Вы находитесь на странице: 1из 32

Buffalo City Municipality

Contract BCC/DES/MIG/1078/2009
PART A : PRELIMINARY AND GENERAL
Item Description Unit Qty Rate Amount
This section is construed to cover all obligations and requirements of the
General Conditions of Contract, Project Specification, and any liabilities not
covered in the Schedule of Quantities
In addition to the items listed below the Contractor is to state clearly hereunder
the description of the item and the compensation for which he requires to claim
separately from the rates tendered in the sections of the remainder of the Schedule
Quantities.
The Engineer reserves the right to advance to the Contractor any such proportion of
the stated sums with which he considers the Contractor to have complied.
Only rates for time related items will be applied in deriving additional costs for
extension of time and this will be in accordance with the process defined
in the Conditions of Contract.
1.1 INSURANCE PROVIDED BY CONTRACTOR
1.1.1 Insurance
(a) of the Works Sum 0
(b) Public Liability Sum 1
1.1.2 Insurance of construction plant and equipment Sum 1
1.1.3 Transit, loading, unloading insurance of all materials Sum 1
1.1.4 Common Law Liability Sum 1
1.1.5 Any other insurance required (i.e. motor vehicle liability insurance and balance
of Third Party, etc.) Sum 1
1.1.6 Discount if specified insurance is provided by the Employer Sum 1
in accordance with the Special Conditions of Contract (refer to Part 14)
1.2 SITE ESTABLISHMENT
1.2.1 Establishment of Offices on Site Sum 1
1.2.2 Establishment of Storage Facilities on Site Sum 1
1.2.3 Establishment of Ablution Facilities on Site Sum 1
1.2.4 Provision of Site Instruction Book on site for the use by Sum 1
the Consulting Electrical Engineer's representative)
1.2.5 Facilities for the Engineer as Specified Sum 0
1.2.6 Provision of Security for site establishment Sum 1
1.2.7 Removal of all facilities upon completion of contract Sum 1
1.2.8 Provision of Sureties Sum 1
1.2.9 Other fixed charge obligations not covered by above Sum 1
(specify)
1.3 TIME RELATED ITEMS
1.3.1 Project Supervision /month 10
1.3.2 Project Administration /month 10
1.3.3 Maintenance of facilities on Site /month 10
1.3.4 Maintenance of facilities for the Engineer /month 10
1.3.5 Allowance for twelve months guarantee and free maintenance of the Works /month 12
1.3.6 Allowance for an additional twelve months guarantee and free maintenance of /month 12
Works, which may be instructed at the discretion of the Employer
1.3.7 Managing Sub Contractors, SMME's, ABE's /month 10
1.3.8 Allowance for PSC meetings for implementation period /month 6
1.3.9 Provide process control & Instrumentation commissioning technician for the /month 4
adjustment & calibration of all SCADA, Telemetry, Measurement, Control
and electrical protection (grading) equipment installed. The technician
shall be available for 40 hours per week (Refer Part 11.1.14 of Volume 1).
1.3.10 Conduct re-calibration exercise of all SCADA, Telemetry, Measurement, / 6 month 2
Control and medium / low voltage protection (grading) equipment installed
(Allow for the same commissioning technician in 1.3.9 for 80 hours per
6 month visit)(Refer Part 11.1.18 of Volume 1)
TOTAL CARRIED FORWARD TO SUMMARY R
Part A Page 1
Buffalo City Municipality
Contract BCC/DES/MIG/1078/2009
PART A : PRELIMINARY AND GENERAL
Item Description Unit Qty Rate Amount
Balance brought forward from previous page
1.4 STANDING TIME
Standing Time Costs for any Works interruption due to reasons out of the Contractor's direct control
1.4.1 Labour /day 5
1.4.2 Plant /day 5
1.4.3 Supervision /day 5
1.4.4 Other (please specify) /day 5
1.5 RECORD DRAWINGS
1.5.1 Preparation of Record Drawings, Operating and Maintenance Manuals and
Asset Registers Sum 1
1.5.2 Provision of Certificates of Compliance Sum 1
1.6 EMPLOYMENT OF LOCAL LABOUR
1.6.1 Allow for employment of local labour
1.6.2 Allow for preparation of employee returns and issuing
employment certificates Sum 1
1.7 COMMUNITY LIAISON
1.7.1 Allow for the selection process for the Community Liaison Officer (CLO) Sum 0
1.7.2 Allow for liaison with the Community Liaison Officer (CLO) Sum 1
1.7.3 Allow for liaison with the relevant Project Steering Commitee (PSC) /month 6
1.7.4 Allow for attending the Project Steering Commitee (PSC) meetings (attendee to be an authorised
representative of the appointed Contractor e.g. management level) /mtg 6
1.8 SECURING THE WORKS
1.8.1 Allow for security for the duration of the Contract, as determined by the
Contractor, and as Specified /month 22
1.8.2 Allowance for security for the optional extended guarantee period /month 12
1.9 MEETING REQUIREMENTS FOR COORDINATING & PROTECTING EXISTING SERVICES
1.9.1 Coordinate with BCM to identify existing services and routes Sum 1
1.9.2 Coordinate with BCM to approve the extent, location and routes of existing Sum 1
services for construction activities
1.9.3 Coordinate with BCM to protect identified to protect existing services Sum 1
1.9.4 Coordinate with BCM to approve connection, testing and commissioning of
the Works Sum 1
1.10 PREPARATION OF CASH FLOW FORECAST & EMPLOYEE RETURNS FOR EACH CERTIFICATE
1.10.1 Allow for preparation of cash flow forecast and employee records with each
claim for payment Sum 1
1.11 PREPARATION OF DETAILED DRAWINGS AND PROGRAM
Allow for the preparation and submission to the Engineer for approval of the
following detailed drawings and program prior to manufacture and/or installation:
1.11.1 GA drawing for low voltage panels No. 1
1.11.2 Detailed schematic and circuit drawings for low voltage panels No. 1
1.11.3 Detailed schematic and circuit drawings for SCADA equipment No. 1
1.11.4 Detailed schematic, circuit drawings and I/O schedules for all Telemetry No. 1
1.11.5 Detailed schematic, circuit and layout drawings for the fire protection installation No. 1
1.11.6 Detailed schematic, circuit and layout drawings for the access control & CCTV in No. 1
1.11.7 Detailed schematic and layout drawings for the medium voltage installation No. 1
1.11.8 Manufacturing and testing program
Allow for the preparation and submission to the Engineer
for approval of the detailed manufacturing, works testing, delivery, installation, site
testing and commissioning program, which shall be separated for each sub system.
No. 1
Total carried forward to next page R
Part A Page 2
Buffalo City Municipality
Contract BCC/DES/MIG/1078/2009
PART A : PRELIMINARY AND GENERAL
Item Description Unit Qty Rate Amount
Balance brought forward from previous page
1.12 TRAINING
1.12.1 Access control, SCADA, CCTV, low voltage, medium voltage operational
training for staff, as defined in Part 11.3.9 Sum 1
1.12.2 Access control, SCADA, CCTV, low voltage, medium voltage maintenance
training for staff, as defined in Part 11.3.9 Sum 1
2 Meeting OHS Specification Requirements
(refer to the detailed Specification and Part 13)
2.1 OHS ACT COMPLIANCE AND HEALTH & SAFETY PLAN
2.1.1 Allow for the preparation and submission to the Engineer for approval of the
health & safety plan, which will comply in full with the OHS Act requirements
as detailed in the Specification Sum 1
2.2 OHS ACT COMPLIANCE AND IMPLEMENTING THE HEALTH &
SAFETY PLAN
2.2.1 Allow for the implementation for the duration of the construction period of the
health & safety plan, which will comply in full with the OHS Act requirements
as detailed in the Specification /month 10
2.2.2 Allowance for twelve months implementation during the defects liability period /month 12
if required.
2.2.3 Allowance for an additional implementation during the additional defects /month 12
liability period, which may be instructed at the discretion of the Employer
if required.
3 Meeting CEMP Specification Requirements
(refer to the detailed Specification and Part 15)
3.1 CEMP COMPLIANCE AND METHOD STATEMENT
3.1.1 Allow for the preparation and submission to the Engineer for approval of the
method statement, which will comply in full with the CEMP requirements
as detailed in the Specification Sum 1
3.2 CEMP COMPLIANCE AND IMPLEMENTING THE CEMP
METHOD STATEMENT
3.2.1 Allow for the implementation for the duration of the Contract period of the
CEMP method statement, which will comply in full with the CEMP requirements
as detailed in the Specification /month 10
3.2.2 Allowance for twelve months implementation during the defects liability period /month 12
if required.
3.2.3 Allowance for an additional implementation during the additional defects /month 12
liability period, which may be instructed at the discretion of the Employer
if required.
3.3 ATTENDANCE ON CIVIL ENGINEERING SUB CONTRACTOR
3.3.1 The process applicable to the implementation by the Civil Engineering
sub contractor of the civil scope of work is defined in Part 12.19.
The Contractor shall allow for coordinating the activities on Site with the
sub contractor to suit the program for the electrical and civil scope of work /month 6
3.3.2 The Contractor shall allow for compiling a SAFCEC nominated sub
contract agreement with the sub contractor for the civil scope of work Sum 1
3.3.3 The Contractor shall allow for coordinating the constructions on Site
by the sub contractor of the trench, cable conduits, substation building,
and all internal building finishes to suit the program for the electrical work /month 6
CARRIED TO SUMMARY FOR SECTION A R
NOTES
SUMMARY FOR PART A : PRELIMINARY & GENERAL
TOTAL FOR PART A CARRIED TO ELECTRICAL SUMMARY R
1.Preliminary & General Costs for Time Related Items shall be adjusted according to the Contract Period specified by the Tenderer in the Formof Tender.
2. TheTenderer shall enter the specified number of months required for the Contract Period in the "QTY" column, and shall extend the rates to the "TOTAL" column
PART A : PRELIMINARY & GENERAL R
Part A Page 3
Buffalo City Municipality
Contract BCC/DES/MIG/1078/2009
PART B : ELECTRICAL AND MECHANICAL SERVICES
Item Description Unit Qty Rates Amount
Supply Install
1 Schedule 1 : Low Voltage cables
1.1 Low Voltage (600 / 1 000 V) Cables
Supply, delivery and installation of PVCSWAPVC (or XLPE) cables
Cables to have stranded copper conductors. (Installation
rate to include for installation of cables within wireways,
trays, ducts, sleeves, trenches, etc.)
1.1.1 300 mm x 1 core (XLPE insulated) m 80
1.1.2 185 mm x 4 core m 460
1.1.3 120 mm x 4 core m 70
1.1.4 95 mm x 4 core m 140
1.1.5 50 mm x 4 core m 60
1.1.6 25 mm x 4 core m 70
1.1.7 16 mm x 4 core m 480
1.1.8 6 mm x 4 core m 1920
1.1.9 4 mm x 4 core m 640
1.1.10 4 mm x 3 core m 720
1.1.11 2.5 mm x 7 core m 1400
1.1.12 2.5 mm x 4 core m 3200
1.1.13 2.5 mm x 3 core m 600
1.1.14 2.5 mm x 2 core m 1500
1.1.15 35 mm x 4 core m 290
1.1.16 10 mm x 4 core m 50
1.2 Low Voltage (600 / 1 000 V) Cable Terminations
Supply, delivery and installation of cable terminations including
all fastening materials, glands, shrouds, lugs, and the connection
of the cable lugs to the specified terminal equipment and connectors.
1.2.1 300 mm x 1 core (XLPE insulated) no. 26
1.2.2 185 mm x 4 core no. 16
1.2.3 120 mm x 4 core no. 4
1.2.4 95 mm x 4 core no. 2
1.2.5 50 mm x 4 core no. 2
1.2.6 25 mm x 4 core no. 2
1.2.7 16 mm x 4 core no. 8
1.2.8 6 mm x 4 core no. 92
1.2.9 4 mm x 4 core no. 60
1.2.10 4 mm x 3 core no. 20
1.2.11 2.5 mm x 7 core no. 36
1.2.12 2.5 mm x 4 core no. 268
1.2.13 2.5 mm x 3 core no. 68
1.2.14 2.5 mm x 2 core no. 156
1.2.15 35 mm x 4 core no. 2
1.2.16 10 mm x 4 core no. 10
Earthing
1.3 Bare Stranded Copper Earth Wire
Supply, delivery and installation of bare stranded copper
earth wire.
1.3.1 70 mm m 400
1.3.2 50 mm m 140
1.3.3 25 mm m 350
1.3.4 16 mm m 70
TOTAL FOR SCHEDULE CARRIED FORWARD R
PartBPage4
Buffalo City Municipality
Contract BCC/DES/MIG/1078/2009
PART B : ELECTRICAL AND MECHANICAL SERVICES
Item Description Unit Qty Rates Amount
Supply Install
Balanced carried forward
1.3.5 10 mm m 240
1.3.6 6 mm m 50
1.3.7 4 mm m 1300
1.3.8 2.5 mm m 1200
1.4 Bare Stranded Copper Earth Wire
Supply, delivery and installation of terminations including all fastening
materials and lugs, and the connection to the specified terminal equipment..
1.4.1 70 mm no. 8
1.4.2 50 mm no 2
1.4.3 25 mm no 4
1.4.4 16 mm no 2
1.4.5 10 mm no 4
1.4.6 6 mm no 10
1.4.7 4 mm no 62
1.4.8 2.5 mm no 64
1.5 Earthing & Lightning Protection
Allow for complete earthing and lightning protection of each
control room and substation building, including bonding of the
reinforcing steel as detailed in the Project Specification.
1.5.1 Supply and install one trench earth and one 6000mm radius 70mm
"crows foot" earth mat & 4 earth spikes for each building ground electrode system,
(trenching, 70mm earth conductor & 4 no earth spikes included) Sum 5
1.5.2 Supply and install bonding termiations and connections between the
concrete reinforcing and the trench earth utilising 70mm copper No 20
(70mm earth conductor included)
1.5.3 Install 25mm ridge conductors and four down conductors for lightning
protection for each contrrol room building, complete with connections to m 50
roof material, wall insulators, and connections to trench earth
1.5.6 Supply and install one trench earth and one 6000mm radius 70mm No 2
"crows foot" earth mat & 4 earth spikes for substation LV & 11kV
ground electrode system,
(trenching, 70mm earth conductor & 4 no earth spikes included)
1.5.7 Coordinate the installation of the lightning protection installation
with the Civil Contractor Sum 2
1.5.8 Complete earth test measurements and provide certificate of
compliance for the completed lighting protection installation Sum 1
TOTAL FOR SCHEDULE CARRIED FORWARD TO SUMMARY R
PartBPage5
Buffalo City Municipality
Contract BCC/DES/MIG/1078/2009
PART B : ELECTRICAL AND MECHANICAL SERVICES
Item Description Unit Qty Rates Amount
Supply Install
Schedule 2 : Electrical Equipment
2.1 Low Voltage Electrical Motor Control Centres
Supply, delivery and installation of surface floor mounted units,
including all fixing goods and lockable hinged doors, as
specified and detailed in the drawings. All to SABS 0122
and IEC 439-1
The Contractor shall provide for the motor control, VFC starters,
auxiliary relays, and control circuit wiring complete.
Refer to drawings for all plant motor control centre details.
Flow and level monitoring equipment are measured separately
but the Contractor shall allow for the installation, connection, testing
of these items in the tendered rate for each MCC, and the complete
functional testing of the panel before dispatch to Site.
The functional Works testing shall be witnessed by the Engineer.
Main substation MDB, including standby diesel alternator control & changeover & UPS supply panel
2.1.1 Supply no. 1
2.1.2 Programming & functional works testing no. 1
2.1.3 Deliver to site and offload no. 1
2.1.4 Install & connect all cables (cable terminations measured elsewhere) no. 1
2.1.5 Test, commission and provide CoC no. 1
Decommissioning and removal of existing aeration motor control panel DBA
2.1.6 Decommision to suit project program no. 1
2.1.7 Disconnection and removal of all electrical cables no. 1
2.1.8 Disconnection motor control panel no. 1
2.1.9 Deliver cables & panel to BCM Stores and offload no. 1
2.1.10 Install replacement sub DB (Sub DB measured elsewhere) no. 1
2.1.11 Reconnect all light and SSO circuits sum 1
2.1.12 Test, commission and provide CoC no. 1
Substation, office & all control room SDB's
2.1.13 Supply no. 7
2.1.14 Functional works testing no. 7
2.1.15 Deliver to site and offload no. 7
2.1.16 Install & connect all cables (cable terminations measured elsewhere) no. 7
2.1.17 Test, commission and provide CoC no. 7
Motor control float switches
Supply, delivery and installation of Flygt mercury float switches, including
integral 5m flexible cable, installed within concrete chambers,
cable in surface PVC conduit, terminated in external boxes
complete with compression gland and shroud (box and
conduit measured elsewhere)
2.1.18 One changeover NO/NC switch no. 10
Blower room DBB, including main isolator, and individual circuits for each blower panel
2.1.19 Supply no. 1
2.1.20 Deliver to site and offload no. 1
2.1.21 Install & connect all cables (cable terminations measured elsewhere) no. 1
2.1.22 Test, commission and provide CoC no. 1
Removal of existing control room equipment, transformer and overhead 11kV line
2.1.23 Coordinate, isolate and obtain PTW for existing equipment no 1
2.1.24 Disconnect and load on site no 1
2.1.25 Deliver to BCM stores in Chiselhurst and offload no 1
TOTAL FOR SCHEDULE CARRIED FORWARD R
PartBPage6
Buffalo City Municipality
Contract BCC/DES/MIG/1078/2009
PART B : ELECTRICAL AND MECHANICAL SERVICES
Item Description Unit Qty Rates Amount
Supply Install
Balanced carried forward
2.2 Ancillary Low Voltage Electrical Equipment
Supply, delivery and installation of ancillary equipment for
extraction fans, exterior lighting, internal local plant,
2.2.1 30 ampere double pole isolator including IP65 PVC flush/surface box no. 4
2.2.2 10 ampere photoelectric daylight switch no. 2
2.2.3 32 ampere four pole IP65 switched socket outlet & flanged plug no. 6
2.2.4 10 ampere three pole isolator including IP65 PVC flush/ surface box no. 10
including 1NO and 1NC auxiliary contact on isolator
2.3 Switches
Supply, delivery and installation of Clipsal Series S2000 light switches, including
outlet boxes and covers, mounted to either flush or
surface PVC boxes, complete with terminal shroud
2.3.1 One lever, one way switch no. 10
2.3.2 One lever, two way switch no. 10
2.4 Socket Outlets
Supply, delivery and installation of socket outlets, including
PVC boxes and covers, including terminal shrouds
2.4.1 16 ampere, double no. 40
2.4.2 16 ampere, single, for industrial use no. 1
2.4.3 16 ampere, three phase, for industrial use with male plug no. 3
2.5 Covers
2.5.1 126 mm x 126 mm (4 x 4), two module grid plate no. 1
2.5.2 126 mm x 60 mm (4 x 2), horizontal for socket outlet no. 3
2.6 Remote internal and external motor control and e Stop stations
2.6.1 Emergency Stop Lock Push Buttons (e stations)
Supply, delivery and installation of emergency stop lock no. 58
push buttons complete in surface mounting Rittal IP66 304 ss box
including 304 stainless steel support bracket fitted to pump plinth,
or concrete/ brick wall.
2.6.2 Remote Stop/ start control stations, including Push Buttons
Supply, delivery and installation of remote stop/ start control stations no. 1
including push buttons complete in surface mounting Rittal IP66 304 ss box
including 304 stainless steel support bracket fitted to pump plinth,
or concrete/ brick wall.
2.6.3 Remote forward/ reverse/ stop/ start control stations, including Push Buttons
Supply, delivery and installation of remote forward/reverse/stop/start no. 5
control stations including push buttons complete in surface mounting
Rittal IP66 304 ss box including 304 stainless steel support bracket
fitted to pump plinth,or concrete/ brick wall.
2.6.4 Remote motor isolator stations, including isolator & auxiliary contacts & e stop push buttons
Supply, delivery and installation of remote motor isolator station,
including isolator (amp rating, and number of poles) and auxiliary contacts
complete in surface mounting Rittal IP66 304 ss box including 304
stainless steel support bracket fitted to pump plinth,or concrete/ brick wall,.
including supply, delivery and installation of emergency stop lock.
TOTAL FOR SCHEDULE CARRIED FORWARD R
PartBPage7
Buffalo City Municipality
Contract BCC/DES/MIG/1078/2009
PART B : ELECTRICAL AND MECHANICAL SERVICES
Item Description Unit Qty Rates Amount
Supply Install
Balanced carried forward
2.6.4.1 10A * 3 pole with 1NO and 1NC auxiliary contact & e stop no 33
2.6.4.2 30A * 3 pole with 1NO and 1NC auxiliary contact & e stop no 3
2.6.4.3 30A * 6 pole with 1NO and 1NC auxiliary contact & e stop no 15
2.6.4.4 63A * 6 pole with 1NO and 1NC auxiliary contact & e stop no 5
2.6.4.5 100A * 6 pole with 1NO and 1NC auxiliary contact & e stop no 4
2.7 Connection of electrical equipment
The Contractor shall allow for the connection and testing, including
the wiring of emergency stops, as required for the complete electrical
installation to the following equipment (including coordination)
(supply of equipment, cables, terminations measured elsewhere)
2.7.1 Inlet Works building no. 1
2.7.2 Sludge dewatering building no. 1
2.7.3 Control room building no. 1
2.7.4 Aeration control building no. 1
2.7.5 Blower equipment building no. 1
2.7.6 Substation building no. 1
2.7.7 Existing office building no. 1
2.7.8 New chlorine dosing building no. 1
2.7.9 New RAS sump no. 1
2.7.10 New Scum sump no. 1
2.7.11 New WAS tank no. 1
2.7.12 New WAS sump no. 1
2.7.13 Existing clarifier no. 2
2.7.14 New clarifier no. 1
2.7.15 New Wash water filter pump room no. 1
2.7.16 New effluent delivery pump room no. 1
2.7.17 New gate house building no. 1
2.8 Cable Tray
Supply, delivery and installation of 304 stainless steel mesh
metal cable tray of welded construction, including splices and
fixing materials, hanger fittings and threaded rods.
All tray, accessories and fixings to be supplied and installed in accordance
with the Specification and shall utilise only 304 stainless steel fixings
(type O Line Gridspan GS50 304SS or equal and approved)
300 mm medium duty
2.8.1 Cable tray m 120
2.8.2 Horizontal elbow (bend) no. 20
2.8.3 Horizontal elbow (riser) no. 30
2.8.4 Horizontal elbow (dropper) no. 5
2.8.5 Horizontal tee no. 15
2.8.6 40*40*5 angle iron 304 ss support bracket no. 60
200 mm medium duty
2.8.7 Cable tray m 50
2.8.8 Horizontal elbow (bend) no. 10
2.8.9 Horizontal elbow (riser) no. 10
2.8.10 Horizontal elbow (dropper) no. 5
2.8.11 Horizontal tee no. 10
2.8.11 25*25*5 angle iron 304 ss support bracket no. 25
TOTAL FOR SCHEDULE CARRIED FORWARD R
PartBPage8
Buffalo City Municipality
Contract BCC/DES/MIG/1078/2009
PART B : ELECTRICAL AND MECHANICAL SERVICES
Item Description Unit Qty Rates Amount
Supply Install
Schedule 3 :Conduit and Conduit Accessories
3.1 PVC SABS Approved Conduit
Supply, delivery and installation of conduit chased in brickwork
or cast in concrete, including bushes, couplings, saddles, bends,
wastage, etc., excluding outlet boxes
3.1.1 20 mm diameter conduit m 600
3.1.2 25 mm diameter conduit m 100
3.1.3 32 mm diameter conduit m 10
3.1.4 50 mm diameter conduit m 10
3.2 PVC SABS Approved Conduit Accessories
Supply, delivery and installation of conduit accessories chased in
brickwork or cast in concrete
3.2.1 100 mm x 100 mm x 50 mm conduit box no. 44
3.2.2 100 mm x 50 mm x 50 mm conduit box no. 20
3.2.3 50 mm diameter conduit box for 20 mm conduit no. 50
3.2.4 50 mm diameter conduit box for 25 mm conduit no. 10
3.2.5 300 mm x 300 mm x 50 mm conduit box no. 10
3.3 Construction of Manholes
Construction of manholes including excavation, temporary
support of sides, keeping excavation dry, bedding material
backfilling and compaction to standard specifications
Construction to be 230 mm brick walls, plastered internally,
complete with 100 mm thick concrete base and
heavy duty GRP frame and lid (padlockable)
3.3.1 11kV Manhole size : 1200 mm long x 1200 mm wide x 1000 mm deep no. 2
3.3.2 LV Manhole size : 800 mm long x 800 mm wide x 800 mm deep no. 20
3.4 Sleeves / Ducts
Supply and installation of "Kabelflex" high density (or equal and approved)(internal to plant rooms
and external in the Site) polyethylene (HDPE) ducts with double wall construction,
corrugated outer wall and smooth inner wall finish & couplings
in accordance with the Specification and detailed drawings
3.4.1 50 mm diameter (black) m 50
3.4.2 50 mm diameter, slow bend (black) no. 10
3.4.3 110 mm diameter (black) m 1450
3.4.4 110 mm diameter, slow bend (black) no. 10
3.4.5 110 mm diameter (green) m 350
3.4.6 110 mm diameter, slow bend (green/orange) no. 5
3.4.7 160 mm diameter (black) m 40
3.4.8 160 mm diameter, slow bend (black) no. 2
3.4.9 110 mm diameter (orange) m 1320
3.4.9 Supply and install 1.6mm 304 stainless steel draw wires in HDPE conduit m 3160
3.4.10 Prove conduit installation to Specification Sum 3160
3.5 HDPE junction boxes
Supply and installation of "Kabelflex"(or equal and approved) high density
polyethylene (HDPE) stacking junction boxes 450mm or 600mm,
each comprising three boxes stacked vertically, including concrete base
and concrete support for heavy duty lid
(all boxes to be black in colour)
3.5.1 3 no 600mm* 600mm stacking boxes in one vertical manhole unit no. 42
3.5.2 600mm* 600mm heavy duty GRP frame and lid (padlockable) no. 42
TOTAL FOR SCHEDULE CARRIED FORWARD TO SUMMARY R
PartBPage9
Buffalo City Municipality
Contract BCC/DES/MIG/1078/2009
PART B : ELECTRICAL AND MECHANICAL SERVICES
Item Description Unit Qty Rates Amount
Supply Install
Balanced carried forward
3.6 Cable Markers
Pre-cast concrete cable markers, complete with galvanised
wire fastened to cable or sleeve and aluminum marker
plate, engraved with cable and / or sleeve details
3.6.1 Cable markers no. 10
3.7 Cable Warning Tape
"Skull and Crossbones" danger tape, installed 100 mm above
cable / sleeve
3.7.1 Danger tape m 1700
3.8 Galvanised steel conduit SABS approved
Supply and installation of conduit surface mounted or recessed in
walls and floor including bushes, locknuts, couplings & saddles
3.8.1 20mm diamter conduit m 100
3.8.2 50mm diameter round boxes to suit 20mm conduit no 10
TOTAL FOR SCHEDULE CARRIED FORWARD TO SUMMARY R
PartBPage10
Buffalo City Municipality
Contract BCC/DES/MIG/1078/2009
PART B : ELECTRICAL AND MECHANICAL SERVICES
Item Description Unit Qty Rates Amount
Supply Install
Schedule 4: Insulated Wiring (600 / 1 000 V)
4.1 PVC Insulated Copper Conductors
Supply, delivery and installation of PVC insulated, single
core, stranded copper conductors, drawn into wireways,
fixed surface or beneath plaster
4.1.1 2.5 mm, for use as conductors m 3000
4.1.2 4.0 mm, for use as conductors m 300
4.1.3 6.0 mm, for use as conductors m 100
4.1.4 10.0 mm, for use as conductors m 100
4.1.5 16.0 mm, for use as conductors m 100
4.1.6 2.5 mm, for use as earth wire m 1500
TOTAL FOR SCHEDULE CARRIED FORWARD TO SUMMARY R
PartBPage11
Buffalo City Municipality
Contract BCC/DES/MIG/1078/2009
PART B : ELECTRICAL AND MECHANICAL SERVICES
Item Description Unit Qty Rates Amount
Supply Install
5 Schedule 5: Area and internal lighting luminaires and lamps
5.1 Luminaires
Supply, delivery and installation of luminaires, including lamps, either fixed to
round conduit boxes cast into brickwork or conduit boxes
supported to ceiling / roof structure or mounted in recessed
ceiling grid, including all fixing materials and terminations
Specification in accordance with Luminaire Schedule (or equal and approved)
in the Part 11.2.7 of the detailed Project Specifications
5.1.1 Type 1: 2*58W surface fluorescent (Nordland/ INV/N20/258/ECG/SS no. 45
5.1.2 Type A Bulkhead 70HPS-T: Bekanova/ 70W HPS-T no. 12
5.1.3 Type B Bulkhead 70W HPS T: (Nordland/ INV/N20/70HPS/ECG/SS no. 9
5.1.4 Type C Bulkhead 150W HPS: Bekatec/150WHPS-E/SS304 no. 9
5.1.5 Type A Roadway & area lighting: Bekalane/70WHPS-T/BE no. 21
5.2 Lamps
Supply, delivery and handover of spare lamps to Employer
5.2.1 150 Watt, HPS E no. 2
5.2.2 58 Watt, 26 mm diameter fluorescent with bipin, cool white no. 6
5.2.3 70 Watt, HPST & E no. 2
5.3 GRP luminaire mounting poles
5.3.1 Supply, deliver and install GRP poles for 8 m mounting height,
circular cross section and 76 mm diameter spigot, complete
with removable base cover, secured with hexagonal screws,
one no. 5A SP 5kA MCB's, terminal box suitable for three
6 mm x 4 core PVC PVC SWA cables, and
2.5 mm x 3 core PVC non-armoured cable between the
MCB and luminaire for one or two no. 70W HPSE luminaire no. 16
BEKA type K187680, colour K640 sandstone (excavations measured elsewhere)
(or equal and approved)
5.3.2 Deliver, off-load and store no 16
5.3.3 Connect and commission no 16
(streetlight cable termination measured elsewhere)
5.3.4 Supply & install dual luminaire outreach arm for two units per mast no 5
TOTAL FOR SCHEDULE CARRIED FORWARD TO SUMMARY R
PartBPage12
Buffalo City Municipality
Contract BCC/DES/MIG/1078/2009
PART B : ELECTRICAL AND MECHANICAL SERVICES
Item Description Unit Qty Rates Amount
Supply Install
6 Schedule 6 : 11 kV cables, transformers & switchgear
6.1 MV indoor 11 kV transformers
1250 kVA 11000/400V indoor transformers, complete with
11 kV & LV cable boxes, auxiliary equipment, galvanised radiator and zinc
metal sprayed coastal finish to transformer tank, with
equipment specified in Schedule 11.3 for transformer protection
All in accordance with the Specification
6.1.1 Supply No 2
6.1.2 Deliver to site and offload No 2
6.1.3 Connect 11 kV & LV cables (cables & terminations measured elsewhere) No 2
6.1.4 Connect 11 kV earthing No 2
6.1.5 Test and Commission and provide COC for each unit No 2
6.2 Medium Voltage Cables
Paper insulated, fully impregnated, lead covered,
PVC bedded, galvanised steel tape armoured, PVC
sheathed, stranded copper conductors 6.35/ 11 kV three core
cables to SABS 97: 1991
6.2.1 70mm x 3 core
excavate existing and expose sealed ends m 10
Collect, deliver to Site & install in trench free issue cable from BCM m 300
Supply & install additional cable for connection to transformers m 300
6.3 Medium Voltage Cable Terminations
MV heat shrinkable cable indoor Raychem (or equal and approved)
terminations for PILC insulated galvanised steel tape armoured
6.35/ 11 kV cables, terminate to switchgear, including lugs & tapes,
to Specification:
6.3.1 70mm x 3 core No 7
6.4 Medium Voltage Cable Joints
MV heat shrinkable cable indoor Raychem (or equal & approved)
joints for PILC insulated galvanised steel tape armoured
6.35/ 11 kV cables, including lugs & tapes,
to Specification:
6.4.1 70mm x 3 core No 1
6.5 Medium Voltage Cable testing and commissioning
Apply AC & DC cable tests, as Specified for each of the new
underground PILC insulated steel tape armoured 6.35/11 kV
cable installations.
Provide COC for each completed installation.
6.5.1 70mm x 3 core installations No. 4
6.6 11 kV miniature substation
500 kVA 11000/400V miniature substation , complete with
11 kV RMU, LV switchgear compartment, auxiliary equipment, galvanised radiator and zinc
metal sprayed coastal finish to transformer tank, and LV
compartment, and with equipment specified in Schedule 11.3
All in accordance with the NRS004-1:1991 and the Specification
TOTAL FOR SCHEDULE CARRIED FORWARD TO SUMMARY R
PartBPage13
Buffalo City Municipality
Contract BCC/DES/MIG/1078/2009
PART B : ELECTRICAL AND MECHANICAL SERVICES
Item Description Unit Qty Rates Amount
Supply Install
Balanced carried forward
6.6.1 Supply No 1
6.6.2 Deliver to site and offload No 1
6.6.3 Connect 11 kV & LV cables (cables & terminations measured elsewhere) No 1
6.6.4 Connect 11 kV earthing No 1
6.6.5 Test and Commission and provide COC for each unit No 1
6.7 MV indoor 11 kV switchboard
12 kV 25kA 95kV BIL 1250A feeder panel with motor driven vaccuum
circuit breakers in a single busbar configuration, compising:
1 incomer & 2 feeder circuit breakers with OC&EF protection
and one busbar voltage transformer, fully equipped
2 no.transformer feeder circuit breakers, with OC&EF protection, fully equipped
All in accordance with the Specification.
( Asltom SBV4 (or equal and approved) vaccuum units as detailed in Part 11.3)
6.7.1 Supply No 1
6.7.2 Deliver to site and offload No 1
6.7.3 Connect 11 kV cables No 1
6.7.4 Connect 11 kV earthing No 1
6.7.5 Test and Commission and provide COC for completed panel unit No 1
6.8 30V dc Battery trip unit
30 V dc 10 Ah battery trip unit installed in the Substation, as specified
in Part 11.3.
All in accordance with the Specification
6.8.1 Supply no. 1
6.8.2 Deliver to site and offload no. 1
6.8.3 Connect to LV panel, and 11kV panel as Specified no. 1
6.8.4 Test and Commission and provide COC for each unit no. 1
6.9 Uninterrupted power supply units
230V free standing 15 kVA UPS unit installed in the
LV switchroom, and connected to the LV indoor panel at 3 phase,
and supplied with separate battery cabinets rated at 9-12 minutes
equipped in accordance with the Specification
(Equal to Meissner MP215)
6.9.1 Supply no. 1
6.9.2 Deliver to site, offload and install no. 1
6.9.3 Connect to 400V supply, earthing & outgoung circuits as Specified no. 1
6.9.4 Test and Commission and provide COC for each unit no. 1
6.10 Standby diesel alternator units
400V free standing diesel alternator units installed in the
Standby Diesel alternator plantroom, connected to the LV indoor panels
at 3 phase, and supplied with integral fuel tank,battery and isolator panel
equipped in accordance with the Specification in Part 11.3.
AMF & control panel to be integrated with MDB in LV switchroom
6.10.1 Supply no. 1
6.10.2 Deliver to site, offload and install no. 1
6.10.3 Connect to 400V supply, earthing & outgoung circuits as Specified no. 1
6.10.4 Supply & install two free standing 2kl tanks with level indication no. 2
6.10.5 Test and Commission and provide COC for each unit no. 1
TOTAL FOR SCHEDULE CARRIED FORWARD TO SUMMARY R
PartBPage14
Buffalo City Municipality
Contract BCC/DES/MIG/1078/2009
PART B : ELECTRICAL AND MECHANICAL SERVICES
Item Description Unit Qty Rates Amount
Supply Install
7 Schedule 7 : Provisional Sums
Provisional Sums have been provided for the following items, which shall be expended at the
sole discretion of the Engineer, and may be omitted in part or in full from the final value of the
Sub Contract Works.
7.1 Mechanical ventilation and filtered air supply to plant rooms and switchroom
The supply and installation of the mechanical ventilation and air filtering equipment
shall be implemented by the Sub Contractor.
A provisional sum has been allowed for the mechanical ventilation systems to be supplied by the Sub Contractor
with appropriate 304 stainless steel ducts, surface mounted or mounted in the ceiling as detailed in the drawings,
and as described in the Specification.
All fixings shall comprise 304 stainless steel and shall comply with the Specification
7.1.1 Provisional Sum for the supply, deliver to site & install of air filtering & ventilation
systems, complete with ducts, for substation, inlet works, sludge Sum 1 170,000.00
dewatering plant, blower room
7.1.2 Sub Contractors profit and attendance on item 7.1.1 %
7.2 Mechanical ventilation and air conditioning system to operator control room
The supply and installation of the mechanical ventilation and air conditioning equipment
shall be implemented by the Sub Contractor.
A provisional sum has been allowed for the mechanical ventilation systems to be supplied by the Sub Contractor
with appropriate 304 stainless steel ducts, surface mounted or mounted in the ceiling as detailed in the drawings,
and as described in the Specification.
All fixings shall comprise 304 stainless steel and shall comply with the Specification
7.2.1 Provisional Sum for the supply, deliver to site & install of air conditioning & ventilation
systems, complete with ducts, for operator control room Sum 1 30,000.00
7.2.2 Sub Contractors profit and attendance on item 7.2.1 %
7.3 Contingencies
7.3.1
Allow a sum for additional scope or changes to the defined scope of work, to be
expended
at the discretion of the Employer, and may be omitted in part or in full Sum 1
500,000.00
7.3.2 Sub Contractors profit and attendance on item 7.3.1 %
7.4 Mechanical ventilation fans for the standby diesel alternator room
The supply and installation of the mechanical ventilation fans and cowls
shall be implemented by the Sub Contractor.
A provisional sum has been allowed for the mechanical ventilation fans to be supplied by the Sub Contractor
with appropriate 304 stainless steel ducts, mounted in the walls as detailed in the drawings,
and as described in the Specification.
All fixings shall comprise 304 stainless steel and shall comply with the Specification
7.4.1 Provisional Sum for the supply, deliver to site & install of ventilation fans and cowls
for standby diesel alternator room Sum 1 30,000.00
7.4.2 Sub Contractors profit and attendance on item 7.4.1 %
TOTAL FOR SCHEDULE CARRIED FORWARD TO SUMMARY R
SUMMARY FOR PART B : ELECTRICAL ENGINEERING SERVICES
SCHEDULE 3 : CONDUIT AND CONDUIT ACCESSORIES
SCHEDULE 4 :INSULATED WIRING
TOTAL FOR PART B CARRIED TO ELECTRICAL SUMMARY
SCHEDULE 1 : LOW VOLTAGE CABLES
SCHEDULE 2: ELECTRICAL EQUIPMENT
SCHEDULE 5 : LUMINAIRES AND LAMPS
SCHEDULE 6 : 11 kV PILC CABLES AND SUBSTATION EQUIPMENT
SCHEDULE 7 : PROVISIONAL SUMS
PartBPage15
Buffalo City Municipality
Contract BCC/DES/MIG/1078/2009
PART C : ELECTRONIC SERVICES
Item Description Unit Qty Rates Amount
Supply Install
Schedule 1 : SCADA, Telemetry & Access control equipment
1.1 Remote terminal units
The Contractor shall allow for the supply, delivery, installation, connection,
configuration, testing and commissioning of the RTU's specified for the Works
in accordance with the detailed specification and the I/O schedules in Part 11
1.1.1 Remote terminal unit for Substation LV switchroom no. 1
1.1.2 Remote terminal unit for Control room (SCADA Adroit 1500 point) no. 1
1.1.2 Remote terminal unit for gate house at entrance area no. 1
1.2 Data cable to connect between remote terminal unit, scada and mimc panel/ PLC
The Contractor shall allow for the supply, delivery, installation in conduits,
termination, connection, testing and commissioning of the complete data cables
between the PLC's and the RTU's in the plant rooms, and the control rooms,
including termination materials.
1.2.1 Cat 5E data cable m 600
1.2.2 Cat 5E data cable compression terminations no. 6
1.2.3 2 core Multimode fibre optic cable (1310 &1550nm; 50/125 & 62.5/125 um diamter) m 900
1.2.4 FO VF-45 or WDM terminations no. 12
1.2.5 Copper -FO converters (100Base FX fibre to 10/100Base- Tx) no. 12
1.3 Set up and configure the QWWTW SCADA and the remote terminal units
and upgrade as required the main server SCADA Adroit
The Contractor shall allow to connect, set up and configure the QWWTW
SCADA, the remote RTU's and the PLC's, and the main WWTW server
1.3.1 Set up & configure LV switchroom RTU no. 1
1.3.2 Set up & configure gatehouse RTU no. 1
1.3.4 Set up & configure QWWTW SCADA no. 1
1.3.5 Set up & configure the PLC's in each of the LV control panels no. 4
1.3.6 Set up & configure new QWWTW I/O's into main WWTW server no. 1
1.3.7 Upgrade as required the main server SCADA Adroit no. 1
1.3.8 1+1 PC configuration no. 2
1.3.9 Configure additional changes to existing SCADA outstations no. 6
1.4 Commissioning & handover of the SCADA installation
The Contractor shall allow to configure each of the three RTU's and the four PLC's
located throughout the control panels in the QWWTW and the central SCADA
in the Administration complex, in accordance with the detailed input/
output schedules defined in the specification and drawings.
In addition, the Contractor shall allow to program the existing SCADA
at the Sewage Works to colate and store the defined operating data
for each item of plant and measurand, defined in the specifications.
The RTU's shall be handed over to the Employer as a fully operational
SCADA system, in compliance with the functional specifications.
Configure, test, commision and transfer to the Employer, including the
data communication network
1.4.1 Remote terminal unit for LV switchroom no. 1
1.4.2 Remote terminal unit for SCADA & operators mimic panel in the control room no. 1
1.4.4 SCADA central station in the Administration building no. 1
1.4.5 PLC's for control panels no. 4
1.4.6 Processing & display of MLSS & DO data from the Blower Room control panel no. 1
1.4.7 Processing & display of inlet flow data from the existing two flow measurement no. 1
1.4.8 Remote terminal unit for the gate house no. 1
1.5 Preparation and commissioning of the reports defined from the SCADA installation
1.5.1 The Contractor shall allow to set up, configure and submit for approval by the Engineer, each
of the process related reports defined in Part 11.3.8 sum 1
TOTAL FOR SCHEDULE CARRIED FORWARD TO SUMMARY R
Part C Page 16
Buffalo City Municipality
Contract BCC/DES/MIG/1078/2009
PART C : ELECTRONIC SERVICES
Item Description Unit Qty Rates Amount
Supply Install
Schedule 1 : SCADA, Telemetry & Access control equipment continued
Balance brought forward
1.6 Upgrading the radio network
Supply, install & commission upgraded digital radio equipment and microwave backbone
in accordance with the detailed specification in Part 11.3
1.6.1 Replace existing mobile radios with digital radios and accessories no. Rate
1.6.2 Upgrade existing radio repeater equipment no. Rate
1.6.3 Upgrade existing backbone microwave links no. Rate
1.7 Access control system software
The Contractor shall allow for the supply, delivery
installation, connection, configuration, testing and commissioning
of the access control system specified for the Works, in
accordance with the detailed specification in Part 11 and
and which shall be licensed to permit
Employer access to the entire software suite from Central control
1.7.1 Access control software as defined in Part 11 Sum 1
1.8 304 stainless steel Goosenecks and readers for vehicle control booms
The Contractor shall allow for the supply, delivery
installation, connection, configuration, testing and commissioning
of the 304 stainless steel goosenecks and IP65 readers and each vehicle control
boom as specified
1.8.1 Supply, deliver to site and install 304 stainless steel goosenecks and IP65 readers
as specified no. 1
1.8.2 Install and connect communication wiring for readers and 304 stainless steel kiosks
as specified including connecting wiring. no. 1
1.8.3 Test and commission card reader installations no. 1
1.9 Power supply units for readers
The Contractor shall allow for the supply, delivery
installation, connection, configuration, testing and commissioning
of the power supply units required for each readers and vehicle control
gate installation as specified
1.9.1 Supply, deliver to site and install power supply units
as specified no. 6
1.9.2 Install and connect electrical wiring to readers and gate kiosks
as specified including connecting wiring. no. 6
1.9.3 Test and commission power supply installations no. 6
1.10 Key pad token proximity readers for building and kiosk door control
The Contractor shall allow for the supply, delivery
installation, connection, configuration, testing and commissioning
of the IP65 key pad token proximity readers and associated
powers supply unit as specified
1.10.1 Supply, deliver to site and install IP65 key pad and door control readers
as specified no. 4
1.10.2 Supply, deliver to site and install power supply units to suit readers
and associated door activators, as specified no. 4
TOTAL FOR SCHEDULE CARRIED FORWARD TO SUMMARY R
Part C Page 17
Buffalo City Municipality
Contract BCC/DES/MIG/1078/2009
PART C : ELECTRONIC SERVICES
Item Description Unit Qty Rates Amount
Supply Install
Schedule 1 : SCADA, Telemetry & Access control equipment continued
Balance brought forward
1.10.3 Install and connect power wiring for readers
as specified, including connecting wiring. no. 4
1.10.4 Install and connect communication wiring for readers
as specified in including connecting wiring. no. 4
1.10.5 Test and commission key pad card reader installations no. 4
1.11 Door open detectors for building access control
The Contractor shall allow for the supply, delivery
installation, connection, configuration, testing and commissioning
of magnetic door open detectors for the specified doors to be controlled
1.11.1 Supply, deliver to site and install magnetic door open detectors
as specified no. 10
1.11.2 Install and connect communication wiring for detectors
as specified including connecting wiring. no. 10
1.11.3 Test and commission magnetic door open detector installations no. 10
1.12 Passive infra red motion detectors for building access control
The Contractor shall allow for the supply, delivery
installation, connection, configuration, testing and commissioning
of the passive infra red motion detectors as specified in Part 11
1.12.1 Supply, deliver to site and install passive infra red detectors
as specified no. 10
1.12.2 Install and connect communication wiring for detectors
as specified including connecting wiring. no. 10
1.12.3 Test and commission passive infra red detector installations no. 10
1.13 Connection and commissioning of door strike lock installations for building access control
The strike locks required for building access control shall be supplied
and installed by the Building Contractor under a separate Contract.
The Contractor shall allow for the supply, installation of the control
wiring, connection, configuration, testing and commissioning
of door strike lock systems for the specified doors to be controlled
1.13.1 Supply, install and connect electrical wiring for door strike lock control
as specified no. 5
1.13.2 Test and commission door strike lock installations no. 5
1.14 Controller modules
The Contractor shall allow for the supply, delivery, installation
connection, configuration, testing and commissioning of the addressable
controller modules required to control a minimum of 32 full anti pass back controlled
locations, with one controller installed at each operational centre, as specified
1.14.1 Supply, deliver to site and install controller modules
as specified no. 1
1.14.2 Install and connect electrical wiring to controller modules
as specified including connecting wiring. no. 1
1.14.3 Install and connect RS485 communication wiring to controller modules
as specified including connecting wiring. no. 1
1.14.4 Supply, deliver to site and install power supply units
as specified no. 1
1.14.5 Test and commission controller module installations no. 1
TOTAL FOR SCHEDULE CARRIED FORWARD TO SUMMARY R
Part C Page 18
Buffalo City Municipality
Contract BCC/DES/MIG/1078/2009
PART C : ELECTRONIC SERVICES
Item Description Unit Qty Rates Amount
Supply Install
Schedule 1 : SCADA, Telemetry & Access control equipment continued
Balance brought forward
1.15 Access control wiring
The Contractor shall allow for the supply, delivery, installation
connection, testing and commissioning of the all data & power wiring
for connection of all remote hardware elements to the associated controllers,
power supply units, detectors and readers in all locations as specified
1.15.1 Supply, deliver to site and install all wiring material and connectors
as specified m 500
1.16 Access control gate, motor, infrared dectors and sliding mechanism
The Contractor shall allow for the supply, delivery, installation, connection, testing and
commissioning of the access control gate, motor, infra red detectors, all data & power wiring
and for the connection of all remote hardware elements to the associated controllers,
power supply units, detectors and readers in all locations as specified
1.16.1 Supply, deliver to site and install gate, motor, rails, infra red detectors, data and power wiring
as specified no 1
1.17 Substation addressable smoke detector panel and detectors
The Contractor shall allow for the supply, delivery, installation
connection, testing and commissioning of the all data & power wiring
for connection of all remote hardware elements to the associated controllers,
power supply units, detectors and readers in all locations as specified
1.17.1 Supply, deliver to site and install smoke detector panel & four detectors
as specified no 1
TOTAL FOR SCHEDULE CARRIED FORWARD TO SUMMARY R
Part C Page 19
Buffalo City Municipality
Contract BCC/DES/MIG/1078/2009
PART C : ELECTRONIC SERVICES
Item Description Unit Qty Rates Amount
Supply Install
Schedule 2 : Level Control and Monitoring Equipment
2.1 Inlet works channel differential level monitor & control (FE1004A & FE1004B)
The Contractor shall receive as free issue, install, connect, configure, test
and commission two ultrasonic level monitor systems, each
of which shall comprise two Endress & Hauser Prosonic FDU80
ultrasonic sensors, and one Prosonic model FMU 862 differential
level measurement transmitter (or equal and approved) with the specified mounting brackets
in the two inlet channels, and with the transmitters surface mounted and
connected to MDBI. The system shall measure the inflow level to
each inlet channel, and the differential in level across the inlet screens.
Five preset control levels and a 4-20mA analogue signal shall be
provided for indication and alarms to indicate blocking of the screens.
The unit shall be supplied with 50m of cable for each sensor to
to connect between the transmitter.
Two ultra-sonic level transducers and transmitter with five level output
relay settings.
2.1.1 Receive as free issue from Huber, install no. 2
2.1.2 Install wiring between transducers and transmitter no. 2
2.1.3 Test and commission complete differential level system no. 2
2.2 RAS sump level monitor & control (LIT1001)
The Contractor shall supply, install, connect, configure, test
and commission one ultrasonic level monitor system,
which shall comprise one Endress & Hauser Prosonic FMU90
ultrasonic sensor, and one Prosonic level measurement transmitter (or equal and approved) with the
specified mounting brackets and with the transmitters surface mounted and
connected to MDBC. The system shall measure & display the inflow level to
the RAS sump.
Five preset control levels and a 4-20mA analogue signal shall be
provided for indication, control and alarms to the PLC in MDBC.
The unit shall be supplied with 50m of cable for the sensor to
to connect to the transmitter.
2.2.1 Supply, deliver to site & install, & wiring between transducer & transmitter no. 1
2.2.2 Test and commission complete level measurement and control system no. 1
2.3 Scum sump level monitor & control (LIT1002, LIT1003 & LIT1005)
The Contractor shall supply, install, connect, configure, test
and commission one ultrasonic level monitor system,
which shall comprise one Endress & Hauser Prosonic FMU90
ultrasonic sensor, and one Prosonic level measurement transmitter (or equal and approved) with the
specified mounting brackets and with the transmitters surface mounted and
connected to MDBC. The system shall measure & display the inflow level to
the Scum sump.
Five preset control levels and a 4-20mA analogue signal shall be
provided for indication, control and alarms to the PLC in MDBC.
The unit shall be supplied with 50m of cable for the sensor to
to connect to the transmitter.
2.3.1 Supply, deliver to site & install, & wiring between transducer & transmitter no. 3
2.3.2 Test and commission complete level measurement and control system no. 3
TOTAL FOR SCHEDULE CARRIED FORWARD R
Part C Page 20
Buffalo City Municipality
Contract BCC/DES/MIG/1078/2009
PART C : ELECTRONIC SERVICES
Item Description Unit Qty Rates Amount
Supply Install
Balance brought forward
2.4 WAS sump level monitor & control (LIT1004)
The Contractor shall supply, install, connect, configure, test
and commission one ultrasonic level monitor system,
which shall comprise one Endress & Hauser Prosonic FMU90
ultrasonic sensor, and one Prosonic level measurement transmitter (or equal and approved) with the
specified mounting brackets and with the transmitters surface mounted and
connected to MDBC. The system shall measure & display the inflow level in
the WAS sump.
Five preset control levels and a 4-20mA analogue signal shall be
provided for indication, control and alarms to the PLC in MDBC.
The unit shall be supplied with 50m of cable for the sensor to
to connect to the transmitter.
2.4.1 Supply, deliver to site & install, & wiring between transducer & transmitter no. 2
2.4.2 Test and commission complete level measurement and control system no. 2
2.5 Wash water level monitor & control (LIT1004)
The Contractor shall supply, install, connect, configure, test
and commission one ultrasonic level monitor system,
which shall comprise one Endress & Hauser Prosonic FMU90
ultrasonic sensor, and one Prosonic level measurement transmitter (or equal and approved) with the
specified mounting brackets and with the transmitters surface mounted and
connected to MDBC. The system shall measure & display the inflow level to
the wash water sump.
Five preset control levels and a 4-20mA analogue signal shall be
provided for indication, control and alarms to the PLC in MDBC.
The unit shall be supplied with 50m of cable for the sensor to
to connect to the transmitter.
2.5.1 Supply, deliver to site & install, & wiring between transducer & transmitter no. 1
2.5.2 Test and commission complete level measurement and control system no. 1
2.6 Clarifier sludge blanket level monitor & control (SLT1001, SLT1002 & SLT1003)
The Contractor shall supply, install, connect, configure, test
and commission one ultrasonic level monitor system,
which shall comprise one HACH Sonatax sludge level monitor (Cat No 57704-00)
complete with probe, pivot mount hardware and standard sc 100 controller (or equal and approved)
The Contractor shall supply & install, using the specified
mounting brackets and IP65 304 Rittal stainless steel enclosure, the transmitter
& connect to MDBC. The system shall measure & display the sludge blanket level
in each of the three clarifiers.
Three preset control levels and a 4-20mA analogue signal shall be
provided for indication, control and alarms for each clarifier to the PLC in MDBC.
The unit shall be supplied with 50m of cable for the sensor to
to connect to the controller.
2.6.1 Supply, deliver to site & install, & wiring between transducer & transmitter no. 3
2.6.2 Test and commission complete level measurement and control system no. 3
TOTAL FOR SCHEDULE CARRIED FORWARD R
Part C Page 21
Buffalo City Municipality
Contract BCC/DES/MIG/1078/2009
PART C : ELECTRONIC SERVICES
Item Description Unit Qty Rates Amount
Supply Install
Balance brought forward
2.6 Inlet works float switch level monitor & control
The Contractor shall receive as free issue, install, connect, configure, test
and commission two float switches for the wash water storage tanks, each
connected to MDBI. The systems shall measure the level in the storage tanks
and provide control data.
2.6.1 Receive as free issue from Huber, install no. 2
2.6.2 Install wiring between transducers and transmitter no. 2
2.6.3 Test and commission complete differential level system no. 2
2.7 Sludge dewatering works thick sludge ultrasonic level monitor & control
The Contractor shall receive as free issue, install, connect, configure, test
and commission one ultrasonic level detector for the thick sludge storage tanks, each
connected to MDBS. The systems shall measure the level in the storage tanks
and provide control and indication data. The transmitters shall be surface mounted
adjacent to MDBS.
2.7.1 Receive as free issue from Huber, install no. 2
2.7.2 Install wiring between transducers and transmitter no. 2
2.7.3 Test and commission complete level system no. 2
2.8 Sludge dewatering works waste skip ultrasonic level monitor & control
The Contractor shall receive as free issue, install, connect, configure, test
and commission one ultrasonic level detector for the sludge level in the waste skip, each
connected to MDBS. The systems shall measure the level in the waste skip
and provide control and indication data. The transmitters shall be surface mounted
adjacent to MDBS.
2.8.1 Receive as free issue from Huber, install no. 6
2.8.2 Install wiring between transducers and transmitter no. 6
2.8.3 Test and commission complete level system no. 6
2.9 Sludge dewatering works float switch level monitor & control
The Contractor shall receive as free issue, install, connect, configure, test
and commission float switches for the wash water storage tanks, and filter pumps each
connected to MDBS. The systems shall measure the level in the storage tanks
and provide control data.
2.9.1 Receive as free issue from Huber, install no. 2
2.9.2 Install wiring between transducers and transmitter no. 2
2.9.3 Test and commission complete level system no. 2
TOTAL FOR SCHEDULE CARRIED FORWARD TO SUMMARY R
Part C Page 22
Buffalo City Municipality
Contract BCC/DES/MIG/1078/2009
PART C : ELECTRONIC SERVICES
Item Description Unit Qty Rates Amount
Supply Install
Schedule 3 : Flow Measurement Devices
3.1 Measurement of effluent flow into the inlet works from the existing Beacon
Bay & Gonubie inlet flumes (FE1001 and FE1002)
The supply and installation of the effluent flow measurement into the inlet works
from the two existing flumes shall be implemented by the Contractor.
The existing flow measuring flumes and ultraqsonic level detectors shall be
removed and replaced. The Civil Contractor shall supply and install the new
flume, and allowance for this has been made in the PC Sums for the Civil works.
The Contractor shall allow for a E&H FMU 90 or equal & approved meter to be supplied with a
4-20mA output to measure the overflow over the replacement flume. The remote display unit shall be
surface mounted adjacent to MDBI. TheContractor shall supply & install one
E&H 304 stainless steel weather protection cowl over the transmitter.
and all fixings shall comprise 304 stainless steel and shall comply with the Specification
3.1.1 Supply, deliver to site & install one E&H FMU 90 or equal & approved
complete with 50m signal cable no. 2
3.1.2 Install and connect transducer wiring and transmistter to PLC in MDBI no. 2
3.1.3 Configure, test and commission no. 2
3.2 Measurement of treated effluent flow from chlorine dosing tanks at the QWWTW works (FE1012)
The supply and installation of the effluent flow measurement from the QWWTW
after the chlorine dosing process shall be implemented by the Contractor.
The Civil Contractor shall construct a new manhole adjacent to the Chlorine
contact tank and supply and install a new flow measuring flume.
Allowance for this has been for the new measuring flume in the PC Sums for the
Civil Works. The Contractor shall allow for a E&H FMU 90 or equal & approved meter to be supplied with a
4-20mA output to measure the overflow over the new flume. The remote display unit shall be
surface mounted adjacent to MDC. TheContractor shall supply & install one
E&H 304 stainless steel weather protection cowl over the transmitter.
and all fixings shall comprise 304 stainless steel and shall comply with the Specification
E&H 304 stainless steel weather protection cowl over the transmitter.
and all fixings shall comprise 304 stainless steel and shall comply with the Specification
3.2.1 Supply, deliver to site & install one E&H FMU 90 or equal & approved
complete with 100m signal cable no. 1
3.2.2 Install and connect transducer wiring and transmistter to PLC in MDBC no. 1
3.2.3 Configure, test and commission no. 1
3.3 Measurement of effluent flow from the reactors to the WAS tank (FE1007, FE1008)
The supply and installation of the effluent flow measurement from the reactors to the WAS tank
shall be implemented by the Contractor, and shall include no flow protection for the WAS pumps.
In addition, batch counters shall be supplied by the Sub Contractor and installed in MDBC
to allow operators to set batch pumping targets for the WAS, which will interrupt
the duty Was pump(s) when the prescribed batch limit has been delivered.
The Contractor shall allow for the E&H Promag 50W meter or equal & approved to be supplied
with a 5m cable to extend in conduits to the transmitter surface mounted adjacent to the pump chamber
connected to the local a 24 volt Dc supply, with a 4-20 ma and pulsed output
signals connected to the PLC in MDBC, and shall allow for the Anly batch counter
to be installed in MDBC. The Contractor shall allow for the supply and installation
of an E&H 304 stainless steel weather protection cowl over the transmitter.
and all fixings shall comprise 304 stainless steel and shall comply with the Specification
3.3.1 Supply, deliver to site & install one 80mm Promag 50W & batch counter
complete with 5m signal cable no. 2
3.3.2 Install & connect transducer wiring & connect transmistter to PLC in MDBC no. 2
3.3.3 Configure, test and commission no. 2
TOTAL CARRIED FORWARD R
Part C Page 23
Buffalo City Municipality
Contract BCC/DES/MIG/1078/2009
PART C : ELECTRONIC SERVICES
Item Description Unit Qty Rates Amount
Supply Install
Schedule 3 : Flow Measurement Devices
Balance brought forward
3.4 Measurement of RAS flow from the clarifiers to the reactors (FE1013)
The supply and installation of the RAS effluent flow measurement from the three clarifiers
to the reactors shall be implemented by the Contractor.
The Contractor shall allow for the E&H Promag 10W meter or equal & approved to be supplied
with a 5m cable to extend in conduits to the transmitter surface mounted adjacent to the pump chamber
connected to the local a 24 volt Dc supply, with a 4-20 ma
signal connected to the PLC in MDBC, and shall allow for the supply and installation
of an E&H 304 stainless steel weather protection cowl over the transmitter.
and all fixings shall comprise 304 stainless steel and shall comply with the Specification
3.4.1 Supply, deliver to site & install one 80mm Promag 10W
complete with 5m signal cable no. 3
3.4.2 Install & connect transducer wiring & connect transmistter to PLC in MDBC no. 3
3.4.3 Configure, test and commission no. 3
3.5 Sludge dewatering works polyelectrolyte flow monitor & control (PF1020 & PF1021)
The Contractor shall receive as free issue, install, connect, configure, test
and commission one Promag 10W flow meter to be supplied by Huber to
measure the polyelectrolyte flow to the belt presses.
The meter shall be supplied with a 20m cable to extend in conduits to the transmitter
surface mounted adjacent in the control room adjacent to MDBS, and connected to the local
24 volt Dc supply, with a 4-20 ma connected to MDBS.
The system shall provide control and indication data. The transmitters shall be surface mounted
adjacent to MDBS.
3.5.1 Receive as free issue from Huber, install no. 2
3.5.2 Install wiring between transducers and transmitter no. 2
3.5.3 Test and commission complete flow system no. 2
3.6 Sludge dewatering works thin sludge flow monitor & control (TF1020 & TF1021)
The Contractor shall receive as free issue, install, connect, configure, test
and commission one Promag 10W flow meter to be supplied by Huber to
measure the thin sludge flow from the WAS buffer tank to the belt presses.
The meter shall be supplied with a 20m cable to extend in conduits to the transmitter
surface mounted adjacent in the control room adjacent to MDBS, and connected to the local
24 volt Dc supply, with a 4-20 ma connected to MDBS.
The system shall provide control and indication data. The transmitters shall be surface mounted
adjacent to MDBS.
3.6.1 Receive as free issue from Huber, install no. 2
3.6.2 Install wiring between transducers and transmitter no. 2
3.6.3 Test and commission complete flow system no. 2
3.7 Measurement of WAS flow from the WAS buffer tank to the drying lagoons (FE10XX)
The supply and installation of the WAS effluent flow measurement from the WAS buffer
tank to the drying lagoons shall be implemented by the Contractor.
The Contractor shall allow for the E&H Promag 10W meter or equal & approved to be supplied
with a 5m cable to extend in conduits to the transmitter surface mounted adjacent
to the pump chamber & connected to the local a 24 volt Dc supply, with a 4-20 ma
signal connected to the PLC in MDBS, and shall allow for the supply and installation
of an E&H 304 stainless steel weather protection cowl over the transmitter,
and all fixings shall comprise 304 stainless steel and shall comply with the Specification
3.7.1 Supply, deliver to site & install one 80mm Promag 10W or equal & approved
complete with 5m signal cable no. 1
3.7.2 Install & connect transducer wiring & connect transmistter to PLC in MDBS no. 1
3.7.3 Configure, test and commission no. 1
TOTAL CARRIED FORWARD R
Part C Page 24
Buffalo City Municipality
Contract BCC/DES/MIG/1078/2009
PART C : ELECTRONIC SERVICES
Item Description Unit Qty Rates Amount
Supply Install
Schedule 3 : Flow Measurement Devices
Balance brought forward
3.8 Measurement of wash water flow from the chlorine contact tank to the belt filters and inlet works (FE10XX)
The supply and installation of the wash water flow measurement from the chlorine
tank to the sludge dewatering plant and the inlet works shall be implemented by
the Contractor, who shall allow for the E&H Promag 10W meter to be supplied
with a 5m cable to extend in conduits to the transmitter surface mounted adjacent
to the pump chamber connected to the local a 24 volt Dc supply, with a 4-20 ma
signal connected to the PLC in MDBS, and shall allow for the supply and installation
of an E&H 304 stainless steel weather protection cowl over the transmitter,
and all fixings shall comprise 304 stainless steel and shall comply with the Specification
3.8.1 Supply, deliver to site & install one 80mm Promag 10W or equal & approved
complete with 5m signal cable no. 1
3.8.2 Install & connect transducer wiring & connect transmistter to PLC in MDBS no. 1
3.8.3 Configure, test and commission no. 1
3.9 Measurement of combined effluent flow from the inlet works to the reactors (FE1003)
The supply and installation of the combined effluent flow measurement from the
inlet works to the reactors shall be implemented by the Contractor.
The Civil Contractor shall construct a new measuring flume in the outlet chamber
of the Inlet Works, and supply and install a new flow measuring flume.
Allowance for this has been for the new measuring flume in the PC Sums for the
Civil Works. The Contractor shall allow for a E&H FMU 90 meter or equal & approved to be supplied with a
4-20mA output to measure the overflow over the new flume. The remote display unit shall be
surface mounted adjacent to MDI. TheContractor shall supply & install one
E&H 304 stainless steel weather protection cowl over the transmitter.
and all fixings shall comprise 304 stainless steel and shall comply with the Specification
E&H 304 stainless steel weather protection cowl over the transmitter.
and all fixings shall comprise 304 stainless steel and shall comply with the Specification
3.9.1 Supply, deliver to site & install one E&H FMU 90 or equal & approved
complete with 100m signal cable no. 1
3.9.2 Install and connect transducer wiring and transmistter to PLC in MDBC no. 1
3.9.3 Configure, test and commission no. 1
TOTAL FOR SCHEDULE CARRIED FORWARD TO SUMMARY R
Part C Page 25
Buffalo City Municipality
Contract BCC/DES/MIG/1078/2009
PART C : ELECTRONIC SERVICES
Item Description Unit Qty Rates Amount
Supply Install
Schedule 4 : Pressure Measurement, proximity switches and solenoid valves
4.1 Inlet works solenoid valves
Solenoid valves for the control of wash water to the screens, and the
control of wash water to the storage tanks are provided as free issues to the Contractor.
(SV1030 & SV1031 & WV1030)
4.1.1 Receive as free issue from Huber, install no. 3
4.1.2 Install wiring between solenoid valves and MDBI no. 3
4.1.3 Test and commission complete control system no. 3
4.2 Inlet works proximity switches
Proximity switches for the control of the screenings and grit bogies, and the
control of the bogies when the roller shutter doors are opended, are provided as free issues to the Contractor.
(SP1030 & SP1031 & GP1030)
4.2.1 Receive as free issue from Huber, install no. 6
4.2.2 Install wiring between proximity switches and MDBI no. 6
4.2.3 Test and commission complete control system no. 6
4.3 Sludge dewatering works solenoid valves
Solenoid valves for the control of thick sludge to the storage bins, wash water to the drain belts,
poly dilusion water and poly make up water are provided as free issues to the Contractor.
(PW1020, PW1022, PW1023, WW1020, WW1021, & SV1020 to SV 1025)
4.3.1 Receive as free issue from Huber, install no. 11
4.3.2 Install wiring between solenoid valves and MDBI no. 11
4.3.3 Test and commission complete control system no. 11
4.4 Sludge dewatering works proximity switches
Proximity switches for the control of the poly electrlyte powder, and the
are provided as free issues to the Contractor.
(PP1020)
4.4.1 Receive as free issue from Huber, install no. 1
4.4.2 Install wiring between proximity switches and MDBI no. 1
4.4.3 Test and commission complete control system no. 1
TOTAL FOR SCHEDULE CARRIED FORWARD TO SUMMARY R
Part C Page 26
Buffalo City Municipality
Contract BCC/DES/MIG/1078/2009
PART C : ELECTRONIC SERVICES
Item Description Unit Qty Rates Amount
Supply Install
Schedule 5 : Motor control equipment & system programming
5 Low Voltage Electrical Motor Control Centres
Supply, delivery and installation of surface floor mounted units,
including all fixing goods and lockable hinged doors, as
specified and detailed in the drawings. All to SABS 0122
and IEC 439-1
The Sub Contractor shall provide for the motor control, VFC starters, PLC's MMI's
auxiliary relays, and control circuit wiring complete.
Refer to drawings for all plant motor control centre details.
Flow and level monitoring equipment are measured separately
but the Sub Contractor shall allow for the installation, connection, testing
of these items in the tendered rate for each MCC, and the complete
functional testing of the panel before dispatch to Site.
The functional Works testing shall be witnessed by the Engineer.
5.1 Inlet Works DBI
5.1.1 Supply no. 1
5.1.2 Programming MMI & functional works testing no. 1
5.1.3 Deliver to site and offload no. 1
5.1.4 Install & connect all cables (cable terminations measured elsewhere) no. 1
5.1.5 Test, commission and provide CoC no. 1
5.2 Control room DBC
5.2.1 Supply no. 1
5.2.2 Programming MMI & functional works testing no. 1
5.2.3 Deliver to site and offload no. 1
5.2.4 Install & connect all cables (cable terminations measured elsewhere) no. 1
5.2.5 Test, commission and provide CoC no. 1
5.3 Sludge dewatering DBS
5.3.1 Supply no. 1
5.3.2 Programming MMI & functional works testing no. 1
5.3.3 Deliver to site and offload no. 1
5.3.4 Install & connect all cables (cable terminations measured elsewhere) no. 1
5.3.5 Test, commission and provide CoC no. 1
5.4 Blower Room DBB
5.4.1 Supply no. 1
5.4.2 Deliver to site and offload by ABS no. 1
5.4.3 Install & connect all cables (cable terminations measured elsewhere) no. 1
5.4.4 Test, commission and provide CoC no. 1
5.4.5 Coordinate activities with ABS no. 1
5.5 Blower Room blower motor drives
5.3.1 Each blower units is supplied with its own motor drive panel by ABS no. 0
5.3.2 MMI programming & functional works testing by ABS no. 0
5.3.3 Deliver to site and offload by ABS no. 0
5.3.4 Install & connect all cables from DBB (cable terminations measured elsewhere) no. 3
5.3.5 Test, commission and provide CoC by ABS no. 0
5.3.6 Coordinate activities with ABS no. 1
5.6 Chlorine dosing room DBCl
5.6.1 Supply no. 1
5.6.2 Programming MMI & functional works testing no. 1
5.6.3 Deliver to site and offload no. 1
5.6.4 Install & connect all cables (cable terminations measured elsewhere) no. 1
5.6.5 Test, commission and provide CoC no. 1
TOTAL FOR SCHEDULE CARRIED FORWARD TO SUMMARY R
Part C Page 27
Buffalo City Municipality
Contract BCC/DES/MIG/1078/2009
PART C : ELECTRONIC SERVICES
Item Description Unit Qty Rates Amount
Supply Install
Schedule 6 : Operators mimic panel and effluent quality measurement
6.1 Wall mounted operators' mimic panel unit installed in the
Control room, and connected to the UPS supply
in the main LV panel, and to the data network using Cat 5 cable, and
equipped in accordance with the Specification
The mimic panel shall be wired and fully commissioned before
delivery to site.
The Mimic panel shall comprise a 42 inch LCD screen equivalent to Sony Bravia, or equal & approved.
6.1.1 Supply no. 1
6.1.2 Deliver to site, offload and install no. 1
6.1.3 Connect to LV supply, data circuits, earthing & outgoung circuits no. 1
6.1.4 Configure mimic diagram and active data elements no. 1
6.1.5 Test and Commission and provide COC no. 1
6.2 Measurement of the quality of effluent discharged from the QWWTW
The supply and installation of the quality measurement equipment for the effluent
discharged from the QWWTW shall be implemented by the Sub Contractor.
The effluent quality measurement equipment shall be supplied and installed in
in the new flow measuring flume chamber adjacent to the Chlorine contact tank
with the following measurement probes installed in the chamber, and connected
with appropriate cable to the associated controller mounted adjacent to the chamber.
The Contractor shall connect the measuring equipment to the local a 24 volt Dc
supply, with the relevant 4-20 ma signals representing each measurand extended
to the Control room, where they shall be displayed, recorded, and transmitted by SCADA.
Contractor shall allow for the programming of each measurand & the generation of the specific weekly report.
All fixings shall comprise 304 stainless steel and shall comply with the Specification
6.2.1 HACH CL 17 residual chlorine analyzer ( or equal and approved) no. 1
6.2.2 HACH Solitax turbidity & suspended solids analyzer, with sc 100 standard no. 1
controller (Cat No 69401-00) (or equal and approved)
6.2.3 HACH installation kit for Solitax (Cat No 57344-00) (or equal and approved) no. 1
6.2.4 HACH Nitratax nitrate analyser with mounting hardware and sc 100 standard no. 1
controller (Cat No 61392-00) (or equal and approved)
6.2.5 HACH NH4D sc ammonia sensor (Cat No LXV437) (or equal and approved) no. 1
6.2.6 HACH installation kit for NH4D (Cat No 57344-00) (or equal and approved) no. 1
6.3 Measurement of the effluent quality in the reactors
In addition to the DO and MLSS measurement which are supplied and installed
by the specialist sub contractor (ABS) in the two reactors, the Contractor shall
supply and install nitrate and ammonia measuring equipment in each reactor.
The following measurement probes shall be installed in each reactor,
with appropriate cable to the associated controller mounted in the blower room.
The Contractor shall connect the measuring equipment to the local a 24 volt Dc
supply, with the relevant 4-20 ma signals representing each measurand extended
to the Control room, where they shall be displayed, recorded, and transmitted by SCADA.
Contractor shall allow for the programming of each measurand & the generation of the specific weekly report.
All fixings shall comprise 304 stainless steel and shall comply with the Specification
6.3.1 HACH Nitratax nitrate analyser with mounting hardware and sc 100 standard no. 2
controller (Cat No 61392-00) (or equal and approved)
6.3.2 HACH NH4D sc ammonia sensor (Cat No LXV437) (or equal and approved) no. 2
6.3.3 HACH installation kit for NH4D (Cat No 57344-00)(or equal and approved) no. 2
TOTAL FOR SCHEDULE CARRIED FORWARD TO SUMMARY R
Part C Page 28
Buffalo City Municipality
Contract BCC/DES/MIG/1078/2009
PART C : ELECTRONIC SERVICES
Item Description Unit Qty Rates Amount
Supply Install
Schedule 7 : CCTV installation
1 Camera Sites
1.1 Dome Camera with lens No 3
1.2 Dome Camera mounting bracket No 3
1.3 Combined Co-ax, Data & Power Cable - camera to encoder m 30
1.4 IP based encoder No 0
1.5 Fibre Termination, Pigtail & Connector Sets 6
1.6 Equipment kiosk as per specification No 1
1.7 Electrical Earthing & Testing No 1
1.8 Pole earthing as per specification No 1
1.9 8m Camera Pole and installation No 1
1.1 Foundation & civil works for Camera Pole No 1
2 Control Centre equipment
2.1 Video Console No 0
2.2 Monitor - Type A No 1
2.3 Monitor - Type B No 1
2.4 IP based decoder No 1
2.5 Control Keyboard No 1
2.6 DVR No 1
2.7 Video Management System (VMS) Sum 1
2.8 Software Configuration Sum 1
2.9 Equipment Racks No 2
2.1 Terminations & Connectors Sum 1
3.0 cabling, testing and commissioning
3.1 CAT5E - Type A m 200
The Contractor shall allow to test and commission the CCTV system as defined in
Part 11, and shall make allowance for the process of completion inspections and
certificates as specified in Part 11
The Contractor shall allow to test and commission the CCTV system as defined in
Part 11, and shall make allowance for the process of completion inspections and
certificates as specified in Part 11
3.2
Complete first delivery inspections and the issue of first delivery certificate as
specified in Part 11 Sum 1
0.00
TOTAL FOR SCHEDULE CARRIED FORWARD R
Part C Page 29
Buffalo City Municipality
Contract BCC/DES/MIG/1078/2009
PART C : ELECTRONIC SERVICES
Item Description Unit Qty Rates Amount
Supply Install
Schedule 8 : Provisional Sums
Provisional Sums have been provided for the following items, which shall be expended at the
sole discretion of the Engineer, and may be omitted in part or in full from the final value of the Contract Works.
8.1 Contingencies
8.1.1 Allow a sum for additional scope or changes to the defined scope of work, 550000.00
at the discretion of the Engineer, and may be omitted in part or in full Sum 1
8.1.2 Contractors profit and attendance on item 8.1.1 %
8.2 Provision of intercom facility for QWWTW
8.2.1 Allow for the supply & installation of an intercom facility for the QWWTW,
at the discretion of the Engineer, and may be omitted in part or in full Sum 1 10000.00
8.2.2 Contractors profit and attendance on item 8.2.1 %
8.3 Provision of additional process and/or O&M reports and/or variations
to the mimic panel at QWWTW
8.3.1 Allow for the configuration of additional process, O&M reports and additions to
the mimic panel, at the discretion of the Engineer. Sum 1 100000.00
8.3.2 Contractors profit and attendance on item 8.3.1 %
8.4 Programming the SCADA and the control PLC's for the additional
modes of operation.
The Contractor has made allowance in the tendered rates for normal "AUTO"
and "MANUAL" modes of operation for each item of plant within the QWWTW.
In accordance with Part 11.3.9, the Employer wishes to add two further
optional modes of operation, for which the following provisional sum has been
provided to cover the cost incurred by the Contractor in programming,
configuring, and developing the associated reports for each of the following two
modes: "Off peak AUTO" and "Standby alternator AUTO"
8.4.1 Allow for the configuration of additional process operating modes, and
and additions to the mimic panel, at the discretion of the Engineer. Sum 1 200000.00
8.4.2 Contractors profit and attendance on item 8.4.1 %
8.5
Provision of additional PC based SCADA hardware and software to connect
QWWTW to BCM control centre and to Configure the specified QWWTW I/O
and prepare the required output reports.
8.5.1 Allow for the supply ,installation, commissioning and technical support of this Sum 1 300000.00
database
8.5.2 Contractors profit and attendance on item 8.5.1 %
TOTAL FOR SCHEDULE CARRIED FORWARD R
Part C Page 30
Buffalo City Municipality
Contract BCC/DES/MIG/1078/2009
PART C : ELECTRONIC SERVICES
SUMMARY FOR PART C : ELECTRONIC SERVICES
SCHEDULE 8 : PROVISIONAL SUMS
SCHEDULE 1 : SCADA, TELEMETRY & ACCESS CONTROL EQUIPMENT
SCHEDULE 2: LEVEL CONTROL AND MONITORING EQUIPMENT
SCHEDULE 3 :FLOW MEASUREMENT DEVICES
SCHEDULE 4 : PRESSURE MEASUREMENT, PROXIMITY SWITCHES & SOLENOID VALVES
SCHEDULE 5 :MOTOR CONTROL EQUIPMENT & SYSTEM PROGRAMMING
SCHEDULE 6 : OPERATORS MIMIC PANEL & EFFLUENT QUALITY MEASUREMENT
SCHEDULE 7 : CCTV INSTALLATION
TOTAL FOR PART C CARRIED TO ELECTRICAL SUMMARY
Part C Page 31
CONTRACT No.BCC/DES/MIG/1078/2009 BILL OF QUANTITIES
PART DESCRIPTION AMOUNT
A Preliminary and General R
B Electrical Engineering Services R
C Electronic Services R
R
Signed : .
on behalf of :
.
Date : .
SUMMARY OF ELECTRICAL SCHEDULE OF QUANTITIES
TOTAL OF PRICED ITEMS
Carried to Main Summary Page
Summary

Вам также может понравиться