You are on page 1of 749

TENDER DOCUMENTS

FOR

WATER SUPPLY AND SANITATION ADRIATIC COAST V1


KOTOR AND TIVAT

December 2015

ESSEN, GERMANY
 
WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR

TENDER CONTENT

VOLUME I INSTRUCTIONS TO TENDERERS


SECTION 1.1: Instructions to Tenderers
SECTION 1.2: Tender Data Sheet
SECTION 1.3: Evaluation of Tenders
SECTION 1.4: Tender Forms
SECTION 1.5: Post Qualification Procedure

VOLUME II CONDITIONS OF CONTRACT


SECTION 2.1 - Form of Contract Agreement
SECTION 2.2 - General Conditions Of Contract
SECTION 2.3 - Particular Conditions Of Contract
SECTION 2.4 - Appendix to Tender
SECTION 2.5 - Form of Advance Payment Guarantee
SECTION 2.6 - Form of Performance Security

VOLUME III – TECHNICAL SPECIFICATIONS


SECTION 3.1 Employer’s Requirements
SECTION 3.2 Civil Works Specifications
SECTION 3.3 Mechanical Works Specifications
SECTION 3.4 Electrical Works Specifications

VOLUME IV – SCHEDULES
SECTION 4.1 General Delivery Schedules
SECTION 4.2 Bill of Quantities (with preamble)

VOLUME V – TENDER DRAWINGS AND CALCULATIONS

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
 
WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT

TENDER DOCUMENTS

VOLUME I: INSTRUCTION TO TENDERERS

December 2015

ESSEN, GERMANY
 
WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

VOLUME I

SECTION 1.1:
INSTRUCTIONS TO TENDERERS

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 1


 
WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

This section specifies the procedures to be followed by Tenderers in the preparation and submission of
their Tender. Information is also provided on the submission, opening, and evaluation of Tenders and on
the award of contract.

Table of Content

A.  General 4 
1  Scope of Tender 4 
2  Source of Funds 4 
3  Corrupt Practices 5 
4  Eligible / Ineligible Tenderers 5 
5  Eligible Materials, Equipment and Services 7 
5-a  Labour Law 7 
5-b  Law 7 
B.  Contents of Tender Document 8 
6  Sections of Tender Document 8 
7  Clarification of Tender Document, Site Visit, Pre-Tender Meeting 9 
8  Amendment of Tender Document 10 
C.  Preparation of Tenders 11 
9  Cost of Tender 11 
10  Language of Tender 11 
11  Documents Comprising the Tender 11 
12  Form of Tender, and Schedules 13 
13  Alternative Tenders 13 
14  Tender Prices and Discounts 14 
15  Currencies of Tender and Payment 14 
16  Documents Comprising the Technical Proposal 14 
17  Documents Establishing the Qualifications of the Tenderer 15 
18  Period of Validity of Tenders 15 
19  Tender Security 15 
20  Format and Signing of Tender 16 
D.  Submission and Opening of Tenders 17 
21  Sealing and Marking of Tenders 17 
22  Deadline for Submission of Tenders 17 
23  Late Tenders 17 
24  Withdrawal of Tenders 18 
25  Tender Opening 18 
E.  Evaluation and Comparison of Tenders 19 
26  Confidentiality 19 
27  Clarification of Tenders 19 
28  Deviations, Reservations, and Omissions 19 

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 2


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

29  Determination of Responsiveness 20 


30  Nonconformities, Errors, and Omissions 20 
31  Correction of Arithmetical Errors 21 
32  Conversion to Single Currency 21 
33  Margin of Preference 21 
34  Evaluation of Tenders 21 
35  Comparison of Tenders 22 
36  Qualification of the Tenderer 22 
37  Employer’s Right to Accept Any Tender, and to Reject Any or All Tenders 23 
F.  Award of Contract 23 
38  Award Criteria 23 
39  Notification of Award 23 
40  Signing of Contract 23 
41  Performance Security 24 
42  Advance Payment 24 
43  Reimbursements, Guarantees or Similar Claimable Payments 24 
44  Special Implementation Agreement 24 

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 3


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

A. General
1 Scope of Tender
1.1 In connection with the Invitation for Tenderers, the Employer, as
indicated in the TDS, issues this Tender Document for the
procurement of Works as specified in Volume III (Employer’s
Requirements), Volume IV (Schedules) and Volume V (Tender
Drawings). The name and number of contracts of the International
Competitive Tendering (ICT) are provided in the TDS.

1.2 Throughout these Tender Document:


a) the term “in writing” means communicated in written form and
delivered against receipt;
b) except where the context requires otherwise, words indicating the
singular also include the plural and words indicating the plural also
include the singular; and
c) “day” means calendar day.
The tendering process will be governed by the “Guidelines for the
Procurement of Supply and Work Contracts under Financial
Cooperation with Developing Countries” published by the KfW
Development Bank, Germany, which can be downloaded from the
following web-site:
https://www.kfw-entwicklungsbank.de/Download-Center/PDF-Dokumente-
Richtlinien/Vergabe-E.pdf

2 Source of Funds
2.1 The Municipality of Tivat and the Municipality of Kotor have received
financing (hereinafter called “funds”) from the KfW Development
bank, Germany (hereinafter called “the KfW”) via on-lending through
the Ministry of Finance of the Republic of Montenegro (hereinafter
called MoF) towards the cost of the project named in the TDS.
Municipalities intend to apply a portion of the funds to eligible
payments under the contracts resulting from the bidding for which
this qualification is conducted (hereinafter called “the Contract”).
Remaining funding will be provided by the Municipalities of Tivat and
Kotor through their own contribution.
Disbursement of funds will be as follows:
a) Funds from the loan (KfW)
b) Municipality’s Own Contribution

2.2 Project Executing Agency (PEA) for the “doo Vodovod i Kanalizacija
Tivat” in Tivat and “Vodovod i Kanalizacija Kotor doo” in Kotor is
Vodacom. Payments will be made through Vodacom, the Joint
Service and Coordination Company for Water and Waste Water
Service for the Montenegrin Coast and the Municipality of Cetinje on
behalf of KfW, only at the request of the “doo Vodovod i Kanalizacija
Tivat” and “Vodovod i Kanalizacija Kotor doo” (hereinafter called the
Employer) in accordance with the terms and conditions of the
Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 4


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

separate agreement between Vodacom and KfW and MoF, and will
be subject in all respects to the terms and conditions of the Loan
Agreement between KfW and the MoF of Montenegro.

3 Corrupt
Practices 3.1 The Municipalities of Tivat and Kotor including the beneficiary of KfW
financed activity, as well as tenderers, suppliers, and contractors
under KfW-financed contracts, shall observe the highest standard of
ethics during the procurement and execution of such contracts. In
pursuance of this requirement, the contracting agency and the KfW
a) defines, for the purposes of this provision, the terms set forth below
as follows:
i) “corrupt practice” means the offering, giving receiving, or
soliciting, directly or indirectly, of anything of value to influence
the action of any party in the procurement process or the
execution of a contract;
ii) “fraudulent practice” means a misrepresentation or omission of
facts in order to influence a procurement process or the
execution of a contract;
iii) “collusive practices” means a scheme or arrangement between
two or more tenderers, with or without the knowledge of the
Borrower, designed to influence the action of any party in a
procurement process or the execution of a contract;
iv) “coercive practices” means harming or threatening to harm,
directly or indirectly, persons, or their property to influence their
participation in a procurement process, or affect the execution
of a contract;
b) will reject a proposal for award if it determines that the tenderer
recommended for award has, directly or through an agent, engaged
in corrupt, fraudulent, collusive, or coercive practices in competing
for the Contract; and
c) will sanction a party or its successor, including declaring ineligible,
either indefinitely or for a stated period of time, to participate in KfW-
financed activities if it at any time determines that the firm has,
directly or through an agent, engaged in corrupt, fraudulent,
collusive, or coercive practices in competing for, or in executing, an
KfW-financed contract.

4 Eligible /
Ineligible 4.1 A Tenderer shall be a private or government-owned legal entity,
Tenderers subject to the Instruction to Tenderers (ITT) Sub-Clause 4.6, or any
combination of them with a formal intent to enter into an agreement
or under an existing agreement in the form of a Joint Venture (JV). In
the case of a JV,
a) all members to the JV shall be jointly and severally liable; and
b) a JV shall nominate a representative who shall have the authority to
conduct all business for and on behalf of any and all the members of
the JV during the qualification process and, in the event the JV is
Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 5


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

qualified, during the bidding process, and in the event the JV is


awarded the Contract, during contract execution.
c) one of the member shall be named as the leading member.

4.2 There are no restrictions regarding the Tenderer’s country of


domicile. The Tenderer shall however be constituted, incorporated,
or registered and shall operate in conformity with the provisions of
the laws of his country of domicile. Domestic companies or legal
persons may also apply if they;
a) have been registered in Montenegro as Contractor for any works
similar to those which are subject of this procurement.
b) have paid taxes, contributions and other public duties.
c) Fulfil the legal requirements to conduct works in question.

4.3 The above requirement shall also apply to the determination of the
nationality of proposed subcontractors or suppliers for any part of the
Contract.

4.4 Ineligible is a Tenderer when there is a conflict of interest in which a


party has interests that could improperly influence that party’s
performance of official duties or responsibilities, contractual
obligations, or compliance with applicable laws and regulations, and
that such conflict of interest may contribute to or constitute a
prohibited practice as described under ITT Clause 3. Consequently
tenderers shall not have a conflict of interest. Tenderers may be
considered to be in a conflict of interest with one or more parties in
this tender process if they, including but not limited to:
a) have controlling shareholders in common; or
b) receive or have received any direct or indirect subsidy from any of
them; or
c) have the same legal representative for purposes of their Application;
or
d) have a relationship with each other, directly or through common third
parties, that puts them in a position to have access to information
about or influence on the Tender of another Tenderer, or influence
the decisions of the Employer regarding this tender process.
A firm that is under a declaration of ineligibility in accordance with ITT
Clause 3, at the date of submission of the application or thereafter, shall
not be considered.

4.5 Tenderers will also be rejected if:


a) their participation is ruled out by sanctions issued by the UN
Security Council
b) they fail to submit the Declaration of Undertaking

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


eligible only if they can establish that they are legally and financially
autonomous, and operate under commercial law, and that they are
Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 6


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

not in any way dependent agencies of the Employer.

4.7 Tenderers shall provide such evidence of their continued eligibility


satisfactory to the Employer, as the Employer shall reasonably
request.
5 Eligible Materials,
Equipment and 5.1 There are no restrictions regarding the country of origin of materials
Services and equipment to be supplied under the Contract and financed by
KfW.

5-a Labour Law


Particular attention is drawn to the conditions concerning the
employment of labour in Montenegro and the obligation to comply
with all regulations, rules or instructions concerning the conditions of
employment of any class of employee
5-b Law
By submitting their tenders, tenderers are deemed to know all
relevant laws, acts and regulations of Montenegro that may in any
way affect or govern the operations and activities covered by the
tender and the resulting contracts
They must, in particular, comply with Montenegrin employment,
planning, construction permits, environmental and construction
safety regulations, as well as with the Territorial Development Act,
the Regulations based on it and relevant technical norms, regulations
and standards

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 7


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

B. Contents of Tender Document


6 Sections of
Tender Document 6.1 The Tender Document consist of Volumes I, II, III, IV and V, which
include all the Sections indicated below, and should be read in
conjunction with any Addenda issued in accordance with ITT 8. The
Tender Drawings with other content of Volume V will be submitted on
CD, not as Print Out.
Volume I Instructions to Tenderers
Section 1.1 - Instructions to Tenderers (ITT)
Section 1.2 - Tender Data Sheet (TDS)
Section 1.3 - Evaluation of Tenders
Section 1.4 - Tender Forms (TDF)
Section 1.5 – Post-Qualification Procedure

Volume II Conditions of Contract


Section 2.1 – Form of Contract Agreements
Section 2.2 – General Conditions of Contracts
Section 2.3 – Particular Conditions of Contracts
Section 2.4 – Appendix to Tender
Section 2.5 – Form of Advanced Payment Guarantees
Section 2.6 – Form of Performance Securities
Section 2.7 – Form of Employer’s Guarantee

Volume III Technical Specification


Section 3.1 – Employer’s Requirements
Section 3.2 – Specifications Civil works
Section 3.3 – Specifications Mechanical Works
Section 3.4 - Specifications Electrical Works
Volume IV Schedules
Section 4.1 – General Delivery Schedules
Section 4.2 – Bill of Quantity (BOQ)
Volume V Structural Analysis, Tender Drawings,

6.2 The Invitation for Tenderers issued by the Employer is not part of the
Tender Document.

6.3 The Employer is not responsible for the completeness of the Tender
Document and their Addenda, if they were not obtained directly from
the source stated by the Employer in the Invitation for Tenderers.

6.4 The Tenderer is expected to examine all instructions, forms, terms,

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 8


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

and specifications in the Tender Document. Failure to furnish all


information or documentation required by the Tender Document may
result in the rejection of the tender.
7 Clarification of
Tender 7.1 A prospective Tenderer requiring any clarification of the Tender
Document, Site Document shall contact the Project Executing Agency (PEA) (acting
Visit, Pre-Tender on behalf of the Employer) in writing at the PEA address indicated in
Meeting the TDS or raise his inquiries during the pre-tender meeting if
provided for in accordance with ITT 7.3. The PEA will respond in
writing to any request for clarification, provided that such request is
received no later than fourteen (14) days prior to the deadline for
submission of bids. . The PEA shall forward copies of its response to
all Tenderers who have acquired the Tender Document in
accordance with ITT 6.3, including a description of the inquiry but
without identifying its source. Should the PEA deem it necessary to
amend the Tender Document as a result of a request for clarification,
it shall do so following the procedure under ITT 8 and ITT 22.2.

7.2 The Tenderer is obliged to visit and inspect the Site of the works and
its surroundings for the purpose of assessing, at his own
responsibility, expense and risk, factors necessary for the preparation
of his tender and the signing of the contract for the works.

7.3 A clarification meeting and a site visit will be held by the PEA on
behalf of the Employer on:

date and time are specified in TDS

at: Vodacom doo Tivat - Meeting Room


Luke Tomanovića, br 2
85320 Tivat
contact: Ms Bojana Ječmenica
(Project Manager – Vodacom)
Tel: +382 (0)32-672-779
Fax: +382 (0)32-672-782

All Tenderers must confirm in writing (e.g. by fax correspondence)


their participation.
All questions and answers raised will be recorded in the official
minutes and circulated to all who purchased the Tender Documents.

7.4 All Tenderers must confirm in writing within three days that they have
received minutes of the clarification meeting and the site visit.

7.5 The Tenderer and any of its personnel or agents will be granted
permission by the Employer to enter upon its premises and lands for
the purpose of such visit, but only upon the express condition that the
Tenderer, its personnel, and agents will release and indemnify the
Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 9


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

Employer and its personnel and agents from and against all liability in
respect thereof, and will be responsible for death or personal injury,
loss of or damage to property, and any other loss, damage, costs,
and expenses incurred as a result of the inspection.

7.6 The Tenderer is requested, as far as possible, to submit any


questions in writing, to reach the PEA not later than one week before
the meeting.

7.7 Any modification to the Tender Document that may become


necessary as a result of the pre-tender meeting shall be made by the
Employer exclusively through the issue of an addendum pursuant to
ITT 8 and not through the minutes of the pre-tender meeting.
8 Amendment of
Tender Document 8.1 At any time prior to the deadline for submission of tenders, the
Employer may amend the Tender Document by issuing addenda.

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

8.3 To give prospective Tenderers reasonable time in which to take an


addendum into account in preparing their tenders, the Employer may,
at its discretion, extend the deadline for the submission of tenders,
pursuant to ITT 22.2

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 10


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

C. Preparation of Tenders
9 Cost of Tender
9.1 The Tenderer shall bear all costs associated with the preparation and
submission of its Tender, and the Employer shall not be responsible
or liable for those costs, regardless of the conduct or outcome of the
Tender process.
10 Language of
Tender 10.1 The Tender, as well as all correspondence and documents relating to
the tender exchanged by the Tenderer and the Employer, shall be
written in the language specified in the TDS. Supporting documents
and printed literature that are part of the Tender may be in another
language provided they are accompanied by an accurate translation
of the relevant passages in the language specified in the TDS, in
which case, for purposes of interpretation of the Tender, such
translation shall govern.
11 Documents
Comprising the 11.1 The Tender shall comprise the following:
Tender a) Form of Tender; in accordance with ITT 12
b) completed schedules as required, including priced Bill of Quantities,
in accordance with ITT 12 and 14;
c) Tender Security, in accordance with ITT 19;
d) alternative tenders, if permissible, in accordance with ITT 13;
e) written confirmation authorizing the signatory of the Tender to
commit the Tenderer, in accordance with ITT 20.2;
f) documentary evidence in accordance with ITT 17 establishing the
Tenderer’s qualifications to perform the contracts if its Tender is
accepted;
g) Technical Proposal in accordance with ITT 16;
h) any other document required in the TDS.

11.2 In addition to the requirements under ITT 11.1, tenders submitted by


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

11.3 The tendering procedure includes a pre-selection of eligible


contractors in form of a post-qualification. The purpose of the post-
qualification is to obtain experienced and qualified contractors, being
able to carry out the construction, completion and commissioning of
the Project.
The data to be submitted in the contractor’s post-qualification
document are specified in detail in Volume 1 - Section 1.5 “Post-
Qualification Procedure”.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 11


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

The tenderer shall submit their post-qualification document (refer to


Volume I Section 1.5) in a separate envelope with their tender. The
envelope containing the post-qualification documents will be opened
first during the tender opening procedure and will be evaluated first.
Only technical and financial offers of those tenderers having met the
minimum post-qualification criteria will be considered for further
evaluation.
11.4 The sealed main envelope/package shall contain three separate
envelopes marked:

Envelope I – Post-qualification documents


Envelope II – Technical Offer
Envelope III – Financial Offer

It is mandatory that a) the Post qualification document, b) the


technical proposal and c) the price bid are placed in separate and
sealed envelopes. No financial information whatsoever must be
submitted in the Envelopes I and II, i. e. it is compulsory to
include the Tender Form and the completed Bill of Quantity into
Envelope III. Non-compliance will lead to immediate
disqualification.

Envelope I containing the Post-qualification documents will be


opened first and will be evaluated.
Envelope II containing the Technical Offer will be opened only for the
Tenderers who have passed the Post-qualification.
Envelope III containing the financial offer will only then be opened for
those tenderers who have submitted a complete offer and who have
qualified through the evaluation of their technical offers

The Tender must comprise the following duly completed documents


and all relevant pages of the documents specified must be signed.

Envelope I:
- Tender Security, in the form provided in Volume 1, Section 1.4;
and issued by a bank acceptable to the Employer and KfW
- Post qualification documentation as per Volume 1, Section 1.5;
- Declaration of Undertaking
- Power of Attorney

Envelope II:
- Appendix to Tender in accordance with the forms provided in
Volume II, Section 2.4
- Current Contract Commitments / Works in Progress
- Financial Resources
- Declaration on Employer’s Design
Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 12


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

- Proposed Key Personnel


- Experience of Proposed Key Personnel
- Overview of Tenderer’s available Personnel and Personnel for the
Contract
- Overview of Equipment Proposed for this Contract
- Details of Equipment Proposed for this Contract
- List of Materials and Supplies
- Information on intended Sub-Contracts
- Method Statement and Construction Schedule
- Contractor’s Proposal
- Pending Litigation
- Quality Control/Assurance System

Envelope III:
- Tender Form
- Breakdown of the overall prices, in the form provided in Volume IV
and as digital .xls-format
- Expected Cash Flow
- Information on Daywork Items .
12 Form of Tender,
and Schedules 12.1 The Form of Tender and Schedules, including the Bill of Quantities,
shall be prepared using the relevant forms furnished in Section 1.4
(Tender Forms) and Volume IV (Schedules). The forms must be
completed without any alterations to the text, and no substitutes shall
be accepted unless otherwise stated in Section 1.4. All blank spaces
shall be filled in with the information requested. The Tender Forms
and the BOQ will also be submitted on CD attached to the tender
document.
12.2 Where the forms in Volume IV ask for a “manufacturer”, the Tenderer
shall clearly state one manufacturer. This manufacturer shall be
binding for the contract and only changed in exceptional cases and
with the written approval of the Engineer.
13 Alternative
Tenders 13.1 Unless otherwise indicated in the TDS, alternative tenders shall not
be considered.

13.2 When alternative times for completion are explicitly invited, a


statement to that effect will be included in the TDS, as will the
method of evaluating different times for completion.

13.3 Except as provided under ITT 13.4 below, Tenderers wishing to offer
technical alternatives to the requirements of the Tender Document
must first price the Employer’s design as described in the Tender
Document and shall further provide all information necessary for a
complete evaluation of the alternative by the Employer, including
drawings, design calculations, technical specifications, breakdown of
prices, and proposed construction methodology and other relevant
details. Only the technical alternatives, if any, of the lowest evaluated
Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 13


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

Tenderer conforming to the basic technical requirements (as


requested under Tender dossier) shall be considered by the
Employer for eventual further evaluation.

13.4 When specified in the TDS, Tenderers are permitted to submit


alternative technical solutions for specified parts of the Works. Such
parts will be identified in the TDS and described in Volume III,
Section 3.1 (Employer’s Requirements).
14 Tender Prices
and Discounts 14.1 The prices and discounts quoted by the Tenderer in the Form of
Tender and in the Bill of Quantities shall conform to the requirements
specified below.

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

14.3 The price to be quoted in the Form of Tender, in accordance with ITT
12.1, shall be the total price of the Tender, excluding any discounts
offered.

14.4 The Tenderer shall quote any discounts and the methodology for
their application in the Form of Tender, in accordance with ITT 12.1.
Any discount offered elsewhere in the Tender will not be taken into
consideration.

14.5 Unless otherwise provided in the TDS and the Contract, the rates
and prices quoted by the Tenderer are subject to adjustment during
the performance of the Contract in accordance with the provisions of
the Conditions of Contract. In such a case, the Tenderer shall furnish
the indices and weightings for the price adjustment formulae in the
Tables of Adjustment Data included in Section 1.4 (Tender Forms)
and the Employer may require the Tenderer to justify its proposed
indices and weightings.

14.6 All duties, taxes, and other levies payable by the Contractor under
the Contract, or for any other cause, as of the date 28 days prior to
the deadline for submission of tenders, shall be included in the rates
and prices and the total Tender Price submitted by the Tenderer.
15 Currencies of
Tender and 15.1 The unit rates and the prices shall be quoted by the Tenderer entirely
Payment in the currency specified in the TDS.
16 Documents
Comprising the 16.1 The Tenderer shall furnish a Technical Proposal including a
Technical statement of work methods, equipment, personnel, schedule and any
Proposal other information as stipulated in Section 1.4 (Tender Forms), in
sufficient detail to demonstrate the adequacy of the Tenderers’

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 14


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

proposal to meet the work requirements and the completion time.


17 Documents
Establishing the 17.1 To establish its qualifications to perform the Contract in accordance
Qualifications of with Section 1.3 (Evaluation of Tenders) the Tenderer shall provide
the Tenderer the information requested in the corresponding information sheets
included in Volume I - Section 1.4 (Tender Forms).
18 Period of Validity
of Tenders 18.1 Tenders shall remain valid for the period specified in the TDS after
the tender submission deadline date prescribed by the Employer. A
tender valid for a shorter period shall be rejected by the Employer as
non responsive.

18.2 In exceptional circumstances, prior to the expiration of the tender


validity period, the Employer may request Tenderers to extend the
period of validity of their tenders. The request and the responses
shall be made in writing. If tender securities are requested in
accordance with ITT 19, it shall also be extended twenty-eight (28)
days beyond the deadline of the extended validity period. A Tenderer
may refuse the request without forfeiting its tender securities. A Tenderer
granting the request shall not be required or permitted to modify its
tender.

18.3 The successful Tenderer must maintain his Tender for a further
period from a date of notification of award as may be required by the
Employer to cover the period until both Contracts are signed.
19 Tender Security
19.1 The Tenderer shall furnish as part of its tender, in original form,
tender securities as specified in the TDS. The amount shall be as
specified in the TDS.

19.2 The tender security shall be in the following form if not otherwise
stated in the TDS:
• an unconditional bank guarantee;
from a reputable bank from an eligible country. Both tender securities
shall be submitted using the Tender Security Form included in
Section 1.4 (Tender Forms). Each tender security shall be valid for
twenty-eight days (28) beyond the original validity period of the
tender, or beyond any period of extension if requested under ITT
18.2.

19.3 Any tender not accompanied by an enforceable and compliant tender


security, if one is required in accordance with ITT 19.1, shall be
rejected by the Employer as nonresponsive.

19.4 Tender securities of unsuccessful Tenderers shall be returned as


promptly as possible upon the successful Tenderer’s furnishing of the
performance securities pursuant to ITT 41.

19.5 The tender security of the successful Tenderer shall be returned as


Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 15


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

promptly as possible once the successful Tenderer has signed the


Contract and furnished the required performance security.

19.6 The tender security may be forfeited:


if a Tenderer withdraws its tender during the period of tender validity
specified by the Tenderer on the Form of Tender, except as provided
in ITT 18.2 or
if the successful Tenderer fails to:
• sign both Contracts in accordance with ITT 40;
• furnish any of required performance securities in accordance with
ITT 41;
• accept the correction of its Tender Price pursuant to ITT 31.2;

19.7 The Tender Security of a JV shall be in the name of the JV that


submits the tender or in the name of the leading member as named
in the letter of intent mentioned in ITT 4.1.

20 Format and
Signing of Tender 20.1 The Tenderer shall prepare one original of the documents comprising
the tender as described in ITT 11 and clearly mark it “ORIGINAL”.
Alternative tenders, if permitted in accordance with ITT 13, shall be
clearly marked “ALTERNATIVE”. In addition, the Tenderer shall
submit copies of the tender, in the number specified in the TDS and
clearly mark them “COPY.” In the event of any discrepancy between
the original and the copies, the original shall prevail.

20.2 The original and all copies of the tender shall be typed or written in
indelible ink and shall be signed by a person duly authorized to sign
on behalf of the Tenderer. This authorization shall consist of a written
confirmation as specified in the TDS and shall be attached to the
tender. The name and position held by each person signing the
authorization must be typed or printed below the signature. All pages
of the tender, except for printed literature, shall be signed or initialled
by the person signing the tender. All pages of the tender shall have a
consecutive numbering.

20.3 Any interlineations, erasures, or overwriting shall be valid only if they


are signed or initialled by the person signing the tender.

20.4 Submissions shall include the name, position, address, telephone


number and fax number of a person who may be contacted for
further information, if required, with regard to general and technical
information, financial information and the proof of evidence on the
firm’s performance.
All contractors submitting a tender shall provide a single address
(incl. e-mail and fax connection data) to which future correspondence
may be sent.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 16


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

D. Submission and Opening of Tenders


21 Sealing and
Marking of 21.1 The Tenderer shall enclose the original and all copies of the tender,
Tenders including alternative tenders, if permitted in accordance with ITT 13,
in separate sealed envelopes, duly marking the envelopes as
“ORIGINAL”, and “COPY.”
These envelopes containing the original and the copies shall then be
enclosed in one single envelope.

Each “ORIGINAL” and “COPY” envelope is to contain inner


separately sealed envelopes:
Envelope I – Post-qualification documents
Envelope II – Technical Offer
Envelope III – Financial Offer
as per ITT 11.

21.2 The inner and outer envelopes shall:


a) bear the name and address of the Tenderer;
b) be addressed to the Employer in accordance with TDS 22.1;
c) bear the specific identification of this Tender process indicated in the
TDS 1.1; and

d) bear a warning not to open before the time and date for tender
opening.

21.3 If all envelopes are not sealed and marked as required, the Employer
will assume no responsibility for the misplacement or premature
opening of the tender.
22 Deadline for
Submission of 22.1 Tenders must be received by the Employer at the address and no
Tenders later than the date and time indicated in the TDS. When so specified
in the TDS, Tenderers shall have the option of submitting their
tenders electronically. Tenderers submitting tenders electronically
shall follow the electronic tender submission procedures specified in
the TDS.

22.2 The Employer may, at its discretion, extend the deadline for the
submission of tenders by amending the Tender Document in
accordance with ITT 8, in which case all rights and obligations of the
Employer and Tenderers previously subject to the deadline shall
thereafter be subject to the deadline as extended.
23 Late Tenders
23.1 The Employer shall not consider any tender that arrives after the
deadline for submission of tenders, in accordance with ITT 22. Any
tender received by the Employer after the deadline for submission of
Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 17


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

tenders shall be declared late, rejected, and returned unopened to


the Tenderer.
24 Withdrawal of
Tenders 24.1 A Tenderer may withdraw its tender after it has been submitted by
sending a written notice, duly signed by an authorized representative,
and shall include a copy of the authorization in accordance with ITT
20.2, (except that withdrawal notices do not require copies). All
notices must be:
a) prepared and submitted in accordance with ITT 20 and ITT 21
(withdrawal notices do not require copies), and in addition, the
respective envelopes shall be clearly marked “WITHDRAWAL,”
and

b) received by the Employer prior to the deadline prescribed for


submission of tenders, in accordance with ITT 22.

24.2 Tenders requested to be withdrawn in accordance with ITT 24.1 shall


be returned unopened to the Tenderers.

24.3 No tender may be withdrawn in the interval between the deadline for
submission of tenders and the expiration of the period of tender
validity specified by the Tenderer on the Form of Tender or any
extension thereof.
25 Tender Opening
25.1 The Employer shall open the tenders (post-qualification documents
first of all only) in public at the address, date and time specified in the
TDS. During opening of post qualification documents the Tenderer
may depute a representative or duly authorized agent to be present.

25.2 The technical proposals of the post-qualified Bidders (envelope II)


and the financial proposals (envelope III) will be opened at a later
stage.
25.3 At the tender opening the Tenderers’ names, written notification of
modifications and withdrawals, the presence of the requisite tender
security, post-qualification documentation and any other information
the Evaluation Committee may consider appropriate will be
announced.

25.4 The chairman will open the tenders in accordance with ITT 21 and
24.
25.5 First, envelopes marked “WITHDRAWAL” shall be opened and read
out and the envelope with the corresponding tender shall not be
opened, but returned to the Tenderer. No tender withdrawal shall be
permitted unless the corresponding withdrawal notice contains a valid
authorization to request the withdrawal and is read out at tender
opening.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 18


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

25.6 A tender record will be made by PEA. A copy of the record will be
distributed to all Tenderers

E. Evaluation and Comparison of Tenders


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

26.2 Any attempt by a Tenderer to influence the Employer in the


evaluation of the tenders or Contract award decisions may result in
the rejection of its tender.

26.3 Notwithstanding ITT 26.2, from the time of tender opening to the time
of Contract award, if any Tenderer wishes to contact the Employer on
any matter related to the Tender process, it may do so in writing.
27 Clarification of
Tenders 27.1 To assist in the examination, evaluation, and comparison of the
tenders, and qualification of the Tenderers, the Employer may, at its
discretion, ask any Tenderer for a clarification of its tender. Any
clarification submitted by a Tenderer that is not in response to a
request by the Employer shall not be considered. The Employer’s
request for clarification and the response shall be in writing. No
change in the prices or substance of the tender shall be sought,
offered, or permitted, except to confirm the correction of arithmetic
errors discovered by the Employer in the evaluation of the tenders, in
accordance with ITT 31.

27.2 If a Tenderer does not provide clarifications of its tender by the date
and time set in the Employer’s request for clarification, its tender may
be rejected.
28 Deviations,
Reservations, 28.1 During the evaluation of tenders, the following definitions apply:
and Omissions • “Deviation” is a departure from the requirements specified in the
Tender Document;
• “Reservation” is the setting of limiting conditions or withholding
from complete acceptance of the requirements specified in the
Tender Document; and
• “Omission” is the failure to submit part or all of the information or
documentation required in the Tender Document.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 19


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

29 Determination of
Responsiveness 29.1 The Employer’s determination of a tender’s responsiveness is to be
based on the contents of the tender itself, as defined in ITT11.

29.2 A substantially responsive tender is one that meets the requirements


of the Tender Document without material deviation, reservation, or
omission. A material deviation, reservation, or omission is one that,
a) if accepted, would:
i) affect in any substantial way the scope, quality, or performance
of the Works specified in the Contract; or
ii) limit in any substantial way, inconsistent with the Tender
Document, the Employer’s rights or the Tenderer’s obligations
under the proposed Contract; or
b) if rectified, would unfairly affect the competitive position of
other Tenderers presenting substantially responsive tenders.

29.3 The Employer shall examine the technical aspects of the tender
submitted in accordance with ITT 16, Technical Proposal, in
particular, to confirm that all requirements of Volume III - Section 3.1
(Employer’s Requirements) have been met without any material
deviation or reservation.

29.4 If a tender is not substantially responsive to the requirements of the


Tender Document, it shall be rejected by the Employer and may not
subsequently be made responsive by correction of the material
deviation, reservation, or omission.
30 Nonconformities,
Errors, and 30.1 Provided that a tender is substantially responsive, the Employer may
Omissions waive any nonconformities in the tender that do not constitute a
material deviation, reservation or omission.

30.2 Provided that a tender is substantially responsive, the Employer may


request that the Tenderer submit the necessary information or
documentation, within a reasonable period of time, to rectify
nonmaterial nonconformities in the tender related to documentation
requirements. Requesting information or documentation may not lead
to any changes in the contents or price of the bid. Failure of the
Tenderer to comply with the request may result in the rejection of its
tender.

30.3 Provided that a tender is substantially responsive, the Employer shall


rectify arithmetical errors related to the Tender Price calculation.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 20


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

31 Correction of
Arithmetical 31.1 Provided that the tender is substantially responsive, the Employer
Errors shall correct arithmetical errors on the following basis:
a) if there is a discrepancy between the unit price and the total
price that is obtained by multiplying the unit price and quantity,
the unit price shall prevail and the total price shall be corrected,
unless in the opinion of the Employer there is an obvious
misplacement of the decimal point in the unit price compared to
the respective unit price of competitors, in which case the total
price as quoted shall govern and the unit price shall be
corrected;
b) if there is an error in a total corresponding to the addition or
subtraction of subtotals, the subtotals shall prevail and the total
shall be corrected; and
c) if there is a discrepancy between words and figures, the
amount in words shall prevail, unless the amount expressed in
words is related to an arithmetic error, in which case the
amount in figures shall prevail subject to (a) and (b) above.

31.2 If the Tenderer that submitted the lowest evaluated tender does not
accept the correction of errors, its tender shall be disqualified and its
tender security may be forfeited.
32 Conversion to
Single Currency 32.1 Not applicable

33 Margin of
Preference 33.1 Unless otherwise specified in the TDS, a margin of preference shall
not apply.
34 Evaluation of
Tenders 34.1 The Employer shall use the criteria and methodologies listed in this
Clause. No other evaluation criteria or methodologies shall be
permitted.

34.2 In a first evaluation stage the Tenderer have to pass the Post
Qualification. The post-qualification documents have to meet the
minimum requirements as specified in Volume I – Section 1.5.
Tenderers, which do not reach the minimum requirements are
considered to be non responsive and subsequently the Technical and
Financial Offer will not be considered and will be returned unopened
to the Tenderer. Once the post-qualification documents have been
assessed a short list of qualified bidders has to be approved by the
Employer and KfW.

34.3 After passing the Post-Qualification, the technical Offers will be


opened. Opening of the Technical Proposals will be carried out in a
closed meeting by the Evaluation Committee at the date to be
determined. At this stage the Evaluation Committee will check the
completeness of the submittals as per chapter 11 and Volume I –
Section 1.4.
Technical offers which are incomplete and which are lacking of

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 21


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

relevant documents (e.g. tender design documentation, power of


attorney, work programme), will be considered to be non responsive
and subsequently the Financial Offer will not be considered and will
be returned unopened to the Tenderer. The technical offers
considered responsive will be evaluated according to Volume 1,
Section 1.3.

34.4 Following the opening and evaluation of the technical submittals, the
qualified tenderers will be invited at a date and venue to be
announced to the opening of the price proposals.
Unchecked Tender Prices, totals of every tender, any reductions, and
any other particulars the Evaluation Committee considers important
must be announced by the Chairman of the Evaluation Committee at
the opening of the Financial Offers.

34.5 To evaluate a tender, the Employer shall consider the following:

a) the tender price, including the provision, if any, for


contingencies and provisional sums in the Summary Bill of Quantities
but where priced competitively;
b) Optional Items are part of the overall evaluation of the
bids;
c) price adjustment for correction of arithmetic errors in
accordance with ITT 31.1;
d) price adjustment due to discounts offered in accordance with
ITT 14.4;
e) converting the amount resulting from applying (a) to (c) above,
if relevant, to a single currency in accordance with ITT 32;
f) adjustment for nonconformities in accordance with ITT 30.3;
g) application of all the evaluation factors indicated in Volume I -
Section 1.3 (Evaluation of Tenders);

34.6 If the tender, which results in the most favourable tender, is seriously
unbalanced or front loaded in the opinion of the Employer, the
Employer may require the Tenderer to produce detailed price
analyses for any or all items of the Bill of Quantities, to demonstrate
the internal consistency of those prices with the construction methods
and schedule proposed. After evaluation of the price analyses, taking
into consideration the schedule of estimated Contract payments, the
Employer may require that the amount of the performance security
be increased at the expense of the Tenderer to a level sufficient to
protect the Employer against financial loss in the event of default of
the successful Tenderer under the Contract.
35 Comparison of
Tenders 35.1 The Employer shall compare all substantially responsive tenders to
determine the most favourable tender, in accordance with ITT 34.
36 Qualification of
the Tenderer 36.1 The Employer will determine to its satisfaction whether the Tenderer

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 22


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

that is selected as having submitted the most favourable Tender


meets the qualifying criteria specified in Section 1.3 (Evaluation of
Tenders).

36.2 The determination shall be based upon an examination of the


documentary evidence of the Tenderer’s qualifications submitted by
the Tenderer, pursuant to ITT 17.1.
37 Employer’s Right
to Accept Any 37.1 The Employer reserves the right to accept or reject any tender, and
Tender, and to to annul the Tender process and reject all tenders at any time prior to
Reject Any or All contract award, without thereby incurring any liability to Tenderers. In
Tenders case of annulment, all tenders submitted and specifically, tender
securities, shall be promptly returned to the Tenderers.

F. Award of Contract
38 Award Criteria
38.1 The Employer shall award the Contract to the Tenderer whose offer
has been determined to be the most favourable evaluated tender
following the criteria in Volume I - Section 1.3, and is substantially
responsive to the Tender Document, provided further that the
Tenderer is determined to be qualified to perform the Contract
satisfactorily. The award of contract is subject to a positive vote from
KfW.
39 Notification of
Award 39.1 Prior to the expiration of the period of tender validity, the Employer
shall notify the successful Tenderer, in writing, that its tender has
been accepted. The notification letter (hereinafter and in the
Conditions of Contract and Contract Forms called the “Letter of
Acceptance”) shall specify the sum that the Employer will pay the
Contractor in consideration of the execution and completion of the
Works (hereinafter and in the Conditions of Contract and Contract
Forms called “the Contract Price”) and the requirement for the
Contractor to remedy any defects therein as prescribed by the
Contract. If the contracts are awarded to foreign companies, after the
contracts award notification and prior to advance payments, the
company will have to register in Montenegro.

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


award shall constitute a binding Contract.

40 Signing of
Contract 40.1 Promptly after notification, the Employer shall send the successful
Tenderer the Contract Agreements.

40.2 Within twenty-eight (28) days of receipt of the Contract Agreements,


the successful Tenderer shall sign, date, and return it to the

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 23


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

Employer.
41 Performance
Security 41.1 Within twenty-one (21) days of the Contract’ entry into force, the
successful Tenderer shall furnish the performance securities in
accordance with the conditions of contracts, using for that purpose
the Performance Security Forms included in Section 2.6, or another
form acceptable to the Employer.

41.2 Failure of the successful Tenderer to submit any of the above-


mentioned Performance Securities or to sign the Contract Agreement
shall constitute sufficient grounds for the annulment of the award and
forfeiture of the tender security. In that event the Employer may
award the Contract to the next favourable evaluated Tenderer whose
offer is substantially responsive and is determined by the Employer to
be qualified to perform the Contract satisfactorily.
41.3 The above provision shall also apply to the furnishing of a domestic
preference security if so required.
42 Advance
Payment 42.1 The Employer shall make an advance payment based on the
Contract Price as stipulated in the terms of the contract and the
respective clause in the Tender Data.
43 Reimbursements,
Guarantees or 43.1 Reimbursements, guarantees or similar claimable payments and any
Similar Claimable insurance payments shall be made for account of Vodacom to
Payments account No 56 000 000 00 at KfW, Frankfurt am Main (S.W.I.F.T.:
KFWIDEFF; BLZ 500 204 00) with KfW crediting such payments to
the account of the Borrower.
44 Special
Implementation 44.1 After the Contract signing, the Employer or Municipality on behalf of
Agreement
the Employer shall provide a bank guarantee to the Contractor or a
proof of deposited funds in order to secure the financing of the
mandatory works up to the last period of contract execution.
In case of bank guarantee, guarantee shall be issued for the part of
mandatory works which are financed from municipal own contribution
funds. Bank Guarantee shall be issued for period in which
disbursement of municipality’s own contribution is foreseen and in
accordance with Cash Flow provided by the Contractor. Bank
Guarantee shall be deposited at KfW headquarter in Frankfurt.
44.2 An addendum shall be signed for optional works, so that the options
will be contracted before the actual implementation. After the
addendum signing, the Employer or Municipality on behalf of the
Employer shall provide a bank guarantee to the Contractor or a proof
of deposited funds in order to secure the financing of the optional
works up to the last period of contract execution.
In case of bank guarantee, guarantee shall be issued for the part of
optional works which are financed from municipal own contribution
funds. Bank Guarantee shall be issued for period in which

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 24


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

disbursement of municipality’s own contribution is foreseen and in


accordance with Cash Flow provided by the Contractor. Bank
Guarantee shall be deposited at KfW headquarter in Frankfurt.
44.3 Prior to the eventual activation of the Bank Guarantees issued by the
Employer/ Municipality to Contractor, KfW has to give its approval.
This limiting condition is also to be stated in the both Guarantee
Forms.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 25


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

VOLUME I

SECTION 1.2:
TENDER DATA SHEET

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 26


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

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

A. Introduction

ITT 1.1 The Employer is:


LOT1 – Mandatory and optional Works
„D.O.O. Vodovod i kanalizacija Tivat“
II Dalmatinske A8
85320 Tivat

LOT2 – Mandatory and optional Works


"Vodovod i kanalizacija Kotor d.o.o.“
Škaljari, bb (zgrada Obnove)
85330 Kotor

Both „D.O.O. Vodovod i kanalizacija Tivat“ and " Vodovod i kanalizacija Kotor
d.o.o.“ receive support through Vodacom (the PEA), the “Joint Service and
Coordination Company for Water and Waste Water Service for the Montenegrin
Coast and the Municipality of Cetinje.

ITT 1.1 The identification number of the ICT is: RB-TV/KO-V1

ITT 2.1 The name of the Project is: “Water Supply And Sanitation Adriatic Coast V1 –
Tivat and Kotor”

B. Tender Documents

ITT 7.1 For clarification purposes only, the PEA address is:
Attention: Vodacom, Mrs Bojana Ječmenica
Number and Street: Luke Tomanovića, br. 2
City Tivat, Montenegro
ZIP Code: 85320
Country: Montenegro
Facsimile number: +382 (0)32 672 782
Electronic mail address: vodacom@t-com.me, bojana.gobovic@vodacom.co.me
Requests for clarification should be directed to the PEA exclusively by e-mail (to
both e-mail addresses above) and will be replied by e-mail.

ITT 7.4 A Pre-tender meeting will take place on the 12.01.2016 at 10:00 am
(Vodacom’s meeting room).
A site visit conducted by the PEA and Employer will be organized on the same
day

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 27


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

C. Preparation of Tender

ITT 10.1 The language of the tender is: English

ITT 11.1 h) The Tenderer shall submit with its application the following additional documents:
a) KfW Form for “Declaration of Undertaking”

ITT 13.1 Alternative tenders shall not be permitted.

ITT 13.2 Alternative times for completion shall be permitted.


If alternative times for completion are permitted, the evaluation method will be as
specified in Section 1.3 (Evaluation of Tenders).

ITT 13.4 Only the technical alternatives, if any, of the lowest evaluated Tenderer
conforming to the basic technical requirements (as requested under Tender
dossier) shall be considered by the Employer for eventual further evaluation..
Technical alternatives shall be limited to materials of pipes and manholes, and
construction technology.

ITT14.5 The prices quoted by the Tenderer shall be fixed (price adjustment shall not be
allowed)

ITT 15.1 The unit rates and the prices shall be quoted by the tenderer entirely in: EURO (€)

ITT 18.1 The tender validity period shall be 120 days.


The Tender validity Period for the optional works shall be two months from the
Commencement Date

ITT 19.1 Tender securities shall amount to:


LOT1 – Tivat 200.000€
LOT2 – Kotor 100.000€
Tender securities shall be in the form of an unconditional bank guarantee only as
per the form in section 1.4.
Tender security shall be submitted only for mandatory works

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

ITT 20.2 a) In case of a single entity the written confirmation of authorization to sign on
behalf of the Tenderer shall consist of a Power of Attorney.
b) In case of a JV the written confirmation of authorization to sign on behalf of the
Tenderer shall consist of a Power of Authorization signed by all JV members.
Also for the signatory of each JV member or specialized Subcontractor a
Power of Attorney shall be furnished.
c) Tender shall have a table of contents at the beginning of the document. Name
of the contact person with e-mail address, phone and fax number will be clearly
stated.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 28


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

D. Submission and Opening of Bids

ITT 22.1 For tender submission purposes only, the Employer’s address is:
Submit the original and two copies to:
Attention of D.O.O. Vodovod i kanalizacija Tivat
Mr Čedomir Lukić (Director)

and

" Vodovod i kanalizacija Kotor " d.o.o.


Mr Dragan Roganović (Director)

At the address of:

Vodacom doo Tivat;


Luke Tomanovića, 2;
85320 Tivat
Montenegro

The deadline for application submission is:


Date: 02.02.2016
Time: 12:00 a.m.
Submit one copy (in digital version only on CD’s, pdf files, in separate and
sealed envelopes to:
KfW Development Bank
LIII/a4
Dirk Vallerien
Palmengartenstrasse 5-9
60325 Frankfurt / Main, Germany
For timely delivery only the submission to the above indicated PEA’s address is
relevant.

Note: Electronic submission of Tenders is not permitted.

ITT 25.1 The tender opening shall take place at:


Vodacom doo Tivat – meeting room;
Luke Tomanovića, 2;
85320 Tivat
Montenegro
Date: 02.02.2016
Time : 13:00 pm

ITT 25.3 No initialling of tenders by employer’s representatives is foreseen.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 29


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

VOLUME I

SECTION 1.3:
EVALUATION OF TENDERS

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 30


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

This Section contains all the criteria that the Employer shall use to evaluate tenders and qualify
Tenderes. In accordance with ITT 34, ITT 35 and ITT 36, no other methods, criteria and factors shall be
used. The Tenderer shall provide all the information requested in the forms included in Section 1.4
(Tender Forms).

Table of Content

1. General 34

2. Administrative Compliance 34

3. Evaluation Steps 35

4. Technical Proposal 35

5. Evaluation of the Financial Proposals 37

6. Alternative times for completion 37

7. Overall Evaluating and Ranking 37

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 31


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

1. GENERAL
In addition to the criteria listed in ITT 34.5 (a) – (g) the following criteria shall apply:

Before beginning a detailed analysis of the tenders, the Evaluation Committee will check that each
tender:

• has been properly signed, and

• includes the required Tender Guarantee, and

• substantially complies with the requirements of these Tender Documents.

An admissible tender is one which conforms to the requirements and specifications described in the
Tender Documents with no substantial deviations or reservations. Substantial deviations and
reservations are those which:

• in any way influence the scope, quality or execution of Works, or

• restrict the rights of the Employer or the obligations of the Tenderer under the contract in a
manner inconsistent with the tender documents, or

• rectification of which would unfairly affect the competitive position of other Tenderers
presenting admissible tenders.

If a tender does not comply with the above requirements, it will be rejected by the Evaluation
Committee when checking admissibility. The Evaluation Committee will evaluate and compare only
those tenders considered substantially admissible.

2. ADMINISTRATIVE COMPLIANCE
2.1 Completeness and Clearness of Tender
The appearance of the tender, the completeness, and clearness of the information provided, the
numbering of pages, correctness of calculations, and the general readability of the tender will be
assessed.

2.2 Work in Progress


This table is for the employer’s information and will not be evaluated.

2.3 Financial Resources


The Tenderer must have access to credit and other financial facilities adequate to assure the
required cash flow for the duration of the Contract. In any case the credit amount available for the
execution of the Project (i.e. not already committed to other activities) should be a minimum of
1 000 000 EURO.

Non-fulfilment will lead to exclusion of the tender from further evaluation.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 32


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

3. EVALUATION STEPS
a) Evaluation of the Post-Qualification Documents
The post qualification documents will be evaluated in line with the requirements stipulated in Section 5.
The Bidders having met the minimum requirements for post-qualification will be short listed. The
technical and financial proposals of the bidders not having passed the post-qualification procedure will be
returned unopened to the not qualified Bidders. Only the technical and financial proposals of those
Bidders being short listed will be considered for further evaluation.
b) Evaluation of the Technical Proposals
In a second step the Technical Offers will be opened and evaluated. Technical Proposals have to be
complete and shall comply with the subsequent listed requirements

4. TECHNICAL PROPOSAL
4.1 Key Personnel
The Tenderer must demonstrate that his personnel foreseen for the key positions meet the following
requirements:
Experience In
Total Work
No. Position Similar Work
Experience [years]
[years]
1 Contractor’s Representative 10 8
2 Construction Manager (x 2) 10 5
3 Designer 10 5
4 Land Surveyor 10 5

The Tenderer shall provide details of the proposed personnel and their experience records in the
relevant Information Forms included in Section 1.4 (Tender Forms Construction Manager shall not
be the same person for both Contracts.

4.2 General Ability to Mobilize Staff


The Tenderer must demonstrate that he can mobilize the proposed number of staff for this contract
out of his resources (including all JV partners and subcontractors, who each must fill the respective
form PER – 3).

4.3 Equipment
The Tenderer must compile his own list of equipment intended for the execution of the contract in
the relevant form in section 1.4, which corresponds with his proposed construction schedule (the
construction schedule also showing the use of equipment for the construction steps).

The list and descriptions shall demonstrate his ability to complete the works and should include inter
alia:
• Earthmoving machines
• Dewatering plant
• Equipment for trench sheeting
• Concrete mixing and placing plant (if required)
• Cranes and lifting plant
• Transport vehicles
Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 33


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

• Other equipment

The Tenderer shall provide further details of proposed items of equipment using the relevant Form
in Section 1.4 (Tender Forms). The Tenderer is to indicate in the forms whether such equipment is
owned or hired.

4.4 Materials and Supplies


This table is for the employer’s information and will be evaluated.

4.5 Information on Subcontracts


This table is for the employer’s information. Subcontracted part of the Works shall not exceed the
value of 30% of the total Value of the foreseen Works to be contracted under this tender procedure.
Non-fulfilment will lead to exclusion of the tender from further evaluation.

4.6 Method Statement and Construction Schedule


The clearness, logical sequence, completeness of the method statement and construction schedule
will be evaluated. The contractor must show that he understood the interrelation of the various tasks
and show clearly how he intends to perform the works, which equipment is required, the number
and composition of working groups etc.
The Contractor should clearly indicate scheduled completion and taking over procedure for the part
of the works, if any, for which earlier completion and taking over is required as described in the
Volume III, Section 3.1 – Employer’s Requirements.

4.7 Quality Control/Assurance System


The clearness, logical sequence, completeness of the quality control/ assurance system will be
evaluated. The contractor must show that his methods and procedures will insure that the works will
be carried out in accordance with the stipulated norms and standards.

4.8 Technical Information and Data Sheets


The completeness of information, the quality of machinery and other plant, the compliance with the
specifications will be evaluated.
Technical Proposals which are incomplete and which are lacking of relevant documents will be
considered to be non-responsive. Consequently the Financial Offer will not be considered for further
evaluation and returned unopened to the Bidder.

5. EVALUATION OF THE FINANCIAL PROPOSALS


The qualified and technically responsive Tenderers will be invited to the opening of the financial
proposals and the unchecked price bids will be announced during the opening ceremony. The date
of the opening of the financial proposals will be notified when the occasion arises.
As third and last evaluation step the financial proposal will be checked for arithmetical errors in line
with ITT 31. The Final Tender Price shall be determined after adjustment if applicable.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 34


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

6 ALTERNATIVE TIMES FOR COMPLETION


a) times for completion longer than the time stated in the PCC is not permitted and will lead to the
exclusion of the tenderer.
b) times for completion shorter that the time stated in the PCC are acceptable but will not be
evaluated.

7. OVERALL EVALUATION AND RANKING


The following rules apply to the overall evaluation and the ranking of the tenders.

• The technical evaluation of the tender, including the Administrative Compliance, will be
evaluated in total with 20 points, the Tender Price with 80 Points.
• Only such tenders, which achieve a minimum of 14 points in the technical evaluation, will be
considered technically responsive. Tenders achieving less than 14 points will not be
considered for contract award.
• The Tenderer reaching the highest number of points will be ranked highest.
Max
Sub criteria
No. CRITERIA no of
points
A TECHNICAL EVALUATION
4.1 Key Personnel
4.3 Equipment
20 4.4 Materials and Supplies
Technical Proposal points 4.6 Method Statement and Construction Schedule
4.8 Quality Control/Assurance System
4.9 Technical Information and Data Sheets

B FINANCIAL EVALUATION

80
Tender Price points

Maximum total 100


number of points points

Important; Optional Items shall make part of the overall evaluation of the bids.

Main Technical Evaluation criteria are shown in the table below:

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 35


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

Proposed Key Personnel 5.5 pts.

Overview of Equipment Proposed for this Contract 1.5 pts.

List of Materials and Supplies 0.5 pts.

Method Statement and Construction Schedule 8.0 pts.

Quality Control Assurance System 0.5 pts.

Technical information and data sheet 4.0 pts.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 36


VOLUME I

SECTION 1.4:
TENDER FORMS
WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

This Section contains the forms which are to be completed by the Tenderer and submitted as part of
his Tender and is enclosed in digital format on CD.

Table of Forms

Form of Tender

Form of Tender Security

Declaration of Undertaking

Power of Attorney

Current Contract Commitments / Works in Progress


Form WOR – 1: Current Contract Commitments / Works in Progress

Financial Resources
Form FIN – 0: Financial Resources

Technical Proposal
Declaration on Employer’s Design
Form DES – 1: Declaration on Employer’s Design

Personnel
Form PER – 1: Proposed Key Personnel
Form PER – 2: Experience of Proposed Key Personnel
Form PER – 3: Overview of Tenderer’s Available Personnel and Personnel for the Contract
Equipment
Form EQP – 1: Overview of Equipment Proposed for this Contract
Form EQP – 2: Details of Equipment Proposed for this Contract
List of Materials and Supplies
Form MAT – 1: List of Materials and Supplies
Information on Intended Sub-Contracts
Form SUB – 1: Information on intended Sub-Contracts

Method Statement and Construction Schedule (Tenderer’s own Format)

Financial Proposal

Form Expected Cash Flow


Form INF -1: Overview of Daywork Items

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 38


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

Notice to Tenderer’s

1. All questions contained in all the Forms shall be answered by the Tenderer.

2. Additional sheets may be attached as necessary.

3. If a question does not apply, "Not applicable" shall be written against it, with a brief explanation
of why it does not apply.

4. Each page of every individual form shall be numbered consecutively in the lower right corner.
Tenderer’s are envisaged to make a clear table of contents at the beginning of the tender
document.

5. Financial data and declarations presented by the Tenderer shall be given in EURO. Original
bank statements may be also attached for reference.

6. Attached documentation/certificates must always be accompanied by a relevant translation into


the English language.

7. The Form FIN-0 shall be submitted by each partner of a Joint Venture/Consortium, as well as
for any sub-contractor if the value of the subcontract is more than 10 percent (10%) of the
Accepted Contract Amount.

8. Accuracy in the filling in of the questionnaire, its completeness and attached documentation will
be taken into account in the Tender evaluation. The attention of the Tenderer is also drawn to
the fact that absence of some data may cause their non-compliance in the related item of
evaluation.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 39


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

Form of Tender
LOT 1 - Tivat

Date: ...........................................

To the “D.O.O. Vodovod i kanalizacija Tivat”


Address: II Dalmatinske A8, 85320 Tivat

We offer to execute according to (ICT Tender No.) RB- TV/KO -V1 and in conformity with the Tender
Documents the following Works:

“Water Supply And Sanitation Adriatic Coast V1 – Tivat”.

The total bid price for LOT1 of our tender excluding any VAT and discounts offered below, including all
current taxes, levies, duties and other liabilities is

EURO(...............................) [amount in numbers] (......................................................EURO) [amount


in words],.

(This bid price should be for mandatory works only)

The discounts offered and the methodology for their application are:

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

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Tender Documents, including Addenda
issued in accordance with Instructions to Tenderers ITT 8 ;

(b) We have collected the needed information on conditions of Works and studied all other
circumstances that may influence the contract execution

(c) We have studied the potential of our sub-contractors

(d) Our tender shall be valid for a period of 120 days from the date fixed for the tender
submission deadline in accordance with the Tender Documents, and it shall remain binding
upon us and may be accepted at any time before the expiration of that period; Tender
validity for optional works shall be two moths from mandatory works commencement date;

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 40


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

(e) If our tender is accepted, we commit to obtain a performance security in accordance with
the Tender Documents;

(f) We, including any subcontractors or suppliers for any part of the contract, do not have any
conflict of interest in accordance with ITT 4.4;

(g) We are not participating, as a Tenderer or as a subcontractor, in more than one tender in
this tender process in accordance with ITT 4.4, other than alternative offers submitted in
accordance with ITT 13;

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

(i) We are not a government owned entity / We are a government owned entity but meet the
requirements of ITT 4.6;

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

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

(l) In case of our Tender for Procurement of Works being accepted we shall not make any
requests regarding the change of the offered price for the said works.

(m) We pledge to commence the subject works immediately after we sign the Contract and to
complete them by the Time for Completion of the Works stated in the Appendix to Tender
for LOT1 – Tivat.

(n) Needed advance payment is: EURO.(........................................) which is 15 percent of our


Contract Price

(o) We acknowledge that all the actions to be undertaken by the Employer shall be completely
in accordance with the regulations of Laws and Rules of the Country of Montenegro.

Authorized and binding signature: ____________________

Name and function of the signatory: ___________________________________________

Name of the Tenderer: ______________________________________

Address: ____________________________________________

Date of signing: _____/____/____

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 41


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

Form of Tender
LOT 2 - Kotor

Date: ...........................................

To the “Vodovod i kanalizacija Kotor d.o.o.”

Address: Škaljari, bb (zgrada Obnove), 85330 Kotor

We offer to execute according to (ICT Tender No.) RB- TV/KO -V1 and in conformity with the Tender
Documents the following Works:

“Water Supply And Sanitation Adriatic Coast V1 – Kotor”.

The total bid price for LOT2 of our tender excluding any VAT and discounts offered below, including all
current taxes, levies, duties and other liabilities is

EURO(...............................) [amount in numbers] (......................................................EURO) [amount


in words],.

(This bid price should be for mandatory works only)

The discounts offered and the methodology for their application are:

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

We, the undersigned, declare that:

(l) We have examined and have no reservations to the Tender Documents, including Addenda
issued in accordance with Instructions to Tenderers ITT 8 ;

(m) We have collected the needed information on conditions of Works and studied all other
circumstances that may influence the contract execution

(n) We have studied the potential of our sub-contractors

(o) Our tender shall be valid for a period of 120 days from the date fixed for the tender
submission deadline in accordance with the Tender Documents, and it shall remain binding
Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 42


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

upon us and may be accepted at any time before the expiration of that period; Tender
validity for optional works shall be two months from mandatory works commencement date;

(p) If our tender is accepted, we commit to obtain a performance security in accordance with
the Tender Documents;

(q) We, including any subcontractors or suppliers for any part of the contract, do not have any
conflict of interest in accordance with ITT 4.4;

(r) We are not participating, as a Tenderer or as a subcontractor, in more than one tender in
this tender process in accordance with ITT 4.4, other than alternative offers submitted in
accordance with ITT 13;

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

(t) We are not a government owned entity / We are a government owned entity but meet the
requirements of ITT 4.6;

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

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

(n) In case of our Tender for Procurement of Works being accepted we shall not make any
requests regarding the change of the offered price for the said works.

(o) We pledge to commence the subject works immediately after we sign the Contract and to
complete them by the Time for Completion of the Works stated in the Appendix to Tender
for LOT2 – Kotor.

(p) Needed advance payment is: EURO.(........................................) which is 15 percent of our


Contract Price

(q) We acknowledge that all the actions to be undertaken by the Contractor shall be completely
in accordance with the regulations of Laws and Rules of the Country of Montenegro.

Authorized and binding signature: ____________________

Name and function of the signatory: ___________________________________________

Name of the Tenderer: ______________________________________

Address: ____________________________________________

Date of signing: _____/____/____


Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 43


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

Form of Tender Security


LOT1 - Tivat
Bank Guarantee

................................. Bank’s Name, and Address of Issuing Branch or Office........................

Beneficiary: “D.O.O. Vodovod i kanalizacija Tivat“, II Dalmatinske A8, 85320 Tivat, Montenegro

Date: .............................................................................................................................................................
Tender Security No.: ....................................................................................................................

We have been informed that . . . . . name of the Tenderer. . . . . (hereinafter called "the
Tenderer") has submitted to you its tender dated . . . . . . . . . (hereinafter called "the Tender")
for the execution of “Water Supply And Sanitation Adriatic Coast V1 – Tivat” under
Invitation for Tenders No RB- TV/KO -V1 (“the ICT” Number).
Furthermore, we understand that, according to your conditions, tenders must be supported by
a tender guarantee.
At the request of the Tenderer, we . . . . . name of Bank. . . . . hereby irrevocably undertake
to pay you any sum or sums not exceeding in total an amount of . . . . . . . . . .amount in
figures . . . . . . . . . (. . . . . . .amount in words . . . . . . . ) upon receipt by us of your first
demand in writing accompanied by a written statement stating that the Tenderer is in breach of
its obligation(s) under the tender conditions, because the Tenderer:
(a) has withdrawn its Tender during the period of tender validity specified by the Tenderer in
the Form of Tender; or
(b) does not accept the correction of errors in accordance with the Instructions to Tenderer’s
(hereinafter “the ITT”) of the ICT; or
(c) having been notified of the acceptance of its Tender by the Employer during the period of
tender validity, (i) fails or refuses to execute the Contract Agreement, or (ii) fails or
refuses to furnish the performance security, in accordance with the ITT.
This guarantee will expire: (a) if the Tenderer is the successful Tenderer, upon our receipt of
copies of the Contract Agreements signed by the Tenderer and the performance security
issued to you upon the instruction of the Tenderer; and (b) if the Tenderer is not the successful
Tenderer, upon the earlier of (i) our receipt of a copy your notification to the Tenderer of the
name of the successful Tenderer; or (ii) twenty-eight days after the expiration of the Tenderer’s
bid.
Consequently, any demand for payment under this guarantee must be received by us at the
office on or before ……………… (date), which is 28 days after the expiration of the Tenderer’s
bid.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No.
458.

. . . . . . . . . . . .Bank’s seal and authorized signature(s) . . . . . . . . . .

Note: All italicized text is for use in preparing this form and shall be deleted from the
final product

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 44


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

Form of Tender Security


LOT2 - Kotor
Bank Guarantee

................................. Bank’s Name, and Address of Issuing Branch or Office........................

Beneficiary: “Vodovod i kanalizacija Kotor doo“, Škaljari, bb (zgrada Obnove), 85330 Kotor,
Montenegro
Date: .............................................................................................................................................................
Tender Security No.: ....................................................................................................................

We have been informed that . . . . . name of the Tenderer. . . . . (hereinafter called "the
Tenderer") has submitted to you its tender dated . . . . . . . . . (hereinafter called "the Tender")
for the execution of “Water Supply And Sanitation Adriatic Coast V1 – Kotor” under
Invitation for Tenders No RB- TV/KO -V1 (“the ICT” Number).
Furthermore, we understand that, according to your conditions, tenders must be supported by
a tender guarantee.
At the request of the Tenderer, we . . . . . name of Bank. . . . . hereby irrevocably undertake
to pay you any sum or sums not exceeding in total an amount of . . . . . . . . . .amount in
figures . . . . . . . . . (. . . . . . .amount in words . . . . . . . ) upon receipt by us of your first
demand in writing accompanied by a written statement stating that the Tenderer is in breach of
its obligation(s) under the tender conditions, because the Tenderer:
(a) has withdrawn its Tender during the period of tender validity specified by the Tenderer in
the Form of Tender; or
(b) does not accept the correction of errors in accordance with the Instructions to Tenderer’s
(hereinafter “the ITT”) of the ICT; or
(c) having been notified of the acceptance of its Tender by the Employer during the period of
tender validity, (i) fails or refuses to execute the Contract Agreement, or (ii) fails or
refuses to furnish the performance security, in accordance with the ITT.
This guarantee will expire: (a) if the Tenderer is the successful Tenderer, upon our receipt of
copies of the Contract Agreements signed by the Tenderer and the performance security
issued to you upon the instruction of the Tenderer; and (b) if the Tenderer is not the successful
Tenderer, upon the earlier of (i) our receipt of a copy your notification to the Tenderer of the
name of the successful Tenderer; or (ii) twenty-eight days after the expiration of the Tenderer’s
bid.
Consequently, any demand for payment under this guarantee must be received by us at the
office on or before ……………… (date), which is 28 days after the expiration of the Tenderer’s
bid.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No.
458.

. . . . . . . . . . . .Bank’s seal and authorized signature(s) . . . . . . . . . .

Note: All italicized text is for use in preparing this form and shall be deleted from the
final product

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 45


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

Submit the following declaration (KfW format) on the Tenderer’s letterhead:

Declaration of Undertaking

Date: ...................................

ICB No.: RB-TV/KO-V1

We underscore the importance of a free, fair and competitive procurement process that
precludes abusive practices. In this respect we have neither offered nor granted directly or
indirectly any inadmissible advantages to any public servant or other person nor accepted such
advantages in connection with our bid, nor will we offer or grant or accept any such incentives
or conditions in the present procurement process or, in the event that we are awarded the
contract, in the subsequent execution of the contract. We also declare that no conflict of
interest exists in the meaning of the kind described in the pertinent Guidelines.

We also underscore the importance of adhering to minimum social standards ("Core Labour
Standards") in the implementation of the project. We undertake to comply with the Core Labour
Standards ratified by the country of Montenegro.

We will inform our staff about their respective obligations and about their obligation to fulfil this
declaration of undertaking and to obey the laws of the country of Montenegro.

We also declare that our company/all members of the consortium has/have not been included
in the list of sanctions of the United Nations, nor of the EU, nor of the German Government, nor
in any other list of sanctions and affirm that our company/all members of the consortium will
immediately inform the client and KfW if this situation should occur at a later stage.

We acknowledge that, in the event that our company (or a member of the consortium) is added
to a list of sanctions that is legally binding for the client and/or KfW, the client is entitled to
exclude our company/the consortium from the procurement procedure and, if the contract is
awarded to our company / the consortium, to terminate the contract immediately if the
statements made in the Declaration of Undertaking were objectively false or the reason for
exclusion occurs after the Declaration of Undertaking has been issued.

Authorized and binding signature: ____________________________________________

Name and function of the signatory:___________________________________________

Name of the Tenderer: ______________________________________

Address: ____________________________________________

Date of signing: _____/____/____


Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 46


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

Power of Attorney

Date: ...................................

ICB No.: RB-TV/KO-V1

Please attach here the power of attorney empowering the signatory of the tender and all
related documentation
Note: In case of a JV the written confirmation of authorization to sign on behalf of the Tenderer
shall consist of a Power of Authorization signed by all JV members. Also for the signatory of each
JV member or specialized Subcontractor a Power of Attorney shall be furnished.

Authorized and binding signature: ____________________________________________

Name and function of the signatory:___________________________________________

Name of the Tenderer: ______________________________________

Address: ____________________________________________

Date of signing: _____/____/____

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 47


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

Current Contract Commitments / Works in Progress

Form WOR – 1: Current Contract Commitments / Works in Progress

Tenderers and each member to a JV should provide information on their current commitments on all
contracts that have been awarded, or for which a letter of intent or acceptance has been received, or
for contracts approaching completion, but for which an unqualified, full completion certificate has yet to
be issued.

Average Monthly
Value of Estimated
Invoicing Over Last Six
Employer’s Outstanding Work Completion
Name of Contract Months
Contact Address, Tel, Fax (EUR)] Date
(EUR)

Authorized and binding signature: ____________________________________________

Name and function of the signatory:___________________________________________

Date of signing: _____/____/____

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 48


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

Financial Resources
Form FIN – 0: Financial Resources

Specify proposed sources of financing, such as liquid assets, unencumbered real assets, lines of
credit, and other financial means, net of current commitments, available to meet the total construction
cash flow demands of the subject contract or contracts as indicated in Section 1.3 (Evaluation and
Qualification Criteria)

No. Source of financing Amount (EUR equivalent)

Attached are copies of the following original documents.

‰ 1. Confirmations from banks or other credit institutes stating the Bidder’s credit line

Authorized and binding signature: ____________________________________________

Name and function of the signatory:___________________________________________

Date of signing: _____/____/____

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 49


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

Technical Proposal
NOTE: TO BE FILLED OUT SEPARATELY FOR EACH LOT

Declaration on Employer’s Design


Form DES – 1: Declaration on Employer’s Design

Personnel
Form PER – 1: Proposed Key Personnel
Form PER – 2: Experience of Proposed Key Personnel
Form PER – 3: Overview of Bidder’s Available Personnel and Personnel for the Contract
Equipment
Form EQP – 1: Overview of Equipment Proposed for this Contract
Form EQP – 2: Details of Equipment Proposed for this Contract

List of Materials and Supplies


Form MAT – 1: List of Materials and Supplies

Information on Intended Sub-Contracts


Form SUB – 1: Information on intended Sub-Contracts
Site Organization

Method Statement and Construction Schedule

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 50


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

NOTE: to be filled out separately for each LOT


Declaration on Employer’s Design

Form DES – 1: Declaration on Employer’s Design

“Water Supply and Sanitation Adriatic Coast V1 – Tivat (Kotor)”

We confirm that we have studied and understood the Employer’s drawings and designs as listed in the
“Technical Requirements (Volume III), the Schedules (Volume IV) and the Tender Drawings (Volume
V)” in detail during tender preparation and that our tender is based on this design.

With regard to the detailed designs presented, we furthermore confirm that we have found the designs
comprehensive and complete and that we have found no substantial defects or omissions, which
would require design changes for construction unless otherwise stated below.

(State here defects or omissions, if any)

Authorized and binding signature: ____________________________________________

Name and function of the signatory:___________________________________________

Name of the Tenderer: ______________________________________

Address: ____________________________________________

Date of signing: _____/____/____

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 51


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

NOTE: to be filled out separately for each LOT

Personnel

Form PER – 1: Proposed Key Personnel

Tenderers should provide the names of suitably qualified personnel foreseen for this Contract to meet
the specified requirements stated in Section 1.3 (Evaluation of Tenders). The data on their experience
should be supplied using the Form below for each candidate.

1. Title of position*

Name

2. Title of position*

Name

3. Title of position*

Name

4. Title of position*

Name

5. Title of position*

Name

Add lines as required. Positions at minimum as listed in Section 1.3 (Evaluation of Tenders).

Authorized and binding signature: ____________________________________________

Name and function of the signatory:___________________________________________

Date of signing: _____/____/____

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 52


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

NOTE: to be filled out separately for each LOT

Form PER – 2: Experience of Proposed Key Personnel

Position

Personnel Name Date of birth


information

Professional qualifications

Present Name of employer


employment

Address of employer

Telephone Contact (manager / personnel officer)

Fax E-mail

Job title Years with present employer

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

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

Authorized and binding signature: ____________________________________________

Name and function of the signatory:___________________________________________

Date of signing: _____/____/____

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 53


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

NOTE: to be filled out separately for each LOT

Form PER – 3: Overview of Tenderer’s Available Personnel and Personnel for the Contract
(to be available during the whole contract Period)
Applicant’s Legal Name: .................................................. Date: .........................................
JV Member’s Legal Name: ................................................
Subcontractor’s Legal Name: ............................................ ICT No.: RB-TV/KO-V1

Page ..................... of .............pages

Each Applicant or member of a JV must fill in this form. Each specialized Subcontractor must fill this
form.

A) OVERVIEW OF TENDERER’S AVAILABLE PERSONNEL

List here the numbers of personnel, which the Tenderer has available in general.

a - Directors and management ........................

b - Administrative staff ........................

c- Technical staff

- Engineers ........................

- Surveyors ........................

- Foremen ........................

- Mechanics ........................

- Technicians ........................

- Machine operators ........................

- Drivers ........................

- Other skilled staff ........................

- Labourers and unskilled staff ........................

_______________________________________________________

Total ===========

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 54


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

B) OVERVIEW OF NUMBER OF PERSONNEL THE TENDERER INTENDS TO ASSIGN TO THIS


CONTRACT

List here the number of persons out of the above listed available staff, which the Tenderer intends to
assign to this contract.

The numbers of persons should correspond with the Contractor’s proposed “site organisation” shown
further below in this section.

Site operatives to be employed on the contract (if relevant)


a - Site management ........................
b - Administrative staff ........................
c- Technical staff
- Engineers ........................
- Surveyors ........................
- Foremen ........................
- Mechanics ........................
- Technicians ........................
- Machine operators ........................
- Drivers ........................
- Other skilled staff ........................
- Labourers and unskilled staff ........................
_______________________________________________________
Total ===========

Authorized and binding signature: ____________________________________________

Name and function of the signatory: ___________________________________________

Date of signing: _____/____/____

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 55


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

NOTE: to be filled out separately for each LOT

Equipment
Form EQP – 1: Overview of Equipment Proposed for this Contract
(to be available during the whole contract Period)
List each individual major item of equipment that you propose to deploy on the Contract. The
equipment listed is to be assigned exclusively to the Contract for as long as required and must not
form part of a pool of equipment used on other Contracts. The list may be expanded by the Tenderer,
if required.

Item No. DESCRIPTION (type/make/model) No of Age Owned (O) or Origin


units (years) hired (H)/ (country)
and
percentage of
ownership
A) CONSTRUCTION EQUIPMENT
/
/
/
/
/
/
/
/
/
/
/
B) VEHICLES AND TRUCKS
/
/
/
/
/
C) TRENCH SHEETING EQUIPMENT /
(DEEP TRENCHES NEXT TO
COASTAL STRIP)
/
/
/
/
/
D) OTHER EQUIPMENT /
/
/
/
/
/

Authorized and binding signature: ____________________________________________

Name and function of the signatory: ___________________________________________

Date of signing: _____/____/____


Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 56


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

NOTE: to be filled out separately for each LOT

Form EQP – 2: Details of Equipment Proposed for this Contract (LOT1/LOT2)

The Tenderer shall provide for selected items of the equipment listed in Form EQP – 1 adequate
information to demonstrate clearly that it has the capability to meet the requirements for the key
equipment as indicated in Section 1.3 (Evaluation of Tenders). A separate Form shall be prepared for
each item of equipment, or for alternative equipment proposed by the Tenderer.

Item of Equipment
Equipment Name of manufacturer Model and power rating
Information

Capacity Year of manufacture

Current Current location


Status

Details of current commitments

Source Indicate source of the equipment

† Owned † Rented † Leased † Specially manufactured


The following information is not required for equipment owned by the Tenderer.
Owner Name of owner

Address of owner

Telephone Contact name and title

Fax E-mail

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

Authorized and binding signature: ____________________________________________

Name and function of the signatory:___________________________________________

Date of signing: _____/____/____

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 57


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

NOTE: to be filled out separately for each LOT

List of Materials and Supplies

Form MAT – 1: List of Materials and Supplies

The Tenderer shall provide adequate information on the material and supplies he intends to use under
this contract. He shall attach additional information from manufacturers if considered appropriate.

DESCRIPTION (type/make/model) No of units Origin (country)


A) Materials

B) Supplies

Authorized and binding signature: ____________________________________________

Name and function of the signatory:___________________________________________

Date of signing: _____/____/____

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 58


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

NOTE: to be filled out separately for each LOT

Information on intended Sub-Contracts

Form SUB – 1: Information on intended Sub-Contracts

Data concerning envisaged subcontractors and the Percentage of works to be subcontracted


Subcontracting shall not exceed 30% of the contract value.
The Tenderer is requested to submit detailed information concerning sub-contractors and the type and
percentage of the work to be sub-contracted.

Work intended to be Name and Percentage of Experience in similar


subcontracted details (address, subcontracted work (details to be
contact) of works [%] specified)
subcontractors

Total percentage to be subcontracted

Authorized and binding signature: ____________________________________________

Name and function of the signatory:___________________________________________

Date of signing: _____/____/____

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 59


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

NOTE: to be prepared out separately for each LOT


Method Statement and Construction Schedule
(a) Provide a comprehensive Method Statement, with drawings where applicable, showing the
methods proposed by the Tenderer for carrying out the works, including:

• proposed location of your main office on the site, workshops, stations


(steel/concrete/asphalt structures), warehouses, laboratories, accommodation, etc.
(sketches to be attached as required)

• Site organisation

• Detailed description of pipe trench excavation and installation of sewer pipelines at larger
depths with water proof and vibration free sheeting under high ground water table and
construction of deep building pits.

• Detailed procedure for works near existing neighbouring facilities

• the method -including the number of equipment (referring to the items in Form EQP-1),
labour and materials- proposed to be used for carrying out each major category of works;

• the logical sequence and correlation between the major categories of activities (works).

(b) Provide details of the temporary and permanent works to be constructed, taking into account the
prevailing climatic conditions and the requirement to obtain various permits and approvals and that
the existing sewage system must remain functioning during construction.

(c) Provide details of the temporary and permanent works to be constructed in the rehabilitation of the
water supply system including maintaining service to customers.

(d) Provide details of the design works (if any) to be carried out including a programme for these
works and details of the available design staff. This should include any additional site survey
works needed before completion of designs.

(e) Attach a Graphic Work Schedule (critical milestone bar chart) for mobilization, preparation of
designs and drawings, ordering, manufacturing and delivery of equipment and material,
construction, detailing the relevant activities, dates, allocation of labour and plant resources, etc.
The planned input of the joint venture members and sub-contractors shall be highlighted as well
(in terms of activities undertaken, timing, etc.).

Kotor

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 60


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

(f) Construction in Kotor municipality is forbidden during the high season summer months from 15th
June to 1st September. Only work that shall be allowed during summer season is work outside the
Bay area i.e. in Grbalj area.

(g) Testing of all performed work (especially laid pipes and manholes) should be positively concluded
before reinstatement of surfaces which needs to be performed and finalised before 15th of June for
all work affected surfaces under this Contract.

(h) Contractor should give priority to B.9. Sv. Stasije rehabilitation measures before summer season.

(i) Contractor should prepare a construction schedule which reflects above restrictions and priorities.

Tivat

(j) Construction in Tivat municipality is forbidden during the high season summer months from 1st
June to 1st September. No work shall be allowed in this period in Tivat municipality.

(k) Contractors should note that the construction of transmission pipeline in Luštica is the utmost
priority. Contractor should propose such organisation and corellation of activities which will enable
that as much as posisble of the transmission pipeline is laid before the summer restriction of work.

(l) Testing of all performed work (especially laid pipes and manholes) should be positively concluded
before reinstatement of surfaces which needs to be performed and finalised before 1st of June for
all work affected surfaces under this Contract.

(m) The Contractor has to pay particular attention to the LOT 1 – Tivat’s Contract Employer’s
Requirement for the energy compensating manholes provided to the Contractor under where only
installation works shall be foreseen.

(n) Contractor should prepare a construction schedule which reflects above restrictions and priorities.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 61


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

NOTE: to be prepared out separately for each LOT

Quality Control/Assurance System

Please provide hereunder details of the Quality Assurance System(s) that is proposed to be used to
ensure successful completion of the Works in accordance with FIDIC Red Book requirements (Clause
4.9), including valid certification.

This should include for example:

- overall description of company’s systems;

- project management systems;

- information flow and recording;

- material and equipment procurement;

- construction and installation;

- testing, etc

- expected life times

- maintenance arrangement

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 62


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

NOTE: to be filled out separately for each LOT

Financial Proposal
Expected Cash Flow

The Tenderer shall provide here the expected cash flow of the project for each monthly period
covering the duration of works, using his own format.
Expected Cash Flow should correspond with the construction activities scheduled with the Bidders
submitted Works Programme

Daywork Items
Form INF -1: Overview of Daywork Items

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 63


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

NOTE: to be filled out separately for each LOT

Overview of Daywork Items


Form INF -1:

Tenderer’s Legal Name:……………………………………………………………………………..

The Tenderer shall fill one Form (for information only)

Price/hour
Dayworks
[€]
Workers
Skilled
Semi-skilled
Unskilled
Plant
Caterpillar D6 type bulldozer
Front-end loader Caterpillar 939 type
0,75 Ton. dumper
Hydraulic, crawler mounted Caterpillar 225 type excavator with 1 cu.m capacity bucket
Hydraulic powered tractor - mounted JCB 3C backhoe (or similar)
Tipper truck - capacity 5m3
Van or pick-up: capacity 1,5 ton.
Crane Truck
Mobile Crane 20 tons
Grader
Water cart - capacity 2500 litre
15 t vibrating roller
Vibratory plate compactor 400 mm square
Bomag type vibrating drum roller 650 mm wide
Mobile compressor, 5 cu.m per minute, including hoses
Rock drills and rod bits
Jack hammer and steels
250 Litre concrete mixer (3/2)
Vibrating poker
Pump including hoses, pump capacity 20 l/sec. at approx. 10 m head

Authorized and binding signature: ____________________________________________

Name and function of the signatory:___________________________________________

Name of the Tenderer: ______________________________________

Address: ____________________________________________

Date of signing: _____/____/____

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 64


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

VOLUME 1

SECTION 1.5:
POST QUALIFICATION PROCEDURE

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 65


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

CONTENT

SECTION 1.5.1 – INSTRUCTION FOR POST QUALIFICATION PROCEDURE

SECTION 1.5.2 - FORMS

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 66


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

SECTION 1.5.1:
INSTRUCTION FOR POST QUALIFICATION
PROCEDURE

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 67


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 68


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

GENERAL PART
1. GENERAL INSTRUCTIONS
The purpose of the present post qualification procedure is to pre-select eligible contractors and to
obtain experienced and qualified contractors, being able to carry out the construction, completion and
commissioning of the Water Supply and Sanitation Adriatic Coast V1 – Tivat and Kotor Project. As the
required works for LOT1 and LO2 are similar, a joint post-qualification procedure will take place.

Only the technical and financial offers of those Tenderers will be considered for further evaluations
which have passed the post qualification procedure.
The Tenderer will bear all costs associated with the preparation and submission of the Post-
qualification Documents. The Employer and the Implementing Agency will in no case be responsible or
liable for such costs, whatever the conduct or outcome of the procedure.

2. PREPARATION OF POSTQUALIFICATION DOCUMENTS

1. The Post-qualification Documents submitted by Tenderers will be treated as confidential, but


will not be returned.

All questions herein shall be answered in their entity. Where required, additional sheets shall
be used and shall be properly identified. If convenient, the document shall be rebound
incorporating such additional sheets.

Submissions shall include the name, position, address, telephone number and fax number of a
person who may be contacted for further information, if required, with regard to general and
technical information, financial information and the proof of evidence on the firm’s
performance.

All contractors submitting a tender shall provide a single address (incl. e-mail and fax
connection data) to which future correspondence may be sent.

2. The Tenderer shall have an adequate organisation and experience, with technical staff and
qualified engineers with adequate experience, to manage and administer the Contract. Details
called for in the personnel questionnaire are to be given for all key members of the
Contractor’s staff, by trade and profession, particularly for those who would be assigned to this
Project, both at the site of work and away from it.
The Tenderer shall provide the organisation chart of the Company showing the position of
directors, key personnel (assigned for this tender) and functions.

3. The Tenderer is required to furnish in the Questionnaire a complete list of all major items of
construction equipment and plant that he owns and did earmark for the execution of the
Project, giving the number of units, make, type, model, year, size, capacity and condition of
each item.

4. Post-qualification Documents must show a detailed financial statement with balance sheet
(assets, liabilities, net worth, etc.) and profit and loss account, certified by registered
accountants or auditors, presenting the actual financial status of the Tenderer.

Current credit resources must be supported by attaching certified statements from banks or
other approved resources.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 69


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

All monetary values, where called for in the Post-qualification Questionnaire, shall be given in
the firm’s country currency and in a free convertible currency, preferably in Euro.

5. Supporting submissions shall be bound in an index folder or submitted in separate index files.

All submitted Post-qualification Documents shall be stamped with the Tenderers name or shall
be otherwise marked or filed to identify the origin of submission.

3. MINIMUM REQUIREMENTS FOR CONTRACTOR’S QUALIFICATION


In order to be considered eligible for the award of the contract, Tenderers must provide evidence that
they meet or exceed certain minimum selection criteria. This evidence must be provided by Tenderers
in the form of the information and documents described in Section 1.5.2.

3.1 The minimum qualifying criteria for a Sole Tenderer are as follows:
1) General
a) The Tenderer must be a registered firm legally capable of carrying out the specified Works;

2) Economic and Financial Standing


a) The average Annual Turnover in the previous three years (net of taxes, social security
charges and other fiscal items) should exceed 10.000.000 Euro.

b) The Annual Operating Profit (including all administrative and financial expenditure as well as
depreciation according to plan, but excluding extraordinary expenditure and income as well as
taxes) must be positive for at least two of the previous three years;

c) The Tenderer must have access to liquid assets, credit and/or other financial facilities
adequate to assure the required cash flow for the duration of the Contract. In any case the
credit amount should exceed 1.000.000 Euro;

The Tenderer shall provide Bank’s Statement to confirm such access to liquid assets exists.

3) Technical and Professional Capacity


a) The Tenderer should have completed at least 5 (five) Projects with a minimum value of
1.500.000 Euro, each. The projects should be of similar nature as the Tendered Works, i.e.
construction of wastewater and water supply measures. The works shall have been completed
since 1st January 2005. The Tenderer must have provided at least 40% (by value) of the works
and supplies directly (not through a sub-contractor or a consortium partner). The Tenderer
must submit copies of the respective certificates of final reception signed by the
Engineer/Employer of these reference projects within his Tender.

b) All Projects executed by the firm within the last five years must have been completed not later
than 1 year after the scheduled completion date (if time delay is not indebted by the employer
or by force majeure).

c) All Key Personnel shall have at least ten years of adequate experience and proven
qualifications relevant to their position and the works of a similar nature to this Project.
¾ The firm must have in its employ at least 2 (two) qualified engineers, who have served
in the role of a project manager. The Tenderer must submit a proof that the project
manager worked for the firm for at least one year.
¾ The firm must have in its employ at least 2 (two) professional site managers who are
licensed to perform Engineering works and who have professional experience under
given circumstances. The Tenderer must submit a proof that the site manager worked
for the firm for at least one year.
Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 70


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

d) The Tenderer shall carry out at least 70 % (by value) of the Contract Works by his own means.
He must demonstrate that he has the equipment, materials, human and financial resources
necessary to carry out this percentage of the Contract.

e) Contractor’s as well as Subcontractor’s have to be registered in Montenegro before


implementing the works.

3.2 The Minimum Qualifying Criteria for a Joint-Venture as Tenderer are as follows:
1) General
a) All partners in the Joint-Venture/Consortium must be registered firms or natural persons
legally capable of carrying out the specified Works or parts thereof.

2) Economic and financial standing


a) The average Annual Turnover in the previous three years (net of taxes, social security
charges and other fiscal items) for the Leading Partner should exceed 5.000.000 Euro;

b) The average Annual Turnover in the previous three years (net of taxes, social security
charges and other fiscal items) for the members of the entire Joint-Venture/Consortium
collectively should exceed 10.000.000 Euro;

c) The Annual Operating Profit (including all administrative and financial expenditure as well as
depreciation according to plan, but excluding extraordinary expenditure and income as well as
taxes) of the Leading Partner must be positive for at least two of the previous three years;

d) The Leading Partner must have access to liquid assets, credit and/or other financial facilities
adequate to assure the required cash flow for the duration of the Contract. In any case the
credit amount should exceed 1.000.000 Euro.

3) Technical and Professional Capacity


a) The Leading Partner should have successfully completed at least 5 (five) Projects with a
minimum value of 1.000.000 Euro, each. The projects should be of similar nature as the
Tendered Works, i.e. construction of wastewater and water supply measures. The works shall
have been completed since 1st January 2005. The Leading Partner must have provided at
least 40% (by value) of the works and supplies directly (not through a sub-contractor or a
consortium partner). The Leading Partner must submit copies of the respective certificates of
final reception signed by the Engineer/Employer of these reference projects within his Tender.

b) In total, the members of the Joint-Venture/Consortium should have completed at least 5 (five)
Projects in addition to the Projects mentioned under 3.2.3.a with a minimum value of 500.000
Euro. The projects should be of similar nature as the Tendered Works, i.e. construction of
wastewater and water supply measures. The works shall have been completed since 1st
January 2005. The respective member of the Joint-Venture/ Consortium must have provided
at least 40% (by value) of the works and supplies directly (not through a sub-contractor or a
consortium partner). The respective member of the Joint-Venture/ Consortium must submit
copies of the respective certificates of final reception signed by the Engineer/Employer of
these reference projects within the Tender;

c) All Projects executed by the firm within the last five years must have been completed not later
than 1 year after the scheduled completion date (if time delay is not indebted by the employer
or by force majeure).

d) All Key Personnel shall have at least 10 years of adequate experience and proven
qualifications relevant to their position and the works of a similar nature to this project;

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 71


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

¾ The Joint Venture must have in its employ at least 2 (two) qualified engineers, who
have served in the role of a project manager. The Tenderer must submit a proof that
the project manager worked for the firm for at least one year.
¾ The Joint Venture must have in its employ at least 2 (two) professional site managers
who are licensed to perform Engineering works and who have professional
experience under given circumstances. The Tenderer must submit a proof that the
site manager worked for the firm for at least one year.

e) The Leading Partner in a Joint-Venture/Consortium shall carry out at least 40 % of the


Contract Works by his own means. Hence he must demonstrate that he has the equipment,
material, human and financial resources necessary to carry out this percentage of the
Contract;

f) Any other partner in a Joint Venture/Consortium (i.e. not the Leading Partner) shall carry out at
least 15 % of the Contract Works by his own means. Hence he must demonstrate that he has
the equipment, material, human and financial resources necessary to carry out this
percentage of the Contract;

g) Contractor’s as well as Subcontractor’s have to be registered in Montenegro before


implementing the works

3.3 The Minimum Qualifying Criteria for Tenders submitted by companies in partnerships
forming a Joint Venture/Consortium must also fulfil the following requirements:
a) The Tender shall comprise all information required by Sub-Clause 3.1 for each partner of the
Joint Venture/Consortium as well as the summary data for execution of Works by the
Tenderer.
b) The Tender shall be signed in a way that legally binds all Partners.
c) One partner shall be appointed as the Leading Partner responsible for the Contract and such
appointment shall be confirmed by submission of Powers of Attorney signed by legally
authorised signatories representing all the individual partners.
d) The Tender shall include a Preliminary Agreement or a Letter of Intent stating that all Partners
shall be legally responsible, and jointly and severally liable, for the execution of the Contract,
that the Leading Partner shall be authorised to obligate and receive instructions for and on
behalf of each and all Partners, and that the overall liability for the execution of the Contract,
including payments, shall be assumed by the Leading Partner.
e) All Partners in the Joint Venture/Consortium shall be bound to remain in the Joint
Venture/Consortium for the whole period of the execution of Contract.
f) Contractor’s as well as Subcontractor’s have to be registered in Montenegro before
implementing the works
Tenderers, which do not reach this minimum requirement are considered to be non-responsive and
subsequently will not be short-listed. Subsequently the Technical and Financial Offers of Tenderers
having not passed the minimum score will not be considered and returned unopened to the Tenderer.
Minor omissions and misinterpretations will be rectified during the technical evaluation stage.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 72


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

EVALUATION PROCEDURE
The documents submitted will be evaluated by the Employer and Consultant to determine the
acceptability of Tenderers. Information contained in the documents will be treated as strictly
confidential.
The Employer reserves the right to request contractor’s to prepare and furnish any clarification
considered necessary for the proper analysis of the post-qualification documents. Failure to comply
with such a request may result in disqualification.
Information concerning checking, explanation, opinions and comparison of tenders and
recommendations concerning the short-list of post-qualified Contractors, may not be disclosed to
Tenderers or any other person not officially involved in the process until the short-list of post-qualified
Contractors is officially announced.
Any attempt by a Tenderer to approach any member of the Evaluation Committee / Employer/
Financier / Engineer directly during the evaluation period will be considered legitimate grounds for
disqualifying his Post-qualification Document.
The evaluation of the post-qualification dossiers will be in line with the procedures laid down in ITT 25
and ITT 34. Applicants will be advised after the Opening Procedure and after evaluation of the Post-
qualification dossiers of their inclusion or otherwise exclusion in the approved group of tenderers. The
Employer does not bind himself to accepting any applicant and will not assign any reason for the
acceptance or rejection of any contractor.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 73


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

Item Reference Clause Opening Session Vol.1 ITT - 25

1 Vol. 1, ITT 19 (TDS) Tender Security (knock out criteria)

2 Vol. 1, ITT 25, ITT 24 Withdrawal

3 Vol. 1, ITT 25 Presence of Post Qualification Documents

Item Reference Clause Administrative Compliance

4. Vol. 1, ITT 22 (TDS) Timely submission of the documents

5. Vol. 1, ITT 21 Intact Package, duly marked and sealed

6. Vol. 1, ITT 20 One original and 3 copies of the Application

7. Vol.1, ITT 10 Application submitted in language of Tender (English)

8. Vol.1, Section 1.5.1 Articles of incorporation or constitution of the legal entity are attached
(Registration Documents)
● Applicant

● Joint Venture Partner or Specialized Subcontractor

8A. Vol. 1, ITT 20.2 Authorization to represent the firm (Power of Attourney) attached

● Applicant

● Joint Venture Partner or Specialized Subcontractor

Vol. 1, ITT 4 Single entity and each JV partner have no conflicts of interest

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 74


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

Postqualification Documents

Item Criteria Experience Maximum Points


Ind. Total
10. General Experience of Company 10
Overall experience with civil engineering construction projects of similar size (Form L/M) Vol.1 Section 1.5
in the last 10 (ten) years
Contract costs min. 1.500.000 Euro (for leading partner in JV min. 1.000.000€)
5 projects 6
6 projects 2
7 projects or more 2
11. Specific Construction Experience of the Main Contractor 30
Specific experience with projects of similar nature in the last 10 (ten) years (Form L/M) Vol.1 Section 1.5
satisfactory completion of sewerage network
and water supply projects
5 projects 10
6 projects 2
7 projects or more 2

12. Specific experience in the Balcan Region in the last 10 years (Form K) Vol.1 Section 1.5
1 project 7
2 projects or more 2

13. Experience in working conditions in Montenegro preferable in wastewater sector (Form K) Vol.1 Section 1.5
1 project 5
2 projects 2

14. Sub-Contracting: if applicable: -10


A deduction in the assessment of the main contractor's
experience will be made in the case of subcontracting. For each
sub-contractor whose share exceeds 10% of the value of the
works a reduction of -5 points will be applied on the main
contractor. The construction experience of such a sub-contractor
will be evaluated separately under point 14.
Sub-Contractor A -5
Sub-Contractor B -5
15. Specific Construction Experience of the Sub-Contractor(s) (if applicable) (Form J and Form L) 10
Specific experience in the wastewater sector
Sub-Contractor A 5
Sub-Contractor B 5
16. Equipment and Facilities, suitable and available for this project (Form I) 10
Suitable trench sheeting system (water proof) 2
full points if owned by tenderer or subcontractor, deduction if rented
3
Suitable concrete batching plant, capacity 60 m /h, concrete trucks, concrete pumps 2
full points if owned by tenderer or subcontractor, deduction if rented
Suitable number of mobile cranes, trucks, lories 2
full points if owned by tenderer or subcontractor, deduction if rented
Suitable excavators for pipe trench excavation 2
full points if owned by tenderer or subcontractor, deduction if rented
Sufficient number of bulldozers, tippers, rollers, compactors 2
full points if owned by tenderer or subcontractor, deduction if rented
17. Qualification of Key Staff (Form G) 15
Project Manager : For the project the contractor must have in ist employ available at least 10
2 (two) qualified engineers who have served in the role of a project manager
for the firm for at least two years and who have at least 10 years of experience
Site Engineer : For the project the contractor must have in ist employ available at least 5
2 (two) qualified engineers who have served in the role of a site engineer
for the firm for at least two years and who have at least 10 years of experience

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 75


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

Item Criteria Financial Maximum Points


Ind. Total
18. Financial Performance (certified by external Auditor) 25 25
as a minimum, the average financial turn-over of the past 3 (three) years
must be equal or exceed EUR 10.000.000€ (Knock-out criteria) (Form D)
Turnover of the last 3 years
10.000.000 - 12.500.000 Euro per year 15 15
more than 12.500.000 Euro per year 10 10
≥ 5.000.000 Euro for the leading partner of a Joint Venture

19. Contractor's Affidavit duly completed and signed (Form D3) n/y y

20. Certificate of Accountant duly completed and signed (Form D4) n/y y

Item Criteria Additional Maximum Points


Ind. Total
21. Completeness of the Documents 10 10
maximum 5 points. In case of missing documents, the following deduction:
General ínformation about the applicant (Form A) -1 0
Organization chart (Form C) -1 0
Data about joint venture (Form E) -1 0
Overview of Tenderers Personnel (Form F) -1 0
Relevant Geographical experience (Form K) -1 0
Quality Assurance System (Form K) -1 0
Pending litigation - History of Litigation (Form K) -3 0
Declaration of Undertaking (Form O) -1 0

Total 100 100

A short-list of post qualified tenderers will be circulated to all bidders. At minimum the Post
Qualification Documents shall reach 70% of the overall scoring as specified above. Tenderers which
do not reach this minimum requirement are considered to be non-responsive and subsequently will not
be short listed. Technical and Financial Offers of Tenderers having not passed the minimum score will
not be considered and shall be returned unopened to the Tenderer.

After having passed the Post-Qualification, the Technical Proposals will be opened and checked for
completeness.
In a last step the Financial Offers will then be opened and evaluated for those Tenderers only, who
were short-listed after the post-qualification and who have a technically responsive tender.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 76


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

QUESTIONNAIRE FORMS

1. The Questionnaire, together with other forms to be submitted by interested firms, is presented
in Section 1.5.2 of this document. The Questionnaire complies with FIDIC standards.

2. When preparing the requested information, attention should be given to the following:

• Please answer all questions.


• Supplementary pages might be photocopied and inserted, if required.
• Please number each page in the space provided at the top of each page.
• Please retain a copy of your complete submission.
• Project financial data are to be given in Euro.

3. The requested information must be submitted according to the forms attached hereafter in
Section 1.5.2:

A General Information about the Applicant


B Additional Notes to Applicants
C Organisation Chart
D Financial Statement
E Data about Joint Venture and Undertaking
F Overview of Applicants Personnel
G Key Personnel to be employed on the Contract
H is void
I Equipment
J Other
K Experience: Geographical
L Experience as Contractor (All completed Projects)
M Experience as Contractor (All Projects in progress)
N Additional Information
O Declaration of Undertaking

Additional pages attached to each standard page shall be listed on form B, Additional Notes to
Applicants.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 77


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

SECTION 1.5.2:
FORMS

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 78


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

POST -QUALIFICATION FORMS FOR CONTRACTORS

Form A General Information about the Tenderer


Power of Attorney

Form B Additional Notes to Tenderers

Form C Organisation Chart

Form D Financial Statement


D3 – Contractor’s Affidavit
D4 – Certificate of the Accountant

Form E Data about Joint Venture

Form F Overview of Tenderers Personnel

Form G Key Personnel to be employed on the Contract

Form H is void

Form I Equipment

Form J Other

Form K Experience: Geographical

Form L Experience as Contractor (All completed Projects)

Form M Experience as Contractor (All Projects in progress)

Form N Additional Information

Form O Declaration of Undertaking

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 79


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

GENERAL INFORMATION ABOUT THE TENDERER

Publication reference: BMZ ID 2012 66 196; RB-TV/KO-V1


Title of contract: Construction of Water Supply and Sanitation Adriatic Coast V1 –
Tivat and Kotor
Locations: Tivat and Kotor

Name of Company
..............................................................................
..........................................................................................................
..
Registered Address
..............................................................................
..........................................................................................................
..........................................................................................................
......
Telephone .............................. Telefax .......................

E-mail………………….

Names and nationalities of Principals/Directors & Associates


..........................................................................................................
..........................................................................................................
..........................................................................................................
............................................................
Type of Company
(Individual, Partnership, Corporation, etc.)

..........................................................................................................
Description of Company (e.g. General Civil Project Managing Contractor)
Company's Original Nationality

...........................................................
Number of Years experience as Contractor
- in own country ......................

- internationally ......................
Registration Particulars
.......................................................................
..........................................................................................................
.
Please attach copy of the Registration Certificate

Equity in the Company

Share (%)
..........................................................................................................
..
..........................................................................................................
Form A 1
WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

..

Name(s) and address(es) of associated Company(ies) to be involved in the project and


whether parent / subsidiary / subcontractor/other:
..........................................................................................................
..........................................................................................................
......
If the Company is a subsidiary, what involvement, if any, will the parent company have in the
project?
.....................................................................................................

Foreign Companies shall indicate whether or not they are established in the State of the
Employer in accordance with applicable regulations (For
information only)

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

Contact Person during Postqualification and Tender Phase:

Name ..............................

Telephone.......................

E-mail………………….

Signature : .................................................................................. Date………………….


(a person or persons authorised to sign on behalf of the Tenderer)

Form A 2
WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

Power of Attorney

Date: ...................................

ICB No.: RB-TV/KO-V1

Please attach here the power of attorney empowering the signatory of the tender and all
related documentation
Note: In case of a JV the written confirmation of authorization to sign on behalf of the Tenderer
shall consist of a Power of Authorization signed by all JV members. Also for the signatory of each
JV member or specialized Subcontractor a Power of Attorney shall be furnished.

Authorized and binding signature: ____________________________________________

Name and function of the signatory:___________________________________________

Name of the Tenderer: ______________________________________

Address: ____________________________________________

Date of signing: _____/____/____

Form A 3
WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

ADDITIONAL NOTES TO TENDERERS

Publication reference: BMZ ID 2012 66 196; RB-TV/KO-V1


Title of contract: Construction of Water Supply and Sanitation Adriatic Coast V1 –
Tivat and Kotor
Locations: Tivat and Kotor

1. All questions contained in the forms must be answered by the Tenderer.


2. Additional sheets may be copied and attached as necessary.
3. Every single page of each form must be numbered consecutively in the bottom right
hand corner.
4. Financial data and declarations presented by the Tenderer shall be given in Euro..
5. Each partner of a Joint Venture/Consortium shall fill in and submit every form.
6. Please retain a copy of your complete submission.
7. Please list below any additional page attached to each standard page

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

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

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

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

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

Form B
WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

ORGANISATION CHART

Publication reference: BMZ ID 2012 66 196; RB-TV/KO-V1


Title of contract: Construction of Water Supply and Sanitation Adriatic Coast V1 –
Tivat and Kotor
Location: Tivat and Kotor

Give details below of the Organisation Chart of your Company, showing the position of
directors, key personnel and functions, with connection to any parent company.

Signature ...........................................................

(a person or persons authorised to sign on behalf of the Tenderer)

Date...........................................}

Form C
WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

FINANCIAL STATEMENT

Publication reference: BMZ ID 2012 66 196; RB-TV/KO-V1


Title of contract: Construction of Water Supply and Sanitation Adriatic Coast V1 –
Tivat and Kotor
Location: Tivat and Kotor

1. Basic Capital

Amount.................................... EURO

2. Annual value of turnover taken for each of the last 3 years

EURO Year -3 Year -2 Last Year Current


Home
Abroad
Total

3. Approximate value of Work in hand (home and abroad):

.......................................EURO
4. Please attach copies of the Company's previous 3 years certified
Statements of Account (with translations into the language of the
procedure if necessary) from which the following basic data shall
be abstracted; and provide the same information projected forward
for the current year and the next two years.

Form D 1
WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

EURO Last full financial year -2 Last full financial year -1 Last full financial year

1.Total Assets .................... .................... ....................


2.Total Liabilities
Net Value (1-2) .................... .................... ....................

3.Liquid Assets .................... .................... ....................


4.Short-term debts
Working Capital
(3-4) .................... .................... ....................

5.Profit (before ............................................ ............................................ .....................................


taxation)
6.Loss .................... .................... .....................

5. Name and address of Banks (principal/others):

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

6. Please enclose a reference/certificate about the financial situation of the Company


and its access to credit facilities (maximum amount of credit facility to be stated in
Euro)
Minimum is 1.000.000 € (one million euro).
The form of the certificate shall be as follows:

We ...................................................................................................................

have examined the Financial Statement of .......................................................

............................................ as of ....................................................................

Our examination was made in accordance with generally accepted auditing standards and accordingly
included such tests of the accounting records and such other auditing procedures as we considered
necessary in the circumstance.

In our opinion the attached financial statements, bearing the seal of our firm, set forth fairly the
financial condition of

............................................ as of ...............................................
in conformity with generally accepted accounting principles.

________________________________________
(Signature )

________________________________________
(Name and Seal of Accounting Firm )

________________________________________
(Certified Public Accountant License No.)

Form D 2
WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

D3 CONTRACTOR’S AFFIDAVIT
_______________________________________________________________________
Note: The application will be returned unless the affidavit is complete in every respect

TO:
“D.O.O. Vodovod i kanalizacija Tivat” " Vodovod i kanalizacija Kotor " d.o.o.
II Dalmatinske A8 Škaljari, bb (zgrada Obnove)
85320 Tivat 85330 Kotor

Attention:

Mr Čedomir Lukić, Director Mr Dragan Roganović, Director

Mr. .................................... , being duly sworn, deposes and states that the attached
financial statement taken from his books are a true and accurate statement of his
financial condition as of the date thereof and that the answers to all the foregoing
interrogations and all statements therein are true, complete and accurate.

Date this ......................... day of .................. ,

Signature ................................................................

Form D 3
WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

D4 CERTIFICATE OF ACCOUNTANT

TO:
“D.O.O. Vodovod i kanalizacija Tivat” " Vodovod i kanalizacija Kotor " d.o.o.
II Dalmatinske A8 Škaljari, bb (zgrada Obnove)
85320 Tivat 85330 Kotor

Attention:

Mr Čedomir Lukić, Director Mr Dragan Roganović, Director

We ................................................................................................................................
have examined the Financial Statement of ...................................................................
.......................................................... as of ................................................................ .

Our examination was made in accordance with generally accepted auditing


standards and accordingly included such tests on the accounting records and such
other auditing procedures, as we considered necessary under the circumstance.

In our opinion, the attached financial statements, bearing the seal of our firm, set
forth fairly the financial condition of ..............................................................................
as of ............................................. in conformity with generally accepted accounting
principles.

..................................................
(Signature)

..................................................
(Name and Seal of Accounting Firm)

..................................................
(Certified Public Accountant License No.)

Form D 4
WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

DATA ABOUT JOINT VENTURES

Publication reference: BMZ ID 2012 66 196; RB-TV/KO-V1


Title of contract: Construction of Water Supply and Sanitation Adriatic Coast V1 –
Tivat and Kotor
Location: Tivat and Kotor

1. Name
......................................................................................

2. Managing Board’s Address


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

Telex ..........................................................

Telephone:.........................Fax:..........................

email:...................................................................

3. Agency in the State of the Employer, if any ( in the


case of a Joint Venture/Consortium with a foreign
Leading Partner )
Office Address
........................................................................................
........................................................................................
........................................................................................

Telex ..........................................................

Telephone:.........................Fax:..........................

email:...................................................................

4. Names of Partners
i)
.................................................................................
.............
ii)
.................................................................................
.............
iii)
.................................................................................
.............
etc.
.................................................................................
.............

Form E 1
WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

5. Name of Leading Partner

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

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

6. Agreement governing the formation of the Joint


Venture/Consortium
i) Date of signature:

................................................................
ii) Place:

...................................................................................
iii) Enclosure – Joint Venture/Consortium Agreement

7. Proposed proportion of responsibilities between


partners (in %, by value) with indication of the type of
the Works to be performed by each

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

8. Contact Partner During Postqualification and Tender


Phase:

Name:..........................................................

Telephone:.........................Fax:..........................

email:...................................................................

Signature : ..................................................................................

(a person or persons authorised to sign on behalf of the Tenderer)

Date: .....................}

Form E 2
WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

OVERVIEW OF TENDERERS PERSONNEL

Publication reference: BMZ ID 2012 66 196; RB-TV/KO-V1


Title of contract: Construction of Water Supply and Sanitation Adriatic Coast V1 –
Tivat and Kotor
Location: Tivat and Kotor

[i] Overall

a- Directors and Management ........................

b- Administrative Staff .......................

c- Technical Staff

- Project Managers …………………

- Mechanical Engineers …………………

- Control & Instrumentation Engineers …………………

- Structural Engineers …………………

- Other Engineers …………………

- Quality Control Staff …………………

- Surveyors …………………

- Foremen …………………

- Mechanics ………………..

- Technicians …………………

- Machine Operators ………………...

- Drivers ........................

- Other skilled staff ………………..

- Labour and unskilled staff ………………..

- Treatment Plant operational staff ........................


________________________________________________
Total ===========

Form F 1
WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

[ ii ] - Site Operative Staff to be employed on the Contract (if relevant)

a- Site Management, incl. Project Managers ........................


b- Administrative Staff ........................
c- Claims Management Staff …………………
d- Technical Staff ........................
- Surveyors ........................

- Foremen ........................

- Mechanics ........................

- Technicians ........................

- Machine operators ........................

- Drivers ........................

- Other skilled staff ........................

- Labour and unskilled staff ‘ ………………..

- Treatment Plant supervisors ……………….

- Human Resource staff ........................


_______________________________________________

Total ===========

Signature .................................................... Date ............................................}

(a person or persons authorised to sign on behalf of the Tenderer)

Form F 2
WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

Key Personnel to be Employed on the Contract

Publication reference: BMZ ID 2012 66 196; RB-TV/KO-V1


Title of contract: Construction of Water Supply and Sanitation Adriatic Coast V1 –
Tivat and Kotor
Location: Tivat and Kotor

Function/Name Nationality Age Education Years of expe- Major Works for which
rience (With the Responsible
Company/ in (Project/Value)
construction)
Project Manager 1
/
Project Manager 2
Site Manager 1

Site Manager 2
Quality Control
Manager

Health and Safety


Manager /

Human Resource
Manager

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

.............................
............ /

Please attach here the proof that Project Manager and Site Manager have working
experience within the Company for at least one year.

Signature ......................................................

(a person or persons authorised to sign on behalf of the Tenderer)

Date.........................................}

Form G
WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

EQUIPMENT

Publication reference: BMZ ID 2012 66 196; RB-TV/KO-V1


Title of contract: Construction of Water Supply and Sanitation Adriatic Coast V1 – Tivat
and Kotor
Location: Tivat and Kotor

Equipment proposed and available for the execution of the Contract 1

DESCRIPTION Power/ No. of Age Owned (O) Origin Present


(Type/Make/Model) Capacity Units (years) or hired(H)/ (Country) approximate
and Per- Value in
centage of EURO
Ownership
A) CONSTRUCTION
EQUIPMENT
/
/
/
/
/
/
/
/
/
/
/
/
/
/
/
/

1
Not the whole fleet of equipment owned by the Contractor
Form I 1
WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

DESCRIPTION Power/ No. of Age Owned (O) Origin Present


(Type/Make/Model) Capacity Units (years) or hired (H)/ (country) approxi-
and Percen- mate Value
tage of in
Ownership EURO
B) VEHICLES
AND TRUCKS
/
/
/
/
/
C) OTHER /
EQUIPMENT
/
/
/
/
/
/
/
/
/
/
/
/
/
/

Signature ...........................................................

(a person or persons authorised to sign on behalf of the Tenderer)

Date................................................}

Form I 2
WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

Resources : Other

Publication reference: BMZ ID 2012 66 196; RB-TV/KO-V1


Title of contract: Construction of Water Supply and Sanitation Adriatic Coast V1 –
Tivat and Kotor
Location: Tivat and Kotor

1 If it is foreseen that any part of the Contract will be subcontracted state the type of
work to be undertaken by the subcontractor(s) and, if known, give the name and
address of the subcontractor(s) to be used.

2 Fabrication facilities (to be completed only if relevant to the Project):

Summary :

Description :

Location :

Capacity :
Annual throughput:

Form J
WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

Experience : Geographical

Publication reference: BMZ ID 2012 66 196; RB-TV/KO-V1


Title of contract: Construction of Water Supply and Sanitation Adriatic Coast V1 –
Tivat and Kotor
Location: Tivat and Kotor

1 Countries in which works similar to the Project has been undertaken.

2 Summary of experience of Company in the country of the Project and/or


neighbouring states:

Form K
WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

EXPERIENCE AS CONTRACTOR
All Completed Projects
(be filled in for main contractor and subcontractor, if applicable)

Publication reference: BMZ ID 2012 66 196; RB-TV/KO-V1


Title of contract: Construction of Water Supply and Saniatation Adriatic Coast V1 –
Tivat and Kotor
Location: Tivat and Kotor

1. List of all contracts of similar nature and extent performed that have a date of
completion since 1st January 2005.

Name of Total Value Period of Starting Percentage Employer Prime Final


Project/Kind of Works the Contract date of works and Contractor Acceptance
of Works Contractor Incl any completed place (P) or Issued?
was agreed Sub- -Yes
responsible extension Contractor - Not Yet
for (S) (Current
Contracts)
- No
A) In home
country

Form L 1
WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME I – INSTRUCTIONS TO TENDERERS

Name of Total Value Period of Starting Percentage Employer Prime Final Ac-
Project/Kind of Works the Contract date of Works and Contractor ceptance
of Works Contractor Incl any Completed Place (P) or Issued?
was re- agreed Sub- - Yes
sponsible for extension Contractor - Not Yet
(S) (Current
Contracts)
- No
B) Abroad

2. Please attach here available references and certificates from the relevant
Employers.

Signature .......................................................................................

(a person or persons authorised to sign on behalf of the Tenderer)

Date ..................}

Form L 2
EXPERIENCE AS CONTRACTOR
All Projects in Progress

Publication reference: BMZ ID 2012 66 196; RB-TV/KO-V1


Title of contract: Construction of Water Supply and Saniatation Adriatic Coast V1 –
Tivat and Kotor
Location: Tivat and Kotor

1. List of all contracts of similar nature and extent which are still in progress

Name of Total Value Period of Starting Percentage Employer Prime Final


Project/Kind of Works the Contract date of works and Contractor Acceptance
of Works Contractor Incl any completed place (P) or Issued?
was agreed Sub- -Yes
responsible extension Contractor - Not Yet
for (S) (Current
Contracts)
- No
A) In home
country

Form M 1
Name of Pro- Total Value Period of Starting Per- Employer Prime Final Ac-
ject/Kind of of Works the Contract date centage of and Contractor ceptance
Works Contractor Incl any Works Place (P) or Issued?
was re- agreed Completed Sub- - Yes
sponsible for extension Contractor - Not Yet
(S) (Current
Contracts)
- No
B) Abroad

2. Please attach here available references and certificates from the relevant
Employers.

Signature .......................................................................................

(a person or persons authorised to sign on behalf of the Tenderer)

Date ..................}

Form M 2
Additional Information

Publication reference: BMZ ID 2012 66 196; RB-TV/KO-V1


Title of contract: Construction of Water Supply and Sanitation Adriatic Coast V1 – Tivat
and Kotor
Location: Tivat and Kotor

Please describe:

1 Company‘s quality assurance system:


(Attach documents of the Company)

2 Company‘s environmental policy:


(Attach documents of the Company)

3 Company‘s history of litigation or arbitration from contracts executed in the last six years or
currently under execution, Please indicate for each case year, name of employer, cause of
litigation, matter in dispute, disputed amount and whether the award was for or against
Company.
Year Award FOR or Name of client, cause of litigation, and Disputed amount
AGAINST Tenderer matter in dispute (current value in EURO)

(Attach documents of pending litigation process, court decisions, etc…)

Please add any further information which you consider to be relevant to the evaluation of
your post-qualification. If you wish to attach other documents please list below.

Paqe N
Submit the following declaration (KfW format) on the Tenderer’s letterhead:

Declaration of Undertaking

Date: ...................................

ICB No.: RB-TV/KO-V1

We underscore the importance of a free, fair and competitive procurement process that
precludes abusive practices. In this respect we have neither offered nor granted directly or
indirectly any inadmissible advantages to any public servant or other person nor accepted such
advantages in connection with our bid, nor will we offer or grant or accept any such incentives
or conditions in the present procurement process or, in the event that we are awarded the
contract, in the subsequent execution of the contract. We also declare that no conflict of
interest exists in the meaning of the kind described in the pertinent Guidelines.

We also underscore the importance of adhering to minimum social standards ("Core Labour
Standards") in the implementation of the project. We undertake to comply with the Core Labour
Standards ratified by the country of Montenegro.

We will inform our staff about their respective obligations and about their obligation to fulfil this
declaration of undertaking and to obey the laws of the country of Montenegro.

We also declare that our company/all members of the consortium has/have not been included
in the list of sanctions of the United Nations, nor of the EU, nor of the German Government, nor
in any other list of sanctions and affirm that our company/all members of the consortium will
immediately inform the client and KfW if this situation should occur at a later stage.

We acknowledge that, in the event that our company (or a member of the consortium) is added
to a list of sanctions that is legally binding for the client and/or KfW, the client is entitled to
exclude our company/the consortium from the procurement procedure and, if the contract is
awarded to our company / the consortium, to terminate the contract immediately if the
statements made in the Declaration of Undertaking were objectively false or the reason for
exclusion occurs after the Declaration of Undertaking has been issued.

Authorized and binding signature: ____________________________________________

Name and function of the signatory:___________________________________________

Name of the Tenderer: ______________________________________

Address: ____________________________________________

Date of signing: _____/____/____


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT

TENDER DOCUMENTS

VOLUME II: CONDITIONS OF CONTRACT

December 2015

ESSEN, GERMANY
 
WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

VOLUME II

CONDITIONS OF CONTRACT

CONTENTS

SECTION 2.1 - FORM OF CONTRACT AGREEMENT

SECTION 2.2 - GENERAL CONDITIONS OF CONTRACT

SECTION 2.3 - PARTICULAR CONDITIONS OF CONTRACT

SECTION 2.4 - APPENDIX TO TENDER

SECTION 2.5 - FORM OF ADVANCE PAYMENT GUARANTEE

SECTION 2.6 - FORM OF PERFORMANCE SECURITY

SECTION 2.7 – FORM OF EMPLOYER’S GUARANTEE

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 1


 
WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

SECTION 2.1:

FORM OF CONTRACT AGREEMENT

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 2


 
WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

CONTRACT AGREEMENT
LOT 1 - TIVAT
FINANCED BY
MUNICIPALITY OF TIVAT AND GOVERNMENT OF MONTENEGRO

CO-FINANCED BY
KFW DEVELOPMENT BANK, GERMANY

PROJECT:
WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT

This contract agreement is concluded between:

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

address:
............................................................................................................................. ...
........

(hereinafter called “the Employer”) of the one part and

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

address:
............................................................................................................................. ...
........

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 3


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

(hereinafter called ”the Contractor”) of the other part. Whereas the Employer is
desirous that certain works and services should be executed by the Contractor,
viz.:

Implementation of the Project “Water Supply and Sanitation Adriatic Coast


V1 – Tivat” and has accepted a Tender by the Contractor for the execution and
completion of such works and the remedying of defects therein.

The scope of work will be divided into mandatory works and optional works to be
contracted through an addendum as soon as preconditions are met. The scope of
work includes: construction of sewer pipes, manholes, civil engineering structures
and buildings, supply and installation of mechanical and electrical plant and
commissioning thereof, preparation of the execution and workshop drawings, as
built documentation for:

MANDATORY WORKS

Construction works based on Employer’s Detailed Design (ready for implementation as


soon as possible after the Commencement Date):

LOT 1. Water supply transmission pipeline


Includes the third phase of the construction of the transmission water
supply main from the connection point at “Obala Đuraševića” to the
reservoir “Radovići”, with valve chamber construction and road rein-
statement works.
Secondary sewer for connection of settlement Krašići to the existing sewer
system.
Includes sections of the secondary sewers in settlement Krašići with 2
compact pumping stations with supply and installation of mechanical
and electrical equipment and its connections to the power supply pub-
lic network, house connections and reinstatement works.
OPTIONAL WORKS

Construction works based on Employer’s Detailed Design (ready for implementation as


soon as possible after the Commencement Date and the addendum which would include
such Optional Works in the Contract):

LOT 1.
Secondary and tertiary sewer sections in the higher zones of Tivat wider
centre area – settlements Mažine, Tripovići, Donja Župa and Gornja Župa.
Includes sections of the secondary and tertiary sewers in settlements
of Mažine, Tripovići, Donja Župa and Gornja Župa, house connections
and reinstatement works.
Optional works shall be contracted latest 2 months after the Commencement Date.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 4


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

The Employer has accepted a tender by the Contractor for the execution and completion
of such works and the remedying of any defects therein.

Now this Agreement witnesses as follows:

1. In this contract words and expressions shall have the meanings assigned to
them in the contractual conditions set out below.

2. The following documents shall be deemed to form and be read and con-
strued as part of this contract, in the following order of precedence:

(a) the Contract Agreement,

(b) Letter of Acceptance

(c) Minutes of Contract Negotiations.

(d) Addenda Nos. and issued clarifications

(e) the Tender with Appendix

(f) the Particular Conditions of Contract,

(g) the General Conditions of Contract,

(h) the Employer’s Requirements and Technical Specification

(i) the Design documentation (drawings),

(j) the Breakdown of the overall price,

(k) the Contractors proposal

(l) any other documents forming part of the contract.

Addenda shall have the order of precedence of the document they are modi-
fying.

3. In consideration of the payments to be made by the Employer to the Contractor as


hereinafter mentioned, the Contractor undertakes to design where required, execute
and complete the works and remedy defects therein in full compliance with the provi-
sions of the contract and the laws of Montenegro

4. Supervision services in accordance with provisions of Law on Spatial Planning and


Construction, (Off. Gazette of Montenegro, No. 51/08) and By-law on Method and
Procedure of Performing Professional Supervision (Off. Gazette of Montenegro No.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 5


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

06/09) for construction works under this Contract shall be carried out by Fichtner Wa-
ter & Transportation GmbH & IWA Consalt doo.

5. The Employer hereby agrees to pay the Contractor in consideration of the execution
and completion of the mandatory works and remedying of defects therein the amount
of:

Contract Sum (exclusive of VAT)


…………........................................................................................... EUR

(in words ………………….......................................……………….. EUR)

or such other sum as may become payable under the provisions of the contract at
the times and in the manner prescribed by the contract.

6. After the Contract signing, the Employer or Municipality on behalf of the Employer
shall provide either a bank guarantee to the Contractor or a proof of deposited funds
for the part of works which are financed from municipal own contribution funds.

In case of bank guarantee, guarantee shall be issued for the part of mandatory works
which are financed from municipal own contribution funds. Bank Guarantee shall be
issued for period in which disbursement of municipality’s own contribution is foreseen
and in accordance with Cash Flow provided by the Contractor. Bank Guarantee shall
be deposited at KfW headquarter in Frankfurt.

th
7. Commencement Date is the 14 day after the Contract’s date of entry into force.

8. Time for Completion:

LOT 1. 456 calendar days including interruption in the works implementation over the
st st
summer tourist season period from 1 June to 1 September and including
optional works

In witness whereof the parties hereto have signed the Contract on _______________.
This Contract shall enter into force upon fulfilment of the following two cumulative require-
ments:

1. provision of the Employer’s Bank Guarantee or proof of deposited funds.

2. provision of Decision on VAT by Tax Administration

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 6


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

Authorized signature of EMPLOYER Authorized signature of CONTRACTOR

Signed and sealed by Signed and sealed by

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

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

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

Name of the signatory (in block capitals)

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

........................................................................ In the capacity of:

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

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

Being fully authorised by and acting on behalf of:

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

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

Date.......................................................................

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 7


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

CONTRACT AGREEMENT
LOT 2 - KOTOR
FINANCED BY
MUNICIPALITY OF KOTOR AND GOVERNMENT OF MONTENEGRO

CO-FINANCED BY
KFW DEVELOPMENT BANK, GERMANY

PROJECT:
WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR

This contract agreement is concluded between:

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

address:
............................................................................................................................. ...
........

(hereinafter called “the Employer”) of the one part and

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

address:
................................................................................................................................
........

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 8


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

(hereinafter called ”the Contractor”) of the other part. Whereas the Employer is
desirous that certain works and services should be executed by the Contractor,
viz.:

Implementation of the Project “Water Supply and Sanitation Adriatic Coast


V1 – Kotor” and has accepted a Tender by the Contractor for the execution and
completion of such works and the remedying of defects therein.

As funds are limited, the scope of work will be divided into works to be contracted
now, called mandatory works and works to be contracted later through an adden-
dum called optional works. The scope of work includes: construction of water
supply secondary and tertiary lines with reconnection of the households, con-
struction of the WS Flow Control Chambers, electrical works for the WS reservoir
and commissioning thereof, preparation of the execution and workshop drawings,
as built documentation for:

MANDATORY WORKS

Construction works based on Employer’s Detailed Design (ready for implementa-


tion as soon as possible after the Commencement Date):
LOT 2. Water supply, secondary and tertiary network with reconnection of
the households in the settlements of Sveti Stasije, Roda-
Psihijatrija, Daošine, and industrial zone of Kotor.
Includes the Construction of the water supply pipelines with
connection of the private households to the network, testing,
commissioning of the works as well as necessary reinstatement
works in public and private properties.

Improvement of Control and Maintenance of Water Supply System


in Kotor.
Includes construction of the measurement point chambers with
supply of the equipment, testing and commissioning of the
works as well as reinstatement works.

Purchase and delivery of the Sewage Pump.

OPTIONAL WORKS

Construction works based on Employer’s Detailed Design (ready for implementa-


tion as soon as possible after the Commencement Date and the addendum which
would include such Optional Works in the Contract):

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 9


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

LOT 2. Water supply secondary and tertiary network with reconnection of


the households in the settlements of Kamp and Orahovac.
Includes the Construction of the water supply pipelines with
connection of the private households to the network, testing,
commissioning of the works as well as necessary reinstatement
works in public and private properties.

Optional works shall be contracted latest 2 months after the Commencement


Date.

The Employer has accepted a tender by the Contractor for the execution and
completion of such works and the remedying of any defects therein.

Now this Agreement witnesses as follows:

1. In this contract words and expressions shall have the meanings assigned to
them in the contractual conditions set out below.

2. The following documents shall be deemed to form and be read and con-
strued as part of this contract, in the following order of precedence:

(a) the Contract Agreement,

(b) Letter of Acceptance

(c) Minutes of Contract Negotiations.

(d) Addenda Nos. and issued clarifications

(e) the Tender with Appendix

(f) the Particular Conditions of Contract,

(g) the General Conditions of Contract,

(h) the Employer’s Requirements and Technical Specification

(i) the Design documentation (drawings),

(j) the Breakdown of the overall price,

(k) the Contractors proposal

(l) any other documents forming part of the contract.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 10


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

Addenda shall have the order of precedence of the document they are modi-
fying.

3. In consideration of the payments to be made by the Employer to the Contractor as


hereinafter mentioned, the Contractor undertakes to design where required, execute
and complete the works and remedy defects therein in full compliance with the provi-
sions of the contract and the laws of Montenegro

4. Supervision services in accordance with provisions of Law on Spatial Planning and


Construction, (Off. Gazette of Montenegro, No. 51/08) and By-law on Method and
Procedure of Performing Professional Supervision (Off. Gazette of Montenegro No.
06/09) for construction works under this Contract shall be carried out by Fichtner Wa-
ter & Transportation GmbH & IWA Consalt doo.

5. The Employer hereby agrees to pay the Contractor in consideration of the execution
and completion of the mandatory works and remedying of defects therein the amount
of:

Contract Sum (exclusive of VAT)


…………........................................................................................... EUR

(in words ………………….......................................……………….. EUR)

or such other sum as may become payable under the provisions of the contract at
the times and in the manner prescribed by the contract.

6. After the Contract signing, the Employer or Municipality on behalf of the Employer
shall provide either a bank guarantee to the Contractor or a proof of deposited funds
for the part of works which are financed from municipal own contribution funds.

In case of bank guarantee, guarantee shall be issued for the part of mandatory works
which are financed from municipal own contribution funds. Bank Guarantee shall be
issued for period in which disbursement of municipality’s own contribution is foreseen
and in accordance with Cash Flow provided by the Contractor. Bank Guarantee shall
be deposited at KfW headquarter in Frankfurt.

th
7. Commencement Date is the 14 day after the Contract’s date of entry into force.

8. Time for Completion:

LOT 2. 243 calendar days including interruption in the works implementation over the
th st
summer tourist season period from 15 June to 1 September and optional
works

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 11


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

In witness whereof the parties hereto have signed the Contract on _______________.
This Contract shall enter into force upon fulfilment of the following two cumulative require-
ments:

1. provision of the Employer’s Bank Guarantee or proof of deposited funds.

2. provision of Decision on VAT by Tax Administration

Authorized signature of EMPLOYER Authorized signature of CONTRACTOR

Signed and sealed by Signed and sealed by

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

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

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

Name of the signatory (in block capitals)

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

........................................................................ In the capacity of:

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

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

Being fully authorised by and acting on behalf of:

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

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

Date.......................................................................

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 12


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

SECTION 2.2:

GENERAL CONDITIONS OF CONTRACT

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 13


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

VOLUME II

SECTION 2.2
GENERAL CONDITIONS OF CONTRACT

The Works to be Tendered and executed shall be governed by

Conditions of Contract for Construction

For Building and Engineering Works designed by the Employer

General Conditions, first edition 1999 (ISBN: 2-88432-022-9), published by

FIDIC / Federation Internationale des Ingenieurs-Conseils.

 * P.O.Box 311, CH-1215 Geneva, Switzerland,

 *(+ 41) 22 - 799 4905, fax: (+ 41) 22 - 799 4901

e-mail: fidic.pub@fidic.orgpobox.com

WWW: http:// www.fidic.org

The Tenderer is deemed to be acquainted with and in possession of this version of Gen-
eral Conditions and may on request of the Employer be required to submit a copy duly
countersigned by the person, authorised to sign the Tender.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 14


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

SECTION 2.3:

PARTICULAR CONDITIONS OF CONTRACT

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 15


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

VOLUME II

SECTION 2.3
PARTICULAR CONDITIONS OF CONTRACT

Conditions of Contract for Construction

for Building and Engineering Works designed by the Employer

PARTICULAR CONDITIONS

These Particular Conditions are to be read in conjunction with the

General Conditions of Contract for Construction for Building and Engineering Works de-
signed by the Employer, First Edition 1999, published by the Federation of Internationale
des Ingenieurs-Conseils (FIDIC). The Particular Conditions take precedence over the
General Conditions.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 16


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

CONTENTS

1. GENERAL PROVISIONS

1.1 Definitions
1.4 Law and Language
1.5 Priority of Documents
1.6 Contract Agreement
1.7 Assignment
1.8 Care and Supply of Documents
1.12 Confidential Details
1.14 Joint and Several Liability
1.15 Inspections and Audit by the Bank

2. THE EMPLOYER

2.2 Permits, Licenses or Approvals


2.4 Employer’s Financial Arrangements
2.5 Employer’s Claims
2.6 Assignment of Rights and Duties

3. THE ENGINEER

3.1 Engineer’s Duties and Authority


3.6 Contractor’s attendance

4. THE CONTRACTOR

4.1 Contractor’s General Obligations


4.2 Performance Security
4.3 Contractor’s Representative
4.4 Subcontractors
4.7 Setting out
4.8 Safety Procedures
4.9 Quality Assurance
4.11 Sufficiency of the accepted contract amount
4.12 Unforeseeable physical conditions
4.14 Avoidance of Interference
4.18 Protection of the environment
4.21 Progress Reports
4.23 Contractor’s operations on site
4.24 Fossils
4.25 Construction Log-Book, Daily Diary, Site Inspection Book, Site Instruction Book
4.26 Existing services

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 17


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

4.27 General Design Obligations


4.28 Contractor’s Documents
4.29 Contractor’s Undertaking
4.30 Technical Standards and Regulations
4.31 Training
4.32 As-Built Design / Documents
4.33 Operation and Maintenance Manuals
4.34 Design Errors

6. STAFF AND LABOUR

6.1 Engagement of Staff and Labour


6.2 Rates of Wages and Conditions of Labour
6.5 Working Hours
6.6 Facilities for Staff and Labour
6.7 Health and Safety
6.8 Contractor’s Superintendence
6.9 Contractor’s Personnel
6.12 Foreign Staff and Labour
6.13 Burial of the dead
6.14 Supply of water
6.15 Alcoholic liquor and drugs
6.16 Arms and ammunition
6.17 Festivals and religious customs
6.18 Returns of labour and Contractor’s equipment
6.19 Records of safety and health
6.20 Reporting of accidents
6.21 Employment Records

7. PLANT, MATERIALS AND WORKMANSHIP

7.3 Inspection
7.4 Testing
7.5 Rejection
7.8 Royalties
7.9 Alternative Materials
7.10 Examination of Works before covering up
7.11 Uncovering and making openings

8. COMMENCEMENT DELAYS AND SUSPENSION

8.1 Commencement of Work


8.3 Programme
8.4 Extension of Time for Completion
8.6 Rate of Progress

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 18


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

8.13 Cash Flow Estimate

9. TESTS ON COMPLETION

9.1 Contractor’s obligations

10. EMPLOYER’S TAKING OVER

10.1 Taking-Over of the Works and Sections


10.2 Taking-Over of Parts of the Works
10.5 Taking Over by the Employer

12. MEASUREMENT AND EVALUATION

12.2 Method of Measurement


12.3 Evaluation
12.5 Quantities

13. VARIATIONS AND ADJUSTMENTS

13.1 Right to Vary


13.3 Variation Procedures
13.4 Payment in applicable Currencies
13.8 Adjustment for Changes in Cost

14. CONTRACT PRICE AND PAYMENT

14.1 The Contract Price


14.2 Advance Payment
14.3 Application for Interim Payment Certificates
14.4 Schedule of Payments
14.5 Plant and Material intended for the Works
14.6 Issue of Interim Payment Certificates
14.7 Payment
14.10 Statement at Completion
14.11 Application for Final Payment Certificate
14.13 Issue of Final Payment Certificate
14.15 Currencies of Payment

15. TERMINATION BY EMPLOYER

15.2 Termination by Employer


15.6 Corrupt or fraudulent Practices

16. SUSPENSION AND TERMINATION BY CONTRACTOR

16.1 Contractor’s Entitlement to Suspend Works


16.2 Termination by Contractor

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 19


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

17. RISK AND RESPONSIBILITY

17.1 Indemnities
17.3 Employer’s Risk

18. INSURANCE

18.3 Insurance against Injury to Persons and Damage to Property

19. Force Majeure

19.1 Definition of Force Majeure


19.2 Notice of Force Majeure

20. CLAIM, DISPUTES AND ARBITRATION

20.2 Appointment of the Dispute Adjudication Boars


20.3 Failure to agree Dispute Adjudication Board’s Decision
20.6 Arbitration

21. ETHICS CLAUSE

21.1 Prior Authorization


21.2 Conflict of Interest
21.3 Professionalism
21.4 Human Rights
21.5 Other Payments
21.6 Confidentiality
21.7 Use of Documents
21.8 Code of Conduct
21.9 Cancellation Rights in Case of Corruption
21.10 Supporting Evidence Provided by Contractor
21.11 Right of Access to Documents after Construction

22. CONTRACTOR’S DESIGN OBLIGATIONS

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 20


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

The General and Particular Conditions define the rights and obligations of the parties (i.e.
the Employer and the Contractor). In case of any discrepancy between corresponding
articles of the General Conditions and the Particular Conditions, the Particular Conditions
shall prevail. Provisions of articles unchanged in the Particular Conditions shall be valid in
the form given in the General Conditions.

CLAUSE 1 GENERAL PROVISIONS

SUB-CLAUSE 1.1 DEFINITIONS

1.1.1.2 “Contract Agreement”

Delete “(if any)” from the definition

1.1.2.2 “Employer”

The Employer is:

LOT 1 – Tivat Contract

“D.O.O. Vodovod i kanalizacija Tivat”


II Dalmatinske A8
85320 Tivat
Tel/Fax: +382 (0)32 671 790

LOT 2 – Kotor Contract

"Vodovod i kanalizacija Kotor d.o.o.”

Škaljari, bb (zgrada Obnove)

85330 Kotor

Tel/Fax : +382 (0)32 325

1.1.2.3 “Contractor”

The Contractor is:

Name: ………………………………….
represented by: ……………………….
Address: ……………………………….

Phone:………………………………….

1.1.2.4 “Engineer”

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 21


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

The Engineer is:

Name: ………………………………….
represented by: ……………………….
Address: ……………………………….

Phone:………………………………….

Insert new definition:

1.1.2.11 “Bank”

The Bank is KfW.

Insert new definition:

1.1.2.12 “Borrower”
The Borrower is

LOT1: the Municipality of Tivat

LOT2: the Municipality of Kotor

Insert new definition:

1.1.2.13 “PEA”
Project Executing Agency (PEA) is Vodacom.

1.1.3 “Dates, Tests, Periods and Completion”

Add the relevant definitions as follows:

1.1.3.10 “Mechanical Completion Notice”

“Mechanical Completion Notice” means the notice issued by the Contractor at the
end of the erection of a portion of the Works, indicating that this portion is ready
for start-up and tests.

1.1.3.11 “Performance Tests”

“Performance Tests” means such tests to be performed by the Contractor as per


the Contract or as directed by the Engineer so as to prove the guaranteed plant
performance values.

1.1.3.12 “Reliability Tests”

“Reliability Tests” mean one month of continuous operation of the whole system to
prove the ability of the system

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 22


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

1.1.4.6 “Foreign Currency”

Add to the end of the sentence:

“and is the Euro”.

1.1.6.2 “Country”

Delete the Sub-Clause text and replace with:

“Country” means State of Montenegro, where the Site is located and where the
Permanent Works are to be executed.

1.1.6.5 “Laws”

Delete the Sub-Clause text and replace with:

“Laws” means all legislation, statutes, ordinances and other laws, and regulations
and by-laws of any legally constituted public authority applicable in Montenegro.

1.1.6.7 “Site”

Add to the end of the sentence:

“Site means the lands and other places wherein the Works are proposed to be
constructed whether through, upon, underneath, or inside such lands and places
and shall also comprise lands and other places furnished by the Employer for the
execution of this Contract.

It also comprise any other place mentioned or designated in the Contract as a part
of the Site in accordance with any coordination made with municipal and official
authorities, as well as any other place which may be agreed upon by the two par-
ties to form part of the Site during the execution of the Works; the site may be a
road course, or public or private land which is not the property of the Employer.”

Add the following Sub-Clauses:


1.1.6.10 “Progress Reports” means the reports required under Sub-Clause 4.21

SUB-CLAUSE 1.4 LAW AND LANGUAGE

Add the following text:

a) The language of communication between Engineer, Contractor and the PEA


shall be English;

b) The language of communication which includes Employer or Municipality as


active participants shall be in English and Montenegrin language;

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 23


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

c) The language for day to day communication on site shall be the English and
Montenegrin language. In case of discrepancies between the English and the
Montenegrin version the English version shall prevail.

d) Minutes from meetings indicated in Sub-Clause 4.21 will be in English and


Montenegrin language;

For the purposes of communication under b) Contractor shall provide a translator.

SUB-CLAUSE 1.5 PRIORITY OF DOCUMENTS

Delete the Sub-Clause and replace with:

“The documents forming the Contract are to be taken as mutually explanatory of


one another. For the purpose of interpretation the priority of the documents shall
be as the order listed in the Contract Agreement.

If an ambiguity or discrepancy is found in the document, the Engineer shall issue


any necessary clarification or instruction”.

SUB-CLAUSE 1.6 CONTRACT AGREEMENT

Delete the Sub-Clause and replace with:

The Parties shall enter into a Contract Agreement based upon the form given in
Volume II, Section 2.1 (Contract Form) and within the period of the tender validity.

The Contract becomes effective on the date of signature by the Contractor.

The costs of the stamp duties and similar charges (if any) imposed by the law in
connection with entry into the Contract Agreement shall be borne by the Contrac-
tor.

SUB-CLAUSE 1.7 ASSIGNMENT

Delete this sub-clause and replace with:

The Contractor shall not assign the whole or any part of the Contract or any benefit
or interest in or under the Contract. However, the Contractor:

(a) may assign the whole or any part with the prior agreement of the Employer, at
the sole discretion of the Employer, and

(b) may, as security in favour of a bank or financial institution, assign its rights to
any moneys due, or to become due, under the Contract.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 24


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

SUB-CLAUSE 1.8 CARE AND SUPPLY OF DOCUMENTS

Add after the second paragraph:

“One copy of the contract shall be kept on site by the Contractor and the same
shall be available at all reasonable times for inspection and use by the Engineer,
and by any other person authorized by the Engineer in writing. The said docu-
ments shall be kept thoroughly up-to-date at all times”.

SUB-CLAUSE 1.12 CONFIDENTIAL DETAILS

Add an extra paragraph:

(a) Contract to be confidential

“The Contractor shall treat the details of the Contract as private and confidential,
save insofar as may be necessary for the purposes thereof, and shall not publish
or disclose the same or any particulars thereof in any trade or technical paper or to
any third party without the prior written consent of the Employer. If any disputes
arises as to the need to publish or disclose any part of the contract the same shall
be referred to the Employer whose decision shall be final.

(b) Photographs

No photographs of the site or the works or any part thereof shall be published
and/or circulated without the prior written permission of the Employer and no such
permission shall exempt the Contractor from complying with the laws and regula-
tions regarding taking and publishing photographs.

(c) Publicity

The Contractor shall not give any information concerning the works for publication
in the media without the prior written approval of the Employer.

SUB-CLAUSE 1.14 JOINT AND SEVERAL LIABILITY

Add at the end of the Sub-Clause:

d) The lead partner shall be authorised to receive instructions for and on behalf
of all partners, individually and collectively, and the lead partner shall be re-
sponsible for execution of the contract including payments.

e) The lead partner shall perform not less than 40% of the value of the works by
his own personnel and equipment.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 25


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

f) The composition or the constitution of the joint-venture shall not be altered


without prior consent of the Employer.

After Sub-clause 1.14 Add new sub-clause

SUB-CLAUSE 1.15 INSPECTIONS AND AUDIT BY THE BANK

The Contractor shall permit the Bank and/or persons appointed by the Bank to in-
spect the Site and/or the Contractor’s bank accounts and other records relating to
the performance of the Contract and to have such accounts and records audited
by auditors appointed by the Bank if required by the Bank.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 26


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

CLAUSE 2 THE EMPLOYER

SUB-CLAUSE 2.2 PERMITS, LICENCES OR APPROVALS

Delete Sub-Clause 2.2. and substitute:

Prior to commencement of works the Employer shall obtain permits for con-
struction work issued by relevant national or local authorities. The Contractor
shall assist in this process by submitting to the Employer on time all the nec-
essary design and other documentation.

The Contractor shall obtain all permits concerning his work, staff, materials
and equipment used acc. to the requirements of valid Montenegrin regula-
tions.

General permits concerning the works required from relevant national or local
authorities not mentioned in (a) or (b) shall be obtained by the Contractor af-
ter providing all necessary documentation. Such permits inter alia permits for
traffic diversions, route permits, permits for radio communication, and permits
for relocation of public utilities etc. The Employer and the Contractor together
shall draw up a schedule for the submission of fully documented requests for
permits to carry out the works. The cost of any delays suffered by the Con-
tractor due to the late issue of any permits referred to in this paragraph to
carry out the works, shall be borne by the Employer if the delay is due to the
Employer and by the Contractor himself if the delay is due to the Contractor or
to delivering authorities.

The Contractor shall comply with the requirements of such permits described
in this sub-clause and shall give the issuing authority full opportunity to in-
spect and examine the works. Furthermore, he shall allow the authority to
participate in testing and checking procedures, which shall not relieve the
Contractor of any of his responsibilities under the contract.

SUB-CLAUSE 2.4 EMPLOYER’S FINANCIAL ARRANGEMENTS

Add at the end of the Sub-Clause:

In addition, if the Bank has notified to the Borrower that the Bank has suspended dis-
bursements under its loan, which finances in whole or in part the execution of the Works,
the Employer shall give notice of such suspension to the Contractor with detailed particu-
lars, including the date of such notification, with a copy to the Engineer, within 7 days of
the Borrower having received the suspension notification from the Bank. If alternative
funds will be available in appropriate currencies to the Employer to continue making pay-
ments to the Contractor beyond a date 60 days after the date of Bank notification of the

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 27


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

suspension, the Employer shall provide reasonable evidence in such notice of the extent to
which such funds will be available.

After 2.5 Add new sub-clause 2.6:

SUB-CLAUSE 2.6 ASSIGNMENT OF RIGHTS OR DUTIES

The Employer may assign any of his rights or duties under the contract to the
Borrower and/or PEA. In such case the Borrower/ PEA will act as Employer.
PEA shall however have no authority to amend the contract, or to assign any
part of the Contract or any benefit or interest in or under it, except as may be
agreed by both Parties.

CLAUSE 3 THE ENGINEER

SUB-CLAUSE 3.1 ENGINEER’S DUTIES AND AUTHORITY

Replace this sub-clause by the following:

The Employer shall appoint the Engineer who shall carry out the duties as-
signed to him in the Contract. The Engineer’s staff shall include suitably quali-
fied engineers and other professionals who are competent to carry out these
duties.
The Engineer shall have no authority to amend the Contract.
The Engineer may exercise the authority attributable to the Engineer as speci-
fied in or necessarily to be implied from the Contract. If the Engineer is re-
quired to obtain the approval of the Employer before exercising a specified
authority, the requirements shall be as stated in the Particular Conditions. The
Employer shall promptly inform the Contractor of any change to the authority
attributed to the Engineer.
However, whenever the Engineer exercises a specified authority for which the
Employer’s approval is required, then (for the purposes of the Contract) the
Employer shall be deemed to have given approval.
Except as otherwise stated in these Conditions:

(a) whenever carrying out duties or exercising authority, specified in or implied by


the Contract, the Engineer shall be deemed to act for the Employer;

(b) the Engineer has no authority to relieve either Party of any duties, obligations
or responsibilities under the Contract; and

(c) any approval, check, certificate, consent, examination, inspection, instruction,


notice, proposal, request, test, or similar act by the Engineer (including ab-
sence of disapproval) shall not relieve the Contractor from any responsibility

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 28


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

he has under the Contract, including responsibility for errors, omissions, dis-
crepancies and non-compliances.

The following provisions shall apply:

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

(a) Sub-Clause 4.12: Agreeing or determining an extension of time and/or addi-


tional cost.

(b) Sub-Clause 13.1: Instructing a Variation, except;


(i) in an emergency situation as determined by the Engineer

(c) Sub-Clause 13.3: Approving a proposal for Variation submitted by the Con-
tractor in accordance with Sub Clause 13.1 or 13.2.

(d) 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 responsibility 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
forthwith comply, despite the absence of approval of the Employer, with any
such instruction of the Engineer. The Engineer shall determine an addition to
the Contract Price, in respect of such instruction, in accordance with Clause
13 and shall notify the Contractor accordingly, with a copy to the Employer.

The Engineer shall obtain the specific approval of the Bank (through PEA) be-
fore taking action with regard to:

Instructing a Variation based on Employer’s or Municipality’s request for:

a. additional work, Plant, Materials or services not necessary for the Perma-
nent Works and which represent additional quantities and/or items in re-
spect to the contracted BoQ of Permanent Works;

b. change in the contracted Scope of Works (reduction or exclusion of


measures); and

c. Agreeing or determining an extension of time and/or additional cost asso-


ciated with a and b

Add the following sub-clause 3.6

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 29


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

SUB-CLAUSE 3.6 CONTRACTOR’S ATTENDANCE

a) The Contractor shall attend all meetings when called upon by the Engineer or
PEA and the cost of so doing shall be deemed to be included in the Contract
Price. The Engineer shall prepare minutes of the meetings and supply copies
of the minutes to those attending the meeting and to the Employer and PEA.
In the record, responsibilities for any actions to be taken shall be in accor-
dance with the contract.

b) The Contractor shall bear the expenses of the Engineer and Employer, if he
requests them to attend meetings or inspections or give approvals outside the
project area

CLAUSE 4 THE CONTRACTOR

SUB-CLAUSE 4.1 CONTRACTOR’S GENERAL OBLIGATIONS

Add extra paragraphs:

The Contractor shall provide if required on Site water, all energy , telephone and
all other services required to execute the Works. Where main supplies are not
available in Site, the Contractor shall provide a generator with suitable capacity,
and water tanks of suitable sizes and with the required petrol, diesel or gas for
their operation. The costs for the auxiliary works and services are deemed to be
included in the Contract Price.

The Contractor shall provide every assistance to the Engineer and his staff in car-
rying out their duties and shall provide personnel to assist the checking, testing,
sampling, setting out, levelling, and measurement of the works together with a suf-
ficient supply of pegs, poles, paint, line levels and other materials and small tools
required for the checking, setting out and measurement of the Work.

The Contractor shall also provide for the Engineer and his staff such waterproof
clothing, safety helmets, rubber boots, lights and the like as may reasonably be
required by them. These articles shall remain the property of the Contractor, and
shall be repaired and replaced by him to the extent necessitated by fair wear and
tear.

The costs for the above assistance are deemed to be included in the Contract
Price.

The Contractor is obliged to carry out this Contract in accordance with provisions
of valid Building Law and respective By-Laws of Montenegro. Among other re-

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 30


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

quirements, Contractor is obliged to have certified licences issued in Montenegro,


for carrying out the works under this Contract. Foreign companies have to register
in Montenegro as a branch of the mother company – subsidiary (original Montene-
grin wording: “dio stranog društva – d.s.d.”)

In addition the Contractor shall give due regard to the following matters:

General:

(1) He shall attempt to decrease noise and environmental pollution as much


as possible.

(2) He shall not use the Site for purposes other than the execution of the
Works.

(3) He shall drain flood water and excess water by pumping (if necessary) to
prevent damage to any third party.

(4) He shall preserve trees, planted fields and fences in a suitable manner,
and shall replant or replace those that were damaged or removed, and re-
erect fences to their original condition, in accordance with the Engineer’s
instructions.

(5) He shall preserve buildings and structures in the vicinity of the site and
shall repair and make good any damage resulting from his construction
activities under this contract at his own costs in the time stipulated by the
Engineer and to the satisfaction of the Owner of the property.

(6) In case of a need to erect scaffolding on any property the Contractor shall
contact the owner of the property and arrange for the proper execution, as
well as for the removal of the scaffolding, and for the performance of all
repairs before the Time of Completion expires. Support in contact with
the owner will be guaranteed by the Employer.

If not foreseen otherwise in the Contract, such general obligations are deemed to
be included in the Contract price.

Control of Work Management:

If not otherwise specified in the Employer’s Requirements

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 31


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

(1) The Contractor shall cooperate with the Engineer in arranging the time
and dates of site meetings, and in preparing the Minutes of Meetings.

(2) He shall cooperate with the Engineer in taking photographs for the presen-
tation of reports on the works progress.

(3) He shall keep a special record, registering the climatic conditions of


maximum and minimum temperatures, humidity, and rainfall in millimetres
including the number of rainfall hours, for each day.

(4) In case of repair works, he shall tabulate the requirements thereof, and in-
form the Engineer of his completion of each item, one by one.

(5) The Contractor shall provide the site with a materials laboratory, and he
shall staff it with a qualified laboratory technician with the necessary ex-
perience to carry out the required duties.

(6) In case of the Engineer’s rejection of any material or work, the Contractor
shall, before starting to rectify such condition, submit his proposals to the
Engineer for such rectification to avoid the repetition of the error.

If not foreseen otherwise in the Contract, such management obligations are


deemed to be included in the Contract price.

Contractor’s Professional Conduct and Execution of his Duties in Connection with


the Contract.

(1) Good Practice: If a full description of any material, product or workman-


ship was not specified, then it is nevertheless understood that these mate-
rials or works shall be suitable for the purposes of the Contract or what
may be needed to execute the item in conformity with good practice and
whatever is mentioned for the relevant item Bill of Quantities, the Specifi-
cations, and the Standards being used.

(2) Standard Specifications: If Standards such as DIN, EN, ISO etc. are speci-
fied, then the Contractor shall submit a Certificate of Origin certifying that
the item purchased is in conformity with such standard, and submit the
same for the Engineer’s approval.

(3) Specifications Prescribing a Product: If a single source be specified for


any material or a product, then the Contractor shall be bound by the same,
and shall not change the said single source without the written approval of
the Engineer..

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 32


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

(4) The Contractor shall place clear signs wherever services are concealed, in
order to facilitate relocation of the said services during testing, mainte-
nance, repair or operation of the same.

If not foreseen otherwise in the Contract, such obligations under execution of Contractor’s
duties are deemed to be included in the Contract price.

SUB-CLAUSE 4.2 PERFORMANCE SECURITY

Replace the second paragraph with the following:

The Contractor shall deliver the Performance Security to the Employer within 21
days after Contract enter into force and shall send a copy to the Engineer.
The Performance Security must be furnished by the Contractor in the form of an
original signed bank guarantee and it shall be issued according to the Contractor's
choice:

a) By a bank operating in the country of the Employer or by a foreign bank


through a co-operating bank in the country of the Employer, or

b) Subject to the approval of the Employer, directly by a foreign bank.

Contractor shall submit draft of the Bank’s performance guarantee to PEA and the
Employer for approval prior to its issuance. Guarantee shall correspond to the
template provided in annex to these PCC in form and content.

SUB-CLAUSE 4.3 CONTRACTOR’S REPRESENTATIVE

Replace the last Paragraph with:

The Contractor’s Representative shall be fluent in the language for communica-


tions defined in Sub-Clause 1.4 [Law and Language]. If the Contractor’s Represen-
tative’s delegates are not fluent in the said language, the Contractor shall make
competent interpreters available during all working hours in a number deemed suf-
ficient by the Engineer.

SUB-CLAUSE 4.4 SUBCONTRACTORS

Add at the end of item b):

“The Engineer’s approval/disapproval shall be given within 28 days”.

Add additional items:

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 33


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

e) The Contractor shall provide evidence that provisions mentioned under item
d) are included in the sub-contract. Such information shall be provided 7 days
before this subcontractor starts his work.

f) Each Subcontractor must satisfy the eligibility criteria applicable for the award
of the Contract.

g) The Contractor shall perform, using his own means, particularly personnel
and equipment, for the major part of the works. Consequently, the total ag-
gregate value of work sub-contracted shall not exceed the amount specified
in the Appendix to Tender. The work done by the Contractor using his own
means shall be clearly defined upon the request of the Engineer.

h) The Contractor shall be obliged to either give Contractors from Montenegro a


fair and reasonable opportunity to be appointed as Sub-contractors, or to em-
ploy locally acquired staff to the greatest possible extent

SUB-CLAUSE 4.7 SETTING OUT

Add after the first paragraph:

“Throughout the execution of the Works, the Contractor shall continuously keep an
experienced surveyor on the site to perform and/or supervise the setting out and
other survey work. The instruments used by the Contractor shall be of a make and
type suitable for the tasks to be performed and faultless in technical condition and
adjustment. They shall be subject to approval by the Engineer”.

“The Engineer, or the person or organization authorized by him, may check the
setting out at any stage in construction, and the Contractor shall keep site books,
plans and other records to facilitate such checking”.

SUB-CLAUSE 4.8 SAFETY PROCEDURES

Add at the end of item a):

“and provide a safety plan to the Employer not later than 14 days prior to the pro-
grammed date for the start of construction of the Works”.

SUB-CLAUSE 4.9 QUALITY ASSURANCE

Delete the first paragraph and replace with:

“The Contractor shall instigate a quality assurance system, to demonstrate com-


pliance with the requirements of the Contract. The Contractor shall submit details

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 34


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

of his system to the Engineer within 28 days of the signing of the Contract Agree-
ment and it shall include:

a) quality management procedures to be utilised on the Site

b) organisation structure for implementing the quality management procedures

c) evidence of quality management manuals to be used and

d) procedures to ensure all Sub-contractors comply with the quality manage-


ment requirements.

The Engineer shall be entitled to audit any aspect of the system”

SUB-CLAUSE 4.11 SUFFICIENCY OF THE ACCEPTED CONTRACT AMOUNT

Add the following paragraph:

A reduction in the scope of works which may possibly be required during the im-
plementation phase in order to match with the available budget does not result in
an increase of unit rates.

SUB-CLAUSE 4.14 AVOIDANCE OF INTERFERENCE

Add after Item b):

“c) where closure of a public road is required under the Contract, the approval of
the responsible authority is required before such closure can take place. The Con-
tractor shall provide the responsible authority, not less than 14 days before the
closure of the road, his proposal on how the work shall be undertaken, public traf-
fic will be detoured, and the time for its completion. The Engineer shall approve
the Contractor’s proposal, or seek amendments in order to ensure compliance
with this Sub-Clause and local regulations.

SUB-CLAUSE 4.18 PROTECTION OF THE ENVIRONMENT

Add the following text at the end of the subject sub-clause:

The Contractor shall comply with all applicable current legislation, regulations and
specifications with respect to all measures, operations and administrative steps
required for the full protection and safeguarding of the environment.

The Contractor will be responsible for the proper disposal of sewage from all
places within the site and shall comply strictly with the regulations of the relevant
authorities.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 35


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

The Contractor shall comply with the regulations of the Employer and the fire fight-
ing authorities and take all necessary precautions throughout the execution and
completion of the works to prevent outbreak of fire.

During the execution and completion of the works, the Contractor shall protect the
environment on and off the site from contamination. Accordingly, he shall collect
all kinds of waste, including offal, production and communal wastes, and transport
them to a waste tip approved by the Engineer.

The Contractor shall not release, or permit to be released into the air, water and
land area at or in the vicinity of the site any toxic or harmful effluent or substance,
and shall indemnify the Employer against any claims or liability arising from any
breach of this obligation.

SUB-CLAUSE 4.21 PROGRESS REPORTS

Add to the end of the clause:

i) Engineer’s representative and Contractor shall meet at times scheduled by


the Engineer, PEA on a weekly basis to discuss the status of Contractor’s
performance of this contract. This weekly Progress Meetings shall be at-
tended by Contractor’s representative, representatives of PEA (including the
Consulting Engineer’s representatives, if any) and representatives of the Em-
ployer.
The agenda for such meetings shall cover a review of progress attained, a
review of schedules and plants for future activities, the status of staffing, en-
gineering, safety, equipment, material, supply, payments, current and antici-
pated difficulties, interface with other Contractors, claims for extras, and other
pertinent topics. The minutes of the meetings shall be prepared by Engineer,
and shall be issued to all parties within three (3) days after the meeting for
previous clarifications. Contractor’s representative shall fill in the progress ta-
ble prepared by PEA or Engineer, on weekly basis.
Further ad-hoc meetings will be held if needed. Time and place of these
meetings shall be mutually agreed taking into consideration the subject to be
discussed.

j) The Contractor shall attend all meetings when called upon by the Engineer or
PEA and the cost of so doing shall be deemed to be included in the Contract
Price. The Engineer shall prepare minutes of the meetings and supply copies
of the minutes to those attending the meeting and to the Employer and PEA.
In the record, responsibilities for any actions to be taken shall be in accor-
dance with the contract.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 36


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

k) The Contractor shall bear the expenses of the Engineer and Employer, if he
requests them to attend meetings or inspections or give approvals outside the
project area

SUB-CLAUSE 4.23 CONTRACTOR’S OPERATIONS ON SITE

Add to the end of the sub-clause:

No important operation of any kind, especially cutting through or closing existing


roads, water supply systems or other public utilities shall be carried out without the
written consent of the Engineer. The Contractor shall apply to the Engineer in writ-
ing for such consent at least 14 days prior to the proposed start of such opera-
tions. He shall include with the application full details of the operation, the pro-
gramme, together with the major items of plant to be employed and also enclose
copies of all necessary permits obtained in accordance with Clause 1.13.

SUB-CLAUSE 4.24 FOSSILS

At the end of this Sub-clause insert additional paragraph:

“In accordance with Montenegrin Law any items found are the property of Montenegro.
The Contractor shall pass over any items to the Montenegrin authorities as directed by the
engineer.

Add New Sub-Clause: -

SUB-CLAUSE 4.25 CONSTRUCTION LOG-BOOK, DAILY DIARY, SITE INSPECTION


BOOK, SITE INSTRUCTION BOOK

The Contractor’s Representative shall be responsible for keeping the Construction


Log-Book, a Daily Diary, Site Inspection Book and a Site Instruction Book on Site.
Information shall be entered into these documents only by duly authorised per-
sons.

Entries into the Construction Log-Book, the Daily Diary or the Site Instruction Book
do not relieve the Parties and the Engineer from complying with the requirements
of Sub-Clause 1.3 (Communications), unless agreed to by the Parties and the En-
gineer and confirmed in writing.

All entries into the Construction Log-Book, the Daily Diary or the Site Instruction
Book by duly authorised persons not representing the Employer, Contractor, or the
Engineer, are to be reported promptly by the Contractor’s Representative to the
Engineer. Contractor shall keep separate sets of Construction Log-Books per each
Lot..

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 37


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

Entries into the Construction Log-Book may be used by either Party as contempo-
rary records under Sub-Clause 2.5 (Employer’s Claims) or Sub-Clause 20.1 (Con-
tractor’s Claims).

Contractors Entries made into Construction Log-Book shall be supported with:

a) relevant proofs of the quantity calculations (tables with clearly indicated calcu-
lation steps)

b) survey records (sketches, drawings, tables)

c) test results required for the proof of the quality of the works entered into

Construction Log-Book, approved by the Engineer, shall be used as basis for issu-
ance of Contractor’s Statement under application for interim payment certificates
(reference Sub clause 14.3).

The Engineer shall make certification of the quantity calculations submitted within
the Construction Log-Book within the period not longer than 21 days after receiv-
ing the required particulars.

Documentation on Site must be in accordance with provisions of By-Law on man-


ner of keeping of Daily Diary, Construction Log Book and Site Inspection Book
("Sl. list Crne Gore", br. 81/08 od 26.12.2008) or the current legislation that will be
effective in work performance period

Add New Sub-Clause: -

SUB-CLAUSE 4.26 EXISTING SERVICES

The Contractor shall acquaint himself with the position of all existing services such
as sewerage, water supply, telephone, electricity, gas and the like before any ex-
cavation or other work likely to affect those services is commenced. The Contrac-
tor will be liable for any damage of any kind caused by him or his Sub-Contractors
in the execution of the works, and must make good such damage at his own ex-
pense and to the complete satisfaction of the Engineer within the Time for Com-
pletion.

Contractor is required to make all necessary arrangements with the relevant local
authorities and owners for the removal, diversion or reinstatement of all services
as agreed with or instructed by the Engineer. The costs for taking down existing
facilities / service lines/ service pipes and the like, maintaining and reinstating to

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 38


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

original state as soon as construction is complete are deemed to be included in


the contract price, and no additional payment will be entertained for such works.

Add New Sub-Clause: -

SUB-CLAUSE 4.27 GENERAL DESIGN OBLIGATIONS

Scope of the Contractor’s Design Obligations

The general design obligations of the Contractor shall include, but not be limited
to:

 Preparation of construction and workshop drawings

 Preparation of the reinforcement drawings for all reinforced concrete


structures where not included in the tender documents (incl. preparation of
formwork drawings, reinforcement drawings, steel schedules)

 Detailed design for sections of the works where only a preliminary design
has been included in the tender documents

 Preparation of selective Details for superstructures acc. to local standards

 Preparation of the layout plans for the cable routing for connection to the
public Power Supply Network.

 Preparation of the as-built drawings

All design documentation need to be produced in accordance with provisions of


By-law ON PROCEDURE OF TECHNICAL DOCUMENTATION PRODUCTION
AND ITS CONTENTS (Official Gazette RoM, No. 22/02) or the current legislation
that will be effective in work performance period

Design shall be prepared by qualified designers who are engineers or other pro-
fessionals who comply with the criteria (if any) stated in the Employers Require-
ments. Unless otherwise stated in the Contract, the Contractor shall submit to the
Engineer for consent the name and particulars of each proposed designer and de-
sign sub-contractor.

The Contractor warrants that he, his designers and design sub-contractors have
the experience and capability necessary for the design. The Contractor undertakes
that the designers shall be available to attend discussions with the Engineer at all
reasonable times, until the expiry date of the relevant Defects Notification Period.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 39


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

Upon receiving notice under Sub-Clause 8.1 [Commencement of the Works], the
Contractor shall scrutinize the Employer’s Requirements (including design criteria
and calculations, if any) and the items of reference mentioned in Sub-Clause 4.7
[Setting Out]. Within a period of 14 days, calculated from the Commencement
Date, the Contractor shall give notice to the Engineer of any error, fault or other
defect found in the Employer’s Requirements or these items of reference.

After receiving this notice, the Engineer shall determine whether Clause 13 [Varia-
tions and Adjustments] shall be applied, and shall give notice to the Contractor ac-
cordingly. If and to the extent that (taking account of cost and time) and experi-
enced Contractor exercising due care would have discovered the error, fault or
other defect when examining the Site and the Employer’s Requirements before
submitting the Tender, the Time for Completion shall not be extended and the
Contract Price shall not be adjusted.

The Contractor shall be obliged to finalize his entire design work as given in the
Employers Requirements.

Add New Sub-Clause: -

SUB-CLAUSE 4.28 CONTRACTOR’S DOCUMENTS

The Contractor’s Documents shall comprise the technical documents specified in


the Employer’s Requirements, documents required to satisfy all regulatory approv-
als and the documents described in Sub-Clause 4.33 [As-Built Documents] and
Sub-Clause 4.34 [Operation and Maintenance Manuals]. Unless otherwise stated
in the Employer’s Requirements, the Contractor’s Documents shall be written in
the language for communications defined in Sub-Clause 1.4 [Law and Language].

The Contractor shall prepare all Contractor’s Documents, and shall also prepare
any other documents necessary to instruct the Contractor’s Personnel. The Em-
ployer’s Personnel shall have the right to inspect the preparation of all these
documents, wherever they are being prepared.

If the Employer’s Requirements describe the Contractor’s Documents which are to


be submitted to the Engineer for review and / or approval, they shall be submitted
accordingly, together with a notice as described below. In the following provisions
of this Sub-Clause, (i) “review period” means the period required by the Engineer
for review and (if so specified) for approval, and (ii) “Contractor’s Documents” ex-
clude any documents which are not specified as being required to be submitted for
review and / or approval.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 40


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

Unless otherwise stated in the Employer’s Requirements, each review period shall
not exceed 21 days, calculated from the date on which the Engineer receives a
Contractor’s Document and the Contractor’s notice. The notice shall state that the
Contractor’s Document is considered ready, both for review (and approval, if so
specified) in accordance with this Sub-Clause and for use. The notice shall also
state that the Contractor’s Document complies with the Contract, or the extent to
which it does not comply.

The Engineer may, within the review period, give notice to the Contractor that a
Contractor’s Document fails (to the extent stated) to comply with the Contract. If a
Contractor’s Document so fails to comply, it shall be rectified, resubmitted and re-
viewed (and, if specified approved) in accordance with this Sub-Clause, at the
Contractor’s cost.

For each part of the Works, and except to the extent that the prior approval or
consent of the Engineer shall have been obtained:

a) In the case of a Contractor’s Document which has (as specified) been


submitted for the Engineer’s approval:

i. The Engineer shall give notice to the Contractor that the Contrac-
tor’s Document is approved, with or without comments, or that it
fails (to the extent stated) to comply with the Contract;

ii. Execution of such part of the Works shall not commence until the
Engineer has approved the Contractor’s Document; and

iii. The Engineer shall be deemed to have approved the Contractor’s


Document upon the expiry of the review periods for all the Contrac-
tor’s Documents which are relevant to the design and execution of
such part, unless the Engineer has previously notified otherwise in
accordance with sub-paragraph (i);

b) Execution of such part of the Works shall not commence prior to the ex-
piry of the review periods for all the Contractor’s Documents which are
relevant to its design and execution;

c) Execution of such parts of the Works shall be in accordance with these


reviewed (and, if specified, approved) Contractor’s Documents: and

d) If the Contractor wishes to modify any design or document which has pre-
viously been submitted for review (and, if specified, approval), the Con-
tractor shall immediately give notice to the Engineer. Thereafter, the Con-
tractor shall submit revised documents to the Engineer in accordance with
the above procedure.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 41


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

If the Engineer instructs that further Contractor’s Documents are required, the
Contractor shall prepare them promptly.

Any such approval or consent, or any review (under this Sub-Clause or otherwise),
shall not relieve the Contractor from any obligation or responsibility.

In case that Contractor’s Documents for a certain aspect of the works have been
submitted/re-submitted more than twice and were not approved by the Engineer
since they failed to comply with the Contract, then the Contractor is responsible to
bear the Engineer’s costs for the additional design reviews required.

Add New Sub-Clause: -

SUB-CLAUSE 4.29 CONTRACTOR’S UNDERTAKING

The Contractor undertakes that his designs, the Contractor’s Documents, the exe-
cution and the completed Works will be in accordance with:

a) The laws in the Country, and

b) The Documents forming the Contract, as altered or modified by Variations

Add New Sub-Clause: -

SUB-CLAUSE 4.30 TECHNICAL STANDARDS AND REGULATIONS

The Contractor’s design, the Contractor’s Documents, the execution and the com-
pleted Works shall comply with the Technical Standards of the European Commu-
nity EN, German technical standards DIN, as well as with the standards, building,
construction and environmental laws applicable in Montenegro, laws applicable to
the product being produced from the Works, and other standards specified in the
Employers Requirements, applicable to the Works, or defined by the applicable
laws.

All these laws shall, in respect of the works and each section, be those prevailing
when the works or section are taken over by the Employer under Clause 10 [Em-
ployer’s Taking Over]. References in the Contract to published standards shall be
understood to be references to the edition applicable on the Base Date, unless
stated otherwise.

If changed or new applicable standards come into force in the Country after the
Base Date, the Contractor shall give notice to the Engineer and (if appropriate)
submit proposals for compliance. In the event that:

a) The Engineer determines that compliance is required, and

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 42


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

b) The proposals for compliance constitute a variation,

then the Engineer shall initiate a Variation in accordance with Clause 13 [Varia-
tions and Adjustments].

Add New Sub-Clause: -

SUB-CLAUSE 4.31 TRAINING

The Contractor shall carry out the training of Employer’s Personnel in the opera-
tion and maintenance of the Works to the extent specified in the Employer’s Re-
quirements. If the Contract specifies training which is to be carried out before tak-
ing-over, the Works shall not be considered to be completed for the purposes of
taking-over under Sub-Clause 10.1 [Taking Over of the Works and Sections] until
this training has been completed.

The Employer shall provide his personnel for training and operational assistance
under the Contractor’s responsibility, whereas it has to be noted that the responsi-
bility for the operation and performance itself is with the Employer. The Employer
shall bear all costs for the operation of the scheme including personnel costs, en-
ergy costs and consumables.

Add New Sub-Clause: -

SUB-CLAUSE 4.32 AS BUILT DESIGN / DOCUMENTS

The Contractor shall prepare, and keep up to date, a complete set of “as-built” re-
cords of the execution of the Works, showing the exact as-built locations, sizes
and details of the work as executed. These records shall be kept on the Site and
shall be used exclusively for the purposes of this Sub-Clause. Two copies shall be
supplied to the Engineer prior to the commencement of the Tests on Completion.
The as built design(s) has to be prepared according to By-law ON PROCEDURE
OF TECHNICAL DOCUMENTATION PRODUCTION AND ITS CONTENTS (Offi-
cial Gazette RoM, No. 22/02).

In addition, the Contractor shall supply to the Engineer as-built drawings of the
Works, showing all works as executed, and submit them to the Engineer for review
under Sub-Clause 4.29 [Contractor’s Documents]. The Contractor shall obtain the
consent of the Engineer as to their size, the referencing system, and other relevant
details.

Prior to the issue of any Taking-Over Certificate, the Contractor shall supply to the
Engineer the specified numbers and types of copies of the relevant as-built draw-
ings, in accordance with the Employer’s requirements. The Works shall not be

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 43


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

considered to be completed for the purposes of taking over under Sub-Clause


10.1 [Taking Over of the Works and Sections] until the Engineer has received
these documents.

All as built documentation shall be handed to the Employer both as hard copies
and in digital format in the numbers and in line with the specifications stipulated in
the Employer’s Requirements.

Add New Sub-Clause: -

SUB-CLAUSE 4.33 OPERATION AND MAINTENANCE MANUALS

Prior to commencement of the Tests on Completion, the Contractor shall supply to


the Engineer provisional operation and maintenance manuals in sufficient detail for
the Employer to operate, maintain dismantle, reassemble, adjust and repair the
plant.

The Works shall not be considered to be completed for the purposes of taking-
over under Sub-Clause 10.1 [Taking Over of the Works and Sections] until the En-
gineer has received final operation and maintenance manuals in such detail, and
any other manuals specified in the Employer’s Requirements for these purposes.

Add New Sub-Clause: -

SUB-CLAUSE 4.34 DESIGN ERRORS

If errors, omissions, ambiguities, inconsistencies, inadequacies or other defects


are found in the Contractor’s Documents, they and the Works shall be corrected at
the Contractor’s Cost, notwithstanding any consent or approval under this Clause.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 44


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

CLAUSE 6 STAFF AND LABOUR

SUB-CLAUSE 6.1 ENGAGEMENT OF STAFF AND LABOUR

Add to the Sub-clause:

The Contractor is encouraged, to the extent practicable and reasonable, to employ


staff and labour with appropriate qualifications and experience from sources within
the Country.

SUB-CLAUSE 6.2 RATES OF WAGES AND CONDITIONS OF LABOUR

Add the following paragraph:

The Contractor will pay all legal requirements relating to fulfil Montenegrin law for
his staff.

SUB-CLAUSE 6.5 WORKING HOURS

Delete the Sub-Clause and replace with:

No work shall be carried out on the Site on locally recognised days of rest, or
outside the normal working hours stated in the Appendix to Tender, unless:

(a) the Engineer gives the instruction in accordance with Sub Clause 8.6,

(b) the Engineer gives consent, or

(c) the work is unavoidable, or necessary for the protection of life or property or
for the safety of the Works, in which case the Contractor shall immediately ad-
vise the Engineer.

If the Engineer instructs or permits the Contractor to work beyond the official
hours, then the Contractor shall bear the supervision costs and expenses of the
overtime hours of any of the Engineer Staff, in accordance with the decision and
approval of the Engineer.

In case of instruction or approval of work beyond the official hours, Contractor


shall pay to the Engineer a monthly sum which shall be deemed to cover all
costs associated with periods where works outside the normal working hours
were consented or instructed by the Engineer for the invoiced period.
Engineer shall issue monthly invoices directly to the Contractor and Contractor
shall pay those invoices latest until 14 days of their issuance. Monthly sum shall
reflect the amount of overtime working hours and shall be based on unit prices
from consultancy contract between Engineer and PEA for supervision services of
construction works under this Contract.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 45


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

SUB-CLAUSE 6.6 FACILITIES FOR STAFF AND LABOUR

Add the following paragraph:

The Contractor shall include in his tender all costs for transporting staff and
workmen to and from the various parts of the site or in connection with the
works; all costs incurred by securing, recruiting, and transporting labour to the
site when such labour is from outlying areas, and all costs incurred by returning
said labour on termination of engagement. The Contractor shall be responsible
that all staff and labour will be provided with the required resident visas and work
permits.

SUB-CLAUSE 6.7 HEALTH AND SAFETY

Delete the Sub-Clause and replace with:

“The Contractor shall at all times take all reasonable precautions to maintain the
health and safety of the Contractor’s personnel. In collaboration with local health
authorities, the Contractor shall ensure that medical staff, first aid facilities, sick
bay and ambulance services are available at all time at the Site and at any ac-
commodation for Contractor’s and Employer’s Personnel, and as stated in the
Contractor’s safety plan. Suitable arrangements shall be made for all necessary
welfare and hygiene requirements and for the prevention of epidemics.

The Contractor shall employ or nominate a Safety Officer, who shall be responsi-
ble for the health and safety and protection against accidents of all staff and la-
bourers. The Safety Officer shall be qualified for this work and shall be responsible
for issuing required instructions and undertaking protective measures to prevent
accidents to the satisfaction of the legal requirements and contractual conditions.
Throughout the execution of the Works the Contractor shall provide whatever is
required by this person in the exercise of his duties and responsibilities .

The Contractor shall within 24 hours of the occurrence of any accident at or about
the site, or in connection with the execution of the Works, report on such accidents
to the Engineer. The Contractor shall also report such an accident to the compe-
tent authority, whenever such a report is required by law”.

SUB-CLAUSE 6.8 CONTRACTOR’S SUPERINTENDENCE

Add the following paragraph:

“A reasonable share of the Contractor’s superintending staff shall have a working


knowledge of English and Montenegrin or the Contractor shall have available on

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 46


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

site at all times a sufficient number of competent interpreters to ensure the proper
transmission of instructions and information”.

SUB-CLAUSE 6.9 CONTRACTOR’S PERSONNEL

Add at the beginning of the Sub-Clause:

“The Contractor’s Personnel shall include persons who have the professional li-
cences required by the Law in Montenegro in undertaking Contractor’s duties un-
der the Contract”.

Add New Sub-Clause: -

SUB-CLAUSE 6.12 FOREIGN STAFF AND LABOUR

“The Contractor may employ foreign personnel for the execution of the Works, al-
though the Contractor is encouraged, as far as is practicable, to employ personnel
from within Montenegro. The Contractor is responsible for ensuring that the en-
gagement of all foreign personnel is in accordance with the applicable Laws in
Montenegro, and including regulations relating to residence visas, work permits,
and professional certificates for engineering and management personnel, as re-
quired.

The Contractor shall be responsible for the repatriation to the place of recruitment
of all foreign personnel employed upon the Works. The Contractor shall be re-
sponsible for the proper care of all such persons until they have left Montenegro.
In the event of the Contractor’s default the Employer may repatriate and maintain
such persons and recover the costs from the Contractor.

All costs relating to the application of this Sub-Clause shall be borne by the Con-
tractor”

Add New Sub-Clause: -

SUB-CLAUSE 6.13 BURIAL OF THE DEAD

The Contractor shall make all the necessary arrangements for the transport, to any
place as required for burial, of any of his expatriate employees or members of their
families who may die in Montenegro. The Contractor shall also be responsible, to
the extent required by the local regulations, for making any arrangements with re-
gard to burial of any of his local employees who may die while engaged upon the
Works.

Add New Sub-Clause: -

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 47


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

SUB-CLAUSE 6.14 SUPPLY OF WATER

The Contractor shall, so far as it is reasonably practicable having regard to local


conditions, provide on the Site an adequate supply of drinking and other water for
the use of his staff and labour.

Add New Sub-Clause: -

SUB-CLAUSE 6.15 ALCOHOLIC LIQUOR AND DRUGS

The Contractor shall not, otherwise than in accordance with the Statutes, Ordi-
nances, and Government Regulations or Orders for the time being in force, import,
sell, give, barter, or otherwise dispose of any alcoholic liquor or drugs, or permit or
tolerate any such importation, sale, gift, barter, or disposal by his subcontractors,
agents, staff, or labour.

Add New Sub-Clause: -

SUB-CLAUSE 6.16 ARMS AND AMMUNITION

The Contractor shall not give, barter, or otherwise dispose of to any person or per-
sons, any arms or ammunition of any kind or permit or tolerate the same as afore-
said.

Add New Sub-Clause: -

SUB-CLAUSE 6.17 FESTIVALS AND RELIGIOUS CUSTOMS

The Contractor shall, in all dealings with his staff and labour, have due regard to all
recognised festivals, days of rest, and religious and other customs.

Add New Sub-Clause: -

SUB-CLAUSE 6.18 RETURNS OF LABOUR AND CONTRACTOR’S EQUIPMENT

“At the beginning of each month the Contractor shall deliver to the Engineer a re-
turn showing the number, distribution and trades of all employees, including staff,
employed during the previous month by himself and by his sub-contractor(s), and
for each major item of Contractor’s Equipment the number of hours during the
previous month that the equipment was working, idle and breakdown time.

Add New Sub-Clause: -

SUB-CLAUSE 6.19 RECORDS OF SAFETY AND HEALTH

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 48


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

The Contractor shall maintain records and make reports to the Engineer concern-
ing the safety, health and welfare of his staff and labour and of damage to property
in such form and detail as the Engineer shall reasonably prescribe.

Add New Sub-Clause: -

SUB-CLAUSE 6.20 REPORTING OF ACCIDENTS

The Contractor shall report to the Engineer details of any accident as soon as rea-
sonably possible after its occurrence. In the case of any fatality or serious acci-
dent, the Contractor shall notify the Engineer immediately by the quickest available
means.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 49


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

CLAUSE 7 PLANT, MATERIALS AND WORKMANSHIP

SUB-CLAUSE 7.3 INSPECTION

Add the following at the end of the Sub-Clause:

Independent Third-Party Inspection:

In addition to the works inspections and tests carried out by the manufacturers and
suppliers of materials, equipment and plant, the Contractor may arrange and pay
for the services of an independent third party Inspection Agency approved by the
Engineer and the Employer.

This independent Inspection Agency shall be directed by and responsible to the


Engineer, and shall have the right to entry to all manufacturing, testing, and pack-
ing premises as and when necessary to witness manufacturing stages and tests,
and to review quality control and certification relating to the manufacturing of the
pipes and fittings to be incorporated in the works.

The inspection Agency may also be required to inspect mechanical and electrical
equipment in cases where these are not inspected by the Engineer.

The Contractor may propose the use of more than one independent Inspection
Agency provided that inspection of materials and equipment of any one type or
originating from any one manufacturer is not divided.

Immediately after Award of Contract, the Contractor shall procure and submit to
the Engineer for approval a detailed proposal for inspection and testing services
from the Inspection Agency (or Agencies) he proposes to employ.

If the proposal is approved by the Engineer, following any modifications instructed,


the Contractor shall immediately appoint the Independent Inspection Agency and
shall direct the Agency to audit the Manufacturer’s proposed quality control
scheme for the materials the Agency is to inspect. An Inspector shall then attend
at each manufacturer’s works as and when necessary to monitor procedures from
the commencement of works on articles related to this contract.

The manufacture of pipes, fittings, pumps, and any other materials and equipment
to be inspected shall not commence prior to the attendance of the Inspector,
unless the Engineer has specifically agreed to the contrary.

The inspection services required in this contract shall be the responsibility of the
Contractor and the costs of such services shall be included in the unit prices for

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 50


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

the various items of work under this Contract. No separate payment will be made
to the Contractor for such required inspections.

SUB-CLAUSE 7.4 TESTING

In the first paragraph of sub-clause 7.4 revise the wording: “The Contractor shall
provide …” to “The Contractor shall provide at his own cost …”

SUB-CLAUSE 7.5 REJECTION

Add at the end of the Sub-Clause:

In case of the Engineer’s rejection of any material or work, the Contractor shall,
before starting to rectify such condition, submit his proposal to the Engineer for
such rectification for approval.

SUB-CLAUSE 7.8 ROYALTIES

In the second line add “including fees for dumping waste tips, debris and hazard-
ous waste”, after the word “payments”.

Add New Sub-Clause: -

SUB-CLAUSE 7.9 ALTERNATIVE MATERIALS

If and when Contractor proposes an alternative material which he considers suit-


able for the required use, then he shall notify the Engineer in writing of its Specifi-
cations and request the approval. Engineer has to obtain the approval of the Em-
ployer and PEA prior to approving any change in the contracted material.

Add New Sub-Clause: -

SUB-CLAUSE 7.10 EXAMINATION OF WORKS BEFORE COVERING UP

Pouring of reinforced concrete is only permitted after the examination of the rein-
forcement and the formwork by the Engineer and approval of the defined parts of
the Works.

The backfilling of pits and trenches is only permitted after successful testing and
visual inspection of buildings, pipes, sewers and drains by the Engineer and ap-
proval of the defined parts of the Works.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 51


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

CLAUSE 8 COMMENCEMENT, DELAYS AND SUSPENSION

SUB-CLAUSE 8.1 COMMENCEMENT OF WORKS

Delete the first paragraph and replace with:

The Engineer or the Employer shall give the Contractor not less than 7 days’ notice of the
th
Commencement Date. The Commencement Date shall be the 14 days after Contract
enters into force.

Add at the end of the Sub-Clause:

Before the commencement of the Works, the Contractor shall take in a considera-
tion the following:

The Employer shall provide notice at least 7 days prior to the commencement of
construction to the Authority who issued the Construction permit(s), of the intention
to commence the execution of the Works. This notice shall have the following
documents appended:

To be provided by the Contractor:

a) Safety plan as provided by the Contractor under Sub-Clause 4.8 (Safety Pro-
cedures)

b) Named Contractor’s personnel authorized and licensed with respect to the


Construction Log Book

and any other document required in accordance with legislation.

to be provided by the Employer (Engineer):

c) Named Employer’s personnel authorized and licensed with respect to the


Construction Log-Book

SUB-CLAUSE 8.3 PROGRAMME

Add to (a) after ‘testing’ the following:

‘including commissioning and handing over procedures in compliance with the Employer’s
requirements’.

Add to the end of the last paragraph the following phrases:

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 52


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

The revised program shall be submitted within 14 days from the date of the Engi-
neer’s notice.

SUB-CLAUSE 8.4 EXTENSION OF TIME FOR COMPLETION

Add at the end of the Sub-Clause:

“Any extension of Time for Completion approved by the Engineer upon a justifica-
tion provided by the Contractor in line with the contractual requirements, shall be
formalized with an addendum to the Contract”

SUB-CLAUSE 8.6 RATE OF PROGRESS

Add at the end of the Sub-Clause:

If Contractor’s proposed revised programme and methods do not envisage work


beyond the official working hours while the Engineer deems it is necessary, Engi-
neer may instruct Contractor to include increase in the working hours in the re-
vised programme and method. In this case, Contractor shall follow this instruction
and increase the official working hours in the revised programme .

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 53


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

CLAUSE 9 TESTS ON COMPLETION

SUB-CLAUSE 9.1 CONTRACTOR’S OBLIGATIONS

Replace the first paragraph with:

The Contractor shall carry out the Tests on Completion in accordance with this
Clause and Sub-Clause 7.4 [Testing], after providing the documents in accordance
with sub-paragraph (d) of sub-clause 4.1 [Contractor’s General Obligation], and
shall be liable for all costs associated with such tests.

Add new paragraph at the end of the sub-clause:

Costs for all Tests on completion are deemed to be included in the Contract Price.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 54


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

CLAUSE 10 EMPLOYER’S TAKING OVER

SUB-CLAUSE 10.1 TAKING-OVER OF THE WORKS AND SECTIONS

Add at the end of the first paragraph:

‘and

(iii) the report from the technical committee confirming technical acceptance re-
quired by Montenegrin Law has been prepared and submitted.’

Add at the end of Sub-Clause:

In accordance with the ‘Law on Spatial Development and Construction of Struc-


tures’’ the Taking-Over Memorandum that will be prepared and signed by the Tak-
ing-Over Committee on site, with respect to the whole of the Works will be issued
after the successful implementation of Tests on Completion. The Taking-Over
Certificate will be prepared by the Employer.

SUB-CLAUSE 10.2 TAKING-OVER OF PARTS OF THE WORKS

th
Before the 4 paragraph add additional sub paragraph (d)

(d) notwithstanding the above provisions, the use of the such part of the
works that is necessary in order to maintain the continuous operation of the Plant,
shall not be deemed to be taken over as long as such operations are under the
supervision and control of and in accordance with the instructions of the Contrac-
tor.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 55


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

CLAUSE 12 MEASUREMENT AND EVALUATION

SUB-CLAUSE 12.2 METHOD OF MEASUREMENT

Replace section (b) with:

(b) the method of measurement shall be in accordance with the Bill of Quantities or other
applicable Schedules. Payment shall be done in accordance with ‘’payment limits’’ speci-
fied on drawings (i.e. minimum trench width specified on the drawings ‘’Typical Trench
Section’’) and in section 1.10 of Volume 3.2 as well as in accordance with actual surveyed
levelling of the structures.

Add at the end of the sub-clause:

The Contractor shall employ qualified quantity surveyors and survey teams to determine
actual measurements of earthworks, structures, pipelines etc. and shall provide such
measurements to the Engineer as and when the Engineer requires.

Such measurements shall be confirmed by the Engineer.

The method of measurement shall be guided by the principle, that no item will be meas-
ured under two or more separate items.

SUB-CLAUSE 12.3 EVALUATION

In second paragraph insert at the end of the first sentence:

‘Unit Price adjustment will not be accepted.’

Delete section (a) (i) to (iv) and ‘or (b)’

Add new Sub-Clause

SUB-CLAUSE 12.5 QUANTITIES

The scope of the works set out in the Bill of Quantities contains the tentative scope of the
Works and shall not be taken as the complete and correct listing of works to be executed
by the Contractor in fulfilment of his obligations under the Contract.

CLAUSE 13 VARIATIONS AND ADJUSTMENTS

SUB-CLAUSE 13.1 RIGHT TO VARY

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 56


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

Add after first paragraph:

For any Employer’s or Municipality’s request for additional work, Plant, Materials or
services not necessary for the Permanent Works and which represent additional
quantities and/or items in respect to the contracted BoQ of Permanent Works,
Employer or Municipality is obliged to elaborate and submit a request to PEA for
inclusion of these additional work in the Contract. PEA shall forward the request
along with its opinion to the Bank. Only after the approval of the Bank, PEA shall
issue an instruction to the Engineer requesting the Variation or inclusion of these
works in the Contract.
For any Employer’s or Municipality’s request for change in the contracted Scope of
Works (reduction or exclusion of measures), Employer or Municipality is obliged to
elaborate and submit a request to PEA for inclusion of these changes in the Con-
tract. PEA shall forward the request along with its opinion to the Bank. Only after
the approval of the Bank, PEA shall issue an instruction to the Engineer requesting
the Variation or inclusion/ deletion of these works from the Contract.
Engineer shall not issue a Variation, instruct or approve the additional work or ex-
clusion of the contracted investment measures requested by the Employer or Mu-
nicipality if the written consent of the Bank and/or PEA is not provided.
Variations from (a) to (f) of Sub Clause 13.1 do not require prior approval from the
Bank and PEA, while item (g) as well as reduction in contracted Scope of Work
do.

Add after 13.1.f


(g) any additional work, Plant, Materials or services not necessary for the Perma-
nent Works including any associated Tests on Completion, requested by the Em-
ployer or Municipality and approved by PEA and the Bank.

SUB-CLAUSE 13.3 VARIATION PROCEDURES

Add at the end of the Clause:

“Where the Variation or Variations issued by the Engineer cause the Contract
Price to exceed the Accepted Contract Amount, then this shall be formalised as an
Addendum to the Contract”.

SUB-CLAUSE 13.4 PAYMENT IN APPLICABLE CURRENCIES

Delete this Sub-Clause 13.4 in its entirety.

SUB-CLAUSE 13.8 ADJUSTMENTS FOR CHANGES IN COST

Delete this Sub-Clause 13.8 entire text and replace it with the following:

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 57


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

The contract price is fixed and valid throughout the period of works execution.
Cost for raise and fall in the cost of labour, plant, materials, goods, consumables
and other input to the works are deemed to be included in the offered prices.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 58


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

CLAUSE 14 CONTRACT PRICE AND PAYMENT

SUB-CLAUSE 14.1 THE CONTRACT PRICE

Replace sub-paragraph (b) with the following:

(b) the Contractor shall pay all taxes, duties, fees and other charges that may be
levied in accordance with laws and regulation in force on the date 28 days
prior to the latest date for submission of tenders, imposed both outside and in-
side the Employer's Country on the Contractor's equipment, plant, materials,
and supplies (whether permanent or temporary) acquired for the Contract, and
on services performed under the Contract, required to be paid by him under
the Contract and the Contract Price shall not be adjusted for any of these
costs except as stated in Sub-Clause 13.7 [Adjustment for changes in legisla-
tion]

Add the following text after 14.1.b

i.) The Contractor is not exempted from import duties and import taxes levied on
the import on Contract Items into the Country for the part of the contract financed
by the Bank.
ii.) The Contractor shall be entirely responsible for the presentation of documenta-
tion in order to clear the Goods through the customs authorities, and shall be
deemed to have been satisfied (before submitting the Tender) as to all relevant
procedures.

Add Sub-Item (e) Increase or Decrease of Cost

The cost for permanent works and equipment (excluding provisional sums for
equipment, materials and export services and costs for operation and training) are
deemed to be fixed by the lump sums and unit prices without escalation.

Add the following text at the end of the Clause;

The Employer may request re-payment of any amounts disbursed if the Contractor
fails to perform the services as described in this Agreement. Repayments will be
made immediately by the Contractor in a form determined by the Employer and
confirmed in writing by KfW, directly to the account of KfW, Frankfurt, Germany
(BIC KFWIDEFF), Account no. IBAN DE53 5002 0400 3800 0000 00, through a
recognized international bank in Montenegro.”

SUB-CLAUSE 14.2 ADVANCE PAYMENT

Add after “Employer” in first paragraph

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 59


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

“through PEA”

Add between third and fourth paragraph:

Contractor shall submit draft of the Bank’s advance guarantee to PEA and the
Employer for approval prior to its issuance. PEA and Employer shall verify that the
text of the guarantee corresponds to the tender form and verify that the issuing
bank satisfies the reputability requirements.

Prior to issuance of the guarantee, Contractor is obliged to register in Montenegro


as part of the foreign company (d.s.d.) and to open a bank account in Montenegro
were the advance payment and other payments shall be made. Evidence of regis-
tration by the relevant authority, number of the bank account in Montenegro and
Bank incoming payment instructions shall be provided to PEA and Engineer
promptly after its issuance and before advance guarantee draft is submitted for
approval.

In case the advance guarantee is issued by a bank with headquarters outside


Montenegro and since the advance payment guarantee becomes effective upon
effectuating advance payment on the account of the issuing authority of the bank
guarantee, Contractor should choose between following options:

a) Not to make any changes in the bank guarantee template, but to pro-
vide a confirmation from the bank in Montenegro that the advance
payment will be transferred on the same day to the account of the
bank guarantee issuer, and that, upon the transfer of the advance
payment, evidence thereof will be forwarded to the Engineer;

b) To make changes in the bank guarantee template, against issuing


appropriate certificate for the issuing bank (if accepted by the bank
guarantee issuer) by the Montenegrin bank, stating that the advance
payment has been made into the account of the Contractor.

Replace the remaining of the clause starting from “The advance payment shall be
repaid …” with the following:

The advance payment shall be repaid through percentage deductions from the in-
terim payments determined by the Engineer in accordance with Sub-Clause 14.6
[Issue of Interim Payment Certificates ], as follows:
(a) deductions shall commence in the next interim Payment Certificate following
that in which the total of all certified interim payments (excluding the advance
payment and deductions and repayments of retention) exceeds 30 percent of the
Accepted Contract Amount less Provisional Sums; and
(b) deductions shall be made at the amortisation rate stated in the Contract Data

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 60


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

of the amount of each Interim Payment Certificate (excluding the advance pay-
ment and deductions and repayments of retention) in the currencies and propor-
tions of the advance payment until such time as the advance payment has been
repaid; provided that the advance payment shall be completely repaid prior to the
time when 80 percent of the Accepted Contract Amount less Provisional Sums has
been certified for payment.
If the advance payment has not been repaid prior to the issue of the Taking-Over
Certificate for the Works or prior to termination under Clause 15 [Termination by
Employer], Clause 16 [Suspension and Termination by Contractor] or Clause 19
[Force Majeure] (as the case may be), the whole of the balance then outstanding
shall immediately become due and payable by the Contractor to the Employer.

SUB-CLAUSE 14.3 APPLICATION FOR INTERIM PAYMENT CERTIFICATES

Replace the following wording in the first sentence:


“six copies” replace with “seven copies”.

Add at the end of the Sub-Clause


Supporting documents shall also include the following documents:
a) Construction Log-Book in accordance with Sub Clause 4.25 covering the
works Contractor considers himself to be entitled by the Statement. Content
of the construction Log-Book needs to be approved by the Engineer as a
precondition for submission of the Statement;
b) Report containing a comprehensive list of pipe sections, manholes and struc-
tures due for payment under the respective Statement with:
- results of compaction tests of backfilled areas, under the foundation
of concrete structures, for pipe beddings, for sub-layers and layers
of road works, certified by the designated institution and acceptable
in accordance with Specification requirements;
- results of the water tightness tests of water retaining structures in-
cluding concrete tanks, sewers, manholes, building roofs etc. certi-
fied by the Engineer and acceptable in accordance with the Specifi-
cation requirements;
- results of the pressure tests of pipelines (gravity or pressure pipes)
certified by the Engineer and acceptable in accordance with the
Specification requirements;
- results of surveys of constructed structures, certified by the Engi-
neer that the constructed structures have been built in accordance
with the design documentation, or within the limits of acceptable
and allowed deviation;
- other tests in accordance with Specifications.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 61


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

for each item of the list.

SUB-CLAUSE 14.4 SCHEDULE OF PAYMENTS

Replace in the last paragraph “42 days” with “28 days”

SUB-CLAUSE 14.5 PLANT AND MATERIALS INTENDED FOR THE WORKS

Add the following text to paragraph (c):

iii. they are in accordance with the specifications;

iv. the Contractor’s records of requirements, usage, orders, and receipts are
kept in a form approved by the Engineer and made available for inspection by
the Engineer;

v. the Contractor has submitted with his monthly statement documents required
by the Engineer for their valuation and providing evidence of the Contractor’s
ownership and payment therefore, and;

vi. ownership of such materials is proven by the Contractor.

SUB-CLAUSE 14.6 ISSUE OF INTERIM PAYMENT CERTIFICATES

Add at the end of the Sub Clause:

Based on the Engineer’s approval of the Contractor’s statement submitted in com-


pliance with requirements of the Sub-Clause 14.3, the Contractor shall prepare 7
copies of the Interim Payment Certificate. Each Interim Payment Certificate is cer-
tified by Contractor, Engineer, Employer (ViK and Municipality) and PEA, in that
order.

SUB-CLAUSE 14.7 PAYMENT

Replace “The Employer shall pay…”

The Employer shall pay through PEA….”

Add at the end of the Sub Clause:

Each payment is certified by Contractor, Engineer, Employer (ViK and Municipal-


ity) and PEA, in that order.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 62


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

SUB-CLAUSE 14.10 STATEMENT AT COMPLETION

In the first sentence substitute the figure “84”for “56”.

SUB-CLAUSE 14.11 APPLICATION FOR FINAL PAYMENT CERTIFICATE

In the first sentence substitute the figure “56” for “28”.

Add new sub-clause:

SUB-CLAUSE 14.13 ISSUE OF FINAL PAYMENT CERTIFICATE

Add after”…the Engineer shall issue to the Employer..”

“and PEA”

Replace the wording in (a) with the following:

the amount which he fairly determines is finally due, and

SUB-CLAUSE 14.15 CURRENCIES OF PAYMENT

Delete Sub-clause 14.15 and substitute:

The currency of the Contract shall be EURO and all payments made in accor-
dance with the Contract shall be in EURO;

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 63


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

CLAUSE 15 TERMINATION BY EMPLOYER

SUB-CLAUSE 15.2 TERMINATION BY EMPLOYER

Insert the following text within the last paragraph after the second phrase:

If the Contractor fails to remove his equipment and temporary works within 21
days after receiving the notice, the Employer is entitled to use so much of the Con-
tractor’s Equipment and temporary Works which have been deemed to be re-
served exclusively for the execution of the Works, under the provisions of the Con-
tract, as he may consider proper, up to the completion of the respective works

Add new Sub-Clause:

SUB-CLAUSE 15.6 CORRUPT OR FRAUDULENT PRACTICES

If the Employer determines that the Contractor has engaged in corrupt, fraudulent,
collusive or coercive practices, in competing for or in executing the Contract, then
the Employer may, terminate the Contractor’s employment under the Contract
and expel him from the Site, and the provisions of Clause 15 shall apply as if such
expulsion had been made under Sub-Clause 15.2

For the purposes of this Sub-Clause:

(a) “corrupt practice” means the offering, giving, receiving or soliciting of any thing
of value to influence the action of a public official in the procurement process
or in the Contract execution.

(b) “fraudulent practice” means a misrepresentation of facts in order to influence a


procurement process or the execution of the Contract to the detriment of the
Borrower, and includes collusive practice among Bidders (prior to or after bid
submission) designed to establish bid prices at artificial non-competitive levels
and to deprive the Borrower of the Benefits of free and open competition.

(c) “collusive practice” means a scheme or arrangement between two or more


bidders with or without the knowledge of the Borrower, designed to establish
bid prices at artificial, non-competitive levels.

(d) “coercive practice” means harming or threatening to harm, directly or indirect-


ly, persons or their property to influence their participation in the procurement
process or affect the execution of a contract.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 64


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

CLAUSE 16 SUSPENSION AND TERMINATION BY CONTRACTOR

SUB-CLAUSE 16.1 CONTRACTOR’S ENTITLEMENT TO SUSPEND WORK

Add after first paragraph:

“Notwithstanding the above, if the Bank has suspended disbursements under it’s
loan, which finances in whole or in part the execution of the Works, and no alterna-
tive funds are available as provided for in Sub-Clause 2.4 [Employer’s Financial ar-
rangements] the Contractor may by notice suspend work or reduce the rate of
work at any time, but not less than 7 days after the Borrower having received the
suspension notification from the Bank

SUB-CLAUSE 16.2 TERMINATION BY CONTRACTOR

Delete paragraph (d) and substitute with:

(d) The Employer substantially fails to perform his obligations under the Con-
tract in such manner as to materially and adversely affect the ability of the Con-
tractor to perform the Contract

Add new paragraph (h):

(h) In the event the Bank suspends the loan or credit from which part of the
payments to the Contractor are being made, if the Contractor has not received the
sums due to him upon expiration of the 14 days referred to in Sub-Clause 14.7 for
payments under Interim Payment Certificates, the Contractor may, without preju-
dice to the Contractor’s entitlement to financing charges under Sub-Clause 14.8,
immediately take one or both of the following actions, namely (i) suspend work or
reduce the rate of work, and (ii) terminate his employment under the Contract by
giving notice to the Employer, with a copy to the Engineer, such termination to take
effect 14 days after the giving of the notice.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 65


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

CLAUSE 17 RISK AND RESPONSIBILITY

SUB-CLAUSE 17.1 INDEMNITIES

Replace sub-paragraph (b) by the following:

(b) damage to or loss of any property, real or personal (other than the Works), to
the extent that such damage or loss arises out of or in the course of or by reason
of the Contractor’s design (if any), the execution and completion of the Works and
the remedying of any defects, unless and to the extent that any such damage or
loss is attributable to any negligence, wilful act or breach of the Contract by the
Employer, the Employer’s Personnel, their respective agents, or anyone directly or
indirectly employed by any of them.

SUB-CLAUSE 17.3 EMPLOYERS RISK

Replace the first sentence and sub-paragraphs (a), (b), and (c) by the following:

The risks referred to in Sub-Clause 17.4 below, insofar as they directly affect the
execution of the Works in the Country, are:
(a) war, hostilities (whether war be declared or not), invasion, act of foreign ene-
mies,
(b) rebellion, terrorism, sabotage by persons other than the Contractor’s Person-
nel, revolution, insurrection, military or usurped power, or civil war, within the
Country,
(c) riot, commotion or disorder within the Country by persons other than the Con-
tractor’s Personnel,

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 66


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

CLAUSE 18 INSURANCE

SUB-CLAUSE 18.3 INSURANCE AGAINST INJURY TO PERSONS AND DAMAGE


TO PROPERTY

In 3rd paragraph, sub-paragraph (c): After “Employer’s” insert

“and the Engineers property:”

At the end of this Sub-clause, insert:

Insurance cover shall extend to liability to third parties arising from accidents in the
Country involving vehicles supplied by the Contractor and used by the Employer, ,
the Contractor or the Engineer under the Contract.

Insert new sub-clause 18.5:

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 67


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

CLAUSE 19 FORCE MAJEURE

SUB CLAUSE 19.1 DEFINITION OF FORCE MAJEURE

Replace sub-clauses (i) and (ii) by the following:

(ii) rebellion, terrorism, sabotage by persons other than the Contractor’s Person-
nel, revolution, insurrection, military or usurped power, or civil war,
(iii) riot, commotion, disorder, strike or lockout by persons other than the Contrac-
tor’s Personnel,

SUB CLAUSE 19.2 NOTICE OF FORCE MAJEURE

Replace in the first Paragraph:

“all of his obligations” by “its substantial obligations”.

Replace in the second Paragraph:

“such obligations” by its obligations”

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 68


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

CLAUSE 20 CLAIM, DISPUTES AND ARBITRATION

SUB CLAUSE 20.2 APPOINTMENT OF THE DISPUTE ADJUDICATION BOARD

Replace the second paragraph with the following:

The DAB shall comprise, as stated in the Appendix to Tender, either one or three
suitably qualified persons (“the members”), each of whom shall be fluent in the
language for communication defined in the Contract and shall be a professional
experienced in the type of construction involved in the Works and with the interpre-
tation of contractual documents.

SUB CLAUSE 20.3 FAILURE TO AGREE DISPUTE ADJUDICATION BOARD’S


DECISION

Add as final Paragraph:

The appointing official is the President of FIDIC, or a person appointed by the


President.

SUB CLAUSE 20.6 ARBITRATION

The Place of Arbitration shall be Podgorica, Republic of Montenegro

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 69


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

Add New Clauses: -

CLAUSE 21 ETHICS CLAUSE

SUB CLAUSE 21.1 PRIOR AUTHORIZATION

Without the Employer’s prior written authorisation, a Contractor and his staff or any
other company with which the Contractor is associated or linked may not, even on
an ancillary or subcontracting basis, perform other services, carry out works or
supply equipment for the project. This prohibition also applies to any other pro-
grammes or projects that could, owing to the nature of the contract, give rise to a
conflict of interest on the part of the Contractor.

SUB CLAUSE 21.2 CONFLICT OF INTEREST

When putting forward a candidacy or tender, the candidate or Tenderer must de-
clare that he is affected by no potential conflict of interest, and that he has no par-
ticular link with other Tenderers or parties involved in the project. Should such a
situation arise during performance of the contract, the Contractor must immedi-
ately inform the Employer.

SUB CLAUSE 21.3 PROFESSIONALISM

The Contractor must at all times act honourably and impartially in accordance with
the code of conduct of his profession. He must refrain from making public state-
ments about the project or services without the Employer’s prior approval. He may
not commit the Employer in any way without its prior written consent.

SUB CLAUSE 21.4 HUMAN RIGHTS

For the duration of the contract, the Contractor and his staff must respect human
rights and undertake not to violate the political, cultural and religious mores of the
recipient state.

SUB CLAUSE 21.5 OTHER PAYMENTS

The Contractor may accept no payment connected with the contract other than
that provided for therein. The Contractor and his staff must not exercise any activ-
ity or receive any advantage inconsistent with their obligations to the Employer.

SUB CLAUSE 21.6 CONFIDENTIALITY

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 70


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

The Contractor and his staff are obliged to maintain professional secrecy for the
entire duration of the contract and after its completion. All reports and documents
drawn up or received by the Contractor in connection with the contract are confi-
dential.

SUB CLAUSE 21.7 USE OF DOCUMENTS

The contract shall govern the contracting parties’ use of all reports and documents
drawn up, received or presented by them during the execution of the contract.

SUB CLAUSE 21.8 CODE OF CONDUCT

The Contractor shall refrain from any relationship likely to compromise his inde-
pendence or that of his staff. If the Contractor ceases to be independent, the Em-
ployer may, regardless of injury, terminate the contract without further notice and
without the Contractor having any claim to compensation.

SUB CLAUSE 21.9 CANCELLATION RIGHTS IN CASE OF CORRUPTION

The Bank reserves the right to suspend or cancel project financing if corrupt prac-
tices of any kind are discovered at any stage of the award process and if the Em-
ployer fails to take all appropriate measures to remedy the situation. For the pur-
poses of this provision, “corrupt practices” are the offer of a bribe, gift, gratuity or
commission to any person as an inducement or reward for performing or refraining
from any act relating to the award of a contract or implementation of a contract al-
ready concluded with the Employer.

SUB CLAUSE 21.10 SUPPORTING EVIDENCE PROVIDED BY CONTRACTOR

The Contractor undertakes to provide the Bank on request with supporting evi-
dence regarding the conditions in which the contract is being executed. The Bank
may carry out whatever documentary or on the spot checks it deems necessary to
find evidence in cases of suspected unusual commercial expenses.

SUB CLAUSE 21.11 RIGHT OF ACCESS TO DOCUMENTS AFTER CONSTRUCTION

Throughout the period of performance of the contract and for a period of five years
following completion – issue of the Performance Certificate, the Contractor shall
undertake to ensure that the services of the Bank and the authorities of the recipi-
ent country are given access (including by any subcontractors) to all supporting
documents required for carrying out the necessary checks. To this end, he shall
undertake, given notice of eight working days, to authorise access to his premises
to all persons authorised to carry out these checks.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 71


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

SECTION 2.4
APPENDIX TO TENDER

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 72


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

VOLUME II

SECTION 2.4.1
APPENDIX TO TENDER
LOT 1 – TIVAT CONTRACT
APPENDIX TO TENDER FOR A WORKS CONTRACT

Publication reference: BMZ ID 2012 66 196

Title of contract: Water Supply And Sanitation Adriatic Coast V1 – Tivat

(Note: Tenderers are required to fill in the blank spaces in this Appendix)

Item Sub-Clause* Data

Employer’s name and address 1.1.2.2 & 1.3 “D.O.O. Vodovod i kanali-
zacija Tivat”

Mr. Čedomir Lukić (Director)


II Dalmatinske, A8
85320 Tivat
Montenegro
Contractor’s name and address 1.1.2.3 & 1.3

Engineer’s name and address 1.1.2.4 & 1.3 to be inserted upon the award
of the Tender

Project Executing Agency’s name 1.1.2.13 Vodacom,


and address
Mr. Boris Vuković (Director)

Luke Tomanovića no 2

85320 Tivat, Montenegro

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 73


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

Item Sub-Clause* Data

Time for completion of the Works 1.1.3.3 & 8.2 456 calendar days(including
foreseen interruption of the
works implementation over the
st
period of tourist season from 1
st
June to 1 September and
optional works

Defects Notification Period 1.1.3.7 & 11 365 calendar days

Communication (Electronic transmis- 1.3 Telefax and E-mails. E-mails to


sion systems) be confirmed in writing.

Governing law 1.4 Law of Montenegro

Ruling language 1.4 English

Language for communications 1.4 English and Montenegrin

Period for notifying errors, faults and 1.8 28 days after Commencement
defects in the Employer’s Require- date
ments

Time for access to the site 2.1 7 days before Commencement


Date

Contractor’s General Obligation 4.1 The Contractor is obliged to


carry out this Contract in accor-
dance with provisions of valid
Building Law and respective By-
Laws of Montenegro.

Among other requirements,


Contractor is obliged to have
certified licences issued in
Montenegro, for carrying out the
works under this contract.

Foreign companies have to


register in Montenegro as part
of a foreign company (…d.s.d)

Performance security 4.2 The Performance Security will


be in the form of an uncondi-
tional bank guarantee in the
amount(s) of ten percent (10%)
of the contract price

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 74


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

Item Sub-Clause* Data

Subcontracting max. percentage 4.4 30%

Normal working hours 6.5 Monday to Saturday


7:00 to 19:00

Programme 8.3 28 days after receiving the


Notice under Sub Clause 8.1
(Commencement date)

Delay damages for the Works 8.7 & 14.15 0.05% of the final Contract
Price (stated in the Contract
Agreement) per day, payable in
Euro

Maximum amount of delay damages 8.7 10% of the final Contract


Amount

Percentage adjustment of Provisional 13.5(b) 5%


Sums

Adjustment for changes in cost 13.8 Not applicable

Total advance payment 14.2 15% of the Accepted Contract


Amount as stated in the Con-
tract Agreement

Number and timing of instalments of 14.2 One


the advance payment

Start repayment of advance payment 14.2(a) when payments (without initial


Advance Payment made) are
30% of the Accepted Contract
Amount

Repayment amortisation of advance 14.2(b) 20% of each interim payment


payment will be deducted from each
invoice

Percentage of retention 14.3 10% from each interim payment

Limit of retention 14.3 10% of the Accepted Contract


Amount

Plant and Material *14.5(c)(i) Plant and Materials for payment


when delivered to the site.
On delivery: 50% of the respec-
tive contract BoQ item (‘’Supply,

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 75


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

Item Sub-Clause* Data

lay, bed and test…’’; ‘’Supply


and installation…’’ ) upon re-
ceipt of goods and upon sub-
mission of a claim.

Minimum amount of interim payment 14.6 5 % of the Accepted Contract


Amount

Currency 14.15 Euro

Periods for submission of insurance – 18.1(a) 7 days after Commencement


evidence of insurance Date

Periods for submission of insurance – 18.1(b) 28 days of the Commencement


relevant policies Date

Maximum amount of deductibles for 18.2(d) Euro 5,000


insurance of Employer’s risk

Minimum amount of third party insur- 18.3 Euro 2,000,000 (two million) per
ance occurrence, with the number of
occurrences unlimited

Date by which the DAB (Dispute 20.2 42 Days after Commencment


Adjudication Board) shall be ap- Date
pointed

The DAB shall be 20.2 One person

Appointment of DAB (Dispute Adjudi- 20.3 The President of FIDIC


cation Board), if not agreed

Number of arbitrators 20.6 3

Language of Arbitration 20.6 English

Place of Arbitration 20.6 Podgorica

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 76


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

VOLUME II

SECTION 2.4.2
APPENDIX TO TENDER
LOT 2 – KOTOR CONTRACT
APPENDIX TO TENDER FOR A WORKS CONTRACT

Publication reference: BMZ ID 2012 66 196

Title of contract: Water Supply And Sanitation Adriatic Coast V1 – Kotor

(Note: Tenderers are required to fill in the blank spaces in this Appendix)

Item Sub-Clause* Data

Employer’s name and address 1.1.2.2 & 1.3 “Vodovod i kanalizacija Kotor
d.o.o.”

Mr. Dragan Roganović (Direc-


tor)
Škaljari, bb (zgrada Obnove)
85330 Kotor
Montenegro
Contractor’s name and address 1.1.2.3 & 1.3 …………………………

Engineer’s name and address 1.1.2.4 & 1.3 to be inserted upon the award
of the Tender

Project Executing Agency’s name 1.1.2.13 Vodacom,


and address
Mr. Boris Vuković (Director)

Luke Tomanovića no 2

85320 Tivat, Montenegro

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 77


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

Item Sub-Clause* Data

Time for completion of the Works 1.1.3.3 & 8.2 243 calendar days (including
foreseen restrictions of the
works implementation over the
period of tourist season from
15th June to 1st September and
optional works

Defects Notification Period 1.1.3.7 & 11 365 calendar days

Communication (Electronic transmis- 1.3 Telefax and E-mails. E-mails to


sion systems) be confirmed in writing.

Governing law 1.4 Law of Montenegro

Ruling language 1.4 English

Language for communications 1.4 English and Montenegrin

Period for notifying errors, faults and 1.8 28 days after Commencement
defects in the Employer’s Require- date
ments

Time for access to the site 2.1 7 days before Commencement


Date

Contractor’s General Obligation 4.1 The Contractor is obliged to


carry out this Contract in accor-
dance with provisions of valid
Building Law and respective By-
Laws of Montenegro.

Among other requirements,


Contractor is obliged to have
certified licences issued in
Montenegro, for carrying out the
works under this contract.

Foreign companies have to


register in Montenegro as part
of a foreign company (…d.s.d)

Performance security 4.2 The Performance Security will


be in the form of an uncondi-
tional bank guarantee in the
amount(s) of ten percent (10%)
of the contract price

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 78


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

Item Sub-Clause* Data

Subcontracting max. percentage 4.4 30%

Normal working hours 6.5 Monday to Saturday


7:00 to 19:00

Programme 8.3 28 days after receiving the


Notice under Sub Clause 8.1
(Commencement date)

Delay damages for the Works 8.7 & 14.15 0.05% of the final Contract
Price (stated in the Contract
Agreement) per day, payable in
Euro

Maximum amount of delay damages 8.7 10% of the final Contract


Amount

Percentage adjustment of Provisional 13.5(b) 5%


Sums

Adjustment for changes in cost 13.8 Not applicable

Total advance payment 14.2 15% of the Accepted Contract


Amount as stated in the Con-
tract Agreement

Number and timing of instalments of 14.2 One


the advance payment

Start repayment of advance payment 14.2(a) when payments (without initial


Advance Payment made) are
30% of the Accepted Contract
Amount

Repayment amortisation of advance 14.2(b) 20% of each interim payment


payment will be deducted from each
invoice

Percentage of retention 14.3 10% from each interim payment

Limit of retention 14.3 10% of the Accepted Contract


Amount

Plant and Material *14.5(c)(i) Plant and Materials for payment


when delivered to the site.
On delivery: 50% of the respec-
tive contract BoQ item (‘’Supply,

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 79


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

Item Sub-Clause* Data

lay, bed and test…’’; ‘’Supply


and installation…’’ ) upon re-
ceipt of goods and upon sub-
mission of a claim.

Minimum amount of interim payment 14.6 5 % of the Accepted Contract


Amount

Currency 14.15 Euro

Periods for submission of insurance – 18.1(a) 7 days after Commencement


evidence of insurance Date

Periods for submission of insurance – 18.1(b) 28 days of the Commencement


relevant policies Date

Maximum amount of deductibles for 18.2(d) Euro 5,000


insurance of Employer’s risk

Minimum amount of third party insur- 18.3 Euro 1,000,000 (one million) per
ance occurrence, with the number of
occurrences unlimited

Minimum amount of Professional 18.5 10 % of the Accepted Contract


Indemnity Insurance Amount

Date by which the DAB (Dispute 20.2 42 Days after Commencment


Adjudication Board) shall be ap- Date
pointed

The DAB shall be 20.2 One person

Appointment of DAB (Dispute Adjudi- 20.3 The President of FIDIC


cation Board), if not agreed

Number of arbitrators 20.6 3

Language of Arbitration 20.6 English

Place of Arbitration 20.6 Podgorica

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 80


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

SECTION 2.5
FORM OF ADVANCED PAYMENT
GUARANTIES

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 81


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

VOLUME II

SECTION 2.5.1
TEMPLATE FOR
ADVANCED PAYMENT GUARANTEE
LOT 1 – TIVAT CONTRACT
Address of guarantor bank:
………………………………………………………
……………………………………………………….
………………………………………………………..

Address of Employer :
………………………………………………………….
………………………………………………………..
………………………………………………………..

On ........................................ you concluded with (name and full address) ……………………………………


............................................................................................................................. .........................................
(“Contractor”) a contract for .......................................................... (project, subject of contract) at a price of

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

According to the provisions of the contract the Contractor receives an advance payment in the amount of
............................ equalling ................................................... percent of the contract price.

We, the undersigned................................................................. ...................... (bank), waiving all objections


and defences under the aforementioned contract, hereby irrevocably and independently guarantee to pay
on your first written demand any amount advanced to the Contractor up to a total of

..............................................
(in words) .............................................................)

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 82


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

against your written declaration that the Contractor has failed to perform the aforementioned contract.
This guarantee shall come into force as soon as the advance payment has been credited to the account of
the Contractor.
The guaranteed amount shall be reduced by the amounts of the advance payment repaid to you, as
evidenced by your notices issued under sub-clause 14.6 of the conditions of the Contract. Following
receipt (from the Contractor) of a copy of each purported notice, we shall promptly notify you of the
revised guranteed amount accordingly.

In the event of any claim under this guarantee, payment shall be effected to KfW, Frankfurt am Main
(BIC: KFWIDEFF, BLZ 500 204 00), account no. 38 000 000 00 (IBAN: DE 53 5002 0400 3800 0000 0),
for account of ….....................................
This guarantee shall expire not later than .......................... (the date 70 days after the expected expiry of
the Time for Completion) by which date we must have received any claims by letter or coded
telecommunication

We have been informed that the Employer may require the Contractor to extend this guarantee if the
advance payment has not been repaid by the date 28 days prior to such expiry date. We undertake to pay
you such guaranteed amount upon receipt by us, within such period of 28 days, of your demand in writing
and your written statement that the advance payment has not been repaid and that this guarantee has not
been extended.
It is understood that you will return this guarantee to us on expiry or after settlement of the total amount to
be claimed hereunder.

This guarantee is governed by the laws of Montenegro

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

Place, date Guarantor

Note: the advanced payment guarantee has to be issued by a registered international bank accept-
able to the Employer and KfW

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 83


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

VOLUME II

SECTION 2.5.2
TEMPLATE FOR
ADVANCED PAYMENT GUARANTEE
LOT 2 – KOTOR CONTRACT
Address of guarantor bank:
………………………………………………………
……………………………………………………….
………………………………………………………..

Address of Employer :
………………………………………………………….
………………………………………………………..
………………………………………………………..

On ........................................ you concluded with (name and full address) ……………………………………


............................................................................................................................. .........................................
(“Contractor”) a contract for .......................................................... (project, subject of contract) at a price of

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

According to the provisions of the contract the Contractor receives an advance payment in the amount of
............................ equalling ................................................... percent of the contract price.

We, the undersigned............................................................. .......................... (bank), waiving all objections


and defences under the aforementioned contract, hereby irrevocably and independently guarantee to pay
on your first written demand any amount advanced to the Contractor up to a total of

..............................................
(in words) .............................................................)

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 84


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

against your written declaration that the Contractor has failed to perform the aforementioned contract.
This guarantee shall come into force as soon as the advance payment has been credited to the account of
the Contractor.
The guaranteed amount shall be reduced by the amounts of the advance payment repaid to you, as
evidenced by your notices issued under sub-clause 14.6 of the conditions of the Contract. Following
receipt (from the Contractor) of a copy of each purported notice, we shall promptly notify you of the
revised guranteed amount accordingly.

In the event of any claim under this guarantee, payment shall be effected to KfW, Frankfurt am Main
(BIC: KFWIDEFF, BLZ 500 204 00), account no. 38 000 000 00 (IBAN: DE 53 5002 0400 3800 0000 0),
for account of ….....................................
This guarantee shall expire not later than .......................... (the date 70 days after the expected expiry of
the Time for Completion) by which date we must have received any claims by letter or coded
telecommunication

We have been informed that the Employer may require the Contractor to extend this guarantee if the
advance payment has not been repaid by the date 28 days prior to such expiry date. We undertake to pay
you such guaranteed amount upon receipt by us, within such period of 28 days, of your demand in writing
and your written statement that the advance payment has not been repaid and that this guarantee has not
been extended.
It is understood that you will return this guarantee to us on expiry or after settlement of the total amount to
be claimed hereunder.

This guarantee is governed by the laws of Montenegro

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

Place, date Guarantor

Note: the advanced payment guarantee has to be issued by a registered international bank accept-
able to the Employer and KfW

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 85


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

SECTION 2.6
FORM OF PERFORMANCE SECURITIES

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 86


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

VOLUME II

SECTION 2.6.1
TEMPLATE FOR
PERFORMANCE SECURITY
LOT 1 – TIVAT CONTRACT

Address of guarantor bank:


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

Address of Employer:
………………………………………………………….
………………………………………………………..
………………………………………………………..

On ........................................ you concluded with (name and full address) ……………………………………


......................................................................................................... .............................................................
(“Contractor”) a contract for .......................................................... (project, subject of contract) at a price of

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

In accordance with the provisions of the contract the Contractor is obliged to provide a performance bond
for ...........................................percent of the contract price.

We, the undersigned............................................................. .......................... (bank), waiving all objections


and defences under the aforementioned contract, hereby irrevocably and independently guarantee to pay
on your first written demand an amount up to a total of

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

(in words) .............................................................)

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 87


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

against your written declaration that the Contractor has failed to perform the aforementioned contract.
In the event of any claim under this guarantee, payment shall be effected to KfW, Frankfurt am Main (BIC:
KFWIDEFF, BLZ 500 204 00), account no. 38 000 000 00 (IBAN: DE 53 5002 0400 3800 0000 0), for
account of ..........................................

This guarantee shall expire not later than .......................... (the date 70 days after the expected expiry of
the Defects Notification Period) by which date we must have received any claims by letter or coded
telecommunication
We have been informed that the Employer may require the Contractor to extend this guarantee if the
performance certificate has not been issued by the date 28 days prior to such expiry date. We undertake
to pay you such guaranteed amount upon receipt by us, within such period of 28 days, of your demand in
writing and your written statement that the performance certificate has not been issued and that this
guarantee has not been extended.

It is understood that you will return this guarantee to us on expiry or after settlement of the total amount to
be claimed hereunder.
This guarantee is governed by the laws of Montenegro

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

Place, date Guarantor

Note: the performance security has to be issued by a registered international bank acceptable to
the Employer and KfW

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 88


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

VOLUME II

SECTION 2.6.2
TEMPLATE FOR
PERFORMANCE SECURITY
LOT 2 – KOTOR CONTRACT

Address of guarantor bank:


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

Address of Employer:
………………………………………………………….
………………………………………………………..
………………………………………………………..

On ........................................ you concluded with (name and full address) ……………………………………


................................................................................................. .....................................................................
(“Contractor”) a contract for .......................................................... (project, subject of contract) at a price of

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

In accordance with the provisions of the contract the Contractor is obliged to provide a performance bond
for ...........................................percent of the contract price.

We, the undersigned....................................................................................... (bank), waiving all objections


and defences under the aforementioned contract, hereby irrevocably and independently guarantee to pay
on your first written demand an amount up to a total of

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

(in words) .............................................................)

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 89


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

against your written declaration that the Contractor has failed to perform the aforementioned contract.
In the event of any claim under this guarantee, payment shall be effected to KfW, Frankfurt am Main (BIC:
KFWIDEFF, BLZ 500 204 00), account no. 38 000 000 00 (IBAN: DE 53 5002 0400 3800 0000 0), for
account of ..........................................

This guarantee shall expire not later than .......................... (the date 70 days after the expected expiry of
the Defects Notification Period) by which date we must have received any claims by letter or coded
telecommunication
We have been informed that the Employer may require the Contractor to extend this guarantee if the
performance certificate has not been issued by the date 28 days prior to such expiry date. We undertake
to pay you such guaranteed amount upon receipt by us, within such period of 28 days, of your demand in
writing and your written statement that the performance certificate has not been issued and that this
guarantee has not been extended.

It is understood that you will return this guarantee to us on expiry or after settlement of the total amount to
be claimed hereunder.
This guarantee is governed by the laws of Montenegro

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

Place, date Guarantor

Note: the performance security has to be issued by a registered international bank acceptable to
the Employer and KfW

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 90


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

SECTION 2.7

FORM OF EMPLOYER’S GUARANTEE

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 91


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

VOLUME II

SECTION 2.7
TEMPLATE FOR
EMPLOYER’S GUARANTEE

Address of guarantor bank:


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

Address of the Contractor:


………………………………………………………….
………………………………………………………..
………………………………………………………..
(The Beneficiary)

On ……………………you concluded with (name and full address)


……………………………………………………(Employer) a contract agreement for the execution of the
works connected with the project “Water Supply and Sanitation Adriatic Coast Phase V1 ______ Bank,
Germany at a Total Contract Price of EUR …………………...

In accordance with the provisions of the contract ………………………………………. (the Applicant) in


behalf of the Employer has obligation to provide a bank guarantee on amount of EUR ………………. in
your favour.

We, the undersigned …………………………………………….. (Guarantor bank), waiving all objections and
defences under the aforementioned contract, hereby irrevocably and independently guarantee to pay
you, the Beneficiary/ Contractor, any sum or sums not exceeding in total the amount of EUR
………………… (in words: ……………………………), upon receipt by us of your demand in writing and
your written statement stating that, in respect of a payment due under the Contract, the Employer and the
Applicant have failed to make payment in full by the date 42 days after the expiry of the period specified in
the Contract as that within such payment should have been made

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 92


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – TIVAT & KOTOR
VOLUME II – CONDITIONS OF CONTRACT

Any demand for payment must be accompanied by a copy of Payment Certificate signed by authorized
persons of your company, the Engineer, the Employer and Vodacom, in respect of which the Employer
and the Applicant have failed to make payment in full. Your demand for payment under this Guarantee
must have written approval from KfW.

This guarantee enters in force on ……………….. and shall expire no later than ……………………….

By this date we must have received any demand for payment. It is understood that this guarantee will be
returned to us on expiry or after payment of the total amount to be claimed hereunder.
This guarantee is governed by the laws of Montenegro.

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

Place, date Guarantor

Project title: Water Supply and Sanitation Adriatic Coast V1 – Tivat & Kotor

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-TV/KO-V1 93


 
WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT

TENDER DOCUMENTS

VOLUME III: TECHNICAL SPECIFICATIONS

December 2015

ESSEN, GERMANY
 
WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT

TENDER DOCUMENTS

VOLUME III: TECHNICAL SPECIFICATIONS


SECTION 3.1 - EMPLOYER’S REQUIREMENTS

December 2015

ESSEN, GERMANY
 
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

WATER SUPPLY AND SANITATION ADRIATIC COAST V1 -


TIVAT AND KOTOR

TENDER DOCUMENTS

Volume III – Technical Specifications

Section 3.1 Employer’s Requirements

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
1
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

TABLE OF CONTENTS
1 Project background and scope 5
1.1 PROJECT OBJECTIVE – LOT 1 Tivat 5
1.2 PROJECT OBJECTIVE - LOT 2 - Kotor 6
1.3 ACCESS TO THE PROJECT TOWNS (TIVAT AND KOTOR) 8
1.4 CLIMATE 9
1.5 EXISTING SITUATION / LOT 1 - TIVAT 9
1.6 EXISTING SITUATION / LOT 2 - KOTOR 11
1.7 SCOPE OF WORK LOT 1 - TIVAT 13
1.8 SCOPE OF WORK LOT 2 - KOTOR 15
1.9 SITE CHARACTERISTICS 18
1.10 GENERAL OBLIGATIONS 94
1.11 PROGRAMME FOR EXECUTION OF THE WORKS 97

2 Drawings, records and documents 98


2.1 DEFINITIONS AND GENERAL 98
2.2 ISSUED DRAWINGS 99
2.3 ENGINEER'S DRAWINGS 99
2.4 CONSTRUCTION / SHOP DRAWINGS AND SUPPORTING DOCUMENTS 99
2.5 RECORD DRAWINGS 100
2.6 PROCEDURE FOR APPROVAL OF CONSTRUCTION / SHOP
DRAWINGS 101
2.7 OPERATING AND MAINTENANCE MANUALS 102
2.8 MAINTENANCE SCHEME 104
2.9 PAYMENT 105

3 PUBLIC SAFETY AND CONVENIENCE 106


3.1 TRAFFIC CONTROL 106
3.2 FLAGGING, LIGHTING, AND WATCHING 106
3.3 CONTROL OF CONSTRUCTION NOISE 107
3.4 POLLUTION OF STREAMS AND WATERWAYS 107
3.5 PROTECTION OF TREES 107

4 Site Working Arrangements 109


4.1 GENERAL REQUIREMENTS 109
4.2 ACCESS ROADS 109
4.3 STORAGE OF MATERIAL 110
4.4 TEMPORARY WATER SUPPLY DURING CONSTRUCTION 110
4.5 TEMPORARY FENCING AND MARKING OF SITES 110
Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
2
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

4.6 PROGRAMME AND METHODS OF WORKING 110


4.7 SEQUENCE OF CONSTRUCTION 112
4.8 NOTICES OF COMMENCEMENT OF WORK 112
4.9 SITE MEETINGS 112
4.10 LOCATION OF EXISTING UNDERGROUND UTILITIES 113
4.11 TRAFFIC ARRANGEMENTS 113
4.12 MAINTENANCE OF FLOW 114
4.13 PERMANENT SUPPORT OF EXISTING PIPES 114
4.14 PROTECTION OF WORKS 114
4.15 MEASUREMENTS OF WORKS 114
4.16 WORKING HOURS FOR CONSTRUCTION 115
4.17 TEMPORARY FACILITIES FOR THE CONTRACTOR 115
4.18 MATERIALS TESTING LABORATORY 116
4.19 SANITARY ARRANGEMENTS AND WASTE DISPOSAL 116
4.20 SITE TIDINESS 117
4.21 WATER SUPPLY 117
4.22 POWER SUPPLY 117
4.23 TEMPORARY SIGNAGE 117

5 Environmental Impact Mitigation Report 117


6 Commissioning and Performance Testing 118
6.1 GENERAL 118
6.2 INSPECTION AND TESTING AT THE CONTRACTOR'S OR
MANUFACTURERS' PREMISES 119
6.3 INSPECTION AND TESTING DURING CONSTRUCTION 120
6.4 TESTS ON COMPLETION 121

7 Plant Operation and Training 121


7.1 PRIOR TO ISSUE OF THE TAKING-OVER CERTIFICATE 121
7.2 FOLLOWING ISSUE OF THE TAKING-OVER CERTIFICATE 122

8 O+M Manual and Training Programme 123


8.1 OPERATING AND MAINTENANCE MANUALS 123
8.2 MAINTENANCE SCHEME 125

9 Quality Assurance 126


10 Health and Safety 128
10.1 GENERAL 128
10.2 HEALTH AND SAFETY PLAN 128
10.3 ACCIDENT REPORTING 129
10.4 WORKING WITH SEWAGE 129
Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
3
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

10.5 CONFINED SPACE WORKING 129


10.6 FIRE FIGHTING EQUIPMENT 129
10.7 SAFETY OFFICER 129

11 Documents to be submitted by the Contractor 130

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
4
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

Introductory information for the bidders:

The information submitted within this section of the Tender dossier includes the require-
ments set for the two aiming Contracts divided in two sections:

LOT1 – Tivat

Specified requirements of the Employer from Tivat municipality (ViK Tivat)

and

LOT2 – Kotor.

Specified requirements of the Employer from Kotor municipality (ViK Kotor)

Where explicitly indicated the information will refer to either LOT1 or LOT2 sections and
will be separated into two Contracts arising out of this Tender (as per ITT).

1 PROJECT BACKGROUND AND SCOPE

1.1 PROJECT OBJECTIVE – LOT 1 Tivat

The present project is aiming at the environmentally sound and hygienically appropriate
disposal of waste water on the territory of Tivat municipality.

The general objective is to put an end to the discharge of untreated wastewater into the
Bay of Kotor and the Adriatic Sea, ensure maximum protection of the immediate coastal
environment and increase the connection rates in this area. Furthermore the implemen-
tation of a wastewater collecting system on the peninsula of Luštica was considered to
be high priority for the Employer under the earlier phases of the Project “Water Supply
and Sanitation Adriatic Coast. During the earlier implementation stages of this project Ti-
vat Municipality already developed some comprehensive sewer main and secondary
network in the wider town centre as well is currently developing the same for the settle-
ments along the coast of Tivat’s part of Luštica peninsula (Krašići, Radovići, Đuraševići,
Gošići and Milovići).

The particular objective of the scope of the works defined within this Tender is further ex-
tension of the secondary and tertiary network in the higher zone of Tivat town centre as
well as secondary sewer network construction for Krašići (large tourist area on Luštica).
The scope of work foresees construction of secondary and tertiary sewer lines in Tivat
(DN200mm to DN300mm) in the approximate length of app. 9,9km.

Secondary sewer in Krašići assume construction of very steep sections of gravity lines
(DN200mm) in the approximate length of 3,3km. For the part of the settlement Krašići
Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
5
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

which level is below the collector main collection is foreseen with compact pumping sta-
tions out of which two were foreseen for construction under this Tender. Those are
pumping stations PS7 in Soko Banja and pumping station PS10 in Gošići.

Within the general development planning in Tivat Municipality, water supply system is be-
ing constantly upgraded while rehabilitation of the existing distributive network is required
as well.

Under this Tender, the Employer as well intends to implement the construction of the
connection of Luštica to the Regional Water Supply System - Phases III and IV. Further
WS system extension foresees Phase III (from Đuraševići to Rogač) and Phase IV (from
Rogač to reservoir Radovići) in the approximate length of 3,0km. Previously, Phase I
(from the connection point at RWSS to Solila) and Phase II (from Solila to the reservoir
Đuraševići) in the approximate length of 5,0km was constructed.

The project is financed by the Municipality of Tivat and co-financed by KfW, Kreditanstalt
für Wiederaufbau, Federal Republic of Germany.

The present General Requirements describe the framework under which the contractual
works have to be executed and the general activities to be included in the quotation for
the Permanent Works.

1.2 PROJECT OBJECTIVE - LOT 2 - Kotor

Within the framework of the Project “Water Supply and Santiation Adriatic Coast III, Con-
sulting Services for Support to Vodacom in Implementation of Phase III; Improvement of
Waste Water Disposal in Coastal Tourist Areas“ measures have been foreseen for im-
provement of water supply in Kotor municipality. These measures related to rehabilitation
of WS network in one part of Dobrota settlement have been implemented and resulted in
significant improvements in the system functionality. Furthermore, within Phase III im-
plementation SCADA system has been installed for monitoring and control of water sup-
ply infrastructure.

Within the particular aim of this tendering process, Phase V – component 1 considers the
continuation of rehabilitation activities for secondary water supply network in several set-
tlements of the city of Kotor, which practically means replacement of secondary pipe-
lines, construction of new connections and installation of new water meters and water
meter boxes. In this was a large part of water losses in the existing systems will be re-
duced to a technically and economically acceptable level.

Rehabilitation of secondary WS network and construction of connections is to be imple-


mented in the following settlements as the first priority:

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
6
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

 settlement Sveti Stasije in Dobrota

 from the Industrial zone up to Radanovići (zones 13, 14 and 16)

 settlement Auto Kamp in Dobrota

 a part of Dobrota settlement from Roda Supermarket up to the Psychiatric Hos-


pital

 settlement Daošine

 settlement Orahovac

KAMP
ORAHOVAC

FROM RODA TO IND. ZONE TO


PSYCHIATRIC RADANOVIĆI
SV. DAOŠINE
STASIJE

In addition to these measures the Employer has planned the following measures for im-
provement of operational efficiency of the WS system::

 implementation of 14 new measurement points out of which 8 also involves in-


stallation of EM flow meters with accompanying equipment for integration into
the SCADA system, while on 6 of them only construction of manholes is planned
for setting up of mobile ultra sound flow meters.

 installation of equipment in Stara Fortica water reservoir in order to prevent over-


flows and provide for integration into SCADA system

 Division of Dobrota WS system into sub-zones (installation of sector water


valves and installation of permanent measurement points)

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
7
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

and
 Replacement of the existing sewage pump at PS Peluzica with the pump of
same specifications and producer (SULZER XFP 200M-CH2 50Hz)

The project is financed by the Municipality of Kotor and co-financed by KfW, Kreditanstalt
für Wiederaufbau, Federal Republic of Germany.

The present General Requirements describe the framework under which the contractual
works have to be executed and the general activities to be included in the quotation for
the Permanent Works.

1.3 ACCESS TO THE PROJECT TOWNS (TIVAT AND KOTOR)

Tivat is located at the Adriatic main road (from Herceg Novi to Ulcinj) of Montenegro.
Herceg Novi (25 km) and Dubrovnik (Croatian border, 40 km) are situated to the north-
west to the southwest Podgorica (100 km).

Kotor is located at the south eastern end of the Bay of Kotor (Montenegro) at the Road
E65 from Tivat to Perast. Herceg Novi (30 km) and Dubrovnik (Croatian border, 45 km)
are situated to the west and Podgorica (110 km) to the east.

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
8
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

Kotor and Tivat are neighbouring cities distanced only 12km away from each other. fast-
est connection of the two towns is through the tunnel Vrmac.

Three harbors are located in the region of Tivat and Kotor (Zelenika 13 km, Bar 55 km
and Risan 25 km from Tivat).

Tivat has an international airport (line operation with Belgrade). There is a regular line
operation with Belgrade but some other international flights are occasionally provided.
The next international airport (line operation with Belgrade and other European bigger
airports) is in Podgorica.

Next railway station is in Bar. There is a line operation with Podgorica and Belgrade.

1.4 CLIMATE

Both Kotor and Tivat have a special sub-Mediterranean climate with 200 days of sun-
shine per year. The annual average temperature is 17°C (10°C in January, 26°C in July).
Main rainfall season is between November and April. The yearly rainfall depth is in the
range of 2000 mm, with some 50% of this rainfall in the main rainy season from October
to January (main rainy season).

1.5 EXISTING SITUATION / LOT 1 - TIVAT

1.5.1 Sewer System

Within the works implemented under the previous phases of the Project “Water Suplly
and Sanitation Adriatic Coast” primary sewer system has been constructed to serve fu-
ture development of the sewer secondary lines with connection of the households.

Both Tivat town and Luštica sewer systems are discharging collected sewer over the re-
gional Kotor/Tivat sewer system in to the bay of Trašte over the 3.6km long outfall
Trašte.

Joint financing of the construction of WWTP has been agreed between two municipali-
ties and works have commenced in January 2015. Starting of the treatment of the col-
lected waste water is expected in the second half of year 2016.

1.5.2 Pumping Stations

Collection and transport of the sewerage to the final collection point at the future WWTP
location is assumed as a combination of gravity lines and pumping stations with pressure
mains.

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
9
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

Tivat town centre sewer collection operates with sub urban pumping station PS “Selja-
novo” and pumping station PS “Porto Montenegro” as well as main pumping stations PS
“Kalimanj”, PS “Gradiošnica” and PS “Solila”.

For conveying of the collected sewer for the part of Luštica sewer network, pumping sta-
tions were constructed along the road from Krašići to Đuraševići (PS1 – Krašići, PS2 –
Gošići, PS3 – Bijelila, PS4 – Kakrc, PS5 – Krtoli and PS6 – Đuraševići). Besides these
pumping stations used for transport along the main road additionally four compact pump-
ing stations in the lower zones of settlement Krašići were constructed (PS 11 and PS 12
in Kaluđerovina, PS8 and PS 9 Soko Banja).

1.5.3 Water Supply System

Construction of transmission pipeline for connection of Luštica to the Regional Water


Supply System, Phase III and IV

st
By construction of 1 phase of transmission pipeline in July 2010 from the junction Budva
– Tivat – Kotor up to Solila, a part of Luštica peninsula, belonging to Tivat municipality
gained conditions to accept and distribute water from the Regional water supply - Monte-
negrin coast.

Transmission line PEHD d450mm, NP16bar built in 2010 is connected to the existing PE
pipeline d225mm providing water to Radovići reservoir. From Radovići reservoir the wa-
ter is distributed to consumers along Đuraševića and Krašića coast, by existing pipelines
AC 250mm and PVC 225mm. The AC250mm pipeline is located along the gutter on the
left traffic lane looking from Kotor and PVC 225mm pipeline along the right edge of the
motor road, looking from Kotor, up to the junction Rogač to the settlement of Krašići.

In 2014 construction of distribution pipeline d315mm PEHD was completed, and is to re-
place pipelines AC250mm and PVC 225mm which are to be put out of function. Putting
these pipelines out of function is expected by the end of 2015, upon connection of all
consumers to the newly constructed pipeline. The new distribution pipeline has been laid
in the right traffic lane looking from Kotor, along the section from Solila to the settlement
of Petrovići behind Krašići.

In 2014 construction of the second phase of DN 400 transmission ductile cast iron pipe-
line was completed from Solila to the branching towards the future Đuraševići reservoir,
as well as the primary sewer collector from the settlement of Petrovići to Solila. Both
transmission pipeline and sewer collector are laid in the right traffic lane, looking from
Kotor.

Appendix 2 presents routes of all existing installations. New water supply and sewer
pipelines as well as optical and electric cables are installed in the right traffic lane looking
from Kotor side. Taking in consideration the route of the existing AC pipeline, the avail-

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
10
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

able area for laying the continuing transmission pipeline is the left traffic line looking from
Kotor.

In 2010 was completed and revised the ''Conceptual Design for Improvement of Water
Supply at Luštica'' (WIGA Group, Belgrade, 2010) which foresees construction of trans-
mission pipeline of ID 368mm and nominal pressure of 16 bar (PEHD 450 NP16), along
Đuraševići coast and the internal diameter of 396.6mm and nominal pressure of 10 bar
(PEHD 450 NP10) to Đuraševići, Rogač towards Radovići. This transmission line is fore-
seen to transport the water from the regional water supply system to Pristan reservoir,
and along the way to fill reservoirs of the Tivat part of Luštica, which is the existing Rado-
vići reservoir (indirectly Gošići reservoir), the future Đuraševići reservoir, Krašići and the
reservoir of the tourist complex Luštica Development. Within the mentioned implementa-
tion stage, Phase II of the Transmission pipeline has been constructed to the point of
connection to the future reservoir Đuraševići.

1.5.4 Beneficiary and Operating Company / LOT 1 - Tivat

The ViK Tivat is the beneficiary of the works to be implemented under the Contract and
the future owner of the assets to be constructed.

Operation and maintenance of the new sewage system including all its components will
be the responsibility of the ViK Tivat. According to the Conditions of the present Con-
struction Contract, ViK Tivat acts as the Employer.

1.6 EXISTING SITUATION / LOT 2 - KOTOR

1.6.1 Water Supply System

Apart from the rural parts of the Kotor Municipality, water supply network has been de-
veloped comprehensively for the settlements along the bay of Kotor and the inhabited
area along the main road Kotor – Budva.

Since 2012 when SCADA system has been implemented, ViK Kotor Doo significantly im-
proved monitoring of parameters and WS system water balance. This especially re-
flected in better control and reduction of losses in the network, as well as in reduction of
energy consumption.

Measures foreseen within this project would provide for an important step forward in di-
rection of improvement of control over the entire system and reduction of losses.

Having in mind the aim of this tender are measures foreseen for improvement of water
supply in Kotor municipality related to rehabilitation of WS network to certain parts of Ko-

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
11
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

tor municipality, the status of the existing WS network being under operation herewith is
given in the following text.

Industrial zone WS System

The secondary WS network in the settlement Industrial Zone – Grbalj is very old and in
bad condition. Pipe material is PVC, PE.

Since the secondary WS network in the settlement Industrial zone - Grbalj outdated, wa-
ter losses in this area are very high and in order to reduce the water losses, pipelines re-
placement is necessary. Furthermore, replacement of old house connections and water
meters is also very important as for most of the connections it is not clear how they are
connected to the distribution WS network. Cases have been noted that some of the con-
nections were connected to the distribution WS network without water meter installation.
Yet, a much greater issue is the fact that there are many more such connections which
are not recorded to have been connected to the network at all.

The main distribution trunk PVC d160mm (to which the concerned secondary network
needs to be connected) is laid along the main road in the settlement.

Zone 13, covering a part of the Industrial zone (the area from the road junction in direc-
tion to Drvomont) and Donja Sutvara, is supplied via the Industrial zone for the most of
the year, by the existing AC 150 and PE d160 pipeline, which is reduced to a PE d63
pipeline at the entrance into the zone, with the same diameter along the entire zone
down to the existing tank.

Zones 14 and 16 cover the area near the main road and are fed by the main distribution
pipeline PVC d160 running from the water spring Simiš down to the Industrial zone and,
as already mentioned, it is laid along the main road.

Dobrota (St. Stasije, Kamp, Roda and Daošine) WS network

Secondary WS network in Dobrota is very old. Pipe material is AC, ductile iron and PVC,
and also plastic materials were used for repairs at certain sections.

Since the secondary network generally in Dobrota is out-dated and constructed of AC


pipes, water losses in this area are very high and in order to reduce the water losses,
pipelines replacement is necessary. Furthermore, replacement of old house connections
and water meters is also very important as for most of the connections it is not clear how
they are connected to the distribution WS network. Cases have been noted that some of
the connections were connected to the distribution WS network without water meter in-
stallation. Yet, a much greater issue is the fact that there are many more such connec-
tions which are not recorded to have been connected to the network at all.

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
12
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

In the previous period such a rehabilitation of WS system has been implemented in Do-
brota lower zones and positive results in reduction of water losses and system control
are evident.

The main distribution pipeline PVC d315mm (to which the mentioned secondary network
needs to be connected) is laid inside the upper road in the settlement of Sv. Stasije.
Along a part of the coastal road there is a PEHD d400mm pipeline to which none of the
secondary lines is to be connected.

The main distribution pipeline PVC d160mm (to which the mentioned secondary network
needs to be connected) is laid along the main road passing through the settlement of
Kamp.

In the previous period such a rehabilitation of WS system has been implemented in Do-
brota and positive results in reduction of water losses and system control are evident.

Main distribution lines between Roda and Psychiatric Hospital are AC pipes 150 laid
along the main road in the length of ~800m and PVC d160 in the length of ~300m, lo-
cated outside of the road area and mostly running through private land plots.

The main distribution pipeline for Daošine Settlement is PVC d160mm (to which the sec-
ondary network needs to be connected) is laid along the main road passing through the
settlement. From it there is a branch of the existing pipeline PEHD d110 coming toward
the middle part of this settlement.

Orahovac WS System

The main distribution pipeline is made of PVC DN160 pipe feeding the entire area above
and below the Main Road. Within the works for construction of transmission line to Risan
in 2007, a line of PE d90mm pipe was laid within the coastal road for future connection of
consumers below the main road. Since not all provided connections are visible on the
site the Contractor shall excavate the existing connections in the asphalt and to find out
whether they fit in with the designed diameters. In case they do not, installation of a com-
plete new connection would have to be done.

1.7 SCOPE OF WORK LOT 1 - TIVAT

Construction works based on Employer’s Design

The scope of work includes:

Construction of sewer pipes, water supply pipes, manholes, civil engineering structures,
and buildings, supply and installation of mechanical and electrical plant and commission-
Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
13
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

ing thereof, preparation of the execution and workshop drawings, as built documentation
for

LOT 1 – Tivat MANDATORY WORKS

1. Construction secondary sewer with connections in Lustica including two compact


pumping stations with pressure lines and electromechanical installation works.

NOTE: the Employer shall provide the Contractor, for specific sections of the secondary
sewers, with ECM (energy compensation manholes) and pumps for compact pumping
stations previously purchased and delivered to the Employer’s warehouse where it is be-
ing kept currently. Transport to the Contractor’s stockyard and further to the Site, as well
as its installation,testing (and sealing if necessary), is assumed as Contractor’s respon-
sibility under the scope of work included in the Tender.

2. Construction of transmission pipeline for connection of Luštica to the Regional


Water Supply System, Phase III and IV.

LOT 1 – Tivat OPTIONAL WORKS

1. Construction of secondary and tertiary sewer sections in the higher zones of


Tivat wider centre area with house connections. Settlements covered with the
required measures:
 Mažine,
 Tripovići,
 Donja Župa and
 Gornja Župa.

These project elements shall be executed in accordance to the Employer’s design and in
accordance to the requirements stipulated in the particular conditions.

The payment will be done based on the carried out and measured work and based on
unit rates.

Construction works based on Contractor’s Design

Besides the construction of the project components listed above, the scope of works in-
cludes fencing, landscaping, storm water drainage, facilities for site supply (potable wa-
ter, service water, power, telephone) as well as all the required reinstatement works.

Additional Contractor’s Design Obligations

In addition the Contractor will be responsible for the execution of the following investiga-
tions and detailed design activities:
Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
14
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

 Preparation of construction and workshop drawings

 Preparation of reinforcement drawings for all reinforced concrete structures


where not included in tender documents (incl. preparation of formwork drawings,
steel schedules)

 Construction design to suit re-routing of the household connection pipelines


where required.

 Preparation of selective Details for superstructures acc. to local standards

 As Built Drawings / Designs

Before taking over of the project, the Contractor shall prepare a full set of as built
drawings, to be submitted in hard copy and digital open file format. The drawing
formats shall correspond to those of the tender drawings.

 O&M manual

Furthermore the Contractor is responsible for the production of the Operation


and Maintenance Manual for the project.

Furthermore the Contractor shall provide the necessary spare parts as recommended by
the suppliers for the first two years of operation.

Should the Contractor envisage to carry out works or to substitute goods and materials in
accordance to other than DIN standards, he shall submit for approval one copy of the
relevant standards in English to the Engineer, together with any other information re-
quired by him.

1.8 SCOPE OF WORK LOT 2 - KOTOR

Construction works based on Employer’s Design

The scope of work includes:

Construction of sewer pipes, water supply pipes, manholes, civil engineering structures,
and buildings, supply and installation of mechanical and electrical plant and commission-
ing thereof, preparation of the execution and workshop drawings, as built documentation
for

LOT 2 – Kotor MANDATORY WORKS

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
15
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

1. Construction of water supply secondary and tertiary network with reconnection of


the households in the settlements:
 Sveti Stasije, (Dobrota)
 Roda-Psihijatrija, (Dobrota)
 Daošine, (Dobrota) and
 Industrial zone of Kotor.
Includes the Construction of the water supply pipelines with connection of the
private households to the network, testing, commissioning of the works as well
as necessary reinstatement works in public and private properties.

2. Improvement of Control and Maintenance of Water Supply System in Kotor. Divi-


sion of the WS system into sub-zones (sector valves installation and construction
of the measurement point chambers with supply and installation of the electro-
mechanical equipment

3. Integration of these measurement points into the existing SCADA system of the
ViK Kotor.

4. Installation of the measuring equipment at reservoir Stara Fortica and integration


into the existing SCADA system.
5. Purchase and delivery of the Sewage Pump

LOT 2 – Kotor OPTIONAL WORKS

1. Construction of water supply secondary and tertiary network with reconnection of


the households in the settlements:
 Orahovac and
 Kamp (Dobrota)
Includes the Construction of the water supply pipelines with connection of the
private households to the network, testing, commissioning of the works as well
as necessary reinstatement works in public and private properties.

These project elements shall be executed in accordance to the Employer’s design and in
accordance to the requirements stipulated in the particular conditions.

The payment will be done based on the carried out and measured work and based on
unit rates.

Construction works based on Contractor’s Design

Besides the construction of the project components listed above, the scope of works in-
cludes fencing, landscaping, storm water drainage, facilities for site supply (potable wa-
ter, service water, power, telephone) as well as all the required reinstatement works.
Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
16
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

Additional Contractor’s Design Obligations

In addition the Contractor will be responsible for the execution of the following investiga-
tions and detailed design activities:

 Preparation of construction and workshop drawings

 Preparation of reinforcement drawings for all reinforced concrete structures


where not included in tender documents (incl. preparation of formwork drawings,
steel schedules)

 Construction design to suit rerouting of the household connection pipelines


where required.

 Preparation of selective Details for superstructures acc. to local standards

 As Built Drawings / Designs

Before taking over of the project, the Contractor shall prepare a full set of as built
drawings, to be submitted in hard copy and digital open file format. The drawing
formats shall correspond to those of the tender drawings.

 O&M manual

Furthermore the Contractor is responsible for the production of the Operation


and Maintenance Manual for the project.

Furthermore the Contractor shall provide the necessary spare parts as recommended by
the suppliers for the first two years of operation.

Should the Contractor envisage to carry out works or to substitute goods and materials in
accordance to other than DIN standards, he shall submit for approval one copy of the
relevant standards in English to the Engineer, together with any other information re-
quired by him.

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
17
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

1.9 SITE CHARACTERISTICS / WORKS DESCRIPTION LOT 1 - TIVAT

1.9.1 Secondary Sewerage network with house connections at Luštica (Krašići)

Mandatory works

In general the future secondary network is located at the southern side of the primary
network serving the locations of Krašići, parts of Gošići and parts of Đuraševići.

Part of the secondary sewer network described below has been already implemented
within the previous phase of the Project. The scope of work assumed by this tendering
procedure is the remaining part of the designed sewer network in this area. It also in-
cludes two remaining pumping stations foreseen for collection and discharge of the sew-
erage in the area located at the levels lower than the coastal collector.

In comparison to the originally designed solution, tendered sections of the secondary


pipelines at the steep road sections in Krašići were additionally adjusted with energy
compensating manholes. This change allowed trench depth reduction and reduced the
amount of excavation works.

Furthermore secondary sewerage systems will be implemented in some part on the


northern side of the primary network. Due to topographical conditions main parts of the
area between the coastal road and the sea shore have to be drained by compact pump-
ing stations.

Figure 1.10: Secondary network for Luštica

The secondary network has a total length of about 7.8 km of gravity lines and 0.3 km off
pressure lines. Furthermore six compact pumping stations will be implemented.
Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
18
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

The alignments and sub-catchment areas of the secondary network in the project area
have been defined as follows:

Figure 1.11: Definition of sub-catchment areas (western part)

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
19
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

Figure 1.12: Definition of sub-catchment areas (central part)

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
20
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

Figure 1.13: Definition of sub-catchment areas (eastern part)

Area DUP01:

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
21
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

DUP01 belongs to the area of Krašići Municipality and is limited by the junction “Luštica-
Krašići-Road and secondary road” and manhole TV-0070 (primary network) in east-west
direction and by the coastal road and the boundary of the detailed urban plan Krašići in
the southern direction.

All houses which are located on the land side of the coastal road will be connected by
single secondary sewers. The secondary sewerage network drains in northern direction.

Area DUP02:

DUP02 belongs to the area of Krašići and is located between the manholes TV-0070 and
TV-0170 of the primary network, the coastal road and the limit of the detailed urban plan
of Krašići.

The settlement will be serviced by a small secondary network with lateral branches. The
main orientation of the secondary network at DUP02 is in northern direction. Lateral
sewers run mainly in eastern direction.

Area DUP03:

As the previous areas also DUP03 is part of the Krašići Municipality. The boundaries of
this area are the manholes TV-0170 – TV-245b in east-west direction and the coastal
road and the southern limit of the detailed urban plan of Krašići.

As described for DUP02 also the area of DUP03 will be drained by a small secondary
network with partly lateral branches in northern direction to the main collector at the
coastal road.

Area DUP04:

This area is covered by the settlement Maslinjak, where a small network already exists.
Designed as wastewater collecting system with settling tank and drainage into the bay,
the network has been modified more and more to a combined one. Therefore the exist-
ing sewerage system will be used as stormwater network and not considered within this
project.

DUP04 will be serviced by a meandered arranged sewerage system along the settle-
ment’s main road. The existing system has to be crossed several times. In order to use
the existing sewerage network as future stormwater drainage system, it has to be se-
cured, that the existing pipes will not be demolished or interrupted.

The secondary sewerage system of DUP04 ends at Pumping Station PS1.

Area DUP05

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
22
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

DUP05 belongs to the Municipality of Krašići and is located at Pumping Station PS1, sur-
rounded by the catchment area DUP06 and the Coastal Road in north-, south- and west-
ern direction. The catchment area will be connected to the main collector by a complex
sewer system with main orientation in northern direction.

Area DUP06

This area is located between manholes TV-0245b and TV-0285 of the primary network
and covers the administrative area of Krašići. DUP06 is surrounded by the Coastal Road
in the north and the boundary of the Detailed Urban Plan Krašići in the south.

DUP06 will be drained by a fish-bone-arranged secondary sewer system with main orien-
tation in northern direction.

Area DUP07

This area is situated between manhole TV-0285 and TV-0440 and belongs to the Krašići
Municipality.

All houses which are located on the land side of the coastal road will be connected by
single secondary sewers. The secondary sewerage network drains in northern direction.

Area DUP08

DUP08 forms the eastern part of Krašići. Since houses are and will be located close to
the coastal road, no secondary network will be implemented in this section. All houses
will be connected directly to the main collector.

Area DUP09

DUP09 covers parts of Gošići Municipality and is located between manholes TV-0580
and TV-0800. Secondary networks are foreseen at the western and eastern extremities
of the area, where a wider construction area in landside direction is possible and/or al-
ready existent. For the central part of DUP09 no secondary network will be implemented,
since all houses are situated in short distance to the coastal road and since no develop-
ment in the hinterland is expected according to the Detail Urban Plan.

Area DUP10

DUP10 covers the administrative area of Radovići and Milovići Municipality as well as the
centre of Gošići Municipality. Since this area has been excluded for network implementa-
tion in this Phase III of the Water Supply and Sanitation Adriatic Coast Programme only
the hydraulic load of DUP10 will be considered for the dimensioning of the primary net-
work as described in Book TV-A-01.

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
23
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

Area DUP11

DUP11 belongs to the Municipality of Milovići and is bounded by manholes TV-0810 and
TV-0930 (primary network) in east-west direction and the coastal road and the limit of
settled area in north-south direction. In view of detailed urban planning DUP11 is as-
signed to the DUP Đuraševići.

The total area will be directly connected to the primary network

Area DUP12

DUP12 covers parts of the Municipality Bogisici and is bordered between manhole TV-
0930 and TV-1180 along the coastal road and limited by the settled area in southern di-
rection. Concerning development planning this area is assigned to the DUP Đuraševići.

Main parts of the recent and future developed area will be directly connected to the main
collector. Only at manhole TV-1115 one secondary sewer will be laid into a local access
road.

Area DUP13

DUP13 framed the eastern part of the project area Luštica and belongs to the territory of
Đuraševići Municipality and therefore to the boundaries of the DUP Đuraševići.

The total area will be directly connected to the primary network

Area DUP14

Area DUP14 runs from manhole TV-0485 to TV-0570 of the primary network and be-
longs to the municipal area of Gošići.

The total area will be directly connected to the primary network

Area MD-01

MD-01 belongs to the Morsko dobro area between manhole TV-0010 and TV-0070. For
development planning of this area the Location Study Krašići has to take into account.

Since this area is not developed yet, no secondary network has been designed in this
stage. It has been assumed that future houses/hotels will be connected directly to the
primary network.

Area MD-02

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
24
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

MD-02 belongs to the Morsko dobro area between manhole TV-0070 and TV-0170. For
development planning of this area the Location Study Krašići has to take in considera-
tion.

Since this area is not developed yet, no secondary network has been designed in this
stage. It has been assumed that future houses/hotels will be connected directly to the
primary network.

Area MD-03

MD-03 belongs to the Morsko dobro area between manhole TV-0170 and TV-0235. For
development planning of this area the Location Study Krašići has to be considered.

Since this area is not developed yet, no secondary network has been designed in this
stage. It has been assumed that future houses/hotels will be connected directly to the
primary network.

Area MD-04

MD-04 belongs to the Morsko dobro area between manhole TV-0235 and TV-0285. For
development planning of this area the Location Study Krašići has to take into account.

Since this area is not developed yet, no secondary network has been designed in this
stage. It has been assumed that future houses/hotels will be connected directly to the
primary network.

Area MD-05

MD-05 belongs to the Morsko dobro area between manhole TV-0285 and TV-0440. For
development planning of this area the Location Study Krašići has to take into account.

Since parts of this area are already developed, a secondary network will be considered
within this project. The main secondary sewer runs in parallel to the sea shore and ends
at the compact pumping station PS7, where the sewage will conveyed to the primary
network (manhole TV-0390). Two lateral branches of the secondary network will serve
the main access road to the settlement and drain the wastewater also to PS 7.

Area MD-06

MD-06 belongs to the Morsko dobro area between manhole TV-0440 and TV-0490. For
development planning of this area the Location Study Krašići has to be considered.

Area MD-06 is already full developed. Therefore a secondary sewer network will be im-
plemented. Due to difficult topographical conditions the area has to be drained by three
CPS. Two of these pumping stations are located at the sea shore (PS 9 and PS 10) while

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
25
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

the third lifting facility will be constructed close to the coastal road (PS 8). PS 8 and 9 will
convey the sewage to manhole TV-0475. PS 10 will lift the wastewater to manhole TV-
0490.

Area MD-07

MD-06 belongs to the Morsko dobro area between manhole TV-0490 and the half length
of Pressure Pipe 3 (primary network). For development planning of this area the Location
Study Đuraševići has to be considered.

Since only a minor part of this area is developed, a small secondary network will be de-
signed within this stage. Furthermore it has been assumed that, due to the topographical
condition of the coastal are, main parts will be connected to eastern part of MD-07 where
the ground level meet the surface level of the coastal road.

Area MD-08

MD-08 is situated in parallel to the designed pressure pipes 3 and 4 (primary network).
For development planning of this area the Location Study Đuraševići has to take into ac-
count.

This area is not developed yet. Therefore no secondary network has been designed at
this stage. For future development is has been assumed that the area will be connected
at manhole TV-1440 and thus directly to Pumping Station PS4. A secondary network and
lifting facilities will be needed for an adequate drainage of this area.

Area MD-09

MD-09 represents the Morsko Dobro area between manholes TV-0810 – TV-0930. Since
the central part of this area is already settled, a secondary network will be considered
within this design. Due to topographical conditions, the produced wastewater has to be
collected to two compact pumping stations (PS 11 and 12) which are located close to the
sea shore. Both lifting facilities will pump the sewage to manhole TV-0890.

Area MD-10

MD-10 is located between manhole TV-0930 and TV-1180. This area belongs to Morsko
Dobro (Location Study Đuraševići).

Since this area is not developed yet, no secondary network has been designed in this
stage. It has been assumed that future houses/hotels will be connected directly to Pump-
ing Station PS5.

Area MD-11

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
26
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

MD-11 is located between manhole TV-1180 and PS6. This area belongs to Morsko Do-
bro (Location Study Đuraševići).

Since this area is not developed yet, no secondary network has been designed in this
stage. It has been assumed that future houses/hotels will be connected directly to Pump-
ing Station PS6.

Area MD-12

MD-12 represents the area between manholes TV-0490 and TV-0570 of the primary
network.

Since this area is not developed yet, no secondary network has been designed in this
stage. It has been assumed that future houses/hotels will be connected directly to Pump-
ing Station PS2.

The following table summarizes the main parameter of all defined and described sec-
tions of the Luštica wastewater network:

Table 1.4: Summary of catchment area parameter and secondary network

Sub- Zone Location Study/DUP Area PE Den- PE Length of


Catchment sity secondary
Area network
[ha] [PE/ha] [PE120l/PE/d
] [m]
DUP01 Zone I DUP Krašići 2.30 223 513 478
DUP02 Zone I DUP Krašići 6.97 223 1,558 1,691
DUP03 Zone II DUP Krašići 6.70 82 552 974
DUP04 Zone II DUP Krašići 3.51 82 290 996
DUP05 Zone II DUP Krašići 0.82 82 68 340
DUP06 Zone II DUP Krašići 4.85 82 400 1,056
DUP07 Zone III DUP Krašići 4.77 98 469 135
DUP08 Zone III DUP Krašići 2.23 98 219 -
DUP09 Zone IV Gošići 6.79 35 235 438
DUP10 Zone IV DUB Radovići /DUB Milovići
DUP11 Zone V DUB Đuraševići 3.39 394 1,336 -
DUP12 Zone VI DUB Đuraševići 8.15 307 2,498 30
DUP13 Zone VII DUB Đuraševići 6.94 183 1,272 -
DUP14 Zone IV Gošići 2.21 35 76 -
MD-01 Zone I Location Study Krašići 2.21 573 1,265 -
MD-02 Zone I Location Study Krašići 0.45 573 258 -
MD-03 Zone II Location Study Krašići 0.77 199 153 -
MD-04 Zone II Location Study Krašići 0.84 199 166 -

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
27
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

Sub- Zone Location Study/DUP Area PE Den- PE Length of


Catchment sity secondary
Area network
[ha] [PE/ha] [PE120l/PE/d
] [m]
MD-05 Zone II/III Location Study Krašići 0.83 297 246 455
MD-06 Zone III Location Study Krašići 3.53 297 1,050 708
MD-07 Zone IV Location Study Đuraševići 2.87 144 415 185
MD-08 Zone IV Location Study Đuraševići 15.53 144 2,240 -
MD-09 Zone V Location Study Đuraševići 4.32 165 714 332
MD-10 Zone VI Location Study Đuraševići 10.73 238 2,555 -
MD-11 Zone VII Location Study Đuraševići 4.30 211 906 -
MD-12 Zone IV Location Study Đuraševići 2.96 144 427 83

Minimum sewer diameter

For maintenance and operational reasons sewer pipes with an appropriate minimum di-
ameter shall be laid in order to make possible sewer TV inspections and to avoid clog-
ging. According to the international standards a minimum inner diameter of NDmin = 250
mm for wastewater sewers should be taken into consideration.

However, according to DWA standard A-118, in justified cases (e.g. small discharge in
rurally structured areas or in dispersed residential areas, main connecting sewers with
good gradient conditions, steep stretches and implementation of measures for storm wa-
ter management) small cross-sections can also be chosen. In these cases particular at-
tention is to be paid to the operational aspects and, if required, suitable measures for the
avoidance of deposits and blockages are to be taken.

Following minimum diameters are considered in for secondary network

NDmin = 200 mm

Pumping stations

As required by the terrain configuration six compact pumping stations are designed in to-
tal to secure a safe drainage of the sub-catchment areas at peninsula Luštica.

The exact positions of the pumping stations are shown in drawings TV-A-08-103 and TV-
A-08-106.

The Compact Pumping Stations PS7 to PS 12 are designed as circular pre-cast concrete
manholes with a diameter of 2.0 m. In the wet wells / pump sumps, two submersible
pumps (one duty, one stand-by) will be installed. In order to achieve the same hours of
Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
28
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

operation and thus tear and wear, the submersible pumps will operate alternating in sin-
gle operation. The non-return valves and gate valves are accommodated in the rising
main. At all Compact Pumping Stations (PS7-PS12) no screening is foreseen.

Local switch boards for the motor control centre are located just next to the pumping sta-
tions.

For the monitoring and control of the pumping stations, water level measurements with
float switches will be installed. Besides the switch-in and switch-off levels of the pumps,
level measurements for high water level alarm (flood protection) and for dry running pro-
tection (low low level) are considered.

Designed pumping stations are presented in the table below. Within the previous stages
of the Project implementation four out of six foreseen pumping stations had been already
executed. Remaining two pumping stations (PS7 and PS10) are subject to this tendering
procedure.
Item Unit PS7 PS8 PS9 PS10 PS11 PS12
Pump Sump construc construc construc constru
ted ted ted cted
Type: wet well, cast in
place, square
Volume [m3] 3.14 3.14 3.14 3.14 3.14 3.14
Pumps
Type: centrifugal,
submersible
Number [-] 2 2 2 2 2 2
Capacity per pump QP [m3/h] 32 18 18 18 40 18
Manometric Head Hman [m] 10.78 3.59 7.61 6.98 27.38 2.94
Electrical power demand [kW] 2 <1 1 1 6 1
Size of motor [kW] 3 1 2 2 8 1
Screening
Not required n/a n/a n/a n/a n/a n/a

NOTE: the Employer shall provide the Contractor pumps for compact pumping
stations previously purchased and delivered to the Employer’s warehouse where
it is being kept currently. Transport to the Contractor’s stockyard and further to
the Site, as well as its installation and testing, is assumed as Contractor’s respon-
sibility under the scope of work included in the Tender.

In order to prevent lifting of the compact pumping station manholes a lifting calculation
has been carried out of the manhole of PS 7 which is designed with a depth of 3.27 me-
tres below sea level. Since all other manholes have an installation depth above sea level
and above ground water level a detailed calculation of PS 8 – PS 12 is not necessary.

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
29
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

Detailed calculations of the pumping stations are enclosed in Volume V.

Pressure Line

From all Pumping Stations the force main will be laid to the Luštica quay road. A HDPE
ND 160 pressure pipeline according to DIN 8074 in pressure class PN 10 shall be laid.

The pipelines are designed for a velocity of about more than 1 m/s when one pump being
in single operation. Although there will be longer idle periods, depositing of solids cannot
anticipated with the selected design velocities for the final period.

At all sharp changes in deviation, thrust blocks shall be constructed. Provision will be
made for wash outs at the deep points. In addition valve chambers with double orifice air
release valves are required in all high points and in addition for water hammer protection.
The pipelines are shown in drawings TV-A-01-101 to TV-A-01-111.

1.9.1.1 Construction Method and Materials

1.9.1.1.1 Trenches

The sewers will be constructed in open trenches by using supporting trench sheeting.
Due to the variable groundwater level in the different areas, the pipe trench dewatering
system needs special care. A lowering of the groundwater along the pipe trench with a
vacuum process will be recommended.

For the laying of the primary and secondary sewers the following minimum technical
standards will be considered:

 Sand bedding underneath pipe > 100 mm

 Sand bedding around the pipe (cradle zone)

 Sand bedding on top of the pipe > 100 + d/10 mm

 Backfill material to be granular material (sand, fine gravel, coarse gravel); in-situ
material can be used if suitable, otherwise imported material, has to be compacted
up to 95% by Proctor

 Minimum cover on top of the sand bedding > 600 mm

 Surfacing according to the road work design

It has to be assumed that about 75 % of the excavated material has to be disposed and
replaced with adequate backfill material from commercial sources. In some parts of the
project area hard rock excavation is required.

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
30
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

1.9.1.1.2 Pipes

Gravity system

For all sewer pipes with a diameter equal or below 300 mm corrugated polyethylene
pipes (pipe stiffing class SN 8) in accordance to DIN EN 13476-1 for all diameters will be
implemented. Corrugated polyethylene pipes with water tight sleeve joints sealed by gas-
kets are to be applied for the secondary sewer pipes. The pipes shall be supplied in
standard length of 6.00 m with stiffness class SN 8.

Structural calculations have been carried out for corrugated PP pipes (with equal proper-
ties for the structural verification) according to ATV-DVWK standard A 127 for represen-
tative loading conditions as described as follows:
Inner diameter [mm] 250
Wall thickness [mm] 15
Input parameter
Allowable deflection: [%] 6
A type predeformation [%] 1
Stiffness class [-] SN 8
Minimum coverage [m] 0,80
Maximum coverage [m] 3.24
Max. groundwater above trench bottom [m] 1.150
Load [-] HLC 60
In-situ soil (trench excavation) [-] Cohesive mixed soils and course
clay (G3)
Covering [-] Noncohesive sand and gravel (G1)
Pipeline Zone [-] Noncohesive sand and gravel (G1)
Degree of compaction [%] 95
Trench width [m] 0.95
Slope angle of trench [°] 90
Trench sheeting [-] Vertical trench sheeting
Results
Load condition 1 / long term load Maximum covering heights
Stress proof BZ > required BZ = 2,50
Deflection proof 3.18 % = v < required dv = 6.00 %
Stability proof 4.19 = buckl > required buckl = 2.00
Load condition 2 / long term load Minimum covering heights

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
31
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

Stress proof BZ > required BZ = 2,50


Deflection proof 2.67 % = v < required dv = 6.00 %
Stability proof 11.08 = buckl > required buckl = 2.00

Pressure System

For the pressure pipes polyethylene pipes (pressure class 10, equal to SDR 17) in ac-
cordance with DIN 8074 will be implemented.

As a standard, the PE pipes shall be connected by butt welding. Butt welding of the poly-
ethylene pipes has to be carried out in accordance to the requirements specified by the
pipe supplier. In cased that electro-fusion welded joints in high-density polyethylene pipes
are foreseen, they shall be made only between pipes having the same physical charac-
teristics.

For the connection of PE pipes into cast-in-place or pre-cast concrete manholes, a


FRIAFIT ASF sewage shaft lining and the corresponding FRIAFIT ASF sewage insert
socket, or equal, shall be used. At the connection of PE pipes to a concrete shaft with a
sewage shaft inlining and sewage socket, welding at the connection point is not permit-
ted, thus no nominal tension stresses are transmitted onto the concrete structure.

Structural calculations have been carried out according to ATV-DVWK standard A 127
for representative loading conditions as described as follows:
Outer diameter [mm] 250
Wall thickness [mm] 22.7
Input parameter
Allowable deflection: [%] 6
A type predeformation [%] 1
Pressure class [-] PN 10
Minimum coverage [m] 0,80
Maximum coverage [m] 1.90
Min. groundwater above trench bottom [m] 0.36
Max. groundwater above trench bottom [m] 1.10
Load [-] HLC 60
In-situ soil (trench excavation) [-] Cohesive mixed soils and course
clay (G3)
Covering [-] Noncohesive sand and gravel (G1)
Pipeline Zone [-] Noncohesive sand and gravel (G1)
Degree of compaction [%] 95

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
32
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

Trench width [m] 0.95


Slope angle of trench [°] 90
Trench sheeting [-] Vertical trench sheeting
Results
Load condition 1 / short term load Maximum covering heights,
Stress proof (with min. groundwater) BZ > required BZ = 2,50
Stress proof (with max. groundwater) BZ > required BZ = 2,50
Deflection proof (with min gw) 0.55 % = v < required dv = 6.00 %
Deflection proof (with max. gw) 0.51 % = v < required dv = 6,00 %
Stability proof (with max. gw) 51.47 = buckl > required buckl = 2.00
Load condition 2 / short term load Minimum covering heights,
Stress proof (with min. groundwater) BZ > required BZ = 2,50
Stress proof (with max. groundwater) BZ > required BZ = 2,50
Deflection proof (with min gw) 0.82 % = v < required dv = 6.00 %
Deflection proof (with max gw) 0.78 % = v < required dv = 6.00 %
Stability proof 40.08 = buckl > required buckl = 2.00
Load condition 1 / long term load Maximum covering heights
Stress proof (with min. groundwater) BZ > required BZ = 2,50
Stress proof (with max. groundwater) BZ > required BZ = 2,50
Deflection proof (with min gw) 0.80 % = v < required dv = 6.00 %
Deflection proof (with max. gw) 0.70 % = v < required dv = 6,00 %
Stability proof (with max. gw) 29.37 = buckl > required buckl = 2.00
Load condition 2 / long term load Minimum covering heights
Stress proof BZ > required BZ = 2,50
Deflection proof (with min gw) 0.91 % = v < required dv = 6.00 %
Deflection proof (with max. gw) 0.84 % = v < required dv = 6.00 %
Stability proof 28.18 = buckl > required buckl = 2.00

1.9.1.1.3 Manholes

Manholes for the secondary network have to be constructed according to detailed design
drawings and generally consist of pre-cast bottom parts (to be prepared by the Contrac-
tor on a location foreseen for the purpose within the construction site) and pre-cast top
slabs, shaft rings and cones. The manholes will be covered with cast iron manhole cover

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
33
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

including hinges. Furthermore the manholes have to be equipped with dirt pans to avoid
the penetration of obstacles like foliages etc.

Figure 1.2: Typical standard manhole Figure 1.3: Typical standard manhole
with a drop pipes

Within the secondary network cascades are foreseen in sections where the surface gra-
dient exceeds the maximum possible pipe slope to avoid steep sectionsError! Refer-
ence source not found..

Nevertheless, Tender foresees also implementation of the gravity lines set in parallel to
the surface/ground level, meaning with the gradient exceeding the maximum criteria. For
such sections energy compensating manholes will be used to reduce the cinematic en-
ergy of the fluid before discharging into the main costal collector.

NOTE: the Employer shall provide the Contractor, for specific sections of the sec-
ondary sewers, with ECM (energy compensation manholes) previously purchased
and delivered to the Employer’s warehouse where it is currently being kept.
Transport to the Contractor’s stockyard and further to the Site, as well as its in-
stallation and testing, is assumed as Contractor’s responsibility under the scope
of work included in the Tender.

Total designed secondary system consists of total of 358 inspection manholes, laid with
a maximum distance of 40 m. In general inspection manholes have been designed:

• where changes in direction or slopes occur;

• at the junction of sewers (not necessarily at house connections);

• where differences in pipe size and in invert elevation have to be bridged;

• as inspection manhole at a maximum distance of 40 m.

The sewers have to be laid in straight direction without any bend in horizontal or vertical
direction. Inspection manholes should be made of pre-fabricated concrete elements in
the following dimensions:
Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
34
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

• Connected pipes Ø ≤ 500 mm, manhole diameter = 1,0 m;

• Connected pipes Ø > 500 mm, manhole diameter = 1,2 m

In the following table information about the Energy Compensating Manholes (ECM) fore-
seen for implementation under this Tender is provided.
R.
Manhole ID
Br.
1 TV0090020
2 TV0120030
3 TV0120050
4 TV0140010
5 TV0140020
6 TV0140040
7 TV0140080
8 TV0140100
9 TV0170010
10 TV0190050
11 TV0190070
12 TV0190090
13 TV0200020
14 TV0200040
15 TV0200060
16 TV0210010
17 TV0210030
18 TV0210050
19 TV0210070
20 TV0215020
21 TV0215040
22 TV0215060
23 TV0215080

1.9.1.1.4 House connections

In the framework of this project the provision will be made for the connection of house
connections. The preparation of such house connections is limited to the wastewater in-
frastructure within public areas.

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
35
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

The implementation measures to be covered under this project comprise of connecting


pipelines to the primary/secondary sewer network until the sidewalk of the street. The
end of the connection pipe will be sealed in this way that future connection of the house
connection including revision chamber etc. will be possible.

The connection pipe will be carried out as an uPVC ND 150 or ND 200 pipe to the near-
est manhole of a new primary or secondary sewer, if possible. If the next accessible
manhole is too far away, the outlet branch pipe will be connected with a saddle piece /
tee directly to the collector.

Figure 1.1: Typical House Connection to a Figure 1.2: Typical House Connection to a
primary/secondary sewer manhole of the primary/secondary
system

Existing house connections found at houses situated just along the public roads shall be
intercepted and re-connected from the old to the new sewer system.

In cases where houses on private plots are set back away from the road, tertiary sewer
lines on private ground are required. The same is valid for houses which are located
rearward such buildings along the road. Often such tertiary sewers are already at hand
today. Otherwise they have still to be constructed. The construction of additional tertiary
sewers and house connections as well as the re-connection of existing house connec-
tions to the new revision chambers in complementation of the present project is the re-
sponsibility of the Municipality of Tivat and the private property owners concerned.

1.9.1.2 General Recommendations and Notes for the Contractor

All earth works must be performed with solid support, carefully and adequately installed
in shortest term, and construction site must be properly secured during the working hours
as well as during the non-working hours, in order to prevent injuries of personnel and
passers-by or other damage.

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
36
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

Before the start of backfilling the trench, i.e. after the completion of the pipeline installa-
tion, topographical survey of the entire route shall be performed with entering the data
into the cadastre of communal facilities and installations, as well as testing of watertight-
ness of the connections of completed sewerage according to valid regulations.

The position of installations must be precisely defined and the Contractor is obliged to:

 Before the excavation, mark the existing underground installations together with rep-
resentatives of the installations’ owners and provide their complete protection or
displacement

 The Contractor is obliged to be disposed with equipment for ground installation de-
tection.

 Obey technical provisions and standards for this type of works

 Determine by topographical survey all necessary elements providing exact position


of the sewerage (as-built situation), and obtained data shall be entered into cadastre
books.

 While performing the works, all HTZ measures prescribed for this type of works
shall be obeyed.

 All deviations, if any, from the designed invert levels, i.e. technology, surplus works
of deficiency of works occurred during the course of implementation, shall be en-
tered into the Construction log, and if required into the As-built Design

 Mandatory testing of watertightness of completed sewerage connections shall be


performed according to valid regulations.

 The Contractor shall make his own arrangements for the disposal of unsuitable sur-
plus material from any the Site. Such material shall become the property of the Con-
tractor who will be entirely responsible for its removal from the site and its ultimate
disposal in accordance with environmental needs

 In case of inadequate geological composition of the terrain, sheeting should be pro-


vided also for excavation with a depth of 1 m

 Before testing any pipeline, the Contractor shall ensure that it is anchored ade-
quately and that thrusts from bends, branch outlets or from the pipeline ends are
transmitted to solid ground or to a suitable temporary anchorage. Open ends shall
be stopped with plugs, caps or blank flanges properly jointed. Potable water shall be
used for the cleansing, testing and swabbing of pipelines unless otherwise directed
by the Engineer. Stand pipes for extracting water from the public supply system
shall be in accordance with the requirements of the supply authority. As a minimum
Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
37
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

a check valve system shall be provided between the public supply and the item be-
ing filled to prevent the possibility of back siphonage. The Contractor shall provide
all labour, testing equipment (including additional pipework jointing material, stop-
pers, and blank flanges) and shall fill the pipes with water and subsequently empty
them after test, all to the approval of the Engineer. Water drained from the pipes
shall be discharged in a way that does not affect the stability of the Works or adja-
cent structures.

 In case that the sewers are above sea level the hydraulic testing will be carried out
after partial backfill with open joints. In case that the sewer are below sea level and
the trench has to be backfilled completely after pipe laying, the Constructor has to
carry out the hydraulic test by using joint tester for water and/or air

 The Contractor shall provide, erect and maintain on the Site and the locations on the
access to the Site all traffic signs and traffic control signals, as necessary and/or
may be required by the Police Authority for the safe direction and control of the traf-
fic. The location and size of all such signs and the lettering thereon shall be ap-
proved by the Engineer before erection of the signs. The Contractor shall reposition,
cover or remove signs as required during the progress of the Works.

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
38
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

1.9.2 Construction of transmission pipeline for connection of Luštica to the Regional Water
Supply System, Phase III and IV

Mandatory works

During 2010, I phase of transmission pipeline DN450 was constructed from the connec-
tion to the regional water supply network at the junction od Budva-Kotor-Tivat to Solila
(section A-B below).

In 2014 construction of II phase of transmission pipeline DN400 from Solila to the


branching towards the future reservoir Đuraševići (section B-C below).

Figure 1.1 – Construction phases for transmission pipeline for Luštica

III phase comprises the transmission pipeline section up to the branching towards the fu-
ture reservoir Đuraševići, up to the Rogač junction (turning towards Krašići, i.e. the
branching point for transport of water towards reservoir Pristan), section C-D. The 4th
phase comprises the section from the Rogač junction to the branching towards the future
Luštica Development reservoir (section D-E).

The III and IV phase are in total 3,024m long, DN400mm profile ductile cast iron.

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
39
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

1.9.2.1 Conception of technical solution – Transmission pipeline

The detailed design of III and IV phase relies upon the accepted “Conceptual design for
Improvement of Water Supply for Luštica'' (WIGA Group, Beograd, 2010). The concep-
tual design provides hydraulic modelling of different variants of water supply, and for the
accepted variant, based on performed hydraulic calculation, are accepted the route of the
transmission pipeline, branching, internal diameter, nominal pressure and phases of
construction.

The foreseen pipeline construction is of total length 3,024m (from the connection to the
existing pipeline DCI DN 400mm from the branching towards the future Đuraševići reser-
voir to the branching for the future Luštica Development branching), foreseen in ductile
cast iron, diameter of DN400. The transmission pipeline is located in the left traffic line
along the entire length of the main motor road. The foreseen branching at the pipeline
are: branching for Pristan reservoir (through which the foreseen quantity of Qsr,dn 70l/s
may, as required, be transported to the Herceg Novi part of Luštica, or through the sub-
marine pipeline to Kumbor); branching for Radovići reservoir and branching for Luštica
Development reservoir, which is, at the same time, the end of the transmission line.

No hydrants are foreseen at the newly designed transmission pipeline, since in parallel to
this transmission line there is already a distribution pipeline with the existing hydrants.

1.9.2.1.1 Pipeline route

The route of the designed pipeline with all its elements is presented in the Volume V.

The total route of the planned DCI DN400 is 3.024m, while the branch for Radovići is
56m long as a DCI DN300 43m and DCI DN250 13m pipeline.

The route of the planned pipeline is taken from the “Conceptual Design for Improvement
of Water Supply at Luštica” (WIGA Group doo Beograd, 2010) and can be considered
per the following parts:

 from the connection at the end of phase II of the existing line up to the branch to
Herceg Novi at Rogač, from T1 to T39;

 from the branch to Herceg Novi at Rogač up to the branch to Radovići reservoir
(T39 to T91)

 from the branch to Radovići reservoir up to the location of future branch to Plavi
Horizonti (T91 to T96)

 from the location of future branch to Plavi Horizonti up to the end of the branch
for the future Luštica Development reservoir (T96 to T113)

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
40
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

As well as

 the branch for Radovići reservoir.

Section T1 – T39

The route of this section of DCI DN400 pipeline is situated inside the left traffic lane in di-
rection from Tivat along the left gutter of the road. The pipeline is therefore nearer with its
axis to the existing ACC pipeline (2m distance) that is going to be put out of operation in
the following period after the connection of the users to the new contructed distribution
line d315mm.

At the node T1 the foreseen pipeline is connected to the existing transmission pipeline
(phase II) outside of the existing manhole to the FFG piece that was left outside. As the
existing transmission line is located between the distribution PEHD 315mm line and GRP
DN600 waste water sewer, the connection is to be done at the angle of 11° and the pipe-
line is to cross over from the right into the left traffic lane at the angle of 10°. Thereby the
designed pipeline passes below the sewer. About 4.5 m from the manhole wall atthe
route of the designed transmission line there is a revision manhole of the existing sewer-
age network (RO2’). During the construction the existing installations need to be consid-
ered especially taking care about the category of soil to be expected along the route
(hard rock) and the nearness of the distribution and sewer pipelines. In case it turns out
on the site that the route of the designed DCI cannot be implemented in such a manner
to avoid the existing sewerage manhole, in the Annex 14 and the BoQ it is foreseen to
displace the upstream and downstream section of the sewer by relocating the manhole
from the position RO2’ to RO2. The total displacement length is 36m.

This section ends with Herceg Novi branch at T39 node.

Section T39 – T91

The route of this pipeline section DCI DN400 is located inside the left traffic lane from Ti-
vat direction and in the whole length it is 1m apart from the existing AC 250mm pipeline.
AT the node T86 an air valve is foreseen.

The pipeline section from T1 to T86 is to be emptied via a washout manhole at the con-
structed transmission line some 300m upstream from the node T1. The existing washout
manhole has its overflow with further discharge into the sea.

At the node T91 a branch is foreseen for filling of Radovići reservoir. The branch is about
56m long, DCI DN300 and DN250. At the branch a MR block is foreseen to control the
reservoir filling.

Section T91 – T96

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
41
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

The route of this section of DCI DN400 pipeline is located in the left traffic lane rom Tivat
direction and with its entire length it is at least 1m apart from the existing PEHD d225mm
pipeline. In the node T95 a washout manhole is foreseen for emptying the other sections
of the pipeline T86-T113.

In the node T95 the pipeline bends at 90 degrees angle and runs further towards the fu-
ture Luštica Development reservoir.

In the node T96 a location of future branch is foreseen during the replacement of the ex-
isting AC pipeline for supply of Plavi Horizonti touristic complex. Since it is foreseen that
this complex should have its own reservoir facility, Qsr,dn needed for filling of this reser-
voir does not need to be provided from Radovići reservoir as so far but via a direct con-
nection to the transmission line DN400.

Section T96 – T113

The route of this pipeline section DCI DN400 is located in the left traffic lane from Tivat
direction. The route finishes at the node T113 as the location of future branch for Luštica
Development reservoir.

1.9.2.1.2 Pipeline level

The level of the transmission pipeline is conditioned by passing below the existing instal-
lations inside the road. The minimum coverage layer thickness over the transmission line
is 80 cm and the average trench depth is 1.9m. There are no crossings with existing cul-
verts but the line passes below them. At the start section of the line passing below the
sewage collector it is foreseen to protect the transmission line and its joints with a steel
sleeve pipe.

Longitudinal profile of the pipeline as well as the trench details are shown in the corre-
sponding drawings in Volume V.

1.9.2.1.3 Junction manholes

At T1 the foreseen pipeline is connected to the existing transmission line (phase II) out-
side of the existing manhole to the FFG piece left outside. As the existing transmission
line is located between the distribution PEHD 315mm pipeline and sewage collector GRP
DN600, the connection is to be done at an 11° angle and the pipeline passes from the
right into the left traffic lane at a 10° angle.

At the node T39 a manhole for the branch for Herceg Novi is foreseen. Considering the
soil category at this site (rock) and the near vicinity of other installations, the design has
foreseen the construction of a manhole with sufficient dimensions for accommodation of
water supply pipework and fittings needed for eventual branch construction for connec-
tion of Herceg Novi. This considers a washout manhole for the downstream section in di-
Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
42
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

rection of Radovići reservoir. The extension of the manhole after the construction of the
transmission line in this zone is not possible without the pipeline damaging as well as
other installations around and due to this fact it is foreseen to construct a manhole with
its final dimensions already at this stage. Supply and installation of WS pipework and fit-
tings for the branch and washout manhole needs to be done in the next stage, i.e. in
case of start of implementation of the branch for Herceg Novi.

At the node T91 a branch manhole is foreseen for filling of Radovići reservoir. At the
branch after the MR block a connection manhole is foreseen for the branching pipeline
feeding the reservoir.

At the node T113 a manhole is foreseen for the branch in direction of future reservoir for
Luštica Development.

1.9.2.1.4 Measurement regulation block

The measurement regulation block (MRB) and the branch for feeding of Radovići reser-
voir have been designed in the agreement with the ViK Tivat. The MRB is equipped with
a reducer from DN300 to DN250, a DN250 valve, EM flow meter DN250 and a needle
valve DN250 for flow regulation. After the MRB a connection to the existing reservoir
feeding line ACC 250mm is foreseen inside the manhole. Manometer installation is fore-
seen as well as installation of a hydrostatic sensor for Radovići reservoir.

Due to the fact that type and diameter of needle valve (Flow control valve) may defer de-
pending on manufacturer final recommendation, the Contractor is obliged to define exact
type of the needle valve in coordination with nominated manufacturer, Engineer and Em-
ployer before the purchase and transportation and installation works have been imple-
mented.

1.9.2.1.5 Airvalve manhole

Along the route one air valve manhole is foreseen at the node T86. The air valve is
foreseen with the diameter DN100.

1.9.2.1.6 Washout manholes

At 300m upstream from the node T1 there is an existing washout manhole for emptying
the section of the designed pipeline up the node T86.

At the node T95 a washout manhole is foreseen to empty the rest of the pipeline section.

The washout manhole diameter is 100 mm and in the agreement with ViK Tivat, empty-
ing is forseen into a chamber along with the occasional chamber content emptying since
there is no recepient for the evacuated water quantity anywhere nearby.

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
43
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

1.9.2.1.7 Reinforced concrete structures along the pipeline route

With the main civil works design for construction of transmission line of phase III and IV
project for improvement of water supply in Tival Municipality, it is foreseen to construct
reinforced concrete manholes along the pipeline route with dimensions defined based on
requirements for accommodation of fittings and connection pieces.

Structural calculations are provided with detailed designs in Volume V and main charac-
teristics of the structures described within the following text.

Manhole Cht2

The manhole Cht2 is to be constructed in situ with outer footprint dimensions of


4.4x2.4m and the outer height of 2.60m. The manhole dimensions were set based on the
space required for accommodation of fittings. The manhole is foreseen to be constructed
of reinforced concrete MB20, with top slab dimensions dp=20cm, bottom slab dd =20cm,
and wall thickness dz=20cm.

The manhole Cht2 is located in the road (III category) and therefore within the load
analysis traffic load was also considered as distributed load with intensity of
p=16.70kn/m2, according to the Rulebook on technical norms for determination of bridge
loads.

Furthermore, it has been considered that over the top manhole slab a road cover would
be installed made of asphalt concrete mix with d=4.0cm thickness.

Calculation ground parameters used in the load analysis from the side ground pressure
were considered approximately the same as given in the geotechnical report.

As the excavation for construction of manholes is done mostly in the rock, the width and
depth for the excavation is wider / deeper than the manholes dimensions. Therefore the
designer has foreseen the bedding under the bottom manhole slab made of pure moun-
tain gravel of 32mm maximum granulation, to be compacted up to MS =30Mpa. Fur-
thermore around manholes backfilling is to be done with pure mountain gravel of the
same granulation to be compacted in layers of 30cm, up to the required compaction of
Ms=100Mpa (compaction defined by the conditions of the company in charge of roads
maintenance).

The manhole Cht2 is to be reinforced with RA400/500MPa, GA240/360Mpa and net Q


500/560Mpa.

Manhole Cht3

The manhole Cht3 is to be constructed in situ with outer footprint dimensions of


1.8x1.8m and the outer height of 2.10m. The manhole is foreseen to be constructed of
Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
44
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

reinforced concrete MB20, with top slab dimensions dp=20cm, bottom slab dd =20cm,
and wall thickness dz=20cm. At the pipeline route the manhole is situated at the node
T86.

The manhole Cht3 is located in the road (III category) and therefore within the load
analysis traffic load was also considered as distributed load with intensity of
p=16.70kn/m2, according to the Rulebook on technical norms for determination of bridge
loads.

Furthermore, it has been considered that over the top manhole slab a road cover would
be installed made of asphalt concrete mix with d=4.0cm thickness.

Calculation ground parameters used in the load analysis from the side ground pressure
were considered the same as for the manhole Cht2.

As the excavation for construction of manholes is done mostly in the rock, the width and
depth for the excavation is wider / deeper than the manholes dimensions. Therefore the
designer has foreseen the bedding under the bottom manhole slab made of pure moun-
tain gravel of 32mm maximum granulation, to be compacted up to MS =30Mpa. Fur-
thermore around manholes backfilling is to be done with pure mountain gravel of the
same granulation to be compacted in layers of 30cm, up to the required compaction of
Ms=100Mpa (compaction defined by the conditions of the company in charge of roads
maintenance).

The manhole Cht3 is to be reinforced with RA400/500MPa, GA240/360Mpa and net Q


500/560Mpa.

Manhole Cht4

The manhole Cht4 is to be constructed in situ with outer footprint dimensions of


2.0x2.40m and the outer height of 2.40m. The manhole is foreseen to be constructed of
reinforced concrete MB20, with top slab dimensions dp=20cm, bottom slab dd =20cm,
and wall thickness dz=20cm. At the pipeline route the manhole is situated at the node
T91.

The manhole Cht4 is located in the road (III category) and therefore within the load
analysis traffic load was also considered as distributed load with intensity of
p=16.70kn/m2, according to the Rulebook on technical norms for determination of bridge
loads.

Furthermore, it has been considered that over the top manhole slab a road cover would
be installed made of asphalt concrete mix with d=4.0cm thickness.

Calculation ground parameters used in the load analysis from the side ground pressure
were considered the same as for the manhole Cht2.
Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
45
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

As the excavation for construction of manholes is done mostly in the rock, the width and
depth of the excavation is wider / deeper than the manholes dimensions. Therefore the
designer has foreseen the bedding under the bottom manhole slab made of pure moun-
tain gravel of 32mm maximum granulation, to be compacted up to MS =30Mpa. Fur-
thermore around manholes backfilling is to be done with pure mountain gravel of the
same granulation to be compacted in layers of 30cm, up to the required compaction of
Ms=100Mpa (compaction defined by the conditions of the company in charge of roads
maintenance).

The manhole Cht4 is to be reinforced with RA400/500MPa, GA240/360Mpa and net Q


500/560Mpa.

Manhole Cht5

The manhole Cht5 is to be constructed in situ with outer footprint dimensions of


1.7x1.7m and the outer height of 2.55m. The manhole is foreseen to be constructed of
reinforced concrete MB20, with top slab dimensions dp=20cm, bottom slab dd =20cm,
and wall thickness dz=20cm.

The manhole Cht5 is located in the road (III category) and therefore within the load
analysis traffic load was also considered as distributed load with intensity of
p=16.70kn/m2, according to the Rulebook on technical norms for determination of bridge
loads.

Furthermore, it has been considered that over the top manhole slab a road cover would
be installed made of asphalt concrete mix with d=4.0cm thickness.

Calculation ground parameters used in the load analysis from the side ground pressure
were considered the same as for the manhole Cht2.

As the excavation for construction of manholes is done mostly in the rock, the width and
depth for the excavation is wider / deeper than the manholes dimensions. Therefore the
designer has foreseen the bedding under the bottom manhole slab made of pure moun-
tain gravel of 32mm maximum granulation, to be compacted up to MS =30Mpa. Fur-
thermore around manholes backfilling is to be done with pure mountain gravel of the
same granulation to be compacted in layers of 30cm, up to the required compaction of
Ms=100Mpa (compaction defined by the conditions of the company in charge of roads
maintenance).

The manhole Cht5 is to be reinforced with RA400/500MPa, GA240/360Mpa and net Q


500/560Mpa.

Manhole Cht6

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
46
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

The manhole Cht6 is to be constructed in situ with outer footprint dimensions of


5.4x2.4m and the outer height of 2.40m. The manhole is foreseen to be constructed of
reinforced concrete MB20, with top slab dimensions dp=20cm, bottom slab dd =20cm,
and wall thickness dz=20cm.

The manhole Cht6 is located in the road (III category) and therefore within the load
analysis traffic load was also considered as distributed load with intensity of
p=16.70kn/m2, according to the Rulebook on technical norms for determination of bridge
loads.

Furthermore, it has been considered that over the top manhole slab a road cover would
be installed made of asphalt concrete mix with d=4.0cm thickness.

Calculation ground parameters used in the load analysis from the side ground pressure
were considered the same as for the manhole Cht2.

As the excavation for construction of manholes is done mostly in the rock, the width and
depth for the excavation is wider / deeper than the manholes dimensions. Therefore the
designer has foreseen the bedding under the bottom manhole slab made of pure moun-
tain gravel of 32mm maximum granulation, to be compacted up to MS =30Mpa. Fur-
thermore around manholes backfilling is to be done with pure mountain gravel of the
same granulation to be compacted in layers of 30cm, up to the required compaction of
Ms=100Mpa (compaction defined by the conditions of the company in charge of roads
maintenance).

The manhole Cht6 is to be reinforced with RA400/500MPa, GA240/360Mpa and net Q


500/560Mpa.

The retaining wall

The retaining wall is constructed in situ with dimensions 5.4x1.30m. It is foreseen for
construction of reinforced concrete B30, with footing dimensions 70x30x540cm, and wall
dimensions (40/20)x100x540cm.

The retaining wall is situated next to the MRB manhole. Calculation ground parameters
used in the load analysis from the side ground pressure were considered the same as for
the manhole Cht2.

As the excavation for construction of the retaining wall is done mostly in the rock, the
width and depth for the excavation is wider / deeper than the manholes dimensions.
Therefore the designer has foreseen the bedding under the wall footing made of detritus
of 32mm maximum granulation, to be compacted up to MS =30Mpa. Furthermore around
manholes backfilling is to be done with material of granulation 32-64mm to be com-
pacted in layers of 30cm, functioning as a drainage layer.

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
47
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

The retaining wall is to be reinforced with RA400/500MPa, GA240/360Mpa and net Q


500/560Mpa.

Anchor blocks

Ancjhor blocks are foreseen at all horisontal pipelien deviations with fittings (deviations of
more than 6° to be achieved with curves of 11,25°, 22,5°, 30°, 45° and 90°), as well as at
verticak pipelien level deviations. During the construction of anchor blocks at points with
both vertical and horisontal level deviation, anchor blocks of such dimensions will be
produced to meet the requirements of horisontal and vertical pipeline curves calculation.
In addition to this anchor blocks are foreseen at the points under the fittings as
supporters inside the manholes.

In the following tables there are positions and types of anchor blocks at horizontal and
vertical pipeline deviations.

Designed pipeline d400 (NP16) – Type of anchor block at horizontal and vertical pipeline
deviation.
Horizontal Vertical
Node mark deviation deviation Anchor
angle angle block type
[-] [˚] [˚]

T2 11 - Tip 1

T3 10 - Tip 1

T9 14 - Tip 1

T12 10 - Tip 1

T14 10 - Tip 1

T15 8 - Tip 1

T16 12 - Tip 1

T18 7 - Tip 1

T30 6 - Tip 1

T32 8 - Tip 1

T38 6 - Tip 1

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
48
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

Designed pipeline d400 (NP10) – Type of anchor block at horizontal and vertical pipeline
deviation.
Horizontal Vertical
Node mark deviation deviation
angle angle Anchor
block type
[-] [˚] [˚]

T41 11 - Tip 10

T42 10 2,5 Tip 16

T43 10 - Tip 10

T44 6 - Tip 10

T45 13 - Tip 10

T46 13 - Tip 10

T47 13 - Tip 10

T49 10 - Tip 10

T50 9 - Tip 10

T51 10 - Tip 10

T52 11 - Tip 10

T53 9 - Tip 10

T54 11 - Tip 10

T59 6 - Tip 10

T65 14 - Tip 10

T66 8 - Tip 10

T67 16 - Tip 10

T68 7 - Tip 10

T69 13 - Tip 10

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
49
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

Horizontal Vertical
Node mark deviation deviation
angle angle Anchor
block type
[-] [˚] [˚]

T72 12 - Tip 10

T73 15 - Tip 10

T74 8 - Tip 10

T75 14 - Tip 10

T76 21 - Tip 11

T77 18 - Tip 11

T78 13 - Tip 10

T80 19 - Tip 11

T81 13 - Tip 10

T82 10 2,5 Tip 16

T83 12 - Tip 10

T86 11 - Tip 10

T87 16 - Tip 10

T88 12 - Tip 10

T90 4 3,5 Tip 17

T92 9 - Tip 10

T95 90 - Tip 7

T96 12 - Tip 10

T104 60 5 T18

T108 8 - Tip 10

T109 12 - Tip 10

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
50
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

Horizontal Vertical
Node mark deviation deviation
angle angle Anchor
block type
[-] [˚] [˚]

T110 8 - Tip 10

Designed pipeline – branch D300 (NP10) – Type of anchor block at horisontal and verti-
cal pipeline deviation.
Horisontal Vertical
Node mark deviation deviation Anchor
angle angle block type
[-] [˚] [˚]

C01 90 4 Tip 25

C02 29 1 Tip 26

C03 90 - Tip 25

1.9.3 Construction of secondary and tertiary sewer sections in the higher zones of Tivat wider
centre area with house connections

Optional Works

Concept of Tivat sewerage disposal has been introduced and accepted for implementa-
tion with adoption of the elaborate prepared by Civil engineering institute of Zagreb (in
April 1990). Further design has been developed by IGH-Zagreb in 2005 which included
staging of the sewer system development. Currently, III and IV phase of the foreseen de-
velopment phases is under implementation, which considers development of secondary
and tertiary network being subject of this Tender.

Design company, Virmont, Bar prepared detailed designs based on which secondary and
tertiary network in Tivat central area shall be constructed. Due to the area size and the
scope of the work, and in order to ensure more detailed elaboration, the entire district
has been divided into six areas, and therefore, documents have been prepared sepa-
rately for each area.

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
51
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

For requirements of the documents’ preparation, preliminary field identification of all


facilities had been performed, including registration of locations of the existing sewers as
well as the existing facilities for disposal of the wastewater – septic tanks. Thereafter, a
detailed land survey was performed of all necessary parameters, accessible and relevant
for defining technical solution for house connections from output manholes to the
connection points in the street collector.

It is also necessary to note that the secondary sewer network design foresees corrugated
inspection manholes, to which lateral connections are fixed (at the bottoms of the
manholes), while at the street collectors, the necessary connections are provided by
installation of T-Y fittings, by which elevation of the connections is also determined.
Therefore, there are two types of connections to the street network.

Connection at the inspection manhole – bottom of the manhole with prefabricated branch
DN 160 or 200 mm at the angle of 45°.

Connection to the street drain with single or double T-Y fitting at the bottom of the drain
or at +10,0 cm above the bottom of drain.

For purpose of maintenance, control of operation, as well as for resolving height differ-
ences between the fixed connection point at the collector and the output drain from facili-
ties, standard inspection manholes have been considered directly at the owner’s location
right along the outside plot border. These manholes will be either regular of drop man-
holes depending on conditions found on the site.

Since all facilities have septic tanks as recipients for wastewaters, the house connections
must be carried out prior to septic tanks, and are to be sealed after connecting, including
prior pumping out and backfilling.

Based on the registered state and defined technical solutions for tertiary network it
proved necessary to perform certain changes of the designed drains of secondary net-
work in terms of:

 designing new secondary drains

 extension of certain drains’ routes

 certain changes of drains’ alignments

 increased profile of drains

 translational shifting of designed manholes or planning of new manholes for con-


necting of secondary or tertiary drains

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
52
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

All tertiary drains are of design profile 200 and 160 mm, depending on number of facili-
ties connected and the position of drains’ routes.

The designed elevation of connection inspection manholes at the connection branches


are conditioned by the elevation of inspection manholes’ bottoms or invert levels of street
drains and are within the safety limits for connection of each facility. Possible corrections
of connections, concerning the routes and alignments of the drains will be performed
during implementation of construction works.

1.9.3.1 Mažine (Area 3)

The area is covered by designed street secondary network drains No. 65, 67, 68, 69, 70,
71, 72, 73, 74, 75, 76 and 89. The designed network is planned to be developed with a
signifficant number of secondary and tertiary branches. By detailed survey of the state on
the site we have concluded that it is not necessary to construct the drain No. 67, and it is
necessary to introduce the new drain 68N. Also it is necessary, due to development of
the area, to make an extension of drain 65 and perform a number of new drains along
already formes streets or under available surfaces /drains 65.1, 65.2, 65.3, 65.4, 66.1,
72.1, 72.2, 76.1/. The foreseen schedule of designed secondary and tertiary network
allows connection of all constructed facilities in the area, and also provides conditions for
connection of new facilities.

Drawings provided in Volume V.

1.9.3.2 Tripovići (Area 4)

In this area a secondary drain No.64 is foreseen covering a relatively small area of set-
tlements Tripovići and Matkovići. Due to size of the area it is necessary to foresee more
drains which will assure connection of all facilities. As the topography of the terrain, and
the position of the constructed facilities and the locations of constructed facilities at odds,
the most of the branches must be implemented at private land. In this sense, it is neces-
sary to timely resolve property relations at the proposed drains’ routes. A certain part of
the settlement gravitates towards the sewer network of the settlement Gornji Kalimanj,
which has been addressed in previous documents, and the connection of these facilities
is planned in the direction of this area at drains No. 52, 54 and 55

Drawings provided in Volume V – in particular.

1.9.3.3 Donja Župa (Area 5)

The area is covered by drains 31, 37, 38 and 39. Tertiary network and house connec-
tions cover almost all existing facilities. It should be noted that all connections to coastal
collector DN 300 are to be implemented at elevation higher than +-0,00.

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
53
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

Extension of drain No.38 for house connections is foreseen. From the secondary collec-
tors, branch DN 200 is foreseen from manhole RO37.05 for connection of three major
residential and business buildings and several individual facilities in the area.

Drawings provided in Volume V – in particular.

1.9.3.4 Gornja Župa (Area 6)

The area is covered by designed secondary network drains 28, 30, 31, 32, 33, 34 and
117. Through this area passes the main collector to which drains 28, 32, 33 and 34 are
to be connected, while drains 30, 31, 117 gravitate towards the area of Donja Župa.

The said drains cover the entire area, therefore the house connections mainly address
the tertiary connections of individual facilities or groups of facilities.

Drawings provided in Volume V – in particular.

1.10 SITE CHARACTERISTICS / WORKS DESCRIPTION LOT 2 - KOTOR

1.10.1 Construction of water supply secondary and tertiary network in Kotor

1.10.1.1 Sveti Stasije

Mandatory works– LOT 2 / Kotor

The area considered for connection includes residential facilities inside the area of Sv.
Stasije settlement and several houses above the settlement area. Pipeline routes and di-
ameters foreseen for rehabilitation have been adopted from the data received from the
ViK Kotor (cadastre map with precisely defined routes of secondary distribution network
and house connections, an also precisely defined pipeline diameters. The routes of con-
nection pipelines from measurement points (water meter boxes) down to houses are also
defined by the ViK Kotor.

In this area 57 house connections are foreseen to be constructed, in some cases double
pipes for houses with separate water supply and hydrant network. Construction of 47 wa-
ter meter boxes respectively 87 water meters installation is foreseen. The number of
connections was adopted from the data received from the ViK Kotor (cadastre map with
indicated structures and also locations of new water meters defined by the ViK based on
site visits). A detailed overview of the connections is given in the table and drawing An-
nex.

The routes for WS rehabilitation within this zone are located inside the following public
cadastre land plots: c.d. Dobrota 1: 620; 503/1; 561/1; 503/1.

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
54
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

Pipeline routes

As already mentioned, routes of secondary distribution WS network and house connec-


tions have been taken over from the ViK Kotor in the form of a cadastre layout map with
precisely defined routes of distribution network and house connections, as well as with
precisely defined diameters of these lines.

In additional site visits it was found that certain parts of foreseen sections are not possi-
ble to be routed as proposed. In such cases the designer has foreseen new routes with-
out major disturbance to the existing concept.

Secondary distribution network routes were as much as possible planned in the public
ground (roads, paths between the structures, green areas), and wherever this was not
possible, the routes were defined along the borders of private ground. Furthermore atten-
tion was paid to route the lines over the surfaces uncovered with concrete, asphalt, stone
or marble, with the aim to reduce costs with reinstatement works. Due to not so precise
cadastre maps the Contractor is obliged to route the lines over such surfaces that require
lower costs for cutting, respectively excavation and reinstatement (i.e. to avoid concrete
walkways stair cases, structures that may need relocating due to pipe laying, etc.).

Routes of house connections were planned as short as possible taking care that a line to
each structure is routed over as few private land plots as possible. Wherever this was not
possible, routes were defined along borders of private land plots. Furthermore, connec-
tions routes for residential buildings are chosen to pass immediately next to the structure,
along the houses surrounding paths, up to the connetion points to the existing vertical
lines of sanitary and fire protection installations.

Total length of secondary distribution network is given in the following table:

Table 1.1 – Total length of secondary distribution network per diameters


Distribution network House connections
Diameter [mm] Length [m] Diameter [mm] Length [m]
d110 36 d63 1607
d90 1062 d32 23
d63 106 d25 299

Total 1204 Total 1929

As complete cadastre maps of underground services were not obtained from relevant
public institutions, during the construction attention needs to be paid to potential difficul-
ties with burried installations.

Pipeline levels
Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
55
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

Pipeline levels have been defined to follow the ground slope. The average excavation
depth of secondary distribution network (trench bottom level) a depth of about 0.8 m was
adopted whereas for house connections the depth adopted is between 0.8 and 0.5 m.

Trench width of distribution pipelines (d63, d90 and d110 mm) ) is adopted to be 0.5m
and 0.4m, while the trench width for the house connections (d63, d32 and d25 mm) is
adopted at 0.4m to 0.3m.

Trench details for distribution pipelines and connections are given in the drawings.

Pipe material

Secondary distribution network and house connections will be made of hard polyethylene
pipes (PE) PE100 class, work pressures up to 10 bar (NP10).

Pipes with diameter up to d110 mm are delivered in 100m coils and lager diameter pipes
in pieces 6 and 12 m long. Pipes are mechanically welded (with test report for each weld-
ing) or with electrofusion welding.

Secondary distribution network and house connections are with outerr diameter d110,
d90, d63, d50, d40, d32 and d25 mm, and accompanying ductile fittings and pipework at
distribution network are with nominal diameter DN100, DN80 and DN50 mm, of ductile
material. For PEHD pipes of smaller diameter (of d50 mm and smaller) fittings with ap-
propriate dimensions will be used.

Pipeline accompanying structures

Foreseen structures accompanying the pipelines are connection manholes, hydrants,


anchor blocks as well as branches for connection of future users to the existig pipeline.
Sketches of connections, water meter boxes and hydrants are given in the drawings.

Connection manholes

The first connection is foreseen at the node 1 / Ch1 where a connection manhole is fore-
seen for the new designed secondary distribution WS network (d90 and d63mm) with the
existing distribution pipeline PVC d315 mm. The manhole is with inner dimensions
160x140 cm, height 1.3 m. Inside the manhole two sector valves are foreseen (Ø80 mm
and Ø50 mm), to close the connected new designed sections. Also a location for installa-
tion of a mobile flow meter is foreseen for purposes of control of consumption and losses
in the downstream part of the network – zone 1.

The second connection is in the node 2 / Ch2 where a connection manhole is foreseen
for the new designed secondary distribution WS network (d110 and d90mm) with the ex-
isting distribution pipeline PVC d315 mm. The manhole is with inner dimensions 270x150
cm, height 1.6 m. Inside the manhole 2 sector valves are foreseen (Ø100 and Ø80 mm),
Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
56
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

to close the connected new designed sections. Also a location for installation of a mobile
flow meter is foreseen for purposes of control of consumption and losses in the down-
stream part of the network – zone 2.

Figure 2.1 – Areas of sv. Stasije considered in the rehabilitation measures

Other connections at the secondary distribution network are foreseen to be implemented


without manholes construction with precisely specified connection pieces.

Air valve manholes

Along subject sections no air valves are foreseen considering that each distribution sec-
tion should be completed with connections through which retained air could be easily re-
leased.

Washout manholes

The designer has foreseen in total two washout manholes in the system (one for each
zone). However, the request of the Employer is that wherever there is no storm water
network washout manholes should not be constructed.

Hydrants

According to the valid fire protection regulations along the distribution lines installation of
hydrants is foreseen at certain distance. Along the route of this line in total 3 under-
ground hydrants are foreseen. Adopted diameter of underground hydrants is Ø80 mm. In
order to prevent and monitor abuse of fire protection hydrants the designer proposes in-
stallation of water meters at hydrants themselves (there are special water meters for in-
stallation at hydrants). This proposal is not considered in this design.

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
57
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

Water meters and water meter boxes

Within this WS measure replacement of all water meters, house connections as well as
installation of new water meter boxes is foreseen. At some places new water meters are
already installed and their replacement is not foreseen (in the layout drawing there are
only water meters to be installed; if a water meter at a certain connection is not indicated,
this means that the water meter for this structure is not to be replaced).

It has already been mentioned that in this area 57 house connections and 53 water meter
boxes. The existing RC manholes in front of temporary buildings (14 pieces) need to be
used whereas all other water meters are foreseen to be accommodated in new RC water
meter boxes. The number of connections was adopted based on the data received from
the ViK Kotor (cadastre map with structures). Of course there are cases when two or
more water meters belong to one structure, depending on whether it is a building with
several flats or a one store house.

In the agreement with the ViK it was foreseen that during the water meter replacement
the existing water meter diameters should be kept. At larger residential structures (build-
ings with several entrances and flats) it is foreseen that each entrance has got its own
water meter, and the same goes for water supply and hydrant network.

There are in total 85 water meters foreseen for replacement, as follows:

3/4“ 15 pieces

6/4“ 70 pieces

Water meters are foreseen for installation with the inflow pipe lower than the outflow pipe
(in line with the detail drawing). The reason for this is the need that with future replace-
ment or rehabilitation of water meters at these locations, interventions are easier with
one flexible side of water meter pipework.

For water meter installation purposes the designer has foreseen uniform water meter
sets varying in the number of water meters per set. All sets are divided into those con-
taining 1, 2, 3 or 4 water meters. Fittings are to be welded with electrofusion method (as
given in the annexed detail drawing). A set must be complete containing all the items in-
dicated and specified in the detail drawing. In case the Contractor does not include all the
items needed for water meter set installation, the Engineer is to evaluate and reduce the
costs respectively.

1.10.1.2 Roda – Psychiatry

Mandatory works– LOT 2 / Kotor

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
58
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

The area considered for rehabilitation includes several sections situated in the zone be-
tween the Main Road and the Third Road. Pipeline routes and diameters foreseen for re-
habilitation have been adopted from the data received from the ViK Kotor (cadastre map
with precisely defined routes of secondary distribution network and house connections,
an also precisely defined pipeline diameters.

In this area 61 house connections and three major connections (DN80) for the Primary
School, High School and Dormitory are foreseen. For the High School rehabilitation of
the measurement manhole (item 2-36) is planned, while the Primary School and Dormi-
tory are going to be connected to the existing installations in front of water meter man-
holes (item 2-39 and 3-02). Construction of 38 water meter manholes and installation of
55 water meters is foreseen. The number of connections was adopted from the data re-
ceived from the ViK Kotor (cadastre map with indicated structures and also locations of
new water meters defined by the ViK based on site visits). A detailed overview of the
connections is given in the table and drawing Annex.

The routes for WS rehabilitation within this zone are located inside the following public
cadastre land plots: c.d. Dobrota 1: 1978; 1966; 1967; 1870; 2562/1; 1968; 1965; 1964;
1864/2.

Pipeline route

As already mentioned, routes of secondary distribution WS network and house connec-


tions have been taken over from the ViK Kotor (cadastre layout map with precisely de-
fined routes of distribution network and house connections, as well as with precisely de-
fined diameters of these lines). Routes of connecting pipelines from the measurement
points (water meter boxes) up to the houses are prone to changes due to lack of infor-
mation on the existing connecting lines routes for most of the structures and are to be
defined on the site during the works implementation. In this regard, in the BoQ the mate-
rial and works on the connections from a measurement point up to a structure have not
been considered lengthwise, but a lump sum has been adopted for each particular con-
nection profile.

Secondary distribution network routes were as much as possible planned in the public
ground (roads, paths between the structures, green areas), and wherever this was not
possible, the routes were defined along the borders of private ground. Furthermore atten-
tion was paid to route the lines over the surfaces uncovered with concrete, asphalt, stone
or marble, with the aim to reduce costs with reinstatement works. Due to not so precise
cadastre maps the Contractor is obliged to route the lines over such surfaces that require
lower costs for cutting, respectively excavation and reinstatement (i.e. to avoid concrete
walkways stair cases, structures that may need relocating due to pipe laying, etc.).

Routes of house connections were planned as short as possible taking care that a line to
each structure is routed over as few private land plots as possible. Wherever this was not

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
59
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

possible, routes were defined along borders of private land plots. Furthermore, connec-
tions routes for residential buildings are chosen to pass immediately next to the structure,
along the houses surrounding paths, up to the connetion points to the existing vertical
lines of sanitary and fire protection installations.

Total length of secondary distribution network is given in the following table:

Table 2.1 – Total length of secondary distribution network per diameters


Distribution network
Diameter [mm] Length [m]
d32 153,00
d40 66,00
d63 305,00
d90 217,00
d110 382,00

total 1123

As complete cadastre maps of underground services were not obtained from relevant
public institutions, during the construction attention needs to be paid to potential difficul-
ties with burried installations.

Pipeline levels

Pipeline levels have been defined to follow the ground slope. The average excavation
depth of secondary distribution network (trench bottom level) a depth of about 0.8 m was
adopted whereas for house connections the depth adopted is between 0.8 and 0.5 m.

Trench width of distribution pipelines (d63, d90 and d110 mm) ) is adopted to be 0.5m
and 0.4m, while the trench width for the house connections (d63, d32 and d25 mm) is
adopted at 0.4m to 0.3m.

Trench details for distribution pipelines and connections are given in the drawings.

Pipe material

Secondary distribution network and house connections will be made of hard polyethylene
pipes (PE) PE100 class, work pressures up to 10 bar (NP10).

Pipes with diameter up to d110 mm are delivered in 100m coils and lager diameter pipes
in pieces 6 and 12 m long. Pipes are mechanically welded (with test report for each weld-
ing) or with electrofusion welding.

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
60
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

Secondary distribution network and house connections are with outer diameter d110,
d90, d63, d50, d40, d32 and d25 mm, and accompanying ductile fittings and pipework at
distribution network are with nominal diameter DN100, DN80 and DN50 mm, of ductile
material. For PEHD pipes of smaller diameter (of d50 mm and smaller) fittings with ap-
propriate dimensions will be used.

Pipeline accompanying structures

Foreseen structures accompanying the pipelines are connection manholes, hydrants,


anchor blocks as well as branches for connection of future users to the existing pipeline.
Sketches of connections, water meter boxes and hydrants are given in the drawings.

Connection manholes

The first connection manhole is in the node 1 and Ch1 where a pipe PEHD d75 needs to
be connected to the existing pipework and fittings. The manhole is with inner dimension
160x100 cm, height 1.6 m. If possible, it is necessary to reconstruct the existing man-
hole, and if not, to build a new one in the same place. The water meter 6/4" needs to be
removed from the manhole, and the connection to the ac 150 pipe previously feeding the
water meter needs to be blind closed, and the line after the water meter needs to be
connected to one of the remaining 2 lines (d63 or d75, in the agreement with the ViK).

The second connection is in the node 2 / Ch2 where a connection manhole is foreseen
for the new designed secondary distribution WS network (d110 and d90mm) with the ex-
isting distribution pipeline AC d150 mm. The manhole is with inner dimensions 130x130
cm, height 1.1 m. Inside the manhole 2 sector valves are foreseen (Ø150 and Ø100
mm), to close the connected new designed sections. Also a location for installation of a
mobile flow meter is foreseen for purposes of control of consumption and losses in the
downstream part of the network

The third connection to the primary distribution line AC 150 is at node 3 and it will be
constructed without a manhole with a street box for valve control. For this item the exist-
ing connection for the line PE d110 feeding the Dormitory, High School and Primary
School will be used, and it will be cut out at completion of the planned works.

Air valve manholes

Along subject sections no air valves are foreseen considering that each distribution sec-
tion should be completed with connections through which retained air could be easily re-
leased.

Washout manholes

The designer has not foreseen the construction of a washout manhole since the existing
one is still in function.
Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
61
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

Hydrants

According to the valid fire protection regulations along the distribution lines installation of
hydrants is foreseen at certain distance. Along the route of this line in total 2 under-
ground hydrants are foreseen. Adopted diameter of underground hydrants is Ø80 mm. In
order to prevent and monitor abuse of fire protection hydrants the designer proposes in-
stallation of water meters at hydrants themselves (there are special water meters for in-
stallation at hydrants). This proposal is not considered in this design.

Water meters and water meter boxes

Within this WS measure replacement of all water meters, house connections as well as
installation of new water meter boxes is foreseen. At some places new water meters are
already installed and their replacement is not foreseen (in the layout drawing there are
only water meters to be installed; if a water meter at a certain connection is not indicated,
this means that the water meter for this structure is not to be replaced).

It has already been mentioned that in this area there are 61 house connections and 3
major connections, together with 38 water meter boxes foreseen for rehabilitation. The
number of connections was adopted based on the data received from the ViK Kotor (ca-
dastre map with structures). Of course there are cases when two or more water meters
belong to one structure, depending on whether it is a building with several flats or a one
store house.

In the agreement with the ViK it was foreseen that during the water meter replacement
the existing water meter diameters should be kept. At larger residential structures (build-
ings with several entrances and flats) it is foreseen that each entrance has got its own
water meter.

There are in total 55 water meters foreseen for replacement, as follows:

3/4“ 48 pieces

6/4“ 6 pieces

DN80 1 piece

Water meters are foreseen for installation with the inflow pipe lower than the outflow pipe
(in line with the detail drawing). The reason for this is the need that with future replace-
ment or rehabilitation of waetr meters at these locations, interventions are easier with
one flexible side of water meter pipework.

For water meter installation purposes the designer has foreseen uniform water meter
sets varying in the number of water meters per set. All sets are divided into those con-
taining 1, 2, 3 or 4 water meters. Fittings are to be welded with electro-fusion method (as
Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
62
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

given in the annexed detail drawing). A set must be complete containing all the items in-
dicated and specified in the detail drawing. In case the Contractor does not include all the
items needed for water meter set installation, the Engineer is to evaluate and reduce the
costs respectively.

1.10.1.3 Daošine

Mandatory works– LOT 2 / Kotor

The area considered for connection includes residential facilities inside the area of the
settlement. Pipeline routes and diameters foreseen for rehabilitation have been adopted
from the data received from the ViK Kotor (cadastre map with precisely defined routes of
secondary distribution network and house connections, an also precisely defined pipeline
diameters. The routes of connection pipelines from measurement points (water meter
boxes) down to houses are also defined by the ViK Kotor.

In this area 54 house connections are foreseen to be constructed. Construction of 49 wa-


ter meter boxes respectively 64 water meters installation is foreseen. The number of
connections was adopted from the data received from the ViK Kotor (cadastre map with
indicated structures and also locations of new water meters defined by the ViK based on
site visits). A detailed overview of the connections is given in the table and drawing An-
nex.

The routes for WS rehabilitation within this zone are located inside the following public
cadastre land plots: c.d. Dobrota 1: 1449; 1419; 1412; 1409; 1438/2; 1455; 2565/1; 1519.

Pipelines routes

As already mentioned, routes of secondary distribution WS network and house connec-


tions have been taken over from the ViK Kotor in the form of a cadastre layout map with
precisely defined routes of distribution network and house connections, as well as with
precisely defined diameters of these lines.

In additional site visits it was found that certain parts of foreseen sections are not possi-
ble to be routed as proposed. In such cases the designer has foreseen new routes with-
out major disturbance to the existing concept.

Secondary distribution network routes were as much as possible planned in the public
ground (roads, paths between the structures, green areas), and wherever this was not
possible, the routes were defined along the borders of private ground. Furthermore atten-
tion was paid to route the lines over the surfaces uncovered with concrete, asphalt, stone
or marble, with the aim to reduce costs with reinstatement works. Due to not so precise
cadastre maps the Contractor is obliged to route the lines over such surfaces that require
Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
63
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

lower costs for cutting, respectively excavation and reinstatement (i.e. to avoid concrete
walkways stair cases, structures that may need relocating due to pipe laying, etc.).

Routes of house connections were planned as short as possible taking care that a line to
each structure is routed over as few private land plots as possible. Wherever this was not
possible, routes were defined along borders of private land plots. Furthermore, the route
of connections for apartment buildings are chosen in such a manner to pass immediately
next to the structure, along the walk ways, up to the connection points to the existing ver-
tical lines of sanitary and fire protection installations.

As complete cadastre maps of underground services were not obtained from relevant
public institutions, during the construction attention needs to be paid to potential difficul-
ties with buried installations

Pipeline levels

Pipeline levels have been defined to follow the ground slope. The average excavation
depth of secondary distribution network (trench bottom level) a depth of about 0.9 m was
adopted whereas for house connections the depth adopted is about 0.4 m.

Trench width of distribution pipelines (d63, d90 and d110 mm) ) is adopted to be 0.5m
and 0.4m, while the trench width for the house connections (d63, d32 and d25 mm) is
adopted at 0.3m.

Trench details for distribution pipelines and connections are given in the drawings.

Pipe material

Secondary distribution network and house connections will be made of hard polyethylene
pipes (PE) PE100 class, for pressures up to 10 bar (NP10).

Pipes with diameter up to d110 mm are delivered in 100m coils and lager diameter pipes
in pieces 6 and 12 m long. Pipes are mechanically welded (with test report for each weld)
or with electrofusion welding.

Secondary distribution network and house connections are with outer diameter d110,
d90, d63, d50, d40, d32 and d25 mm, and accompanying ductile fittings and pipework at
distribution network are with nominal diameter DN100, DN80 and DN50 mm, of ductile
material. For PEHD pipes of smaller diameter (of d50 mm and smaller) fittings with ap-
propriate dimensions will be used.

Pipeline accompanying structures

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
64
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

Foreseen structures accompanying the pipelines are connection manholes, hydrants,


anchor blocks as well as branches for connection of future users to the existing pipeline.
Sketches of connections, water meter boxes and hydrants are given in the drawings.

Connection manholes

The first connection is foreseen at the node 1 / Ch1 where a connection manhole is fore-
seen for the new designed secondary distribution WS network (d90 and d63mm) with the
existing distribution pipeline PVC d160 mm. The manhole is with inner dimensions
280x140 cm, height 1.6 m. Inside the manhole two sector valves are foreseen (Ø80 mm
and Ø50 mm), to close the connected new designed sections. Also a location for installa-
tion of a mobile flow meter is foreseen for purposes of control of consumption and
losses.

Figure 2.1 – Areas of Daošine settlement considered in the rehabilitation measures

Other connections at the secondary distribution network are foreseen to be implemented


without manholes construction with precisely specified connection pieces.

Air valve manholes

At the subject sections there are two air valves manholes foreseen.

Washout manholes

The designer has not foreseen any washout manholes in the system.

Hydrants

According to the valid fire protection regulations along the distribution lines installation of
hydrants is foreseen at certain distance. Along the route of this line in total 2 under-
Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
65
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

ground hydrants are foreseen. Adopted diameter of underground hydrants is Ø80 mm. In
order to prevent and monitor abuse of fire protection hydrants the designer proposes in-
stallation of water meters at hydrants themselves (there are special water meters for in-
stallation at hydrants). This proposal is not considered in this design..

Water meters and water meter boxes

Within this WS measure replacement of all water meters, house connections as well as
installation of new water meter boxes is foreseen. At some places new water meters are
already installed and their replacement is not foreseen (in the layout drawing there are
only water meters to be installed; if a water meter at a certain connection is not indicated,
this means that the water meter for this structure is not to be replaced).

It has already been mentioned that in this area 64 house connections and 49 (RC) water
meter boxes. The number of connections was adopted based on the data received from
the ViK Kotor (cadastre map with structures). Of course there are cases when two or
more water meters belong to one structure, depending on whether it is a building with
several flats or a one store house.

In the agreement with the ViK it was foreseen that during the water meter replacement
the existing water meter diameters should be kept. At larger residential structures (build-
ings with several entrances and flats) it is foreseen that each entrance has got its own
water meter, and the same goes for waste water and hydrant network.

There are 64 water meters 3/4“ foreseen for replacement.

Water meters are foreseen to be accommodated in water meter boxes. Complete water
meter sets would be accommodated in concrete water meter boxes. A detailed example
of a manhole with a water meter is given in the Annex with drawings.

1.10.1.4 Industrial zone of Kotor

Mandatory works– LOT 2 / Kotor

The area considered for connection includes residential and commercial facilities within
Industrial zone – Grbalj settlement. Pipeline routes and diameters foreseen for rehabilita-
tion have been adopted from the data received from the ViK Kotor (cadastre map with
precisely defined routes of secondary distribution network and house connections, an
also precisely defined pipeline diameters. The routes of connection pipelines from meas-
urement points (water meter boxes) down to houses are also defined by the ViK Kotor.

In this area there are 97 house connections foreseen to be constructed. Also 80 water
meter boxes are planned with 92 water meters. The number of connections was adopted
Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
66
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

from the data received from the ViK Kotor (cadastre map with indicated structures and
also locations of new water meters defined by the ViK based on site visits). A detailed
overview of the connections is given in the table and drawing Annex.

The routes for WS rehabilitation within this zone are located inside the following public
cadastre land plots: c.d. Sutvara: 164; 209/3; 1004; 1006; 1005; 1001; 1007; 517; 500;
413; 209; 103; 269/3; 1008; 436; 995; c.d. Vranovići: 208; c.d. Nalježići: 1253.

Pipelines routes

As already mentioned, routes of secondary distribution WS network and house connec-


tions have been taken over from the ViK Kotor in the form of a cadastre layout map with
precisely defined routes of distribution network and house connections, as well as with
precisely defined diameters of these lines.

In additional site visits it was found that certain parts of foreseen sections are not possi-
ble to be routed as proposed. In such cases the designer has foreseen new routes with-
out major disturbance to the existing concept.

Secondary distribution network routes were as much as possible planned in the public
ground (roads, paths between the structures, green areas), and wherever this was not
possible, the routes were defined along the borders of private ground. Furthermore atten-
tion was paid to route the lines over the surfaces uncovered with concrete, asphalt, stone
or marble, with the aim to reduce costs with reinstatement works. Due to not so precise
cadastre maps the Contractor is obliged to route the lines over such surfaces that require
lower costs for cutting, respectively excavation and reinstatement (i.e. to avoid concrete
walkways stair cases, structures that may need relocating due to pipe laying, etc.).

Routes of house connections were planned as short as possible taking care that a line to
each structure is routed over as few private land plots as possible. Wherever this was not
possible, routes were defined along borders of private land plots.

Total length of secondary distribution network is given in the following table:

Table 2.1 – Total length of secondary distribution network per diameters


Distribution network
Diameter [mm] Length [m]
d150 19.77
d110 0
d90 334.34
d63 759.61
d32 69.27

Total 714

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
67
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

As complete cadastre maps of underground services were not obtained from relevant
public institutions, during the construction attention needs to be paid to potential difficul-
ties with buried installations.

Pipeline levels

Pipeline levels have been defined to follow the ground slope. The average excavation
depth of secondary distribution network (trench bottom level) a depth of about 0.8 m was
adopted whereas for house connections the depth adopted is about 0.45m.

Trench width of distribution pipelines (d63, d90, d110 and d 150mm) is adopted to be
0.4m, while the trench width for the house connections (d63, d32 and d25 mm) is
adopted at 0.3m.

Trench details for distribution pipelines and connections are given in the drawings.

Pipe material

Secondary distribution network and house connections will be made of hard polyethylene
pipes (PE) PE100 class, work pressures up to 10 bar (NP10).

Pipes with diameter up to d110 mm are delivered in 100m coils and lager diameter pipes
in pieces 6 and 12 m long. Pipes are mechanically welded(with test report for each weld-
ing) or with electrofusion welding.

Secondary distribution network and house connections are with outer diameter d110,
d90, d63, d50, d40, d32 and d25 mm, and accompanying ductile fittings and pipework at
distribution network are with nominal diameter DN100, DN80 and DN50 mm, of ductile
material. For PEHD pipes of smaller diameter (from d50 mm and smaller) fittings with
appropriate dimensions will be used.

Pipeline accompanying structures

Foreseen structures accompanying the pipelines are connection manholes, hydrants,


anchor blocks as well as branches for connection of future users to the existing pipeline.
Sketches of connections, water meter boxes and hydrants are given in the drawings.

Connection manholes

The first connection is foreseen at the node 1 / Ch1 where a connection manhole is fore-
seen for the new designed secondary distribution WS network (d90) with the existing dis-
tribution pipeline PVC d160 mm. The manhole is with inner dimensions 237x210 cm,
height 1.5 m. Inside the manhole a sector valve is foreseen (Ø80 mm), to close the con-
nected new designed sections. Also a location for installation of a mobile flow meter is

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
68
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

foreseen for purposes of control of consumption and losses in the downstream part of
the network – zone 1.

The second connection is in the node 2 / Ch2 where a connection manhole is foreseen
for the new designed secondary distribution WS network (d90) with the existing distribu-
tion pipeline PVC d160 mm. The manhole is with inner dimensions 250x170 cm, height
1,7 m. Inside the manhole 3 sector valves are foreseen (2xØ150 and Ø80 mm), to close
the connected new designed sections. Also a location for installation of a mobile flow me-
ter is foreseen for purposes of control of consumption and losses in the downstream part
of the network – zone 2.

The next connection is foreseen at the node 3 / Ch3 where a connection manhole is
foreseen for the new designed secondary distribution WS network (d90) with new de-
signed secondary distribution network d90 and d 63 mm. The manhole is with inner di-
mensions 260x150 cm, 1.5 m high. Inside the manhole 4 sector valves are foreseen
(2xØ150 and 2xØ80 mm), to close the connected new designed sections. Also a location
for installation of a mobile flow meter is foreseen for purposes of control of consumption
and losses in the downstream part of the network– zone 3.

Figure 2.1 – Areas of Grbalj considered in the rehabilitation measures

Other connections at the secondary distribution network are foreseen to be implemented


without manholes construction with precisely specified connection pieces.

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
69
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

Air valve manholes

Along subject sections no air valves are foreseen considering the terrain configuration
and possibility of air retention inside the system.

Hydrants

According to the valid fire protection regulations along the distribution lines installation of
hydrants is foreseen at certain distance. Along the route of this line in total 4 under-
ground hydrants are foreseen. Adopted diameter of underground hydrants is Ø80 mm. In
order to prevent and monitor abuse of fire protection hydrants the designer proposes in-
stallation of water meters at hydrants themselves (there are special water meters for in-
stallation at hydrants). This proposal is not considered in this design.

Water meters and water meter boxes

Within this WS measure replacement of all water meters, house connections as well as
installation of new water meter boxes is foreseen. At some places new water meters are
already installed and their replacement is not foreseen (in the layout drawing there are
only water meters to be installed; if a water meter at a certain connection is not indicated,
this means that the water meter for this structure is not to be replaced).

It has already been mentioned that in this area 97 house connections and 80 water meter
boxes (RC manholes) are foreseen for replacement. The number of connections was
adopted based on the data received from the ViK Kotor (cadastre map with structures).
Of course there are cases when two or more water meters belong to one structure, de-
pending on whether it is a building with several flats or a one store house.

In the agreement with the ViK it was foreseen that during the water meter replacement
the existing water meter diameters should be kept. At larger residential structures (build-
ings with several entrances and flats) it is foreseen that each entrance has got its own
water meter, and the same goes for waste water and hydrant network.

There are in total 92 water meters foreseen for replacement, as follows:

3/4“ 92 pieces

Water meters are foreseen for installation with the inflow pipe lower than the outflow pipe
(in line with the detail drawing). The reason for this is the need that with future replace-
ment or rehabilitation of water meters at these locations, interventions are easier with
one flexible side of water meter pipework.

For water meter installation purposes the designer has foreseen uniform water meter
sets varying in the number of water meters per set. All sets are divided into those con-
taining 1, 2, 3 or 4 water meters. Fittings are to be welded with electrofusion method (as
Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
70
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

given in the annexed detail drawing). A set must be complete containing all the items in-
dicated and specified in the detail drawing. In case the Contractor does not include all the
items needed for water meter set installation, the Engineer is to evaluate and reduce the
costs respectively.

1.10.1.5 Orahovac

Optional works – LOT 2 / Kotor

The area considered for connection includes the residential structures below the Main
Road. Pipeline routes and diameters foreseen for rehabilitation have been adopted from
the data received from the ViK Kotor (cadastre map with precisely defined routes of sec-
ondary distribution network and house connections, an also precisely defined pipeline di-
ameters. The routes of connection pipelines from measurement points (water meter
boxes) down to houses are also defined by the ViK Kotor.

In this area 47 house connections are foreseen to be constructed. Construction of 38 wa-


ter meter boxes respectively 44 water meters installation is foreseen. The number of
connections was adopted from the data received from the ViK Kotor (cadastre map with
indicated structures and also locations of new water meters defined by the ViK based on
site visits). A detailed overview of the connections is given in the table and drawing An-
nex.

The routes for WS rehabilitation within this zone are located inside the following public
cadastre land plots: c.d. Orahovac 1: 128; 271; 287/2; 299; 459.

Pipelines routes

As already mentioned, routes of secondary distribution WS network and house connec-


tions have been taken over from the ViK Kotor in the form of a cadastre layout map with
precisely defined routes of distribution network and house connections, as well as with
precisely defined diameters of these lines.

In additional site visits it was found that certain parts of foreseen sections are not possi-
ble to be routed as proposed. In such cases the designer has foreseen new routes with-
out major disturbance to the existing concept.

Secondary distribution network routes were as much as possible planned in the public
ground (roads, paths between the structures, green areas), and wherever this was not
possible, the routes were defined along the borders of private ground. Furthermore atten-
tion was paid to route the lines over the surfaces uncovered with concrete, asphalt, stone
or marble, with the aim to reduce costs with reinstatement works. Due to not so precise
cadastre maps the Contractor is obliged to route the lines over such surfaces that require
Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
71
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

lower costs for cutting, respectively excavation and reinstatement (i.e. to avoid concrete
walkways stair cases, structures that may need relocating due to pipe laying, etc.).

Routes of house connections were planned as short as possible taking care that a line to
each structure is routed over as few private land plots as possible. Wherever this was not
possible, routes were defined along borders of private land plots. Furthermore, the route
of connections for apartment buildings are chosen in such a manner to pass immediately
next to the structure, along the walk ways, up to the connection points to the existing ver-
tical lines of sanitary and fire protection installations.

As complete cadastre maps of underground services were not obtained from relevant
public institutions, during the construction attention needs to be paid to potential difficul-
ties with buried installations.

Pipeline levels

Pipeline levels have been defined to follow the ground slope. The average excavation
depth of secondary distribution network (trench bottom level) a depth of about 0.8 m was
adopted whereas for house connections the depth adopted is about 0.8 to 0.5 m.

Trench width of distribution pipelines (d63, d90 and d110 mm) is adopted to be 0.5m and
0.4m, while the trench width for the house connections (d63, d32 and d25 mm) is
adopted at 0.4 to 0.3m.

Trench details for distribution pipelines and connections are given in the drawings.

Pipe material

Secondary distribution network and house connections will be made of hard polyethylene
pipes (PE) PE100 class, for pressures up to 10 bar (NP10).

Pipes with diameter up to d110 mm are delivered in 100m coils and lager diameter pipes
in pieces 6 and 12 m long. Pipes are mechanically welded (with test report for each weld)
or with electrofusion welding.

Secondary distribution network and house connections are with outer diameter d110,
d90, d63, d50, d40, d32 and d25 mm, and accompanying ductile fittings and pipework at
distribution network are with nominal diameter DN100, DN80 and DN50 mm, of ductile
material. For PEHD pipes of smaller diameter (of d50 mm and smaller) fittings with ap-
propriate dimensions will be used

Pipeline accompanying structures

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
72
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

Foreseen structures accompanying the pipelines are connection manholes, hydrants,


anchor blocks as well as branches for connection of future users to the existing pipeline.
Sketches of connections, water meter boxes and hydrants are given in the drawings.

Connection manholes

Since the main distribution line is already laid, there are no connection manholes fore-
seen. The new distribution pipeline is accommodated between the two existing manholes
at which it is possible to carry out measuring with mobile flow meters, at the entrance and
the exist points of the settlement itself.

Other connections at secondary distribution network are foreseen to be done without


manholes with precisely defined fittings.

Air valve manholes

At the subject sections there is one air valve manhole foreseen.

Washout manholes

The designer has not foreseen any washout manholes in the system.

Hydrants

According to the valid fire protection regulations along the distribution lines installation of
hydrants is foreseen at certain distance. Along the route of this line 1 underground hy-
drant is foreseen. Adopted diameter of underground hydrants is Ø80 mm. In order to
prevent and monitor abuse of fire protection hydrants the designer proposes installation
of water meters at hydrants themselves (there are special water meters for installation at
hydrants). This proposal is not considered in this design.

Water meters and water meter boxes

Within this WS measure replacement of all water meters, house connections as well as
installation of new water meter boxes is foreseen. At some places new water meters are
already installed and their replacement is not foreseen (in the layout drawing there are
only water meters to be installed; if a water meter at a certain connection is not indicated,
this means that the water meter for this structure is not to be replaced).

In the agreement with the ViK it was foreseen that during the water meter replacement
the existing water meter diameters should be kept. At larger residential structures (build-
ings with several entrances and flats) it is foreseen that each entrance has got its own
water meter, and the same goes for waste water and hydrant network

There are in total 44 water meters foreseen for replacement, as follows:

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
73
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

3/4“ 43 pieces

6/4“ 1 piece

Water meters are foreseen for installation with the inflow pipe lower than the outflow pipe
(in line with the detail drawing). The reason for this is the need that with future replace-
ment or rehabilitation of water meters at these locations, interventions are easier with
one flexible side of water meter pipework.

For water meter installation purposes the designer has foreseen uniform water meter
sets varying in the number of water meters per set. All sets are divided into those con-
taining 1, 2, 3 or 4 water meters. Fittings are to be welded with electrofusion method (as
given in the annexed detail drawing). A set must be complete containing all the items in-
dicated and specified in the detail drawing. In case the Contractor does not include all the
items needed for water meter set installation, the Engineer is to evaluate and reduce the
costs respectively.

1.10.1.6 AUTO Kamp

Optional works – LOT 2 / Kotor

The area considered for connection includes residential facilities inside the area of Auto
Kamp settlement. Pipeline routes and diameters foreseen for rehabilitation have been
adopted from the data received from the ViK Kotor (cadastre map with precisely defined
routes of secondary distribution network and house connections, an also precisely de-
fined pipeline diameters. The routes of connection pipelines from measurement points
(water meter boxes) down to houses are also defined by the ViK Kotor.

In this area 105 house connections are foreseen to be constructed. Construction of 49


water meter boxes respectively 104 water meters installation is foreseen. The number of
connections was adopted from the data received from the ViK Kotor (cadastre map with
indicated structures and also locations of new water meters defined by the ViK based on
site visits). A detailed overview of the connections is given in the table and drawing An-
nex.

The routes for WS rehabilitation within this zone are located inside the following public
cadastre land plots: c.d. Dobrota 1: 1262; 1358/1; 1235/4; 1229; 1230; 1232; 1231; 1234,
1261; 1260/1; 1265/3; 1256; 1255; 1245; 1254; 1252; 1251; 1265/4; 1249; 1247; 1250;
1248/2; 1248/1; 1244; 1239; 1241/1; 1264; 1263; 1265/2; 1260/2; 1259; 1257; 1235/3;
1235/4; 1233; 1243.

Pipelines routes

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
74
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

As already mentioned, routes of secondary distribution WS network and house connec-


tions have been taken over from the ViK Kotor in the form of a cadastre layout map with
precisely defined routes of distribution network and house connections, as well as with
precisely defined diameters of these lines.

In additional site visits it was found that certain parts of foreseen sections are not possi-
ble to be routed as proposed. In such cases the designer has foreseen new routes with-
out major disturbance to the existing concept.

Secondary distribution network routes were as much as possible planned in the public
ground (roads, paths between the structures, green areas), and wherever this was not
possible, the routes were defined along the borders of private ground. Furthermore atten-
tion was paid to route the lines over the surfaces uncovered with concrete, asphalt, stone
or marble, with the aim to reduce costs with reinstatement works. Due to not so precise
cadastre maps the Contractor is obliged to route the lines over such surfaces that require
lower costs for cutting, respectively excavation and reinstatement (i.e. to avoid concrete
walkways stair cases, structures that may need relocating due to pipe laying, etc.).

Routes of house connections were planned as short as possible taking care that a line to
each structure is routed over as few private land plots as possible. Wherever this was not
possible, routes were defined along borders of private land plots.

Total length of secondary distribution network is given in the following table:

Table 2.1 – Total length of secondary distribution network per diameters


Distribution network House connections
Diameter [mm] Length [m] Diameter [mm] Length [m]
d110 0 d63 7
d90 259 d32 172
d63 484 d25 1303

total 714 total 1434

As complete cadastre maps of underground services were not obtained from relevant
public institutions, during the construction attention needs to be paid to potential difficul-
ties with burried installations

Pipeline levels

Pipeline levels have been defined to follow the ground slope. The average excavation
depth of secondary distribution network (trench bottom level) a depth of about 0.8 m was
adopted whereas for house connections the depth adopted is about 0.45 m.

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
75
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

Trench width of distribution pipelines (d63, d90 and d110 mm) ) is adopted to be 0.4m,
while the trench width for the house connections (d63, d32 and d25 mm) is adopted at
0.3m.

Trench details for distribution pipelines and connections are given in the drawings.

Pipe material

Secondary distribution network and house connections will be made of hard polyethylene
pipes (PE) PE100 class, for pressures up to 10 bar (NP10).

Pipes with diameter up to d110 mm are delivered in 100m coils and lager diameter pipes
in pieces 6 and 12 m long. Pipes are mechanically welded (with test report for each weld)
or with electrofusion welding.

Secondary distribution network and house connections are with outer diameter d110,
d90, d63, d50, d40, d32 and d25 mm, and accompanying ductile fittings and pipework at
distribution network are with nominal diameter DN100, DN80 and DN50 mm, of ductile
material. For PEHD pipes of smaller diameter (of d50 mm and smaller) fittings with ap-
propriate dimensions will be used.

Pipeline accompanying structures

Foreseen structures accompanying the pipelines are connection manholes, hydrants,


anchor blocks as well as branches for connection of future users to the existing pipeline.
Sketches of connections, water meter boxes and hydrants are given in the drawings.

Connection manholes

The first connection is foreseen at the node 1 / Ch1 where a connection manhole is fore-
seen for the new designed secondary distribution WS network (d90) with the existing dis-
tribution pipeline PVC d160 mm. The manhole is with inner dimensions 250x170 cm,
heigth 1.7 m. Inside the manhole one sector valve is foreseen (Ø80 mm), to close the
connected new designed sections. Also a location for installation of a mobile flow meter
is foreseen for purposes of control of consumption and losses in the downstream part of
the network – zone 1.

The second connection is in the node 2 / Ch2 where a connection manhole is foreseen
for the new designed secondary distribution WS network (d90mm) with the existing dis-
tribution pipeline PVC d160 mm. The manhole is with inner dimensions 250x170 cm,
height 1.7 m. Inside the manhole one sector valve is foreseen (Ø80 mm), to close the
connected new designed sections. Also a location for installation of a mobile flow meter
is foreseen for purposes of control of consumption and losses in the downstream part of
the network – zone 2.

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
76
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

Figure 2.1 – Areas of Auto Kamp settlement considered in the rehabilitation measures

Other connections at the secondary distribution network are foreseen to be implemented


without manholes construction with precisely specified connection pieces.

Air valve manholes

Along subject sections no air valves are foreseen considering that each distribution sec-
tion should be completed with connections through which retained air could be easily re-
leased.

Hydrants

According to the valid fire protection regulations along the distribution lines installation of
hydrants is foreseen at certain distance. Along the route of this line in total 4 under-
ground hydrants are foreseen. Adopted diameter of underground hydrants is Ø80 mm. In
order to prevent and monitor abuse of fire protection hydrants the designer proposes in-
stallation of water meters at hydrants themselves (there are special water meters for in-
stallation at hydrants). This proposal is not considered in this design.

Water meters and water meter boxes

Within this WS measure replacement of all water meters, house connections as well as
installation of new water meter boxes is foreseen. At some places new water meters are
already installed and their replacement is not foreseen (in the layout drawing there are

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
77
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

only water meters to be installed; if a water meter at a certain connection is not indicated,
this means that the water meter for this structure is not to be replaced).

It has already been mentioned that in this area 105 house connections and 49 (RC) wa-
ter meter boxes. The number of connections was adopted based on the data received
from the ViK Kotor (cadastre map with structures). Of course there are cases when two
or more water meters belong to one structure, depending on whether it is a building with
several flats or a one store house.

In the agreement with the ViK it was foreseen that during the water meter replacement
the existing water meter diameters should be kept. At larger residential structures (build-
ings with several entrances and flats) it is foreseen that each entrance has got its own
water meter, and the same goes for waste water and hydrant network.

There are in total 105 water meters foreseen for replacement, as follows

3/4“ 103 pieces

6/4“ 1 piece

Water meters are foreseen for installation with the inflow pipe lower than the outflow pipe
(in line with the detail drawing). The reason for this is the need that with future replace-
ment or rehabilitation of water meters at these locations, interventions are easier with
one flexible side of water meter pipework.

For water meter installation purposes the designer has foreseen uniform water meter
sets varying in the number of water meters per set. All sets are divided into those con-
taining 1, 2, 3 or 4 water meters. Fittings are to be welded with electrofusion method (as
given in the annexed detail drawing). A set must be complete containing all the items in-
dicated and specified in the detail drawing. In case the Contractor does not include all the
items needed for water meter set installation, the Engineer is to evaluate and reduce the
costs respectively.

1.10.2 Improvement of Control and Maintenance of Water Supply System in Kotor

Mandatory works– LOT 2 / Kotor

Since 2012 when SCADA system has been implemented, ViK Kotor Doo significantly im-
proved monitoring of parameters and WS system water balance. This especially re-
flected in better control and reduction of losses in the network, as well as in reduction of
energy consumption.

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
78
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

Measures foreseen within this project would provide for an important step forward in di-
rection of improvement of control over the entire system and reduction of losses. The
project includes implementation of 14 new measurement points out of which 8 involves
installation of EM flow meters with accompanying equipment for integration into the
SCADA system, while on 6 of them construction of manholes is planned for setting up of
mobile ultra sound flow meters.

1.10.2.1 Measurement point MD 1

Implementation of measurement point MD 1 is planned inside the existing manhole situ-


ated below the reservoir D1 – Mečerov Brijeg.

The manhole consists of three parts (chambers) through which two AC350 pipelines are
routed. One is the pressure line from PS Tabačina (there is a measurement point at the
PS itself), and the other is the outflow line from the reservoir and there is no measure-
ment installation at this line. Inside the uppermost chamber (chamber No. 1 in the draw-
ing) there is a branch PVC d400mm pipe feeding the area of Dobrota, Ljuta, Orahovac,
Perast and Risan.

At this location the design proposes the installation of a flow meter DN300 inside the
manhole itself. Downstream, in the manhole No. 2 installation of flow meter DN250 is
foreseen on the line feeding Mečerov Brijeg, Tabačina and Stari Grad. In the same man-
hole at the pressure line there is a connection joint between the pressure line and PVC
d400mm pipeline in direction of Dobrota with a dysfunctional valve DN350.

With the aim of creating working space for installation of flow meter in direction of Stari
Grad, the mentioned valve and Q piece need to be dismantled. The design proposes the
replacement of dysfunctional valve with a new one with the same dimensions, and put-
ting into operation the connection of the pressure line and the line in direction to Dobrota.
The advantage of activation of this connection is possible to valorize in the period of
feeding of Dobrota from the Regional Water Supply System, when instead into D1 reser-
voir water can be directed from Škaljari reservoir directly into the system. The result
would be the possibility of maintenance of higher flows during the transport of water from
Škaljari reservoir compared to the case with both reservoirs engaged due to smaller alti-
tude difference.

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
79
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

Figure 2.1 – Measurement point MD 1

On the manholes No. 1 and No. 2 there are no covers. The design proposes production
of covers made of steel sheets 3mm thick and frames made of L profiles. Supply of alu-
minium ladders is foreseen for all 3 manholes due to lack of steps. Position of openings
in the manhole slabs does not allow for subsequent installation of steps.

Drainage of Manhole No. 3 is required as in the rainy period the level of water signifi-
cantly rises, which results in rise of water level in Manhole No. 2, and that is unaccept-
able considering the planned installation of flow meter.

At D1 reservoir – Mečerov brijeg, there is electrical power feeding as well as level meas-
urement with ultra sound level meters. The reservoir is also equipped with PLC and ap-
propriate GSM modem for communication with the existing SCADA system. For commu-
nication with SCADA system for the foreseen flow meters, a signal cable needs to be in-
stalled inside a protective sleeve of cca 70 m length as well as extension of the existing
PLC device with two additional analogue input points.

1.10.2.2 Measurement point MD 2

Implementation of measurement point MD 2 is planned within the side walk at the turning
from the Adriatic Motorway into the Third Road.

At the location of the measurement point there are currently two manholes. In the upper
manhole constructed within the framework of Phase III, from the distribution line PEHD
d200mm feeding from D1 reservoir) there is a PEHD d160mm line feeding the area be-
low the main road from the outdoor swimming pool to Oparen Brijeg. In the lower man-
hole the distribution line divides into two pipelines AC150, one in direction of Mečerov

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
80
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

Brijeg, and the other in direction of Psychiatry for the structures above the main road.
The design proposes breakdown of both manholes and construction of a new manhole
with appropriate valves and measurement devices for each line individually.

At this location there is no electrical feeding so it is necessary to provide a connection to


the power supply network, an electrical cabinet with PLC device (3 analogue input
points), GSM modem, and other electrical equipment. Communication model must be
compatible with the existing SCADA system.

Figure 2.2 – Measurement point MD 2

1.10.2.3 Measurement point MD 3

Implementation of measurement point MD 3 is planned in the green area at the turning


from the main into the Third Road in Auto Kamp settlement.

The existing manhole is with one its segment situated in the road area and is not conven-
ient for pressure measurement with mobile devices. Inside this manhole there is a
branch for water distribution towards Kamp and Daošine with a line PVC d160mm, as
well as towards a new distribution pipeline PEHD d160mm laid inside the coastal road.
Water inflow is from the line PVC d315mm, that is, from Mečerov brijeg reservoir.

Inside the manhole the installation of a DN200 connection is foreseen for the future con-
nection to the pipeline PVC d315mm as in the perspective the existing DN150 connec-
Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
81
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

tion can be found insufficient. The measurement point will contain 3 flow meters DN150;
one on the line feeding Kamp and Daošine settlements, the second at the connection
with the PEHD d160mm pipeline at the coastal road and the third one at the line PVC
d160mm in direction of Sveti Stasije. Valorization of the final flow meter will be achieved
after the construction of the connection of DN200 with PVC d315mm pipeline which is
not a part of this project.

Figure 2.3 – Measurement point MD 3

The new manhole needs to be constructed between the side walk and the wall of the
storm water channel, that is, between the existing manhole and the culvert connecting
into the channel. The design proposes breakdown of the existing manhole as well as a
part of the culvert passing through the green area (open channel 50cm wide and 50cm
deep) for purpose of connection to the existing distribution PVC d160mm pipeline in both
directions. Repair of the culvert needs to be done in such a manner that its connection
into the channel is done at the 90° angle instead of current 45°, which would allow 1m of
additional space for the planned manhole.

There is no electrical feeding at this location therefore a connection to power distribution


network needs to be provided, along with an electrical cabinet with a PLC device (3 ana-
logue inputs), GSM modem and other electrical equipment. The communication model
must be compatible with the existing SCADA system.

1.10.2.4 Measurement point MD 4

For WS of Ljuta settlement there are two variants. One is with PVC d160mm pipeline laid
along the border of the main road whereas the other one is with a new PEHD d160mm
pipeline routed along the coastal road. These pipelines come together at the settlement
of Kavalin opposite the turning from the main into the coastal road. The second variant is

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
82
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

used in the winter period of supply while the first one is applied in the summer period,
due to the pressure drop caused by higher consumption and length of the lower line.

Implementation of the new measurement point MD 4 is planned behind the curbstone of


the main road after the connection of these two lines. Introduction of a flow monitoring
system at this location woudl provide a better insight into the settlement’s consumption
which is important for frequent malfunctions which is a weak spot of this pipeline (PVC
d160mm nominal pressure 6 bar).

Figure 2.4 – Measurement point MD 4

There is no electrical feeding at this location therefore a connection to power distribution


network needs to be provided, along with an electrical cabinet with a PLC device, GSM
modem and other electrical equipment. The communication model must be compatible
with the existing SCADA system.

1.10.2.5 Measurement point ŠD 1, ŠD 2, ŠD 3, ŠD 4

In the construction of distribution pipeline PEHD d160mm along the coastal road in 2001
from the outdoor swimming pool up to Oparen Brijeg no measurement points were fore-
seen. Within the works implemented in 2012 as phase III project reconnection of all con-
sumers below the main road has been completed for the concerned area.

The lack of measurement points has soon been recognized as a problem due to impos-
sible defining of consumption per individual zones. As a solution this design proposes
construction of new measurement manholes without installation of EM flow meters or
connection to SCADA system, but only with possibility for installation of a mobile ultra
sound flow meter. The measurement point ŠD 1 is located near the Maritime Faculty, ŠD
2 at “Ela“ supermarket, ŠD 3 below the Dobrota local community centre and ŠD 4 at
Oparen brijeg.
Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
83
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

Figure 2.5 – Measurement point ŠD 2

1.10.2.6 Measurement point ŠD 5

Within the measurement point ŠD 5 construction of two new measurement manholes is


planned inside the side walk of the main road at Sveti Stasije near the Nikaljević building.
The manholes are planned without installation of EM flow meters or connection to
SCADA system, but only with possibility for installation of a mobile ultra sound flow me-
ter. With construction of these manholes a proper measurement at distribution lines PVC
d160mm in direction of Kriva street and Ljuta will be allowed.

Figure 2.6 – Measurement point ŠD 5

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
84
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

1.10.2.7 Measurement point MŠ1

Implementation of a new measurement point MŠ 1 is foreseen at the location of the ex-


isting manhole of distribution PVC d225mm lien with a gate valve DN200 fed by Škaljari
reservoir situated within the side walk at the road junction near Kotor main hospital.

Downstream of the concerned manhole at 5m distance, within the works implemented as


phase III project in 2013, a manhole was constructed in which the distribution PEHD
d225mm line branches into a PEHD d200mm line in direction of Peluzica and PVC
d160mm line in direction of Stari Grad and in direction of Škaljari circle, a PVC d225mm-
d160mm line. Flow meter installation inside this manhole is not feasible due to its inade-
quate drainage which causes the rise of water level in the rainy year period, therefore a
new measurement manhole needs to be constructed.

Construction of measurement point MŠ 1 includes installation of two EM flow meters


DN200 along the line in direction of Peluzica and DN150 line in direction of Stari Grad
and Škaljari circle as well as the implementation of the connection of this line inside the
road junction itself with the new constructed connection DN150 inside the manhole.

Figure 2.7 – Measurement point MŠ 1

There is no electrical feeding at this location therefore a connection to power distribution


network needs to be provided, along with an electrical cabinet with a PLC device, GSM
modem and other electrical equipment. The communication model must be compatible
with the existing SCADA system

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
85
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

1.10.2.8 Measurement point MŠ 2

Construction of a new measurement point MŠ 2 is planned in Škaljari old reservoir (81–


84m.a.s.l. 2x175m3) at the inflow point from upper Grbalj water sources. In the winter pe-
riod when there are larger water quantities in upper Grbalj, a significant amount of water
inflows into Troica reservoir (228-232m.a.s.l. 2x300m3) from these springs and it is being
distributed with one line in direction to Kavač and Pršice, and the other in direction of
Crveni Brijeg and upper Škaljari, while the excess of water is transported via a pressure
break chamber into Škaljari old reservoir. With implementation of measurement points at
Troica reservoir and Škaljari Old would provide a better insight into the water balance
and consumption of individual reons along the route.

Figure 2.8 – Measurement point MŠ 2

In the reservoir Škaljari Old there is already electrical feeding existing as well as a pair of
hydrostatical sensors connected to the PLC device in Škaljari New reservoir. The design
has foreseen theconnection of the planned flow meter with the PLC device in the new
Škaljari reservoir.

1.10.2.9 Measurement point ŠŠ 1

One of the variants for supply of Stari Grad with water is from Škaljari reservoir via a
PVC d225mm – PVC d160mm pipeline connecting at Gurdić to the transmission line
DN200. It is this very location in front of the Social Care Centre where the implementa-
tion of a new measurement point ŠŠ 1 is planned inside an existing manhole without in-

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
86
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

stallation of EM flow meters or connection to SCADA system, but only with possibility for
installation of a mobile ultra sound flow meter. Unfortunately, at the moment it is not pos-
sible to have a constant flow measurement in direction of Stari Grad in this manhole
which is very unfavourable considering the losses estimated between 15 and 20l/s.

Figure 2.9 – Measurement point ŠŠ 1

1.10.2.10 Measurement point MR Troica

Reservoir Troica (228-232mnm, 2x300m3) is fed with water from Gornji Grbalj water
spring. From this reservoir water is distributed with one line in direction to Kavač and
Pržice, and the other in direction of Crveni Brijeg and upper Škaljari, while any excess of
water is transported via a pressure break chamber Plazno into Škaljari reservoir. In the
summer period when the capacity of upper Grbalj springs cannot meet the requirements
of even local population, the reservoir feeding is done by pumping from PS Škaljari.

With the aim of raising the level of water control sent in this period in direction of Škaljari,
and in order to eliminate overflows into the pressure break chamber Plazno and rational-
ize the total costs, the design proposes installation of flow meters and EM valves inside
the reservoir valve chamber.

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
87
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

Figure 2.10 – Measurement point MR Troica

At the reservoir there is electrical feeding as well as level metering via hydrostatical sen-
sors. The reservoir is also equipped with a PLC device and appropriate GSM modem for
communication with SCADA system.

The design proposes installation of 3 flow meters in the reservoir itself (valve chamber),
one at the line incoming from upper Grbalj springs, the second on the line in direction of
Crveni brijeg and PBC Plazno and the third one on the line in direction to Kavač and
Pržice.

On the line to Crveni Brijeg and PBC Plazno a by pass with needle valve and electrical
actuator is planned for common operation with the flow meter for flow regulation on the
subject line in the summer period which would additionally contribute to saving of water
inside the reservoir (the overflow from PBC Plazno is then eliminated) and the quality of
supply in the upper Škaljari and Crveni brijeg would be improved.

Due to the fact that type and diameter of needle valve (Flow control valve) may defer de-
pending on manufacturer final recommendation, the Contractor is obliged to define exact
type of the needle valve in coordination with nominated manufacturer, Engineer and Em-
ployer before the purchase and transportation and installation works have been imple-
mented.

On the line for Kavač and Pržice installation of a butterfly valve is planed with an electri-
cal actuator (option for open/closed, without flow regulation).

Within the mentioned measures full automation of Troica reservoir would be achieved,
which would result in exclusion of human resources from operations of valve regulation

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
88
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

in the summer period (closing of valves in the late night hours and opening in the early
morning as well as occasional daily valve regulation) and significant saving in system
maintenance and rise in water supply quality.

The design has foreseen the connection of flow meters and valves onto the existing PLC
device.

1.10.2.11 Measurement point MK 1

Implementation of a new measurement point MK 1 includes replacement of the existing


flow meter DN200 and its connection to SCADA system. The existing measurement
manhole is located at the entrance of Kostanjica and measures the flow for Kostanjica,
Morinj, Lipci and Strp area.

There is no electrical feeding at this location and therefore a connection to the power dis-
tribution network needs to be provided, along with a PLC device cabinet (2 analogue in-
puts), a GSM modem and other electrical equipment. Communication model must be
compatible with the existing SCADA system.

1.10.2.12 Reservoir Stara Fortica

Technical Description

Reservoir Stara Fortica (91-95mnm, 2x500 m3) is located below the main road in Dub
settlement, above the industrial zone. Originally it was used solely for supply of consum-
ers in the industrial zone, while its feeding was done from Troica reservoir. Inside the
reservoir there is no electrical feeding or the flow or level measuring devices. The exist-
ing flow meter ABB DN150 at the outflow line is out of order.

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
89
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

Figure 3.1 – Valve chamber of Stara Fotica reservoir

Considering the measures taken in the last 10 years in tee area of Industrial Zone, the
role of this reservoir has somewhat changed. Connection of the Zone area to the distri-
bution pipeline PVC d160mm fed from “Simiš“ spring cretaed the possibility for supply of
the Zone from this water spring in the period of its high capacity. This allowed that the
excess water quantities from the upper Grbalj springs is via Troica reservoir diverted in-
stead in direction of the Industrial Zone, towards Škaljari reservoir, thus greatly support-
ing saving of electricity by reduction in pumps operation. In such a supply regime Stara
Fortica reservoir got a function of a counter reservoir. Due to missing measurement
equipment and lack of reservoir monitoring there are problems with inflow balancing re-
sulting in frequent extreme situations (empty reservoir or overflows).

In 2014 the connection of Industrial Zone area to the Regional WS System was imple-
mented from the budget of Municipality Kotor which allowed placement of water from the
Regional WS system into the Industrial Zone, and in the perspective, after the implemen-
tation of the secondary network rehabilitation project, into the area of Donja Sutvara as
well.

Considering the new circumstances, introduction of measurement equipment and reser-


voir monitoring comes out as a necessary solution in the aspect of better control and re-
duction of costs. This project includes installation of a new flow meter at the outflow res-
ervoir line and also hydrostatic sensors for water level metering inside the reservoir
chambers. Both measurement devices will be connected to the Scada system, while so-
lar panels will be used as a power source for their operation.

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
90
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

1.10.3 Purchase and delivery of the Sewage Pump

Mandatory works– LOT 2 / Kotor

Besides the measures intended for implementation for water supply network improve-
ment the Employer is herewith inviting tenderers to submit the an offer for purchase and
delivery of the Sewage Pump:

SULZER XFP 200M-CH2 50Hz

With the following characteristics:

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
91
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
92
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
93
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

1.11 GENERAL OBLIGATIONS

Responsibility for Information

The Contractor will be deemed to have fully informed and satisfied himself, by his own
independent observations, inquiries, site visits and investigation of local site conditions as
required to prepare his Tender.

The Employer and the Engineer will bear no responsibility whatsoever for the complete-
ness and accuracy of any information made available to Tenders.

The Contractor is expected to conduct his own research on all important matters related
to the Project and his Offer. Any negligence or failure on the part of the contractor to ob-
tain reliable information on the site or elsewhere concerning any matter affecting the
Contract Agreement shall not relief the selected Contractor from any of his obligations or
liability arising from the Contract Agreement.
Site Organization

The Contractor is responsible for the proper execution of all works listed under para-
graph 1.3 above. The Contractor shall deliver a work program, which indicates his re-
quired staff/personnel, plant and equipment to ensure the completion of all works within
the Time of Completion. The construction site shall be provided sufficiently at all times
with adequate staff/personnel and equipment.

The Contractor shall provide on the sites at his own expense water, electricity, communi-
cation facilities and all other services required to execute the works. When main supplies
are not available on site, he shall provide a generator with suitable capacity, and tank of
suitable sizes for diesel, potable water, gas etc. as required.

The Contractor shall drain flood water and excess water or storm water by pumping to
prevent damage on the site and to prevent any damage to a third party.

The Contractor shall keep a special record (daily diary), registering the construction ac-
tivities and works carried out, number of personnel and plant on site, problems encoun-
tered, climatic conditions, incl. maximum/minimum temperatures, humidity, the daily rain-
fall in millimetres and the number of hours of rainfall, for each day. The format of the
daily diary has to be approved by the Engineer.

The Contractor shall give due attention to the following matters:

General

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
94
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

The Contractor shall preserve trees, planted fields and fences in a suitable manner, and
shall replant those that were damaged or removed, and re-erect fences to their original
condition, in accordance to the Employer’s Representative’s instructions.

In case of repair works, the Contractor shall tabulate the requirements and methodology
thereof, and ask the Employer’s Representative for approval before starting any repair.
After completion of repaired work, such work shall be re-inspected by the Engineer.

In case of a need to erect scaffolding on any private property then the Contractor shall
contact the owner of the property and arrange for the proper execution, and for the re-
moval of the scaffolding, and carry out all the repairs and re-establishment for the Time
of Completion expires.

Before starting any construction activity in public or private roads, the Contractor has to
submit a method statement presenting the intended signposting, signalling, erection of
barriers or guard rails, detour of traffic, protection measures for the public, railings
around construction pits etc. He has to obtain approval from the local authorities and the
police before starting any construction work.

Contractor’s Supervision

In case of joint-ventures and sub-contracting, the lead contractor has the full responsibil-
ity for the performance and execution of all works. The Lead Contractor’s Representa-
tives and his staff shall, in compliance with his quality management system, supervise,
check and control permanently the staff of the joint-venture partner(s) and / or subcon-
tractors during their part of the construction and shall take full responsibility for their per-
formance and execution of the works.

The Contractor’s Representative shall supervise all design and construction works from
the commencement of the works until completion and commissioning.

All documents issued by the Contractor during the completion of all works shall be only in
force and accepted by the Employer and the Engineer, if these documents are issued by
the Contractor’s Representative in accordance with the requirements of the Contract.

With the commencement of the Works, the Contractor shall hand over a list of all names,
titles, addresses and telephone/fax/mobile phone/e-mail of his managerial and supervis-
ing staff on site indicating those responsible persons who may be reached outside of
normal working hours in emergency cases.

Co-operation with the Engineer

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
95
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

The Contractor shall co-operate with the Engineer in arranging the time and dates of site
meetings, and in the preparation of Minutes of Meetings.

The Contractor shall co-operate with the Engineer in taking photographs for the docu-
mentation of the works progress.

The Contractor shall provide every assistance to the Engineer and its staff in carrying out
their duties and shall provide personnel to assist the checking, sampling, testing, setting
out, leveling and measurement of the work done. He shall supply a sufficient number of
pegs, poles, paint, line levels and other material and small tools for checking, setting out
and for the measurement of the works.

The Contractor shall also provide the Engineer and his staff with waterproof clothing,
hard hats, safety equipment, rubber boots, lights and the like and as required to carry out
the Engineer’s obligations. These items shall remain the property of the Contractor, and
they shall be repaired or replaced by him to the extent necessitated by fair tear and wear.

The cost of the above assistance is deemed to be included in the Contract Price.

In case of the Engineer’s rejection of any material or work, the Contractor shall, before
starting to rectify such condition, submit his proposal to the Employer’s Representative
for such rectification to avoid the repetition of the error.

Contractor’s Professional Conduct and Execution of his Duties

Good Practice

If a full description of any material, product or workman ship was not specified, then it is
nevertheless understood that these materials or work shall be suitable for the purpose of
the Contract or what may be needed to execute the item in conformity with good practice
and whatever is mentioned for the relevant item in the Bill of Quantities, the Technical
Specifications and the Standards being used.

Standard Specifications

If Norms or Standards such as EN, DIN, ISO or VDE are specified, then the Contractor
shall submit a Certificate of Origin certifying that the item purchased is in conformity with
such standard, and submit the same for the Employer’s Representative’s approval.

For the description of the quality of materials and work reference has been made, where
found necessary, to DIN standards. DIN issues in English may be obtained from Beuth
Verlag, Burggrafenstraße 6, 10787 Berlin.

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
96
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

Specifications prescribing a product

If a single source should be specified for any material or a product, then the Contractor
shall be bound by the same, and shall not change the said single source without the writ-
ten approval of the Employer’s Representative, together with the approval of the Em-
ployer.

Concealed Services

The Contractor shall place clear signs wherever services are concealed, in order to facili-
tate relocation of the said services during testing, maintenance, repair or operation of the
same.

1.12 PROGRAMME FOR EXECUTION OF THE WORKS

It is envisaged that the overall timescale required for execution of the contract in Tivat will
be 27 months, comprising 15 months for construction and 12 months maintenance dur-
ing the defects liability period.

It is envisaged that the overall timescale required for execution of the contract in Kotor
will be 20 months, comprising 8 months for construction and 12 months maintenance
during the defects liability period.

For preparation of the programme and general planning of all the necessary activities
since the commencement of the Works until its commissioning and Taking Over, the
Contractor shall take in consideration the interruption in construction activities envisaged
th st
over the period of high summer tourist season from 15 June until 1 September in Kotor
th st
municipality and from 1 June until 1 September in Tivat Municipality. Only work in
Grbalj area of Kotor Municipality (outside of the Bay area) shall be allowed.

In addition to this, Contractor should take into consideration requirement that all Site ar-
th st
eas should be completely reinstated before 15 of June in Kotor and before 1 of June in
Tivat which considers reinstatement of surfaces after positively tested pipelines and
manholes.

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
97
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

2 Drawings, records and documents

2.1 DEFINITIONS AND GENERAL

This section shall also apply for all Works.

The Drawings include the following types:

(i) Drawings issued to the Contractor by the Employer as part of the Tender documents.
These shall be designated “Issued Drawings”.

(ii) Such Issued Drawings shall be deemed to have been issued for the guidance of Ten-
derers and shall be referred to for the interpretation of the Contract only where the
drawings supplied by the Contractor at the time of tendering and incorporated in the
Contract are insufficient.

(iii) The Drawings supplied by the Contractor for the purpose of illustrating his Tender.
These shall be designated “Tender Drawings”, and shall be considered generally in-
dicative but will not be considered as binding in detail.

(iv) Construction / Shop Drawings, submitted by the Contractor for approval after award of
Contract. These drawings shall also include all structural drawings to be prepared by
the Contractor.

(v) Drawings prepared by the Engineer and issued to the Contractor during the Contract
Period. These shall be designated “Engineer’s Drawings”.

(vi) “Record Drawings”’ showing details of what was actually constructed or installed, in-
cluding any designated “As Built”, “As Constructed”, or “’As Made”.

The Works shall be completed in accordance with approved Construction / Shop Draw-
ings. The Contractor shall bear the full responsibility for the proper functioning of the
completed Works as designed or determined by the Contractor.

The Contractor shall bear the extra cost of any work necessitated by reason of any dis-
crepancies, errors or omissions in the drawings and particulars supplied by him, notwith-
standing any prior approval by the Engineer provided that such discrepancies, errors or
omissions be not due to inaccurate information or particulars furnished to the Contractor
by the Employer or the Engineer.

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
98
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

Any alteration required by the Engineer to be made to the drawings, particularly in re-
spect of Construction / Shop Drawings, shall be made by the Contractor without extra
charge.

All drawings prepared and submitted by the Contractor, including Tender Drawings, shall
be in the form of black lines on a white background and conform with the relevant ISO
standards in respect of drawing size, presentation, scales and use of symbols. Drawing
sizes shall normally be either A1 or A3. All dimensions shall be in metric units, and pref-
erably restricted to meters and millimetres. A graphical scale shall be included to aid the
use of photographic or electronic reproduction methods.

The drawing title block shall be located in the lower right corner and shall allow for inclu-
sion of the name of the Employer, the project title, contract number, date of drawing,
scale, drawing number, list of amendments, and authorized signatures, in addition to the
Contractor’s name.

2.2 ISSUED DRAWINGS

If the Contractor wants to use any Issued Drawings for construction and/or installation,
he must satisfy himself that all indicated features are correct and in compliance with all
requirements, and submit them for approval as Construction / Shop Drawings.

Neither the Employer nor the Engineer will be responsible for any errors or omissions.

2.3 ENGINEER'S DRAWINGS

Engineer's Drawings that may be prepared from time to time if required to support Con-
tractor’s work will be issued under the same conditions as Issued Drawings, except that
they shall have no status whatsoever for interpretation of the Contract. The Contractor
shall resubmit such Engineer's Drawings, after amendment to the satisfaction of the Con-
tractor, to the Engineer as Construction / Shop Drawings for approval.

2.4 CONSTRUCTION / SHOP DRAWINGS AND SUPPORTING DOCUMENTS

The Contractor shall submit to the Engineer for approval construction and installation
drawings, design calculations, prototype test results and other relevant documents (in
triplicate) which are required for detailed clarification and for carrying out the Contract, for
all repair and rehabilitation Works not designed by the Employer especially:

(a) Structural (including reinforcing and shuttering plans and schedules) and Me-
chanical Drawings: All construction and installation drawings are to be refined and

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
99
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

supplemented on the basis of the Issued Drawings, Tender Drawings and Engi-
neer's Drawings as applicable.

(b) Electrical Drawings: On the basis of the simplified documents, the Contractor shall
prepare the following planning records:

1) Wiring diagrams and construction plans and drawings, installation plans, complete
cable lists, clamping plans, etc. as well as lists of parts, clearly indicating material
and type of proposed equipment.

2) Complete documentation (lists of parts, descriptions, maintenance and operating


instructions, test reports and certificates, etc.) shall be submitted to the Engineer,
in five copies each, prior to the commencement of installation.

3) Copies of proposed electrical and control panel layout plans.

The Contractor shall submit Drawings and supportive data to the Engineer for his ap-
proval at the following stages:

 Drawings before start of construction or before commencement of manufac-


ture of equipment.

 Drawings before Take-Over

2.5 RECORD DRAWINGS

Within a period of three weeks before the issue of the "Take-over Certificate”, as-built
design according to Montenegrin Building Law and Bylaw on the content of Design
documents shall be provided. One set shall be reproducible on CD-rom and four sets
shall be prints. Each set shall comprise:

(a) Works and general pipeline, structure and plant layouts.

(b) As-constructed drawings for pipelines and any civil structure

(c) Comprehensive diagrams for control panels showing scheduled functions and
diagram of connection.

(d) Overall mechanical / electrical and control schedule for the Works with details of
interconnections between the various units of the plant.

(e) Actual (not typical) section drawings where applicable.

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
100
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

2.6 PROCEDURE FOR APPROVAL OF CONSTRUCTION / SHOP DRAWINGS

As soon as possible after acceptance of the Tender, the Contractor shall submit to the
Engineer 3 copies of his Construction / Shop Drawings for all works not designed by the
Employer including general arrangement drawings in adequate detail for his proposals to
be examined, reviewed, accepted, or rejected as described in the following sub-clauses:

(a) Within 30 days after receipt of said drawings, the Engineer will return one copy of
each drawing to the Contractor with his comments.

(b) If the drawing is returned to the Contractor marked "ACCEPTED", revision of said
drawing will not be required and the Contractor shall immediately submit 2 addi-
tional copies to the Engineer for his records.

(c) If the drawing is returned to the Contractor marked "MAKE CORRECTIONS” the
Contractor shall revise the drawings and submit 3 additional copies to the Engi-
neer for his records, within 21 days.

(d) If the drawing is returned to the Contractor marked "AMEND AND RESUBMIT" or
"REJECTED - RESUBMIT" the Contractor shall revise the drawings and submit 3
copies to the Engineer for further review within 21 days. The cycle shall then re-
commence at step (c) above.

(e) If the drawing is returned to the Contractor marked "NOT SUBJECT TO


APPROVAL" revision of the drawing will not be required and the Contractor shall
immediately submit 2 copies to the Engineer for his records.

(f) Fabrication of an item shall not be commenced, nor any items shipped or trans-
ported, before the Engineer has received the relevant drawings and returned cop-
ies to the Contractor marked "ACCEPTED" or "MAKE CORRECTIONS ".

(g) Revisions indicated on drawings shall be considered as changes necessary to


meet the requirements of the Specifications and shall not be a basis of claims for
extra work.

(h) The Contractor shall have no claim for damages or extension of time due to any
delay resulting from revising the drawings prior to acceptance.

The review of the drawings by the Engineer shall apply to the general design only and
shall in no way relieve the Contractor of responsibility for any errors or omissions con-
tained therein nor shall such review operate to waive or modify any provision or require-
ment contained in these Contract Specifications.

The costs of all drawing shall be included in the Contract Price.

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
101
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

2.7 OPERATING AND MAINTENANCE MANUALS

The Contractor shall prepare comprehensive operating and maintenance manuals cover-
ing all items of the entire rehabilitation, repair and extension works of the water supply
system including all manufacturer's instructions, references, lists, etc. The manuals shall
include an outline of the general principles of operation and maintenance of the system,
and shall make specific reference to the particular equipment provided. Sales brochures
may be included only as additional information.

The manuals shall be submitted in three (3) copies in Montenegrin language and one in
English and shall cover the testing, operation, control, maintenance, dismantling and re-
pair of all the components and Plant provided in the Works. All information shall be sup-
ported by:

 Catalogues and brochures

 Dimension drawings

 Data sheets

 Descriptive text

 Comprehensive drawings, sketches, plans, sections as required

The greatest importance shall be drawn to the completeness and clearness of presenta-
tion.

It is emphasized that a collection of standard pamphlets of general nature unaccompa-


nied by drawings and descriptive matter will not be acceptable. In particular, information
supplied by Sub-Contractors and manufacturers employed by the Contractor shall be co-
ordinated in the manual. Cross-references of descriptive texts, drawings and spare part
lists must be complete.

The Contractor shall deliver to the Engineer, in duplicate, loose leaf copies of draft opera-
tion and maintenance manuals for the Works and the auxiliary Plant three weeks before
issue of taking over certificate. The manuals shall be divided into several volumes (e.g.
function, operation, maintenance, overhaul) and shall fully and clearly set out the Con-
tractor's own recommendations and instructions for the satisfactory operation, mainte-
nance and overhaul of the water supply system as far as part of this Contract with its
auxiliary Plant as applicable to each of the components, installations and devices sup-
plied and installed.

The text or accompanying diagrams shall in addition show the electrical wiring, handling
and erection instructions. Draft manuals shall, during the testing and commissioning of
the Works, be carefully checked by the Contractor and updated and modified to ensure
Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
102
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

that they are fully descriptive and applicable to the final layout of plant and process under
operational conditions.

The draft manuals may include manufacturer's standard literature but the Contractor
shall fully supplement the literature by his own descriptive text, drawings, tables, figures,
characteristic curves and the like.

The final approved manuals for the Works shall be submitted prior to the commence-
ment of the maintenance period (Defects Liability Period). They shall be securely bound
in A4 sized loose leaf binders, clearly titled, index linked and cross referenced. If pre-
pared on computer, standard PC word processor software such as Word for Windows
shall be used, and a copy of the data file for each volume, on CD rom, shall be supplied
in order to facilitate updating and searching for information.

The final manuals shall incorporate instructions, recommendations and advice for the
operation of the entire process covering the full range of flow and conditions of sewage
and shall include advice on the joint operation and control of all the process units on site.
No section of the Works will be certified by the Engineer as completed unless this re-
quirement has been met. The contents of the final manual may be subdivided into the fol-
lowing sections:

Basic data of the Works

 Description of the various units of the works including supporting sketches.

 Procedures for setting to work.

 Procedures for shut down and taking out of service.

 Emergency operation (e.g.:electricity failure, etc.).

 Maintenance procedures including maintenance schedule and draft of mainte-


nance reporting forms according to Standard from ViK Tivat.

If during the maintenance period, the Contractor or the Engineer has found that the man-
ual requires modification or enlargement as a result of subsequent operational and main-
tenance experience in the Works, the Contractor shall provide such modification for each
relevant manual.

The manuals shall include explanations of the function and purpose of each important
component supplied and installed, and the operational, mechanical and electrical proce-
dures for:

 Lubrication, checking, calibration (including charts), testing and adjustment of


each item.
Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
103
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

 Attention at daily, weekly, monthly or other maintenance intervals to ensure reli-


able trouble-free operation of the entire Sewage System (Phase 1).

 Complete overhaul, dismantling and reassembly, testing and re-commissioning.

 The identification and selection of suitable lubricants standardized throughout


the Works, including identifying equivalents available from local manufacturers
where possible.

 Defect location decision charts to facilitate tracing of the cause of malfunction


or breakdown from symptoms or tests.

 Routine and emergency safety precautions, procedures and recommendations


for cleaning of the system and the Plant and its components

 Guidelines for protection of equipment in case of taking the Plant and or any
other component out of service.

 Maintenance of protective coating.

 Operational maintenance of the system, performance, monitoring and reporting


procedures.

The instruction manuals shall describe the installation as a whole and shall give a step by
step procedure for any operation likely to be carried out.

A separate section of the manuals shall be devoted to each size and type of equipment
and to each system. The various sections shall be grouped into separate volumes elating
(as appropriate) to functions such as operation, maintenance, overhaul, etc. The appro-
priate volume shall contain also a list of spare parts and the procedure required for order-
ing them. A list of recommended consumables and spare parts to be stored shall be
supplemented to each item of equipment and Plant.

2.8 MAINTENANCE SCHEME

The operation and maintenance instruction manual shall be supplemented by the supply
of a comprehensive yearly maintenance program for the Sewage and Water Supply Sys-
tem’s operation and maintenance staff.

A wall chart or charts shall be provided, covering a period of one year with colored mark-
ers. It shall have vertical divisions in weeks and horizontal divisions for each component
of the system. A fitter's card system shall be provided with at least one card for each item
of Plant. The cards shall detail maintenance required, parts required.

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
104
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

The markers shall be arranged with standard colors to indicate work required, parts out-
standing, work completed and the like.

The maintenance scheme shall be provided three weeks before issue of the taking over
certificate. It should have sufficient space for extension to include any further routine
work which may be required.

2.9 PAYMENT

The costs for the preparation of shop and construction drawings, as-build drawings,
manuals etc. shall be included in the Contract price (within the unit rates of the scheduled
items). The requirements for provision and acceptance of Drawings shall apply equally to
the civil and mechanical-electrical Works. All costs involved in keeping records, report-
ing, preparation of as-built drawings, shall be included in the unit rates.

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
105
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

3 PUBLIC SAFETY AND CONVENIENCE

3.1 TRAFFIC CONTROL

The Contractor shall at all times conduct his work so as to insure the least possible ob-
struction to traffic and inconvenience to the general public, and adequate protection of
persons and property in the vicinity of the work. Streets shall not be closed to the public
without first obtaining permission of the Engineer and proper governmental authority.
Where excavation is being performed in streets, one lane shall be kept open to traffic at
all times unless otherwise provided or shown. Temporary provisions shall also be made
to ensure proper drainage.

During the progress of the work, the Contractor shall keep the site of the work in an or-
derly, safe condition and free from any accumulation of rubbish.

Upon completion of the work, the Contractor shall remove from the construction site all
rubbish, unused materials, concrete formwork, equipment, and temporary structures
used during construction. He shall then thoroughly clean facilities including:

a) Repairing surface scratches of equipment to match factory finishing.


b) Cleaning and disinfecting all piping as provided elsewhere in these Specifications.
c) Sweeping or washing down all paved roadways or parking areas and side-
walks which were disturbed during construction.

3.2 FLAGGING, LIGHTING, AND WATCHING

Where necessary for the safety of the public or where required by the Engineer or by the
appropriate Road Traffic Authority, the whole of the Works shall be properly lighted be-
tween a half hour before sunset and a half hour after sunrise, and at other times when
visibility is poor. On all occasions the Works shall be properly fenced. The lamps shall be
approved by the appropriate authority and shall be kept in a clean and proper condition.
The position and number of the lamps shall be such that the extent and position of the
Work is clearly defined and the arrangement shall comply with the requirements of the
appropriate authority. Each section of the Works shall be provided with night and week-
end watchmen as may be required.

The Contractor shall be responsible for the control of all traffic, including the preparation,
maintenance and reinstatement of any diversions ordered or permitted by the appropriate
Road Authority or Municipality. He shall comply with the requirements of the appropriate
authority and shall provide all traffic control flagmen, “Stop” and “Go” signals and all other
precautions necessary for the safety of road users both by day and night.
Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
106
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

The Contractor shall provide and maintain at his own cost, guards for the protection of
the works, for safety and convenience of the public or others.

3.3 CONTROL OF CONSTRUCTION NOISE

The Contractor shall employ the best practical means to minimize noise and vibration
produced by his operations.

Without prejudice to the general obligations, the Contractor shall comply in particular with
the following requirements:

a) All vehicles and mechanical plants used for the purpose of the Works shall be
fitted with effective exhaust silencers and shall be maintained in good and effi-
cient working order.

b) All compressors shall be “sound reduced” models fitted with properly lined and
sealed acoustic covers which shall be kept closed whenever the machines are
in use and all ancillary pneumatic percussive tools shall be fitted with mufflers
or silencers of the type recommended by the manufacturer. Dampened bits
shall be fitted to percussive tools.

c) Machines in intermittent use shall be shut down in the intervening period be-
tween work or throttled down to a minimum.

d) All motors and compressors shall be fitted with effective exhaust silencers and
shall be maintained in good and efficient working order. All de-watering pumps
shall be “sound reduced” models fitted with properly lined and sealed acoustic
covers. Pumps required to run overnight shall be effectively silenced, if neces-
sary, to prevent nuisance to residents in the locality, and the Contractor may be
required to use electrically driven pumps.

3.4 POLLUTION OF STREAMS AND WATERWAYS

The Contractor shall take all necessary precautions to secure the efficient protection of
all waterways against pollution including spillage of oil which may be likely to cause injury
to fish or plant life and shall indemnify and keep indemnified the Employer against any
claim arising from any such pollution during the execution of the Works.

3.5 PROTECTION OF TREES

The Contractor shall erect stout fencing to protect all trees within the site which are to be
left standing from damage due to his operations. If any damage occurs to such trees as

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
107
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

a result of the Contractor’s operations, the affected trees shall be replaced to the satis-
faction of the Engineer at the Contractor’s expense.

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
108
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

4 SITE WORKING ARRANGEMENTS

4.1 GENERAL REQUIREMENTS

First Aid Outfits

The Contractor shall, at his own cost, provide and maintain for the duration of the Con-
tract adequate first aid outfits at all construction sites.

Cleanliness on Site

The Contractor shall make every effort to keep the site tidy and in orderly manner and to
take at any time every possible precaution against the contamination of subsoil and
groundwater.

The Contractor shall be responsible for making all arrangements for the disposal of solid
and liquid wastes from the site at his own expenses. Furthermore, he shall give strict in-
structions to all persons employed by him to use the sanitary accommodation provided at
site.

If the Contractor fails to keep the site clean, the Engineer will instruct a third party to carry
out the work at the cost of the Contractor.

4.2 ACCESS ROADS

The Contractor shall, at his own expense, carry out all protective works and strengthen-
ing of public streets and roads used by him as necessary to avoid damage from heavy
loads and plant moved to the site. The Contractor shall also construct, maintain and re-
move temporary access roads as he may require for carrying out the works at his own
expense.

The Contractor shall observe all restrictions which apply to public roads and he shall
comply with all reasonable restrictions which may be imposed by the Engineer, the Em-
ployer, the Police or other competent Authorities. This includes save and secure fencing
of the respective site, temporary traffic lights and guards.

The Contractor shall not run tracked vehicles or tracked plant on any public or private
road without the written approval of the responsible Authority or Owner and subject to
such conditions as those may require.

Public and private streets, roads and other surfaces used by the Contractor shall be kept
free from dirt and rubbish and be cleaned with adequate equipment as required by the
Engineer. If the contractor fails to do so the Engineer can order a third party to do the
cleaning on the account of the contractor.

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
109
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

Immediately after ceasing the use of any temporary road the Contractor shall restore the
road to the satisfaction of the Engineer and the responsible Authority or the Owner.
These provisions shall apply also to the shoulders of any existing sealed road used by
the Contractor or affected by his operations.

4.3 STORAGE OF MATERIAL

Neither the ViK Tivat, ViK Kotor, Vodacom nor the Municipality of Tivat and Kotor are in
obligation to provide storage area for material foreseen in the scope of works. However
they will assist the Contractor in finding the appropriate storage areas.

4.4 TEMPORARY WATER SUPPLY DURING CONSTRUCTION

Disruptions of water supply during construction shall be kept to a minimum. If the supply
of water is cut for more than 8 hours the Contractor shall arrange with VIK for a tempo-
rary water supply. This could involve supply of water by tanker, temporary supply lines or
any other method. The Contractor shall inform VIK in due time when, where and how
long water supply has to be disrupted in order to announce such disruptions to the af-
fected consumers.

4.5 TEMPORARY FENCING AND MARKING OF SITES

Temporary fencing shall be provided at all construction sites where permanent fencing
has not been provided. All open excavations shall be protected sufficiently to ensure the
safety of workmen and to keep out the public and livestock.

At construction sites in public areas the Contractor shall be responsible for watching and
lightening and shall comply with the requirements of the Employer, Police and other
competent Authorities. This can include temporary traffic lights and guards.

4.6 PROGRAMME AND METHODS OF WORKING

The Contractor shall submit to the Engineer full details of his proposed construction pro-
grams (SEPARATELY FOR TIVAT AND KOTOR LOTS) within the execution period as
stipulated in the Contract. He shall also submit details of the construction plant and la-
bour force which he proposes to employ and shall broadly describe the proposed con-
struction methods.

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
110
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

Important:

For all sewers/ws pipelines situated in or along the Adriatic main road or other important
city / regional roads (such as the roads in coastal area) it is of outmost importance, that
Contractor’s construction and work technology allows traffic not to be interrupted on this
regional communication line. Contractor should present a methodology that clearly
shows his intention to comply to this request.
Also the Contractor should have in mind, that works in touristic areas and Adriatic high-
st
way cannot be performed during summer season (15st of June to 1 September Kotor
st st
and 1 of June to 1 of September Tivat) except in Grbalj area. Positive testing, rein-
th
statement of all surfaces and clearance of construction sites shall be finished before 15
of June. Contractor should adjust his work schedule to this request.

The details on construction plant shall include the make, type, capacity or rating and the
number of units which the Contractor envisages to employ throughout the duration of the
Contract.

Details of the labour force shall include engineers and experts involved, senior staff and
specialists, skilled and unskilled labour with indication of the local labour which the Con-
tractor envisages to employ and the variation in staff and labour levels and their distribu-
tion throughout the duration of the Contract.

Special attention will be given to the procedure of concrete mixing, transporting, vibrating
and curing and if the concrete is prepared at the site or elsewhere.

The Contractor shall furnish and submit to the Engineer:

(a) The finalized overall working programs and the detailed working programs for the
first month within 28 days after issue of the Order to Commence.

(b) Detailed working programmes for subsequent months showing the sections of
proposed works which the Contractor envisages to perform.

(c) Formal approval of working methods obtained from relevant Authorities prior to
the commencement of any new section of works.

Approvals with regard to proposed working methods have to be obtained, as applicable,


for the maintaining of public traffic, the dealing with/crossing of other services, the diver-
sion of flow and discharge of water from excavations, the reinstatement of excavated ar-
eas and the provisions to ensure public safety.

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
111
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

4.7 SEQUENCE OF CONSTRUCTION

When preparing the Programme of works as specified, the Contractor shall take account
of the priority order prescribed for the various activities of the Works. The working Pro-
gramme shall conform with the following:

(a) The Contractor shall commence the Works within the period stated in the Ap-
pendix to Tender and receipt of the Notice to Commence and shall proceed with
due expedition and without delay.

(b) If it is necessary for the safety of the works or for any other reason, the Contrac-
tor shall carry out such part of the Works continuously by day and by night when
so instructed in writing by the Engineer.

(c) The extent of the working site has to be agreed with the Employer and the Engi-
neer. Generally, working sites have to be confined in accordance to physical re-
strictions and the requirements for maintaining access to neighbouring plots.

4.8 NOTICES OF COMMENCEMENT OF WORK

The Contractor shall, before commencing any excavation, give all necessary notices and
make timely and reasonable arrangements with:

(a) the relevant Authorities for public roads (approvals for opening, agreements on
resurfacing) and the Police (traffic arrangements), where applicable;

(b) the concerned land owners (approvals of access, reinstatement of surfaces);

(c) the statuary Authorities for water and energy supply and telecommunications
(dealing with crossing of, maintaining and reinstatement of the respective ser-
vices).

4.9 SITE MEETINGS

Engineer’s representative and Contractor`s representative(s) or other parties on request


of the Engineer shall meet at times scheduled by Engineer’s representative on a weekly
basis to discuss the status of Contractor’s performance of this contract. This weekly Pro-
gress meeting shall be attended by Contractor’s representative, representatives from ViK
Tivat and Vodacom.

Should the contractor fail to send his representative(s) to any meeting at which his pres-
ence has been requested, all decisions shall be taken as if the Contractor had been pre-
sent and agreed on subsequent actions and orders.

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
112
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

The agenda for such meetings shall cover a review of progress attained, a review of
schedules and plants for future activities, the status of staffing, engineering, safety,
equipment, material supply, payments, current and anticipated difficulties, interface with
other Contractors, claims for extras, and other pertinent topics.

The Contractor will prepare minutes of meeting and supply all participants at the latest
two working days after the meeting with a copy of the minutes.

Further ad-hoc meetings will be held if needed. Time and place of these meetings shall
be mutually agreed taking into consideration the subject to be discussed.

4.10 LOCATION OF EXISTING UNDERGROUND UTILITIES

The Contractor shall be responsible for the location of existing underground utilities and
other obstructions which will be affected by his work. He shall take all necessary steps to
determine from the Municipality and other Authorities responsible for water, sewerage,
electricity and communications the location of underground utilities. He shall locate these
facilities sufficiently in advance of his construction operation and use modern detection
equipment, satisfactory to the Engineer, allowing to minimize the risks to damage or to
interrupt the underground utilities. The Contractor will be held responsible for maintaining
the public services and he shall repair without any delay any damage caused by his op-
erations and maintain existing services during the execution of works at his own ex-
pense.

When removal, relocation or reconstruction of any cables, pipes or any other services
whatsoever is necessary for the pursuit of the Contract, the Contractor shall notify the
Engineer in writing. All work in connection with the removal or re-setting of these or any
services shall be carried out by the Contractor at his own expense and under the super-
vision of the Engineer or concerned authorities.

4.11 TRAFFIC ARRANGEMENTS

Traffic diversions, if necessary, shall be planned by the Contractor and harmonized with
the Engineer, the Employer and the Police. No diversion shall be implemented without
the written consent of the Engineer. Access to the site shall be available to vehicles of
emergency services and residents in the areas.

Note:

For all sewers situated in or along the Adriatic main road or other important city / regional
roads it is of outmost importance, that Contractor’s construction and work technology al-
lows traffic not to be interrupted. (see also Item 3.5).
The Contractor shall provide, erect and maintain on the Site and at locations on the ac-
cess to the Site all traffic signs and traffic control signals, as necessary and/or may be
required by the Police Authority for the safe direction and control of the traffic. The loca-
Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
113
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

tion and size of all such signs and the lettering thereon shall be approved by the Engi-
neer before erection of the signs. The Contractor shall reposition, cover or remove signs
as required during the progress of the Works.

4.12 MAINTENANCE OF FLOW

The Contractor shall, at his own expense, maintain the flow in all sewers, drains, water
pipelines and all water courses which may be met during the execution of the Works, al-
lowing none of the waters to flow in the trenches for pipe laying under this Contract, ex-
cept with permission of the Engineer.

4.13 PERMANENT SUPPORT OF EXISTING PIPES

When requested by the Engineer, continuous support (e.g. by permanent concrete


beams) shall be provided for pipes crossing trenches or other excavations. The support
shall be acceptable to the owner of the existing pipe or be compatible with other require-
ments.

4.14 PROTECTION OF WORKS

The Contractor shall, at his own expense, case up and suitably protect all work liable to
injury, either by the weather or by the method adopted for the execution of the Works and
take all precautions against the contamination of the Works.

4.15 MEASUREMENTS OF WORKS

The Contractor shall measure the quantities of all work he intends to claim for his pay-
ment certificates. The Contractor’s measurement is subject to the Engineer’s approval.

Wherever levels, measurements, quantities, etc. of any work done cannot be checked at
a later stage, then measurements made by the Engineer or approved by him shall be
taken to be correct measurements of the work.

The Contractor shall provide all survey instruments and measuring equipment required.
The cost for the measurement of works shall be deemed to be included in the respective
prices for construction and installation of works.

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
114
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

4.16 WORKING HOURS FOR CONSTRUCTION

Site working hours shall be restricted to the following times:

Monday to Saturday: 7 a.m. to 7 p.m.

The method statement and Work schedule must consider that construction in the coastal
roads and main Tourist areas is forbidden during the high season summer months from
st th
1 of June to 15 of September).

The Contractor’s programme and methods of working must be made on the assumption
that the working hours will not be varied.

Any proposal by the Contractor to work outside these hours shall be submitted to the En-
gineer for approval giving at least 7 days notice. A clear definition of the work to be car-
ried out and the reasons for the request shall also be provided.

Unplanned deviation from the normal working hours will normally be limited to emergen-
cies only and the Engineer shall be informed of any such working, or the Contractor’s in-
tention of such working, at the earliest opportunity.

For the purposes of this clause, working shall be deemed to include for any activity what-
soever undertaken by the Contractor or any of his subcontractors in connection with the
execution of the Works undertaken within the Site, on the Purchaser’s Land or in any
nearby premises or on the nearby public road.

4.17 TEMPORARY FACILITIES FOR THE CONTRACTOR

The Contractor shall make his own arrangements for all yards, stores, workshops, offices
and other site installations. The location of all site installations shall be agreed before-
hand with the Engineer or his Representative. Special attention shall be paid to the safe
storage of fuel and lubricants in tanks and safety catchment basins in order to avoid the
contamination of soils, subsoil and groundwater. This applies also for the installation of
any workshop or other repair facilities.

The Contractor shall give strict instructions to all persons employed by him to comply
with the regulations for groundwater protection. If the Contractor fails to arrange for ade-
quate precautions to avoid any contamination, he shall exchange soils contaminated by
him at his own cost and bear full responsibility for any groundwater pollution.

The Contractor shall erect an office for his own use in a position to be agreed with the
Engineer. The office shall be substantially built, weatherproof, well lit and suitably fur-
nished. It shall be properly secure and contain a letterbox for the secure receipt of in-
structions, messages and mail from the Engineer and others. The Contractor shall obtain

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
115
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

the correct postal address for the office and notify the Engineer accordingly. Messages or
instructions left at or sent by post to this office shall be deemed to have been served on
the Contractor. The Contractor’s office shall not be removed from the Site until the com-
pletion of commissioning and the commencement of operation or until the Engineer, by
notice in writing, calls upon the Contractor to do so.

The Contractor shall not permit any person to live on the Site (except for security applica-
tions when approved by the Engineer) or any animals to be brought onto the Site.

The Contractor shall be responsible for providing and maintaining such temporary provi-
sions (e.g. hard standing, fencing, gates) required for the purpose of constructing the
Plant. On completion of the period of commissioning the Contractor shall remove all his
equipment and temporary works from the working area and leave the area in a clean and
tidy condition.

The Contractor shall provide site personnel with all the welfare requirements required to
meet the applicable statutory provisions and supply all necessary safety equipment and
clothing.

Any temporary living quarters for the Contractor`s staff to be used during the construction
period may only be installed after having obtained the Employer’s approval.

For the monthly site meetings the Contractor shall provide for

2
 Meeting Room (30 m floor area)

 Kitchen – fully equipped with microwave oven, kettle, refrigerator, crockery and
cutlery.

 WC and bathroom

4.18 MATERIALS TESTING LABORATORY

The Contractor shall provide a fully equipped site laboratory to carry out the specified
tests on materials to be incorporated into the permanent works. Qualified and experi-
enced staff shall be provided to carry out the tests and record the results.

4.19 SANITARY ARRANGEMENTS AND WASTE DISPOSAL

The Contractor shall provide adequate mess, sanitary and toilet facilities, as required to
meet the applicable statutory provision, for use of his labor force on the Site as well as
for the Employer’s and Engineer’s staff.

The Contractor shall be responsible for disposing of sewage and waste in accordance
with the environmental regulations of Montenegro.

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
116
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

4.20 SITE TIDINESS

The Contractor shall confine his operations within the allocated Site, or such other areas
of land as may be agreed between the Engineer and Contractor.

The Contractor shall maintain the Site in a clean, tidy and safe condition during the pe-
riod of construction and commissioning. Any disused materials and other debris arising in
connection with the Works shall be removed from the Site by the Contractor as it arises.
The Plant shall not be taken over until such material has been removed.

The Contractor shall prevent vehicles entering or leaving the Site depositing mud or other
debris on the surface of the adjacent roads or footpaths. Any materials so deposited
shall be removed at the earliest practical opportunity.

4.21 WATER SUPPLY

The Contractor shall provide and maintain a temporary supply of potable water for con-
struction purposes and to the temporary offices of the Contractor. All charges and fees
with respect to such supply shall be borne by the Contractor. All such facilities shall be
removed by the Contractor prior to final acceptance of the Works.

4.22 POWER SUPPLY

The Contractor shall provide and maintain a temporary supply of electricity for construc-
tion purposes and to the temporary offices of the Contractor. All charges and fees with
respect to such supply shall be borne by the Contractor. All such facilities shall be re-
moved by the Contractor prior to final acceptance of the Works.

4.23 TEMPORARY SIGNAGE

The Contractor shall provide, erect and maintain weather resistant signboards, one at
each pump station site and two at suitable locations of the main collector. The final loca-
tion of the sign boards shall be approved by the Engineer and Vodacom. The sign has to
be in English and the local language. The signs shall be a minimum of 2 m * 3 m and
provide the project name, the funding agencies including logo and the name of the Bene-
ficiary, the Project Implementation and the Contractor.

The signboard and information given is to be approved by the Engineer prior to erection.

5 ENVIRONMENTAL IMPACT MITIGATION REPORT

The Contractor shall prepare an Environmental Report within 30 days from commence-
ment date demonstrating compliance with the environmental mitigation measures speci-
fied below. The following mitigation measures are the responsibility of the Contractor:

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
117
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

1. Top soil (humus layer) shall be removed and temporarily stockpiled for incorpo-
ration into the landscaping works.

2. A hard and soft landscaping scheme shall be designed using suitable plant spe-
cies.

3. The Contractor is responsible for the dust control of the sites

4. It is the Contractor’s responsibility to provide for effective erosion control meas-


ures

5. Organization of a monitoring system for self-control of the emissions, as well as


of the technological processes

6. Solid and liquid wastes have to be collected and disposed in an orderly manner

7. A coordinated action plan shall be developed for dealing with emergency inci-
dents covering separately “Work Safety, Hygiene and Fire Precaution”.

8. The site shall be illuminated and warning signs / labels provided for the roads
and facilities during the construction as well as during the operation of the site.

6 COMMISSIONING AND PERFORMANCE TESTING

6.1 GENERAL

The Contractor shall perform all necessary tests to demonstrate compliance of the
Works with the specifications, performance criteria and guarantees.

During the tests the Contractor shall demonstrate to the satisfaction of the Engineer that:

 The Works is capable of producing the required standard of final effluent and
that the residual matter meets the specified Performance Standards;

 The Works complies fully with the Specification.

 The Contractor shall demonstrate that the plant operates satisfactorily when op-
erated in both manual and automatic control.

The tests shall include, but not be limited to:

 Inspection and testing at the manufacturers' premises (Factory tests).

 Inspection and testing during construction


Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
118
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

 Tests on Completion (Commissioning and Performance Tests)

A minimum of 21 days notice in writing shall be given to the Engineer and the Employer
prior to carrying out any inspection or testing.

The Contractor shall prepare a comprehensive commissioning and testing programme


and details of the inspection and test procedures he proposes to employ for the start-up
of the Works and this shall be submitted to the Engineer for approval at least 60 days
prior to the commencement of the Tests on Completion.

Procedures and work processes for the recording of test results shall be set out in the
Contractor’s Quality Plan but in any case the test results shall be reported in writing to
the Employer by the Contractor with the comments and endorsement of the Engineer.

Where specialised test equipment is supplied, the Contractor shall provide the associ-
ated test sheets, which shall be submitted to the Engineer for review prior to the tests be-
ing carried out.

All tests specified herein shall be carried out at the risk and expense of the Contractor.

6.2 INSPECTION AND TESTING AT THE CONTRACTOR'S OR MANUFACTURERS'


PREMISES

All major items of plant, including but not limited to pumps, control panels etc., shall be
subject to testing by the Contractor and inspection by the Engineer before despatch from
manufacturers' premises, with all tests arranged to represent the working conditions as
closely as possible.

The tests on the Control and Automation System hardware shall demonstrate all aspects
of the functionality of the control system. Tests at the control panel manufacturer's prem-
ises shall only be undertaken when the hardware and software tests have been com-
pleted to the satisfaction of the Engineer's.

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
119
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

6.3 INSPECTION AND TESTING DURING CONSTRUCTION

Tests during construction shall include but not be limited to the following:

 All specified tests and sampling for materials to be incorporated into the perma-
nent works

 All water retaining structures including concrete tanks, manholes, building roofs
etc. shall be tested to prove the water tightness in accordance with the Specifica-
tion.

 All pipelines (gravity or pressure pipes) shall be pressure tested in accordance


with the Specification.

 Compaction tests shall be performed for in backfill areas, under the foundation of
concrete structures, for pipe beddings, for sub-layers and layers of road works

 All materials supplied for incorporation in the works shall be new and subject to
Quality Assurance Inspection, certification and where appropriate destructive
testing in order to demonstrate compliance with the requirements of the specifi-
cation and the purpose for which they are employed. Where quality assured ma-
terials are not readily available, and where materials are required to comply with
Standards of Montenegro or their equivalents, the Contractor shall submit to the
Engineer test certificates furnished by the supplier or manufacturer of the mate-
rials indicating their compliance with the relevant specification.

 On completion of construction, internal surfaces of vessels, pipework, tanks and


sumps etc. shall be cleaned thoroughly in such a way as to remove all oil, grit
and other deleterious matter.

During initial start-up, when the electricity supply to the control panels has been ener-
gised, the following tests shall be carried out:

 Testing of each item of plant to ensure correct rotation.

 Testing of each valve and penstock to ensure correct operation, including the
setting of torque and limit switches.

 Testing of each instrumentation loop to ensure correct operation.

 Testing of alarms to ensure correct operation.

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
120
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

6.4 TESTS ON COMPLETION

Tests on Completion shall include:

 Pre-commissioning tests, under dry conditions, carried out on all civil, mechani-
cal, electrical and control components to obtain the approval of the Engineer for
the acceptance of water or sewage

 Commissioning tests of all civil, mechanical, electrical and control components


under wet conditions following diversion of clear water or wastewater into the
Works.

The pre-commissioning tests shall include the following stages:

 Dry-running of all Plant and equipment.

 Demonstration of the hydraulic performance of the works.

The Tests on Completion shall be deemed to have been satisfactorily completed if the
following have been achieved:

 The entire system of main collector – pump station – force main functions fault
free

 The hydraulic performance of the entire system is to the Engineer’s satisfaction

If the tests fail due to non-compliance with the above criteria, or do not attain the speci-
fied minimum process requirements or the Engineer is not satisfied that the operational
parameters can be maintained, the Contractor shall:

 identify the reason for the failure,

 put forward written proposals for rectification,

 obtain written approval from the Engineer for these proposals

 rectify the problem and re-test

7 PLANT OPERATION AND TRAINING

7.1 PRIOR TO ISSUE OF THE TAKING-OVER CERTIFICATE


Responsibilities of the Contractor

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
121
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

During the Commissioning Period and prior to Take-over the Contractor shall be respon-
sible for the operation and maintenance of the pumping stations.

During this period the Contractor shall:

 Plan and deliver a comprehensive training programme for operations and main-
tenance personnel of minimum duration 1 months. The training programme shall
consist of pratical hands-on training on-site and shall cover all works manage-
ment, operation, maintenance, and administration functions. The Contractor shall
submit details of his proposed training programme with his Tender.

 Set up a planned maintenance regime for mechanical and electrical equipment.

Responsibilities of the ViK Tivat / ViK Kotor

During this period the ViK Tivat (LOT 1) / ViK Kotor (LOT 2) shall be responsible for:

 Employment of operations and maintenance staff (i.e. signing of employment


contracts).

 Costs of electricity, chemicals, water and other consumables

7.2 FOLLOWING ISSUE OF THE TAKING-OVER CERTIFICATE


Responsibilities of the Contractor

The scope of the contractor’s responsibilities during this period shall include:

 Provision of spare parts to be replaced during the Defects Liability Period

 Remedial of all defects

 Additional plant operation requirements, which may result from existing defects

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
122
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

Responsibilities of the ViK Tivat / ViK Kotor

During the Defects Liability Period the ViK Tivat (LOT 1) / ViK Kotor (LOT 2) shall be re-
sponsible for the following:

 Operation of the plant

 All operating costs (i.e. personnel, electricity, fuel, chemicals and other consum-
ables) except the costs of the Contractor’s supervisory and training staff, which
shall be borne by the Contractor.

8 O+M MANUAL AND TRAINING PROGRAMME

8.1 OPERATING AND MAINTENANCE MANUALS

The Contractor shall prepare comprehensive operating and maintenance manuals cover-
ing all items of the entire rehabilitation, repair and extension works of the waste water
and water supply system including all manufacturer's instructions, references, lists, etc.
The manuals shall include an outline of the general principles of operation and mainte-
nance of the system, and shall make specific reference to the particular equipment pro-
vided. Sales brochures may be included only as additional information.

The manuals shall be submitted in three (3) copies in Serbian language and one in Eng-
lish and shall cover the testing, operation, control, maintenance, dismantling and repair of
all the components and Plant provided in the Works. All information shall be supported
by:

a) Catalogues and brochures,


b) Dimension drawings,
c) Data sheets,
d) Descriptive text,
e) Comprehensive drawings, sketches, plans, sections as required.

The greatest importance shall be drawn to the completeness and clearness of presenta-
tion.

It is emphasized that a collection of standard pamphlets of general nature unaccompa-


nied by drawings and descriptive matter will not be acceptable. In particular, information
supplied by Sub-Contractors and manufacturers employed by the Contractor shall be co-
ordinated in the manual. Cross-references of descriptive texts, drawings and spare part
lists must be complete.

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
123
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

The Contractor shall deliver to the Engineer, in duplicate, loose leaf copies of draft opera-
tion and maintenance manuals for the Works and the auxiliary Plant two months before
start-up of the Works. The manuals shall be divided into several volumes (e.g. function,
operation, maintenance, overhaul) and shall fully and clearly set out the Contractor's own
recommendations and instructions for the satisfactory operation, maintenance and over-
haul of the waste water and water supply system as far as part of this Contract with its
auxiliary Plant as applicable to each of the components, installations and devices sup-
plied and installed.

The text or accompanying diagrams shall in addition show the electrical wiring, handling
and erection instructions. Draft manuals shall, during the testing and commissioning of
the Works, be carefully checked by the Contractor and updated and modified to ensure
that they are fully descriptive and applicable to the final layout of plant and process under
operational conditions.

The draft manuals may include manufacturer's standard literature but the Contractor
shall fully supplement the literature by his own descriptive text, drawings, tables, figures,
characteristic curves and the like.

The final approved manuals for the Works shall be submitted prior to the commence-
ment of the maintenance period (Defects Liability Period). They shall be securely bound
in A4 sized loose leaf binders, clearly titled, index linked and cross referenced. If pre-
pared on computer, standard PC word processor software such as Word for Windows
shall be used, and a copy of the data file for each volume, on CD rom, shall be supplied
in order to facilitate updating and searching for information.

The final manuals shall incorporate instructions, recommendations and advice for the
operation of the entire process covering the full range of flow and conditions of sewage
and shall include advice on the joint operation and control of all the process units on site.
No section of the Works will be certified by the Engineer as completed unless this re-
quirement has been met. The contents of the final manual may be subdivided into the fol-
lowing sections:

a) Basic data of the Works.


b) Description of the various units of the works including supporting sketches.
c) Procedures for setting to work.
d) Procedures for shut down and taking out of service.
e) Emergency operation (e.g.: electricity failure, etc.).
f) Maintenance procedures including maintenance schedule and draft of mainte-
nance reporting forms according to VIK Standard.

If during the maintenance period, the Contractor or the Engineer has found that the man-
ual requires modification or enlargement as a result of subsequent operational and main-

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
124
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

tenance experience in the Works, the Contractor shall provide such modification for each
relevant manual.

The manuals shall include explanations of the function and purpose of each important
component supplied and installed, and the operational, mechanical and electrical proce-
dures for:
a) Lubrication, checking, calibration (including charts), testing and adjustment of
each item.
b) Attention at daily, weekly, monthly or other maintenance intervals to ensure reli-
able trouble-free operation of the entire Sewage System (Phase 1).
c) Complete overhaul, dismantling and reassembly, testing and re-commissioning.
d) The identification and selection of suitable lubricants standardized throughout the
Works, including identifying equivalents available from local manufacturers
where possible.
e) Defect location decision charts to facilitate tracing of the cause of malfunction or
breakdown from symptoms or tests.
f) Routine and emergency safety precautions, procedures and recommendations
for cleaning of the system and the Plant and its components.
g) Guidelines for protection of equipment in case of taking the Plant and or any
other component out of service.
h) Maintenance of protective coating.
i) Operational maintenance of the system, performance, monitoring and reporting
procedures.

The instruction manuals shall describe the installation as a whole and shall give a step by
step procedure for any operation likely to be carried out during the whole life of the water
supply constructed under this Contract and its Plant.

A separate section of the manuals shall be devoted to each size and type of equipment
and to each system. The various sections shall be grouped into separate volumes elating
(as appropriate) to functions such as operation, maintenance, overhaul, etc. The appro-
priate volume shall contain also a list of spare parts and the procedure required for order-
ing them. A list of recommended consumables and spare parts to be stored shall be
supplemented to each item of equipment and Plant.

8.2 MAINTENANCE SCHEME

The operation and maintenance instruction manual shall be supplemented by the supply
of a comprehensive yearly maintenance program for the Sewage System’s operation and
maintenance staff.

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
125
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

A wall chart or charts shall be provided, covering a period of one year with colored mark-
ers. It shall have vertical divisions in weeks and horizontal divisions for each component
of the system. A fitter's card system shall be provided with at least one card for each item
of Plant. The cards shall detail maintenance required, parts required.

The markers shall be arranged with standard colors to indicate work required, parts out-
standing, work completed and the like.

The maintenance scheme shall be provided complete at the time of handing over of the
Works. It should have sufficient space for extension to include any further routine work
which may be required.

9 QUALITY ASSURANCE

The Contractor shall employ a full quality assurance system for all phases of the project
including design, procurement, construction, testing, O&M and training phases. The QA
system shall be in accordance with the general requirements of ISO 9001.

All manufactures and sub-contractors shall also employ quality assurance systems in ac-
cordance with the general requirements of ISO 9001.

The Contractor shall submit to the Engineer a full quality plan for the project covering the
following:

Outline Quality Plan

 Company QA Policy Statement

 Company Organisational Structure

 Authority and Responsibility Schedule for the contract

 List of quality procedures and instructions

 Inspection and test plans

Full Quality Plan

Procedures and instructions to assure quality for all the works on and off the site includ-
ing the following:

 Contract Review

 Design Control
Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
126
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

 Document Control

 Purchasing

 Subcontract administration and control

 Identification and traceability

 Supervision of construction

 Inspection, measuring and testing equipment

 Non-conformances

 Corrective action

 Handling, storage, packaging and delivery

 Internal quality audits and audit programme

 Training

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
127
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

10 HEALTH AND SAFETY

10.1 GENERAL

The Contractor shall comply with all relevant Health and Safety legislation of Montenegro
at all times during the period of the Contract.

The Contractor shall be responsible for the safe conduct of the Works. He shall ensure
that all operations are carried out safely and that any person made responsible for the
safe conduct of any part of the operations carries out their duties in a proper manner.

Where any part of the Works is not covered by the Contractor’s Safety Policy, or is a high
risk activity, the Contractor shall, before commencing work on that part of the Works or
activity, submit to the Engineer a safe system of working statement for approval. He shall
immediately submit to the Engineer any subsequent additions to, or amendments of, this
statement. No work covered by any safe system of working statement shall be com-
menced unless the Engineer has indicated that he has no objection to the methods pro-
posed.

The Contractor shall provide all necessary medical, toilet and other facilities for the wel-
fare of his employees at the Site. The facilities shall be to at least the standard required
by law, local regulations or agreements between Trade Unions and Employers. A high
standard of hygiene and cleanliness shall be maintained at all times.

The Contractor shall be responsible for the health and safety training of both his person-
nel and the Engineer’s staff.

10.2 HEALTH AND SAFETY PLAN

Within 21 days after the Commencement Date, the Contractor shall submit a document
entitled “Health and Safety Plan” giving a detailed description of his proposed methods
for ensuring safety of the Works during all stages of construction and commissioning.

The Health and Safety Plan shall be presented in sufficient detail to ensure that there can
be no ambiguity in its interpretation at a later date. The Plan shall be subject to the ap-
proval of the engineer, who will not allow any work on site to proceed until such time as it
has been fully and formally approved. Approval of the Plan shall not relieve the Contrac-
tor of any of his responsibilities with regard to safety.

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
128
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

10.3 ACCIDENT REPORTING

The Contractor shall notify the Engineer of any accident, injury, loss or damage to any
workman or third party or any property of a third party or to property of the Beneficiary at
or about the Site or in connection with the execution of the Works within 24 hours of oc-
currence. The Contractor shall also report any such incident to any such authority as may
be required by law.

10.4 WORKING WITH SEWAGE

The Contractor shall make all his personnel aware of, and comply with, the requirements
of the Specification with regard to hygiene, training and medical monitoring when working
in the proximity of, or in undertaking the Works in contact with sewage.

The Contractor shall note that there is a risk of contracting Leptospirosis, or Weil’s dis-
ease, when working in contact with sewage. The Contractor shall ensure that all employ-
ees are aware of the precautions to be taken when working in such situations.

10.5 CONFINED SPACE WORKING

The Contractors attention is drawn to the hazards of working within chambers, shafts,
channels or tanks and poorly ventilated areas. The Contractor shall supply the necessary
safety equipment and ventilation equipment, which shall be available on the Site, before
such work is commenced.

10.6 FIRE FIGHTING EQUIPMENT

The Contractor shall take all necessary precautions to prevent fire, provide all fire fighting
equipment necessary for the working environment and provide for effective means of es-
cape in case of fire or emergency for any personnel working on, or visiting the plant, both
during construction and in the completed works.

10.7 SAFETY OFFICER

The Contractor shall appoint a Safety Officer who shall be responsible for co-ordinating
and controlling the health and safety on Site. The Safety Officer shall be suitably qualified
for this work and shall have the authority to issue required instructions and take protec-
tive measures to prevent accidents.

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
129
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

11 DOCUMENTS TO BE SUBMITTED BY THE CONTRACTOR

The schedule below gives an overview of the technical and planning documents that
shall be submitted for the approval of the Engineer in accordance with the contract.

The contractor shall submit a “document submission programme” to indicate the submis-
sion times of these documents.

Any such documents needed for contractual implementation for LOT1 Contract or LOT2
Contract shall be submitted separately for each of the LOTs.

Table 1.5: Schedule of Documents to be Submitted for Approval

Item Document Description Copies Language Timing

A General
A1 Program Detailed construc- 5 hard English, Order to commence
tion programs 1 digital and local +28 days
language
A2 Manufacture & Including brief 2 hard English, Relevant approvals
delivery of plant description of basic and local + 30 days
& equipment equipment parame- language
ters, country of
origin, quantity, unit
and total price
A3 Cash Flow Detailed cash flow 3 hard English, Contract Agreement
1 digital and local + 21 days
language
A4 Quality Plan 2 hard English CD + 30 days
QA Plan and local
language
A5 Environmental 2 hard English CD + 30 days
Impact Mitiga- and local
tion Report language
A6 Health and 2 hard English CD + 21 days
Safety Plan and local
language
B Drawings,
records and
documents
B1 Structural Draw- Construction draw- 3 hard English To suit construction
ings ings and details 1 digital and local programme
language
B2 Mechanical Construction draw- 3 hard English To suit construction
Drawings ings and details 1 digital and local programme
language
B3 Electrical Draw- Construction draw- 3 hard English, To suit construction
ings ings and details 1 digital and local programme
language
B4 Pumping Station Construction design 3 hard English, During mobilisation
no 5 and drawings 1 digital and local period
language

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
130
WATER SUPPLY AND SANITATION ADRIATIC COAST V1– TIVAT AND KOTOR
VOLUME III – TECHNICAL SPECIFICATIONS,
SECTION 3.1 EMPLOYER’S REQUIREMENTS

Item Document Description Copies Language Timing

B5 Record Draw- 4 hard English, Three weeks before


ings / As –built 1 digital and local the issue of the
design/drawings language "Take-over Certifi-
cate”
C O+M and Train-
ing
C1.1 Operation + 1 hard English, two months before
Maintenance and local start-up of the
Manual (draft) language Works
C1.2 Operation + 3 hard English, Three weeks before
Maintenance 1 digital and local handing over of
Manual (final) language works
C2 Maintenance 3 hard English, Three weeks before
scheme 1 digital and local handing over of
language works
C3 Training Plan 3 hard English, DoC - 90
and local
language
D Reporting
D1 Monthly Pro- 3 hard English, monthly
gress Reports 1 digital and local
language
D2 Record of 1 hard English, monthly
Contractors and local
Personnel & language
Equipment
D3 Method State- Description of 2 hard English, At least 14 days
ments specifiy construc- 1 digital and local before his intended
tion and testing language commencement
procedures date for the respec-
tive activity of work
D4 Inspection and Including methods 2 hard English, In accordance with
testing schedule of testing of materi- 1 digital and local Contractors pro-
als, phases of language gramme
construction and
plant & equipment

Abbreviations:
CD Commencement Date
DoC Date of Completion

Project title: Water Supply and Sanitation Adriatic Coast V-1 – Tivat and Kotor
Project number: BMZ ID 2012 66 196
Project number Vodacom: RB-TV/KO-V1
131
 
WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT

TENDER DOCUMENTS

VOLUME III: TECHNICAL SPECIFICATIONS


SECTION 3.2 - CIVIL WORKS SPECIFICATIONS

December 2015

ESSEN, GERMANY
 
WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT

VOLUME III – TECHNICAL SPECIFICATIONS


Section 3.2 Specifications Civil Works

WATER SUPPLY AND SANITATION ADRIATIC COAST V1 –


KOTOR AND TIVAT

TENDER DOCUMENTS

Volume III – Technical Specifications

Section 3.2 Specifications Civil Works

GENERAL SPECIFICATIONS CIVIL ENGINEERING WORKS

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

TABLE OF CONTENTS

1 GENERAL SPECIFICATIONS CIVIL ENGINEERING WORKS 5


1.1 INTRODUCTION 5
1.2 STANDARDS 5
1.3 MOBILIZATION 5
1.3.1 Mobilization at Site 5
1.3.2 Supplies and Maintenance of Site Installations 6
1.3.3 Demobilization from Site 6
1.3.4 Method Statements 6
1.4 DESIGN WORK 6
1.4.1 Structural Design Work 6
1.5 TESTING OF MATERIALS 6
1.5.1 Sampling and Testing of Soils and Fill Materials 6
1.5.2 Sampling and Testing of Construction Materials 7
1.6 SURVEY WORKS 7
1.6.1 Setting-out of Works 7
1.7 TEMPORARY FACILITIES 8
1.7.1 General 8
1.7.2 Temporary Office 8
1.7.3 Engineer's Facilities 8
1.7.4 Sanitary Arrangements 8
1.7.5 Name Boards 8
1.8 PREPARATORY WORKS 9
1.8.1 General 9
1.8.2 Site Clearance 10
1.8.3 Trees and Roots 10
1.8.4 Land Drains 11
1.8.5 Stripping of Topsoil 11
1.8.6 Demolition Works 11
1.8.7 Disposal of Excess Material 11
1.8.8 Drainage and Dewatering 12
1.9 Piling 13
1.9.1 Types of Piles 13
1.9.2 Design of Piles 13
1.9.3 Lengths and Tolerances 14

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 1


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.9.4 Sequence for Constructions 14


1.9.5 Driving Piles 15
1.9.6 Pre-cast Reinforced Concrete Piles 15
1.9.7 Cast-In-Situ Piles 16
1.9.8 Pile Installation 16
1.10 EARTH WORKS 18
1.10.1 General 18
1.10.2 Excavation 21
1.10.3 Measurement of Excavations 25
1.10.4 Disposal of excavated Material 26
1.10.5 Materials 27
1.10.6 Backfilling 30
1.10.7 Backfilling Sundries 33
1.10.8 Embankments 34
1.10.9 Reinstatement and Maintenance 34
1.10.10 Topsoil for Re-use 36
1.10.11 Trees 36
1.10.12 Land Drains 36
1.10.13 Testing of Earth Works 37
1.10.14 Auxiliary Works 38
1.11 CONCRETE WORKS 39
1.11.1 General 39
1.11.2 Materials 43
1.11.3 Concrete 45
1.11.4 Non-Shrinking Grout 46
1.11.5 Reinforcement 47
1.11.6 Formwork 48
1.11.7 Joints 52
1.11.8 Concreting 55
1.11.9 Failure to Meet Requirements 58
1.11.10 Inspection and Testing 61
1.11.11 Water-Retaining Structures 63
1.11.12 Testing of Concrete structures for retaining aqueous liquids 64
1.11.13 Testing of Non-concrete structures for retaining aqueous liquids 65
1.12 PIPE WORKS SEWERAGE 66
1.12.1 General 66
1.12.2 Pipes and Fittings 69
1.12.3 Manholes 72
Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 2


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.12.4 Handling of Pipelines and Materials 74


1.12.5 Pipe Laying 75
1.12.6 Thrust (anchor) Blocks 77
1.12.7 Testing of Sewers 77
1.13 PIPEWORK WATER SUPPLY 82
1.13.1 Scope 82
1.13.2 Ductile Iron Pipes 82
1.13.3 Ductile Iron Fittings for Plastic pipes 84
1.13.4 Ductile Iron Fittings for DCI pipes 84
1.13.5 Polyethylene Pipes (HDPE) 84
1.13.6 Tapping saddle for tapping HDPE pipes 85
1.13.7 Tapping saddle for tapping DCI pipes 85
1.13.8 Transportation of Pipes and Fittings 86
1.13.9 Storage of Pipeline Materials 86
1.13.10 Attest documentation 86
1.13.11 Inspections, testing, disinfecting and backwashing of Pipes and Fittings 87
1.13.12 Pipeline Installation 87
1.13.13 Installation of Appurtenances 92
1.13.14 Connection to Existing Pipe work 93
1.13.15 Instalment of Service Connections 94
1.13.16 Pipe Sleeves and Puddle Pipes 95
1.13.17 Anchor and Support Blocks 95
1.13.18 Concrete Protection of Pipe Sections 95
1.13.19 Temporary Water Supply during Pipe Replacement 95
1.13.20 Testing and Disinfection of Water Pipelines 96
1.14 EMERGENCY OUTFALL SEWERS FOR SEPARATE AND COMBINED
SEWER SYSTEM - MATERIAL AND INSTALLATION SPECIFICATIONS 98
1.14.1 General 98
1.14.2 Contractor’s Qualification And Contractor’s Project Management 99
1.14.3 Project Control 99
1.14.4 Verification Of Installation Conditions And Installation Design 99
1.14.5 Materials 102
1.14.6 Prefabrication Yard 106
1.14.7 Prefabrication 106
1.14.8 Installation 108
1.14.9 Backfill, Final Ballasting and Protection 115
1.14.10 Hydrografic Survey 117
1.15 MARINE MATTRESSES AND GABIONS 118
Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 3


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.16 BUILDING WORKS 126


1.16.1 General 126
1.16.2 Masonry Works 127
1.16.3 Plastering 130
1.16.4 Screeds 132
1.16.5 Flooring 133
1.16.6 Tiling 135
1.16.7 Roofing 137
1.16.8 Timber Works 139
1.16.9 Metal Windows and Doors 140
1.16.10 Finish Hardware 142
1.16.11 Glazing 143
1.16.12 Sanitary Installation 144
1.16.13 Fire protection 150
1.16.14 Painting 151
1.17 ENGINEERING METALWORK 161
1.17.1 Scope 161
1.17.2 Welding and heat treatment 161
1.17.3 Covering 163
1.17.4 Laddering and stairways 165
1.17.5 Rainwater Guttering 166
1.17.6 Miscellaneous 166
1.18 SITE WORKS 169
1.18.1 General 169
1.18.2 Roads and Pavements 171
1.18.3 Drainage Works 174
1.18.4 Fencing 175
1.18.5 Stone Revetments 177
1.18.6 Stone and / or Concrete Culverts 177
1.18.7 Topsoiling and Landscaping 178
1.18.8 Auxiliary Works 179

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 4


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1 GENERAL SPECIFICATIONS CIVIL ENGINEERING WORKS

1.1 INTRODUCTION
This Part of the Specification sets out the general standards of design and mate-
rials to be supplied and work to be carried out by the Contractor. Mention of any
specific material or plant does not necessarily imply that such is included in the
Works.

All Civil Works shall, unless otherwise specified, comply with the provisions of this
Section. The names of the manufacturers of materials proposed for incorporation
in the Works, shall be furnished by the Contractor when so requested by the Engi-
neer who shall have power to reject any parts which in his opinion are unsatisfac-
tory or not in compliance with the Specification.

1.2 STANDARDS
The Civil Works shall comply as a minimum with International Standards ISO, EN
or DIN Standards* named as I.S., with the respective Codes of Practice and Stan-
dards generally used for waste water treatment plant in foreign countries, adapted
to the local conditions, shall be used as an alternative subject to written approval
by the Engineer.

Where no standards are specified in the present Section or any other Section of
the Contract, the above defined EN or DIN shall apply.

Where there is conflict between this General Specification and the relevant DIN,
the General Specification shall take precedence.

Materials supplied and work performed shall comply with these standards and
regulations as a minimum. If manufacturers offer material to other standards, the
standards shall be equal or superior to those specified and full details of the differ-
ence shall be supplied to the Engineer if requested.

* ISO - International Standards Organization : EN European Norm : DIN German


Standards

1.3 MOBILIZATION

1.3.1 Mobilization at Site

Mobilization at site shall include the erection of all site facilities and the furnishing
of all equipment as necessary to carry out the Works under this Contract. The site
facilities shall include all site installations, temporary offices, safety provisions, ac-
commodation and sanitary facilities, provisions for water, energy and access and
the installation of signboards in accordance to the requirements imposed by the
Employers Requirement’s.
Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 5


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.3.2 Supplies and Maintenance of Site Installations

The maintenance of site installation shall comprise the maintaining of all site facili-
ties for the execution of the Works including water and energy supply, the opera-
tion and cleaning of site offices, accommodation and sanitary facilities and all tem-
porary works as necessary to ensure access to and proper protection of construc-
tion sites including for watching, lightening, safety provisions, cleaning of public
roads and traffic control during the construction period.

1.3.3 Demobilization from Site

The demobilization includes the removal of all site facilities and temporary installa-
tions, the demobilization of all equipment from site, the removal of all surplus ma-
terials, the reinstatement of all damaged or worn public, private and access roads
and facilities used by the Contractor and the cleaning up of the construction site af-
ter completion of the Works.

1.3.4 Method Statements


The Contractor shall submit, for the Engineer’s approval, his proposed method
statements at least 14 days before his intended commencement date for the re-
spective activity of work.

1.4 DESIGN WORK

1.4.1 Structural Design Work

Structural design work to be furnished by the Contractor shall include all shop
drawings (formwork and reinforcement) for all in-situ concrete structures.

Furthermore the structural design shall include the stability analysis of all earth
structures. In addition to this, upon request of the Engineer, the Contractor shall do
structural analysis and calculations for any part of the sub structure or underwater
structure (fully or partially).

1.5 TESTING OF MATERIALS

1.5.1 Sampling and Testing of Soils and Fill Materials

Sampling and testing of soils and fill materials includes for trial pits, inspection of
excavations and sampling and testing of soils, aggregates and all materials used
for backfill and embankments. Before start of testing the Contractor shall inform
the Engineer on details of the intended tests.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 6


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.5.2 Sampling and Testing of Construction Materials

Sampling and testing of construction materials includes the provision of samples


of materials and workmanship as well as the testing and quality control of aggre-
gates, cement, concrete and other building materials. Before start of testing the
Contractor shall inform the Engineer on details of the intended tests.

1.6 SURVEY WORKS

1.6.1 Setting-out of Works

The Contractor shall set out and establish by suitable pegs, benchmarks, refer-
ence points and grid lines necessary for the setting out of the works. The Works
shall be set out and tied to the Regional Co-ordinate and Level System, which will
be handed over by the Employer to the Contractor. The Contractor shall establish
temporary benchmarks and survey stations at suitable locations on the Site of the
Works and during the progress of the Works shall periodically check the levels of
the benchmarks and the co-ordinates of the stations against the original points
lines and levels of reference given by the Employer. Temporary benchmarks and
survey stations shall unless otherwise approved be located clear of the construc-
tion Works.

Before commencement of structural works, the Contractor shall establish, in a po-


sition to be approved by the Engineer steel datum pegs which shall be securely
concreted in. The level of this peg shall be established and agreed with the Engi-
neer and used as reference datum in the construction of the Works.

The Contractor shall submit to the Engineer for approval drawings showing the lo-
cations and levels or co-ordinates as appropriate of each and every temporary
benchmark and survey station used for the setting out of the Works.

The Contractor shall before commencing execution of any given section of the
Works submit to the Engineer complete setting out details with supporting calcula-
tions and drawings (including drawings showing the locations and co-ordinates of
the reference points used) in duplicate for approval.

The Contractor shall identify setting out dimensions for all structures by relating
them to existing facilities and by interpretation of the Documentation. The gra-
dients of sewers and pipelines and the levels of weirs, inverts of channels and oth-
er hydraulic structures shall be as shown on the drawings unless otherwise re-
quired or approved by the Engineer.

The locations of structures to be constructed as part of the Works shall be identi-


fied by reference to steel pins set in concrete or other approved markers set up by
the Contractor, who shall also determine the co-ordinates of the markers and their
distances from adjacent existing structures. Furthermore, the network of referent
survey points must be set in such a way that from one observed point, the other
two neighboring points are visible.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 7


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

The Contractor shall establish reference co-ordinate points at intervals of not more
than 250 m along all sewers and major pipelines and these points shall be located
and clearly marked at approved locations either on existing buildings or by means
of steel pins fixed in concrete.
The Contractor shall set out sections of the Works at such times as may be di-
rected by the Engineer to enable Service Authorities to carry out temporary or
permanent alterations to their equipment or buried services. The rate for setting
out of works shall include all survey works of Contractor for completion of the
works.

1.7 TEMPORARY FACILITIES

1.7.1 General
The Contractor shall supply a detail design specifying all temporary facilities that
he intends to organize on Site – stores, workshops, temporary and access roads,
water, power and sewerage supply services etc.- to the Engineer for approval.

1.7.2 Temporary Office


A temporary office or offices for the Contractor, shall be established in proximity to
or on the site and shall be adequately furnished, and maintained in a clean, orderly
condition by the Contractor for the duration of construction. The Contractor or his
authorized representative shall be present in the office at all times while Work is in
progress.

1.7.3 Engineer's Facilities


Facilities to be provided for the Engineer are specified in Volume III, Section 1,
Employer’s Requirements.

1.7.4 Sanitary Arrangements


The Contractor shall provide and maintain temporary sanitary facilities on the site
for the use of all persons connected with the Works. The Contractor shall keep the
site in a clean and sanitary condition, and shall post notices and take such precau-
tions as may be necessary to keep the site clean. The Contractor shall carry out
any cleaning whatsoever as may be directed by the Engineer to maintain such sa-
nitary conditions.

1.7.5 Name Boards


The Contractor shall erect at his cost site / name boards featuring the minimum
dimensions of 2.0 x 1.0 m stating the Project Name, the Employer, the Engineer,
the Financing Agency, the Contractor and the Construction Period. The site / name
boards shall be easily visible and of a durable type.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 8


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.8 PREPARATORY WORKS

1.8.1 General

1.8.1.1 Works included


Preparatory Works as specified hereunder shall include site clearance, the con-
servation of structures and trees and the removal of all structures and obstructions
at such time and to such extent as required by the Engineer. The materials so ob-
tained shall be reserved for further use, when considered suitable by the Engineer,
and all rubbish and material unsuitable for further use shall be removed from the
site.

1.8.1.2 Quotations
Price quotations for preparatory works shall fully include the value of works for the
preparation working sites (site clearance, felling of trees, stripping of topsoil,
demolition of structures) and shall cover the cost of all labour, subsistence, travel-
ling, materials, temporary works, overhead charges and any other expenses what-
soever together with all risks, liabilities and obligations set forth or implied in the
Contract Documents.

1.8.1.3 Site Inspections


Before carrying out any works, the Site shall be inspected jointly by the Contractor
and the Engineer in order to verify site conditions, to establish the directions for
site clearance and to clarify the further proceedings. Before commencing any site
clearance and excavation in private property, the Contractor shall prepare and
agree with the owner or occupier of such property a record of the state of the sur-
face and/or structures with particular reference to any features that may require
special care, conservation and reinstatement.

1.8.1.4 Protection of Existing Structures and Utilities


The Contractor shall assume full responsibility for the protection of all buildings,
structures and utilities, public or private including poles, signs, services to build-
ings, utilities in the street, water pipes, hydrants, drains and electric and telephone
ducts and conduits, whether or not they are shown on the drawings. The Contrac-
tor shall carefully support and protect all such structures and utilities from injury of
any kind. Any damage resulting from the Contractor's operations shall be repaired
at his expense.

The Contractor shall bear full responsibility for obtaining all locations of under-
ground structures and utilities. Services to buildings shall be maintained, and any
costs or charges resulting from damage thereto shall be paid by the Contractor.

The Contractor shall not demolish or remove any existing buildings, structures or
other objects including trees, whether indicated on the Drawings or not, unless on
a specific instruction from the Engineer. The Contractor shall take every care and
precaution to protect from damage any of these objects, including houses, build-
ings, fences or trees, which are situated on or near the Site(s).

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 9


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

Any property situated in close proximity to the Works shall be protected against
any damage which could be caused by vehicles, subsidence, vibration, etc. Any
damage caused shall be repaired by the Contractor at his expense to conform to
the condition of the property prior to damage and to the satisfaction of the Engi-
neer.
The trunk of trees located close to working areas shall be fully protected with
wooden boards.

1.8.1.5 Works in Private Property


Before commencing any site clearance and excavation in private property, the
Contractor shall prepare and agree with the owner or occupier of such property a
record of the state of the surface with particular reference to any features that may
require special care, conservation and reinstatement. The records shall be drawn
up in collaboration with the Engineer who shall also be supplied with copies of all
such statements and records.

1.8.1.6 Precautions
The Contractor shall take all precautions to avoid damage to any structure owned
by other parties. If damage should occur, the owner of the damaged structure
should be contacted immediately, jointly by the Contractor and the Engineer, and
all necessary repairs shall be made by the Contractor under the direction and to
the satisfaction of the owner.

1.8.1.7 Method Statements


The Contractor shall submit, for the Engineer’s approval, his proposed method
statement at least 14 days before his intended commencement date for the re-
spective activity of work.

1.8.2 Site Clearance


All areas of the site, marked on drawings for clearance or from which material has
to be excavated or upon which fillings have to be deposited shall be levelled and
be cleared from all debris, all obstructions and all vegetation except trees marked
for conservation. Excess materials obtained from site clearance shall be disposed
off the site at locations to be found by the Contractor and approved by the Em-
ployer.

1.8.3 Trees and Roots


Where directed by the Engineer, trees shall be uprooted or cut down as near to
subsoil level as possible. Branches and foliage shall be disposed off the site at lo-
cations to be found by the Contractor and approved by the Employer. Stumps or
roots whether existing or remaining after the felling of trees shall, where directed
by the Engineer, be grubbed out and disposed off the site at locations to be found
by the Contractor and approved by the Employer. The resulting hole shall be filled
with approved material and well compacted.

Any damage to the canopy of trees of girth greater than 900 mm shall be treated
at the Contractor's expense by an approved tree surgeon as promptly as possible
after the damage occurring or on any instruction from the Engineer.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 10


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

Replacement trees and hedges shall be planted in the appropriate season and
shall be replaced at the Contractor's expense if they fail or are damaged as a re-
sult of the Contractor's activities.

1.8.4 Land Drains


Land drains which cross excavations shall be reinstated using flexibly jointed rigid
pipes to accommodate settlement and to ensure that groundwater will not be di-
verted into the backfilled excavations.

Stone drains shall be reinstated using 20 mm clean stone. The trench shall be
lined and covered with a porous geo-textile before backfilling with subsoil and top-
soil.

1.8.5 Stripping of Topsoil


Topsoil shall be stripped from the site where the works are being constructed,
where site vehicles travel, where bulk materials are stored or as otherwise directed
by the Engineer or provided in the Contract or in accordance with the Contractor's
design. Topsoil shall be stripped from the whole working area as directed by the
Engineer and shall be stored in tidy, stable and well drained stockpiles until re-
quired for later use.

All surface areas for which stripping of top soil has not been ordered, but has been
disturbed by the Contractor’s operations shall be reinstated, at the Contractor’s
expense, to the original condition including providing and placing of top soil to a
minimum thickness of 15 cm.

Topsoil shall be stockpiled on the site in stacks not more than 1.5 m high and shall
not be traversed by any plant. The stock-piles of topsoil shall be grasses and kept
free of weeds by treatment with a foliar acting herbicide. Topsoil stripped from
pipeline/access easements shall not be transported out of the field from which it
was taken without permission of the Engineer.

1.8.6 Demolition Works


Existing buildings and structures on site which the Engineer may order to be de-
molished or may be required to be removed for the construction of the permanent
works shall be demolished to the extent necessary to construct the various units of
work.

The work shall be carried out in such a manner as to cause as little inconvenience
as possible to the occupants of adjoining premises and the public. The debris shall
be sprinkled with water to prevent dust arising. The Contractor shall provide all
requisite shoring and strutting or other supports incidental to the demolition work,
remove debris from site and finally clear the site and make good all parts of the
work which are disturbed.

1.8.7 Disposal of Excess Material


Subject to any specific requirements of the Contract, the disposition of excavated
material shall be at the Contractor’s discretion but shall be arranged as to suit the
overall requirements for the Construction of the Works.
Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 11


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

The Contractor shall ensure that no excavated material which is suitable for or
required for reuse in the Works is disposed off outside the Site.

The Contractor shall make his own arrangements for the disposal of unsuitable
surplus material from any the Site. Such material shall become the property of the
Contractor who will be entirely responsible for its removal from the site and its ul-
timate disposal in accordance with environmental needs.

1.8.8 Drainage and Dewatering


The Contractor shall perform dewatering as required so that all work of the Con-
tract is installed on dry areas and excavations including pipe trenches.
Three different types of water infiltrating excavations can be encountered:

a) Normal ground water or soil water.


b) Infiltration of excessive quantities of groundwater. This can be the case in the
vicinity of water courses and swamps.
c) Infiltration of rain water especially during the rainy period (winter months).

The cost of additional drilling and/or tests required by the Contractor, for design of
dewatering systems or otherwise shall be included in the lump sum for dewatering,
if the dewatering is considered in the BoQ as a separate item. In case dewatering
is indicated just as a part of another item of works (e.g. trench excavation) the
Contractor shall consider and including the unit price all necessary requirements
for proper surface or trench dewatering.

a) Normal Groundwater.
The Contractor can perform dewatering by pump of not exceeding 3 kW capacity
and shall at all times take adequate precautions to prevent the removal of fine ma-
terial so as not to endanger the safety of the Works or the foundations and stability
of adjoining structures. The cost for dewatering of normal groundwater shall be in-
cluded in the Unit Prices for excavation.

b) Excessive Infiltration of Groundwater.


Excessive infiltration of groundwater means that the dewatering shall be per-
formed by pumps of more than 3 kW capacity, for which submersible pumps may
be used.
Where sub-drains are required they shall consist of porous concrete or clay land
drainage pipes covered with a minimum of 150 mm free draining material, consis-
tent with that of the water bearing strata, placed evenly over the pipes, finished
and compacted to the required level and gradient of the pipeline under construc-
tion. Water shall be prevented from rising above the formation level by means of
pumping out of suitably placed sumps for collection of water from the sub-drains.
Upon completion of the section the sub-drain shall be blocked off or grouted up to
the satisfaction of the Engineer.
The Contractor shall be responsible for provision of pumps of adequate size and
should be guided by the results of the site investigation in this respect although no
liability for the accuracy of this information will be accepted by the Employer nor
will any claim be accepted based upon this information, it being the Contractor's
responsibility to ascertain for himself the quantities of groundwater likely to be met
during construction.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 12


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

Payment for dewatering of excessive dewatering shall be per lump sum. This sum
shall include the construction of sub-drains (if required) and, excavation of sumps,
provision of pumps and all costs in connection with pumping and disposal of
groundwater.

c) Infiltration of Rain Water


During the rainy season the Contractor is advised to divide the works in parts as
small as possible to cut down the time for the excavations to remain open. In the
case of trench excavation this means that the length of one pipe laying section
shall not exceed 150 m. Furthermore, the Contractor shall dam up the pipe trench
using the excavated material and shelter the trench by appropriate means wher-
ever this is possible in order to keep infiltration to a minimum. The cost for dewa-
tering of rain water shall be included in the Unit Prices for excavation.

1.9 Piling

General
Pile foundations may be necessary for supporting structures where the subsoil is
considered to have insufficient bearing capacity. The Contractor shall carry out de-
tailed design of these structures in accordance with the Contract Conditions and
Specification and shall determine the type of foundation required, the number of
piles and their working loads and the optimum arrangement of piles required for
supporting the structures.
Excavation, concrete, steel reinforcement, and steel casing where applicable shall
conform to the relevant Clauses of the Specification. At least 21 days before the
Contractor intends to commence piling work on the Site the Contractor shall sub-
mit for the Engineer’s approval full details of his proposed piling system including
the type and dimensions of piles, reinforcement details and full design and driving
calculations. The details to be submitted shall include the Contractor’s proposals
for equipment, temporary works and construction methods.
No work on piling shall commence on the Site until the Engineer’s approval to the
Contractor’s proposal has been received.

1.9.1 Types of Piles


Bearing piles shall be driven reinforced concrete, pre-cast concrete or cast insitu
concrete piles.
All concrete for piles shall be in sulphate resisting cement, unless the Contractor
can document that a lesser quality complies with the actual aggressively of soil
and ground water. The use of a lower quality is subject to the approval of the En-
gineer.
Pre-stressed concrete piles or bored piles are acceptable for the design of piled
foundations. For pre-stressed concrete piles, multi-segment piles shall not be
used. The Contractor shall assure that the load bearing capacity of a pile is bigger
than that estimated in design calculations.

1.9.2 Design of Piles


Piles shall be designed in accordance with Standards of Montenegro and Norms
for Design of Concrete and Reinforced Concrete Structures.
Structures and Ground Bases. Basic Principles of Design and the materials and
workmanship shall conform to the requirements stated therein or in this Specifica-
tion.
Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 13


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

Allowance shall be made in the design for the incidence of negative skin friction
where appropriate and for resisting the necessary tensile forces due to the swell-
ing and heave of any soil stratum.
Piles shall be designed to have a bearing capacity of at least 2.5 times the working
load (working load = design load).
The permissible loading of piles shall be modified where necessary to allow for
particular conditions: piles in close proximity or in groups, soil strength, groundwa-
ter level, and other relevant factors.
The piles shall be of sufficient cross-section and length, and configured in such a
way to sustain the loads designed or specified without settlement (of single piles
combined with additional settlements due to group action) exceeding the following:
Working load allowable settlement 8 mm
1.5 × Working load allowable settlement 10 mm
2 × Working load allowable settlement 12 mm
These settlements shall include both permanent and elastic deflections.
Measurement of the settlement shall be made on first achieving the specified load.
Measurement of the settlement shall be made at the point of application of the
load.
Where piles in place are subjected to handling, stacking and pitching or bending
moments and/or shear forces, these shall be combined with the vertical loads (ei-
ther in compression or tension) to satisfy the design requirements of the standards
of Montenegro.
The average compressive stress in the concrete of bearing piles under working
load shall not exceed 25% of the characteristic cube strength at 28 days, calcu-
lated on the total cross sectional area of the pile shaft.

1.9.3 Lengths and Tolerances


The Contractor shall determine the approximate lengths of piles by examination of
the available geo-technical information.
In case the available geo-technical information does not describe the ground con-
ditions to a sufficient depth to ensure safe bearing capacities, additional soil inves-
tigations shall be proposed by the Contractor and carried out following the Engi-
neer’s approval.
Piles shall be constructed within the following tolerances:
• in plan, at the working level of the piling rig 0.15 × B in any direction from
the designed position; B = pile dimension (diameter or side);
• 1 in 75 from the vertical for a vertical pile;
The cross-sectional dimensions of the pile shall not be less than those proposed
by the Contractor nor shall they exceed them by more than 0.015 × B (B = pile di-
mension, diameter or side). No face of a precast pile shall deviate by more than 6
mm from a straight edge 3 m long joining two points on that face, nor shall the
centre of area of the pile at any cross section deviate more than 1/500 of the pile
length from a line joining the centres of area of the ends of the pile.

1.9.4 Sequence for Constructions


The sequence of construction of piles shall be submitted to the Engineer for ap-
proval and shall be arranged so as to minimise the vertical and lateral displace-
ment of piles already installed. Levels of the tops of adjacent piles or the structures
founded upon them or any other structures shall be measured at intervals while a
pile is being installed. Driven piles which have risen, shall be re-driven or forced
down to the original resistance (set)

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 14


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.9.5 Driving Piles


The Contractor shall submit for the Engineer’s approval details regarding the suit-
ability, efficiency and energy of his driving equipment.
Pre-cast concrete piles shall not be driven until the concrete has achieved the
specified characteristic strength.
Cast-in-situ piles driven with steel casing shall be bottom driven using a casing
that shall not distort or buckle during driving. Concrete casing shall be driven on
the pile shoe using a mandrel.
Each pile shall be driven continuously until the approved set and/or depth has
been reached except that the Engineer may permit the suspension of driving if he
is satisfied that the rate of penetration prior to cessation of driving will substantially
re-established on its resumption or if he is satisfied that the suspension of driving
was beyond the control of the Contractor.
A follower (long dolly) shall not be used except with the approval of the Engineer
who will then require the set to be revised to take into account the reduction in the
effectiveness of the hammer blow.
The final set of each pile shall be recorded either as the penetration in millimetres
per 10 blows or as the number of blows required to produce a penetration of 25
mm.
When a final set is being measured the following requirements shall be met:
1. The exposed part of the pile shall be in good condition without damage or
distortion.
2. The dolly and packing if any shall be in sound condition
3. The hammer blow shall be in line with the pile axis and the impact sur-
faces shall be flat and at right angles to the pile and hammer axis.
4. The hammer shall be in good condition, delivering adequate energy per
blow, and operating correctly
5. The temporary compression of the pile shall be recorded if required by the
Engineer
The Contractor shall give adequate notice and provide all facilities to enable the
Engineer to check driving resistances. A set, for purposes of the Contract, shall
only be taken in the presence of the Engineer unless otherwise agreed.
At the start of the work and in new areas or sections a detailed driving record shall
be obtained over the full length of the first pile and during the last 3 m of driving of
subsequent piles to establish the behaviour of the piles.
The Contractor shall inform the Engineer without delay if an unexpected change in
driving characteristics is noted. A detailed record of driving resistance over the full
length of the nearest available pile shall be taken.
Re-drive checks if required shall be carried out by a procedure to be agreed by the
Engineer.
Measurements shall be taken to determine the movement of ground or any pile
resulting from the driving process when required by the Engineer.

1.9.6 Pre-cast Reinforced Concrete Piles


Pre-cast reinforced concrete piles shall be designed cast and cured to develop the
strength necessary to withstand the transporting, handling and driving stresses
without damage. Square piles shall have chamfered corners.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 15


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.9.7 Cast-In-Situ Piles

1.9.7.1 Driven or Bored Cast-in-situ Piles


Driven or bored cast-in-situ piles shall comprise a temporary or permanent casing
of steel, or a permanent casing of pre-cast concrete, augered or driven to a set
and completely filled with dense concrete reinforced with steel bars.
All joints in the casing and between the casing and shoes where applicable shall
be watertight during driving and completion of driven cast-in-situ piles.
Permanent casing shall be inspected, e.g. by using a light lowered from the top af-
ter installation to ensure that the casing is neither damaged nor deformed and that
all loose soil has been removed from the bottom of bored piles.

1.9.7.2 Casing for Cast-in-situ Piles


The casing shall be suitable for the method of installation and for the purpose of
jointing piles. The casing shall either be permanent or temporary.
Steel casing shall be delivered to Site in as long lengths as can be conveniently
handled. Ends shall be prepared for butt-welding and designed to maintain true
alignment of the pile. Joints between steel casings shall be made by butt-welding
so that the full strength of the original section is developed. Welded joints shall be
watertight.

1.9.7.3 Concreting Cast-in-situ Piles


Concrete in cast-in-situ piles shall be in accordance with the requirements of the
Specification. The slump for the concrete shall be agreed with the Engineer prior
to concreting preliminary test piles. Concrete filling in cast-insitu piles shall be
placed continuously. Removal of temporary casings must be complete before the
placed concrete loses its workability to ensure that the concrete is not lifted, but
placing of concrete shall keep in advance of withdrawal of casing to prevent ‘neck-
ing’.

1.9.8 Pile Installation


A pile installation plan shall be the basis for the construction work, including any
trial piles. The plan shall include, but not necessarily be limited to, the following
design information:
 the pile type with designation if standardised or technical approval other-
wise

 the location and inclination of each pile and tolerances on position

 pile cross-section

 pile length

 number of piles

 required pile load carrying capacity

 pile toe level or the required penetration resistance

 installation sequence

 known obstructions

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 16


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

 any other constraints on piling activities.


The installation of all piles shall be monitored and records shall be made at site
and as the piles are installed. The record for each pile shall include, but not nec-
essarily be limited to, the following:
 pile type and installation equipment

 pile number

 pile cross-section, length and for concrete piles, reinforcement

 data and time of installation (including interruptions to the construction


process)

 concrete mix, batch certificate and slump test result, volume of concrete
used and method of placing for cast-in-situ piles

 pumping pressures of the grout or concrete, internal and external diame-


ters, pitch of screw and penetration per revolution (for continuous flight
auger piles or other injection piles)

 for driven piles, the values of driving resistance measurements such as


weight and drop or power rating of hammer, blow frequency and number
of blows for at least the last 0.25 m of penetration

 the power take-off of vibrators (where used)

 the torque applied to the drilling motor (where used)

 for bored piles, the strata encountered in the borings and the condition of
the base, if the performance of the base is critical

 obstructions encountered during piling

 deviations of positions and directions and as-built elevations.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 17


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.10 EARTH WORKS

1.10.1 General

1.10.1.1 Works included


Earth Works as specified hereunder shall include the location of underground
structures, the preparation of the site including protective fencing, excavation in-
cluding strutting, sheeting, bracing and protection of slopes, trimming, disposal of
excavated materials off site, backfilling including delivery of backfill material and
site clearance including disposal of surplus material.

1.10.1.2 Price Quotations


The bid prices entered in the Bill of Quantities shall fully include the value of works
described under the several items and shall cover the cost of all labour, subsi-
dence, travelling, materials, fittings, temporary works, constructional plant, watch-
ing, lightening, overhead charges and any other expenses whatsoever together
with all risks, liabilities and obligations set forth or implied in the Contract Docu-
ments.

1.10.1.3 Standards
The Contractor shall carry out works described in this Specification in accordance
with the appropriate DIN standards. The main standards are, but are not limited
by, the following:

DIN 4124 Excavation and trenches, slopes, breadths of working


spaces, planking and strutting
DIN 18300 General technical code for earthworks;
DIN 18303 General technical code for excavation lining.
DIN 18305 Groundwater management

The Contractor may carry out the works or provide materials in accordance to local
or other international standards, provided their requirements are superior or
equivalent to the quality described by the standards cited in the Specifications.

1.10.1.4 Classification of Soils


The following terms shall apply to Specification Clauses in which reference is
made to the excavated materials:

Top Soil means any surface material suitable for use in soiling ar-
eas to be grassed or cultivated (Class1, DIN 18300).

Rock is defined as material occurring in solid unweathered


banks or layers which, in the opinion of the Engineer, can
only be removed by blasting, percussion drilling, wedging
or splitting. Boulders exceeding 1 m³ in volume shall be
classified as “rock“ (Class 7, DIN 18300).

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 18


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

Subsoil any material other than top soil and rock shall be classified
as “subsoil“ (Class 2-6, DIN 18300).

1.10.1.5 Excavation Methods


The following terms shall apply to Specification Clauses in which reference is
made to excavations:

Normal Excavation means excavation in open cut (excluding trench excava-


tion) down to levels specified on drawings or otherwise as
being the general levels after completion or excavation
other than incidental excavation.

Trench Excavation means excavation, to levels and limits specified on draw-


ings or otherwise, of trenches in which pipes or the like
are to be laid.

Incidental Excavation means excavation in small quantities below or outside the


limits of normal excavation and trench excavation, but ex-
cluding excess excavation.

General Excavation means excavation, whether normal or incidental, required


for structures, roadwork’s and borrow areas.

Excess Excavation means excavation outside the limits specified for normal,
trench or incidental excavation. Excess excavation shall
not qualify for any extra payment.

1.10.1.6 Backfill Materials


The following terms shall apply to Specification Clauses in which reference is
made to backfilling of excavations:

Unsuitable Material means material not suitable for backfilling including mate-
rials from swamps, organic and perishable materials, clay
and soils with high placidity indices.

Rock Fill shall consist of hard unweathered material of suitable size


for deposition and compaction and may comprise broken
stone, hard brick, concrete or other comparably hard inert
material.

Selected Fill for backfilling trenches and foundations shall comprise


uniform readily compatible material free from roots, vege-
table matter, building rubbish and clay lumps.

1.10.1.7 Site Explorations


In order to verify and optimise placing of structures and pipeline routing, the Con-
tractor shall allow in his prices for excavation and backfilling for trial holes deemed
necessary when submitting his Tender.

The Tenderer shall be deemed to have fully satisfied himself as to the occurrence
of surface and subsurface obstructions and the exact nature of the ground condi-
tions and his prices shall include allowances for working in these or any other ma-

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 19


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

terials with all artificial or natural obstructions, foreseen or unforeseen. Any altera-
tion of works due to unexpected site conditions or the removal of obstructions shall
not affect the lump sum prices quoted for earth works.

1.10.1.8 Location and Protection of Underground Utilities


The Contractor shall be responsible for locating and protecting all underground
structures and utilities. He shall proceed with caution in all excavation so that the
exact location of underground structures and utilities, either known or unknown,
may be determined and he shall be held responsible and to pay for the repair of
such structures when broken or otherwise damaged.

When removal, relocation or reconstruction of any cables, pipes or any other


services whatsoever is necessary for the pursuit of the Contract, the Contractor
shall notify the Engineer in writing. All work in connection with the removal or re-
setting of these or any services shall be carried out by the Contractor at his own
expense and under the supervision of the Engineer or concerned authorities.

The Contactor shall make the marking of the existing installations routes in the
presence of the installations owners and make official records on the marking per-
formed. Furthermore, for all existing underground installations discovered or rec-
ognized during the construction the Contractor shall indicate in the As-built Design.

1.10.1.9 Maintaining of Public Services


The Contractor will be held responsible for maintaining the public services and he
shall repair without any delay any damage caused by his operations and maintain
existing services during the execution of works at his own expense.

1.10.1.10 Safety in Working


The Contractor shall have particular regard to the safety of persons and livestock
and shall ensure that all open excavations, access routes and steep or loose
slopes arising from Contractor’s operation are adequately fenced and protected.

The Contractor will be held responsible for all necessary safety measures during
the duration of the Contract and shall strictly follow the safety regulations in order
to prevent accidents. Proper strutting, sheeting and bracing, protection of slopes,
methods of excavation to reduce risks of slides, etc. shall be deemed to be in-
cluded in the rates and prices entered in the schedule of prices. In the event of soil
slides occurring during earth work, all damage and making good of works will be at
the expense of the Contractor.

1.10.1.11 Maintenance of Traffic


The Contractor shall provide, erect and maintain on the Site and the locations on
the access to the Site all traffic signs and traffic control signals, as necessary
and/or may be required by the Police Authority for the safe direction and control of
the traffic. The location and size of all such signs and the lettering thereon shall be
approved by the Engineer before erection of the signs. The Contractor shall repo-
sition, cover or remove signs as required during the progress of the Works.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 20


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.10.2 Excavation

1.10.2.1 Excavation Method


The Contractor shall examine the site and familiarize himself with the nature of
ground, the excavation methods to be applied and physical obstructions that may
affect the work..

The Contractor shall not execute any excavation without having the Engineer’s
prior approval to the methods which he proposes to employ. He shall not modify
such methods thereafter without the Engineer’s consent.

1.10.2.2 General Excavation


General excavation, e.g. normal, mass or incidental excavation, as required for
structures and road work shall be carried out to the grade of the bottom of the
structure. Where instructed by the Engineer, areas beneath structures may be
over-excavated.

General excavation will be carried out after site clearance and the stripping of
subsoil. In his Tender Design, the Contractor shall indicate the limits of excava-
tions to be made for the erection of the individual structures.

The prices quoted for general excavation shall be fully inclusive and contain all
incidental works as:

- excavation of any type of ground including rock, whether this excavation


has to be made by hand or by machine;

- over excavation, if ordered by the engineer, and making good the same;

- demolition of existing surfaces and underground structures, where re-


quired;

- location, maintaining and reinstatement of existing services, where re-


quired;

- supporting excavations and temporary support of the sides of excavations;

- keeping free the excavation from surface and ground water;

- trimming, compacting and protecting of formation levels;

- any additional excavation to accommodate temporary supports and all


working space to carry out the work;

- disposal of excavated material whether it shall be reused for backfilling or


removed as surplus material off site including formation of all temporary
spoil heaps and all double handling necessary;

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 21


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

- protection of the works and all additional measures necessary to ensure


that the dug is maintained in a safe and workmanlike manner.
The Contractor shall not use explosives during demolition of any structures or for
the removal or excavation of hard materials during earthworks operations. All hard
material shall be removed using mechanical or hydraulic breakers.

1.10.2.3 Trench excavation


Trench excavations shall be carried out in accordance to DIN 4124 (October 2002)
and DIN 18303.

All trenches with a depths exceeding 1.0 m need to be sheeted. For excavations
deeper than 2.0 m metres, the Contractor shall submit the structural design inclu-
sive the relevant design calculations of the sheeting system to the Engineer for
approval. Standard sheet piles (e.g. Larsson, Hoesch) shall be provided.

Trench excavations for pipes and interconnections shall be open-cut trenches with
minimum width, as defined below. All pipes, sewers and cables shall be laid in
trenches excavated in undisturbed soil.

The trench shall be excavated to such depths as necessary to permit placing pipe
bedding material or concrete encasement as required and to allow the pipe to be
laid at the required elevations, slopes and depths. Trench bottoms shall be cleared
of projections such as rocks, stones, roots and the like.

The width of the trenches shall be sufficient to permit the pipes to be laid and
jointed properly and to place and compact the backfill as specified. The minimum
trench width shall be 40 cm for cable trenches and 50 cm for all kind of pipes less
than 100 mm diameter. The minimum trench width for DI, HDPE and PVC pipes
shall be equivalent to the requirements specified in DIN 4124 (October 2002).

Trenches for all kinds of pipes shall be excavated to min 100 mm below the bot-
tom of the pipe to accommodate for adequate bedding. Trenches for sewers shall
be excavated to the level specified in the Drawings; water supply pipes shall be
executed for a minimum cover of 1.0 m; trenches for cables shall be executed as
step trenches or as open cut trenches with a minimum depth of 0.8 m.

The prices quoted for trench excavation shall be fully inclusive and contain all
incidental works as:

- excavation of any type of ground including rock, whether this excavation


has to be made by hand or by machine (for hard rock excavation and ex-
tra-over payment will be made in addition to the base item);

- over excavation, if ordered by the engineer, and making good the same;

- demolition of existing surfaces and underground structures, where re-


quired;

- location, maintaining and reinstatement of existing services, where re-


quired;

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 22


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

- extra excavation for joint holes, fittings, thrust blocks, manholes, encase-
ments etc.;

- sheeting and piling of trenches, respectively bracing and protection of


slopes

- levelling, trimming and consolidating the bottom of the trench;

- keeping of trenches free from water and maintenance of flow during con-
struction

- additional excavation to accommodate temporary supports and all working


space to carry out the work;

- disposal of excavated material whether it shall be reused for backfilling or


removed as surplus including formation of all temporary spoil heaps and
all double handling necessary;

- all additional measures necessary to ensure that the dug made to the cor-
rect line and level and maintained in a safe and workmanlike manner.

1.10.2.4 Further and Excess Excavation


When the specified levels or limits of excavation are reached and approved by the
Engineer, he will inspect the subsoil exposed and may, if he considers any part of
the subsoil unsuitable, direct the Contractor to excavate further. Such further ex-
cavation shall be refilled to the specified levels or limits with approved imported
material or Concrete class C 12/15.

Any excess excavation outside the specified “payment limits“, and any further
excavation which has not been ordered by the Engineer shall be held to be excess
excavation which will not be paid for.

The Contractor shall, at his own expense, remove from the site all material result-
ing from excess excavation and shall make good the same with such kind of fill
material or concrete as may be reasonably required by the Engineer having regard
to the circumstances.

1.10.2.5 Explosives and Blasting


Explosives, if needed, shall not be used without the prior consent of the Engineer.
The Contractor shall ensure that all shots are adequately covered so that no dam-
age can occur through flying rock fragment. He shall be responsible for any dam-
age or claims arising through the use of explosives and for injury to persons or
property that may result from his blasting. The Contractor shall observe all laws,
regulations and ordinances and make all necessary applications for permits and
give all necessary notices for the use, carrying and storage of explosives.
All blasting shall be done by a competent blasting expert. Permission must be ob-
tained from the Ministry of Interior (Police) for the storage and handling of explo-
sives. Blasting may not be allowed near certain strategic location like military
If electric blasting caps are used, precautions shall be taken to warn operators of
radio equipment to stop transmitting in any area in which blasting operations are in
progress. Location of explosions shall be approved by the Engineer.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 23


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

The Contractor shall provide a store or stores suitable for explosives in accor-
dance with local regulations. Only limited amount of explosives shall be kept in any
one place and they shall be kept underground, well ventilated and under lock, the
key of which is to be only in the hands of a responsible person.
The cost for supply explosives and all necessary works for blasting, removal mate-
rial and disposal excavated material on dump site shall be included in the Unit
Prices for excavation.

1.10.2.6 Overbreak
Overbreak means any excavation that exists outside the designated width and
depth of the trench. The Contractor will not receive payment for the excavation or
backfilling of overbreak, or measures necessary as a consequence of such over-
break, it being deemed that these are covered by his normal excavation rates.
For overbreak above formation level the Contractor shall fill the volume of over-
break with approved backfill material compacted as directed by the Engineer.

1.10.2.7 Trial holes


The Engineer may direct that trial holes shall be excavated well ahead of excava-
tion to such depths as he shall order to determine the location of works. Such ex-
cavation shall be held to be incidental excavation.

1.10.2.8 Supporting Excavations


The Contractor shall support the sides and the ends of all excavations to prevent
any fall or run from any portion of the ground outside the excavation and to prevent
settlement or damage to structures adjacent to the excavation. The Contractor
shall provide, install and maintain all materials necessary to provide such support.

If, for any reason, any portion of the bottom, sides and ends of any excavation
shall give way, the Contractor shall take all necessary remedial measures includ-
ing the excavation and removal of all the subsoil thereby disturbed at both, inside
and outside the nominal limits of excavations.

Where the Contractor proposes to perform excavations with sloping faces and
without shoring, the excavated faces shall be to stable slopes and heights. Full de-
tails on the execution shall be submitted to the Engineer for approval.

1.10.2.9 Shoring
When the material being excavated has sliding planes inclined towards the trench,
adequate shoring must be carried out immediately after excavation. Particular care
shall be taken if the earth, though firm, may be rendered unstable when trenched
or by rain or seepage of groundwater.

If the width of the trench is unavoidably increased by slipping or collapsing of the


sides, work shall be suspended and the Engineer informed on the occurrence. The
Engineer will decide, whether the design of the pipeline has to be reviewed in view
of trench width or, if necessary, the class of bedding and shoring.

The method of shoring to be used is up to the discretion of the Contractor, but


subject to the approval of the Engineer with regard to safety. The Contractor will
be fully responsible for the stability and the effectiveness of the shoring. Costs for
Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 24


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

shoring shall be included in the rates and prices entered for other items in the
Schedule of prices.

1.10.2.10 Maintaining of other Services and Structures


The Contractor shall be responsible for maintaining all water courses, pipes, sew-
ers, drains, gas pipelines, electricity and communication cables, other services
and structures during the construction of the works and for any remedial measures
necessary to make good any damage arising out of the execution of the works. He
shall temporarily support or divert and subsequently reinstate all such services and
structures to the satisfaction of the Engineer or the concerned authorities.

As soon as an existing service is encountered in the excavation the Contractor


shall forthwith call the attention of the Engineer and the appropriate utilities service
authority thereto.

Where permanent diversion or support is rendered necessary as the unavoidable


result of the construction of the works in accordance with the Contract, or where in
the opinion of the Engineer the position of existing services warrants temporary di-
version or support the Engineer will instruct the Contractor accordingly.

Notwithstanding any relevant information furnished by the Employer or the Engi-


neer, the Contractor shall be responsible for ascertaining, from his own inspection
of the site and from the respective supply authorities and other public bodies and
by excavating trial pits, the position of all mains, pipes and cables whether under-
ground or overhead, within or near the site.

1.10.3 Measurement of Excavations

After levelling and clearing the site under the Works, the Contractor shall take and
record levels of any such part, in the manner specified or as agreed by the Engi-
neer. Such levels, when agreed by the Engineer, are the basis for measurement.
The Contractor shall also take and record such other levels and dimensions as are
necessary during the process of excavation.

General excavation, whether normal or incidental, required for structures and


roadwork will be measured net. Where normal payment limits of general excava-
tion are not shown on drawings or not otherwise specified, they shall be deemed to
be the minimum net limits which would allow the outline of the completed structure
to be lowered vertically from subsoil level into its final position. In addition allow-
ances will be made in the measurement for the working space required according
to DIN and the safety regulations and the backfilling of such space.

Trench excavation will be measured net, whereby the minimum width of trenches
as stated in this Specification, the depth to the specified invert level of the pipes
and the length of services laid (linear meters run as specified for pipe laying) shall
be taken as payment limits. The Contractor shall make his own allowances for ex-
cavations required for bedding, joint holes, anchorage, manholes, chambers and
all ancillary works.

Generally, the
 excavation of material from trenches,

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 25


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

 the temporary storage, backfill and compaction of suitable material,


 the disposal of unsuitable material,
 the import of suitable exchange material, where applicable, and
 the disposal of surplus material
will be measured and paid for under one single BoQ item.

The preparation of sites and pipeline route including clearing, demolishment and
removal of existing surfaces and pavements, stripping of topsoil and demolition
works, as well as the reestablishment of the surfaces will be measured and quoted
under separate items.

The excavation in intermediate and hard rock material etc. shall be quoted as ex-
tra over items.

1.10.4 Disposal of excavated Material

1.10.4.1 Disposal Method


Subject to any specific requirements of the Contract the disposition of excavated
material shall be at the Contractor’s discretion but shall be arranged as to suit the
overall requirements for the Construction of the Works.

The term “excavation“shall be deemed to include for disposing of excavated mate-


rials within the site and off-site.

Excavated material which is not required or not suitable for reuse in the Works
shall be disposed off-site at locations to be found by the Contractor and approved
by the Employer. Excavated material shall only be disposed off-site with the
agreement of the Engineer.

Disposal of excavated material is calculated for payment based on its original


intact volume, with no consideration of temporary or permanent volume increase.
Any temporary or permanent increase of volume must be included in the Contrac-
tor’s calculation within the unit price of the item for disposal of excavated material.

1.10.4.2 Disposal on Site


Disposing of excavated materials within the site shall be executed in any of the
following ways upon direction of the Engineer if disposal capacity is given:

(a) transporting and placing in temporary stockpiles and backfilling to excava-


tions including any doubling handling of materials; or

(b) transporting and placing of approved materials in permanent stockpiles,


including the shaping and drainage of such tips; or

(c) transporting of selected excavated materials to locations within the site for
embankments and filling around structures including tipping for spreading
and compaction.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 26


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.10.4.3 Stockpiles on Site


Only materials which are approved by the Engineer shall be placed in the various
stockpiles. No tree trunks, stumps, roots, foliage or rubbish of any kind shall be
placed in stockpiles.

Temporary stockpiles to store excavated materials shall be arranged by the Con-


tractor upon approval and direction of the Engineer. Such stockpiles shall be
shaped as to maintain stability and good drainage at all times. Topsoil stripped
from the site shall be stored in separate stockpiles for later use in reinstatement
and landscaping.

1.10.4.4 Disposal of Excavated Material off Site


Excavated material which cannot be disposed on site in consequence of narrow
streets have to be disposed off site and subsequently transported back to the site
for backfilling.
Excavated material which is not required or not suitable for reuse in the Works
shall be disposed off-site at locations to be found by the Contractor and approved
by the Employer.

The materials to be disposed off-site shall become the property of the Contractor
and he shall be entirely responsible for its removal from the site and its ultimate
disposal.

1.10.5 Materials

1.10.5.1 Filling Materials


The selection of backfill material is subject to the approval of the Engineer. Fill
material shall be, where otherwise not specified, selected and broken in such
manner that no particle exceeds one half of the thickness of the layer for compac-
tion. It shall contain all sizes of material distributed from the largest permitted to
the smallest grain diameter.

Fill material shall not contain gap graded materials, except with the written ap-
proval of the Engineer for such case. It shall be free of organic, soluble or other
deleterious materials. For trenches, the fill material shall not contain stones, rocks
or concrete fragments larger than 50 mm in any dimension and shall have a plas-
ticity index of less than 10 and a minimum dry density of 1.6 t/m³ according to
modified Proctor density.

Should the material selected as filling become unacceptable to the Engineer for
any reason including exposure to weather conditions, contamination and segrega-
tion during the progress of the Works, the Contractor shall remove such damaged,
softened or segregated material and replace it by fresh approved material at his
own expense.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 27


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.10.5.2 Sand Bedding


All iron, steel, plastic or clay pipes and cables shall be laid on compacted sand bed
and be embedded in sand. Sand backfilling materials from different sources of
supply shall not be mixed or stored in the same pile nor used alternately in the
same class of construction without the permission of the Engineer.

The sand backfilling material shall be uniformly graded and meet the following
grading requirements:
sieve designation: 3/8“ No.4 No. 16 No. 50 No. 100
per cent passing by 100 95-100 45-80 10-30 2-10
weight:

1.10.5.3 Bedding Material


Except where concrete or granular bed is specified, the bedding material shall
consist of crushed stones or gravel, free from stones and lumps and fulfil the fol-
lowing granulation requirements:

sieve size (mm): 25 19 9.5 4.75 2.36


(1“) (3/4“) (3/8“) (No.4) (No.8)
per cent passing by 100 95-100 20-55 0-10 0-5
weight:

1.10.5.4 Graded Aggregates


Graded aggregates will be used for the backfill of the top of trenches below paved
areas. Except where otherwise specified, the graded aggregates shall fulfil the fol-
lowing granulation requirements:

sieve size (mm): 37.5 25 19 4.75 2.0 0.425 0.075


per cent passing 100 60- 55-85 35-60 25-50 15- 8-15
by weight: 100 30

1.10.5.5 Drainage Fill and Filter Materials


Free drainage fill and filter material shall be formed of hard durable particles and
shall be free from clay, silt, soluble or organic matter. The particle size distribution
shall be in accordance to the filter rules set out by Terzaghi.

Materials for free drainage shall be provided by the Contractor from approved
sources. The Contractor may use material from excavation, provided it is suitable
and processed in compliance with the specification for free drainage material.

1.10.5.6 Rip Rap


Rip rap material shall be sound, unweathered and with low water absorption ca-
pacity in order to avoid cracking, bursting and dripping as a result of weather influ-
ences. The rock shall mainly consist of large pieces with lateral lengths from 150
to 400 mm and smaller parts to secure the boulders against sliding and to provide
Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 28


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

stability to the fill structure. The density of rip rap material shall be not less than 2.2
t/m³ (solid volume without voids) and each piece of rip rap shall have is greatest
dimension not large than twice its least dimension.

The material delivered shall be dumped and graded off to a uniform surface up the
lines and grades shown on approved drawings. No pockets of rocks and clusters
of large blocks will be permitted. The Contractor shall submit full details of the pro-
posed source, certified test results and samples for the approval of the Engineer.

1.10.5.7 Stone Pitching


The material used in stone pitching shall be obtained by the Contractor from
sources approved by the Engineer. The stone shall be sound, durable and hard. It
shall be free from laminations, weak cleavages and undesirable weathering and
shall be of such properties that it will not disintegrate from the action of air, water
or in handling and placing.

The dimensions of stones shall range between 200 and 400 mm. The minimum
plain dimensions shall be of less than two thirds of the maximum plane dimension
for each stone. The stones will be rough hammered dressed so that they fit rea-
sonably close together. They shall be laid to a true and even surface, the spaces
between the stones being clinked with spalls. The density of stones shall be not
less than 2.2 t/m³ (solid volume without voids).

1.10.5.8 Box Gabions and Gabion Mats


The Box Gabions shall be rectangular units, fabricated from double-twist, hexago-
nal mesh of soft annealed heavily zinc coated wire and divided into cells with dia-
phragms, the mesh (except for the diaphragms) shall be reinforced on all edges
with wires of a larger diameter.

The Gabions Mats shall be a rectangular container made of heavily galvanized


steel wire woven in a double-twist, hexagonal mesh pattern. It is supplied in roll of
100’ long by 6’ or 9’ wide.

The material used in stone filling of Box Gabions and Gabion Mats shall be ob-
tained by the Contractor from sources approved by the Engineer. The stone shall
be sound, durable and hard. It shall be free from laminations, weak cleavages and
undesirable weathering and shall be of such properties that it will not disintegrate
from the action of air, water or in handling and placing.

The dimensions of stones shall range between 60 and 400 mm. The stones will be
roughly selected so that they fit reasonably close together. They shall be laid to a
true and even surface, the spaces between the stones being clinked with spalls.
The density of stones shall be not less than 2.2 t/m³ (solid volume without voids).

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 29


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.10.5.9 Reuse of excavated Material


Where, in the opinion of the Engineer, excavated materials are not suitable for
refill without resorting to sieving or other special means, the Engineer may order
the Contractor:

a) to sieve out stones as may be necessary to meet gradation requirements;

b) to transport suitable materials from trench excavation at distances exceeding


200m from the length to be refilled (overhaul) or

c) to excavate material from suitable borrow areas and transport it to the length
to be refilled.

1.10.6 Backfilling

1.10.6.1 General Backfill


Backfilling materials and methods are generally subject to the approval of the En-
gineer. The approved materials shall be placed in layers, not exceeding 200 mm in
depth before compaction and shall be well compacted as specified hereafter:

(a) The layers of fill material shall be placed in such a manner as to maintain
adequate drainage and to prevent accumulation of water.
(b) The timing and rate of placing of fill material around or upon any com-
pleted or partially completed structure shall be arranged in such a way that
no part of the works is overloaded, weakened, damaged or otherwise en-
dangered.
(c) Around structures the material shall be placed as to exert a uniform pres-
sure and each layer shall be placed with a fall to prevent the accumulation
of water.
(d) Where necessary, the moisture content of the backfill has to be adjusted
to an optimum either by drying out or by adding water. After such treat-
ment the backfill shall be thoroughly mixed until the moisture content is
uniform.
(e) Placing the backfilling, due allowance for any settlement that may occur
before the end of period of maintenance shall be made. Where necessary,
the Contractor shall at the end of the period of maintenance remove any
excess material or make up any deficiency of backfilling to specified lev-
els.

Should the material being placed as filling, while acceptable at the time of selec-
tion, become unacceptable to the Engineer due to exposure to weather conditions
or due to flooding or become puddled, soft or segregated during the progress of
the works, the Contractor shall at his own expense remove such damaged, sof-
tened or segregated material and replace it with fresh approved material.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 30


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

The Contractor shall, when placing the backfilling, make due allowance for any
settlement that may occur before the end of period of maintenance. Where neces-
sary, the Contractor shall at the end of the period of maintenance remove any ex-
cess material or make up any deficiency of backfilling to specified and required
levels.

1.10.6.2 Filling adjacent to Completed Structures


The Contractor shall arrange the timing and rate of placing of fill material around or
upon any completed or partially completed structure in such a way that no part of
the works is overloaded, weakened damaged or endangered. The layers of fill ma-
terial shall be placed in such a manner as to maintain adequate drainage and to
prevent accumulation of water.

The placing of fill material around the walls of basements and tanks shall com-
mence only after the walls, floors and slabs have been completed and have at-
tained their full specific strength. Filling around the walls of tanks and reservoirs
shall not commence before successful completion and testing of such structures.
The material shall be placed with special care for insulation and watertight paints
and all other protective or conserving surfaces and as to exert a uniform pressure
around the walls of a structure and each layer shall be placed with a fall to prevent
the accumulation of water.

Special attention shall be paid to the compaction of material laid immediately


adjacent to concrete walls as to ensure that the material is well compacted. Hand
operated vibrating plate compactors, vibro-tampers or power rammers shall be
used. The compacting must be carried out in such a way as to avoid in any case
direct contact of the compacting machinery and the building. In other cases com-
paction may be carried out by vibrating compactors or pneumatic tyre rollers of
types approved by the Engineer.

1.10.6.3 Embedding of Pipes


The construction of pipelines shall be carried out in compliance with DIN EN 1610
October 1997.

Trenches not to be Left Open:

Trench excavation for interconnections, sewers and transport lines shall be carried
out expeditiously and the refilling of trenches shall be commenced and completed
as soon as reasonably practicable. Pipe laying and embedding of pipes shall follow
closely after trench excavation and the Contractor shall not permit unreasonably
excessive lengths of trench excavation to remain open for any reason.

Embedding of DI and PVC Pipes:

All ductile iron and PVC pipes shall be laid on a 150 mm compacted sand bed and
shall be embedded by sand to a level of 300 mm above the top of the pipes.

Embedding material shall be placed by hand and compacted in layers of not more
than 100 mm thickness after compaction. The material shall be compacted to at
least 90 % Proctor density below and around the pipes as to provide firm and con-
tinuous support. The Contractor shall ensure that the pipe is not displaced or
damaged by the embedding operation.
Embedding of PE-HD Pipes and GRP Pipes:
Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 31


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

PE-HD and GRP pipes shall be laid on a 100 mm + 1/5 ND mm compacted sand
bed and embedded by hand up to 150 mm above the top of the pipes, using the
methods described above.

Embedding of Concrete Pipes:

Except where concrete or granular bed is specified, the bedding material for con-
crete sewers shall consist of crushed stones or gravel, be free from stones and
lumps and be graded 0/25 mm. The pipe bed shall be backfilled by hand from 100
mm + 1/5 ND mm below the bottom of the pipes to a level of 300 mm above the
top of the pipe and compacted to at least 90 % Proctor density.

Approval of Embedding:

The Contractor shall take all precautions to fix the pipes in their location. This in-
cludes expressly the bedding of pipes and partial refilling of trenches leaving the
joints exposed while awaiting pressure tests. Formal and written approval of em-
bedding shall be obtained from the Engineer prior to the testing of pipes and sew-
ers.

1.10.6.4 Backfilling of Trenches to Surface


From the top of the bedding layer up to the finished ground level, the trench shall
be backfilled with approved selected material, consolidated by approved mechani-
cal methods in layers with a thickness of not more than 300 mm.

Each layer has to be compacted separately. The degree of compaction shall be


not less than 95 % Proctor density. The Contractor shall provide adequate number
of power tampers or other compaction equipment subject to the approval of the
Engineer.

Where necessary, the Contractor shall adjust the moisture content of the refill
material to assist the compaction either by drying out or by sprinkling with water. A
safe amount of water shall be available at the site during backfilling of trenches.

The Contractor shall, when placing the backfilling, make due allowance for any
settlement that may occur before the end of period of maintenance. Where neces-
sary, the Contractor shall at the end of the period of maintenance remove any ex-
cess material or make up any deficiency of backfilling to specified levels.

In the event that excavated material is insufficient or unsuitable for backfilling, the
Contractor shall use imported fill material from approved borrow pits. Where di-
rected by the Engineer, trench excavations shall be backfilled with concrete, class
C 12/15.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 32


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.10.6.5 Disposal of Surplus Material


The disposal of surplus backfill material shall be deemed to be included in the
rates for the respecting backfilling operations.

The Contractor shall make his own arrangements to dispose off all surplus backfill
and unsuitable excavated material from any part of the Work. The material shall
be disposed off-site and shall become the property of the Contractor who will be
entirely responsible for its removal from the site and its ultimate disposal.

The Contractor shall clean the site and the surrounding ground immediately after
completion of works and leave the construction sites clean and tidy to the satisfac-
tion of the Employer.

1.10.7 Backfilling Sundries

1.10.7.1 Backfilling under Paved Areas


When excavation is made in highways, roads, sidewalks or any other paved area,
the trench shall be backfilled and thoroughly compacted up to the bottom of the
sub-base of the surrounding pavement. The remaining top of the trench shall be
filled with graded aggregates up to the top of the base of the pavement. The fur-
ther reinstatement of surfaces shall comply with the existing pavements.

1.10.7.2 Backfilling around Manholes


Backfilling around manholes and material used for it shall meet the specifications
set out for the backfilling of adjacent trenches. In roads with a width over 3 m, the
material around manholes shall be selected and compacted to meet the require-
ments of base and sub-base.

1.10.7.3 Backfilling in Agricultural Land


If pipe alignments cross agricultural land, backfilling to surface has to be applied,
whereby the top 30 cm of the trench shall be filled with the agricultural top soil
originally found before excavation.

1.10.7.4 Backfilling in Streambeds


In streambeds, the pipes shall be fully encased with reinforced concrete and the
top of the excavation shall be filled with gabions, laid by hand and exceeding 1m
on either side of the excavated trench.

1.10.7.5 Field drains


Should any existing subsoil or field drains be uncovered during general excavation,
the Contractor shall either carefully replace them when backfilling, or, if this is im-
practicable, shall divert them to new drains or ditches, or otherwise relay them as
the Engineer may direct.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 33


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.10.8 Embankments

1.10.8.1 Embankments in General


The term “embankment“ includes the construction of embankments around struc-
tures, hard or other filling, embankments for roadwork and the like. Backfilling to
general excavations, the forming of soil tips and the re-filling of trenches are speci-
fied and included in the clauses dealing with backfill.

1.10.8.2 Materials for Embankments


Excavated material (including material from borrow pits) used as filling shall be
free from clods and lumps and shall be approved by the Engineer. When not oth-
erwise directed, cohesive soil shall be placed in layers not exceeding 200 mm in
compacted thickness, cohesion less soil shall be placed in layers not exceeding
300 mm in compacted thickness. Material for hard filling shall be as specified be-
low.

Should the material being placed as filling, while acceptable at the time of selec-
tion, become unacceptable to the Engineer due to exposure to weather conditions
or due to flooding or become puddled, soft or segregated during the progress of
the works, the Contractor shall at his own expense remove such damaged, sof-
tened or segregated material and replace it with fresh approved material.

1.10.8.3 Filling with Hardcore


All filling under structures, unless indicated otherwise on approved drawings or
instructed by the Engineer, shall be constructed with hardcore obtained from
sources approved by the Engineer.

Hardcore shall be hard inert material passing a 75 mm sieve and be free from
clay, silt, soil and vegetable matter and shall not deteriorate in the presence of wa-
ter.

Hardcore shall be placed in layers not exceeding 150 mm thickness after consoli-
dation and each layer shall be compacted by mechanical means. The final surface
of hardcore shall be blinded with fine crushed stone and thoroughly compacted.

1.10.9 Reinstatement and Maintenance

1.10.9.1 Reinstatement of paved Surfaces


The Contractor shall restore all pavements or other surface structures removed or
disturbed as a part of the work to a condition suitable and satisfactory to the Engi-
neer. No pavement shall be restored unless and until, in the opinion of the Engi-
neer, the condition for backfill is given in such a way as to properly support the
pavement.

The reinstatement of road surfaces and pavements will be commenced upon


approval of the Engineer and shall be done, if not otherwise stated, as follows:

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 34


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

(a) The top 30 cm of the pipe trench (below the top of the base) shall be filled
with graded aggregate, watered, placed in layers of 15 cm thickness and
compacted to not less than 95% Proctor density. At pipeline crossings, the
top 30 cm of the trench shall be filled with plane concrete C 12/15.
(b) At the top of the base, the width of the trench shall be increased for 15 cm
on each side. In order to ensure appropriate adjustment of the surfaces
the Contractor shall use such methods as will ensure the breaking of the
pavement along straight lines, preferably by cutting. The face of the re-
maining pavement shall be approximately vertical.
(c) The surface shall be restored in accordance with the existing situation
and/or the direction of the Engineer.

1.10.9.2 Reinstatement of unpaved Surfaces


Gravel roads and unpaved roads shall be reinstated to their original condition. If
the original road construction cannot clearly be applied, then 100 mm approved
large gravel and 150 mm well graded gravel compacted to 95 % of maximum den-
sity shall be provided.

1.10.9.3 Surface Reinstatement in agricultural Fields


After the Contractor has refilled excavations in fields and grass verges in the man-
ner and to the level specified, he shall replace all topsoil previously removed and it
shall be evenly distributed and levelled over the full extent of the stripped area.
Such of the working areas occupied by the Contractor which were originally
grassed shall be sown with grass seed of equivalent quality and maintained until
the new grass is properly established. Other areas not originally down to grass
shall be dressed with suitable fertilizers harrowed in so as to restore the original
level of fertility.

1.10.9.4 Reinstatement of existing Services


Where excavation is carried out close to or across the line of sewers, pipes, ca-
bles or other services, whether underground or overhead, the Contractor shall,
where necessary, provide at his own cost temporary supports or slings and where
such services are temporarily disturbed, they shall be replaced.

1.10.9.5 Reinstatement of Hedges, Fences and Walls


Where excavation disturbs features such as hedges, fences and walls, the Con-
tractor shall, as a temporary measure, provide temporary fencing for any such
parts of such barriers.

After excavation has been reinstated, the Contractor shall carry out such work as
approved by the Engineer for permanent restoration of such barriers.

In case of hedges, the section removed shall be replaced by saplings of the ap-
propriate species and on both sides by providing an adequate post and barbed
wire fence. During the period of maintenance all hedges replanted in the above
manner shall be inspected and any dead sapling replaced by the Contractor.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 35


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.10.9.6 Maintenance of Backfilled Surfaces


The Contractor shall maintain the reinstated surfaces and ensure that the surfaces
after backfilling are kept in satisfactory condition during the period of maintenance.
The reinstatement of any settlement shall be carried out forthwith upon notification
of the Contractor.

Unit price for reinstatement of backfilled surfaces shall include the following:

(1) the re-excavation of the top surface, base and sub-base;


(2) compacting the backfill in the trench;
(3) backfilling the base and sub-base with graded aggregate and
(4) reinstatement of the surface according to surface conditions met before.

1.10.10 Topsoil for Re-use


Topsoil shall be stripped from the site where the works are being constructed,
where site vehicles travel, where bulk materials are stored or as otherwise directed
by the Engineer or provided in the Contract or in accordance with the Contractor's
design. It shall be stockpiled on the site in stacks not more than 1.5 m high and
shall not be traversed by any plant.

The stock-piles of topsoil shall be grasses and kept free of weeds by treatment
with a foliar acting herbicide.

Topsoil stripped from pipeline/access easements shall not be transported out of


the field from which it was taken without permission of the Engineer.

1.10.11 Trees
Any damage to the canopy of trees of girth greater than 900 mm shall be treated
at the Contractor's expense by an approved tree surgeon as promptly as possible
after the damage occurring or on any instruction from the Engineer.

Replacement trees and hedges shall be planted in the appropriate season and
shall be replaced at the Contractor's expense if they fail or are damaged as a re-
sult of the Contractor's activities.

1.10.12 Land Drains


Land drains which cross excavations shall be reinstated using flexibly jointed rigid
pipes to accommodate settlement and to ensure that groundwater will not be di-
verted into the backfilled excavations.

Stone drains shall be reinstated using 20 mm clean stone. The trench shall be
lined and covered with a porous geo-textile before backfilling with subsoil and top-
soil.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 36


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.10.13 Testing of Earth Works

1.10.13.1 General
The Contractor shall furnish all equipment and materials necessary for collecting
samples and carry out field laboratory tests on materials for earthworks. Labora-
tory equipment shall be housed in a suitable building on site which shall also in-
corporate space for the storage of field test equipment.

1.10.13.2 Main Tests and Standards


The Contractor shall carry out all tests in accordance with ZTVE-STB 09 or
equivalent international standards. For the various tests the following DIN stan-
dards are valid:

DIN 18121 Moisture Test


DIN 18122 Consistency Test
DIN 18123 Grading Tests
DIN 18124 Density Test (solid volume without voids)
DIN 18125 Density Test for Soils (including voids)
DIN 18127 Proctor Test
DIN 18134 Loading Test

1.10.13.3 Compaction of Soils


The Contractor shall carry out the compaction to attain not less than the specified
percentage of the maximum dry density and control soil compaction during back-
filling and filling operation. Where the sub-grade or layers of soil material require
being moisture conditioned before compaction, the Contractor shall uniformly ap-
ply water to the sub-grade or layer of soil to attain the optimum moisture content
required. The application of water shall be carried out in a manner to prevent free
water appearing on surface during compaction operations. The Contractor shall
dry soil material that is too wet for compaction to the specified densities.

1.10.13.4 Testing of Compaction


The Contractor shall inspect, perform and report all testing and retesting as to
ensure that the works conform to the specified requirements. In order to test the
degree of compaction, the Contractor shall carry out field density tests in accor-
dance to DIN 18127. For each compacted backfill of trench the required number of
field density tests to ensure compliance with specification shall not be less than
three passing tests for each 100 linear meters of filled and compacted trench.

If, in the opinion of the Engineer, the sub-grade, backfill and fill layers have been
placed and compacted to densities below the specified limits, the Contractor shall
provide additional compaction and testing until satisfactory results are attained or
remove certain sections of the work and reconstruct them according to the Speci-
fications at his own expense.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 37


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

All holes made for the purpose of tests shall be restored by the Contractor to
conform to the characteristics of the adjacent layers. This work shall be conducted
at the Contractor’s expense.

The compaction required for various fills shall be as follows:

Item of works Materials prescribed % of maximum


density
Backfill for over-excavation Granular material 100 %
Formation and bedding layers Fine granular material 95 %
Crushed stone supporting Crusher runs 95 %
layers
Final backfill of trenches Fine granular material 100 %
under roads, under concrete
structures
Backfill of trenches in general Fine granular material 98 %
Sandy material 95 %
Clayey material 93 %
Backfill below structures Fine granular material 100 %

1.10.14 Auxiliary Works

Unless otherwise specified, all and any kind of works, materials, services, safety
measures, etc., as well as, and if so requested by the Engineer, all tests and sam-
ples required for the completion of the work shall be included in the other item and
prices entered in the Bill of Quantities. Hence, the auxiliary works comprise, but
are not necessarily limited to, the following:

(a) Removing and storing of boundary stones, bench marks, etc., protection
of surveying points and designation by means of boards, survey and pro-
tection of all secondary survey points, profiles, etc.;
(b) Difficulties to be overcome where excavation may have to be carried out in
layers or by hand;
(c) Keeping off or diversion of water, any pumping, required, difficult work
caused by water, etc.;
(d) Removal of any groins, buried pipes, wattle work, fascines and the like
that might interfere with excavation profiles, irrespective of whether or not
such structures are specified in the Bill of Quantities;
(e) Difficulties resulting from the specifications relating to fills, compaction
tests, eliminating unsuitable material from fills, and, if necessary, mixing of
different soil materials;
(f) Transport of excavated material to fill or deposit, placing and spreading in
layers according to conditions and drawings, and careful compaction;
(g) Difficulties in transport due to existing subsoil conditions;

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 38


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

(h) Grading of intermediate and top fill surfaces and slopes to lines and levels
required;
(i) Sorting of excavated material which, if necessary, is to be used for special
purposes;
(j) Any expenditure for providing, maintaining and later removal of drive ways
and roads, providing, placing, maintaining and later removal of conveying
and dumping equipment that might be required.

1.11 CONCRETE WORKS

1.11.1 General

1.11.1.1 Scope
Concrete Works as specified hereunder shall include the supply of materials,
mixing of concrete, formwork, reinforcement, placing, compaction and curing of
concrete and site clearance after completion of works.

The bid prices entered in the Bill of Quantities shall fully include the value of works
described under the several items and shall cover the cost of all labour, subsi-
dence, travelling, materials, temporary works, yards and stockpiles, sampling and
testing and any other expenses whatsoever together with all risks, liabilities and
obligations set forth or implied in the Contract Documents.

1.11.1.2 Concrete Appearance


Concrete for every part of the Works shall be a homogeneous structure which,
when hardened, will have the required strength, durability and appearance. Form-
work, mixes and workmanship shall be such that concrete surfaces, when ex-
posed, will require no finishing.

When concrete surfaces are stripped, the concrete when viewed in good light from
3 metres away shall be pleasing in appearance, and at 6 metres shall show no vis-
ible defects.

1.11.1.3 Standards and Rules


The Contractor shall carry out the works described in this Section in accordance
with the appropriate DIN standards or equivalent local or international standards.
The main standards are, but shall not be limited by the following:

DIN EN 206 Concrete – specification, properties, production and conformity –


German version
DIN 1045-1 Concrete – specification, properties, production and conformity –
Design

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 39


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

DIN 1045-2 Concrete – specification, properties, production and conformity –


Application rules
DIN 1045-3 Concrete – specification, properties, production and conformity –
Execution of structures
DIN 1045-4 Concrete – specification, properties, production and conformity –
Execution of pre-fabricated structures
DIN 1048 Quality tests of concrete;
DIN 1164 Cement;
DIN 4226 Concrete aggregates;
DIN 488 Reinforcing steel.

1.11.1.4 Classes of Concrete (DIN 1045-2)


The classes of Concrete to be used in the works are the following:

Class of concrete: Cube strength,


28 days after mixing:

C 12/15 150 kg/cm²

C 20/25 250 kg/cm²

C 30/37 350 kg/cm²

C 35/45 450 kg/cm²

The different classes of concrete shall be used as follows:

Class C 12/15: for plain concrete only for fill in trenches, for blind-
ing and for screed
and
for plain and reinforced concrete for screed and en-
casements

Class C 20/25: for reinforced concrete in civil structures

Class C 30/37 and C 35/45: for watertight concrete in tanks, channels, man-
holes, thrust blocks and where especially directed
by the Engineer.

Salt and Sulphate-


-resistance: Cement used in the works for structural parts in the
underground or in contact with wastewater shall be
seawater and sulphate-resisting Portland cement.
All reinforced structures have to be constructed in
Exposition Class XS3 unless otherwise stated in the
documents.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 40


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.11.1.5 Organization of Concrete Production


At the commencement of the Contract, the Contractor shall submit for approval of
the Engineer a method statement detailing his proposal for the organization of
concreting activities at the site. The concrete production plant should preferably be
placed at the site.

The method statement shall include:

(a) plant proposed and layout of the production facility;


(b) proposed method of organization of the production facility;
(c) quality control procedures for concrete and concrete production;
(d) method of transport including heat protection and placing of concrete;
(e) striking times for formwork and procedure for temporary support
of beams and slabs;
(f) curing of concrete and ways to assure an optimum curing.

1.11.1.6 Test Certificates


Unless otherwise directed by the Engineer, the Contractor shall supply and submit
to the Engineer:

(a) manufacturer’s test sheets with each consignment of cement and admix-
tures certifying the compliance with the relevant standards;
(b) certification of the calibration of weighing and dispensing equipment on the
batch mixing plant;
(c) the certified test results for all tests carried out on aggregates, water, fresh
and hardened concrete.

In case of doubts, new tests shall be executed upon the Engineer’s direction at the
Contractor’s expense.

1.11.1.7 Aggregate Samples


Before work on trial mixes is commenced, the Contractor shall submit for approval
50 kg samples of each aggregate which he proposes to use. The source of each
aggregate shall be clearly marked on the container of each sample. At the same
time certified test results demonstrating compliance with relevant quality standards
shall be submitted. Samples approved by the Engineer shall be preserved at site
for reference.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 41


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.11.1.8 Record of Concreting


The Contractor shall keep accurate and up to date records of concreting showing
for each day when sections of the works were concreted:
- date, time, weather and temperature;
- results of all concrete tests including identification for which part of works
the sampled material is representative;
- number of batches produced, weight and kind of cement used, volume of
concrete placed, number of batches wasted or rejected;
- class of concrete, volume of concrete placed and number of batches used
for each location.
The laboratory where concrete test have to be carried out shall be approved by the
Engineer and the Employer and be accessible for the said parties at any time. The
laboratory should preferably be placed at the site.

1.11.1.9 Concrete Mixes


At the commencement of the works the Contractor shall design a mix for each
class of concrete which will be required for use in the works and shall submit full
details of the mix designs to the Engineer for approval. Each mix design shall be
according to the requirements of the respective specification.

1.11.1.10 Construction Joints and lifts


The Contractor shall be responsible for the design and location of movement joints
which shall be of the contraction or expansion type as appropriate. All movement
joints shall be provided with a PVC water stop and sealant. The costs for PVC wa-
ter stops are deemed to be included in the rates for the concrete works. Reinforc-
ing steel shall be continuous through a construction joint, and bars projecting
through a joint shall be kept clean.

The Contractor shall submit to the Engineer, not later than 3 weeks before the
commencement of concreting drawings, showing his proposals for placing con-
crete and the position of all construction joints which have to be located as not to
impair the strength of the structure. No concreting shall start until the Engineer has
approved concrete placing and the position and form of construction joints. Re-
bates, keys or notches shall be formed and water stops inserted as the Engineer
may require.

The position of construction joints and the size of formwork panels shall be so co-
ordinated that where possible the line of any construction joint coincides with the
line of a formwork joint and that in any case all construction joint lines and form-
work joint lines appear as a regular and uniform series.

For all exposed horizontal joints and purposely inclined joints, a uniform joint shall
be formed with a batten of approved dimensions to give a straight and neat joint
line.

At contraction joints a sealant shall be set in a caulking groove formed in the con-
crete. Expansion joints shall be provided with joint filler.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 42


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

Visible horizontal construction joints shall be placed against a timber strip set in
the shuttering to ensure a straight line.

Kickers for walls and columns shall always be used. Kickers shall be at least 70
mm high and shall be incorporated with the previous concrete.

Expansion joints shall be spaced no greater than six (6) meters apart to divide the
paved surface into blocks six (6) meters square maximum.

1.11.2 Materials

1.11.2.1 Cement
All cement used on the Work shall be standard brand Portland cement from a
single approved source conforming to the requirements of Portland cement class
CEM III B 32.5 NWS in accordance to DIN 1164. Cement used in the works for
structural parts underground or in contact with sea- or wastewater shall be salt and
sulphate-resisting Portland cement. The source of cement shall not be changed
without prior approval of the Engineer.

Cement has to be delivered to the site of works in the original sealed and branded
bags. No cement shall be used which has been manufactured 6 months prior to its
proposed use on site or which has been in storage for more than 3 months.

The Contractor shall provide from each consignment of cement delivered to the
site such samples as the Engineer may require for testing. Any cement which con-
tains, in the opinion of the Engineer, air set or hardened lumps, re-powdered air-
set material, foreign matter of contamination or what is unsatisfactory for any rea-
son whatsoever shall be rejected and the Contractor shall promptly remove any
such cement from the site. Cement which has been stored on site for more than
40 days shall not be used in the works, unless it is retested and it complies with
the relevant standard.

1.11.2.2 Storage of Cement


Immediately upon arrival on site, the cement shall be stored in silos or in dry,
weather tight and properly ventilated structures with adequate provisions to pre-
vent absorption of moisture. All storage facilities shall be subject to the approval by
the Engineer and shall be such as to permit easy access for inspection and identi-
fication. Each consignment of cement shall be kept separately and the Contractor
shall use the consignments in the order in which they are received.

1.11.2.3 Aggregates
Aggregates shall be hard, durable and clean and shall not contain deleterious
material in such form or quantity as to adversely affect the strength of concrete.
The aggregates shall be obtained from an approved source, shall be washed
clean and shall conform to the requirements of DIN 1045.

The portions of fine and coarse aggregates to be used for the preparation of each
class of concrete shall be approved by the Engineer. For this purpose samples of
aggregate proposed by the Contractor for use in the Works shall be submitted to
the Engineer for testing. The Engineer will carry out all tests at the Contractor’s
Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 43


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

expense. Sampling and testing shall be carried out in accordance with the re-
quirements of the appropriate clause of DIN 4226.

The aggregates to be supplied shall not give rise to any alkaline reaction with the
cement, weather silica or carbonate. In addition, the soluble chloride and sulphate
content of the aggregates shall be such that the concrete mix as a whole complies
with the specified limits of the salt content. Tests for chlorides and for potential al-
kaline reaction shall be carried out when required by the Engineer at the Contrac-
tor’s expense.

1.11.2.4 Storage of Aggregates


The Contractor shall provide storage facilities for aggregates which have to be
made that:
(a) each normal size of coarse and fine aggregates shall be kept separate all
the times;
(b) contamination of aggregates by the ground or other foreign matter shall be
prevented effectively at all times;
(c) each heap of aggregate shall be capable of draining freely;
(d) aggregates are kept as cool as possible by shading and provision of water
sprinkling if required.

The Contractor shall ensure that graded coarse aggregate is not segregated dur-
ing tipping, storing and removal from storage. Fine aggregate shall not be used
unless, in the opinion of the Engineer, it is conditioned to acceptable and uniform
moisture content. If necessary to meet this requirement, the Contractor shall pro-
tect the heaps against weather and condition fine aggregate in accordance to re-
quirements.

1.11.2.5 Water
Water for washing aggregates and for mixing of concrete shall be in accordance
with DIN 1045 and DIN 4030 and shall be clean and free from objectionable quan-
tities of organic matter, alkali, salts and other impurities. If not otherwise directed
or approved, the water for concrete mixing shall be drawn from the public supply at
the Contractor’s expense. The water shall enter the mixer at the lowest possible
temperature and shall not exceed 30°C. During the execution of works the Con-
tractor shall ensure that sufficient quantities of water for production and curing of
concrete are available on site at all times.

1.11.2.6 Admixtures
The use of admixtures is to be avoided whenever possible. At the request of the
Contractor or the Engineer, but in either case at the expense of the Contractor, an
admixture may be added to the concrete in order to control the set, to effect water
reduction and to increase workability. Such admixture shall not contain calcium
chloride and it shall be used in accordance to the manufacturer’s instructions. Ad-
mixtures shall not be used unless the Engineer has given his approval.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 44


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.11.3 Concrete

1.11.3.1 Proportioning of Concrete Materials


Concrete shall be composed of cement, aggregates, water and, when unavoid-
able, of admixtures. These materials shall be of the qualities specified and their
proportioning shall be determined in accordance with all requirements imposed by
DIN 1045-2 and be subject to the approval of the Engineer.

In general, the mix shall be designed to produce a concrete capable to be placed


so as to obtain maximum density and strength and smoothness to the surface.
The proportions shall be changed whenever necessary or desirable in the opinion
of the Engineer.

1.11.3.2 Water-Cement Ratio and Compressive Strength


The minimum compressive strength and cement content shall be not less than
required in the appropriate DIN standard. If necessary to obtain the required
strength, the Engineer may order the cement content of any class to be increased
over the quantity specified in the standard. Such increased quantities of cement, if
so ordered, shall be furnished by the Contractor at no additional cost to the Em-
ployer. The maximum water-cement ratio shall be less than 45 l of water per 100
kg of cement.

1.11.3.3 Limits of Salt Contents


All concrete mixes shall contain less than 0.6 % total chlorides (as chloride ions)
and less than 4.0 % total acid soluble sulphate (as sulphite ions). Tests shall be
carried out in accordance with the appropriate DIN standard.

1.11.3.4 Consistency
The quantity of water added to a batch of concrete shall be in accordance with DIN
1045-2, just sufficient to produce a concrete which, in the judgement of the Engi-
neer, can be placed properly without segregation and which can be compacted by
vibration to give the desired density, impermeability and smoothness of surface.

The quantity of water shall be changed as necessary, with variations in the nature
or moisture content of the aggregates, to maintain uniform production of a desired
consistency. The consistency of the concrete shall be determined in accordance
with DIN 1048.

1.11.3.5 Mix Design


The Contractor shall submit to an independent laboratory, approved by the Engi-
neer, samples of coarse and fine aggregates and cement proposed to be used in
the work. From analysis and test of samples furnished, the laboratory shall design
a concrete mix to meet the requirements for each class of concrete required for
use in the works. The laboratory shall prepare 2 test cylinders of each design mix
from the samples furnished and test them after 7 and 28 days, respectively. Three
copies of the test results shall be submitted to the Engineer for approval. All cost
for furnishing samples, mix design and testing shall be borne by the Contractor.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 45


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.11.3.6 Trial Mixes


As soon as the mix designs are approved by the Engineer, 3 batches of concrete
for each grade shall be made on site under full scale production conditions using
the same means of the same plant the Contractor proposes to use in the works.

The portions of cement, aggregates and water shall be carefully determined by


weight in accordance to the approved mix design and sieve analyses shall be
made in accordance with DIN 4226 of fine and coarse aggregate used. In accor-
dance with DIN 1048 three test cubes from each of the three batches shall be
made by the Contractor in the presence of the Engineer from each trial mix. The
cylinders shall be made, cured, stored and tested with the method described in
DIN 1048.

If the average value of the compressive strength of the nine cylinders taken from
any trial mix is less than the target mean strength or any individual cylinder test re-
sult falls below 85% of the target mean strength, the Contractor shall redesign the
mix and make a further trial mix.

1.11.3.7 Mixing of Concrete


All concrete prepared on site shall be mixed in accordance with DIN 1045 with
batch mixers in accordance with DIN 459. The mixing of each batch shall continue
not less than 1.5 minutes after all materials including water are in the mixer. Hard-
ened concrete or mortar shall not be permitted to accumulate on the inner sur-
faces of the mixer. Re-tempering will not be permitted.

1.11.3.8 Ready-mixed Concrete


Ready mixed concrete shall not be used in any part of the works without the writ-
ten approval of the Engineer, which, when given, may be withdrawn at any time.

If ready-mixed concrete is accepted, the Contractor shall certify the Engineer that
the ready-mixed concrete complies with the Specifications in all respects, and that
the manufacturing and delivery resources of the proposed supplier as well as traf-
fic conditions are adequate to ensure proper and timely completion of each con-
creting operation.

1.11.4 Non-Shrinking Grout


Unless otherwise specified, all non-shrinking grouting specified on the drawings or
where designated by the Engineer shall have a compressive strength of not less
than 6.0 MPa at 28 days. Mixing proportions and instruction for use shall be fol-
lowed in strict compliance with the manufacturer's direction.

Grouting materials that will be in contact with water shall be of non-metallic and
non-toxic type.

The Contractor shall submit technical specifications of grouting materials to the


Engineer for approval.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 46


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.11.5 Reinforcement

1.11.5.1 Submissions and Approvals


The following submissions are required by this Specification:

(a) manufacturer’s test certificates for each delivery of reinforcing steel, show-
ing the country of origin and tests;
(b) manufacturer’s data on accessories;
(c) all reinforcement drawings and bending schedules prepared by the Con-
tractor.
Before concrete is placed against any formwork, the reinforcement shall be in-
spected by the Contractor and offered for inspection and approval by the Engineer.
In no case concreting shall be commenced prior to the inspection of the rein-
forcement and the formwork by the Engineer and his written approval to proceed
with concreting. The approval procedure should be preferably supported by a
‘pour-card’ system.

1.11.5.2 Steel Reinforcement


Steel reinforcement bars shall be hot rolled untreated bars conforming to the
requirements of DIN 488. Only ribbed bars B St 220/340, B St 420/500 or B St
500/550 shall be used.

Steel reinforcement fabric shall be welded fabric conforming to the requirements of


DIN 488. The steel fabric shall be type B St 500/550 GK or B St 500/550 RK.

1.11.5.3 Accessories
The Contractor shall supply all accessories such as reinforcing steel supports,
hold-downs, spreaders, hangers, tie wire and all other incidentals necessary to
complete an acceptable installation of all concrete reinforcement.

All accessories shall be of steel with the exception of spacers to maintain concrete
cover. If not otherwise directed by the Engineer, the concrete spacers shall be in
the form of a truncated cone or pyramid and shall be used with the larger face to-
wards reinforcing steel.

1.11.5.4 Cutting and Bending of Reinforcement


Bars shall be cut and bent in accordance with the provisions of DIN 1045. All
bending shall be done cold with an approved bending machine. Cut and bent bars
shall be bundled and labelled for identification until they are incorporated into the
work. Re-bending or straightening of bars will not be permitted.

1.11.5.5 Storage of Bars and Fabric


The Contractor shall stack separately and label the various type of reinforcement
for identification. Steel reinforcement shall be kept clean and free from pitting.

Loose rust, mill scale, oil, grease, earth paint or any other material impairing the
bond between the concrete and the reinforcement has to be removed before steel
fixing. Reinforcing steel shall be stored under cover on wooden support, elevated
from the ground surface.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 47


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.11.5.6 Fixing of Reinforcement


All reinforcement shall be securely and accurately fixed in positions shown on the
approved drawings using approved spacer blocks and chairs. The Contractor shall
ensure that all reinforcement is maintained in position at all times, particular care
being taken during placing of concrete.
Reinforcement in slabs shall be maintained in position by means of chairs at 90
cm centres maximum. Reinforcement in walls with two layers of reinforcement
shall be maintained in position by means of 6 mm U-or Z-shaped spacers at 180
cm centres maximum.

No part of the reinforcement shall be used to support formwork, assess ways,


working platforms or the placing of equipment. Welding of reinforcement is subject
to the permission of the Engineer.

1.11.5.7 Concrete Cover


Except as otherwise shown in approved drawings or in the structural calculations,
reinforcement shall be installed with clearance coverage as follows:

- all surfaces in contact with water or placed against soil: 5. 5 cm


- bottom side of slabs over water and beams and columns
not exposed to soil or water: 4.0 cm
- surfaces exposed to air and all interior surfaces in buildings: 3.0 cm

1.11.5.8 Tolerances

Tolerances in placing reinforcement shall be:


- for members 60 cm or less in depth +/- 0.5 cm
- for members more than 60 cm in depth +/- 1.5 cm

1.11.5.9 Approval by Engineer


In no case shall any reinforcing steel be covered by concrete until the amount and
position of the reinforcement have been checked by the Engineer and his permis-
sion given in writing to proceed with the concreting.

1.11.6 Formwork

1.11.6.1 Submissions
The following submissions are required by the Specifications:
(a) design and shop drawings for formwork;
(b) layout of panels.
Before concrete is placed against any formwork, the formwork shall be inspected
by the Contractor and offered for inspection and approval by the Engineer. In no
case concreting shall be commenced prior to the inspection of the framework by
the Engineer and his written approval to proceed with concreting.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 48


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.11.6.2 Requirements
Formwork shall be constructed of timber, sheet metal or other approved material.
The Contractor shall furnish all struts, braces and ties to withstand the placing and
vibrating of concrete. Except, when otherwise expressly approved by the Engineer,
all material brought on the site as forms, struts or braces shall be new material.
For each class of finish the Contractor shall present sample panels to the satisfac-
tion of the Engineer. If the sample panels do not meet the requirements, in the
opinion of the Engineer, the Contractor shall present new samples. Sample panels
shall not be less than 2 m² in area.

1.11.6.3 Form ties


Form ties for use in water-retaining structures shall incorporate a diaphragm not
less than 50 mm diameter welded to the mid point of the tie, designed to prevent
water passing along the tie.

Form ties with integral water stops shall be provided in a cork or other suitable
means for forming a conical hole to ensure that the form tie may be broken off
back of the face of the concrete. The maximum diameter of removable cones for
rod ties, or of other removable form tie fasteners having a circular cross section,
shall not exceed 40 mm and all such fasteners shall be such as to leave holes of
regular shape for reaming. Holes left by the removal of fasteners having from the
end of snap-ties or form ties shall be reamed with suitable toothed reamers so as
to leave the surfaces of the holes clean and rough before being filled with mortar.
Wire ties for holding forms will not be permitted.

No form-tying device or part thereof, other than metal, shall be left embedded in
the concrete, not shall any tie be removed in such manner as to leave a hole ex-
tending through the interior of the concrete member. The use of snap-ties which
cause spalling of the concrete upon form stripping or tie removal will not be permit-
ted. If steel panel forms are used, rubber grommets shall be provided where the
ties pass through the form in order to prevent loss of cement paste.

Where metal rods extending through the concrete are used to support or to
strengthen forms, the rods shall remain embedded and shall terminate not less
than 50 mm back from the surface in the case of reinforced concrete and 150 mm
in the case of un-reinforced concrete.

1.11.6.4 Number of Forms


A sufficient number of forms of each kind shall be provided to permit the required
rate of progress to be maintained. Whenever, in the opinion of the Engineer, addi-
tional forms are necessary to maintain the progress of works, such additional
forms shall be provided by the Contractor at his own expense. The design of con-
crete forms, falsework and shoring shall comply with applicable standards.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 49


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.11.6.5 Design of Formwork


The Contractor shall be responsible for the adequacy and safety of formwork and
the compliance of the formwork with the Specification:

(a) All forms shall be true in every respect to the required shape and size,
shall conform to the established alignment and grade and shall be of suffi-
cient strength and rigidity to maintain their position and shape under the
loads and operations incident to placing and vibrating the concrete.
(b) Concrete construction joints will not be permitted at locations other than
those shown on approved shop drawings. When a second lift is placed on
hardened concrete, special precautions shall be taken in the location and
tightening of ties at the top of the old lift and the bottom of the new to pre-
vent any unsatisfactory effect whatsoever on the concrete.
(c) All exposed arises and exterior corners shall be chamfered (30x30 mm),
unless specifically shown otherwise in the drawings or directed by the En-
gineer.
(d) All vertical surfaces of concrete members shall be formed, unless place-
ment of the concrete against the ground is called for and explicitly autho-
rized by the Engineer. Permission for placing concrete against trimmed
ground in lieu of forms will be granted only for members of limited height
and where the properties of the ground allow for it.
(e) Top formwork shall be used on any inclined concrete surface steeper than
15 ° to the horizontal.

1.11.6.6 Formed Surfaces


Finishes to formed surfaces are classified as follows:

Class A: Surfaces exposed to view where good appearance is of special impor-


tance. To achieve the required finish, the formwork shall be faced with
plywood or equivalent material in large sheets. Wherever possible,
joints shall be arranged to coincide with architectural features. All joints
between panels shall be vertical and horizontal, unless otherwise di-
rected. Un-faced wrought boarding or standard steel panels will not be
permitted for class A finish.

Class B: Finish for surfaces which are exposed to view but where the highest
standard of finish is not required. Forms shall be faced with wrought
boards with square edges arranged in a uniform pattern or, alterna-
tively, with plywood or metal panels which are free from defects disturb-
ing the general appearance.

Class C: Finish for surfaces which are not exposed to view. The formwork shall
consist of boards, sheet metal or any other material which will prevent
the loss of materials during placing and vibrating of concrete.

Where the class of finish is not specified, the concrete shall be finished in accor-
dance to the requirements of class B surfaces.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 50


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.11.6.7 Erection of Formwork


All formwork shall be constructed, firmly supported, adequately strutted, braced
and tied to withstand the placing and vibrating of concrete. Formwork shall not be
tied to or supported by reinforcement.

Faces of formwork in contact with concrete shall be free from adhering matter,
projecting nails and the like, split or other defects, and shall be clean and free from
stagnant water, dirt, shavings, chippings or other foreign matter. Joints shall be
sufficiently water tight to prevent the escape of mortar or the formation of fins or
other blemishes on the face of the concrete.

Formwork in contact with concrete shall be treated with suitable non-staining


mould oil prior to reinforcement and concrete placement to prevent adherence of
the concrete. Care shall be taken to prevent the oil from coming into contact with
the reinforcement or with concrete at construction joints. Surface retarding agents
shall not be used unless approved by the Engineer.
Where ties are built into the concrete for the purpose of supporting the framework,
the whole or part of any such support shall be capable for removal in such a way
that no part remains embedded nearer than 5.0 cm from the surface. Holes left af-
ter the removal of such supports shall be neatly filled with well rammed dry-packed
mortar.

1.11.6.8 Tolerances
The permissible tolerances in the finished faces of shuttered concrete shall, if not
otherwise directed, not exceed the following values:

Type of concrete works: buried concrete exposed concrete


Deviation from alignment: 50 mm 10 mm
Deviation from grades: 10 mm 10 mm
Deviation from dimensions: +10/-5 mm +10/-5 mm.

1.11.6.9 Removal of Formwork


Formwork shall be designed as to permit easy removal without resorting hammer-
ing or levering against the surface.

The period of time elapsing between the placing of the concrete and the striking of
the formwork shall be as approved by the Engineer and shall be in any case not
less than the period stated in DIN 1045-3. If not otherwise directed, the striking
times for formwork shall be as follows:

Side formwork for beams, walls, columns: 4 days


Formwork for floor slabs: 10 days
Formwork for beams, frames and long span slabs: 28 days

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 51


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.11.7 Joints

1.11.7.1 Construction joints


A construction joint is defined as a joint in the concrete introduced for convenience
in construction at which special measures are taken to achieve subsequent conti-
nuity without provision for further relative movement.

Concrete placed to form the face of a construction joint shall have all laitance re-
moved and the large aggregate exposed prior to the placing of fresh concrete.

The laitance shall wherever practicable be removed when the concrete has set but
not hardened by spraying the concrete surface with water under pressure or
brushing with a wire brush sufficient to remove the outer mortar skin and expose
the large aggregate without being disturbed. Where the laitance cannot be re-
moved due to hardening of the concrete, the whole of the concrete surface form-
ing the joint shall be treated by high pressure water jet, sand blasting, use of a
needle gun or a scaling hammer to remove the surface laitance.

1.11.7.2 Performance of construction joints and lifts

a) General:
Bonding shall be required at all joints in walls, except where otherwise shown or
specified.
Concrete next to water stops shall be placed in accordance with below.
b) Construction joint sealant:
Where required, construction joints in floor slabs shall be formed with grooves
which shall be filled with a construction joint sealant. The materials used for form-
ing the grooves shall be left in the grooves until just before the grooves are
cleaned and filled with joint sealant. After removing the form from the grooves, all
laitance and fins shall be removed and the grooves shall be sandblasted. The
grooves shall be allowed to become thoroughly dry, after which they shall be blown
out, immediately thereafter, they shall be primed and filled with the construction
joint sealant. The primer used shall be supplied by the same manufacturer supply-
ing the sealant. No sealant will be permitted to be used without a primer. Care
shall be used to completely fill the sealant grooves. Areas designated to receive a
sealant fillet shall be thoroughly cleaned, as outlined for the grooves, prior to appli-
cation of the sealant. The sealant shall be two-pack polyurethane polymer de-
signed for bounding to concrete which is continuously submerged in water. No ma-
terial will be acceptable which has an unsatisfactory history as to bond or durability
when used in the joints of hydraulic structures. Prior to ordering the sealant mate-
rial, the Contractor shall submit to the Engineer for approval sufficient data to show
general compliance with the specification requirements.

The material shall meet the following requirements:

Work life 45-90 min. time to reach "All hardness (at 25°C, 200 gr. quantity)
20 hrs max.
Ultimate hardness 20-40 shore "A"
Tensile strength 16 kg/cm² min
Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 52


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

Ultimate elongation 400% in 5 min


Tear resistance: 120 kg per cm of thickness
Alternatively a two-pack polysulphide may be used as a sealant.

Certified test reports from the sealant manufacturer on the actual batch of material
being supplied indicating compliance with the above requirements shall be fur-
nished to the Engineer before the sealant is used on the job. The primer and seal-
ant shall be placed strictly in accordance with the recommendations of the manu-
facturer, taking special care to properly mix the sealant prior to application. Before
any sealant is placed, the persons carrying out the work shall be carefully in-
structed as to the proper method of application. All sealant shall cure at least 7
days before the structure is filled with water.

1.11.7.3 Water stops:


Central water stops shall have 10 mm thick webs and be extruded from an Elas-
tomer polyvinyl chloride compound containing the necessary plasticisers, resins,
stabilizers and other materials necessary to meet the requirements of these Speci-
fications. No reclaimed or scrap material shall be used. The water stop manufac-
turer shall furnish to the Engineer current test reports and a written certification
that the material to be supplied meets the following physical requirements:

Value
Physical property, sheet material:
- Tensile strength Min (kg/cm2) 120
- ultimate elongation Min (%) 350
- stiffness in flexure Min (kg/cm) 28
Accelerated Extraction:
- Tensile strength Min (kg/cm2) 105
- ultimate elongation Min (%) 300
Finished Water Stop
- Tensile strength Min (kg/cm2) 100
- ultimate elongation Min (%) 280

1.11.7.4 Splices and Joints


Prior to use of the water stop material in the field, a cross section sample of a fab-
ricated water stop of each size or shape to be used shall be submitted to the Engi-
neer for approval. These samples shall be fabricated so that the material and
workmanship represent in all respect the fittings to be furnished under this con-
tract. When tested, they shall have a tensile strength across the joints equal to at
least 42 kg /cm².

Field splices and joints shall be made in accordance with the water stop manufac-
turer’s instructions using a thermostatically controlled heating iron.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 53


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.11.7.5 Flat-steel water stops


For flat-steel water stops the thickness shall be less than 5 mm. Adequate means
shall be provided for anchoring the water stop in concrete. In placing flat-steel wa-
ter stops in the forms, means shall be provided to prevent them from being folded
over by the concrete as it is placed. Horizontal water stops shall be held in place
with continuous supports to which the top edge of the water stop shall be tacked.

Vertical water stops shall be held in place with light wire ties at 45 cm centres
which shall be passed through the edge of the water stop and tied to the two cur-
tains of reinforcing steel. In placing concrete around water stops, concrete shall be
worked under the water stops by hand so as to avoid the formation of air and rock
pockets.

1.11.7.6 Movement joints generally


Movement joints for expansion and contraction shall be constructed in accordance
with the details and to the dimensions shown on the approved drawings or where
otherwise ordered by the Engineer and shall be formed of the elements specified.

The Contractor shall pay particular attention to the effects of climatic extremes
about the works on any material which he may desire to use in any movement
joints and shall submit for approval by the Engineer his proposals for the proper
storage handling and use of the said materials having due regard to any recom-
mendations in this connection made by manufacturers.

Water stops shall be incorporated into all expansion and contraction joints in units
which retain or exclude liquids. Water stops shall conform to the requirements
specified elsewhere.

Different types of water stop material shall not be used together in any complete
installation.

Water stops shall be fabricated into the longest practical units at the supplier’s
works and shall be continuous throughout the structure below highest water level.
Intersections and joints shall be factory made where possible.

Water stops shall be carefully maintained in the position and supported on accu-
rately profiled stop boards to create rigid conditions.

Joint filler shall be either cork/bitumen joint filler or cellular joint filler. Cork/bitumen
joint filler shall be waterproof and rot proof and shall not extrude as a result of
compression. Cork joint filler shall compress to less than 50 % of its original thick-
ness with immediate recovery to 80 % or more of its original thickness.

Cellular joint filler shall be used only for joints of low horizontal loading and shall be
pre-formed low compression joint filler made from foam rubber. Cellular joint filler
shall recover to its original thickness after each loading and unloading.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 54


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

The joint filler shall be fixed to the required dimensions of the joint cross section
and shall provide a firm base for the joint sealer. Where the depth of joint between
the concrete surface and the water stop does not exceed 500 mm, filler shall be
placed in single depth sections.

Sealing of movement joints shall be carried out only when adjacent concrete sur-
faces are perfectly dry and as long after the concrete has been set as possible.
Immediately before the application of the joint sealer the groove protection batten
shall be removed in such lengths as represent a single day’s work for sealing the
joints.

The joint grooves shall be cleaned, adequately primed and filled with approved
sealer strictly in accordance with the manufacturer’s instructions and on joints of
25 mm and larger with a shape factor of 2:1 (width to depth).

On permanently exposed areas of structures joint sealing is to be carried out with


the aid of masking tape to form neatly defined surface limits to the sealer.

1.11.7.7 Sliding Planes


Sliding planes on the concrete and joint blinding layers shall consist of a bitumen
sand mixture 1 to 4 by volume spread evenly 3 mm thick over the carpet coat or of
building paper either of which shall be applied immediately before the structural
floor is concreted and shall be at all times suitably protected. Where building pa-
per is used the concrete formation carpet shall be finished with a steel trowel to
give a smooth surface.

Sliding joints shall consist of two layers of purpose made preformed plastic mem-
brane which when in contact shall give a coefficient of friction of not more than 0.2
2
when subjected to a load of 270 kg /m . The lower joint bedding surface formed in
concrete structures shall be steel float finished to a smooth true surface.

1.11.8 Concreting

1.11.8.1 Preparing for Concreting


For the preparation of concreting, the following shall apply:
(a) No concrete shall be placed until all formwork, installation of reinforcement
and parts to be embedded and preparation of surfaces involved in the
placing have been approved by the Engineer.
(b) Each surface shall be free from mud and debris and be thoroughly wetted
by sprinkling prior to the placing of any concrete.
(c) For watertight structure all slabs, beams and walls shall be concreted in
one batch.
Before any lift of concrete is placed, the Contractor shall carry out an inspection to
ensure that all preparations are complete, including the provisions of the neces-
sary equipment and personnel and shall ensure that sufficient materials are avail-
able to complete the works proposed.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 55


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.11.8.2 Transporting and Placing


Concrete shall be transported from the mixer to its place in the works as rapidly as
possible by methods which will prevent segregation or drying out and ensure con-
crete of the required workability at the time of placing:
- concrete shall not be placed when unsuitable wind and temperature condi-
tions prevent proper placement and curing as determined by the Engineer;
- concrete shall be placed by hoppers and chutes and, if necessary, by ver-
tical ducts;
- the free fall of concrete after chutes and ducts shall in no case exceed
1.5 m;
- concrete shall not be dropped through any reinforcement or into any deep
form in order to avoid segregation;
- concrete shall be placed and compacted before the initial set has occurred
and, in any event, not later than 45 minutes from the time of mixing.
The concrete shall be placed in the presence of the Engineer, unless agreed
otherwise with him. The Contractor shall notify the Engineer by writing 24 h prior to
the placing of any concrete.
The order of placing in all parts of the work shall be subject to the approval of the
Engineer. In order to minimize the shrinkage, the concrete shall be placed in units
as bounded by construction joints. The placing of the units shall be done in such a
way, that each unit shall have cured for at least 7 days before the continuous units
are placed, with the exception of walls which shall be placed not before the wall
footings or adjacent wall panels have cured for at least 14 days.

Whenever a run of concrete is stopped or completed, the surface of the concrete


shall be levelled with a trowel and all laitance shall be removed.

Concrete which is, before placing, found not to be conforming to the requirements
shall be rejected and immediately removed from the site. Concrete which is not
placed in accordance with the above requirements, or which is found to be of infe-
rior quality as determined by the Engineer shall be removed and replaced by and
at the expense of the Contractor.

Concrete placing will not be permitted if, in the opinion of the Engineer, the Con-
tractor does not have proper facilities available on site for placing, curing and fin-
ishing the concrete in accordance with these specifications.

1.11.8.3 Compaction
As concrete is placed in forms or in excavations, it shall be thoroughly settled and
compacted, throughout the entire depth of the layer which is being consolidated,
into a dense, homogenous mass, filling the form completely, thoroughly embed-
ding the reinforcement, eliminating air and aggregate pockets and bringing only a
small amount of excess water to the surface of concrete during placing.

For compaction the Contractor shall use power driven vibrators supplemented by
hand spading and tamping, except as otherwise approved by the Engineer. A suf-
ficient number (including standby) of appropriate sizes vibrators shall be at all
times available on site.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 56


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.11.8.4 Attendance of Steel Fixer and Carpenter


During the concreting of all reinforced concrete, a competent steel fixer and car-
penter shall be in attendance on each concreting gang and shall ensure that the
reinforcement, formwork, spacers and embedding fittings are kept in position as
works proceed.

1.11.8.5 Concreting in hot weather


The temperature of concrete as placed shall not exceed 30 °C in order to prevent
rapid drying of the newly placed concrete. To achieve this, the Contractor shall
provide sun shades over aggregate stockpiles, cement silos and mixing water
tanks and preferably place concrete during the night hours. With the approval of
the Engineer, also the following procedures may be applied:
- cooling of mixing water by chipped ice;
- sprinkling of stock piles with water;
- shade or wet the outside of the formwork.
The fresh concrete shall be shaded and cured as soon as the surface of fresh
concrete is sufficiently hard.

1.11.8.6 Concreting in cold Weather


Given cold weather and frost, the concrete must be of certain minimum tempera-
ture when being brought into place. At ambient temperatures of between + 5° C
and - 3° C the temperature of concrete used may not be lower than + 5° C.

If the content of cement is lower than 240 kg/m³, the temperature of the concrete
may not be lower than + 10° C. At ambient temperatures of below – 3° C the tem-
perature of the concrete used must be at least + 10° C and must subsequently be
kept at this temperature (+ 10° C) for at least 3 days. With the approval of the En-
gineer, also the following procedures may be applied:

- warm the mixing water and possibly also the aggregates; the temperature
of the unset concrete may not exceed + 30° C (aggregates should not be
used when they are frozen);
- use of heat insulating shuttering;
- delayed stripping of formwork;
- enclosing the building works with canvas shelters
- addition of heat; during this process the water necessary to harden the
concrete may not be withdrawn.

It is not allowed to add concrete to frozen concrete parts and concrete damaged
by frost has to be removed before concreting continues.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 57


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.11.8.7 Curing of Concrete

Concrete curing shall be carried out in compliance with DIN 1045-3.

All concrete shall be cured by protecting the surface from the effects of sun, drying
winds, rain, running water or mechanical damage for a continuous period of at
least seven days by:
- keeping wooden formwork wet until it is removed;
- covering the concrete surface with burlap mats and keeping them wet;
- covering the surface with moist earth (not before 4h and not longer than
24 hours after concreting);
- spraying the surface with water or a liquid curing compound.

1.11.8.8 Care and Repair of Concrete


The Contractor shall protect all concrete against injury or damage from excess
heat, lack of moisture, overload or any other cause until final acceptance by the
Engineer.

Any concrete found to be damaged, which may have been originally defective,
which becomes defective prior to the final acceptance of the completed work or
which does not conform to the Specification, shall be satisfactorily repaired or re-
moved and replaced by the Contractor at his own expense.

1.11.9 Failure to Meet Requirements


Should the strengths shown by the test samples made and tested in accordance
with the above provisions fall below the values given in the Design, the Engineer
shall have the right to require the necessary changes in mix proportions to apply to
the remainder of the work. Furthermore, the Engineer shall have the right to re-
quire additional curing on those portions of the structure represented by the test
samples which failed. The cost of such additional curing shall be borne by the
Contractor. In the event that such additional curing does not give the strength re-
quired, as evidenced by core and/or load tests, the Engineer shall have the right to
require strengthening or replacement of those portions of the structure which fail to
develop the required strength. The cost of all such core boring and/or load tests
and strengthening or concrete replacement required because strengths of test
specimens are below those specified, shall be entirely at the expense of the Con-
tractor. In such cases of failure to meet strength requirements, the Contractor and
Engineer shall confer to determine what adjustment, if any, can be made in con-
formity with Standards of Montenegro or other if it is necessary.

When the tests on control samples of concrete fall below the required strength, the
Engineer will permit check tests for strengths to be made by means of cores drilled
from the structure. In case of failure of the latter, the Engineer, in addition to other
recourses, may require at the Contractor's expense, load tests on any slabs,
beams, piles, caps, walls and columns in which such concrete was used. Tests
need not be made until the concrete has aged 60 days.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 58


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.11.9.1 Patching

It is the intent to require shuttering, mixtures of concrete and workmanship so that


concrete surfaces, when exposed, will require no patching.
As soon as the shuttering have been stripped and the concrete surfaces exposed,
fins and other projections shall be removed; recesses left by the removal of form-
work ties shall be filled; and surface defects, which do not impair structural
strength as determined by Engineer, shall be repaired. All exposed concrete sur-
faces and adjoining work stained by leakage of concrete shall be cleaned to the
satisfaction of the Engineer.

Immediately after removal of shuttering, the Contractor shall remove plugs and
break off metal ties as required herein. Holes shall be promptly filled by moistening
the hole with water, followed with a 1.5 mm brush coat of neat cement slurry mixed
to the consistency of a heavy paste. The hole shall immediately be plugged with a
1:1.5 mixture of cement and fine aggregate slightly damp to the touch. Grout shall
be hammered into the hole until dense, and an excess of paste appears on the
surface. The surface shall be trowelled smooth with heavy pressure, avoiding bur-
nishing.

Formwork tie holes in the exposed exterior walls and interior walls shall likewise be
immediately filled except that the holes shall be filled only to the depth shown on
the Drawings. Extreme care shall be taken to ensure that the colour of the grout
used to fill these holes is the same as that of the parent concrete.

When patching or repairing exposed surfaces the same source of cement and
sand as used in the parent concrete shall be employed. The colour shall be ad-
justed, if necessary, with the addition of proper amounts of white cement. The sur-
face shall be rubbed lightly with a fine carborundrum stone at an age of 1 to 5
days, if necessary, to bring it even with the parent concrete. Care shall be exer-
cised to avoid damaging or staining the virgin skin of the surrounding parent con-
crete. The surface shall be washed thoroughly to remove all rubbed matter.

Defective concrete and honeycombed areas, as determined by the Engineer, shall


be chipped down reasonably square and at least 25 mm deep to sound concrete
by means of hand chisels or pneumatic chipping hammers. Irregular voids or sur-
face stones need not be removed if they are sound, free of laitance, and firmly
embedded in the parent concrete, subject to the Engineer’s final inspection. If ho-
neycomb exists around reinforcement, the concrete shall be chipped to provide a
clear space at least 10 mm wide all around the steel. For areas less than 38 mm
deep, the patch may be made in the same manner as described above for filling
form tie holes, care being exercised to use adequately dry (non-trowellable) mix-
tures and to avoid sagging. Thicker repairs will require build-up in successive
38 mm layers on successive days, each layer being applied as described below.

Hydraulic structures such as chambers, treatment tanks, reservoirs and pumping


stations shall be repaired by using cement mortar, non-shrinking materials (ce-
ment base, epoxy base etc.), or expanding grout, as determined by the Engineer
case by case. The Contractor shall submit the proposed materials to be used in
repairing work together with the repairing procedure to the Engineer for approval
prior to starting the repairing work.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 59


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.11.9.2 Finish of Concrete Surfaces


Workmanship in formwork and concreting shall be such that concrete does not
require making good, i.e. surfaces are perfectly compacted, smooth and with no ir-
regularities. Surfaces shall be free from fins, bulges, ridges, offsets, honeycomb-
ing or roughness of any kind.

Except if otherwise provided, unformed top surfaces of concrete shall be brought


to a uniform surface and worked with suitable tools to a smooth wood-float finish.
Excessive floating of surfaces while the concrete is plastic will not be permitted.

As soon as forms are removed, all exposed surfaces shall be carefully examined
and any irregularities shall be immediately rubbed or ground in a satisfactory man-
ner in order to secure a smooth and uniform surface. Plastering or coating of sur-
faces will not be permitted. No repairs shall be made until after inspection by the
Engineer and then only in strict accordance with his directions. Concrete contain-
ing voids, holes, honeycombing or similar depressions shall be completely re-
moved and replaced.

1.11.9.3 Building-in Pipes and Plant


Wherever possible, pipes and other items of plant shall be installed and built into
the structures as work proceeds. Where this procedure is impossible due to pro-
grams or other requirements, holes and openings shall be made for the later in-
stallation of the items of plant.

Individual pipes of a complex pipe system shall not be built into the concrete struc-
tures before accurate fitting of the whole system. Where openings are made or
holes are formed, these shall be of size and shape sufficient to permit proper plac-
ing and compaction of concrete or grout. The surfaces shall be treated to produce
a bonded surface before installation of plant.

Before building-in commences the plant shall be adequately supported in position


to prevent movement or damage during building-in. Concrete used for building-in
shall be of the same class as concrete of the part of work into which the plant is
built. Concrete, mortar and grout shall be carefully placed and compacted around
the plant to avoid damaging or moving the plant.

1.11.9.4 Puddle flanges and pipe supports


Puddle flanged fittings for building into the walls may be the single-flanged type.
Where the single-flanged type is used it shall be positioned so that the puddle
flange is in the centre of the wall. Where the double-flanged type is used it shall be
positioned so that the outside face of each flange is flush with the face of the wall.

Pipe support blocks shall be provided by the Contractor where necessary in


chambers to support the pipe adequately, both during and after construction. The
Contractor shall be entirely responsible if damage is caused to pipes because of
his failure to provide adequate supports. Support blocks shall be made from
C20/25 concrete or a higher grade.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 60


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.11.9.5 Pre-cast Concrete


Pre-cast concrete units shall be obtained from an approved manufacturer or pre-
pared by special skilled employees and shall be true to dimension and shape, with
true arises and with perfectly smooth exposed faces free from surface blemishes,
air holes, crazing or other defects, whether developed before or after building-in.
The concrete shall comply in every respect with the provisions of the contract
whether such units are manufactured on the site or obtained from other manufac-
turers.
All cement, aggregate and other materials for pre-cast concrete units with faces
which are exposed whether internally or externally shall be from the same sources
throughout. Exposed surfaces of the units shall be uniform in colour and in texture.
Formwork and unformed surfaces for pre-cast concrete units shall comply gener-
ally with the accuracy grade “C“ according to DIN 18202.

1.11.9.6 Concrete for Benching


Concrete benching in manholes and works structures shall consist of class C
20/25 concrete unless otherwise specified. It shall be placed with low workability to
the approximate shape required and, while still green, shall be finished with not
less than 50 mm of class C 20/25 concrete to a steel trowelled finish and to the
contours indicated on the drawings.

1.11.9.7 Pumping Concrete


Where pumping of concrete is permitted to be used, no relaxation of the require-
ments of this Specification will be permitted. Particular attention shall be paid to
the proper grading of aggregates to prevent bleeding and/or segregation during
the pumping operations. The inclusion of water-reducing additives or other materi-
als, including fly ash, to improve the flow characteristics of the concrete will only be
permitted where it can be shown that they do not adversely affect the concrete ei-
ther in the plastic phase or in the finished work.

1.11.10 Inspection and Testing

1.11.10.1 Inspection Procedures


Before any lift of concrete is placed, the Contractor shall carry out an inspection to
ensure that all preparations are complete, including the provisions of the neces-
sary equipment and personnel and shall ensure that sufficient materials are avail-
able to complete the works proposed.
After completion of this inspection, the work shall be offered for inspection by the
Engineer and sufficient time shall be allowed for inspection and correction of any
defects. No concrete shall be placed until the Engineer has inspected and ap-
proved the surfaces upon which the concrete is placed, the formwork and the rein-
forcing steel.

If requested to do so, the Contractor shall institute a “pour card“ system in which a
card is made out for each lift of concrete and is initialled by the Contractor and the
Engineer confirming that the inspections have been carried out. The “pour card“
shall include spaces to identify the concrete being placed and to signify the com-
pletion of the inspections by the Contractor and the Engineer in regard to:

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 61


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

(a) preparation of surfaces on which concrete is to be placed;


(b) formwork;
(c) reinforcement;
(d) readiness for concrete placing;
(e) striking time of formwork;
(f) inspection after removal of framework (remedial work directed);
(g) curing procedures;
(h) completion of remedial work (if any).

1.11.10.2 Sampling and Testing of Aggregates


The Contractor shall sample and carry out mechanical analysis of the fine aggre-
gates and each normal size of coarse aggregate in use, employing the method
described in DIN 4226 at least once a week when concreting is in progress and at
such more frequent intervals as the Engineer may require.

The grading of all aggregates shall be within specified limits. Should the fraction of
aggregate retained on any sieve differ from the corresponding fraction of aggre-
gate in the approved mix by more than 5 % of the total quantity of fine and coarse
aggregate, the Engineer may instruct the Contractor to alter the relative portions of
the aggregates in the mix to allow for such differences.

1.11.10.3 Sampling and Testing of Concrete


The Contractor shall provide the equipment necessary to determine the compact-
ing factor of freshly mixed concrete at each place where concrete is being pre-
pared and shall determine the compacting factor of the freshly mixed concrete by
the method described in DIN 1048 on each location where a set of test cubes is
made and not less than once a day or as the Engineer may direct.

Unless particularly specified, for each grade of concrete works test cubes shall be
made whenever required by the Engineer but not less frequently than one set of
cubes per 25 m³ or part thereof concreted per day.

Each set of cubes (six cubes per set) shall be made from a single sample of a
concrete batch taken by random. Each three cubes shall be tested 7 and 28 days
after manufacture. When requested by the Engineer, additional set of cubes shall
be made for testing 3 days after manufacture. Test reports shall be submitted to
the Engineer in duplicate.

1.11.10.4 Compliance with Specified Requirements


The concrete shall be deemed satisfactory provided that:
(a) the average 28 days strength determined from every group of four con-
secutive test cubes exceeds the characteristic strength by not less than 5
N/mm² for grade C 12/15 concrete and 7,5 N/mm² for grades more than C
12/15;
(b) each individual test result is greater than 85 % of the specified characteris-
tic strength.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 62


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

If one cube result fails to meet the second requirement, the result may be consid-
ered to represent only the particular batch of concrete from which the cube was
taken, provided that the average strength of the group satisfies the first require-
ment.

If more than one cube in a group fails to meet the second requirement or if the av-
erage strength of any group of four consecutive test cubes fails to meet the first
requirement, then all the concrete in all the batches represented by such cubes
shall be deemed not to comply with strength requirements.

1.11.10.5 Non-Compliance with Specified Requirements


When the average strength of four consecutive test cubes fails to meet the first
requirement, no further concrete from that mix shall be placed in the work and the
Contractor shall establish the cause of the failure and apply such remedies as are
necessary. The Contractor shall demonstrate by trial mixes and test cube results
that the revised mix is in accordance with the specified requirements.

The Contractor shall, within 24 hours of the date of testing, make proposals for
agreement with the Engineer about actions to be taken in respect of any concrete
represented by the test cubes which fail to meet either of the requirements. These
proposals may include, but shall not be limited to, cutting and testing cores.

Concrete, which ultimately does not comply with any of the requirements of the
Specification shall be broken out and replaced or otherwise dealt with as agreed
by the Engineer at the expense of the Contractor.

Furthermore, the Engineer may order additional cement to be added to the mix
immediately. The mixes used may also be changed whenever, in the opinion of the
Engineer, such change is necessary or desirable to secure the required workabil-
ity, density, impermeability, surface finish and strength, and the Contractor shall
not be entitled to additional compensation because of such changes.

1.11.10.6 Cutting and Testing of Core Samples


As and where directed by the Engineer, cylindrical core samples shall be taken
normal to the surface of the hardened concrete for examination and testing. The
procedure for drilling, examination, measurement and testing shall be in accor-
dance with DIN 1048. Prior to the preparation for testing, the specimen shall be
made available for examination by the Engineer. If the crushing strength of the
specimen determined in accordance to DIN 1048 is less than the characteristic
strength at 28 days for the grade requirements in other aspects, that concrete in
that part of the works of which it is a sample shall be considered not to comply with
the specified requirements.

1.11.11 Water-Retaining Structures

1.11.11.1 Watertight Linings and coatings


Watertight coatings to be used by the Contractor must be approved by the Engi-
neer. The Contractor shall supply technical specifications, giving details of the me-
chanical properties, references and guarantees for the proposed material to the
Engineer.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 63


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

Application and use of any such product shall be in strict accordance with the
manufacturer's instructions and recommendations.

The Contractor must submit his method statement for correctly measuring the
thickness of the applied seal to the Engineer for approval.

1.11.11.2 Application of Sealing Resins


In the case of inadequate sealing of the work or cracking of the concrete, the faults
will be corrected by the Contractor, at his own cost, by the placing of nozzles for in-
jection of pure acrylic resin or other suitable material, approved by Engineer. The
spacing of the injection nozzles shall not exceed 200 mm.

The resin shall be suitable for use in food processing and inert with respect to
chlorinated water. The agreement of the Engineer will be required to permit use of
this product.

Nozzle installation will be subject to the control of the Engineer.

In order to ensure proper watertightness, keep to the contract timetable and mini-
mise the consumption of water by multiple tests of watertightness, the Engineer
may require the Contractor, after two unsatisfactory tests, to proceed with resin in-
jection work while the water-retaining structures are full.

The method of application, including injection pressure, proposed by the Contrac-


tor shall be agreed in advance with the Engineer.

1.11.11.3 Testing of Water Retaining Structures

1.11.11.3.1 Testing of Concrete Roofs


Concrete roofs of structures which are to contain aqueous liquids shall be water-
tight and shall, where practicable, be tested prior to the installation of any water-
proof membrane by lagooning with water to a minimum depth of 25 mm for a pe-
riod of 24 hours.
Where it is impracticable, because of roof falls or otherwise, to contain 25 mm
depth of water, the roof shall be thoroughly wetted by continuous hosing for a pe-
riod of not less than 6 hours.

In either case the roof shall be deemed satisfactory provide there are no visible
leaks or damp patches in the soffit.

1.11.12 Testing of Concrete structures for retaining aqueous liquids


After cleaning, and as far as practicable before any earth or other filling is placed
against the outside wall faces, concrete structures designed to retain an aqueous
liquid or sludge shall be filled with water at a uniform rate of not greater than 2 m in
24 hours to overflow level. A period shall be allowed by the Contractor for stabilisa-
tion, after which the water level shall be recorded by approved means at 24 hours
periods for a test period of 7 days. During the test period the total permissible
drop, after allowing for evaporation and rainfall, shall not exceed 1/500 of the av-
erage water depth of the full tank or 10 mm, whichever is less.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 64


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

Notwithstanding the satisfactory completion of the above test, any leakage visible
on the outside faces of the structure shall be stopped. Any caulking or making
good of cracks in the wall section shall, where practicable, be carried out from the
inside face.

Adjacent internal chambers within a structure shall be tested sequentially. Cham-


bers adjacent to the chamber under test shall be empty during the test.

On satisfactory completion of the test, the structure shall be emptied as far as


practicable, unless the water can be used as part of subsequent activities.

Backfilling around concrete tank is only permitted to start once the water tightness
test has been carried out to the satisfaction of the Engineer.

1.11.13 Testing of Non-concrete structures for retaining aqueous liquids


After cleaning, and as far as practicable before any earth or other filling is placed
against the outside wall faces, the structure shall be filled with water at a uniform
rate approved by the structure manufacturer to the overflow level. The water level
shall be recorded by approved means at 24 hours periods for a test period of 3
days. The tank shall be deemed to have passed the test if there is no change in
the water level, after allowing for evaporation and rainfall, and that there is no lea-
kage visible from the walls or base of the structure.
Internal compartments shall be tested separately.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 65


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.12 PIPE WORKS SEWERAGE

1.12.1 General

1.12.1.1 Scope
Sewerage works, as specified hereunder, shall include the supply, laying and
testing of sewers including manholes and house connections. The bid prices en-
tered in the Bill of Quantities shall fully include the value of works described under
the several items and shall cover the cost of all labour, subsidence, travelling,
supplies, materials, fittings, temporary works, testing, re-testing if applicable),
watching, lightening, overhead charges and any other expenses whatsoever to-
gether with all risks, liabilities and obligations set forth or implied in the Contract
Documents.

Flexibility shall be provided in the pipework at joints in the main structures to allow
differential settlement and thermal stresses which shall not be transferred to the
anchor blocks. Flexible joint or collars and cut pipes shall also be incorporated in
pipework where necessary to allow for some margin of error in the building work.

The pipework system shall be so designed to ensure the anchorage at blank ends,
bends, tees and valves may be kept to a minimum. The Contractor shall indicate
on his detailed drawings the blocks required to anchor pipework supplied by him.

Connection between different pipe materials and connections to manholes shall be


produced acc. to prepared typical sewer details (pipe connection details and house
connection details) presented in the Tender Drawings.

1.12.1.2 Materials and Standards


The following technical standards according to DIN German Industry Standard or
EN European Norm are binding for the execution of the pipe laying works. In par-
ticular the Contractor has to supply, install, test and commission the pipe work in
compliance to the following norms:

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 66


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

Norm Year Title


DIN EN 476 Manholes for buried Drains and Sewers, general
requirements, testing
DIN EN 1401 2009 Plastics piping systems for non pressure under-
ground drainage and sewerage Unplasticized
Polyvinylchlorid (PVC-U)-Part 1
DIN EN 1610 1997 Construction and Testing of Drains and Sewers
DIN 4032 Concrete Pipes and Fittings, dimensions, techni-
cal specifications for delivery
DIN 4034 Pre-fabricated concrete and reinforced concrete
manholes and inspection chambers
DIN 4035 Reinforced Concrete Pipes and suitable fittings
DIN 4124 2002 Excavations and Trenches, slopes, breaths of
working spaces, planking and strutting
DIN 8074 1999 Polyethylene Pipes
DIN EN 12889 2000 Trenchless Construction and Testing of Drains
and Sewers
DIN EN 13476 Plastic piping systems for non-pressure under-
ground drainage and sewerage
DIN EN 14364 Plastics piping systems for drainage and
sewerage with or without pressure -
Glass-reinforced thermosetting plastics
(GRP) based on unsaturated polyester
resin (UP)
DIN 19534 Polyvinyl chloride pipes
DIN 19555 Step irons for installation in single line
DIN 19565 GRP Pipes
DIN 19850 Vitrified Clay Pipes

Pipe materials shall be of the best quality of the class most suitable for working
under the conditions specified and shall withstand traffic loads, operating pressure,
corrosion and abrasion, and the variation of temperature and climatic conditions
without distortion or deterioration or the setting of undue stresses in any part of the
works and without affecting the strength or the suitability of the various parts for
the work which they have to perform.

1.12.1.3 Connection or crossing of live sewer pipes


The Contractor has in many cases to either intercept existing waste water sewers
or to cross live waste water sewers by the new main collectors during the con-
struction works.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 67


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

The Contractor shall assume full responsibility for the protection of such sewer
pipes during construction, whether or not they are shown on the drawings. The
Contractor shall carefully maintain, support and protect such sewers from injury of
any kind. Any damage resulting from the Contractor's operations shall be repaired
at his expense.

The Contractor shall not demolish or remove any existing sewers, whether indi-
cated on the Drawings or not, unless on a specific instruction from the Engineer.

During the construction period such waste water sewer lines being under operation
have to be protected, suspended and kept at all times operative. Where such
pipes have to be broken off, for instance when they cross a manhole to be newly
constructed, a temporary steel or plastic connection pipe has to be laid to maintain
the continuous waste water flow. Flooding of the construction pit or the new man-
hole shall be avoided. If the installation of such a temporary connection pipe is not
feasible, the waste water flow shall be maintained by pumping over through a tem-
porary hose pipeline. A longer interruption of the free waste water flow is not per-
missible.

All costs for the measures required to maintain the permanent waste water flow in
existing sewer pipes are deemed to be included in other work items and no addi-
tional payment will be allowed for such temporary measures.

At connection manholes e.g. where existing pipes connect to the new main collec-
tor, such existing pipes shall only be broken up and their sewage flow diverted into
the new collector, once the new sewerage system has been fully completed,
tested and passed all tests under dry conditions.

1.12.1.4 Method Statement for Sewerage Works


The means of storing, handling and laying, together with the chosen material and
construction methods for manholes and the method for compacting the pipe sur-
rounding and the backfilling of pipe trenches and around manholes, shall be sub-
ject to the approval of the Engineer.

At the commencement of the Contract, the Contractor shall submit for the approval
of the Engineer a method statement detailing his proposal for pipe laying and re-
lated activities at the site.

The method statement shall be submitted within 14 days after the awarding of the
Contract and shall include:
(a) location, size and security arrangements of all proposed storage areas for
pipes;
(b) methods of loading, off-loading and transporting pipes and precast con-
crete sections from the point of production or point of importation to the
storage area;
(c) methods of loading, transporting and stringing out of pipes from the stor-
age area to the pipeline routes;
(d) method of excavation of pipe trenches including plant to be used and
methods of trench dewatering to be employed;

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 68


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

(e) material to be used for bedding and surrounding of pipes and backfilling of
pipe trenches together with plant to be used and methods of compaction
to be employed;
(f) details of the proposed order of work incorporating the specified checks
and hydraulic testing.
The methods for pipe laying, jointing, bedding and backfilling recommended by the
pipe manufacturer shall be strictly adhered to. In cases of conflicts between the
manufacturer’s recommended methods and this Specification, the decision of the
Engineer will prevail.

1.12.1.5 Supply of Materials


All materials shall be supplied from approved manufacturers only. The Contractor
is requested to submit a list of suppliers that he intends to use, together with the
Tender bid.

The Contractor shall also submit on request and for the approval of the Engineer,
before ordering of materials:
- type of materials to be used, dimensions, thickness, lengths, shape,
weight, class, tolerance limits and quality;
- standard to which the item is manufactured, details of specials, adapters,
fittings and joints;
- coating and lining methods.

1.12.1.6 Inspection by the Engineer


The Engineer reserves the right to inspect goods prior to delivery or shipment from
the suppliers factory. The Contractor shall, on request, provide all necessary facili-
ties to the Engineer or his representative to carry out such inspection.

Inspection or approval by the Engineer of any equipment or materials shall not re-
lease the Contractor from any of his obligations under this Contract.

1.12.2 Pipes and Fittings

1.12.2.1 General Requirements


Sewers shall withstand traffic loads, corrosion and abrasion, and the variation of
temperature and climatic conditions without distortion or deterioration or the setting
of undue stresses in any part of the works and without affecting the strength or the
suitability of the various parts for the work which they have to perform.

Where corrosion or abrasion may be expected from contact with wastewater,


sediments or from any other cause, the Contractor shall supply suitably resistant
materials. Any material showing signs of corrosion or distortion before the expiry of
the maintenance period shall be replaced with material approved by the Engineer,
at the Contractor’s own expense.

All sewers will be tested for water tightness and inspected for straightness and
obstructions. In the case of unsuccessful test results, the Contractor has to repair

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 69


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

and make good the defaults observed or to dismantle and reconstruct defective
pipe sections at his own expense.

1.12.2.2 Polyvinyl-Chloride (PVC) Pipes and Fittings


Polyvinyl-chloride pipes and fittings shall be in accordance with DIN 8061, DIN
8062 , DIN 19534 and DIN EN 1401 or equivalent locally applied standards.

1.12.2.3 Concrete Pipes


The Contractor shall provide high grade cylindrical concrete pipes and fittings with
bell and spigot ends complying with DIN 4032 (concrete pipes) or DIN 4035 (rein-
forced concrete pipes), designed for heavy traffic load.

Concrete pipes should be made of sulphate resistant cement and show smooth
inside and outside surfaces without honey-combed texture. The pipes, whether
fresh or hardened, should not be treated, brushed or coated using water, cement
grout, mortar or any other material. Pipes should not show cracks or penetrating
holes. Pipes which do not comply with these requirements shall be rejected and
removed from the site immediately.

Pipes with diameter 300 and less may be without reinforcement provided they
meet the requirements of extra strength pipe class. Pipes with diameter 400 and
above shall comply with DIN 4035. In the case, pipes are manufactured in accor-
dance to other standards, pipes with diameter 400 and 500 mm shall be reinforced
by centric simple layer in both directions; pipes with diameter 600 mm and more
shall be reinforced by centric double layer in both directions.

Concrete pipes and fittings shall not be dispatched from the factory before 28 days
have elapsed after manufacturing.

For the cutting of pipes, mechanical sawing machines shall be used such that the
piece meets the requirements of the whole pipe. No hammering or chiselling will
be allowed.

1.12.2.4 Plastic Pipes for non-pressure pipes


Where Plastic Pipes for non pressure pipelines are recquired in the detailed de-
sign, the Contractor shall supply the corresponding pipes in compliance with DIN
EN 13476, Stiffness Class SN 8.

1.12.2.5 PE- HD- Pipes


The Contractor shall supply all high-density polyethylene pipes in compliance with
DIN 8074, quality PE 100, SDR 17.

As a standard, the HD-PE pipes shall be connected by butt welding. Butt welding
of the polyethylene pipes has to be carried out in accordance to the requirements
specified by the pipe supplier.

In cased that electro-fusion welded joints in high-density polyethylene pipes are


foreseen, they shall be made only between pipes having the same physical char-
acteristics. Joints between pipes from different manufacturers shall only be made
with the specific approval of the Engineer and incorporate a flexible joint seal.
Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 70


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

For the connection of PE-HD pipes into cast-in-place or pre-cast concrete man-
holes, a FRIAFIT ASF sewage shaft lining and the corresponding FRIAFIT ASF
sewage insert socket, or equal, shall be used. At the connection of PE - HD pipes
to a concrete shaft with a sewage shaft inlining and sewage socket, welding at the
connection point is not permitted, thus no nominal tension stresses are transmitted
onto the concrete structure.

1.12.2.6 CC-GRP Pipes


Centrifugally cast glassfiber reinforced pipes with sealtight couplings (fibreglass
sleeve couplings FWC) for push-in assembly are to be applied for the main collec-
tor sewer pipe. The pipes shall be supplied in standard length of 6,00 m with stiff-
ness class SN 5000, pressure class PN 1. Pipe sections to be installed deeper
than 3 meter shall be of class SN 10 000. Pipes may be cut to required length,
chamfering the cut end to fit with the FWC coupling.
Non pressure field closures may be used with closure coupling.
CC-GRP pipes and fittings shall be in accordance with DIN 19565, DIN 16869 and
OENORM B5161.

1.12.2.7 Testing at Place of Manufacture


The supplier shall, at the place of manufacture, test all pipes, fittings and pipeline
appurtenances listed in the Bill of Quantities, including all necessary jointing mate-
rial and mark them. The same applies for the Contractor for his part of supplies, as
applicable. The Contractor shall submit a certificate from the manufacturer certify-
ing that all items have been mill tested and that they have successfully passed the
relevant tests prescribed by the respective Standard Specifications.

Any or all materials and manufactured articles supplied by the Contractor shall, if
so required by the Engineer, be tested in advance at the Contractor’s expense in
accordance with the tests specified in the relative German or other approved
equivalent standards.

The Contractor shall arrange for a co-operation with a certified testing lab for the
needed testing (third party control). Mill testing of sewerage pipes shall include one
sample of 3 pipes for every 500 m.

1.12.2.8 Third Party Control


The Contractor shall at his own expense provide a recognized, independent third
party control to ensure that the pipes, fittings and other appurtenances are all
manufactured in accordance with their respective standards and who shall, among
other duties and obligations, testify that they have witnessed all mill tests pre-
scribed by the relative standards and that the material manufactured fulfil in every
respect the requirements of the Contract and who shall check the materials in re-
spect of proper packing and certify the Bill of Loading.

Before signing the Contract, the Contractor shall inform the Employer of the name
of the control party he intends to engage, and obtain the Employers approval.

1.12.2.9 Storage and Testing on Site


All materials provided by the Contractor have to be stored in a proper storage area
subject to the approval of the Engineer. The Contractor shall construct a fenced
and lockable compound in which all pipes, fittings, valves and other pipe appurte-
Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 71


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

nances are to be delivered, and also maintain shelters of sufficient size and capac-
ity to store the materials and to protect them from the effects of weather. The Con-
tractor shall be responsible for cleaning, levelling and enclosing the storage site
and shall provide all necessary security.

The Contractor shall, at his own expense, carry out all tests he considers neces-
sary to ensure that all pipes, fittings, valves and other appurtenances are in accor-
dance with the Contract, on his own responsibility. The Engineer may witness such
tests without incurring any responsibility for the materials.

The Contractor shall at all reasonable times allow the Engineer or the Employer
free access to any place for inspection and testing. In all cases the Contractor
shall satisfy the Engineer that all plant has been delivered in good and clean condi-
tion, such that identification markings are clear and that stock piling is in an ap-
proved manner.

The Contractor shall keep detailed records in a form to be approved by the Engi-
neer of all pipes, fittings and other pipe appurtenances, showing the quantities of
each type and class which have been
- received by the Contractor during the course of the works;
- declared on delivery to be faulty, damaged or deficient,
- broken, damaged or lost during the course of the works;
- found to be surplus to the requirements and held by the Contractor.
Such records shall be updated and delivered by the Contractor to the Engineer on
a monthly basis.

The Contractor shall comply with the Engineer’s instructions as to the disposal,
repair or replacement of any pipe, fitting or valve which has been notified as being
faulty, damaged or missing.

1.12.3 Manholes

1.12.3.1 Manholes
Manholes and valve chambers shall be located as indicated on Contract Drawings
or directed by the Engineer.

The typical standard manholes shall be constructed according to the detailed


design drawings and generally consist of pre-cast bottom parts and pre-cast top
slabs, shaft rings and cones. The contractor may propose alternatively the con-
struction of the bottom part as in-situ concrete structure subject to the Engineers
approval.

In-situ concrete manholes and valve chambers shall comply with the applicable
specified requirements for Earth Works and Concrete Works. Unless otherwise
specified, typical manholes and inspection chambers placed in the sewerage net-
work shall be made of pre-cast bottom parts and pre-cast circular manhole rings,
cones and levelling rings of appropriate size and diameters as shown on Typical
Drawings and in accordance with the requirements of DIN 4034.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 72


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

All manholes and inspection chambers shall be placed at all changes in direction,
either horizontally and vertically, and connections to sewer lines. They shall be
constructed with incoming and outgoing pipes neatly and truly concreted in, com-
plete with benching, iron steps and manhole cover as specified herein and shown
on Typical Drawings.

1.12.3.2 Manhole Covers


Cast iron covers and frames shall comply with DIN 4271 for materials and work-
manship and be subject to the approval of the Engineer. All covers shall be venti-
lated unless otherwise specified and be marked with the word “Sewer“ on their
surface.

All manhole covers shall be equipped with dirt pans. Unless otherwise specified,
all covers shall be provided with approved corrosion resistant locking mechanism
and provisions for lifting. Holes provided in covers for lifting shall be appropriately
shaped pockets and there shall be no projections above cover level.

If not otherwise specified, heavy duty covers and frames shall be installed in all
roads, streets and highways of width exceeding 3 m.

Unless otherwise directed, cast iron covers shall have the following bearing capac-
ity:

(a) medium duty cover and frame shall withstand a load of not less than 25 t;
(b) heavy duty cover and frame shall withstand a load of not less than 40 t.

1.12.3.3 Steps
If not otherwise specified, steps in manholes and inspection chambers shall com-
ply with the specifications of DIN 1211 (short) or DIN 1212 (long) or be made of
cast-iron with rubber coating, well covered against erosion and of 25 mm diameter,
dimension 300x270 mm. The steps shall be installed in a staggered pattern at not
more than 300 mm centers and well grouted.

1.12.3.4 Construction of Manholes


The Contractor shall construct manholes to the levels, dimensions and shapes
shown on Drawings or as directed by the Engineer.

The construction of manholes shall be as indicated on Standard Drawings and


comprise:
(a) well compacted blinding layer, concrete C 12/15, thickness 10 cm;
(b) bottom of manholes as shown on the drawings. The Contractor may pro-
pose the construction of the bottom of the manholes cast in situ concrete,
being subject to the approval of the Engineer
(c) tops of manhole frames (rings) and covers to the elevations as indicated
on drawings, unless otherwise directed;
(d) building in and grouting of pipe ends (watertight construction), iron steps
(at 300 mm centers) and drop fittings (encased in concrete C 20/25);

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 73


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

(e) benching to manholes (plain concrete C 30/37, compacted, well formed


and smooth trowelled);
(f) placing of cast iron manhole covers including frames.

1.12.4 Handling of Pipelines and Materials

1.12.4.1 Handling and Transport


The Contractor’s arrangements for handling, lifting and transporting of pipes,
fittings, pre-cast concrete parts, covers etc. shall ensure that these items are
brought to their final place on site, undamaged and in good order.

Pipes and pre-cast concrete parts shall be handled with utmost care and the Con-
tractor shall provide cranes and other appliances approved by the Engineer wher-
ever it is necessary to lift or lower pipes or other specials.

For the handling of pipes slings of canvas, rubber belting or special fittings shaped
to fit the pipe ends shall be used. Pipes shall not be lifted by hooks nor shall they
be dropped or dragged.

The height of the load for the various items shall be as recommended by the
manufacturer and approved by the Engineer. Each load shall be secured by ropes
or other lashing arrangement so that the pipes do not move or chafe and suitable
padding shall be used to ensure that the pipe is not damaged by these lashings.
Pipe specials shall be supported by sandbags or other padding and lashed down
as described above so that they are not damaged during transport.

1.12.4.2 Stacking of Pipes


Where the pipes are to be delivered and stacked on designated sites along the
pipeline route, the areas where the pipes are to be stacked shall, if directed by the
Engineer, be graded flat by the Contractor at his own expense to provide a firm
and even surface. The pipes then must be stacked in accordance with the instruc-
tions given by the manufacturer of the pipes.

1.12.4.3 Distribution at the Site


In distributing the material at the site of works, each piece shall be unloaded adja-
cent or near to the place where it is to be laid. Rubber rings for pipe joints shall be
stored and protected in an appropriate manner to prevent deterioration.
The Contractor shall keep the pipe and the appurtenances clean during the pro-
gress of the work. Dirt, debris or other foreign material shall be removed from the
interior of the pipe and the joints before installation.

1.12.4.4 Inspection before Installation


All pipes and materials shall be carefully inspected and examined for cracks and
other defaults while suspended above the trench immediately before installation in
final position.

Material found to be damaged or defective shall be rejected and removed from the
site. Spigot and socket ends of pipes shall be examined with particular care. Any
damaged pipe shall be laid aside for inspection by the Engineer who will prescribe
corrective repairs or rejection. Any materials which fail or become damaged must
Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 74


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

be replaced with new or repaired materials as decided by the Engineer and without
cost to the Employer.

1.12.4.5 Lowering into Trench


The pipe shall be handled with approved equipment designed to prevent damage
to the pipe and the external coating. Bare cables, chains, hooks or metal bars will
not be allowed to come into contact neither with the external coating nor with the
inner lining.

If damage occurs to any pipes, fittings or pipe accessories in handling, the dam-
age shall be brought forthwith to the Engineer’s attention. The Engineer shall pre-
scribe corrective repairs or reject the damaged items. The Contractor shall stand
the expense of repairing and replacing the same.

1.12.5 Pipe Laying

1.12.5.1 Pipeline Alignments


The pipe route shall be determined by the Engineer. The Engineer reserves the
right to vary or abandon any part or parts of the route of pipelines indicated on
drawings and the Contractor shall lay the pipes in accordance with any such varia-
tion the Engineer may issue. The contract drawings show the approximate lines
and levels to which the pipeline is to be built and are subject to the amendments
by the Engineer on site. Before setting out any section of the pipeline, the Contrac-
tor or his representative shall make an inspection on site in company with the En-
gineer and obtain from him instructions in this respect.

1.12.5.2 Requirements for Pipe Laying


In as much as possible, pipelines shall be laid in trenches excavated and subse-
quently backfilled with the prescribed cover and minimum width as specified in the
Specification of Earth Works and as specified in DIN 4124.

All pipes shall be laid in accordance with the alignment, levels and gradients as
finally authorized by the Engineer. The finished pipeline shall run straight between
the manholes and/or inspection chambers.

The bottom of the trenches shall be graded and prepared to provide a firm and
uniform bearing throughout the entire length of pipe and bell holes. The Contractor
shall inform the Engineer sufficiently in advance when the formation levels of the
trenches are ready for inspection. No pipe laying shall be allowed until the bottom
of trenches has been inspected and approved by the Engineer.
The pipe shall be positioned and bedded in the trenches in an approved manner
and properly aligned. Before being positioned, each pipe shall be thoroughly ex-
amined to ensure that it is free from defects and shall have all dirt removed from
the inside thereof. The Contractor shall lay the pipe in accordance to professional
practice and install all fittings and specials as may be necessitated for the proper
execution of the works. The Contractor shall joint the pipes in accordance with the
Specification and to the Engineer’s satisfaction.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 75


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.12.5.3 Laying of PVC Pipes


The pipes shall be positioned and bedded in the trenches on the compacted and
finished sub-grade of the trench and jointed in an approved manner. After placing
a length of a pipe in the trench, the spigot shall be centred in the socket of the cor-
responding pipe using the proper lubricant, rubber rings and methods in accor-
dance with the manufacturer’s instructions and the pipe shall be forced home and
brought to the correct line and grade. Particular care shall be applied to ensure
that the spigot end of the pipe does not damage or displace the rubber ring joint.
The pipe shall be secured in place with approved backfill material tampered
around it except at the socket.

The jointing of all pipes shall be carried out in strict accordance with the manufac-
turer’s instructions to the satisfaction of the Engineer. The Contractor shall supply
all the materials, equipment and tools required for the proper jointing of the pipes
at his own cost. All joint holes have to remain uncovered until passing the pre-
scribed pressure test in accordance with the Specification and to the Engineer’s
satisfaction.

1.12.5.4 Laying of Concrete Pipes


The pipes shall be accurately laid to line and level and jointed in an approved
manner. The pipes shall be laid on the backfilled, graded and finished bedding of
the trench and special joint holes shall be provided. Spigot and socket pipes shall
normally be laid with the socket at the upper higher end.

The whole inside and outside area forming the joint of pipes and fittings shall be
thoroughly cleaned before laying. Every precaution shall be made to prevent for-
eign material entering the pipes. During laying operation no debris, tools, cloth or
other material shall be placed in the pipe.

After placing a length of the pipe in the trench, the spigot end shall be centred in
the socket (or corresponding) and the pipe forced home and brought to correct line
and grade. The pipe shall be secured in place with approved backfill material
(preferable concrete B 5-10 on fine sand) tamped under it, except at the joint.
Pipes shall be laid in such a manner that the whole body of the pipe is in contact
with the bedding. Precautions shall be taken to prevent dirt from entering the joint
space.

The finished pipeline shall run straight between the bends and curves and a uni-
form gradient shall be accurately maintained between changes of gradient shown
on Drawings or authorized by the Engineer. All pipelines must be inspected and
approved by the Engineer before they are tested and finally covered.

1.12.5.5 Laying of PE-HD Pipes


The bedding for PE-HD pipes has to be carried out in compliance and as shown
on the typical pipe trench detail.

Pipe laying has to be conducted according to the suppliers requirements. As a


standard, the PE - HD pipes shall be connected by butt welding. Butt welding of
the polyethylene pipes has to be carried out in accordance to the requirements
specified by the pipe supplier.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 76


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.12.5.6 Laying of GRP Pipes


The bedding for GRP pipes has to be carried out in compliance and as shown on
the typical pipe trench detail.
Pipe laying has to be conducted according to the suppliers requirements.

1.12.6 Thrust (anchor) Blocks

Except where welded steel pipelines or self anchoring joints are used, thrusts from
bends and branches in pressure pipelines shall be resisted by concrete thrust
blocks cast in contact with undisturbed ground. For water tightness test of pipe-
lines, the excavation for thrust (anchor) blocks has to be backfilled, to guarantee,
that the necessary counterweight for the forces resulting from the pipeline will be
achieved.

Any additional excavation required to accommodate thrust blocks shall be carried


out after the bend or branch is in position and the thrust face shall be trimmed
back to remove all loose or weathered material immediately prior to concreting.

Thrust blocks shall be allowed to develop adequate strength before any internal
pressure is applied to the pipeline.

Plastic pipes shall be wrapped with a layer of plastic sheeting before being sur-
rounded by concrete.

1.12.7 Testing of Sewers

1.12.7.1 Cleansing of Pipelines


On completion of construction, internal surfaces of pipelines shall be cleaned tho-
roughly.

1.12.7.2 Precautions Prior to Testing Pipelines


Before testing any pipeline, the Contractor shall ensure that it is anchored ade-
quately and that thrusts from bends, branch outlets or from the pipeline ends are
transmitted to solid ground or to a suitable temporary anchorage.

Open ends shall be stopped with plugs, caps or blank flanges properly jointed.

Potable water shall be used for the cleansing, testing and swabbing of pipelines
unless otherwise directed by the Engineer. Stand pipes for extracting water from
the public supply system shall be in accordance with the requirements of the
supply authority. As a minimum a check valve system shall be provided between
the public supply and the item being filled to prevent the possibility of back sipho-
nage.

The Contractor shall provide all labour, testing equipment (including additional
pipework jointing material, stoppers, and blank flanges) and shall fill the pipes with
water and subsequently empty them after test, all to the approval of the Engineer.
Water drained from the pipes shall be discharged in a way that does not affect the
stability of the Works or adjacent structures.
Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 77


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.12.7.3 Testing Method Program and Notification


Before any testing of a pipeline, the Contractor shall submit to the Engineer his
proposed program of testing and, where required, swabbing.

The Contractor shall notify the Engineer at least 3 clear working days beforehand
of his intention to test a section of pipeline.

1.12.7.4 Extent of Testing


The testing of sewers shall include
(1) tests for straightness and obstructions;
(2) checks on infiltration and
(3) tests for water tightness.
The Contractor shall provide, at his own expense, all equipment, labour, materials
and water necessary and carry out the prescribed testing.

Carrying out visual checks, the Contractor shall ensure that no unprotected lights
are used in existing sewers and manholes or in any new sewers and pipelines in
which risks of explosion may be given due to the presence of gases.

Tests for straightness and obstructions and checks on infiltration shall be per-
formed on 100 % of all sewers and manholes. Tests for water tightness shall in-
clude the testing of
- 100 % of the total lengths of pipelines before covering up the pipes;
- at minimum of 5 % of the manholes before benching is made and before
backfilling and after installation of climbing irons;
- a maximum of 5 % of the lines including connections after
backfilling is completed.

1.12.7.5 Tests for Straightness and Obstructions


Visual tests for linearity and freedom from obstructions shall be carried out after
completion of the works and be performed by means of a lamp and mirror. Invert
levels of the sewers and inspection chambers shall be tested and verified with lev-
elling instruments.

1.12.7.6 Checks on Infiltration


Infiltration checks shall be performed when backfilling is completed and all inlets to
the length of sewers under testing have been effectively sealed. For sewers, not
exceeding 500 mm nominal diameter, the infiltration rate shall be below 0.05 l/h
per 100 linear meters and per mm of nominal bore.

Manholes and inspection chambers will be visually inspected for water tightness
against infiltration after backfilling has been completed and groundwater table is at
is highest level. Under these conditions no visible infiltration flow shall be admitted.

1.12.7.7 Testing Non-Pressure Pipelines


Sewer pipes laid in open cut shall be tested with air or water (as specified below)
after they have been bedded and jointed and before any concrete surround or

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 78


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

backfill is placed, other than such as may be necessary for structural stability
whilst under test.

The pipelines shall be tested in lengths applicable to the construction activities and
in accordance with the program.

A further test shall be carried out when any concrete surround has been com-
pleted and when backfill has been placed and compacted to a depth of 300 mm
above the crown of the pipeline.

1.12.7.7.1 Tests for Water tightness


All lengths of sewers shall be tested for water tightness by means of hydrostatic
testing. Hydrostatic testing shall be applied after partial backfilling leaving the joints
exposed. Testing shall be carried out from manhole to manhole. Short branch lat-
erals connected to the sewer may be tested as one system with the sewer. Long
branches and manholes shall be separately tested.

The hydrostatic testing shall be carried out as follows:


(a) After completing the installation and covering of a sewer line or a section
of the line, hydraulic testing of the line shall be performed, when directed
by the Engineer. The test pressure shall be 1.0 m head of water at the
highest point of the section under consideration. The length of each sec-
tion to be tested shall not exceed 100 m and the pressure at the lowest
point of the section shall not exceed 5.0 m head of water.
(b) At the upper end of the sewer a gauge glass shall be connected to the
sealing plug to enable the observation of the water level during the test.
The gauge glass should have an inner diameter of approx. 50 mm and
shall be provided with a mark located 1.0 m above the top of the sewer.
An air vent and a cock should be installed at the same end as to allow for
the release of air during the filling of water for testing.
(c) The pipe shall be filled with water for a period of minimum 2 hours and
maximum 24 hours before testing in order to allow for an adequate soak-
ing period and the complete release of air. The water level shall be kept at
the mark of the gauge glass during the entire soaking period. The hydro-
static test shall be carried out immediately after the soaking period.
(d) The leakage of the pipe is defined as the quantity of water which must be
supplied to the pipe during 10 minutes to maintain the specified water
level. The additional quantity of water filled into the pipe shall be measured
with an accuracy of 0.1 litres.
(e) The sewer will be accepted in respect of water tightness if the quantity of
water added during 10 minutes is less than 0,01l per 100 linear meters
and per mm of nominal bore.
(f) The maximum permissible leakage in manholes shall be less than 0.35 lit-
ters per 10 minutes and per m depth of water inside the manhole.
If instructed by the Engineer, pipe connections have to be additionally tested with a
joint tester

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 79


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.12.7.7.2 Air Test for Non-Pressure Pipelines


Pipelines to be air tested shall have air pumped into the length under test until a
pressure equivalent to 100 mm of water is indicated on a U tube gauge connected
to the system. The pipeline shall be accepted if the air pressure does not fall below
75 mm water gauge after a period of five minutes without further pumping.

1.12.7.8 Testing of Pressure Pipelines (excluding thermoplastic pressure pipes)


Pressure pipelines in their entirety (including all specials and valves) shall be pres-
sure tested.

Pipes shall be filled with potable water and tested in sections of convenient
lengths, which must not exceed 1000 meters. Where pipes are laid with steep
gradients the length of pipes tested at any one time shall be as directed by the En-
gineer.

Gauges used for testing pressure pipelines shall be capable of reading increments
of 0.1 m head. The Contractor shall be responsible for the independent calibration
of the gauge prior to commencement of testing.

The ends of pipes under test shall be closed by means of caps or blank flanges
with anchors all provided by the Contractor. Valves must not be used for this pur-
pose. All scour valves and air valves shall be replaced by blank flanges before
commencement of the test.

The pipe shall be slowly and carefully charged with water until the specified test
pressure is reached in the lowest part of the section. Pipes internally lined with
mortar shall be allowed to stand full for at least 24 hours before testing. The test
pressure shall be maintained, by pumping if necessary, for a period of one hour.
The pump shall then be disconnected, and no water addition shall occur, for a pe-
riod of one hour. At the end of this period the original pressure shall be restored by
pumping and the loss measured by drawing off water from the pipeline until the
pressure as at the end of the test is again reached.

The test pressures, unless otherwise specified, shall be 1.5 × the maximum work-
ing pressure or the maximum surge pressure, if applicable, whichever is the
greater.

The pipeline shall be accepted if the loss does not exceed 2 liters per meter no-
minal bore per kilometer length per meter head (calculated as the average head
applied to the section) per 24 hours.

During the test the pipe joints shall be inspected for leakages. Shall leakage of wa-
ter occur at the joints, the joint shall be reassembled to eliminate such leakage or,
shall this not prove possible, the Contractor shall supply and assemble new joints
at his own expense.

1.12.7.9 Thermoplastic Pressure Pipelines

Testing of thermoplastic (PVC, polyethylene) pipelines shall be carried out


generally as specified above, together with the procedure as detailed below to take
into account of the viscoelastic (creep) response of the material. The procedure
shall be as follows:
Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 80


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

 When the main is fully charged and all air vented, the system shall be
allowed to stabilize before the test procedure begins

 Pressure shall be applied at a constant rate and the time tL taken from the
start of pressurisation to attainment of test pressure must be recorded.

 Readings of pressure decay at time intervals in minutes must be taken


and recorded, and shall be taken by the temporary installation of a
pressure logging and recording device.

 The first such reading P1 is taken at any decay time t1 equal to and greater
than tL

 The second reading P2 is taken at any decay time t2 equal to and greater
than 5 × tL

 Calculate N1 = (loge P1 - loge P2) / (loge t2 - loge t1) which shall be


between 0.04 and 0.12. If N1 is greater than 0.25, then an unacceptable
leak is indicated.

 A third reading P3 is taken at any decay time t3 equal to and greater than
15 x tL

 Calculate N2 = (loge P2 - loge P3) / (loge t3 - loge t2). If N2 is greater than


0.25, then an unacceptable leak is indicated. If the ratio N1 / N2 is less
than 0.8, an unacceptable leak is indicated.

1.12.7.10 Repairs and Making Good of Defaults


Repair and making good of defaults observed after testing includes, as directed by
the Engineer, the correction of alignments and levels and the properly fixing of any
two pipes.

Brushing, grouting, cementing or concreting of pipes is not allowed, neither before


nor after running the tests. All necessary repairs, re-testing and replacement or-
dered by the Engineer shall be at the Contractor’s expense.

If the linearity of a sewer line between two manholes is not given, the Engineer
may order to dismantle and relay the pipe or to arrange for an additional manhole
at the bending ensuring the linearity between two neighbouring manholes.

Should the losses in any line tested exceed the permissible leakage by more
than 5 %, the Contractor shall, after repairing and making good any leaks, carry
out further tests to prove evidence of the permissible leakage rate. If, during iter-
ated testing the loss rate fails the permissible leakage by more than 5 %, the line
shall be dismantled and reconstructed with new pipes at the Contractor’s expense.
The above procedure shall apply also for lines and house connections which are to
be tested after backfilling, whereby a tolerance of 15 % from the permissible leak-
age rate infiltration shall be allowed.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 81


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.13 PIPEWORK WATER SUPPLY

1.13.1 Scope
The Contractor shall install all piping, valves, fittings and other appurtenances as
shown on the Drawings or as required to provide a complete functioning of water
supply system.
Pipe laying includes collection of materials from the storage site, loading, transport
to Site, off-loading, storage and handling, etc. Where any part of the material has
been damaged prior to completion of installation, the Engineer may direct that the
pipe or fitting shall be rejected and if the damage occurs after the material left the
store, its replacement shall be at the cost of the Contractor.
All pipes, valves and pipe and fittings shall conform to the relevant European
Standards. The Contractor shall forward to the Engineer certificates showing that
the materials have been tested and comply with the requirements of this Specifica-
tion and the relevant Standards. Also statement of conformity shall be forwarded
to the Engineer.
Pipes shall be ordered in the maximum lengths available to minimize the number
of joints. The Contractor shall be responsible for the supply of all materials in suffi-
cient quantities and shall immediately prior to placing any order, especially for im-
ported goods, ascertain the required the quantities.

1.13.2 Ductile Iron Pipes

Ductile iron pipes shall comply with European Standard EN 545. Unless specified
otherwise, all joints will be with TYTON socket joint acc. to DIN 28 603, with inside
cement mortar lining and outside zinc protection with cover epoxy coating. Spigot
and socket shall be sealed with continuous EPDM ring gaskets and feature a rota-
o
tion capacity of at least 3 . Gaskets shall be the sole elements depended on to
make the joints watertight. Prior to use, jointing materials shall be stored in a cool
place, protected from direct sunlight and frost.

The material used in the manufacture of ductile iron pipes and fittings shall comply
with ISO 2531 or equivalent. Tests on ductile iron pipes and fittings shall comply
with ISO 2531 or equivalent.

All pipes are subjected to a detailed visual inspection for any sign of external or in-
ternal defects. In the internal pressure tests with water the pipes have to withstand
the prescribed test pressure for the given type of pipe. The pipes’ cement mortar
lining will also be subjected to strict quality control – as well as checking the initial
substance, i.e. the fresh mortar, the layer applied must also adhere to the pre-
scribed thickness for the relevant nominal width.

In areas with electric of telephone underground cables, tubular polyethylene


sleeves shall be used as an additional protective measure for buried cast iron
pipes and fittings. Factory applied zinc coatings shall be in accordance with ISO
8179-1 and ISO 8179-2. Polyethylene sleeving shall be in accordance with ISO
8180 – ductile iron pipes – polyethylene sleeving.

The outside diameter of pipes shall be like in table as follows:

DN Outside diameter Thickness of Thickness of

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 82


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

cast+outside coating mortar linning

[mm] [mm] [mm]

80 98 6 4

100 118 6 4

125 144 6.2 4

150 170 6.5 4

200 222 7 4

250 274 7.5 4

300 326 8 4

Pipes with cement mortar lining shall comply with National drinking water or health
Regulations where appropriate. Pipes with a wall thickness of less than that specified
for Class K9 shall not be used. Pipe ovality shall not exceed the values given in EN
545. All gaskets and adequate lubricants required in flexible joints and flanged joints
shall be supplied with pipes and fittings.

The materials for flange pipe joints shall consist of rubber insertion rings 3 mm thick
produced from EPDM with nominal hardness in the range of 70-80 IRHD. Gaskets for
flanged pipe joints shall be of the inside-bolt-circle type.

Flanges, shall be comply with ISO 2501 or ISO 7005-2 OR DIN EN 1092-2 unless oth-
erwise specified. All bolts, nuts and washers required for flanged joints and anchored
flexible pipe joints, eg "Tighbar" or equivalent, shall be supplied with pipes and fittings.
Bolts for anchored pushfit flexible pipes shall be of high tensile steel.

If not otherwise specified in BoQ or Drawings, all fitting shall be manufactured from
ductile cast iron EN-GJS-400 or GGG40 or better.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 83


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.13.3 Ductile Iron Fittings for Plastic pipes


The ductile iron for plastic pipes fitting are applied to join the plastic pipes accord-
ing to DIN 8061/8062, DIN 8074/8075 in the pipe line system for drinking water.
Socket and spigots shall be as per DIN EN 12842. Flanged fittings shall be drilling
in accordance with EN 1092-2 or ISO 7005-1/2. Except F, X and XR all other
flange shall be loose (rotation able) type. Appropriate gaskets for all fitting shall be
made by EPDM.

If not shown otherwise in the Drawings and/or specified in BoQ operating pressure
is 10 bar, and maximum allowable operating pressure is 16 bar. Admissible tem-
o
perature 70 C. Fitting shall be manufactured from ductile cast iron EN-GJS-400
(GGG40) or better. The inside and outside surface protections are protected by
epoxy fluidized bed coating (powder coating) or Rilsan.

1.13.4 Ductile Iron Fittings for DCI pipes

The ductile iron fittings shall be in accordance with EN 545. The fitting are applied
to join the ductile cast iron pipes according to pipe standards EN 545, ISO 2531,
and DIN EN 969 in the pipe line system for drinking water. Tyton joints shall be as
per DIN 28603. Flanged fittings shall be drilling in accordance with EN 1092-2 or
ISO 7005-1/2. Except F, X and XR all other flange shall be loose (rotation able)
type. Appropriate gaskets for all fitting shall be made by EPDM.

If not shown otherwise in the Drawings and/or specified in BoQ operating pressure
is 10 bar, and maximum allowable operating pressure is 16 bar. Admissible tem-
o
perature 70 C. Fitting shall be manufactured from ductile cast iron EN-GJS-400
(GGG40) or better. The inside and outside surface protections are protected by
epoxy fluidized bed coating (powder coating) or Rilsan.

1.13.5 Polyethylene Pipes (HDPE)


PE pipes shall comply with the relevant provisions of CEN-standard EN12201, DIN
8074/8075. PE pipes shall be manufactured from PE 100 material, as classified by
the European Technical Committee Report CEN/TC 155. In accordance with ISO
12162 the PE 100 material shall have a Minimum Required Strength (MRS) value
of 10 Mpa.
For purposes of works which cover this documents shall be used pipes with next
characteristics.

PN10

SDR 17

C=1,25

HDPE pipes shall have normal flammable properties (building metals class B2) in
accordance with DIN 4102, Part 1. HDPE shall be protected against UV radiation /
Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 84


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

sunlight and mechanical damage. During the installation Contractor shall be kept
in mind temperature-related linear changes. If service/house connection pipes
have to be laid, as an exception, outside the building through cavities of building
sections (e.g. terrace, stairs) , they shall be installed in jacket pipes in this area.
In the case of parallel installation or intersection with lines it is recommended for
installation in opet trenches to maintain a minimum spacing of 0.2m from parallel
running pipes and 0.1m from other crossing installations.
If not otherwise specified in BoQ, pipes outside diameter up to d125 shall be deliv-
ered in coils, the larger will be delivered in parts of 12m. Pipes can be stored up to
2 years. The pipes must be stored in such a way that they are protected from ex-
posure to direct sunlight. If covered with tarpaulins, the pipes and fittings shall be
well ventilated to prevent any accumulation of heat and resultant deformation.
Transparent sheeting or tarpaulins are not suitable for covering the pipes.
The storage location should be flat and support the pipes over their entire length.
The pipes must not be stored on stones or objects with sharp edges. Gaskets
shall be always stored in a cool place protected from direct sunlight. Pipes should
not be stacked to a height exceed 1 m. The pipes must be secured at the side to
prevent them from rolling away. Contact with harmful media must be avoided.
Coils should be stored in a horizontal and not on top each other. The pipes and
pipeline parts shall be stored in such a way that they do not get dirty inside. Protec-
tion caps shall not be removed prior installation.
Pipe connections in the main cases shall be with loose flange adaptors. Flange
shall be according DIN EN 1092-2.

1.13.6 Tapping saddle for tapping HDPE pipes


Construction shall be in accordance with DIN 3543. Tapping saddle shall be with
integrated angle valve. Clamping pieces (saddles) shall be of ductile cast iron EN-
GJS-400 (GGG40) or HDPE or PP. Angle valve shall be of brass, nickel-plated
and hard chrome-plated. If not shown otherwise in the drawings and/or specified in
BoQ internal treated outlet is 2" in accordance with ISO 7/1, fitted according to ISO
7/2. Actuator shaft shall be of stainless steel. All screws, nuts, and washers shall
be of stainless steel or at least carbon steel zinc-plated with plastic protection
cups.

If not shown otherwise in the Drawings and/or specified in BoQ operating pressure
is 10 bar, and maximum allowable operating pressure is 16 bar. Each tapping
saddle is to be supplied complete with the required nuts and bolts.

1.13.7 Tapping saddle for tapping DCI pipes


Construction shall be in accordance with DIN 3543. Tapping saddle shall be with
integrated angle valve and clamping pieces. Upper part of clamping pieces (sad-
dles) shall be of ductile cast iron EN-GJS-400 (GGG40). Lower part of clamping
pieces shall be of stainless steel with EPDM gasket on contact side to Ductile pipe.
Angle valve shall be of brass, nickel-plated and hard chrome-plated. If not shown
otherwise in the drawings and/or specified in BoQ internal treated outlet is 2" in
accordance with ISO 7/1, fitted according to ISO 7/2. Actuator shaft shall be of
stainless steel. All screws, nuts, and washers shall be of stainless steel or at least
carbon steel zinc-plated with plastic protection cups.

If not shown otherwise in the Drawings and/or specified in BoQ operating pressure
is 10 bar, and maximum allowable operating pressure is 16 bar. Each tapping
saddle is to be supplied complete with the required nuts and bolts.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 85


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.13.8 Transportation of Pipes and Fittings


Transportation of pipes and fittings shall be performed according to the manufac-
turer's recommendations. Any vehicle on which pipes are to be transported shall
have a body of such length that the pipes do not overhang. The pipes shall be
handled in accordance with the manufacturer’s recommendations. Approved
slings shall be used and all hooks and dogs and other metal devices shall be pad-
ded. Hooks engaged on the inner wall surface at pipe ends shall not be used. Pipe
handling equipment shall be maintained in good repair and any equipment that in
the opinion of the Engineer may cause damage to the pipes shall be discarded.
Under no circumstances shall pipes be dropped, be allowed to strike on another,
be rolled freely, or dragged along the ground.

1.13.9 Storage of Pipeline Materials


All pipes shall be stored in accordance with the manufacturers recommendations,
in order to preserve their quality and condition to the standards set out in the
Specification. Particular care shall be taken in respect to HDPE pipes.
Pipes and fittings shall be stored raised from the ground and shall be carefully
supported cushioned and wedged. Pipes shall not rest directly on one another and
shall not be stacked more quantity high that of manufacturers recommendation.
Storage areas shall be carefully set out to facilitate unloading, loading and check-
ing of materials with different consignments stacked or stored separately with iden-
tifications marks clearly visible. Storage stacks shall be arranged so that the belled
sockets are at alternate ends of the stack and do not bear any load.
Couplings and joints (and all components thereof) and other similar items shall be
stored in dry conditions, raised from the ground in sheds or covered areas.
Careful consideration must be given to the handling on site. They shall not be
strung out along the trench for more than 1 day prior to installation in the trench
unless the shading is maintained.
Extreme care must be taken to prevent any scarring or nicking of the pipe and
from bearing on sharp objects.
Ends of all pipes/valves shall be covered with appropriate covers. Covers of end of
pipes and/or shall be manufactured of HDPE or suitable materials for using in
drinking water system. Covers shall be removed prior to the execution of the pipe
or fitting that part of the equipment.

1.13.10 Attest documentation

Before start of works contractor shall delivered all pipe material and main part of
equipment in storage place on territory of municipality where will be working. Engi-
neer shall confirm quantity and quality of pipe material and equipment. With deliv-
ered equipment Contractor shall show to Engineer all attests, certificates and
technical information with common name attests-technical documentation. Con-
stractor shall delivery to Engineer all of this documentation on the end of work.

The minimal attests-technical documentation for each item of BoQ shall consist of:

 Documents which undoubtedly show DN, PN, dimensions, corrosive protec-


tion, material, confirmation of quality tests, manufacturers confirmation that
Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 86


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

this type equipment is suitable for drinking water, drawings of details, mount-
ing schemes, directives. For electro equipment shall be CE certificate.
 Sanitary certificate from Montenegrin's official institution. This certificate con-
firm that this type of equipment suitable for drinking water purposes.
 Certificate of level of nuclear radiation from Montenegrin's official institution.
This certificate confirm that this type of equipment suitable for drinking water
purposes.
 Manuals for installing, using, handling. Services books, list of spare parts with
necessary catalogue numbers or markers for ordering.
 Manufacturers Warranties on name of Employer. List of services located on
Balkan Peninsula.

1.13.11 Inspections, testing, disinfecting and backwashing of Pipes and Fittings


Before incorporation into the pipeline each pipe shall be at least visually controlled.
Damaged pipes shall be rejected and removed from the Site. The cost of individ-
ual pipe testing shall be borne by the Contractor.
The Engineer shall inspect all joints and no sections of trench above joints, for
whatever type of joint, shall be filled in until the Engineer shall so direct. Each wa-
ter supply object who is in contact with drinking water shall be disinfected.
Inspection, testing, disinfecting and backwashing of pipes and fittings shall be per-
formed according to usual procedures and directives of Engineer.

1.13.12 Pipeline Installation

1.13.12.1 General
Installation of pipelines includes the excavation of trenches, supply, laying and
jointing of pipes and fittings, construction of beddings and foundations, manholes
and other structures in the line, testing, backfilling of trenches, and commissioning.
Pipes shall be laid in accordance with prEN805.
All plant, operation and haulage required from source or store to bring the pipes,
valves, etc., to their place of laying of fixing, including any unloading into temporary
storage areas and any subsequent reloading for haulage to the place of laying
shall be included in the supply of pipes and fittings.
During installation pipes are to be suitable anchored to prevent flotation prior to
backfilling. The Contractor shall submit to the Engineer for his approval his pro-
posed method for control of the pipe laying to the correct levels and alignment.
All pipes shall be laid strictly and handled in accordance with the Manufacturer's
instructions. The pipes shall be laid into the trench on the bedding material and
joints made. During installation careful checking and supervision shall ensure that
the pipes are laid to the correct line and grade, and sealed at each joint, fitting,
branch and valve chamber or manhole.
All pipes and fittings shall be carefully examined for cracks and other defects while
suspended above the trench immediately before installation in final position. Spigot
ends shall be examined with particular care, as this area is the most vulnerable to
damage from handling. Defective pipes or fittings shall be laid aside for inspection
by the Engineer, who will prescribe corrective repairs or rejection.
The outside of the spigot end and the inside of the bell shall be wiped clean, dry
and free from oil and grease before the pipe is laid.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 87


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.13.12.2 Laying, Jointing and Cutting


Every precaution shall be taken to prevent foreign material from entering the pipe
while it is being placed in the line. During laying operation no debris, tools, clothing
or other materials shall be placed in the pipe. As each length of pipe is placed in
the trench, the spigot end shall be centred in the bell and the pipe forced home
and brought to present line and grade. The pipe shall be secured in place with ap-
proved backfill material tamped under it except at the bells.
Precautions shall be taken to prevent dirt from entering the joint space. At times
when pipe laying is not in progress, the open ends of pipe shall be closed by a
means approved by the Engineer. Where a new pipe is to connect with an existing
pipeline, then the Contractor shall locate the existing pipe prior to excavation and
before the route and invert levels of the new pipeline are confirmed. The Contrac-
tor shall use an electromagnetic pipe locator or similar device to determine more
accurately the position of the existing pipes. Finally, a test pit is to be excavated by
the Contractor, in a position agreed by the Engineer to confirm the location of the
existing pipe and to expose the section where the connection is to be made.
Should the test pit fail to uncover the required pipe, additional test pits are to be
excavated. Having excavated the test pit and exposed the existing pipe the Con-
tractor is to measure the invert level of the existing pipe and its external diameter.
In case of pipe replacement, new pipes shall be laid on the same horizontal align-
ment as the old ones. Old pipes shall be removed and hauled to a site approved
by the Engineer.
In case of pipe replacement, unless otherwise instructed by the Engineer, the Con-
tractor shall after obtaining the approval from the Engineer and after obtaining the
excavation permit by the Employer/Engineer follow the instructions as below:

a) the pipe to be replaced shall be clearly located;

b) before isolation of the pipe the Contractor shall if required provide and install
temporary pipes in HDPE materials to supply the consumers along the section
of replacement with water during the works;

c) the pipe to be replaced shall be isolated from the network. The Contractor
shall check in advance the good operation of the valves required and shall in-
stall new valves or missing valves for isolation on his own costs in case of de-
ficiency;

d) the temporary pipe will be laid above ground and fixed to the front of the build-
ings at a regular distance. Unless otherwise instructed by the Engineer, the
diameter of the temporary pipe shall not exceed 80 mm. Slabs will be laid on
the temporary pipe to enable the exit of the vehicles;

e) service connections shall be shifted from the existing connection pipe to the
temporary pipe;

f) once the new service connections have been laid and the new main pipe
tested, the new system will be put in service;

g) all the temporary pipe shall be removed and hauled to the site approved by
the Engineer.
Interruptions in potable water supply will be allowed for no more than 6 hours. In
case of any replacement the public affected due to the work needs to be informed
Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 88


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

minimum 3 days before commencement of the work about the works itself and the
inconvenience which might occur during and after the work.
When installing piped services the following minimum clearances shall be pro-
vided:

 walls 300 mm
 ceiling 200 mm
 floors 200 mm
 cables and conduits 150 mm
No joint of any description shall be made in the thickness of walls, solid floors etc.
of any other position where access for maintenance is difficult.
All joints shall comply with the relevant provisions of the appropriate International
standard and shall be made to the manufacturer’s recommendations and the
Specifications hereafter.

1.13.12.3 Push-in Joints


The inside of the socket and the outside of the spigot end shall be thoroughly
cleaned to remove oil, grit, excess coating, and other foreign matter. The circular
rubber gasket shall be flexed inward and inserted in the gasket recess of the bell
socket.
A thin film of gasket lubricant shall be applied to either the inside surface of the
gasket or the spigot end of the pipe, or both. Gasket lubricant shall be as supplied
by the pipe manufacturer and approved by the Engineer. In no case shall an unap-
proved lubricant be used.
The spigot end of the pipe shall be entered into the socket with care to keep the
joint from contacting the ground. The joint shall then be completed by forcing the
plain end to the bottom of the socket with a forked tool or jack-type tool or other
device approved by the Engineer. Pipe that is not furnished with a witness mark
shall be marked before assembly to assure that the spigot end is inserted to the
full depth of the joint. Field cut lengths shall be filed or ground to the same dimen-
sion as the manufactured spigot end.
A penetration gauge shall be used to check each joint after assembly, to ensure
that the rubber ring is properly seated. When it is desired to deflect push-on joint
pipe in order to form a long radius curve, the amount of deflection shall be directed
by the Engineer and the instructions of the manufacturer shall be observed. It is
important that in making the joint the pipes are maintained in a straight line and the
deflection introduced after the joint has been assembled.

1.13.12.4 Mechanical Joints


To assemble the joint, the Contractor shall thoroughly clean the joint surfaces and
rubber gasket with soapy water before inserting the spigot into the socket of the
joint. Bolts shall be tightened alternately on opposite sides of the joint diameter
and in rotation around the pipe. When properly assembled, the gland shall be
equidistant from the socket face at all points.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 89


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.13.12.5 Flanged Joints


Flanged joint pipe shall be firmly and fully bolted with machined bolts provided by
the manufacturer. Gaskets shall be used at all flanged joints. Slip-on flanges shall
be double welded to the pipe with a full strength fillet weld joining the flange hub to
the pipe, and a seal fillet weld inside the flange at the pipe end.

1.13.12.6 Welded Joints


Welding of joints at steel pipes, where required or directed, shall be in accordance
with the German DIN Standard EN 805, DIN 2470, and DIN EN ISO 9692.
Damage to linings and coatings (inside and outside) shall be repaired after welding
to the satisfaction of the Engineer.

1.13.12.7 Thrust Resisting Joints


To prevent the main from pulling apart at certain pipe sections, and where those
sections are not anchored otherwise, the Engineer may instruct the Contractor to
use fittings with thrust resisting joints.
Flanged joints shall be properly aligned before any bolts are tightened. Gaskets for
flanged joints shall be of the inside-bolt-circle type. Jointing compounds shall not
be used when making flanged joints, except that to facilitate the making of vertical
joints, gaskets may by secured temporarily to one flange face by a minimum quan-
tity of clear rubber solution. Bolt threads shall be treated with graphite paste and
the nuts shall be tightened evenly in diametrically opposite pairs. Nuts shall be se-
cured against loosening by vibration.
Unless specified otherwise joints having exposed mild steel components shall be
cleaned and all loose rust shall be removed. The internal lining in a gap, which has
been left for the joint to be made, shall be completed in accordance with the rec-
ommendations of approved supplier, unless specified otherwise. The external pro-
tection shall comprise bitumen applied to a thickness of not less than one millime-
tre on to the external surface of the joint, followed where appropriate by a spiral
wrap of heavy duty glass fiber tape bonded with hot bitumen.
For closing lengths, it may be necessary to cut pipes of various materials. How-
ever any field cutting of the pipe and field fabrication of fittings shall be minimized.
When such cutting is required it shall be done by a suitable cutting machine, leav-
ing a smooth cut at right angles to the axis of the pipe or in the plane of the bend
or other fitting. Care shall be taken not to damage the coating or lining of the pipe.
Pipes shall be cut by a method which provides a clean square profile without split-
ting or fracturing the pipe wall. Where necessary, the cut ends of pipes shall be
formed to the tapers and chamfers suitable for the type of joint to be used and any
protective coatings shall be made good.
Where ductile pipes larger than 450mm diameter are to be cut to form a non-
standard lengths, the Contractor shall comply with the manufacturer’s recommen-
dations in respect of ovality correction to the cut spigot end.
Pipe shall be laid with socket ends facing in direction of laying, unless directed
otherwise by the Engineer. Where a pipe is laid on a grade of 10 % or greater, the
laying shall start at the lower end and shall proceed upward with the bell ends of
the pipe upgrade.
HDPE joints and fittings shall be of two types as follows, if not otherwise specified:
Rubber gasket joint type pipes shall be pushed into the socket by leverage with an
iron bar against the opposite end of the pipe being installed. A wooden block or
other suitable device shall be used to prevent any damage to the socket against

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 90


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

which the bar is being pressed. No blocking will be allowed under the pipe, and it
shall bear evenly along its entire length on the bedding material.

Jointing PE Pipes
Generally, all buried pipes shall be jointed using either butt or electro fusion weld-
ing techniques. Small diameter pipes (D<63 mm), pipes within structures and
pipes connecting to metal fittings shall be jointed using mechanical jointing tech-
niques, such compression, flanged joints or push-fit joints. The welder and fitter
must have certificate issued by the pipe manufacturer
Cutting of the pipe shall be kept to a minimum. When cuts are necessary they
shall be perpendicular to the axis of the pipe, and smooth. Cuts shall be made in
conformance with the pipe manufacturer's recommendations. Cut ends shall then
be chamfered, and the bevelled end shall be exactly the same as the spigot end of
the pipe as manufactured at the factory.

a) for joints between two HDPE pipe sections only electro-fusion couplings shall
be used;

b) for joints to ductile iron/steel pipes (spigot): very large coupling tolerance cou-
pling shall be used;

c) for joints between HDPE pipe and flanged valves: flange spigot piece like Quick
PR Fus (or similar) shall be used;

d) for joints between HDPE pipe and other valves: valves EURO 20 Type 26 (or
similar) shall be used.
Heat fusion welding, extrusion welding and socket welding shall not be accepted.
After welding, the joint shall be checked visually. In case of any of the following
imperfections, the pipe ends shall be cut and welded again:

 different high welding beads on pipe end;

 welding beads too narrow and too tall;


 welding beads too small;
 crack on the centre of welding beads;
 offset too high (10% of pipes wall thickness is tolerated).

1.13.12.8 Curves and Bends


The pipes shall be laid in straight lines where possible. Curves of long radius shall
be obtained by deflection at the joints. The deflection of the joints for this purpose
shall not be more than 50% of the maximum deflection as specified by the pipe
manufacturer for the relevant type of joint. Where a required change of direction
cannot be obtained by deflection of the joints, prefabricated bends shall be used.
Concrete thrust blocks shall be provided to pressure pipelines at reducers, tee
junctions, caps, etc, and curves or bends deflecting 11.25o or more and where or-
dered by the Engineer or indicated on the Drawings, except where welded steel
pipes or self anchoring joints are used. The type and size of thrust blocks shall be
in accordance with the Drawings, Contractor Drawings or as approved by the En-
gineer.
Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 91


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

Pipes shall be laid accurately to the lines and levels shown on the Drawings.

1.13.12.9 Installation of Pipes above Ground


Pipes shall be installed above ground where shown on the Drawings and/or as di-
rected by the Engineer. Pipes for river crossings and bridge crossing and those
exposed to sun radiation shall be of ductile cast iron as shown on the Drawings or
as directed by the Engineer.
The Contractor shall furnish and install all pipe hangers and supports as required
according to needs. For this purposes Contractor shall provide adequate technical
solutions approved by the Engineer. Temporary bracing and supports shall be pro-
vided to adequately support the pipe during its installation and care shall be taken
in placing pipes to prevent damage to the pipe coating or to adjacent structures or
equipment. All supporting means shall be in place and installed before temporary
supports and bracings are removed.
The Contractor shall install sleeves, puddle pipes or wall castings for all pipes
passing through masonry walls and concrete floors or walls and concrete inserts
for hangers and supports as soon as formwork is erected and before concrete is
placed. Before setting these items, the Contractor shall check all plans and figures
which have a direct bearing on the pipe location and he shall be responsible for
the proper location of the pipes during the construction of the structures.
All pipes shall be rigidly supported by approved hangers, inserts, or supports with
adequate provisions for expansion and contraction. Pipes shall not be supported
from other pipes or from stairs, ladders, or walkways unless specifically directed
by the Engineer.
Where pipes are installed on structural steel supports, the pipe shall be fixed to
them in order to avoid pipe movement.
All vertical pipes shall be supported at appropriate length intervals approved by the
Engineer, pipe collars, clamps, brackets, or wall rests, and at all points necessary
to ensure rigid construction.

1.13.13 Installation of Appurtenances

1.13.13.1 General Requirements


Valves, fitting, plugs, and caps shall be set and jointed to a pipe in the manner
specified above for cleaning, laying and jointing of pipes. The Contractor shall fur-
nish all components required for construction of valve chambers and access to
buried valves, including cast iron covers, as shown on the Drawings. Each valve
and equipment on pipeline shall be supported by a concrete base but not con-
creted into the base.

1.13.13.2 Isolation Valves


Isolation valves, if required, shall be installed according to the Drawings and/or di-
rected by the Engineer. Special attention shall be drawn to clean and careful instal-
lation of valves. Any foreign matter resting in valve seats shall be removed in order
not to obstruct the efficient operation of valves.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 92


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.13.13.3 Bends and Fittings


The location of bends, tees and other fittings shall be determined in the field in
close cooperation with the Engineer. The installation of HDPE bends and fittings
along the pipe route will not be paid for separately, but shall be included in the Unit
Price for pipe laying.

1.13.14 Connection to Existing Pipe work


Connections shall be made to the existing as shown on the Tender Drawings.
The connections shall be made from existing lines to be cut, whether dry or under
pressure. The level of any existing line shall always be checked by the Contractor
before work is started.
Before attempting any connection to the existing network, the Contractor shall in-
form the Engineer and VIK responsible for operating the network and agree on a
suitable procedure for the works.
The Contractor shall give at least six working days notice to the Engineer and will
be required to execute these works so as to cause minimal interference with the
normal operation of the network, including night working where necessary. Exten-
sion of the Contract Period will not be granted for any delays arising out of the
Contractor’s failure to follow the agreed procedure.
The Engineer will issue to the Contractor detailed instructions regarding each in-
terconnection that has to be made to the existing mains. Cutting into the existing
main pipe and effecting the interconnection shall only be made in the presence of
the Engineer or Employer at the time specified by the Employer. The Contractor
shall submit additional shop drawings and a detailed method statement for ap-
proval by the Engineer.
Cutting into the existing main pipe and installation of the connecting pipework shall
be carried out efficiently and rapidly so as to reduce to a minimum the interruption
of the public water supply. Existing mains shall only be cut using special equip-
ment approved by the Engineer. Under no circumstances shall oxyacetylene or
electric arc cutters be used. The cut shall be perpendicular to ensure that the new
pipework shown on the Drawings may be installed. The Contractor shall agree with
the Engineer’s Representative the length of existing pipework to be removed. The
Contractor shall take every care to avoid any dirt or extraneous material entering
existing pipes.
The Contractor shall have available at the site of the connection an efficient dewa-
tering pump before commencing any cut into the existing main in order that exca-
vation remains dry at all times and to reduce the risk of dirty or contaminated water
entering the existing distribution system. The work shall be carried out in a clean
and efficient manner. Sufficient length of hoses shall be provided to dispose the
water to safe places.
The Employer will in general wish to recomission the pipeline as soon as possible
after its installation and will carry out an inspection to detect any evidence of leak-
age; any remedial work necessary to eliminate leakage shall be carried out by the
Contractor. No pipework shall be covered or backfilled until the Engineer’s Repre-
sentative is satisfied that the interconnection is free from any leakage.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 93


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.13.15 Instalment of Service Connections


Service connections shall generally comprise a tapping onto the distribution main
either under pressure or on empty main using a tapping saddle.
The Contractor shall provide all materials of the same type from the same manu-
facturer to ensure uniformity of equipment for the operator. All materials and
equipment shall be capable of operating under a working pressure of 10 bars. The
Contractor shall supply and install all material.
The Contractor shall make complete house connections in accordance with the
requirements of in to previous text (Service/house connection) and as instructed
by the Engineer. Connections may be required for any combination of new and ex-
isting lines with new and existing consumers.
The following Clause details the required method of carrying out the house con-
nections. Reference should also be made to text describing laying HDPE pipe.
House connections of 3/4" up to 2" diameter HDPE pipework shall be made from
service lines as indicated on the Drawings or instructed by the Engineer. Disinfec-
tion of the service connection shall be carried out at the same time as the main to
which it is connected.
Service/house connections on existing or proposed pipelines can be made by un-
der pressure tapping according to site conditions. The Engineer may issue instruc-
tions regarding the size, location and fittings for each service connection. The
jointing of the threaded connection shall be using PTFE tape.
The house connection pipe shall be carried to about 1 m inside the property of the
customer to a location to be proposed by the Engineer and finally approved by the
ViK. The service line shall be sleeved from where it passes through any wall.
The work include also disconnection and disposal of non-suitable existing water
meter. A detailed list of water meters to be replaced with size and location will be
handed over to the Contractor prior commencement of the work in specific area.
The new water meter supplied by the Contractor shall be installed, as directed by
the Engineer. No pressure reducing valves shall be installed unless otherwise in-
structed.
Engineer can instruct the Contractor that if existing valves/pipe materials are in
good condition, they shall be reinstalled by the Contractor at no extra cost. Pipe-
work on both sides of the meter assembly shall be firmly fixed to prevent move-
ment of any flexible joints within the meter assembly. Where meter assemblies
need to be repositioned, the meters shall be fixed horizontally, or vertically as di-
rected and approved by the Engineer and with the lowest dial not more than 1.0 m
above the floor level, easily visible for reading.
All buried fittings including the ferrule should be manufactured from material suit-
able for underground use. The service connection pipe shall be in high density
polyethylene (HDPE) material with a pressure rating of PN10. The HDPE piping
shall meet the relevant ISO standards.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 94


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.13.16 Pipe Sleeves and Puddle Pipes


Where pipes pass through a concrete or brick wall or structure, a wall pipe sleeve
or puddle pipe of appropriate dimensions shall be installed. Collars and/or short
pipe pieces shall be used as directed by the Engineer to absorb any differential
displacement that may occur at the interface between natural ground and the
structure.

1.13.17 Anchor and Support Blocks


Movement of non flanged or not welded pipelines or without thrust resistant joints,
must be prevented by concrete anchor blocks. The Contractor shall design, supply
and construct all necessary anchor blocks. Anchor blocks shall be provided for all
horizontal or vertical bending of pipeline. The quality of concrete shall be of class
C25/30. The structural analyses for anchor blocks shall be prepared by the Con-
tractor and approved by the Engineer. For water tightness test of pipelines, the ex-
cavation for anchor blocks has to be backfilled, to guarantee, that the necessary
counterweight for the forces resulting from the pipeline will be achieved.
Thrust forces, calculation and sizing of anchor blocks shall be taken from the
manufacturer's instructions for a particular pipe material, whereas the pipe pres-
sure is identical with the actual field test pressure. Anchor blocks will also be re-
quired in water soaked soils to prevent an up-drift of pipes when empty. The Con-
tractor shall determine the size and weight of the concrete anchor block and its
spacing and obtain approval from the Engineer.
Support blocks must be cast between the fitting, which is to be supported, and the
undisturbed wall of the trench. The concrete must be placed around the fitting in
such way that the couplings are not covered or fixed by it, to allow flexibility and to
provide access to the collars for replacing when necessary. Anchor blocks against
up-drift shall be caste under the pipeline and the pipe must be fixed with a clamp
onto the block as directed by the Engineer. Support block shall be placed to sup-
port any peace of equipment, as well as tees, bends, or other fittings as directed
by the Engineer. Support block shall be placed in such manner to allow easy ac-
cess for removal of valves, fittings etc.
Before casting concrete, bituminous felt must be wrapped around the fitting at the
interface between concrete and the fitting. Where required, anchor clamps shall be
provided by the Contractor and deemed to be included in the unit prices for anchor
blocks.

1.13.18 Concrete Protection of Pipe Sections


HDPE pipelines running under drain channels, culverts, streams or roads shall be
encased in reinforced concrete class C25/30 pipes in full length, if not otherwise
described in BoQ/Drawings. Inner diameter of the concrete pipe shall be sufficient
for undisturbed instalment of HDPE.
Where a pipeline crosses over drains or other utilities, and where the soil cover is
not sufficient and concrete encasement is not advisable, a reinforced concrete
slab shall be placed 200 mm above the top of the pipe. The slab may not be cast
before the backfilled ground has been compacted. Concrete shall be of class
C25/30.

1.13.19 Temporary Water Supply during Pipe Replacement


In case of pipe replacement, unless otherwise instructed by the Engineer, the Con-
tractor shall after obtaining the approval from the Engineer and after obtaining the
excavation permit by the Beneficiary follow the instructions as below:
Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 95


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

a) before isolation of the pipe the Contractor shall provide and install tempo-
rary pipes in HDPE materials to supply the consumers along the section of
replacement with water during the works;

b) the pipe to be replaced shall be isolated from the Network. The Contractor
shall check in advance the good operation of the valves required and shall
install new valves or missing valves for isolation on his own costs in case
of deficiency;

c) the Contractor shall safeguard the traffic including pedestrians and live-
stock and shall excavate the trench where the pipe has been laid;

d) the temporary pipe will be laid above ground and fixed to the front of the
buildings at a regular distance. Unless otherwise instructed by the Engi-
neer, the diameter of the temporary pipe shall not exceed 80 mm. Slabs
will be laid on the temporary pipe to enable the exit of the vehicles;

e) service connections shall be shifted from the existing connection pipe to


the temporary pipe;

f) once the new service connections have been laid and the new main pipe
tested, the new system will be put in service;

g) all the temporary pipe shall be removed and hauled to the site approved by
the Engineer.
Interruptions in potable water supply will be allowed for no more than 6 hours. In
case of replacement the public affected due to the work needs to be informed
minimum 3 days before commencement of the work about the works itself and the
inconvenience which might occur during and after the work.

1.13.20 Testing and Disinfection of Water Pipelines

1.13.20.1 General
All pipelines and all water retaining works shall be subject to pressure and leakage
tests after being laid and installed but before commissioning.
Pressure and leakage tests shall be carried out simultaneously.

1.13.20.2 Flushing of Pipelines


Before any water tightness test at pressure and non-pressure pipelines com-
mences, the pipelines shall be cleaned by flushing, pigging or swapping.
All flushing, pigging and swabbing shall be included in the unit prices for pipe in-
stallation and repetitions of the procedure shall be entirely at the Contractor's ex-
pense. It is therefore in the Contractor's interest to maintain the cleanliness of the
pipe during and after installation.

1.13.20.3 Testing of Pressure Pipes

Ductile cast pipelines shall be tested according to DIN EN 805.


HDPE pipelines shall be tested according to DIN V 4279-7.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 96


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

The Contractor shall be responsible for the supply of water for pressure testing.
Water for disposal must be channelled to the nearest available watercourse/storm
water drainage system as approved by the Engineer.
The Contractor shall provide all test rigs, temporary blind flanges, gauges, pres-
sure raising equipment, pressure recording instruments and all other necessary
equipment to satisfactorily carry out the tests as specified in this Requirement.
The Contractor shall further supply all labour and supervision needed for the per-
formance of the tests and recording the results. All gauges and equipment are to
be submitted for approval to the Engineer. A pressure recorder shall be installed to
provide a continuous record of the test and the chart submitted as part of the
documentation for each pressure test performed.
All test gauges shall be dead weight tested and proved at the commencement of
use and at regular intervals thereafter as required by the Engineer.
Should any section fail to pass the tests, the Contractor shall determine the cause
of the failure and shall locate, excavate and repair any damage or leakage sus-
tained by the pipeline before or during the tests, and retests the section. The cost
of such repair work, including (but not limited to) additional excavation and backfill-
ing; repair or replacement of pipes; and the abortive test shall be borne by the
Contractor.
A certificate shall be signed by the Engineer and the Contractor and the chart of
the test attached. This certificate shall be produced when applying for Taking Over
of any particular area. This documentation shall be prepared by Contractor and
comprise all relevant information.
No visible sign of leakage will be accepted. If a leak occurs in the pipeline it shall
be located and shall be made good by the Contractor at his own expense before
restarting the test. If the calculated leakage rate is within the allowable leakage
rate, the test water shall be transferred to the next section of the pipeline to be
tested or disposed of as approved by the Engineer.
Air tests shall not be permitted. Where a new pipeline is to be connected to an ex-
isting pipeline, the new pipeline shall be tested up to the point of connection. After
testing the connection shall be made up and left exposed for visual inspection by
the Engineer.
Prior to testing any pressure pipeline the Contractor shall submit for the Engineer’s
approval details of all temporary thrust blocks. These details shall be submitted
with sufficient calculations to demonstrate that the thrust blocks will resist the
specified test pressure. The Contractor shall submit these details at least 10
working days before the commencement of the particular test.
On completion of testing, and if initial sterilisation as specified is successful, the
section of pipeline shall be properly sealed to prevent the intrusion of any extrane-
ous matter until connected to the pipeline network.
Only the VIKS’s staff shall operate their own valves where necessary, and the
Contractor shall provide the Engineer with a minimum of 2 days notice so that the
appropriate attendance can be arranged.
It shall be the responsibility of the Contractor to obtain any water or other services
required for test purposes and pipe it from the supply point to the filling point on
the system, and to dispose of any such water after testing in a manner acceptable
to the Engineer.

1.13.20.4 Testing - Plumbing Systems


The hydraulic test pressure of plumbing systems shall be 1.5 times the maximum
working pressure for a period of 30 minutes. In addition to the above the equip-
ment shall be inspected and tested after erection.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 97


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

On completion all plumbing systems shall be flushed out with clean water and then
subjected to a hydraulic test of 1.5 times the working pressure for a period of not
less than 30 minutes. All welds shall be hammer tested and remain firm. A normal
working test shall then be carried out with the plant operating temperature. During
this test all necessary adjustments and regulations of valves shall be effected.
Installations or sections thereof which will be embedded in the structure or con-
cealed in permanently sealed ducts, trenches etc. shall, in addition to the above
specified tests be individually tested as they are laid before being embedded or
concealed.
All pressure tests specified above shall be carried out before the application of
thermal insulation.

1.13.20.5 Disinfection
On completion of the hydraulic test on water mains, a total clean water shall be
passed through the main for final cleansing sufficient times.
The Mains and reservoirs shall be disinfected with adequate chlorine solution ac-
cording to procedure approved by Engineer. The Contractor shall obtain the Engi-
neer´s approval of the method to be adopted for disposing of the chlorinated water
and then time when such disposal shall take place on completion of the disinfec-
tion.

1.14 EMERGENCY OUTFALL SEWERS FOR SEPARATE AND COMBINED SEWER


SYSTEM - MATERIAL AND INSTALLATION SPECIFICATIONS

1.14.1 General

The sea outfalls to be constructed consist mainly of straight pipe sections.

The Contractor’s shall provide its own site verification of the marine and installation
conditions and shall develop its own installation design on the basis of eventual
further studies to be executed by itself.

The Contractor will be responsible of any work permit which may be necessary in
front of Montenegro Legislation for the execution of the project. In particular it will
be responsible for marine work permits both for nautical equipment and for per-
sonnel (ship masters and divers). The contractor shall provide Navigational Aids at
the start of the outfall route (land beacon) and at the outfall end (buoy).

The provision of navigational aids shall be coordinated with the Owner and with the
Maritime Authorities.

The following sections comprise mainly the requirements for

Verification of installation conditions and installation design

 Materials and accessories

 Outfall prefabrication

 Excavation and dredging works

 Installation
Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 98


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

 Covering and protection,

 Testing of the sea outfall

 Monitoring of works and “as Built” report.

1.14.2 Contractor’s Qualification And Contractor’s Project Management

Installation Design, supply of all materials, installation, and testing of the sea out-
fall shall be carried out by a qualified, experienced, recognized and certified Com-
pany.

The Contractor shall have in its team or hire for the project a qualified “Sea Outfall
Engineer” to supervise, inspect and test the sea outfall installation.

The engineer's name and qualifications shall be certified in writing to the Em-
ployer's Representative for approval prior to the start of construction. The Engineer
shall ensure that the sea outfall is designed, installed, tested in accordance with
the requirements specified.

The Contractor shall also supply a list of the marine equipment and of the special-
ized personnel which will be employed in the project.

All divers shall be certified and have a diving authorization released by the local
Maritime Authorities.

1.14.3 Project Control

The execution of the project will be coordinated by the Client and supervised by it
through a supervision team or an outfall specialist, hereafter called “the Engineer”.

The Engineer will have the task of verifying all phases of the works, of approving
materials and workmanship and, in general, to approve on behalf of the Client all
phases of the works.

1.14.4 Verification Of Installation Conditions And Installation Design

Before starting the works the contractor shall verify the local conditions and de-
velop its own installation design complying with the general descrip-
tions/prescriptions of the tender document.

The contractor, with its installation design, may propose the use of alter-
nate/equivalent materials and of installation techniques.

Any alternative/modification to the project shall be approved by the Client or by the


Engineer.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 99


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

The Contractor shall, before the start of the works, set a datum point in a conven-
ient accessible position, fixing its reference coordinates according to the general
project coordinates.

The reference level will be the Land 0 Elevation as indicated in the project docu-
ments.

For the execution of the pre-construction investigation and of the installation, the
contractor shall use a DGPS system with the land station placed at the above
mentioned datum point. The use of a navigation system is recommended.

1.14.4.1 Pre-construction investigations

The following marine investigations on the sea bottom shall be performed before
the start of the works and their results submitted to the Engineer.

 Precision bathymetry in a strip of 50 m width centred on the design alignment

 Sonar side scanning to detect eventual obstacles present on the bottom. The scan
shall be executed at 25-50m distance each side of the alignment to assure the
necessary overlap in the centre line

 High-resolution seismic reflection profiling to detect the rocky areas. The seismic
investigation may be substituted by local boreholes and/or visual diver inspection.
It will be however responsibility of the contractor to determine the bottom charac-
teristics and to define consequently the necessary installation techniques. With re-
gards to foundation and bed stability, the contractor shall investigate depth and
bearing capacity of soft sediment, movable base material and eventual possibility
of soil liquefaction.

 Visual diver inspection along the route. The information gathered by divers shall be
as quantitative as possible. All diving work shall be executed in full safety. The
dive team shall include a technician with experience pipeline installation

If the Contractor considers it opportune or necessary for its own work or for the
safety of installation, it may extend the investigation to local current velocities, tidal
range, wave heights, salinity and density of the seawater, which have influence on
the installation conditions.

In particular, the Contractor shall define a Mean Sea Level elevation referred to the
Land 0 and keep the control of tides during the whole period of construction, to as-
sure that all depth measures are referred to the same elevation datum.

Records about meteorological and sea conditions of the areas are not included in
the Contract Documents. The Contractor shall obtain the necessary information
and all the information related to weather and sea condition forecast from the local
Meteorological Institute. The Client will assist the Contractor in obtaining the nec-
essary information.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 100


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.14.4.2 Installation design

The Contractor shall proceed to its installation design on the basis of the pre-
construction investigations described above and to the relevant field conditions
eventually extrapolated for seasonal variations.

The installation design for the sea outfall and related land facilities shall be specifi-
cally address to:

 The finalized outfall route, complete with profiles and survey control

 The outlet position and the necessary supports to keep it at the necessary level
above bottom

 Executive configuration of the outfall chamber and/or of the land connection

 Specifications of the construction materials it will supply (for approval)

 Detail design of special accessories (e.g. ballast weights for the polyethylene pipe)

 Location and arrangement of the land-based construction yard. The necessary


area shall be proposed by the contractor according to its installation techniques
and shall be approved by the Client and the Engineer [1]

 Description of the intended methods of prefabrication

 Description of the installation techniques and of the marine equipment

 Safety and environmental protection measures during construction

The Contractor shall summarize the recorded data and its supply and installation
information in a Pre-Construction Report, which shall include

 a section presenting and commenting the results of the investigations

 a section with the information about materials and installation techniques, with in-
dication of the eventual proposals of alternatives or modifications

 an annex describing the methods of supervision and control and the Quality As-
surance and Health and Safety documents

 any drawings which may be necessary to illustrate the eventual alternatives or


modifications to the project.

The Contractor shall submit this report in time to the Client and to the Engineer for
approval. The Client and/or the Engineer will comment the report and eventually
request to the Contractor the necessary revisions. In any case the Contractor shall
not start the works before the approval of its pre-installation design.

1
The position of the possible land construction yard shall be investigated during the preparation of the tender.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 101


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

Start points, endpoints and all changes in horizontal or vertical alignment shall be
identified by horizontal co-ordinates.

The outfall shall be designed with a continuous downhill grade to prevent block-
ages due to solids deposition or air locks.

1.14.5 Materials

The general characteristics of the pipes and of other materials are given in the
present specifications.

The Contractor shall provide such materials which comply with the specification
and are suitable for the use in the marine environment. Eventual alternatives may
be proposed, provided that they are justified by technical or economical reasons.

In particular, the following design aspects shall be taken into consideration by the
Contractor for choice of pipe material and characteristics:

 stresses imposed by pulling during launching, floating, sinking etc. and due to cur-
vature of the pipe in any direction

 stresses due to internal wastewater and external sea water pressure, weight, an-
chor or bed pressure

 external forces by current, waves, and tidal range in the surge and surf zones

 any other additional stresses which will occur, taking into account specified toler-
ances, out of roundness, sea currents, waves, etc.

For the purpose of the verification calculations, the Contractor shall take into ac-
count the empty pipe during the launching. Statically and dynamically calculated
axial (torsion) and radial bending moments and normal forces shall be increased
by a safety factor of 1.1 due to unforeseeable conditions during pipe laying.

All material shall comply with the latest European Standards or ISO Standards or
to equivalent National or International Standards. The materials shall be supplied
by ISO certified companies

1.14.5.1 Pipe and accessories

Pipes for emergency outfall lines shall be PE 100, with the following characteris-
tics:

 production in accordance with the existing international and national standards and
norms in European countries. The main international standards to be followed are
ISO 4427:E and DIN EN12201

 Material PE 100

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 102


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

 PN 6 with thickness corresponding to SDR 17,6

 Tolerances in the pipe diameter and thickness as per the adopted standards

 single pipe length 12m

 ends cut perpendicularly, suitable for butt welding

The pipes shall be supplied by a qualified company and be accompanied by the


relevant certificates required by the Standards.

Flanged connections

Flanged connections shall be composed by two elements:

 PE Stub ends, welding end fabricated from the same material as the pipes (PE100
with compatible weld ability) dimensioned according to the supplier’s standards

 Steel free flanges (loose plate flange, type 04) PN6, dimensioned according to EN
1092-1 (latest issue) with internal bore suitable for the relevant stub end. All
flanges shall be protected against corrosion by bituminous, epoxy or nylon based
corrosion coatings.

Note: the flanged connections can be substituted by the Compression Couplings


described hereafter, should the contractor choose to install the pipe sections sepa-
rately joining them under water.

Bolting for flanges

Bolts shall be Hexagon head bolt according to EN 4014 with one nut and two
washers. Bolt material to be Steel 6.8. The bolts shall be supplied with the ex-
tended length requested by the PE stub end coupling.

The bolts may be substituted by threaded steel rods of adequate length, with 2
nuts and 2 washers. Bolt and threaded rod diameter shall be according to the cor-
responding flange dimensions.

Gaskets

No gasket is foreseen between the flat-face PE stub ends

Special Couplings

It is foreseen to use in particular positions compression couplings with grip system.


The couplings shall be bolted, sleeve type couplings for pipes with plain end, pro-
duced according to ANSI/AWWA C219-06 or equivalent Standard.

The couplings shall be in steel, with double bolting and double grip system suitable
to avoid the pipe slippage. The couplings shall have a ±15mm tolerance on diame-
ter and a ±1° tolerance each side on the axial deflection. The body and flanges
Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 103


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

shall be S 235 JR Steel or equivalent, coated with Rilsan Nylon 11 – T Noir 7450
thermoplastic anticorrosion coating. The gaskets shall be in EPDM and the bolts,
nuts and grip system in zinc coated steel.

1.14.5.2 Ballast blocks

The Contractor shall construct (and install) adequate ballast blocks to provide the
necessary sinking weight and the first-phase stabilization on the bottom of the
pipeline.

Concrete used shall have class C20/25 and the cement will be sulphate resistant
Portland cement. The Contractor shall design his mix using approved aggregates
and shall determine the proportions which will give the required densities and
strengths. All mix designs shall be agreed with the Sea outfall engineer before
commencement of the weight production.

All concrete mixes shall be designed to minimize drying shrinkage and the wa-
ter/cement ratio shall not exceed 0.45.

One test for compressive strength shall be executed on two, one specimens being
tested after 7 days and the remaining specimen shall be tested after 28 days.

Water absorption tests are required as a part of the quality control procedures.
The results of the absorption tests shall serve to assess the submerged weight of
the weighted pipe.

The blocks are constituted by two sections, a lower one trapezoidal and an upper
one semicircular.

The Contractor shall prepare the formwork for each section of the blocks accord-
ing to the design. It shall calculate and provide the reinforcement for the concrete
and the necessary lifting eyes. Reinforcement and lifting eyes shall be designed in
relation to the procedure of handling and installation; the reinforcement shall have
the function of preventing cracks or breaks due to the forces exerted during instal-
lation.

The pipe surface shall be protected with a layer of soft PVC or neoprene fixed on
the inner surface of the block, with the function as anti-slippage element. The layer
shall be extended 5mm outside of the block edges to avoid that the edges “cut” the
pipe surface.

If the installation is made with the S curve sinking, it is essential that the collar fix-
ing system presents some degree of elasticity against the stresses caused by the
sinking curvature; the elasticity shall be provided by rubber “washers” with mini-
mum 3 cm thickness inserted between two steel washers.

The rubber disks shall have a hardness of 45-50 Shore A and be supplied by the
Contractor included in the contract price.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 104


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.14.5.3 Additional ballasting and protection materials

The outfalls will be ballasted and protected by marine mesh mattresses and con-
crete pipes. The marine mattresses are box structures formed with hexagonal
double twisted wire mesh, protected against corrosion with a special coating, to be
filled on site with stones or crushed rock in order to obtain a compact block to be
used as element for shore protection, reinforcement of marine structures (seawalls
or breakwaters) or ballasting and/or scour protection of submerged pipelines.

Specifications are as follows:

 Mesh: hexagonal double twisted mesh 6x8 cm for mattresses and 8x10 cm for
gabions

 Wire: a mild steel wire, with diameter (steel only): 2,2 mm for the mattresses and
2,7 mm for the gabions, with tolerances of wire according to EN 10218 and tensile
strength of 350-500 N/mm2 according to EN 10223-3. Above values are referred
to wire before manufacturing the mesh.

 Corrosion coating of the wire obtained with a heavy galvanization with GALFAN, a
Zn-Al5% - MM (mischmetal) alloy. The minimum cover of Galfan shall meet the
requirements of EN 10244-2 for Zinc or Zn-Al5% - MM coatings (Class A) and the
adhesion of the coating to the wire shall be such that, when the wire is wrapped
six times around a mandrel with diameter four times the diameter of the wire, it
does not flake or crack when rubbing it with bare fingers.

 A PEX (cross linked polyethylene) sleeve is added to the galvanization, the steel
wire is coated with a PEX (cross-linked polyethylene) sheat of a nominal thickness
of 0,50 mm. The technical characteristics and the resistance of the PEX to ageing
meet the requirements of EN 10245-3 standard

1.14.5.4 Provisional materials and equipment

Depending on the method of installation, the Contractor shall supply the necessary
provisional materials necessary for a safe construction process.

Provisional materials are

 Stiffeners for flange coupling reinforcement during installation with “S” curve tech-
nology. They consist of 2 steel clamps, strongly fixed at each side of the flanged
coupling and joined together by four longitudinal steel profile. The scope is to
avoid tensions on the flanged coupling which may lead to the failure of the stub
end weld or to the opening of the connection with penetration of water in the pipe.
Design and calculation of the stiffeners shall be made by the contractor.

 Blind flanges in steel for closure of the sections during the floating and installation

 Blind flanges with water valve and air vent for testing

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 105


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

 Buoyancy tanks for the floating and sinking control

 Ropes, cables etc. for the execution of the works

The contractor shall define, calculate and provide the necessary number/quantity
of provisional material and equipment necessary for the installation.

1.14.6 Prefabrication Yard

The contractor shall open a prefabrication yard for the storage of materials (pipes
and accessories), for the production and storage of the ballast block, for the weld-
ing of the pipe sections and for the preparation of the mesh mattresses and gabi-
ons.

The prefabrication yard can be inland or near the sea. The contractor shall pro-
pose a suitable area and negotiate its occupation. The Client may assist in arrang-
ing the availability of the area, but the Contractor shall bear the relevant cost.

The contractor shall provide that the chosen area has access to the sea, for the
installation of the ballast blocks, the floating the pipe sections and the loading of
materials (including mattresses and gabions) on the work barges.

In case part of the prefabrication (ballast blocks and mattresses/gabions) is made


in an inland yard, the contractor shall provide the means of transportation, loading
and unloading the materials.

1.14.7 Prefabrication

For a smooth and rapid installation process, the contractor shall provide all prefab-
rication items before starting the installation.

Such items are:

 All the welded pipe sections in the chosen length

 All the ballast blocks or concrete protective pipes

 All the filled mattresses and gabions

1.14.7.1 Welding of the pipe in sections

Depending on the available space, the contractor can weld the PE pipes in sec-
tions of adequate length. Each section shall be completed with a flanged end at
each side.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 106


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

The contractor shall choose the length he considers appropriate for its installation
techniques. The contractor shall supply as many flanged couplings as necessary
for the sections.

The contractor shall provide the necessary roller way to move the welded pipe to-
wards the sea.

The sections will be welded with a Butt- or mirror weld, the most commonly used
welding method. The two pipe ends are placed in a clamping rig, machined to fit
and then a Teflon coated heating mirror is inserted to heat up the ends of the pipe
material to approximately 210°C. The heating mirror is removed and the two pipe
ends adjoined together under pressure and for a given time, both aspects accord-
ing to a prescribed procedure. If available, a controlled and automated welding
machine shall be used. Skilled operators shall execute the welding according to in-
ternational accepted standards, like INSTA or WIS.

The contractor may also use electro-fusion couplers as available. The coupler it-
self has heating elements inlaid into the socket. When these are electrically heated
the fusion of pipe into the socket takes place. This method is fast and secure, it
also avoids the internal beads that occur with butt-welding. This can be important
in smaller bore sizes.

In case of repairs or special welds, extrusion welding will be acceptable. This


method is based on local heating of the work pieces and adding melt from PE
rods. Gradually building a strong fillet of PE material to fix and strengthen the
mated surfaces. Extrusion welds do not have the same strength as butt or electro-
fusion welds but the method is often used as a secondary and supplementary aid.

It is important that the welded joint – whichever is the welding system – is not
moved before the full cool-down of the weld, to avoid damages to the weld. Cool-
ing times are given for each diameter/thickness of pipe/

After the completion of the section, it can be either laid on the ground or brought in
the sea (with the ends closed) for storage, waiting the installation of the ballast
blocks.

1.14.7.2 Ballast blocks and protection pipes

The ballast blocks shall be prepared as indicated in the section “Materials” and let
cure as necessary. Ballast blocks are installed as part of the prefabrication, before
starting the installation.

1.14.7.3 Preparation of mattresses and gabions

The contractor shall provide the necessary stones for the filling of mattresses and
gabions and fill them in its construction yard.

 Material for filling: any type of hard, compact and durable crushed rocks or natural
stones is suitable for the filling of the mattresses and gabions, within the limits in-
dicated in the specifications about the size.
Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 107


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

Optimal sizes are for the mattresses: 6-10cm with a minimum 50% of 8cm stones
and for the gabions: 8-15cm with a minimum 50% of 10cm stones

Generally, the mattresses and gabions shall be filled in order to have a good com-
pactness with a degree of voids between 15% and 25%.

This will assure an overall specific weight of 1800-1900 kg/m3 in air and of ~900
kg/m3 in water.

It is recommended to avoid the use of any type of rock which may be subject to
sea water corrosion (sandstone or equivalent).

 Preparation of the mattress/gabion: the mesh cage is delivered folded, it shall be


opened and the sides fixed (it is recommended to use stainless steel clips instead
of the traditional lacing wire).

The stones will be placed in the cage taking care to obtain a proper distribution on
the bottom and at the sides, eventually vibrating the mass to reduce the voids.

Finally, the mattresses/gabions are stored. Depending on the size, they can be
stored one on top of the other, provided that the lifting system is adequate

 Lifting system: the contractor shall prepare the necessary number of lifting frames
with lifting points every meter. The lifting frame shall be provided with quick re-
lease hooks or with removable slings or other elements which will permit the han-
dling and transportation without damaging the wires and, once positioned on the
pipe, an easy removal.

 The gabions nearshore shall be provided with an internal geotextile on the bottom
and the sides, to permit the filling with concrete in order to stabilize the stones
against the wave action.

1.14.8 Installation

1.14.8.1 Generalities

The contractor shall take care of observing all prescriptions and safety rules for
navigation and diving, as requested by the Maritime Authorities.

In any case, the duration and extent of such interferences shall not exceed the
levels indicated in the Contractor’s proposal.

Precautions: the Contractor shall take all the necessary precautions in order to
avoid accidents with maritime traffic in the crossing areas and damaging of objects
situated in the direct proximity of the Works.

The following conditions shall apply for the precautions during the execution of the
Works, unless otherwise directed by the relevant Authorities:

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 108


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

 submission of detailed proposals for carrying out the precautionary measures to


the Authorities with a copy to the Employer’s Representative, at least 2 months be-
fore the measures are due to start

 maintenance of the precautionary measures during the execution of the works and
the removing of these measures as soon as practicable

 the precautions shall also include sufficient beaconing, lighting and/or signalling as
internationally recognised with this kind of works.

Marking: In order to identify the locations of the outfall, the Contractor shall place
markers on and off shore as directed by the Engineer. Off shore markers need the
approval of the Maritime Authorities.

Vessels: All crafts to be used for dredging, surveying, backfilling, covering, launch-
ing, and laying works shall be equipped with a professional crew and with sufficient
navigation, signal and communication systems.

Position Fixing System: The Contractor shall establish a position fixing system with
an accuracy of 50 cm suitable for the proper execution of the Works and in con-
tinuous satisfactory operation. The system shall be installed, tested and set to
work for continuous use during all operations

Port of Refuge: The locations of the ports of refuge, necessary during the execu-
tion of the Works for berth, bunkering and/or other servicing purposes of the crafts
or vessels, shall be indicated by the contractor according to the type of vessels it is
using, to the position of the prefabrication yard, etc. Facilities for the provision of
fuel, etc. and their storage shall be Contractor’s responsibility.

Diving Operations: The Contractor shall comply with the requirements and regula-
tions as set out in Montenegro for diving operations. In particular, the Contractor
shall ensure that divers are in possession of a current Fitness Register Form.

The Client or the Engineer shall have the right to place inspector-divers including
their equipment, aboard Contractor’s construction equipment in order to inspect
the underwater Works executed under the Contract.

1.14.8.2 Trenching and bottom leveling

The contractor shall provide for the excavation of a trench. The contractor will be
responsible to verify the local situation and the nature of the bottom and provide to
the excavation with the proper equipment.

 The bottom elevation (depth) of the trench shall be designed considering the hori-
zontal alignment of the sea outfall. The vertical alignment of the trench bottom or
of the leveled bottom shall be such that the installed outfall shall always run either
at a “downhill slope” or parallel with the horizontal plane. No section of the outfall
shall be allowed to run “uphill”.

 Transition from horizontal sections of different gradient shall be gradual and with-
out abrupt changes in radius of curvature. The radius of curvature shall nowhere
be less than the limits prescribed by the pipe producer. High ridges or spots ex-
Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 109


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

tending above the design level shall be removed to the extent to permit the sitting
of ALL the blocks and to avoid direct contact with the pipe of any rock element.

 The width of the trench shall be designed considering the stability of side slopes
under the environmental conditions that prevail at the site (slips and slides must
be avoided) and to permit the easy positioning.

 The Contractor shall determine the most suitable excavation method considering
the sea bed characteristics, the water depth, the accessibility of area, the envi-
ronmental issues (minimization of turbidity during trenching, etc.) and the dumping
options.

 The Contractor shall propose and use suitable trenching equipment and methods
for the excavation of the trench through the materials encountered. For any blast-
ing work (if permitted), the Contractor shall ensure that the blasting methods pro-
posed take due account of the type and strata of material likely to be encountered.

 The Contractor shall submit to the Employer's Representative for approval the ex-
cavation plan including details of his trenching proposed methods, plant, equip-
ment, and procedures and the longitudinal cross sections it intends to realize.

 The Contractor shall give to the Client and/or to the Maritime authorities written no-
tice of his trenching works on any part of the crossing area and not commence the
operations until written approval has been received.

 The spoil (excavated material) shall be deposited near the trench at such distance
to prevent the re-filling of the trench. Excavated material can be used for refilling
the trench or for filling areas of pipe spans.

 Blasting for clearing boulders and/or rock massives under water will only be per-
mitted after written approval of the Client and of the Maritime Authorities and when
proper precautions are taken for the protection of all persons, the Works and pub-
lic and private properties. Blasting shall be carried out to the depth, amount and
extent and only with such explosives of such a quality and strength and in such lo-
cations as will not structurally damage the material outside the prescribed limits.
Explosives and detonating caps shall be stored, handled and used as prescribed
by the Law and Regulations of administration agencies of Montenegro. Only quali-
fied and authorized personnel shall handle and use explosives. The works shall
not be commenced until written approval has been received from the Client. The
Contractor is to ensure that all blasting shall be done far enough in advance of
other construction operations within the relevant area in order to avoid delays.

 Correction of Over Excavation: if the tolerances for the onshore or offshore


trenches as specified herein above are exceeded the Contractor shall backfill such
areas to ensure that the finished work complies with the dimension and tolerances
shown on the drawings and specified herein above, if so directed by the Em-
ployer’s Representative. The Contractor shall bear the cost of excessive trenching
as well as of the consequent backfilling required.

1.14.8.3 Floating of the sections to the installation area

The prefabricated sections shall be floated to the installation area.


Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 110


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

Each section shall be completed with all the ballasts and protection pipes properly
installed and shall be closed with blind flanges (if the ends are equipped with PE
stub-ends and free flanges) or alternatively with temporary closures if the installa-
tion will be performed on a single section basis.

Before towing the section/sections offshore, it shall be assured that the end clo-
sures – either flanges or other – are water tight.

In case the installation is foreseen with the “float and sink” method by installing the
whole length all together.

In such case, the contractor shall provide to connect all the sections (or part of) to-
gether, to reduce the time of transportation to the installation alignment.

Alternatively, the sections shall be transported separately to the installation site


and be connected just before the sinking.

The sections will/shall be joined with the flange couplings, avoiding the entrance of
water in the pipe, and the joint shall be stiffened with the stiffening clamps to avoid
tensions on the joint and possible damages during the sinking process.

The two ends of the line will be equipped with blind flanges, each of them
equipped with a water inlet valve and a vent valve.

If the single sections are installed separately, their ends can be closed either with
blind flanges equipped with a water inlet valve and a vent valve or with other type
of closure and floaters.

For the towing, the tow rope/cable shall be fixed to the pipe in such a way not to
stress or damage the end flange. Generally, a clamp on which the pulling rope is
fixed shall be provided.

1.14.8.4 Installation of the outfall

General

The Contractor shall supply all material, equipment, vessel and personnel for the
successful completion of the installation of the outfall. All of the Contractor’s
equipment shall be in good and serviceable condition and in readiness for the in-
stallation operation. The Contractor shall be responsible for the design, stability
and safe working loads of all temporary facilities and equipment for the installation
of the outfall.

Prior to the mobilization of the installation team the Client and/or the Engineer re-
serves the right to carry out an inspection of the Contractor’s equipment.

During such an inspection, the Contractor shall co-operate and make access to or
dismantle items and parts to be inspected. If the inspection reveals that any
equipment is not in a generally acceptable condition, the Contractor shall carry out
the necessary repairs or provide its replacement.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 111


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

All personnel responsible for launching, towing, floating, submerging, placing of


the pipeline, particularly at winches, shall have direct radio-communication with the
central post from where the whole operation will be directed.

This contact shall be maintained without interruptions, starting from the mobiliza-
tion time off-shore until completion of the launching procedure.

The Contractor shall make sure that adequate supplies of spare parts and/or other
useful equipment are available in direct vicinity.

All relevant Authorities shall be informed in advance about the procedure and the
precautionary measures in particular during these periods.

Submissions by Contractor

The contractor is free to propose any suitable method of installation. The outlines
of the possible methods are given hereafter, however the Contractor shall prepare
and provide for approval detailed drawings and descriptions of his proposed
method of installation. The description shall include but not be limited to step by
step procedures of all methods of launching, towing, floating, submerging, placing,
etc. giving details of equipment, submerging speeds, friction factors, pull loads,
temporary buoyancy, safety factor, etc.

The Contractor shall take due note of the environmental conditions likely to prevail
at the site during outfall installation.

The Contractor shall take measures to limit the susceptibility of the installation
method to adverse conditions.

The Contractor shall submit also methods and procedures to be followed in case
the installation of the outfall has to be interrupted because of bad weather. Contin-
gency plans to ensure the stability and integrity of the pipeline in such a situation
shall be provided.

Execution and Workmanship

No works like floating, submerging, placing etc. shall begin without the approval of
the Port Authorities responsible for the construction area.

Floating, Submerging and Placing of Long Pipeline Sections

The “float and sink” method or “S” sinking method is the most common installation
method for long PE outfalls. In case the Contractor uses the “float and sink”
method for long pipeline sections, the pipeline shall be floated from the prefabrica-
tion area in a single, preassembled length or in sections to be assembled on site.

The maximum length to be floated and sunk in one piece shall be defined by the
contractor according to its capability and in order to minimize ship traffic obstruc-
tion. Floated sections to be stored offshore have to be fixed with anchors and have
to be marked with surface marker buoys with lights.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 112


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

The outfall pipeline shall be designed to be buoyant including concrete weighting


and the pipe filled with air and to be strongly negatively buoyant when it is subse-
quently filled with water. Air shall be maintained in the pipe by means of a blind
flange securely connected to the terminal end of the pipe. The flange connection
shall withstand 2 times the maximum necessary air pressure. The blind flange
shall be fitted with a check valve, a quick connect coupling as inlet for an air com-
pressor hose and an air valve for air release control. Also, the terminal/air release
boat shall be equipped with a diesel driven air compressor with a hose at least
50% longer that the depth of the end of the outfall to allow refloating and adjust-
ment if necessary.

Towing and pulling the floated pipeline onto place shall be executed in such man-
ner not to overbend the pipeline or to damage the pipeline in any other way.

Position of floated in place pipeline ready to submerge shall be checked by ap-


proved devices. All involved vessels shall be equipped with positioning systems
and two way radios.

Divers on the pipeline shall communicate by means of a diver to boat communica-


tion system with both the placement boats, which are towing the pipe into place,
and the boat on the terminal end releasing the air. The divers shall advise the
placement boats to move the pipe to right or left, or hold, so as to keep the pipe on
alignment as it reaches the bottom and also advise the air release operator when
to release the air to obtain descent of the pipe.

Submerging shall take place by gradually releasing air from this valve and allowing
water to enter the outfall at the shore end. The rate of descent shall be controlled
by the air release valve at the terminal end and shall never exceed the calculated
rate of descent.

Air shall be released in a series of short bursts with sufficient time between bursts
to receive communication from the divers.

Provision shall be made to preclude entrapment of air in a high spot after sub-
merging.

The whole submerging procedure shall be monitored by underwater video cam-


eras transmitting online to a screen on the boat at the terminal. In case the pipe-
line section can not be positioned properly by the towing boats even in submerged
status, the pipe section shall be refloated by pumping air into the pipe from the
terminal end. Subsequently the refloated pipe section has to be positioned and
submerged again.

In case of only small deviations from the planned position, minor adjustments may
be made by means of air lift bags with lifting straps.

Floating, Submerging and Placing of single sections

In case the Contractor uses the “float and sink” method for placing single sections
separately on the bottom, the pipeline will be laid from the offshore barge.

The section will be equipped with buoyancy tanks or parachutes or balloons to en-
able the control of the lowering after the section is filled with water. Practically, the
Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 113


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

pipe section can be eventually floated in open conditions, provided that it is sup-
ported by the necessary number of buoyancy tanks. When in position, the pipe or
the buoyancy tanks are flooded and the pipe is lowered into the trench or on the
bottom. The lowering is followed by divers which take care that the section end
comes in contact with the section already on the bottom.

After a diver has confirmed by diver to boat communication that the two pipe ends
are in close proximity to each other and relatively aligned, the jointing team pro-
vides to close the joint by bolting the flanges.

The jointing shall be made before the buoyancy tanks are released, in order to
keep the incoming section “light” and facilitate the matching of the flanges.

As mentioned, the underwater jointing may be realized with compression cou-


plings, which do not require a particular precision in bringing the sections together.

The installation and jointing of the section shall be facilitated if necessary by the
use of sand bags placed under the pipe ends to provide the necessary alignment.

Particulars

 The outfall pipeline shall be installed without overstressing the pipe or damaging
the pipe surface or the protection and ballast pipes. Any damage to the outfall dur-
ing installation shall be repaired in an approved manner by the Contractor at his
own cost.

 Any force applied to the pipe or pipe ends must be restricted to the 50% of the al-
lowable design force.

 The sinking procedure shall be monitored by divers to notify any deviation of the
pipe position from the alignment or any problem with the controlling cables or with
the buoyancy tanks

 The outfall shall be installed in such a way that the permanent bending radius at
any point shall be not less than 50 x pipe diameter for PE pipes

 Due to the flexibility of the PE the alignment is never perfect. However, the con-
tractor shall provide to keep the deviations from the design alignment to less than
±1 m

Pipe marking

The pipe should be marked with length markings at least every 10 m prior to
placement to facilitate inspection and/or location of video observations.

Pipe Inspection

After the pipeline is installed on the seabed, a survey shall be carried out to record
the centre line and any span. Furthermore the pipeline shall be checked for irregu-
larities or damages caused during installation. For the inspection underwater video
Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 114


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

cameras shall be used. The results of the survey and video inspection shall be
submitted to the Client for approval. Further works like testing and backfilling shall
not begin without such approval.

Correction of irregularities

No ballast block shall remain suspended above the bottom. In case there is a gap
between the block and the bottom, it shall be filled with bottom material or with
sand bags.

1.14.9 Backfill, Final Ballasting and Protection

1.14.9.1 General

The pipelines will be laid for a short length in trench and for the most part on the
bottom, as indicated in the drawings.

In both cases, the area under the pipe and around the pipe (in case of trench)
shall be filled with material, taken from the excavation or from the bottom. In case
of lack of material to be used in the nearby area, the filling material shall be im-
ported at contractor’s cost, either from land or from other marine areas.

When the pipe is laid directly on the seabed, the areas under the mattresses and
gabions shall also be filled with granular material. However, the filling with granular
material between pipe and bottom in the position of the gabion installation can be
substituted by a “saddle” formed by sand bags.

The backfill shall be installed with appropriate methods, avoiding its dumping in
case of depths greater than 5m.

1.14.9.2 Plan of Backfill and of installation of mattresses and gabions

The backfilling works and the installation of mattresses and gabions shall be car-
ried out according an approved program.

The operations nearshore and down to -10m depth shall have absolute priority to
avoid possible problems in case of sudden storms.

The contractor shall however be properly equipped to minimize the duration of the
mattresses and gabions installation.

In case the installation proceeds by single sections, it is recommended to com-


plete a section before installing the following one.

1.14.9.3 Hydrostatic Testing

The outfall shall be tested after installation and covering with mattresses and gabi-
ons.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 115


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

The Contractor shall provide all materials, personnel and equipment to hydrostati-
cally test the emergency outfall pipeline. The Contractor shall design and construct
a suitable test head to be flanged or fixed to the pipe on the onshore end. The off-
shore end of the pipe shall be closed off by a blind.

Prior to the testing, the Contractor shall submit his proposed method of testing to
the Client for approval. The Contractor shall provide a detailed step by step proce-
dure of the testing operation and a list of equipment to be used for the inspection
and testing.

All observations such as times, quantities, and pressures must be properly re-
corded on forms which have been previously approved by the Engineer. The Con-
tractor shall ensure that all measuring devices pressure gauges and recording in-
struments to be used for the inspection and testing shall be properly calibrated.
The Contractor shall submit recent records of calibration to the Employer’s Repre-
sentative prior to the start of any testing.

The testing will be done with sea water.

The outfall shall be tested with an internal pressure of 0.5 MPa.

(a) The pressuring shall be performed at moderate and constant rates. When
approximately 80% of the specified test pressure is attained, this pressure
shall be maintained for a period of time sufficient to stabilize properly. After
the stabilization period, the pressure shall be gradually raised to prevent
surging of the water in the pipeline.

(b) While bringing the pipeline to above 80% of the test pressure, a hand-plot
of the pressure volume curve shall be started and continued until the
specified test pressure is reached. The pressure and volume recordings
will be taken, such that an adequate plot is obtained. The adequacy of
such a plot shall be determined by the Employer’s Representative.

(c) The pressure shall be built up in the following manner:

 After 80% of the specified test pressure has been attained the rate for further
pressurizing shall not exceed 10% of the test pressure per hour until the specified
test pressure is reached

 Hold pressure for two hours

 Release pressure

 Re-pressurize

 Hold test pressure for 8 hours with the pipeline disconnected from the pressure
source.

During the pressure test, the test pressures determined with the aid of the dead-
weight tester are to be measured and recorded every half hour.

The Contractor shall provide at least the following equipment:

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 116


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

 A meter capable of measuring line fill

 A positive displacement pump capable of pressurizing the line to 25% in excess of


the specified test pressure. The pump shall have a known volume per stroke and
a stroke counter.

 A large diameter Bourdon pressure gauge with a pressure range and increment
division necessary to measure anticipated increments of 2.0 kPa.

 A 24-hour recording pressure gauge with charts and ink. This gauge should be
dead-weight tested immediately prior to use.

 Temporary manifolds and connections as necessary.

Failures in the pipeline disclosed by loss of pressure shall be located and repaired.
The costs for such repairs shall be borne by the Contractor.

After all the data of the test have been gathered and submitted the Employer’s
Representative the test will be terminated once definite written approval has been
given by the Employer’s Representative. Pressure shall then be carefully released.
Upon termination the outfall shall be left filled with fresh water, with all diffuser
ports and valves kept closed.

1.14.10 Hydrografic Survey

A complete survey of the laid pipeline shall be conducted on completion of the in-
stallation.

The survey shall provide the topographical references (both as local coordinates
and as geographical coordinates) and the final profile.

A complete video along the line shall be provided as control of the installed pipe-
line.

It shall be reminded that the coordinates of the alignment shall be supplied to the
Hydrographic Institute for the indication on the Nautical Charts.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 117


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.15 MARINE MATTRESSES AND GABIONS

The use of wire mesh PEX-coated “Marine”Gabions and Matresses for the stabili-
zation of marine

The use of marine mattresses and gabions for the stabilization and protection of
pipelines is relatively common, particularly in medium depths (between -5 and -
40m) and where a relevant stability ballast is required.

Mattresses and gabions are also used for support of pipelines.

For marine application, an external coating of PEX is applied instead of the tradi-
tional PVC coating to obtain a better resistance to the marine water corrosion.

Due to the presence of rock in shallow water, the length of the trench has been
minimized.

The pipeline is however in open sea and the outfall till the depth of -10m shall be
stabilized properly.

The gabions till -10 will be filled after the installation with lean concrete to stabilize
the internal stones against the wave action.

MARINE MATTRESSES AND GABIONS


The marine mattresses and gabions are box structures formed with hexagonal
double twisted wire mesh, protected against corrosion with a special coating, to be
filled on site with stones or crushed rock in order to obtain a compact block to be
used as element for shore protection, reinforcement of marine structures (seawalls
or breakwaters) or ballasting and/or scour protection of submerged pipelines.

The marine type of mattresses and gabions is realized with the same type of dou-
ble twist wire mesh common for land application but presents in addition a heavy
Galfan corrosion coating and an external PEX (cross linked polyethylene) shield as
further protection from corrosion in saline environment and abrasion due to the
suspended sediments and sand in the sea water.

The above coating ensures a minimum life of 30 years.

The difference between mattresses and gabions lay in the dimensions of the
mesh, which is generally 6x8cm for mattresses and 8x10cm for gabions.

The elements, when properly filled, present a specific weight in air of 1800-1900
kg/m3 and a submerged weight of 800-900 kg/m3, with a percentage of void of
25%, therefore presenting a high capability of sediment entrapment.

The wire used in the manufacture of the gabion is a mild steel wire, with the follow-
ing characteristics:

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 118


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

 Diameter (steel only): 2,2 mm for the mattresses and 2,7 mm for the
gabions, with tolerances of wire according to EN 10218

 Tensile strength: both the wire used for the manufacture of the mesh and
the lacing wire (when used [2]) shall
have a tensile strength of 350-500
N/mm2 according to EN 10223-3. Above values are referred to wire before
manufacturing the mesh

 Elongation: by testing a sample at least 25 cm long before manufacturing


the mesh, the elongation shall not be less than 10% as per EN 10223-3.

 The Corrosion coating of the wire is obtained with a heavy galvanization


with GALFAN, a Zn-Al5% - MM (mischmetal) alloy.

 The minimum cover of Galfan shall meet the requirements of EN 10244-2


for Zinc or Zn-Al5% - MM coatings (Class A).

 The adhesion of the Galfan coating to the wire shall be such that, when
the wire is wrapped six times around a mandrel with diameter four times
the diameter of the wire, it does not flake or crack when rubbing it with
bare fingers.

A PEX (cross linked polyethylene) sleeve is added to the galvanization, the steel
wire is coated with a PEX (cross-linked polyethylene) sheat of a nominal thickness
of 0,50 mm.

The technical characteristics and the resistance of the XLPE to ageing meet the
requirements of EN 10245-3 standard

Mesh production
The “double twisted wire” technique for the lateral connection of the wires is used
since years. The double twist – visible in the figure 1 – increases the overall resis-
tance of the mesh, enduring the continuity also in case of break of one of the
wires.

The standard combinations mesh/wire is shown in the table, together with dimen-
sions and tolerances on the size of the mesh opening D.

The tolerance on the mesh opening D (distance between the axes of twist) is ac-
cording to EN 10223-3

In order to reinforce the structure, all edges shall be selvedged with a wire having
greater diameter; after the filling, the components are “laced” together with an aux-
iliary wire, or (preferably) with Stainless Steel clips, supplied with the mesh.

2
In marine applications the traditional lacing wire may be substituted by Stainless Steel clips

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 119


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

Product Bare Coated Mesh Transverse Tolerances Selvedge Lacing


wire wire Type pitch D mm wire  wire 
 mm  mm mm mm
Marine 2,2 3,2 6x8 60 +16% / -4% 2.7 2.0
Mattress
Marine 2,7 3,7 8 x 10 80 +16% / -4% 3,4 2,2
Gabion
Structure of mattresses and gabions

The mattresses and gabion are divided into cells by means of diaphragms spaced
1 m. Standard dimensions and tolerances on sizes are:
 Mattresses (mesh 6x8cm, D=6cm)
- Length: 3, 4, 5, 6 m
- Width: 2 m
- Thickness: 17, 23 and 30 cm
 Gabions (mesh 8x10, D=8cm)
- Length: 1, 2, 3, 4, 5, 6 m
- Width: 1, 2 m
- Height: 0,3, 0,5 and 1 m
Intermediate sizes or gabions with inclined walls can be realized on site by cutting
and bending the mesh of a standard size unit.

Assembly and erection

The units are supplied pre-cut according to the dimensions required and folded
flat. The diaphragms and the lacing wires/clips are packed with the unit.

The preparation process – basically easy – requires the following operations:

 Unfold the units, erect corners and diaphragms and bind them to the side
panels with the lacing wire or clips.

 Fill the gabion with stones or rounded crushed rock, minimum size not
less than "D" and maximum size about 2-2,5 times "D".

 Close the upper lid after controlling the packing of the stones, and bind the
lid to the sides with lacing wire or clips. Maximum spacing of clips shall be
20cm.

 Hang the gabion to a lifting frame. In order to minimise the deformations of


the units, it is recommended to use one hook or cable every 0,5m.

 In general, the mattress or gabion structures are self-compacting. If the


mattresses or gabions result, for any reason, slightly deformed or not
levelled, they can be adjusted by applying a pressure on a flat plate
positioned on top.

Safety

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 120


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

In general, the gabion structure is harmless for people, due to the PEX coating.
However, due to irregular cutting or to other reasons, some wires can protrude at
the edges. In this case, if there is a risk of people walking on or swimming near
them, fold the protruding wires inside before finishing the preparation.

Repairs
If well packed and installed, the wires will not need any particular maintenance, nor
break to such an extent to permit a loss of the stone filling.

In case anyway there is some break, it can be easily repaired overlapping and
clipping on the broken area a new section of mesh.

It is recommended, for marine installation, that the client maintaines some 10-15
pieces of precut mesh (2x1m) and spare clips for eventual repairs.

It would be also opportune that the client (or user of the installation) purchases di-
rectly a clipping machine (either hand-held or pneumatic) for maintenance/repair
purposes.
Purchase Specifications
a. Marine type mattress, size as follows, realized with double twist steel wire
mesh, 6x8, steel wire diameter 2,2mm, heavy corrosion coating with Zn-
Al5%-MM alloy, wire sleeve in PEX 0.5 mm, with following
characteristics/tolerances:

 tolerances of wire according to EN 10218


 tensile strength of wire 350-500 N/mm2 according to EN 10223-3
 elongation of wire not less than 10% as per EN 10223-3 on a sample at
least 25 cm long
 coating according to EN 10244-2 for Zn-Al5% - MM coatings (Class A)
 PEX sleeve: technical characteristics and resistance to ageing according
to
EN 10245-3 complete with internal diaphragms and stainless steel clips

b. Marine type gabions, size as follows, realized with double twist steel wire
mesh, 8x10, wire diameter 2,7mm, heavy corrosion coating with Zn-Al5%-
MM alloy, wire sleeve in PXE 0.5 mm, with following
characteristics/tolerances:
 tolerances of wire according to EN 10218
 tensile strength of wire 350-500 N/mm2 according to EN 10223-3
 elongation of wire not less than 10% as per EN 10223-3 on a sample at
least 25 cm long
 coating according to EN 10244-2 for Zn-Al5% - MM coatings (Class A)
 PXE sleeve: technical characteristics and resistance to ageing according
to EN 10245-3 complete with lid, internal diaphragms and stainless steel
clips

Material for filling.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 121


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

Any type of hard, compact and durable crushed rocks or natural stones are suit-
able for the filling of the mattresses and gabions, within the limits indicated in the
specifications about the size.

Optimal sizes are therefore the following:


- mattresses: 6-10cm with a minimum 50% of 8cm stones
- gabions: 8-15cm with a minimum 50% of 10cm stones
The granulometric distribution is not binding, provided that the minimum size is in
any case equal or slightly greater that the minor dimension of the mesh (6cm for
mattresses and 8cm for gabions)

In both cases, the small and average size stones shall be placed in the center of
the fill while the greater ones shall be used for the external layers.

Generally, the mattresses and gabions shall be filled in order to have a good com-
pactness with a degree of voids between 15% and 25%.

This will assure an overall specific weight of 1800-1900 kg/m3 in air and of ~900
kg/m3 in water.

The only recommendation about the type of rock to be used is to avoid any type
which may be subject to sea water corrosion (sandstone or equivalent).

It is recommended that the necessary gaps between the front stones, which can
be subject to splash or waves, are left free, to maintain the capability of the gabion
to dampen the wave forces.
Preparation of mattresses and gabions
The mattresses and gabions will be supplied folded to permit the transportation.

Each unit will include the bottom, the external walls, the diaphragms (one per me-
ter length or width) and the lid (the closing cover).

At arrival on site, they shall be unloaded and, if not immediately used, stored on
the original pallets (if any) or on a flat surface.

For the preparation, each gabion shall be transported to the construction yard,
where also the necessary quantity of stones is stored.

Stones in bulk should be in volume approximately 95-100% of the volume of the


gabions to be filled, since material in bulk has a larger degree of voids than when
placed in the mesh cage.

The gabion is than open and flattened and as first step the vertical walls (external
and internal) are fixed together.

For fixing the walls (as well as the covering lid), both the traditional system with
lacing wire and the modern system with the stainless steel clips can be used.

The traditional system – as shown in the sketches – is still applied but it is time
consuming.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 122


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

The sketches are however representative of the handling and preparation of mat-
tresses and gabions.

The stainless steel clips are easier to apply and are more resistant to stresses and
corrosion.

It is recommended, for marine applications, to use clips, which can be eventually


easily used underwater for fixing or reinforcing the structure, or for joining mat-
tresses and gabions to each other.

Clips shall be fixed every 15-20cm along the perimeter and at the diaphragms.

Differently from the traditional lacing wire, clips can not be fixed manually or, bet-
ter, can not be fixed manually with sufficient speed.

A clipping gun, both manual and hydraulic, has been designed for the operation.

When the gabion walls and the diaphragms are erected and fixed, the filling can
start as described hereafter.

If the gabions have no particular relevance for aesthetic reasons, the filling can be
made at random, dumping the filling stones with shovel or with a small excavator.

The filling shall be made in single or more layers (a single layer for mattresses, 2
or 3 for gabions with H>30cm).

In this case, the filling stones should have a more uniform granulometry around
the indicated average.

If a particular resistance to the deformation due to the stone pressure is re-


quested, bracing wires can be installed; they may be necessary for gabions with
H>30cm to avoid a “bear-belly” shape on the visible front, but, generally speaking,
if the stones are installed properly, there will be no need of this addition.

When the filling is finished, the top stones shall be roughly levelled.

A slight compaction is recommended to reduce the voids to the above indicated


percentage.

Finally, the lid shall be installed and clipped to the wall.

At this point, the gabion is ready for the transportation to the installation side.

If it is necessary to increase the flexibility of mattresses and gabions to be placed


on top of pipes, it is opportune to increase the void ratio to 30-35%.

This decreases the submerged weight to 800 kg/m3, but on the other hand in-
creases the capability of gabion and mattress to entrap sediments and to become
a habitat for marine life.

It has been asked in some occasion if the gabions can be filled directly under wa-
ter. There is no prevention against it, provided that the filling is made with the nec-

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 123


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

essary care and that the material is not dumped in the cage from above water,
with the risk to damage the gabion.

It may constitute an advantage in particular positions, where the mesh can be


“adapted” to the needed configuration. It is in any case a time consuming opera-
tion and it is more economic to provide the filling above water (eventually directly
on the installation barge if its size is sufficient) and to install the finished gabions.
Handling of filled gabions.
The gabions shall be handled in the proper way to avoid unacceptable deforma-
tions of the mesh, and, during lifting, kept horizontal to avoid internal movements
of the stones.

Nevertheless, when lifting, a short shaking can permit a better settling of the
stones. If superficial voids are evident after the first lifting, it is recommended to
lower the mattress or gabion and to refill it, but this is quite uncommon.

The lifting can be achieved in various ways.


a. The most common is to provide a lifting frame with the dimension of the
largest standard gabion (6m long and 2m wide) with suspension points every
50-100cm (in the picture, the suspension is every 1m on a 4x2x1 gabion).
Each suspension point shall be equipped with a hook which can be attached
to the frame with slings, steel cables, rigid bars or chains.
The hooks will be fixed to the gabion sides and diaphragms keeping the
maximum 100cm spacing.
As made in several projects, particularly in case of large gabions, the hooks
can be of the quick release type, manually or hydraulically operated, to mini-
mize the positioning time and the diving time if the gabions shall be installed
in medium/deep water.
b. An alternative, feasible solution is to place the gabion on a steel plate and to
use the plate both for lifting the gabion and for sliding it into position.
In this way, the lifting of the gabion can be made with only 4 hanging points at
the corners of the plate.
By using an independent lifting rope at one end of the plate, the plate can be
tilted permitting the gabion to slide into position, while the plate is withdrawn.
Both equipment are easy to realize and easy to guide into position.

Transporting to site and installing in the sea


There are 3 obvious alternatives to prepare the gabions:
 Preparing them on land and loading to a flat barge for the installation
 Preparing them on board of the installation barge after loading on it the un-
folded gabions and the necessary stones
 Preparing them on the shore immediately near the installation area and
float them by using rafts or buoyancy tanks or lifting balloons, if the num-
ber of pieces is relatively small. This way, there will be no need of mobiliz-
ing flat or crane barges.
The choice between the systems depends on the location, on the possible unload-
ing position of the stones, free space for preparation, easiness of loading on the
barge, etc.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 124


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

No particular prescription can be given since it depends on the contractor in


charge of the works.

No particular finishing work is required if the installation is made correctly.

It may happen that the upper part is slightly deformed during the lifting and posi-
tioning; in such case, the surface can be flattened by placing on top of the installed
gabion a steel plate and hammering it slightly or just applying a moderate pressure
on it.
Preparation of the laying surface
The area of the bottom on which the gabions are being installed does not generally
require any particular preparation, since the gabions is flexible enough to adapt it-
self to the surface configuration.

Only in the case that a horizontal top surface of the gabion is needed (such as for
jetties and vertical walls) the bottom surface shall be prepared with the necessary
inclination and flatness, and eventually the gabion shall be modified accordingly.

When gabions are installed on beaches, or in areas where scour can take place, it
can be opportune to sit the gabions on a geotextile, to avoid underscour.

Similarly, gabion walls designed for protection of onshore structures shall be


backed by a geotextile layer and provided with the necessary storm water dis-
charges.
Pipeline protection
Mattresses and gabions can be used on pipelines as ballast, as scour protection
around the pipe or on top of the trench, and as protection from human action (an-
chors and nets).

For the installation as ballast or protection of pipes, it shall be remembered that


while mattresses are enough flexible, gabions, particularly if 0.5 or 1m high, pre-
sent a limited flexibility.

Therefore, it would be opportune, before sitting the gabion on top of the pipe, to
dump some excavated material (or, in case of larger diameters, some good granu-
lar material) in order to create a sufficient haunch at the sides of the pipe.

As an additional recommendation, the center area of the gabion shall be less


packed in order to have a bending zone.

When a continuous protection surface is required, or it is necessary to have a con-


tinuous bond between the gabions, the sides of the facing elements can be clipped
together.
Safety
The use of mattresses and gabions in areas open to public does not present any
danger to the users of beaches.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 125


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

The main reason is that a gabion presents a stable surface without voids where a
foot or a leg can get hurt, contrary to any type of shore protection or groyne real-
ized with rubble mounds, rocks or concrete elements.

Obviously, the installation shall be made with the necessary care.

It is therefore recommended that:


 Any protruding wire is bent inwards with pliers
 The surface stones are arranged properly to avoid sharp edges protruding
from the surface
 Mattresses and gabions are placed without leaving intermediate voids
In a short time, due to their capability to entrap sediments, mattresses and gabions
will be filled with sand, which will contribute to the smooth the surface.

In any case, the size of the mesh is such that it is difficult for feet to get stuck in it.
However, for gabions exposed above water, on which people can walk, it is rec-
ommended to use, for the top layer, flat stones and to place them accurately.

1.16 BUILDING WORKS

1.16.1 General

1.16.1.1 Scope
This sub-section covers the requirements for the construction of buildings and in-
cludes all building works, except earth and concrete works. The work required un-
der this sub-section shall include all labour, materials, equipment, remedy of defi-
ciencies, site clearance and all other appurtenant works required to complete all
building works specified herein.

1.16.1.2 Standards and Rules


The Contractor shall carry out the works described in this Section in accordance
with the appropriate DIN standards or equivalent standards. The main standards
are, but are not limited by, the following Technical Codes:
DIN 18330 Masonry works
DIN 18331 Concrete and reinforced concrete
DIN 18332 Natural stonework
DIN 18333 Artificial stonework
DIN 18334 Carpentry
DIN 18336 Waterproofing against moisture
DIN 18338 Roofing
DIN 18339 Plumbing works
DIN 18350 Plastering
DIN 18352 Tiling
Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 126


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

DIN 18353 Screeding works


DIN 18354 Bituminous paving
DIN 18355 Joinery
DIN 18361 Glazing
DIN 18363 Painting works
DIN 18365 Flooring
DIN 18379 Ventilation works
DIN 18381 Sanitary installation

1.16.1.3 Works Included


The Contractor shall, unless otherwise specified herein, supply all materials,
equipment, temporary works and labour necessary to perform, maintain and com-
plete the building works.

1.16.1.4 Approval of Materials and Workmanship


The supply of all materials and items shall be subject to the approval of the Engi-
neer. The Contractor shall provide such samples as the Engineer may require in
advance for the approval and, when approved, the quality of materials and work-
manship shall be at least equal to the approved samples.

1.16.2 Masonry Works

1.16.2.1 Materials
(a) Bricks and Blocks

Bricks shall be clay facing bricks manufactured locally. The quality shall corre-
spond to DIN 105. Blocks shall be dense concrete blocks in accordance to DIN
18153 with a compressive strength of more than 7.5 N/mm². Bricks and blocks
shall be hard, sound, square and clean with sharp, well defined arises.

The Contractor shall submit samples of each type of bricks and blocks used in the
works and obtain the Engineer’s approval before placing orders with suppliers.
Strength test certificates performed on the basis of appropriate DIN standards
shall also be submitted on request of the Engineer.

(b) Reinforcement for Brickwork

Reinforcement of brickwork shall be in accordance with DIN 488, DIN 1045 and
DIN 1053. Reinforcement for Brick shall be plain round bars B ST 22/34 GU or
ribbed bars B St 22/34. Reinforcement shall be detailed, stored and tested as
specified for Concrete Works.

(c) Fixings for Brickwork

Fixings shall be, if not otherwise specified by the Engineer, of stainless steel for
sheet, strip, plate and bars in accordance to DIN 17440.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 127


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

(d) Sand

Sand shall be clean and sharp course grit, fresh water river or pit sand conforming
in all respects to DIN 1053 and DIN 18550 and shall be re-washed on site if the
silt, loam or clay content exceeds the limits prescribed in DIN 4226. The sand shall
be obtained from a source approved by the Engineer.

(e) Cement

Cement shall be sulphate resisting Portland cement as specified in DIN 1164. The
source of cement is subject to the approval of the Engineer and shall not be
changed without his prior approval.

(f) Water

For the mixing of mortar and plaster the Contractor shall provide tap water, if not
otherwise directed or approved by the Engineer.

1.16.2.2 Mortar Mix


Masonry mortar for setting blocks and bricks shall be of the quality group III set out
in DIN 18550. The proportion shall be 1 part cement to 4 parts sand or as other-
wise directed or approved by the Engineer. Mortar shall be added to the mix in an
amount compatible with workability. Mortar constituents shall be measured by vol-
ume using clean gauge boxes.

Mortar shall be mixed in a mechanically operated mortar mixer for at least three
minutes after all ingredients are in the drum. The mixing by hand will only be per-
mitted when the quality of hand mixing is comparable to mechanical mixing.

Mortar shall be used within 2 hours after discharge from the mixer at normal tem-
peratures. No mortar shall be used after the initial set has taken place. Reconstitu-
tion of mortar will not be permitted.

1.16.2.3 Workmanship
All masonry shall be laid plumb and true to lines and built to the thickness and
bond required. Masonry shall be carried up in a uniform manner. No one portion
shall be in raise more than one meter above adjacent portions, except with the ap-
proval of the Engineer.

Sample panels of 1 m² size shall be prepared for each type of facing brickwork or
block work, including jointing or pointing, and the Contractor shall not commence
face work without the approval of the Engineer. Face work shall be kept clean dur-
ing construction and until completion of the Works.

Under hot and dry weather conditions, bricks and blocks shall be stacked on a
hard standing level so as to prevent the absorption of water. Suitable shading shall
be provided to prevent high temperatures within the brick and block stacks. Clay
brickwork and block work shall be kept wet to the minimum extent required to pre-
vent mortar drying out prematurely.

All bricks shall be wetted before being laid. Clay bricks shall not be used until
completely cold from the kiln. Freshly laid brickwork/block work shall be protected
during interruption through rain and at the completion of each day’s work.
Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 128


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

Face work shall be kept clean during construction and until practical completion.
Scaffold boards shall be kept clear of the building at night and during heavy rain.
Rubbing to remove stains will not be permitted.

Facing bricks of varying colour shall be distributed evenly throughout the work so
that no patches appear. Different deliveries which vary in colour shall be mixed to
avoid horizontal stripes.

Brickwork and block work abutting concrete columns, walls and beams shall be
tied with stainless steel ties in accordance with the relevant references and as di-
rected by the design. Additional ties shall be supplied at openings. Walls which are
to be fair face shall have selected bricks and blocks with perfect arises and flat
surface structures and with faces in line.

1.16.2.4 Bricklaying and Blocklaying in Cold Weather


Materials used in bricklaying and blocklaying shall be frost free and no bricks or
blocks shall be laid when the ambient temperature is below –5C, unless special
precautions are taken. The Contractor shall ensure that any additive used in the
mortar does not cause a variation in the colour of the joints. Completed work shall
be protected adequately during cold weather.

1.16.2.5 Exposed Concrete Blocks


Concrete block work shall be laid in stack bond and, unless otherwise directed,
with joints not exceeding 1 cm and uniform throughout. All blocks shall be laid in a
full bed of mortar applied to shells only. Intersecting bearing walls shall be tied to-
gether with stainless steel ties at one meter vertical spacing.

Where directed, concrete blocks shall be reinforced and concrete blocks lintel type
shall be built in above wall openings.

Control joints shall be installed at the intersection with structural concrete and
elsewhere where joints are useful. Joints not detailed otherwise shall be racked
out to a depth of 2 cm for the full height of the wall and be caulked. Joints are to be
examined to locate cracks, holes or other defects and all such defects shall be
remedied with mortar and pointed.

1.16.2.6 Concrete Blocks to receive Plaster


Concrete block walls to be plastered may be laid with bonds described above.
Joints are to be left rough to assist in bounding of plaster. Control joints in plas-
tered block shall be carried through the plaster. The joint shall not be plastered.

1.16.2.7 Brickwork
Solid brick walls shall be laid in common bond with all joints filled solidly with mor-
tar and backs fully purged to form solid masonry structure. Joints of walls to re-
ceive plaster shall be lightly raked to provide a bond for plaster. Control joints in
brick walls shall be carried through the plaster. The joint shall not be plastered.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 129


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.16.2.8 Lintels, Miscellaneous


The Contractor shall build in or provide all miscellaneous items to be set in ma-
sonry including lintels, frames, reinforcing steel, electrical boxes, fixtures, sleeves,
grilles, anchors and other miscellaneous items. All anchorage, attachments and
bonding devices shall be completely covered with mortar.

1.16.2.9 Cleaning
Masonry work to be exposed shall be thoroughly cleaned. Mortar smears and
droppings on concrete block walls shall be dry before removal with a trowel. Ma-
sonry work may be cleaned using a mild acid solution.

1.16.2.10 Damp-proof courses


As a minimum requirement, damp-proof courses shall be in accordance with DIN
18195.

Bituminous sheet damp-proof courses shall be laid on a level bed of cement mor-
tar with a minimum lap of 75 mm at angles and joints and neatly pointed in match-
ing mortar on exposed edges. Horizontal and sloping damp-proof coursing over
door openings shall be in single pieces of material of a length to extend 225 mm at
both sides beyond the width of the frame.

1.16.2.11 Waterproof building paper


Waterproof building paper shall be laid beneath structural concrete. The paper
shall be laid with 150 mm lapped joints which shall be treated and sealed with an
approved bituminous solution. The weight of the paper shall not be less than 0.3
kg/m².

1.16.3 Plastering

1.16.3.1 Materials
(a) Sand

Sand shall be clean and sharp course grit, fresh water river or pit sand conforming
in all respects to DIN 1053 and DIN 18550 and shall be re-washed on site if the
silt, loam or clay content exceeds the limits prescribed in DIN 4226. The sand shall
be obtained from a source approved by the Engineer.

(b) Cement

Cement shall be sulphate resisting Portland cement as specified in DIN 1164. The
source of cement is subject to the approval of the Engineer and shall not be
changed without his prior approval.

(c) Water

For the mixing of mortar and plaster the Contractor shall provide tap water, if not
otherwise directed or approved by the Engineer.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 130


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.16.3.2 Plaster Mixing


Plaster shall be mixed with proportions according to DIN 18550. The constituents
shall be measured by volume and water added in an amount compatible with
workability.

Plaster shall be mixed in a mechanically operated plaster mixer for at least long
enough to make a thorough, complete intimate mix of the materials. The mixing of
plaster by hand shall not be permitted, unless otherwise directed.

The mixer, bunker, gauge boxes and all tools shall be kept clean, and care shall
be taken to ensure that fresh plaster is not contaminated with set plaster.

1.16.3.3 Workmanship
Plaster shall be of 2 or 3 coats. If plaster is to be applied to smooth surfaces, a
dash coat shall be applied as a bonding surface. The dash coat shall be of mush
consistency, composed of 1 part Portland cement and 15 parts of sand.

The plaster coats shall be applied according to the thickness given below, whereby
additional thickness which will be required due to unevenness in the masonry sur-
face is not included:

Location: Ceiling Interior wall Finish


Thickness of first coat: 15 mm 10 mm 10mm
Thickness of intermediate 6 mm 9 mm
coat:
Thickness of finish coat: 10 mm 4 mm 6 mm
Total thickness: 25 mm 0 mm 25 mm

1.16.3.4 Preparation of Surfaces


Surfaces that are to receive plaster shall be carefully examined by the Contractor
and any unsatisfactory surface shall be repaired as directed by the Engineer.
Where fixtures have to be installed prior to plastering they shall adequately be pro-
tected from damage during plastering. Concrete masonry and brick surfaces shall
have sufficient roughness to provide proper bond and shall be dumped by brush-
ing or spraying with water followed by plastering.

1.16.3.5 Plastering
The dash coat shall be applied with a whisk broom or fibre brush and be kept
moist for 48 hours before the first coat is applied to the dash coat.

Before the first coat hardens, the surface shall be scratched to provide bond for
the intermediate coat. This coat shall be kept moist for not less than 24 hours and
be allowed to set for not less than 14 days before application of the intermediate
coat.

The surface of the intermediate coat shall be brought to a true and even surface,
then roughened with a wood float before setting to provide a bond for the finish
coat.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 131


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

The finish coat shall be applied while the intermediate coat is moist and if the in-
termediate coat dries out it shall be wetted evenly. The finish coat shall be first
floated to a true and even surface and then trowelled to a smooth and even finish.

1.16.3.6 Completion of Work


Completion of work includes curing (moisturing for at lest 3 days) and removal of
deficiencies (at the Contractor’s expense). Upon completion of the work, all plaster
surfaces shall be cleaned and all rubbish, debris and excess material and equip-
ment shall be removed.

1.16.3.7 Waterproof Plaster


Waterproof plaster shall consist of waterproofing compound, cement and sand
mixed in strict accordance with the manufacturer’s specification. The water proof-
ing compound shall be a mass product of a repudiated manufacturer and shall be
approved by the Engineer.

1.16.3.8 Tolerances
All surfaces shall be true to line, level, plumb and all junctions, angles and arises
truly scare. On two or three coat work, the plaster surface shall not show any de-
viation greater than specified in DIN 18202 for accuracy class B.

1.16.4 Screeds

1.16.4.1 General
Workmanship and construction shall generally conform to DIN standards 18353
and 18560 or equivalent standards.

Materials used for mortar shall be measured in gauge boxes. All concrete surfaces
shall be adequately prepared and keyed to receive screeds. The screeds to be
carried out have to be placed within buildings and shall be dense aggregate ce-
ment screeds.

1.16.4.2 Floor Screeds


To form falls for drainage or to improve the surface finish of a concrete slab when
necessary, a screed shall be laid on it. In basement the slope of the screed shall
be at least 1% towards the pump sump of the basement drainage pump.

Floor screeds in buildings shall be laid monolithically to a thickness of 50 mm and


be laid separately.

The preparation of base concrete shall include the removal of laitance from the
concrete surface to receive screed and the removal of all loose concrete, dust and
dirt by thorough washing with water.

The screed mix shall be prepared in accordance to DIN 18550 and shall be thor-
oughly and efficiently be mixed dry by mechanical means until a uniform distribu-
tion is obtained prior to adding the water. The water content shall be kept as low
as it is necessary to allow for sufficient workability for laying and compacting.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 132


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

Where only small quantities are required, mixing might be carried out by hand on
clean watertight surface with the approval of the Engineer.

The screed mix shall be placed between forms, rigidly fixed on a firm foundation
and set true to level within +/- 3 mm, and shall be fully compacted by means of a
screed board providing laitance is not brought to the surface. The screed wearing
course shall be tamped with a wood float and trowelled with a steel trowel to pro-
duce a smooth finish.

The screed mix shall be placed between the forms (and or other bays) worked
around the penetrations, duct covers, manhole covers, gutters, balustrade stan-
dards, pipes, etc., and shall be fully compacted by means of a screed board, or
other suitable compacting equipment, providing laitance is not brought to the sur-
face.

Where screeds thinner than 30 mm are required, a pre-packed high performance


mortar suitable for ‘drinking water’ contact shall be used, in accordance with the
instructions of the manufacturer.

1.16.4.3 Joints
All edge joints of floor screeds shall be simple butt joints without filler. Screeds laid
over construction joints in concrete shall be separated by 10 mm impregnated oa-
kum strips or the like.

Joints in wearing courses shall be 10 mm polysulphide according to DIN 18540.

1.16.4.4 Tolerances
The finished surface of base course screeds, when laid, shall not depart more
than specified in DIN 18202 for accuracy class B.

Floor screeds, when laid, shall be free of all defects and any work which shows
signs of bond failure, hollow patches, crazing, cracking or any other defects will not
be accepted and shall be removed and replaced with acceptable work by the Con-
tractor.

The extent of the work to be removed and the method to be used in the removal
and replacement of this work shall be to the approval of the Engineer. All surfaces
shall be approved by the Engineer before further work.

1.16.5 Flooring

1.16.5.1 General
All materials and structural components not covered by DIN standards or equiva-
lent may be used subject to the Engineer’s consent only. The floorings shall be
such as to provide a cover surface that can well be walked on and must not give
any rise to any unreasonable inconvenience.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 133


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.16.5.2 Materials
Concrete paving slabs shall be 50 mm thick, hydraulically pressed pre-cast con-
crete slabs in accordance with DIN 18500.

Terrazzo shall be in accordance with the appropriate standard. The marble chip-
pings shall be of an approved quality in irregular pieces with no flaky pieces.

PVC flooring material shall comply with the requirements of DIN EN 649 and DIN
EN 650 and shall be temperature resistant, waterproof, abrasion resistant, flame-
proof, pigment or colour proof to light, evenly coloured throughout, resistant to
chemicals, fats, acids and alkaline, odourless, easily laid and flexible, non-porous
and slip proof.

All adhesives shall have suitable properties to ensure a firm and durable bond.
They must not adversely affect either the flooring nor the underlay or the base and
shall be odourless once applied.

All fillers and levelling compounds shall have a firm and durable bond to the base,
provide a good bonding surface for the adhesive and be of suitable property so as
to give an adequate support to the covering. They must have no adverse effect on
base, adhesive, underlay, or covering.

1.16.5.3 Workmanship in general


The Contractor shall examine the base to verify whether it is in suitable condition
to carry out his work. Any doubts the Contractor may have in this connection, shall
be communicated by him to the Engineer immediately in writing.

All materials and structural components whose processing is subject to manufac-


turer’s instructions shall be processed accordingly. The Contractor shall clean the
flooring and treat it in accordance with the manufacturer’s instructions for flooring
materials.

The Contractor shall furnish the Engineer with the written instructions for the care
and the maintenance of the flooring.

1.16.5.4 Preparation of Surfaces


The surfaces must be cleaned prior to flooring. The base for covering to be placed
without underlay shall be smoothed with filler compound. In the case of major un-
evenness a suitable levelling compound shall be used.

Any filler or levelling compound shall be applied so that it will bond firmly and
durably to the base, will not crack and will adequately withstand pressure. Any
screeds such as magnesia and anhydride screed to which the filler or levelling
compound will not sufficiently bond, shall receive a priming coat.

1.16.5.5 General requirements for Application


Workmanship generally shall be in accordance with DIN 18352 and DIN 18365.
Floorings shall be placed without underlay unless otherwise specified.

The courses shall be laid towards the main window wall, in halls and corridors,
however, in longitudinal direction, unless otherwise specified.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 134


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

Deviations in colour which are not of minor importance and not due to the flooring
pattern shall not be allowed if marring the overall appearance of the flooring.

Courses with pattern repeats shall be laid so as to suit these. Where courses run
towards doors, recesses and the like, they shall be laid so to cover also the floor
areas such door openings, recesses etc. Strips of slabs may be used as coverings
of such floor areas.

Plastic flooring shall not be welded unless otherwise specified or expressly re-
quired in the flooring material manufacturer’s processing instructions.

Baseboards of the same material as the flooring material with a minimum height of
6 cm have to be installed at all side walls.

1.16.5.6 Pre-cast Concrete Slabs


All pre-cast concrete slabs shall be laid in bays not exceeding 10 m in length, the
bays being separated by an expansion joint 10 mm wide.

1.16.5.7 Thin Floor Coverings


Flexible PVC sheeting or tiles shall be laid on a level and smooth background
generally consisting of anhydride screed. The screed surfaces shall be clean,
dust-free and dry. Tiles shall be laid in strict accordance with manufacturer’s in-
structions.

1.16.6 Tiling

1.16.6.1 General
Tiling shall comprise all required labour, equipment and the supply of the appurte-
nant materials and structural components including off-loading and storage at the
site. Tiling and flooring shall be applied in accordance with the finishes, specified
in the Particular Specification. Workmanship and construction for tiles to floors and
walls shall generally be in accordance with DIN 18352. All materials and structural
components which are not standardized shall be used only with the approval of the
Engineer.

All tiles and flags for which there are several grades available shall be of the best
standard commercial grade.

Before starting the work, the Contractor shall ascertain the Employer’s selection of
patterns and colours and the Contractor shall furnish the Engineer with duplicate
samples of the patterns and colours of the materials selected by the Employer.

Tiling shall be free of any defects and any work that shows signs of bond failures,
hollow patches, misalignment, cracking or any other defect. Defective work will not
be accepted and shall be removed and replaced by acceptable work.

1.16.6.2 Materials
In general, tiles and flags shall meet the quality requirements of DIN EN 14411,
DIN 18158 and DIN 18166. Where tiles and flags are not standardized, the quality
features shall satisfy the standard commercial requirements (top surface, parallel-

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 135


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

ism of edges, colour, water absorption). All floor and wall tiles shall be from the
same batch.

Glazed ceramic tiles for walls shall be in the colour selected by the Employer, true
to shape, flat, free from flaws, cracks and crazing, uniform in colour, keyed on the
back and shall comply with DIN EN 14411. The ties shall be of a suitable type,
size, colour and acid resistance.

Ceramic floor tiles shall be oil and acid resistant, true to shape, flat, free from
flaws, cracks and crazing, uniform in colour and of an approved non slippery type,
make and colour. Dimensions and tolerances shall comply with DIN 18158 and
DIN 18166.

Cement based adhesives shall comply with the requirements of DIN 18156. Other
adhesives shall be subject to the approval of the Engineer and mixed and used
strictly in accordance to the manufacturer’s printed instruction. Mortar materials
and adhesives shall not alter the top surface of the tiles.

1.16.6.3 Preparation of Surfaces


Surfaces shall be prepared before covering with tiles in strict accordance with the
manufacturer’s instructions.

1.16.6.4 Preparation of Tiles


Tiles which are to be laid in cement mortar shall be soaked in clean water for 15-
30 minutes before fixing and allowed to drain for 10-15 minutes. Any surplus water
shall be removed from the backs before laying. Tiles to be fixed with adhesives
shall not be soaked or wetted before laying. All cutting to tiles shall be fair cutting
using a tile cutter.

1.16.6.5 Placing
In interior finishing works all tiles, flags or mosaic shall only be set and laid before
the fixing of windows and door frames and trims, and after stop rails, plumbing in-
stallations and the application of plaster.
All tiles, flags and mosaic shall be set or laid plumb, in true alignment and horizon-
tal or at the slope specified, without any projections, with regard to any specified
reference or level lines. In wall coverings, projections shall be allowed only to the
extent imposed by the particular type of tile or flag specified.

1.16.6.6 Fixing and Bedding


Thin tiles shall be generally adhesive fixed. Backgrounds shall be cleaned and
primed according to the manufacturer’s instructions and the adhesive shall be ap-
plied by the notched trowel technique and trowelled over the area to receive tiles in
4 mm thickness. Tiles shall be pressed in as recommended by the manufacturer.

Thick tiles shall be generally bedded in cement-sand mortar, at least 10 mm thick.


Any surplus mortar which adheres to the face of the tile shall be wiped off with a
damp cloth before it sets hard.

The external angles and side and top edges shall be formed with rounded edge
tiles. At intersections, returned rounded edge tiles shall be used.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 136


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.16.7 Roofing

1.16.7.1 General

The specification for waterproofing and insulation of flat concrete roofs shall be
designed and laid according to the norms valid in Montenegro or equivalent and
taking into account the relevant manufacturer’s instructions). Work shall follow the
general principles given below. The Contractor may propose a different system,
which shall be subject to the approval of the Engineer.

The waterproofing and insulation of concrete roofs shall consist of at least 2 coats
of polymer-bitumen / rubber membranes.

The work shall consist of supplying, laying and finishing complete insulation and
roof coverings and shall include the provision of all necessary skirting, copings,
flashings etc. On completion, all roofs shall be left sound and watertight and in
neat and clean condition. All roof finishes shall be carefully worked or fitted around
pipes and openings.

Roofing systems shall be in general the “inverted roof“ or “protected membrane


roof system“ where the waterproof membrane is laid directly onto the structural
slab and the insulating layer is then laid on the membrane and protected by a layer
of files. Any special working details prepared by the Contractor must be submitted
to the Engineer for approval.

The top surface of the roof slab shall be finished by cement plastering of minimum
thickness 20 mm. A 50 mm x 50 mm mortar or wooden fillet shall be fixed in the
corner between the horizontal slab and the vertical parapet before the water proof-
ing membrane is formed, fillets shall also be fixed in the corners of gutters.

The finished roof slab surface must be clean, dry, smooth and free of roughness
or dips. The plastered surface of roof slab must be allowed to dry before the
sheets are applied. Drying time is dependent on the weather and may take any-
thing from 8 days to 3 weeks.

1.16.7.2 Waterproofing and Insulation


The structural slab or surface screed on it shall be primed before application of the
membrane in accordance to the manufacturer’s instructions. The insulation layer
shall have a minimum density of 35 kg/m².

Depending on the different construction types, the sheets can be fully bonded to
the substrate by torch, spot bonded or loose laid. Torch-bonding is carried out with
a suitable gas torch burner connected to a propane gas cylinder.

The sheets are overlapped longitudinally by 100 mm, while the head laps of the
membranes shall not be less than 150 mm. The bonding is carried out by torch
application in such a way that a continuous bead of melted bitumen comes out
from the overlap. So as not to remove the protective top layer, the use of trowel is
to be avoided.
Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 137


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

However the membranes must not be overheated and a further sign of correct ap-
plication is that an excessively large bead of melted compound does not come out
from the overlap.

The waterproofing membranes and coatings shall be brought up the inside of the
roof parapet to a height of at least 150 mm. The top sheet must be protected by
mineral coating or suitable painting.

Expanded polystyrene slabs or other approved foam insulation 40 mm thick at


least shall be stuck down to the roof with a coat of the approved waterproofing
compound.

Each slab of insulation shall be bounded by a key interlocking with adjacent slabs,
to ensure the continuity of the insulation.

A vapour barrier shall be applied below the insulation layer.

1.16.7.3 Covers, Flashings and Rainwater Outlets


Pre-cast cement roofing tiles shall be formed with a minimum 10 mm facing of one
part white cement and three parts of sand, set on a backing of sulphate resistant
cement mortar with a minimum cement content of 300 kg/m³.

Flashings shall be formed out of 0.8 mm aluminium with natural mill finish. Acces-
sories such as hooks, nails, screws and clamps shall be of the same material and
alloy.

Screeds shall be prepared of cement, sand and water in accordance to the re-
quirements stipulated for screeds.

Rainwater outlets shall be a proprietary type approved by the Engineer. Outlets


shall drain from the top interface between the waterproof membranes.

Rainwater guttering for flat roofs shall have vertical pipes of diameter, such that a
2
minimum cross-sectional area of 100 mm is provided for each square metre of
roof area.

1.16.7.4 Workmanship
Workmanship shall be carried out in accordance with DIN 18338. The roof sur-
faces shall be uniform, compact and free from debris.

Waterproof membranes shall be 1.5 mm thick self adhesive rubber bitumen ap-
plied strictly in accordance to the manufacturer’s instructions. The membrane shall
be continuous and take up abutments and pipes to above the insulation layer. Ex-
posed membrane shall be solar protected. The waterproof membrane shall be
dressed and bonded into rainwater outlets and under flashings.

The insulation board shall be not less than 50 mm thick closed cell extruded poly-
styrene loose laid in a single layer with tight staggered butt joints in accordance
Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 138


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

with the manufacturer’s instructions. The board shall be trimmed to fit any fillets
used under the waterproof membrane.

Flashings shall be sheet aluminium neatly cut to the width and length required.
The aluminium shall be carefully bent using a slightly rounded former so as to
avoid surface cracking. Where surface fixing is required, the sheet shall be pre-
drilled and fixed with inoxidizable screws to proprietary fixings or hardwood
grounds let into the surface of the base concrete or brick work.

Lightweight screeds shall be laid in accordance with the manufacturer’s instruc-


tions and to falls not less than 1:40 with a thickness of 100 mm. The screed shall
be laid in two courses and in bays not exceeding 15 m², laid alternatively and fin-
ished with a mortar topping of 1:4 cement/sand mortar. Immediately after laying,
the screed shall be protected from wind and sunlight and cured for 7 days.

1.16.8 Timber Works

1.16.8.1 General
A high standard of workmanship and materials shall be achieved in the works. The
completed timber work shall be durable, well finished and designed and con-
structed to arrive at a service lifespan of at least 40 years.

Workmen employed in the manufacture and installation of timberwork shall be


experienced carpenters.

1.16.8.2 Materials
Timber shall be of best quality, sound, in good condition, reasonably free from
shakes and free from loose dead knots, insect attack, decay, twisting and warping.
Timber shall be properly seasoned to suit the purpose for which it is intended. Only
knots with characteristics similar to those detailed in DIN 4074 will be allowed.
Where timber is prescribed as “selected“ it shall be free from knots.

Softwood shall be either redwood, specially selected from the best unsorted and
joinery quality or douglas fir of selected merchantable quality or better.
Hardwood shall be selected and of best quality; it shall be particularly checked for
infestation by pinhole borers. Selected hardwood shall comply with DIN 4074,
grade IA.

All plywood, chipboard or materials incorporating chipboard shall not be used in


the works, except with express permission by the Engineer in writing.

1.16.8.3 Samples
Before commencing work, the Contractor shall submit samples of all types of
timber to be used in the works for the approval of the Engineer. Timber, or carpen-
try and joinery units of which the material on delivery to the site does not conform
to the standard of approved samples will be rejected and replaced by the Contrac-
tor at his own expense.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 139


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.16.8.4 Ironmongery
The Contractor shall provide all necessary ironmongery including matching
screws, bolts, plugs and other fixings. The use of nails for ironmongery fixing will
not be permitted.

Ironmongery shall be of the best quality and subject to the approval of the Engi-
neer. Unless otherwise specified, ironmongery shall be of solid brass.

1.16.8.5 Fabrication
The carpenter shall perform all necessary mortising, tenoning, grooving, matching,
housing, rebating and all other works for correct jointing. He shall also provide all
metal plates, screws and other fixings that may be specified or necessary for the
proper execution of the works and he shall carry out all works necessary for the
proper construction of all framings, linings etc. and for their support and fixing in
the works.

No nails shall be used to assemble or fix hardwood, major supports or ironmon-


gery. Screws used in exposed locations and/or for hardwood shall be brass and
complete with brass surrounds.

1.16.8.6 Timber Components


Flush doors shall have a minimum thickness of 40 mm and shall be faced both
sides with hardwood veneered faces. The core of solid core flush doors shall be
constructed of longitudinal laminations of precision planed timber, butt jointed and
glued with resin based adhesive under hydraulic pressure. All edges shall be bev-
elled and lipid with hardwood tongued into the edge of the door.

Hardwood doors shall be constructed out of teak or similar approved hardwood,


with 100x38 mm stiles, 125x38 mm top rails and 225x38 mm middle and bottom
rails. Where required, the doors shall be glazed with 6 mm wire polished plate
glass, fixed with hardwood glazing beads.

Frames, architrave’s and extension pieces shall be manufactured from red or


whitewood timber and shall include the use of finger-jointed material. If exposed in
the laboratory, the frames must be in hardwood.

1.16.9 Metal Windows and Doors

1.16.9.1 Metal windows, louvers and doors


Metal windows and doors shall be handled with care and until fixed shall be
stacked on edge on clean surfaces.

In brick openings, frames shall be fitted with fixing lugs in adequate number, and
bedded in mortar.

In concrete openings, frames shall be plugged to the walls using zinc-coated


screws.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 140


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

To avoid corrosion of Aluminium alloy frames, screws and other metal fixing in
contact with them shall be of Aluminium, zinc or cadmium plated. In no circum-
stances shall copper fixings be used.

Frames shall not be used as centring for brickwork or to support a lintel.

Frames shall be carefully pointed in 1: 3 cement mortar and, after raking out the
gap, shall be pointed with mastic.

1.16.9.2 Kind of windows and doors


When not otherwise specified, the Contractor shall use surface treated anodised
Aluminium windows and doors which shall be robust and of good quality.

Extruded Aluminium members shall be fabricated conforming to DIN EN 485.

Where members are formed from sheet materials they shall be fabricated con-
forming to DIN EN 485.

The main elements of the Aluminium solid section outer frame shall be at mini-
mum tolerance not less than 2.0 mm thick. The thickness of all other structural
elements of the sections shall be at minimum tolerance not less than 1.2 mm ex-
cept for weather-stripping retaining flanges and glazing beads which may be thin-
ner.

All Aluminium alloy parts shall be finished satin matt and anodised in accordance
with DIN 4113.

Weather-stripping shall:

- be made from materials known to be compatible with Aluminium;


- not shrink or warp or adhere to sliding surfaces or closing surfaces;
- not promote corrosion when in contact with the Aluminium alloy used; and,
- be resistant to deterioration by weathering.

Joints in frames shall be made neatly and accurately either by welding or by me-
chanical means (e.g. cleaning and screwing) and may have flush, stepped or
lapped surfaces. Welded joints shall be cleaned off smooth on the surfaces which
are exposed when the window or door is in the closed position or where they come
into contact with glazing.

Hinges and pivots shall be either of suitable corrosion-resistant materials or, if not
compatible with Aluminium, shall be separated from the Aluminium by materials
which are compatible with it. Hardware, including fixings, shall be of suitable corro-
sion resistant materials. Materials or finishes which are not compatible with Alu-
minium shall not be used unless they are satisfactorily separated from the Alumin-
ium by materials which are compatible with it.

Glazing beds, gaskets, glass adaptors and glazing compound shall be of materials
compatible with aluminium and finishes thereon.

Windows and doors shall be such that glazing and reglazing on site is possible
without the need to remove the outer frames from the structure of the building.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 141


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

Mosquito screens shall be fitted to all windows and external doors.

1.16.10 Finish Hardware

1.16.10.1 General
The Contractor shall furnish and install all finish hardware to complete the work as
specified.

The Contractor shall submit samples of all hardware to the Engineer for approval.

All hardware shall have the required screws, bolts and fastenings necessary for
proper installation, wrapped in paper and packed in the same package as the
hardware. Each package shall be legibly labelled, indicating that portion of the
work for which it is intended.

All hardware shall be of the best grade, entirely free from imperfections in manu-
facture and finish.

Quantities, weight and sizes specified herein are the minimum that will be accept-
able.

Finish of all hardware shall be dull stainless steel unless otherwise noted.

1.16.10.2 Hardware description


Locks:

1) Tabular cylinder locks: stainless finish


2) Entry, exit and office doors: keyed on side, button opposite side

Passage doors: knobs both sides, no lock


Storage rooms: single knob with key
Toilet rooms: stainless outside, chrome inside, pin
opening outside for emergency with button inside.
All keyed locks to be master keys for same building.
All locks to have two keys each.
Door closers: heavy duty type with stainless cover; top installation for either right or
left hand operation
Stops: floor or wall mounted type, stainless
Door pull: 10 x 30 cm stainless plate, with 15 cm shaped pull securely fastened to
plate; mounted with oval head stainless screws.
Kick plates: 20 cm stainless plate, width of door less 5 cm
Coat holder: stainless steel, standard
Door hinges: 10 x 10 cm stainless steel, three per door
Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 142


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

Flush bolts: 15 cm stainless


Gravity hinges: set of upper and lower, chrome finish, adjustable to stay slightly
ajar
Cabinet hinges: 6 x 10 cm stainless, three per door
Friction catch: heavy duty - two parts with rubber grips concealed installation
Cabinet and drawer pulls: stainless steel, 10 cm grip with concealed bolt fasten-
ings.

Window hardware:
Windows indicated to be pivot type shall be furnished with a pair of window fittings
(friction stays), a window pull and one barrel bolt lock. Window fittings shall be gal-
vanized or stainless steel. Window pull shall be 2.5 x 10 cm with 4 screws and bar-
rel bolt 10 cm long, 6 mm bolt.

Installation:
Unless otherwise indicated, all hardware installation and hanging shall be done at
the site.
Exteriors doors and doors in air conditioned areas shall be weather-stripped.
The Contractor shall provide one (1) painted wood key case in each structure, size
25 x 50 cm with door and lock. Supply plywood back inside with hooks for spare
keys. All keys shall be clearly labelled with metal or hardboard tags size approxi-
mately 50 x 20 securely fixed to the keys and handed over to the Engineer.
Upon completion of the hardware installation, all items shall be inspected for
proper operation. All work shall be protected and any damage or incorrectness
shall be repaired.
Hardware shall not be fitted until the latest time in the Contract.

1.16.11 Glazing

1.16.11.1 General
The Contractor shall supply the glass required in those items of plant, furnishings
and figments included in the Contract. Glass shall be of quality in accordance to
DIN 1249 or equivalent. Sheets shall be selected quality glazing and of approved
weight. Labels showing the glass manufacturer’s name, type of glass thickness
and quality will be required on each piece of glass and shall remain on the glass
until it has been set and inspected.

1.16.11.2 Materials
Clear float glass shall be 6 mm thick. Obscured glass shall be rough cast to an
approved pattern, untainted and of 6 mm nominal thickness. Wired glass shall be
transparent with a polished surface, 6 mm thick, selected and cut parallel to the re-
inforcement.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 143


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

Putty for glazing to timber frames shall be in accordance to DIN 18540, and to
metal frames, it shall be of approved manufacture.

1.16.11.3 Size, Delivery and Storage


Dimensions of glass and frame shall provide minimum clearance equal to glass
thickness for single glass on all four sides. The sealed space between face of
glass and applied glazing stops shall be not less than 3 mm minimum.

Glass shall be delivered to the site in suitable containers allowing to protect the
glass from weather and breakage.

1.16.11.4 Installation
Clear glass shall be used except where ordered otherwise. The glass shall be cut
and installed without any visible lines or waves running horizontally.

Glazing in wood shall have rebates and beds primed and painted. The glass shall
be firmly seated into the previously bedded and back-bedded rebate with glazing
compound and secured in place with wood beds, attached with not less than 25
mm finish nails or flat headed screws, countersunk and set approximately at 15
cm centers. Nails and screws used in beds shall be corrosion resistant.

1.16.11.5 Cleaning up
All glass shall be cleaned at the completion of construction and any broken glass
replaced. The glazing shall be maintained in a clean condition until the date of
handing over the works.

1.16.12 Sanitary Installation

1.16.12.1 Connections to equipment and fixtures


The Contractor shall provide all equipment and necessary material and labour to
fixtures connect to the plumbing system all fixtures and equipment having plumb-
ing connections, which are specified elsewhere. All connections to the sanitary
drainage system shall be trapped. The supply line to each item of equipment or fix-
ture shall be equipped with a cut-off valve to enable isolation of the item for repair
and maintenance without interfering with operation of other equipment or fixtures.

1.16.12.2 Cutting and repairing


The work shall be carefully laid out in advance, and no excessive cutting of con-
struction will be permitted. Damage to buildings, piping, wiring, equipment or ap-
purtenances as a result of cutting for installation shall be repaired by persons
skilled in the trade involved.

1.16.12.3 Protection to fixtures and equipment


Pipe openings shall be closed with fixtures and caps or plugs during installation.
Fixtures and equipment shall be tightly covered and protected against dirt, water
and chemical or mechanical injury. Upon completion of all work, the fixtures, mate-
rials and equipment shall be thoroughly cleaned, adjusted, and operated. Belts,
pulleys, chains, gears, couplings, protecting setscrews, keys and other rotating

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 144


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

parts shall be located so that any person in close proximity thereto shall be fully
enclosed or properly guarded.

1.16.12.4 Sanitary, wastewater and vent piping - generally

Pipe materials shall conform to the following requirements:


Polyvinyl Chloride (PVC) Pipe:
Fittings on PVC pipes shall be PVC socket type and shall be installed by solvent
welt method.
Cast Iron Pipe:
"Specifications for cast iron soil pipe and fittings (ISO R-13), spigot and socket";
the pipe shall be coal tar pitch coated.

1.16.12.5 Sanitary, wastewater and vent Piping installations


Horizontal waste and drain pipes shall have a minimum slope of 10 mm per meter.
Vent pipes in roof spaces shall be run as close as possible to the underside of the
roof without forming traps in pipes, using fittings as required. Vent and branch-vent
pipes shall be so sloped and connected as to drip back to the vertical stack by
gravity.

Changes in pipe size on sanitary and wastewater drain lines shall be made with
reducing fittings. Use of bushings will not be permitted. Changes in direction shall
be made by the appropriate use of 45° Y-branches, long or short-sweep 90°, 45°,
22½°, or 11¼, or by a combination of these or equivalent fittings. Sanitary tees and
90°-bends or elbows may be used in drainage lines only where the direction of flow
is from horizontal to vertical, except elbows may be used where the change in di-
rection of flow is either from horizontal to vertical or from vertical to horizontal, and
may be used for making necessary offsets in vertical lines.

Slip joints will be permitted only in trap seals or on the inlet side of the traps.

Installation of pipes and fittings shall be carried out in accordance with the manu-
facturer’s recommendations. Mitring of joints for elbows and notching of straight
runs of pipe for tees will not be permitted.

Threaded joints shall have ISO/R7 pipe threads with graphite or inert filler and oil,
with an approved graphite compound or with polytetraf luoroethylene tape applied
to the male threads only.

1.16.12.6 Buried drainage pipes


Underground drainage pipes between buildings and manholes of drainage sys-
tems shall be 150 mm diameter of the material specified above.

When passing under buildings, paths, roadways, etc., drainage piping shall be laid
accurately to falls on a bed of class B 10 concrete, 15 cm thick and 30 cm wide
and after laying shall be entirely encased in class B 10 concrete. Piping outside
building shall be laid on a bed of class B 10 concrete 15 cm thick and 30 cm wide
and shall be hunched up on- both sides with class B 10 concrete. Piping fixed ver-
tically is to be well secured to walls, etc., with approved metal holder bats at every
joint, built into walls as directed. Rodding and inspection eyes are to be provided at
all ends and junctions for cleaning purposes.
Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 145


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

The Contractor shall give notice in writing when drainage trenches have been ex-
cavated to their full depths and trenches shall be inspected and approved by the
Engineer before concrete beds are laid. The Contractor shall give further notice in
writing when concrete beds have been laid and these must also be inspected and
approved by the Engineer. No drainage trenches shall be filled or drains covered
up until they have been inspected, properly tested, and finally approved by the En-
gineer, or until the dimensions of trenches, etc., have been checked and agreed
upon by the Contractor and the Engineer.

1.16.12.7 Flashing
Pipes passing through roofs shall be flashed using lead or copper flashing with an
adjustable integral flange of adequate size to extend not less than 200 mm from
the pipe in all directions and flashed into the roofing to provide a watertight seal.

Sanitary vent stacks through corrugated asbestos roofing shall be installed to be


watertight to the details shown, with a PVC reducing socket, copper flashing and
cement mortar.

1.16.12.8 Traps
Each fixture and piece of equipment having an integral trap or seal, requiring con-
nections to the sanitary drainage system shall be equipped with a trap. Each trap
shall be placed as near the fixture as possible, and no fixture shall be double
trapped. Traps installed on PVC pipe shall be PVC. Traps installed on lavatory
wastes shall be brass recess-drainage pattern, or brass-tube type, chrome plated.

1.16.12.9 Floor drains


Floor drains shall have cast iron bodies with double drainage flange, weep holes
and bottom outlet. Outlet shall be inside caulked or screwed.

Toilet room drains shall have adjustable chrome plated brass strainers with free
strainer area not less than one and one half times the connecting pipe size.

Pump room, equipment room and area drains shall have anti-tilting slotted cast
iron grates of not less than 150 mm diameter.

1.16.12.10 Downspouts and clutters


Downspouts for roof drainage shall have a diameter not less than 100 mm and
shall be fabricated of light gouge galvanized steel or PVC. All offsets and bends
shall be made with 451-bends and no skewed joints or bowed down spouts will be
permitted. Downspouts shall be supported with galvanized steel straps or PVC
straps.

Gutters shall have half round or rectangular profiles in asbestos cement, PVC, or
galvanized iron. The width or diameter of gutters shall be 150 mm.

1.16.12.11 Water pipes, fittings and connections

The piping shall be extended to all fixtures, outlets, and equipment. The water pip-
ing system shall be installed so as to be drained. Drainage shall be accomplished
using 12 mm plugged or capped fittings at each low point, except where a drain
valve or a hose tap is reasonable.
Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 146


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

Pipe shall be cut accurately to measurements established at the building by the


Contractor and shall be worked into place without springing or forcing. Care shall
be taken not to weaken structural portions of the building. Exposed piping shall be
run parallel with the lines of the building, unless otherwise indicated. Branch pipes
from service lines may be taken from top, bottom, or side of the main, using such
crossover fittings as may be required by structural or installation conditions. Pipes,
valves and fittings shall be kept in a sufficient distance from other work and other
pipes to permit not less than 25 mm between pipes and other work. No water pipe
shall be buried in floors or cast in concrete walls, unless specifically indicated or
approved. Changes in pipe sizes shall be made with fittings. Use of bushings will
not be permitted. Change in direction shall be made with fittings.

Allowance shall be made throughout for expansion and contraction of pipe. Suffi-
cient flexibility shall be provided on all branch run outs from mains to provide for
expansion and contraction of piping. Flexibility shall be provided by installing one
or more turns in the line so that the piping will spring enough to allow for expansion
without straining.
Joints in steel piping may be screwed or flanged. Installation of pipe and fittings
shall be made in accordance with the manufacturer’s recommendations. Mitring of
joints for elbows and notching of straight runs of pipe for test will not be permitted.
Threaded joints shall have ISO/R7 pipe threads with graphite or inert filler and oil,
with an approved graphite compound, or with polytetraf luoroethylene tape applied
to the male threads only. Unions shall be provided where required for disconnec-
tion.

1.16.12.12 Valves
Valves shall be provided for piping to equipment and fixtures. No valve shall be in-
stalled on any line with its stem below the horizontal. All valves shall be gate
valves, unless otherwise specified or indicated.

1.16.12.13 Unions
Unions shall be installed in easily accessible locations. Gaskets for flanged unions
shall be of the best quality fibre, plastic or leather. Unions shall not be concealed in
walls, ceilings, or partitions.

1.16.12.14 Hose taps


Hose taps shall be brass with 13 mm inlet threads, hexagon shoulder, and 20 mm
hose connection, unless otherwise indicated. Hose taps installed on exterior walls
of buildings shall have an integral wall flange which shall be securely anchored to
the wall to prevent any strain on the supply pipe when attaching or disconnecting
hose. Anchors shall use brass or bronze bolts or screws with expansion shields in
the concrete or masonry wall.

1.16.12.15 Pipe sleeves


Pipe passing through concrete or masonry walls or concrete floors shall be pro-
vided with pipe sleeves fitted into place at the time of construction. Sleeves shall
be steel pipe. Each sleeve shall extend through its respective wall, floor or roof,
and shall be cut flush, except sleeves in toilet room floors shall extend 25 mm
above the finished floor. Unless otherwise indicated, sleeves shall be of such size
as to provide a minimum of 6 mm all around clearance between bare pipe and

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 147


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

sleeves. The annular space between pipe and sleeve shall be packed and caulked
watertight.

1.16.12.16 Pipe hangers insert and supports


The location of hangers and supports shall be co-ordinated with the structural work
to assure that the structural members will support the intended load.

1.16.12.17 Fixture support


Wall-hung fixtures shall be fastened to the wall by 9.5 mm through bolts where ap-
pearance of the bolts is not objectionable. Exposed bolt heads in finished areas
shall be hexagonal and painted. Exposed nuts shall be chromium-plated hexago-
nal cap nuts. Washers shall be painted or chromium-plated to match bolt heads or
nuts.

For solid masonry and where through bolting is objectionable, fixtures shall be fas-
tened with 9.5 mm machine bolt expansion shields or 9. 5 mm stud-type expan-
sion bolts.

For cellular-masonry construction, where through bolting is objectionable, fixtures


shall be fastened with 9.5 mm toggle bolts. Toggle bolts shall extend into the cell
of the masonry unit and shall be of the gravity or spring-wing type. Lavatories
mounted on pipe chases shall be installed with one or two steel backup plates as
required. The backup plates shall be 3.2 mm thick, 100 mm wide and not less than
the width of the fixture.

Urinals mounted on pipe chases shall be installed with one or two steel backup
plates as required, as specified for lavatories. Backup plates shall be suspended
on the inner side of the chase by two 3.2 mm thick metal clips placed in the mortar
joint. The metal clips and through bolts shall be tack-welded to each plate. The
plates shall be installed horizontally and fastened to the top and bottom of the lava-
tory or urinal as required.

1.16.12.18 Type of fixtures - generally


Material specified herein shall be the product of manufacturers regularly engaged
in the manufacture of such products.

Generally, all fixtures, except water closets and urinals, shall have the water sup-
ply above the rim. Fixtures with the supply discharge below the rim shall be
equipped with backflow preventers. Angle stops, straight stops, stops integral with
the taps, or concealed type of lock-shield, and loose-key pattern stops for supplies
shall be furnished and installed with fixtures.
Where space conditions will not permit standard fittings in conjunction with the
cast iron floor flange, special short-radius fittings shall be provided. Connections
between earthenware fixtures and sanitary pipe shall be made absolutely gastight
and watertight with a closet-setting compound or with a neoprene gasket and seal.
Use of natural-rubber gaskets or putty will not be permitted for these connections.
Bolts shall be not less than 6.4 mm in diameter and shall be equipped with chro-
mium-plated nuts and washers. Fixtures with outlet flanges shall be set the proper
distance from floor or wall to make a first class joint with the closet-setting com-
pound or gasket and fixture used.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 148


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.16.12.19 Testing and sterilization of sanitary system - generally


Sanitary, waste, vent and water piping shall be tested by the Contractor and ap-
proved before acceptance. Underground sanitary and waste piping shall be tested
before backfilling. Equipment required for test shall be furnished by the Contractor.

1.16.12.20 Drainage and venting system


Piping shall be tested with water before the fixtures are installed. After the plumb-
ing fixtures have been set and their traps filled with water, the entire drainage and
venting system shall be submitted to a final test with smoke.

1.16.12.21 Water test for drainage and venting system


Water testing shall be applied to the drainage and venting system either in its en-
tirety or in sections. If the entire system is tested, all openings in the pipes shall be
tightly closed except the highest opening, and the system shall be filled with water
to the point of overflow. If the system is tested in sections, each opening except
the highest opening of the section under test shall be tightly plugged, and each
section shall be filled with water and tested with at least 3 metres head of water.
The water shall be kept in the system, or in the portion under test, for at least 15
minutes before the inspection starts, the system shall then be tight at all joints.

1.16.12.22 Final test


When the smoke test is employed, the smoke shall be produced by a smoke ma-
chine, and a pressure equal to 25 mm water column shall be maintained for 15
minutes before inspection starts.

1.16.12.23 Testing and sterilization of water system


When the roughing-in is completed and before fixtures are set, the entire water
piping systems shall be tested at a hydrostatic pressure of not less than 10.0 kg
2
/cm , and proved tight at this pressure for not less than 30 minutes in order to
permit inspection of all joints. Where a portion of the water piping system is to be
concealed before completion, this portion shall be tested separately as specified
for the entire system.

If inspection or test shows defects, such defective work or material shall be re-
placed or repaired as necessary and inspection and tests repeated. Repairs to pip-
ing shall be made with new materials. No caulking of screwed joints or holes will
be acceptable.

1.16.12.24 Cleaning and adjusting


Equipment, pipes, valves, fittings, fixtures and appurtenances shall be cleaned of
grease, metal cuttings, and sludge that may have accumulated from operation of
the system during the test. Any stoppage, discolouration or other damage to the
finish, furnishings, or parts of the building, due to the Contractor's failure to prop-
erly clean the piping system, shall be repaired by the Contractor. Flush valves and
automatic control devices shall be adjusted for proper operation.

1.16.12.25 Disinfection
After pressure tests have been made, the entire water system shall be thoroughly
flushed with water until all dirt and mud have been removed before introducing
chlorinating material. The chlorinating material shall be either chlorine solution or
hypo chlorite. The chlorinating material shall provide a dosage of not less than 50
Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 149


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

parts per million and shall be introduced into the system in an approved manner.
The treated water shall be retained in the pipe long enough to destroy all non-
spore forming bacteria. Except where a shorter period is approved, the retention
time shall be at least 24 hours and shall produce not less than 10 ppm of chlorine
at the extreme end of the system at the end of the retention period. All valves in
the system being sterilized shall be opened and closed several times during the
contact period. The system shall then be flushed with clean water until the residual
chlorine is reduced to less than 1.0 ppm. During the flushing period all valves and
taps shall be opened and closed several times.

From several points in the system the Engineer may take samples of water in
properly sterilized containers for bacterial examination. Disinfection shall be re-
peated until tests indicate the absence of pollution for at least 2 full days. The sys-
tem will not be accepted until satisfactory bacteriological results have been ob-
tained.

1.16.13 Fire protection


Portable fire extinguishers shall be installed in all buildings at strategic positions
(stair cases, corridors) in a manner that traffic will not be obstructed. As a further
condition, extinguishers shall be located at easily visible and accessible locations
regarding the event of a fire.

Preferably dry chemical extinguishers, multipurpose type, shall be supplied. As a


rule powder units containing 12 kg shall be supplied, which combine all of the ex-
tinguishing effects, and are permitted for fires of class A to C in the presence of
electrical voltage up to 1,000 V. For class D fires involving combustible metals dry
compound extinguishers shall be introduced. The portable fire extinguishers shall
be fitted with spring headed interchangeable safety valves.

Rooms and areas where voltages above 1,000 V are to be present, housing re-
lays, control and computer units shall be equipped with portable carbon dioxide ex-
tinguishers in addition. Also suitable masks to prevent any injury to personnel shall
be supplied.

All extinguishers shall be designed for service over a period of 20 years taking the
conditions at the site into account.

The extinguishers must be provided as early as possible, however, at latest on


commencement of the commissioning preparations.

After completion of the installation, random tests of 20% of the portable extin-
guishers supplied shall be performed. The necessary refills shall be provided by
the Contractor.

The following Arrangement criteria shall be met:


- Maximum travel distance to an extinguisher: 22 m
- Maximum areas to be protected per extinguisher: 500 m²

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 150


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.16.14 Painting

1.16.14.1 General
This Specification covers the general requirements and standards of workmanship
and the painting and protective coatings required to be carried out by the Contrac-
tor of the works.

No alternative or substitute painting standard or specification will be accepted


unless it is specifically required for the above stated reason. No painting or protec-
tive coating will be accepted by the Engineer unless it is at least to the standard
and of the quality specified herein.

1.16.14.2 Contractor's responsibility


The Contractor shall be responsible for the complete cleaning, preparation, prim-
ing, painting and protection of the works carried out by him.

1.16.14.3 Appropriate standards


Where no explicit instruction is given standards in the Specification or by the
manufacturer concerning any particular aspect of the workmanship, materials or
procedures in connection with anti-corrosion protective systems in the works for
iron and steel structures, the relevant recommendations of the following standard
or code of practice shall apply:

DIN 50900 Corrosion of metal


DIN 50928 Protective coating of iron and steel structures against corrosion
DIN 18364 Surface protection of steel structures
DIN EN ISO 1461 Hot-dip galvanized coatings on iron and steel articles
DIN EN ISO 2063 and

1.16.14.4 Local conditions


All coatings shall be suitable for the long term protection of the plant under opera-
tional conditions at the site of installation. The Contractor's attention is specifically
drawn to the extremes of temperature and humidity recorded in the region and he
shall take into account possible abrasions, restricted ventilation, and the various
potentially corrosive environments within the works buildings and structures.

1.16.14.5 Decorative finish and final appearance


The Contractor is advised that internal civil works finishes, furnishings and decora-
tive colour schemes in the main operational areas should be of a pleasing appear-
ance, co-ordinated and designed to produce a comfortable working environment.
Accordingly, the Contractor shall allow for consultation with the Engineer regarding
the final colour scheme and decoration of the works.

1.16.14.6 Trial areas and sample pieces


Prior to the commencement of the site, painting work designated area(s) or sec-
tion(s) of the works shall be completely painted as a sample of the work and
workmanship to be carried out. The area(s) or section(s) shall include complete
samples of all the major painting required in the works.
Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 151


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

The area(s) shall be offered for review by the Engineer and shall, upon approval,
be then preserved as a reference standard for the work.

No extra payment will be made for carrying out such protection or decoration in
advance of the general work, or for the removal and repetition or improvement of
the work if required by the Engineer in order to achieve the specified standard.

1.16.14.7 Precautions etc.


All surface fittings, ironmongery, etc., except hinges shall be removed before
painting and refixed on completion. They shall be entirely free of any droppings,
paint smears and blemishes. Labels, pump and other machinery name plates,
data plates, markings, etc., shall not be over painted but carefully preserved by
removal and replacement or by masking.

The Contractor shall pay particular attention to the toxicity, inflammability and the
explosive dangers related to the storage and application of the systems and shall
take all precautions necessary to the satisfaction of the Engineer to protect his op-
eratives, the public and other site personnel.

1.16.14.8 Work succession


No one site coat may proceed in any section of the works until the entire section is
complete and the Engineer has had notice of completion in order that he may in-
spect the work and authorize the application of subsequent coats. Each succes-
sive coat shall preferably be of different colour or shade to facilitate inspection.
The Engineer may apply his own identification markings on undercoats to ensure
full compliance with the Specification.

1.16.14.9 Application of protective coating and paint system


Unless specifically specified elsewhere, the protective systems shall be applied in
accordance with the manufacturer’s instructions to the full thickness range speci-
fied, particular note being taken of the requirements for the time interval between
successive coats of the System.

The coating thickness for painting on concrete or plaster surfaces shall be in ac-
cordance with the manufacturer’s instructions or proposals.

1.16.14.10 Equipment and condition


Brushes, tools and equipment shall be kept in a neat and clean condition. Painting
shall not be carried out in the vicinity of other operations which might cause dust.
The final coat shall be uniform in colour and free from brush marks, runs or other
defects.

1.16.14.11 Paint thickness and continuity


The Contractor shall provide and maintain, during manufacture and on site,
gauges and measuring equipment of an approved type to ensure that the specified
film thickness are achieved, paint holidays are avoided, and adhesion is to the sat-
isfaction of the Engineer.

Wet film thickness gauges shall be provided to and used by each painter to check
the rate of paint application.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 152


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

The thickness of the built-up dry film after each paint coat applied to steel or other
magnetic surfaces shall be measured systematically with a dry film thickness
gauge.

The Contractor shall adopt holiday detection on concrete, steel and iron surfaces
and shall use a suitable method of detecting pinholes in the coating system after
trials on test plates, which shall be notified in advance to the Engineer.

The sweep voltage on high voltage DC equipment shall not exceed half the volt-
age required to spark through the complete paint system specified.

Gauges, instruments and meters shall be maintained in an accurate working con-


dition and shall be made available to the Engineer for checking when requested.

The following instruments, with the manufacturer’s operating instructions, shall be


provided, maintained and used by the Contractor's inspector. In addition, under the
Contract a separate set shall be provided and maintained for the Engineer’s sole
use for the duration of the Contract:
2
 1 adhesion tester, cover 0 to 280 kg/ cm ;

 1 DC high voltage holiday detector, 20 kV, with rechargeable batteries;

 1 paint inspection gauge, 0 to 500 microns;

 4 "wet-check" moisture meters with suitable concrete and timber scales;

 1 dry film thickness gauge, 0 to 500 microns;

 4 wet film gauges, up to 500 microns;

 1 steel temperature gauge, up to 50° C;

 1 air humidity gauge;

 1 air Thermometer (maximum and minimum);

 surface profile gauge, up to 150 microns.

Daily checks shall be carried out and recorded on site in accordance with the pro-
visions of DIN EN ISO 12944.

1.16.14.12 Dry film thickness


References in the Specification to dry film thickness (DFT) shall mean the mini-
mum dry film thickness measured with a suitable instrument, either of individual
coats, or the total system, as specified in microns (m). The maximum permissi-
ble coat tolerance shall be + 15 %, - 0 % over the DFT.

1.16.14.13 Colour coding


Pipework, tanks and ducting shall be colour coded by totally painting with the ap-
propriate code colour as specified.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 153


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

The principal code colours shall be as follows

Contents Description Colour


Raw waste water Light brown
Waste water sludge Dark brown
Potable water Blue
Hot water Crimson
Irrigation water Medium green
Fire fighting water (including sprinkler Signal red
systems and hydrants)
Oil and fuel oil Brown
Gas for fuel Yellow ochre
Chlorine liquid and gas yellow
Compressed air Light blue
Air (ventilation and air conditioning Silver
ducts)

The definition RAL-notation of the colours mentioned above shall be subject to


Engineer’s approval after the commencement of the works.

The colour coding for other minor pipelines, etc., will be notified to the Contractor
prior to the commencement of erection.

All pipes and tanks shall also bear painted labels to indicate the contents. Lettering
shall be in both Montenegrian and English. Labels on pipework shall incorporate
arrows showing the direction of flow within the pipework.

Black lettering shall be used on organ, yellow and green and white lettering shall
be used on red and blue. Sufficient labels shall be used to ensure adequate identi-
fication throughout the length of the pipe runs. These shall be located at least ad-
jacent to each flange or disconnecting joint, where pipework passes through walls,
floors, crosses doorways and other access ways and at intervals in long runs of
pipework.

1.16.14.14 Knotting and stopping


Stopping for concrete or sand/cement plastering shall be of similar material to the
background and shall have a similar surface finish.

Stopping for woodwork, hardboard and plywood shall be proprietary spirit-based


wood filler, tinted to match the woodwork.

Parts to be subjected to manufacturer’s shop testing shall not be stopped or sur-


face treated prior to satisfactory completion of the testing. Thereafter the specified
treatment shall be applied.

1.16.14.15 Paint source and supervision


All paint shall be "new" and "fresh" and obtained from approved manufacturer(s). If
so directed by the Engineer, the Contractor shall ask the paint manufacturer(s) to
spot-check the preparation and painting and submit to the Engineer and the Con-
tractor a written report on his observations.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 154


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.16.14.16 Systems to be compatible and complete


All coatings, stoppings, primers, compatible and undercoats and finishing paints of
any one complete protective system shall be compatible with each other and the
completed system shall provide continuous, pore-free coatings resistant to physi-
cal and chemical disintegration in the environment in which they are to be used.

As far as is practicable, materials, forming any one protective and/or decorative


system used in the permanent works, shall be obtained from one manufacturer.

1.16.14.17 Bitumen coating


Bitumen coatings shall be to DIN 18195 and 18336. Suitable grades shall be se-
lected where the coating will be in contact with potable water.

1.16.14.18 Identification
All paint shall be supplied in sealed containers bearing the following information in
addition to any statutory requirements:

 Manufacturer’s name, initials or trade mark;


 Whether priming, undercoat or finishing coat;
 Whether for interior or external use;
 The colour reference number;
 The method of application (e.g. brush);
 The batch number and date of manufacture of re-test
 The shelf life of the contents.
Containers for materials other than paints shall bear as much of the above infor-
mation as appropriate.

1.16.14.19 Storage and use of paint, thinners etc.


Paint, thinners etc., shall be stored in sealed containers in a lock-up store at a
temperature of not less than 4°C and not more than 27°C. Any special storage
conditions for the paint recommended by the manufacturer shall be observed.

1.16.14.20 Paint preparation


Paint shall be supplied from the Contractor's paint store to the painters ready for
application. Any addition of thinners shall be made in the store under supervision
and up to the limit detailed on the appropriate manufacturer’s paint data sheet for
the particular method and conditions of applications concerned.

1.16.14.21 Waste
The Contractor shall provide on site suitable moveable receptacles into which are
to be placed all the liquid, slops, washings, etc. All solid refuse or inflammable
residues shall be removed from site or carefully burned. No refuse shall be depos-
ited on any soil or disposed down any permanent sanitary fittings, sinks or drains.
The Contractor shall immediately clean up any unauthorized deposition and re-
move from the site any employee found to be responsible.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 155


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.16.14.22 Spray application


The equipment to be used for spray application shall be in strict accordance with
the paint manufacturer’s instructions for each coating material. Any runs shall be
immediately brushed out.

1.16.14.23 Brush application


The shape and quality of the brushes shall be suitable for the work to be carried
out. Extension handles to brushes shall not be permitted.

1.16.14.24 Metal coatings


All steelwork (except roof structures) where ever installed and if not specified oth-
erwise shall be galvanized (in hot bath or zinc spraying).

Metal coatings required for protective purposes on any item of metalwork shall be
applied after fabrication of the items is completed, including all punching, welding,
drilling, grinding, screw tapping and cutting, and after the removal of surface de-
fects. Tapped holes shall be blanked off before the metal coating is applied.

1.16.14.25 Prefabrication primers


Unless otherwise specified, prefabrication primers for steelwork shall comply with
the relevant DIN standards and contain corrosion-inhibiting pigments, adhere
firmly to the substrate and form suitable bases for the succeeding coats in the pro-
tective paint system.

1.16.14.26 Surface Preparation by blasting


All surfaces to be coated shall be free of scale, rust, grease, oil, dust and other
deleterious materials.
The surface finish of blast cleaned steel shall be in accordance with the relevant
DIN standard and to a visual standard in accordance with SIS 05 59 00 at the time
of painting. The blast profile shall be within the limits 50 - 75 microns.

Abrasives shall be restricted to reusable iron or steel (grit and shot) or copper slag.
The type and grades of abrasive shall be selected in accordance with the appro-
priate DIN standard.

Within four hours of completion of surface preparation, and before surface re-
rusting occurs, a coating of primer shall be applied to avoid deterioration of the
prepared base metal. No contamination shall be permitted to occur between blast
cleaning and primer coating.

1.16.14.27 Dehumidification required for special purposes


The Contractor shall supply and operate such dehumidification equipment as may
be necessary to preserve blast cleaned surfaces in a pristine condition until they
can be coated and/or to provide the curing conditions necessary for such coats.

1.16.14.28 Uncoated surfaces


The only surfaces of iron or steelwork or non-corrosion resistant materials which
are to be left unprotected by paint or metal coating are:

 The internal surfaces of boxes or hollow sections which are of dimensions too
small to permit access for painting either at the fabrication stage or for mainte-
Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 156


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

nance during the operation life of the steelwork and which are to be hermeti-
cally sealed by welding;

 Those surfaces of built-in iron or steel members which are to have concrete
cast against them;

 Machine bright parts and bearing surfaces which shall be thoroughly cleaned,
polished and protected from corrosion by painting with one coat of a mixture of
white lead and tallow or other similar approved material before despatch. The
Contractor shall provide solvent for removing the treatment;

 Parts which are specified to include corrosion allowances instead of protective


coatings.

 Stainless steel parts

Surfaces of iron or steel members which are to have concrete cast against them
shall be clean and free of deleterious matter and loose rust at the time of concret-
ing. The paint protection system, to be applied to the permanently exposed faces
of these members before the members are built in, shall be continued for 50 mm
as marginal strip along the contact surface. No paint containing Aluminium in me-
tallic form shall be allowed to come into direct contact with the concrete.

1.16.14.29 Repair of damaged work - general


Unless specified elsewhere, areas of paint on steelwork which have been dam-
aged shall be cleaned to sound material and the edges of the undamaged paint
smoothed with sand-paper to a gentle bevel.
The specified paint system shall then be applied in accordance with manufac-
turer’s instructions to bring the damaged area up to the same state of protection
as the surrounding paintwork, with each coat of new paint overlapping the corre-
sponding existing coat of paint by at last 50 mm.

Where epoxy coatings are damaged, suitable repair supplied by the manufacturer
of the original coating shall be applied in accordance with the manufacturer’s in-
structions.

1.16.14.30 Fastenings
Bolts, nuts and washers and other demountable fastenings of all galvanized parts
and also Aluminium alloy parts shall be in stainless steel to the appropriate DIN
standard and shall remain unpainted. P.T.F.E. washers shall be fitted beneath
bolt-head and washer when fastening galvanized and aluminium alloy parts.

Fastenings, except high tensile, of all ferrous parts shall be steel prepared and
galvanized to or sheradized to the relevant DIN standards, primed and painted in
accordance with location.

Unless specifically approved and required for superior protection, electro-


galvanizing, nickel, cadmium or any other plating process, except chromium plat-
ing, will not be acceptable, and shall not be offered.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 157


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.16.14.31 Painting and protection of bolted connections


Joints areas of bolted connections shall be masked to maintain the surfaces free
from any paint applied prior to making the connections. Masking shall be removed
before erection.

After installation and after all bolts have been tightened, the area of the connection
shall be cleaned to remove all dirt, dust, oil or other contaminant. Particular care
shall be taken to ensure that all traces of oil and grease are removed from bolts,
nuts and washers.

Bolts, nuts and washers and any exposed at bolted connections shall also be
primed as specified, particular care being taken to ensure that any crevices are
fully sealed. The remaining coats of the paint system shall then be applied.

Following painting and where the bolted connections are in an area to be backfilled
(pipe trench flanges, etc.) the bolts, nuts and washers and the entire joint assem-
bly shall be carefully packed with an approved purpose made water proof protec-
tive paste (non solvent) and finally wrapped with an approved protective paste im-
pregnated tape to completely encase the assembly. Pipe joint protection shall con-
tinue along the length of the barrel for a distance of 200 mm.

1.16.14.32 Copper and brass


Copper pipes and brass fittings shall be painted where they are located in aggres-
sive locations, or to colour code the function.

1.16.14.33 Plaster and concrete protection


Where specified or required for the protection of the work or the containment or
storage of chemical solutions, concrete or rendered surfaces shall be protected
with paint systems accordingly to the table at the end of this section.

1.16.14.34 Preparation of concrete and rendered surfaces


Concrete and rendered surfaces shall be thoroughly cured in accordance to the
manufacturer’s instructions before the application of any painting system is begun.

1.16.14.35 Minimum thickness and adhesion tests for painting systems for concrete and
plaster
The total dry film thickness of any used paint system shall have a minimum value
of tests for 0.75 mm. In order to restore the coating integrity and plaster thickness
whenever the paint inspection gauge is used or wherever the coating has been
otherwise damaged, the surface shall be abraded for 50 mm around such damage
and the area touched in with not less than two thick applications.

Adhesion tests will be carried out on the cured coating using the test equipment
supplied under the Contract in accordance with the best practice. The resulting
test specimen shall show no indication of poor adhesion to the substratum, resid-
ual laitance or intercoat adhesion weakness.

1.16.14.36 Preparation of plaster, brickwork and concrete surfaces


Efflorescence present on the surface of internal plaster, brickwork and concrete
shall be removed by scraping and brushing before any surface paint is applied.
When fluorescence has been removed surfaces shall be left for at least three days
Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 158


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

before priming. Painting shall be deferred where further salt deposits form on the
surface during this period.

Plaster surfaces to be painted shall be cleaned down, smoothed as necessary,


and all cracks shall be filled with stopping for plaster. All fittings shall be carried out
before paint is applied to the surface.

Brickwork, block work and concrete surfaces shall be cleaned of all contaminating
matter before being primed. Subject to the approval of the Engineer large holes
which would cause a break in the paint film shall be filled with mortar, the surface
being rubbed down to match the surrounding areas.

1.16.14.37 Preparation of wood surfaces


Wood surfaces shall not be painted when the moisture content of the timber
measured with an electric moisture meter exceeds 12 % for interior surfaces and
18 % for exterior surfaces.

Hardwoods and soft woods for which a clear finish is specified shall be rubbed
down with abrasive paper to give a smooth surface which shall be free from con-
taminating substances, scratches and other imperfections.

Prior to coating all nail and screw holes, etc., shall first be stopped. Surfaces which
are to be painted shall be rubbed down to remove all contaminating substances
and imperfections which would be visible in the finished paint film. The surfaces of
knots and resinous streaks shall then be painted with two coasts of knotting, the
first being allowed to dry before the second is applied.

The surfaces of timber treated with a water-borne preservative by an impregnation


process shall be rubbed down and dry brushed to remove all traced of efflores-
cence before the primer is applied.
Where surfaces are suspected of being infected with mould they shall be thor-
oughly treated with a fungicide.

1.16.14.38 Final treatment of wood, plaster, etc.


The final painting system required in the works is given in the following table and is
presented to tenderers for guidance to include such work in their supply under this
Contract.

1.16.14.39 Paint System for Plaster and Concrete Protection


Surface Environment Primer Final Treatment

Concrete and High humidity 1 coat of a highly weather 2 coat of a highly weather
cement plaster resistant resin, thinned to resistant synthetic resin
manufacturer’s instruction based paint
Concrete Exposed to oil 1 coat with a plastic modi- 3 coats with an oil resis-
fied hydraulic mortar tant synthetic resin based
paint
Concrete Exposed to 1 coat of colourless 2-pack 2 coats of a 2-pack epoxy-
mechanical and epoxy-based paint, based paint
chemical attack thinned to manufacturer’s
instructions
Concrete flooring Exposed to 1 coat of colourless rub- 2 coats of a 2-pack epoxy-

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 159


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

mechanical wear ber-based paint, thinned to based paint


and oil manufacturer’s instruc-
tions
Internal concrete Exposed to minor 3 coats of an oil-free
and plastered walls abrasion synthetic resin-based
dust-binding paint
Concrete flooring Exposed to minor 2 coats of an oil-free
mechanical wear synthetic resin-based
dust-binding paint
Internal plastered Exposed to 1 coat of polyvinyl-acetate 2 coats of polyvinyl-
normal conditions dispersion type, non-chal- acetate dispersion type,
king, thinned to manufac- non-chalking
turer’s instructions

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 160


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.17 ENGINEERING METALWORK

1.17.1 Scope

This section sets out the general requirements for the engineering metalwork re-
quired in the works.

1.17.1.1 General
All steelwork (except roof structures) where ever installed shall be galvanized (in
hot bath or zinc spraying). Welding on galvanized steelwork has to be avoided and
assembling has to be done by bolts and nuts.

The permissible design stresses for materials, bolts, rivets, etc., are given in DIN
18800.

Rolled structural steel sections shall be mild steel, conforming to DIN EN 10025,
DIN EN 10222 AND DIN EN 10250. The dimensions, tolerances and properties of
the structural sections shall conform to DIN 18201 up to 18203 and to DIN 18800.
Where the use of prefabricated proprietary designs is proposed, the standards to
which they are manufactures shall be no less rigorous than specified herein.

For structural steel work assemblies, steel bolts, nuts and washers shall be high
strength friction grip bolts conforming to DIN EN 14399 or black bolts including
nuts and washers conforming to DIN 7989 and DIN 7990.

All welding consumables (electrodes, wire, filler rods, flux, shielding gas and the
like) shall comply with the requirements of the appropriate DIN standard and with
the requirements of the appropriate welding procedure.

1.17.1.2 Design and detailing


Structures and components, such as required for the laddering, hoppers, etc.,
shall be shop fabricated so as to form sub-assemblies of the largest practical size
suitable for transportation, handling and erection.

Detailing should be in accordance with DIN 18800.

1.17.1.3 Erection
All erection processes shall be carried out in accordance to DIN 18800.

1.17.2 Welding and heat treatment

1.17.2.1 General

All welding carried out during fabrication in the factory and erection on the Site
shall be carried out in accordance with the requirements as shown on the ap-
proved detail drawings. Details of the proposed welding procedures shall be sub-
mitted to the Employer’s Representative for approval at the same time as the de-
tail drawings. All connections shall be welded in such a manner as to make the fi-

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 161


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

nished connections neat and smooth in appearance, and suitable for painting. All
slag shall be removed, and any sharp projections shall be ground smooth. All
welding carried out during fabrication in the factory and erection on the site shall
be carried out in accordance with the requirements of DIN 18800 and as shown on
the approved detail drawings. Before welding is commenced either in the fabrica-
tion shop or on site, weld procedure tests shall be carried out where directed by
the Engineer.

All welders employed either in the fabrication shop or on site shall pass qualifica-
tion tests relevant to the weld procedures in use in accordance with the appropri-
ate DIN standard. Welders shall have satisfactory evidence of having been en-
gaged in welding for at least 9 months in the preceding period. If the work of any
welders employed on the Contract is unsatisfactory, the Contractor shall carry out
such further welder qualification tests as are necessary to demonstrate that the
welders are proficient.

When not otherwise specified, welds shall be subject to non-destructive testing by


processes which may include but not necessarily be limited to radiographic, ultra-
sonic, magnetic particle, or dye penetration methods, depending on the type of
weld and its position in the structure. About 50 % of all welding shall be tested.

If any work shows defects or fails to comply with the requirements of the approved
drawings or the specification for any reason, it shall be repaired or rejected, even
though it may have been carried out by qualified welders using approved proce-
dures.

The welding procedure for cupro-nickel linings shall avoid porosity in the weld and
any uncontrolled dilution of the weld by iron picked up from the steel.

Special precautions shall be taken to avoid lamellar tearing when welding thick
plates and low hydrogen content electrodes shall be used. Class 1 welds shall be
fully radiographed except where otherwise specified.

In bad weather, additional measures are needed in the course of welding conse-
quently, in case of rainy weather, provision shall be made to keep the places of
welding dry. In weather with temperatures below 5 C, a strip of 100 mm should be
preheated to 50 C, on both sides of the welded joint in case of both seams and
tack welds.

Splash, burning-in, uneven arc, oversized root edges at corner joints, unsatisfacto-
ry seam or any crack are impermissible in the course of welding. Surfaces should
be free from any marks of impact, indentation and deformation.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 162


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.17.2.2 Preparation for welding


No welding on galvanized steelwork and over zinc primers or paint will be allowed.

1.17.3 Covering

1.17.3.1 General
Covering shall be fabricated from watertight construction of chequer plate or open
mesh panels.

All steelworks for chequer plates, frames or open mesh flooring shall be con-
structed in mild steel and shall be hot–dip galvanized after manufacture, except
where otherwise specified.

For all prefabricated metalwork, as chequer plates, frames, open mesh and the
like, the Contractor shall submit fabrication drawings for the approval of the Engi-
neer prior to the manufacture of any of these items.

Covering and supports thereto shall be designed and manufactured to resist a uni-
form applied live loading of 7.5 KN/m² unless otherwise specified or stipulated in
the applicable DIN standards.

Covering panels shall generally be removable by one man and the maximum
weight of each panel shall not exceed 25 kg. Removable sections of covering shall
be provided with holes for lifting keys, keys to suit for each location, and be ar-
ranged to permit removal without disturbance to support brackets, spindles, pipe-
work, etc. Intermediate support members shall be provided as required and at-
tached to the supporting structure.

Covering shall be detailed and fabricated so that no cutting is required on site.


Supporting steelwork shall comply with the requirements of clauses for structural
steelwork. Bolt holes in brackets and mountings shall be slotted to allow for ad-
justment of line and level. Mild steel continuous kerbing shall be provided for seat-
ing the covering in concrete. Kerbing and other supporting structures for building
into concrete shall have lugs welded on a maximum spacing of 600 mm. Covering
shall be secured to the kerbing or supports by stainless steel flush screws.

The width of any access walkway shall be not less than 750 mm.

1.17.3.2 Cover plating


Cover plating over openings in concrete or brickwork shall be set flush in mild steel
framed kerbing provided with adequate integral lugs for building in.

Plating and frames shall be heavily galvanized or Aluminium alloy.

Cover plating shall have a raised pattern.

Open mesh flooring panels shall be fabricated from mild steel load bearing bars of
flat section backed with round, square, or twisted bars perpendicular to and
welded to each load bearing bar. Panels shall be trimmed across the ends of load
bearing bars by flats of the same cross section welded to each load bearing bar.
Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 163


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

Cut-outs for plant items shall be trimmed with curved or straight edge trimming as
appropriate. Panels shall be fixed to the kerbing or supporting steelwork with ade-
quate flush stainless steel screws or clips so that movement is prevented.

Open mesh covers shall be heavily galvanized.

Internal access covers shall generally be designed and fabricated as specified for
covering. In situations which warrant special measures to prevent pollution of fil-
tered water the covers shall be air tight.

If not anywhere otherwise required, external access covers over such as raw water
or sludge channels shall be steel open mesh.

1.17.3.3 Cast iron access covers


Access covers and frames for use with manholes, chambers, draw pits and other
structures shall be lockable and shall be in compliance to the relevant quality re-
quirements of DIN 1239.

Manhole covers shall be of a class appropriate to their location according to the


respective Standard in Montenegro.

Where covers and frames are supplied from manufacturers to standards other
than those specified, the alternatives shall be designed and tested for loadings
equal to or greater than the covers specified, and the clear openings of the frames
of the alternatives shall be equal to or greater than the covers specified.

1.17.3.4 Permissible differences


For metalwork at floor level joints differences between flooring sections and be-
tween steel covering and adjacent concrete shall be:

difference in level at joints: 3 mm

joint gap: 3 mm

1.17.3.5 Hand railing


Handrails shall be of aluminium alloy and standards shall consist of tubular pol-
ished Aluminium alloy. Standards shall be fitted with approved bases.

Hand railing shall be provided along every edge of all metalwork and concrete
walkways, stairs or accessible open areas where the drop beyond the edge ex-
ceeds 700 mm. Hand railing shall consist of standards at regular intervals not ex-
ceeding 1.5 m, and two rails. The upper rail shall be 1.0 m above the adjacent fin-
ished floor level, and 900 mm above the nosing line on stairways. The lowest rail
shall be midway between floor and upper rail. The hand railing fixing and anchor-
ages shall be designed to withstand a continuous horizontal load at the top rail of
750 N/m.

Unless otherwise required in the particular specification standards for hand railing
inside buildings, all rails shall be fabricated from 32 mm bore galvanized medium
weight steel tube.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 164


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

Hand railing shall be flush jointed. Hand railing terminating against a wall shall ei-
ther have a suitable wall fixing flange, or shall terminate at a standard with a gap
between the standard and the wall not exceeding 100 mm. Where the shape of
the concrete structure does not incorporate an up stand at the edge of walkways,
toe plates 5 mm thick and 100 mm high shall be fixed to handrail standards. The
bottom edge of such toe plates shall be 10 mm above the surface of the concrete
walkway.

The handrail standards for stairways and for landings and walkways of width less
than 1.2 m shall have palm fittings for bolting to the side of the structure. Else-
where the standards shall be designed for fixing 100 mm inside the edge of con-
crete structures, or at the supporting edge girder of steel flooring, or have palm fit-
tings. Horizontal mounting palms shall be drilled for not less than three bolts with
two bolts on a line parallel to and on the walkway side of the line of the hand rail-
ing. Vertical mounting palms shall be drilled for not less than two bolts the line
through the bolts being vertical.

Where required ladders, stairways or other openings shall be guarded on three


sides by hand railing conforming to the requirements stated above. Access to the
ladders or openings shall be guarded by two removable galvanized hanging chains
secured to eyes at top and middle levels.

Hand railing shall be of uniform appearance and manufacture.

1.17.4 Laddering and stairways

1.17.4.1 General
Stairs shall have an inclination of approximately 30°. They shall be complete with
handrails, min. 100 cm vertical height.

All ladders are to have a minimum width of 750 mm where practicable. Vertical
ladders shall be installed alternating left hand/right hand side to horizontal plat-
forms placed approximately every 6 m of vertical height. Vertical ladders of more
than 3 m height shall be provided with safety hoops at intervals not exceeding 900
mm, with the lowest hoop 2.0 m above the ladder foot. Load assumptions for ordi-
nary platforms shall be:

for platforms used by personnel and for support of light equipment with
single weights of less than 50 kg 2.5 kN /m²
for all other platforms 7.5 kN /m²
unless otherwise specified or stipulated in the applicable standards.

1.17.4.2 Ladders
With exception of internal access ladders to water tanks, reservoirs and wet
sumps, laddering shall be in steel (fully hot-dip galvanized). Ladders for internal
access shall be in stainless steel. Generally all ladders shall be in accordance with
DIN 3620. Each ladder shall be equipped with dropin safety rail acc. To EN 353.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 165


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

The stringers shall be sized to suit the height of the ladder and the interval of the
stringer supports. Stringer shall be radiused over the top and drilled to receive the
rungs which shall be welded to the stringers on each side of each stringer. The
bottom ends of the stringers shall not be designed for floor fixing, but shall termi-
nate at wall fixing supports at least 150 mm above the floor. All edges of stringers
shall be ground smooth to remove burrs and sharp edges.

Where the installation of hoops is not possible or inappropriate, as agreed with the
Engineer, anchorage points shall be provided for attaching safety harnesses.
Each ladder has to be delieverd with harness.

1.17.4.3 Steel stairways


Stairways shall be designed for a loading of 7.5 kN /m² of plan area of the stair-
way. Steel stairways shall be provided with tubular hand railing, stringers of cross
section suitable for the span and loading, and treads of open mesh flooring or
chequer plating. Except where specified otherwise, the rise between treads shall
be uniform and between 150 mm and 175 mm. Stairways in the same area of the
works and in similar locations shall have the same angle and height of rise be-
tween treads.

The width of the treads shall be between 250 mm and 300 mm. The width of the
stairways shall not be less than 750 mm.

The stringer shall be mounted by means of angle brackets with slotted holes for
adjustment of line and level.

1.17.5 Rainwater Guttering


Rainwater guttering for flat roofs shall have vertical pipes of diameter, such that a
2
minimum cross-sectional area of 100 mm is provided for each square metre of
roof area.

Rainwater guttering shall be of hot dip galvanized steel pipes or halfpipes.

1.17.6 Miscellaneous

1.17.6.1 Dissimilar metals


The use of dissimilar metals in contact, liable to lead to galvanic action, shall be
avoided where possible.

Mild steel surfaces to be in contact with Aluminium or Aluminium alloy shall be


deemed to satisfy this requirement if they are galvanized. For fixing aluminium to
steel structures, bolts, nuts, washers and screws shall be cadmium plated.

1.17.6.2 Opening tools


Lifting keys and devices for unfastening screws shall be galvanized mild steel and
supplied at the rate of one set for each five similar covers, with a minimum of two
sets of each particular type.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 166


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.17.6.3 Step irons


Step irons for buildings into pre-cast concrete and step irons and handholds for
building into the wall of in-situ concrete manholes and chambers shall be of round
pattern. All step irons shall be cast iron with rubber coating as corrosion protection.
Step irons shall only be used where ladders would not be an appropriate alterna-
tive.

1.17.6.4 Surface boxes


Surface boxes for key operation of valves shall be cast grey iron or ductile iron and
shall comply with the relevant requirements of DIN 405. The lid shall be chained to
the frame.

1.17.6.5 Road gully gratings


Gully gratings and frames for road drainage shall be cast iron or ductile iron and
shall comply with the relevant requirements.

1.17.6.6 Protection
The engineering metal work shall be protected in accordance with the general
specification for "Painting and Protective Coating".

1.17.6.7 Installation
Where metalwork is to be founded on and fastened to concrete, the Contractor
shall use one of the following methods as subsequently detailed:

Method Description
1. Bolting or screwing the metalwork to plates or angle sections with
anchors set into the concrete structure or set into pockets left in the
concrete structure.
2. Setting the metalwork into pockets or recesses formed in the con-
crete structure.
3. Bolting the metalwork to bolts set into the concrete structure or set
in pockets or holes in the concrete structure.
4. Bolting the metalwork to self-anchoring epoxy resin fixed bolts
placed in drilled holes.
5. Bedding the metalwork on cement-mortar placed on the concrete
surface.

Cement-mortar of 1 part of cement to 3 parts of sand shall be used for bedding


access covers and the like and for filling around metalwork or bolts set into pock-
ets or holes smaller than 100 mm². For larger holes, concrete of the same grade
as the structure shall be used instead of mortar. The installation methods permit-
ted for each type of metalwork are specified in the table below:

Metalwork item Permissible methods of in-


stallation
Stairs, ladders, flooring 1, 3 and 4
Step irons 2
Hand railing 3
Access covers, surface boxes and gully grating 2 and 3

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 167


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

During installation, each item of metalwork shall be temporarily braced as neces-


sary to resist all forces which are likely to be applied to it during installation, fixing
and building in. Any bolted connections required as part of the installation opera-
tion shall be fitted and tightened before fixing bolts are tightened or pockets are
grouted. The nuts of grouted or resin fixed bolts shall not be tightened until the
grout has fully cured.

Small or lightly loaded items may be fixed using screws and approved plugs set in
drilled holes.

1.17.6.8 Inspection and testing


The Engineer may require to inspect engineering metalwork during fabrication and
to witness testing at the fabrication shop in addition to inspections and tests under-
taken on site. The Contractor shall give the Engineer 20 working days notice of
any operations which the Engineer has named to the Contractor in order that the
Engineer may arrange to undertake such inspections.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 168


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.18 SITE WORKS

1.18.1 General

1.18.1.1 Scope
Site works, as specified hereunder, comprise roads and pavements as well as
fencing of operation compounds and the like.

The site works to be carried out include the supply of all materials, all works re-
quired, disposal of surplus materials and cleaning of the site after the works are
completed.

The bid prices entered in the Bill of Quantities shall fully include the value of works
described under the several items and shall fully cover the cost of all labour, mate-
rials, tools, equipment etc. as necessary to construct roads, pavements and
fences as shown on the Drawings or as directed, all as specified. The unit prices
shall include also all ancillary work and cost for the execution of the various items
which are not specifically included for payment under other items of the Contract.

1.18.1.2 Materials and Standards


The Contractor shall carry out the works and provide materials described in this
Specification in accordance with the appropriate DIN standards. The main stan-
dards are, but are not limited by, the following:
DIN 482, DIN 483 Kerbs of natural stone and concrete;
DIN 1995, DIN 1996 Testing of bituminous material;
DIN 18315 - DIN 18318, Technical codes for road construction;
DIN EN 1338, DIN EN 1342 Concrete and natural pavements.
The Contractor may carry out the works or provide materials in accordance to local
or other international standards (ISO, BS, ASTM and others), provided their re-
quirements are superior or equivalent to the quality described by the standards
cited in the Specifications. Deviation from DIN standard is subject to the Engineers
approval.

1.18.1.3 Design of Roads


If not otherwise specified in the Contract, roads and pavements shall be laid out to
plans prepared by the Contractor and approved by the Engineer.

Pavement design for roads and hardstand shall be in accordance with the Local
Authority Road Regulations. The design shall be based on a design life of 50 years
and traffic volumes envisaged for operation of the works, unless otherwise speci-
fied.

The Contractor shall make his own assessment of the traffic and the sub-grade
CBR at the site and accordingly design the thickness of the road base and surfac-
ing. Carriageway construction and surfacing to hardstands shall be resistant to di-
esel and other chemical spillage.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 169


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

The structural design shall correspond to the road category “DV“ (heavy load) in
accordance with “RAS-N“ (Richtlinie für die Anlage von Straßen, code for the con-
struction of roads) or equivalent. The planning of roads shall make due allowances
for road curvatures, crossroads, parking spaces and turning space for both, ve-
hicular and pedestrian traffic.

All roads shall be kerbed. Upstanding kerbs shall be provided against footpaths
where it is essential to keep traffic from road verges which contain buried services,
which are landscaped or which are close to buildings. Elsewhere kerbs shall be
flush with the pavement surface. Drop kerbs shall be used where appropriate.

1.18.1.4 Design of Footpaths


Hardstands, footpaths and associated drainage shall be laid out to plans prepared
by the Contractor to the approval of the Engineer.

Upstanding kerbs shall be provided against footpaths and where it is essential to


keep traffic away from road verges which contain buried surfaces, which are land-
scaped or which are close to buildings. Elsewhere kerbs shall be flush with pave-
ment surface.

Footpaths shall be provided around all buildings and external process tank perime-
ters.

For frequently used accesses (this applies to all external doors to buildings and to
main access points to external tanks), footpaths shall be by means of minimum
900 wide pathways formed from either hydraulically pressed pre-cast concrete
slabs or interlocking bricks or blocks. Steps can be provided where appropriate.
For the balance of building and process tank perimeters footpaths shall be by
means of minimum 600 mm wide pathways.

Footpaths in verges shall be edged with concrete edging, laid flush with the surfac-
ing.

Footpaths shall be located in such positions as to eliminate the hazard of snow


slides from adjacent roofs or other positive alternative methods shall be taken.

1.18.1.5 General Requirements for Road Works


Roads and pavements, as specified hereunder, shall include the construction of
roads and pavements as shown on the approved drawings. Earth works below
formation levels are not included.

All materials shall be new and shall comply with standard quality and dimension
provision. For materials and building components not standardized the Contractor
shall, on demand of the Engineer, supply samples and name of manufacturer, and
shall be subject to the approval of the Engineer.

Mineral materials shall be weatherproof, of adequate hardness and of sufficient


adhesion to bind. They shall not contain any swelling, weathering, loamy, clay or
organic components in harmful quantities.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 170


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

Bituminous mixes must be blended so as to be suitable for the purpose of applica-


tion. Special consideration shall be given to climatic conditions, volume and type of
traffic.

1.18.1.6 Reinstatement of existing Roads and Footpaths


The Contractor shall be responsible for the maintenance and reinstatement of
existing roads and footpaths. He shall maintain and regularly clean the paved sur-
faces, reinstate them where required and ensure that the surfaces after execution
of works are kept in satisfactory condition during the period of maintenance. The
reinstatement of any settlement shall be carried out forthwith upon notification of
the Contractor.

The reinstatement of the paved surface shall be done by the Contractor and shall
include the re-excavation of the top surface, base and sub-base, the backfilling of
base and sub-base with graded aggregate and the reinstatement of the surface
according to surface conditions met before.

1.18.2 Roads and Pavements

1.18.2.1 Formation and Sub-grade


Formations means the surface of the soil in cut or fill after completion of earth
works on which further road work construction is carried out. Sub-grade means the
soil immediately below the formation.

The formation and sub-grade shall be graded and compacted to the levels, falls,
cambers and densities as required by RSTO 01. The sub-grade shall be so com-
pacted that the dry density of the upper 15 cm of the ground or fill is not less than
95 % of the maximum dry density determined by tests in accordance with DIN
18127.

Where existing ground conditions are such that direct compaction of the sub-grade
according to the specification is impossible unsuitable material shall be removed
and replaced with suitable granular sub-base.

Where the sub-grade is in natural ground, the compaction shall, whenever possi-
ble, be carried out at or near to the natural moisture content of the ground.
The formation shall be kept free of standing water at all times and drains shall be
provided so that it will drain quickly and effectively during rain.

Any irregularities or depressions that develop during compaction of the sub-grade


or any area which becomes muddy, broken-up or loosened due to weather condi-
tions shall be corrected by loosening the surface of these places and adding, re-
moving or replacing these materials and re-compacting so that the surface is
smooth and uniform.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 171


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.18.2.2 Sub-base and Road base


If not otherwise required, the sub-base and road base shall be graded and com-
pacted to the levels, falls, cambers and densities as required by RSTO 01 or as
shown on approved drawings.

The materials for the sub-base and road base shall be laid in layers, each not
exceeding 15 cm or being less than 7.5 cm. The total compacted thickness of sub-
base and road base shall nowhere be less than the specified nominal thickness. If
not otherwise directed, the sub-base and base in roads shall have each a thick-
ness of 20 cm, in footpaths a thickness of 15 cm.

The sub-base and road base materials shall be deposited in such a manner that
there is no segregation and the materials require the minimum of blading or
spreading. Each layer of material shall be compacted immediately after spreading
in accordance with ZTVE-StB 07.

If any of the sub-grade material is worked into the sub-base material during
spreading, blading or compaction, all the sub-base material in the affected area
shall be replaced by fresh sub-base material at the Contractor’s expense.

On completion of compaction and before commencing the next operation, the


surface of the granular sub-base and road base shall comply with a surface toler-
ance of +/- 1 cm.

1.18.2.3 Sealing of Surfaces


Wherever possible, the operations of final trimming of the formation, compaction
of the sub-grade and placing and compaction of the granular sub-base and road-
base shall be carried out without intermediate delays.

The Contractor shall be responsible for taking all necessary steps to prevent dam-
age to the previously completed layer or layers by excessive wetting or drying out
due to weather conditions or by traffic or any other cause. If the contractor consid-
ers it as advisable or if so ordered by the Engineer, the completed layers shall be
sealed using bitumen road emulsions.

In any case, the completed surface of the road base shall be sealed with suitable
emulsion (MC70) at a rate of 1.5-2.0 kg/m² immediately when it has been com-
pleted and checked for compliance with the specified tolerances.

1.18.2.4 Flexible Road Surfacing


Unless otherwise specified or detailed, materials for flexible road surfacing shall be
bituminous concrete and asphalt. The surface on which each course of coated bi-
tuminous material to be laid shall be free from standing water and any loose or
deleterious material and shall be tested for accuracy.

Before laying commences in any area, a tack coat of bitumen road emulsion shall
be applied to the whole area of the preceding course and any other surfaces with
which the coat will be in contact. After cleaning, the top of the base should be
sprayed with suitable emulsion (MC70) at a rate of 1.5-2.0 kg/m²; the surface of
the bituminous coat should be treated with asphalt tack coat (RC250) at a rate of

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 172


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

0.5 kg/m². The emulsion shall be allowed to break completely before the subse-
quent bituminous layer is laid on it.

Coated macadam material shall be delivered to site in clean vehicles and shall be
protected to minimize loss of heat in transit and against contamination by dust or
other deleterious matter. The rate of delivery to the site shall be regulated so as to
enable the material to be laid with the minimum of delay and so that the paver can
operate continuously.

The coated thickness of individual layers shall be not less than the minimum com-
pacted thickness specified or shown on the approved drawings. If not otherwise di-
rected, the bituminous wearing course shall have a thickness of 10 cm, the asphalt
course 5.0 cm.

In case of bituminous roads to be reconstructed, the Contractor has to reinstate all


asphalt courses according to their original thickness.

1.18.2.5 Concrete Paved Areas


Concrete paved areas shall be constructed in accordance with RStO-01 and ZTV
Beton STB 07 and with the relevant requirements of the Specification for Concrete
Works.

Concrete for roads and Pavements shall be of class C 20/25. The use of additives
shall be subject to the approval of the Engineer. Concrete courses shall be never
less than 100 mm thick.

If reinforcement is required, it shall be made with reinforcement steel mesh of at


least 2 kg/m², unless otherwise approved. The reinforcement shall not influence
the effectiveness of the joints. The concrete cover shall be at least 30 mm thick.

Transport and placing of the concrete shall be co-ordinated so that the concrete
can be completely placed before setting.

Expansion joints shall be executed at the required intervals and shall enable ex-
pansion to the concrete slabs and be fixed. The expansion joints shall be 20 mm
wide. The strength of the concrete and the properties of the concrete surface shall
not be influenced by the execution of joints.

The concrete shall be protected against harmful influences until correct setting, i.e.
against drying out, especially due to sun and wind, against washing out due to rain,
against heat or quick cooling. The concrete surfaces shall be cured and kept moist
for 7 days.

1.18.2.6 Kerbs
Pre-cast concrete kerbs shall comply with DIN 482 and be laid true to line and
level. Kerbs found to be more than 1 cm out of line or level at either end shall be
lifted and re-laid.

Kerbs shall be bedded on a layer of 3:1 sand/cement mortar, minimum 10 cm


thick on a grade C 12/15 concrete foundation and shall be backed with concrete
shaped up to the required cross section. Kerbs shall be jointed with cement mortar
except at expansion joints which shall be made with joint filler, 10 mm thick.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 173


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.18.2.7 Footpaths
Footpaths shall be surfaced with coated macadam, concrete, pre-cast concrete
slabs or natural stones. The base for footpaths shall be formed from flexible sur-
facing, laid and compacted to a minimum thickness of 100 mm using a roller of at
least 2 tons mass or other approved equipment allowing for equivalent compac-
tion.

Where footpaths receive coated macadam surfaces, the construction shall be as


follows:
(1) pre-cast concrete edging in accordance with DIN 482 shall be bedded and
backed with in-situ concrete C12/15;
(2) the base shall be constructed as specified above and shall then be sealed;
(3) the surfacing shall consist of a single course of coated macadam and be com-
pacted to minimum thickness of 25 mm.

Pre-cast concrete slabs shall be bedded on a layer of sand, approximately 50 mm


thick, and tamped into place.

Natural stones shall be sound, durable, hard and free from undesirable weathering
and shall be of such properties that they will not disintegrate from the action of
weather in handling and placing. The density of stones shall be not less than 2.2
t/m³ (solid volume without voids). The dimensions of stones shall range between
150 and 200 mm. The stones will be rough hammered dressed so that they fit rea-
sonably close together. They shall be laid to a true and even surface on a layer of
sand, approximately 100 mm thick and tamped into place.´

Concrete footpaths shall be surfaced with concrete C 20/25, at least 10 cm thick


with mortar topping, constructed on a prepared bed as specified above. Concrete
footpaths shall be constructed in accordance to the Specification for Concrete
Works.

1.18.2.8 Disposal of Surplus Material


Unless otherwise directed by the Engineer, the Contractor shall make his own
arrangements to dispose off all surplus backfill and unsuitable excavated material
from any part of the Work. The material shall be disposed off-site and shall be-
come the property of the Contractor who will be entirely responsible for its removal
from the site and its ultimate disposal.

The Contractor shall clean the site and the surrounding ground immediately and
leave the construction sites clean and tidy to the satisfaction of the Employer.

1.18.3 Drainage Works

1.18.3.1 Piped Systems


Cylindrical concrete pipes and fittings shall be “standard“ quality with approved
flexible spigot and socket joints and shall comply with DIN 4032. Concrete pipes
shall be used for diameters greater than 300 mm.

Glazed vitrified clay pipes and fittings shall conform to DIN 1230 or equivalent and
be used for diameters up to 300 mm.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 174


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

Pipes for porous drainage shall be of PVC to DIN 4925.


Manholes, inspection chambers and gullies shall comply with DIN 4034 or DIN
4052 or equivalent and be constructed in details shown in the standards. Cast iron
covers or gully gratings shall comply with DIN 19584 or DIN 4052.

Earthworks for piped drainage systems shall be carried out in accordance to the
Specification of Earth Works, applying minimum cover and trench width.

1.18.3.2 Open Channels


Open channels shall be constructed either as earth channels, in stone work or with
pre-cast concrete elements in half-round or trapezoidal sections.

Open channels adjacent to buildings, basins or other structures and channels with
longitudinal slopes steeper than 1:100 shall be constructed with pre-cast concrete
or stone work, depending on soil conditions. Channel sections which are subject to
scouring shall be protected with stone pitching.

Pre-cast concrete channels shall be manufactured of pre-cast concrete class


C20/25. All backfilling shall be with selected approved material. If the soil is un-
suitable for laying of channels, the Contractor shall place a bedding layer of ap-
proved granular material or concrete C12/15 under the channel.

All road crossings of channels shall be constructed such that vehicular traffic is not
exposed to danger. The Contractor shall provide for the installation of pipes and
culverts or grating over the channel.

1.18.3.3 Drainage Channels


Drainage channels acc. To Din EN 1433 and DIN V 19580, in frost- and salt resisiting
polymer concrete.with integrated edge protector in ductile iron. Nominal width 30,0
cm, installation height 38,5 cm - 48,5cm, bed slope 0,5 % with V profile, covering
in ductile iron.

1.18.4 Fencing

1.18.4.1 General
The works comprise the supply and erection of fences and gates both around the
perimeter of the site and internal fencing. Internal fencing shall be of the standard
type and fencing around the perimeter of the site shall be of the security type. Se-
curity fences shall be anti-intruder type.

All items of material for fencing shall be standard products of specialized manufac-
turers. Posts and struts shall be either reinforced concrete or galvanized steel sec-
tions. Timber posts shall not be used.

All wire shall be galvanized wire with plastic coating. The length of the sides of the
chain link mesh shall be 50 mm. All chain link fencing shall be barbed along the
top edge.

The work pertaining to fencing shall consist of providing all necessary materials
and construction of the fencing including all requisite materials, unloading and
Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 175


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

storing on site as well as intermediate handling as required. All earth and concrete
work shall be included in the offer.

All posts and struts shall be anchored in rigid concrete C 20/25 foundations of
sufficient depth. In the vicinity of gates, structures and fence openings, adequate
provisions to fix the fences shall be provided. The distance of the bottom of the
wire mesh to the levelled ground surface shall not exceed 2.5 m.

1.18.4.2 Standard Fencing


Standard fencing shall consist of a 1.0 m high mesh wire fencing with steep posts
of circular tubing of high tensile steel as approved by the Engineer.

The posts shall be galvanized inside and outside and plastic coated and closed at
the top with plastic or cast zinc alloy caps. End, intermediate, corner and straining
posts shall be 1.5 m long, gate posts 1.5 m long. The distance between the posts
shall be 2.5-3.0 m. The posts are to be set in sufficient C 20/25 concrete founda-
tions.

Intermediate straining posts are to be installed to 20 m intervals and at changes in


line or direction. They shall have two diagonal struts and shall be provided with 3
double ratchet winders for the strain line wires and one joint clamp to fix the struts
to the post. Strut foundations shall be cast in concrete C 20/25 and in sufficient
size.

Corner and end posts shall either be supported by struts as for intermediate strain-
ing posts or by a horizontal bracing. Sufficient straining wires, winding ratchets,
joining clamps and other fittings required shall be provided for all end, corner and
gate posts.

Three rows of straining wires are to be installed for 1.0 m high fences.

1.18.4.3 Bar Grate Fencing


Bar Grate fencing shall be of hot dipped galvanized steel with a grate height of 630 – 2430
mm, with steps of 200 mm. Grate length shall be 2510 mm with a standard mesh
size of 50/200 mm. Horicontal wires shall have a size of 2 x 8 mm, arranged opp-
sitely to each other. Vertical wires shall have a size of 6 mm, single-edge, with
about 22 mm overhang. Vertical rod profile shall be rectangle steel tube 60/40
mm.

1.18.4.4 Palisade Fencing


Pales shall be of hot dipped galvanized steel with a thickness of 2 mm, width of 65
mm, roll formed. The Angel Iron Rails shall be 40 x 40 x 3mm hot dipped galva-
nized. Posts shall be fabricated 76 x 76 x 2 mm thick square tubing, with welded
lugs, pre punched for a 8 mm or 10 mm cup square bolt to be fitted for the cross
members (also hot diiped galvanized)The bolt system shall have bolts of 8 mm
and anti tamper shear off nuts. All nuts and bolts shall be Kalguarded. The top of
the posts shall be covered with caps. Each panel shall have a width of 3m from
centre to centre and shall consist of 15 pales per panel.. The centre panel shall be
around 100 mm longer to be concreted in the ground to stop the sag in the cross
members. Gaps between the pales shall be 120 mm.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 176


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.18.4.5 Security Fencing


Security fencing shall be constructed as described for standard fencing, but with
posts provided with barbed wire holders inclined outwards.

The total fence height shall be 2.5 m. Six rows of straining wires are to be in-
stalled. Post length shall be 3.0 respectively 3.75 m minimum. Three rows of gal-
vanized and plastic coated 2 strand, 4 point barbed wire shall be fixed to the
cranked top section of the post. Sufficient ratchet, winders and clamps are to be
provided to assemble and to secure the barbed wire.

1.18.4.6 Gates
The tops of the gate frames shall be levelled with the tops of adjacent fencing.
Gates in fencing with barbed wire on extension arms shall also carry wire mounted
on extension arms as specified.

All gates shall be of welded steel construction, galvanized and painted and cov-
ered with plastic coated chain link mesh and surmounted with galvanized plastic
coated barbed wire to match the fencing. Sliding gates shall be provided with roller
support tracks.

The gates shall be complete with all fittings such as drop bolts, back catches,
locking bars, lock plates and locks including three keys per lock.

1.18.4.7 Installation
Fences shall be installed in accordance with the fence manufacturer’s drawings
and written installation instruction, except as modified herein. Each line of fencing
shall be erected so that it is plumb, taut, true to line and grade, and complete in all
details. The outside face of the fabric shall be on the property line where the fence
runs along the property boundary.
Posts shall be suitably braced during concreting to ensure that they remain in the
correct line and level during placing of concrete and the concrete shall be cured for
3 days before any further work is done at the post.

1.18.5 Stone Revetments


Revetment stone shall be placed by hand and be rough hammer-dressed as nec-
essary so that the top 50 mm shall have joints square to the bed and with meeting
arises not greater than 35 mm apart. The thickness tolerance shall be +75 mm
and -50 mm.
On the face of the revetment all stone shall weigh at least 25 kg and have a depth
from the face of at least half the total thickness of revetment stone.
Closure or bonding stones extending throughout the full thickness of the revetment
shall be provided at the rate of at least one closure stone per square meter of
pitching. All voids beneath the top 50 mm of revetment stone shall be filled with
small stone as the work progresses.

1.18.6 Stone and / or Concrete Culverts


During works on excavation or/and laying pipeline Contractor shall encounter dif-
ferent types of culverts. Only large ones are specified in BoQ and/or Drawings.
Depending on shape, size and depth of culvert, engineer shall decide if the pipe-
line shall be laid above or below culvert. Engineer shall also determined need for
pipe protection and type of it.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 177


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

Applied technical solution in any case shall not violate culvert functionality. If pipe-
lines is installed above culvert (bedded or encased) Contractor shall avoid damag-
ing of existing culvert. After instalment of pipeline above or below culvert, Contrac-
tor is obliged to remove and dispose all concrete surplus, parts of formwork, trees,
solid waste, to fill with concrete or cement mortar all voids, cracks.
Reinstatement shall be done in the way to suit, as much as possible, the original
state of culvert. Unit rate for culvert reinstatement includes breakage, disposal,
concrete works, formworks, pipe installation and reinstatement.

1.18.7 Topsoiling and Landscaping

1.18.7.1 Topsoiling
So far as practicable, top soil shall be obtained from material emanating from
excavations and separately stored in temporary spoil tips as specified or directed
by the Engineer. If, in the opinion of the Engineer, the Contractor can not reasona-
bly obtain sufficient topsoil in this way, the Engineer may order the Contractor to
provide extra material from an approved source off the site.

Topsoil shall be evenly spread and trimmed over embankments and filled excava-
tion to the slopes and levels as shown on approved drawings. The depth after
spreading and trimming shall be 250 mm measured perpendicular to the surface.
All clods and lumps shall be broken up and any rubbish, large stones, roots and
weeds shall be removed.

Where the upper layer of natural soil is poor in organic matter, it shall be improved
to a minimum depth of 25 cm by adding either clay or sand or silt to create a loamy
soil texture consisting of 40 % Sand (size > 0.05 mm), 30 % silt (size 0.05-0.002
mm) and 30 % clay (size < 0.002 mm).

A shallow ripping will be required before adding clay or sand or silt which should
be under mixed properly by using a disk harrow. If it should be necessary for to-
pographical reasons, levelling shall be carried out before mixing clay, sand or silt.

1.18.7.2 Grassing
Where the topsoil shall be sown with grass seed, the top 75 mm of the previously
laid topsoil shall be brought to a fine tilt suitable for seeding, and sowing shall be
carried out as soon as practicable after completion of topsoiling having due regard
to the season and the weather conditions. If ordered by the Engineer, subsoil lime
and fertilizer shall be applied in accordance with his directions.

After the seed has been sown uniformly, they shall be raked and lightly rolled into
the surface. The young grass shall be kept free from weeds and any bare patches
shall be re-seeded until an even close turf is established. The grass shall be wa-
tered, mown and rolled as required and maintained in good condition until the ex-
piry of the period of maintenance.

The Contractor shall replace, at his own cost, any damaged area where the grass
has dried up or has not adhered to the slope surface, which contains undesirable
plants or which has an irregular or unattractive appearance in the Engineer’s opin-
ion.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 178


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS
Section 3.2 Specifications Civil Works

1.18.7.3 Shrubs and Trees


Shrubs for borders and hedges shall have a minimum height of 0.6 m. A minimum
of 2 plants per m² are to be planted to create an evenly dense area. Trees to be
supplied and planted shall have a minimum height of 1.5 m. For the plant holes
vegetable soil is to be used. Stabilization of freshly planted trees against wind ac-
tions shall be provided. Shrubs and trees shall be suitable for the climatic condi-
tions on site. The species the Contractor intends to plant shall be approved by the
Engineer. Growth of shrubs and trees shall be guaranteed for one year from the
day of planting. Any shrubs and trees which have died within the guaranteed pe-
riod must be substituted without extra payment.

1.18.7.4 Dressing of Topsoil


After planting of lawn, shrubs or trees, the topsoil shall receive a dressing of fertil-
izer. As minimum requirements, dressing of topsoil shall be done with lime, potash
and super-phosphate, as applicable.

Dressing of topsoil shall only be carried out after watering and raining. The surface
of the soil shall be kept wet until fertilizers have dissolved.

1.18.8 Auxiliary Works


Unless otherwise specified, all and any kind of works, materials, services, safety meas-
ures, etc. as well as, and if so requested by the Engineer, all tests and samples
required by the Engineer, all tests and samples required for the completion of the
work, shall be included in the unit prices. Hence, the auxiliary works comprise, but
are not necessarily limited to the following:
a) Removing and storing of boundary stones, bench marks, etc., protection of
surveying points and designation by means of boards, survey and protection of
all secondary survey points, profiles, etc.
b) Difficulties to be overcome where excavation may have to be carried out in
layers or by hand.
c) Removal of any groynes, buried pipes, wattle-work, fascines and the like that
might interfere with excavation profiles, irrespective of whether or not such
structures are specified in the Bill of Quantities.
d) Difficulties resulting from the Specifications relating to fills, compaction tests,
eliminating unsuitable material from fills, and, if necessary, mixing of different
soil materials.
e) Transport of excavated material to fill or deposit, placing and spreading in lay-
ers according to conditions and Drawings, and careful compaction if required.
f) Difficulties in transport due to existing ground conditions.
g) Grading of intermediate and top fill surfaces and slopes to lines and levels re-
quired.
h) Sorting of excavated material which, if necessary, is to be used for special
purposes.
i) Any expenditure for providing, maintaining and later removal of drive-ways,
maintaining existing ways and roads; providing, placing, maintaining and later
removal of conveying and dumping equipment that might be required.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Herceg Novi

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 179


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT

TENDER DOCUMENTS

VOLUME III: TECHNICAL SPECIFICATIONS


SECTION 3.3 - MECHANICAL WORKS SPECIFICATIONS

December 2015

ESSEN, GERMANY
 
WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT

VOLUME III – TECHNICAL SPECIFICATIONS


Section 3.3 Specifications Mechanical Works

WATER SUPPLY AND SANITATION ADRIATIC COAST III -


TIVAT

TENDER DOCUMENTS

Volume III – Technical Specifications

Section 3.3 Specifications Mechanical Works

GENERAL SPECIFICATIONS MECHANICAL ENGINEERING WORKS

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 1


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT

VOLUME III – TECHNICAL SPECIFICATIONS


Section 3.3 Specifications Mechanical Works

TABLE OF CONTENTS

1 General specifications Mechancial works 4


1.1 CONTRACTOR’S OBLIGATIONS 4
1.2 DEFINITION OF SUPPLY OF COMPLETE EQUIPMENT 4
1.3 STANDARDS 5
1.4 QUALITY STANDARD 6
1.5 EQUIPMENT GUARANTEE 6
1.6 PATENT 6
1.7 WELDING WORKS 7
1.8 CORROSION PROTECTION 8
1.8.1 General 8
1.8.2 Applicable Standards 9
1.8.3 Shotblasting 10
1.8.4 Galvanizing 10
1.8.5 Applicable Corrosion Protection Systems 10
1.8.6 Application of coating for plant equipment 10
1.8.7 Colour Design 10
1.8.8 Calculation 11
1.9 SPARE PARTS 11
1.10 MINIMUM SPARES REQUIREMENT 11
1.11 TEEKEYS AND KEYS 13
1.12 REQUIREMENT OF INSTRUCTION MANUALS 13
1.12.1 Operation and Maintenance Manuals 15
1.12.2 As built Drawings 15
1.13 GENERAL SPECIFICATIONS ON EQUIPMENT 16
1.13.1 Workmanship and Material 16
1.13.2 Safety Guard 16
1.13.3 Foundation and Bedplate of Equipment 16
1.13.4 Fasteners 16
1.13.5 Special Tools and Accessories 17
1.13.6 Data Plate 17
1.13.7 Lubrication 17
1.13.8 Coupling 17
1.13.9 Equipment Protection 17
1.13.10 Anti-Corrosion of Materials 18

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 2


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT

VOLUME III – TECHNICAL SPECIFICATIONS


Section 3.3 Specifications Mechanical Works

1.13.11 Electric Motor 18


1.13.12 Explosion Protection 21
1.13.13 Noise Protection 21
1.13.14 Supplementary Principles for Mechanical Design and Measurement 22
1.13.15 Labeling of Equipment 22
1.14 PIPING AND FITTINGS 23
1.14.1 General 23
1.14.2 Piping 23
1.14.3 Dismantling Pieces, Lockable 23
1.14.4 Dismantling Pieces, Non-lockable 23
1.14.5 Reducer 24
1.14.6 Flange Connections 24
1.14.7 Flush Appliances 25
1.14.8 Vent Pipes 25
1.14.9 Measuring Instruments 25
1.14.10 Pipe hangers 25
1.14.11 Installation of Piping 26
1.14.12 Flushing and Pressure Test 26
1.14.13 Stainless Steel Pipes and Fittings 26
1.14.14 Painting and Marking of Equipment 27
1.15 DETAILED SPECIFICATIONS MECHANICAL EQUIPMENT 28
1.15.1 Screens 28
1.15.2 Conveyers 30
1.15.3 Presses and Classifiers 32
1.15.4 Pumps 33
1.15.5 Valves, Penstocks and Actuators 37
1.15.6 Fans 67
1.15.7 Stand-by emergency power plant 68
1.15.8 Lifting equipment 85

2 Particular specifications MechanIcal works 87


2.1 MECHANICAL WORKS DJURASEVICI PUMPING STATION 7 87
2.2 MECHANICAL WORKS DJURASEVICI PUMPING STATION 10 88
2.3 MECHANICAL WORKS - PS PELUZICA 90

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 3


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

1 GENERAL SPECIFICATIONS MECHANCIAL WORKS

1.1 CONTRACTOR’S OBLIGATIONS

The Contractor shall carry out all the contents within the scope of his work, includ-
ing execution design, supply to site, installation of the mechanical and electrical
equipment, testing run and commissioning, and training of the Employer’s techni-
cal and operation personnel.

The Tenderer shall carry out all the necessary calculations, contingent further exe-
cution design work and filling in the Schedules required for the completion of his
bid. In the process of preparing his offer, the Tenderer must verify the Consultant’s
design calculations. In the case of any ambiguity, the Tenderer has to inform the
Engineer immediately and ask for clarification.

The Tenderer shall submit detailed description and performance curves of the
proposed equipment in order to facilitate the evaluation of the bid by the Consult-
ant. The Tenderer must provide Process and Instrumentation Diagrams (P & I
Diagram) for the Waste Water Pumping Stations according to the related require-
ment.

If changes to the Consultant’s design are proposed or required due to the equip-
ment and machinery offered, the Tenderer has to provide his own conceptual de-
sign drawings with the proposed changes clearly marked and documented.

The Tenderer must provide all necessary Tendering Documents according the
Specification (report, design, adjustment to the design of the Consultant, if any,
drawings, etc.), which clearly show the contents and complementary requirements
of the Works.

If certain mechanical equipment has not been included in the scope of supply in
the Contract, but it is required by the normal function of the design, the Contractor
shall provide the Employer with necessary documents to ensure the compatibility
of the equipment purchased, and that which is provided by the Contractor.

All the expenses of the above work shall be contained in certain items in the
Schedule of Prices.

1.2 DEFINITION OF SUPPLY OF COMPLETE EQUIPMENT

Where used in this specification, the term ‘Supply’ shall mean all of the execution
designs, drawings, documentation for and the manufacturing, packing, despatch,
transport, installation, testing, commissioning of the respective items of the com-
plete equipment and the complete process systems specified and/or tendered for
installation at the site(s) by the contractor according to the contractor’s instructions
and under his supervision.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 4


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

The term ‘Supply’ shall include but not be limited to:

1. Complete equipment of pumping stations

• mechanical and all other equipment and accessories within process units
and ancillary structures;

• equipment including hoists, conveyors, valve operating systems and


scour systems and waste disposal

• pipework, penstocks, gates, fittings and all accessories.

2. Miscellaneous

• pipework, jointing materials including connectors, gaskets, bolts, nuts


and washers;

• identification markings, tabs, tags and the like;

• fasteners, clips, stands, trays and hangers and all other auxiliary materi-
als of any description.

3. Installation work of the equipment and machines delivered

• Installation of equipment and machines provided;

4. Commissioning

• test run of all mechanical, electrical equipment and on commissioning of


the plant

5. Maintenance & operating instructions & spare parts lists for all items of
plant delivered:

• Parts and tools for routine maintenance;

• Maintenance & operating Instruction manuals;

• Spare parts.

1.3 STANDARDS
The Mechanical Works shall comply as a minimum with International Standards
ISO, EN or DIN Standards* named as I.S., with the respective Codes of Practice
and Standards generally used for water supply and waste water facilities in foreign
countries, adapted to the local conditions, shall be used as an alternative subject
to written approval by the Engineer. For example:

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 5


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

EN: European Standard


DIN: German Industrial Standard
VDE: Standards of the German Electrical engineers’ Society
DWA: Standards of the German Association for the Water, Wastewater
and Waste
DVGW: Standards of the German Society for Gas & Water Technology
UVV: German Regulation for Accident Prevention
GUV: Standards of German Judicial Ministry Accident Prevention Socie-
ty
IEC: International Electrical Commission
ISO: International Organization for Standardization
SI: International System of Units

1.4 QUALITY STANDARD

When a certain piece of equipment is planned to be applied, the product of a cer-


tain manufacturer, that manufacturer must be clearly marked. The purpose is to
set up a quality standard, structure type and acceptable reference. Generally, a
definite manufacturer for the respective item of plant shall be given in the Sche-
dule of Particulars. The term of “or equal” for manufacturer shall not be applied.

All the equipment and materials provided by the Contractor shall be new, modern,
of good quality, faultless, with long service span and low maintenance.

1.5 EQUIPMENT GUARANTEE

The Contractor must ensure the Guarantee period of 2 years commencing from
the date of successful take-over of the Pumping Stations. During the guarantee
period, the Contractor shall maintain the equipment and carry out at least two
overall inspections. During the guarantee period, in case of failure of any equip-
ment or poor manufacturing, the Contractor shall be responsible for repairing and
recovering smooth operation without delay, once he has been informed. If the
Contractor fails to recover operation within 14 days, the Employer reserves the
right to dispose by himself. The expenses shall be compensated by the Contractor
with no rejection.

The Employer reserves the right to reject the equipment or components found to
be defect or not conforming to the Contract requirements. The equipment or com-
ponents shall be repaired or replaced by the Contractor. The employer shall not af-
ford any additional expenses thereof.

1.6 PATENT

The Contractor shall be responsible for all the patent charges and certificate fees
on the equipment and process specified in the Contract and shall protect the Em-
ployer from any damage. All appeals caused by certificate fees, document and pa-
tent infringement, or other law arbitration, lawsuit and expenses caused by the ap-
plication of equipment and process shall have nothing to do with the Employer.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 6


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

The payable expenses specified in the Contract shall be regarded as having in-
cluded any patent fees, certificate fees and other expenses of the like.

1.7 WELDING WORKS

The following standards shall be applied for the welding operation during the man-
ufacturing and installation of equipment:

• DIN 1910-3: Welding; Welding of Plastics, Processes


• DIN 1910-11: Welding; terms dependent on materials for metal weld-
ing
• DIN 1910-100: Welding and allied processes - Vocabulary - Part 100:
Metal welding processes with additions to
DIN EN 14610
• DIN EN 14610 Welding and allied processes - Definitions of metal
welding processes; Trilingual version EN 14610
• DIN EN ISO 6520-1: Welding and allied processes - Classification of geo-
metric imperfections in metallic materials - Part 1: Fu-
sion welding (ISO 6520-1:2007)
• DIN EN ISO 6520-2: Welding and allied processes - Classification of geo-
metric imperfections in metallic materials - Part 2:
Welding with pressure (ISO 6520-2:2001)
• DIN EN 287-1: Qualification test of welders - Fusion welding - Part 1:
Steels
• DIN EN ISO 9606-2: Qualification test of welders - Fusion welding - Part 2:
Aluminium and aluminium alloys (ISO 9606-2:2004)
• DIN EN ISO 9606-3: Approval testing of welders - Fusion welding - Part 3:
Copper and copper alloys (ISO 9606-3:1999)
• DIN EN ISO 3834-1: Quality requirements for fusion welding of metallic ma-
terials - Part 1: Criteria for the selection of the appro-
priate level of quality requirements (ISO 3834-1:2005)
• DIN EN ISO 3834-2: Quality requirements for fusion welding of metallic ma-
terials - Part 2: Comprehensive quality requirements
(ISO 3834-2:2005)
• DIN EN ISO 3834-3: Quality requirements for fusion welding for metallic ma-
terials - Part 3: Standard quality requirements
(ISO 3834-3:2005)
• DIN EN ISO 3834-4: Quality requirements for fusion welding of metallic ma-
terials - Part 4: Elementary quality requirements
(ISO 3834-4:2005)
• DIN EN ISO 14731: Welding coordination - Tasks and responsibilities
(ISO 14731:2006)
• DIN EN ISO 5817: Welding - Fusion-welded joints in steel, nickel, titanium
and their alloys (beam welding excluded) - Quality le-
vels for imperfections (ISO 5817:2003 + Cor. 1:2006)
• DIN EN ISO 14555: Welding - Arc stud welding of metallic materials
(ISO 14555:2006)
• DIN EN ISO 13919-1: Welding - Electrons and laser beam welded joints;
guidance on quality levels for imperfections - Part 1:
Steel (ISO 13919-1:1996)

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 7


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

• DIN EN ISO 13919-2: Welding - Electron and laser beam welded joints;
Guidance on quality levels for imperfections - Part 2:
Aluminium and its weldable alloys (ISO 13919-2:2001)
• DIN EN ISO 10042: Welding - Arc-welded joints in aluminium and its al-
loys - Quality levels for imperfections (ISO 10042:2005)
DIN EN 25817 Arc-welded joints in steel; Guidance on quality levels
for imperfections (ISO 5817:1992)
• DIN EN 462-1: Non-destructive testing; image quality of radiographs;
part 1: image quality indicators (wire type); determina-
tion of image quality values
• DIN EN 462-4: Non-destructive testing - Image quality of radiographs -
Part 4: Experimental evaluation of image quality values
and image quality tables
• DIN EN 462-3: Non-destructive testing - Image quality of radio-
grammes - Part 3: Image quality classes for ferrous
metals
• DIN EN 1435: Non-destructive testing of welds - Radiographic testing
of welded joints
• DIN EN 12681: Founding - Radiographic examination
• DIN EN 444: Non-destructive testing; general principles for the radi-
ographic examination of metallic materials using X-rays
and gamma-rays
• DIN EN 1330-4: Non-destructive testing - Terminology - Part 4: Terms
used in ultrasonic testing

Welding work on steel structures subjected to static and/or dynamic loads shall be
carried out by welders holding a valid welding certificate according to DIN EN 287-
1. On request, the certificates shall be submitted to the Employer. The valuation
for welding seam execution shall be based on DIN EN ISO 5817, Categories B
and C (category B for inside analysis; category C for outside analysis, for gas lines
only category B will be accepted).

Steel structure, in particular pipes, shall be shop-prefabricated as far as possible in


order to minimize welding work on side.

The Employers reserve the right to order at the Contractor’s expense the X-ray
examination of up to a maximum of 10 % of all executed welding seams. In case
more than 10 % of the examined welds fail the test, the Employer will order the X-
ray examination of a further 30 % of all executed welding seams at the expense of
the Contractor. If, again more than 10 % of the welds fail the tests, the Employer
shall order the X-ray inspection of all welds. The Contractor shall bear all costs in-
volved. The X-ray examination shall be conducted according to DIN EN 444, DIN
EN 462 and DIN EN 1435. Test classification according to DIN EN ISO 5817.

1.8 CORROSION PROTECTION

1.8.1 General

The scope of work comprises the delivery and application of a complete and dura-
ble corrosion protection system. The expected life span is 60 months as a mini-
mum. This work also includes all required scaffolding and all ancillary means re-
quired for the execution of the work. Prior to the corrosion protection works, the in-

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 8


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

stalled hardware, non-ferrous and stainless steel components shall be protected


against possible damages.

1.8.2 Applicable Standards

ISO 8504-2 Preparation of steel substrates before application of paints


and related products - Surface preparation methods -
Part 2: Abrasive blast-cleaning
DIN 55 928-8 Protection of steel structures from corrosion by organic
and metallic coatings; part 8: protection of supporting thin-
walled building components from corrosion
DIN EN ISO 12944-1 Paints and varnishes - Corrosion protection of steel struc-
tures by protective paint systems - Part 1: General intro-
duction (ISO 12944-1:1998)
DIN EN ISO 12944-2 Paints and varnishes - Corrosion protection of steel struc-
tures by protective paint systems - Part 2: Classification of
environments (ISO 12944-2:1998)
DIN EN ISO 12944-3 Paints and varnishes - Corrosion protection of steel struc-
tures by protective paint systems - Part 3: Design consid-
erations (ISO 12944-3:1998)
DIN EN ISO 12944-4 Paints and varnishes - Corrosion protection of steel struc-
tures by protective paint systems - Part 4: Types of sur-
face and surface preparation (ISO 12944-4:1998)
DIN EN ISO 12944-5 Paints and varnishes - Corrosion protection of steel struc-
tures by protective paint systems - Part 5: Protective paint
systems (ISO 12944-5:2007)
DIN EN ISO 12944-7 Paints and varnishes - Corrosion protection of steel struc-
tures by protective paint systems - Part 7: Execution and
supervision of paint work (ISO 12944-7:1998)
DIN EN ISO 12944-8 Paints and varnishes - Corrosion protection of steel struc-
tures by protective paint systems - Part 8: Development of
specifications for new work and maintenance (ISO 12944-
8:1998)
DIN EN ISO 1461 Hot dip galvanized coatings on fabricated iron and steel
articles - Specifications and test methods (ISO 1461:1999)
DIN EN ISO 2063 Thermal spraying - Metallic and other inorganic coatings -
Zinc, aluminium and their alloys (ISO 2063:2005)
DIN 8577 T1 Alloys for Thermal Application
DIN EN ISO 14919 Thermal spraying - Wires, rods and cords for flame and
arc spraying - Classification; Technical supply conditions
(ISO 14919:2001)
DIN EN 13507 Thermal spraying - Pre-treatment of surfaces of metallic
parts and components for thermal spraying

Each base surface shall be checked with regard to the suitability of the follow-up
coating and – if necessary – shall be pre-treated accordingly. The paint supplier’s
instructions for the application of the coatings shall be strictly adhered to.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 9


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

1.8.3 Shotblasting

The shotblasting of steel surfaces shall be carried out according to DIN EN ISO
12944-4, de-rusting grade Sa 2 1/2. Immediately after completion of the shotblast-
ing, the treated surfaces shall be properly cleaned and the prime coat applied. The
Contractor’s production scheduling should be such that only the absolute neces-
sary shotblasting work has to be executed on site.

1.8.4 Galvanizing
Preferably hot galvanizing should be employed wherever materials need to be gal-
vanized. If in certain cases this is not possible the zinc shall be applied by coating.

1.8.5 Applicable Corrosion Protection Systems


All plant and component parts have to be implemented with a suitable corrosion
protection with the exception of components being made of stainless steel, plastic
or aluminium. Color of the protection according to employers specifications.
If not defined elsewise, environmental conditions above water level have to be at
least corrosion categorie C5-I with an expected protection duration long (L) acc. to
DIN EN ISO 12944-2. Environmental conditions below water level have to be at
least corrosion categorie IM2 with an expected protection duration long (L) acc. to
DIN EN ISO 12944-2. Environmental conditions below plant covers and pump
sumps are expected to be protected like plant component below water level. Sur-
face preparation and superimposed undercoating and coating have to fulfill the
corresponding requirements acc. to DIN EN ISO 12944-5.
If plant and component parts have to be hot dip galvanized or otherwise protected
against corrosion, the technical specifications will give the necessary information.

1.8.6 Application of coating for plant equipment

Pumps, motors, valves, compressors, vessels, etc. are to be delivered to site with
a coating applied by the manufacturer of the specific equipment. The employer re-
serves the right to request details in writing about the pre-treatment and coating
process employed by the equipment manufacturer. Surfaces which will be inac-
cessible after assembly must receive the above specified coating prior to the as-
sembly. The above specified coating shall assure a uniform appearance of the en-
tire plant. If, during transportation and / or assembly the top coat has been dam-
aged, it is the Contractor’s obligation to patch-up the damaged surfaces at no ex-
tra cost.

1.8.7 Colour Design

The colour of top coats will be determined by the Employer. The Contractor will be
notified in due course. The colour tint has to correspond to RAL.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 10


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

1.8.8 Calculation

All costs in connection with the above specified corrosion protection have to be in-
cluded in the quoted prices. The top coat has to be applied after assembly of
structures on site.

1.9 SPARE PARTS

All items of the Plants shall be supplied with sufficient spares and consumable
items (others excluded) to last for a full 2 years at the rate set out in the manufac-
turer’s standard maintenance instructions or as necessary for the proper preventa-
tive maintenance of the Plant.

The rates and sums entered in the respective Schedules of prices for the Plant
supply shall be deemed to include all such “2 year’s spares”.

The Contractor shall provide a detailed schedule in duplicate of all the spare parts
to be supplied. During commissioning all spare parts shall be checked against the
schedule and against the recommended maintenance programme. Any shortfall in
the provision shall be provided by the Contractor.

All spare parts supplied shall be new, and strictly interchangeable with the parts for
which they are intended to be replacements, and shall be treated and packed for
long storage under the climatic conditions prevailing at the Site. Each spare part
shall be clearly marked or labeled on the outside of its packing with its description
and purpose, and when more than one spare is packed in a single case or other
container, a general description of its contents shall be shown on the outside of
such case or container and a detailed list enclosed.

All cases, containers and other packages shall be parked and numbered in an ap-
proved manner for the purposes of identification.

All cases, containers or other packages are liable to be opened for such examina-
tion as maybe required and packing shall be designed to facilitate opening and
thereafter repacking.

1.10 MINIMUM SPARES REQUIREMENT

The Contractor shall provide the following as minimum requirements for the works.
The full cost of the provision shall be included in the contract price. The spares
shall be delivered with the plant. The contract should complete the schedule of
spares, including the following items:

Penstocks and sluice gates:

• one set of any replaceable wear or seating elements and spindle nut for
each type.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 11


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

Actuators:

• one set of manufacturer’s complete overhaul kit for each type and size.

Screens:

• one set of each type of bearings, bushes, chain and wear elements for
each type of screen.
• sufficient seals, sealing rings etc. and replacement parts for annual or
shorten service periods for each unit over 2 years.

Screw Conveyors:

• as for screens; set of replacement lining

Screenings Press:

• as for screens

Centrifugal Pumps:

• one replacement impeller and each type of bearing or bush


• sufficient seals, sealing rings, packing etc. and replacement parts for an-
nual or shorten service periods for each unit over 2 years.

Gate valves:

• two sets of renewable sealing elements for each size and type provided.

Electric Motors:

• One set of bearings and one set of brushes and brush gear (as applicable)
for each type and size.

Switchgear and Controls:

Fuses

• One set of electric spares for each panel type with minimum of 15 %
spares of relays, 100 % spares of common fuses and 200 % of special
fuses.

One set means the number of parts installed in each machine and equipment. The
Engineer will determine the amount to be deducted from the Contract Price in re-
spect of the Contractor’s failure to deliver all spare parts defined by this clause.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 12


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

1.11 TEEKEYS AND KEYS

Upon completion of the commissioning of the Works, or at such earlier time as the
Contractor and the Engineer agree, the Contractor shall provide a set of three tee-
keys for each type of valve or penstock cap in the Works which have been pro-
vided under the contract.

At this time, he shall also deliver two complete sets of labelled keys to the Engi-
neer (substantial rings and brass engraved tags) for all the plant and instrument
panel locks supplied, and any other operating tools necessary to enable the works’
staff to control the process.

The Contractor shall also supply with the keys one glass fronted timber wall
mounted key hook cabinets with brass hooks and matching engraved and
mounted brass labels. The cabinet shall be mounted in an approved location.

1.12 REQUIREMENT OF INSTRUCTION MANUALS

The instruction manuals shall cover the erection, setting to work, commissioning,
testing, operation, control, maintenance dismantling and repair of the Works. The
greatest importance is attached to completeness and clarity of presentation.

It is emphasized that a collection of standard pamphlets of a general nature unac-


companied by drawings and descriptive matter relating to Plant as installed will not
be acceptable. In particular, information supplied by Sub-Contractors and manu-
facturers employed by the Contractor shall be coordinated into the comprehensive
manual. Cross-referencing of descriptive matter, drawings and spare part lists
must be complete.

The Contractor shall deliver to the Engineer for “General Approval” duplicate loose
leaf copies of draft operating manuals for the Plant prior to its delivery to Site. The
manuals shall be divided into volumes (e.g. function, erection, operation, mainten-
ance, overhaul) and shall fully and clearly set out the Contractor’s own recommen-
dations and instructions for the satisfactory erection, operation, maintenance and
overhaul of the Plant as applied to each of the installations and items supplied.

The text or accompanying diagrams shall in addition show the electrical wiring,
handling and erection instructions. Draft manuals shall, during the testing and
commissioning of the Works, be carefully checked by the Contractor and updated
and modified to ensure that they are fully descriptive and applicable to the final
process Plant as installed and as found to behave under operational conditions.

The draft manuals may include manufacturer’s standard literature but the Contrac-
tor shall fully supplement the literature by his own descriptive text and drawings.

Following final approval by the Engineer, four copies of the final approved manuals
shall be submitted prior to the commencement of the Tests on Completion. They
shall be securely bound to A4 sized loose leaf binders, clearly titled, indexed and
cross referenced. A glass-fronted bookcase to house each set of manuals shall be
provided by the Contractor. Additionally one softcopy of the approved final ma-
nuals has to be submitted in pdf-format.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 13


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

The final manuals shall incorporate instructions, recommendations and advice for
the operation of the entire process covering the full range of flow and raw water
conditions. No section of the Works will be certified by the Engineer as complete
unless this requirement has been met.

If during the Period of Maintenance, the Engineer finds that the manual requires
modification or enlargement as a result of subsequent operational and mainten-
ance experience in the Works, the Contractor shall provide the approved modifica-
tion for each manual.

The manuals shall include explanations of the function and purpose of each item
supplied and operational, mechanical and electrical procedures for:

• lubrication, checking, calibration (including charts), testing and adjustment


of each item of Plant;
• attention required at daily, weekly, monthly or other intervals to ensure re-
liable trouble free operation;
• complete overhaul, dismantling and reassembly, testing and re-
commissioning of all Plant;
• the identification and selection of suitable lubricants standardised through-
out the Works;
• fault location charts to facilitate tracing the cause of malfunction or break-
down;
• routine and emergency safety precautions, procedures and recommenda-
tions;
• cleaning the Plant and its components;
• maintenance of protective coatings;
• operational maintenance of the Works and reporting procedures;
• a complete list of applicable lubricant and lubricant standard chart for each
type of machine;
• a complete list of manufacturers and suppliers, including their addresses,
telephone and fax numbers, and the communication data of their agents in
Montenegro.

The operating manuals shall describe the installation as a whole and shall give a
step-by-step procedure for any operation likely to be carried out during the life of
Plant.

A separate section of the manual shall be devoted to each size and type of equip-
ment and to each system of Plant.

The various sections shall be grouped into volumes separately relating (as appro-
priate) to such functions as operation, maintenance, overhaul etc. The appropriate
volume of the manual shall contain a detailed description of each system’s con-
struction and operation and shall include all relevant pamphlets, and a list of parts
with the procedure for ordering spares.

Electrical equipment shall be described in operation step-by-step giving the com-


plete sequence of operation. The detailed section of the manual, if necessary,
shall contain further maintenance instructions and fault location charts.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 14


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

1.12.1 Operation and Maintenance Manuals


The operation and maintenance instruction manuals shall be supplemented by the
supply of a comprehensive planned yearly maintenance programme for the
wastewater works operation and maintenance staff. A wall chart or charts shall be
provided, covering a period of one year with coloured markers. It shall have vertic-
al divisions in weeks and horizontal divisions for each item of Plant. A fitter’s card
system shall be provided. It shall be cross-referenced to the chart(s) with at least
one card for each item of Plant detailing the planned maintenance required with
the relevant spaces for work done, parts required and the like, in order that for
each task or day’s work, the Employer’s electrical and mechanical maintenance
staff may be presented with the card for routine work completion and signature.

The markers shall be arranged with standard colours to indicate work required,
parts outstanding, and work completed.

The maintenance scheme shall be to the approval of the Engineer and shall be
provided complete at the time of the commissioning of the works. It shall have suf-
ficient space for expansion if required to include any further routine work.
No taking Over will take place without the presence of approved Operation and
Maintenance Manuals.

1.12.2 As built Drawings

Except stipulated otherwise by the contract, the as-built documents of the works,
complying to the construction, are submitted to be stamped by the Engineer in a
period of two months counted from acceptance. If the Engineer does not stamp it
or if he does not make any observations in a period of one month after their sub-
mission by the Contractor, the documents are regarded as accepted.

The drawings shall include those provided by the Contractor during the design,
construction, structure and manufacturing period together with drawings submitted
by him with his tender as appropriate. In addition, each item of Plant, e.g. valves,
motors, starters, cables, etc. shall be shown on detailed general arrangement
drawings clearly marking the position of the component parts. All parts shall be
numbered and the numbers given shall correspond to the spare parts list, pamph-
lets and descriptive matter.

Comprehensive electrical circuit drawings shall be provided showing the relation of


one electrical item of equipment to another.

In addition to the foregoing, each item of electrical equipment shall be provided


with schematic drawing and a wiring drawing.

The schematic drawing shall show the connections in a schematic form enabling
the operation to be ascertained, while the wiring drawing shall show the individual
components approximately in their relative physical positions, with the electrical
connection shown exactly as wired, to enable a particular component or connec-
tion to be located on the actual equipment.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 15


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

Every connection shall be numbered and the number given for a particular con-
nection shall be the same on the schematic drawing, on the wiring drawing and as
tagged on the actual equipment itself.

Where possible one print of each of the appropriate electrical equipment drawings
and diagrams shall be provided in a purpose made pocket of each cabinet.

1.13 GENERAL SPECIFICATIONS ON EQUIPMENT

1.13.1 Workmanship and Material

(1)The design, fabricating, installation and other work of all the equipment must be
in line with the latest engineering technology. The element of each part shall be
fabricated according to standard specifications and it shall be possible to re-
place and install them on site at any time. The same elements shall be able to
replace each other.
(2) The materials must be suitable for all operation conditions. The characters of
strength, ductility and durability shall be taken into consideration when choosing
metal materials. The cast iron material shall be of a tenacious compact texture,
with no pores, defects or cracks. The forge pieces bearing stress shall be fine
and even; cast iron, steel and other materials shall all be in accordance with the
requirements in the equipment specifications. All the materials chosen shall be
new and unused.

1.13.2 Safety Guard

(1) All the conveyor belts, blades, chains, couplings, exposed central axis and oth-
er rotary parts of the equipment shall have protection coverings for safety
guard.
(2) The safety protection shall be standard products of manufacturers or made of
electroplated or compound aluminium, steel plate or galvanized metal plates.
Each safe guard facility shall be easily installed and dismantled and shall be at-
tached with necessary supports and accessories. The safety guard outdoor fa-
cility shall prevent the splashing of rain water.

1.13.3 Foundation and Bedplate of Equipment


Unless there are other stipulations, each piece of equipment shall have high-
strength iron or steel structure bedplate, which can be installed on concrete foun-
dation. The foundation and bedplate shall have support pads and dowels, which
shall coordinate with the alignment of combining bodies or relevant equipment.
There shall be enough space left for grouting and cable pipe laying. All the joints
between plates shall be welded and ground smoothly.

1.13.4 Fasteners
The Contractor shall provide all the fasteners for equipment installation, including
adjusting bolts, anchor bolts, nuts and sleeves. The anchor bolts and particularly
noted bolts, nuts and gaskets shall all be stainless steel, and others shall be gal-
vanized steel.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 16


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

1.13.5 Special Tools and Accessories


The Contractor must provide special tools, instruments required for periodical
maintenance and adjustment of mechanical equipment and auxiliary equipment for
maintenance.

1.13.6 Data Plate


The data plate of the equipment shall be carved on or adhered to a metal plate
and fastened to the casing of equipment that is available and also clearly visible
after installation. There shall be the following specifications on the data plate:
a) name of manufacturer
b) model and type of equipment and related parameters
c) serial No.
d) date of production

1.13.7 Lubrication

(1) The mechanical equipment shall be able to carry out lubrication operation dur-
ing continuous operation. The lubrication system shall be operated during start-
ing or closing of equipment and shall avoid waste of lubricant. The type of lubri-
cant shall be suggested by the manufacturer, who shall also supply enough lu-
bricant for one year’s continuous operation.
(2) The Contractor shall provide instructions on the lubrication type of equipment
and annual consumption of lubricant, and shall suggest the time of lubrication.

1.13.8 Coupling
Unless there are other specifications, when the driving motor of mechanical
equipment is larger than the 3 kW, the driving spindle of driving unit shall be
coupled with the output spindle of the motor with flexible coupling. The size of
couplings shall be suggested by manufactures according to standard. The factors
of motor power, rotation speed, driving type and the service coefficient of 1.5 shall
be taken into consideration. The Contractor shall adopt the couplings according to
the standard and shall take complete responsibility of accurate connection of all
the driving systems.

1.13.9 Equipment Protection

(1) All the mechanical equipment under the storage period shall be packed and
shall have complete protection measures. The equipment shall be kept from
being exposed and kept dry.
(2) The equipment with surface painting shall be prevented from sustaining impact
force, abrasion, fading and other damage. If the painting surface has been de-
stroyed before acceptance, the painting shall be reapplied and shall be ap-
proved by the Employer or the Engineer.
(3) The electrical, control and isolation equipment shall be damp proof and pre-
vented from being damaged by water soaking.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 17


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

1.13.10 Anti-Corrosion of Materials


The parts of equipment operated under water or in water-gas interface, or those in
direct contact with chemicals, shall have anti-corrosion and anti-etching properties.
Should the above parts show signs of corrosion or abrasion during the guarantee
period of 12 months, the Contractor shall replace these parts with qualified antirust
materials with anti-corrosion properties to meet the requirement of long-term ser-
vice.

The Contractor shall pay special attention to the corrosion problems arised from
tight connection of different types of metals, and shall prevent such problems.
When it is a must of the contact of different metals, if possible, the electrochemical
series difference shall be kept below 0.5mV. If this requirement cannot be en-
sured, the contact surface of the parts shall be electroplated or treated by other
similar methods.

1.13.11 Electric Motor

1.13.11.1 Motor Provision

The manufacturer of mechanical equipment must select and provide all the aux-
iliary motors of the equipment.

1.13.11.2 Property and Power of Motors

(1) The features of each motor shall be in accordance with the load of the driven
equipment. Unless there are other specifications, the motor shall be a constant
squirrel-cage induction motor.
(2) The motor power shall be no less than the power needed by the driven ma-
chine in the driving range. The service coefficient shall be taken as 1.15.
(3) When the motor power is below 7.5 kW, the motor shall adopt direct starting;
when the motor power is equal to or larger than 7.5 kW, the motor shall adopt
reduced voltage starting.
(4) If the estimated minimum power cannot meet the above or other requirements,
the Contractor shall provide motors with larger power. All the modifications
aroused from the increasing of motor power, such as increasing of current
starters, electromagnetic switches, conduit pipes, conduction wires shall be
carried out by the Contractor at his own expense and the Contractor shall not
charge any costs to the Employer.

1.13.11.3 Construction and Standard Product

(1) General Specifications


a. All the motors must be designed, produced, tested and checked according to
the latest version of IEC Standard or other equal standards.
b. Each motor shall have a permanent, non corrosive data plate, which shall be
installed in an obvious position. All the data of the motor shall be taken down
on the data plate in English or in Montenegrin.
c. If the voltage of the power is lower than 15 % of the voltage recorded on the
data plate, the motor must also have enough torque force. Unless there are

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 18


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

other specifications, all the motors shall be able to carry out full-load continuous
operation.

(2) Outdoor Motor


All the outdoor motors must be the totally-enclosed fan-cooling type, with the cas-
ing protection type of IP67.

(3) Indoor Motors


All the motors installed indoors, unless those specially specified to use the totally-
enclosed fan-cooling type, shall all use drip-proof type, with the casing protection
type of IP54.

(4) Bearings
a. The motors which are below 1.5 kW shall use pre-lubricated ball bearings.
b. The horizontal motors which are larger than 1.5 kW shall use antifriction bear-
ings. There shall be plugs at the inlet and outlet of grease to allow lubrication at
any time and discharge of waste grease without any dismantling.
c. Each vertical motor shall have rotary drum or rotary ball shaped thrust bear-
ings, which are enough to bear gravity and the force generated during con-
struction.
d. Each motor shall have a data plate showing its bearing and lubrication method.
e. The design of bearings shall be up to the service year of five years (50,000
hours) when the motor is under 100 % full-load operation.

(5) Insulation Class and Temperature Increasing


Each motor must be Class F or near Class H in Insulation according to the IEC
Standard or equivalent standards.
To realize long service life of the motor, when the motor is under full-load but not
overload continuous operation, the temperature increase of the motor shall be no
more than the limit stipulated in the NEMA Standard MG-1 or one class lower in
the same standard.
The total temperature of the temperature around the motor and the increase dur-
ing operation shall be no more than the limit stipulated in the standard.
The insulation of the motors must be tested according to the methods stipulated in
the adopted standard after the motors are transported to the site. If there is any
fault in the motor or the insulation resistant force has not reached the stipulations
in the standard, the motor shall be replaced with a new one at the expense of the
Contractor.

(6) Current Balance


When the motor is operated at any load within its service factors, and is in a bal-
ance voltage supply system, the unbalanced current at different poles of the multi-
phase motors shall not exceed the following value:
Below 3.5 kW 25 %
Equal or above 3.5 kW 10 %
Should the unbalanced current be lower than listed above, but still causing me-
chanical vibration, the Contractor shall rectify such problems.

(7) Miscellaneous
a. All the motors shall have external casing, bearing supports, fan covers and wire
pipes, etc. As to waterproof and totally-enclosed motors, there shall be silicon
rubber gaskets between the terminal box and the wire pipes of the motor.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 19


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

b. All the metal components must be anti-corrosive. The motors shall be painted
according to the standard of manufacturers.
c. The fan of the motor shall be of anti-corrosion materials and shall be suitable
with rotation in all directions and shall be accurately balanced in installation.
The casing of fans shall not use non-metal materials.
d. The rotary element of the motor shall receive dynamic balance adjustment. The
maximum vibration amplitude shall be no less than 0.04 mm when the rotation
speed is lower than 1800 rpm, and no less than 0.03 mm when the synchron-
ous speed is 3600 rpm.

All motors shall be suitable for operation under the climatic conditions at site and
ambient temperatures up to 50°C. If not specified otherwise, all electric motors,
rating at 50°C ambient temperature, shall be squirrel cage induction type, suitable
for direct-on-line starting up to 15 kW and star-delta starting above 15 kW.

The type of motor, its rotor and its nominal power shall be chosen in accordance to
the duty they perform. Care shall be taken in view of starting characteristics of the
driven load. Where a mechanical overload device shall be employed, it may be-
come necessary to limit the starting torque of the motor in choosing the right type
of the rotor, thus ensuring that the overload device can be set to give maximum
protection to the plant.

All low voltage motors shall be suitable for operation at 400 V, 3 phases, 50 Hz
supply and shall comply with IEC publications 34, 72-1, 72-2, 79 and 445 as well
as with VDE regulations 0530.

Low voltage frame for indoor use shall conform to a degree of protection not less
than IP 54. All motors intended for outdoor use shall meet or exceed the require-
ments of IP 55 with regard to protecting from harmful ingress of sand and dust and
harmful effects of water projected from nozzles. The connection box shall meet IP
65. Motor frames for submersible pumps shall conform to a degree of protection of
not less than IP 58.

The rotors shall run on anti-friction bearings and the weight of the motor shall be
carried by ball thrust bearings incorporated in the motor body. The bearings shall
have a minimum rated life of 50,000 hours and shall be provided with adequate lu-
brication provisions. The bearing caps on the non-drive end covers of the motors
shall be arranged as to allow a speed check to be taken.

The efficiency and power factor of the motors shall be high over a wide range of
load conditions and the motors shall be designed, manufactured and tested in ac-
cordance with the relevant regulations. All windings shall have class F insulation
with class B temperature rise limitations and this requirement must be met in addi-
tion to any adjustments necessary for the high ambient temperature at site.

The site ratings and normal ratings of all performance data shall be provided in
completing the various Proposal Forms, Volume IV. The continuous maximum rat-
ing (CMR) of each motor shall correspond to the requirements set out in the sub-
sequent table.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 20


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

All motors shall be capable of developing a minimum starting torque of 150% of


the full load torque. If it becomes necessary to the limit the starting torque on some
drives this shall be achieved by the type of rotor and the method of starting.

Table: Continuous Maximum Rating (CMR) of electric Motors


Application Drives up to 37 kW Drives above 37 kW

All pump motors (except CMR 10% above calculated power CMR 5% above calculated power re-
displacement pumps) requirements under all operation condi- quirements under all operation conditions
tions

Displacement pumps and CMR 25% above calculated power CMR 12,5% above calculated power
compressors requirements for normal duty and 5% requirements for normal duty and 5%
above requirements for maximum duty above requirements for maximum duty

All other drives CMR 50% above normal duty require- CMR 25% above normal duty require-
ments ments

The motors shall be silent and run free from vibrations and the rotors shall be per-
fectly balanced and shall be tested and adjusted for dynamic balance in an ap-
proved manner.

Terminal boxes shall be provided with glands suitable for PVC insulated wire. The
motor steel base shall, where appropriate, be drilled at works vertically below the
terminal box gland for the passage of the cables and the edges of the hole slightly
countersunk or the hole bushed. All motors over 5,5 kW rating shall have terminal
boxes arranged to accept both, the main cable and the cable for measuring tem-
perature as well as a separate anti-condensation heater cable. Termination boxes
and terminals shall be of suitable dimensions to accept appropriate oversized ca-
bles.

1.13.12 Explosion Protection


The mechanical / switch boxes and electrical diving must be carried out according
to the requirements of operating areas. The minimum requirements shall be based
on Europian Standard Atex 95.

The contractor must prepare drawings and a detailed list to determine the potential
explosive gas area, relevant area class, fire protection class, explosion class, tem-
perature class and other particular measuring requirements.

1.13.13 Noise Protection

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 21


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

As to requirements on equipment and machines installed in the building, the noise


sound level shall be no more than 80 dB(A) at the distance of 1 m from the noise
source on the equipment and 60 dB(A) at the distance of 10 m.
If the noise level measured during operation has exceeded the above value, the
Contractor must carry out the necessary measures to meet the requirements.

1.13.14 Supplementary Principles for Mechanical Design and Measurement

The following contents include the principles for design, calculation, selection and
installation of machines and equipment, which shall all be strictly complied with.

• Spare Parts
If a component from a certain manufacturer must guarantee uninterrupted opera-
tion in any condition, in this case sufficient spare parts such like motors, etc. must
be provided in the design.
• Easy Maintenance
During the design stage, the Contractor must pay special attention to ensure easy
maintenance of machines and equipment. This is an absolute must to ensure the
realization of quick, easy inspection, maintenance and repairing. Besides, from the
view of safety, it is absolutely necessary to provide such facilities as ladder, hand
rails and platforms to get close safely to machines and equipment for inspection
and operation.
Lifting facilities must be provided for the machines over 50 kg. The Contractor
must give thorough considerations to the size and alignment of lifting facilities and
lifting holes.
• Group Operation
Preparations must be made to separate the selected machine from related proce-
dures for maintenance and repairs.
• Installation of Pumps
When pumps and similar equipment are installed into the pipelines, there must be
valves. Expansion joints must be installed on both the suction side and the pres-
sure side.

1.13.15 Labeling of Equipment


Each item of equipment shall have affixed to it in a conspicuous position a name-
plate which shall have stamped or engraved upon it the following information:

(a) name of manufacturer; (d) rating


(b) description of item; (e) any other relevant information
(c) manufacturer’s serial, manufacturing appertaining to the particular item
and/or job reference number; of equipment.

All items of equipment used for indication, alarm and control shall be adequately
labelled with regard to their function, mode and sequence of operation.
Adhesive tape shall not be allowed for labelling. Each label shall be provided in
Montenegrin and English language. The labels shall only be manufactured and af-
fixed after approval of the inscription by the Engineer.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 22


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

1.14 PIPING AND FITTINGS

1.14.1 General

The following specifications have to be applied in the complete range of provided


piping work, the detailed specifications do not require special dimensions and/or
methods of execution. The specifications are available to complete piping systems
including fittings, drives, flush connections, brackets, etc. All pipes and fittings
must be delivered accompanied by a test certificate according to DIN EN 10204.

1.14.2 Piping

The following summary of recommended velocities in pipes.

 Terms of delivery in accordance with DIN EN 10 312, test certificate DIN


EN 10204/3.1 B.
 Edge preparation for welding according to DIN EN ISO 9692-1.
 Permissible Velocities in Pipes:
 Potable and non-potable water 1.0-2.5 m/s
 Sewage 0.8-2.0 m/s
 Pipe Bends
Bends should preferably have the same wall thickness as the joining pipes.

Execution according to DIN EN 10253, Radius 1.5 *D.

1.14.3 Dismantling Pieces, Lockable

The dismantling pieces must possess an axial adjustment capability of at least 


25 mm to facilitate easy dismantling and installation of pumps, valves, non-return
valves, measuring devices, etc. A sufficient number of dismantling pipes therefore
have to be incorporated in each pipe line. Threaded rods and nuts through two op-
posite flanges should allow the dismantling piece to be secured in the position de-
termined during installation, so that the system represents a rigid connection of
two adjoining pipes.

1.14.4 Dismantling Pieces, Non-lockable

The same requirements as above apply, however, this dismantling piece shall rep-
resent a non-rigid connection of adjoining pipes. The dismantling piece must there-
fore permit axial and angular movements during operating conditions.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 23


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

 Flexible Coupling

A sufficient number of flexible couplings must be installed in the pipe lines to en-
sure uninterrupted operation in case of different settlement.

 Material and Design Criteria:


- pipe sections, flanges : welded steel unit
- sealing ring : resistant against sewage, e.g. Perbunan
- tie rods, nuts : galvanized steel
- corrosion protection : black bitumen coating inside/outside or equiva-
lent
- radial deflection : approx. 4°
 Branch Pipes
Wherever possible, a branch should be realized through a socket welded into the
main line. Wall thickness of main and branch pipe have to correspond to each
other.

1.14.5 Reducer

In general all reducers shall be of the concentric type, similar to DIN EN 10253.
Suction intake reducer for pumps, however, must be of the eccentric type. Installa-
tion of reducer with straight side at the top. The length of the reducer shall not be
less than 0.5 (D+d).

1.14.6 Flange Connections

Flange connections up to DN 50 should be executed as threaded flange accord-


ing to DIN EN 1092-1. Flange connections DN 65 and above shall be of the
welded neck flange type according to DIN EN 1092-1 with a sealing surface form
C.

Welded collars with slip-on flanges according to DIN EN 1092-1 may also be used.
Wall thickness of pipe and respective collar must correspond to each other. In
case the operating pressure requires PN 25 components, welded neck flanges ac-
cording to DIN EN 1092-1 must be installed.

Blind flanges with sealing surface form C according to DIN EN 1092.

Gaskets must comply with DIN EN 1514-1. Flange connections DN 250 and above
have to be equipped with steel reinforced rubber packing.

Steel pipes have to be joined by galvanized hexagonal screws and nuts according
to DIN 7990, quality 4.6 or better. In case hexagonal bolts and nuts cannot be
used, galvanized threaded rods according to DIN 976-1, type m, quality 4.6 to-
gether with galvanised hexagonal nuts according to DIN EN ISO 8673, type m,

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 24


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

quality 5, shall be chosen as substitutes. Nuts of size M16 and above must be pro-
tected by a hood made of soft-polythene.

1.14.7 Flush Appliances

Each section which can be separated from the overall piping system, by valves,
must have a sufficient number of connections for drainage and cleaning.
Exact number and location of connections has to be decided jointly with the site
supervision. A flush connection comprises:

 Pipe socket DN 50 with outer thread 2“, approx. 100 mm long


 Socket globe valve DN 50, PN 10
 C-coupling with outer thread 2” according to DIN 14 307-1, material brass
 C-blind coupling according to DIN 14 311 complete with chain, material brass.
Inspection- and Cleaning Opening: for inspection- and cleaning purposes each tail
end of pipes DN 600 and above has to be closed by a blind flange. The blind
flanges have to be equipped with the above described flush appliances.

1.14.8 Vent Pipes

Depending on pipe arrangements, vent pipes including valves may become nec-
essary. Generally, vent pipes must terminate in “safe” areas, e.g. above roof. The
arrangement of the pipes has to guarantee unobstructed ventilation.

1.14.9 Measuring Instruments

Wherever, it is necessary from process engineering or an operational point of


view, to install measuring instruments the required socket or flange connections
have to be provided on the pipe lines.

Execution of such work must be included in the unit prices.

1.14.10 Pipe hangers

All pipe hangers have to be welded steel structures, subsequently galvanized. Pipe
hanger arrangements have to consist of slide- and fixed brackets. Design and in-
stallation of slide brackets must guarantee proper alignment of the pipe, even
when moving longitudinally. No stress can be transmitted to the supports, except
for the weight resulting from pipe and medium. The design of the fixed brackets
must be such that all forces and moments resulting from operating conditions will
be safely transmitted to the building structure. Required pipe supports, gussets,
etc. have to be connected to the pipes by reinforced welds.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 25


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

The design of the hangers (axial movement, forces) has to be based on the pre-
vailing operating and ambient temperatures of the pipe system in question.

All hangers and pipe components which will be inaccessible after installation must
be sufficiently protected against corrosion prior to assembly.

1.14.11 Installation of Piping

Pipe lines must be level, plumb and properly aligned, respectively installed with the
required slope. Great attention has to be paid to ensure that pipes are connected
to machinery and appliances in such a way that no forces and/or moments are
transmitted to the respective equipment. Forces and moments due to misalign-
ment of pipe work shall under no circumstances be transmitted to wall ducts. Di-
rections for pipe installation according to DIN EN 805 must be adhered to.

1.14.12 Flushing and Pressure Test

After completion of installation work, however, prior to applying the final coat, all
pipe lines must be pressure tested to ensure that there are no leaks in the system.
After successful pressure testing, the piping systems have to be properly flushed.
The entire procedure must be in line with DIN EN 805. Execution of pressure test
and flushing operation as well as all auxiliary means required to conduct the above
work must be included in the unit prices.

1.14.13 Stainless Steel Pipes and Fittings

Applicable DIN-Standards and recommendations for processing from suppliers


must be strictly adhered to.

For generally applicable welding rules, regulations, etc. to both standard steel and
stainless steel, see clause 1.7.

Pipes according to EN ISO 1127, material 1.4571 (see Table 1: Dimensions).


Terms of Delivery in line with DIN EN 10312 and test certificate DIN EN
10204/3.1B.

Edge preparation for welding according to DIN EN ISO 9692-1. Pipe ends to be
sealed by PVC caps during transportation. Pipes to have permanent marking, stat-
ing DIN-Standard and material identification number. Tools and appliances for
processing and installation of pipes must be of approved type.
 Pipe Bends
Welded stainless steel pipes to be used for the fabrication of bends. Wall thick-
ness of bends must correspond to those of adjoining pipes. Bends in accordance
with DIN EN 10253. Bending radius R = 1.5* D. DN 250 and above may have R=D
+ 100 mm.
 Branch Pipes
Wherever possible, sockets should be used. Tees DN 65 and smaller according to
DIN EN 10253.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 26


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

 Reducer
Reducer to be of concentric type, similar to DIN EN 10253.
 Flange Connections
Generally, flange dimensions have to be as specified above for normal steel
flange. Flanges, bolts, nuts, washer, etc. must be made of stainless steel.

In order to prevent seizing, different materials have to be used for bolt and nut, e.g.
material 1.4571 and 1.4541.
 Welding Works
Besides adherence to applicable DIN-Standards, the guidelines from the supplier
of stainless steel with regards to processing must be strictly followed. Welders
employed in welding stainless steel must possess the welding certificate according
to DIN EN 287-1 131/135/141.

Quality of execution of welds will be based on DIN EN ISO 5817, Categories B,


and C (category B for inside analysis; category C for outside analysis, for gas lines
only category B will be accepted). Correct edge preparation and cleanness of weld
joints are of great importance.

Great care must be taken to avoid the occurrence of annealing colours. The root
weld must be protected by inert gas against ingress of oxygen. Ignition spark spots
and weld spatter will not be accepted on material surface. In case the need arises
the spots must be removed from the surface by smooth grinding with approved
tools or a stainless steel brush.

Areas affected by scale / annealing colours must also be subjected to smooth


grinding.

Pickling should be the usual post-treatment of stainless steel surfaces. In case the
pickling process is employed, the subsequent flushing of surfaces with clean water
is of utmost importance.

1.14.14 Painting and Marking of Equipment

All machinery, equipment, pipes, ducts, etc. have to be painted and marked as fol-
lows below:
Treatment and painting of surfaces as a means of corrosion protection are speci-
fied under Chapter 7.8. The following chapter deals with painting for optical rea-
sons and for the purpose of associating a certain colour with a specific medium.

All steel pipes installed in the building which are not insulated and do not carry hot
media which may cause the melting of the paint marking, shall be treated accord-
ing to Chapter Corrosion Protection”. The final coat shall be in accordance with
DIN 2403.
Stainless steel and PVC pipes as insulated pipes have to be provided with suitable
adhesive tapes. The tapes must be placed at distances not exceeding 3.00 meter
and at strategic points, e.g. at branch points, wall ducts, valves, equipment, etc.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 27


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

The tapes must bear the media’s name, a flow direction arrow and a colour code
marking in accordance with DIN 2403. The Buyer’s approval must be obtained with
regard to the layout and the colours.

In addition to the above-mentioned marking, all pipes must be equipped with name
plates. The name plates must be of the same layout throughout the plant. The
plates shall be of multiple-line type to accommodate the following data:

 Medium
 Pipeline no, / section
 Diameter
 Operation pressure

The name plates must be secured to pipes by means of a hose clamp.

1.15 DETAILED SPECIFICATIONS MECHANICAL EQUIPMENT

Design according to DIN 19569

1.15.1 Screens

1.15.1.1 Fine bar screens (inclined bar screen)

Inclined grab type fine screens (bar screen) are to be designed to suit the type of
screenings to be removed from the channel appropriate to the location and screen
size. The equipment provided shall be of proven, robust, proprietary design.

The screen and base frame shall be made according to the installation drawings
provided by the manufacturer. The installed bar screen shall remove the floaters,
plastics and other small-sized garbage in the waste. Then the screenings shall be
transited to the screenings compactor for dewatering and compacting.

• Screen design according to DIN Standard, where applicable


• Screen service life determine according to DIN Standard, where applicable
• Screen to be designed for continuous operation

A: General

• The bar screen shall be made up of equally spaced parallel rectangular


steel bars. The components including the bar screen, frame, hinge, rake
arm and fasteners shall all be made of stainless steel. The width and
depth of steel bars shall be designed according to engineering require-
ments. The top of each steel bar shall be welded on shape steel cutter
blade, which shall be welded on the square bars. The bar spacing shall be
6 mm.
• The inclined steel bar screen shall adopt inclined rake mechanism. Within
the whole screenings scrapping area, the steady and effective operation of

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 28


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

the rake shall be guaranteed. The clearing rake shall be driven by an ec-
centric crank.
• During the whole operation, the rake shall always be engaged with the bar
screen. The design of the rake system shall ensure that the rake shall not
drop from the frame during cleaning operation. The mechanical system
shall include three rakes and the shape steel cutter blade installed on the
steel plate with certain thickness.
• The cleaning rake may adopt spring installation so that the rake may run
across the obstacles (The obstacles may become wedge blocks seized up
by the support of the screen bars). Therefore, the operation of screen may
be unblockable, without even the least clogging. After the screenings are
unloaded, the screenings scrapping rake shall go on operating to remove
the waste retained on the bar screen.
• The screenings shall be removed by the rake scrapping plates on the cen-
tral axial line, then installed on the conveyer and transited to the screen-
ings wash press by the conveyer.
• The cleaning may remain above the tank
• The mechanical system may also be a rake which can meet the require-
ments of screenings removing in time and effectively. The scraping plate
shall be the rake cleaning device which can automatically remove the
screenings from the rake to the conveyer. The frame of scraping plate
shall include two scrapping arms and polyamid cutter blades linked on the
support by hinges. The cutter blade shall have impact buffer to avoid re-
setting rock. The support of the cutter blade shall be able to lubricate itself.
• The bar screen shall be installed between two steel plates. The support of
angle steel shall be fixed to the upper part of the side board by bolts and
shall be able to bear the weight of the whole system when the bar screen
is loaded into the channel. The angle steel on the other two side boards
shall support the bearing of the main spindle and the base of scrapping
cutters. The traverse supporting pole shall maintain the space between the
two side boards so that the rake shall not interrupt the screen frame when
cleaning the bars.
• The composition of the device shall be integrated standing structure. The
design of all the parts shall have enough strength and shall not generate
interference or vibrations between each other due to deformation under
any load.
• There shall be leveling bolts for the equipment. The bolts shall have
enough size to support the whole screen unit
• The main spindle shall be made of stainless steel. According to related
standard, the driving shaft of the rake arm shall be supported by the bear-
ings installed on the side plate flanges. Self-adjusting bearings shall be
adopted.
• There shall be an overload protection device in the drive unit. The unit
shall also include a torque limiting coupling and a limiting switch. In case of
large clogging (which is unable to overcome), the switch shall cut off the
driving motor.
• Operation of fine screen (manual / automatic control realized by differential
water level instrument measurement)
• Screenings chute for the transfer of the waste to the conveyer
• Explosion proof type for hazardous area zone 2 for the screens.

B: Driving System of Screen

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 29


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

The driving system of the screen shall have the following features:

• The main spindle and driving system may be directly connected by flexible
conical couplings.
• The driving system shall include one constant speed motor with overload
protection. The motor shall be installed by flanges on double-thread worm
speed reducer which shall drive the screenings rake at certain constant
speed
• The worm reducer shall include heavy torque wear-resistant bearings and
high temperature resisting double-layer oil sealing installed on the spindle
• The spindle shall be processed by fine grinding
• The gears shall be made by forged steel and heating treatment
• Gear motor, reversible
• Tree-phase asynchronous gear motor according to IEC-standard
• Protection type IP 54
• Insulation class F
• Operating mode S1
• External cooling
• Thermoelement in coil for motor protection

C: Power and Control Unit

The unit shall include:

• Complete wiring connection of screen, including circuit breaker, motor


starter, relay, etc. with easily ”manual” and “automatic” operation, com-
plete water level difference measurement and switch-box, all power input
components for all electrical consumers
• All required switch and control equipment including fastener and accesso-
ries, continuous measurement of process data, exit 4 – 20 mA.
• Potential-free contact points for all operational, fault and emergency stop
messages
• Potential-free contact points for waste conveyer and screening press
• Emergency stop push button
• Switches or push buttons for all screen functions for “manual” function
mode
• All required ancillaries, such as limit/overload switches, alarms, indication
lamps, running hour meter, time switch for automatic sequence control
etc.

1.15.2 Conveyers

Screw type screenings conveyer

The screenings conveyer shall be suitable for conveyance of screenings into the
dewatering units retained by the coarse and fine bar screens.

A: General

The screenings conveyer shall have the following features:

• Design according to DIN 19569

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 30


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

• Conveyer components permanently or occasionally in contact with waste-


water to be fabricated of stainless steel 1.4571 or equivalent
• The screw conveyer shall be installed at suitable height for the feeding of
screenings into the inlet of conveyer
• The screw conveyer may reduce the volume and water content of the
screenings during the conveyance. The screenings shall be dropped into
the screening conveyer inlet and conveyed to the inlet of the screw press
or directly into the screenings container.
• Screenings conveyer to be of the screw-type design
• Automatic reversing of screw in case of overload
• Screenings inlet for each conveyor, including the soil feeder chute suitable
for inlet of screenings
• Two collecting chutes for turbid outlet water which returns the water into
the screen channel, the trough to have a socket for connection to the do-
mestic water main for water pressure cleaning
• Screw conveyer to be sized for the acceptance of a certain amount of
excess screenings to compensate for uneven distribution of screenings
• Operation of screenings conveyor in dependence of screen operation
• Thrust bearings to be dimensioned to accept axial and radial forces.
Thrust bearings to have manual lubrication system.
• Explosion proof type for hazardous area zone 2 for the screening press.

B: Driving system

• Gear drive unit with heavy-duty pole-changing motor.

C: Electrical Power and Control Equipment

shall comprise:

• Complete wiring of the conveyor, easily run by both “manual” and “auto-
matic”, all the power input components for all electrical consumers
• All required switch and control equipment including fastener and accesso-
ries, continuous measurement of process data. Exit 4 - 20 mA.
• Potential-free contact points for all operational, fault and emergency stop
messages.
• Emergency stop push button
• Switches or push buttons for all belt conveyor functions for “manual” oper-
ation
• All required ancillaries, such as limit / overload switches, alarms, indication
lamps, running hour meter, time switch for automatic sequence control,
etc.
• Explosion proof type for hazardous area zone 1 of the screenings trans-
port from the coarse screens

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 31


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

1.15.3 Presses and Classifiers

1.15.3.1 Screening press

The screw type screenings press shall be suitable for dewatering of screenings
from the fine screens and subsequent transportation into a screenings container.

A: General

The screenings press shall have the following features:

• Press components permanently or occasionally in contact with wastewater


to be fabricated of stainless steel 1.4571 or equivalent
• The screw press shall be installed at suitable height for the feeding of
screenings and for the discharge into the container
• The screw press has to reduce the volume and water content of the
screenings during the conveyance. The screenings shall be dropped into
the screw press and than after dewatering dropped into the screenings
container
• Screenings press to be of the screw-type design, screw to be made of
special steel
• Automatic reversing of screw in case of overload
• Screenings inlet for the press, including chute suitable for inlet of screen-
ings.
• One collecting chute per line for turbid outlet water which returns the water
into the screen channel, the trough to have a socket for connection to the
domestic water main for water pressure cleaning
• Screw press to be sized for the acceptance of a certain amount of excess
screenings to compensate for uneven distribution of screenings
• Operation of screenings press in dependence of screen or conveyer oper-
ation
• Thrust bearings to be dimensioned to accept axial and radial forces.
Thrust bearings to have manual lubrication system.

B: Driving System

• Gear drive unit with heavy-duty pole-changing motor


• Explosion proof type for hazardous area zone 2 for the screening press

C: Power and Control Unit

The power and control unit shall include:

• Complete wiring connection of screening press, including circuit breaker,


motor starter, relay, etc. with easily “manual” and “automatic” operation,
complete switchbox
• All power input components for all electrical consumers
• All required switch and control equipment including fastener and accesso-
ries, continuous measurement of process data, exit 4 – 20 mA

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 32


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

• Potential-free contact points for all operational, fault and emergency stop
messages
• Emergency stop push button
• Site key-operated switch for “manual–0-automatic” operation
• Site changing switch for “remote-0-local” control
• Switches or push buttons for all separator functions for “manual” function
mode
• All required ancillaries, such as limit/overload switches, alarms, indication
lamps, running hour meter, time switch for automatic sequence control

1.15.4 Pumps
Pumps used in the plant shall be designed to handle raw sewage and sewage
sludge and shall run unattended for long periods. They shall be capable of passing
solids up to a sphere size of 100 mm and shall pass stringy matter, rags, paper
and plastics without clogging.

1.15.4.1 Centrifugal Pumps

A: General

Pumps supplied shall be capable of satisfying the performance requirements as


specified. Prime considerations for the selection of pumps will be efficiency, reli-
ability, trouble free operation and low maintenance requirements.

Pumps shall be quiet in operation and free from vibration. Preference will be given
to pumps with lower revolving speed. Casings, unless otherwise stated, shall be of
best quality closed grained cast iron and capable to withstand all pressures that
may be produced due to normal operating and pressure surges.

Pumps shall be mounted on base plates or suction stools manufactured of cast


iron. The pumps shall be accurately aligned and located by dowels or machined
spigots. Holes shall be provided in the base plates or stools for foundation bolts.

The pump shafts shall be of adequate size to avoid the possibility of fatigue failure
and shall be shock and corrosion resistant. The pump shaft and elements shall be
adequately designed to assume a rigid support of the impeller and to rotate without
whip, vibration or undue deflection at all operating speeds and under all operating
conditions.

The impellers shall be designed to give a non-overloading characteristic over the


range of duties stated.

All pumps, where applicable, shall be of the same manufacturer’s design. All
pumps shall be complete, with motor, gearbox, bearings, couplings, pressure
gauge on the pumps delivery, as well as flushing connections on the pumps deliv-
ery and vacuum on the pump suction.

B: Design

The pumps and motors shall have an overall efficiency of not less than 65 %, and
shall preferably operate at low revolving speeds. The periodical speed of the im-

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 33


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

peller blades should not exceed 25 m/s at the specified duty. The pumps shall be
capable to operate continuously under given temperature and pressure conditions.

The casings shall be equipped with exchangeable internal wearing plates in the
volute to compensate for corrosive or abrasive action of the sewage. The design of
the casing shall allow the withdrawal of the impeller and drive end cover assembly
without disturbing the pump casings. Hand holes shall be provided close to the im-
peller and near to the delivery branch on the volute to facilitate inspection and the
clearance of blockages. The covers to the hand holes are to be bolted and shaped
internally to match the internal contours of the casings and to minimize distur-
bances of the flow.

The impellers shall be of best nickel cast iron, smooth, well finished, free from
blow holes and imperfections, statically and dynamically balanced and of self
cleaning, preferably non-shrouded type. The impellers should be designed to keep
grit, solids and other foreign matter away from the eye and neck bush and should
be securely fitted to pump spindles in such a manner that they will not be loosened
or become detached when the pump is in operation. Pump spindles shall be of
stainless steel or high tensile steel and be fitted with exchangeable stainless steel,
chrome nickel or bronze sleeves to protect the spindles against wear over the dis-
tance it passes through the stuffing box.

Casing wearing rings shall be of best quality close-grinded cast iron or nickel iron
in a full circle and fully concealed and machined. The wearing rings shall be a light
drive fit in the casing and be located in suitable recesses machined in the casing.
They shall be deep and of adequate section to prevent sag and distortion when not
in the seating or when stored. The casing wearing rings shall form a continuous
and smooth surface without gaps or steps with the adjoining surfaces of the pump
casings.

1.15.4.2 Centrifugal Pumps in Dry Well Installation

A: General
• Design according to DIN EN 12255-1 and DIN 19569 Part 2-3, where ap-
plicable
• Pumps shall be single-passage blade clog-free design, the liquid passage
shall be smooth and large enough for discharge of all solid wastes enter-
ing into the impeller.

B: Driving System of Pumps

Shall have the following functions:

• Sewage pump complete with V-belt drive (pulley designed as flywheel


mass) and motors, mounted on base frame
• 3-phase asynchronous motor according to IEC Standard
• Protection type IP 56
• Insulation class F
• Operating mode S1

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 34


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

• Temperature controller as PTC (positive temperature coefficient) resistor


with automatic re-start, protecting the coil against overheating
• Thermoelement at the upper and lower bearings to automatically shut off
the pump in case the temperature passes the limit of allowable tempera-
ture of the bearings

C: Power and Control Unit

Shall have the following functions:

• Complete wiring connection of pump, including circuit breaker, motor


starter, relay, etc.
• All power input components for all electrical consumers
• All required switch and control equipment including fastener and accesso-
ries, continuous measurement of process data, exit 4 – 20 mA
• Potential-free contact points for all operational, fault and emergency stop
messages
• Emergency stop push button
• Site key-operated switch for “manual-0-automatic” operation
• Site changing switch for “remote-0-local” control
• Switches or push buttons for all pump functions for “manual” function
mode
• All required ancillaries, such as limit/overload switches, alarms, indication
lamps, running hour meter, time switch for automatic sequence control
etc.

1.15.4.3 Submersible pumps

A: General

The submersible pumps shall have the following features:

Design

• Design according to DIN EN 12255-1 and DIN 19569 Part 2-3, where ap-
plicable
• Pumps shall be single-passage blade clog-free design, the liquid passage
shall be smooth and large enough for discharge of all solid wastes enter-
ing into the impeller. Screw centrifugal impellers may also be adopted, with
the design of gradual type impellers.
• Coupling device for duckfoot bend of each pump and the discharge to be
often under water for convenient dismantling and repairs. When the
pumps are in position, there shall be automatic coupling to the discharge
pipe.
• There shall be guiding bar system for each pump. The weight of the whole
pump shall be pressed tightly to discharge connection bend with the two
guiding bars. All the components of the pump shall not be in contact with
the tank bottom. The pumps and their accessories shall be waterproof.
• There shall be enough stainless steel 1.4571 chains, one hoisting ring
(hoisting clip) and one steel string (stainless steel 1.4571) for each pump.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 35


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

The steel string shall be tied to the stainless steel chain and extend to the
inspection passage for lifting by crane through the hosting ring. The stain-
less steel hoisting ring shall be threaded by steel rings. All the components
shall be able to bear the total weight of the pump and motor.
• The guiding bars shall be installed on the anchor base on the bottom of
the tank. The guiding bar, its supports and other fasteners shall all adopt
stainless steel 1.4571. The arrangement of the guide bar shall allow
steady conveyance of the pump from top of the pump pit to the outlet con-
nection. For convenient dismantling and repairing, when the pumps are in
position, there shall be automatic coupling to the discharge pipe and the
sealing shall be finished at the same time of descending and the workers
need not to go down into the pit.

Structure and Materials of Pumps

• Pump shell to be made of gray cast iron, with smooth surface, no holes
and other irregularities
• All exposed nuts, bolts and other fasteners to be made of stainless steel
1.4571
• Impeller material to be nodular cast iron DIN GG –25 and shall receive
static and dynamic experiment. The suction inlet and the impellers shall be
external adjustable to balance, anti-abrasion and shall have replaceable
wear ring
• Sealing ring to be used between hydraulic components and motor to guar-
antee reliable sealing of cable, the upper and lower bearing shall adopt
permanent lubrication care-free bearings, with long service life.
• The shaft material to be stainless steel 1.4021

B: Driving System of Pumps

Shall have the following functions:

• 3-phase asynchronous motor according to IEC Standard


• Protection type IP 68
• Insulation class F
• Operating mode S1
• Internal and external cooling of motors
• Temperature sensor device to be installed at every phase of the motor sta-
tor. Once the motor is over-heated due to overloading or high medium
temperature, the temperature sensor shall alarm or automatically shut off
the pumps in time
• Submersible pumps for waste water and sludge should be designed in ex-
protection version
• Moisture/water sensor in electrical sealing monitoring system to alarm for
checking in case of water enters the oil chamber, wiring box or motor box
to avoid more damage
• Floating switch to shut off pump at lowest water level

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 36


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

C: Power and Control Unit

Shall have the following functions:

• Complete wiring connection of pump, including circuit breaker, motor


starter, relay, etc.
• All power input components for all electrical consumers
• All required switch and control equipment including fastener and accesso-
ries, continuous measurement of process data, exit 4 – 20 mA
• Potential-free contact points for all operational, fault and emergency stop
messages
• Emergency stop push button
• Site key-operated switch for “manual-0-automatic” operation
• Site changing switch for “remote-0-local” control
• Switches or push buttons for all pump functions for “manual” function
mode
• All required ancillaries, such as limit/overload switches, alarms, indication
lamps, running hour meter, time switch for automatic sequence control
etc.

1.15.4.4 Booster pumping station


Booster station (device for increasing pressure) shall be used for water supply of
such sections of the considered consumption requiring increase of the existing
pressure in the network.
The type of unit shall meet the requirements for minimum requested pressure and
maximum necessary flow:
Q=3 l/s
H=36 m
Two pump unit shall be foreseen (1 duty pump + 1 stand by).
The booster unit shall be operated via frequency converter with adequate automat-
ics. By the use of such converters the unit operation is adjusted automatically to
actual consumption conditions.
The booster unit shall include dry running protection for the pumps.
Complete fittings at the unit’s intake pipeline and pressure pipeline are provided in
the drawing Volume V of Tender document.

1.15.5 Valves, Penstocks and Actuators

1.15.5.1 General
This section of the specification sets out the general requirements for standard
valves, penstocks, stoplogs, headstocks, actuators etc., required in the Works.

1.15.5.2 Gate Valves


Gate valve shall be resilient-seated gate valve with flanged ends for drinking water
and neutral media according to DIN 3352-4. Gate valves shall be provided to iso-
late a system or equipment for purpose of carrying out maintenance. They shall be
suitable for continuous operation at up to 70 degrees Celsius and at 1,25 times the
maximum rated working pressure of the system. Valve shall be short type. It
means that face-to-face length shall be according to DIN EN 558-1 series 14 or

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 37


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

DIN 3202, F4. If not shown otherwise in the drawings and/or specified in BoQ
valves of DN 250 or less shall be this type of valves.
Water design pressure shall be according to DIN 3230 part 4. Flanges dimensions
shall be EN 1092-2. The valve body and bonnet shall be manufactured of ductile
cast iron EN-GJS-400 (GGG40) or better material. The soft sealed wedge of the
gate valve shall consist of a ductile cast iron EN-GJS-400 (GGG40) or better ma-
terial inner core fully encapsulated by vulcanized EPDM chlorination-resistant ma-
terial. Gate valves for drinking water application, used materials, assembling
grease and service lubricants shall be approved by any worldwide certificate or-
ganization for usage in system with drinking water.
The soft sealed wedge shall be coupled to the valve stem by a wedge nut in dezin-
cification resistant, high tensile brass. The valve stem shall be manufactured of
stainless steel, with the threaded portion being formed by process securing a ten-
sile strength for optimum durability. The valve stem sealing shall be maintenance-
free and not requiring any replacement during the service lifetime of the valve.
Surface protection of valve internal and external shall be plastic enamel coat
(epoxy resin) applied by electro-static spray process. Supply and installation in-
clude EPDM flange gasket, screw connection and all other who is necessary to
proper connect the valve with the adjoining pipe material. Delivery inspection ac-
cording to DIN 3230 part 4 for water.
If not shown otherwise in the drawings and/or specified in BoQ, each valve shall
be delivered and installed with a suitable hand wheel of adequate diameter and
encased position indicator. Hand wheels shall have smooth rims and the direction
of closing, which shall be clockwise. Hand wheels shall be manufacturing of cast
iron or ductile cast iron or steel with appropriate anticorrosion protection.
If shown in drawings and/or specified in BoQ that valve has extension spindle,
Contractor shall supply and install valve without hand wheel but with extension
spindle, street cover and other necessary for complete functionality of valve.
Valves shall carry identification marks and/or plates.
All nuts and studs subject to vibration shall be fitted with spring washers or locking
tabs unless otherwise specified.
The Gate Valve shall in resume comply with the following requirements (see table
2.8-1)

Table 2.8-1: Requirements for Gate Valves

DESCRIPTION MATERIAL

Body and bonnet EN-GJS-400 (GGG40) or better, coated with epoxy


powder, minimum thickness 150 microns

Wedge EN-GJS-400 (GGG40) or better, fully encapsulated


by vulcanized EPDM

Connection bolts Stainless steel

Stem Stainless steel

Stem nut and bearing Brass or bronze

Bonnet and bush seals EPDM

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 38


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

1.15.5.3 Group of 3 Gate Valves


Group of 3 Gate valves shall be 3 resilient-seated gate valves with flanged ends
for drinking water and neutral media according to DIN 3352-4. Group of 3 gate
valves shall have one T - piece body. In this body shall be 3 complete of bonet-
wedge characteristic some like gate valve. They shall be suitable for continuous
operation at up to 70 degrees Celsius and at 1,25 times the maximum rated work-
ing pressure of the system.
Water design pressure shall be according to DIN 3230 part 4. Flanges dimensions
shall be EN 1092-2. The valve body and bonnet shall be manufactured of ductile
cast iron EN-GJS-400 (GGG40) or better material. The soft sealed wedge of the
gate valve shall consist of a ductile cast iron EN-GJS-400 (GGG40) or better ma-
terial inner core fully encapsulated by vulcanized EPDM chlorination-resistant ma-
terial. Group valves for drinking water application, used materials, assembling
grease and service lubricants shall be approved by any worldwide certificate or-
ganization for usage in system with drinking water.
The soft sealed wedge shall be coupled to the valve stem by a wedge nut in dezin-
cification resistant, high tensile brass. The valve stem shall be manufactured of
stainless steel, with the threaded portion being formed by process securing a ten-
sile strength for optimum durability. The valve stem sealing shall be maintenance-
free and not requiring any replacement during the service lifetime of the valve.
Surface protection of valve internal and external shall be plastic enamel coat
(epoxy resin) applied by electro-static spray process. Supply and installation in-
clude EPDM flange gasket, screw connection and all other who is necessary to
proper connect the valve with the adjoining pipe material. Delivery inspection ac-
cording to DIN 3230 part 4 for water.
If not shown otherwise in the drawings and/or specified in BoQ, each group of 3
gate valve shall be delivered and installed with a one suitable hand wheel of ade-
quate diameter and encased position indicator. Hand wheels shall have smooth
rims and the direction of closing, which shall be clockwise. Hand wheels shall be
manufacturing of cast iron or ductile cast iron or steel with appropriate anticorro-
sion protection.
If shown in drawings and/or specified in BoQ that valve have 3 extension spindle,
Contractor shall supply and installing valve without hand wheel but with 3 exten-
sion spindle, 3 street cover (or one group type) and other necessary for complete
functionality of valve.
Valves shall carry identification marks and/or plates. The Group of the 3 Gate
Valves shall in resume comply with the following requirements

Requirements for Group of 3 Gate Valves

DESCRIPTION MATERIAL

Body and bonnet EN-GJS-400 (GGG40) or better, coated with epoxy


powder, minimum thickness 150 microns

Wedge EN-GJS-400 (GGG40) or better, fully encapsulated


by vulcanized EPDM

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 39


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

Connection bolts Stainless steel

Stem Stainless steel

Stem nut and bearing Brass or bronze

Bonnet and bush seals EPDM

1.15.5.4 Butterfly Valves


Butterfly valve shall be butterfly valve with doubly eccentric tilting disk and with
flanged ends for drinking water and neutral media according to DIN EN 593. But-
terfly valve shall be provide to insolate a system or equipment for purpose of carry-
ing out maintenance. They shall be suitable for continuous operation at up to 70
degrees Celsius and at 1,25 times the maximum rated working pressure of the
system. Valve shall be short type. It means that face-to-face length shall be ac-
cording to DIN EN 558-1 series 14 or DIN 3202, F4. If not shown otherwise in the
drawings and/or specified in BoQ shut-off valves of 300 mm diameter or larger
shall be in general butterfly valves.
Flanges dimensions shall be EN 1092-2. The valve body and tilting disk shall be
manufactured of ductile cast iron EN-GJS-400 (GGG40) or better material. Butterf-
ly valves for drinking water application, used materials, assembling grease and
service lubricants shall be approved by any worldwide certificate organization for
usage in system with drinking water. Seal on disk shall be of elastomer seal or
EPDM, ring on disk and fixing setscrew on disk shall be of stainless steel.
Surface protection of valve internal and external shall be plastic enamel coat
(epoxy resin) applied by electro-static spray process. Supply and installation in-
clude EPDM flange gasket, screw connection and all other who is necessary to
proper connect the valve with the adjoining pipe material. Delivery inspection shall
be according to DIN 3230 part 4 for water.
Each valve shall be delivered and mounted with self-locking gear with mechanical
position indicator. If not shown otherwise in the drawings and/or specified in BoQ,
each valve shall be delivered and installed with a suitable hand wheel of adequate
diameter. Hand wheels shall have smooth rims and the direction of closing, which
shall be clockwise. Hand wheels shall be manufacturing of cast iron or ductile cast
iron or steel with appropriate anticorrosion protection.
If shown in drawings and/or specified in BoQ that valve have extension spindle,
Contractor shall supply and installing valve without hand wheel but with extension
spindle, street cover and other necessary for complete functionality of valve and
other necessary for complete functionality of valve. Valves shall carry identification
marks and/or plates.
All nuts and studs subject to vibration shall be fitted with spring washers or locking
tabs unless otherwise specified.
The Butterfly Valve shall in resume comply with the following requirements

Requirements for Butterfly Valves

DESCRIPTION MATERIAL

Body and disc EN-GJS-400 (GGG40) or better, coated internally and

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 40


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

externally with epoxy powder minimum thickness 150


microns

Disc seal and O-rings EPDM

Disc seat Stainless steel

Disc shaft and axial locking


Stainless Steel
bush

Screws connections Stainless Steel

Shaft bearing Bronze or brass

1.15.5.5 Butterfly Valves with electromotor actuator


Butterfly valve with electromotor actuator shall be butterfly valve with doubly ec-
centric tilting disk droved by electromotor actuator and with flanged ends for drink-
ing water and neutral media according to DIN EN 593. Butterfly valve shall be pro-
vide to insolate a system or equipment for purpose of carrying out maintenance.
They shall be suitable for continuous operation at up to 70 degrees Celsius and at
1,25 times the maximum rated working pressure of the system. Valve shall be
short type. It means that face-to-face length shall be according to DIN EN 558-1
series 14 or DIN 3202, F4. If not shown otherwise in the drawings and/or specified
in BoQ shut-off valves of 300 mm diameter or larger shall be in general butterfly
valves.
Flanges dimensions shall be EN 1092-2. The valve body and tilting disk shall be
manufactured of ductile cast iron EN-GJS-400 (GGG40) or better material. Butterf-
ly valves for drinking water application, used materials, assembling grease and
service lubricants shall be approved by any worldwide certificate organization for
usage in system with drinking water. Seal on disk shall be of elastomer seal or
EPDM, ring on disk and fixing setscrew on disk shall be of stainless steel.
Surface protection of valve internal and external shall be plastic enamel coat
(epoxy resin) applied by electro-static spray process. Supply and installation in-
clude EPDM flange gasket, screw connection and all other who is necessary to
proper connect the valve with the adjoining pipe material. Delivery inspection ac-
cording to DIN 3230 part 4 for water. Each valve shall be delivered and mounted
with self-locking gear.
Electromotor actuator shall have enough torque range and swing angles to proper
working duty. Operating time shall be wide range, minimum from 5 s to 60s. Ac-
tuator shall have limit switching with 2 tandem switches, and torque switching with
2 tandem switchers too.
Supply voltage shall be 220-240 V 50Hz. Valve attachment size shall be DIN ISO
5210. Enclosure protection shall be IP 68. Actuator shall be supplied and installed
with handweel for manual operation and easily visible mechanical position indica-
tor. Hand wheels shall have smooth rims and the direction of closing, which shall
be clockwise. Hand wheels shall be manufacturing of cast iron or ductile cast iron
or steel with appropriate anticorrosion protection.
Complete of valve-actuator shall be delivered with final inspection record and qual-
ity certificate.
The Butterfly Valve shall in resume comply with the following requirements

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 41


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

Requirements for Butterfly Valves with electromotor actuator

DESCRIPTION MATERIAL

EN-GJS-400 (GGG40) or better, coated internally and


Body and disc externally with epoxy powder minimum thickness 150
microns

Disc seal and O-rings EPDM

Disc seat Stainless steel

Disc shaft and axial locking


Stainless Steel
bush

Screws connections Stainless Steel

Shaft bearing Bronze or brass

Actuator-valve attachment
DIN ISO 5210
flange

Supply voltage of actuator 220-240 V 50Hz

1.15.5.6 Butterfly Valve - Wafer type


Butterfly valve - wafer type shall be slim butterfly valve with centric disk bearing for
installing between flanges with hand lever for drinking water and neutral media ac-
cording to DIN EN 593. They shall be suitable for continuous operation at up to 70
degrees Celsius and at 1,25 times the maximum rated working pressure of the
system. Valve shall be very short type. It means that face-to-face length shall be
according to DIN EN 558-1 series 20 or DIN 3202, K1.
The valve body and tilting disk shall be manufactured of ductile cast iron EN-GJS-
400 (GGG40) or better material. Butterfly valve- Wafer type for drinking water ap-
plication, used materials, assembling grease and service lubricants shall be ap-
proved by any worldwide certificate organization for usage in system with drinking
water. Seal on disk shall be of elastomer seal or EPDM, shaft shall be of stainless
steel.
Surface protection of valve internal and external shall be plastic enamel coat
(epoxy resin) applied by electro-static spray process. Supply and installation in-
clude, screw connection and all other who is necessary to proper connect the
valve with the adjoining pipe material. Delivery inspection according to DIN 3230
part 4 for water. Valves shall carry identification marks and/or plates.

The valve shall in resume comply with the following requirements

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 42


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

Requirements for Butterfly Valve - Wafer type

DESCRIPTION MATERIAL

EN-GJS-400 (GGG40) or better, coated internally and


Body and disc externally with epoxy powder minimum thickness 150
microns

EN-GJS-400 (GGG40) or better coated internally and


Disc externally with epoxy powder minimum thickness 150
microns or stainless steel

Disc seal EPDM

Disc shaft Stainless Steel

Screws connections Stainless Steel

Shaft bearing Bronze or brass

1.15.5.7 Non-return Valve


Non-return valve shall be butterfly valve with doubly eccentric tilting disk and with
counterweight loded lever and with flanged ends for dinking water and neutral me-
dia according to DIN EN 593. Non-return valve shall be with adjustable counter-
weight on lever. Non-return valve shall be prevent back flow in pipelines. They
shall be suitable for continuous operation at up to 70 degrees Celsius and at 1,25
times the maximum rated working pressure of the system. Valve shall be short
type. It means that face-to-face length shall be according to DIN EN 558-1 series
14 or DIN 3202, F4.
Flanges dimensions shall be EN 1092-2. The valve body and tilting disk shall be
manufactured of ductile cast iron EN-GJS-400 (GGG40) or better material. Non-
return valves for drinking water application, used materials, assembling grease
and service lubricants shall be approved by any worldwide certificate organization
for usage in system with drinking water.
Seal on disk shall be of elastomer seal or EPDM, ring on disk and fixing setscrew
on disk shall be of stainless steel. Surface protection of valve internal and external
shall be plastic enamel coat (epoxy resin) applied by electro-static spray process.
Supply and installation include EPDM flange gasket, screw connection and all
other who is necessary to proper connect the valve with the adjoining pipe mate-
rial. Delivery inspection according to DIN 3230 part 4 for water. Valves shall carry
identification marks and/or plates.

The Non-return valve shall in resume comply with the following requirements

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 43


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

Requirements for Non-return Valve

DESCRIPTION MATERIAL

EN-GJS-400 (GGG40) or better, coated internally and


Body and disc externally with epoxy powder minimum thickness 150
microns

Disc seal and O-rings EPDM

Disc seat Stainless steel

Disc shaft and axial locking


Stainless Steel
bush

Screws connections Stainless Steel

Shaft bearing Bronze or brass

Lever Steel or EN-GJS-400

Counterweight Cast iron or Ductile cast iron

1.15.5.8 Air Valve


Air valve shall be double chamber air valve with two orifices and two floats directly
operated by medium. One orifice shall be for outlet and intake of large air volumes
on start and trip respectively. Another orifice shall be for air release during service.
Air valve shall have flanged end and shall be suitable for drinking water and neu-
tral media according to DIN 3352-4A. They shall be suitable for continuous opera-
tion at up to 70 degrees Celsius and at 1,25 times the maximum rated working
pressure of the system.
Water design pressure shall be according to DIN 3230 part 4. Flanges dimensions
shall be EN 1092-2. The valve body and bonnet shall be manufactured of ductile
cast iron EN-GJS-400 (GGG40) or better material. Air valves for drinking water
application, used materials, assembling grease and service lubricants shall be ap-
proved by any worldwide certificate organization for usage in system with drinking
water. The inner float parts of air valve shall be manufactured of stainless steel or
plastic material formed by process securing a tensile strength for optimum durabili-
ty.
Surface protection of valve internal and external shall be plastic enamel coat
(epoxy resin) applied by electro-static spray process. Supply and installation in-
clude EPDM flange gasket, screw connection and all other who is necessary to
proper connect the valve with the adjoining pipe material. Delivery inspection ac-
cording to DIN 3230 part 4 for water.
Valves shall carry identification marks and/or plates.

The Air Valve shall in resume comply with the following requirements

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 44


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

Requirements for Air Valves

DESCRIPTION MATERIAL

Body and bonnet EN-GJS-400 (GGG40) or better, coated with epoxy


powder, minimum thickness 150 microns

Wedge EN-GJS-400 (GGG40) or better, fully encapsulated


by vulcanized EPDM

Connection bolts Stainless steel

Stem Stainless steel

Stem nut and bearing Brass or bronze

Bonnet and bush seals EPDM

1.15.5.9 Dismantling Joints


Dismantling joints shall be installed were indicated on the drawings for convenient
installation or re-installation of valves or similar items. Dismantling joints shall be
for permanent contact with potable water at admissible working temperature up to
50 °C and working pressure 10 bar. Dismantling joints determinates pipe length
deflections, makes assembly and substitution of already built valves easier. Com-
pensator and dismantling piece functionality is not possible to combine into one
valve.
Flanges dimensions shall be EN 1092-2. The valve body and bonnet shall be
manufactured of ductile cast iron EN-GJS-400 (GGG40) or better material. Body,
packing bonnet, movable and adjustable piece are made out of ductile cast iron,
guide-ring is made out of brass, bolts, washers and nuts are out of steel hot zinc
plated or stainless steel.
Dismantling joints shall be install in pipe axis direction, prevent individual parts
crossing. In case of gland packing leakage screw evenly packing bonnet nuts. Sur-
face protection of internal and external shall be plastic enamel coat (epoxy resin)
applied by electro-static spray process.
Tested with water as per EN 12266-1, test P10 and P11. Leak is unacceptable.

1.15.5.10 Flap valve


Flap valve shall be installed on the flush pipeline outlet. Flap valve shall not be for
permanent contact with potable water at admissible working temperature up to 50
°C and working overpressure max. 16 bar. On one side of valve shall be flange
dimensions according to EN 1092-2. The valve body and flap shall be manufac-
tured of ductile cast iron EN-GJS-400 (GGG40) or better material. Body, packing
bonnet, movable and adjustable piece are made out of ductile cast iron, guide-ring
is made out of brass, bolts, washers and nuts are out of steel hot zinc plated or
stainless steel.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 45


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

Surface protection of valve internal and external shall be plastic enamel coat
(epoxy resin) applied by electro-static spray process. UV protection of external sur-
faces is preferable.

1.15.5.11 Valves and Penstocks

All valves and penstocks shall be best water works quality and suitable for use in
water or wastewater works (as appropriate) at all temperatures up to 25°C.

Valve bodies shall give the following information:

• manufacturer’s name;

• hydraulic test pressure;

• size of valve;

• direction of flow ‘arrow’.

The operating gear of valves and penstock gates shall be such that one man can
open and close the valve against an unbalanced head 15% in excess of the max-
imum to be encountered in service. Where necessary, arrangements shall be pro-
vided with gearing to achieve this requirement. The maximum couple which can be
exerted by one man shall be taken as 13Nm and the maximum force as 25 N.
Where specified, valves 300mm nominal bore and over shall be fitted with by-
passes with isolating valves.

Gate valves shall be provided with renewable seats and it shall be possible to re-
move the gates without removing the valve body from the pipework.

Penstock gates shall be provided with renewable sealing faces.

Unless otherwise specified or otherwise determined by the Contractor under his


responsibility for checking maximum working and test pressures, all standard
valves shall have flanged joints of pressure rating PN 10 standard flange drilling
matching with flanges provided on standard pipes and fittings.

The operation of all valves shall be such that turning the handwheel or tee-key in a
clockwise direction closes the valves.

All materials shall comply with the appropriate German Standards and shall be
subject to the Engineer’s approval. All castings shall be free of blowholes and
other defects.

Sluice valves and butterfly valves shall be suitable for flow in either direction.

All standard valves shall be suitable for frequent operation and for infrequent oper-
ation after long periods in the open or closed condition and shall satisfy the re-
quirements of the DIN open and closed end tests.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 46


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

Butterfly valves shall be installed in the pipework in such a manner that they can
easily be removed from the line for dismantling and replacement of the seats, de-
signed to give minimum leakage, unless otherwise specified.

Non-return valves on the main pump delivery branches shall possess high speed
closing characteristics, with minimum shock on closing.

Packed glands shall be arranged for easy replacement of the packing, which shall
be accessible without removal of the valve from the pipe. Precautions shall be
taken to prevent corrosion of the valve spindles in contact with the gland packing.

Each valve or penstock gate or its operating equipment, shall bear an approved
brass nameplate stating its function in english and montenegrin language.

Valves, cocks and operating spindles which are for submerged operation, shall be
independent of external lubrication.

Spindle Operation

Unless otherwise specified, all valves shall be located and orientated in readily ac-
cessible positions with handwheels conveniently arranged for ease of operation.

Where this requirement is impracticable or would lead to complications, operating


spindles shall be taken vertically to headstocks for manual operation.

Chain operated wheels shall not be incorporated in the arrangements.

Tee-key operation of valves and penstocks shall only be adopted in unavoidable


situations or for secondary and only occasionally used purposes such as under-
ground main valve by-passes, air valve isolation, minor drainage valves. In such
cases the spindles shall be fitted with a cast iron detachable cap manufactured to
and of identical shape to the valve spindle caps.

All valves operated by tee-key shall be brought to a position suitable and conve-
nient for operation by a tee-key inserted through a cast iron cover provided in the
valve chamber roof or access cover. Extension spindles shall be provided where
necessary to achieve this requirement and also any gearing required.

Operating and extension spindles shall be provided with suitable bearings which
are rigidly held on brackets or stays. Bearings and spindles shall be suitably pro-
tected against corrosion.

Where a valve does not require an operating or extension spindle, the valve shall
be provided with a properly fitting cap to DIN and designed to protect the valve
spindle against damage.

6 No. DIN standard tee-keys shall be provided for each type of cap or stop cock in
the works.

Headstocks shall be designed over at least:

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 47


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

(a) all external main low isolating and flow control valves;

(b) all external waste water valves;

(c) all weir and sluice penstocks;

(d) other works valves and penstocks such as main tank feeds, tank by-
passes, reservoirs, scours etc. within the scope of design.

Headstocks shall be purpose made cast iron pedestal units. Extension spindle
operation by direct handwheel attachment shall not be adopted unless so speci-
fied.

Where specified valves and penstocks shall be power operated by electric or


pneumatic actuators, each actuator shall have local manual ‘override’ facilities. No
alternative systems shall be offered.

Penstock gates and valves of 50mm nominal bore and over shall be fitted with
mechanical position indicators to show the amount which the valve or penstock
gate is open or closed in relation to its full travel.

Handwheels

Operating handwheels for gate valves and penstocks shall be cast iron and gen-
erally to the DIN pattern, materials specification and finishes set out.

All handwheels on valves over 50mm diameter shall be fitted with a circular in-
scribed brass disc with an arrow indicating English and Montenegrin language.
Plates on handwheels for valves over 150mm diameter shall in addition, have a
simple bilingual inscription denoting the function e.g., “Inlet”.

External handwheels shall be fitted with proprietary integral locking device to pre-
vent operation by unauthorised persons. A padlock and chain will not be accepta-
ble.

1.15.5.12 Sluice Valves

Sluice gate valves shall be of the double-flanged cast iron wedge-gate type unless
otherwise specified. They shall have a cast iron body with renewable non-ferrous
faces on body and wedge and a bolt-on cast iron bonnet to facilitate gate removal.

Sluice valves shall conform to the requirements of DIN for PN 6 (i.e. 6 bar) pres-
sure rating, water works valves.

Valve spindles for the wastewater works shall be generally of the external screw
type.

All sluice valves shall be subjected to an ‘open-ended’ works test and the manu-
facturer shall issue test certificates to this effect.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 48


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

Where sluice valve above 350 mm bore are mounted with the spindle in the hori-
zontal plane the valve bodies shall be fitted with renewable non-ferrous machined
gate slides and the gates with renewable non-ferrous shoes accurately machined
to reduce sliding friction.

Valve stems shall be of forged aluminium bronze, machined all over with a ma-
chine cut robust trapezoidal or square form thread, operating in a gunmetal nut.

Stem seals shall be of the stuffing box and gland form arranged for easy replace-
ment of packing and shall be accessible for maintenance without removal of the
valve from service.

Extension spindles, headstocks and foot brackets shall be provided where neces-
sary. Extended spindle installations shall include all necessary brackets, interme-
diate supports etc.

Headstocks for non-rising spindle installations shall incorporate a valve position


indicator.

Extension spindles shall be of a stainless steel and shall conform with the re-
quirements for valve stems with the exception of non-threaded sections which may
be of mild steel. Extension spindle couplings shall be flanged, drilled and provided
with a not and bolt for securing the spindle to the valve stem which shall likewise
be drilled to accept the bolt.

All handwheels, headstocks, foot brackets and guide brackets shall be of cast iron.

Fixing nuts and bolts supplied by the manufacturer shall comply with the appropri-
ate DIN specifications and standards. Those subject to vibration shall be fitted with
spring ring or locking tabs.

All valves shall be works tested hydraulically to pressures of 10 bar, and be suita-
ble for working at pressures of 6 bar. All valves shall be prepared and painted in
accordance with the General Specification, Painting and Protective Coatings.

All materials used in manufacture of the valves shall conform to the following min-
imum standards:

Cast iron* Grade 220


Gunmetal Grade LG2
Aluminium Bronze Grade CA104
Stainless Steel Grade 431 S29

*Spheroid Graphite Iron may be used as an alternative to Cast Iron for Water-
works Standard Valves.

1.15.5.13 Reflux Valves

Reflux valves shall be double flanged cast iron unless otherwise specified. They
shall be of the quick acting non slam single or multi door type designed to mini-
mise slam on closure by means of heavy gunmetal faced doors weighted as ne-

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 49


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

cessary and with stainless steel hinge pins. The valves shall be fitted with renewa-
ble door sealing faces which shall be positively fixed.

Tilting valve disc shall open under positive flow to a degree corresponding to the
flowrate. With decreasing flow, the disc shall swing back towards the closed posi-
tion.

Valve body length shall be of the short length series according to DIN 3202 Parts 4
and 5, DIN EN 558 and DIN EN 12982.

The counter-weight of the non-return valve has to be provided with a removable


protection cover. The cover shall protect the operators from accidents in case of
slamming of the counter-weight. Easy dismantling of the cover has to be possible.

All reflux valves shall be suitable for operating in the horizontal plane unless oth-
erwise specified.

Covers shall be provided to allow ample access for cleaning and service and shall
be supplied complete with tapped bosses fitted with Air release cocks.

Valves shall carry identification marks and/or plates in accordance with DIN.

Valves shall be flanged and sized such that the velocity through the valve when
fully open does not exceed 2.25 metres per second at the rated output.

All nuts and studs subject to vibration shall be fitted with spring rings or locking
tabs.

All valves shall be prepared and painted in accordance with the general Specifica-
tion, Painting and Protective Coating.

Design according to DIN EN 12255-1 and DIN 19569 Part 2-3.

All materials used in the manufacture of reflux valves shall conform to the follow-
ing minimum standards:

Cast Iron Grade 220


Gunmetal Grade LG2
Stainless Steel Grade 431 S29

Materials:

Body: Ductile cast iron


Disc: Ductile cast iron

Seat faces: Corrosion resistant, wear resistant nickel overlay


weld, micro finished

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 50


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

1.15.5.14 Penstocks

Water treatment works penstocks shall be of the rising spindle type, manufactured
in close grained cast iron, the frame and guide in one piece cast construction or
with the guides dowelled and bolted to the frame.

Frames shall incorporate a rectangular or circular opening with integral spigot on


the back.

The gate shall be of one piece cast construction with vertical and horizontal ribs, a
reinforced pocket to receive a gunmetal thrust nut, pads to receive wedges and
reinforced periphery around the backside machined for nonferrous seating faces.

Guide rails shall be of such length as to retain at least one half of the vertical
heights of the slide when in the fully open position. Grooves running the full length
of the guide rail shall be accurately matched to receive non-ferrous slide tongues.

The manufacture and assembly shall be such as to ensure accuracy in mating the
frame and door faces and tight closure while maintaining freedom of gate move-
ment during operation and minimizing sliding wear of the sealing faces. They shall
incorporate adjustable wedges or swiveling cams and actuating pegs manufac-
tured from a non-corrodible material.

Metal sealing faces shall be formed from accurately machined gunmetal or bronze
strips bedded and fixed to the machined recesses in the frame and gate. The fac-
es of the strips shall then be brought together in the operating position and hand
scraped to a watertight finish.

Penstocks shall be site tested with a feeler gauge to a non-acceptance of 0.5 mm


between sealing faces when closed.

Unless otherwise stated each penstock shall be provided with a suitable


handwheel of adequate diameter for the duty required, or gearing shall be supplied
where necessary to ensure that the required operating force applied by hand to the
rim of the wheel or geared handle does not exceed 250N.

Gearboxes of handwheels shall have cast on them the direction of closing which
shall be clockwise and vandal and weather-proof clear polycarbonate tube covers
shall be securely fitted to protect the threads of rising spindles. The operator facili-
ties shall be clearly and permanently engraved to indicate the position of the pens-
tock to which it is fitted.

Spindles shall have machine cut robust trapezoidal or square form threads. They
shall be of bronze, running in gunmetal nuts. Extension spindle coupling shall be of
the flange type and they shall be drilled and provided with a nut and bolt for secur-
ing the spindle to the penstock spindle head which shall likewise be drilled to re-
ceive the bolt.

Where penstocks are specifically required to be operated by tee-keys, spindle


caps of the specified type shall be fitted. The caps shall be drilled and each pro-
vided with nut and bolt for securing to the spindle which shall also be drilled.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 51


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

All handwheels, headstocks, foot brackets and guide brackets shall be of cast iron.
Guide brackets shall be adjustable.

Fixing nuts and bolts shall be specified in the appropriate clauses herein.

Penstocks shall be prepared and painted in accordance with the Specification for
Painting and Protective Coating.

Penstocks shall be structurally designed for inside sealing or outside sealing pres-
sures of 5 times the maximum possible hydraulic loading which they could be sub-
jected to on site. Those with outside sealing pressures may have side wedges on-
ly.

All penstocks shall be delivered with a temporarily attached template in order to


facilitate accurate installation of the frame and fittings.

Weir penstocks, where specifically required, shall be designed for inside sealing
pressure application and shall incorporate a removable bronze sharp edges over-
flow sill.

Pipe entrance penstocks, where specifically required shall be faced and studded
on the back spigot to suit the NP 6 pipe flange.

All materials used in the manufacture of penstocks shall conform to the following
minimum standards:

Cast Iron Grade 180


Gunmetal Grade LG2
Stainless Steel Grade 316 S16
Manganese Steel Grade 150 M19

A: General

• Design according to DIN EN 12255-1 and DIN 19569 Part 2-3


• Penstock comprising: guide frame, penstock frame, penstock yoke, rising
spindle for easy maintenance where possible, protection tube for spindle.
• Sealing of penstock plate all round by wastewater resistant and easily ex-
changeable seal
• Seal to be attached to penstock plate to facilitate exchange of seal during
operation of sewage plant
• Seal tightness according to Din 19569, part 4
• Spindle support in water and dustproof axial ball bearings
• Spindle nut with lubrication nipple, nut made from red brass
• Penstock with mechanical position indicator

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 52


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

B: Driving system

The drive system shall comprise.

• Electric control device with 3-phase motor, direct coupling or by angular


gear
• Drive unit rated for 600 switch operations per hour
• Thermoelement in coil for motor protection
• Stroke and torque limit switches
• Electronic position indicator
• Potential-free contact points for operational and fault signals
• Integrated switch “open-stop-close”
• Integrated key-operated switch for “local-0-remote“ operation
• Drive unit to be equipped with heating to prevent condensation
• Protection type IP 67 / 54 / explosion proof type (if applicable)
• Insulation class F
• Handwheel shall be provided for emergency operation in case of power
failure
• Clutch shall disengage handwheel automatically in case drive starts auto-
matically

1.15.5.15 Air and Gas Relief Valves


Air and gas relief valves shall be VAG VENT-O-MAT AW® Automatic Air valve or
equivalent. The inlet flange shall be faced and drilled.

The valves shall be adequately sized for the release of gas from the pipeline (or
other container) without restriction of rate of filling or flow due to back pressure
and also to allow admission of air during pipeline emptying at a rate sufficient to
prevent excessive depression of pressure in the pipe.

Valves shall be designed to prevent the operating elements being in contact with
the pipeline liquid by approved means such as the provision of an auxiliary float
and chamber sufficiently large to isolate the orifice valves and seats throughout the
rated operational range.

Air valves shall be fitted with an isolating sluice valve and gearing shall be pro-
vided where necessary to facilitate operation.
All air and gas relief valves and associated isolating valves shall be works tested
hydraulically and capable of withstanding test pressure of 25 bar and working
pressures of 16 bar.

All valves and operating linkages shall be prepared and painted in accordance with
the General Specification for Painting and Protective Coating.

Design

The air and gas relief valves shall be automatic air valve, PN 10, DN 50....200
suitable for sewage, in compact single chamber design with surge damping de-
vice. The valves shall be designed for high volume air discharge or air intake dur-
ing filling or draining of pipe system, venting of small volumes of air under operat-
ing pressure, body and bonnet of stainless steel (A2), float of plastic (PE-HD),

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 53


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

gaskets of rubber (NBR), flange dimensions to DIN 2501-1, PN 10, connecting


flange with stud-bolts

Product features
Single chamber air valve, directly operated by the flow medium, compact design,
very few components, triple function, large orifice for outlet and intake of large air
volumes on start and trip, respectively, of pumps medium anti-surge orifice to alle-
viate surges due to high velocity air discharge small orifice for discharge of pressu-
rized air during service

Materials
Body, top flange and mounting parts of austenitic alloy steel 1.4301 (AISI 304) All
floats of PE-HD

Field of application
Minimum internal pressure required to seal the air orifices: 0.5 bar

1.15.5.16 Butterfly Valves

Butterfly valves up to and including 1000 mm nominal diameter shall conform to


German standards (DIN) for PN 6 (i.e. 6 bar) pressure rating. If butterfly valves are
required for pressure ratings above 6 bar or for sizes above 1000 mm nominal di-
ameter, they shall comply with the materials and other relevant provisions of the
standards.

Except where otherwise specified, all butterfly valves shall be resilient seated and
shall give tight closure against unbalanced water pressure in either direction. The
unbalanced water pressure shall be the design pressure rating of the valve.

The valve seat shall be replaceable and be formed of rubber or other approved re-
silient and durable material. The valve seat shall be securely clamped into a ma-
chined groove in the valve body or to the edge of the disc by seat retention mem-
bers, or other equivalent retention device, in such a manner as to prevent leakage
of water under the seats and to hold the seat securely in position during opening
and closing of the valve disc.

The seat retention members shall be of stainless steel shall be securely fastened
to the body or disc with stainless steel fasteners.

Disc edges shall be machined with rounded corners and shall be polished to a
smooth finish. The valve disc shall rotate through an angle of 90 degrees from the
fully opened to the fully closed position and the seat shall be of such design as to
allow the valve disc to seat at an angle normal to the axis of the pipe when the disc
is in the fully closed position. Adjustable mechanical stop shall be provided in the
valve body to present over-travel of the valve disc in both the open and closed po-
sitions. these stops shall be capable of absorbing full operating torque with a min-
imum design safety factor of five.

Butterfly valve spindles shall be horizontal when mounted.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 54


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

The valve shaft shall be fabricated of stainless steel and may be in one piece or
attached as two stub ends on opposite sides of the disc. The means of the at-
tachment of the shaft to the disc shall be using fixings in a homogenous corrosion-
resistant material of a pattern which precludes the assembly becoming loose in
operational service. Grub screws, pins (parallel or taper) or clamps will not be ac-
ceptable. The shaft and disc fixing shall be capable of absorbing the full operating
torque with a minimum design safety factor of five. Shaft seals, when used, shall
be rubber 0-ring type. Packing shall be either rubber 0-ring or self adjusting che-
vron type.

When all the seat retention members are in place, the finished edges shall fit
closely and the surface shall be smooth with all fastenings set flush in the water
passage so as to offer the least resistance possible to the flow of water through
the valve.

Valve seats which extend over the face of the flanges to secure the seat in place,
or which require surface grinding and/or hand fitting of the disc; or designs which
require the adjoining pipe flange to retain the seat in place and resist line pressure,
will not be acceptable.

Operating gear for butterfly valves shall be of the fully enclosed type. Valves shall
be suitable for operation by one man at all pressure conditions that can apply. A
valve position indicator shall be provided. Where a handwheel is used for operat-
ing the valve, the indicator shall be clearly visible from the handwheel operating
position.

All butterfly valves shall be tested at the manufacturer’s works under ‘open end’
conditions. The seat test shall be for tight closure under maximum unbalanced
water test pressure in either direction. The maximum permissible leakage for each
valve shall be acc. to DIN 19569-4.

The Contractor shall provide details of the materials of manufacture and design of
butterfly valves, and shall provide evidence to show that the proposed seating ma-
terials and seating designs have given satisfactory performance in similar condi-
tions to those applying under the Contract.

Valves shall carry identification marks and/or plates and those for use on process
plant shall carry an additional brass plate carrying a valve identification and a brief
description of its function.

Unless otherwise specified valves shall have 6 bar flanges and be drilled and shall
be capable of withstanding the same pressure as the pipeline on which they oper-
ate. All nuts and studs subject to vibration shall be fitted with spring ring or locking
tabs.

All valves and operating linkages shall be prepared and painted in accordance with
the General Specification for Painting and Protective Coating.

All materials used in manufacture of butterfly valves shall conform to the following
minimum standards:

Body and Disc - Cast Iron to Grade 220 or Spherical Graphite Iron

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 55


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

Shaft - Stainless Steel

Sealing Ring & Seat - Gunmetal

1.15.5.17 Ball Valves (< DN 100)

The ball valve shall have a smooth, unobstructed passage for installation in pipe-
lines and shall be suitable for flowrate control.

• Suitable for installation between flanges


• Materials:
- Body: ductile cast iron
- Ball: stainless steel
- Shaft: stainless steel, shaft sealed by O-rings EPDM
- Peripheral seal: EPDM, exchangeable

1.15.5.18 Ball Valves (≥ DN 100)

The ball valve shall have a smooth, unobstructed passage for installation in pipe-
lines and shall be suitable for flowrate control.

• Suitable for installation between flanges


• Stop globe double-eccentric sealing
• Materials:
- Body: ductile cast iron
- Body seal face with built-up weld of stainless steel 1.4502 corrosion resis-
tant and smooth finished surface
- Ball: stainless steel
- Shaft: stainless steel, shaft sealed by O-rings
EPDM
- Peripheral seal: EPDM, exchangeable

• Bearing assembly:
- Bearing brush:
- Sealing part: thrust ring:special ductile cast iron
- Bearing flange: cover: special ductile cast iron
- Bolts: stainless steel 1.4571

• Gearing:
- Corrosion resistant worm gear in cast iron housing, protection class IP 67 /
54 / explosion proof type (if applicable)
- Limit stop in open and closed positions
- Mechanical position indicator “open – shut”
- Fluid grease filling, maintenance free

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 56


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

1.15.5.19 Flap Valves

Flap valves shall be round or rectangular, single door bitumen coated, cast iron
double hung tidal type flap valves, with the clear opening dimensions designed to
pass the required discharge.

Flap valves shall be fitted with phosphate or bronze or stainless steel or similar
approved corrosion resistant metal faces and hinge pins and shall have a galva-
nised mild steel lifting eye.

Flap valves shall be designed to withstand a working pressure equivalent to 8.0 m


of water and shall be tested after installation with a feeler gauge to a non-
acceptance of 0.05 l/sec /m between sealing faces when closed.

1.15.5.20 Stop-log

Stop-logs on wastewater treatment process shall be of proprietary manufacture in


appropriate non-ferrous materials resistant to H2S attack (e.g. aluminum, stainless
steel etc.).

1.15.5.21 Hand operated rising spindle headstocks

Hand operated rising spindle headstocks shall be purpose made spindle enclosing
pedestal pillars manufactured in close grained cast iron, either of the handwheel or
the single or double gear crank operated type.

Lift nuts shall be in cast bronze threaded to fit the rising stem.

Spindle thrusts shall be taken on ball or roller bearings provided above and below
the flange on the lift nut and designed to take five times the maximum thrust de-
veloped in opening and closing the gate.

Gears shall be of cast bronze, accurately machined with cut teeth, and smooth
running with similar shafts in bronze sleeve bearings or roller bearings of ample
size. The gear box shall be covered by a removable flanged cast iron cover dome.

All gears and bearings shall be enclosed in the cast-iron housing. Fittings shall be
provided so that all gears and bearings can be periodically lubricated.

The removable cast iron crank shall be fitted with a brass rotating handle, set with
its axis nominally 1.0 m above ground or floor level. The maximum crank radius
shall be 350 mm, the effort require shall be less than 25 kg and the direction of ro-
tation for closing is clockwise. The direction of opening shall be marked and anno-
tated on the headstock casting.

The rising stem unit shall be provided with a galvanised steel spindle cover of suf-
ficient diameter and length to permit full travel of the threaded stem without ob-
struction. The top of the stem shall be capped and the bottom flanged to suit the

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 57


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

housing or adaptor plate. Each penstock shall be provided with a brass position
indicator to show the position of the gate at all times. Indication shall be in the
support stem through a brass faced and calibrated slot.

Headstocks shall be prepared and painted in accordance with the General Paint-
ing and Protective Coatings Specifications.

Headstocks shall be vertical. All mountings shall be through a rigid rectangular


plate with a least 4 fixing holes.

Base fixings shall be designed for the peak thrust with a factor of safety of 5. The
design thrust shall be stated on the Contractor’s drawings.

1.15.5.22 Hand operated non-rising spindle headstocks

Non-rising spindle headstocks for valves shall be proprietary vertical spindle en-
closing pedestal pillars, fitted with a valve position indicator mechanism, cast iron
handwheel and suitably fitted with robust bearings and bushes, and designed for
prolonged external exposure.

All mountings shall be through a rigid rectangular base plate with at least 4 fixing
holes. Handwheels shall be horizontal, nominally 1.0 m above ground or floor lev-
el.

The headstocks shall be prepared and painted in accordance with the General
Painting and Protective Coating.

1.15.5.23 Underground Hydrants


Underground hydrants shall be according DIN 3221 with double shut - off device.
Lenght of hydrants not exceed 550 mm. Flanges dimensions shall be EN 1092-2.
The body, stopper disk, bayonet catch and cover shall be manufactured of ductile
cast iron EN-GJS-400 (GGG40) or better material. Seat bush and spindle nut shall
be manufactured of brass.
Stem and spindle shall be stainless steel. Underground Hydrants for drinking water
application, used materials, assembling grease and service lubricants shall be ap-
proved by any worldwide certificate organization for usage in system with drinking
water.. Hydrant shall have protection from the penetration of dirt contamination,
and backwashing at full rated capacity. Hydrant shall have surface susceptible to
incrustation.
The inner float parts shall be manufactured of stainless steel or plastic material
formed by process securing a tensile strenght for optimum durability. Surface pro-
tection of valve internal and external shall be plastic enamel coat (epoxy resin) ap-
plied by electro-static spray process. Supply and installation include adequate
street covers according DIN 4055, EPDM flange gasket, screw connection and all
other who is necessary to proper connect the valve with the adjoining pipe materi-
al. Delivery inspection according to DIN 3230 part 4 for water.
Valves shall carry identification marks and/or plates.
The Gate Valve shall in resume comply with the following requirements

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 58


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

Requirements for underground hydrants

DESCRIPTION MATERIAL

Body, stopper disk, bayo- EN-GJS-400 (GGG40) or better, coated with epoxy
net catch and cover powder, minimum thickness 150 microns

Seat bush and spindle Brass


nut

Connection bolts Stainless steel

Stem and spindle Stainless steel

O - rings, wiping ring EPDM

1.15.5.24 Standpost Hydrants

Standpost hydrants shall be according DIN 3222 with predetermined breaking


point and double shut - off device. The shape of upper pillar shall be like the 19th
century design, or replica of this era's model. High above earth shall not exceed
1100mm. Total length of hydrants shall not exceed 1000 mm. Flanges dimensions
shall be EN 1092-2. The body, stopper disk, bayonet catch and cover shall be
manufactured of ductile cast iron EN-GJS-400 (GGG40) or better material. Seat
bush and spindle nut shall be manufactured of brass. Stem and spindle shall be
stainless steel.
Standpost hydrant for drinking water application, used materials, assembling
grease and service lubricants shall be approved by any worldwide certificate or-
ganization for usage in system with drinking water. Hydrant shall have protection
from the penetration of dirt contamination, and backwashing at full rated capacity.
Hydrant shall have surface susceptible to incrustation. Subsequent repair shall be
easily done without the removal of the fitting.
The inner float parts shall be manufactured of stainless steel or plastic material
formed by process securing a tensile strength for optimum durability. Surface pro-
tection of valve internal and external shall be plastic enamel coat (epoxy resin) ap-
plied by electro-static spray process. Colour of upper pylon shall be red and shall
be UV resistant.
Supply and installation include EPDM flange gasket, screw connection and all oth-
er who is necessary to proper connect the valve with the adjoining pipe material.
Contractor shall delivery to Engineer one operational key per each standpost hy-
drant. Delivery inspection according to DIN 3230 part 4 for water.
Valves shall carry identification marks and/or plates.

The standpost hydrant shall in resume comply with the following requirements

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 59


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

Requirements for standpost hydrants

DESCRIPTION MATERIAL

Body, stopper disk, bayo- EN-GJS-400 (GGG40) or better, coated with epoxy
net catch and cover powder, minimum thickness 150 microns

Seat bush and spindle Brass


nut

Connection bolts Stainless steel

Stem and spindle Stainless steel

O - rings, wiping ring EPDM

1.15.5.25 Flexible Couplings and Flange Adapters


Flexible couplings and flange adapters shall be of ductile cast iron or mild steel
and of an approved type suitable for making a watertight flexible connection be-
tween plain-ended pipes, or between a plain-ended pipe and a flanged fitting
(flange adapter). Unless otherwise specified, the external and internal surfaces of
couplings and adapters shall be epoxy powder coating, applied by an electrostatic
process. All mechanical couplings shall be of appropriate internal diameter and
shall be capable of adapting to different pipe materials. They shall be capable of
withstanding the maximum working test pressure specified for the pipes to which
they connect, including the accommodation of a joint deflection of up to minimum
3° in any direction.
Wedge joint rings shall be made of EPDM. All mechanical couplings and flange
adapters shall be supplied complete with all necessary coupling rings, nuts, bolts,
washers and rubber rings. Bolts and nuts shall be of galvanized steel or stainless
steel.
In order to ensure compatibility with the associated flanged pipe work the bolt cir-
cles on all the flanges of the flange adapters shall comply with EN 1092-2.

1.15.5.26 Service valves


Service valves shall be resilient-seated gate valve with female threads at both
ends or with flange ends at both ends. The largest diameters of service valves not
exceed DN 50 or 2". Service valves shall be manufactured of ductile cast iron with
plastic enamel coat (epoxy resin) applied by electro-static spray process or shall
be manufactured of brass. All O-ring shall be of EPDM.
If not shown otherwise in the drawings and/or specified in BoQ, each valve shall
be delivered and installed with a suitable hand wheel of adequate diameter. If
shown in drawings and/or specified in BoQ that valve have extension spindle, Con-
tractor shall supply and installing valve without hand wheel but with extension
spindle, street cover and other necessary for complete functionality of valve .

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 60


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

1.15.5.27 Extension spindle


Buried valves shall be mounted with extension spindle with street cover. The ex-
tension spindle is the telescopic type because distance between the valve and the
surface of the ground is unknown and individual adjustment is required. All vertical
pressure shall be taken up by telescopic effect, thus avoiding damage to the tube
and the valve. Contractor shall be select adequate diameter of extension spindle
according to valve size.

Extension spindles consist of telescope pipe, spindle with square cap on upper
end and coupling on lower end, outside protection pipe, inside protection pipe, pro-
tection bell, seals, base plate and other necessary parts for adequate connections
between valve and street cover which will provide proper long term work function.

Inner, outer protection pipe and protection bell shall be manufactured of HDPE or
PP. Square spindle cap and coupling shall be manufactured of ductile cast iron
with electrostatically applied epoxy resin, or stainless steel. Telescope pipe and
spindle shall be manufactured of galvanised steel or stainless steel. Base plate
shall be manufactured of EPDM.

Contractor shall be provided extension spindle with adequate length range for ap-
propriate finishing a complete operation. Extension spindle shall be absolutely cor-
rosion safe type, meets the expectations of DIN 3547 acc. stability and durability
and functional safety of valves. Ridgeless adjustable and self-supporting shall pro-
vide high power transfer (acc. DIN 3547) by stable construction of the wrench.
Contractor can provide few sizes necessary for all length of pipe coverage.
The protection tube must be marked with the dimension (DN) and item number.

1.15.5.28 Street Box


The street boxes provide easy and visible access to operation of valves below
ground. Street caps shall be built into the street wearing course e.g. ground sur-
face and enables the operation of ground installed valves at any time. The street
boxes with lid shall be manufactured from cast iron, or ductile cast iron, with bitu-
men varnish coating inside and outside. Lid shall be permanently connected un-
loosable to the body with pin of corrosion resistant material. Street box shall be
available for adjusting to the street level. After having removed the lid, the distance
ring is mounted on top of the street box without any use of tools. Contractor shall
be use different versions of street boxes according to purposes:
• for underground hydrants DN 80 acc. to DIN 4055
• for shut-off valves water acc. to DIN 4056
• for tapping valves water acc. to DIN 4057

1.15.5.29 Actuating Wrench


Actuating wrench shall be used for handling underground hydrants and valves.
Wrench shall be manufactured like C-type according to DIN 3223 with nominal
length 1100 mm. Figure stated in BoQ presents the final number of different types
of wrenches. Contractor shall delivering wrenches according to role that one
wrench shall be cover max. 20 valves/hydrants with same spindle square cap.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 61


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

1.15.5.30 Manhole Covers


Manhole cover is manhole cover with frame manufactured according EN124. In
compliance with EN 124, all covers must have following marking: Manufacturer
identification, resistance class, reference standard and mark of approval of the
certification third-party body.

All manhole covers shall be equipped with some type of hinge to provide opening
cover without disassembling. This hinge shall provide closed position, blocking po-
sition at some 90o and open at approx. 130o. If not shown otherwise in the draw-
ings and/or specified in BoQ, each manhole covers shall be with clear open di-
ameter 0,6m. Cover and frame shall be manufactured of ductile cast iron and shall
be minimum class D400.

1.15.5.31 Water meter box


Water meter box is solid box for placement of water meter installation set. Dimen-
sions of water meter box depend of length of water meter installation set, diame-
ter, and position (horizontal/vertical) of them.

Water meter box have square of round open box with appropriate cover. Cover is
connected on box with hinges. For horizontal installing in ground, box and cover
shall be manufactured of ductile cast iron. For other horizontal/vertical installing in
wall or inside buildings or similar places, box and cover shall be manufactured of
ductile cast iron or aluminium or high quality plastic material. Boxes of aluminium
or high quality plastic material shall be manufactured from profiles that are ap-
proved for making of windows hardware and with warranty of minimum 20 years.

1.15.5.32 Water meter installation set


Water meter installation set shall consists of: water meter of appropriate diameter,
installation bracket, sealings, non-return valve, an resilient-seated gate valve like
primary water meter valve, an resilient-seated gate valve with drainage plug 1/4"
like secondary water meter valve, backing plate.
Installation bracket shall be manufactured of hot-dip ductile cast iron EN-GJS-400
(GGG40) or stainless steel. Bracket shall permit a completely stress-free installa-
tion of the water meter and shall be suitable for wall or floor mounting using back-
ing plate.
On the installation bracket shall be installed fixing union piece with cap nut at one
side and adaptor union with adapter piece and cap nut on opposite side. Fixing un-
ion piece, adaptor union, adaptor piece and cap nuts shall be manufactured of
brass. All O - rings shall be of EPDM.
Primary and secondary water meter valve shell be resealant-seated gate valve
with female threads at both ends. Valves shall have internal pipe threads in accor-
dance with ISO 7/1, fitted according to ISO 7/2. Water meter valves shall be
manufactured of ductile cast iron with plastic enamel coat (epoxy resin) applied by
electro-static spray process or shall be manufactured of brass. Secondary meter
valve have drain plug of brass. All O-ring shall be of EPDM.
If not shown otherwise in the drawings and/or specified in BoQ, each valve shall
be delivered and installed with a suitable hand wheel of adequate diameter.
Non return valve shall be tapered non-return valve and shall be install into water
meter according to manufacturers directives. Non return valve shall have low
pressure drop.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 62


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

At some places new water meters are already installed and their replacement is
not foreseen (in the layout drawing there are only water meters to be installed; if a
water meter at a certain connection is not indicated, this means that the water
meter for this structure is not to be replaced).
There are cases when two or more water meters belong to one structure,
depending on whether it is a building with several flats or a one store house.

1.15.5.33 Service/house connection


Installation of service/house connection
Between supply pipelines and customer includes:

Tapping saddle of appropriate diameter,


Valve/valves, PEHD pipes, fittings and auxiliary material,
Water meter installation set
Water meter box
Other material necessary to connect the customer to water supply network.

This item shall include all necessary civil works. Average length of connection is
stated in BoQ and may be:

Up to 10m

1.15.5.34 Water meter


Water meter shall be wet or semi-dry multi-jet turbine water meter. Water meters
shall be horizontal or vertical type depending on place of installation. The meter
should perform to the requirements of EEC class B for horizontal type and not
worse than Class C for vertical type. Water meter shall comply with ISO 4064 and
EEC directive 75/33. Water meter shall be different sizes in range of 3/4" to 2" ac-
cording of diameter of house connections. The nominal flow rate shall be 1.5 m3/h
(1/2“), 6 m3/h (1.1/4“), 10 m3/h (1.1/2“) and 15 m3/h (2“). Head loss shall be less
than 0.20 bars at minimum flow and at not more than 0.75 bars at maximum flow.
For water meter DN150 mm and combined water meter DN150/6/4” should be
used a Woltman water meter (or similar type) with impulse sensor and data logger.
Data on registered flow and pressure will be stored in a dual channel data logger
(possibility of simultaneously monitoring the flow and pressure). The connection
between the flow meter and data logger will be achieved by using a cable while the
connection between pressure and data logger will be made using the appropriate
pressure horses.
Above mentioned Woltman water meter (or similar type) have a possibility to regis-
3 3
ter a flow rate from 1.08 m /h to 500 m /h.
Head loss shell be between 0.31 m and 0.61 m.
Water meters shall be manufactured of copper alloy with high protection against
corrosion. Display shall be of protected by minimum 10 mm thick mineral glass
and have minimum of 5 - drum display and has large black digits on a white back-
ground to provide easy reading from a distance of over the one meter. The year of
manufacture and the individual manufacturing number shall be engraved on the
head. The manufacturer's name, type of the meter, the nominal flow rate, the me-
trological class and the EC pattern approval number shall be printed on the dial.
The water meter shall be suitable for domestic cold water and shall be waterproof.
Before installing Contractor must deliver to Engineer adequate approval from or-
ganization "Kontrola mjera i dragocjenih metala - Podgorica" for this type. Each
water meter shall have a filling of "Kontrola mjera i dragocjenih metala - Podgori-

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 63


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

ca" before being installed. Water meter shall be installed with water meter installa-
tion set into adequate surface cover.

1.15.5.35 Electro-magnetic Flow meters


Electromagnetic flow meter shall be used for measurement of drinking water with
a minimum conductivity of ≥ 50 μS/cm. The measuring system consist of a trans-
mitter and a sensor in remote version: Sensor is mounted separate from the
transmitter with display like two mechanical units. The length of cable between
units can not exceed 10m.
Inner diameter of flow meter shall be same like inner diameter of flow meter
flanges without any reduction of diameter.
The measuring tube of the electromagnetic water meters shall be made stainless
steel. Supply voltage of all measurement system shall be on electric network 240
V / 60 Hz with all protection of non-regular electric supply. This means that Con-
tractor shall supply and install UPS with minimal 3 hour of working during interrup-
tion of power supply from electric network.
Degree of protection shall be IP67 (NEMA 4X) for transmitter and IP 68 (NEMA
6P) for sensor . Shock and vibration resistance shall be acceleration up to 2 g fol-
lowing IEC 600 68-2-6. Electromagnetic compatibility (EMC) shall be as per EN
61326, emission shall be to limit value for industry EN 55011. Flow meter shall be
earthed.
Housing shall be of adequate metal material with proper outside/inside corrosion
protection. Electromagnetic flow meter for drinking water application, used mate-
rials, assembling grease and service lubricants shall be approved by any world-
wide certificate organization for usage in system with drinking water. Flange con-
nection shall be according to EN 1092-2 .
Transmitter with display shall provide possibility to connect devices for wireless
remote collecting data. Maximum measured error shall not exceed 5% on water
velocity 0.05 m/s.
The transmitter display shall be clear visible, readable, with sufficient number of
characters. Transmitter shall displayed flow rates, flow and total flow. Box of
transmitter display shall be manufactured by robust plastic material or corrosion
resistant metal. Supply and installation includes flow meters equipment, appropri-
ate electro enclosure for electric supply, UPS for minimum 3 hours reserve, cabl-
ing and testing.
The meter shall be either programmed before dispatch from the manufacturer or
be capable of being re-programmed on site to suit prevailing conditions.
The specification of the Converter shall be further as follows:
Characteristics of Converter for EMF

Installation Remote (incl. Cable)

Housing Protection IP 68

Bi-directional flow rate Yes

Auto-Zero Yes

Outputs Programmable:
0/4-20 mA powered
Input Programmable

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 64


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

Remote auto zero


Self-diagnostic functions Erroneous setting
Empty pipe detection
Working Temperatur (from/ -15 C to + 40C
to)

The Contractor shall submit a comprehensive specification regarding manufactur-


er, meter type, design and performance to be filled in the datasheets

1.15.5.36 Pressure transducer


Pressure transducer will consist of capacitive ceramic transducer with sensor for
absolute and gauge pressure and adequate display. Pressure transducer shall be
extremely stable, overload resistant, abrasion-proof, corrosion-proof and extremely
overload-resistant. If not otherwise specified pressure transducer shall have high
reproducibility and long-term stability, with simple system to mount.
The specification of the transducer shall be further as follows:
Characteristics of transducer

Measuring ranges: From 0 to 25 bar

Gauge pressure (OPL): 4 bar...25 bar


Electronics versions: 4...20 mA (with plug or 10 m cable)
Process temperature range: 0 °C....+50 °C
Ambient temperature range: -5 °C....+70 °C

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 65


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

1.15.5.37 Actuators

General
Motorized penstocks and valves shall be opened and closed using electric actua-
tors. The actuator shall be of double-acting or reversing motor type with totally en-
closed switches to ensure complete protection of the actuator under all circum-
stances. All motorized penstocks and valves shall be supplied and installed com-
plete, with all necessary wiring and electrical control panel.
All local controls shall be protected by a lockable cover and comply with the rele-
vant electrical standards.
The gear box shall be oil or grease filled and capable of being installed in any
position. All operating spindles, gears and head stocks shall be provided with ade-
quate points for lubrication.
Alternative hand operation shall be possible. The hand wheel, together with a
suitable reduction gear box shall be of adequate dimensions for easy operation by
one man. The motor drive shall be automatically disengaged when manually oper-
ated.
The operating gear of all penstocks shall be capable of opening or closing the gate
against an unbalanced head equal to the maximum working pressure.

Multi-turn actuators for OPEN-CLOSE duty type with integral controls

- Type of duty: short-time S2 - 15 min


- Output speeds of 4 to 180 rpm at 50 Hz supply
- 3-ph AC motor in insulation class F, with motor protection by three ther-
moswitches placed in the windings
- Motor without terminal box, internal connection via plug/socket connector
- Counter gear limit switching for end positions CLOSED/OPEN
- Tripping torque for closing/opening direction adjustable at calibrated
torque dial and directly readable in daNm
- Anti-condensation heater in switch compartment
- Handwheel for manual operation, which does not rotate during motor op-
eration
- Valve attachment according to ISO 5210
- Connection actuator – controls via plug/socket connector
- Reversing contactors mechanically and electrically interlocked
- Local controls with push-buttons OPEN-STOP-CLOSE and lockable op-
eration mode selector switch LOCAL-OFF-REMOTE, indication lights for
end positions and fault
- Controls / local controls can be positioned at every 90°
- Inputs OPEN-STOP-CLOSE (24 V DC) galvanically isolated via opto-
isolator
- Feedback signals for end positions CLOSED/OPEN with potential-free,
gold-plated relay contacts
- Feedback signal for operation mode LOCAL/REMOTE with potential-free,
gold-plated relay contacts
- Monitor relay with potential-free, gold-plated contacts for collective fault
signal
- Automatic phase correction
- Permissible ambient temperature – 25 °C to +70 °C, enclosure protection
IP 67,

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 66


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

- Corrosion protection KS for installation in aggressive atmosphere with a


moderate pollutant concentration
- Wall bracket for mounting of the controls separate from actuator

Multi-turn actuators for modulating duty type with integral controls

- Type of duty: intermittent S4 -25%; max. 1,200 c/h


- Output speeds of 4 to 45 rpm at 50 Hz supply
- 3-ph AC motor in insulation class F, with motor protection by three ther-
moswitches placed in the windings
- Motor without terminal box, internal connection via plug/socket connector
- Counter gear limit switching for end positions CLOSED/OPEN
- Tripping torque for closing/opening direction adjustable at calibrated
torque dial and directly readable in daNm
- Anti-condensation heater in switch compartment
- Handwheel for manual operation, which does not rotate during motor op-
eration
- Valve attachment according to ISO 5210
- Connection actuator – controls via plug/socket connector
- Reversing contactors mechanically and electrically interlocked
- Local controls with push-buttons OPEN-STOP-CLOSE and lockable op-
eration mode selector switch LOCAL-OFF-REMOTE, indication lights for
end positions and fault
- Controls / local controls can be positioned at every 90°
- Inputs OPEN-STOP-CLOSE (24 V DC) galvanically isolated via opto-
isolator
- Feedback signals for end positions CLOSED/OPEN with potential-free,
gold-plated relay contacts
- Feedback signal for operation mode LOCAL/REMOTE with potential-free,
gold-plated relay contacts
- Monitor relay with potential-free, gold-plated contacts for collective fault
signal
- Automatic phase correction
- Permissible ambient temperature – 25 °C to + 60 °C, enclosure protection
IP 67
- Corrosion protection for installation in aggressive atmosphere with a mod-
erate pollutant concentration
- Electronic position transmitter 0/4...20 mA in combination with reduction
gearing
- Wall bracket for mounting of the controls separate from actuator

1.15.6 Fans
A: General

The equipment shall have the following features:

• Fans and associated control units shall satisfy the DIN VDE regulations
within the framework of Equipment Safety Regulations

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 67


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

• Pressure / Volumetric flow characteristic curve: The measurements are


made using test stands that comply with DIN EN ISO 5167-1 and DIN
24163 or ISO 5801.
• The fan must be operated within the stable part of the characteristic curve
• The fan must operate without speed controls
• 8 blade impeller made of anti-static synthetic material, surface resistance
< 109 ohms.
• Noiseless impeller of plastic material
• The fan must be operated with a protective motor switch, which has been
set for the nominal current. In the case of a short circuit, the protective mo-
tor switch must switch the fan off within the temperature rise time stated in
the declaration of conformity.
• Type of installation: surface mounted
• Fan model with square wall plate
• Housing material: sheet steel, galvanized
• Protective grille on the intake side, yellow chromated, protection against
accidental contact in accordance with DIN EN 294

B: Motor

The equipment shall have the following features:

• Asynchronous motor of superior quality standard, designed for continuous


operation (S1),
• Motor with ball bearings
• Reversing capacity: yes
• Type of voltage wave: three-phase AC
• Rated voltage: 400V
• Frequency: 50 Hz
• Maximum air stream temperature: 50 °C
• Degree of protection: IP 54
• Temperature class: T1 – T3
• Insulation class F
• Explosion proof type for hazardous area zone 1 (if applicable)
• Explosion proof terminal boxes, with 2 PG 11 cable screw-connections (if
applicable)
• Connecting cable
• Overload protection guaranteed by protective motor switch

1.15.7 Stand-by emergency power plant

General

Electrical Work Generally:

Has to be in accordance with the requirements of the related Sections of the


Specification. The design of the Stand-by Emergency Power Plant shall guaran-
tee, that the biggest consumer will be switched on in a final step.

Description of Work:

Standby/emergency power plant installation comprises the following:-

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 68


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

 One diesel generating set, with associated auxiliaries, exhaust system,


start-up system, cooling system, fuel system, batteries and charger etc.

 Fuel storage and transfer system.

 Instrumentation, protection and control equipment

 Manually operated overhead hoist.

 Mains failure automatic transfer switch.

 Inter-plant cabling and wiring.

 Earthing.

Standard:

Equipment and component parts are to comply with ISO 3046, IEC 85 and CISPR,
or equivalent NEMA, ANSI, IEEE, DIN and VDE Standards and recommendations
of ABGSM (Association of British Set Manufacturers) where such standards meet
with or supersede the ISO and IEC Standards.

Equipment Data:

Submit full technical data of equipment for approval including, but not limited to,
the following:

 General description and characteristics of engine-generating set, stan-


dards with which components comply, site rating and overload capability,
overall efficiency, and fuel and lubricant consumption at 100%, 75%, 50%
and 25% of rated load.

 Description and operating criteria of engine; type, model, manufacturer,


fuel and lubricating oil types and specific consumption, starting conditions
and starting periods from cold to full-load pick-up, governor and response
characteristics due to sudden load changes, super-charger, fuel injection
system, cooling system and radiator, air filters, fuel filters, oil filters and
pumps.

 Description and operating criteria of generator, exciter and voltage regula-


tor, with loading response and short-circuit characteristics, insulation, cool-
ing and accessories.

 Dimensions, weights and forces, mounting methods, vibration protection


etc.

 Battery type, make, charge/discharge characteristics, capacity and con-


structional features.

 Battery charger, method of charging, equalising and trickle charging

 Fuel tanks, pipes and accessories; materials and construction.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 69


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

 Exhaust system and silencers; materials and construction.

 Control instruments, protection, alarms, cut-outs, indicating lamps, indicat-


ing instruments and all other devices or components.

 Automatic transfer switch and control gear.

 Calculated noise levels in dB(A)at typical points within engine room and at
various locations inside and outside.

Routine Tests:

Fully assembled plant or equipment is to be tested at the factory, before shipping.


Complete performance tests are to be carried out under site simulated conditions,
in accordance with the Standards and as described in the Specification.

Shop and Construction Drawings:

Submit drawings for approval including, but not limited to, the following:

 Certified manufacturers' dimensional drawings, templates and installation


instructions for equipment and accessories, showing weights and distribu-
tion of forces, location and size of cabling (power and control), piping con-
nections to equipment, and other pertinent data.

 Plans and elevations of all equipment.

 Separate unit wiring diagrams, schematics and interconnecting wiring dia-


grams.

 Constructional details of bulk fuel storage tanks and daily service fuel
tank, including outline drawings showing piping arrangements, connec-
tions and dimensions.

 Complete execution drawings of associated auxiliaries.

Spare Parts:

Provide manufacturer's recommended spare parts for 1,000 hours operation of the
standby plant. Provide list of manufacturer's spare parts for 2,000 hours operation
together with current prices.

Tools and Instruments:

Provide tools and instruments required for normal routine inspection, testing, op-
eration and general maintenance, as recommended by the manufacturer.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 70


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

Approved Manufactureres:

Obtain generator sets from one of the following :

Deutz (Germany)
Caterpillar (USA)
Oman (USA)
Volvo (Sweden)

or other equal and approved.

Warranty:

Provide one (1) year of warranty for equipment specified in this section.

Local Representative:

Provide evidence that proposed equipment manufacturer has a locally established


and authorised organisation which can be called upon for professional advise and
maintenance as may be required, and which can immediately supply spare parts
to support day to day and emergency maintenance requirements. Failure to sat-
isfy the Engineer may disqualify a manufacturer.

Obtain an undertaking by the equipment manufacturer and his authorised local


representative to provide an annual maintenance contract, available after substan-
tial completion of the work, covering routine service and emergency service by
trained employees, and to ensure supply of necessary standard spare parts.

Products

Generator Set Assembly:

Compact package type, with all equipment mounted on one rigid steel bed frame
suitable for skidding. Radiator is to be mounted on the set. Design is to permit
easy operation, maintenance and repair.

Vibration Reduction:

Is to be achieved by appropriate design and careful balancing at factory. Compact


set is to have approved anti-vibration isolators of steel spring or resilient neoprene
between rotating equipment and bed-frame, limiting transmission of vibration to
building to a maximum of 0.04 mm amplitude throughout the operating vibration
frequency range.

Noise Reduction:

Is to be achieved by approved methods at source of noise. The sound level meas-


ured at the distance of 1 m around the building and openings / container shall be
below than 55 dB(A) for the system of sound-hood and sound measurements of
the building / container.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 71


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

Cold Starting

Engine is to be fully equipped to start and pickup initial load specified at specified
minimum ambient temperature. Cold starting aids, such as engine jacket water
heater, lubricating oil heater, intake-air heater, oversize standby battery and all de-
vices, accessories, connections, thermostatic switches and off-duty disconnects
with pilot lights and necessary protection, are to be supplemented as recom-
mended by the manufacturer and approved.

Equipment Ratings

Are indicated in the Particular Specifications. Ratings are to be net continuous


output to consumer, excluding fan and any auxiliaries, auxiliary drives and losses,
delivered at specified frequency, voltage and power factor and under worst climatic
conditions on site.

Diesel Generator Set

Components:

Set consists basically of diesel engine, brushless synchronous generator with di-
rect flexible coupling to engine and single or parallel control cubicle as required.

Governing:

Is to be AO to ISO 3046/IV or BS 5514, using electronic type governor with limits


of speed control as specified.

Starting and Stopping:

When in the automatic mode the set is to start and stop automatically by a signal
sensed through and auxiliary contact in the load transfer switchgear. The set is to
stop, after an adjustable cool-down period (2-30 minutes).

Duty:

Plant is to reach full speed within 10 seconds from start impulse and accept im-
mediately 80% of net rated output (load being mixed, steady and inductive, with
motor starting loads. Transient voltage variation is not to exceed 10% under any
step-load application for which the system is intended, up to full rated load, recov-
ering to within +/-2% within a few cycles.

Fault to Start:

Should engine fail to start following a start impulse, the system is to come to rest
for a few seconds. Two further starting attempts are to be automatically made with
intermediate 20 seconds maximum periods of rest. Should the set fail to start after
three attempts, an alarm is to sound and a 'start failure' signal illuminate.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 72


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

Hand Operation:

Is to be possible for testing or normal operation through a test/manual/off/auto se-


lector switch.

Regular Exercising:

While on 'auto', the set is to start regularly and automatically every week and is to
operate for 30 minutes before stopping.

Cooling System:

Engine is to be water cooled with gear-driven water pumps. System is to be pres-


surised, with heavy duty tropical radiator cooled by reverse flow fan. Fan cowl and
hand protection guard are to be fitted. Coolant temperature is to be controlled by
one or more thermostats as determined by design of system. Radiator is to be
sized for continuous performance at 110% rated load at worst operating ambient
conditions with a 15° C temperature differential. Radiator is to be non-ferrous
metal, incorporating pressure valve, radiator cap and drain cock and with integral
expansion tank. Direct acting modulating thermostatic diversion valve is to control
engine cooling water temperature. Under normal operation, by-pass is not to be
fully closed. Treated or fresh cooling water and anti-corrosion and anti-freeze ad-
ditives are to be used as recommended by manufacturer for specific conditions of
installation.

Cooling Airflow:

Obstructions in path of cooling air flow (openings, louvers, grilles, mesh, ducts,
bends etc.) are not to reduce air flow below that needed at full rated output. Fan
and radiator characteristics are to be selected accordingly. Advise if additional
booster fans are required and provide necessary control gear for automatic opera-
tion.

Cylinders:

Are to have removable liners. Wet type liners are to have witness hole between
line sealing rings of each cylinder for early detection of coolant or oil leakage.
Each cylinder has to have a drilled and tapped hole and a valve for connections of
pressure indicator.

Lubricating Oil System:

Pressurised circulating type, using two engine-driven, gear type lubricating oil
pumps with full flow filters and replaceable elements and lubricating oil heat ex-
changer. Filter system has to have spring loaded by-pass valve to permit oil circu-
lation if filters become clogged. Audible and visual alarms are to cut-in when valve
starts opening. Lubricating oil cooler must be shell and tube heat exchanger with
water from engine radiator as the cooling medium. Direct acting thermostatic di-
version valve has to control oil temperature. Under normal operation by-pass has
not to be fully closed.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 73


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

Fuel System:

Has to have injection pump and injectors which are easily removable and replace-
able for servicing. Engine has to have integral, gear type, engine driven transfer
pump to lift fuel against a head of 2.5 m and supply it through filters to injection
pump at constant pressure. Fuel filter elements must be easily replaceable.

Equipment and Accessories

Diesel Engine and Auxiliaries

Design:

Diesel engine has to be designed for type of load and application required. Engine
and governor have to be selected to meet operating requirements and response
specified.

Engine Type:

Compression-ignition type with direct solid-injection, turbo-charged for ratings,


over 100 kW, water cooled, with air-cooled radiator, 4-stroke cycle, inline or V-type
cylinder arrangement, 1,500 rpm, operating on BS 2869 class A diesel oil, suitable
for direct coupling to driven machine. Flywheel has to be suitably sized for type of
service and constraints specified, and capable to be rotated at 125% of rated
speed without failure. Torsional vibration dampers have to be provided.

Engine Rating:

Has to be such that alternator can deliver net specified continuous rated output,
and has to withstand 10% overload for one hour in any period of twelve hours
continuous operation at full load, with temperature rise not exceeding rise allowed
by the Standards.

Accessibility:

It has to be possible to:

 Remove rocker-box covers without disturbing fuel injection pipes or other


components.

 Remove and replace pistons and piston rods, liners, big and small end
shells and caps without dismounting engine.

 Bar engine over by hand for spill timing check and adjustment.

Measuring Instruments:

Engine mounted instruments have to include, at least, water temperature gauge,


lubricating oil temperature gauge and pressure gauge, tachometer and running
time meter. It must be possible to measure, with extra instrumentation, coolant
temperature at lower end of radiator, air depression after air filter, air boost and
temperature using methods recommended by manufacturer. Instrument accesses
have to be normally sealed by threaded blanking caps.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 74


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

Exhaust System:

Has to be complete with flanged, bolted, galvanised, seamless steel pipe sections,
long sweep elbows, flexible expansion sections, clean-outs, residential silencer,
wall thimbles and supporting steelwork. Silencer has to be independently sup-
ported. Indoor hot exhaust parts have to be insulated with approved insulation, not
less than 100 mm thick, with anti-condensation overlap and sheet metal covers to
protect insulation. Exhaust system has to be designed to reduce back pressure to
below maximum specified by the manufacturer, in relation to exhaust pipe length
shown on the Drawings. The exhaust pipe outside the building shall be supported
vertical up over the building edge at least 1m, with a conic cover wide enough over
the outlet of the exhaust chimney pipe to prevent rain from entering the pipe.

Air Intake System:

Plant room has to have heavy duty air-filter of the locker panel, all metal, clean-
able, viscous impingement type, complete with duct and frame, as shown on the
Drawings. Engine air filter has to be either dry filter with replaceable paper filter
elements or oil-bath filter with dipstick and provision for adding oil while engine is
running. Filters have to be capable of removing particles 10 microns and larger.

Electric Starting System:

Engine starting has to be manual by push-button or automatic through control sys-


tem at control panel. System has to consist of heavy duty 24 V D.C. starter motor,
heavy duty battery and battery charger. Cranking motor and battery have to be
rated for cranking the engine when cold and at lowest temperature recorded.
Starting pinion has to disengage automatically when engine fires.

Storage Battery:

Alkaline, sealed-in-plastic type, complete with battery rack and intercell connec-
tors. Battery has to have sufficient capacity to provide at least four cranking peri-
ods.

Battery Charger:

To be 25% over-rated, solid state, full-wave rectifier type, adequate to fully re-
charge depleted battery in not more than 8 hours and to control rate of charge
(providing a high-charge rate to a depleted battery and reducing to a trickle-charge
rate when battery is fully charged) automatically. Ammeter has to be provided to
indicated charging rate, which has to be adjustable. Battery charger has to be
mounted in control cubicle, unless otherwise approved. The charger shall have 2
LED’s signal lamps, one for boost and one for trickle charging positions.

Electronic Governer:

has to provide isochronous governing, paralleling and load sharing of generator


sets. Governor has to have zero percent (isochronous) setting and adjustable
droop from zero percent to 10% droop. System has to include power supply unit,
magnetic speed pick-up, control module and actuator using fast response D.C.
motor drive or equally approved alternative. Governor has to be designed for fast-
response and high-precision of speed (frequency) control, automatic paralleling

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 75


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

and load-sharing and has to include speed adjustment to +/-5% of normal, while
running, and with remote control interface. Frequency deviation under 25% sud-
den load change has not to exceed 0.5 Hz, recovering to stable speed condition of
+/-0.1 Hz in 0.5 seconds.

Governer Overspeed Trip:

has to close fuel pump racks automatically in event of engine OVERSPEED. De-
vice has to be separate and independent from governing mechanism.

Protective System:

has to comprise automatic engine shut-down and generator trip with visual and
audible alarm in event of overspeed, low lubricating oil pressure, high cooling wa-
ter temperature and over cranking.

Generator (Alternator):

Type:

Synchronous, low reactance, high efficiency, revolving field type, with brushless
exciter and flexible coupling, sized to pick up effective load without exceeding
transient and steady-state voltage deviation limits specified up to its full nominal
rating and designed for the performance stipulated in the Specification. It must be
a two bearing construction with bearings of the sleeve or sealed ball type.

Leads and Cables:

Phase leads have to be brought out fully insulated to a terminal cable box of heavy
gauge sheet steel, protection IP 44. Control and protection cables have to be
brought out to a separate terminal box.

Maximum Voltage Difference:

Between the three phases at 100% balanced load may not exceed 1%. With un-
balanced load up to 30% on one phase at unity power factor and zero load on
other phases, the line-to-neutral voltages may not differ more than 5%.

Characteristics:

number of phases : 3

rated voltage, frequency : 400/230 Volts 50 Hz

rated power factor : 0.8

winding connection : reconnectable with ends brought out and


fully insulated.

unbalanced load current with none


of the phase currents
exceeding rated current : 30% minimum

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 76


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

Overload rotor : 10% nameplate rating for 1 hr every 12


hours, salient pole type, incorporating
damping grid.

excitation : brushless, with rotating armature rectifiers


and discharge resistors

voltage regulator : automatic, with readily accessible controls


for voltage level.

insulation : class H for stator class H for rotor and ex-


citer Both shall be further protected with
100% epoxy impregnation and an over
coat of resilient insulating material on end.

enclosure : drip proof and screen protected (IP 23 to


IEC 144).

cooling : built-in centrifugal fans.

Voltage Regulation:

Overall voltage deviation within normal speed variations has to be within limits
specified from no-load to full-load, from hot to cold and with load power factor form
0.8 lagging to unity. Regulator has to reduce voltage automatically if load exceeds
capacity of generator. Voltage build-up has to be positive and rapid even when full
load is suddenly applied. Line-to-line voltage wave-form deviation factor may not
exceed +/-5%. Total harmonic content has not to exceed 5% and that of one har-
monic not to exceed 2%. Radio interference suppression has to be within the lim-
its set by the Standards, grade (N).

Exciter:

Armature has to be 3-phase, directly mounted to generator shaft and connected to


generator field windings through six solid state, hermetically sealed, silicon rectifi-
ers, accessible for maintenance or repair. Exciter has to have field suppression
system to eliminate any source of diode failure resulting from high inductive loads
and surges. Exciter field windings have to be stationary. Exciter-regulator combi-
nation has to maintain output voltage within limits specified for any load up to
110% generator rating and under any sudden load changes specified.

Voltage Regulator:

Solid state, volts/Hz type, utilising silicon semi-conductor devices in control and
power stages, with built-in electro-magnetic interference suppression and de-
signed for single or parallel operation. Manual adjustment to +/-5% of regulated
voltage level must be possible by a potentiometer at control panel. All compo-
nents have to be sealed, moisture and heat resistant, with a suitable environmen-
tally protected enclosure. Voltage regulator has to reduce voltage automatically if
load exceeds capacity of generator and has to sustain a 3-phase short-circuit cur-
rent at the generator terminals for the period for which the short-circuit protection

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 77


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

operates and at least for 3 seconds. Voltage regulator power has to be supported
by generator voltage and current to maintain excitation field power.

Two Position Switch:

must be provided for selection of manual or automatic mode of regulated voltage


control.

Instrumentation, Protection and Control Equipment:

Generating Set Instruments, Protection and Controls:

Control relays, sensing equipment, switchgear protective relays and devices and
start, stop and shutdown controls have to be provided as necessary for operation
specified. Generating set, instruments, protection and controls have to be
mounted preferably in one control cubicle.

Instruments and Controls:

Have to include at least the following:

- Digital voltmeter and 7-position selector switch.

- Digital ammeter and 4-position selector switch.

- Digital frequency meter.

- Off/manual/auto duty switch.

- Manual start and stop push-buttons.

- Kilowatt-hour meter.

- Digital Power factor meter.

- Digital Service-hour running counter.

- Plant exerciser.

- Potentiometer for voltage level control.

- Speed raise/lower device.

- Cool-down setting controls.

Illuminated indicator panel with LED’s at least for low oil pressure, high water tem-
perature, over-speed, fail-to-start, generator overload, battery low charge state.

Lamp test push-button.

Indicating gauge and low level fuel alarm.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 78


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

Battery charger, on/off switch, pilot lights, D.C. Amperemeter.

Alarm sounder and rest controls.

Anti-condensation heater.

Protective Gear:

Has to ensure orderly engine stop or shutdown with reset relays, as required for
safety and operational reliability, and has to include the following :-

Output circuit breaker for over-current and external earth fault protection.

Over-voltage protection with voltage and time lag adjustment.

Loss-of-field protection.

Breaker must be (for ratings up to 800A): moulded case circuit breaker (MCCB)
with solid-state trip unit, (electrically tripped by shunt release).

For ratings above 800A: power air circuit breaker (PACB) with solid-state trip
(electrically operated and electrically tripped by shunt release).

Negative phase sequence protection.

For generators above 500 kVA provide a restricted earth fault protection, with cur-
rent adjustable settings between 0 and 20% of rated current, and time adjustable
settings 0.3 seconds.

Control and Protective Gear Cubicles:

Generator set mounted instrument and/or control cubicles have to be resiliently


mounted, preventing transmission of vibration to the components. Separately
mounted instrument and control cubicles have to be self-supporting, floor mounted
and free-standing. Cubicles have to be sheet steel construction, ventilated indoor
type, vermin and dust-proof, (IP 42 to ICE 144), with lockable hinged doors and in-
strument panels, separate compartments for control devices, protective relays, cir-
cuit breaker(s) and neutral earthing device. Inner and outer surfaces of steel en-
closures have to be cleaned, phosphatized, primed with heavy duty rust inhibiting
primer and finished with two coats of enamel. Wiring has to be 600 V, modularly
arranged, with connections made at front terminal blocks with no live conductors
exposed. Wires have to have approved numbered ferrules at each terminal.
Printed circuit plug-in boards, where applicable, have to be of industry standards,
accessible and withdrawable, mounted in standard windings.

Relays:

Front adjustable, sealed type, with dust-tight enclosures, removable covers, test
terminal blocks and plugs for testing relay without removal from case. Removal
from casing is to automatically short-circuit respective current transformer secon-
dary windings.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 79


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

Instruments:

must be housed in enamelled metal cases for switchboard flush installation, with
scales and markings protected and sealed. Indicating meters must be minimum 76
mm square. Accuracy has to be within 2% unless otherwise specified. Voltme-
ters and ammeters have to be moving iron type for D.C. measurements.

Current Transfomers:

Class 2 for measuring and protection.

Voltage Transformers:

Single phase, dry type, 0.5 accuracy class.

kWH-meter:

3-element type for unbalanced 3-phase, 4-wire loads, fitted with 6-digit cyclometer.

Fuel Storage and Transfer

Storage Tank Capacity:

The capacity of the Fuel Storage Tank shall be sufficient for 36 hours of operation
under full load, but 2 cubic meters minimum. Steel thickness 6 mm. Tank design
has to be double walled.

Daytank construction:

Closed cylindrical steel, inclined at least 3 degrees from horizontal and fitted with
drain plug, inlet and outlet pipe connectors and breather pipe. Tank design has to
be double walled.

Daytank breather pipe:

Has to have replaceable paper air filter or breather caps with air filters.

Daytank instruments:

Have to include float switch, solenoid valve and dial-type alarm on over-fill and
low-level.

Daytank filling pumps:

Electrically operated, automatically started and stopped, duplex pumps and


standby manual pump, installed on piping system between storage tank and one
or more daytanks for fuel transfer. Motor has to be totally enclosed, fan-cooled,
squirrel-cage induction type, with integrally coupled pump-rotor contained on one
base. Pump has to be self-priming type against the specific head shown on the
Drawings. Priming plug, sealed and protected bearings and combination starter

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 80


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

with thermal overload protection and circuit breaker for short-circuit protection
must be provided. Operation has to be interlocked with float switches in daytank.
All necessary check valves on piping system have to be provided.

Fuel lines:

Heavy gauge, black seamless steel, to ISO/R65 or equal, treated internally with
corrosion resistant paint and with joints sealed with PTEE tape. Plumber's twine
or gasket sealing compound may not be used.

Fuel feed line to daytank has to have bypass with stop-cock. Size of fuel return
line from daytank to main fuel tank has to be to manufacturer's recommendations.

Filling line of main fuel tank has to be at least as fuel-line-size & external diameter,
entering tank at opposite end to drain plug. Main tank fill and sounding line con-
nections must have hinged, lockable caps with female threaded bottom inlets.

Expansion joints:

Stainless steel, packless bellows type, suitable for working pressure and tempera-
ture of service, of same size as pipe on which installed, with screwed ends for pipe
sizes not exceeding 50 mm and flanged ends for sizes over 50 mm.

Valves Generally:

125 psi steam working pressure rating and 200 psi cold water non-shock pressure
rating and type that can be repacked under pressure.

Power and Control Equipment:

To comply with the specification.

Main failure automatic transfer switch (ATS):

Floor mounted, galvanised sheet steel cubicle of equal construction to control cu-
bicle, comprising two main contactors or circuit breakers and controls necessary
for automatic transfer of power supply from normal source to stand-by source,
voltage sensing control relay and time delay relays to signal generator start and
stop, auxiliary switches and indicating lights etc. as necessary for the required op-
eration of the system.

Operation:

When voltage and/or frequency of any phase drops below an adjustable setting
(60% - 90%) of normal supply, for an adjustable period of 1 - 300 seconds, power
failure relay has to actuate engine starting control, whilst normal mains contractor
must open. After an adjustable period of 0 -10 seconds from sensing stabilised
rated voltage and frequency of generator at the ATS, the emergency contactors
has to close. Upon restoration of normal mains supply to above 95% of rated volt-

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 81


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

age and/or frequency, for and adjustable present period of 2 - 60 minutes, emer-
gency contactors must open and normal mains contactors must close.

Mechanical and Electrical Interlocks:

Have to prevent contactors/circuit breakers from being closed simultaneously at


any time. Transfer mechanism has to be powered from the source to which the
load is being transferred.

Selector Switch:

Has to have the following positions :

off : both contactors open and remain open.

normal : contactors for normal power source closes and remain


closed.

emergency : contactors for stand-by power source closes and remains


closed.

auto : automatic transfer as described above.

Pilot Lights:

Are to indicate which contactors is on.

Instruments:

Are to include voltmeter and amperemeter with selector switches.

Contactors:

Must be acc. to IEC 158-1, 3-phase, 4-pole, magnetic type, 600 V rating, capable
of interrupting at least ten times rated current inductive or non-inductive loads un-
der normal service conditions and have to have replaceable main arcing contacts
and arc quenching devices. Contactors have to withstand, without welding or
burning of contacts, an inrush current of 20 times normal rating upon closing and
the heaviest short-circuit of the system for period required by upstream protective
switchgear to operate or a minimum of 3 seconds, whichever is greater. Three
N.O. and three N.C. spare contacts have to be provided on each contactors.

Circuit Breakers:

Used instead of contactors have to provide same functions as a minimum re-


quirement and have to be electrically and manually operated, non-automatic type.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 82


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

Wiring:

Moisture and heat resistant, silicon rubber insulated, stranded copper conductors,
modularly and neatly arranged on master terminal blocks, with suitable numbering
strips and appropriate cartridge types fuses where required. Flexible wiring has to
be used on all hinged/draw-out components.

Connections:

Have to be made at a front terminal block with no live metal exposed. Power ca-
bles must terminate on fixed insulated copper connectors suitably sized to receive
specified cables. Cable glands and gland plates have to be provided.

Metal cases:

Of instruments, control switches, relays etc. have to be connected by flexible pro-


tective conductors, of not less than 2.5 mm2 section, to nearest earthing bar or
terminal.

Earthing:

Earthing bar has to be provided for connection of protective earthing conductors,


using set-screw or bolted anti-turn pressure terminations.

Ferrules:

Wire ends have to be fitted with numbered ferrules of approved type at each ter-
mination.

Field and Installation Work:

Installation:

Equipment bases:

Ensure that concrete bases and foundations provided for installation of equipment
are constructed in accordance with approved shop and construction drawing sand
equipment manufacturers' drawings and that holes for fixing bolts and provisions
for passage of cables etc. are provided as required.

Built-in items:

Ensure that equipment supports, fixings and the like, and sleeves for passage of
feeders and cables which are to be built into concrete foundations, bases or build-
ing structure are provided as and when required and that they are properly in-
stalled.

Tools:

Use only tools recommended by equipment manufacturers for installations, par-


ticularly in making connections and adjustments.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 83


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

Supervision:

Carry out equipment installation under the direct supervision of a qualified techni-
cian, licensed by and trained at the factory. Final adjustments and putting into sat-
isfactory operation have to be made by a specialist delegated by the factory.

Generating Set:

Install to maintain alignment and minimise engine and generator stresses. Protect
instrumentation and control equipment including engine mounted instruments from
machine vibration. Mountings and method of mounting have to be as recom-
mended by the manufacturer and approved by the Engineer.

Engine Exhaust Piping

Has to be slightly sloped away from engine to avoid condensation returning to en-
gine and has to have drain plugs or clean-out at lower end as required.

Engine hot-air exhaust duct:

Install approved canvas duct with metal frames between radiator and louvered
opening in wall for radiator exhaust air.

Pipe hangers and supports:

Fasten securely to building structure with approved masonry expansion bolts,


minimum 20 mm diameter and install in accordance with manufacturer's instruc-
tions.

Inspection and Tests on Site

Equipment:

Inspect equipment upon delivery to site and report specified any loss or damage to
the Engineer.

Earthing resistance tests:

Have to be carried out to verify specified requirements.

Load test:

Have to be carried out at low loads to over load conditions, at various power fac-
tors. Measurements have to include voltage and frequency deviations and regulat-
ing time under various step loading conditions, temperature measurements and
pressure measurements at various locations, and in accordance with an approved
plan under conditions equal to worst site ambient conditions.

Tests:

Have to include:

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 84


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

 Full load test for 8 hours continuous, immediately followed by 10% over-
load test, without interruption.

 Insulation measurement.

 Functional tests for voltage sensing, automatic start and synchronisation,


transfer of load and load-sharing as applicable.

 Operation of engine shut-down and alarm signalling and indication, under


simulated fault conditions.

 Measurement of vibration transmission to building structure.

Load banks:

If actual loads are not made available at time of acceptance testing, provide load
banks to carry out complete test cycle of the system under loading and switching
conditions necessary to prove compliance with the Specification.

Piping System:

using carbon dioxide or nitrogen from pressurised cylinder, test each system to 1.5
times normal operating pressure. Do not subject equipment, apparatus or devices
to pressure exceeding prescribed test pressure obtained from nameplate data or
from manufacturers' published data. Apply tests before connecting piping to
equipment. Remove or disconnect and blank off relief valves, instruments and
devices that might be damaged by test pressure. Maintain test pressure on sys-
tem for 24 hours during which time there has to be no noticeable drop in pressure.
Check for leaks using soap solution. Isolate source of pressure during testing.

1.15.8 Lifting equipment


General
Lifting gear and associated equipment shall comply in general with BS 466, DIN
EN 13157, BS 3551 and BS 2573 DIN EN 13001-1 suitable for class 2 duties, and
the equipment and the installation shall be approved by the National Inspection for
Lifting Devices.
The assemblies shall be suitable for lifting the heaviest single item of equipment
within the working area. The load hook, incorporating a ball swivel joint, shall ex-
tend to within 1.0 m of the lowest working level, whilst sufficient headroom shall be
allowed below the crane hook to enable the tallest item of machinery to clear the
motor floor level by 1.0 m.

Travelling Cranes
Travelling cranes shall be manually or electrically operated and include travelling
bridge, crab and hoist, electrical motor gears and plant where applicable, operation
and maintenance instructions and all other necessary items like bolts, buffers, fix-
ings, etc.
Cranes, if electrically operated, shall be supplied complete with flat cables on roller
suspensions, controls and motorgears giving speeds in both horizontal directions
of 15/5 m/min. The hoisting speed shall be approximately 2 m/min with crawling
speed of 0.2 m/min.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 85


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

Electrical cranes shall be controlled from the floor by a mobile pushbutton master
controller movable along with the crab or the hoist to control movements in all di-
rections and speeds.
The single or double girder crane bridges shall be the underslung type and be fab-
ricated from universal beams or high grade steel plate box section girders which,
together with end carriages of rolled steel sections, shall form a single welded fab-
rication adequately braced and stiffened to give a rigid structure capable of with-
standing all loads imposed.
Double girder bridge beams shall be fitted with crab rails securely welded to their
upper flanges.
The flat bottomed crane rails to EN 13674-1:2003+A1:2007 shall be complete with
all fixing bolts, holding down bolts, fishplates, end stops, buffers, etc. The crane
rails shall be supported on steel supports bolted to columns. Allowance shall be
made for expansion of the rails.
The end carriages shall be provided with derailment and wheel brake protection,
preventing the carriages falling more than 10 mm.
The long and cross travel wheels shall be double flanged and be made of forged
or cast steel. The rims of the wheels shall be machined accurately to same diame-
ters and with a form fitting the rails. The wheels shall be fitted with roller bearings
and be at least 250 mm in diameter.
The travelling bridge shall be fitted with four buffers as end stops in conjunction
with stops at the limits of the travelling. The buffers shall absorb the kinetic energy
from the dead load of the crane.
The travelling gears and the hoists for electrically operated cranes shall be driven
by electric motors fitted with automatic electro-mechanical brakes for the motors
and automatic limit switches for the hoists. The brakes shall be the heavy-duty
type, which shall engage automatically when the power supply is cut or fails.
The motors shall be capable of working continuously at full load for one hour and
shall have the enclosure protection form IP 54.
Safety devices such as fuses, relays for overloads and limit switches, alarm bells,
etc. as well as the main switch for the crane shall be located in a separate cabinet.
This cabinet shall also house the transformers for the control circuits and the
fuses.
Electrically driven cranes shall have speeds in both horizontal directions of normal
10 m/min. and crawling 1 m/min. The hoisting or lowering speed to be normal 4
m/min. and crawling 0.4 m/min.
The rope pulley shall be as specified in BS 466.
The crane hook shall be designed for the relevant load and comply with EN 13674-
1:2003+A1:2007. A ball swivel device shall be incorporated into the hook as speci-
fied above.
The gearings shall be totally enclosed in gear boxes and running in oil. The wheel
gears may be grease lubricated.
The maximum load of the crane shall be marked on the crane with painted figures
in the Montenegrin easily readable from the floor.
The complete crane shall be painted in accordance with Clause 3.7 surface ‘A’.
Before handing over to the Client, the crane shall be tested with a load of 125% of
the maximum marked load in accordance with the applicable standard.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 86


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

2 PARTICULAR SPECIFICATIONS MECHANICAL WORKS


The lump sum items specified hereafter and included in the Bill of Quantities are
deemed to include for the following works:

(a) shop drawings for the equipment;


(b) production and assembly, at the Contractor’s site;
(c) storage of the equipment , where necessary, at the Contractor’s store;
(f) temporary storage and protection during storage and transport from the
storage site to the final position in the works;
(g) erection of the complete equipment and final testing;
(i) commissioning, operation of all machine drives and familiarisation
of operators with the installations for a period of at least 20 working days;
(j) clearing of the site and reinstatement of works affected by the
contractor’s operations;
(k) searching for and rectifying of defaults;
(l) replacement of defective or damaged parts as may be required to
hand over the equipment in perfect working conditions.
(m) Personal Training
(m) Documentation

The plant arrangement is shown in the Tender Drawings, Volume 5. Each Ten-
derer may modify the arrangement as required to suit the equipment chosen.
The Contractor shall prepare and submit his execution design and shop drawings
and specification for the Engineer’s approval before starting production and/or de-
livery.
The lump sum prices quoted for the various sections of mechanical engineering
works are deemed to include for basic maintenance tools as well as for spares
and reserve materials required for the first year of operation.
Unless otherwise specified in this Particular Specification, the requirements of the
General Specification of Mechanical Works shall apply.

2.1 MECHANICAL WORKS DJURASEVICI PUMPING STATION 7

BoQ item C 7.1.10


The Contractor shall prepare the execution design, install, test and commission
the complete equipment for the ponds pump station comprising of:

 2 submersible pumps (1 operational and 1 stand-by) incl. guide rails, lifting


chain
 pipe work incl. flushing connections 2”, duckfoot bend, pressure pipe
work, gate valves, non return valves according to the tender drawings
complete with all fixing and support material
 the installation of all necessary access and safety provisions.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 87


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

 lifting equipment consisting of portable crane, tubular for fixing of the


crane in the pump chamber, hoisting winch with cable min.8,0 m, com-
plete unit portable, max weight 30 kg, capacity of the crane according to
the heaviest weight in the pumping station

The pumping arrangement shall allow for the following minimum requirements:

1 operational pump and 1 stand-by unit of the same size.

All pipe work and built-in plant shall be made of coated mild steel.

In detail each of the pumps shall have the following characteristics and specifica-
tion:

Nominal capacity per pump: 9 l/s

Nominal manometric head approx.: 11.0 m

Manufacture: Flygt or equivalent

Personal Training

Staff named by the operator of the plant has to be comprehensively trained for op-
eration of the total system.
The training has to include a theoretical part with the general functions of the of-
fered components, and a practical part with the ready-installed system. Upon the
training’s end the staff has to be able to operate the plant, to perform the mainte-
nances and to execute simple repairs on the systems without support of the con-
tractor. The behaviour in case of remote control is also to be considered.

The costs for the Personal Training have to be included in the prices above.

Documentation

The following documentation has to be delivered (all records in English and Mon-
tenegrin language):

 Directory of all drawings and further documents


 Functional descriptions and specifications of work and services
 List of components
 Instructions for service
 Separate description of the entire safety measures for prevention of malfunc-
tioning
 Test records
 Installation drawings

The costs for the Documentation have to be included in the prices above.

2.2 MECHANICAL WORKS DJURASEVICI PUMPING STATION 10

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 88


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

BOQ item C 7.1.40


The Contractor shall prepare the execution design, install, test and commission
the complete equipment for the ponds pump station comprising of:

 2 submersible pumps (1 operational and 1 stand-by) incl. guide rails, lifting


chain
 pipe work incl. flushing connections 2”, duckfoot bend, pressure pipe
work, gate valves, non return valves according to the tender drawings
complete with all fixing and support material
 the installation of all necessary access and safety provisions.
 lifting equipment consisting of portable crane, tubular for fixing of the
crane in the pump chamber, hoisting winch with cable min.8,0 m, com-
plete unit portable, max weight 30 kg, capacity of the crane according to
the heaviest weight in the pumping station

The pumping arrangement shall allow for the following minimum requirements:

1 operational pump and 1 stand-by unit of the same size.

All pipe work and built-in plant shall be made of coated mild steel.

In detail each of the pumps shall have the following characteristics and specifica-
tion:

Nominal capacity per pump: 5 l/s

Nominal manometric head approx.: 7.0 m

Manufacture: Flygt or equivalent


Personal Training
Staff named by the operator of the plant has to be comprehensively trained for op-
eration of the total system.
The training has to include a theoretical part with the general functions of the of-
fered components, and a practical part with the ready-installed system. Upon the
training’s end the staff has to be able to operate the plant, to perform the mainte-
nances and to execute simple repairs on the systems without support of the con-
tractor. The behaviour in case of remote control is also to be considered.

The costs for the Personal Training have to be included in the prices above.

Documentation
The following documentation has to be delivered (all records in English and Mon-
tenegrin language):

 Directory of all drawings and further documents


 Functional descriptions and specifications of work and services
 List of components
 Instructions for service
 Separate description of the entire safety measures for prevention of malfunc-
tioning

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 89


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

 Test records
 Installation drawings

The costs for the Documentation have to be included in the prices above.

2.3 MECHANICAL WORKS - PS PELUZICA

Procurement and delivery of submersible pump for pumping station “Peluzica”.

In detail pump shall have the following characteristics and specification:

3
Nominal capacity per pump: 388 m /h

Nominal manometric head approx.: 2,5 m

Motor Power: 102 kW

Speed: 1.490 1/min

Manufacture: Sulzer XFP 200M-CH2 50 HZ


Discharge Flange: ND 200, PN 16

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 90


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 91


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 92


WATER SUPPLY AND SANITATION ADRIATIC COAST III - TIVAT
VOLUME III – TECHNICAL SPECIFICATIONS

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 93


 
WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT

TENDER DOCUMENTS

VOLUME III: TECHNICAL SPECIFICATIONS


SECTION 3.4 - ELECTRICAL WORKS SPECIFICATIONS

December 2015

ESSEN, GERMANY
 
WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT

VOLUME III – TECHNICAL SPECIFICATIONS


Section 3.4 Specifications Electrical Works

WATER SUPPLY AND SANITATION ADRIATIC COAST V1


KOTOR AND TIVAT

TENDER DOCUMENTS

Volume III – Technical Specifications

SECTION 3.4 – SPECIFICATIONS ELECTRICAL


WORKS

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 1


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT

VOLUME III – TECHNICAL SPECIFICATIONS


Section 3.4 Specifications Electrical Works

TABLE OF CONTENTS

1 GENERAL SPECIFICATIONS ELECTRICAL ENGINEERING


WORKS 4
1.1 ELECTRICAL EQUIPMENT 4
1.1.1 General 4
1.1.2 Concept of Power Supply 5
1.1.3 Concept of Instrumentation and Control Engineering 7
1.1.4 Documentation 7
1.1.5 Standard Specifications 9
1.2 REQUIREMENTS ON POWER SUPPLY 10
1.2.1 Incoming Supply 10
1.2.2 Low Voltage feeding / Medium-Voltage feeding 11
1.2.3 Emergency Power Supply 15
1.2.4 Low Voltage Switchgear Cabinet / Low Voltage Main Distribution Unit 16
1.2.5 Lightning Protection and Equipotential Bonding 19
1.2.6 Protective Measures for Safety 20
1.3 REQUIREMENTS ON INSTRUMENTATION AND CONTROL SYSTEMS 20
1.3.1 General 20
1.3.2 Local control luminaries 21
1.3.3 Local Controlling Systems 21
1.3.4 Communication 22
1.4 INSTALLATION AND LIGHTING SYSTEM 22
1.4.1 Wiring System 22
1.4.2 Supply Conditions on Equipment 23
1.4.3 Indoor Installation and Cabling 23
1.4.4 Outdoor Installation and Cabling 24
1.4.5 Interior Lighting 24
1.4.6 Exterior Lighting 24
1.5 TESTING AND START-UP OF ELECTRICAL EQUIPMENT 25
1.5.1 Operating Tests 25
1.5.2 Start-up 26

2 Particular SPECIFICATIONS ELECTRICAL ENGINEERING


WORKS 27
2.1 ELECTRICAL WORKS COMPACT PUMPING STATIONS PS7 and PS 10 27
2.1.1 Power Supply 27

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 2


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT

VOLUME III – TECHNICAL SPECIFICATIONS


Section 3.4 Specifications Electrical Works

2.1.2 Low Voltage Switchgear Cabinet (Feeding Part) 27


2.1.3 Low Voltage Switchgear Cabinet (MCC Part) 30
2.1.4 Reactive-Power Compensation 33
2.1.5 Lighting Protection and Equipotential Bonding 33
2.1.6 Measuring Devices 34
2.1.7 Indicator and Data Logger incl. UPS 36
2.1.8 Wiring System 36
2.1.9 Emergency Call Central Unit 38
2.1.10 Personal Training 38
2.1.11 Documentation 38

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 3


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT

VOLUME III – TECHNICAL SPECIFICATIONS


Section 3.4 Specifications Electrical Works

1 GENERAL SPECIFICATIONS ELECTRICAL ENGINEERING WORKS

1.1 ELECTRICAL EQUIPMENT

1.1.1 General

The specification of electrical equipment defines supplies and services and all ex-
tra work required for the plant ready for automatic operation, even if it should not
be listed or specified in detail.

The total electrical engineering is to be based on the relevant data of the offered
mechanical equipment and respect temperatures, altitudes and sudden variations
of load and voltage as may be encountered at site. The requirements for continu-
ous operation during prolonged periods with a minimum of maintenance have also
to be considered. The design has further to incorporate every reasonable precau-
tion and provision for the safety of all those concerned in the operation and main-
tenance of the plant.

The equipment and materials are to be new, of sound workmanship and robust
design, and of grade and quality, suitable for the climatic conditions at the site.
The following services have to be provided:

- Documentation, as-built drawings

- Medium Voltage Power Supply (if required), incl. Compact Transformer Station
with medium voltage switchgear and electricity meter

- Low Voltage Power Supply (if required)

- Emergency Power Supply (if required)

- Low-voltage distribution switchgear (Motor Control Centre, MCC)

- Reactive-power compensation equipment

- Equipotential bonding, lightning protection system, over voltage protection

- Instrumentation and Control System

- Measuring devices

- Local control units

- General installations and lighting systems

- Cabling of :

 Medium voltage equipment (if required)

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 4


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT

VOLUME III – TECHNICAL SPECIFICATIONS


Section 3.4 Specifications Electrical Works

 Low voltage equipment

 Measuring and control equipment

 Building installation practice (if required)

All electrical equipment, devices and terminals are to be marked durable by en-
graved formica labels in accordance with the schematic diagrams. Double letter-
ings are to be provided, one on the device and equal on the mounting plate. Fused
outgoing circuits are to be marked in plain language as to their function. It is not al-
lowed to stuck the labels, they are to be attached by screws or rivets.

The lettering is to be done in two languages, that means English and Montenegrin.

The contractor has to provide free of charge all spare parts required for the first
year of operation. For the purpose of a simplified stocking of spare parts, uniform
devices of one manufacturer are always to be used for similar tasks. The number
of manufactures coming up for use is to be reduced to a minimum.

The equipment parts have to leave the supplier’s works carefully cleaned up and
preserved especially as regards the inside. All openings have to be closed up in
such a way that no contaminations of the inside are possible during the transporta-
tion and the assembly till the connection.

The assembly of the electrical equipment has to depend on the construction pro-
gress. Normally, it is not practicable in one step so that interruptions during the as-
sembly have to be considered. The structural measure can be divided into stages
which will be realized at different times. These requirements are to be met without
additional costs.

Upon the end of assembly, all terminals and screwed connections have to be
tightened once again and the corrosion protection and the coating have to be sub-
sequently improved, if necessary.

1.1.2 Concept of Power Supply

The energy supply of the pumping station will be designed as an independent sys-
tem which takes into account all necessary devices, equipment parts, the general
supply (lighting, building installations, etc.) as well as the necessary measuring
and control equipment.

Highest priority is to be given to the safe working and supply conditions when de-
signing and dimensioning the equipment.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 5


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT

VOLUME III – TECHNICAL SPECIFICATIONS


Section 3.4 Specifications Electrical Works

Pumping Station (Type 1, up to 50 kVA)


As not stated otherwise for small pumping stations with power requirement up to
50 kVA (Type 1), the power demand will be drawn from the public low voltage
power supply of the local power supplier Elektro Privreda Crne Gore (called JEP
EPCG).

The metering will be located in the separate feeder part of the low voltage switch-
gear. The feeding will be monitored by a digital multimeter, connected via current
transformer in the MCC part. The distribution is to be done via the second part of
low voltage switchgear.

In order to meet a high security of supply even in case of power supply interrup-
tions, an emergency generator will be permanently installed.

Pumping Station, (Type 2 up to 250 kVA)


As not stated different for medium pumping stations between 50 and 250 kVA load
requirement (Type 2), the power demand will be drawn from 10 kV power supply of
the next connection point of the public feeder line of the local power supplier Elek-
tro Privreda Crne Gore (called JEP EPCG) via earth laid medium voltage cable or
overhead transmission line. The nominal low voltage of 400/230 V will be provided
by a pole mounded transformer with upstream connected MV circuit breaker.

The metering will be located in the separate feeder part of the low voltage switch-
gear. The distribution is to be done via the second part of low voltage switchgear.
A digital multimeter, connected via current transformer, will be monitored the feed-
ing in the MCC part as well.

In order to meet a high security of supply even in case of power supply interrup-
tions, an emergency generator will be permanently installed.

Pumping Station, (Type 3 above 250 kVA)


As not stated otherwise in tender discribtion, bigger pumping stations with more
than 250 kVA load requirement, (Type 3), the power demand will be drawn from
10 kV power supply of the next connection point of the public feeder line of the lo-
cal power supplier Elektro Privreda Crne Gore (called JEP EPCG) via earth laid
medium voltage cable or overhead transmission line. The nominal low voltage of
400/230 V will be provided by an integrated compact substation with transformer,
medium voltage switchgear and metering.

The distribution is to be done via the low voltage switchgear.

In order to meet a high security of supply even in case of power supply interrup-
tions, an emergency generator will be permanently installed.

General
In view to the local climatic and environmental conditions, appropriate measures
have to be met for cooling and protection against dust of the equipment.

First of all, the contractor will design and calculate the entire supply services (in-
clusive the incoming-feeder cable and power transmission line) according to the

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 6


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT

VOLUME III – TECHNICAL SPECIFICATIONS


Section 3.4 Specifications Electrical Works

fixed requirements. On the basis of this design, the final co-ordinations are to be
done with the engineer, the principal and the local power supplier, which has to be
entrusted as a subcontractor for the deliverable components up to the feeding
points of the low voltage main distribution switchgears.

1.1.3 Concept of Instrumentation and Control Engineering

The concept for the process engineering provides the automatic operation of the
pumping station. The requirements on the instrumentation and control engineering
have to be coordinated with this concept. Even in this case, operational reliability
and availability of the equipment are the principal design criteria. It has to be guar-
anteed that the equipment serves its purpose unattended and faultless for longer
periods under the local operational conditions.

The operation and control of the equipment of small and medium pumping stations
(Type 1 and 2) with switchgear cabinet for outdoor installation shall be effected
manually via control switches inside the switchgear cabinet (second door) and for
bigger pumping station (Type 3) with building via local control switches near to the
motor and via Operator Panel OP as touch panel which will be located on the door
of the switchgear cabinet for indoor installation or by automatic control.

The control works with PLC by SIEMENS or equal quality, type Simatic S7-200
with operator panel as HMI TD-200.
The reporting and archiving are made by paperless printing recorder with a data
logger. The following structure has to be set up for each equipment:

Local manual operating level:

The highest priority has to be given to this operating level. When switching over to
the manual operation local, this level is hardware-like directly linked with the drive
so that the control has no longer any influence.

Central manual operating level:

The second priority has to be given to this operating level. When switching over to
the manual operation at the operator Panel OP located on the switchgear cabinet,
this level is linked via the PLC with the control units in the switchgear cabinet, so
that the automatic operating level has no longer any influence.

Automation level:

The automatic control of the equipment or aggregates is realized via hardware


switch units in dependence of the measurements, the relevant operation limits and
a hardware-controller. The automatic control works directly on PLC system.

1.1.4 Documentation

In the course of the detailed planning, the contractor satisfies himself about the
designed process structure and accepts the development of all shop drawings on
his own responsibility.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 7


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT

VOLUME III – TECHNICAL SPECIFICATIONS


Section 3.4 Specifications Electrical Works

The contractor has to prepare and to submit for verification the following docu-
ments:

a) Directory of all drawings and further documents


b) Layout (schematic layout, block diagrams, single-line representations )
c) Functional descriptions and specifications of work and services
d) List of components
e) Mechanical design and projection of components
f) Wiring lists
g) Control system function diagram and description
h) List of measuring points
i) Schematics and circuit diagrams
j) Terminal connection diagram
k) External connection diagrams
l) Test records
m) Installation drawings
n) PLC I/O List
o) PLC Software listing

The complete documentation is to be set up in two languages, i.e. in English and


Montenegrin. A table of contents with a tabulation of all single drawings, sheet
number, drawing numbers and so forth has to be set up. All drawings have to be
provided with a common numbering system according to DIN 40719, part 2, or
DIN 6779, part 1, under inclusion of all individual devices, building parts, etc.

Furthermore, all drawings are to be delivered on data carriers. Here, current for-
mats have to be used (DXF-format, Excel, Word, etc.).

The preparation of the documentation has exclusively to be done according to the


respective DIN-standard (item designation, graphical symbols, terminal diagrams,
etc.).

If necessary, all records are to be folded in DIN-A-4 format and handed over in
appropriate files.

Depending on their size, the originals have to be made available in wrappers,


drawing rolls and so forth.

Complete list of components, which will be delivered under this contract, belongs
to the documentation. The listing is done on DIN-A-4 lists with item designation,
the electrical drawings, manufacturers, type designation, manufacturer or product
number as well as an indication about wear and durability. A complete mainte-
nance list is to be set up.

Functional and automation descriptions and charts are to be submitted in duplicate


for the start-up. The complete operation under manual and automatic control, the

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 8


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT

VOLUME III – TECHNICAL SPECIFICATIONS


Section 3.4 Specifications Electrical Works

functional connections and the instructions for fault location have to be presented
in this document.

In case of outside cabling, site drawings of cable lines and the reserve conduit sys-
tem are to be set up.

1.1.5 Standard Specifications

The latest version of the DIN/VDE (note of transl.: VDE = Association of German
Electro technical Engineers) standards are first valid for the electro technical
equipment. High-quality, DIN/VDE-proved operating materials – that means de-
vices, generating sets and other materials – of well-known Western European
manufacturers are to be used.

In case, no relevant proposals will be made on behalf of the contractor, the stan-
dards mentioned in the specification are valid. In addition, the following standards
have to be considered:

DIN/VDE standards, especially

- DIN/VDE 0100
- DIN/VDE 0101
- DIN/VDE 0105
- DIN/VDE 0165
- DIN/VDE 0113
- IEEE Standards
- Technical supply conditions of the responsible power supply company
- Guidelines for explosion protection
The total plant and all devices belonging to the scope of service have to corre-
spond at least to the interference suppression level “N”. Here, the standards DIN
57874 and 57875 as well as VDE 0874 and 0875 are valid.

The contractor will certify that all electrical equipments, operating materials and the
electrical installation meet the relevant standards and local provisions.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 9


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT

VOLUME III – TECHNICAL SPECIFICATIONS


Section 3.4 Specifications Electrical Works

1.2 REQUIREMENTS ON POWER SUPPLY

1.2.1 Incoming Supply

Small Pumping Station (Type 1)


The low voltage energy supply connection of the small Pumping Station will be
provided by the connection to the low voltage public power supply system via LV
underground cable / LV overhead transmission line. The supply and installation of
the feeding LV cable incl. cable trench / aerial line incl. erected poles is part of the
Contractors responsibilities.

Furthermore it is the Contractors responsibility to coordinate the technical details


of the power supply connection, metering, execution and programme of the works
with the local energy provider “Elektro Privreda Crne Gore (called JEP EPCG).

The low voltage distribution with metering will be located in a separate switchgear
cubical near to the pumping station outside the fence.

Medium Pumping Station (Type 2)


The medium Pumping Station Type 2 (up to 250 kVA) will be connected to the MV
10 kV power supply of the public supply system via MV underground cable / MV
overhead transmission line. The supply and installation of the feeding buried MV
cable incl. cable trench or of the feeding MV overhead line incl. erected poles is
part of the Contractors responsibilities.

Furthermore it is the Contractors responsibility to coordinate the technical details


of the power supply connections, metering, executions and programme of the
works with the local power supply company “Elektro Privreda Crne Gore (called
JEP EPCG).

The nominal low voltage of 400/230 V will be provided by a pole mounted MV


transformer incl. pole mounted, air isolated circuit breaker. The supply and installa-
tion of the transformer is part of the Contractors scope of works.

The low voltage distribution with metering will be located in a separate switchgear
cubical near to the pumping station out of the fence.

Pumping Station Type 3


The big Pumping Station Type 3 (more than 250 kVA) will be connected to the MV
10 kV power supply of the public supply system via MV underground cable or MV
overhead transmission line. The supply and installation of the feeding buried MV
cable incl. cable trench or of the feeding MV overhead line incl. erected poles is
part of the Contractors responsibilities.

As not stated otherwise the nominal low voltage of 400/230 V will be provided by
an integrated compact transformer substation with MV switchgear, MV trans-
former, metering and LV main distribution. The supply and installation of the trans-
former station incl. foundation is part of the Contractors scope of works.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 10


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT

VOLUME III – TECHNICAL SPECIFICATIONS


Section 3.4 Specifications Electrical Works

1.2.2 Low Voltage feeding / Medium-Voltage feeding

LV-Feeding for Pumping Station Type 1

The low voltage feeding via underground LV cable or LV overhead transmission


line is to be linked via lead sealed house connection box composed of junction and
fuse box and shall make provision for the installation of the electricity kWh meter.
The connection must be realised according the terms of low voltage affiliation of
Montenegro and local power supplier JEP EPCG as well.

The LV feeding is a separate part of the necessary LV switchgear cabinet for out-
door installation, IP 54 as it shown on the drawing abouve. Depends on the re-
quest by the local power supplier the feeding part could be a separate switchgear
cabinet out of the fence. This switchgear cabinet has to guarantee highest per-
sonal safety, operational reliability and plant safety. Switchgear cabinet is located
next to the pumping station as it is shown on the relevant drawings.

The feeding part will be separately closed against to the MCC part. To regulate the
access for employer staff and the responsible local power supplier equally, the ac-
cess will be regulated with special double key lock systems. The switchgear cabi-
net shall be a “cabinet in cabinet” version. The access to the manual control
switches of the MCC, which are water proof mounted in the second door, will be
regulated with key lock system in front door only for employers operator. The ac-
cess to the dangerous electrical part of the MCC will be regulated by using a spe-
cial key lock for employer’s electrician staff.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 11


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT

VOLUME III – TECHNICAL SPECIFICATIONS


Section 3.4 Specifications Electrical Works

The equipment is to be designed and dimensioned by the tenderer on his own re-
sponsibility according to the standards mentioned below.

After fusing and metering the low voltage main feeding will be connected between
metering and MCC by motor-driven circuit-breaker with lock-out device preventing
closing IEC 157-1. The circuit-breaker has to be interlocked with the circuit-
breaker of the emergency generator facility which will be connected to the LV feed-
ing parallel.

MV-Feeding for Pumping Station Type 2

The MV overhead power transmission lines for feeding Pumping Station are to be
linked via air isolated, pole mounted circuit breaker.
The power metering will be located on the low voltage section in the feeder part of
the LV switchgear cabinet for outdoor installation.

This MV equipment has to guarantee highest personal safety, operational reliability


and plant safety and mounted with the outdoor proofed transformer on the pole out
of steel or wood. This pole is located next to the low voltage switchgear cabinet
next to the pumping station.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 12


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT

VOLUME III – TECHNICAL SPECIFICATIONS


Section 3.4 Specifications Electrical Works

Pole mounted Transformer


(up to 250 kVA)
10 kV

Air isolated
Circuit
Breaker

Pole
mounted
Transformer

400 V

Pole
LV
(Steel / Wood)
Switchgear
Cabinet IP54

Ground

The equipment is to be designed and dimensioned by the tenderer on his own re-
sponsibility according to the standards mentioned below. The transformer shall be
designed in such a way, that if operated with 65 % of its nominal power, the high-
est efficiency factor is reached.

Transformer with reduced no-load losses is to be used.

The switchgear has to correspond to the following VDE-standards and IEC-


publications:

DIN/VDE 0670 part 1000 “Specifications of high-voltage switchgears”


DIN VDE 0670 part 6 “High-voltage systems for voltages to 72,5 KV”
DIN VDE 0670 part 101-108 “High-voltage A.C. power circuit breaker”
DIN VDE 0414 part 1 “Specifications for instrument transformers”
DIN VDE 0412 part 2 “Particular specifications for inductive current
transformers”
ICE-Publ. 694 "common clauses for high voltage switchgear and
control gear Standards“
ICE-Publ. 298 "High voltage metal-enclose switch-gear and con-
trol-gear"
ICE-Publ. 56 "A.C. high voltage circuit breakers"
ICE-Publ. 185 "Current transformers"

The LV main incoming supply, receiving from the secondary side of the trans-
former shall be connected via LV cable after fusing and metering at the low volt-
age switchgear cabinet by an motor-driven circuit-breaker with lock-out device
preventing closing IEC 157-1. The circuit-breaker has to be interlocked with the
circuit-breaker of the emergency generator facility.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 13


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT

VOLUME III – TECHNICAL SPECIFICATIONS


Section 3.4 Specifications Electrical Works

MV-Feeding of Pumping Station Type 3

The MV overhead power transmission lines for feeding Pumping Station are to be
linked via medium voltage switchgear.
As not stated different the MV switchgear cabinets will be located in Integrated
Transformer Substation and shall make provision for the installation of the electric-
ity kWh meter.

This MV switchgear has to guarantee highest personal safety, operational reliabil-


ity and plant safety and built-in the compact transformer station. This compact
transformer station is located next to the low voltage switchgear room/building.

The equipment is to be designed and dimensioned by the tenderer on his own re-
sponsibility according to the standards mentioned below. The transformer shall be

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 14


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT

VOLUME III – TECHNICAL SPECIFICATIONS


Section 3.4 Specifications Electrical Works

designed in such a way, that if operated with 65 % of its nominal power, the high-
est efficiency factor is reached.

Transformer with reduced no-load losses is to be used.

The switchgear has to correspond to the following VDE-standards and IEC-


publications:

DIN/VDE 0670 part 1000 “Specifications of high-voltage switchgears”


DIN VDE 0670 part 6 “High-voltage systems for voltages to 72,5 KV”
DIN VDE 0670 part 101-108 “High-voltage A.C. power circuit breaker”
DIN VDE 0414 part 1 “Specifications for instrument transformers”
DIN VDE 0412 part 2 “Particular specifications for inductive current
transformers”
ICE-Publ. 694 "common clauses for high voltage switchgear and
control gear Standards“
ICE-Publ. 298 "High voltage metal-enclose switch-gear and con-
trol-gear"
ICE-Publ. 56 "A.C. high voltage circuit breakers"
ICE-Publ. 185 "Current transformers"

The LV main incoming supply, receiving from the LV main distribution on secon-
dary side of the transformer shall be connected at the low voltage switchgear cabi-
net by an motor-driven circuit-breaker with lock-out device preventing closing IEC
157-1. The circuit-breaker has to be interlocked with the circuit-breaker of the
emergency generator facility.

1.2.3 Emergency Power Supply

In case of a power failure, the equipment of the Pumping Station shall be supplied
via emergency generating sets. For this reason an emergency diesel generator
(EDG) is permanently installed next to the plant.

The emergency generators will be connected at the low voltage switchgear cabi-
nets by motor-driven circuit-breaker with lock-out device preventing closing IEC
157-1.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 15


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT

VOLUME III – TECHNICAL SPECIFICATIONS


Section 3.4 Specifications Electrical Works

1.2.4 Low Voltage Switchgear Cabinet / Low Voltage Main Distribution Unit

LV-Voltage Switchgear Cabinet for outdoor installation (PS Type 1 and 2)

The main or the transformer feed via the fuse and metering box of the feeding part
of the LV switchgear cabinet. The feeding between Transformer and LV Switch-
gear cabinet will be provided via buried LV cable. The LV switchgear cabinet,
which will be proper for outdoor installation, will be arranged near to the pump
chamber as it will be shown on the relevant drawings.

All drives of the pumping station will be directly supplied from the LV switchgear.

The switchgear is to be equipped with protective combinations for emergency


OFF, according to DIN EN 60204 part 1 (DIN/VDE 0113 part 1).

The switchgear has to be executed by a solid cubicle system for outdoor installa-
tion. The environmental conditions as regards temperature, dust development and,
if necessary, aggressive atmospheres has to be taken into account.

In the switchgears at least 20 % space reserve has to be provided.

The possibility of proper storage of the respective drawings has to be ensured for
the switchgear cabinet in the inner doors, frames or side walls of the switchgear
cabinet. The pocket for the drawings is to be delivered in a form-resistant design
with screwed fixing.

Against accidental arcs the switchgear cubicles have to be partitioned.

The wiring inside the switchgear cubicles is done by highly flexible conductors. The
stripping of insulation is thermally effected or done by mechanical special tools,
according to cross section. The connection to the devices is effected by insulated

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 16


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT

VOLUME III – TECHNICAL SPECIFICATIONS


Section 3.4 Specifications Electrical Works

terminal ends or wire end ferrules. Non-insulated connecting systems are not al-
lowed.

The cross section design is to be effected in accordance to DIN/VDE. The lines


have to be provided with 20 % reserve to the nominal current. In main circuits the
smallest allowed cross section is 2.5 mm². Control and measuring circuits will be
wired according to the back-up fuse, whereby 0.75 mm² is accepted as smallest
section. For electronics circuits, the wiring in form and method is depending on the
conditions of the manufacturer, however with a minimum of 0.75 mm².

Measuring circuits are to be installed shielded. The wiring of the control-, signal-
and measuring circuits as well as electronics in-/outputs is done in colour.

The bus bars have to be provided with appropriate markings over the total length
according to their meaning.

All in- and outgoing cables and lines have to be marked with cable-identification
labels inside the switchgear cabinet and on site. The respective cable number has
to be mounted permanently in a respective designation carrier. It is not allowed to
paste the cable numbers on the cables.

All terminal-, plug-in- and solder tag strips are to be assembled with a 20 % re-
serve.

The switchgear cabinet is made on plastic coated aluminium as “cabinet in cabi-


net” version. The control will be mounted on galvanized steel mounting plate which
will be installed in the back of the switchgear cabinet. The colour of the aluminium
switchgear cabinet has to be agreed upon with the Engineer; nominal colour grey
has to be provided. Transportation and assembly damages are to be repaired pro-
fessionally on the site.

LV-Voltage Switchgear Cabinet for raised floor installation (PS Type 3)

The transformer feed on a common bus bar in the low voltage main distribution
switchgear, which will be arranged in a separate room of the pumping station
building with below arranged concrete cable cellar and raised floor. The contractor
shall design the main distribution switchgear and coordinates the space required
with the structural demands.

All drives of the pumping station will be directly supplied from the low voltage main
distribution switchgear.

Depending on the final conception, this structure has to be corrected or extended,


if necessary. The respective structure of the distribution switchgears has to be in-
dicated in the Proposal Forms.

The switchgears are to be equipped with protective combinations for emergency


OFF, according to DIN EN 60204 part 1 (DIN/VDE 0113 part 1).

The switchgear has to be executed by a uniform cubicle system. The environ-


mental conditions as regards temperature, dust development and, if necessary,
aggressive atmospheres has to be taken into account.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 17


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT

VOLUME III – TECHNICAL SPECIFICATIONS


Section 3.4 Specifications Electrical Works

Warning and indicating boards have to be attached in all areas. Especially in


switchgear rooms sign-posting of the escapes are to be effected. Furthermore,
these rooms are to be equipped with CO2-fire extinguishers and portable emer-
gency hand lamps for battery operation.

In all switchgears at least 20 % space reserve has to be provided.

The possibility of proper storage of the respective drawings has to be ensured for
each functional unit in the doors, frames or side walls of the switchgears. The
pockets for the drawings are to be delivered in a form-resistant design with
screwed fixing.

Against accidental arcs the switchgear cubicles have to be partitioned. Only the
concerned section may be affected in case of disturbance.

Each section gets an engraved signboard which clearly displays the functional
group, installation place, circuit diagram, terminal strip, etc.. These signboards are
to be mounted durable on the outside.

The wiring inside the switchgear cubicles is done by highly flexible conductors. The
stripping of insulation is thermally effected or done by mechanical special tools,
according to cross section. The connection to the devices is effected by insulated
terminal ends or wire end ferrules. Non-insulated connecting systems are not al-
lowed.

The cross section design is to be effected in accordance to DIN/VDE. The lines


have to be provided with 20 % reserve to the nominal current. In main circuits the
smallest allowed cross section is 2.5 mm². Control and measuring circuits will be
wired according to the back-up fuse, whereby 0.75 mm² is accepted as smallest
section. For electronics circuits, the wiring in form and method is depending on the
conditions of the manufacturer, however with a minimum of 0.75 mm².

Measuring circuits are to be installed shielded. The wiring of the control-, signal-
and measuring circuits as well as electronics in-/outputs is done in colour.

All bus bars have to be provided with appropriate markings over the total length
according to their meaning.

All in- and outgoing cables and lines have to be marked with cable-identification
labels inside the switchgear cubicles, main distribution switchgears, etc.. The re-
spective cable number has to be mounted permanently in a respective designation
carrier. It is not allowed to paste the cable numbers on the cables.

Installed operating and supervising devices will be marked outside in plain lan-
guage with engraved formica labels which are to be fixed by screws or rivets.

Connectors inside the switchgears are to be marked clearly and durable on the
plug and the device.
All terminal-, plug-in- and solder tag strips are to be assembled with a 20 % re-
serve.

The contractor has to ensure a durable protection against corrosion for the entire
scope of delivery. All switchgear cubicles are to be sand-blasted. A priming coat is

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 18


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT

VOLUME III – TECHNICAL SPECIFICATIONS


Section 3.4 Specifications Electrical Works

to be applied immediately after sand blasting. The following coating on epoxy resin
base is to be applied twice. The colour has to be agreed upon with the Engineer.
Transportation and assembly damages are to be repaired professionally on the
site.

1.2.5 Lightning Protection and Equipotential Bonding

For personal safety and protection of the equipment an appropriate earthing sys-
tem is to be designed and built up by the Contractor.

Foundation earths, ground strips and, if necessary, earth rods have to be provided.

The effectiveness of foundation earths supposes that a certain degree of humidity


is kept in the ambient concrete. Therefore, it is not allowed to apply humidity insu-
lation under foundation earth.

Earth termination network and protective earthing have to be considered as differ-


ent systems.

The buildings of the bigger pumping station (Type 3) have to be equipped with a
lightning protection system. On the roofs air terminations are to be installed. Down
leads are to be drawn up behind building linings as far as possible.

All metallic structural elements of outdoor buildings and superstructure are to be


included in the lightning protection. The earthing systems are to be connected to
equipotential bonding strips and marked in correspondence to their application.

In any case, all metallic casings of electrical equipments which can take up volt-
ages in case of faults are to be connected with the protective conductor according
to DIN/VDE 0100

As secondary protection of the electrical equipment against atmospheric and


switching surges, overvoltage protectors are to be used.

The control and instrumentation systems are to be equipped with overvoltage pro-
tectors in their signal input. These are also to be equipped with quick-acting tran-
sient protection devices. It is to be observed that protected and unprotected lines
are not running parallel.

The functionality of these protective devices is depending on the careful planning


and execution of the equipotential bonding. All measures of this domain are sepa-
rately to be documented including the necessary measurements of the earthing
system.

As further criterion for trouble-free operation of the plant and as protection against
corrosion damages, the earthing system is to be kept at zero current, as far as
possible. No equalizing currents due to unacceptable PEN links may flow over the
earthing system. This is to be proved by measures

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 19


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT

VOLUME III – TECHNICAL SPECIFICATIONS


Section 3.4 Specifications Electrical Works

1.2.6 Protective Measures for Safety

The complete power system of the pumping station is to be built up as a TN-S-


system. TN-C or TN-C-S-systems are not allowed with regard to the low frequency
electromagnetic compatibility. In order to prevent unacceptable currents on the
earthing system, no PEN-links are allowed in the sub-distribution switchgears. The
de-energized earthing system is an acceptance criterion of the plant.

As protective measure for safety, the TN-S-system has to be equipped with over
current protective devices and residual-current-operated circuit-breakers.

1.3 REQUIREMENTS ON INSTRUMENTATION AND CONTROL SYSTEMS

1.3.1 General

The instrumentation and control includes all services for an automatic operating
mode of the pumping station. All services for control, measured-data acquisition
and observation are to be included in the Contractors scope of supplies. After fin-
ishing, the plant has to run automatically on PLC system by using relays, contac-
tors and altitude-operated limit switches. As HMI (Human Machine Interface) a op-
erator panel has toi be foressen.

Centralized fault and alarm indications are to be linked by an emergency call cen-
tral unit via a GSM mobile connection to a target named by the operator. The va-
lence of the indications is to be determined in the customer requirement specifica-
tion. These specifications are to be done by the contractor in agreement with the
designer of the plant.

Essential interventions are to be displayed to staff by the inner door mounted con-
trol indicator of switchgear cabinet of small and medium pumping station (Type 1
and 2). Essential interventions of bigger pumping stations (Type 3) are to be dis-
played to the staff by switchgear door mounted control indicator on the switchgear
cabinet in the building. In any case the operator panel will be display the relevant
interventions as well.

The logs of the main measured-data will be printed out by the paperless display
printer and stored on integrated Data-Logger. After the appropriate training, the
operating staff has to be able to observe and control the procedures independ-
ently.

Deliveries of electro technical configuration as parts of the mechanical equipment


are to be integrated in the overall concept, where appropriate with the necessary
extensions.

Cabling, cable racks, cable ducts, tubes, conduits and all fixing materials belong to
the scope of delivery.

For measuring- and control cabling, shielded cables or lines have to be used. The
shielding has to be put on single ended in the terminal boards.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 20


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT

VOLUME III – TECHNICAL SPECIFICATIONS


Section 3.4 Specifications Electrical Works

All sensors, flow-rate meters, probes or other equipment parts delivered by the
Contractor or other suppliers have to be connected, adjusted, calibrated and put
into operation.

Every measuring circuit, actuator and control loop is to be checked. The check list
is to be provided with the name and signature of the test engineer as well as the
date.

1.3.2 Local control luminaries

Small and medium pumping stations with only switchgear cabinet for outdoor in-
stallation (Type 1 and 2) don’t have to be equipped with Mosaic-Type Mimic Panel
but with Operator Panel OP. Therefore the luminaries of the local control layer will
be installed into the inner door of the switchgear cabinet (“cabinet in cabinet”) to
indicate the operating conditions.

Big Pumping stations (Type 3) have to be equipped with Operator Panel OP as


well. The indication of pumping station operating conditions occurs with the lumi-
naries on the doors of designed low voltage switchgears and it includes the sche-
matic presentation of the complete pumping station, engraved on mosaic tiles or
plate of aluminium.

The signalling of operating conditions and analogue measuring is effected by LED


display elements and digital or analogue measuring instruments. The measure-
ment signals will be indicated on the display of the paperless digital printer as well
and will be archive on the integrated data logger.

The operator panel is suitable for simple operating tasks with the PLC. The opera-
tor panel is an especially flexible HMI device for the PLC. The display can either be
configured with four lines and 24 characters per line or with two lines and 16 char-
acters per line. The 15 configurable keys provide tactile feedback, additional visual
or acoustical feedback can be set up. The design of the device surface can be in-
dividually arranged around the permanently positioned keys.

1.3.3 Local Controlling Systems

The mechanical equipments for small and medium pumping station (Type 1 and 2)
are to be configured with local controls on the inner door of the switchgear cabinet.
It must be possible to take the respective drive out of the automatic mode and to
switch it „ON“, “REMOTE” or „OFF“ in manual mode. The prevailing mode and the
operation of each drive have to be monitored by illuminated indicator light and ad-
ditionally on the OP.

The mechanical equipments for big pumping station with building and pumping
cellar (Type 3) are to be configured with local controls near to the drives. It must
be possible to take the respective drive out of the automatic mode and to switch it
„ON“, “REMOTE” or „OFF“ in manual mode as well. The prevailing mode and the
operation of each drive have to be monitored by illuminated indicator lightight and
additionally on the OP.

All local controls get an emergency stop button which turns off the concerned drive
not only in automatic mode but also when in manual mode.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 21


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT

VOLUME III – TECHNICAL SPECIFICATIONS


Section 3.4 Specifications Electrical Works

1.3.4 Communication

In the case of fault or alarm the responsible operator in charge has to be notified
via emergency call unit with GSM connection (all pumping stations Type 1, 2 and
3) respectively and additionally public telephone network of bigger pumping sta-
tions with telephone connection, which will be notified by potential free contacts
comes out of the MCC. As far as the fault message is not acknowledged, it has to
be repeated periodically. The operator in charge shall then acknowledge the call or
SMS and initiate respective measures. If the responsible operator is not respond-
ing, further alternative numbers have to be contacted by SMS.

In the low voltage switchgear room of the bigger pumping station a telephone sys-
tem is necessary which connects all necessary stationary and mobile phones and
the emergency call unit to the public telephone network.

Additionally the whole pumping station system will be connected GPRS modem
connection between all pumping stations to provide a signal transfer. With this in-
formation system, the pumping station will be informed about disorders of pumping
stations in upstream to stop operation and go into sea outlet operation. Data trans-
fer system must be adjusted with the system that already exists in the certain
pumping stations of the Employer.

1.4 INSTALLATION AND LIGHTING SYSTEM

1.4.1 Wiring System

Basically, methods of installation adapted to the local requirements are to be used


(for example conduits, cable ducts, etc.). When installing cables and lines inside of
buildings it is probably necessary to mount auxiliary constructions for fixing. These
are to be considered in the tender.

Cables have to run in one length without splice boxes. Exceptions require the ap-
proval of the engineer. All cables have to run properly adjusted, side by side, with
mutual distance, especially as regards power cables, so that a good ventilation is
guaranteed (DIN/VDE 0298, part 2). The filling factor of cable racks may not ex-
ceed 70 %.

All designation systems for cables and lines have to be executed in English and
Montenegrin. The marking of the cables with identifying bands are to be effected
durable with a distance of 20 m. All cable selling ends on devices, equipments and
machines are to be marked with respective cable numbers.

For the final dimensioning of the conductor cross sections and the corresponding
fuse, the DIN/VDE 0100- and the DIN/VDE-0298-standards are valid, especially
the reduction factors for method of installation, cable bundling and the expected
ambient temperatures.

The voltage drop between the feed-in and the electrical consumer shall not exceed
3 % of the nominal values. Every drive and every measuring gets a separate lead
wire.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 22


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT

VOLUME III – TECHNICAL SPECIFICATIONS


Section 3.4 Specifications Electrical Works

N-conductors will be marked blue, PE-conductors green-yellow. This colouring is


exclusively reserved for these strands. A marking in form of coloured tube covers
is not allowed, with the exception of single-core lines/cables and number cables.

The proof for the compliance of the release conditions for over-current- and fault
current-protective devices are to be provided in tabular form for each line/cable
and with indication of the line/cable length.

1.4.2 Supply Conditions on Equipment

All devices, machines and equipments connected by the contractor, have to be


sealed at least in the degree of protection IP 54 against penetration of humidity
and dust. Measures for higher degrees of protection, e.g. IP 67 or explosion proof
type, are taken there where they are necessary, e.g. in flooding and hazardous ar-
eas.

On principle, the request is valid that the degree of protection of the device to be
connected has to be observed. It is the contractor’s duty to check the available ca-
ble entries in view to functionality and degree of protection. If necessary, the
glands, screwing, entrances and so forth are to be modified in order to meet the
demand. In case of non-compliance, the contractor has to perform corrective
measures. Possible operating failures are to be borne by him.

For all connections it has to be obligatory that a perfect strain relief of the cables is
guaranteed.

All reserve strands of cables have to be put on respective terminals and are to be
indicated in the documentation. The terminals for the reserve strands are to be
marked according to the documentation.

1.4.3 Indoor Installation and Cabling

In dependence on using, the indoor installations are effected surface mounted or


concealed. The electrical installation inside the pumping stations shall be carried
out surface mounted.

Cable racks and gutters consisting of metal have to be connected electrically con-
ductive and to be included in the equipotential bonding. The used materials for the
cable routes are to be adapted to the local demands. Sheets are to be used with
ground perforation, depth at least 60 mm. If necessary (e.g. for common embed-
ding of energy- and measuring cables), separation strips are to be used. If neces-
sary, cutting edges or drill holes have to be after treated and equipped with an
edge protection.

Fixings among each other and on brackets, walls, ceilings and so forth have to be
executed with typical accessories. For accident prevention, stirrups are to be
equipped with plastic protection caps on the bottom cutting edge.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 23


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT

VOLUME III – TECHNICAL SPECIFICATIONS


Section 3.4 Specifications Electrical Works

In the domain of building installations, all socket-outlets are to be provided with


their fusing number of the corresponding sub-distribution switchgear. The same
signboards as for the cable markings can be used.

If necessary, an air conditioning and electrical heating is to be provided for low


voltage room. The room temperature of the low voltage room of the pumping sta-
tion during the summer period shall not exceed 30 °C when reaching 40°C outside
temperature, and shall not fall below 5°C during the winter period.

1.4.4 Outdoor Installation and Cabling

The underground laying of cables is to be done in corrugate cable pipes which are
to be laid in a sand stratum of at least 10 cm thickness. It is to be kept free of
stones. The cover shall be least 80 cm for long distances. For short distances the
level could be less deep, if it is shown in the relevant drawings.

Above the cabs rout a cable warning tape has to be laid.

Cable entries into chambers and sump pit of smaller and medium pumping sta-
tions (Type 1 and 2) have to be executed with waterproof cable glands, if it’s re-
quired on the relevant drawing.

Cable entries into buildings and sub-structures as in bigger pumping station (Type
3), e.g. into the double bottom / false floors / cable cellars of the pumping station,
have to be executed with waterproof cable glands

1.4.5 Interior Lighting

The control section (MCC) behind the second door of the “cabinet in cabinet” ver-
sion and the operator section behind the exterior door the switchgear cabinet for
outdoor installation (Type 1 and 2) is to be equipped with adequate luminaries IP
44, controlled by twos door position switches.

The interior lighting of the bigger pumping stations (Type 3) is to be designed ac-
cording to DIN 5035. The visual demands as well as the psychophysical aspects of
view have to be considered.

The requirements in view to the quality grade of the glare restriction are to be con-
sidered by selection of luminaries for the different room tasks.

Type, number and arrangement of luminaries are to be adapted to the require-


ments of the individual rooms.

1.4.6 Exterior Lighting

The exterior lighting, if required in relevant drawings of bigger pumping stations


(Type 3) only has to be designed in order to guarantee save crossing of the Plant
and appropriate working conditions even in darkness. The average working place
luminance has to reach at least 50 lux.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 24


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT

VOLUME III – TECHNICAL SPECIFICATIONS


Section 3.4 Specifications Electrical Works

Pole mounted and wall mounted luminaries are to be used. The exterior lighting is
switched either manually by a central key switch at the pumping station building or
automatically by a time limited twilight switch.

Type, number and arrangement will depend on the design and arrangements of
the exterior plants.

1.5 TESTING AND START-UP OF ELECTRICAL EQUIPMENT

Testing and start up of the electrical equipment will be performed together with the
hydraulic and mechanical testing plant. The procedures to be followed are de-
scribed under the General Requirements for the execution of contractual works.

All expenditures for the functional tests and the start-up have to be included in the
tender. It has to be considered that further tunings and settings of parameters
could be necessary even until one year upon the start-up.

1.5.1 Operating Tests

Works tests will be performed in accordance to appropriate DIN standards and in-
clude all other tests the Engineer may require for the verification that the works
comply with the specification.

Prior to start-up, the Contractor will check the entire equipment in view to its func-
tionality. All equipment parts are to be examined in view of their complete func-
tionality. Not only an individual device- and information verification has to be per-
formed, but the entire interdependent functionality from the process control to the
respective signalling devices, processing blocks and the automatic control level
has to be proved. As far as process data are not available, they have to be simu-
lated.

During this phase, all operating conditions have to be performed. The step-by-step
start-up can only be carried out upon the successful functional tests.

On request of the Employer, the Contractor is obliged to demonstrate the function-


ality of the plant under “dry conditions”.

Furthermore, the functional testing of electrical equipment includes the verification


of the correct operation of all switching, measuring, the checks on keeping the de-
sired temperature of all engines and drives, insulation tests for all power circuits
(voltage tests) etc.

For the pumping station the correct operation of the permanent emergency gen-
erator set, and thus the operation of the entire electrical plant under emergency
power supply, has to be simulated and tested under power cut conditions.

Performing the tests, the Contractor shall use only tested measuring instruments.
A copy of the test certificate for test instruments shall be submitted at request of
the Engineer.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 25


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT

VOLUME III – TECHNICAL SPECIFICATIONS


Section 3.4 Specifications Electrical Works

1.5.2 Start-up

Prior to start-up, all necessary certificates and test protocols have to be submitted
to the Engineer.

The starting up of the electrical plant is effected together with the commissioning
of the mechanical equipments and the process technology. The Contractor shall
carry out the start-up including final functional tests of all connected components.
These will be carried out at the discretion of the Engineer. Changes and adjust-
ments will be made where necessary for proper operation of the equipment.

At this time, the Contractor undertakes the entire responsibility for the start-up of
the manual and automatic functions for the electrical engineering.

Functional tests and the start-up are to be performed in the presence of the Em-
ployer and his future operating staff. It is the Contractors obligation to render a de-
tailed introduction into the operation and maintenance of the electrical plant to the
Employer’s staff.

The coordination of the plant commissioning with regards to the contractual dead-
lines is the Contractor responsibility.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 26


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT

VOLUME III – TECHNICAL SPECIFICATIONS


Section 3.4 Specifications Electrical Works

2 PARTICULAR SPECIFICATIONS ELECTRICAL ENGINEERING WORKS

2.1 ELECTRICAL WORKS COMPACT PUMPING STATIONS PS7 and PS 10

The specification of the equipment and work mentioned below are basing on the
German DIN/VDE standards.

2.1.1 Power Supply


All compact pumping stations will be connected to the low voltage power supply by
the public cable feeding line near to the plants. It is the Contractors responsibility
to coordinate the technical details of the power supply connection, metering, exe-
cution and programme of the works with Elektro Privreda Crne Gore (called JEP
EPCG). The necessary Decisionen have been submitted proved and shall be
used for detail design basis.

To connect each compact pumping station to the public power supply system, an
additional approx. 50 m underground low voltage cable has to be laid from the al-
ready existing concrete pole up to the vicinity of the relevant pumping station to the
border of the site.

The equipment of each power supply includes the adequate isolated mounting
clamps, the average 50 m buried voltage cable, NYY-J 5 x X mm² (PP OO 4 x X
mm²) cable or equivalent, fixed on the last pole and laid underground in a cable
trench. Even all necessary connection works on both sides and materials for the
connection and cabling even the earthworks as the cable trench have to be carried
out by the contractor.

As not statedotherwise the scope of supply comprises of detailed design, supply,


installation, testing and commissioning of:

 6 x Low voltage cable between the last pole and the feeder part of the
pumping station , average 50 m each, NYY-J 5 x X mm² cable or equiva-
lent, laid underground in a cable trench, incl. all earthwork, bedding, warn-
ing tabe and cable protection according to the requirements of JEP EPCG.
 All necessary connection works on both sides of each compact pumping
station and materials for the connection and cabling incl. cable sleeve
have to be carried out by the contractor.

2.1.2 Low Voltage Switchgear Cabinet (Feeding Part)


The scope of supply comprises of detailed design, supply, installation, testing and
commissioning of:

 6 x LV Switchgear cabinet for outdoor installation (feeder part)


 Junction Box, each
 Fuse Box, each
 Metering Box, each
 Socle, each

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 27


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT

VOLUME III – TECHNICAL SPECIFICATIONS


Section 3.4 Specifications Electrical Works

 mounted on socle, incl. internal cabling (Power and Signal), each

Type-tested compact cabinets made of plastic coated aluminium have to be in-


stalled outdoor (IP 54) as “cabinet in cabinet” on site near the relevant equipment,
in accordance to DIN/VDE 0660 and DIN/VDE 0100. The type test has to be certi-
ficated. The feeder part has to be connected directly site by site with the MCC part
below, if the local power supplier doesn’t required separate cubical out of fenced
area. Control panel size minimum W x H x D = 800 x 1.400 x 500 mm.

The location of each outdoor switchgear cabinet has to be determined and indi-
cated by the Contractor. When dimensioning the whole LV switchgear incl. the
MCC section with all distributions, the reserve space required of at least 20 %.

The thermal load of the units has to be determined according to VDE 0660, part 5.

nominal voltage: 400/230 V


system frequency: 50 Hz
short-circuit current: Ik = 55 kA
peak short-circuit current: Is“ = 75 kA
control voltage: 230 V AC/24 V DC
degree of protection: IP 54
ambient temperature: 0°C to + 40 °C

The transfer and distribution in the cabinet is effected via a 5-pole bus bar system
made of copper, calculated for the power of the 1 Phase, including a reserve of 25
%. PE and N bar have to be executed separately.

The switchgears have to be delivered completely implemented and wired, includ-


ing all post insulators, terminal blocks, device bars, engraved formica labels in
English and Montenegrin, incidental and fixing material, connecting lines between
the individual units and all necessary earthing material.

The designed dimensions are:

panel height: max. 1.400 mm


panel width each: max. 800 mm

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 28


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT

VOLUME III – TECHNICAL SPECIFICATIONS


Section 3.4 Specifications Electrical Works

Panel depth: 500 mm


The cable compartments of the feeding units have to be equipped with 400 mm
free connection height and support construction for cables. The maintenance, the
installation and the exchange of all construction parts has to be possible from the
front side.

The entire low voltage switchgear has to be delivered including the complete ac-
cessories, installed and mounted ready for operation, including the complete inter-
nal system wiring for measuring, controlling and signalling.

The feeder has to be equipped with surge arrester for each phase + N. The nec-
essary distance between surge arrester device and other equipment has to con-
sider by the contractor. The surge arrester has to protect with fuse switch-
disconnector, incl. fuse control system.

The two incoming feedings are effected via motor-driven synchronous circuit-
breakers, in draw out-unit design, nominal breaking capacity = 55 kA, with manual
auxiliary operating mechanism, rated insulation level according to DIN/VDE 0110 =
1000 V by 50 Hz, with instantaneous magnetic short-circuit release, thermally de-
layed overcurrent release and open-circuit shunt release.

Low Voltage Switchgear Cabinet (IP54), Type 3

CB
M

Three-Phase
Power Meter
Motor Control Centre (MCC)

Lead sealed

Fuse Box

Junction Box

Ground
Socle
Cable pipes

LV feeder Power Control Measurement


cable cables cables cables

The power switches have to be dimensioned with a reserve of 25 % (minimum


values IN Line = 63 A). An additionally power socket plug in, CEE, 400 V / 63 A in-
clusive manuel change-over switch LAS allows to connect mobile emergency die-
sel generator EDG. The switch positions have to be supervised and indicated.
Manuel- and automatic operation of the switches has to be given, the manual op-
eration occurs via hand-drive in the front door of the respective unit.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 29


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT

VOLUME III – TECHNICAL SPECIFICATIONS


Section 3.4 Specifications Electrical Works

2.1.3 Low Voltage Switchgear Cabinet (MCC Part)


Generally the scope of supply comprises of detailed design, supply, installation,
testing and commissioning of:

 6 x 1 motor control centre (MCC) for 1 + 1 pumps

Type-tested compact cabinets made of plastic coated aluminium have to be in-


stalled outdoor (IP 54) as “cabinet in cabinet” on site near the relevant equipment,
in accordance to DIN/VDE 0660 and DIN/VDE 0100. The type test has to be certi-
ficated. The MCC part has to be connected directly site by site with the feeder part
above. Control panel size minimum W x H x D = 800 x 1.400 x 500 mm.

The locations of each outdoor MCC have to be determined and indicated by the
contractor. When dimensioning the MCC with all distributions, the reserve space
required of at least 20 %. The separation of the MCC for several equipment has to
clarify with the supplier or his representative.

The thermal load of the units has to be determined according to VDE 0660, part 5.

nominal voltage: 400/230 V


system frequency: 50 Hz
short-circuit current: Ik = 55 kA
peak short-circuit current: Is“ = 75 kA
control voltage: 230 V AC/24 V DC
degree of protection: IP 54
ambient temperature: 0°C to + 40 °C

The MCC´s including all components required for fully automatic operation of the
pumping station with 2 pumps (2,2 kW each), including control units and including
separate feeder part.

The control works with PLC by SIEMENS or equal quality, type Simatic S7-200
with TD-200 control unit.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 30


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT

VOLUME III – TECHNICAL SPECIFICATIONS


Section 3.4 Specifications Electrical Works

The luminaries with LED of the local control layer have to be installed into the inner
door of the switchgear cabinet to indicate the operating conditions.

The manual control has to be provided on the local control layer with local control
switch and buttons on the inner door of the switchgear cabinet. It must be possible
to take the respective drive out of the automatic mode and to switch it „ON“,
“REMOTE” or „OFF“ in manual mode. The prevailing mode and the operation of
each drive have to be monitored by illuminated indicator light.

On the local control layer an emergency stop button which turns all concerned
drives not only in automatic mode but also when in manual mode.

Separate functional units for outgoing circuits and measuring and control technol-
ogy have to be provided.

The distribution in the cabinet is effected via a 5-pole bus bar system made of
copper, calculated for the power of the 1 Phase, including a reserve of 25 %. PE
and N bar have to be executed separately.

The switchgears have to be delivered completely implemented and wired, includ-


ing all post insulators, terminal blocks, device bars, engraved formica labels in
English and Montenegrin, incidental and fixing material, connecting lines between
the individual units and all necessary earthing material. A two-pole-and-earth
socket-outlet and luminary has to be provided for each unit as well.

Operation and trouble signals, reset button, motor protection relay, fuses, relays,
mains isolator, timer, control units have to be provided for each part.

The designed dimensions are:

panel height: max. 1.400 mm


panel width each: max. 800 mm
Panel depth: 500 mm

The cable compartments have to be equipped with sufficient free connection and
support construction for cables. The maintenance, the installation and the ex-
change of all construction parts has to be possible from the front side.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 31


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT

VOLUME III – TECHNICAL SPECIFICATIONS


Section 3.4 Specifications Electrical Works

All energized parts within the cabinets have to be protected safe to touch; hand-
operated control equipment is to be arranged in a well accessible level and in a
necessary water and dust protection IP 54. The cabling has to be done in plastic
ducts.

The necessary ventilation of each MCC has to be realized dustless. The contractor
will calculate the necessary air changes per hour as well as the dissipate heat load
on his own responsibility.

The entire low voltage MCC has to be delivered including the complete accesso-
ries, installed and mounted ready for operation, including the complete internal
system wiring for measuring, controlling and signalling.

Outgoing circuits and drive controls:


The following definitions are of a common nature. These have to be coordinated to
the real requirements and depend on the selection of the mechanical equipment of
the process engineering. The listed requirements and configurations have to be
fulfilled:
- all main drives and outgoing circuits have to be supervised on re-
sidual currents for a premature detection of faults
- all main drives and outgoing circuits have to get fuse failure relays
with transmission to the illuminated indicator on the inner door of
the switchgear cabinet.
- measuring of current input of all main drives, with transmission to
the instruments on the inner door, including the necessary instru-
ment transformers, display on the inner doors of the switchgear

Drive controls up to 7.5 kW


- motor protecting switch, nominal breaking capacity of 50 kA, with
adjustable thermally delayed over-current release and magnetic
short-circuit release, auxiliary contacts and padlock closure
- power contactors, duty type AC 3, control voltage optional 24 V or
230 V
- instrument transformer with output 1 A
- all necessary auxiliary relays, time relays, comparators, clock
generator, transducers and controller for automatic operation and
linking
- tripping unit for thermistor motor protection
- run dry protection if necessary

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 32


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT

VOLUME III – TECHNICAL SPECIFICATIONS


Section 3.4 Specifications Electrical Works

2.1.4 Reactive-Power Compensation


Each power circuit will be provided with a hard wired converter for reactive power
compensation that generates or consumes reactive power without the flow of ac-
tive power for the power losses in the converter.

The converter has to be dimensioned by the contractor in dependence of the


pumps. The value has to attest by a calculation. The allowed power factor by the
local power supplier is cos phi 0.95.

2.1.5 Lighting Protection and Equipotential Bonding


The contractor shall design, supply and install the complete lightning protection
system and the equipotentail bonding for the pumping station, including air termi-
nation rods, down leads, disconnecting device, foundation earth, ring earth con-
ductors etc.

The design and installation has to execute according to the Lighting-Protection-


Zone-Conception which is required in the employers requirements.

The metalwork’s of all items of electrical equipment provided under the contract,
as well as handrails, ladders, gratings, checker plates etc. shall be designed to be
securely bonded to earthing.

The buildings have to be equipped with a foundation earth if no insulating layer is


placed under the floors. For keeping an earth resistance of < 2 Ohm during the dry
season, additional earth rods and strips have to be provided. The entire earthing
and lightning protection system has to be executed in galvanized steel strips.

During the earthworks, steel strips are always to be placed in addition to the foun-
dation earth in order to obtain the pre-mentioned earth contact resistance. Expo-
sures to buried cables have to be excluded. In this way, an earthing system of low
impedance has to be set up with minor expenditure. A respective quantity of steel
strips has to be calculated.

Expansion joints have to be bridged outside the concrete. The entire buildings in-
cluding outhouses have to be equipped with an external lightning protection sys-
tem.
Down leads have to be vertically installed behind linings, masonry or in concrete. It
has to consist of wrought aluminium alloy,  10 mm. In the course of each down
lead, a concealed casing with inspection joint has to be installed. A terminal lug for
the meshing of the earthing system has to be brought out on all building edges.
The structures and buildings have to be interconnected. Connecting and outlet
points will be brought out insulated. All metallic installations (tubes, machines, door
cases, rails, ladders and so on) have to be included in the equipotential bonding.
The contractor creates a layout plan which includes the meshing and interconnec-
tions of the earthing system. Protective earthing and earth termination network
have to be considered separately.
The verification of the effectiveness and the minimum earthing resistance values
to be adhered have to be performed at defined measuring points via current-
voltage methods of measurement. Respective protocols have to be set up.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 33


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT

VOLUME III – TECHNICAL SPECIFICATIONS


Section 3.4 Specifications Electrical Works

For the internal lightning protection, the following measures have to be taken:

 incoming supply with high-power overvoltage diverter, discharge current of


100 kA

 overvoltage diverter as protection against remote strikes and switching


surges, discharge current of 5 kA, protection level of 2 kV

 overvoltage protection of the supply- and sensor cables of instrumentation


and control devices

Protection levels and nominal currents have to be tuned to the individual devices
by the responsibility of the contractor. The necessary equipment has to be installed
in the feeding part of the LV switchgear cabinet with distance to other devices ac-
cording the installation instruction of the manufacture.

The metalworks of all items of electrical equipment provided under the contract, as
well as handrails, ladders, gratings, checker plates etc. shall be designed to be se-
curely bonded to earthing.

2.1.6 Measuring Devices


The minimum scope of supply comprises of detailed design, supply, installation,
testing and commissioning of:

 6 x 1 No. hydrostatic water level measurement devices for the pump


sump, with mean value generation

 6 x 3 No. high water level measurement

The Contractor shall submit a measuring point list containing the following informa-
tion:

- manufacture and type of the device


- number and installation site
- process flow diagram with insertion of all devices, measuring and
linkage lines

In case that measuring devices are components of the mechanical equipment,


they are also to be mentioned and marked in the measuring point list.

Measurements have to be equipped according to special features of the process


engineering (e.g. explosion protection), installed according to regulations, cali-
brated and activated. The measurements will be transmitted to the motor control
centres and data logger via isolating transformers or isolation amplifiers.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 34


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT

VOLUME III – TECHNICAL SPECIFICATIONS


Section 3.4 Specifications Electrical Works

All measurements have to be indicated analogue or digital in the low voltage


switchgears. For flow-rate measurements an additional resetable six-digit register
has to be planned.

Basically the measuring devices have to be equipped with:

- waterproofed boxes, tripping on faults IP65


- isolation amplifiers / transmitter
- pickups with overvoltage protection
- transducers with overvoltage protection
- cabling
- signal outputs 0/4 - 20 mA
- auxiliary supply 230 V AC
- transmitter / amplifier for transmitting about long distances

Pressure sensors for flanged end will be provided with terminal fitting of high-grade
steel with shutoff valve, purging adapter and all necessary accessory.

The following specifications are relevant for the measuring devices. If it is neces-
sary due to the used procedure to perform measurements which are not men-
tioned below, these have to be specified and enclosed to the tender.

Level measurement
Level measurement for sumps
It has to be designed as hydrostatic pressure sensor, capacitive pickup or ultra-
sonic sensor.
hydrostatic measuring:
- hydrostatic pressure sensor consisting of high-grade steel
- electronic module with integrated overvoltage protection, junction box with
pressure compensation, user programmable transducer, auxiliary supply 24 V
DC, signal outputs 0/4 - 20 mA, isolated fault signal output, ex-proof execu-
tion.

ultrasonic measuring:
- sonic altimeter sensor for scanning of levels, sensor with temperature detec-
tor, compensation of all atmospheric disturbances and automatic elimination
of waving. Enclosure of plastic material inclusive all carriers, plug- and screw
connections, ex-proof execution.
- ultrasonic analyzing unit for differential or level measurement, transducer with
digital display, 19’’ draw out-unit design or switchboard door mounting unit
design, user-programmable.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 35


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT

VOLUME III – TECHNICAL SPECIFICATIONS


Section 3.4 Specifications Electrical Works

High water level measurement


Float type switch as compact unit with:

- float switch for high water alarm or other important water level detection
- robust, ex-proof execution with leak proof cable connection (IP 68)

2.1.7 Indicator and Data Logger incl. UPS


To indicate, save, analyze and store analogue or digital signals, the Contractor has
to provide a video graphic recorder as a paperless printer with integrated data log-
ger for each compact pumping station.

The 6 x electronic monitoring, recording and archiving device has to be provided


on the local control layer on the inner door of the switchgear cabinet. The con-
nected analogous measurement points are measured parallel every 125 ms. Gal-
vanic isolation channel is minimum 60 V. Damping filter presentable from 0 to
999.9 seconds per analogous input, system basic damping can be ignored. Data
logger for storage is in the internal memory (power failure secure FLASH technol-
ogy) and in the integrated ATA flash card. Long-Term archiving is done on a PC,
whereby the data is transmitted to the PC using either the data carrier or the serial
interface. Using the PC software, which shall be provided by the Contractor as
well, the device can be set up, read out and the measured data can be stored and
displayed for analysing also.

The device shall be providing relay outputs for the control and for alarm signals.
Additional digital inputs shall be used for monitoring of operation of pumps with
time stamp.

The PLC, measurement and the data logger shall be provide with power via an
adequate uninterruptible power supply unit (UPS), to save the necessary ana-
logues measurements and relevant digital signals in any case. The UPS has to be
dimensioned by the contractor in dependence of the measurement and data log-
ger for a interim period of ½ h. The value has to attest by a calculation.

2.1.8 Wiring System


The minimum scope of supply comprises of supply, installation, testing and com-
missioning of:

 6 x Feeder cables low voltage


 6 x Low voltage cables for the supply of the units of process plants, de-
vices, electric motors of pumps etc., complete (such as Cu 1 x NYY-J 3 x
4 mm², minimum 2,5 mm²).
 Measuring cables for the measurement, instrumentation and monitoring,
complete
 Potential connection, bonding lead

The installation system includes all necessary work and materials for the connec-
tion of all system parts. The entire plant is to set up ready for operation, including
all necessary installation systems and extra work required, even if they are not
mentioned. Scope of delivery and calculation have to include:

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 36


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT

VOLUME III – TECHNICAL SPECIFICATIONS


Section 3.4 Specifications Electrical Works

 installation of cable systems for power supply, measurement, instrumentation


and control, inclusive all extra work and material
 connection to all devices inclusive all extra work and material
 junction box to provide connection between power cable and rubber power
cable of each submersible pumps, if necessary
 all necessary earthworks for the cable trenches
 all lines and cables required
 all necessary earth works
 all cable racks, conduits and ducts required
 fixing accessories, auxiliary constructions, openings, cable seals and so forth.

Furthermore, the described conduit system under paved areas has to be calcu-
lated. It is separately to be proved by documents.
The following requirements are to be respected:

 only copper cables are allowed


 the maximum voltage drop has to be limited to 3 %
 all outdoor cablings have to be done by cables with PVC plastic coating
 power cables for the supply of converter controlled drives have to be shielded
 the internal wiring of system parts has to be done by numbered, flexible oil-
and acid-resisting multi-strand cables.
 indoor luminary and outlet circuits will be wired by light PVC-sheathed cable
 energy- and measuring cables / lines have to be led in separate conduits
 connections to drives have to be effected by heavy-gauge conduits or sleeves
of stainless material, in case of cable bundling by trunkings
 heavy-gauge plastic conduit will be installed with curves and plain couplers,
the maximum distance between cleats will be supported by auxiliary construc-
tions, if necessary
 in case of bundling ( more than 10 lines ), the installation has to be done on
cable racks
 installation incidentals have to consist of stainless material (high-grade steel,
plastic)
 Cable bushings on buildings have to be executed gas-tight and waterproofed,
cable seals water- and gastight from Fa. Hauff or equivalent
 all strands of cables / lines have to be put on terminals,
 cables for power supply and control ( > 60 V ) have to be separated from ca-
bles for instrumentation and control ( < 60 V ) by distinguished routes
 if it will become necessary to run different voltage levels on a common cable
route, the following minimum distances have to be guaranteed:
m.v.-cables to l.v.-cables : 450mm
m.v.-cables to control cables < 60 V : 750 mm
l.v.-cables to control cables < 60 V : 400 mm
 If it will not be possible to keep this protection zone, instrumentation and con-
trol cables have to be run in closed cable trays. In special cases, cables with
induction protection for industrial electronics have to be used as additional
measure.
 punctual concentrations and crossings have to be avoided.
 The minimum permissive bend of 15 x cable diameter has to be kept
 All outdoor laid cables have to be protecting against sun insulation. The out-
door used cables have to provide with UV stability isolation material. The ma-
terial has to be attest by the manufacture.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 37


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT

VOLUME III – TECHNICAL SPECIFICATIONS


Section 3.4 Specifications Electrical Works

In case of parallel wiring of single-conductor power cables a negative phase-


sequence system has to be built up. Magnetic field caused inductions on structural
parts or adjacent systems / wirings have to be prevented.

Cables and lines have to be selected according to the expected assembly- and
operating stress. They have to apply with the respective national or international
standards in view to cross section, structure and testing.
The following color coding has to be used:

a) L1 , L2, L3: black


b) PE: green/yellow
c) N: blue
d) Control voltage 230 V: red
e) 24 DC: dark-blue
f) Instrumentation transformer cables: brown
g) Measuring lines 0/4 - 20 mA: white
h) Floating contacts: violet

The lump sum of the wiring system has to include all descript measures and mate-
rials.

2.1.9 Emergency Call Central Unit


A Telephone system is not foreseen for this compact pumping stations. Central-
ized fault and alarm indications are to be linked by an emergency call central unit
via a GSM modem connection by using SMS to a target (cell phone) named by the
operator. The valence of the indications is to be determined in the customer re-
quirement specification. These specifications are to be done by the contractor in
agreement with the designer of the plant.

The emergency call unit has to be installed ready for operation including the nec-
essary feeding, cabling, tuned antenna and the junction boxes.

2.1.10 Personal Training


Staff named by the operator of the plant has to be comprehensively trained for op-
eration of the total system, comprising the entire instrumentation and control sys-
tem.
The training has to include a theoretical part with the general functions of the of-
fered components, and a practical part with the ready-installed system. Upon the
training’s end the staff has to be able to operate the plant, to perform the mainte-
nances and to execute simple repairs on the systems without support of the con-
tractor. The behaviour in case of remote control is also to be considered.

The costs for the Personal Training have to be included in the prices above.

2.1.11 Documentation
The following documentation has to be delivered (all records in English and Mon-
tenegrin language) for each compact pumping station:

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 38


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT

VOLUME III – TECHNICAL SPECIFICATIONS


Section 3.4 Specifications Electrical Works

 Directory of all drawings and further documents


 Description of the entire hardware configuration
 Layout ( schematic layout, block diagrams, single-line representations )
 Functional descriptions and specifications of work and services
 List of components
 Schematic diagram of the system
 Instructions for service
 Sequential function chart
 Separate description of the entire safety measures for prevention of malfunc-
tioning
 Single line diagrams for medium and low voltage systems
 Wiring lists
 Control system function diagram and description
 List of measuring points
 Schematics and circuit diagrams
 Terminal connection diagram
 External connection diagrams
 Test records
 Installation drawings
 PLC I/O List
 PLC Software listing

The costs for the Documentation have to be included in the prices above.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat

Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 39


 
WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT

TENDER DOCUMENTS

VOLUME IV: SCHEDULES

December 2015

ESSEN, GERMANY
 
WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME IV SCHEDULES - General Delivery Schedules

VOLUME IV

SCHEDULES

CONTENTS

SECTION 4.1 General Delivery Schedules


SECTION 4.2 Bill Of Quantity (with preamble)

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat
Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 1


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME IV SCHEDULES - General Delivery Schedules

WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR


AND TIVAT

TENDER DOCUMENTS

Volume IV – Schedules

Section 4.1 General Delivery Schedules

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat
Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 2


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME IV SCHEDULES - General Delivery Schedules

LIST OF TABLES AND DATA SHEETS

Table No Title

1 Pumps
2 Guaranteed Characteristics for Pumps
3 Valves and Penstocks
4 Screens
5 Pipes
6 Diesel Generator
7 Electrical Items
8 Any other Item the Tenderer considers important
9 List of Spare Parts
10 List of Special Tools
11 Post Warranty Service Arrangements

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat
Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 3


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME IV SCHEDULES - General Delivery Schedules

Table 1: PUMPS
The Tenderer shall submit the information listed below for every pump included in the Tender for the
Pump Stations. Fill one separate table for each pump *)

Pump Unit Information


Name of Pumping Station, where the
pump will be installed
BoQ Item No.
Manufacturer (Pump)
Pump identification by
manufacturer
Type of pump (e.g. impeller,
screw)
Impeller type
Nominal capacity l/s
Minimum capacity l/s
Maximum capacity l/s
Discharge head m
Suction head m
Pumping head at nominal
m
capacity
Maximum pumping head m
NPSH m
Total efficiency at nominal speed %
Total efficiency at minimum
%
speed
Manufacturer (Motor)
Nominal power kW
Nominal voltage V
Starting current A
Number of starting per hour
Mechanical protection degree IP
Weight Kg
Type of Service Sl
*) The bidder may add lines as appropriate for a comprehensive description of the pumps. He shall
also add in addition to filling the table, data sheets and performance curves of manufacturers for the
pumps.
Authorized and binding signature:
____________________________________________

Name and function of the


signatory:___________________________________________

Date of signing: _____/____/____

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat
Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 4


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME IV SCHEDULES - General Delivery Schedules

Table 2: GUARANTEED CHARACTERISTICS FOR PUMPS

The values entered by the Contractor in these tables shall be contractually binding and shall be
checked as part of the Factory Tests.

Pumping Station Specific Unitary Specific


Q H Efficiency
Consumption Consumption
l/s m % kWh/m3 Wh/m3/m

Add lines as required

Note:
 The Factory Tests checking the Power Consumption might be made in the presence
of the Engineer and members of the Employer’s core of technical experts for each
type of pump in case of pumping stations and for a representative lot for pumps in
each of the pump station.
 A justification statement and supporting calculations are required in support of each of
these values. These shall be included in the Contractor’s Proposals. State below the
location in the Contractor’s Proposal of the Justification Statement and supporting
calculations for this Guarantee - eg. Section numbers, page numbers or similar.

Authorized and binding signature:
____________________________________________

Name and function of the


signatory:___________________________________________

 Date of signing: _____/____/____

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat
Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 5


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME IV SCHEDULES - General Delivery Schedules

Table 3: VALVES and PENSTOCKS

The Tenderer shall submit the information listed below for every valve separately, for valves installed
above ground and underground. Fill one separate table for each type of valve/penstock.
Valves Unit Information / Manufacturer
Name of manufacturer and specification for the following valves:
*
Butterfly valve

Sluice valve (Gate valve)

Non-return valve

Other special valve (if any)

Penstock

*) The tenderer shall add the required appropriate lines for manufacturer, make (exact naming of the
valve/penstock by the manufacturer), materials of the various parts of the valve/penstock, nominal
pressure, size (diameter and/or dimensions), specification of actuator (type, manufacturer, power etc.);
the lines required may vary according to the manufacturer’s specification. The tenderer shall also to
add in addition to filling the table, the data sheets of the manufacturers for the equipment.

Authorized and binding signature:


____________________________________________

Name and function of the


signatory:___________________________________________

Date of signing: _____/____/____

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat
Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 6


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME IV SCHEDULES - General Delivery Schedules

Table 5: PIPES

The Tenderer shall submit the information for each pipe material. Fill one table for each type (material)
of pipe.
Pipe Unit Information

Name of manufacturer of pipe

Exact naming of the pipe by the manufacturer

Pipe type (material, class etc)

Range of diameters

Lifetime for pipe (years)

Type of couplings and sealing at pipe connections

Type of pipe protection (if required)

Fittings for pipe

Name of manufacturer of fitting

Lifetime for fitting (years)


Note: The tenderer shall add in addition to filling the table, manufacturer’s data sheets for each pipe
type

Authorized and binding signature:


____________________________________________

Name and function of the


signatory:___________________________________________

Date of signing: _____/____/____

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat
Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 7


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME IV SCHEDULES - General Delivery Schedules

Table 6: Diesel Generator

1 PROPOSAL FORM NO. 4: EMERGENCY POWER SUPPLY PS


1. Generating Set
Manufacturer:
Type

Nominal power: kVA Nominal speed: r.p.m.


Nominal cos: Nominal frequency: Hz
Nominal voltage 3~: V Static frequency
Steady-state regulation: % deviation: %
Voltage recovery time: s Frequency recovery time: s
Nominal current 3~: A Length: m
Sustained short circuit Width: m
current: A Height m

Mean sound pressure level: dB(A)


Load rejection in % of nominal power: %
Allowable temperature limits: °C
Weight: kg

2. Motor
Manufacturer:
Type

Continuous rating: kW Mean piston speed: m/s


Nominal speed: r.p.m. Piston stroke: mm
No. of cylinders: Piston displacement l
Cylinder bore: mm Compression ratio bar

Max lubricating oil consumption: l/h


Fuel consumption on full load: l/h
Specific fuel consumption on full load: g/kWh
Specific fuel consumption on 75% load: g/kWh
Specific fuel consumption on 50% load: g/kWh
Type of starter:
Type of alternator:
Volume of cooling water: l
Volume of lubricating oil: l
Demand of cooling air: m³/h
Demand of combustion air: m³/h

3. Generator
Manufacturer:
Type:
Type of construction:
Nominal power: kVA
Nominal cos:

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat
Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 8


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME IV SCHEDULES - General Delivery Schedules

2 PROPOSAL FORM NO. 4 CTD.: EMERGENCY POWER SUPPLY

Nominal voltage 3~: V


Static voltage deviation: %
Voltage correcting range: %
Total harmonic distortion (THD) of voltage: %
Nominal speed: r.p.m.
Nominal frequency: Hz
Power efficiency on full load and cos=0,8:
Degree of protection:
Demand of cooling air: m³/h

4. Design of the Emergency Power Supply

Capacity of fuel tank: l

Additional equipment:
( Summary description of
calculated equipment )

Valid specifications:

Number of pages with additional information:


( Standards, components and supplements )

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat
Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 9


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME IV SCHEDULES - General Delivery Schedules

Table 7: ELECTRICAL ITEMS

Information
Electrical items
(Name of manufacturer and characteristics)

PLC and OP
Circuit breakers
Ultrasonic Level Measurement
Hydrostatik Level Measurement
Float level switch
Soft starters
LV Switchgear Cubical (Indoor)
LV Switchgear Cabinet (Oudoor)
MV Switchgear
Transformer
Transformer Compact Station

Authorized and binding signature:


____________________________________________

Name and function of the


signatory:___________________________________________

Date of signing: _____/____/____

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat
Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 10


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME IV SCHEDULES - General Delivery Schedules

Table 8: ANY OTHER ITEM THE TENDERER CONSIDERS IMPORTANT

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat
Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 11


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME IV SCHEDULES - General Delivery Schedules

Table 9: LIST OF SPARE PARTS


With reference to the specification in the Employer’s Requirements, the tenderer shall include as part
of his tender a priced list of spare parts sufficient for one year operation and maintenance - assuming
that each pump and screen will operate 6000 hrs/year

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat
Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 12


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME IV SCHEDULES - General Delivery Schedules

Table 10: LIST OF SPECIAL TOOLS


The Contractor shall provide prior to the Taking-Over any tools that are necessary for the operation
and maintenance of the pumping stations and the screens having their costs deemed to be included in
the Contract Price. With reference to any relevant clause of the specification in Employer’s
Requirements Section 5, the Tenderer shall include as part of his Tender a list of special tools for
operation and maintenance, for each pumping station and screen.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat
Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 13


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME IV SCHEDULES - General Delivery Schedules

Table 11: POST WARRANTY SERVICE ARRANGEMENTS


The Tenderer shall state the foreseen service arrangements for the equipment supply (duration of
delivery for consumables and spare parts, local service arrangements in place or foreseen.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat
Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 14


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME IV SCHEDULES - General Delivery Schedules

WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR


AND TIVAT

TENDER DOCUMENTS

Volume IV – Schedules

Section 4.2 Bill of Quantities (with preamble)

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat
Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 15


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME IV SCHEDULES - General Delivery Schedules

PREAMBLE TO THE BILL OF QUANTITIES

GENERAL

1. The nature and extent of the work is to be ascertained by reference to the Drawings,
Specification and Conditions of Contract.

The Bill of Quantities (BoQ) shall be read in conjunction with the Instructions to Tenderers, General
and Particular Conditions of Contract, General and Particular Technical Specifications and
the Drawings. Certain descriptions contained in the Bill of Quantities are abbreviated. The
Tenderer is to refer to the Specification and Drawings to determine the full requirements of all
the work to be priced.

The rates and prices entered in the Bill of Quantities shall be deemed to be the full inclusive
value of the work covered by the several items including, but not limited to, the following,
unless expressly stated otherwise:

a) Labour and costs in connection therewith.

b) The supply of materials, goods, storage and costs in connection therewith including
delivery to Site. Taking delivery of materials and goods supplied by others, unloading,
storage, and costs in connection therewith.

c) Plant and costs in connection therewith.

d) Fuel, diesel and other consumables for the operation of above.

e) Energy, electricity.

f) Water.

g) Fixing, erecting and installing or placing of materials and goods in position.

h) Site working arrangements, temporary works, as set out in the Employer’s


Requirements.

i) The effect on the phasing of the Works or any element of the Works to the extent set
forth or reasonably implied in the documents on which the tender is based.

j) Commissioning and performance testing.

k) General obligations, liabilities and risks involved in the execution of the Works set
forth or reasonably implied in the documents on which the tender is based.

l) Establishment charges, overheads and profit.

m) Waste: Unless otherwise stated, all work is measured net as fixed and the Tenderer
shall make due allowance in his rates for all necessary laps, cutting and waste and
increase or decrease in bulk.

n) Attendance and transport for sampling and testing carried out by the Engineer,
supplying results of tests carried out by the Contractor and providing test certificates.

o) Complying with Quality Assurance requirements of the Contract and providing


certificates of conformity.

p) Compliance with the health and safety requirements.

q) Environmental impact mitigation report.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat
Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 16


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME IV SCHEDULES - General Delivery Schedules

r) Preparation and supply of detailed working drawings.

s) All design work as required by the Contract and as specified in the Employer’s
requirements.

t) All other documents to be submitted by the Contractor in compliance with the


Employer’s Requirement.

u) Awaiting approvals and or consents.

v) Maintenance of traffic in accordance with Vol. 3.2

w) Protection of Existing Structures and Utilities in accordance with Vol. 3.2

2. The Tenderer will have been deemed to have examined the Drawings, Specification, General
and Particular Conditions of Contract and Bill of Quantities and have provided in his Tender
for everything necessary or reasonably implied to complete the whole of the works including
any overtime and shift working to complete the whole of the Works in the sections specified
and in the required sequence in accordance with the Contract.

3. General directions and descriptions of work and material given in the Specification or on the
Contract Drawings are not necessarily repeated in the Bill of Quantities. Reference is to be
made to the Specification or the Contract Drawings for this information.

PRELIMINARIES

4. All cost for mobilisation at site, the maintenance of site installation including watching,
lightening and traffic control during the construction period, the demobilisation from site, the
structural setting out the works the manufacturing and erection of advertising boards shall be
quoted as lump sum items.
“Preliminaries and General” are shown separately for each of the contracted Lots.

PRICING OF BILLS

5. The rates and prices bid in the Bill of Quantities shall, except insofar as it is stated
otherwise, include for all constructional plant, labour materials, supervision, transport,
installation, erection, maintenance, profit, insurances, together with all general risks, liabilities
and obligations set out or implied in the Contract, The rates shall also include all taxes,
business taxes, duties, port dues, quay dues, and other charges that may be levied in
accordance with laws and regulation in force for design and construction. General directions
and descriptions of work are not necessarily repeated or summarised in the Bills of Quantities.
Reference to the relevant parts of the Tender Documents shall be made before entering prices
against each item in the Bill of Quantities.

6. Each individual item shall have a rate or price entered against it. Rates and prices shall be
expressed to two decimal places. A rate or price shall be set against each and every item in the
Bill of Quantities, whether a quantity is set against that item or not. The cost of items against
which no rates or prices have been entered shall be deemed to be included in other rates and
prices entered in the Bill of Quantities. The measurement of work shall be computed net from
the dimensions stated in the Contract i.e. in accordance with payment limits specified in
Particular Conditions of Contract, on Drawings and in Specifications as well as in accordance
with actual surveyed levelling of the structures.

Note:
- Payment limits shall be taken as: the minimum width of trenches as shown on drawings in
Volume 5 (Typical Trench Sections), the depth to the specified invert level of the pipes and the
length of services laid (linear meters run as specified for pipe laying).

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat
Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 17


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME IV SCHEDULES - General Delivery Schedules

- No bulk factor for disposal of excavated material shall be applied for payments of disposal.
- Item: Supply, install and test of certified quality assessed manholes or pipes, shall be
deemed to be paid only as a complete item. Payment of Plant and material upon their delivery
is defined in Particular Conditions and except for this, no other division of this BoQ item shall
be allowed (like payment of supply and installation without performed testing). Same applies
for backfilling; no payment shall be approved without conducted testing of backfilled material.

7. The whole cost of complying with all the provisions of the Contract shall be included in the
items in the Bill of Quantities and, where no items are provided, the cost shall be deemed
to be distributed among the rates and prices entered for the related items of work.

8. Errors in computation or summation will be corrected by the Employer as follows:

a) Where there is a discrepancy between an amount in figures and an amount in


words, the amount in words will take precedence.

b) Where there is a discrepancy between a unit rate and the total amount derived from
multiplying that unit rate by the quantity, then the unit rate will take precedence. If
however, in the opinion of the Employer, there is an obvious misplacement of the
decimal point in the unit price, the unit price will be corrected and the total amount
derived from multiplying the corrected unit rate by the quantity will be calculated.

9. The Contractor shall allow in his rates and prices for complying with requirements in respect of
pavement construction, horizontal alignments, surface levels and surface regularity of
pavement courses, dealing with changes in weather conditions, use of surfaces by traffic and
construction plant, and general requirements for sub-bases and road bases.

10. The Contractor shall allow in his rates and prices for taking measures to deal with the existing
flow of water, sewage and the like.

11. The Contractor shall allow in his rates and prices for complying with any limitations and
constraints on the use of the Site.

12. Where the Contractor offers an equivalent product or material in place of the one identified or
specified, which is accepted for incorporation into the Works by the Engineer, then the rates
and prices in the Bill of Quantities shall be deemed to include for all the obligations and costs
associated with the incorporation of the equivalent into the Works, including design, provision
of data and drawings, certificates, awaiting approvals, resubmissions and modifications and
amendments to the Works.
13. Unless specifically stated to the contrary in the Contract the measurement of the Works
affected by the incorporation of the equivalent products and materials shall be based on the
Tender documents and not on the Works as amended and completed to incorporate the
equivalent products and materials.

14. Where the Contract requires part(s) of the Permanent Works to be designed by the
Contractor, the rates and prices in the Bill of Quantities shall include for all the obligations and
costs associated with the incorporation of the Contractor's design into the Works, including
design, provision of data and drawings, certificates awaiting approvals, resubmissions and
modifications and amendments to the Works.

15. The Contractor shall measure the quantities of all work he intends to claim for his payment
certificates. The Contractor’s measurement is subject to the Engineer’s approval. Wherever
levels, measurements, quantities, etc. of any work done cannot be checked at a later stage,
then measurements made by the Engineer or approved by him shall be taken to be correct
measurements of the work. The Contractor shall provide all survey instruments and measuring

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat
Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 18


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME IV SCHEDULES - General Delivery Schedules

equipment required. The cost for the measurement of works shall be deemed to be included in
the respective prices for construction and installation of works.

16. The quantities given in the Bill of Quantities are estimated and are given to provide a
common basis for bidding. Actual payment will be made at the rates entered in the Bill of
Quantities based on the actual quantities of work executed according to the Specifications and
Bill Items as measured by the Contractor and verified by the Engineer.

17. Extra over items belong to a basic position. The invoice of extra over items will be additional to
the price of the basic position.

18. Lump sum is a single sum of money that serves as a complete payment for the relevant item
described.

19. Quantities shall be expressed with two decimal points figures except for units of measurement
of tonnes, kilometres and hectares in which case the quantities shall be to three decimal
places.

20. Works which are unforeseen (at present not foreseen in contract BOQ but may become
needed in order to perform the contracted works) or additional (at present not foreseen in the
contract BOQ but requested by the Employer) will only be subject of remuneration if approved
by the Engineer. Price basis (if not already stated in comparable items in the BOQ) shall be
acc. to Vol. 1, Form Inf-1: Overview of Daywork Items and is covered by the contingency
amount in the BOQ

CONTRACTORS OBLIGATIONS

21. The information in the Contract as to the whereabouts of existing services and mains is
believed to be correct but the Contractor shall not be relieved thereby of his obligations under
the Contract. The Contractor shall include in his rates and prices for locating and taking
measures for the support and full protection of pipes, cables and other apparatus during the
progress of the Works, obtaining the written consent of the appropriate authority to interrupt
the service or supply and for keeping the Engineer informed of all arrangements he makes
with the owners of privately owned services or supplies, statutory undertakers and public
authorities as appropriate.

The Contractor will be held to have familiarised himself with all site conditions, weather, all site
investigation records available, means of access and the locality of any existing services, in
order to execute the works measured and described hereinafter. No claim for want of
knowledge in this respect will be reimbursed.

22. Labours in connection with nominated sub-contractors shall include for affording the use of
existing working space, access, temporary roads, erected scaffolding, working shelters,
staging, ladders, hoists, storage, latrines, messing, welfare and other facilities existing on Site
and the provision of protection, water, electricity for lighting and clearing away rubbish and
debris arising from the work.

In the case of goods, materials or services supplied: for taking delivery, unloading, storing,
protecting and returning crates, cartons and packing materials.

OTHER STIPULATIONS

23. The term "rock" shall be deemed to mean hard material which in the opinion of the Engineer
necessitates for its loosening or removal by the use of explosives, hydraulic hammer or
special machinery designed for rock cutting, but shall exclude any material that can be
removed by normal excavating.

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat
Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 19


WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT
VOLUME IV SCHEDULES - General Delivery Schedules

24. Importance is placed on the execution of the works in such a manner as will minimise effects
detrimental to the environment and to individual environmental components. Rates and prices
are to include for all cost associated with works which relate to the various aspects of
environmental protection.

25. For certain items of works (given in the BoQ) it is foreseen that the Contractor shall take over
the material – equipment from the Employer’s storages. It is understood that the unit price is to
include all activities related to completion of works for finalisation of these items (transport up
to the Employer’s storages, onload of material – equipment, transport up to the installation
location, and finally, installation of material – equipment according to the drawings and
Technical Specifications for particular types of works). This material – equipment must be
taken over by the Contractor latest in 28 days from the start of the works within the Contract
implementation.

26. The following abbreviations shall be used for the units of measurement:

Unit Abbreviation

Number No.
Sum sum
Lump sum LS
Provisional sum PS

Metre m
Square metre m2
Cubic metre m3
Kilo metre km

Tonne t

Project title: Water Supply and Sanitation Adriatic Coast V1 – Kotor i Tivat
Project number: BMZ ID 2012 66 196

Project number Vodacom: RB-KO-TV-V1 20


Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Bill of Quantities
Summary
Construction Costs (EUR)
Item Description
Bid Price
LOT 1 MANDATORY WORKS
A PRELIMINARY AND GENERAL 20.000,00
B CIVIL WORKS 0,00
B1 Secondary Sewer with Connection in Lustica 0,00
B2 Secondary Pressure Pipelines 0,00
B3 Civil works for compact pumping stations 0,00
B4 Construction of Transmission Pipeline 0,00
C MECHANICAL WORKS 0,00
C1 Compact Pumping Stations 0,00
D ELECTRICAL WORKS 0,00
D1 Compact Pumping Station PS7 0,00
D2 Compact Pumping Station PS10 0,00
1 SUB-TOTAL: 20.000,00
2 Contingency amount (10% of SUB-TOTAL) 2.000,00
3 TOTAL BID PRICE (without VAT) - MANDATORY WORKS 22.000,00

LOT 1 OPTIONAL WORKS


B CIVIL WORKS 0,00
B5
Gornja Župa 0,00
Optional
B6
Donja Župa 0,00
Optional
B7
Mažina 0,00
Optional
B8
Tripovići 0,00
Optional
1 SUB-TOTAL: 0,00
2 Contingency amount (10% of SUB-TOTAL) 0,00
3 TOTAL BID PRICE (without VAT) - OPTIONAL WORKS 0,00

LOT 2 MANDATORY WORKS


A PRELIMINARY AND GENERAL 20.000,00
B CIVIL WORKS 0,00
B9 Sveti Stasije 0,00
B10 Roda 0,00
B11 Grbalj 0,00
B12 Daošine 0,00
B13 Stara Fortica 0,00
B14 Mjerna Mjesta 0,00
C MECHANICAL WORKS 0,00
C2 PS Peluzica 0,00
D ELECTRICAL WORKS 0,00
D3 Stara Fortica 0,00
D4 Mjerna mjesta 0,00
1 SUB-TOTAL: 20.000,00
2 Contingency amount (10% of SUB-TOTAL) 2.000,00
3 TOTAL BID PRICE (without VAT) - MANDATORY WORKS 22.000,00

LOT 2 OPTIONAL WORKS


B CIVIL WORKS 0,00
B15
Orahovac 0,00
Optional
B16
Kamp 0,00
Optional
1 SUB-TOTAL: 0,00
2 Contingency amount (10% of SUB-TOTAL) 0,00
3 TOTAL BID PRICE (without VAT) - OPTIONAL WORKS 0,00

TENDER ID: BMZ 2012 66 196
 
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

LOT 1 - TIVAT
Unit Rate Amount
Item No. Description Unit Quantity
[EUR] [EUR]
A1 PRELIMINARY AND GENERAL

A1.1 Fixed charge items


Contractual Requirements
Establish Facilities on the Site
A1.1.1 Standard name boards, size 3.0 x 2.0 m No. 5,00 0,00
A1.1.2 Setting out of the works/routh marking Sum 1,00 0,00
A1.1.3 Maintenance of traffic Sum 1,00 0,00
Facilities for the Contractor
A1.1.4
Offices, storage sheds, workshops, water and power supply, access, site roads
etc. Sum 1,00 0,00
Other fixed-charge obligations required for the proper execution of the
Works
A1.1.5 Preparation and submission of as-built drawings and shop drawings and all
necessary reports according to Fidic Red book requirements Sum 1,00 0,00
A1.1.6 Remove Contractor's Site establishment on completion, incl. making good of the
Site Sum 1,00 0,00
A1.1.7 Allow for a defects liability of the entire works for a period of 12 months from the
date of completion Sum 1,00 0,00
A1.2 Sums stated provisionally by the Engineer
A1.2.1 Laboratory tests and other services for the proper execution of the works, as
directed by the Engineer (costs plus sum for overhead charges and profit) PS 20.000,00
A PRELIMINARY AND GENERAL - Total to collection - 20.000,00

B1 Secondary Sewer with Connection in Lustica

B1.1 Site Clearance


B1.1.010 Demolition, removal and disposal of concrete structures (not reinforced) m³ 3.000,00 0,00
B1.1.020 Demolition, removal and disposal of concrete structures (reinforced) m³ 3.700,00 0,00
B1.1.030 Demolition, removal and disposal of brick work m³ 0,00
B1.1.040 Removal, temporary storage and maintan incl. disposal of surplus material
B1.1.050 Stone walls m³ 5,00 0,00
B1.1.060 Stone steps (stairways) m² 2,00 0,00
B1.1.070 Kerbs m 30,00 0,00
B1.1.080 Gutters m 60,00 0,00
B1.1.090 Cobble pavement m² 20,00 0,00
B1.1.100 Concrete paving blocks m² 20,00 0,00
B1.1.110 Stone paving blocks m² 20,00 0,00
B1.2 Earthworks (Pipe Trench) and Reinstatement
B1.2.010 Clear along the pipeline route including cut down of trees and shrubs and cart
away of surplus material. m² 250,00 0,00
B1.2.020 Remove such topsoil as is available to nominal depth of 150mm, stockpile and
maintain m² 150,00 0,00
Excavation
Excavation in all materials for trenches, with trench sheeting (water proofed,
construction method free of vibration, deformation), dead sheeting (for trench
protection against penetration of sea water) and pile sheeting (for trench protection
against penetration of sea water, method free of vibration, deformation); according
to requirements set in specifications; with dewatering of trench for total trench
depths:
B1.2.030 Exceeding 1,0m but not exceeding 2,0m m³ 4.900,00 0,00
B1.2.040 Exceeding 2,0m but not exceeding 3,0m m³ 330,00 0,00
B1.2.050 Exceeding 3,0m but not exceeding 4,0m m³ 0,00
Extra-over item B10.2.030. to B10.2.050 above for:
B1.2.060 Manual excavation exceeding 1,0m but not exceeding 2,0m m³ 1.470,00 0,00
B1.2.070 Manual excavation exceeding 2,0m but not exceeding 3,0m m³ 99,00 0,00
B1.2.080 Manual excavation exceeding 3,0m but not exceeding 4,0m m³ 0,00
B1.2.090 Hard rock excavation m³ 3.200,00 0,00

B1.2.110 Disposal of surplus materijal m³ 5.200,00 0,00


Backfilling with suitable material in the pipeline area
B1.2.120 Installation of suitable material (with leveling of trench bottom) under, around and
above the pipeline. Initial layer backfill for the pipeline bedding (10 cm+1/5DN) with
minimum 95% Proctor density. After the complete pipeline installation, the material
should be carefully compacted under and around the pipeline. Backfilling is to be
performed in 10 cm thick layers with minimum 95% Proctor density up to the top of
the pipe. The material should be (manually) compacted above the top of the pipe
(10 cm+1/10DN). m³ 1.200,00 0,00
Backfilling of the trench with suitable material up to the surface or up to the sub-
base structure of the road, compacting the material in layers maximum 30 cm
thick, with minimum 95% Proctor density.
B1.2.130 Reuse of excavated material m³ 200,00 0,00
B1.2.140 Selected imported material (from commercial sources) m³ 2.630,00 0,00
Extra-over item B10.2.120. to B10.2.140 above for:
B1.2.150 Stone material as substitutional material for trench bottom, filling inside of geogrid
and geotextile, embankment etc. m³ 40,00 0,00

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]
B1.2.160 Concrete Bedding Cradle m³ 30,00 0,00
B1.2.170 Encasing of Pipes in Concrete m³ 30,00 0,00
B1.2.180 Supply and instalation of geogrid with geotextile m² 2.500,00 0,00
Surface finishes
Reinstate road surfaces complete with all courses and road markings
according to existing state:
B1.2.190 Construct gravel base with material with minimum CBR of 120% at 98% density,
300 mm, compacted to 98% Proctor dencity m³ 940,00 0,00
Reinstate of road surface including all required material:
B1.2.200 Concrete surface m² 6.700,00 0,00
B1.2.210 Stone walls m³ 5,00 0,00
B1.2.220 Stone steps (stairways) m² 2,00 0,00
B1.2.230 Kerbs m 30,00 0,00
B1.2.240 Gutters m 60,00 0,00
B1.2.250 Cobble pavement m² 20,00 0,00
B1.2.260 Concrete paving blocks m² 20,00 0,00
B1.2.270 Stone paving blocks m² 20,00 0,00
B1.2.280 Grassing m² 0,00
B1.3 Medium-Pressure Sewer Pipes
Corrugated PE Sewer Pipelines

Supply, lay, bed and test of certified quality assessed


structured-wall piping systems of polyethylene (PE) sewer pipes, class SN8,
acc. to DIN EN 13476-1, incl. all wall pieces with insert sockets complete
B1.3.010 200 mm dia. m 3.320,00 0,00
B1.3.020 250 mm dia. m 0,00
B1.3.030 160 mm dia. m 750,00
B1.4 Manholes
Supply, install and test of certified quality assessed
Prefabricated reinforced concrete manholes with blinding concrete,
prefabricated bottom part, benching, prefabricated shaft rings, cone,
distance rings, sewer manhole cover cast iron heavy duty class D (d=62.5
cm), step irons, drop pipes for house connections, incl. pipe connection,
acc. to typical drawing, complete
B1.4.010 Manhole in concrete for pipe ≤ ND 500, dia. 1.00m, depth 1 - 2 m No. 59,00 0,00
B1.4.020 Manhole in concrete for pipe ≤ ND 500, dia. 1.00m, depth 2 - 3 m No. 29,00 0,00
B1.4.030 Manhole in concrete for pipe > ND 500, dia. 1.20m, depth 2 - 3 m No. 0,00
B1.4.040 Manhole in concrete for pipe ≤ ND 500, dia. 1.00m, depth 3 - 4 m No. 7,00 0,00

B1.4.050
Installation and Test of Energy Compensation Manholes (ECM) taken from
Employer's Storage yard.
Unit Price includes ECM installation works, blinding concrete for leveling,
sewer manhole cover (procurement, delivery and installation) cast iron
heavy duty class D (d=62.5 cm), drop pipes for house connections, incl. pipe
connection, acc. to typical drawing, complete.
Energy Compensation Manholes No. 24,00 0,00
B1.5 Connection of Tertiary Sewers and House Connections
B1.5.010
Provision of House Connection ND 150
(incl. about 1m of PVC pipework DN 150 and saddle piece, sealing cap) complete No. 280,00 0,00
B1.5.020
Provision of House Connection ND 200
(incl. about 1m of PVC pipework DN 200 and saddle piece, sealing cap) complete No. 30,00 0,00
B1.6 Sundry Items
B1.6.010 Drop pipe ND 200 PVC up to 2.5 m lenght, with 90° bend, embedded in lean
concrete No. 75,00 0,00
B1.6.020 Impact plate in stainless steel 1 m x 1 m incl. Installation No. 5,00 0,00
B1.6.030
Ventilation Pipe DN 150 (HDPE) including bends, fittings, supply and installation No. 5,00 0,00
B1 SEWERAGE NETWORK - Total to collection - 0,00

B2 Secondary Pressure Pipelines

B2.1 Site Clearance


B2.1.010 Demolition, removal and disposal of concrete structures (not reinforced) m³ 150,00 0,00
B2.1.020 Demolition, removal and disposal of concrete structures (reinforced) m³ 160,00 0,00
B2.1.030 Demolition, removal and disposal of brick work m³ 0,00

Removal, temporary storage and maintan incl. disposal of surplus material:


B2.1.040 Stone walls m³ 0,00
B2.1.050 Stone steps (stairways) m² 0,00
B2.1.060 Kerbs m 0,00
B2.1.070 Gutters m 0,00
B2.1.080 Cobble pavement m² 0,00
B2.1.090 Concrete paving blocks m² 0,00
B2.1.100 Stone paving blocks m² 0,00
B2.2 Earthworks (Pipe Trench) and Reinstatement

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]
B2.2.010 Clear along the pipeline route including cut down of trees and shrubs and cart
away of surplus material. m² 0,00
B2.2.020 Remove such topsoil as is available to nominal depth of 150mm, stockpile and
maintain m² 0,00
Excavation
Excavation in all materials for trenches, with trench sheeting (water proofed,
construction method free of vibration, deformation), dead sheeting (for
trench protection against penetration of sea water) and pile sheeting (for
trench protection against penetration of sea water, method free of vibration,
deformation); according to requirements set in specifications; with
dewatering of trench for total trench depths:
B2.2.030 Exceeding 1,0m but not exceeding 2,0m m³ 336,00 0,00
B2.2.040 Exceeding 2,0m but not exceeding 3,0m m³ 0,00
Extra-over item B11.2.030. to B11.2.040 above for:
B2.2.050 Manual excavation exceeding 1,0m but not exceeding 2,0m m³ 67,20 0,00
B2.2.060 Manual excavation exceeding 2,0m but not exceeding 3,0m m³ 0,00
B2.2.070 Hard rock excavation m³ 168,00 0,00

B2.2.090 Disposal of surplus materijal m³ 336,00 0,00


Backfilling with suitable material in the pipeline area
B2.2.100 Installation of suitable material (with leveling of trench bottom) under, around and
above the pipeline. Initial layer backfill for the pipeline bedding (10 cm+1/5DN) with
minimum 95% Proctor density. After the complete pipeline installation, the material
should be carefully compacted under and around the pipeline. Backfilling is to be
performed in 10 cm thick layers with minimum 95% Proctor density up to the top of
the pipe. The material should be (manually) compacted above the top of the pipe
(10 cm+1/10DN). m³ 90,00 0,00
Backfilling of the trench with suitable material up to the surface or up to the
sub-base structure of the road, compacting the material in layers maximum
30 cm thick, with minimum 95% Proctor density.
B2.2.110 Reuse of excavaed material m³ 50,00 0,00
B2.2.120 Selected imported material (from commercial sources) m³ 250,00 0,00
Extra-over item B11.2.100. to B11.2.120 above for:
B2.2.130 Concrete Bedding Cradle m³ 10,00 0,00
B2.2.140 Encasing of Pipes in Concrete m³ 15,00 0,00
B2.3 Medium-Pressure Sewer Pipes
Supply, lay, bed and test of certified quality assessed
PE 100 Pipe (DIN 8074 or equal) with butt welded joints, complete with all required
fittings
B2.3.010 PE100, ND 125, PN 10, pipe series 5, ratio diameter/wall thickness SDR 17 m 280,00 0,00
B2.3.020 PE100, ND 160, PN 10, pipe series 5, ratio diameter/wall thickness SDR 17 m 0,00
Extra-over item B11.3.010 to B11.3.020 above for:
B2.3.030 90° bend No. 2,00 0,00
B2.3.040 45° bend No. 6,00 0,00
B2.4 Manholes
Washouts
B2.4.010 Washout according to typical drawing, mild steel tee ND 500 double flanged, with
blind flange ND 500, wrapped in greased jute LS 0,00
Air release valve chambers
B2.4.030
150mm Flanged class 10 double air release valve (Vent O Mat VA150RGX1001) No. 0,00
B2.4.040 Gate valve 150mm C.I. d.f. class 16 waterworks, with handwhee No. 0,00
B2.5 Concrete Works Including Formworks
Concrete C 20/25 Mpa, in very severe conditions, concrete cover 50mm,
watertight,
B2.5.010 Concrete for anchor blocks, trust blocks, foundations m³ 6,00 0,00
B2 Secondary pressure pipeline - Total to collection - 0,00

B3 Civil works for compact pumping stations

B3.1 Excavation
B3.1.010 Excavate in all materials m³ 44,22 0,00
B3.1.020 Dispose exacavated material m³ 44,22 0,00
B3.1.030 Backfill excavated material m³ 0,00 0,00
B3.1.140 Selected import material m³ 25,22 0,00
Extra-over item for excavation
B3.1.040 Excavate in hard rock material m³ 44,22 0,00
B3.1.060 Sheeting for construction pit if performed
in agreement with the Engineer m² 33,33 0,00
B3.2 Concrete Works
B3.2.010 75 mm minimum thickness m² 3,14 0,00
B3.2.020 Fill concrete m³ 2,00 0,00
B3.2.030 Concrete for benching of pump sump as shown on drawings m³ 2,00 0,00
Concrete C 30/37 Mpa, in very severe conditions, watertigh
B3.2.040 Bottom slabs for pumping stations (200mm thickness) m³ 6,28 0,00
B3.2.050 Top slabs in pumping stations (200mm thickness) m³ 6,00 0,00
B3.2.060 Rectangular walls up to 200 mm thick m³ 7,16 0,00
B3.2.080 Step irons according DIN 19555, in valve chamber No. 18,00 0,00
B3.3 Formwork

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]
Shuttering
shuttering to walls, floors, pits, trenches, slabs,
incl. any soffitts, fillets, chamfers, rebates etc.
B3.3.010 Vertical to walls m² 71,45 0,00
B3.3.020 Horizontal to top slab m² 5,67 0,00
Box out holes/form voids
B3.3.030 Large, circular 0,35 to 0,90 m diam.: depths over and up to 0 - 0.5 m No. 2,00 0,00
B3.4 Reinforcement
High-tensile steel bars
B3.4.020 a) 8mm t 2,33 0,00
B3.4.030 b) 12 mm
B3.4.040 c) 14 mm
B3.4.050 d) 16 mm
High-tensile welded mesh reinforcement
B3.4.060 Reinforcement mesh Q524 and Q335
B3.5 Steel-floated finish
B3.5.010 Surfaces at top slab of pumping station m² 5,67 0,00
B3.7 Joints
B3.7.010 Joint with PVC waterstops
B3.2.060 Disposal of ground water in the construction pit for the entire construction period of
the pump station LS 1,00 0,00
B3 Civil works for compact pumping stations - TOTAL: 0,00

B4 Construction of Transmission Pipeline

B4.1 Earthworks (Pipe Trench) and Reinstatement


B4.1.010 Straight cut with disk in asphalt layer (two sided) m 3.060,00 0,00
B4.1.020 Asphalt or concrete layer, road base, base course, removal and disposal of the
2
material m 3.662,65 0,00
Excavation
Excavation in all materials for trenches, with trench sheeting (water proofed,
construction method free of vibration, deformation), dead sheeting (for trench
protection against penetration of sea water) and pile sheeting (for trench protection
against penetration of sea water, method free of vibration, deformation); according
to requirements set in specifications; with dewatering of trench for total trench
depths:
3
B4.1.030 Not exceeding 2,0m m 5.610,00 0,00
3
B4.1.040 Exceeding 2,0m but not exceeding 4,0m m 260,00 0,00
Extra-over item for B5.1.030. to B5.1.040 (B5.1.050 - B5.1.070)
B4.1.050 Manual excavation not exceeding 2,0m m³ 695,00 0,00
B4.1.060 Manual excavation exceeding 2,0m but not exceeding 4,0m m³ 45,00 0,00
B4.1.070 Hard rock excavation m³ 5.410,00 0,00

B4.1.090 Disposal of surplus materijal m³ 5.550,00 0,00


Backfilling with suitable material in the pipeline area
B4.1.100 Installation of suitable material (with leveling of trench bottom) under, around and
above the pipeline. Initial layer backfill for the pipeline bedding (10 cm+1/5DN) with
minimum 95% Proctor density. After the complete pipeline installation, the material
should be carefully compacted under and around the pipeline. Backfilling is to be
performed in 10 cm thick layers with minimum 95% Proctor density up to the top of
the pipe. The material should be (manually) compacted above the top of the pipe
(10 cm+1/10DN). m³ 1.460,00 0,00
Backfilling of the trench with suitable material up to the surface or up to the sub-
base structure of the road, compacting the material in layers maximum 30 cm
thick, with minimum 95% Proctor density.
B4.1.110 Selected imported material (from commercial sources) m³ 2.890,00 0,00
Surface finishes
Reinstate road surfaces complete with all courses and road markings
according to existing state:
B4.1.120 Construct gravel base with material with minimum CBR of 120% at 98% density,
300 mm, compacted to 98% Proctor dencity m³ 930,00 0,00
B4.1.130 Bituminous surface treatment with aggregate and slurry seal, spraying with approx.
3 l/m2 bituminous emulsion, 6cm bituminous base course (BBC 22), 4 cm wearing
course (AB 11). Calculation per m2 of asphalted surface in accordance with the
2
tipical trench detail drawing. m 3.670,00 0,00
Reinstate of road surface including all required material:
2
B4.1.140 Concrete surface m 600,00 0,00
B4.1.150 Kerbs m' 150,00 0,00
B4.1.160 Gutters m' 1.100,00 0,00
B4.2 Concrete works

Concrete C 25/30 Mpa, in very severe conditions, concrete cover 50mm,


watertight, including all necessary sheeting and piling
B4.2.010 Bottom slabs (200mm thickness) m³ 7,69 0,00
B4.2.020 Walls (200mm thickness) m³ 23,65 0,00
B4.2.030 Top slabs (200mm thickness) m³ 7,22 0,00
Concrete C 20/25 Mpa, in very severe conditions, concrete cover 50mm,
watertight, including all necessary sheeting and piling

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]
B4.2.040
Production of anckor blocks (at horisontal and vertical pipeline curves, at straigth
and steep sections) and concrete suspensors in manholes under the fittings
m³ 15,00 0,00
Retaining wall
B4.2.050 Gravel base course, thickness 40 cm, to be compacted to > 30 Mpa m³ 1,50 0,00
B4.2.060 Blinding layer in C20/25 concrete, 75 mm minimum thickness m³ 0,40 0,00
B4.2.070 Bottom slabs for retaining wall (300 mm thickness), concrete class C 30/37 m³ 1,15 0,00
B4.2.080 Vertical wall for retaining wall (front face inclined, from 200 to 400 mm thickness),
concrete class C 30/37 m³ 1,62 0,00
B4.2.090 Shuttering to walls, smooth vertical of slightly inclined
2
incl. any soffitts, fillets, chamfers, rebates etc. m 15,00 0,00
B4.3 Reinforcement
High-tensile steel bars
B4.3.010 a) 6 mm t 0,28 0,00
B4.3.020 b) 8 mm t 0,26 0,00
B4.3.030 c) 12 mm t 0,82 0,00
High-tensile welded mesh reinforcement
B4.3.040 Reinforcement mesh (Q524,Q257, R378, R131, Q188, Q785 and Q335) t 1,52 0,00
B4.4 Installation works
Supply, lay, bed and test certified quality assessed ductile pipes (DIN EN
545)
B4.4.010 Ductil DN400 mm m 3.023,42 0,00
B4.4.020 Ductil DN300 mm m 43,12 0,00
B4.4.030 Ductil DN250 mm m 13,26 0,00
Supply, lay, bed and test certified quality assessedPE Pipe (DIN 8074 or
equal) with butt welded joints, complete with all required fittings
B4.4.040 Pipe DIN 8074-110-SDR 17-PE 100 10 bar m 5,00 0,00
Supply, lay, bed and test certified quality assessed ductile cast iron fittings
for all foreseen manholes also for horisontal and vertical pipeline curves
B4.4.050 E-BS DN250 PN10 No. 1,00 0,00
B4.4.060 FF DN 100x600 PN 10 GGG No. 1,00 0,00
B4.4.070 FF DN 250x1000 PN 10 GGG No. 8,00 0,00
B4.4.080 FF DN 250x700 PN 10 GGG No. 4,00 0,00
B4.4.090 FF DN 300x1000 PN 10 GGG No. 3,00 0,00
B4.4.100 FF DN 400x1000 PN 10 GGG No. 6,00 0,00
B4.4.110 FF DN 400x1000 PN 16 GGG No. 4,00 0,00
B4.4.120 FFK 11,25° DN 300 PN 10 No. 1,00 0,00
B4.4.130 FFK 11,25° DN 400 PN 16 No. 1,00 0,00
B4.4.140 FFK 45° DN100 PN10 No. 1,00 0,00
B4.4.150 FFR DN 300x250x300 PN 10 No. 1,00 0,00
B4.4.160 FFR DN 400x300x300 PN 10 No. 1,00 0,00
B4.4.170 MDK-A DN 100 PN 10 GGG No. 1,00 0,00
B4.4.180 MDK-A DN 250 PN 10 GGG No. 3,00 0,00
B4.4.190 MDK-A DN 400 PN 10 GGG No. 1,00 0,00
B4.4.200 MDK-A DN 400 PN 16 GGG No. 1,00 0,00
B4.4.210 N 90° DN 400 PN 10 No. 1,00 0,00
B4.4.220 T DN 250x250 PN 10 No. 1,00 0,00
B4.4.230 T DN 400x100 PN 10 No. 2,00 0,00
B4.4.240 T DN 400x400 PN 10 No. 1,00 0,00
B4.4.250 T DN 400x400 PN 16 No. 1,00 0,00
B4.4.260 X komad DN400 mm PN 16 No. 1,00 0,00
B4.4.270 FF DN 400x300 PN 16 GGG No. 1,00 0,00
B4.4.280 EU 11,25° DN 400 PN 16 Ductile Iron No. 10,00 0,00
B4.4.290 EU 11,25° DN 400 PN 10 Ductile Iron No. 34,00 0,00
B4.4.300 EU 22.50° DN 400 PN 10 Ductile Iron No. 3,00 0,00
B4.4.310 EU 30° DN 400 PN 10 Ductile Iron No. 2,00 0,00
B4.4.320 EU 11,25° DN 300 PN 10 Ductile Iron No. 1,00 0,00
B4.4.330 EU 30° DN 300 PN 10 Ductile Iron No. 1,00 0,00
B4.4.340 EU 90° DN 300 PN 10 Ductile Iron No. 1,00 0,00
B4.4.350 EV valve Ø100 PN10 bar No. 2,00 0,00
B4.4.360 EV valve Ø250 PN10 bar No. 2,00 0,00
B4.4.370 EM flow meter DN250 (produced by ABB MagMaster or equivalent), with
measurement precision +/- 0.15, LCD screen, 2 pulse outputs, programmable,
analogue output 4 to 20 mA, type of meter approved by Metrology Institute of
Montenegro. The unit price includes delivery, installation, commissioning and
training of ViK staff for usage of harware and software equipment needed for work
in monitoring and operation system tied in with operation of needle valve and
reservoir water level meter (hydrostatic sensor). Installation includes supply and
installation of all cables, equipment and low and high voltage devices necessary
for work. No. 1,00 0,00
B4.4.380 EU peace DN300 PN10 No. 2,00 0,00
B4.4.390 EU peace DN400 PN10 No. 6,00 0,00
B4.4.400 EU peace DN400 PN16 No. 3,00 0,00

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]
B4.4.410
Needle Valve DN250 PN10 (produced by Erhard or equivalent), with manual and
motor drive and options of manual or motor operation in manual or automatic
regime. Equipped with anti-cavitation slotted cylinder. The unit price includes
delivery, installation, commissioning and training of ViK staff for usage of harware
and software equipment needed for work in monitoring and operation system tied
in with operation of EM flow meter and reservoir water level meter (hydrostatic
sensor). Installation includes supply and installation of all cables, equipment and
low and high voltage devices necessary for work. 1,00 0,00
B4.4.420 Butterfly valve Ø400 PN10 No. 1,00 0,00
B4.4.430 Telescopic dismatle piece with a street box No. 1,00 0,00
B4.4.440 Cylinder joint piece with loose flange d110 mm (connection of PEHD pipe and LG
piece) No. 2,00 0,00
B4.4.450 Air valve Ø100 mm GGG, NP10, 2 balls No. 1,00 0,00
B4.4.460 Flap valve Ø100 mm, NP10 No. 1,00 0,00
Sundry Items
B4.4.470 Procurement, transport and installation of ductile cast iron manhole covers for
water supply with rubber sealing D400 (d=62.5 cm) No. 3,00 0,00
B4.4.480 Water Supply Chamber Cover 70x70 cm D400 acc. EN124 (including supply and
instalation) No. 3,00 0,00
B4.4.490 Procurement, transport and installation of iron steps acc. DIN 1212 No. 33,00 0,00

B4.4 Displacement of seweage collector

Displacement of two sections of seweage collector GRP DN600 in the length of


36m, located at the start point of the concerned transmission line, fully in line with
the design detail drawing.

B4.5.1 Earthworks (Pipe Trench)

B4.5.1.010 Straight cut with disk in asphalt layer (two sided) m 36,00 0,00
B4.5.1.020 Asphalt or concrete layer, road base, base course, removal and disposal of the
2
material m 50,00 0,00
Excavation
Excavation in all materials for trenches, with trench sheeting (water proofed,
construction method free of vibration, deformation), dead sheeting (for trench
protection against penetration of sea water) and pile sheeting (for trench protection
against penetration of sea water, method free of vibration, deformation); according
to requirements set in specifications; with dewatering of trench for total trench
depths:
3
B4.5.1.030 Not exceeding 2,0m m 90,00 0,00
3
B4.5.1.040 Exceeding 2,0m but not exceeding 4,0m m 16,00 0,00
Extra-over item for B5.1.030. to B5.1.040 (B5.1.050 - B5.1.070)
B4.5.1.050 Manual excavation not exceeding 2,0m m³ 9,00 0,00
B4.5.1.060 Manual excavation exceeding 2,0m but not exceeding 4,0m m³ 2,00 0,00
B4.5.1.070 Hard rock excavation m³ 117,00 0,00

B4.5.1.090 Disposal of surplus materijal m³ 100,00 0,00


Backfilling with suitable material in the pipeline area
B4.5.1.100 Installation of suitable material (with leveling of trench bottom) under, around and
above the pipeline. Initial layer backfill for the pipeline bedding (10 cm+1/5DN) with
minimum 95% Proctor density. After the complete pipeline installation, the material
should be carefully compacted under and around the pipeline. Backfilling is to be
performed in 10 cm thick layers with minimum 95% Proctor density up to the top of
the pipe. The material should be (manually) compacted above the top of the pipe
(10 cm+1/10DN). m³ 28,00 0,00
Backfilling of the trench with suitable material up to the surface or up to the sub-
base structure of the road, compacting the material in layers maximum 30 cm
thick, with minimum 95% Proctor density.
B4.5.1.110 Selected imported material (from commercial sources) m³ 52,00 0,00
B4.5.2 Installation works
Dismantling of the existing section
B4.5.1.010 Dismantling of the existing part of the collector GRP DN600 in the length of cca 36
m with the belonging manholes. Upon dismantling, on-load and transport of
pipelines and manholes to the location defined by the ViK. LS 1,00 0,00
GRP Sewer Pipelines
Supply, lay, bed and test of certified quality assessed
Centrifugally Cast Glass Reinforced Plastic Pipes, class SN10000, acc. to DIN EN
14364, incl. all wall pieces with insert sockets complete
B4.5.1.020 600 mm dia. m 36,00 0,00
Supply, install and test of certified quality assessed
Prefabricated reinforced concrete manholes with blinding concrete,
prefabricated bottom part, benching, prefabricated shaft rings, cone,
distance rings, sewer manhole cover cast iron heavy duty class D (d=62.5
cm), step irons, drop pipes for house connections, incl. pipe connection,
acc. to typical drawing, complete
B4.5.1.110 Manhole in concrete for pipe > ND 500, dia. 1.20m, depth 1 - 2 m No. 1,00 0,00
B4.5.1.110 Manhole in concrete for pipe > ND 500, dia. 1.20m, depth 2 - 3 m No. 2,00 0,00

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]
B4.5.3 Surface finishes
Reinstate road surfaces complete with all courses and road markings
according to existing state:
B4.5.3.010 Construct gravel base with material with minimum CBR of 120% at 98% density,
300 mm, compacted to 98% Proctor dencity m³ 11,00 0,00
B4.5.3.020 Bituminous surface treatment with aggregate and slurry seal, spraying with approx.
3 l/m2 bituminous emulsion, 6cm bituminous base course (BBC 22), 4 cm wearing
course (AB 11). Calculation per m2 of asphalted surface in accordance with the
2
tipical trench detail drawing. m 54,00 0,00
B4.5.4 Other works
Protection of passage under the seweage collector
B4.5.4.010 To include supply, transport and installation of protective column made of steel
pipe DN500 (ID 494mm, OD 506,6mm). Sealing of teh columnt to be foreseen
within this item with concrete rings.
Calculation per m' of installed pipeline. m 3,00 0,00
Pipe material for the repair
B4.5.4.020 Supply, transport and installation of pipe material for repair of damages on teh
existing ACC pipeline potentially caused by execution of earth works with
machinery or blasting. m 300,00 0,00
Universal coupling (U-BS) 266-300mm
B4.5.4.030 Supply, transport and delivery of universal couplings for jointing of repair pipe
material and teh existing ACC DN250 pipeline (Ø286mm do Ø290mm). No 10,00 0,00
Analogue manometric device
B4.5.4.040 Analogue manometric device for measuring the inflow pressure at the inflow
pipeline in MR block, in front of Radovići reservoir. No 1,00 0,00
Hydrostatical sensor (reservoir water level meter)
B4.5.4.050
Hydrostatic submersible sensor for water level measurement (Nivelco or
equivalent). Mechanical protection IP68, sensor body made of stainless steel, 2
pulse outputs, analogue output 4-20mA, with connection boxes, ON/OFF
controlers for needle valve, 230/24V DC converter, full electrical protection, control
and reading display. To include delivery, installation, calibration for water level 0-
4m, commissioning and ViK's staff training for work with necessary hardware and
software equipment for operation and control system tied in with the needle valve
and EM flow meter. The installation includes supply and installation of all cables,
equipment and high and low voltage devices necessary for work. No 1,00 0,00
B4 Transmission pipeline - Total to collection - 0,00

B5 Gornja Župa

B5.1 Site Clearance


B5.1.010 Demolition, removal and disposal of concrete structures (not reinforced) m³ 3,00 0,00
B5.1.020 Demolition, removal and disposal of concrete structures (reinforced) m³ 8,00 0,00
Removal, temporary storage and maintan incl. disposal of surplus material:
2
B5.1.030 Stone walls m 0,00
B5.1.040 Kerbs m' 60,00 0,00
B5.1.050 Gutters m' 60,00 0,00
2
B5.1.060 Concrete paving blocks m 70,00 0,00
2
B5.1.070 Stone paving blocks m 0,00
B5.2 Earthworks (Pipe Trench) and Reinstatement
B5.2.010 Straight cut with disk in asphalt layer (two sided) m 1.067,00 0,00
B5.2.020 Asphalt or concrete layer, road base, base course, removal and disposal of the
2
material m 959,00 0,00
Excavation
Excavation in all materials for trenches, with trench sheeting (water proofed,
construction method free of vibration, deformation), dead sheeting (for trench
protection against penetration of sea water) and pile sheeting (for trench protection
against penetration of sea water, method free of vibration, deformation); according
to requirements set in specifications; with dewatering of trench for total trench
depths:
3
B5.2.030 Not exceeding 2,0m m 1.711,26 0,00
3
B5.2.040 Exceeding 2,0m m 214,13 0,00
Extra-over item for B6.1.030. to B6.1.040 (B6.1.050 - B6.1.060)
B5.2.050 Manual excavation not exceeding 2,0m m³ 500,00 0,00
B5.2.060 Manual excavation exceeding 2,0m but not exceeding 4,0m m³ 70,00 0,00

B5.2.070 Disposal of surplus materijal m³ 1.617,21 0,00


Backfilling with suitable material in the pipeline area
B5.2.080 Installation of suitable material (with leveling of trench bottom) under, around and
above the pipeline. Initial layer backfill for the pipeline bedding (10 cm+1/5DN) with
minimum 95% Proctor density. After the complete pipeline installation, the material
should be carefully compacted under and around the pipeline. Backfilling is to be
performed in 10 cm thick layers with minimum 95% Proctor density up to the top of
the pipe. The material should be (manually) compacted above the top of the pipe
(10 cm+1/10DN). m³ 516,97 0,00

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]
Backfilling of the trench with suitable material up to the surface or up to the sub-
base structure of the road, compacting the material in layers maximum 30 cm
thick, with minimum 95% Proctor density.
B5.2.090 Reuse of excavated material m³ 220,00 0,00
B5.2.100 Selected imported material (from commercial sources) m³ 1.008,62 0,00
B5.2.110 Encasing of Pipes in Concrete m³ 10,00 0,00
Surface finishes
Reinstate road surfaces complete with all courses and road markings
according to existing state:
B5.2.120 Construct gravel base with material with minimum CBR of 120% at 98% density,
300 mm, compacted to 98% Proctor dencity m³ 280,00 0,00
B5.2.130
Bituminous surface treatment with aggregate and slurry seal, spraying with approx.
3 l/m2 bituminous emulsion, 6cm bituminous base course (BBC 22), 4 cm wearing
course (AB 11). This item foresees construction of asphalt road structure wider
than the pipeline trench width, in accordance with the Engineer's instruction. The
surface damaged by the Contractor during excavation of the pipeline trench due to
his selected excavation methodology is not included in calculation. The unit price
includes removal (scraping) of the existing asphalt from the surface that is to be
prepared for asphalting. Calculation per m2 of asphalted surface. m2 825,40 0,00
Reinstate of road surface including all required material:
2
B5.2.140 Concrete surface m 242,40 0,00
B5.2.150 Stone walls m³ 0,00
B5.2.160 Kerbs m² 80,00 0,00
B5.2.170 Gutters m 80,00 0,00
B5.2.180 Concrete paving blocks m 35,00 0,00
B5.2.190 Stone paving blocks m² 70,00 0,00
B5.3 Installation works
Medium-Pressure Sewer Pipes
Corrugated PE Sewer Pipelines
Supply, lay, bed and test of certified quality assessed
structured-wall piping systems of polyethylene (PE) sewer pipes, class SN8,
acc. to DIN EN 13476-1, incl. all wall pieces with insert sockets complete
B5.3.010 200 mm dia. Corrugated m 240,00 0,00
B5.3.020 250 mm dia. Corrugated m 654,00 0,00
PVC Pipes SN8
B5.3.030 160 mm dia. PVC m 734,00 0,00

B5.3.040 Provision of House Connection ND 160


(incl. about 1m of PVC pipework DN 160 and saddle piece, sealing cap - Band 90º,
Band 45º, PVC Blind) complete No. 45,00 0,00
B5.3.050 Provision of House Connection ND 200
(incl. about 1m of PVC pipework DN 200 and saddle piece, sealing cap - Band 90º,
Band 45º, PVC Blind) complete No. 45,00 0,00
Manholes
Supply, install and test of certified quality assessed
Prefabricated reinforced concrete manholes with blinding concrete,
prefabricated bottom part, benching, prefabricated shaft rings, cone,
distance rings, sewer manhole cover cast iron heavy duty class D400 or
D150 - acc. to Design Documentations (d=62.5 cm), step irons, drop pipes for
house connections, incl. pipe connection, acc. to typical drawing, complete
B5.3.060 Manhole in concrete for pipe ≤ ND 500, dia. 1.00m, depth 1 - 2 m No 59,00 0,00
B5.3.070 Manhole in concrete for pipe ≤ ND 500, dia. 1.00m, depth 2 - 3 m No 12,00 0,00
B5.3.080 Manhole in concrete for pipe ≤ ND 500, dia. 1.00m, depth 3 - 4 m No 5,00 0,00
B5.3.090 Rehabilitation of existing manholes of square or circular profile up to 1.0m deep,
wall and bottom thickness up to 0.20m, with RC 0.10m slab. Rehabilitation
includes partial demolition of a part of the manhole with increase of dimensions or
depth from 0.5 to 1.0m. Calculation per piece. No 10,00 0,00
B5 Gornja Župa - Total to collection - 0,00

B6 Donja Župa

B6.1 Site Clearance


B6.1.010 Demolition, removal and disposal of concrete structures (not reinforced) m³ 3,00 0,00
B6.1.020 Demolition, removal and disposal of concrete structures (reinforced) m³ 3,00 0,00
Removal, temporary storage and maintan incl. disposal of surplus material:
2
B6.1.030 Stone walls m 0,00
B6.1.040 Kerbs m' 20,00 0,00
B6.1.050 Gutters m' 20,00 0,00
2
B6.1.060 Concrete paving blocks m 0,00
2
B6.1.070 Stone paving blocks m 0,00
B6.2 Earthworks (Pipe Trench) and Reinstatement
B6.2.010 Straight cut with disk in asphalt layer (two sided) m 222,00 0,00
B6.2.020 Asphalt or concrete layer, road base, base course, removal and disposal of the
2
material m 222,00 0,00

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]
Excavation
Excavation in all materials for trenches, with trench sheeting (water proofed,
construction method free of vibration, deformation), dead sheeting (for trench
protection against penetration of sea water) and pile sheeting (for trench protection
against penetration of sea water, method free of vibration, deformation); according
to requirements set in specifications; with dewatering of trench for total trench
depths:
3
B6.2.030 Not exceeding 2,0m m 1.150,00 0,00
3
B6.2.040 Exceeding 2,0m m 60,00 0,00
Extra-over item for B6.1.030. to B6.1.040 (B6.1.050 - B6.1.060)
B6.2.050 Manual excavation not exceeding 2,0m m³ 440,00 0,00
B6.2.060 Manual excavation exceeding 2,0m but not exceeding 4,0m m³ 20,00 0,00

B6.2.070 Disposal of surplus materijal m³ 540,00 0,00


Backfilling with suitable material in the pipeline area
B6.2.080 Installation of suitable material (with leveling of trench bottom) under, around and
above the pipeline. Initial layer backfill for the pipeline bedding (10 cm+1/5DN) with
minimum 95% Proctor density. After the complete pipeline installation, the material
should be carefully compacted under and around the pipeline. Backfilling is to be
performed in 10 cm thick layers with minimum 95% Proctor density up to the top of
the pipe. The material should be (manually) compacted above the top of the pipe
(10 cm+1/10DN). m³ 320,00 0,00
Backfilling of the trench with suitable material up to the surface or up to the sub-
base structure of the road, compacting the material in layers maximum 30 cm
thick, with minimum 95% Proctor density.
B6.2.090 Reuse of excavated material m³ 735,00 0,00
B6.2.100 Selected imported material (from commercial sources) m³ 150,00 0,00
B6.2.110 Encasing of Pipes in Concrete m³ 5,00 0,00
Surface finishes
Reinstate road surfaces complete with all courses and road markings
according to existing state:
B6.2.120 Construct gravel base with material with minimum CBR of 120% at 98% density,
300 mm, compacted to 98% Proctor dencity m³ 80,00 0,00
B6.2.130
Bituminous surface treatment with aggregate and slurry seal, spraying with approx.
3 l/m2 bituminous emulsion, 6cm bituminous base course (BBC 22), 4 cm wearing
course (AB 11). This item foresees construction of asphalt road structure wider
than the pipeline trench width, in accordance with the Engineer's instruction. The
surface damaged by the Contractor during excavation of the pipeline trench due to
his selected excavation methodology is not included in calculation. The unit price
includes removal (scraping) of the existing asphalt from the surface that is to be
prepared for asphalting. Calculation per m2 of asphalted surface. m2 120,00 0,00
Reinstate of road surface including all required material:
B6.2.140 Concrete surface m³ 105,00 0,00
B6.2.150 Stone walls m³ 0,00
B6.2.160 Kerbs m² 20,00 0,00
B6.2.170 Gutters m 20,00 0,00
B6.2.180 Concrete paving blocks m 0,00
B6.2.190 Stone paving blocks m² 0,00
B6.3 Installation works
Medium-Pressure Sewer Pipes
Corrugated PE Sewer Pipelines
Supply, lay, bed and test of certified quality assessed
structured-wall piping systems of polyethylene (PE) sewer pipes, class SN8,
acc. to DIN EN 13476-1, incl. all wall pieces with insert sockets complete
B6.3.010 200 mm dia. Corrugated m 55,00 0,00
B6.3.020 250 mm dia. Corrugated m 200,00 0,00
PVC Pipes SN8
B6.3.030 160 mm dia. PVC m 50,00 0,00

B6.3.040 Provision of House Connection ND 160


(incl. about 1m of PVC pipework DN 160 and saddle piece, sealing cap - Band 90º,
Band 45º, PVC Blind, JPR160, JKR160) complete No. 130,00 0,00
B6.3.050 Provision of House Connection ND 200
(incl. about 1m of PVC pipework DN 200 and saddle piece, sealing cap - Band 90º,
Band 45º, PVC Blind) complete No. 50,00 0,00
Manholes
Supply, install and test of certified quality assessed
Prefabricated reinforced concrete manholes with blinding concrete,
prefabricated bottom part, benching, prefabricated shaft rings, cone,
distance rings, sewer manhole cover cast iron heavy duty class D (d=62.5
cm), step irons, drop pipes for house connections, incl. pipe connection,
acc. to typical drawing, complete
B6.3.060 Manhole in concrete for pipe ≤ ND 500, dia. 1.00m, depth 1 - 2 m No 55,00 0,00
B6.3.070 Manhole in concrete for pipe ≤ ND 500, dia. 1.00m, depth 2 - 3 m No 17,00 0,00
B6.3.080 Manhole in concrete for pipe ≤ ND 500, dia. 1.00m, depth 3 - 4 m No

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]
B6.3.090 Rehabilitation of existing manholes of square or circular profile up to 1.0m deep,
wall and bottom thickness up to 0.20m, with RC 0.10m slab. Rehabilitation
includes partial demolition of a part of the manhole with increase of dimensions or
depth from 0.5 to 1.0m. Calculation per piece. No 3,00 0,00
B6 Donja Župa - Total to collection - 0,00

B7 Mažina

B7.1 Site Clearance


B7.1.010 Demolition, removal and disposal of concrete structures (not reinforced) m³ 4,00 0,00
B7.1.020 Demolition, removal and disposal of concrete structures (reinforced) m³ 8,00 0,00
Removal, temporary storage and maintan incl. disposal of surplus material:
2
B7.1.030 Stone walls m 0,00
B7.1.040 Kerbs m' 50,00 0,00
B7.1.050 Gutters m' 50,00 0,00
2
B7.1.060 Concrete paving blocks m 0,00
2
B7.1.070 Stone paving blocks m 0,00
B7.2 Earthworks (Pipe Trench) and Reinstatement
B7.2.010 Straight cut with disk in asphalt layer (two sided) m 1.100,00 0,00
B7.2.020 Asphalt or concrete layer, road base, base course, removal and disposal of the
2
material m 1.100,00 0,00
Excavation
Excavation in all materials for trenches, with trench sheeting (water proofed,
construction method free of vibration, deformation), dead sheeting (for trench
protection against penetration of sea water) and pile sheeting (for trench protection
against penetration of sea water, method free of vibration, deformation); according
to requirements set in specifications; with dewatering of trench for total trench
depths:
3
B7.2.030 Not exceeding 2,0m m 2.715,80 0,00
3
B7.2.040 Exceeding 2,0m m 617,46 0,00
Extra-over item for B6.1.030. to B6.1.040 (B6.1.050 - B6.1.060)
B7.2.050 Manual excavation not exceeding 2,0m m³ 828,54 0,00
B7.2.060 Manual excavation exceeding 2,0m but not exceeding 4,0m m³ 223,00 0,00

B7.2.070 Disposal of surplus materijal m³ 1.285,00 0,00


Backfilling with suitable material in the pipeline area
B7.2.080 Installation of suitable material (with leveling of trench bottom) under, around and
above the pipeline. Initial layer backfill for the pipeline bedding (10 cm+1/5DN) with
minimum 95% Proctor density. After the complete pipeline installation, the material
should be carefully compacted under and around the pipeline. Backfilling is to be
performed in 10 cm thick layers with minimum 95% Proctor density up to the top of
the pipe. The material should be (manually) compacted above the top of the pipe
(10 cm+1/10DN). m³ 1.643,17 0,00
Backfilling of the trench with suitable material up to the surface or up to the sub-
base structure of the road, compacting the material in layers maximum 30 cm
thick, with minimum 95% Proctor density.
B7.2.090 Reuse of excavated material m³ 593,00 0,00
B7.2.100 Selected imported material (from commercial sources) m³ 821,36 0,00
B7.2.110 Encasing of Pipes in Concrete m³ 12,00 0,00
Surface finishes
Reinstate road surfaces complete with all courses and road markings
according to existing state:
B7.2.120 Construct gravel base with material with minimum CBR of 120% at 98% density,
300 mm, compacted to 98% Proctor dencity m³ 346,10 0,00
B7.2.130
Bituminous surface treatment with aggregate and slurry seal, spraying with approx.
3 l/m2 bituminous emulsion, 6cm bituminous base course (BBC 22), 4 cm wearing
course (AB 11). This item foresees construction of asphalt road structure wider
than the pipeline trench width, in accordance with the Engineer's instruction. The
surface damaged by the Contractor during excavation of the pipeline trench due to
his selected excavation methodology is not included in calculation. The unit price
includes removal (scraping) of the existing asphalt from the surface that is to be
prepared for asphalting. Calculation per m2 of asphalted surface. m2 1.167,00 0,00
Reinstate of road surface including all required material:
2
B7.2.140 Concrete surface m 654,00 0,00
B7.2.150 Stone walls m³ 0,00
B7.2.160 Kerbs m² 50,00 0,00
B7.2.170 Gutters m 50,00 0,00
B7.2.180 Concrete paving blocks m 0,00
B7.2.190 Stone paving blocks m² 0,00
B7.3 Installation works
Medium-Pressure Sewer Pipes
Corrugated PE Sewer Pipelines
Supply, lay, bed and test of certified quality assessed
structured-wall piping systems of polyethylene (PE) sewer pipes, class SN8,
acc. to DIN EN 13476-1, incl. all wall pieces with insert sockets complete

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]
B7.3.010 200 mm dia. Corrugated m 1.210,00 0,00
B7.3.020 250 mm dia. Corrugated m 622,00 0,00
PVC Pipes SN8
B7.3.030 160 mm dia. PVC m 738,00 0,00

B7.3.040 Provision of House Connection ND 160


(incl. about 1m of PVC pipework DN 160 and saddle piece, sealing cap - Band 90º,
Band 45º, PVC Blind, JPR160, JKR160) complete No. 45,00 0,00
B7.3.050 Provision of House Connection ND 200
(incl. about 1m of PVC pipework DN 200 and saddle piece, sealing cap - Band 90º,
Band 45º, PVC Blind) complete No. 105,00 0,00
Manholes
Supply, install and test of certified quality assessed
Prefabricated reinforced concrete manholes with blinding concrete,
prefabricated bottom part, benching, prefabricated shaft rings, cone,
distance rings, sewer manhole cover cast iron heavy duty class D (d=62.5
cm), step irons, drop pipes for house connections, incl. pipe connection,
acc. to typical drawing, complete
B7.3.060 Manhole in concrete for pipe ≤ ND 500, dia. 1.00m, depth 1 - 2 m No 150,00 0,00
B7.3.070 Manhole in concrete for pipe ≤ ND 500, dia. 1.00m, depth 2 - 3 m No 86,00 0,00
B7.3.080 Manhole in concrete for pipe ≤ ND 500, dia. 1.00m, depth 3 - 4 m No 12,00 0,00
B7.3.090 Rehabilitation of existing manholes of square or circular profile up to 1.0m deep,
wall and bottom thickness up to 0.20m, with RC 0.10m slab. Rehabilitation
includes partial demolition of a part of the manhole with increase of dimensions or
depth from 0.5 to 1.0m. Calculation per piece. No 20,00 0,00
B7 Mažina - Total to collection - 0,00

B8 Tripovići

B8.1 Site Clearance


B8.1.010 Demolition, removal and disposal of concrete structures (not reinforced) m³ 3,00 0,00
B8.1.020 Demolition, removal and disposal of concrete structures (reinforced) m³ 6,00 0,00
Removal, temporary storage and maintan incl. disposal of surplus material:
2
B8.1.030 Stone walls m 0,00
B8.1.040 Kerbs m' 20,00 0,00
B8.1.050 Gutters m' 20,00 0,00
2
B8.1.060 Concrete paving blocks m 0,00
2
B8.1.070 Stone paving blocks m 0,00
B8.2 Earthworks (Pipe Trench) and Reinstatement
B8.2.010 Straight cut with disk in asphalt layer (two sided) m 350,00 0,00
B8.2.020 Asphalt or concrete layer, road base, base course, removal and disposal of the
2
material m 350,00 0,00
Excavation
Excavation in all materials for trenches, with trench sheeting (water proofed,
construction method free of vibration, deformation), dead sheeting (for trench
protection against penetration of sea water) and pile sheeting (for trench protection
against penetration of sea water, method free of vibration, deformation); according
to requirements set in specifications; with dewatering of trench for total trench
depths:
3
B8.2.030 Not exceeding 2,0m m 3.050,00 0,00
3
B8.2.040 Exceeding 2,0m m 706,00 0,00
Extra-over item for B6.1.030. to B6.1.040 (B6.1.050 - B6.1.060)
B8.2.050 Manual excavation not exceeding 2,0m m³ 1.800,00 0,00
B8.2.060 Manual excavation exceeding 2,0m but not exceeding 4,0m m³ 150,00 0,00

B8.2.070 Disposal of surplus materijal m³ 1.150,00 0,00


Backfilling with suitable material in the pipeline area
B8.2.080 Installation of suitable material (with leveling of trench bottom) under, around and
above the pipeline. Initial layer backfill for the pipeline bedding (10 cm+1/5DN) with
minimum 95% Proctor density. After the complete pipeline installation, the material
should be carefully compacted under and around the pipeline. Backfilling is to be
performed in 10 cm thick layers with minimum 95% Proctor density up to the top of
the pipe. The material should be (manually) compacted above the top of the pipe
(10 cm+1/10DN). m³ 861,20 0,00
Backfilling of the trench with suitable material up to the surface or up to the sub-
base structure of the road, compacting the material in layers maximum 30 cm
thick, with minimum 95% Proctor density.
B8.2.090 Reuse of excavated material m³ 2.415,00 0,00
B8.2.100 Selected imported material (from commercial sources) m³ 250,00 0,00
B8.2.110 Encasing of Pipes in Concrete m³ 5,00 0,00
Surface finishes
Reinstate road surfaces complete with all courses and road markings
according to existing state:
B8.2.120 Construct gravel base with material with minimum CBR of 120% at 98% density,
300 mm, compacted to 98% Proctor dencity m³ 385,00 0,00

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]
B8.2.130
Bituminous surface treatment with aggregate and slurry seal, spraying with approx.
3 l/m2 bituminous emulsion, 6cm bituminous base course (BBC 22), 4 cm wearing
course (AB 11). This item foresees construction of asphalt road structure wider
than the pipeline trench width, in accordance with the Engineer's instruction. The
surface damaged by the Contractor during excavation of the pipeline trench due to
his selected excavation methodology is not included in calculation. The unit price
includes removal (scraping) of the existing asphalt from the surface that is to be
prepared for asphalting. Calculation per m2 of asphalted surface. m2 50,00 0,00
Reinstate of road surface including all required material:
2
B8.2.140 Concrete surface m 300,00 0,00
B8.2.150 Stone walls m³ 0,00
B8.2.160 Kerbs m² 20,00 0,00
B8.2.170 Gutters m 20,00 0,00
B8.2.180 Concrete paving blocks m 0,00
B8.2.190 Stone paving blocks m² 0,00
B8.3 Installation works
Medium-Pressure Sewer Pipes
Corrugated PE Sewer Pipelines
Supply, lay, bed and test of certified quality assessed
structured-wall piping systems of polyethylene (PE) sewer pipes, class SN8,
acc. to DIN EN 13476-1, incl. all wall pieces with insert sockets complete
B8.3.010 200 mm dia. Corrugated m 360,00 0,00
B8.3.020 250 mm dia. Corrugated m 950,00 0,00
PVC Pipes SN8
B8.3.030 160 mm dia. PVC m 765,00 0,00

B8.3.040 Provision of House Connection ND 160


(incl. about 1m of PVC pipework DN 160 and saddle piece, sealing cap - Band 90º,
Band 45º, PVC Blind, JPR160, JKR160) complete No. 50,00 0,00
B8.3.050 Provision of House Connection ND 200
(incl. about 1m of PVC pipework DN 200 and saddle piece, sealing cap - Band 90º,
Band 45º, PVC Blind) complete No. 80,00 0,00

Manholes
Supply, install and test of certified quality assessed
Prefabricated reinforced concrete manholes with blinding concrete,
prefabricated bottom part, benching, prefabricated shaft rings, cone,
distance rings, sewer manhole cover cast iron heavy duty class D (d=62.5
cm), step irons, drop pipes for house connections, incl. pipe connection,
acc. to typical drawing, complete
B8.3.060 Manhole in concrete for pipe ≤ ND 500, dia. 1.00m, depth 1 - 2 m No 90,00 0,00
B8.3.070 Manhole in concrete for pipe ≤ ND 500, dia. 1.00m, depth 2 - 3 m No 90,00 0,00
B8.3.080 Manhole in concrete for pipe ≤ ND 500, dia. 1.00m, depth 3 - 4 m No 6,00 0,00
B8.3.090
Rekonstrukcija postojećih kanalizacionih okana kvadratnog ili kružnog presjeka
dubine do 1,0 m, debljine zidova i dna do 0,20 m, sa armiranobetonskom pločom
0,10 m. Rekonstrukcija obuhvata djelomično rušenje dijela okna sa povećanjem
gabarita ili dubine od 0,5 do 1,0 m.Obračun po kom. No 2,00 0,00
B8 Tripovići - Total to collection - 0,00

C MECHANICAL WORKS

C1 COMPACT PUMPING STATIONS

Installation of the submersible pump supplied by the Employer and taken


from Employer's storage yard, inlet sockets, connection fittings to pressure
pipe, ventilation pipe, cable connection. Complete installation.
C1.1.010 Submersible pump, 1 duty + 1 standby, Flowrate to be 9 l/s, Head 11 m
(PS 7) LS 1,00 0,00
C1.1.020 Submersible pump, 1 duty + 1 standby, Flowrate to be 5 l/s, Head 7 m
(PS 10) LS 1,00 0,00
C1 Compact Pumping Stations - Total to collection - 0,00

D ELECTRICAL WORKS

D1 COMPACT PUMPING STATION PS 7

Electrical Works Pumping Station


D1.1 Power Supply
D1.1.1 Power Supply according to particular specification 2.1.1 LS 1,00 0,00
D1.2 Switchgear cabinet

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]
D1.2.1 Supply, delivery and installation of the MCC measuring-control cabinet.
The cabinet foreseen for outdoor installation on concrete foundation in
protection IP55, produced as "cabinet in cabinet" of plastified alluminium. Detailed
description of the cabinet shall be provided in Tender document. The following
equipment shall be installed in the cabinet.

No. 1,00 0,00


D1.3 Control part of the cabinet
D1.3.1 Automatic switch 63A/3p (R50) with voltage coil 230VAC and auxiliary signal
contacts No. 1,00 0,00
D1.3.2 Drum type switch 80A/3p (1-0-2) No. 1,00 0,00
D1.3.3
Strujni mjerni transformatori 50/5A (opciono 50/1A - usklađeno sa multimetrom) No. 3,00 0,00
D1.3.4 Digital multimeter (according to the description provided in the Techncial
description) No. 1,00 0,00
D1.3.5
Overvoltage protection 400V/25kA (B), unipolar «PHOENIX», type FLT 25-400 No. 4,00 0,00
D1.3.6 Automatic fuse 16A/1p No. 4,00 0,00
D1.3.7 Automatic fuse 16A/3p No. 4,00 0,00
D1.3.8 Automatic fuse 6A/3p No. 1,00 0,00
D1.3.9 Automatic fuse 6A/1p + NC No. 6,00 0,00
D1.3.10 Automatic fuse 6A/2p No. 4,00 0,00
D1.3.11 Automatic fuse 4A/2p+NC No. 1,00 0,00
D1.3.12 Automatic fuse 4A/2p No. 2,00 0,00
D1.3.13 Automatic fuse C20A/3p, type ETIMAT10 No. 3,00 0,00
D1.3.14 Additional module for side installation to the fuse 25/0,3A, type DIFO4 No. 3,00 0,00
D1.3.15 Automatic fuse 50A/3p No. 2,00 0,00
D1.3.16
Power Socket 400V/32A, IP54 for mobile Emergency Diesel Generator feeding No. 1,00 0,00
D1.3.17 Socket 400V/16A, IP54 No. 1,00 0,00
D1.3.18 Socket 230V/16A, IP54 No. 1,00 0,00
D1.3.19 Socket 24V/16A, IP54 No. 1,00 0,00
D1.3.20 PLC SIMATIC S7-200 with appertaining supply modulus SITOP DC and operating
panel TD-200 and GSM/GPRS modem SINAUT MD 720 No. 1,00 0,00
D1.3.21 Stabilized voltage adapter 230/24V – 10A No. 1,00 0,00
D1.3.22 UPS module 24VDC/15A No. 1,00 0,00
D1.3.23 Battery module 24VDC/7Ah No. 1,00 0,00
D1.3.24 Drum-type switch (0 – 1) 16A, unipolar No. 1,00 0,00
D1.3.25 Drum-type switch (0 – 1) 16A, bipolar No. 2,00 0,00
D1.3.26 Drum-type switch (1-0-2) 16A bipolar No. 2,00 0,00
D1.3.27 Overvoltage protection 230VAC/ bipolar type
UAK2 – PE/S, 2,5kA (PHOENIX) No. 1,00 0,00
D1.3.28 Working hours counter , 230 VAC No. 2,00 0,00
D1.3.29 Condenser for reactive energy compensation, three phased in the cylindrical
casing – 3 kVAr No. 2,00 0,00
D1.3.30 Condenser contactor 230 VAC/10 kVA No. 2,00 0,00
D1.3.31 Star-delta contactor combination for 7,5 kW motor No. 0,00
D1.3.31-1
Soft start ATS48 combination for 7,5kW motor (Soft-starter, contactors and relays) No. 2,00 0,00
D1.3.32 Signal light 230V (green) No. 1,00 0,00
D1.3.33 Signal light, LED diode in metal casing Ø 9 mm, complete with pre-resistance,
different colours No. 11,00 0,00
D1.3.34 Mushroomlike button (green) No. 2,00 0,00
D1.3.35 Mushroomlike button (red) No. 2,00 0,00
D1.3.36 Circuit key (yellow) No. 1,00 0,00
D1.3.37 El.cabinet heater 230V/100W No. 2,00 0,00
D1.3.38 Thermostat + hygrostat 230V No. 1,00 0,00
D1.3.39 Fluo light 230V/35W No. 2,00 0,00
Auxilliary relay with 3 switch contacts
D1.3.40 - 230 VAC No. 6,00 0,00
D1.3.41 - 24 VDC No. 1,00 0,00
D1.3.42
Relay for protection against humidity entering into motor 230 VAC type QNS (KSB) No. 2,00 0,00
D1.3.43 Transformer 400/230V, 300VA No. 1,00 0,00
D1.3.44 Transformer 230/24V – 200VA No. 1,00 0,00
D1.3.45 Software required for programming and configuration of equipment set 1,00 0,00
D1.3.46 Engineering works on equipment programming (PLC, OP-panel etc.). Preparing of
application, commissioning and users' training set 1,00 0,00
D1.3.47
Cu bus bars, insulators, cable inlets, rails for installation of elements, pressure wire
connectors, connection cables, plastic channels, label plates, etc. minor
connection and installation material and tools with marking and testing set 1,00 0,00
D1.4 Measuring part «Elektrodistribucija»
D1.4.1 Supply and installation of equipment for direct measuring of el.energy
Multifunctional counter 3x400/230V/80A, type ZMD 120 "Landis&Gyr " set 1,00 0,00
D1.4.2 Junction Box incl. clamps for feeder cable No. 1,00 0,00
D1.4.3 Three pin fuse 63/40A with protection cover No. 1,00 0,00
D1.4.4 Bus bar of N i PE cable No. 2,00 0,00
D1.4.5 Wiring and other minor material LS 1,00 0,00

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]
D1.5 CABLE DISTRIBUTION AND TECHNOLOGICAL
INSTALLATIONS
D1.5.1 Trench excavation in earth of IV category, with backfilling and disposal of surplus
material. Average trench width 50 cm, depth 80 cm, length 5m m3 2,00 0,00
D1.5.2 Preparation of bedding and backfilling the trench with fine sand (5+5=10cm) m3 1,00 0,00
D1.5.3 PVC railing + warning tape m 2,00 0,00
Pipes for protection of cables laid under the ground or in concrete
D1.5.4 ▪ flexible PEHD – DN100 m 1,00 0,00
D1.5.5 ▪ flexible PEHD – DN100 m 15,00 0,00
D1.5.6 ▪ flexible PEHD - DN100 m 0,00
D1.5.7 Stainless steel carrier for level measuring probe No. 1,00 0,00
D1.5.8 Flexible protection PVC pipes of «sapa» for introducing the cable to the consumers
– different diameters m 5,00 0,00
D1.5.9 Plastic terminal cabinet VPO with IP65 protection, approx. dim. 300x250x150mm
with cover, with installation: No. 2,00 0,00
D1.5.10 pressure wire connector PRS 16mm2 No. 15,00 0,00
D1.5.11 pressure wire connector PRS 2,5-4mm2 No. 3,00 0,00
D1.5.12 PVC inlet 16 – 23 mm No. 18,00 0,00
Cables layed in pipes and on cable trays
D1.5.13 PP00Y 7x6 (2x10 m) m 2,00 0,00
D1.5.14 PP00Y 3x2,5 (2x10 m) m 2,00 0,00
D1.5.15 PP00Y 3x2,5 (0x10 m) m 0,00
D1.5.16 PP00Y 5x1,5 (2x10 m) m 2,00 0,00
D1.5.17 OLFLEX 140CY – 3x1 (1x10 m) m 1,00 0,00
D1.5.18 OLFLEX 140CY - 7x1 m 2,00 0,00
Connecting of el.power cables and technological consumers on both ends,
complete with connection material:
D1.5.19 cable 7x6 mm2 No. 2,00 0,00
D1.5.20 signal cable 2,5 mm2 to 5-wires No. 4,00 0,00
D1.5.21 Other minor and installation material LS 1,00 0,00
D1.6 MEASURING EQUIPMENT
D1.6.1 ▪ Indicator and Data logger - the device for storing of operation parameters
and the alarm in the pumping station. Type MEMOGRAPH S, RSG12
with related module for supply and overvoltage protection No. 0,00
D1.6.2 Level switch type ENM-10 «FLYGHT», with cable length 10m No. 2,00 0,00
D1.6.3
Processmeter (level measuring device) RIA 452 ( 4- 20 mA), with 2 output relays No. 1,00 0,00
D1.6.4 Level meter probe FMX 167 No. 1,00 0,00
D1.6.5 Supply block with overvoltage protection HAW 560 No. 1,00 0,00
D1.7 EARTHING
D1.7.1 Strip FeZn – 40×4 (ili 25x4)mm, laid in concrete foundation m 55,00 0,00
D1.7.2 Strip Fe/Zn 40x4 (ili 25x4) mm laid in trench m 1,00 0,00
D1.7.3 Trench excavation in earth IV cat. m3 3,00 0,00
D1.7.4 Different type couplings for connecting metal masses to earthing No. 1,00 0,00
D1.7.5 Connecting strips with cross-piece No. 2,00 0,00
D1.7.6 Implementation of terminal for potential equalization of metal masses by of
FeZn - 25x4 mm strip means m 1,00 0,00
D1.7.7
Implementation of potential equalization by means of FeZn - 25x4mm, strip fixed
on wall supports m 2,00 0,00
D1.7.8 Different minor connection and installation material. LS 1,00 0,00
D1.7.9 Testing of installation, measuring earthing resistance, as well as issuing
required testing certificates LS 1,00 0,00
D1.8 OTHER ITEMS
D1.8.1 Functional testing and commissioning of technological equipment and
el.installations LS 1,00 0,00
D1.8.2 Fitting of level switches in accordance with technological design LS 1,00 0,00
D1.8.3 Preparing As-built-design LS 1,00 0,00
D1.8.4 Different measurements with issuing of test sheets, manuals and other documents
for technical examination LS 1,00 0,00
D1.8.5 Excavation of construction pit for foundations of the MCC cabinet in earth IV cat.
approx. dim. 1,5x0,8x0,6 m m3 0,80 0,00
D1.8.6 Construction of concrete foundation MB20 dim.1,5x1x0,4 m (w x h x l) for
switchgear cabinet, complete with formwork and reinforcement No. 1,00 0,00
D1.8.7 Emergency call central unit (tele service device) via GSM connection by using
SMS Alarm Text, Phoenix Contact, Type PSI-Modem-SMS-REL No. 0,00
D1.9 CONSTRUCTION WORKS AND MATERIAL - LV CONNECTION
D1.9.1 Setting marks for new cable root m 1,00 0,00
D1.9.2 Setting mark for route of existing cables m 1,00 0,00
D1.9.3 Trench excavation in earth of IV category, dim 0,4x0,8m m3 5,00 0,00
D1.9.4 Cutting asphalt with milling machine m 5,00 0,00
D1.9.5 Test holes for determination of installation locations, with backfilling m3 4,00 0,00
D1.9.6 Breaking asphalt and concrete with excavation on pedestrian walkways m² 4,00 0,00
D1.9.7
Supply and manufaction of rail along the trench for protection purpose (h=90 cm) m 2,00 0,00
D1.9.8
Trench bottom backfilling with 10 cm layers of sand. Supply and delivery included. m3 5,00 0,00
Cable laying in trench including inserting into pipes
D1.9.9 ▪ 1 kV cable PP00 4x25 mm2 m 5,00 0,00

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]
D1.9.10 ▪ 1 kV cable PP00 5x16 mm2 m 2,00 0,00
D1.9.11 ▪ 1 kV cable PP00 5x25 mm2 m 0,00
D1.9.12 ▪ Strip Fe/Zn 40x4mm m 2,00 0,00
D1.9.13 Backfilling of the cable with fine sand (10 cm layer thickness). m3 0,60 0,00
D1.9.14 Cable protection with GAL protection 1m for 1 kV cable with 10% overlapping No. 11,00 0,00
D1.9.15 Backfilling trench with the excavated material, with proper compression m3 5,00 0,00
D1.9.16 Sanation of excavated area, complete with gravel base, crushed stone, course
asphalt and final layer of cast asphalt 5cm m³ 4,00 0,00
D1.9.17 Disposal of surplus ground, debris and concrete to the city dump site, up to 5 km
away m³ 4,00 0,00
Supply and installation of TPE pipes into ready, excavated trench, including
transport of the pipes to the place of installation, insertion of trip wire, sealing of
empty pipes with plugs. Laying the pipes onto concrete surface, MB7, 10 cm and
cast them with concrete, 5 cm from each side. The price includes all the described
works and material including concrete works.
D1.9.18 ▪ Ø 160 mm pipe - hard m 1,00 0,00
D1.9.19 ▪ Ø 110 mm pipe - hard m 1,00 0,00
D1.9.20 ▪ Ø 110 mm pipe - flexible m 0,00
D1.9.21 Laying plastic warning plastic tape, 15 cm wide into the trench with material and
equipment m 3,00 0,00
D1.9.22
Topographical survey of the cable route and entering data into cadastre register m 3,00 0,00
D1.9.23 Supply, delivery, distribution of gravel into the trench and compression m3 4,00 0,00
D1.9.24 Supply and installation of Ø 160 mm x 3 m iron pipes into the trench (for crossing
the TK installations) m 15,00 0,00
D1.9.25 As in item 19, only with PVC pipes Ø 160 mm x 3 m for crossing other communal
installations m 15,00 0,00
D1.9.26 Placing vertical and horizontal signalization LS 1,00 0,00
D1.9.27 Supply and implementation of pedestrian crossing, dimensions 1,5 x 1,0 m of
wooden material, without railing No. 1,00 0,00
D1.9.28 Maintenance clean surfaces during the works implementation, as well as perform
complete cleaning upon finalization of the works. m² 2,00 0,00
D1.9.29 Other unforseen works approved by the supervisory authority up to 5% LS 1,00 0,00
D1.10 ELECTRIC INSTALLATION MATERIAL - LV CONNECTION
D1.10.1 Cable PP00 4 x 25 mm2, 1kV m 5,00 0,00
D1.10.2 Cable PP00 5 x 16 mm2, 1kV m 2,00 0,00
D1.10.3 Cable PP00 5 x 25 mm2, 1kV m 0,00
D1.10.4 Cable head "termofit" No. 2,00 0,00
D1.10.5 Strip Fe/Zn 40x4mm No. 2,00 0,00
D1.10.6 Different clips for connections with the existing and new ground connections -
Fe/Zn strip No. 4,00 0,00
D1.10.7 Petty materials and other tools LS 1,00 0,00
D1.10.8 Other unforseen works approved by thesupervisory authority max. 5% LS 1,00 0,00
D1.11 INSTALLATION WORKS - NN CONNECTION
D1.11.1 Preparatory works for cable laying, accommodation of the drum and placing on
easel No. 1,00 0,00
D1.11.2 Manufacture and installation of cable heads termofit
No. 2,00 0,00
D1.11.3 Supervision over cable laying m 3,00 0,00
D1.11.4 Earthing connection Cu - cable sa earth-strip Fe/Zn 40x4 mm No. 3,00 0,00
D1.11.5 Testing of cable 1kV No. 1,00 0,00
D1.11.6 Testing of RST - 1kV cable No. 1,00 0,00
D1.11.7 Installation of 3 - fase fuse in the existing LV switchgear in the substation,
complete with wiring No. 1,00 0,00
D1.11.8 Other unforeseen works approved by the supervisory authority max. 5% LS 1,00 0,00
D1 Compact Pumping station PS 7 - Total to collection - 0,00

D2 COMPACT PUMPING STATION PS 10

Electrical Works Pumping Station


D2.1 Power Supply
D2.1.1 Power Supply according to particular specification 2.1.1 LS 1,00 0,00
D2.2 Switchgear cabinet
D2.2.1 Supply, delivery and installation of the MCC measuring-control cabinet
The cabinet foreseen for outdoor installation on concrete foundation in
protection IP55, produced as "cabinet in cabinet" of plastified alluminium. Detailed
description of the cabinet shall be provided in Tender document. The following
equipment shall be installed in the cabinet. No. 1,00 0,00
D2.3 Control part of the cabinet
D2.3.1 Automatic switch 63A/3p (R50) with voltage coil 230VAC and auxiliary signal
contacts No. 1,00 0,00
D2.3.2 Drum type switch 80A/3p (1-0-2) No. 1,00 0,00
D2.3.3
Strujni mjerni transformatori 50/5A (opciono 50/1A - usklađeno sa multimetrom) No. 3,00 0,00
D2.3.4 Digital multimeter (according to the description provided in the Techncial
description) No. 1,00 0,00
D2.3.5
Overvoltage protection 400V/25kA (B), unipolar «PHOENIX», type FLT 25-400 No. 4,00 0,00
D2.3.6 Automatic fuse 16A/1p No. 4,00 0,00

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]
D2.3.7 Automatic fuse 16A/3p No. 4,00 0,00
D2.3.8 Automatic fuse 6A/3p No. 1,00 0,00
D2.3.9 Automatic fuse 6A/1p + NC No. 6,00 0,00
D2.3.10 Automatic fuse 6A/2p No. 4,00 0,00
D2.3.11 Automatic fuse 4A/2p+NC No. 1,00 0,00
D2.3.12 Automatic fuse 4A/2p No. 2,00 0,00
D2.3.13 Automatic fuse C20A/3p, type ETIMAT10 No. 3,00 0,00
D2.3.14 Additional module for side installation to the fuse 25/0,3A, type DIFO4 No. 3,00 0,00
D2.3.15 Automatic fuse 50A/3p No. 2,00 0,00
D2.3.16
Power Socket 400V/32A, IP54 for mobile Emergency Diesel Generator feeding No. 1,00 0,00
D2.3.17 Socket 400V/16A, IP54 No. 1,00 0,00
D2.3.18 Socket 230V/16A, IP54 No. 1,00 0,00
D2.3.19 Socket 24V/16A, IP54 No. 1,00 0,00
D2.3.20 PLC SIMATIC S7-200 with appertaining supply modulus SITOP DC and operating
panel TD-200 and GSM/GPRS modem SINAUT MD 720 No. 1,00 0,00
D2.3.21 Stabilized voltage adapter 230/24V – 10A No. 1,00 0,00
D2.3.22 UPS module 24VDC/15A No. 1,00 0,00
D2.3.23 Battery module 24VDC/7Ah No. 1,00 0,00
D2.3.24 Drum-type switch (0 – 1) 16A, unipolar No. 1,00 0,00
D2.3.25 Drum-type switch (0 – 1) 16A, bipolar No. 2,00 0,00
D2.3.26 Drum-type switch (1-0-2) 16A bipolar No. 2,00 0,00
D2.3.27 Overvoltage protection 230VAC/ bipolar type
UAK2 – PE/S, 2,5kA (PHOENIX) No. 1,00 0,00
D2.3.28 Working hours counter , 230 VAC No. 2,00 0,00
D2.3.29 Condenser for reactive energy compensation, three phased in the cylindrical
casing – 3 kVAr No. 2,00 0,00
D2.3.30 Condenser contactor 230 VAC/10 kVA No. 2,00 0,00
D2.3.31 Star-delta contactor combination for 7,5 kW motor No. 0,00
D2.3.31-1 Soft start ATS48 combination for 7,5kW motor (Soft-starter witn conectors and
relays) No. 2,00 0,00
D2.3.32 Signal light 230V (green) No. 1,00 0,00
D2.3.33 Signal light, LED diode in metal casing Ø 9 mm, complete with pre-resistance,
different colours No. 11,00 0,00
D2.3.34 Mushroomlike button (green) No. 2,00 0,00
D2.3.35 Mushroomlike button (red) No. 2,00 0,00
D2.3.36 Circuit key (yellow) No. 1,00 0,00
D2.3.37 El.cabinet heater 230V/100W No. 2,00 0,00
D2.3.38 Thermostat + hygrostat 230V No. 1,00 0,00
D2.3.39 Fluo light 230V/35W No. 2,00 0,00
Auxilliary relay with 3 switch contacts
D2.3.40 - 230 VAC No. 6,00 0,00
D2.3.41 - 24 VDC No. 1,00 0,00
D2.3.42
Relay for protection against humidity entering into motor 230 VAC type QNS (KSB) No. 2,00 0,00
D2.3.43 Transformer 400/230V, 300VA No. 1,00 0,00
D2.3.44 Transformer 230/24V – 200VA No. 1,00 0,00
D2.3.45 Software required for programming and configuration of equipment set 1,00 0,00
D2.3.46 Engineering works on equipment programming (PLC, OP-panel etc.). Preparing of
application, commissioning and users' training set 1,00 0,00
D2.3.47
Cu bus bars, insulators, cable inlets, rails for installation of elements, pressure wire
connectors, connection cables, plastic channels, label plates, etc. minor
connection and installation material and tools with marking and testing set 1,00 0,00
D2.4 Measuring part «Elektrodistribucija»
D2.4.1 Supply and installation of equipment for direct measuring of el.energy
Multifunctional counter 3x400/230V/80A, type ZMD 120 "Landis&Gyr " set 1,00 0,00
D2.4.2 Junction Box incl. clamps for feeder cable No. 1,00 0,00
D2.4.3 Three pin fuse 63/40A with protection cover No. 1,00 0,00
D2.4.4 Bus bar of N i PE cable No. 2,00 0,00
D2.4.5 Wiring and other minor material LS 1,00 0,00
D2.5 CABLE DISTRIBUTION AND TECHNOLOGICAL
INSTALLATIONS
D2.5.1 Trench excavation in earth of IV category, with backfilling and disposal of surplus
material. Average trench width 50 cm, depth 80 cm, length 5m m3 2,00 0,00
D2.5.2 Preparation of bedding and backfilling the trench with fine sand (5+5=10cm) m3 1,00 0,00
D2.5.3 PVC railing + warning tape m 2,00 0,00
D2.5.4 Pipes for protection of cables laid under the ground or in concrete
D2.5.5 ▪ flexible PEHD – DN100 m 1,00 0,00
D2.5.6 ▪ flexible PEHD – DN100 m 15,00 0,00
D2.5.7 ▪ flexible PEHD - DN100 m 0,00
D2.5.8 Stainless steel carrier for level measuring probe No. 1,00 0,00
D2.5.9 Flexible protection PVC pipes of «sapa» for introducing the cable to the consumers
– different diameters m 5,00 0,00
D2.5.10 Plastic terminal cabinet VPO with IP65 protection, approx. dim. 300x250x150mm
with cover, with installation: No. 2,00 0,00
D2.5.11 pressure wire connector PRS 16mm2 No. 15,00 0,00
D2.5.12 pressure wire connector PRS 2,5-4mm2 No. 3,00 0,00
D2.5.13 PVC inlet 16 – 23 mm No. 18,00 0,00

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]
Cables layed in pipes and on cable trays
D2.5.14 PP00Y 7x6 (2x10 m) m 2,00 0,00
D2.5.15 PP00Y 3x2,5 (2x10 m) m 2,00 0,00
D2.5.16 PP00Y 3x2,5 (0x10 m) m 0,00
D2.5.17 PP00Y 5x1,5 (2x10 m) m 2,00 0,00
D2.5.18 OLFLEX 140CY – 3x1 (1x10 m) m 1,00 0,00
D2.5.19 OLFLEX 140CY - 7x1 m 2,00 0,00
Connecting of el.power cables and technological consumers on both ends,
complete with connection material:
D2.5.20 cable 7x6 mm2 No. 2,00 0,00
D2.5.21 signal cable 2,5 mm2 to 5-wires No. 4,00 0,00
D2.5.22 Other minor and installation material LS 1,00 0,00
D2.6 MEASURING EQUIPMENT
D2.6.1 ▪ Indicator and Data logger - the device for storing of operation parameters
and the alarm in the pumping station. Type MEMOGRAPH S, RSG12
with related module for supply and overvoltage protection No. 0,00
D2.6.2 Level switch type ENM-10 «FLYGHT», with cable length 10m No. 2,00 0,00
D2.6.3
Processmeter (level measuring device) RIA 452 ( 4- 20 mA), with 2 output relays No. 1,00 0,00
D2.6.4 Level meter probe FMX 167 No. 1,00 0,00
D2.6.5 Supply block with overvoltage protection HAW 560 No. 1,00 0,00
D2.7 EARTHING
D2.7.1 Strip FeZn – 40×4 (ili 25x4)mm, laid in concrete foundation m 55,00 0,00
D2.7.2 Strip Fe/Zn 40x4 (ili 25x4) mm laid in trench m 1,00 0,00
D2.7.3 Trench excavation in earth IV cat. m3 3,00 0,00
D2.7.4 Different type couplings for connecting metal masses to earthing No. 1,00 0,00
D2.7.5 Connecting strips with cross-piece No. 2,00 0,00
D2.7.6 Implementation of terminal for potential equalization of metal masses by of
FeZn - 25x4 mm strip means m 1,00 0,00
D2.7.7
Implementation of potential equalization by means of FeZn - 25x4mm, strip fixed
on wall supports m 2,00 0,00
D2.7.8 Different minor connection and installation material. LS 1,00 0,00
D2.7.9 Testing of installation, measuring earthing resistance, as well as issuing
required testing certificates LS 1,00 0,00
D2.8 OTHER ITEMS
D2.8.1 Functional testing and commissioning of technological equipment and
el.installations LS 1,00 0,00
D2.8.2 Fitting of level switches in accordance with technological design LS 1,00 0,00
D2.8.3 Preparing As-built-design LS 1,00 0,00
D2.8.4 Different measurements with issuing of test sheets, manuals and other documents
for technical examination LS 1,00 0,00
D2.8.5 Excavation of construction pit for foundations of the MCC cabinet in earth IV cat.
approx. dim. 1,5x0,8x0,6 m m3 0,80 0,00
D2.8.6 Construction of concrete foundation MB20 dim.1,5x1x0,4 m (w x h x l) for
switchgear cabinet, complete with formwork and reinforcement No. 1,00 0,00
D2.8.7 Emergency call central unit (tele service device) via GSM connection by using
SMS Alarm Text, Phoenix Contact, Type PSI-Modem-SMS-REL No. 0,00
D2.9 CONSTRUCTION WORKS AND MATERIAL - LV CONNECTION
D2.9.1 Setting marks for new cable root m 1,00 0,00
D2.9.2 Setting mark for route of existing cables m 1,00 0,00
D2.9.3 Trench excavation in earth of IV category, dim 0,4x0,8m m3 5,00 0,00
D2.9.4 Cutting asphalt with milling machine m 5,00 0,00
D2.9.5 Test holes for determination of installation locations, with backfilling m3 4,00 0,00
D2.9.6 Breaking asphalt and concrete with excavation on pedestrian walkways m² 4,00 0,00
D2.9.7
Supply and manufaction of rail along the trench for protection purpose (h=90 cm) m 2,00 0,00
D2.9.8
Trench bottom backfilling with 10 cm layers of sand. Supply and delivery included. m3 5,00 0,00
Cable laying in trench including inserting into pipes
D2.9.9 ▪ 1 kV cable PP00 4x25 mm2 m 5,00 0,00
D2.9.10 ▪ 1 kV cable PP00 5x16 mm2 m 2,00 0,00
D2.9.11 ▪ 1 kV cable PP00 5x25 mm2 m 0,00
D2.9.12 ▪ Strip Fe/Zn 40x4mm m 2,00 0,00
D2.9.13 Backfilling of the cable with fine sand (10 cm layer thickness). m3 0,60 0,00
D2.9.14 Cable protection with GAL protection 1m for 1 kV cable with 10% overlapping No. 11,00 0,00
D2.9.15 Backfilling trench with the excavated material, with proper compression m3 5,00 0,00
D2.9.16 Sanation of excavated area, complete with gravel base, crushed stone, course
asphalt and final layer of cast asphalt 5cm m³ 4,00 0,00
D2.9.17 Disposal of surplus ground, debris and concrete to the city dump site, up to 5 km
away m³ 4,00 0,00
Supply and installation of TPE pipes into ready, excavated trench, including
transport of the pipes to the place of installation, insertion of trip wire, sealing of
empty pipes with plugs. Laying the pipes onto concrete surface, MB7, 10 cm and
cast them with concrete, 5 cm from each side. The price includes all the described
works and material including concrete works.
D2.9.18 ▪ Ø 160 mm pipe - hard m 1,00 0,00
D2.9.19 ▪ Ø 110 mm pipe - hard m 1,00 0,00
D2.9.20 ▪ Ø 110 mm pipe - flexible m 0,00

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]
D2.9.21 Laying plastic warning plastic tape, 15 cm wide into the trench with material and
equipment m 3,00 0,00
D2.9.22
Topographical survey of the cable route and entering data into cadastre register m 3,00 0,00
D2.9.23 Supply, delivery, distribution of gravel into the trench and compression m3 4,00 0,00
D2.9.24 Supply and installation of Ø 160 mm x 3 m iron pipes into the trench (for crossing
the TK installations) m 15,00 0,00
D2.9.25 As in item 19, only with PVC pipes Ø 160 mm x 3 m for crossing other communal
installations m 15,00 0,00
D2.9.26 Placing vertical and horizontal signalization LS 1,00 0,00
D2.9.27 Supply and implementation of pedestrian crossing, dimensions 1,5 x 1,0 m of
wooden material, without railing No. 1,00 0,00
D2.9.28 Maintenance clean surfaces during the works implementation, as well as perform
complete cleaning upon finalization of the works. m² 2,00 0,00
D2.9.29 Other unforseen works approved by the supervisory authority up to 5% LS 1,00 0,00
D2.10 ELECTRIC INSTALLATION MATERIAL - LV CONNECTION
D2.10.1 Cable PP00 4 x 25 mm2, 1kV m 5,00 0,00
D2.10.2 Cable PP00 5 x 16 mm2, 1kV m 2,00 0,00
D2.10.3 Cable PP00 5 x 25 mm2, 1kV m 0,00
D2.10.4 Cable head "termofit" No. 2,00 0,00
D2.10.5 Strip Fe/Zn 40x4mm No. 2,00 0,00
D2.10.6 Different clips for connections with the existing and new ground connections -
Fe/Zn strip No. 4,00 0,00
D2.10.7 Petty materials and other tools LS 1,00 0,00
D2.10.8 Other unforseen works approved by thesupervisory authority max. 5% LS 1,00 0,00
D2.11 INSTALLATION WORKS - NN CONNECTION
D2.11.1 Preparatory works for cable laying, accommodation of the drum and placing on
easel No. 1,00 0,00
D2.11.2 Manufacture and installation of cable heads termofit
No. 2,00 0,00
D2.11.3 Supervision over cable laying m 3,00 0,00
D2.11.4 Earthing connection Cu - cable sa earth-strip Fe/Zn 40x4 mm No. 3,00 0,00
D2.11.5 Testing of cable 1kV No. 1,00 0,00
D2.11.6 Testing of RST - 1kV cable No. 1,00 0,00
D2.11.7 Installation of 3 - fase fuse in the existing LV switchgear in the substation,
complete with wiring No. 1,00 0,00
D2.11.8 Other unforeseen works approved by the supervisory authority max. 5% LS 1,00 0,00
D2 Electrical works Pumping station PS 10 - Total to collection - 0,00

LOT 2 - KOTOR
A2 PRELIMINARY AND GENERAL

A2.1 Fixed charge items


Contractual Requirements
Establish Facilities on the Site
A2.1.1 Standard name boards, size 3.0 x 2.0 m No. 5,00 0,00
A2.1.2 Setting out of the works/routh marking Sum 1,00 0,00
A2.1.3 Maintenance of traffic Sum 1,00 0,00
Facilities for the Contractor
A2.1.4
Offices, storage sheds, workshops, water and power supply, access, site roads
etc. Sum 1,00 0,00
Other fixed-charge obligations required for the proper execution of the
Works
A2.1.5 Preparation and submission of as-built drawings and shop drawings and all
necessary reports according to Fidic Red book requirements Sum 1,00 0,00
A2.1.6 Remove Contractor's Site establishment on completion, incl. making good of the
Site Sum 1,00 0,00
A2.1.7 Allow for a defects liability of the entire works for a period of 12 months from the
date of completion Sum 1,00 0,00
A2.2 Sums stated provisionally by the Engineer
A2.2.1 Laboratory tests and other services for the proper execution of the works, as
directed by the Engineer (costs plus sum for overhead charges and profit) PS 20.000,00
A2 PRELIMINARY AND GENERAL - Total to collection - 20.000,00

B9 Replacement of distribution water supply network and house connections in


settlement Sv. Stasije in Dobrota

B9.1 Site Clearance


B9.1.010 Demolition, removal and disposal of concrete structures (not reinforced) m³
B9.1.020 Demolition, removal and disposal of concrete structures (reinforced) m³ 4,24 0,00
B9.1.030 Demolition, removal and disposal of brick work m³

Removal, temporary storage and maintan incl. disposal of surplus material:


B9.1.040 Stone walls m³
B9.1.050 Stone steps (stairways) m² 10,00 0,00
B9.1.060 Kerbs m 15,00 0,00
B9.1.070 Gutters m 15,00 0,00

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]
B9.1.080 Cobble pavement m²
B9.1.090 Concrete paving blocks m²
B9.1.100 Stone paving blocks m²
B9.2 Earth works
B9.2.010 Clear along the pipeline route including cut down of trees and shrubs and cart
away of surplus material. m² 10,00 0,00
B9.2.020 Straight cut with disk in asphalt layer (two sided) m' 440,00 0,00
B9.2.030 Asphalt or concrete layer, road base, base course, removal and disposal of the
material m² 1.077,50 0,00
Excavation
Excavation in all materials for trenches, with trench sheeting (water proofed,
construction method free of vibration, deformation), dead sheeting (for
trench protection against penetration of sea water) and pile sheeting (for
trench protection against penetration of sea water, method free of vibration,
deformation); according to requirements set in specifications; with
dewatering of trench for total trench depths:
B9.2.040 Not exceeding 1,0m m³ 423,00 0,00
B9.2.050 Exceeding 1,0m but not exceeding 2,0m m³
Extra-over item B1.2.040 to B1.2.050 above for:
B9.2.060 Manual excavation not exceeding 1,0m m³ 87,00 0,00
B9.2.070 Manual excavation exceeding 1,0m but not exceeding 2,0m m³
B9.2.080 Hard rock excavation m³
B9.2.090 Excavation of unsuitable material from trench bottom and incl. disposa m³

B9.2.100 Disposal of surplus materijal m³ 275,00 0,00


Backfilling with suitable material in the pipeline area
B9.2.110 Supply, delivery and Installation of sand of natural mixture or crashed stone below
2mm, under (with leveling of trench bottom), around and above the pipeline. Initial
layer backfill for the pipeline bedding (10 cm) with minimum 95% Proctor density.
After the complete pipeline installation, the material should be carefully compacted
under and around the pipeline. Backfilling is to be performed in 10 cm thick layers
with minimum 95% Proctor density up to the top of the pipe. The material should
be (manually) compacted above the top of the pipe (10 cm).
m³ 132,00 0,00
Backfilling of the trench with suitable material up to the surface or up to the
sub-base structure of the road, compacting the material in layers maximum
30 cm thick, with minimum 95% Proctor density.
B9.2.120 Reuse of excavated material (sieved and approved by the Engineer m³ 156,00 0,00
B9.2.130 Selected imported material (from commercial sources, gravel 0-32mm) m³ 192,00 0,00
B9.3 Concrete works
B9.3.010 Procurment and placement of C 12/15 concrete for the layer on average d=10 cm
under manhole bottom reinforced-concrete slabs, fully relying on the plans and the
designed elevation levels. m² 11,00 0,00
B9.3.020 Material procurment and production of manhole reinforced concrete bottom slab
d=20 cm, made of C 25/30 concrete. m³ 2,00 0,00
B9.3.030
Material procurment and production of manhole reinforced concrete top slabs d=20
cm, made of C 25/30 concrete. The concrete prices includes double fine sheeting
with all required retaining structures, scaffolding and other works needed. m³ 4,50 0,00
B9.3.040
Material procurment and production of manhole reinforced concrete top slabs d=20
cm, made of C 25/30 concrete, M 100. The price includes the scaffolding,
sheetings with necessary retaining structures and other works needed. m³ 1,70 0,00
B9.3.050 Production of ancor blocks (at horizontal and vertical pipeline bends, and at
steeper straight sections) and concrete manhole bases under the water supply
pipework made of C 20/25 concrete. m³ 0,70 0,00
B9.4 Reinforcement works
Procurment, delivery, cutting, bending and installation of welded mesh
reinforcement.
B9.4.010 GA 240/360 and RA 400/500 kg. 353,00 0,00
B9.4.020 MAG 500/560 kg. 194,00 0,00
B9.5 Installation works

Procurment, lay, bed and test certified quality assessed PE pipes (DIN 8074
or equal) with electrofusion joints, with all required PE electrofusion fittings
B9.5.010 Pipe DIN 8074 - 25 - SDR 17 - PE100 m 40,00 0,00
B9.5.020 Pipe DIN 8074 - 32 - SDR 17 - PE100 m 25,00 0,00
B9.5.030 Pipe DIN 8074 - 40 - SDR 17 - PE100 m
B9.5.040 Pipe DIN 8074 - 50 - SDR 17 - PE100 m
B9.5.050 Pipe DIN 8074 - 63 - SDR 17 - PE100 m 320,00 0,00
B9.5.060 Pipe DIN 8074 - 90 - SDR 17 - PE100 m 1.062,00 0,00
B9.5.070 Pipe DIN 8074 - 110 - SDR 17 - PE100 m 36,00 0,00
B9.5.080 Pipe DIN 8074 - 160 - SDR 17 - PE100 m
PE joints
B9.5.090 Cilinder joint piece with loose flange d160 mm (connection of PEHD pipe and LG
piece) No.
B9.5.100 Cilinder joint piece with loose flange d110 mm (connection of PEHD pipe and LG
piece) No. 4,00 0,00

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]
B9.5.110 Cilinder joint piece with loose flange d90 mm (connection of PEHD pipe and LG
piece) No. 22,00 0,00
B9.5.120 Cilinder joint piece with loose flange d75 mm (connection of PEHD pipe and LG
piece) No.
B9.5.130 Cilinder joint piece with loose flange d63 mm (connection of PEHD pipe and LG
piece) No. 1,00 0,00
B9.5.140 Cilinder joint piece with loose flange d50 mm (connection of PEHD pipe and LG
piece) No.
Procurement, delivery and installation of electrofusion T pieces on PE
pipelines:
B9.5.150 d100/100 No.
B9.5.160 d90/90 No. 1,00 0,00
B9.5.170 d63/63 No. 7,00 0,00
B9.5.180 d32/32 No.
Procurement, delivery and installation of water supply pipework within the
manholes, all of NP 10 bar
B9.5.190 Gate valve EV acc. to DIN 3352/4 Ø150 mm, NP10 No.
B9.5.200 Gate valve EV acc. to DIN 3352/4 Ø100 mm, NP10 No. 1,00 0,00
B9.5.210 Gate valve EV acc. to DIN 3352/4 Ø80 mm, NP10 No. 2,00 0,00
B9.5.220 Gate valve EV acc. to DIN 3352/4 Ø50 mm, NP10 No. 1,00 0,00
B9.5.230 Air valve DN80 mm No.
B9.5.240 Air valve DN50 mm No.
Procurement, delivery and installation of water supply pipework in the
ground without manholes, all of NP 10 bar
B9.5.250 Gate valve DN80 with built-fitting and street cover (EURO 20) No. 8,00 0,00
B9.5.260 Gate valve DN50 with built-fitting and street cover (EURO 20) No.
B9.5.270 Street cover (LG cover) of valve No. 4,00 0,00
B9.5.280 Undergroung hydrants Ø80 mm with hydrant valve cover No. 3,00 0,00

Procurement, delivery and installation of ductile iron fittings for all foreseen
chambers, as well as for horizontal pipeline curves, all of NP 10 bar
B9.5.290 T piece Ø300/100 No. 1,00 0,00
B9.5.300 T piece Ø300/80 No. 1,00 0,00
B9.5.310 T piece Ø150/100 No.
B9.5.320 T piece Ø150/80 No.
B9.5.330 T piece Ø100/100 No.
B9.5.340 T piece Ø100/80 No. 2,00 0,00
B9.5.350 T piece Ø100/50 No.
B9.5.360 T piece Ø80/80 No. 6,00 0,00
B9.5.370 T piece Ø80/50 No.
B9.5.380 T piece Ø50/50 No.
B9.5.390 FFG Ø300/600 No. 2,00 0,00
B9.5.400 FFG Ø150/1000 No.
B9.5.410 FFG Ø150/900 No.
B9.5.420 FFG Ø150/600 No.
B9.5.430 FFG Ø150/200 No.
B9.5.440 FFG Ø100/900 No. 1,00 0,00
B9.5.450 FFG Ø100/600 No. 1,00 0,00
B9.5.460 FFG Ø100/500 No.
B9.5.470 FFG Ø80/1000 No. 1,00 0,00
B9.5.480 FFG Ø80/800 No.
B9.5.490 FFG Ø80/600 No. 3,00 0,00
B9.5.500 FFG Ø80/500 No.
B9.5.510 FFG Ø80/400 No. 3,00 0,00
B9.5.520 FFG Ø80/300 No. 3,00 0,00
B9.5.530 FFG Ø50/800 No.
B9.5.540 FFR Ø150/80, L=200 mm No.
B9.5.550 FFR Ø100/80, L=200 mm No. 1,00 0,00
B9.5.560 FFR Ø80/65, L=200 mm No.
B9.5.570 FFR Ø80/50, L=200 mm No. 1,00 0,00
B9.5.580 N komad Ø80 mm No. 3,00 0,00
B9.5.590 X komad Ø80 mm No.
B9.5.600 X komad Ø50 mm No.
B9.5.610 Q90 Ø50 mm No.
B9.5.620 Q90 Ø80 mm No.
B9.5.630 Q90 Ø100 mm No.
B9.5.640 FFK30 Ø80 mm No.
B9.5.650 FFK45 Ø100 mm No.
B9.5.660 Flanged socket piece E-KS DN300 mm No. 4,00 0,00
B9.5.670 Flanged socket piece E-KS DN160 mm No.
B9.5.680 Flanged socket piece DN90 mm No.
B9.5.690 Flange adapter type E-BS DN150 (158-192mm) No.
B9.5.700 Dismantling piece MDK-A DN150 mm No.
B9.5.710 Dismantling piece MDK-A DN100 mm No. 1,00 0,00
B9.5.720 Dismantling piece MDK-A DN80 mm No. 1,00 0,00
B9.5.730 Dismantling piece MDK-A DN50 mm No. 1,00 0,00
B9.5.740 TT piece DN150x150 mm No.
B9.5.750 TT piece DN80x80 mm No.
B9.5.760 Flange adapter LG to AC pipe Ø100 mm No.

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]
Procurement, delivery and installation of tapping saddle with valves, street
cover, reduction and electrofusion transition piece on plastic pipelines.
Saddle protected by an epoxy coating. Exit to the saddle and valve is R2".
Reducer is installed on the valve
B9.5.770 d160/d63 No.
B9.5.780 d160/50 No.
B9.5.790 d160/40 No.
B9.5.800 d160/32 No.
B9.5.810 d110/d63 No.
B9.5.820 d110/50 No.
B9.5.830 d110/40 No.
B9.5.840 d110/32 No.
B9.5.850 d90/63 No. 36,00 0,00
B9.5.860 d90/50 No.
B9.5.870 d90/40 No.
B9.5.880 d90/32 No.
Procurement, delivery and installation of tapping saddle without valves and
with reduction and electrofusion transition piece on plastic pipelines. Saddle
protected by an epoxy coating. Exit to the saddle and valve is R2". Reducer
is installed on the valve
B9.5.890 d160/d63 No.
B9.5.900 d160/50 No.
B9.5.910 d160/40 No.
B9.5.920 d160/32 No.
B9.5.930 d110/63 No.
B9.5.940 d110/50 No.
B9.5.950 d110/40 No.
B9.5.960 d110/32 No.
B9.5.970 d90/63 No.
B9.5.980 d90/50 No.
B9.5.990 d90/40 No.
B9.5.1000 d90/32 No.
B9.5.1010 d75/40 No.
B9.5.1020 d75/32 No.
B9.5.1030 d63/50 No.
B9.5.1040 d63/40 No.
B9.5.1050 d63/32 No.

B9.5.1060 Service valve for horizontal drilling pipe No.


B9.5.1070 Saddle without valve wide range for AC pipe Ø150 / 2 " No.
B9.5.1080 Saddle without valve for PE and PVC pipe d160/2" No.
B9.5.1090 Valve for saddle R2" No.
House connections
Procurement, delivery and installation of water supply prefabricated
reinforced concrete manholes with the installation of sub layer 0-32mm
(eartworks included in the section earthworks)
B9.5.1100 Prefabricated reinforced manhole bottomless for 1 water meter No. 21,00 0,00
B9.5.1110 Prefabricated reinforced manhole bottomless for 2 water meters No. 4,00 0,00
B9.5.1120 Prefabricated reinforced manhole bottomless for 2 water meters No.
B9.5.1130 Prefabricated reinforced manhole bottomless for 4 water meters No.
B9.5.1140 Procurement & delivery and installation of water cast iron manhole cover with
rubber sealing for water meter manholes 60x40cm B125 - reinforced manhole for
water meters No. 53,00 0,00
B9.5.1150 Procurement & delivery and installation of water cast iron manhole cover with
rubber sealing for water meter manholes 80x50cm B125 - reinforced manhole for
water meters No.
Watermeter sets
B9.5.1160 Procurement, delivery and installation of water meter set 3/4'' (1 water meter,
valves and approproate fittings) - Type A-V1 No. 7,00 0,00
B9.5.1170 Procurmeent, delivery and installation of water meter set 6/4'' (1 water meter,
valves and approproate fittings) - Type B-V1 No. 14,00 0,00
B9.5.1180 Procurement, delivery and installation of water meter set 3/4'' (2 water meters,
valves and approproate fittings) - Type A-V2 No. 4,00 0,00
B9.5.1190 Procurement, delivery and installation of water meter set 6/4'' (2 water meters,
valves and approproate fittings) - Type B-V2 No.
B9.5.1200 Procurement, delivery and installation of water meter set 3/4'' (3 water meters,
valves and approproate fittings) - TIP A-V3 kom.
B9.5.1210 Procurement, delivery and installation of water meter set 6/4'' (3 water meters,
valves and approproate fittings) - Type B-V3 kom.
B9.5.1220 Procurement, delivery and installation of water meter set 3/4'' (4 water meters,
valves and approproate fittings) - Type A-V4 kom.
B9.5.1230 Procurement, delivery and installation of water meter set 6/4'' (4 water meters,
valves and approproate fittings) - Type B-V4 kom. 14,00 0,00
B9.5.1240 Procurement, delivery and installation of water meter set DN80 (water meter,
valves, dirt catcher, cilinder joint pieces, dismantling piece) - Type C-V1 kom.

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]

Trench excavation, backfilling, reistatement of the excavated surface area for


house connection; supply, delivery, lay, installation-including all necessary
joints and test of certified quality assessed PE pipes (DIN 8074 - SDR 17 -
PE100 or appropriate) with electrofusion joints, from the water meter
location to the identified location of the existing house line.
Locating existing water supply installations, connecting pipes, or ports of
entry of connecting pipes in the house (at 0.5-1.0 m from the house),
excavation of the existing connection with the disposal of material from
excavations in the immediate vicinity. Protection of the connection pipeline
with the plug and protection of the located existing installation (temporarily
backfill it with excavated material and re-excavate it right before the actual
connection of new to the existing line). Procurement and delivery of all
necessary material and fittings for connection of existing house line to the
new service line. The actual installation works on connecting the new and
existing service line shall be performed by ViK Kotor. The pipe is laid in a
separate or joint trench.
Contractor to be paid by linear meter of completed house connection (from
water meter location to the located connection point of the existing house
installation)
B9.5.1250 House connection 1/2" m
B9.5.1260 House connection 3/4" m
B9.5.1270 House connection 1" m
B9.5.1280 House connection 5/4" m
B9.5.1290 House connection 6/4" m 1.445,00 0,00
B9.5.1300 House connection 2" m

Trench excavation, backfilling, reistatement of the excavated surface area for


house connection; supply, delivery, lay, installation-including all necessary
joints and test of certified quality assessed PE pipes (DIN 8074 - SDR 17 -
PE100 or appropriate) with electrofusion joints, from the water meter
location to the identified location of the existing house line, 5-30m lenght.
Locating existing water supply installations, connecting pipes, or ports of
entry of connecting pipes in the house (at 0.5-1.0 m from the house),
excavation of the existing connection with the disposal of material from
excavations in the immediate vicinity. Protection of the connection pipeline
with the plug and protection of the located existing installation (temporarily
backfill it with excavated material and re-excavate it right before the actual
connection of new to the existing line). Procurement and delivery of all
necessary material and fittings for connection of existing house line to the
new service line. The actual installation works on connecting the new and
existing service line shall be performed by ViK Kotor. The pipe is laid in a
separate or joint trench.
Contractor to be paid by number of completed house connection (from
water meter location to the located connection point of the existing house
installation)
B9.5.1310 House connection 1/2" No.
B9.5.1320 House connection 3/4" No. 15,00 0,00
B9.5.1330 House connection 1" No.
B9.5.1340 House connection 5/4" No.
B9.5.1350 House connection 6/4" No.
B9.5.1360 House connection 2" No.

B9.5.1370 Assistance to ViK Kotor personnel during installation works on new and existing
connections. No. 20,00 0,00
B9.6 Sundry Items
B9.6.010 Procurement, delivery and installation of water cast iron manhole cover with rubber
sealing D400 for water meter manholes Ø600 No.
B9.6.020 Procurement, delivery and installation of water cast iron manhole cover with rubber
sealing C250 for water meter manholes Ø600 No. 2,00 0,00
B9.6.030 Procurement, delivery and installation of water cast iron manhole cover with rubber
sealing A15 for water meter manholes Ø600. No.
B9.6.040 Procurement, transport and installation of iron steps No.
B9.7 Surface finishes
Reinstate road surfaces complete with all courses
B9.7.010
Bituminous surface treatment with aggregate and slurry seal, spraying with approx.
3 l/m2 bituminous emulsion, 6cm bituminous base course and 4cm wearing course m² 207,00 0,00
B9.7.020 Concrete surface construction m² 315,00 0,00
Reinstatement of other surfaces
B9.7.030 Stone walls m³
B9.7.040 Stone steps (stairways) m²
B9.7.050 Kerbs m 15,00 0,00
B9.7.060 Gutters m 15,00 0,00
B9.7.070 Cobble pavement m²
B9.7.080 Concrete paving blocks m²

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]
B9.7.090 Stone paving blocks m²
B9 Sveti Stasije - Total to collection - 0,00

B10 Replacement of distribution water supply network and house connections in


settlement Roda

B10.1 Site Clearance


B10.1.010 Demolition, removal and disposal of concrete structures (not reinforced) m³ 1,00 0,00
B10.1.020 Demolition, removal and disposal of concrete structures (reinforced) m³ 4,00 0,00
B10.1.030 Demolition, removal and disposal of brick work m³

Removal, temporary storage and maintan incl. disposal of surplus material:


B10.1.040 Stone walls m³
B10.1.050 Stone steps (stairways) m² 10,00 0,00
B10.1.060 Kerbs m 26,00 0,00
B10.1.070 Gutters m 10,00 0,00
B10.1.080 Cobble pavement m²
B10.1.090 Concrete paving blocks m² 56,00 0,00
B10.1.100 Stone paving blocks m²
B10.2 Earth works
B10.2.010 Clear along the pipeline route including cut down of trees and shrubs and cart
away of surplus material. m² 5,00 0,00
B10.2.020 Straight cut with disk in asphalt layer (two sided) m' 159,20 0,00
B10.2.030 Asphalt or concrete layer, road base, base course, removal and disposal of the
material m² 411,70 0,00
Excavation
Excavation in all materials for trenches, with trench sheeting (water proofed,
construction method free of vibration, deformation), dead sheeting (for
trench protection against penetration of sea water) and pile sheeting (for
trench protection against penetration of sea water, method free of vibration,
deformation); according to requirements set in specifications; with
dewatering of trench for total trench depths:
B10.2.040 Not exceeding 1,0m m³ 399,00 0,00
B10.2.050 Exceeding 1,0m but not exceeding 2,0m m³
Extra-over item B1.2.040 to B1.2.050 above for:
B10.2.060 Manual excavation not exceeding 1,0m m³ 165,00 0,00
B10.2.070 Manual excavation exceeding 1,0m but not exceeding 2,0m m³ 5,00 0,00
B10.2.080 Hard rock excavation m³
B10.2.090 Excavation of unsuitable material from trench bottom and incl. disposa m³

B10.2.100 Disposal of surplus materijal m³ 317,00 0,00


Backfilling with suitable material in the pipeline area
B10.2.110 Supply, delivery and Installation of sand of natural mixture or crashed stone below
2mm, under (with leveling of trench bottom), around and above the pipeline. Initial
layer backfill for the pipeline bedding (10 cm) with minimum 95% Proctor density.
After the complete pipeline installation, the material should be carefully compacted
under and around the pipeline. Backfilling is to be performed in 10 cm thick layers
with minimum 95% Proctor density up to the top of the pipe. The material should
be (manually) compacted above the top of the pipe (10 cm).
m³ 120,00 0,00
Backfilling of the trench with suitable material up to the surface or up to the
sub-base structure of the road, compacting the material in layers maximum
30 cm thick, with minimum 95% Proctor density.
B10.2.120 Reuse of excavated material (sieved and approved by the Engineer m³ 173,00 0,00
B10.2.130 Selected imported material (from commercial sources, gravel 0-32mm) m³ 210,00 0,00
B10.3 Concrete works
B10.3.010 Procurment and placement of C 12/15 concrete for the layer on average d=10 cm
under manhole bottom reinforced-concrete slabs, fully relying on the plans and the
designed elevation levels. m² 7,10 0,00
B10.3.020 Material procurment and production of manhole reinforced concrete bottom slab
d=20 cm, made of C 25/30 concrete. m³ 1,10 0,00
B10.3.030
Material procurment and production of manhole reinforced concrete top slabs d=20
cm, made of C 25/30 concrete. The concrete prices includes double fine sheeting
with all required retaining structures, scaffolding and other works needed. m³ 4,50 0,00
B10.3.040
Material procurment and production of manhole reinforced concrete top slabs d=20
cm, made of C 25/30 concrete, M 100. The price includes the scaffolding,
sheetings with necessary retaining structures and other works needed. m³ 1,60 0,00
B10.3.050 Production of ancor blocks (at horizontal and vertical pipeline bends, and at
steeper straight sections) and concrete manhole bases under the water supply
pipework made of C 20/25 concrete. m³ 0,50 0,00
B10.4 Reinforcement works
Procurment, delivery, cutting, bending and installation of welded mesh
reinforcement.
B10.4.010 GA 240/360 and RA 400/500 kg. 340,90 0,00
B10.4.020 MAG 500/560 kg. 196,50 0,00
B10.5 Installation works

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]

Procurment, lay, bed and test certified quality assessed PE pipes (DIN 8074
or equal) with electrofusion joints, with all required PE electrofusion fittings
B10.5.010 Pipe DIN 8074 - 25 - SDR 17 - PE100 m
B10.5.020 Pipe DIN 8074 - 32 - SDR 17 - PE100 m 153,00 0,00
B10.5.030 Pipe DIN 8074 - 40 - SDR 17 - PE100 m 66,00 0,00
B10.5.040 Pipe DIN 8074 - 50 - SDR 17 - PE100 m
B10.5.050 Pipe DIN 8074 - 63 - SDR 17 - PE100 m 305,00 0,00
B10.5.060 Pipe DIN 8074 - 90 - SDR 17 - PE100 m 217,00 0,00
B10.5.070 Pipe DIN 8074 - 110 - SDR 17 - PE100 m 382,00 0,00
B10.5.080 Pipe DIN 8074 - 160 - SDR 17 - PE100 m
PE joints
B10.5.090 Cilinder joint piece with loose flange d160 mm (connection of PEHD pipe and LG
piece) No.
B10.5.100 Cilinder joint piece with loose flange d110 mm (connection of PEHD pipe and LG
piece) No. 5,00 0,00
B10.5.110 Cilinder joint piece with loose flange d90 mm (connection of PEHD pipe and LG
piece) No. 10,00 0,00
B10.5.120 Cilinder joint piece with loose flange d75 mm (connection of PEHD pipe and LG
piece) No. 1,00 0,00
B10.5.130 Cilinder joint piece with loose flange d63 mm (connection of PEHD pipe and LG
piece) No.
B10.5.140 Cilinder joint piece with loose flange d50 mm (connection of PEHD pipe and LG
piece) No.
Procurement, delivery and installation of electrofusion T pieces on PE
pipelines:
B10.5.150 d100/100 No. 3,00 0,00
B10.5.160 d90/90 No. 1,00 0,00
B10.5.170 d63/63 No. 4,00 0,00
B10.5.180 d32/32 No.
Procurement, delivery and installation of water supply pipework within the
manholes, all of NP 10 bar
B10.5.190 Gate valve EV acc. to DIN 3352/4 Ø150 mm, NP10 No. 1,00 0,00
B10.5.200 Gate valve EV acc. to DIN 3352/4 Ø100 mm, NP10 No. 3,00 0,00
B10.5.210 Gate valve EV acc. to DIN 3352/4 Ø80 mm, NP10 No. 2,00 0,00
B10.5.220 Gate valve EV acc. to DIN 3352/4 Ø50 mm, NP10 No.
B10.5.230 Air valve DN80 mm No.
B10.5.240 Air valve DN50 mm No.
Procurement, delivery and installation of water supply pipework in the
ground without manholes, all of NP 10 bar
B10.5.250 Gate valve DN80 with built-fitting and street cover (EURO 20) No.
B10.5.260 Gate valve DN50 with built-fitting and street cover (EURO 20) No.
B10.5.270 Street cover (LG cover) of valve No. 4,00 0,00
B10.5.280 Undergroung hydrants Ø80 mm with hydrant valve cover No. 2,00 0,00

Procurement, delivery and installation of ductile iron fittings for all foreseen
chambers, as well as for horizontal pipeline curves, all of NP 10 bar
B10.5.290 T piece Ø300/100 No.
B10.5.300 T piece Ø300/80 No.
B10.5.310 T piece Ø150/100 No. 1,00 0,00
B10.5.320 T piece Ø150/80 No.
B10.5.330 T piece Ø100/100 No.
B10.5.340 T piece Ø100/80 No. 2,00 0,00
B10.5.350 T piece Ø100/50 No.
B10.5.360 T piece Ø80/80 No. 1,00 0,00
B10.5.370 T piece Ø80/50 No.
B10.5.380 T piece Ø50/50 No.
B10.5.390 FFG Ø300/600 No.
B10.5.400 FFG Ø150/1000 No.
B10.5.410 FFG Ø150/900 No.
B10.5.420 FFG Ø150/600 No. 2,00 0,00
B10.5.430 FFG Ø150/200 No.
B10.5.440 FFG Ø100/900 No.
B10.5.450 FFG Ø100/600 No.
B10.5.460 FFG Ø100/500 No.
B10.5.470 FFG Ø80/1000 No.
B10.5.480 FFG Ø80/800 No.
B10.5.490 FFG Ø80/600 No.
B10.5.500 FFG Ø80/500 No.
B10.5.510 FFG Ø80/400 No. 2,00 0,00
B10.5.520 FFG Ø80/300 No. 2,00 0,00
B10.5.530 FFG Ø50/800 No.
B10.5.540 FFR Ø150/80, L=200 mm No.
B10.5.550 FFR Ø100/80, L=200 mm No. 1,00 0,00
B10.5.560 FFR Ø80/65, L=200 mm No. 1,00 0,00
B10.5.570 FFR Ø80/50, L=200 mm No.
B10.5.580 N komad Ø80 mm No. 2,00 0,00
B10.5.590 X komad Ø80 mm No.
B10.5.600 X komad Ø50 mm No.

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]
B10.5.610 Q90 Ø50 mm No.
B10.5.620 Q90 Ø80 mm No. 1,00 0,00
B10.5.630 Q90 Ø100 mm No.
B10.5.640 FFK30 Ø80 mm No.
B10.5.650 FFK45 Ø100 mm No.
B10.5.660 Flanged socket piece E-KS DN300 mm No.
B10.5.670 Flanged socket piece E-KS DN160 mm No.
B10.5.680 Flanged socket piece DN90 mm No.
B10.5.690 Flange adapter type E-BS DN150 (158-192mm) No. 2,00 0,00
B10.5.700 Dismantling piece MDK-A DN150 mm No. 1,00 0,00
B10.5.710 Dismantling piece MDK-A DN100 mm No.
B10.5.720 Dismantling piece MDK-A DN80 mm No.
B10.5.730 Dismantling piece MDK-A DN50 mm No.
B10.5.740 TT piece DN150x150 mm No.
B10.5.750 TT piece DN80x80 mm No.
B10.5.760 Flange adapter LG to AC pipe Ø100 mm No.
Procurement, delivery and installation of tapping saddle with valves, street
cover, reduction and electrofusion transition piece on plastic pipelines.
Saddle protected by an epoxy coating. Exit to the saddle and valve is R2".
Reducer is installed on the valve
B10.5.770 d160/d63 No.
B10.5.780 d160/50 No.
B10.5.790 d160/40 No.
B10.5.800 d160/32 No.
B10.5.810 d110/d63 No.
B10.5.820 d110/50 No.
B10.5.830 d110/40 No.
B10.5.840 d110/32 No.
B10.5.850 d90/63 No. 6,00 0,00
B10.5.860 d90/50 No.
B10.5.870 d90/40 No.
B10.5.880 d90/32 No.
Procurement, delivery and installation of tapping saddle without valves and
with reduction and electrofusion transition piece on plastic pipelines. Saddle
protected by an epoxy coating. Exit to the saddle and valve is R2". Reducer
is installed on the valve
B10.5.890 d160/d63 No.
B10.5.900 d160/50 No.
B10.5.910 d160/40 No.
B10.5.920 d160/32 No.
B10.5.930 d110/63 No. 3,00 0,00
B10.5.940 d110/50 No.
B10.5.950 d110/40 No. 1,00 0,00
B10.5.960 d110/32 No. 14,00 0,00
B10.5.970 d90/63 No. 4,00 0,00
B10.5.980 d90/50 No.
B10.5.990 d90/40 No.
B10.5.1000 d90/32 No. 2,00 0,00
B10.5.1010 d75/40 No. 1,00 0,00
B10.5.1020 d75/32 No. 6,00 0,00
B10.5.1030 d63/50 No.
B10.5.1040 d63/40 No.
B10.5.1050 d63/32 No. 5,00 0,00

B10.5.1060 Service valve for horizontal drilling pipe No.


B10.5.1070 Saddle without valve wide range for AC pipe Ø150 / 2 " No.
B10.5.1080 Saddle without valve for PE and PVC pipe d160/2" No.
B10.5.1090 Valve for saddle R2" No.
House connections
Procurement, delivery and installation of water supply prefabricated
reinforced concrete manholes with the installation of sub layer 0-32mm
(eartworks included in the section earthworks)
B10.5.1100 Prefabricated reinforced manhole bottomless for 1 water meter No. 23,00 0,00
B10.5.1110 Prefabricated reinforced manhole bottomless for 2 water meters No. 14,00 0,00
B10.5.1120 Prefabricated reinforced manhole bottomless for 2 water meters No. 1,00 0,00
B10.5.1130 Prefabricated reinforced manhole bottomless for 4 water meters No.
B10.5.1140 Procurement & delivery and installation of water cast iron manhole cover with
rubber sealing for water meter manholes 60x40cm B125 - reinforced manhole for
water meters No. 37,00 0,00
B10.5.1150 Procurement & delivery and installation of water cast iron manhole cover with
rubber sealing for water meter manholes 80x50cm B125 - reinforced manhole for
water meters No. 1,00 0,00
Watermeter sets
B10.5.1160 Procurement, delivery and installation of water meter set 3/4'' (1 water meter,
valves and approproate fittings) - Type A-V1 No. 17,00 0,00
B10.5.1170 Procurmeent, delivery and installation of water meter set 6/4'' (1 water meter,
valves and approproate fittings) - Type B-V1 No. 6,00 0,00
B10.5.1180 Procurement, delivery and installation of water meter set 3/4'' (2 water meters,
valves and approproate fittings) - Type A-V2 No. 14,00 0,00

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]
B10.5.1190 Procurement, delivery and installation of water meter set 6/4'' (2 water meters,
valves and approproate fittings) - Type B-V2 No.
B10.5.1200 Procurement, delivery and installation of water meter set 3/4'' (3 water meters,
valves and approproate fittings) - TIP A-V3 kom. 1,00 0,00
B10.5.1210 Procurement, delivery and installation of water meter set 6/4'' (3 water meters,
valves and approproate fittings) - Type B-V3 kom.
B10.5.1220 Procurement, delivery and installation of water meter set 3/4'' (4 water meters,
valves and approproate fittings) - Type A-V4 kom.
B10.5.1230 Procurement, delivery and installation of water meter set 6/4'' (4 water meters,
valves and approproate fittings) - Type B-V4 kom.
B10.5.1240 Procurement, delivery and installation of water meter set DN80 (water meter,
valves, dirt catcher, cilinder joint pieces, dismantling piece) - Type C-V1 kom. 1,00 0,00

Trench excavation, backfilling, reistatement of the excavated surface area for


house connection; supply, delivery, lay, installation-including all necessary
joints and test of certified quality assessed PE pipes (DIN 8074 - SDR 17 -
PE100 or appropriate) with electrofusion joints, from the water meter
location to the identified location of the existing house line.
Locating existing water supply installations, connecting pipes, or ports of
entry of connecting pipes in the house (at 0.5-1.0 m from the house),
excavation of the existing connection with the disposal of material from
excavations in the immediate vicinity. Protection of the connection pipeline
with the plug and protection of the located existing installation (temporarily
backfill it with excavated material and re-excavate it right before the actual
connection of new to the existing line). Procurement and delivery of all
necessary material and fittings for connection of existing house line to the
new service line. The actual installation works on connecting the new and
existing service line shall be performed by ViK Kotor. The pipe is laid in a
separate or joint trench.
Contractor to be paid by linear meter of completed house connection (from
water meter location to the located connection point of the existing house
installation)
B10.5.1250 House connection 1/2" m
B10.5.1260 House connection 3/4" m
B10.5.1270 House connection 1" m
B10.5.1280 House connection 5/4" m
B10.5.1290 House connection 6/4" m
B10.5.1300 House connection 2" m

Trench excavation, backfilling, reistatement of the excavated surface area for


house connection; supply, delivery, lay, installation-including all necessary
joints and test of certified quality assessed PE pipes (DIN 8074 - SDR 17 -
PE100 or appropriate) with electrofusion joints, from the water meter
location to the identified location of the existing house line, 5-30m lenght.
Locating existing water supply installations, connecting pipes, or ports of
entry of connecting pipes in the house (at 0.5-1.0 m from the house),
excavation of the existing connection with the disposal of material from
excavations in the immediate vicinity. Protection of the connection pipeline
with the plug and protection of the located existing installation (temporarily
backfill it with excavated material and re-excavate it right before the actual
connection of new to the existing line). Procurement and delivery of all
necessary material and fittings for connection of existing house line to the
new service line. The actual installation works on connecting the new and
existing service line shall be performed by ViK Kotor. The pipe is laid in a
separate or joint trench.
Contractor to be paid by number of completed house connection (from
water meter location to the located connection point of the existing house
installation)
B10.5.1310 House connection 1/2" No.
B10.5.1320 House connection 3/4" No. 48,00 0,00
B10.5.1330 House connection 1" No.
B10.5.1340 House connection 5/4" No.
B10.5.1350 House connection 6/4" No. 13,00 0,00
B10.5.1360 House connection 2" No.

B10.5.1370 Assistance to ViK Kotor personnel during installation works on new and existing
connections. No. 61,00 0,00
B10.6 Sundry Items
B10.6.010 Procurement, delivery and installation of water cast iron manhole cover with rubber
sealing D400 for water meter manholes Ø600 No.
B10.6.020 Procurement, delivery and installation of water cast iron manhole cover with rubber
sealing C250 for water meter manholes Ø600 No. 2,00 0,00
B10.6.030 Procurement, delivery and installation of water cast iron manhole cover with rubber
sealing A15 for water meter manholes Ø600. No.
B10.6.040 Procurement, transport and installation of iron steps No.
B10.7 Surface finishes

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]
Reinstate road surfaces complete with all courses
B10.7.010
Bituminous surface treatment with aggregate and slurry seal, spraying with approx.
3 l/m2 bituminous emulsion, 6cm bituminous base course and 4cm wearing course m² 159,20 0,00
B10.7.020 Concrete surface construction m² 411,70 0,00
Reinstatement of other surfaces
B10.7.030 Stone walls m³
B10.7.040 Stone steps (stairways) m² 10,00 0,00
B10.7.050 Kerbs m 26,00 0,00
B10.7.060 Gutters m 10,00 0,00
B10.7.070 Cobble pavement m²
B10.7.080 Concrete paving blocks m² 56,00 0,00
B10.7.090 Stone paving blocks m²
B10 Roda - Psihijatrija - Total to collection - 0,00

B11 Replacement of distribution water supply network and house connections in


settlement Grbalj

B11.1 Site Clearance


B11.1.010 Demolition, removal and disposal of concrete structures (not reinforced) m³ 10,00 0,00
B11.1.020 Demolition, removal and disposal of concrete structures (reinforced) m³
B11.1.030 Demolition, removal and disposal of brick work m³

Removal, temporary storage and maintan incl. disposal of surplus material:


B11.1.040 Stone walls m³
B11.1.050 Stone steps (stairways) m²
B11.1.060 Kerbs m 10,00 0,00
B11.1.070 Gutters m 10,00 0,00
B11.1.080 Cobble pavement m²
B11.1.090 Concrete paving blocks m²
B11.1.100 Stone paving blocks m²
B11.2 Earth works
B11.2.010 Clear along the pipeline route including cut down of trees and shrubs and cart
away of surplus material. m² 10,00 0,00
B11.2.020 Straight cut with disk in asphalt layer (two sided) m' 1.298,70 0,00
B11.2.030 Asphalt or concrete layer, road base, base course, removal and disposal of the
material m² 927,90 0,00
Excavation
Excavation in all materials for trenches, with trench sheeting (water proofed,
construction method free of vibration, deformation), dead sheeting (for
trench protection against penetration of sea water) and pile sheeting (for
trench protection against penetration of sea water, method free of vibration,
deformation); according to requirements set in specifications; with
dewatering of trench for total trench depths:
B11.2.040 Not exceeding 1,0m m³ 2.031,00 0,00
B11.2.050 Exceeding 1,0m but not exceeding 2,0m m³ 224,00 0,00
Extra-over item B1.2.040 to B1.2.050 above for:
B11.2.060 Manual excavation not exceeding 1,0m m³ 260,00 0,00
B11.2.070 Manual excavation exceeding 1,0m but not exceeding 2,0m m³
B11.2.080 Hard rock excavation m³
B11.2.090 Excavation of unsuitable material from trench bottom and incl. disposa m³

B11.2.100 Disposal of surplus materijal m³ 1.446,00 0,00


Backfilling with suitable material in the pipeline area
B11.2.110 Supply, delivery and Installation of sand of natural mixture or crashed stone below
2mm, under (with leveling of trench bottom), around and above the pipeline. Initial
layer backfill for the pipeline bedding (10 cm) with minimum 95% Proctor density.
After the complete pipeline installation, the material should be carefully compacted
under and around the pipeline. Backfilling is to be performed in 10 cm thick layers
with minimum 95% Proctor density up to the top of the pipe. The material should
be (manually) compacted above the top of the pipe (10 cm).
m³ 765,00 0,00
Backfilling of the trench with suitable material up to the surface or up to the
sub-base structure of the road, compacting the material in layers maximum
30 cm thick, with minimum 95% Proctor density.
B11.2.120 Reuse of excavated material (sieved and approved by the Engineer m³ 586,00 0,00
B11.2.130 Selected imported material (from commercial sources, gravel 0-32mm) m³ 686,00 0,00
B11.3 Concrete works
B11.3.010 Procurment and placement of C 12/15 concrete for the layer on average d=10 cm
under manhole bottom reinforced-concrete slabs, fully relying on the plans and the
designed elevation levels. m² 19,90 0,00
B11.3.020 Material procurment and production of manhole reinforced concrete bottom slab
d=20 cm, made of C 25/30 concrete. m³ 3,40 0,00
B11.3.030
Material procurment and production of manhole reinforced concrete top slabs d=20
cm, made of C 25/30 concrete. The concrete prices includes double fine sheeting
with all required retaining structures, scaffolding and other works needed. m³ 9,70 0,00

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]
B11.3.040
Material procurment and production of manhole reinforced concrete top slabs d=20
cm, made of C 25/30 concrete, M 100. The price includes the scaffolding,
sheetings with necessary retaining structures and other works needed. m³ 3,20 0,00
B11.3.050 Production of ancor blocks (at horizontal and vertical pipeline bends, and at
steeper straight sections) and concrete manhole bases under the water supply
pipework made of C 20/25 concrete. m³ 1,10 0,00
B11.4 Reinforcement works
Procurment, delivery, cutting, bending and installation of welded mesh
reinforcement.
B11.4.010 GA 240/360 and RA 400/500 kg. 531,90 0,00
B11.4.020 MAG 500/560 kg. 526,70 0,00
B11.5 Installation works

Procurment, lay, bed and test certified quality assessed PE pipes (DIN 8074
or equal) with electrofusion joints, with all required PE electrofusion fittings
B11.5.010 Pipe DIN 8074 - 25 - SDR 17 - PE100 m
B11.5.020 Pipe DIN 8074 - 32 - SDR 17 - PE100 m 1.395,50 0,00
B11.5.030 Pipe DIN 8074 - 40 - SDR 17 - PE100 m
B11.5.040 Pipe DIN 8074 - 50 - SDR 17 - PE100 m
B11.5.050 Pipe DIN 8074 - 63 - SDR 17 - PE100 m 772,09 0,00
B11.5.060 Pipe DIN 8074 - 90 - SDR 17 - PE100 m 336,34 0,00
B11.5.070 Pipe DIN 8074 - 110 - SDR 17 - PE100 m
B11.5.080 Pipe DIN 8074 - 160 - SDR 17 - PE100 m 20,77 0,00
PE joints
B11.5.090 Cilinder joint piece with loose flange d160 mm (connection of PEHD pipe and LG
piece) No. 2,00 0,00
B11.5.100 Cilinder joint piece with loose flange d110 mm (connection of PEHD pipe and LG
piece) No.
B11.5.110 Cilinder joint piece with loose flange d90 mm (connection of PEHD pipe and LG
piece) No. 23,00 0,00
B11.5.120 Cilinder joint piece with loose flange d75 mm (connection of PEHD pipe and LG
piece) No.
B11.5.130 Cilinder joint piece with loose flange d63 mm (connection of PEHD pipe and LG
piece) No. 2,00 0,00
B11.5.140 Cilinder joint piece with loose flange d50 mm (connection of PEHD pipe and LG
piece) No. 2,00 0,00
Procurement, delivery and installation of electrofusion T pieces on PE
pipelines:
B11.5.150 d100/100 No.
B11.5.160 d90/90 No.
B11.5.170 d63/63 No. 8,00 0,00
B11.5.180 d32/32 No. 1,00 0,00
Procurement, delivery and installation of water supply pipework within the
manholes, all of NP 10 bar
B11.5.190 Gate valve EV acc. to DIN 3352/4 Ø150 mm, NP10 No. 2,00 0,00
B11.5.200 Gate valve EV acc. to DIN 3352/4 Ø100 mm, NP10 No.
B11.5.210 Gate valve EV acc. to DIN 3352/4 Ø80 mm, NP10 No. 4,00 0,00
B11.5.220 Gate valve EV acc. to DIN 3352/4 Ø50 mm, NP10 No. 2,00 0,00
B11.5.230 Air valve DN80 mm No.
B11.5.240 Air valve DN50 mm No.
Procurement, delivery and installation of water supply pipework in the
ground without manholes, all of NP 10 bar
B11.5.250 Gate valve DN80 with built-fitting and street cover (EURO 20) No. 6,00 0,00
B11.5.260 Gate valve DN50 with built-fitting and street cover (EURO 20) No.
B11.5.270 Street cover (LG cover) of valve No.
B11.5.280 Undergroung hydrants Ø80 mm with hydrant valve cover No. 4,00 0,00

Procurement, delivery and installation of ductile iron fittings for all foreseen
chambers, as well as for horizontal pipeline curves, all of NP 10 bar
B11.5.290 T piece Ø300/100 No.
B11.5.300 T piece Ø300/80 No.
B11.5.310 T piece Ø150/100 No.
B11.5.320 T piece Ø150/80 No.
B11.5.330 T piece Ø100/100 No.
B11.5.340 T piece Ø100/80 No.
B11.5.350 T piece Ø100/50 No.
B11.5.360 T piece Ø80/80 No. 6,00 0,00
B11.5.370 T piece Ø80/50 No.
B11.5.380 T piece Ø50/50 No.
B11.5.390 FFG Ø300/600 No.
B11.5.400 FFG Ø150/1000 No.
B11.5.410 FFG Ø150/900 No.
B11.5.420 FFG Ø150/600 No. 1,00 0,00
B11.5.430 FFG Ø150/200 No.
B11.5.440 FFG Ø100/900 No.
B11.5.450 FFG Ø100/600 No.
B11.5.460 FFG Ø100/500 No.
B11.5.470 FFG Ø80/1000 No.

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]
B11.5.480 FFG Ø80/800 No.
B11.5.490 FFG Ø80/600 No.
B11.5.500 FFG Ø80/500 No.
B11.5.510 FFG Ø80/400 No. 4,00 0,00
B11.5.520 FFG Ø80/300 No. 4,00 0,00
B11.5.530 FFG Ø50/800 No.
B11.5.540 FFR Ø150/80, L=200 mm No. 4,00 0,00
B11.5.550 FFR Ø100/80, L=200 mm No.
B11.5.560 FFR Ø80/65, L=200 mm No.
B11.5.570 FFR Ø80/50, L=200 mm No. 2,00 0,00
B11.5.580 N komad Ø80 mm No. 4,00 0,00
B11.5.590 X komad Ø80 mm No.
B11.5.600 X komad Ø50 mm No.
B11.5.610 Q90 Ø50 mm No.
B11.5.620 Q90 Ø80 mm No.
B11.5.630 Q90 Ø100 mm No.
B11.5.640 FFK30 Ø80 mm No.
B11.5.650 FFK45 Ø100 mm No.
B11.5.660 Flanged socket piece E-KS DN300 mm No.
B11.5.670 Flanged socket piece E-KS DN160 mm No. 5,00 0,00
B11.5.680 Flanged socket piece DN90 mm No.
B11.5.690 Flange adapter type E-BS DN150 (158-192mm) No.
B11.5.700 Dismantling piece MDK-A DN150 mm No. 4,00 0,00
B11.5.710 Dismantling piece MDK-A DN100 mm No.
B11.5.720 Dismantling piece MDK-A DN80 mm No. 3,00 0,00
B11.5.730 Dismantling piece MDK-A DN50 mm No.
B11.5.740 TT piece DN150x150 mm No. 1,00 0,00
B11.5.750 TT piece DN80x80 mm No. 1,00 0,00
B11.5.760 Flange adapter LG to AC pipe Ø100 mm No.
Procurement, delivery and installation of tapping saddle with valves, street
cover, reduction and electrofusion transition piece on plastic pipelines.
Saddle protected by an epoxy coating. Exit to the saddle and valve is R2".
Reducer is installed on the valve
B11.5.770 d160/d63 No. 9,00 0,00
B11.5.780 d160/50 No.
B11.5.790 d160/40 No.
B11.5.800 d160/32 No.
B11.5.810 d110/d63 No.
B11.5.820 d110/50 No.
B11.5.830 d110/40 No.
B11.5.840 d110/32 No.
B11.5.850 d90/63 No. 4,00 0,00
B11.5.860 d90/50 No.
B11.5.870 d90/40 No.
B11.5.880 d90/32 No.
Procurement, delivery and installation of tapping saddle without valves and
with reduction and electrofusion transition piece on plastic pipelines. Saddle
protected by an epoxy coating. Exit to the saddle and valve is R2". Reducer
is installed on the valve
B11.5.890 d160/d63 No. 4,00 0,00
B11.5.900 d160/50 No.
B11.5.910 d160/40 No.
B11.5.920 d160/32 No.
B11.5.930 d110/63 No.
B11.5.940 d110/50 No.
B11.5.950 d110/40 No.
B11.5.960 d110/32 No.
B11.5.970 d90/63 No. 27,00 0,00
B11.5.980 d90/50 No.
B11.5.990 d90/40 No. 2,00 0,00
B11.5.1000 d90/32 No. 23,00 0,00
B11.5.1010 d75/40 No.
B11.5.1020 d75/32 No.
B11.5.1030 d63/50 No.
B11.5.1040 d63/40 No.
B11.5.1050 d63/32 No. 30,00 0,00

B11.5.1060 Service valve for horizontal drilling pipe No. 13,00 0,00
B11.5.1070 Saddle without valve wide range for AC pipe Ø150 / 2 " No.
B11.5.1080 Saddle without valve for PE and PVC pipe d160/2" No.
B11.5.1090 Valve for saddle R2" No.
House connections
Procurement, delivery and installation of water supply prefabricated
reinforced concrete manholes with the installation of sub layer 0-32mm
(eartworks included in the section earthworks)
B11.5.1100 Prefabricated reinforced manhole bottomless for 1 water meter No. 70,00 0,00
B11.5.1110 Prefabricated reinforced manhole bottomless for 2 water meters No. 8,00 0,00
B11.5.1120 Prefabricated reinforced manhole bottomless for 2 water meters No. 2,00 0,00
B11.5.1130 Prefabricated reinforced manhole bottomless for 4 water meters No.

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]
B11.5.1140 Procurement & delivery and installation of water cast iron manhole cover with
rubber sealing for water meter manholes 60x40cm B125 - reinforced manhole for
water meters No. 78,00 0,00
B11.5.1150 Procurement & delivery and installation of water cast iron manhole cover with
rubber sealing for water meter manholes 80x50cm B125 - reinforced manhole for
water meters No. 2,00 0,00
Watermeter sets
B11.5.1160 Procurement, delivery and installation of water meter set 3/4'' (1 water meter,
valves and approproate fittings) - Type A-V1 No. 70,00 0,00
B11.5.1170 Procurmeent, delivery and installation of water meter set 6/4'' (1 water meter,
valves and approproate fittings) - Type B-V1 No.
B11.5.1180 Procurement, delivery and installation of water meter set 3/4'' (2 water meters,
valves and approproate fittings) - Type A-V2 No. 8,00 0,00
B11.5.1190 Procurement, delivery and installation of water meter set 6/4'' (2 water meters,
valves and approproate fittings) - Type B-V2 No.
B11.5.1200 Procurement, delivery and installation of water meter set 3/4'' (3 water meters,
valves and approproate fittings) - TIP A-V3 kom. 2,00 0,00
B11.5.1210 Procurement, delivery and installation of water meter set 6/4'' (3 water meters,
valves and approproate fittings) - Type B-V3 kom.
B11.5.1220 Procurement, delivery and installation of water meter set 3/4'' (4 water meters,
valves and approproate fittings) - Type A-V4 kom.
B11.5.1230 Procurement, delivery and installation of water meter set 6/4'' (4 water meters,
valves and approproate fittings) - Type B-V4 kom.
B11.5.1240 Procurement, delivery and installation of water meter set DN80 (water meter,
valves, dirt catcher, cilinder joint pieces, dismantling piece) - Type C-V1 kom.

Trench excavation, backfilling, reistatement of the excavated surface area for


house connection; supply, delivery, lay, installation-including all necessary
joints and test of certified quality assessed PE pipes (DIN 8074 - SDR 17 -
PE100 or appropriate) with electrofusion joints, from the water meter
location to the identified location of the existing house line.
Locating existing water supply installations, connecting pipes, or ports of
entry of connecting pipes in the house (at 0.5-1.0 m from the house),
excavation of the existing connection with the disposal of material from
excavations in the immediate vicinity. Protection of the connection pipeline
with the plug and protection of the located existing installation (temporarily
backfill it with excavated material and re-excavate it right before the actual
connection of new to the existing line). Procurement and delivery of all
necessary material and fittings for connection of existing house line to the
new service line. The actual installation works on connecting the new and
existing service line shall be performed by ViK Kotor. The pipe is laid in a
separate or joint trench.
Contractor to be paid by linear meter of completed house connection (from
water meter location to the located connection point of the existing house
installation)
B11.5.1250 House connection 1/2" m
B11.5.1260 House connection 3/4" m
B11.5.1270 House connection 1" m
B11.5.1280 House connection 5/4" m
B11.5.1290 House connection 6/4" m
B11.5.1300 House connection 2" m

Trench excavation, backfilling, reistatement of the excavated surface area for


house connection; supply, delivery, lay, installation-including all necessary
joints and test of certified quality assessed PE pipes (DIN 8074 - SDR 17 -
PE100 or appropriate) with electrofusion joints, from the water meter
location to the identified location of the existing house line, 5-30m lenght.
Locating existing water supply installations, connecting pipes, or ports of
entry of connecting pipes in the house (at 0.5-1.0 m from the house),
excavation of the existing connection with the disposal of material from
excavations in the immediate vicinity. Protection of the connection pipeline
with the plug and protection of the located existing installation (temporarily
backfill it with excavated material and re-excavate it right before the actual
connection of new to the existing line). Procurement and delivery of all
necessary material and fittings for connection of existing house line to the
new service line. The actual installation works on connecting the new and
existing service line shall be performed by ViK Kotor. The pipe is laid in a
separate or joint trench.
Contractor to be paid by number of completed house connection (from
water meter location to the located connection point of the existing house
installation)
B11.5.1310 House connection 1/2" No.
B11.5.1320 House connection 3/4" No. 92,00 0,00
B11.5.1330 House connection 1" No.
B11.5.1340 House connection 5/4" No.
B11.5.1350 House connection 6/4" No.

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]
B11.5.1360 House connection 2" No.

B11.5.1370 Assistance to ViK Kotor personnel during installation works on new and existing
connections. No. 90,00 0,00
B11.6 Sundry Items
B11.6.010 Procurement, delivery and installation of water cast iron manhole cover with rubber
sealing D400 for water meter manholes Ø600 No. 1,00 0,00
B11.6.020 Procurement, delivery and installation of water cast iron manhole cover with rubber
sealing C250 for water meter manholes Ø600 No. 2,00 0,00
B11.6.030 Procurement, delivery and installation of water cast iron manhole cover with rubber
sealing A15 for water meter manholes Ø600. No.
B11.6.040 Procurement, transport and installation of iron steps No. 9,00 0,00
B11.7 Surface finishes
Reinstate road surfaces complete with all courses
B11.7.010
Bituminous surface treatment with aggregate and slurry seal, spraying with approx.
3 l/m2 bituminous emulsion, 6cm bituminous base course and 4cm wearing course m² 1.298,70 0,00
B11.7.020 Concrete surface construction m² 927,87 0,00
Reinstatement of other surfaces
B11.7.030 Stone walls m³
B11.7.040 Stone steps (stairways) m²
B11.7.050 Kerbs m 10,00 0,00
B11.7.060 Gutters m 10,00 0,00
B11.7.070 Cobble pavement m²
B11.7.080 Concrete paving blocks m²
B11.7.090 Stone paving blocks m²
B11 Grbalj - Total to collection - 0,00

B12 Replacement of distribution water supply network and house connections in


settlement Daošine

B12.1 Site Clearance


B12.1.010 Demolition, removal and disposal of concrete structures (not reinforced) m³ 20,00 0,00
B12.1.020 Demolition, removal and disposal of concrete structures (reinforced) m³ 10,00 0,00
B12.1.030 Demolition, removal and disposal of brick work m³ 10,00 0,00

Removal, temporary storage and maintan incl. disposal of surplus material:


B12.1.040 Stone walls m³ 10,00 0,00
B12.1.050 Stone steps (stairways) m² 30,00 0,00
B12.1.060 Kerbs m 30,00 0,00
B12.1.070 Gutters m 1,00 0,00
B12.1.080 Cobble pavement m²
B12.1.090 Concrete paving blocks m² 50,00 0,00
B12.1.100 Stone paving blocks m² 50,00 0,00
B12.2 Earth works
B12.2.010 Clear along the pipeline route including cut down of trees and shrubs and cart
away of surplus material. m² 30,00 0,00
B12.2.020 Straight cut with disk in asphalt layer (two sided) m' 57,73 0,00
B12.2.030 Asphalt or concrete layer, road base, base course, removal and disposal of the
material m² 396,88 0,00
Excavation
Excavation in all materials for trenches, with trench sheeting (water proofed,
construction method free of vibration, deformation), dead sheeting (for trench
protection against penetration of sea water) and pile sheeting (for trench protection
against penetration of sea water, method free of vibration, deformation); according
to requirements set in specifications; with dewatering of trench for total trench
depths:
B12.2.040 Not exceeding 1,0m m³ 252,40 0,00
B12.2.050 Exceeding 1,0m but not exceeding 2,0m m³
Extra-over item B1.2.040 to B1.2.050 above for:
B12.2.060 Manual excavation not exceeding 1,0m m³ 63,10 0,00
B12.2.070 Manual excavation exceeding 1,0m but not exceeding 2,0m m³
B12.2.080 Hard rock excavation m³
B12.2.090 Excavation of unsuitable material from trench bottom and incl. disposa m³

B12.2.100 Disposal of surplus materijal m³ 193,00 0,00


Backfilling with suitable material in the pipeline area
B12.2.110
Supply, delivery and Installation of sand of natural mixture or crashed stone below
2mm, under (with leveling of trench bottom), around and above the pipeline. Initial
layer backfill for the pipeline bedding (10 cm) with minimum 95% Proctor density.
After the complete pipeline installation, the material should be carefully compacted
under and around the pipeline. Backfilling is to be performed in 10 cm thick layers
with minimum 95% Proctor density up to the top of the pipe. The material should
be (manually) compacted above the top of the pipe (10 cm). m³ 62,00 0,00
Backfilling of the trench with suitable material up to the surface or up to the sub-
base structure of the road, compacting the material in layers maximum 30 cm
thick, with minimum 95% Proctor density.
B12.2.120 Reuse of excavated material (sieved and approved by the Engineer m³ 123,00 0,00

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]
B12.2.130 Selected imported material (from commercial sources, gravel 0-32mm) m³ 91,00 0,00
B12.3 Concrete works
B12.3.010 Procurment and placement of C 12/15 concrete for the layer on average d=10 cm
under manhole bottom reinforced-concrete slabs, fully relying on the plans and the
designed elevation levels. m² 1,40 0,00
B12.3.020 Material procurment and production of manhole reinforced concrete bottom slab
d=20 cm, made of C 25/30 concrete. m³ 2,40 0,00
B12.3.030
Material procurment and production of manhole reinforced concrete top slabs d=20
cm, made of C 25/30 concrete. The concrete prices includes double fine sheeting
with all required retaining structures, scaffolding and other works needed. m³ 6,00 0,00
B12.3.040
Material procurment and production of manhole reinforced concrete top slabs d=20
cm, made of C 25/30 concrete, M 100. The price includes the scaffolding,
sheetings with necessary retaining structures and other works needed. m³ 2,20 0,00
B12.3.050 Production of ancor blocks (at horizontal and vertical pipeline bends, and at
steeper straight sections) and concrete manhole bases under the water supply
pipework made of C 20/25 concrete. m³ 1,00 0,00
B12.4 Reinforcement works
Procurment, delivery, cutting, bending and installation of welded mesh
reinforcement.
B12.4.010 GA 240/360 and RA 400/500 kg. 374,40 0,00
B12.4.020 MAG 500/560 kg. 400,80 0,00
B12.5 Installation works
Procurment, lay, bed and test certified quality assessed PE pipes (DIN 8074 or
equal) with electrofusion joints, with all required PE electrofusion fittings
B12.5.010 Pipe DIN 8074 - 25 - SDR 17 - PE100 m
B12.5.020 Pipe DIN 8074 - 32 - SDR 17 - PE100 m 2,34 0,00
B12.5.030 Pipe DIN 8074 - 40 - SDR 17 - PE100 m
B12.5.040 Pipe DIN 8074 - 50 - SDR 17 - PE100 m
B12.5.050 Pipe DIN 8074 - 63 - SDR 17 - PE100 m 549,82 0,00
B12.5.060 Pipe DIN 8074 - 90 - SDR 17 - PE100 m 249,84 0,00
B12.5.070 Pipe DIN 8074 - 110 - SDR 17 - PE100 m 80,99 0,00
B12.5.080 Pipe DIN 8074 - 160 - SDR 17 - PE100 m
PE joints
B12.5.090 Cilinder joint piece with loose flange d160 mm (connection of PEHD pipe and LG
piece) No.
B12.5.100 Cilinder joint piece with loose flange d110 mm (connection of PEHD pipe and LG
piece) No. 1,00 0,00
B12.5.110 Cilinder joint piece with loose flange d90 mm (connection of PEHD pipe and LG
piece) No. 11,00 0,00
B12.5.120 Cilinder joint piece with loose flange d75 mm (connection of PEHD pipe and LG
piece) No.
B12.5.130 Cilinder joint piece with loose flange d63 mm (connection of PEHD pipe and LG
piece) No. 2,00 0,00
B12.5.140 Cilinder joint piece with loose flange d50 mm (connection of PEHD pipe and LG
piece) No.

Procurement, delivery and installation of electrofusion T pieces on PE pipelines:


B12.5.150 d100/100 No.
B12.5.160 d90/90 No.
B12.5.170 d63/63 No.
B12.5.180 d32/32 No.
Procurement, delivery and installation of water supply pipework within the
manholes, all of NP 10 bar
B12.5.190 Gate valve EV acc. to DIN 3352/4 Ø150 mm, NP10 No.
B12.5.200 Gate valve EV acc. to DIN 3352/4 Ø100 mm, NP10 No. 1,00 0,00
B12.5.210 Gate valve EV acc. to DIN 3352/4 Ø80 mm, NP10 No. 1,00 0,00
B12.5.220 Gate valve EV acc. to DIN 3352/4 Ø50 mm, NP10 No.
B12.5.230 Air valve DN80 mm No.
B12.5.240 Air valve DN50 mm No. 2,00 0,00
Procurement, delivery and installation of water supply pipework in the ground
without manholes, all of NP 10 bar
B12.5.250 Gate valve DN80 with built-fitting and street cover (EURO 20) No. 2,00 0,00
B12.5.260 Gate valve DN50 with built-fitting and street cover (EURO 20) No.
B12.5.270 Street cover (LG cover) of valve No. 9,00 0,00
B12.5.280 Undergroung hydrants Ø80 mm with hydrant valve cover No. 2,00 0,00
Procurement, delivery and installation of ductile iron fittings for all foreseen
chambers, as well as for horizontal pipeline curves, all of NP 10 bar
B12.5.290 T piece Ø300/100 No.
B12.5.300 T piece Ø300/80 No.
B12.5.310 T piece Ø150/100 No.
B12.5.320 T piece Ø150/80 No. 1,00 0,00
B12.5.330 T piece Ø100/100 No.
B12.5.340 T piece Ø100/80 No.
B12.5.350 T piece Ø100/50 No.
B12.5.360 T piece Ø80/80 No. 1,00 0,00
B12.5.370 T piece Ø80/50 No. 1,00 0,00
B12.5.380 T piece Ø50/50 No. 2,00 0,00

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]
B12.5.390 FFG Ø300/600 No.
B12.5.400 FFG Ø150/1000 No. 2,00 0,00
B12.5.410 FFG Ø150/900 No.
B12.5.420 FFG Ø150/600 No.
B12.5.430 FFG Ø150/200 No.
B12.5.440 FFG Ø100/900 No.
B12.5.450 FFG Ø100/600 No. 1,00 0,00
B12.5.460 FFG Ø100/500 No.
B12.5.470 FFG Ø80/1000 No.
B12.5.480 FFG Ø80/800 No.
B12.5.490 FFG Ø80/600 No. 1,00 0,00
B12.5.500 FFG Ø80/500 No.
B12.5.510 FFG Ø80/400 No. 2,00 0,00
B12.5.520 FFG Ø80/300 No. 2,00 0,00
B12.5.530 FFG Ø50/800 No. 1,00 0,00
B12.5.540 FFR Ø150/80, L=200 mm No.
B12.5.550 FFR Ø100/80, L=200 mm No.
B12.5.560 FFR Ø80/65, L=200 mm No.
B12.5.570 FFR Ø80/50, L=200 mm No. 1,00 0,00
B12.5.580 N komad Ø80 mm No. 1,00 0,00
B12.5.590 X komad Ø80 mm No.
B12.5.600 X komad Ø50 mm No. 2,00 0,00
B12.5.610 Q90 Ø50 mm No.
B12.5.620 Q90 Ø80 mm No.
B12.5.630 Q90 Ø100 mm No.
B12.5.640 FFK30 Ø80 mm No.
B12.5.650 FFK45 Ø100 mm No.
B12.5.660 Flanged socket piece E-KS DN300 mm No.
B12.5.670 Flanged socket piece E-KS DN160 mm No. 2,00 0,00
B12.5.680 Flanged socket piece DN90 mm No.
B12.5.690 Flange adapter type E-BS DN150 (158-192mm) No.
B12.5.700 Dismantling piece MDK-A DN150 mm No.
B12.5.710 Dismantling piece MDK-A DN100 mm No.
B12.5.720 Dismantling piece MDK-A DN80 mm No. 1,00 0,00
B12.5.730 Dismantling piece MDK-A DN50 mm No. 1,00 0,00
B12.5.740 TT piece DN150x150 mm No.
B12.5.750 TT piece DN80x80 mm No.
B12.5.760 Flange adapter LG to AC pipe Ø100 mm No.
Procurement, delivery and installation of tapping saddle with valves, street cover,
reduction and electrofusion transition piece on plastic pipelines. Saddle protected
by an epoxy coating. Exit to the saddle and valve is R2". Reducer is installed on
the valve
B12.5.770 d160/d63 No. 3,00 0,00
B12.5.780 d160/50 No.
B12.5.790 d160/40 No.
B12.5.800 d160/32 No. 2,00 0,00
B12.5.810 d110/d63 No. 2,00 0,00
B12.5.820 d110/50 No.
B12.5.830 d110/40 No.
B12.5.840 d110/32 No.
B12.5.850 d90/63 No. 2,00 0,00
B12.5.860 d90/50 No.
B12.5.870 d90/40 No.
B12.5.880 d90/32 No.
Procurement, delivery and installation of tapping saddle without valves and with
reduction and electrofusion transition piece on plastic pipelines. Saddle protected
by an epoxy coating. Exit to the saddle and valve is R2". Reducer is installed on
the valve
B12.5.890 d160/d63 No.
B12.5.900 d160/50 No.
B12.5.910 d160/40 No.
B12.5.920 d160/32 No.
B12.5.930 d110/63 No.
B12.5.940 d110/50 No.
B12.5.950 d110/40 No.
B12.5.960 d110/32 No.
B12.5.970 d90/63 No.
B12.5.980 d90/50 No.
B12.5.990 d90/40 No.
B12.5.1000 d90/32 No. 14,00 0,00
B12.5.1010 d75/40 No.
B12.5.1020 d75/32 No.
B12.5.1030 d63/50 No.
B12.5.1040 d63/40 No.
B12.5.1050 d63/32 No. 35,00 0,00

B12.5.1060 Service valve for horizontal drilling pipe No. 9,00 0,00
B12.5.1070 Saddle without valve wide range for AC pipe Ø150 / 2 " No.
B12.5.1080 Saddle without valve for PE and PVC pipe d160/2" No.

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]
B12.5.1090 Valve for saddle R2" No.
House connections
Procurement, delivery and installation of water supply prefabricated reinforced
concrete manholes with the installation of sub layer 0-32mm (eartworks included
in the section earthworks)
B12.5.1100 Prefabricated reinforced manhole bottomless for 1 water meter No. 41,00 0,00
B12.5.1110 Prefabricated reinforced manhole bottomless for 2 water meters No. 7,00 0,00
B12.5.1120 Prefabricated reinforced manhole bottomless for 2 water meters No. 3,00 0,00
B12.5.1130 Prefabricated reinforced manhole bottomless for 4 water meters No.
B12.5.1140 Procurement & delivery and installation of water cast iron manhole cover with
rubber sealing for water meter manholes 60x40cm B125 - reinforced manhole for
water meters No. 48,00 0,00
B12.5.1150 Procurement & delivery and installation of water cast iron manhole cover with
rubber sealing for water meter manholes 80x50cm B125 - reinforced manhole for
water meters No. 3,00 0,00
Watermeter sets
B12.5.1160 Procurement, delivery and installation of water meter set 3/4'' (1 water meter,
valves and approproate fittings) - Type A-V1 No. 41,00 0,00
B12.5.1170 Procurmeent, delivery and installation of water meter set 6/4'' (1 water meter,
valves and approproate fittings) - Type B-V1 No.
B12.5.1180 Procurement, delivery and installation of water meter set 3/4'' (2 water meters,
valves and approproate fittings) - Type A-V2 No. 7,00 0,00
B12.5.1190 Procurement, delivery and installation of water meter set 6/4'' (2 water meters,
valves and approproate fittings) - Type B-V2 No.
B12.5.1200 Procurement, delivery and installation of water meter set 3/4'' (3 water meters,
valves and approproate fittings) - TIP A-V3 kom. 3,00 0,00
B12.5.1210 Procurement, delivery and installation of water meter set 6/4'' (3 water meters,
valves and approproate fittings) - Type B-V3 kom.
B12.5.1220 Procurement, delivery and installation of water meter set 3/4'' (4 water meters,
valves and approproate fittings) - Type A-V4 kom.
B12.5.1230 Procurement, delivery and installation of water meter set 6/4'' (4 water meters,
valves and approproate fittings) - Type B-V4 kom.
B12.5.1240 Procurement, delivery and installation of water meter set DN80 (water meter,
valves, dirt catcher, cilinder joint pieces, dismantling piece) - Type C-V1 kom.

Trench excavation, backfilling, reistatement of the excavated surface area for


house connection; supply, delivery, lay, installation-including all necessary joints
and test of certified quality assessed PE pipes (DIN 8074 - SDR 17 - PE100 or
appropriate) with electrofusion joints, from the water meter location to the identified
location of the existing house line.
Locating existing water supply installations, connecting pipes, or ports of entry of
connecting pipes in the house (at 0.5-1.0 m from the house), excavation of the
existing connection with the disposal of material from excavations in the immediate
vicinity. Protection of the connection pipeline with the plug and protection of the
located existing installation (temporarily backfill it with excavated material and re-
excavate it right before the actual connection of new to the existing line).
Procurement and delivery of all necessary material and fittings for connection of
existing house line to the new service line. The actual installation works on
connecting the new and existing service line shall be performed by ViK Kotor. The
pipe is laid in a separate or joint trench.
Contractor to be paid by linear meter of completed house connection (from water
meter location to the located connection point of the existing house installation)
B12.5.1250 House connection 1/2" m
B12.5.1260 House connection 3/4" m
B12.5.1270 House connection 1" m
B12.5.1280 House connection 5/4" m
B12.5.1290 House connection 6/4" m
B12.5.1300 House connection 2" m

Trench excavation, backfilling, reistatement of the excavated surface area for


house connection; supply, delivery, lay, installation-including all necessary joints
and test of certified quality assessed PE pipes (DIN 8074 - SDR 17 - PE100 or
appropriate) with electrofusion joints, from the water meter location to the identified
location of the existing house line, 5-30m lenght.
Locating existing water supply installations, connecting pipes, or ports of entry of
connecting pipes in the house (at 0.5-1.0 m from the house), excavation of the
existing connection with the disposal of material from excavations in the immediate
vicinity. Protection of the connection pipeline with the plug and protection of the
located existing installation (temporarily backfill it with excavated material and re-
excavate it right before the actual connection of new to the existing line).
Procurement and delivery of all necessary material and fittings for connection of
existing house line to the new service line. The actual installation works on
connecting the new and existing service line shall be performed by ViK Kotor. The
pipe is laid in a separate or joint trench.
Contractor to be paid by number of completed house connection (from water meter
location to the located connection point of the existing house installation)

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]
B12.5.1310 House connection 1/2" No.
B12.5.1320 House connection 3/4" No. 64,00 0,00
B12.5.1330 House connection 1" No.
B12.5.1340 House connection 5/4" No.
B12.5.1350 House connection 6/4" No.
B12.5.1360 House connection 2" No.

B12.5.1370 Assistance to ViK Kotor personnel during installation works on new and existing
connections. No. 64,00 0,00
B12.6 Sundry Items
B12.6.010 Procurement, delivery and installation of water cast iron manhole cover with rubber
sealing D400 for water meter manholes Ø600 No.
B12.6.020 Procurement, delivery and installation of water cast iron manhole cover with rubber
sealing C250 for water meter manholes Ø600 No.
B12.6.030 Procurement, delivery and installation of water cast iron manhole cover with rubber
sealing A15 for water meter manholes Ø600. No.
B12.6.040 Procurement, transport and installation of iron steps No. 18,00 0,00
B12.7 Surface finishes
Reinstate road surfaces complete with all courses
B12.7.010
Bituminous surface treatment with aggregate and slurry seal, spraying with approx.
3 l/m2 bituminous emulsion, 6cm bituminous base course and 4cm wearing course m² 57,70 0,00
B12.7.020 Concrete surface construction m² 396,90 0,00
Reinstatement of other surfaces
B12.7.030 Stone walls m³ 5,00 0,00
B12.7.040 Stone steps (stairways) m² 30,00 0,00
B12.7.050 Kerbs m 30,00 0,00
B12.7.060 Gutters m 1,00 0,00
B12.7.070 Cobble pavement m²
B12.7.080 Concrete paving blocks m²
B12.7.090 Stone paving blocks m²
B12 Daošine - Total to collection - 0,00

B13 Replacement of distribution water supply network and house connections in


settlement_Stara Fortica

B13.1 Site Clearance


B13.1.010 Demolition, removal and disposal of concrete structures (not reinforced) m³
B13.1.020 Demolition, removal and disposal of concrete structures (reinforced) m³
B13.1.030 Demolition, removal and disposal of brick work m³

Removal, temporary storage and maintan incl. disposal of surplus material:


B13.1.040 Stone walls m³
B13.1.050 Stone steps (stairways) m²
B13.1.060 Kerbs m
B13.1.070 Gutters m
B13.1.080 Cobble pavement m²
B13.1.090 Concrete paving blocks m²
B13.1.100 Stone paving blocks m²
B13.2 Earth works
B13.2.010 Clear along the pipeline route including cut down of trees and shrubs and cart
away of surplus material. m²
B13.2.020 Straight cut with disk in asphalt layer (two sided) m'
B13.2.030 Asphalt or concrete layer, road base, base course, removal and disposal of the
material m²
Excavation
Excavation in all materials for trenches, with trench sheeting (water proofed,
construction method free of vibration, deformation), dead sheeting (for trench
protection against penetration of sea water) and pile sheeting (for trench protection
against penetration of sea water, method free of vibration, deformation); according
to requirements set in specifications; with dewatering of trench for total trench
depths:
B13.2.040 Not exceeding 1,0m m³
B13.2.050 Exceeding 1,0m but not exceeding 2,0m m³
Extra-over item B1.2.040 to B1.2.050 above for:
B13.2.060 Manual excavation not exceeding 1,0m m³
B13.2.070 Manual excavation exceeding 1,0m but not exceeding 2,0m m³
B13.2.080 Hard rock excavation m³
B13.2.090 Excavation of unsuitable material from trench bottom and incl. disposa m³

B13.2.100 Disposal of surplus materijal m³


Backfilling with suitable material in the pipeline area

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]
B13.2.110
Supply, delivery and Installation of sand of natural mixture or crashed stone below
2mm, under (with leveling of trench bottom), around and above the pipeline. Initial
layer backfill for the pipeline bedding (10 cm) with minimum 95% Proctor density.
After the complete pipeline installation, the material should be carefully compacted
under and around the pipeline. Backfilling is to be performed in 10 cm thick layers
with minimum 95% Proctor density up to the top of the pipe. The material should
be (manually) compacted above the top of the pipe (10 cm). m³
Backfilling of the trench with suitable material up to the surface or up to the sub-
base structure of the road, compacting the material in layers maximum 30 cm
thick, with minimum 95% Proctor density.
B13.2.120 Reuse of excavated material (sieved and approved by the Engineer m³
B13.2.130 Selected imported material (from commercial sources, gravel 0-32mm) m³
B13.3 Concrete works
B13.3.010 Procurment and placement of C 12/15 concrete for the layer on average d=10 cm
under manhole bottom reinforced-concrete slabs, fully relying on the plans and the
designed elevation levels. m²
B13.3.020 Material procurment and production of manhole reinforced concrete bottom slab
d=20 cm, made of C 25/30 concrete. m³
B13.3.030
Material procurment and production of manhole reinforced concrete top slabs d=20
cm, made of C 25/30 concrete. The concrete prices includes double fine sheeting
with all required retaining structures, scaffolding and other works needed. m³
B13.3.040
Material procurment and production of manhole reinforced concrete top slabs d=20
cm, made of C 25/30 concrete, M 100. The price includes the scaffolding,
sheetings with necessary retaining structures and other works needed. m³
B13.3.050 Production of ancor blocks (at horizontal and vertical pipeline bends, and at
steeper straight sections) and concrete manhole bases under the water supply
pipework made of C 20/25 concrete. m³
B13.4 Reinforcement works
Procurment, delivery, cutting, bending and installation of welded mesh
reinforcement.
B13.4.010 GA 240/360 and RA 400/500 kg.
B13.4.020 MAG 500/560 kg.
B13.5 Installation works
Procurment, lay, bed and test certified quality assessed PE pipes (DIN 8074 or
equal) with electrofusion joints, with all required PE electrofusion fittings
B13.5.010 Pipe DIN 8074 - 25 - SDR 17 - PE100 m
B13.5.020 Pipe DIN 8074 - 32 - SDR 17 - PE100 m
B13.5.030 Pipe DIN 8074 - 40 - SDR 17 - PE100 m
B13.5.040 Pipe DIN 8074 - 50 - SDR 17 - PE100 m
B13.5.050 Pipe DIN 8074 - 63 - SDR 17 - PE100 m
B13.5.060 Pipe DIN 8074 - 90 - SDR 17 - PE100 m
B13.5.070 Pipe DIN 8074 - 110 - SDR 17 - PE100 m
B13.5.080 Pipe DIN 8074 - 160 - SDR 17 - PE100 m
PE joints
B13.5.090 Cilinder joint piece with loose flange d160 mm (connection of PEHD pipe and LG
piece) No.
B13.5.100 Cilinder joint piece with loose flange d110 mm (connection of PEHD pipe and LG
piece) No.
B13.5.110 Cilinder joint piece with loose flange d90 mm (connection of PEHD pipe and LG
piece) No.
B13.5.120 Cilinder joint piece with loose flange d75 mm (connection of PEHD pipe and LG
piece) No.
B13.5.130 Cilinder joint piece with loose flange d63 mm (connection of PEHD pipe and LG
piece) No.
B13.5.140 Cilinder joint piece with loose flange d50 mm (connection of PEHD pipe and LG
piece) No.

Procurement, delivery and installation of electrofusion T pieces on PE pipelines:


B13.5.150 d100/100 No.
B13.5.160 d90/90 No.
B13.5.170 d63/63 No.
B13.5.180 d32/32 No.
Procurement, delivery and installation of water supply pipework within the
manholes, all of NP 10 bar
B13.5.200 Gate valve EV acc. to DIN 3352/4 Ø200 mm, NP10 No. 1,00 0,00
B13.5.190 Gate valve EV acc. to DIN 3352/4 Ø150 mm, NP10 No.
B13.5.200 Gate valve EV acc. to DIN 3352/4 Ø100 mm, NP10 No.
B13.5.210 Gate valve EV acc. to DIN 3352/4 Ø80 mm, NP10 No.
B13.5.220 Gate valve EV acc. to DIN 3352/4 Ø50 mm, NP10 No.
B13.5.230 Air valve DN80 mm No.
B13.5.240 Air valve DN50 mm No.
Procurement, delivery and installation of water supply pipework in the ground
without manholes, all of NP 10 bar
B13.5.240 Gate valve DN80 with built-fitting and street cover (EURO 20) No.
B13.5.250 Gate valve DN50 with built-fitting and street cover (EURO 20) No.
B13.5.270 Street cover (LG cover) of valve No.

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]
B13.5.280 Undergroung hydrants Ø80 mm with hydrant valve cover No.
Procurement, delivery and installation of ductile iron fittings for all foreseen
chambers, as well as for horizontal pipeline curves, all of NP 10 bar
B13.5.290 T piece Ø300/100 No.
B13.5.300 T piece Ø300/80 No.
B13.5.310 T piece Ø150/100 No.
B13.5.320 T piece Ø150/80 No.
B13.5.330 T piece Ø100/100 No.
B13.5.340 T piece Ø100/80 No.
B13.5.350 T piece Ø100/50 No.
B13.5.360 T piece Ø80/80 No.
B13.5.370 T piece Ø80/50 No.
B13.5.380 T piece Ø50/50 No.
B13.5.390 FFG Ø300/600 No.
B13.5.400 FFG Ø150/1000 No.
B13.5.410 FFG Ø150/900 No.
B13.5.420 FFG Ø150/600 No.
FFG Ø150/500 No. 1,00 0,00
B13.5.430 FFG Ø150/200 No.
B13.5.440 FFG Ø100/900 No.
B13.5.450 FFG Ø100/600 No.
B13.5.460 FFG Ø100/500 No.
B13.5.470 FFG Ø80/1000 No.
B13.5.480 FFG Ø80/800 No.
B13.5.490 FFG Ø80/600 No.
B13.5.500 FFG Ø80/500 No.
B13.5.510 FFG Ø80/400 No.
B13.5.520 FFG Ø80/300 No.
B13.5.530 FFG Ø50/800 No.
FFR Ø200/150 No. 2,00 0,00
B13.5.540 FFR Ø150/80, L=200 mm No.
B13.5.550 FFR Ø100/80, L=200 mm No.
B13.5.560 FFR Ø80/65, L=200 mm No.
B13.5.570 FFR Ø80/50, L=200 mm No.
B13.5.580 N komad Ø80 mm No.
B13.5.590 X komad Ø80 mm No.
B13.5.600 X komad Ø50 mm No.
B13.5.610 Q90 Ø50 mm No.
B13.5.620 Q90 Ø80 mm No.
B13.5.630 Q90 Ø100 mm No.
B13.5.640 FFK30 Ø80 mm No.
B13.5.650 FFK45 Ø100 mm No.
B13.5.660 Flanged socket piece E-KS DN300 mm No.
B13.5.670 Flanged socket piece E-KS DN160 mm No.
B13.5.680 Flanged socket piece DN90 mm No.
B13.5.690 Flange adapter type E-BS DN150 (158-192mm) No.
B13.5.700 Dismantling piece MDK-A DN150 mm No. 1,00 0,00
B13.5.710 Dismantling piece MDK-A DN100 mm No.
B13.5.720 Dismantling piece MDK-A DN80 mm No.
B13.5.730 Dismantling piece MDK-A DN50 mm No.
B13.5.740 TT piece DN150x150 mm No.
B13.5.750 TT piece DN80x80 mm No.
B13.5.760 Flange adapter LG to AC pipe Ø100 mm No.
Procurement, delivery and installation of tapping saddle with valves, street cover,
reduction and electrofusion transition piece on plastic pipelines. Saddle protected
by an epoxy coating. Exit to the saddle and valve is R2". Reducer is installed on
the valve
B13.5.770 d160/d63 No.
B13.5.780 d160/50 No.
B13.5.790 d160/40 No.
B13.5.800 d160/32 No.
B13.5.810 d110/d63 No.
B13.5.820 d110/50 No.
B13.5.830 d110/40 No.
B13.5.840 d110/32 No.
B13.5.850 d90/63 No.
B13.5.860 d90/50 No.
B13.5.870 d90/40 No.
B13.5.880 d90/32 No.
Procurement, delivery and installation of tapping saddle without valves and with
reduction and electrofusion transition piece on plastic pipelines. Saddle protected
by an epoxy coating. Exit to the saddle and valve is R2". Reducer is installed on
the valve
B13.5.890 d160/d63 No.
B13.5.900 d160/50 No.
B13.5.910 d160/40 No.
B13.5.920 d160/32 No.
B13.5.930 d110/63 No.
B13.5.940 d110/50 No.

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]
B13.5.950 d110/40 No.
B13.5.960 d110/32 No.
B13.5.970 d90/63 No.
B13.5.980 d90/50 No.
B13.5.990 d90/40 No.
B13.5.1000 d90/32 No.
B13.5.1010 d75/40 No.
B13.5.1020 d75/32 No.
B13.5.1030 d63/50 No.
B13.5.1040 d63/40 No.
B13.5.1050 d63/32 No.

B13.5.1060 Service valve for horizontal drilling pipe No.


B13.5.1070 Saddle without valve wide range for AC pipe Ø150 / 2 " No.
B13.5.1080 Saddle without valve for PE and PVC pipe d160/2" No.
B13.5.1090 Valve for saddle R2" No.
House connections
Procurement, delivery and installation of water supply prefabricated reinforced
concrete manholes with the installation of sub layer 0-32mm (eartworks included
in the section earthworks)
B13.5.1100 Prefabricated reinforced manhole bottomless for 1 water meter No.
B13.5.1110 Prefabricated reinforced manhole bottomless for 2 water meters No.
B13.5.1120 Prefabricated reinforced manhole bottomless for 2 water meters No.
B13.5.1130 Prefabricated reinforced manhole bottomless for 4 water meters No.
B13.5.1140 Procurement & delivery and installation of water cast iron manhole cover with
rubber sealing for water meter manholes 60x40cm B125 - reinforced manhole for
water meters No.
B13.5.1150 Procurement & delivery and installation of water cast iron manhole cover with
rubber sealing for water meter manholes 80x50cm B125 - reinforced manhole for
water meters No.
Watermeter sets
B13.5.1160 Procurement, delivery and installation of water meter set 3/4'' (1 water meter,
valves and approproate fittings) - Type A-V1 No.
B13.5.1170 Procurmeent, delivery and installation of water meter set 6/4'' (1 water meter,
valves and approproate fittings) - Type B-V1 No.
B13.5.1180 Procurement, delivery and installation of water meter set 3/4'' (2 water meters,
valves and approproate fittings) - Type A-V2 No.
B13.5.1190 Procurement, delivery and installation of water meter set 6/4'' (2 water meters,
valves and approproate fittings) - Type B-V2 No.
B13.5.1200 Procurement, delivery and installation of water meter set 3/4'' (3 water meters,
valves and approproate fittings) - TIP A-V3 kom.
B13.5.1210 Procurement, delivery and installation of water meter set 6/4'' (3 water meters,
valves and approproate fittings) - Type B-V3 kom.
B13.5.1220 Procurement, delivery and installation of water meter set 3/4'' (4 water meters,
valves and approproate fittings) - Type A-V4 kom.
B13.5.1230 Procurement, delivery and installation of water meter set 6/4'' (4 water meters,
valves and approproate fittings) - Type B-V4 kom.
B13.5.1240 Procurement, delivery and installation of water meter set DN80 (water meter,
valves, dirt catcher, cilinder joint pieces, dismantling piece) - Type C-V1 kom.

Trench excavation, backfilling, reistatement of the excavated surface area for


house connection; supply, delivery, lay, installation-including all necessary joints
and test of certified quality assessed PE pipes (DIN 8074 - SDR 17 - PE100 or
appropriate) with electrofusion joints, from the water meter location to the identified
location of the existing house line.
Locating existing water supply installations, connecting pipes, or ports of entry of
connecting pipes in the house (at 0.5-1.0 m from the house), excavation of the
existing connection with the disposal of material from excavations in the immediate
vicinity. Protection of the connection pipeline with the plug and protection of the
located existing installation (temporarily backfill it with excavated material and re-
excavate it right before the actual connection of new to the existing line).
Procurement and delivery of all necessary material and fittings for connection of
existing house line to the new service line. The actual installation works on
connecting the new and existing service line shall be performed by ViK Kotor. The
pipe is laid in a separate or joint trench.
Contractor to be paid by linear meter of completed house connection (from water
meter location to the located connection point of the existing house installation)
B13.5.1250 House connection 1/2" m
B13.5.1260 House connection 3/4" m
B13.5.1270 House connection 1" m
B13.5.1280 House connection 5/4" m
B13.5.1290 House connection 6/4" m
B13.5.1300 House connection 2" m

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]

Trench excavation, backfilling, reistatement of the excavated surface area for


house connection; supply, delivery, lay, installation-including all necessary joints
and test of certified quality assessed PE pipes (DIN 8074 - SDR 17 - PE100 or
appropriate) with electrofusion joints, from the water meter location to the identified
location of the existing house line, 5-30m lenght.
Locating existing water supply installations, connecting pipes, or ports of entry of
connecting pipes in the house (at 0.5-1.0 m from the house), excavation of the
existing connection with the disposal of material from excavations in the immediate
vicinity. Protection of the connection pipeline with the plug and protection of the
located existing installation (temporarily backfill it with excavated material and re-
excavate it right before the actual connection of new to the existing line).
Procurement and delivery of all necessary material and fittings for connection of
existing house line to the new service line. The actual installation works on
connecting the new and existing service line shall be performed by ViK Kotor. The
pipe is laid in a separate or joint trench.
Contractor to be paid by number of completed house connection (from water meter
location to the located connection point of the existing house installation)
B13.5.1310 House connection 1/2" No.
B13.5.1320 House connection 3/4" No.
B13.5.1330 House connection 1" No.
B13.5.1340 House connection 5/4" No.
B13.5.1350 House connection 6/4" No.
B13.5.1360 House connection 2" No.

B13.5.1370 Assistance to ViK Kotor personnel during installation works on new and existing
connections. No.
B13.6 Sundry Items
B13.6.010 Procurement, delivery and installation of water cast iron manhole cover with rubber
sealing D400 for water meter manholes Ø600 No.
B13.6.020 Procurement, delivery and installation of water cast iron manhole cover with rubber
sealing C250 for water meter manholes Ø600 No.
B13.6.030 Procurement, delivery and installation of water cast iron manhole cover with rubber
sealing A15 for water meter manholes Ø600. No.
B13.6.040 Procurement, transport and installation of iron steps No.
B13.7 Surface finishes
Reinstate road surfaces complete with all courses
B13.7.010
Bituminous surface treatment with aggregate and slurry seal, spraying with approx.
3 l/m2 bituminous emulsion, 6cm bituminous base course and 4cm wearing course m²
B13.7.020 Concrete surface construction m²
Reinstatement of other surfaces
B13.7.030 Stone walls m³
B13.7.040 Stone steps (stairways) m²
B13.7.050 Kerbs m
B13.7.060 Gutters m
B13.7.070 Cobble pavement m²
B13.7.080 Concrete paving blocks m²
B13.7.090 Stone paving blocks m²
B13 Stara Fortica - Total to collection - 0,00

B14 Replacement of distribution water supply network and house connections in


settlement_MJERNA MESTA

B14.1 Site Clearance


B14.1.010 Demolition, removal and disposal of concrete structures (not reinforced) m³ 16,00 0,00
B14.1.020 Demolition, removal and disposal of concrete structures (reinforced) m³ 2,00 0,00
B14.1.030 Demolition, removal and disposal of brick work m³

Removal, temporary storage and maintan incl. disposal of surplus material:


B14.1.040 Stone walls m³ 2,00 0,00
B14.1.050 Stone steps (stairways) m²
B14.1.060 Kerbs m 10,00 0,00
B14.1.070 Gutters m
B14.1.080 Cobble pavement m²
B14.1.090 Concrete paving blocks m²
B14.1.100 Stone paving blocks m²
B14.2 Earth works
B14.2.010 Clear along the pipeline route including cut down of trees and shrubs and cart
away of surplus material. m² 30,00 0,00
B14.2.020 Straight cut with disk in asphalt layer (two sided) m'
B14.2.030 Asphalt or concrete layer, road base, base course, removal and disposal of the
material m² 11,50 0,00
Excavation

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]
Excavation in all materials for trenches, with trench sheeting (water proofed,
construction method free of vibration, deformation), dead sheeting (for trench
protection against penetration of sea water) and pile sheeting (for trench protection
against penetration of sea water, method free of vibration, deformation); according
to requirements set in specifications; with dewatering of trench for total trench
depths:
B14.2.040 Not exceeding 1,0m m³ 9,00 0,00
B14.2.050 Exceeding 1,0m but not exceeding 2,0m m³ 82,00 0,00
Extra-over item B1.2.040 to B1.2.050 above for:
B14.2.060 Manual excavation not exceeding 1,0m m³ 9,00 0,00
B14.2.070 Manual excavation exceeding 1,0m but not exceeding 2,0m m³ 24,00 0,00
B14.2.080 Hard rock excavation m³ 8,00 0,00
B14.2.090 Excavation of unsuitable material from trench bottom and incl. disposa m³ 1,00 0,00
B14.2.100 Disposal of surplus materijal m³ 93,50 0,00
Backfilling with suitable material in the pipeline area
B14.2.110
Supply, delivery and Installation of sand of natural mixture or crashed stone below
2mm, under (with leveling of trench bottom), around and above the pipeline. Initial
layer backfill for the pipeline bedding (10 cm) with minimum 95% Proctor density.
After the complete pipeline installation, the material should be carefully compacted
under and around the pipeline. Backfilling is to be performed in 10 cm thick layers
with minimum 95% Proctor density up to the top of the pipe. The material should
be (manually) compacted above the top of the pipe (10 cm). m³ 19,90 0,00
Backfilling of the trench with suitable material up to the surface or up to the sub-
base structure of the road, compacting the material in layers maximum 30 cm
thick, with minimum 95% Proctor density.
B14.2.120 Reuse of excavated material (sieved and approved by the Engineer m³
B14.2.130 Selected imported material (from commercial sources, gravel 0-32mm) m³ 48,60 0,00
B14.3 Concrete works
B14.3.010 Procurment and placement of C 12/15 concrete for the layer on average d=10 cm
under manhole bottom reinforced-concrete slabs, fully relying on the plans and the
designed elevation levels. m² 21,50 0,00
B14.3.020 Material procurment and production of manhole reinforced concrete bottom slab
d=20 cm, made of C 25/30 concrete. m³ 6,90 0,00
B14.3.030
Material procurment and production of manhole reinforced concrete top slabs d=20
cm, made of C 25/30 concrete. The concrete prices includes double fine sheeting
with all required retaining structures, scaffolding and other works needed. m³ 14,10 0,00
B14.3.040
Material procurment and production of manhole reinforced concrete top slabs d=20
cm, made of C 25/30 concrete, M 100. The price includes the scaffolding,
sheetings with necessary retaining structures and other works needed. m³ 6,90 0,00
B14.3.050 Production of ancor blocks (at horizontal and vertical pipeline bends, and at
steeper straight sections) and concrete manhole bases under the water supply
pipework made of C 20/25 concrete. m³ 4,00 0,00
B14.4 Reinforcement works
Procurment, delivery, cutting, bending and installation of welded mesh
reinforcement.
B14.4.010 GA 240/360 and RA 400/500 kg. 865,00 0,00
B14.4.020 MAG 500/560 kg. 1.760,00 0,00
B14.5 Installation works
Procurment, lay, bed and test certified quality assessed PE pipes (DIN 8074 or
equal) with electrofusion joints, with all required PE electrofusion fittings
B14.5.010 Pipe DIN 8074 - 25 - SDR 17 - PE100 m
B14.5.020 Pipe DIN 8074 - 32 - SDR 17 - PE100 m
B14.5.030 Pipe DIN 8074 - 40 - SDR 17 - PE100 m
B14.5.040 Pipe DIN 8074 - 50 - SDR 17 - PE100 m
B14.5.050 Pipe DIN 8074 - 63 - SDR 17 - PE100 m
B14.5.060 Pipe DIN 8074 - 90 - SDR 17 - PE100 m 20,00 0,00
B14.5.070 Pipe DIN 8074 - 110 - SDR 17 - PE100 m
B14.5.080 Pipe DIN 8074 - 160 - SDR 17 - PE100 m 16,00 0,00
B14.5.081 Pipe DIN 8074 - 160 - SDR 17 - PE100 m 1,00 0,00
PE joints
B14.5.082 Cilinder joint piece with loose flange d315 mm (connection of PEHD pipe and LG
piece) No. 2,00 0,00
B14.5.083 Cilinder joint piece with loose flange d225 mm (connection of PEHD pipe and LG
piece) No. 4,00 0,00
B14.5.090 Cilinder joint piece with loose flange d160 mm (connection of PEHD pipe and LG
piece) No. 18,00 0,00
B14.5.100 Cilinder joint piece with loose flange d110 mm (connection of PEHD pipe and LG
piece) No. 2,00 0,00
B14.5.110 Cilinder joint piece with loose flange d90 mm (connection of PEHD pipe and LG
piece) No. 1,00 0,00
B14.5.120 Cilinder joint piece with loose flange d75 mm (connection of PEHD pipe and LG
piece) No.
B14.5.130 Cilinder joint piece with loose flange d63 mm (connection of PEHD pipe and LG
piece) No.

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]
B14.5.140 Cilinder joint piece with loose flange d50 mm (connection of PEHD pipe and LG
piece) No.
B14.5.141 EF PEHD band 90° d160 No. 2,00 0,00
B14.5.142 EF PEHD band 45° d160 No. 8,00 0,00
B14.5.143 EF PEHD band 45° d90 No. 1,00 0,00

Procurement, delivery and installation of electrofusion T pieces on PE pipelines:


B14.5.150 d100/100 No.
B14.5.160 d90/90 No.
B14.5.170 d63/63 No.
B14.5.180 d32/32 No.
Procurement, delivery and installation of water supply pipework within the
manholes, all of NP 10 bar
B14.5.181 Gate valve EV acc. to DIN 3352/4 Ø350, L=550 mm, NP10 No. 1,00 0,00
B14.5.182 Gate valve EV acc. to DIN 3352/4 Ø200 mm, NP10 No. 3,00 0,00
B14.5.190 Gate valve EV acc. to DIN 3352/4 Ø150 mm, NP10 No. 13,00 0,00
B14.5.200 Gate valve EV acc. to DIN 3352/4 Ø100 mm, NP10 No. 1,00 0,00
B14.5.210 Gate valve EV acc. to DIN 3352/4 Ø80 mm, NP10 No. 1,00 0,00
B14.5.220 Gate valve EV acc. to DIN 3352/4 Ø50 mm, NP10 No.
B14.5.221 Regulator (needle) valve with electric actuator DN100 (ERHARD or similar) No. 1,00 0,00
B14.5.222
Butterfly valve with electric actuator DN150 open/close option (VAG or similar) No. 1,00 0,00
B14.5.223 Butterfly valve DN150 No. 1,00 0,00
B14.5.224 Butterfly valve DN200 No. 1,00 0,00
B14.5.225 Butterfly valve DN300 No. 1,00 0,00
B14.5.230 Air valve DN80 mm No.
B14.5.240 Air valve DN50 mm No.
Procurement, delivery and installation of water supply pipework in the ground
without manholes, all of NP 10 bar
B14.5.240 Gate valve DN80 with built-fitting and street cover (EURO 20) No.
B14.5.250 Gate valve DN50 with built-fitting and street cover (EURO 20) No.
B14.5.270 Street cover (LG cover) of valve No. 11,00 0,00
B14.5.280 Undergroung hydrants Ø80 mm with hydrant valve cover No.
Procurement, delivery and installation of ductile iron fittings for all foreseen
chambers, as well as for horizontal pipeline curves, all of NP 10 bar
B14.5.290 T piece Ø300/100 No.
B14.5.291 T piece Ø350/300 No. 1,00 0,00
B14.5.300 T piece Ø300/80 No.
B14.5.301 T piece Ø200/200 No. 2,00 0,00
B14.5.302 T piece Ø200/150 No. 1,00 0,00
B14.5.303 T piece Ø200/100 No. 3,00 0,00
B14.5.304 T piece Ø150/150 No. 3,00 0,00
B14.5.310 T piece Ø150/100 No.
B14.5.320 T piece Ø150/80 No.
B14.5.330 T piece Ø100/100 No.
B14.5.340 T piece Ø100/80 No.
B14.5.350 T piece Ø100/50 No.
B14.5.360 T piece Ø80/80 No.
B14.5.370 T piece Ø80/50 No.
B14.5.380 T piece Ø50/50 No.
B14.5.390 FFG Ø300/600 No.
B14.5.391 FFG Ø250/800 No. 1,00 0,00
B14.5.392 FFG Ø250/600 No. 1,00 0,00
B14.5.393 FFG Ø200/600 No. 1,00 0,00
B14.5.394 FFG Ø200/500 No. 2,00 0,00
B14.5.395 FFG Ø300/500 No. 1,00 0,00
B14.5.400 FFG Ø150/1000 No.
B14.5.410 FFG Ø150/900 No.
B14.5.420 FFG Ø150/600 No.
B14.5.421 FFG Ø150/500 No. 10,00 0,00
B14.5.422 FFG Ø150/300 No. 1,00 0,00
B14.5.430 FFG Ø150/200 No.
B14.5.440 FFG Ø100/900 No.
B14.5.450 FFG Ø100/600 No.
B14.5.460 FFG Ø100/500 No.
B14.5.470 FFG Ø80/1000 No.
B14.5.480 FFG Ø80/800 No.
B14.5.490 FFG Ø80/600 No.
B14.5.500 FFG Ø80/500 No.
B14.5.510 FFG Ø80/400 No.
B14.5.520 FFG Ø80/300 No.
B14.5.530 FFG Ø50/800 No.
B14.5.531 FF-ST DN300 (variable L=320 - 340mm) No. 1,00 0,00
B14.5.532 FFR Ø400/300 No. 1,00 0,00
B14.5.533 FFR Ø400/250 No. 1,00 0,00
B14.5.534 FFR Ø350/300 No.
B14.5.535 FFR Ø350/250 No. 1,00 0,00
B14.5.536 FFR Ø200/150 No. 8,00 0,00
B14.5.540 FFR Ø150/80, L=200 mm No. 1,00 0,00

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]
B14.5.550 FFR Ø100/80, L=200 mm No.
B14.5.560 FFR Ø80/65, L=200 mm No.
B14.5.570 FFR Ø80/50, L=200 mm No.
B14.5.580 N piece Ø80 mm No.
B14.5.581 X piece Ø200 mm No. 1,00 0,00
B14.5.582 X piece Ø100 mm No. 1,00 0,00
B14.5.590 X piece Ø80 mm No.
B14.5.600 X piece Ø50 mm No.
B14.5.610 Q90 Ø50 mm No.
B14.5.620 Q90 Ø80 mm No.
B14.5.630 Q90 Ø100 mm No. 2,00 0,00
B14.5.631 Q90 Ø150 mm No. 1,00 0,00
B14.5.632 Q90 Ø200 mm No. 2,00 0,00
B14.5.640 FFK30 Ø80 mm No.
B14.5.650 FFK45 Ø100 mm No.
B14.5.660 Flanged socket piece E-KS DN300 mm No.
B14.5.661 Flanged socket piece E-KS DN200/d225 mm No. 1,00 0,00
B14.5.670 Flanged socket piece DN150mm No. 1,00 0,00
B14.5.680 Flanged socket piece DN100 mm No.
B14.5.681 U-KS PVC joint piece d160 No. 4,00 0,00
B14.5.682 Flange adapter type E-BS DN400A (400-430mm) No. 1,00 0,00
B14.5.683 Flange adapter type E-BS DN200 NP10 (218-252mm) No. 1,00 0,00
B14.5.684 Flange adapter type E-BS DN200 NP16 (218-252mm) No. 1,00 0,00
B14.5.690 Flange adapter type E-BS DN150 (158-192mm) No. 2,00 0,00
B14.5.691 Dismantling piece MDK-A DN200 mm No. 1,00 0,00
B14.5.700 Dismantling piece MDK-A DN150 mm No. 8,00 0,00
B14.5.710 Dismantling piece MDK-A DN100 mm No.
B14.5.720 Dismantling piece MDK-A DN80 mm No.
B14.5.730 Dismantling piece MDK-A DN50 mm No.
B14.5.731 TT piece DN200 mm No. 1,00 0,00
B14.5.740 TT piece DN150x150 mm No.
B14.5.750 TT piece DN80x80 mm No.
B14.5.760 Flange adapter LG to AC pipe Ø100 mm No.
B14.5.761
Tapping saddle with integrated valve DN150/2" on ductil, steel and AC pipelines No. 4,00 0,00
B14.5.762
Tapping saddle with integrated valve DN200/2" on ductil, steel and AC pipelines No. 2,00 0,00
B14.5.763 Tapping saddle with integrated valve DN150/2" on plastic pipelines No. 2,00 0,00
Procurement, delivery and installation of tapping saddle with valves, street cover,
reduction and electrofusion transition piece on plastic pipelines. Saddle protected
by an epoxy coating. Exit to the saddle and valve is R2". Reducer is installed on
the valve
B14.5.770 d160/d63 No.
B14.5.780 d160/50 No.
B14.5.790 d160/40 No.
B14.5.800 d160/32 No.
B14.5.810 d110/d63 No.
B14.5.820 d110/50 No.
B14.5.830 d110/40 No.
B14.5.840 d110/32 No.
B14.5.850 d90/63 No.
B14.5.860 d90/50 No.
B14.5.870 d90/40 No.
B14.5.880 d90/32 No.
Procurement, delivery and installation of tapping saddle without valves and with
reduction and electrofusion transition piece on plastic pipelines. Saddle protected
by an epoxy coating. Exit to the saddle and valve is R2". Reducer is installed on
the valve
B14.5.890 d160/d63 No.
B14.5.900 d160/50 No.
B14.5.910 d160/40 No.
B14.5.920 d160/32 No.
B14.5.930 d110/63 No.
B14.5.940 d110/50 No.
B14.5.950 d110/40 No.
B14.5.960 d110/32 No.
B14.5.970 d90/63 No.
B14.5.980 d90/50 No.
B14.5.990 d90/40 No.
B14.5.1000 d90/32 No.
B14.5.1010 d75/40 No.
B14.5.1020 d75/32 No.
B14.5.1030 d63/50 No.
B14.5.1040 d63/40 No.
B14.5.1050 d63/32 No.
B14.5.1060 Service valve for horizontal drilling pipe No.
B14.5.1070 Saddle without valve wide range for AC pipe Ø150 / 2 " No.
B14.5.1080 Saddle without valve for PE and PVC pipe d160/2" No.
B14.5.1090 Valve for saddle R2" No.

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]
B14.5.1091 Steel manhole cover d=3mm and L profile frame (700x700mm) 4,00 0,00
B14.5.1092 Aluminium ladder H=2m 3,00 0,00
House connections
Procurement, delivery and installation of water supply prefabricated reinforced
concrete manholes with the installation of sub layer 0-32mm (eartworks included
in the section earthworks)
B14.5.1100 Prefabricated reinforced manhole bottomless for 1 water meter No.
B14.5.1110 Prefabricated reinforced manhole bottomless for 2 water meters No.
B14.5.1120 Prefabricated reinforced manhole bottomless for 2 water meters No.
B14.5.1130 Prefabricated reinforced manhole bottomless for 4 water meters No.
B14.5.1140 Procurement & delivery and installation of water cast iron manhole cover with
rubber sealing for water meter manholes 60x40cm B125 - reinforced manhole for
water meters No.
B14.5.1150 Procurement & delivery and installation of water cast iron manhole cover with
rubber sealing for water meter manholes 80x50cm B125 - reinforced manhole for
water meters No.
Watermeter sets
B14.5.1160 Procurement, delivery and installation of water meter set 3/4'' (1 water meter,
valves and approproate fittings) - Type A-V1 No.
B14.5.1170 Procurmeent, delivery and installation of water meter set 6/4'' (1 water meter,
valves and approproate fittings) - Type B-V1 No.
B14.5.1180 Procurement, delivery and installation of water meter set 3/4'' (2 water meters,
valves and approproate fittings) - Type A-V2 No.
B14.5.1190 Procurement, delivery and installation of water meter set 6/4'' (2 water meters,
valves and approproate fittings) - Type B-V2 No.
B14.5.1200 Procurement, delivery and installation of water meter set 3/4'' (3 water meters,
valves and approproate fittings) - TIP A-V3 kom.
B14.5.1210 Procurement, delivery and installation of water meter set 6/4'' (3 water meters,
valves and approproate fittings) - Type B-V3 kom.
B14.5.1220 Procurement, delivery and installation of water meter set 3/4'' (4 water meters,
valves and approproate fittings) - Type A-V4 kom.
B14.5.1230 Procurement, delivery and installation of water meter set 6/4'' (4 water meters,
valves and approproate fittings) - Type B-V4 kom.
B14.5.1240 Procurement, delivery and installation of water meter set DN80 (water meter,
valves, dirt catcher, cilinder joint pieces, dismantling piece) - Type C-V1 kom.

Trench excavation, backfilling, reistatement of the excavated surface area for


house connection; supply, delivery, lay, installation-including all necessary joints
and test of certified quality assessed PE pipes (DIN 8074 - SDR 17 - PE100 or
appropriate) with electrofusion joints, from the water meter location to the identified
location of the existing house line.
Locating existing water supply installations, connecting pipes, or ports of entry of
connecting pipes in the house (at 0.5-1.0 m from the house), excavation of the
existing connection with the disposal of material from excavations in the immediate
vicinity. Protection of the connection pipeline with the plug and protection of the
located existing installation (temporarily backfill it with excavated material and re-
excavate it right before the actual connection of new to the existing line).
Procurement and delivery of all necessary material and fittings for connection of
existing house line to the new service line. The actual installation works on
connecting the new and existing service line shall be performed by ViK Kotor. The
pipe is laid in a separate or joint trench.
Contractor to be paid by linear meter of completed house connection (from water
meter location to the located connection point of the existing house installation)
B14.5.1250 House connection 1/2" m
B14.5.1260 House connection 3/4" m
B14.5.1270 House connection 1" m
B14.5.1280 House connection 5/4" m
B14.5.1290 House connection 6/4" m
B14.5.1300 House connection 2" m

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]

Trench excavation, backfilling, reistatement of the excavated surface area for


house connection; supply, delivery, lay, installation-including all necessary joints
and test of certified quality assessed PE pipes (DIN 8074 - SDR 17 - PE100 or
appropriate) with electrofusion joints, from the water meter location to the identified
location of the existing house line, 5-30m lenght.
Locating existing water supply installations, connecting pipes, or ports of entry of
connecting pipes in the house (at 0.5-1.0 m from the house), excavation of the
existing connection with the disposal of material from excavations in the immediate
vicinity. Protection of the connection pipeline with the plug and protection of the
located existing installation (temporarily backfill it with excavated material and re-
excavate it right before the actual connection of new to the existing line).
Procurement and delivery of all necessary material and fittings for connection of
existing house line to the new service line. The actual installation works on
connecting the new and existing service line shall be performed by ViK Kotor. The
pipe is laid in a separate or joint trench.
Contractor to be paid by number of completed house connection (from water meter
location to the located connection point of the existing house installation)
B14.5.1310 House connection 1/2" No.
B14.5.1320 House connection 3/4" No.
B14.5.1330 House connection 1" No.
B14.5.1340 House connection 5/4" No.
B14.5.1350 House connection 6/4" No.
B14.5.1360 House connection 2" No.

B14.5.1370 Assistance to ViK Kotor personnel during installation works on new and existing
connections. No.
B14.6 Sundry Items
B14.6.010 Procurement, delivery and installation of water cast iron manhole cover with rubber
sealing D400 for water meter manholes Ø600 No.
B14.6.020 Procurement, delivery and installation of water cast iron manhole cover with rubber
sealing C250 for water meter manholes Ø600 No. 9,00 0,00
B14.6.030 Procurement, delivery and installation of water cast iron manhole cover with rubber
sealing A15 for water meter manholes Ø600. No.
B14.6.040 Procurement, transport and installation of iron steps No. 15,00 0,00
Construction reinforcement with I profile LS 1,00 0,00
B14.7 Surface finishes
Reinstate road surfaces complete with all courses
B14.7.010
Bituminous surface treatment with aggregate and slurry seal, spraying with approx.
3 l/m2 bituminous emulsion, 6cm bituminous base course and 4cm wearing course m² 11,50 0,00
B14.7.020 Concrete surface construction m² 16,00 0,00
Reinstatement of other surfaces
B14.7.030 Stone walls m³ 2,00 0,00
B14.7.040 Stone steps (stairways) m²
B14.7.050 Kerbs m 10,00 0,00
B14.7.060 Gutters m
B14.7.070 Cobble pavement m²
B14.7.080 Concrete paving blocks m²
B14.7.090 Stone paving blocks m²
B14 Mjerna mjesta - Total to collection - 0,00

B15 Replacement of distribution water supply network and house connections in


settlement_Orahovac (Optional)

B15.1 Site Clearance


B15.1.010 Demolition, removal and disposal of concrete structures (not reinforced) m³ 10,00 0,00
B15.1.020 Demolition, removal and disposal of concrete structures (reinforced) m³ 10,00 0,00
B15.1.030 Demolition, removal and disposal of brick work m³ 10,00 0,00

Removal, temporary storage and maintan incl. disposal of surplus material:


B15.1.040 Stone walls m³ 10,00 0,00
B15.1.050 Stone steps (stairways) m² 15,00 0,00
B15.1.060 Kerbs m 15,00 0,00
B15.1.070 Gutters m 10,00 0,00
B15.1.080 Cobble pavement m²
B15.1.090 Concrete paving blocks m² 20,00 0,00
B15.1.100 Stone paving blocks m² 20,00 0,00
B15.2 Earth works
B15.2.010 Clear along the pipeline route including cut down of trees and shrubs and cart
away of surplus material. m²
B15.2.020 Straight cut with disk in asphalt layer (two sided) m' 260,24 0,00
B15.2.030 Asphalt or concrete layer, road base, base course, removal and disposal of the
material m²
Excavation

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]
Excavation in all materials for trenches, with trench sheeting (water proofed,
construction method free of vibration, deformation), dead sheeting (for trench
protection against penetration of sea water) and pile sheeting (for trench protection
against penetration of sea water, method free of vibration, deformation); according
to requirements set in specifications; with dewatering of trench for total trench
depths:
B15.2.040 Not exceeding 1,0m m³ 130,34 0,00
B15.2.050 Exceeding 1,0m but not exceeding 2,0m m³
Extra-over item B1.2.040 to B1.2.050 above for:
B15.2.060 Manual excavation not exceeding 1,0m m³ 32,58 0,00
B15.2.070 Manual excavation exceeding 1,0m but not exceeding 2,0m m³
B15.2.080 Hard rock excavation m³
B15.2.090 Excavation of unsuitable material from trench bottom and incl. disposa m³

B15.2.100 Disposal of surplus materijal m³


Backfilling with suitable material in the pipeline area
B15.2.110
Supply, delivery and Installation of sand of natural mixture or crashed stone below
2mm, under (with leveling of trench bottom), around and above the pipeline. Initial
layer backfill for the pipeline bedding (10 cm) with minimum 95% Proctor density.
After the complete pipeline installation, the material should be carefully compacted
under and around the pipeline. Backfilling is to be performed in 10 cm thick layers
with minimum 95% Proctor density up to the top of the pipe. The material should
be (manually) compacted above the top of the pipe (10 cm). m³ 30,00 0,00
Backfilling of the trench with suitable material up to the surface or up to the sub-
base structure of the road, compacting the material in layers maximum 30 cm
thick, with minimum 95% Proctor density.
B15.2.120 Reuse of excavated material (sieved and approved by the Engineer m³ 8,00 0,00
B15.2.130 Selected imported material (from commercial sources, gravel 0-32mm) m³ 125,00 0,00
B15.3 Concrete works
B15.3.010 Procurment and placement of C 12/15 concrete for the layer on average d=10 cm
under manhole bottom reinforced-concrete slabs, fully relying on the plans and the
designed elevation levels. m² 0,72 0,00
B15.3.020 Material procurment and production of manhole reinforced concrete bottom slab
d=20 cm, made of C 25/30 concrete. m³ 0,58 0,00
B15.3.030
Material procurment and production of manhole reinforced concrete top slabs d=20
cm, made of C 25/30 concrete. The concrete prices includes double fine sheeting
with all required retaining structures, scaffolding and other works needed. m³ 1,80 0,00
B15.3.040
Material procurment and production of manhole reinforced concrete top slabs d=20
cm, made of C 25/30 concrete, M 100. The price includes the scaffolding,
sheetings with necessary retaining structures and other works needed. m³ 0,52 0,00
B15.3.050 Production of ancor blocks (at horizontal and vertical pipeline bends, and at
steeper straight sections) and concrete manhole bases under the water supply
pipework made of C 20/25 concrete. m³
B15.4 Reinforcement works
Procurment, delivery, cutting, bending and installation of welded mesh
reinforcement.
B15.4.010 GA 240/360 and RA 400/500 kg. 130,80 0,00
B15.4.020 MAG 500/560 kg. 90,00 0,00
B15.5 Installation works
Procurment, lay, bed and test certified quality assessed PE pipes (DIN 8074 or
equal) with electrofusion joints, with all required PE electrofusion fittings
B15.5.010 Pipe DIN 8074 - 25 - SDR 17 - PE100 m
B15.5.020 Pipe DIN 8074 - 32 - SDR 17 - PE100 m 30,71 0,00
B15.5.030 Pipe DIN 8074 - 40 - SDR 17 - PE100 m
B15.5.040 Pipe DIN 8074 - 50 - SDR 17 - PE100 m
B15.5.050 Pipe DIN 8074 - 63 - SDR 17 - PE100 m 316,75 0,00
B15.5.060 Pipe DIN 8074 - 90 - SDR 17 - PE100 m 116,83 0,00
B15.5.070 Pipe DIN 8074 - 110 - SDR 17 - PE100 m
B15.5.080 Pipe DIN 8074 - 160 - SDR 17 - PE100 m
PE joints
B15.5.090 Cilinder joint piece with loose flange d160 mm (connection of PEHD pipe and LG
piece) No.
B15.5.100 Cilinder joint piece with loose flange d110 mm (connection of PEHD pipe and LG
piece) No.
B15.5.110 Cilinder joint piece with loose flange d90 mm (connection of PEHD pipe and LG
piece) No. 8,00 0,00
B15.5.120 Cilinder joint piece with loose flange d75 mm (connection of PEHD pipe and LG
piece) No.
B15.5.130 Cilinder joint piece with loose flange d63 mm (connection of PEHD pipe and LG
piece) No. 1,00 0,00
B15.5.140 Cilinder joint piece with loose flange d50 mm (connection of PEHD pipe and LG
piece) No.

Procurement, delivery and installation of electrofusion T pieces on PE pipelines:


B15.5.150 d100/100 No.

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]
B15.5.160 d90/90 No.
B15.5.170 d63/63 No.
B15.5.180 d32/32 No.
Procurement, delivery and installation of water supply pipework within the
manholes, all of NP 10 bar
B15.5.190 Gate valve EV acc. to DIN 3352/4 Ø150 mm, NP10 No.
B15.5.200 Gate valve EV acc. to DIN 3352/4 Ø100 mm, NP10 No.
B15.5.210 Gate valve EV acc. to DIN 3352/4 Ø80 mm, NP10 No.
B15.5.220 Gate valve EV acc. to DIN 3352/4 Ø50 mm, NP10 No.
B15.5.230 Air valve DN80 mm No.
B15.5.240 Air valve DN50 mm No. 1,00 0,00
Procurement, delivery and installation of water supply pipework in the ground
without manholes, all of NP 10 bar
B15.5.250 Gate valve DN80 with built-fitting and street cover (EURO 20) No.
B15.5.260 Gate valve DN50 with built-fitting and street cover (EURO 20) No. 2,00 0,00
B15.5.270 Street cover (LG cover) of valve No. 22,00 0,00
B15.5.280 Undergroung hydrants Ø80 mm with hydrant valve cover No. 1,00 0,00
Procurement, delivery and installation of ductile iron fittings for all foreseen
chambers, as well as for horizontal pipeline curves, all of NP 10 bar
B15.5.290 T piece Ø300/100 No.
B15.5.300 T piece Ø300/80 No.
B15.5.310 T piece Ø150/100 No.
B15.5.320 T piece Ø150/80 No.
B15.5.330 T piece Ø100/100 No.
B15.5.340 T piece Ø100/80 No.
B15.5.350 T piece Ø100/50 No.
B15.5.360 T piece Ø80/80 No. 2,00 0,00
B15.5.370 T piece Ø80/50 No.
B15.5.380 T piece Ø50/50 No. 2,00 0,00
B15.5.390 FFG Ø300/600 No.
B15.5.400 FFG Ø150/1000 No.
B15.5.410 FFG Ø150/900 No.
B15.5.420 FFG Ø150/600 No.
B15.5.430 FFG Ø150/200 No.
B15.5.440 FFG Ø100/900 No.
B15.5.450 FFG Ø100/600 No.
B15.5.460 FFG Ø100/500 No.
B15.5.470 FFG Ø80/1000 No.
B15.5.480 FFG Ø80/800 No.
B15.5.490 FFG Ø80/600 No.
B15.5.500 FFG Ø80/500 No.
B15.5.510 FFG Ø80/400 No. 1,00 0,00
B15.5.520 FFG Ø80/300 No. 1,00 0,00
B15.5.530 FFG Ø50/800 No. 1,00 0,00
B15.5.540 FFR Ø150/80, L=200 mm No.
B15.5.550 FFR Ø100/80, L=200 mm No.
B15.5.560 FFR Ø80/65, L=200 mm No.
B15.5.570 FFR Ø80/50, L=200 mm No.
B15.5.580 N komad Ø80 mm No. 1,00 0,00
B15.5.590 X komad Ø80 mm No. 1,00 0,00
B15.5.600 X komad Ø50 mm No. 1,00 0,00
B15.5.610 Q90 Ø50 mm No.
B15.5.620 Q90 Ø80 mm No.
B15.5.630 Q90 Ø100 mm No.
B15.5.640 FFK30 Ø80 mm No.
B15.5.650 FFK45 Ø100 mm No.
B15.5.660 Flanged socket piece E-KS DN300 mm No.
B15.5.670 Flanged socket piece E-KS DN160 mm No.
B15.5.680 Flanged socket piece DN90 mm No.
B15.5.690 Flange adapter type E-BS DN150 (158-192mm) No.
B15.5.700 Dismantling piece MDK-A DN150 mm No.
B15.5.710 Dismantling piece MDK-A DN100 mm No.
B15.5.720 Dismantling piece MDK-A DN80 mm No.
B15.5.730 Dismantling piece MDK-A DN50 mm No.
B15.5.740 TT piece DN150x150 mm No.
B15.5.750 TT piece DN80x80 mm No.
B15.5.760 Flange adapter LG to AC pipe Ø100 mm No.
Procurement, delivery and installation of tapping saddle with valves, street cover,
reduction and electrofusion transition piece on plastic pipelines. Saddle protected
by an epoxy coating. Exit to the saddle and valve is R2". Reducer is installed on
the valve
B15.5.770 d160/d63 No.
B15.5.780 d160/50 No.
B15.5.790 d160/40 No.
B15.5.800 d160/32 No.
B15.5.810 d110/d63 No. 20,00 0,00
B15.5.820 d110/50 No.
B15.5.830 d110/40 No.
B15.5.840 d110/32 No.

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]
B15.5.850 d90/63 No.
B15.5.860 d90/50 No.
B15.5.870 d90/40 No.
B15.5.880 d90/32 No.
Procurement, delivery and installation of tapping saddle without valves and with
reduction and electrofusion transition piece on plastic pipelines. Saddle protected
by an epoxy coating. Exit to the saddle and valve is R2". Reducer is installed on
the valve
B15.5.890 d160/d63 No.
B15.5.900 d160/50 No.
B15.5.910 d160/40 No.
B15.5.920 d160/32 No.
B15.5.930 d110/63 No.
B15.5.940 d110/50 No.
B15.5.950 d110/40 No.
B15.5.960 d110/32 No.
B15.5.970 d90/63 No. 21,00 0,00
B15.5.980 d90/50 No.
B15.5.990 d90/40 No.
B15.5.1000 d90/32 No. 3,00 0,00
B15.5.1010 d75/40 No.
B15.5.1020 d75/32 No.
B15.5.1030 d63/50 No. 2,00 0,00
B15.5.1040 d63/40 No.
B15.5.1050 d63/32 No. 34,00 0,00

B15.5.1060 Service valve for horizontal drilling pipe No. 22,00 0,00
B15.5.1070 Saddle without valve wide range for AC pipe Ø150 / 2 " No.
B15.5.1080 Saddle without valve for PE and PVC pipe d160/2" No.
B15.5.1090 Valve for saddle R2" No.
House connections
Procurement, delivery and installation of water supply prefabricated reinforced
concrete manholes with the installation of sub layer 0-32mm (eartworks included
in the section earthworks)
B15.5.1100 Prefabricated reinforced manhole bottomless for 1 water meter No. 35,00 0,00
B15.5.1110 Prefabricated reinforced manhole bottomless for 2 water meters No. 2,00 0,00
B15.5.1120 Prefabricated reinforced manhole bottomless for 2 water meters No. 1,00 0,00
B15.5.1130 Prefabricated reinforced manhole bottomless for 4 water meters No.
B15.5.1140 Procurement & delivery and installation of water cast iron manhole cover with
rubber sealing for water meter manholes 60x40cm B125 - reinforced manhole for
water meters No. 37,00 0,00
B15.5.1150 Procurement & delivery and installation of water cast iron manhole cover with
rubber sealing for water meter manholes 80x50cm B125 - reinforced manhole for
water meters No. 1,00 0,00
Watermeter sets
B15.5.1160 Procurement, delivery and installation of water meter set 3/4'' (1 water meter,
valves and approproate fittings) - Type A-V1 No. 34,00 0,00
B15.5.1170 Procurmeent, delivery and installation of water meter set 6/4'' (1 water meter,
valves and approproate fittings) - Type B-V1 No. 1,00 0,00
B15.5.1180 Procurement, delivery and installation of water meter set 3/4'' (2 water meters,
valves and approproate fittings) - Type A-V2 No. 2,00 0,00
B15.5.1190 Procurement, delivery and installation of water meter set 6/4'' (2 water meters,
valves and approproate fittings) - Type B-V2 No.
B15.5.1200 Procurement, delivery and installation of water meter set 3/4'' (3 water meters,
valves and approproate fittings) - TIP A-V3 kom. 1,00 0,00
B15.5.1210 Procurement, delivery and installation of water meter set 6/4'' (3 water meters,
valves and approproate fittings) - Type B-V3 kom.
B15.5.1220 Procurement, delivery and installation of water meter set 3/4'' (4 water meters,
valves and approproate fittings) - Type A-V4 kom.
B15.5.1230 Procurement, delivery and installation of water meter set 6/4'' (4 water meters,
valves and approproate fittings) - Type B-V4 kom.
B15.5.1240 Procurement, delivery and installation of water meter set DN80 (water meter,
valves, dirt catcher, cilinder joint pieces, dismantling piece) - Type C-V1 kom.

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]

Trench excavation, backfilling, reistatement of the excavated surface area for


house connection; supply, delivery, lay, installation-including all necessary joints
and test of certified quality assessed PE pipes (DIN 8074 - SDR 17 - PE100 or
appropriate) with electrofusion joints, from the water meter location to the identified
location of the existing house line.
Locating existing water supply installations, connecting pipes, or ports of entry of
connecting pipes in the house (at 0.5-1.0 m from the house), excavation of the
existing connection with the disposal of material from excavations in the immediate
vicinity. Protection of the connection pipeline with the plug and protection of the
located existing installation (temporarily backfill it with excavated material and re-
excavate it right before the actual connection of new to the existing line).
Procurement and delivery of all necessary material and fittings for connection of
existing house line to the new service line. The actual installation works on
connecting the new and existing service line shall be performed by ViK Kotor. The
pipe is laid in a separate or joint trench.
Contractor to be paid by linear meter of completed house connection (from water
meter location to the located connection point of the existing house installation)
B15.5.1250 House connection 1/2" m
B15.5.1260 House connection 3/4" m
B15.5.1270 House connection 1" m
B15.5.1280 House connection 5/4" m
B15.5.1290 House connection 6/4" m
B15.5.1300 House connection 2" m

Trench excavation, backfilling, reistatement of the excavated surface area for


house connection; supply, delivery, lay, installation-including all necessary joints
and test of certified quality assessed PE pipes (DIN 8074 - SDR 17 - PE100 or
appropriate) with electrofusion joints, from the water meter location to the identified
location of the existing house line, 5-30m lenght.
Locating existing water supply installations, connecting pipes, or ports of entry of
connecting pipes in the house (at 0.5-1.0 m from the house), excavation of the
existing connection with the disposal of material from excavations in the immediate
vicinity. Protection of the connection pipeline with the plug and protection of the
located existing installation (temporarily backfill it with excavated material and re-
excavate it right before the actual connection of new to the existing line).
Procurement and delivery of all necessary material and fittings for connection of
existing house line to the new service line. The actual installation works on
connecting the new and existing service line shall be performed by ViK Kotor. The
pipe is laid in a separate or joint trench.
Contractor to be paid by number of completed house connection (from water meter
location to the located connection point of the existing house installation)
B15.5.1310 House connection 1/2" No.
B15.5.1320 House connection 3/4" No. 43,00 0,00
B15.5.1330 House connection 1" No.
B15.5.1340 House connection 5/4" No.
B15.5.1350 House connection 6/4" No. 1,00 0,00
B15.5.1360 House connection 2" No.

B15.5.1370 Assistance to ViK Kotor personnel during installation works on new and existing
connections. No. 44,00 0,00
B15.6 Sundry Items
B15.6.010 Procurement, delivery and installation of water cast iron manhole cover with rubber
sealing D400 for water meter manholes Ø600 No.
B15.6.020 Procurement, delivery and installation of water cast iron manhole cover with rubber
sealing C250 for water meter manholes Ø600 No.
B15.6.030 Procurement, delivery and installation of water cast iron manhole cover with rubber
sealing A15 for water meter manholes Ø600. No.
B15.6.040 Procurement, transport and installation of iron steps No. 6,00 0,00
B15.7 Surface finishes
Reinstate road surfaces complete with all courses
B15.7.010
Bituminous surface treatment with aggregate and slurry seal, spraying with approx.
3 l/m2 bituminous emulsion, 6cm bituminous base course and 4cm wearing course m² 260,20 0,00
B15.7.020 Concrete surface construction m²
Reinstatement of other surfaces
B15.7.030 Stone walls m³ 1,00 0,00
B15.7.040 Stone steps (stairways) m² 15,00 0,00
B15.7.050 Kerbs m 15,00 0,00
B15.7.060 Gutters m 1,00 0,00
B15.7.070 Cobble pavement m²
B15.7.080 Concrete paving blocks m² 20,00 0,00
B15.7.090 Stone paving blocks m² 20,00 0,00
B15 Orahovac (Optional) - Total to collection - 0,00

B16 Kamp (Optional)

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]

B16.1 Site Clearance


B16.1.010 Demolition, removal and disposal of concrete structures (not reinforced) m³
B16.1.020 Demolition, removal and disposal of concrete structures (reinforced) m³
B16.1.030 Demolition, removal and disposal of brick work m³

Removal, temporary storage and maintan incl. disposal of surplus material:


B16.1.040 Stone walls m³
B16.1.050 Stone steps (stairways) m² 20,00 0,00
B16.1.060 Kerbs m 10,00 0,00
B16.1.070 Gutters m 10,00 0,00
B16.1.080 Cobble pavement m²
B16.1.090 Concrete paving blocks m² 10,00 0,00
B16.1.100 Stone paving blocks m²
B16.2 Earth works
B16.2.010 Clear along the pipeline route including cut down of trees and shrubs and cart
away of surplus material. m² 10,00 0,00
B16.2.020 Straight cut with disk in asphalt layer (two sided) m' 17,80 0,00
B16.2.030 Asphalt or concrete layer, road base, base course, removal and disposal of the
material m² 564,10 0,00
Excavation
Excavation in all materials for trenches, with trench sheeting (water proofed,
construction method free of vibration, deformation), dead sheeting (for trench
protection against penetration of sea water) and pile sheeting (for trench protection
against penetration of sea water, method free of vibration, deformation); according
to requirements set in specifications; with dewatering of trench for total trench
depths:
B16.2.040 Not exceeding 1,0m m³ 371,00 0,00
B16.2.050 Exceeding 1,0m but not exceeding 2,0m m³ 150,00 0,00
Extra-over item B1.2.040 to B1.2.050 above for:
B16.2.060 Manual excavation not exceeding 1,0m m³ 295,00 0,00
B16.2.070 Manual excavation exceeding 1,0m but not exceeding 2,0m m³ 116,00 0,00
B16.2.080 Hard rock excavation m³
B16.2.090 Excavation of unsuitable material from trench bottom and incl. disposa m³

B16.2.100 Disposal of surplus materijal m³ 274,00 0,00


Backfilling with suitable material in the pipeline area
B16.2.110
Supply, delivery and Installation of sand of natural mixture or crashed stone below
2mm, under (with leveling of trench bottom), around and above the pipeline. Initial
layer backfill for the pipeline bedding (10 cm) with minimum 95% Proctor density.
After the complete pipeline installation, the material should be carefully compacted
under and around the pipeline. Backfilling is to be performed in 10 cm thick layers
with minimum 95% Proctor density up to the top of the pipe. The material should
be (manually) compacted above the top of the pipe (10 cm). m³ 117,00 0,00
Backfilling of the trench with suitable material up to the surface or up to the sub-
base structure of the road, compacting the material in layers maximum 30 cm
thick, with minimum 95% Proctor density.
B16.2.120 Reuse of excavated material (sieved and approved by the Engineer m³ 247,00 0,00
B16.2.130 Selected imported material (from commercial sources, gravel 0-32mm) m³ 79,00 0,00
B16.3 Concrete works
B16.3.010 Procurment and placement of C 12/15 concrete for the layer on average d=10 cm
under manhole bottom reinforced-concrete slabs, fully relying on the plans and the
designed elevation levels. m² 17,50 0,00
B16.3.020 Material procurment and production of manhole reinforced concrete bottom slab
d=20 cm, made of C 25/30 concrete. m³ 2,90 0,00
B16.3.030
Material procurment and production of manhole reinforced concrete top slabs d=20
cm, made of C 25/30 concrete. The concrete prices includes double fine sheeting
with all required retaining structures, scaffolding and other works needed. m³ 6,60 0,00
B16.3.040
Material procurment and production of manhole reinforced concrete top slabs d=20
cm, made of C 25/30 concrete, M 100. The price includes the scaffolding,
sheetings with necessary retaining structures and other works needed. m³ 2,60 0,00
B16.3.050 Production of ancor blocks (at horizontal and vertical pipeline bends, and at
steeper straight sections) and concrete manhole bases under the water supply
pipework made of C 20/25 concrete. m³ 1,00 0,00
B16.4 Reinforcement works
Procurment, delivery, cutting, bending and installation of welded mesh
reinforcement.
B16.4.010 GA 240/360 and RA 400/500 kg. 565,10 0,00
B16.4.020 MAG 500/560 kg. 641,00 0,00
B16.5 Installation works
Procurment, lay, bed and test certified quality assessed PE pipes (DIN 8074 or
equal) with electrofusion joints, with all required PE electrofusion fittings
B16.5.010 Pipe DIN 8074 - 25 - SDR 17 - PE100 m 1.302,60 0,00
B16.5.020 Pipe DIN 8074 - 32 - SDR 17 - PE100 m 171,80 0,00
B16.5.030 Pipe DIN 8074 - 40 - SDR 17 - PE100 m
B16.5.040 Pipe DIN 8074 - 50 - SDR 17 - PE100 m

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]
B16.5.050 Pipe DIN 8074 - 63 - SDR 17 - PE100 m 490,70 0,00
B16.5.060 Pipe DIN 8074 - 90 - SDR 17 - PE100 m 257,00 0,00
B16.5.070 Pipe DIN 8074 - 110 - SDR 17 - PE100 m
B16.5.080 Pipe DIN 8074 - 160 - SDR 17 - PE100 m
PE joints
B16.5.090 Cilinder joint piece with loose flange d160 mm (connection of PEHD pipe and LG
piece) No.
B16.5.100 Cilinder joint piece with loose flange d110 mm (connection of PEHD pipe and LG
piece) No.
B16.5.110 Cilinder joint piece with loose flange d90 mm (connection of PEHD pipe and LG
piece) No. 21,00 0,00
B16.5.120 Cilinder joint piece with loose flange d75 mm (connection of PEHD pipe and LG
piece) No.
B16.5.130 Cilinder joint piece with loose flange d63 mm (connection of PEHD pipe and LG
piece) No. 2,00 0,00
B16.5.140 Cilinder joint piece with loose flange d50 mm (connection of PEHD pipe and LG
piece) No.

Procurement, delivery and installation of electrofusion T pieces on PE pipelines:


B16.5.150 d100/100 No.
B16.5.160 d90/90 No.
B16.5.170 d63/63 No. 4,00 0,00
B16.5.180 d32/32 No. 1,00 0,00
Procurement, delivery and installation of water supply pipework within the
manholes, all of NP 10 bar
B16.5.190 Gate valve EV acc. to DIN 3352/4 Ø150 mm, NP10 No.
B16.5.200 Gate valve EV acc. to DIN 3352/4 Ø100 mm, NP10 No.
B16.5.210 Gate valve EV acc. to DIN 3352/4 Ø80 mm, NP10 No. 2,00 0,00
B16.5.220 Gate valve EV acc. to DIN 3352/4 Ø50 mm, NP10 No.
B16.5.230 Air valve DN80 mm No. 1,00 0,00
B16.5.240 Air valve DN50 mm No. 1,00 0,00
Procurement, delivery and installation of water supply pipework in the ground
without manholes, all of NP 10 bar
B16.5.250 Gate valve DN80 with built-fitting and street cover (EURO 20) No. 5,00 0,00
B16.5.260 Gate valve DN50 with built-fitting and street cover (EURO 20) No. 1,00 0,00
B16.5.270 Street cover (LG cover) of valve No.
B16.5.280 Undergroung hydrants Ø80 mm with hydrant valve cover No. 4,00 0,00
Procurement, delivery and installation of ductile iron fittings for all foreseen
chambers, as well as for horizontal pipeline curves, all of NP 10 bar
B16.5.290 T piece Ø300/100 No.
B16.5.300 T piece Ø300/80 No. 1,00 0,00
B16.5.310 T piece Ø150/100 No.
B16.5.320 T piece Ø150/80 No. 1,00 0,00
B16.5.330 T piece Ø100/100 No.
B16.5.340 T piece Ø100/80 No.
B16.5.350 T piece Ø100/50 No.
B16.5.360 T piece Ø80/80 No. 5,00 0,00
B16.5.370 T piece Ø80/50 No. 1,00 0,00
B16.5.380 T piece Ø50/50 No.
B16.5.390 FFG Ø300/600 No.
B16.5.400 FFG Ø150/1000 No.
B16.5.410 FFG Ø150/900 No.
B16.5.420 FFG Ø150/600 No.
B16.5.430 FFG Ø150/200 No.
B16.5.440 FFG Ø100/900 No.
B16.5.450 FFG Ø100/600 No.
B16.5.460 FFG Ø100/500 No.
B16.5.470 FFG Ø80/1000 No.
B16.5.480 FFG Ø80/800 No. 1,00 0,00
B16.5.490 FFG Ø80/600 No. 2,00 0,00
B16.5.500 FFG Ø80/500 No.
B16.5.510 FFG Ø80/400 No. 4,00 0,00
B16.5.520 FFG Ø80/300 No. 4,00 0,00
B16.5.530 FFG Ø50/800 No. 2,00 0,00
B16.5.540 FFR Ø150/80, L=200 mm No.
B16.5.550 FFR Ø100/80, L=200 mm No.
B16.5.560 FFR Ø80/65, L=200 mm No.
B16.5.570 FFR Ø80/50, L=200 mm No.
B16.5.580 N komad Ø80 mm No. 4,00 0,00
B16.5.590 X komad Ø80 mm No. 1,00 0,00
B16.5.600 X komad Ø50 mm No.
B16.5.610 Q90 Ø50 mm No.
B16.5.620 Q90 Ø80 mm No. 1,00 0,00
B16.5.630 Q90 Ø100 mm No.
B16.5.640 FFK30 Ø80 mm No.
B16.5.650 FFK45 Ø100 mm No.
B16.5.660 Flanged socket piece E-KS DN300 mm No. 2,00 0,00
B16.5.670 Flanged socket piece E-KS DN160 mm No. 2,00 0,00
B16.5.680 Flanged socket piece DN90 mm No.

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]
B16.5.690 Flange adapter type E-BS DN150 (158-192mm) No.
B16.5.700 Dismantling piece MDK-A DN150 mm No.
B16.5.710 Dismantling piece MDK-A DN100 mm No.
B16.5.720 Dismantling piece MDK-A DN80 mm No. 2,00 0,00
B16.5.730 Dismantling piece MDK-A DN50 mm No.
B16.5.740 TT piece DN150x150 mm No.
B16.5.750 TT piece DN80x80 mm No.
B16.5.760 Flange adapter LG to AC pipe Ø100 mm No.
Procurement, delivery and installation of tapping saddle with valves, street cover,
reduction and electrofusion transition piece on plastic pipelines. Saddle protected
by an epoxy coating. Exit to the saddle and valve is R2". Reducer is installed on
the valve
B16.5.770 d160/d63 No.
B16.5.780 d160/50 No.
B16.5.790 d160/40 No.
B16.5.800 d160/32 No.
B16.5.810 d110/d63 No.
B16.5.820 d110/50 No.
B16.5.830 d110/40 No.
B16.5.840 d110/32 No.
B16.5.850 d90/63 No.
B16.5.860 d90/50 No.
B16.5.870 d90/40 No.
B16.5.880 d90/32 No.
Procurement, delivery and installation of tapping saddle without valves and with
reduction and electrofusion transition piece on plastic pipelines. Saddle protected
by an epoxy coating. Exit to the saddle and valve is R2". Reducer is installed on
the valve
B16.5.890 d160/d63 No. 1,00 0,00
B16.5.900 d160/50 No.
B16.5.910 d160/40 No.
B16.5.920 d160/32 No.
B16.5.930 d110/63 No.
B16.5.940 d110/50 No.
B16.5.950 d110/40 No.
B16.5.960 d110/32 No.
B16.5.970 d90/63 No.
B16.5.980 d90/50 No.
B16.5.990 d90/40 No.
B16.5.1000 d90/32 No. 10,00 0,00
B16.5.1010 d75/40 No.
B16.5.1020 d75/32 No.
B16.5.1030 d63/50 No.
B16.5.1040 d63/40 No.
B16.5.1050 d63/32 No. 23,00 0,00

B16.5.1060 Service valve for horizontal drilling pipe No. 8,00 0,00
B16.5.1070 Saddle without valve wide range for AC pipe Ø150 / 2 " No.
B16.5.1080 Saddle without valve for PE and PVC pipe d160/2" No.
B16.5.1090 Valve for saddle R2" No.
House connections
Procurement, delivery and installation of water supply prefabricated reinforced
concrete manholes with the installation of sub layer 0-32mm (eartworks included
in the section earthworks)
B16.5.1100 Prefabricated reinforced manhole bottomless for 1 water meter No. 14,00 0,00
B16.5.1110 Prefabricated reinforced manhole bottomless for 2 water meters No. 16,00 0,00
B16.5.1120 Prefabricated reinforced manhole bottomless for 2 water meters No. 14,00 0,00
B16.5.1130 Prefabricated reinforced manhole bottomless for 4 water meters No. 4,00 0,00
B16.5.1140 Procurement & delivery and installation of water cast iron manhole cover with
rubber sealing for water meter manholes 60x40cm B125 - reinforced manhole for
water meters No. 39,00 0,00
B16.5.1150 Procurement & delivery and installation of water cast iron manhole cover with
rubber sealing for water meter manholes 80x50cm B125 - reinforced manhole for
water meters No. 14,00 0,00
Watermeter sets
B16.5.1160 Procurement, delivery and installation of water meter set 3/4'' (1 water meter,
valves and approproate fittings) - Type A-V1 No. 14,00 0,00
B16.5.1170 Procurmeent, delivery and installation of water meter set 6/4'' (1 water meter,
valves and approproate fittings) - Type B-V1 No. 1,00 0,00
B16.5.1180 Procurement, delivery and installation of water meter set 3/4'' (2 water meters,
valves and approproate fittings) - Type A-V2 No. 16,00 0,00
B16.5.1190 Procurement, delivery and installation of water meter set 6/4'' (2 water meters,
valves and approproate fittings) - Type B-V2 No.
B16.5.1200 Procurement, delivery and installation of water meter set 3/4'' (3 water meters,
valves and approproate fittings) - TIP A-V3 kom. 14,00 0,00
B16.5.1210 Procurement, delivery and installation of water meter set 6/4'' (3 water meters,
valves and approproate fittings) - Type B-V3 kom.
B16.5.1220 Procurement, delivery and installation of water meter set 3/4'' (4 water meters,
valves and approproate fittings) - Type A-V4 kom. 4,00 0,00

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]
B16.5.1230 Procurement, delivery and installation of water meter set 6/4'' (4 water meters,
valves and approproate fittings) - Type B-V4 kom.
B16.5.1240 Procurement, delivery and installation of water meter set DN80 (water meter,
valves, dirt catcher, cilinder joint pieces, dismantling piece) - Type C-V1 kom.

Trench excavation, backfilling, reistatement of the excavated surface area for


house connection; supply, delivery, lay, installation-including all necessary joints
and test of certified quality assessed PE pipes (DIN 8074 - SDR 17 - PE100 or
appropriate) with electrofusion joints, from the water meter location to the identified
location of the existing house line.
Locating existing water supply installations, connecting pipes, or ports of entry of
connecting pipes in the house (at 0.5-1.0 m from the house), excavation of the
existing connection with the disposal of material from excavations in the immediate
vicinity. Protection of the connection pipeline with the plug and protection of the
located existing installation (temporarily backfill it with excavated material and re-
excavate it right before the actual connection of new to the existing line).
Procurement and delivery of all necessary material and fittings for connection of
existing house line to the new service line. The actual installation works on
connecting the new and existing service line shall be performed by ViK Kotor. The
pipe is laid in a separate or joint trench.
Contractor to be paid by linear meter of completed house connection (from water
meter location to the located connection point of the existing house installation)
B16.5.1250 House connection 1/2" m
B16.5.1260 House connection 3/4" m
B16.5.1270 House connection 1" m
B16.5.1280 House connection 5/4" m
B16.5.1290 House connection 6/4" m
B16.5.1300 House connection 2" m

Trench excavation, backfilling, reistatement of the excavated surface area for


house connection; supply, delivery, lay, installation-including all necessary joints
and test of certified quality assessed PE pipes (DIN 8074 - SDR 17 - PE100 or
appropriate) with electrofusion joints, from the water meter location to the identified
location of the existing house line, 5-30m lenght.
Locating existing water supply installations, connecting pipes, or ports of entry of
connecting pipes in the house (at 0.5-1.0 m from the house), excavation of the
existing connection with the disposal of material from excavations in the immediate
vicinity. Protection of the connection pipeline with the plug and protection of the
located existing installation (temporarily backfill it with excavated material and re-
excavate it right before the actual connection of new to the existing line).
Procurement and delivery of all necessary material and fittings for connection of
existing house line to the new service line. The actual installation works on
connecting the new and existing service line shall be performed by ViK Kotor. The
pipe is laid in a separate or joint trench.
Contractor to be paid by number of completed house connection (from water meter
location to the located connection point of the existing house installation)
B16.5.1310 House connection 1/2" No.
B16.5.1320 House connection 3/4" No. 104,00 0,00
B16.5.1330 House connection 1" No.
B16.5.1340 House connection 5/4" No.
B16.5.1350 House connection 6/4" No. 1,00 0,00
B16.5.1360 House connection 2" No.

B16.5.1370 Assistance to ViK Kotor personnel during installation works on new and existing
connections. No. 100,00 0,00
B16.6 Sundry Items
B16.6.010 Procurement, delivery and installation of water cast iron manhole cover with rubber
sealing D400 for water meter manholes Ø600 No.
B16.6.020 Procurement, delivery and installation of water cast iron manhole cover with rubber
sealing C250 for water meter manholes Ø600 No. 4,00 0,00
B16.6.030 Procurement, delivery and installation of water cast iron manhole cover with rubber
sealing A15 for water meter manholes Ø600. No.
B16.6.040 Procurement, transport and installation of iron steps No. 6,00 0,00
B16.7 Surface finishes
Reinstate road surfaces complete with all courses
B16.7.010
Bituminous surface treatment with aggregate and slurry seal, spraying with approx.
3 l/m2 bituminous emulsion, 6cm bituminous base course and 4cm wearing course m² 17,80 0,00
B16.7.020 Concrete surface construction m² 587,10 0,00
Reinstatement of other surfaces
B16.7.030 Stone walls m³
B16.7.040 Stone steps (stairways) m² 20,00 0,00
B16.7.050 Kerbs m 10,00 0,00
B16.7.060 Gutters m 10,00 0,00
B16.7.070 Cobble pavement m²
B16.7.080 Concrete paving blocks m² 10,00 0,00

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]
B16.7.090 Stone paving blocks m²
B16 Kamp (Optional) - Total to collection - 0,00

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]
C MECHANICAL WORKS

C2 PS PELUZICA

Procurement and delivery of sewerage pump in accordance with Technical


Specifications and Employer's requirements.
C2.1.010 Procurement and delivery of sewerage pump with seating for vertical and dry
installation. Pump must be provided with three channel impeller, seating and 25 m
cable. No 1,00 0,00
C2 PS Peluzica - Total to collection - 0,00

D ELECTRICAL WORKS

D3 STARA FORTICA

D3.1 Connection to the power distribution system


D3.1.1
Connection to the power distribution system involves CMO (Connection Measuring
cabinet) with all necessary equipment and materials with the power cord buried in
the ground or connected on the air duct, all in accordance with the Decision on
issuing el.energy approvals and TP-2 and TP-Typisation of measurement points.
(in this case the less favorable solution is taken into consideration ie. laying power
cable into the soil trench) LS 0,00
D3.1.2 Power cable PP00 4x16mm² / Cu m
D3.1.3 Protective PVC shrink tube for routing power cable m
D3.1.4 Warning tape m
D3.1.5 FeZn 4x25mm tape- laid in a trench m
D3.2 EQUIPMENT AND SOFTWARE DELIVERY ON SITE
D3.2.1
Freestanding polyester cabinet 700x1000x300, IP 65, designed on a concrete
stand 350mm height, with related equipment and material as follows: pcs.
D3.2.2 Surface-mount polyester cabinet 700x700x250, IP55 with cable glands on the
bottom side, equipped with a pocket for documents, assembly plate and with
related equipment and material as follows: pcs.
D3.2.3 Overvoltage protection category 1, bipolar (L, PEN) pcs.
D3.2.4 Three-pole switch 16A / 400V, with auxiliary switch block
1NO + 1NC, pcs.
D3.2.5 Power supply unit 120 / 230V AC / 24V DC / 3,8A
SIPLUS, for the outdoor temperature in the range (0 ÷ 60 ° C) "SIEMENS" SITOP
POWER 4 STABILIZED POWER SUPPLY INPUT: 120/230 V AC
OUTPUT: 24 V DC / 3.8 A 6EP1332-2BA00 pcs.
D3.2.6 SITOP DC UPS MODULE - uninterruptible power supply, 24V input
DC / 6.85, output 24V DC / 6 A, for the extended temperature range SITOP DC
UPS MODULE 24 V / 6 A Uninterruptible Power
SUPPLY WITHOUT INTERFACE INPUT: 24 V DC / 6.85 A OUTPUT: 24V
DC / 6 A 6EP1931-2DC21 pcs.
D3.2.7 SITOP battery module 24V / 2.5 Ah, maintenance-free, for SITOP DC UPS
MODULE 6A SITOP BATTERY MODULE 24 V / 2.5 AH WITH SERVICE-FREE
SEALED
LEAD-ACID BATTERIES FOR SITOP DC UPS MODULE 6 A AND 15 A 6EP1935-
6MD11 pcs.
D3.2.8 SIMATIC S7-1200, CPU 1214C, COMPACT CPU, DC/DC/RLY,
ONBOARD I/O: 14 DI 24V DC; 10 DO RELAY 0,5A; 2 AI 0 - 10V DC,
POWER SUPPLY: AC 20.4 - 28.8 V DC, PROGRAM/DATA MEMORY: 50KB
6ES7214-1HE30-0XB0 pcs.
D3.2.9 SIMATIC S7-1200, ANALOG INPUT, SM 1231, 4 AI, +/-10V, +/-5V, +/-
2.5V, OR 0-20 MA 12 BIT + SIGN BIT (13 BIT ADC)
6ES7231-4HD30-0XB0 pcs.
D3.2.10 Modem Siemens CP 1242-7 with antenna
a) COMMUNICATION PROCESSOR CP 1242-7 FOR CONNECTION OF
SIMATIC S7-1200 TO GSM/GPRS NET PLEASE NOTE NATIONAL
APPROVALS
b) Flat antenna (900, 1800/1900 MHz);weatherproof for indoor and
outdoor areas; 1.2 m connecting cable connected permanently to the
antenna; SMA connector pcs.
D3.2.11 Three pole circuit breaker 25/0,03A pcs.
D3.2.12 Automatic fuse 6A, C-1p pcs.
D3.2.13 Automatic fuse 4A, C-1p pcs.
D3.2.14 Terminal-fuse with connections to 6mm2, with glass fuse 2A pcs.
D3.2.15 Thermostat -humidistat for rail mounting, amplitude -10-50ºC pcs.
D3.2.16 Heater 50W / 230V pcs.
D3.2.17 Neon lamp, 11W / 230V AC pcs.
D3.2.18 Single-phase socket for rail mounting 16A / 250V pcs.
D3.2.19 Overvoltage protection for measuring signal 4-20 mA model as HAW562 or
similar. pcs.
D3.2.20 Single-pole protection switch 6A, C-characteristic pcs.

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]
D3.2.21 Three-pole contactor for 400V, 50Hz, 10A for direct start of the motor 0,2kW with
coil for 230V, 50Hz and two (working) free auxiliary contacts characteristics 230V,
50Hz, 6A pcs.
D3.2.22 Direct motor starter 0.20 kW, with integrated overcurrent protection and overload
protection and auxiliary contacts for signaling pcs.
D3.2.23 Auxiliary relays for 230V, 50Hz, with four reconnectable contacts, characteristics
230V, 50Hz, 5A-set with stand pcs.
D3.2.24 Push button with one NO and one NC contact,characteristics 230V, 50Hz, 10A (1
red + 1 green + 1 black) pcs.
D3.2.25 Single pole two position switch 10A,230V,50Hz (0-1) pcs.
D3.2.26 Single pole three position switch 10A,230V,50Hz (1-0-2) pcs.
D3.2.27 Signal lamp (green and red) 230V,50Hz pcs.
D3.2.28 Installation material (terminals, conductors and conduits for wiring, in traces tables
and labels, screw material, etc.). LS
D3.2.29
Electromagnetic Flow Meter (produced by Siemens SITRANS FM MAG5000 or
equivalent), with sensor DN300, PN10, IP68, EPDM cover, electrodes Hastelloy
C276, with factory-fitted cable (IP68 / NEMA 6 sockets), two passive pulse / status
output (P <100mW ), the function of the separation of low flow and one- / two-way
flow, precision: ± 0.4%, with bracket for mounting in a cabinet, a device for electric.
power supply 12 ... 24 V AC / DC with backup D-cell battery 3.6V DC / 16.5 Ah.
Price includes the delivery, installation, setup and commissioning, connection to
SCADA and training of water utilities staff on the hardware and software equipment
required for the supervision system. pcs.
D3.2.30
Electromagnetic Flow Meter (produced by Siemens SITRANS FM MAG5000 or
equivalent), with sensor DN250, PN10, IP68, EPDM cover, electrodes Hastelloy
C276, with factory-fitted cable (IP68 / NEMA 6 sockets), two passive pulse / status
output (P <100mW ), the function of the separation of low flow and one- / two-way
flow, precision: ± 0.4%, with bracket for mounting in a cabinet, a device for electric.
power supply 12 ... 24 V AC / DC with backup D-cell battery 3.6V DC / 16.5 Ah.
Price includes the delivery, installation, setup and commissioning, connection to
SCADA and training of water utilities staff on the hardware and software equipment
required for the supervision system. pcs.
D3.2.31
Electromagnetic Flow Meter (produced by Siemens SITRANS FM MAG5000 or
equivalent), with sensor DN200, PN10, IP67, EPDM cover, electrodes Hastelloy
C276, with factory-fitted cable (IP68 / NEMA 6 sockets), two passive pulse / status
output (P <100mW ), the function of the separation of low flow and one- / two-way
flow, precision: ± 0.4%, with bracket for mounting in a cabinet, a device for electric.
power supply 12 ... 24 V AC / DC with backup D-cell battery 3.6V DC / 16.5 Ah.
Price includes the delivery, installation, setup and commissioning, connection to
SCADA and training of water utilities staff on the hardware and software equipment
required for the supervision system.
D3.2.32
Electromagnetic Flow Meter (produced by Siemens SITRANS FM MAG5000 or
equivalent), with sensor DN200, PN10, IP68, EPDM cover, electrodes Hastelloy
C276, with factory-fitted cable (IP68 / NEMA 6 sockets), two passive pulse / status
output (P <100mW ), the function of the separation of low flow and one- / two-way
flow, precision: ± 0.4%, with bracket for mounting in a cabinet, a device for electric.
power supply 12 ... 24 V AC / DC with backup D-cell battery 3.6V DC / 16.5 Ah.
Price includes the delivery, installation, setup and commissioning, connection to
SCADA and training of water utilities staff on the hardware and software equipment
required for the supervision system.
D3.2.33
Electromagnetic Flow Meter (produced by Siemens SITRANS FM MAG5000 or
equivalent), with sensor DN200, PN16, IP67, EPDM cover, electrodes Hastelloy
C276, with factory-fitted cable (IP68 / NEMA 6 sockets), two passive pulse / status
output (P <100mW ), the function of the separation of low flow and one- / two-way
flow, precision: ± 0.4%, with bracket for mounting in a cabinet, a device for electric.
power supply 12 ... 24 V AC / DC with backup D-cell battery 3.6V DC / 16.5 Ah.
Price includes the delivery, installation, setup and commissioning, connection to
SCADA and training of water utilities staff on the hardware and software equipment
required for the supervision system.
D3.2.34
Electromagnetic Flow Meter (produced by Siemens SITRANS FM MAG5000 or
equivalent), with sensor DN150, PN10, IP67, EPDM cover, electrodes Hastelloy
C276, with factory-fitted cable (IP68 / NEMA 6 sockets), two passive pulse / status
output (P <100mW ), the function of the separation of low flow and one- / two-way
flow, precision: ± 0.4%, with bracket for mounting in a cabinet, a device for electric.
power supply 12 ... 24 V AC / DC with backup D-cell battery 3.6V DC / 16.5 Ah.
Price includes the delivery, installation, setup and commissioning, connection to
SCADA and training of water utilities staff on the hardware and software equipment
required for the supervision system. 1,00 0,00

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]
D3.2.35
Electromagnetic Flow Meter (produced by Siemens SITRANS FM MAG5000 or
equivalent), with sensor DN150, PN10, IP68, EPDM cover, electrodes Hastelloy
C276, with factory-fitted cable (IP68 / NEMA 6 sockets), two passive pulse / status
output (P <100mW ), the function of the separation of low flow and one- / two-way
flow, precision: ± 0.4%, with bracket for mounting in a cabinet, a device for electric.
power supply 12 ... 24 V AC / DC with backup D-cell battery 3.6V DC / 16.5 Ah.
Price includes the delivery, installation, setup and commissioning, connection to
SCADA and training of water utilities staff on the hardware and software equipment
required for the supervision system.
D3.3 Connection of flow meters- cabling
D3.3.1 Signal cable LiYCY 4x2x0,75mm² m
D3.3.2 Power cable PP 00 3x2,5mm² m
D3.3.3 Protective PVC shrink tube for routing power cable (individually) m
D3.3.4 Warning tape m
D3.3.5 Cable trays m
D3.3.6 Cable channels m
D3.4 EQUIPMENT INSTALALTION, CONNECTION AND TESTING
D3.4.1 Installation of equipment within the existing cabinets provided by specification.
Installation includes all electrical connections and testing. set
D3.5 APPLICATION SOFTWARE DEVELOPMENT, PUTTING IN OPERATION AND
TESTING
D3.5.1 Development of application software for PLC in accordance with agreed inputs /
outputs, drawing up interface data base for connection to SCADA system, testing
of the application set
D3.5.2 Upgrade of application software of the existing PLC in accordance with agreed
inputs/outputs, upgrade of interface data base for connection to SCADA system,
testing of the application set
D3.5.3 Putting into operation equipment-system, devices and installations after the
installation and testing, which includes all the necessary works, procedures,
verification, testing, and adjustments to bring the system equipment in proper
working order. set
D3.5.4
Upgrade of SCADA monitoring application - (defining layout, allocation of tags ...) pcs.
D3.6 AS-BUILT DRAWING
D3.6.1 Development of as-built drawing based on obtained documents (ACAD, Word,
EPLAN) in two copies + CD set
D3.7 MEASURING REGULATORY EQUIPMENT
D3.7.1 Float level switcg, IP68 with 10 meters long cable set 4,00 0,00
D3.7.2
Ultrasonic level meter, range 0,25-6m VS, power from the 4-20mA loop 12VDC,
IP65, set with installation accessories, temperature range -35 to + 75C set 1,00 0,00
D3.8 SOLAR POWER AND ASSEMBLY EQUIPMENT
D3.8.1 Design and installation of galvanized metal post (for photopanel), height -3 meters
fi60, with anchors (for concrete base of dimensions 0,8x0,8x0,8, price does not
include civil works) set 1,00 0,00
D3.8.2 Solar panel 85W XC8500 - XC3I
Brand name Kyocera
Power panel 85Wp
Rated voltage = 12 Vdc
Dimensions: L x W x H = 985 x 670 x 46 mm set 2,00 0,00
D3.8.3
Distribution box of MIU Reservoir St. Fortress for wall or steel structure,
dimensions 600 x 800 x 250 mm, degree of protection IP65, with the introduction of
cables on the bottom and with a built-in, interconnected and tested equipment as
follows:
1. Industrial GSM / SMS900 / 1800/1900 MHz telemetry device with 3 analogue
current / voltage inputs, 4 galvanically separated digital inputs, 3 relay outputs with
NO contacts, 4 SMS numbers at each entrance
Power supply 8 to 30VDC, installation on DIN 35mm rail
2. Battery charge controller similar to PRS 2020 Solarix Sigma - Steca, Germany,
voltage of system - 12 V / (24), Maximum input/ output current - 20 A
3. ACCU batteries, sealed, maintenance-free, designed for solar systems, 12VDC
40Ah, 2 sets
4. All necessary electronic and surge protection
5th fuses, wires, clamps ...
Everything wired and tested. set 1,00 0,00
D3.8.4
Delivery and installation of cable PP00-Y 3x1.5 mm2 (for cabinet power supply) m 45,00 0,00
D3.8.5
Delivery and installation of cable PP00-Y 3x10mm2 (for solar panel and battery) m 15,00 0,00
D3.8.6
Delivery and installation of cable PP00-Y 5x2.5 mm2 for connection of equipment m 35,00 0,00
D3.8.7 Delivery and installation of protective SAPA hose for cable, fi21 m 30,00 0,00
D3.8.8 Supply and installation of cable racks, PNK50 with cover, mounting and wiring
material m 15,00 0,00
D3.9 COMMISSIONING SYSTEM ON ST.FORTICA SITE
D3.9.1 Checking the wiring of cabinet and related equipment LS 1,00 0,00

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]
D3.9.2
Configuring GPRS / SMS modem in accordance with the agreed inputs/outputs,
interconnections with the controller to KKC, setting up interface database for
connection to the supervisory computer, testing application LS 1,00 0,00
D3.9.3 Putting in operation of automation system equipment, devices and installations
upon the installation and testing, which includes all the necessary works,
procedures, inspection, testing, adjusting to bring the system equipment in proper
working condition, cooperation and coordination LS 1,00 0,00
D3.9.4 Making changes made during the works, in one study, in red ink. All changes must
be signed by the Supervisory authority. LS 1,00 0,00
D3.9.5 Development of as-built drawing based on obtained documents (ACAD, Word,
EPLAN) in two copies + CD LS 1,00 0,00
D3.9.6 Adjustment of parameters LS 1,00 0,00
D3.10 WORKS ON SUPERVISORY COMPUTER KKC AND ON THE SITE WITH
POWER SUPPLY AND PLC
D3.10.1 Distribution box installed next to a controller with GFPRS Sinaut modem
Instalaltion on a wall near the controller cabinet, dimensions 300 x 400 x 150 mm,
degree of protection IP55, with the introduction of cables on the bottom side and
with a built-in, interconnected and tested equipment as follows:
1. Industrial GSM / SMS900 / 1800/1900 MHz telemetry device with 3 analogue
current / voltage inputs, 4 galvanically separated digital inputs, 3 relay outputs with
NO contacts, 4 SMS numbers at each entrance
Power supply 8 to 30VDC, installation on DIN 35mm rail
2. Power module with adapter
3. fuses, wires, clamps ...
Everything wired and tested
Note: The position includes a connection with IO existing PLC (the necessary
changes in the existing cabinet) set 1,00 0,00
D3.10.2 Connecting to power, and interfacing with existing PLC cable JHStH 5x2x0.8 (5
meters) LS 1,00 0,00
D3.10.3 Configuring GPRS / SMS modem in accordance with the agreed inputs/outputs,
changes to the current PLC application interconnections with the distant controller
St. Fortica, setting up interface database for connection to the supervisory
computer, testing application LS 1,00 0,00
D3.10.4 Upgrading existing SCADA application, adding tags and their display on the
computer, formation control functions LS 1,00 0,00
D3.10.5 Trial period and training, as-built schemes LS 1,00 0,00
D3 Stara Fortica - Total to collection - 0,00

D4 MJERNA MJESTA

D4.1 Connection to the power distribution system


D4.1.1
Connection to the power distribution system involves CMO (Connection Measuring
cabinet) with all necessary equipment and materials with the power cord buried in
the ground or connected on the air duct, all in accordance with the Decision on
issuing el.energy approvals and TP-2 and TP-Typisation of measurement points.
(in this case the less favorable solution is taken into consideration ie. laying power
cable into the soil trench)
D4.1.2 Power cable PP00 4x16mm² / Cu LS 5,00 0,00
D4.1.3 Power cable PP00 4x16mm² / Cu m 400,00 0,00
D4.1.4 Protective PVC shrink tube for routing power cable m 285,00 0,00
D4.1.5 Warning tape m 350,00 0,00
D4.1.6 FeZn 4x25mm tape- laid in a trench m 375,00 0,00
D4.2 EQUIPMENT AND SOFTWARE DELIVERY ON SITE
D4.2.1
Freestanding polyester cabinet 700x1000x300, IP 65, designed on a concrete
stand 350mm height, with related equipment and material as follows: pcs. 5,00 0,00
D4.2.2 Surface-mount polyester cabinet 700x700x250, IP55 with cable glands on the
bottom side, equipped with a pocket for documents, assembly plate and with
related equipment and material as follows: pcs. 1,00 0,00
D4.2.3 Overvoltage protection category 1, bipolar (L, PEN) pcs. 6,00 0,00
D4.2.4 Three-pole switch 16A / 400V, with auxiliary switch block
1NO + 1NC, pcs. 6,00 0,00
D4.2.5 Power supply unit 120 / 230V AC / 24V DC / 3,8A
SIPLUS, for the outdoor temperature in the range (0 ÷ 60 ° C) "SIEMENS" SITOP
POWER 4 STABILIZED POWER SUPPLY INPUT: 120/230 V AC
OUTPUT: 24 V DC / 3.8 A 6EP1332-2BA00 pcs. 5,00 0,00
D4.2.6 SITOP DC UPS MODULE - uninterruptible power supply, 24V input
DC / 6.85, output 24V DC / 6 A, for the extended temperature range SITOP DC
UPS MODULE 24 V / 6 A Uninterruptible Power
SUPPLY WITHOUT INTERFACE INPUT: 24 V DC / 6.85 A OUTPUT: 24V
DC / 6 A 6EP1931-2DC21 pcs. 5,00 0,00
D4.2.7 SITOP battery module 24V / 2.5 Ah, maintenance-free, for SITOP DC UPS
MODULE 6A SITOP BATTERY MODULE 24 V / 2.5 AH WITH SERVICE-FREE
SEALED
LEAD-ACID BATTERIES FOR SITOP DC UPS MODULE 6 A AND 15 A 6EP1935-
6MD11 pcs. 5,00 0,00

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]
D4.2.8 SIMATIC S7-1200, CPU 1214C, COMPACT CPU, DC/DC/RLY,
ONBOARD I/O: 14 DI 24V DC; 10 DO RELAY 0,5A; 2 AI 0 - 10V DC,
POWER SUPPLY: AC 20.4 - 28.8 V DC, PROGRAM/DATA MEMORY: 50KB
6ES7214-1HE30-0XB0 pcs. 5,00 0,00
D4.2.9 SIMATIC S7-1200, ANALOG INPUT, SM 1231, 4 AI, +/-10V, +/-5V, +/-
2.5V, OR 0-20 MA 12 BIT + SIGN BIT (13 BIT ADC) 6ES7231-4HD30-0XB0 pcs. 6,00 0,00
D4.2.10 Modem Siemens CP 1242-7 with antenna
a) COMMUNICATION PROCESSOR CP 1242-7 FOR CONNECTION OF
SIMATIC S7-1200 TO GSM/GPRS NET PLEASE NOTE NATIONAL
APPROVALS
b) Flat antenna (900, 1800/1900 MHz);weatherproof for indoor and
outdoor areas; 1.2 m connecting cable connected permanently to the
antenna; SMA connector pcs. 5,00 0,00
D4.2.11 Three pole circuit breaker 25/0,03A pcs. 6,00 0,00
D4.2.12 Automatic fuse 6A, C-1p pcs. 6,00 0,00
D4.2.13 Automatic fuse 4A, C-1p pcs. 6,00 0,00
D4.2.14 Terminal-fuse with connections to 6mm2, with glass fuse 2A pcs. 16,00 0,00
D4.2.15 Thermostat -humidistat for rail mounting, amplitude -10-50ºC pcs. 6,00 0,00
D4.2.16 Heater 50W / 230V pcs. 6,00 0,00
D4.2.17 Neon lamp, 11W / 230V AC pcs. 6,00 0,00
D4.2.18 Single-phase socket for rail mounting 16A / 250V pcs. 12,00 0,00
D4.2.19 Overvoltage protection for measuring signal 4-20 mA model as HAW562 or
similar. pcs. 22,00 0,00
D4.2.20 Single-pole protection switch 6A, C-characteristic pcs. 2,00 0,00
D4.2.21 Three-pole contactor for 400V, 50Hz, 10A for direct start of the motor 0,2kW with
coil for 230V, 50Hz and two (working) free auxiliary contacts characteristics 230V,
50Hz, 6A pcs. 2,00 0,00
D4.2.22 Direct motor starter 0.20 kW, with integrated overcurrent protection and overload
protection and auxiliary contacts for signaling pcs. 1,00 0,00
D4.2.23 Auxiliary relays for 230V, 50Hz, with four reconnectable contacts, characteristics
230V, 50Hz, 5A-set with stand pcs. 8,00 0,00
D4.2.24 Push button with one NO and one NC contact,characteristics 230V, 50Hz, 10A (1
red + 1 green + 1 black) pcs. 3,00 0,00
D4.2.25 Single pole two position switch 10A,230V,50Hz (0-1) pcs. 1,00 0,00
D4.2.26 Single pole three position switch 10A,230V,50Hz (1-0-2) pcs. 1,00 0,00
D4.2.27 Signal lamp (green and red) 230V,50Hz pcs. 2,00 0,00
D4.2.28 Installation material (terminals, conductors and conduits for wiring, in traces tables
and labels, screw material, etc.). LS 8,00 0,00
D4.2.29
Electromagnetic Flow Meter (produced by Siemens SITRANS FM MAG5000 or
equivalent), with sensor DN300, PN10, IP68, EPDM cover, electrodes Hastelloy
C276, with factory-fitted cable (IP68 / NEMA 6 sockets), two passive pulse / status
output (P <100mW ), the function of the separation of low flow and one- / two-way
flow, precision: ± 0.4%, with bracket for mounting in a cabinet, a device for electric.
power supply 12 ... 24 V AC / DC with backup D-cell battery 3.6V DC / 16.5 Ah.
Price includes the delivery, installation, setup and commissioning, connection to
SCADA and training of water utilities staff on the hardware and software equipment
required for the supervision system. pcs. 1,00 0,00
D4.2.30
Electromagnetic Flow Meter (produced by Siemens SITRANS FM MAG5000 or
equivalent), with sensor DN250, PN10, IP68, EPDM cover, electrodes Hastelloy
C276, with factory-fitted cable (IP68 / NEMA 6 sockets), two passive pulse / status
output (P <100mW ), the function of the separation of low flow and one- / two-way
flow, precision: ± 0.4%, with bracket for mounting in a cabinet, a device for electric.
power supply 12 ... 24 V AC / DC with backup D-cell battery 3.6V DC / 16.5 Ah.
Price includes the delivery, installation, setup and commissioning, connection to
SCADA and training of water utilities staff on the hardware and software equipment
required for the supervision system. pcs. 1,00 0,00
D4.2.31
Electromagnetic Flow Meter (produced by Siemens SITRANS FM MAG5000 or
equivalent), with sensor DN200, PN10, IP67, EPDM cover, electrodes Hastelloy
C276, with factory-fitted cable (IP68 / NEMA 6 sockets), two passive pulse / status
output (P <100mW ), the function of the separation of low flow and one- / two-way
flow, precision: ± 0.4%, with bracket for mounting in a cabinet, a device for electric.
power supply 12 ... 24 V AC / DC with backup D-cell battery 3.6V DC / 16.5 Ah.
Price includes the delivery, installation, setup and commissioning, connection to
SCADA and training of water utilities staff on the hardware and software equipment
required for the supervision system. pcs. 2,00 0,00
D4.2.32
Electromagnetic Flow Meter (produced by Siemens SITRANS FM MAG5000 or
equivalent), with sensor DN200, PN10, IP68, EPDM cover, electrodes Hastelloy
C276, with factory-fitted cable (IP68 / NEMA 6 sockets), two passive pulse / status
output (P <100mW ), the function of the separation of low flow and one- / two-way
flow, precision: ± 0.4%, with bracket for mounting in a cabinet, a device for electric.
power supply 12 ... 24 V AC / DC with backup D-cell battery 3.6V DC / 16.5 Ah.
Price includes the delivery, installation, setup and commissioning, connection to
SCADA and training of water utilities staff on the hardware and software equipment
required for the supervision system. pcs. 2,00 0,00

TENDER ID: BMZ 2012 66 196
Tivat ‐ Kotor RB Tender Water suply and sanitation Adriatic Coast V1 Kotor and Tivat
KO‐TV‐RB‐V1

Unit Rate Amount


Item No. Description Unit Quantity
[EUR] [EUR]
D4.2.33
Electromagnetic Flow Meter (produced by Siemens SITRANS FM MAG5000 or
equivalent), with sensor DN200, PN16, IP67, EPDM cover, electrodes Hastelloy
C276, with factory-fitted cable (IP68 / NEMA 6 sockets), two passive pulse / status
output (P <100mW ), the function of the separation of low flow and one- / two-way
flow, precision: ± 0.4%, with bracket for mounting in a cabinet, a device for electric.
power supply 12 ... 24 V AC / DC with backup D-cell battery 3.6V DC / 16.5 Ah.
Price includes the delivery, installation, setup and commissioning, connection to
SCADA and training of water utilities staff on the hardware and software equipment
required for the supervision system. pcs. 1,00 0,00
D4.2.34
Electromagnetic Flow Meter (produced by Siemens SITRANS FM MAG5000 or
equivalent), with sensor DN150, PN10, IP67, EPDM cover, electrodes Hastelloy
C276, with factory-fitted cable (IP68 / NEMA 6 sockets), two passive pulse / status
output (P <100mW ), the function of the separation of low flow and one- / two-way
flow, precision: ± 0.4%, with bracket for mounting in a cabinet, a device for electric.
power supply 12 ... 24 V AC / DC with backup D-cell battery 3.6V DC / 16.5 Ah.
Price includes the delivery, installation, setup and commissioning, connection to
SCADA and training of water utilities staff on the hardware and software equipment
required for the supervision system. pcs. 1,00 0,00
D4.2.35
Electromagnetic Flow Meter (produced by Siemens SITRANS FM MAG5000 or
equivalent), with sensor DN150, PN10, IP68, EPDM cover, electrodes Hastelloy
C276, with factory-fitted cable (IP68 / NEMA 6 sockets), two passive pulse / status
output (P <100mW ), the function of the separation of low flow and one- / two-way
flow, precision: ± 0.4%, with bracket for mounting in a cabinet, a device for electric.
power supply 12 ... 24 V AC / DC with backup D-cell battery 3.6V DC / 16.5 Ah.
Price includes the delivery, installation, setup and commissioning, connection to
SCADA and training of water utilities staff on the hardware and software equipment
required for the supervision system. pcs. 8,00 0,00
D4.2.36 Pressure transmitter with integrated display, 24V DC, of the measuring range up
to 0-16 bar, IP68, output signal 4-20 mA, with factory-installed signal cable (l = 6
m), set on a previously prepared connection of 1/2 '' pcs. 1,00 0,00
D4.3 Connection of flow meters- cabling
D4.3.1 Signal cable LiYCY 4x2x0,75mm² m 510,00 0,00
D4.3.2 Power cable PP 00 3x2,5mm² m 300,00 0,00
D4.3.3 Protective PVC shrink tube for routing power cable (individually) m 500,00 0,00
D4.3.4 Warning tape m 210,00 0,00
D4.3.5 Cable trays m 20,00 0,00
D4.3.6 Cable channels m 30,00 0,00
D4.4 EQUIPMENT INSTALALTION, CONNECTION AND TESTING
D4.4.1 Installation of equipment within the existing cabinets provided by specification.
Installation includes all electrical connections and testing. set 8,00 0,00
D4.5 APPLICATION SOFTWARE DEVELOPMENT, PUTTING IN OPERATION AND
TESTING
D4.5.1 Development of application software for PLC in accordance with agreed inputs /
outputs, drawing up interface data base for connection to SCADA system, testing
of the application set 5,00 0,00
D4.5.2 Upgrade of application software of the existing PLC in accordance with agreed
inputs/outputs, upgrade of interface data base for connection to SCADA system,
testing of the application set 3,00 0,00
D4.5.3 Putting into operation equipment-system, devices and installations after the
installation and testing, which includes all the necessary works, procedures,
verification, testing, and adjustments to bring the system equipment in proper
working order. set 8,00 0,00
D4.5.4
Upgrade of SCADA monitoring application - (defining layout, allocation of tags ...) pcs. 8,00 0,00
D4.6 AS-BUILT DRAWING
D4.6.1 Development of as-built drawing based on obtained documents (ACAD, Word,
EPLAN) in two copies + CD set
D4 Mjerna mjesta - Total to collection - 0,00

TENDER ID: BMZ 2012 66 196
 
WATER SUPPLY AND SANITATION ADRIATIC COAST V1 – KOTOR AND TIVAT

TENDER DOCUMENTS

VOLUME V: TENDER DRAWINGS AND CALCULATIONS


(included on CD)

December 2015

ESSEN, GERMANY

You might also like