Request for Quotations for Works · 2020. 11. 16. · 1 Letter of Invitation W/RFQ/NTA-19/2020 16...

63
Request for Quotations for Works Upgrading to Okakarara Vocational Training Centre (VTC) in Otjozondjupa Region – Phase 1: Booster Pumps, Piping, Water Tanks and Water Tower Installation Procurement Reference No: W/RFQ/NTA-19/2020 Telephone: +264 61 207 8530 Facsimile: +264 61 2078551, e-mail: [email protected]

Transcript of Request for Quotations for Works · 2020. 11. 16. · 1 Letter of Invitation W/RFQ/NTA-19/2020 16...

  • Request for Quotations

    for Works

    Upgrading to Okakarara Vocational Training Centre

    (VTC) in Otjozondjupa Region – Phase 1: Booster

    Pumps, Piping, Water Tanks and Water Tower Installation

    Procurement Reference No: W/RFQ/NTA-19/2020

    Telephone: +264 61 207 8530 Facsimile: +264 61 2078551, e-mail: [email protected]

    mailto:[email protected]

  • 1

    Letter of Invitation

    W/RFQ/NTA-19/2020

    16 November 2020

    Dear Sir/Madam

    Request for Quotations for Upgrading to Okakarara Vocational Training Centre (VTC)

    in Otjozondjupa Region – Phase 1: Booster Pumps, Piping, Water Tanks and Water

    Tower Installation

    The NTA invites you to submit your best quote for the works described in detail hereunder.

    Any resulting contract shall be subject to the terms and conditions referred to in the document.

    Queries, if any, should be addressed to Litu Ndaedapo, [email protected], tel: 061 207

    8530.

    Please prepare and submit your quotation in accordance with the instructions given or inform

    the undersigned if you will not be submitting a quotation.

    Yours faithfully,

    Richard Ndjahera

  • 2

    SECTION I: INSTRUCTIONS TO BIDDERS

    1. Rights of Public Entity

    The NTA reserves the right:

    (a) to split the contract as per the lowest evaluated cost per lot; and

    (b) to accept or reject any quotation or to cancel the quotation process and reject all

    quotations at any time prior to contract award.

    2. Preparation of Quotations You are requested to quote for the works mentioned in Section III, by completing,

    signing and returning:

    (a) the Quotation Letter in Section II with its annex for Bid Securing Declaration, where applicable;

    (b) the Priced Activity Schedule in Section IV;

    (c) the Specifications and Compliance Sheet in Section V; and

    (d) any other attachment as deemed appropriate

    You are advised to carefully read the complete Request for Quotations document,

    including the Special Conditions of Contract in Section VII, before preparing your

    Quotation. The standard forms in this document may be retyped for completion but the

    Bidder is responsible for their accurate reproduction.

    3. Validity of Quotations

    The quotation validity period shall be 90 days from the date of bid submission deadline.

    4. Eligibility Criteria

    To be eligible to participate in this Quotation exercise, you should:

    (a) have a valid company Registration Certificate;

    (b) have a valid original or valid certified copy of original good Standing Tax

    Certificate;

    (c) have a valid original or valid certified copy of original good Standing Social Security

    Certificate;

    (d) have a valid certified copy of Affirmative Action Compliance Certificate, proof

    from Employment Equity Commissioner that bidder is not a relevant employer, or

    exemption issued in terms of Section 42 of the Affirmative Action Act, 1998;

    (e) Submit signed Bid-securing Declaration.

    (f) An undertaking on the part of the Bidder that the salaries and wages payable to its

    personnel in respect of this proposal are compliant to the relevant laws,

    Remuneration Order, and Award, where applicable and that it will abide to sub-

    clause 4.6 of the General conditions of Contract if it is awarded the contract or part

    thereof.

  • 3

    5. Bid Security/Bid Securing Declaration

    Bidders are required to subscribe to a Bid Securing Declaration for this procurement

    process.

    6. Works Completion Period

    The completion period for works shall be 120 days after acceptance and issue of

    Purchase Order. Deviation in completion period shall be considered if such deviation

    is reasonable.

    7. Sealing and Marking of Quotations

    Quotations should be sealed in a single envelope, clearly marked with the Procurement

    Reference Number, addressed to the NTA with the Bidder’s name at the back of the

    envelope.

    8. Submission of Quotations

    Quotations should be deposited in the Quotation/Bid Box located at:

    Date 01 December 2020, 11:00 (AM)

    Reception

    NTA Village,

    Rand Street, Khomasdal.

    9. Opening of Quotations

    Quotations will be opened internally by the Public Entity immediately after the closing time

    referred to in section 8 above. A record of the Quotation Opening stating the name of the

    bidders, the amount quoted, the presence or absence of a Bid Securing Declaration, will be

    posted on the website of the Public Entity and available to any bidder on request within

    three working days of the Opening.

    10. QUALIFICATION CRITERIA

    Bidders should see the main bidding document and in addition submit documents in respect of

    the following:

    A. Experience in works of a similar nature and size, details of work under way or contractually committed; and clients who may be contacted for further information on those contracts;

    B. Bidders shall provide detailed CVs and certified ID copy of proposed key personnel for this project:

    Site Foreman with Degree in Mechanical/Electrical Engineering or a Trade Diploma in Plumbing and Pipefitting/Fitter/Mechanics or Mechatronics and no less than three (3)

    years’ experience, or proven experience as a Site Supervisor with no less then (5) years

    of experience in similar installation works (Attach Certificates of Completion).

  • 4

    11. Technical compliance

    The Specification and Compliance Sheet details the minimum specifications of the works to be

    carried out. The specifications have to be met, but no credit will be given for exceeding the

    specification.

    12. Prices and currency of payment

    Prices for the execution of works shall be fixed in Namibian Dollars as quoted.

    Bids shall cover all costs of labour, materials, equipment, overheads, profits and all associated

    costs for performing the works, and shall include all duties. The whole cost of performing the

    works shall be included in the items stated, and the cost of any incidental works shall be deemed

    to be included in the prices quoted.

    13. Margin of Preference

    N/A

    14. Award of Contract

    The Bidder having submitted the lowest evaluated responsive quotation and qualified to

    perform the works shall be selected for award of contract. Award of contract shall be by issue

    of a Purchase Order/Letter of Acceptance in accordance with terms and conditions contained

    in Section VI: Contract Agreement and General Conditions of Contract.

    15. Performance Security

    The successful bidder shall upon acceptance of its offer submit a Performance Security as per

    the format contained in the Schedule for an amount of 10 per cent of the contract price.

    16. Notification of Award and Debriefing

    The Public Entity shall after award of contract promptly inform all unsuccessful bidders in

    writing of the name and address of the successful bidder and the contract amount and post a

    notice of award on its website within 7 days. Furthermore, the NTA shall attend to all requests

    for debriefing made in writing within 7 days of the unsuccessful bidders being informed of the

    award.

    17. Number of Contracts awarded

    No bidder shall be awarded more than two contracts by the Client under the Namibia

    Training Authority funded projects.

  • 5

    SECTION II: QUOTATION LETTER

    (to be completed by Bidders)

    [Complete this form with all the requested details and submit it as the first page of your

    quotation with the Price list and documents requested above. A signature and authorisation on

    this form will confirm that the terms and conditions of the RFQ prevail over any attachments.

    If your quotation is not authorised, it will be rejected.]

    Quotation addressed to:

    Procurement Reference Number:

    Subject matter of Procurement:

    We offer to supply the items listed in the attached List of Goods and Price Schedule as per the

    defined specifications, except for the qualified deviations [Bidder may delete this phrase in

    case of no deviation] and, in accordance with the terms and conditions stated in your Request

    for Quotations referenced above.

    We confirm that we are eligible to participate in this Quotation exercise and meet the eligibility

    criteria specified in Section 1: Instruction to Bidders.

    We undertake to abide ethical conduct during the procurement process and the execution of

    any resulting contract.

    We have read and understood the content of the Bid Securing Declaration (BSD) attached

    hereto and subscribe fully to the terms and conditions contained therein. We further understand

    that this subscription could lead to [ disqualification on the grounds mentioned in the BD].

    The validity period of the Quotation is _________ day from the date of the bid submission

    deadline.

    We confirm that the prices quoted in the List of Goods and Price Schedule are fixed and firm

    and will not be subject to revision or variation, if we are awarded the contract prior to the

    expiry date of the quotation validity.

    The delivery period offered from the date of issue of Purchaser Order/ Letter of Acceptance is

    as shown in the List of Goods items and Price Schedule.

    Quotation Authorised by:

    Name of Bidder Company’s Address and seal

    Contact Person

    Name of Person Authorising the Quotation:

    Position: Signature:

    Date Phone No./Fax

  • 6

    Appendix to Quotation Letter BID SECURING DECLARATION

    (Section 45 of Act)

    (Regulation 37(1)(b) and 37(5))

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

    Procurement Ref No.: ..................................................

    To: ..................................................................................

    I/We* understand that in terms of section 45 of the Act a public entity must include in the bidding

    document the requirement for a declaration as an alternative form of bid security.

    I/We* accept that under section 45 of the Act, I/we* may be suspended or disqualified in the event of

    (a) a modification or withdrawal of a bid after the deadline for submission of bids during

    the period of validity;

    (b) refusal by a bidder to accept a correction of an error appearing on the face of a bid;

    (c) failure to sign a procurement contract in accordance with the terms and conditions set forth in

    the bidding document, should I/We* be successful bidder; or

    (d) failure to provide security for the performance of the procurement contract if required to do so

    by the bidding document.

    I/We* understand this bid securing declaration ceases to be valid if I am/We are* not the successful

    Bidder

    Signed: .................................................................................................................................................. [insert signature of person whose name and capacity are shown]

    Capacity of: [indicate legal capacity of person(s) signing the Bid Securing Declaration]

    Name: ................................................................................................................................................... [insert complete name of person signing the Bid Securing Declaration]

    Duly authorized to sign the bid for and on behalf of: [insert complete name of Bidder]

    Dated on ____________ day of __________________, _______ [insert date of signing]

    Corporate Seal (where appropriate)

    [Note*: In case of a joint venture, the bid securing declaration must be in the name of all partners to the

    joint venture that submits the bid.] *delete if not applicable / appropriate

  • 7

    Republic Of Namibia

    Ministry of Labour, Industrial Relations and Employment Creation

    Witten undertaking in terms of section 138 of the Labour Act, 2015 and section

    50(2)(D) of the Public Procurement Act, 2015

    1. EMPLOYERS DETAILS

    Company Trade Name:………………………………………………………

    Registration Number :...……………………………………………………...

    Vat Number: …………………………………………………………………

    Industry/Sector: ………………………………………………………………

    Place of Business:……………………………………………………………..

    Physical Address:……………………………………………………………..

    Tell No.:………………………………………………………………………

    Fax No.:……………………………………………………………………….

    Email Address:………………………………………………………………..

    Postal Address:………………………………………………………………..

    Full name of Owner/Accounting Officer:……………..……………………...

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

    Email Address:………………………………………………………………..

  • 8

    2. PROCUREMENT DETAILS

    Procurement Reference No.:……………………………………………………..

    Procurement Description: ………………………………………………………..

    ……………………………………………………………………………………

    ……………………………………………………………………………………

    Anticipated Contract Duration: ………………………………………………….

    Location where work will be done, good/services will be delivered: …………..

    ……………………………………………………………………………………

    3. UNDERTAKING

    I ……………………………………………[insert full name], owner/representative

    of ………………………………………………………….[insert full name of company]

    hereby undertake in writing that my company will at all relevant times comply

    fully with the relevant provisions of the Labour Act and the Terms and Conditions of

    Collective Agreements as applicable.

    I am fully aware that failure to abide to such shall lead to the action as stipulated in

    section 138 of the labour Act, 2007, which include but not limited to the cancellation

    of the contract/licence/grant/permit or concession.

    Signature: ……………………………..

    Date: …………………………………..

    Seal:…………………………………….

    Please take note:

    1. A labour inspector may conduct unannounced inspections to assess the level of compliance

    2. This undertaking must be displayed at the workplace where it will be readily accessible and visible by the employees rendering service(s)

    in relations to the goods and services being procured under this contract.

  • 9

    13. SECTION II: STATEMENT OF REQUIREMENTS

    13.1. SCOPE OF WORKS, SPECIFICATIONS AND PERFORMANCE REQUIREMENTS

    13.1.1. CODES OF PRACTICE FOR INSTALLATION

    The installation of material will be carried out in accordance with the following Codes of

    Practice:

    1. SANS 10252: Code of Practice for water storage and plumbing 2. SANS 10400: Building regulations 3. SANS 241-1: Drinking water quality standards 4. SANS 1123: Standard for Pipe flanges 5. SANS 719: Standard on Electric Welded low carbon steel pipes 6. SANS 62: Standard on steel pipes of nominal size not exceeding 150 mm. 7. SANS 10044: Welding Code 8. SANS 10329: Standard on design and construction of sectional steel tanks for storage of

    liquids at or above ground level

    9. SANS 10140-3 – 2003: Identification colour marking part 3: contents of pipelines 10. SANS 10142-1: The wiring of premises part 1: low voltage installations 11. OSHACT: Occupational Health and Safety Act. 12. Labour Act: 1992 Regulation relating to the Health and Safety of Employees at Work. 13. OSHACT: Occupational Health and Safety Act. 14. Labour Act: 1992 Regulation relating to the Health and Safety of Employees at Work. 15. NRS 019: Small Power Distribution Units (Ready Boards).

    All material and equipment supplied and/or installed under this contract shall be new and shall

    also comply with the requirements laid down in the latest editions of the relevant NRS, SANS,

    OSHACT or IEC and their amendments (if any).

    The material specified is the preferred material. If alternative materials are offered, they shall

    be separately specified for approval of the engineer. Rates entered in the schedule of quantities

    shall be for the specified materials. In the event of items bearing the SABS mark being available

    in respect of the materials and equipment required, only items bearing this mark will be

    acceptable.

    13.1.1.1. EQUIVALENCY OF STANDARDS AND CODES

    Wherever reference is made in the Contract to specific standards and codes to be met by the

    goods and materials to be furnished, and work performed or tested, the provisions of the latest

    current edition or revision of the relevant standards and codes in effect shall apply, unless

    otherwise expressly stated in the Contract.

    13.1.2. PARTICULAR PROJECT SPECIFICATIONS

    1.1 GENERAL DESCRIPTION OF THE WORKS

    The contract covers all the work required for the detail design, supply, delivery to site,

    installation, testing, commissioning, preventative maintenance for a period of 12 calendar

    months and handing over in good working order of a complete elevated domestic water storage

    system complete with pumps and accesories as per Engineer’s drawings. The Contractor shall

    https://www.google.com.na/search?q=drinking%20water%20quality%20standards%20south%20africa&ved=0ahUKEwjX8cy0xKfZAhXMxqQKHZG4DS0QsKwBCE8oAjAD

  • 10

    install all equipment in accordance with the Manufacturer's instructions and recommendations.

    The components of supply shall include:

    Water tower, water storage tanks, booster pumps and accessories as outlined in the Engineer’s Drawings

    The Works Comprise of the following:

    1. Setting out the works. 2. Locate and record existing services. 3. Water tower, water storage tanks, booster pumps and accessories as outlined in the

    Engineer’s Drawings

    4. Testing, commissioning in accordance to relevant SANS Specifications 5. Tie-in and hand-over of the completed installation, including provision of as-built

    drawings and spanning sheets.

    6. Removal of camp establishment, and trim and finish-off site. 7. The maintenance of the works and compliance with all other requirements of the

    Contractor’s defects liability.

    13.1.2.1. DESCRIPTION OF SITE AND ACCESS

    The site where the works will be executed is situated in Okakarara in the Otjozondjupa region,

    Namibia.

    No official site inspection will be conducted prior to bid closing date and bidders must ensure

    that they familiarise themselves with local conditions. The boundaries of the site consist of the

    area associated with the works to be executed under this contract as per layout drawings

    including construction camps, any storage and work areas which the Contractor may require

    and which are approved by the Engineer.

    13.1.2.2. SITE CONDITIONS

    The average site altitude is 1347m above mean sea level. The average minimum and maximum

    temperatures are ±4°C and ±38°C during the winter and summer months respectively. The

    system shall be designed and commissioned on the basis of the climatic, temperature and

    humidity as indicated above. It remains the responsibility of the Bidder to satisfy himself with

    the local conditions.

    13.1.2.3. DETAILS OF CONTRACT

    Special care must be taken not to damage or disturb any of the existing services such as existing

    water supply lines, roof sheets or any building works. The location and protection of all services

    however remains the responsibility of the Contractor.

    The Contractor will not be allowed unrestricted use of the site but must agree with the Local

    Authorities and owner of the said property to the size and position of the areas required for the

    proper execution of the Works. All excess material excavated must be dumped and levelled in

    designated areas as approved by the Local Authority. The Contractor will be allowed areas for

    the storage of materials, erection of camp etc. and must limit himself to these areas, which are

    to be approved.

    13.1.2.4. CONSTRUCTION PROGRAMME

    Within two weeks (14 days) of the acceptance of this Bid, the Contractor shall provide a

    detailed programme, providing information on labour and plant resources and an estimated

  • 11

    cash flow. The critical path shall be clearly defined and the programme shall be drawn up in

    sufficient detail.

    The Contractor is allowed to plan and programme the Works to suit himself/herself, but has to

    consider the request of the Employer as to which erven are to be provided with services as a

    matter of priority. Erven, where the services have been completed, shall be made available for

    use by the public as soon as possible. The Engineer will confirm the takeover of the completed

    services at the monthly site meetings. The proposed duration of the works is to include Builders

    Holiday and special non-working days.

    13.1.2.5. SURVEY BEACONS, BENCH MARKS AND REFERENCE PEGS

    Benchmarks or reference beacons will be pointed out to the Contractor during the site

    handover. The Contractor is responsible for the setting out of the Works and must include it in

    the Bided rates. The Contractor is also responsible to see that no reference/bench marks,

    beacons and benchmarks are covered up or disturbed. Should the Contractor's Surveyor

    identify discrepancies in the design with regard to any of the services to be constructed, he

    must report this to the Engineer immediately. Under this contract, the Contractor will set out

    the works and levels, compare the data with that of the design as shown on the drawings and

    report any discrepancies to the Engineer well in advance of construction.

    13.1.2.6. SITE FACILITIES AVAILABLE

    Water Supply

    The Contractor is to liaise with the Local Authorities and owner of the said property to the

    water take-off points. Arrangements for and payment of water used must be made with the

    Local Authorities and owner of the said property.

    Power Supply

    The Contractor is to liaise with the Local Authorities. Arrangements for and payment of

    electricity used must be made with the Local Authorities.

    Contractor’s Camp

    The Contractor is to liaise with the Local Authorities and the owner of the said property as to

    where to establish camp. This will be finalized at the Site hand-over. No housing is available

    for the Contractor's employees, and the Contractor shall make his own arrangements to house

    his employees. Take note that very little accommodation is available in Okakarara, and the

    Contractor will have to make provision of such for the entire team.

    13.1.2.7. SITE FACILITIES REQUIRED

    Laboratory Facilities

    None Required.

    Temporary Offices

    None required.

    Sanitary Facilities

    Toilets must be supplied for the Contractor's employees. No open defecation will be allowed

    or tolerated.

    Name Board

    None Required.

  • 12

    Rain Gauge

    Rainfall during the construction period shall be measured on each site from a representative

    point. All equipment necessary is to be supplied, installed and maintained by the Contractor

    at his own expense and access to such point must be restricted. The Engineer must approve

    rainfall measurement and equipment.

    13.1.3. FEATURES REQUIRING SPECIAL ATTENTION

    13.1.3.1. EXISTING SERVICES

    No detail regarding existing services is available. The Contractor will be responsible to

    determine the position of all existing services with the cooperation of staff of the Namibia

    Training Authority. During site establishment and setting out, the position of existing lines

    shall be located prior to construction. Any damage to existing infrastructure shall be reported

    to the Engineer, and repaired at the Contractor’s cost.

    13.1.3.2. CARE, DAMAGE AND PROTECTION

    When locating any services, the Contractor must take extreme care to avoid damage. The

    repair of all damaged existing services will be for the account of the Contractor.

    13.1.3.3. REQUIREMENTS FOR TEMPORARY WORKS

    Any excavation or spoiled material (dumps) that may, in the opinion of the Engineer, be a

    danger to the public or its property must be barricaded in such a way that no accidents or

    damages will occur to either. Two strategically placed warning lights must be placed at the

    barricaded site to warn the public during the night (if applicable).

    The Contractor shall be responsible for his own access roads for construction and shall be

    expected to maintain these and make allowance for such under the Preliminary and General

    items.

    13.1.3.4. SAFETY REQUIREMENTS

    The Contractor’s attention is drawn to the safety on the site. Although the construction area is

    remote and unoccupied, public does have access to the site and movement of people through

    the site might occur from time to time.

    The Contractor shall be responsible for the safety on the site at all times and he shall adhere to

    the laws and bylaws as well as the safety regulations. Works in progress shall be barricaded

    and warning signs erected as required by the law.

    1.1 OCCUPATIONAL HEALTH AND SAFETY ACT

    All Occupational Health and Safety Act regulations pertaining to the work being carried out

    must be adhered to. The Contractor’s employees and sub-contractor’s (including their

    employees) shall at all times be supervised by a competent supervisor appointed in writing in

    terms of Reg. 11.1 of the General Safety Regulations of the Occupational Health and Safety

    Act and made aware of his responsibilities.

    13.1.3.5. EXTENSION OF TIME FOR COMPLETION FOR ABNORMAL RAINFALL

    Extension of time for completion shall be granted under the General Conditions of Contract for

    “Special Circumstances” arising from abnormal rainfall. Abnormal rainfall is defined as any

    rainfall in excess of 30% of the averages. The Contractor must, therefore, after a study of the

    rainfall pattern of Tubusis area of previous years, allowing for working time lost due to normal

    rainfall. No claim for extension of time shall be considered where the working time was lost

  • 13

    as the result of rain, which could normally have been expected to fall during a certain period

    of time.

    13.1.4. SUB-CONTRACTORS

    The employment of specialised and selected sub-contractors is not envisaged on this project.

    If the Contractor intent to use a sub-contractor for certain activities of the works, he shall state

    in his Quotation , which sub-contractor he intends to employ for any specific works. The

    Employer reserves the right, to accept or reject sub-contractor(s) if previous work was of an

    unsatisfactory standard.

    13.1.5. SURPLUS MATERIALS

    Due to the uncertain nature of certain aspects of the works at the Bid stage, the Contractor shall

    make arrangements with his suppliers to return surplus material after completion of the

    contract.

    The Contractor is therefore required to store his material in such a manner that this will not be

    damaged whilst in storage. No payment will be made for material not used in the Works and

    that cannot be returned to the suppliers.

    13.1.6. LABOUR REQUIREMENTS AND SAFETY OF WORKMEN

    The entire works shall be carried out in accordance with the requirements of all relevant

    Government Acts and Regulations. The Contractor shall not enter or work on, in or in close

    proximity of any existing structure, pump station, sump, manhole and such like without

    obtaining the prior permission of the Engineers. The Contractor shall provide suitable and safe

    access in form of ladders, gangways, etc. to all parts of the works as may be required for

    construction purposes of for inspection by the Engineer.

    The Contractor shall take precautions to ensure the safety of his employees and other persons

    on the site of the works. All precautions shall be taken to protect workmen from falling material

    and other dangers whilst carrying out duties. Shafts and trenches shall in every way be kept

    safe for persons working therein.

    Labour intensive construction methods should be used as far as possible and local labourers

    shall be employed. The Contractor shall abide by the relevant laws governing the employment

    and accommodation of labour. All arrangements affecting his labour force shall be the sole

    responsibility of the Contractor.

    13.1.7. PAYMENT OF FIXED-CHARGE ITEMS

    The sum total of the fixed-charge item "Provision of Facilities on site" will be paid as

    follows:

    a. Fifty percent (50%) of the Bided sum when in the opinion of the Engineer, the Contractor's camp, stores, offices, etc. are substantially complete, provided that seventy

    percent (70%) of the mechanical plant, has arrived on site and is in working order.

    b. The remaining fifty percent (50%) in equal portions after the Payment certificate on which the certified total payment to date shall first exceed fifty percent (50%) of the value

    of the accepted Quotation .

  • 14

    13.1.8. TECHNICAL SPECIFICATIONS

    13.1.8.1. COORDINATION OF WORKS

    Supply and installation of works to Buildings as outlined in Engineer’s Drawings. The

    successful Bidder shall provide all materials, tools, equipment, labour and services necessary

    for the complete, safe and efficient operation of the installation in accordance with the intent

    of this specification.

    COORDINATION SCHEDULE

    General

    Mech.

    Contr.

    Build

    Contr.

    Elect.

    Contr.

    The supply and erection of all scaffolding necessary for the mech.

    Installation. √

    All rigging, hoisting and associated tools required for installation/

    erection mech. Equipment. √

    Removal from site of excess and waste material generated during

    the mech. Installation √

    Co-ordinate space conditions, pipe & cable routes and terminations

    of the various services with all trades involved for proper

    installation of the work.

    √ √ √

    Building

    Chasing of pipes & conduit into brick walls. √

    Cutting and core drilling required in structural members

    Openings & holes in roof structure √

    Casting / building in of sleeves in concrete members and walls √

    Sealing of all openings where ducting, piping or cabling goes

    through walls, slabs & shafts. √

    The provision of flashing & waterproofing for duct/roof

    penetrations. √

    Casting of all concrete bases and plinths for equipment as required. √

    Marking/ Indication of plinths, holes & sleeves required √

    Making good of building structure after installation (Painting &

    plastering) √

    Painting& priming of material & equipment forming part of mech.

    Installation √

    Provision of pipe supports, trunking, cable trays and vibration

    eliminators as required for mech. Inst. √

    Supply and fitting of timber frames where necessary. √

    Access panels in ceilings. √

    Cutting of ceiling tiles & cut outs in doors √

    Supply & installation of louvers √

    Supply & Installation of door grilles

    Electrical

    Electrical power supplies (Isolator) to mechanical equipment. √

    The provision of all necessary controls, instrumentation, and wiring

    from the control panels to the equipment as specified herein. √

  • 15

    13.1.8.2. DOMESTIC WATER STORAGE SYSTEM COMPLETE WITH PUMPS AND ACCESSORIES

    13.1.8.2.1. General Specification

    These specifications and standards contain the general requirements for the equipment,

    materials, installation, testing, commissioning and maintenance to be used in all disciplines of

    mechanical installations.

    It is not intended that all requirements described herein shall necessarily form part of the

    installation, as it should be read in conjunction with the drawings, the detail project

    Specifications and the bill of quantities relating to the project. However, all parts, fittings,

    apparatus and materials supplied under the contract shall conform to the requirements of these

    specifications unless specifically revised in the other parts of the contract document.

    Where the specification calls for a particular manufacturer’s material or equipment, this shall

    be supplied as indicated. In the event of the unavailability of the specified equipment or if the

    Contractor wish to offer an alternative to the specified equipment, such offer/alternative shall

    be approved by the Engineer before the equipment can be ordered. It is the responsibility of

    the Contractor to select all equipment and to position it into a building space as provided. All

    equipment offered shall be standard factory products of high performance with a minimum of

    fifteen years expected life span and service life.

    The contractor shall ensure, before ordering of equipment, that the plant room dimensions and

    access to the plant room are to his satisfaction.

    The equipment shall be installed as indicated and specified on the drawings and this

    specification. It is the responsibility of the Contractor to select all equipment and to position it

    into a building space as provided. All equipment offered shall be standard factory products of

    high performance with a minimum of fifteen years expected life span and service life.

    The positions of equipment as shown on the drawings are approximate, and in some cases

    diagrammatic. The successful bidder must verify the actual positions on site before

    construction and/or installation thereof can commence as no extra's will be allowed for any

    alterations to work proceeded with before proper verification.

    Before fixing equipment, the Contractor shall check with the Contractor on his detail drawings

    for the exact positioning of outlets and/or equipment. Any discrepancies between the Main

    Contractor's detail drawings and the Mechanical Engineer's drawings must be pointed out to

    the Engineer. The Contractor shall co-ordinate all work on site with the other Contractors as

    well as with drawings for other services.

    All work is to be executed in a first-class workmanlike manner and all equipment supplied shall

    be of new high-quality material, design and manufacture, suitable for providing an efficient,

    reliable and trouble-free service. Special care shall be taken not to damage equipment during

    positioning and installation. All faulty and damaged equipment shall be replaced by the

    contractor before handover (or made good, only if approved by the engineer).

    Scope of Works

    Included

    The work may consist but not necessarily limited to the following:

  • 16

    All rigging, hoisting, transportation, and associated work necessary for placement of all equipment in the final location shown.

    The work may consist but not necessarily limited to the following:

    The entire installation must conform to the requirements of this specification and must be complete in every respect. All items required to make this a complete working installation,

    whether expressly mentioned or not, must be allowed for in the contract price.

    The supply, delivery, installation, testing, commissioning, and maintenance of the various systems.

    The provision of all necessary controls, instrumentation, and wiring from the control panels to the equipment as specified here in. The electrical supplies will terminate at isolators next

    to the relevant equipment.

    The necessary piping, conduits, cable trunking, cable ladders, cable trays, controls and wiring as indicated to ensure the system complies with and operates to specification.

    All equipment (pipe and duct) supports, vibration eliminators, brackets, and accessories to complete this installation.

    Site establishment & storage of equipment

    Management of the works

    One year’s default liability period on the complete installation

    One year’s guarantee of all water storage and pumping facilities commencing from the date when the equipment has been witnessed as completes and accepted by the client

    Attendance of all site meetings including first and final delivery inspections.

    One year’s full comprehensive maintenance of the equipment, including consumables and spares.

    Submission of a programme, schedule of maintenance checks, log books and notification to the client’s maintenance department when work is to be carried out for inspection

    purposes, after being witnessed as complete and accepted by the employer.

    Supply of spares and tools where applicable, as provided with the equipment.

    Submission of detailed Operating and Maintenance Manuals. Format of manuals to be according to Deka Consulting Engineers standard specifications.

    Submission of workshop drawings of the complete installation for approval by the engineer prior to ordering or manufacturing (to include piping diagrams, workshop drawings etc.)

    Fees, permits, inspections, taxes, and approach from agencies that have the applicable jurisdiction.

    Casting of all concrete bases and plinths for equipment as required. Supply and fitting of timber frames where necessary.

    Exclusions

    The following work is excluded from this contract, and will be carried out by others:

    All builders’ work including forming of holes in the structure, walls, roofs, and floors and making good.

    The provision of flashing for duct/roof penetrations. Cutting and core drilling required in structural members, including locating of rebar or coordination of locating rebar.

    Electrical power supplies (Isolator) to mechanical equipment.

  • 17

    13.1.8.2.2. Pump Stations

    The Contractor will be responsible for the supply, delivery, installation, testing, commissioning

    and maintenance of the sewer pump system, domestic pump system and borehole pumping

    system sets complete with pipe work, valves, and non-return valves. The layout and details of

    the pump stations are indicated in the drawings.

    The two (2) booster pumps, one (1) duty, one (1) standby shall be installed in the pumps house.

    The pumps shall operate on an alternating basis. The pumps will supply potable water with a

    maximum soil content of less than 50 g/m3 to a 20m elevated water tank.

    The booster pumps shall be of the centrifugal type multistage suitable for vertical installation.

    The booster pumps shall be compact units. The pumps shall be equal to the Grundfos/ Willo

    type multistage centrifugal inline pumps or similar and approved.

    Pumps

    The pump shall be selected to operate at a speed not exceeding 2900 rpm. The duty point of

    each pump shall be be 19.5 m3/H @ 23 mWh with the maximum efficiency close to the duty

    flow.

    The materials of construction shall be as follows:

    Outer sleeve : Stainless Steel

    Impeller : Stainless Steel

    Shaft : Stainless Steel

    Pump Head : Cast Iron

    Stay Bolts : Stainless Steel

    Bearing Bush : Lead Bronze / Rubber

    The pumps shall be supplied with a non-return valve and a flow-detecting switch as shown

    13.1.8.2.3. Electric Motors

    The electric motor shall be a 4 pole totally enclosed, fan cooled motor suitable for 3 phase, 380

    V, 50 Hz supply. The motor shall be of the lubricated squirrel type. The Electric motors shall

    be designed, rated, and manufactured in accordance with the relevant SABS / IEC / DIN codes

    for motors. Single-phase induction motors shall comply with SABS 1189 and three phase

    induction motors with SABS 948. They shall be suitable for operation at the rated voltage on

    a 50 Hz supply. The motor shall be direct on-line starting. In addition, the motor shall meet the

    following:

    Winding indication class : H

    Enclosure : IP55

    The motor rating shall be at least 15% in excess of the maximum power absorbed by the pump

    at any point of the characteristic curve. The contractor shall submit full details of the motor

    with the tender to allow electrical protection equipment (by other) to be size accordingly.

  • 18

    General

    Pumps shall be supplied as complete sets by their suppliers, incorporating actual pumps,

    motors, drives, bed plates, etc., factory assembled and dispatched to the project complete in all

    respects.

    13.1.8.2.4. Motor Control Centre (MCC)

    This is to be read in conjunction with the Standard Specifications on electrical installations.

    The pump shall be supplied complete with a matching MCC that comply with the general

    requirements listed here below. The designer of the MCC shall take cognisance of the site

    conditions (e.g. outdoor, humidity, heat built-up, exposure to sun UV, corrosive environment

    etc) and select the MCC enclosure accordingly. Schematic layouts as well as Line diagrams

    of the MCC shall be submitted to the engineer for approval prior to manufacturing.

    All switchgear is to be housed in a weatherproof MCC. Enclosure to be metal, supplied with

    instrument faceplate and hinged lockable door. The enclosure shall be painted per Point 1.3

    above, with an orange or beige final coat colour. Switchgear shall be “Klockner-Moeller, ABB,

    M&G, GEC” type or similar and SABS approved, and to include TP main incomer circuit

    breaker, switchgear for pump control and protection. All switchgear shall be panel mounted. A

    soft started equal to type Moeller or WEG shall be installed in the MCC for starting of pumps

    to reduce the starting current on the system.

    The MCC shall be installed on a steel structure as is indicated on the drawings. The MCC shall

    include the following functions:

    Level sensing of the sump

    Automatic duty pump starting on high level

    Automatic pump stop on low level

    Manual duty / standby rotation

    The two pumps shall be used as Duty and Standby pumps and starting and stopping on one set of level switches. The pumps shall run in automatic changeover mode after each start.

    The pumps shall not run together. If one pump fails the other one shall start at every start

    over writing the automatic changeover.

    Motor protection unit

    Each pump is to have a contactor with overload protection.

    Applicable size contactors

    Control relays

    Ammeter for each pump

    Dry Running Protection

    Running hour meter for each pump

    Off / Auto / Manual

    In off mode none of the pumps must be able to start / stop manually nor must they be able to

    start when the start / stop push buttons are pushed.

    In Auto mode the pumps must start and stop automatically by the level condition. Please also

    note that with the automatic changeover after each start the pumps must also be able to start

    automatically in repetition if the one pump has a fault or has tripped.

  • 19

    In Manual select mode pumps only must only start on pushing the start button and stop either

    by pushing the stop button or by the low level condition to prevent dry running.

    Ultrasonic Level / Ball level switch

    In ultrasonic level mode the pump operation shall be controlled via the ultrasonic level control switch only.

    In ball level mode the pump operation shall be controlled via the ball level control switches only.

    Start / stop pushbuttons for each pump when selected on manual

    Run / Stop / Trip indication for each pump

    Indication on MCC

    Indication for mains supply (green) to be provided as well as for each pump operation (green)

    or fault / trip (red). Emergency High Level alarm to consists of indication light (yellow) and

    alarm accept button. On pressing the alarm accept button the siren and strobe light above the

    entrance door should silent and go out, but the yellow indication light on the MCC panel should

    remain on until the emergency high level condition is rectified and the float switches switch

    off the indication light. The panel components shall be fully labelled using riveting white labels

    with black lettering or vice versa.

    Voltmeter and voltmeter selector switch

    Lighting and surge protection

    Panel plug with earth leakage

    Audio (siren) and visual (strobe light) alarm for Emergency High Level above pump house entrance door

    GSM SMS module to communicate pump operation and failure to 3 mobile numbers.

    * Please note that no programmable controller or PLC to be used in the MCC.

    Motor protection unit shall provide the following:

    Over voltage protection

    Under voltage protection

    Phase loss protection

    Phase imbalance protection

    Phase rotation protection

    Overload

    Dry running protection.

    Schematic layouts as well as Line diagrams of the MCC shall be submitted to the engineer for

    approval prior to manufacturing.

    A control board shall be supplied next to the boreholes for the control thereof. The control

    board shall include the following functions:

    Automatic Pump activation by flow sensing for flow rates in excess of 0.3 l/s

    Motor protection unit

    Applicable size contactors

    Control relays

  • 20

    Ammeter

    Running Hour meter

    Start/Stop pushbuttons

    Auto/off/manual selector switch

    Run/Stop/Trip/Winding Over temperature/ indicating lamps will be provided

    Voltmeter and voltmeter selector switch

    Suitably sized 5 kA circuit breaker, complete with shunt trip and 250 mA earth leakage unit.

    Lightning and surge protection (40 ka rated surge arrestor)

    Panel plug with earth leakage (weather proof)

    The board shall furthermore comply with the following:

    Enclosure material : Epoxy coated sheet metal c/w pad lockable hinged door

    IP Rating : IP 55 to IEC 529

    Cable entry / exit : Bottom

    Switch gear : DIN rail mounted of same manufacturer.

    Contactor utilisation : AC-3

    Control circuit voltage : 220 VAC or 110 VAC or 24 VDC

    Power circuit voltage : 380/220VAC System isolation volt level : 1000 VAC

    Switch gear short circuit rating : 5 kA

    Colour : Electric Orange

    Ventilation : Internally self-ventilated

    Spare capacity : 20% pre-fitted with DIN rail

    Wiring : in PVC channels

    All electrical work shall be carried out by a capable electrician and in accordance with the

    requirements.

    A 380 V, 50 Hz 3 phase electrical point will be supplied by others and shall terminate outside

    the MCC. The pump sub-contractor will be responsible to terminate this point to the MCC by

    means of a three-phase isolator.

    Control Circuit

    The automatic stopping/starting of the domestic pump set shall be activated by a conductive

    probe system with the necessary control relays & accessories. The standby pump shall be

    activated on low level. The circuit shall include cyclic changeover for duty pump rotation.

    The fire pump shall be activated by means of a manual push button.

    Both pumps shall be protected on no flow condition by an electronic flow sensor.

    Alarm and Strobe Light

    The alarm siren and strobe light shall be mounted on the MCC. The siren and strobe light shall

    be triggered as soon as there is a fault on the system. Alarm acceptance and reset push buttons

    shall be provided and mounted on the MCC panel.

    The system will provide the following on-panel alarm indications:

    Trip condition

    Winding Temperature Trip

  • 21

    No Flow

    13.1.8.2.5. Instrumentation

    No Flow Detecting Switch

    The flow detecting shall be of the thermal / electronic type. The flow switch will be screwed

    in to a adaptable socket welded on top of the inlet pipe to the booster pumps as shown. The

    switches shall stop both pump sets on no flow condition. The switch shall be similar to EGE.

    Mechanical switches will not be accepted.

    Level Control

    Level control should be carried out by a conductive 3 probe system.

    The probes shall be stainless steel.

    The probes shall be supplied complete with a probe level control module.

    The control module should be installed inside the MCC and wired to the probes, all by the

    pump contractor.

    The level controls shall be via a set of three level switches per pump.

    Three levels shall be set:

    Stop - Low Level

    Duty pump starts - High Level

    Alarm - Emergency High Level

    Levels control shall be done with an ultrasonic level meter and with a set of three level balls as

    backup. A switch on the mock will choose between which will control the pumps.

    The Ultrasonic level controller to be equal to type Endress+Hauser Prosonic S. The transmitter

    unit to be DIN rail mounted inside the MCC.

    The product code for the transmitter unit and the sensor are as follows:

    Transmitter : FMU90 – R12CA132AA1A

    Sensor : FDU91 – RG1AA

    13.1.8.2.6. Pressure Gauges

    Pressure gauges shall be glycerine filled, waterproof, of Bourbon tube design and damping

    movement with a BSPT bottom connection. Dial faces shall be 100mm and be white with black

    lettering and pointer. The gauge body, tube and working parts, including screws, etc shall be

    manufactured from brass or stainless steel. Gauges shall be manufactured and tested in

    accordance with BS 1780.

    The gauge shall be marked in calibrated steps from 0 to 20 bars and be accurate to within 3%.

    All gauges will be installed on a flanged stub or socket welded (before galvanising) onto the

    pipe and must be provided with a brass T-port gauge cock. Gauges shall be installed in the

    positions as shown on the relevant drawings or as ordered by the Engineer. Gauge ranges shall

    be as indicated on the drawings.

  • 22

    13.1.8.2.7. Pipe Work and Related Fittings

    All flanges, valves etc. to be rated at an operating pressure of 10 bar. All pipework shall be

    medium grade to either SABS 719 for pipe sizes larger than 150 NB and SABS 62 for pipes

    smaller and equal to 150 mm in diameter unless otherwise specified on the drawings.

    PIPE

    SECTION

    MATERIAL CONNECTION PAINTING LABELLING

    Pump lines GMS Flanged n/a n/a

    General

    The specification for pipe work and installation described hereunder shall hold for all

    installations that form part of this contract. All dimensions, levels and sizes given on drawings,

    shall be verified before ordering of materials commences. The contractor shall co-ordinate with

    the main contractor to ensure that the different components can be linked as indicated on the

    drawings. No additional claim for either time or payment for incorrect fittings and specials

    delivered to site will be considered during the contract period.

    The successful tenderer must therefore ascertain himself of the all details and must immediately

    inform the Engineer in the event of a discrepancy with levels and dimensions on the drawing.

    Tenderers must note that the final lengths of the pipe work may change with ±100 mm, but no

    adjustment to the tendered price will be made.

    All piping to be of medium grade steel.

    All pipes larger than 150mm shall be SABS 719 suitable for a working pressure of 16bar.

    Steel pipes joined by couplings which require a groove to be cut into the pipe, the minimum

    wall thickness shall be as tabled for schedule 40 pipes.

    All puddle flanges and anchor flanges shall comply with SABS 1123, table 600/3 and shall be

    undrilled.

    Adequate and robust pipe supports shall be provided and installed as required.

    All pipes and specials inside the pump station building shall be provided with lifting eyes.

    Piping

    HOT DIP GALVANISED MILD STEEL (GMS)

    All pipework shall be mild steel to either SABS 719 for pipe sizes larger than 150 NB and

    SABS 62 for pipes smaller and equal to 150 mm in diameter unless otherwise specified on the

    drawings.

    All pipe work shall be galvanised mild steel (GMS) to SABS 763. No GMS piping shall be

    painted unless specifically instructed. In general, pipe protection shall comply with the lining

    specification as per Standard Technical Specifications of this document. Any alternative to the

    above shall first be submitted to the Engineer for approval before manufacturing may

    commence.

  • 23

    Each pipe and pipe special shall be inspected and approved prior to and after hot dip

    galvanising. Inspection certificates pipes and pipe specials shall be submitted to the engineer.

    The cost of the inspections shall be entered in the Bill of Quantities.

    Modifications to pipe specials on site and any damages shall avoided. Damaged galvanising

    shall be repaired by the application of Zinga or other similar Zinc rich coating.

    PIPE SUPPORT

    Pipes shall be supported according at the following maximum intervals:

    NOMINAL SIZE

    (mm)

    HORIZONTAL

    (mm)

    VERTICAL

    (mm)

    Ø15 to Ø20 1200 1830

    Ø32 to Ø40 1830 2450

    Ø 50 to Ø 80 2450 3050

    Ø100 to Ø150 3000 3500

    Ø200 and bigger 4000 4000

    In addition to the spacing set out above, supports shall be fitted not more than 1 metre from

    each elbow or other pipe fittings. Pipe supports shall be constructed to allow for expansion and

    contraction of pipes except where a rigid point is intentionally created. Supports shall be

    adjustable in order to adjust the required slope of the pipes. Pipe supports to be manufactured

    and installed in accordance with best engineering practice. Where fire suppression system

    piping is supported from ductwork supports, those supports shall be capable of supporting the

    ductwork and the weight of the water filled pipe plus 114kg applied at each point of hanging.

    Pipe supports for fire suppression system piping shall never be used for non-fire suppression

    system components. At least one hanger shall be provided for each piece of pipe between two

    branches or sprinklers. (See NFPA 13 for allowable exceptions)

    Spacing between hangers is limited to 3.7m for pipe diameters up to and including 32mm and

    4.67m for larger diameters.

    The length of an unsupported pipe between an end sprinkler and the last hanger shall not be in

    excess of 900mm for 25mm, 1.2m for 32mm and 1.5m for larger diameters. When these limits

    are exceeded the piping shall be extended beyond the last sprinkler and be supported by an

    additional hanger.

    Flanges

    All flanges shall comply with SABS 1123 with pressure ratings as specified on drawings.

  • 24

    Bolts, studs, nuts, and washers for flanges shall be of materials conforming to the requirements

    of BS4504 unless otherwise specified. Gaskets for flanged joints shall be of compressed

    asbestos fibre to BS 2815 grade A, and full faced with a minimum thickness of 3 mm. For

    pressures up to and including 1,6 MPa, cloth-inserted rubber may be used.

    Flanges shall be of the steel-plate for welding type and shall have flat joint faces, with

    dimensions and joint surfaces in accordance with BS 4504 or ISO 2084, unless otherwise

    specified in the Schedule of Quantities or on the drawings. For flange thickness not covered

    in BS 4504 and for domed and conical ends the various thicknesses and methods shall be

    calculated in accordance with section 3 and where applicable manufactured in accordance with

    the remainder of BS 5500. Back surfaces may be left unmachined. All flanges shall be suitable

    for field welding to pipes and specials and shall conform to BS 2633.

    Flanges shall be furnished with cadmium plated and passivated bolts, and shall comply with

    SABS 1123 for the pipe sizes and pressure ratings applicable. Gaskets shall be of rubber

    insertion type 1,6 mm thick maximum and of Klinger or similar and approved manufacture.

    Flanged joints between dissimilar metals shall have insulating gaskets, sleeves and washers

    between flanges, bolts, and nuts respectively.

    Specials and fittings

    General

    All specials and fittings shall be designed and manufactured by the Contractor in accordance

    with the general arrangement shown on the drawings and/or described in the Schedule of

    Quantities, in conformity with SABS 62 and SABS 791. In the latter case specials shall be

    manipulated or fabricated by welding from pipes, which have been tested to SABS 719.

    Detailed drawings shall be approved by the Engineer.

    Bends

    Bends shall either be smooth formed or segmented. The maximum angle between oblique butt-

    ends of segments for gusseted bends shall not exceed 22 degrees. Cut-and-shut bends shall not

    be permitted. Segmented bends shall be classified, as short, medium, and long with radii equal

    to one, two or three diameters respectively. All bends shall however be of a long radii type,

    unless otherwise specified in the Schedule of Quantities or on the drawings.

    Branch connections

    Branch connections shall have barrel and branch plate thicknesses such that the maximum

    stress shall not be greater than that for an uncut pipe of the theoretically required minimum

    thickness. However, where it is more economical to provide external reinforcement in the form

    of saddle-type rings or triform shoes, these forms of reinforcement shall be used to achieve the

    same results. The attachment of reinforcement to the pipe branches shall be by full penetration

    welding. Branch connections shall be as remote as possible from the seam weld on the barrel,

    and except where specifically indicated to the contrary on the drawings, the positioning and

    extent of external reinforcement is to be determined according to AWWA Manual M11.

  • 25

    Restraining Flanges

    Unless clearly otherwise specified, retaining flanges can be standard flanges to the same

    specification as the connection flanges or they may be of thinner material with supporting webs

    (tensile). The number of holes and PCD shall be that of the appropriate connecting flange on

    the item to which the retaining flange is fixed. Fixing shall be by means of fillet welds around

    the full circumference of the pipe and on both sides of the retaining flange.

    Flange Adapters

    Couplings shall be of the sleeve type slip-on couplings (e.g. Viking Johnson, Klamflex or

    similar), conforming to the requirements of BS 534;

    Slip-on type flange adapters shall conform to the same requirements as for the couplings. All

    flanges shall comply with SABS 1123-1000;

    The tie rods are to be secured to weld on restraining flanges being part of the pipe work. No

    welding or permanent fixing to the pump casing shall be permitted. Four nuts per tie rod shall

    be provided one at each side of the flange and one at each side of the restraining flange. The

    number and size of the tie rods to be based on the class rating of the respective piping and

    approved by the Engineer in principle;

    Couplers and adapters shall be complete and ready for installation with the necessary sleeves,

    rubber wedge rings, bolts, and nuts. Bolts shall be galvanised;

    All flange adaptors shall be epoxy coated or hot dip galvanised according to SAGS 763-1988;

    Centre registers are not required.

    Flexible Couplings

    Couplings shall be of the sleeve type slip-on couplings (e.g. Viking Johnson, Klamflex or

    similar), conforming to the requirements of BS 534;

    Slip-on type flanged adaptors shall conform to the same requirements as for the couplings. All

    flanges shall comply with SABS 1123;

    Couplings and adaptors shall be complete and ready for installation with the necessary sleeves,

    rubber wedge rings, bolts, and nuts. Bolts shall be galvanised.

    Bolts & Nuts

    All bolts and nuts shall be Strength Grade 4.8 to SABS 135 and shall be Galvanised. Bolts shall

    be of sufficient length for at least two screw threads to protrude from the nut when assemblies

    are fully tightened. Washers shall be of appropriate material and dimensions shall conform to

    SABS 1149.

    Gaskets

    Gaskets for flanged joints shall be of compressed asbestos fibre to BS 2815 Grade "A" and full

    faced with a minimum thickness of 3 mm. For pressures up to and including 1,6 MPa cloth-

    inserted rubber may be used.

  • 26

    WELDING

    Welding shall be carried out in accordance with the current edition of SABS 044 Parts I to VII

    where applicable.

    Filler metal electrodes shall be of an approved type for the material being used and shall be

    kept in a dry condition. All electrodes shall conform to SABS 455.

    Only welders in possession of a valid approved competence certificate shall be employed.

    Where, in the opinion of the engineer, a welder is not competent, the Engineer reserve the

    authority to ask that such person be replaced with a competent person.

    Tenderers shall allow for 5% welded pipe joints, as indicated by the engineer, to be cut out for

    examination purposes. Tests of specimen welds are to be carried out in accordance with the

    test procedures of the above specifications. After removal of these joints, the piping shall be

    made good by the Contractor. Should any of the welds prove unsatisfactory, the Contractor

    will be called upon at his own expense to have all welds examined by X-Ray and to have X-

    Ray plates examined by an approved authority. All welding proven unacceptable shall be put

    right at the Contractor’s expense.

    Welded Joints

    All welded pipe joints shall be of a high standard and carefully prepared for welding.

    All edges and holes shall be correctly bevelled and shaped. Where flame cutting is carried out,

    the surfaces shall be thoroughly cleaned by grinding, and all slag and oxidised material

    removed before welding commences.

    Welded joints shall be thoroughly cleaned after welding and all slag and other foreign material

    removed before installation. All welded filler or butt joints shall be free from porosity, cavities,

    and entrapped slag. Joints shall be ground smooth, if required for aesthetic reasons only,

    without effecting weld strength. The joints in the weld run, where welding has been

    recommended, shall be as smooth as possible and shall show no pronounced hump or crater in

    the weld surface.

    The profile of the weld shall be uniform, of approximately equal leg length and free from

    overlap at the toe of the weld. Unless otherwise specified the surface shall be either flat or

    slightly convex in the case of fillet welds and with reinforcement of not more than 3mm in the

    case of butt welds. The weld face shall be uniform in appearance throughout its length.

    All flanges shall be welded both internally and externally.

    Painting

    Black steel piping, flat-iron, angle-iron and rods for supports, brackets, duct stiffeners, etc.,

    shall be painted on all sides with a zinc chromate primer to S.A.B.S. 679, Type I, followed by

    two coats of enamel paint to S.A.B.S. 630, Grade I.

    All surfaces to be painted shall be clean and dry and shall be free from oil or grease.

    The cleaning and preparation of surfaces, the application and type of undercoats and paints,

    shall be in accordance with the prescriptions and specifications, applicable to the specific

    material and surface, of an approved paint manufacturer.

    Name plates, labels and notices on equipment shall not be painted.

  • 27

    The Sub-Contractor shall adequately protect the painted surfaces of all equipment which have

    been pre-painted in the factory, since such equipment will have to be repainted in total if the

    Engineer is not satisfied with the paint surfaces during the final inspection.

    VALVES

    This specification covers the supply, delivery and installation of butterfly, non-return, and air

    valves for the use in pressure pipes.

    General

    The minimum pressure rating of the valves shall be equal or higher than that of the mating

    flanges;

    Valve bodies shall be wire brushed to standard St 3 of SIS 05 5900 or equivalent and painted

    one coat of Coupon EP 2300 or similar approved.

    Valves

    Pipe fittings as shown shall be supplied and installed as per drawing. They shall include an

    isolating valve and a non-return valve per pump. Gate valves and check valves equal to type

    VAG, AVK, Hawle or similar and SABS approved. Gate valves and check valves shall be

    suitable for applications and face to face lengths to be as per SABS 664

    Springless hinged valves will not be accepted.

    JOINTING MATERIAL AND FASTENERS

    Valves shall be supplied complete with bolt units, consisting of a standard-length bolt, nut and

    two washers. The stud unit, where applicable, shall be supplied with a standard-length stud,

    nut and washer. A washer shall be fitted under all bolt/screw heads and nuts. The shortest

    standard bolt or stud that protrudes beyond the nut by a minimum of two threads when the

    assemblies are fully tightened shall be used. The same applies to stud units.

    The manufacturer shall specify a fastening sequence for bolts (if applicable) and the torque

    settings (in Nm) for all bolts. These torque settings and fastening sequences shall be included

    in the Operation and Maintenance Manual. In addition, each valve shall be supplied with full-

    face gaskets or "O" rings for joining up to adjacent flanges.

    Depending on the valve location in a piping system and the atmospheric conditions, the

    following specifications will apply:

    a) Black bolted units to SABS 135

    b) Precision bolted units to SABS 136

    c) Galvanised bolted units to SABS 763

    d) Stainless steel bolted units to DIN 931

    e) Stainless steel set screws to DIN 933

    For all valve components, i.e. bonnet covers, glands etc., drilled holes for bolts shall be

    perpendicular to the flange face.

  • 28

    Pipes Buried in Soil

    All pipes and couplings buried in soil shall be corrosion protected by means of petrolatum

    impregnated tape, Denso or similar approved to the manufacturer’s specifications.

    Valves And Fittings

    Pipe fittings as shown shall be supplied and installed as per drawing. They shall include an

    isolating valve and a non-return valve per pump. Gate valves and check valves equal to type

    VAG, AVK, Hawle or similar and SABS approved. Gate valves and check valves shall be

    suitable for sewage applications and face to face lengths to be as per SABS 664

    13.1.8.2.8. Water Storage Tanks

    Two galvanized, pressed steel water tanks are required for the project. The tanks will consist

    of a 21.79 m³ ground storage tank and a 32 m³ elevated tank standing on a 20m high steel

    structure. The tank will be used to create storage for domestic water applications only. The

    ground tank shall be mounted on plinth, which will be provided by the main contractor. The

    tank shall be manufactured and installed in accordance with SANS 10329.

    All the pipe connections to the tanks shall be flanged. The tanks shall have a dividing plate so

    that there are two equal compartments. The division plate shall be provided with 80mm

    diameter holes at 500 mm centres immediately above the waterline.

    Each outlet shall have an approved vortex inhibitor. The tank shall have 2 manholes, with

    hinged covers in convenient position (two at each end) complete with 2 sets of inner and outer

    steel ladders.

    The ladders shall be galvanised as specified for the tank. Unless specified otherwise each half

    of the tank shall have an 80mm diameter inlet with approved float valve, 80mm overflow,

    80mm flushing pipe and a water level indicator.

    The tank shall be equipped with the following accessories: -

    Raised section for float valve (1x);

    Tank manhole access opening, with lockable and vented cover (1X);

    Vertical, transparent level indicator as specified;

    Galvanised catladders on in- and outside of tank (giving access to manhole);

    Pipe connections as detailed on drawings;

    Mechanical level indicator (1X).

    Over flow and drain pipe.

    13.1.8.2.9. Pressed steel tanks

    The pressed steel tank shall be formed with steel plates, flanged all round and holed for bolts

    and embossed to add stiffness and strength to plates, size 1, 2 x 1, 2 metre all assembled with

    the necessary bolts, nuts and washers, and with a suitable plastic joining compound in all joints

    to render tank watertight, and provided with all necessary corner plugs pieces and bracing

    members as required bolted to brackets and tank plates. Unless otherwise specified, the plates

    shall have external flanges.

    Tank plates for the various depths of tanks shall be of thickness specified on the Drawings or

    as below:

  • 29

    DEPTH

    OF

    THICKNESS OF PLATES

    TANK

    m

    TO

    BOTTOM

    OF TANK

    mm

    TO SIDES OF

    TANK

    mm

    1,2 5 All plates 5

    2,4 6 Top row 5 : bottom row 6

    3,6 6 Top row 5 mm: middle and bottom rows 6

    4,8 8 Top row 5 : two middle rows 6 mm and bottom row

    8 mm

    Tanks shall be fitted with all necessary inlet, outlet and overflow pipe connections, of diameters

    and in positions required, welded to tank plates and fitted with standard drilled flanges for

    connecting the pipes, and each tank shall be fitted with flat top of 3-millimetre-thick steel

    plates, provided with manhole with hinged cover in convenient position. All plates with pipe

    connections fitted, and all bracing members, brackets, bolts, nuts, washers, etc. shall be hot dip

    galvanized to SABS 763.

    13.1.9. TEST CERTIFICATES AND TESTS

    Where test certificates are required for individual pieces of equipment, these shall be submitted

    to the Engineer for approval immediately on receipt of such certificates.

    Where witnessing of tests are required by the Engineer, arrangements shall be made by the

    Contractor for the Engineer to witness such tests.

    13.1.10. INFORMATION, DIAGRAMS, DRAWINGS AND MANUALS TO BE SUBMITTED

    As part of his Quotation and subsequent contract, it will be required from the

    Bidder/Contractor to submit certain documents, in accordance with the following programme:

    With the Bid (at Closing Date):

    Marked-up copies of all drawings indicating in red all required alterations to the concrete, brickwork or whatever other aspect falling outside the scope of his contract;

    Manufacturer's pamphlets and/or brochures illustrating all equipment offered;

    Sketches/rough drawings showing the principle of the design in general and specifically where it deviates from the proposed layout and details given by the Engineer. Attention

    should be given to space requirements, ease of maintenance, practical problems during

    installation, etc. in drawing up sketches. If no such sketches are submitted or if any

    aspect of the design is not specifically detailed or highlighted, it will be assumed that the

    Engineer's proposal is acceptable, practical and economical;

    Any other information that the Bidder regards necessary to clarify his offer.

    Within 30 days after Award of the Contract:

    A work programme as specified herein.

  • 30

    On Completion:

    A complete set of "As-Built" drawings;

    Testing certificates if applicable;

    Commissioning certificates;

    A certificate of acceptance by the Employer;

    Complete set of maintenance/operating manuals.

    All certificates shall be completed in an orderly and logical manner, and shall be bound in

    booklet form with a protective cover. The text of instructions, diagrams and drawings shall be

    "English".

    13.1.11. APPROVED MATERIAL

    In the Bill of Quantities, the material is set out in detail to assist the contractor. If the materials

    of other manufacturers are offered, these materials have to be approved by the engineer.

    All inferior work or work containing inferior material, shall be rejected by the Engineer at his

    discretion, where upon the Mechanical Contractor shall immediately remove and rectify the

    works as required and bear all costs in connection therewith.

    13.1.12. COMPLETENESS OF BID

    The Bidder shall allow in his Quotation price for all material, labour, supervision, transport,

    tests and all other items necessary to complete the contract in its entirety and to the satisfaction

    of the Engineer.

    In the event where the supply and/or installation of any item, material or equipment does not

    form part of this Contract, it will be specifically indicated as such in his specification and/or

    on the accompanying drawings.

    13.1.13. VALUE ADDED TAX, IMPORT TAXES AND DUTIES

    Bidders shall allow in their Quotation for all VAT, Import Taxes and Duties, to be paid in

    respect of all items of material, labour and equipment to be supplied in terms of this Contract

    where relevant. The successful Bidder will be liable and responsible for paying any and all

    VAT, Import Taxes and Duties.

    13.1.14. EQUIVALENCY OF STANDARDS AND CODES

    Wherever reference is made in the Contract to specific standards and codes to be met by the

    goods and materials to be furnished, and work performed or tested, the provisions of the latest

    current edition or revision of the relevant standards and codes in effect shall apply, unless

    otherwise expressly stated in the Contract.

    13.2. DRAWINGS

    1. D0051/M9-01: DOMESTIC PUMP HOUSE & WATER TANK LAYOUT

    2. D0051/M9-02: ELEVATED WATER TANK LAYOUT AND ELEVATION

    3. D0051/M9-03: PIPE, PUMP SCHEDULE & TYPICAL DRAWING

    4. D0051/M9-04: DOMESTIC WATER PUMP SYSTEM DIAGRAM

  • 31

    13.3. SCHEDULE OF EQUIPMENT OFFERED

    It is a requirement of this document that, in addition to the information of the equipment listed

    below to be furnished, the bidder shall attach the relevant pamphlets, brochures, etc.

    Quotations without these shall be regarded as incomplete.

    13.3.1. WATER STORAGE AND PUMP INSTALLATION

    The Tenderer is required to complete the following schedule, stating where appropriate, the

    size or capacity of equipment, type or catalogue number, country of origin and any other detail

    he considers in full to enable the Engineer to evaluate tenders on a fair basis.

    In addition, Tenderers are requested to adhere to the following general guidelines in completing

    the schedules:

    Please use the SI system in the units given in the schedules

    Tenderers should state clearly any deviations from the specifications on the given space. If the offered equipment does not deviate, he/she should write "NIL" in the space allowed.

    Tenderers are requested to supply pamphlets, brochures, drawings, photographs and/or graphs of the offered equipment.

    13.3.1.1. DOMESTIC PUMPS

    WATER BOOSTER PUMP A (2X)

    Trade name and model no.

    Properties @ Delivery of

    - Head (mWh)

    - Efficiency

    - NPSH required

    - NPSH available

    Materials

    - Casing

    - Impeller

    - Shaft

    Motor

    Make of motor

    Type of motor

    Rated capacity (kW)

    Rated speed

    Service factor (Absolute / per voltage

    Supply voltage

    Electrical

    Starting current

    Running current

    Power input

    Single or three-phase

    SPECIFICATION SHEETS INCLUDING PUMP CURVE TO BE ATTACHED

  • 32

    13.3.1.2. NB 80 BUTTERFLY VALVE

    V1 NB 80 butterfly valve

    Brand and model

    Manufacturer’s name

    Country of Manufacture

    Flanged or Wafer type

    Mass of valve (kg)

    Designed working pressure (kPa)

    Test pressure (kPa)

    Length over flanges (mm)

    Head loss through valve at rated flow (m.w.g)

    lever operated (yes / no)

    Effort to open valve at hand wheel rim (N)

    MATERIALS OF CONSTRUCTION

    Valve body

    Valve disc

    Valve shaft

    Valve body seat

    Resilient seal

    Seal retaining ring

    Journal bearings

    Disc/shaft pin

    Shaft bearing seal (s)

    Gearing

    Protective coating

    Brand of corrosion protection coating

  • 33

    13.3.1.3. NB 80 BELLOW FLEXIBLE COUPLING

    V2 NB 80 Bellow flexible coupling

    Brand and model

    Manufacturer’s name

    Country of Manufacture

    Flanged or Wafer type

    Mass of valve (kg)

    Designed working pressure (kPa)

    Test pressure (kPa)

    Length over flanges (mm)

    Head loss through valve at rated flow (m.w.g)

    lever operated (yes / no)

    Effort to open valve at hand wheel rim (N)

    MATERIALS OF CONSTRUCTION

    Valve body

    Valve disc

    Valve shaft

    Valve body seat

    Resilient seal

    Seal retaining ring

    Journal bearings

    Disc/shaft pin

    Shaft bearing seal (s)

    Gearing

    Protective coating

    Brand of corrosion protection coating

  • 34

    13.3.1.4. NB 80 NON RETURN VALVE (DOUBLE DOOR)

    V3 NB 80 non return valve (Double door)

    Brand and model

    Manufacturer’s name

    Country of Manufacture

    Type of mechanism:

    Mass of valve (kg)

    Designed working pressure (kPa)

    Test pressure (kPa)

    Length over flanges (mm)

    Head loss through valve at rated flow

    (m.w.g)

    Flanged or Wafer type

    MATERIALS OF CONSTRUCTION

    Valve body

    Valve disc

    Valve shaft

    Valve body seat

    Resilient seal

    Seal retaining ring

    Disc/shaft pin

    Shaft bearing seal (s)

    Protective coating

    Brand of corrosion protection coating

  • 35

    13.3.1.5. NB 100 BUTTERFLY VALVE

    V5 NB 100 butterfly valve

    Brand and model

    Manufacturer’s name

    Country of Manufacture

    Type of mechanism:

    Mass of valve (kg)

    Designed working pressure (kPa)

    Test pressure (kPa)

    Length over flanges (mm)

    Head loss through valve at rated flow (m.w.g)

    Flanged or Wafer type

    MATERIALS OF CONSTRUCTION

    Valve body

    Valve disc

    Valve shaft

    Valve body seat

    Resilient seal

    Seal retaining ring

    Disc/shaft pin

    Shaft bearing seal (s)

    Protective coating

    Brand of corrosion protection coating

  • 36

    13.3.1.6. FLANGE ADAPTORS

    FLANGE ADAPTORS

    Brand and model

    Manufacturer’s name

    Country of Manufacture

    Designed working pressure (kPa)

    MATERIALS OF CONSTRUCTION

    -body

    -gaskets

    Protective coating

    13.3.1.7. STEEL PIPES & SPECIALS

    STEEL PIPES & SPECIALS

    Manufacturer’s name

    Country of Manufacture

    Designed working pressure (kPa)

    Galvanising Plant’s Name

    Couplings indented to use (if applicable)

    Flange gaskets indented to use

    Protective coating

  • 37

    13.3.1.8. BULK WATER STORAGE TANK

    PRESSED STEEL BULK WATER STORAGE TANK (21.72m³)

    Trade name and model no.

    Effective Volume of Tank (m3)

    Panel size (e.g. 1200mm x 1200mm)

    Total Height of Tank (mm)

    Length x Width of Tank (mm)

    Raised Section for Incoming Water line

    included (y/n)

    4 x Access Manhole Covers Included (y/n)

    Type of level indicator

    PRESSED STEEL BULK WATER STORAGE TANK (32.69m³)

    Trade name and model no.

    Effective Volume of Tank (m3)

    Panel size (e.g. 1200mm x 1200mm)

    Total Height of Tank (mm)

    Length x Width of Tank (mm)

    Raised Section for Incoming Water line

    included (y/n)

    4 x Access Manhole Covers Included (y/n)

    Type of level indicator

  • 38

    14. SECTION III: PRICED ACTIVITY SCHEDULE

    Procurement Reference Number: ______________________________

    [Complete the unit and total prices for each item listed below. Authorise the prices quoted in

    the signature block below.]

    The quantities shown below are approximate, and not subject to re-measurement for payment

    purposes.

    Item

    No

    Brief Description of Works Quantity Unit of

    Measure

    Unit Price

    N$

    Total Price

    N$

    A* B* C* D* E F

    As per the BOQ

    Subtotal

    VAT @ %

    Total

    * Columns A, B, C and D to be completed by Public Entity.

    Priced Activity Schedule Authorised By:

    Name: Signature:

    Position: Date:

    Authorised for and on behalf of: Company

  • 39

    ITEM

    DESCRIPTION Qty

    A

    Unit LABOUR RATE B MATERIAL RATE C TOTAL RATE D = B

    + C

    TOTAL AMOUNT E

    = D x A

    1

    1.1 Fixed Charged Items:

    Contractual requirements establish facilities on site.

    1.1.1 Office & Storage facilities 1 Item

    1.1.2 Workshops 1 Item

    1.1.3 Living Accommodation 1 Item

    1.1.4 Ablution & Latrine facilities 1 Item

    1.1.5 Tools & Equipment 1 Item

    1.1.6 Water supplies, Electrical Power Communications and Access. 1 Item

    1.1.7 Remove Site establishment upon completion. 1 Item

    1.1.8 Public liability insurance. 1 Item

    1.1.9 Works risks, insurance & reinstatement. 1 Item

    1.1.10 Programe & Practical completion. 1 Item

    1.1.11 Certificates & Payment. 1 Item

    1.1.12 Attendance at site meetings. 1 Item

    1.1.13

    Supervision: during operations the contractor shall have on site a

    suitably experienced and qualified technician who shall

    supervise the works. Details of the site supervisor shall be

    submitted to the Engineer for approval prior to his assumption.

    1 Item

    Total Carried Forward to Next Page

    Part 1: Preliminary & General

  • 40

    1.1.14 Crainage & Plant needed for erection 1 Item

    1.1.15 Scaffolding needed for erection 1 Item

    1.1.16 Delivery of material and equipment to site 1 Item

    1.1.17 Implementing Quality Control Plan and testing 1 sum

    1.1.18Forward exchange coverage on imported items (when

    applicable)1 sum

    1.2 Time Related Items:

    Contractual Requirements operate & maintain facilities on site.

    1.2.1 Office & Storage facilities. 1 Mths R/O

    1.2.2 Workshops 1 Mths R/O

    1.2.3 Living Accommodation 1 Mths R/O

    1.2.4 Ablution & Latrine 1 Mths R/O

    1.2.5 Tools & Equipment 1 Sum R/O

    1.2.6 Water supplies, Electrical Power, Communications & access. 1 Mths R/O

    1.2.7 Supervision 1 Mths R/O

    1.2.8 Company & Office overhead costs 1 Sum R/O

    1.2.9 Other obligations, please specify 1 Sum R/O

    1.2.10 Transport 1 Km R/O

    1.2.11 Crainage & Plant needed for erection, installation & dismantling 1 sum R/O

    1.2.12 Scaffolding needed for erection. 1 sum R/O

    Total Carried Forward To Summary

    Total Carried Over From Previous Page

  • 41

    ITEM NO DESCRIPTION UNIT QTY A

    LABOUR RATE

    [N$] B

    MATERIAL RATE

    [N$] C

    TOTAL RATE [N$]

    [D=B+C]

    TOTAL AMOUNT

    [N$] [E=D*A]

    2 SECTION 2: DOMESTIC PUMPS

    2.1 Pumps shall be supplied complete with all pipework, fittings, control &

    protection gear as required.

    2.3 Domestic Pumps:

    2.3.1 P1

    Vertical Inline Multistage Centrigula Pumps, 1x duty, 1x standby, (19.5

    m³/hr @ 23 mWh) c/w accessories as specified. no 2- -

    2.3.2 7 Extra - over: concentric pipe reducers to fit pump suction no 2- -

    2.3.3 7 Extra - over: concentric pipe reducers to fit pump discharge no 2- -

    2.3.4 V3 Extra - over: bellow flexible coupling to fit pump suction no 2- -

    2.3.5 V3 Extra - over: bellow flexible coupling to fit pump discharge no 2- -

    2.3.6 - Extra-Over: NB 25 Air valve installed onto pump no 2- -

    2.4 Valves

    2.