part acrylic modified cementitious


waterproofing compound and shall have the following properties:

- non-toxic

- anti-carbonation protection capabilities

- foot trafficable when cured

- shall not attack steel reinforcement

The minimum thickness of the membrane shall be 1.5mm and shall have following

Mechanical properties:

- Minimum tensile strength 1.5 N/mm2

- Minimum elongation at break 200%

3.4.4. Protective Screed

Cement, sand (1:3) protective screed of minimum thickness 20mm finished smooth with cement rendering
shall be laid over the waterproofing

3.5. WATERPROOFING TO MANHOLES, PITS, GULLIES AND GUTTERS

(WATERPROOFING TYPE WP5)

All manholes, pits, gullies etc. inside and outside the building for drainage, waste water, sewerage and rain
water shall be internally treated with waterproofing material as specified in Type WP4.

3.6. SUBMISSION OF DATA

3.6.1. Prior to the commencement of the installation of the waterproofing systems theContractor shall
provide the Engineer with:

a. The manufacturer’s published product data including technical specifications, recommendations


for installation and type test or factory test data.

b. The manufacturer’s written approval of the Specialist Supplier and SpecialistApplicator.

c. The proposed method for controlling the correct application rate of liquid applied
membranes.

d. The proposed method for checking the thickness of completed liquid applied membranes.

108
The Contractor shall ensure submission to the Engineer in good time of details, type, make and
composition, of the waterproofing systems, together with certified proof from the manufacturer in respect
of suitability of his system.

3.6.2. Shop Drawings

The Contractor, shall, in conjunction with the manufacturer submit shop drawings, fully detailing the work
and its installation. Shop Drawings shall include the various details for penetration conditions including,
but not limited to:

a. Margins

b. Flashings

c. Movement Joints

d. Capping

e. Penetrations

f. Outlets

3.6.3. Samples

Prior to the commencement of work, samples of each system shall be provided, for approval of the
Engineer. The samples shall be of the same materials and details as proposed for the work, including, but
not limited to :

a. Membranes

b. Lapped joints

c. Mitre joints

d. Typical finishing and sealing to the extremities of the membrane

e. Movement joints

f. Over-flashings

g. Protective layers

h. Insulation

i. Typical finishing and sealing to wastes and other outlets

j. Sheet drains

109
3.6.4. Sample Installation on Site

The Contractor shall install in positions in the works where directed by the Engineer sample areas of each
type of waterproofing system, 10m2 minimum complete with jointing, sealing flashing and ancillary work
to demonstrate the finished works. Approved sample installations shall be permitted to be incorporated
into the works or otherwise shall be removed as directed by the Engineer.

3.6.5. Maintenance Manual

The Contractor shall submit to the Engineer a manual of recommendations from the manufacturers and/or
installers, for the maintenance of the waterproofing systems including but not limited to frequency of
inspection, cleaning and repair

4. Structural Metal Worksfor Steel Inframed Structures

4.1. Notes

Contractor shall also refer to the Notes given on the drawings.

a) Structural steel should be of Gr.43 to conform to BS 7668: 1994

b) All welding consumable should conform to BS 5135: 1984

c) All bolts & nuts should conform to BS 4190: 1967 or BS 3692: 1967 . Washers should comply to
BS 4320: 1968 .

d) After fabrication, all steel components,unless specified otherwise, shall be wire brushed to remove
any surface rust. The surfaces of the components should also be thoroughly cleaned to be free of dirt, oil,
grease etc. Bolts, nuts, washers, cleats, shoe plates etc. should also be wire brushed and cleaned in the
same manner.

4.2. HOT DIP GALVANIZING

a) Where noted "Galvanized" on the drawings or as specified, steelwork may be chemically de-
scaled and cleaned so that all rust, mill scale, oil, grease and other foreign matter is removed leaving a
clean surface of metal. Galvanizing shall conform to BS 729.

b) All holding down bolts cast in concrete must be hot dip galvanized after the fabrication.

c) Steel shall then be immersed in a bath of molten zinc so that when withdrawn, the zinc coating
solidifies to a dry film thickness of 100 micrometers. Allow for a 48-hour curing period before
transporting steelwork.

d) All fabricated steel components including Bolts, nuts, washers cleats, shoe plates etc. should be
applied with 2 coats of quick- drying Zinc Phosphate metal primer.

e) Lipped Channel Purlin shall conform to British standard specification to cold rolled steel section
to BS 2994: 1976

110
4.3. DELIVERY TO SITE

a) Steelwork deliveries to the site shall not be made without the prior agreement of the Engineer’s
representative and shall be planned so as to cause the minimum possible interference or inconvenience to
the others engaged on the site.

b) Each delivery to the site shall be recorded on an Advice Note recording the net calculated
weight of each piece. Two copies of the Advice Note shall be supplied as directed by the Engineer.

c) The Contractor shall notify the Engineer’s representative when each consignment offabricated
steelwork is received at the site so that he may inspect the consignment.

5. METAL WORK

5.1.

Aluminum glazed units shall be supplied with all hardware furniture and fittings. The Contractor shall
submit to the Engineer the shop drawings and technical data

and other relevant information for approval of the Engineer.

The Contractor shall include in his rates the cost of tests generally required for ascertaining the suitability
of aluminum extrusions, anodizing, strength of joints, gaskets and weather stripping, strength of joints and
air and water infiltration.

5.2. MATERIALS

All sections shall be extruded from AA 6063 aluminum alloy and sections shall be designed to give
rebated internal and external faces.

Aluminum sections for mullions, frames, transoms, heads and the sills and the other members should
strictly comply with the requirements laid down in the following British Standard.

B.S. 1161: 1977 (1991) – Specification for aluminum alloy sections for structural purposes.

B.S. 1470: (1987) – Wroughtaluminum and aluminum alloys plate, sheet and strip.

B.S. 1474: (1987) – Wroughtaluminum and aluminum alloys for general engineering purpose and
external architectural application bars, extruded down tubes and sections.

5.3. POWDER COATING

Powder coating shall conform to BS 6496: 1984 (1991). The powder coating shall be of thickness 60-80
microns and of approved colour. The Contractor shall submit a ten (10) year guarantee for the powder
coated finish. The Contractor shall allow for cost of required tests for checking the coating as directed.

5.4. WIND LOADING

The fabricated aluminum doors and windows shall be capable of withstanding a wind pressure load not
less than 1,500 Pascals (75 M.P.H.)

111
5.5. WEATHER STRIPPING

The weather stripping shall be vinyl or other plastic materials which are dimensionally stable and are
resistant to ultra violet rays, water absorption and are suitable to be used in marine atmosphere.

5.6. SCREWS NUTSETC.

All screws, nuts, washers, bolts, rivets and other fastening devices should be of stainless steel. Aluminum
alloy fasteners may be used in lieu of stainless steel fasteners with the written approval of the Engineer.

5.7. IRONMONGERY

Ironmongery used shall satisfactorily perform the function for which it is intended. They shall be of
aluminum die cast alloy, stainless steel or other non-corrosive materials compatible with aluminum. The
Engineer shall duly approve all items of ironmongery before fixing in position.

5.8. GLASS

Glass shall be 5mm thick clear glass suitable for single glazing and having a thickness (minimum 5mm) as
specified. Glass shall conform to the relevant British Standard including following:

B.S. 952 Part 1: 1995 – The classification of glass for glazing and terminology for work and B.S. 952 Part
2 of 1980.

5.9. ASSEMBLY

The design of windows should permit free movement of air from exterior environment to the immediate
spaces between the window frame and ventilator to achieve pressure equalization. The windows should
have snap on reusable extruded aluminum glazing beads and easily removable bottom rails.

The glazing beads should not extend underneath the glass. The design of windows should permit re-
glazing without disassembly of all ventilator extrusions form the frame.

All openable window sash corners should be mitered angle reinforced or mechanically staked and Epoxy
painted. If frames with incompatible extrusions are used, then these extrusions should be mortised and
tenoned. A permanent watertight joint should be made to the junctions of the side frame members with all
horizontal members. Window panels must be provided with minimum three weep holes, one at the center
and one each between the jamb and the setting block. Fixing of aluminum units to concrete shall be done
with high quality raw plugs with stainless steel sections and other approved fixing devices. Where friction
stays are used the shop drawings shall clearly indicate the size of such stays.

The joint between window frames, external door frames and concrete or masonry workshall be adequately
caulked with a suitable caulking compound. Polysulphide or Silicon sealant may be used for this purpose.
The Contractor shall furnish all literature and instructions published by the manufacturer of the sealant
along with the Tender. Only caulking compound approved by the Engineer in writing shall be used.

112
5.10. AIR AND WATER INFILTRATION

The Contractor shall submit test certificates from the manufacturer of aluminum extrusions
guaranteeing that the products comply with standards applicable to the country of origin of these materials.

Fabrication and installation of aluminum units shall be thoroughly watertight.

The degree of resistance to air leakage shall be Grade A (superior resistance)

Recommended for air-conditioned buildings.

6.WOOD WORK

6.1.

a) Timber used shall be of the specified species and of the best quality, thoroughly well kiln seasoned
sawn square and free from sap, shakes, cracks and edges. It shall be free from decay and insect attack.

b) Where a choice of more than one species is allowed only one variety shall be used for any
particular class of work.

c) All timber sizes indicated in the description shall be finished sizes after planing.

6.2. CARPENTRY

The following species of timber shall be used.

6.2.1. Roof Timber

Alubo, Liyan, Kolon, Mee, Palu ,Balau , Bitis or other approved.(BitisandBalau are imported species)

6.2.2. Ceiling Timber

Balau ,Bitis or other approved

6.3. JOINERY

The following species of timber shall be used.

6.3.1. Valance Board

Gammalu, Kirihembiliya, CCA presure treated Kempas, Balau, Bitis or other approved. Unless otherwise
specified in the respective Trades/Sections, the timber for all trades shallbe as specified in Wood Work

113
7. PARTITIONS

7.1.

Aluminum glazed units shall be supplied with all hardware furniture and fittings.

The Contractor shall submit to the Engineer the shop drawings and technical data and other relevant
information for approval of the Engineer.

The Contractor shall include in his rates the cost of tests generally required for ascertaining the suitability
of aluminum extrusions, anodizing, strength of joints, gaskets and weather stripping, strength of joints and
air and water infiltration.

7.2. MATERIALS

All sections shall be extruded from AA 6063 aluminum alloy and sections shall be designed to give
rebated internal and external faces.

Aluminum sections for mullions, frames, transoms, heads and the sills and the other members should
strictly comply with the requirements laid down in the following British Standard.

B.S. 1161: 1977 (1991) – Specification for aluminum alloy sections for structural purposes.

B.S. 1470: (1987) – Wrought aluminum and aluminum alloys plate, sheet and strip.

B.S. 1474: (1987) – Wrought aluminum and aluminum alloys for general engineering purpose
and external architectural application bars, extruded down tubes and sections.

7.3. POWDER COATING

Powder coating shall conform to BS 6496: 1984 (1991). The powder coating shall be of thickness 60-80
microns and of approved colour. The Contractor shall submit a ten (10) year guarantee for the powder
coated finish. The Contractor shall allow for cost of required tests for checking the coating as directed.

7.4. WIND LOADING

The fabricated aluminum doors and windows shall be capable of withstanding a wind pressure load not
less than 1500 Pascals (75 M.P.H.)

7.5. WEATHER STRIPPING

The weather stripping shall be vinyl or other plastic materials which are dimensionally stable
and are resistant to ultra violet rays, water absorption and are suitable to be used in marine atmosphere.

7.6. SCREWS NUTS ETC.

All screws, nuts, washers, bolts, rivets and other fastening devices should be of stainless steel. Aluminum
alloy fasteners may be used in lieu ofstainless steel fasteners with the written approval of the Engineer.

114
7.7. IRONMONGERY

Ironmongery used shall satisfactorily perform the function for which it is intended. They shall be of
aluminum die cast alloy, stainless steel or other non-corrosive materials compatible with aluminum. The
Engineer shall duly approve all items of ironmongery before fixing in position

7.8. GLASS

Glass shall be 6mm clear glass suitable for single glazing as specified. Glass shall conform to the relevant
British Standard including following:

B.S. 952 Part 1: 1995 – The classification of glass for glazing and terminology for work and B.S. 952 Part
2 of 1980.

7.9. THICKNESS OF ANODIC COATING

Voltage breakdown tests, as described, may be employed as the means for checking anodic thickness.
Other suitable equipment may be employed to measure the coating thickness and in event of any dispute,
microscopic measurement shall be employed as the final check on such measurements.

7.10. COLOUR MATCHING

The completed work shall present a substantially uniform appearance in regard to colour and texture and
shall be a satisfactory match with identical samples or colour patches held by the Engineer.

7.11. REJECTION

Any materials, finish or workmanship which is found not to comply with this Specification, will be
rejected by the Engineer and any such rejected items will be removed immediately and replaced to the
entire satisfaction of the Engineer entirely at the Contractor's expense.

8.12. DELIVERY AND PACKING

The Contractor shall ensure that all components are suitably packed to ensure protection against handling
or other damage during delivery to the site. All aluminum components shall be covered by special
protective coatings comprising`Fablon' `Sellotape 214' or other equal suitable material fixed with non-
damaging and non-reactive adhesive. The Contractor shall state in his tender the type of protection
proposed, complete with samples and reference to previous uses.

7.13. ASSEMBLY

As far as possible, all aluminum shall be formed, fabricated, cut, drilled, tapped, fitted or otherwise in the
Contractor's workshops. Where it is not practicable to deliver fully assembled components, the windows
and doors shall be delivered ready for assembly to the extent practical for field erection and in a secure and
workman like manner to meet the requirements of his specification and to ensure a neat weather tight
construction.

The design of windows should permit free movement of air from exterior environment to the
immediate spaces between the window frame and ventilator to achieve pressure equalization. The
windows should have snap on reusable extruded aluminum glazing beads and easily removable bottom
rails.
115
The glazing beads should not extend underneath the glass. The design of windows should permit re-
glazing without disassembly of all ventilator extrusions form the frame

All openable window sash corners should be mitered angle reinforced or mechanically staked
and Epoxy painted. If frames with incompatible extrusions are used, then these extrusions should be
mortised and tenoned. A permanent watertight joint should be made to the junctions of the side frame
members with all horizontal members. Window panels must be provided with minimum three weep holes,
one at the center and one each between the jamb and the setting block. Fixing of aluminum units to
concrete shall be done with high quality rawlplug with stainless steel sections and other approved fixing
devices.

Where friction stays are used the shop drawings shall clearly indicate the size of such stays. The joint
between window frames, external door frames and concrete or masonry work shall be adequately caulked
with a suitable caulking compound. Polysulphide or Silicon sealant may be used for this purpose. The
Contractor shall furnish all literature and instructions published by the manufacturer of the sealant along
with the Tender. Only caulking compound approved by the Engineer in writing shall be used.

7.14. AIR AND WATER INFILTRATION

The Contractor shall submit test certificates from the manufacturer of aluminum extrusions guaranteeing
that the products comply with standards applicable to the country of origin of these materials. Fabrication
and installation of aluminum units shall be thoroughly watertight. The degree of resistance to air
leakage shall be Grade A (superior resistance)recommended for air-conditioned buildings.

7.15. CLEANLINESS

The Contractor shall ensure that marks or other blemishes, for which he is responsible, are
removed from the installed units as the work proceeds, so that stains do not set.

7.16. PROTECTION

The Contractor shall ensure that aluminum and glazing work is protected at all times from damage or from
handling marks.

If disfiguring damage is apparent on aluminum surfaces, or parts thereof, it shall be the responsibility of
the Contractor to make good or replace such damage to the satisfaction of the Engineer.

On completion the protective film shall be removed from the aluminum members and the whole cleaned to
the satisfaction of the Engineer.

8.17. CONTROL SAMPLE

Sample as required shall be lodged with the Engineer as control standards, before7 weeks of
commencement of work.

116
9. SPECIFICATIONS FOR ROOF COVERING &

ROOF PLUMBING

9.1. SHEETING FOR ROOFING AND FASCIA

Sheeting Material shall be Zinc-Aluminum coated corrugated roll – formed high tensile steel sheet to as
1397- G550 – Az 200 or as otherwise specified on the detailed drawings. Finish of sheeting shall be
factory pre-printed with an oven baked Silicone/polyester finish of an approved colour. Total coated
thickness of the sheeting shall be not less than 0.6mm.Type of profile shall be suitable for internal support
spacing of approximately 1800mm.Contractor is required to fabricate given design of ridge capping. The
design installation of sheeting shall be conform to AS 1562 and the manufacturer’s Specification.

12 x 45 mm Zinc coated self-tapping fasteners with neoprene washers shall be fixed on each rib on
purlins at top bottom and laps of sheets, and on every other rib on intermediate purlins.

The rates for corrugated roofing and fascia shall include for the following:

a) Hoisting fixing complete with all nails spikes, screws, clips etc. and all straight and square cutting
and waste.

b) Bending sheets around angles forming roll edges at barges and the like.

c) Mitered hips and angles.

9.2. FLASHINGS, FASCIA, CAPPINGS AND RIDGE CAPPINGS

Standard and/or nonstandard flashings fascia capping and ridge capping shall be provided in materials
finished to match sheeting specification stated in 1.0. However the total coated thickness of coping
material shall be not less than 0.47mm.

The rates for the flashing shall be included for the following:

(a) Bending to required shape.

(b) Angles, edges and ends.

(c) Notching over roofing ribs dressed into corrugation as the case may be.

(d) Forming and dressing into or around walls on obstructions and the like.

9.3. GUTTERS

Standard size gutters to manufacturer's specifications and printed literature and conforming to AS 2179
shall be provided. The total coated thickness of gutter material shall be not less than 0.47mm the
selection and installation of the gutters shall conform to AS 2180.

117
The rates for gutters shall include for the followings:

a) Jointing and fixing where necessary.

b) Extra and special filling such as bends, angles, end caps, gutter outlet, mitred end, joiners gutters
boxes and the like.

9.4. INSULATION

The insulation shall be provided for roof as per the necessity. The rate for insulation shall include for the
following:

a) Gauge 18 GI welded wire mesh wires at 75mm X 75mm centers both ways laid over the top of
purlins. Slack of mesh should be such that once the roofing is installed fiber glass blanket should retain its
nominal thickness between purlins.

b) Double sided reinforced aluminum foil insulation, laid over the welded wire mesh. A 150mm Lap
at joint of aluminum foil should be provided. The insulation shall have the capacity of emission of 90% of
its heat receiving to outside.

c) Laying of fiber glass blanket not less than 50mm thickness and a nominal density not less than
16kg/m3 laid over aluminum foil butting firmly against adjacent blankets.

9.5. SANDWICH PANEL

Wall and roof cladding material for insulation areas shall be capable or resisting all wind loads and live
loads to satisfy the Sri Lankan and British Standards. Cladding panels shall have the minimum insulation
thickness to satisfy local temperature and weather conditions. Cladding material shall be made with steel
sheet with minimum base metal thickness of 0.31mm and coated thickness to be 0.35mm and spray
painted with approved colour coating. The supplier shall specify the corrosion resistant capacity. The
details of anticorrosive paints and layer thicknesses shall be forwarded to the consultant for prior approval
by the supplier.

10. SPECIFICATIONSFOR WATER SUPPLYAND

DRAINAGE WORKS

10.1. GENERAL

a) All types of fittings, materials, painting and finishes shall be approved by the Engineer prior to
installation.

b) The contractor is responsible to obtain necessary authority approvals for the design, equipment
and installation.

c) The contractor shall submit shop drawings for the approval of the Engineer where required, prior
to commencing work.

d) Contractor shall prepare and submit As Built drawings as per the Contract.

e) All samples shall be provided for approval by the Engineer prior to purchase of material.

118
f) Please refer the BOQ descriptions for relevant item specifications and details.

g) Below mentioned categories of construction works must confirm in every respect to the
requirements to following specification.

10.2. WATER SUPPLY

a) SLS 147:1983 - Specification for Rigid Unplasticized Polyvinyl Chloride Pipes for Potable Cold
Water Supplies.

b) BS 4346-1:1969 - Specification for Joints and Fittings for use with Unplasticized PVC pressure
pipes- Part 1, Part 2 and Part 3.

c) BS 6700:1987 – Specification for Design, installation, testing and maintenance of services


supplying water for domestic use within buildings and their curtilages

d) Plumbing Engineering Services Design Guide (ISBN18714956404).

e) ICTAD publication No. SCA/3/2 – Specification for water supply, Sewerage and Storm water
drainage works (2nd edition – Revised – November 1999).

f) BS EN 1329-1:2000 - Plastics piping systems for soil and waste discharge (low and high
temperature) within the building structure. Unplasticizedpoly (vinyl chloride) (PVC-U) Specifications for
pipes, fittings and the system.

g) SLS 1174 – Polyethelene water storage tanks.

h) SLS 596 – Bib taps and stop valves for water services.

10.3. WASTEWATER AND SEWER

a) BS 4514:1983 - Specification for Unplasticized Polyvinyl Chloride Pipes Soil and Ventilating
pipes, fittings and accessories.

b) Plumbing Engineering Services Design Guide (ISBN18714956404).

c) ICTAD publication No. SCA/3/1 – Specification for Irrigation and Land Drainage ( 2nd edition –
Revised – November 1999 ).

d) ICTAD publication No. SCA/3/2 – Specification for water supply, Sewerage and Storm water
drainage works (2nd edition – Revised – November 1999).

e) BS EN 1329-1:2000 - Plastics piping systems for soil and waste discharge (low and high
temperature) within the building structure. Unplasticizedpoly (vinyl chloride) (PVC-U) Specifications for
pipes, fittings and the system.

f) BS 8301:1985 – Code of practice for Building Drainage.

g) BS 5572:1994 – Code of practice for Sanitary Pipe work

119
10.4. RAIN WATER AND STORM WATER

a) Plumbing Engineering Services Design Guide (ISBN18714956404).

b) ICTAD publication No. SCA/3/1 – Specification for Irrigation and Land Drainage (2nd edition –
Revised – November 1999).

c) ICTAD publication No. SCA/3/2 – Specification for water supply, Sewerage and Storm water
drainage works (2nd edition – Revised – November 1999).

d) BS EN 1329-1:2000 - Plastics piping systems for soil and waste discharge (low and high
temperature) within the building structure. Un-plasticizedpoly (vinyl chloride) (PVC-U) Specifications for
pipes, fittings and the system.

e) BS 8301:1985 – Code of practice for Building Drainage.

10.5. SANITARY APPLIANCES AND FITTINGS

a) BS 6465 – 1:1994 Part 1 – Code of practice for Scale of provision, selection and installation of
sanitary appliances.

b) BS 3402:1969 – Code of practice for Quality of vitreous china sanitary fittings.

c) SLS 1459 – Stainless Steel Kitchen Sinks.

d) SLS 377 – Wash Basins.

e) SLS 832 – Ceramic Sinks.

f) SLS 568 – Ceramic Squatting pans and traps.

g) SLS 792 – Ceramic pedestal wash down water closet pans and traps.

h) BS 316S16 – Stainless Steel for External Application

i) BS 304S16 – Stainless Steel for Internal Application

10.6. OTHER

a) The Gazette of the Democratic Socialist Republic of Sri Lanka No.1534/18 – FRIDAY 01, 2008.

11. SPECIFICATION FOR SANITARY INSTALLATIONS

All toilet fittings should be British made “ARMITAGE SHANKS” or Architect approved equivalent.

11.1. WATER CLOSET & CISTERN FOR UPPER FLOORS

120
Imported Vitreous China white Fire Clay Ceramic Water Closet, size665x455x780mm,
Architect approved type, complete with seat.

Imported Vitreous China, closed coupled wash down/suction type white Fire Clay Ceramic Cistern 4-6
litre capacity, Architect approved type, complete with all necessary fittings and fixtures for flushing,
securely fixed to wall.

11.2. WATER CLOSET & CISTERN FOR GROUND FLOOR

Imported Vitreous China white Fire Clay


CeramicWaterCloset,size665xx455x780mm, Architect approved type, complete with seat.

Imported Vitreous China, closed coupled wash down/suction type white Fire Clay Ceramic Cistern 4-6
liter capacity, Architect approved type, complete with all necessary fittings and fixtures for flushing,
securely fixed to wall.

11.3. SQUATTING PAN & HIGH LEVEL CISTERN

Imported Vitreous China white Fire clay Ceramic Squatting Pan with integral foot rests, Architect
approved type.

Imported Vitreous China white Fire Clay Ceramic Cistern 4-6 liter capacity, Architect approved type,
complete with all necessary fittings and fixtures for flushing, securely fixed to wall with bottom of cistern
approximately 900mm above level of Squatting Pan and flush pipe connected to Squatting Pan.

11.4. PEDESTAL TYPE WASH BASIN

Imported Vitreous China white Fire Clay Ceramic Pedestal type Wash Basin with one tap hole Size 560 x
450mm, Architect approved type, complete with chromium plated pillar tap and captive waste.

Wash basin should be secured to the wall by two screws through holes located in the rear of the Wash
Basin and two screws to the floor through holes located at the rear of the pedestal.

11.5. URINALS

Imported Vitreous China white Fire Clay Ceramic bowl type Urinals and separators including necessary
fixtures and accessories, manually operated flush valves, plastic bottle traps (exposed) and cistern, all as
directed by the Engineer.

11.6. KITCHEN SINK

Kitchen sink should be inset type Imported one, made entirely from high grade

18/10 chromium nickel steel as per detail drawing to Engineers approval. All sinks are to be fitted with a
polyurethane sealer around the edge to stop water seepage.

11.7. HAND SPRAY UNIT

Hand spray units shall be of „GROHE‟ make or Architect approved equivalent.

121
11.8. TAPS, VALVES, COCKS

Taps, Valves, Cocks etc. shall be of „GROHE‟ make or Architect approved equivalent.

12. SPECIFICATION FOR ELECTRICAL INSTALLATION

12.1. GENERAL

12.1.1. General Requirements

1. The electrical installation shall be for 400v, 3 phase / 230v single phase 50 Hz.A.C. Supply all
accessories used in the installation shall be for the appropriate working voltage.

2. Execution of work in every respect shall be to the satisfaction of the Employer / Engineer and
conform to the 17th edition of IEE (London) regulations. Any deviation shall have to be approved by the
Engineer.

3. The positions of electrical fittings etc. shown in the drawings are approximate and exact positions
of the same to be decided at site.

4. When procuring main cable, Contractor shall take in to account the actual physical
measurement to avoid joints. Special orders shall be placed with the manufacturers for cable length more
than 100 meters.

5. Before conduit pipes are laid on ceilings a conduit layout drawing shall be prepared by the
Contractor for the approval of the Engineer.

6. It is the responsibility of the Contractor to repair and make good after installation all walls, slabs,
etc. disturbed to the satisfaction of the Engineer.

7. All items shall be of reputed makes and samples shall be forwarded to the Engineerprior to
purchasing, for approval. In case of main switch board, a reputed manufacturer approved by the Engineer,
shall assemble the board.

122
8. All imported materials and fittings shall have the country of origin / country of manufacture and
the applicable standard number marked.

9. Rates shall include for:-

a. Labor, transport and profit.

b. All accessories such as clips, screws, junction boxes, 3 core flexible cables, ceiling roses, G.I.
chains, fan hooks etc.

c. Testing and commissioning.

10. For items in Bills of Quantities where the units are in meters, payments will be made according to
the length measured after the installations at the rate quoted in the B.O.Q.

11. The complete electrical installation shall be fully re-wirable type in concealed rigid PVC pipes.

12. Fixing Heights

Fixing heights from floor levels, unless directed otherwise shall be as follows:

MCCBs 1.5m

Distribution Boards 2.1m

Main Distribution Boards 2.1m

Wall mounted Lamp fittings 2.4m

Wall mounted Ceiling fans 2.4m

Switches and fan regulators 1.5m

Socket outlets for general use 0.3m

123
12.2. EQUIPMENTS SPECIFICATIONS

12.2.1. MCB / DB

Shall be poly carbonate or steel powder coated flush mounted type and be of a reputed make conforming
to BS 5486 or equivalent. It shall be with a hinged door; bus bars neutral bar and earth bar shall be of hard
drawn copper.

12.2.2. Miniature Circuit Breakers (MCB)

MCB shall be of a reputed make having thermal over load and magnetic short circuit protections and shall
conform to BS 3871 DIN rail type. The breaking capacity shall be more than 6KA and type 2 shall be used
for the lighting circuits and motor circuit type 3 shall be used.

12.2.3. Residual Current Devices (RCDs) (RCCBs)

Shall be current balance type complying with BS 4293 sensitivity shall be 30mA

or as specified in the drawings.

12.2.4. Moulded Case Circuit Breakers (MCCB)

MCCB‟s shall be of reputed makes conforming to BS 4752. It shall have on breaking capacity more than
50KA and shall have adjustable thermal over load and magnetic circuit protection. Individuals MCCB's
shall be enclosed in a metal enclosure with a suitable neutral links. Operating handles shall be project
outside the enclosure. It shall be of fixed type having bus bar connecting type terminals to fix cables with
crimped cables and sockets.

12.2.5. PVC Cables

All cables shall be 450/750 Volt grade PVC insulated PVC / XLPE sheathed copper complying with BS
6004. Brown/ Black/ Gray color shall be used for the phase conductor and Blue color shall be used for the
neutral conductor for the protective conductor (Earthing) PVC insulated copper wire shall be used, green
or green and yellow color. Jointing of cables is not accepted.

12.2.6. Amps. Switches

They shall be white colour complying with BS 1360.

12.2.7. Socket Outlets

13A socket outlets shall be flush types with switch, white in color complying with BS 1363. 15A and 5A
socket outlets shall be flush types with switch, white in color complying with BS 546.

12.2.8. PVC conduit pipes Switch boxes, Round blocks and Junction boxes

They shall be complying with BS 4607 or equivalent. Switch boxes shall be PVC junction moulded types
and handmade boxes shall not be used. Switch boxes shall be brass fixing screws. In places where are not
buried they shall be clipped at 500mm intervals.

124
12.2.9. Screws and Panel Pins

All screws and panel pins shall be brass, brass plated items shall not be used.

12.2.10.Ceiling Roses

Ceiling roses shall be plate type and shall confirm to BS 67 or equivalent. Connections to all lamps, fans
shall be through a ceiling rose unless otherwise instructed.

12.2.11.Lamp Holders

All lamp holders shall be bayonet type conforming to BS 5042 or any other type specified CG holders
shall be brass types.

12.2.12.Incandescent Bulbs

All incandescent bulbs shall be with bayonet cap type and shall comply with BS

161 or any other type specified. All lamp fittings shall be provided with a bulb.

12.2.13.Exhaust Fans

Wall mounted exhaust fans shall be of a reputed make suitable for 430 Volts,

50Hz connections. The motor shall be a totally enclosed type having speed, preferably less than 1500
r.p.m. literature giving the performance of air flow and noise level shall be submitted for approval.

12.2.14.Underground Cables

Underground cables shall be 600/1000 volts grade PVC insulated PVC sheathed single wire armored. PVC
overall sheathed copper cable conforming to BS6346. It shall be laid 600mm below ground level and
covered with concrete cable tiles cables trench shall not be closed without the consent of the Client /
Consultant. When there is more than one cable in the same trench the distance between the cables shall be
at least 50mm. Rate shall include cost of cable and sockets, cable glands PVC taps etc. When procuring
underground cables B.O.Q. quantities shall not be taken. No extra payments will be paid for underground
joints.

12.2.15.Main Switch Board

The switch board shall be metal clad rigid freestanding cubical type conforming to BS 5486 or equivalent.
It shall be provided with all the equipment as indicated in the drawings together with all current
transformers. Auxiliary fuses protection relays, labels, small wiring etc. The final painting shall be
powdered epoxy paint.

The switchboard shall be flush fronted with front and rear access, suitable for indoor use, sectionalized as
necessary to facilitate transport and erection. The height shall not be more than 2 meters.

125
The Bus Bars shall be H.D.H.C. tinned copper. The phase and neutral bars shall have the same cross-
section areas, with current carrying capacity not less than that of the incoming circuit breaker. They shall
be supported to withstand the short circuit currents as indicated.

A tinned copper earthing bar complying with BS 1432 sized to withstand the short time current of the
switch board shall be provided for the full length of the switch board, all metal work other than the current
carrying parts shall be bonded to the earthing bar including the cable armoring of all the incoming
and outgoing cables.

H.D.H.C. tinned copper complying to BS 159 and covered with heat shrink sleaving easy phase
identification shall be used to all the circuit breakers over

200A capacity.

All interval wiring shall be carried out neatly and shall wherever possible be housed in wiring trunking.
All live terminals and components within the panel shall be shielded in such a manner to prevent contact
with them. All the wiring shall be numbered and labeled for easy identification.

12.2.16.Earth Fault Relay

Earth fault relay shall be an electronic or electromechanical type having adjustable time and current
settings. It shall have buttons for testing purposes. The time and current setting rangers are subjected to the
approval of the client. A separate core balance type current transformers shall be provided to direct the
earth leakage circuit.

13. FIRE PROTECTION SYSTEM

13.1. GENERAL

The contractor shall supply all necessary equipment, install, wire, test and commission the following sub-
systems of the fire protection and fighting system of the said project.

a) Self-contained exist signs.

b) Carbon Dioxide and Carbon Dioxide fire extinguisher.

c) Photo luminescent exit signs.

13.2. INCIDENTAL WORK PROVIDED BY CONTRACTOR

All angle iron brackets, rag bolts etc., required for the installation of items or equipment.

Any other materials, fittings or labor which may deem to be necessary for the satisfactory completion of
the works and efficient functioning of the systems.

Obtaining all required certificates of conformity from all relevant authorities for the systems installed.

On completion of the project the supplier shall provide `as fitted/built' records by way of fully
dimensioned drawings, manufactures catalogs etc.

126
13.3. COORDINATION

The contractor will cooperate and coordinate his work in such a manner that it will be completed on the
date specified and will not impede the work of any of the other contractors at site.

13.4. REGULATIONS, CODES OF PRACTICE, SHOP DRAWINGS ETC.

All work will be carried out to be in keeping with the rules and regulation of the relevant authorities and
will comply with the latest codes of practice in this field. All equipment shall comply with standards
acceptable to the fire department. It will be the duty of the contractor to obtain the certificate of the Chief
Fire Office (CFO)of the City of Colombo, stating that the systems & equipment installed by him are in
compliance with those set out by the CFO.

13.5. FIRE EXTINGUISHER.

The contractor shall supply and fix at the locations indicated in the drawings carbon dioxide (CO2), dry
powder and carbon dioxide/water fire extinguishers (CO2/H2O). The CO2 extinguishes shall have a
charge weight of 2 kg., manufactured to BS5423.The C/H2O extinguishes shall have a water capacity of 8
liters with a 60 g. CO2 cartridge, manufactured to BS 5423 -1980. Samples of all extinguishes must be
submitted for approval prior to their incorporation in the works.

13.6. EXIT SIGNS

The contractor shall supply, and install approved photo luminescent “EXIT” signs complying with BS
5499-1 1990, at all locations as indicated in the drawings.

13.7. FREE MAINTENANCE & GUARANTEE

The contractor shall maintain, on a free of charge basis all the equipment installed, for a period of 12
months from takeover of the system for beneficial use.

Any item found to be defective during this period shall be replaced or repaired on a free of charge basis.

Such items of equipment repaired or replaced during the fee maintenance period, shall be guaranteed for a
period of one (1) year from the date of replacement or repair.

The contractor shall provide the owner three (3) set of all instruction and/or maintenance documents for all
the equipment installed.

The Contractor shall attach the following pricing to his bid:

Value of annual service contract for the maintenance of the equipment on completion of the fee
maintenance period.

A priced list of spare parts recommended for five (5) years operation of the system.

The contractor shall also at the end of the installation provide the certificate of conformity form the CFO
of the City of Colombo for all systems and equipment installed by him.

127
14. IRONMONGERY

(a) All ironmongery for joinery work (Except locks) shall be manufactured shall be of heavy quality
oxidized brass conforming to BS 240.

(b) All locks latches etc. shall be of an approved imported quality (“Union”, “Yale” or equivalent) to
Engineer’s approval.

15. SPECIFICATION FOR WATERPROOFING

Warranty

Insulation, water proofing and tanking shall be applied in accordance with the directions of the
manufacturer of the materials and components, and the complete systems shall be fitted in the
works by experienced specialist crew.

Notwithstanding maintenance requirements for the works, the Contractor shall warrant the Owner
with the assurance of a reputable local insurance company that roofs and tanks shall remain
waterproof, vapour proof and damp-proof in respect of workmanship and materials for a
minimum period of 10 years calculated from the time that the works are certified as substantially
completed.

The form of guarantee offered by the specialist, applicator shall be submitted for the Consultant’s
approval prior to commencement of waterproofing. This guarantee shall in no way indemnify the
Contractor against the improper performance of the waterproofing system.

All structural components that retained or exclude water or any other liquid should be applied
with approved water proofing material. Roof slab should be water proofed and insulated by an
agent approved by the Consultant.

Provision of Standards, Code of Practice

A full set of all standards, codes of practice and other publications listed in the Contract or those
approved alternatives, shall be provided by the Contractor for the exclusive use of the Engineer
within 60 days after the commencement date.

As an alternative, licensed access to the relevant publishers’ websites, allowing access for the
Engineer to download copies as necessary, any be arranged.

Applicable Standards and Codes of Practice

Standards and other codes and publications relevant to this section include:

BS 5228: Noise control on construction sites.

Part I Basic information and procedures for noise control

BS 5606 Accuracy in building

128
Hydraulic design and water treatment shall comply to the following specification /guidance
note;

 BS EN 15288-1 and BS EN 15288-2


 Sport England swimming pool guidance note
 PW TAG Technical note
 Swimming starting block-08 nos
 Black stroke flags
 Depth of water 1.2m(300mm free board)
 Vertical access ladders -06 nos
 Lane making rope -08 nos
 Skim gutter of same tile quality.
 Tile –pale blue /light blue
 Under water lighting not less than 20 nos of adequate illumination.
 The lane marking in the tiled floor should be provided in a colour that contrasts
with the floor of the pool.
 Score board
 Public address system
 Pool Re-circulation pump -3 nos
 Sand filters -2nos
 Adequate illumination for the day and night operation.
Performance Specification
 Surface water should be removed from a skim gutter
 Inlet and outlet grilles and cover should be design in accordance with BS EN13451 part 1,3
 Pool outlets should be tested for
 Compliance to BS EN 1342-3 and for hair entrapment as per Annex D

Filters –should be medium rate filters with facility for back washing.
 Pool cleaning equipment
 Pool water testing equipment.

129
ScheduleC1–Price Schedule
(enclose all price schedules in envelope marked,“Envelope2–Financial Proposal”)
Activity1:Preliminaries
Appended below is only a guideline of activities expected .Any addition or variation, bidder
thinks as necessary, shall be forwarded in a separate sheet in the same format.
Amount
Item No: Sub-activity description

1.1 Allow for clearing site including removal of trees below


6”girth, bushes hedges, grass etc. and clear away debris
from the site, and remove top vegetable soil.

1.2 Removal of coconut trees at site affecting to building area,


including removal of roots and disposal away from site as
directed

1.3 Allow for construction and maintain temporary access


roads with in and around the site.
1.4 Allow for Providing of temporary air conditioned site
office for the Engineer’s staff.(Minimum6mx3m)

1.5 Allow for supplying and maintaining a Laptop computer


for Engineer’s office with internet and e- mail facilities.

1.6 Allow for providing temporary sanitary facilities at the site


for the Contractor's and Engineer's staff.

1.7 Allow for providing temporary site office for


contractor's staff as applicable.

1.8 Allow for providing temporary storage facilities

(within the site and outside)as applicable.


1.9 Allow for usage of electricity for the work and
temporary connection.

1.10 Allow for supplying temporary water connection for


construction work and drinking purpose

1.11 Allow for necessary lighting and Watchmen for the site.

1.12 Allow for making temporary fence for the construction area.

1.13 Allow for providing Workmen's compensation


insurance.

130
1.14 Allow for providing Contractors All Risk insurance policy
including riots and civil commotion, third party liability,
cross liability, and loss or damage to the works.

1.15 Allow sum for Insurance cover for injuries and damages to
Engineer’s personnel

1.16 Allow for the Supplying & fixing of name board of approx.
Size 1200 x 2400mm in digital print of 3D fixed it on to a
4mm Alucobnd sheet erected of a height of 10” with
galvanize frame work .

1.17 Allow sum for setting out works

1.18 Allow sum for security services for protecting safe guarding
the work, materials and planning against trespass or theft
until hand over the site

1.19 Allow sum for conducting 4 bore holes with SPT tests for
foundation at selected four locations shown by the Engineer
and submitting the results with a recommendation from a
Geotechnical Engineer within 7 days of mobilizing to site.

1.20 Allow sum for supplying of specimens & samples of


materials & carrying out test as per specification.

1.21 Allow sum for providing Performance Guarantee as per the


conditions of contract.

1.22 Allow sum for providing Advance Payment gurantee

1.23 Allow for sum for Contractor’s Resident Managerial and


Technical staff comprising(for the 270days contract period )

(a) Civil Engineer with 5 years’


experience-1
(b) Technical officer of NVQ5 level with 5
years’ experience (Civil)
(c) Technical officer of NVQ5 level with 5
years’ experience (MEP)

1.24 Allow sum for provision of As-Built Drawings, monthly


progress report, photographs and etc..

Total for Activity 1 carried to Final summary

Total for Activity 1 carried to Final summary

131
ScheduleC1–PriceSchedule
(encloseallpriceschedulesinenvelopemarked,“Envelope2–FinancialProposal”)
Activity2: Design

ItemNo: Description Amount

2.1 Survey and Investigation


2.2 Design of main pool(Architectural
structural MEP)
2.3 Design of Changing room, Toilet Blocks

2.4 Design of Landscaping work

2.5 Design of Finishes

Bidder shall specify any other items not


listed above, but required for the
successful completion/execution of the
work.

Total for Activity2 carried to Final summary

132
Schedule C1–Price Schedule
(encloseallpriceschedulesinenvelopemarked,“Envelope2–FinancialProposal”)

Activity3:Construction work
(Changing rooms with Sanitary facilities )

ItemNo: Sub-activity description Amount in Rupees

3.1 Excavation and Earth Work

3.2 Concrete Works

3.3 Masonry Works

3.4 Steel Structure

3.5 Aluminium work

3.6 FinishingWorks

3.7 PaintingWorks

3.8 Sanitary Fittings & Plumbing works

3.9 Electrical Installations

Bidder shall specify any other items not listed above, but
required for the execution of the work.

Total for Activity 3 Carried to Final Summary

133
ScheduleC1–PriceSchedule
(encloseallpriceschedulesinenvelopemarked,“Envelope2–
FinancialProposal”)
Activity4:Construction work (Pool construction
main pool )

Item No: Sub - activity description Amount


4.1 Excavation & Earth work

4.2 Reinforcements

Grade 35 A Ready mix Concrete for the main


4.3 pool

4.4 Form Work

Other concrete work sub-structure, super


4.5 structure

4.6 Tilling for pool

4.7 Floor tilling to rest of the area

4.8 stainless steel vertical ladders 6 NOS

4.9 water proofing the pool

4.10 Installation of pumps

4.11 Installation of sand filters and other equipments

4.12 Zn- Al roofing

4.13 Masonary Works

4.15 Interlocking paving

4.16 supply and fixing sanitary accessories and plumbing work

4.17 Supply and Installation of scum gutter

Any Other Sub - activity ( bidder to include)


Laying sewerage line concrete septic tank and sokage pits etc.

Electrical Installation including panel board

Pool Equipment

Total for Activities 4 carried to summary

134
Schedule C2 – Price Schedule

(Enclose this schedule in envelope marked, "Envelope 2 – Financial Proposal")

Sheet .... of.........................

Day works

Item No: Description Unit Qty Rate Amount

Material

D.1 Cement bags 20

D.2 Sand Cube 2

D.3 Aggregate (20mm) Cube 2

D.4 Reinforcement(Entire ton 0.5


diameter)

D.5 PVC pipe Lm 100

D.6 Rubble Cube 1

Labour

D.7 skilled labour hrs 50

D.8 Unskilled labour hrs 100

Machinery

D.9 Excavator-D3 hrs 10

D.10 Concrete mixture hrs 10

D.11 Tractor tailer hrs 10

135
ScheduleC3–PriceSchedule
(encloseallpriceschedulesinenvelopemarked,“Envelope2–FinancialProposal”)

Provisional Sum
Item No: description Amount in Rupees

4.1 Provisional Sum for external lighting 400,000.00

4.2 Provisional Sum for electricity connection 400,000.00

Total for Provisional Sum Carried to Final Summary 800,000.00

136
ScheduleC4–PriceSchedule
(enclosethisschedulesinenvelopemarked,“Envelope2–FinancialProposal”)

Final Summary
Activity No. Activity description Amount in Rupees
1 Preliminaries C1-Activity 1(Summary)
2 Design C1-Activity 2(Summary)
3 Construction C1 -Activity 3(Summary)
4 Construction C1 -Activity 4(Summary)
5 Total Amount

6 Discounts(if any)

7 Total Amount after deduction discount

8 Allow for the provisional Sum-Schedule C3 800,000.00


9 Add VAT (15%)

Total(With VAT) (7+8+9)

Grand Total (without VAT) in wards Rs.……………………………………………….

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

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

I/We agree to abide by the Conditions of the bid .

Date: ……………………………………

Signature of Bidder

Full Name and Address of the Person who authorized the Bid:

………………………………………………………………………………………………………

…………………………………………………………………………………………………

Witnesses (1)………………………….. (2)………………………………..


Signature Signature

Name &Address:………………………… ……………………………

………………………… ……………………………

………………………… ……………………………

Date:…………………. Date:……………………..

137
(1).Please indicate your VAT No. in case if you are a VAT payer.(…………………………………..)

(2).If you are not a VAT payer please attach a letter from the Commissioner of Inland Revenue,

Certifying that the company has not be unregistered for VAT.

138

Вам также может понравиться