specification dws 1910 - dwaf · web viewthis pump shall be of a semi non-chokeable submersible...
TRANSCRIPT
SPECIFICATION DWS 1910
SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF MECHANICAL AND ELECTRICAL EQUIPMENT FOR A
BIO-FILTER PLANT
REVISED: NOVEMBER 1987
RMH/TS/10008317/P1S1
RMH/TS/10008317/P2S1
DWS 1910BIO-FILTER PLANT
CLAUSE CONTENTS PAGE NUMBER
1. SCOPE ..................................................................................................................
B10 3
2. INTERPRETATIONS ..........................................................................................
B10 3
2.1 Supporting specifications ......................................................................................
B10 3
2.2 Application ............................................................................................................
B10 3
3. MATERIALS ........................................................................................................
B10 3
3.1 Electrical supply ...................................................................................................
B10 3
3.2 Detritus screen ......................................................................................................
B10 3
3.3 Rotary disc system ...............................................................................................
B10 3
3.3.1 Bacteriological discs .............................................................................................
B10 4
3.3.2 Shafts ....................................................................................................................
B10 4
3.3.3 Spiders ..................................................................................................................
B10 4
3.3.4 Through rods ........................................................................................................
B10 4
3.3.5 Bearings ................................................................................................................
B10 4
3.3.6 Drive motors ........................................................................................................
B10 4
3.3.7 Final drive .............................................................................................................
B10 5
3.3.8 Rotor covers ..........................................................................................................
B10 5
3.3.9 Contact between dissimilar metals ........................................................................
B10 5
3.4 Recirculation pump ...............................................................................................
B10 5
3.5 Humus tank equipment .........................................................................................
B10 5
3.6 Chlorinator ............................................................................................................
B10 5
3.7 Electrical control panel and equipment .................................................................
B10 6
3.7.1 General requirements ............................................................................................
B10 6
3.7.2 Particular requirements .........................................................................................
B10 6
4. PLANT ............................................................................................................ B10 6
2
.....
5. CONSTRUCTION ...............................................................................................
B10 6
5.1 General ..................................................................................................................
B10 6
5.2 Electrical control panel and equipment ................................................................
B10 7
6. TOLERANCES .....................................................................................................
B10 7
7. TESTING ..............................................................................................................
B10 7
8. MEASUREMENT AND PAYMENT ..................................................................
B10 8
APPENDIX
A. Applicable standards .............................................................................................
B10 9
THE TOTAL NUMBER OF PAGES IN THIS PORTION OF THE SPECIFICATION IS 9
3
RMH/TS/10008317/P3S1
DWS 1910BIO-FILTER PLANT
1. SCOPE
This specification covers the manufacture, supply, delivery, installation, testing and commissioning of the mechanical and electrical equipment for a rotating disc Bio-Filter water treatment plant.
2. INTERPRETATIONS
2.1 Supporting specifications
Where this specification is required for a project, the following specifications shall, inter alia, form part of the contract document:
(a) Project specifications;(b) SABS 1200 A or SABS 1200 AA, as applicable;(c) SABS 1200 C, if applicable;(d) SABS 1200 D or SABS 1200 DA, as applicable;(e) SABS 1200 DB;(f) SABS 1200 GA;(g) SABS 1200 L;(h) SABS 1200 LB;(i) SABS 1200 LK.
2.2 Application
This specification contains clauses that are generally applicable to Bio-Filter plants.
3. MATERIALS
3.1 Electrical supply
A four wire 380/220 volt (three phase and neutral) supply shall be brought to each control panel by others. The termination of each cable to each control panel shall be part of this contract.
3.2 Detritus screen
A suitable screen with 25 mm openings shall be supplied if specified. 3.3 Rotary disc system
3.3.1 Bacteriological discs
The bacteriological discs shall be 2,0 metres diameter x 8-10 mm wall thickness, unless otherwise specified, incorporating integrally cast reinforced hard plastic bosses which fit over the central shaft specified below. The discs shall be injection moulded from polyurethane or equivalent material having a density of not less than 120 kg m-3, and shall be free of significant water absorbent properties, (less than 10%). The discs shall be complete with integrally moulded spacers to provide approximately 17 mm between disc surfaces, and fitted with reinforced bushes to ensure a high wearing resistance between the shafts and the discs.
3.3.2 Shafts
The rotor shafts shall consist of fabricated square section mild steel tubing, suitably reinforced and capable of withstanding the stresses caused by flotation forces on the rotors. Each shaft shall be fitted at each end with a high grade axle steel stub shaft, and shall be fitted with suitable splash plates and end stop compression nuts.
4
DWS 1910BIO-FILTER PLANT
3.3.3 Spiders
Each rotor shall be fitted with two spiders, one at each end. The spiders shall be fabricated from 8 mm mild steel compression plate, to which 40 mm x 50 mm spider arms are bolted.
3.3.4 Through rods
Each rotor shall be fitted with at least eight 10 mm mild steel tensioning rods at its periphery. It is to be ensured that the tension rods are correctly adjusted together with the central compression nuts to ensure that a solid rotor is formed.
3.3.5 Bearings
Each rotor shall be mounted on one pair of self-aligning, bearing plummer blocks, sealed type, which shall be mounted on the disc filter basin walls on mild steel bearing plates by means of high tension foundation bolts cast into the walls.
3.3.6 Drive motors
The motors shall have type I.P. 55 enclosure and comply with BS 4999. The termination of the cable shall not disturb the degree of protection in any way, and the gland box shall be compounded. Each drive motor shall be of the flange mounted type, fitted to a heavy duty gearbox having a torque rating of at least 800 Nm when driving a 125 disc rotor. The geared motor unit shall be mounted on a substantial steel base, having an adequate drive tensioning arrangement. The motor rating shall be selected to ensure a safety power margin of 10%.
3.3.7 Final drive
The final drive between the geared motor and the rotating disc filter shall be by means of a chain reduction unit which is to be adequately rated for the duty requirements. The final rotor speed shall not exceed 4 r.p.m. The drives shall be rated for a continuous 24 hd-1 duty cycle.
3.3.8 Rotor covers
Each rotor shall be fitted with an arch shaped rotor cover consisting of a fabricated mild steel frame complete with lifting handles, duly finished off with two coats of high quality epoxy paint. The rotor covers shall be cladded by means of glass fibre sheeting. The rotor covers on the drive end side shall be fitted with removable panels for inspection purposes.
3.3.9 Contact between dissimilar metals
Suitable insulation materials shall be used on the contact faces of dissimilar metals of which the potential difference exceeds 0,3 volts.
3.4 Recirculation pump
A suitably rated recirculation pump shall be supplied with each plant. This pump shall be of a semi non-chokeable submersible type, such as the "Flygt" type "GP 3050", complete with gate valve and check valve, as well as fittings needed to connect it to the 50 mm diameter PVC pipe going to the septic tank. This pipe shall be laid by others. The pipework layout shall be such that the pump can be uncoupled by means of a suitable union coupling, to allow it to be conveniently withdrawn for inspection purposes.
5
DWS 1910BIO-FILTER PLANT
3.5 Humus tank equipment
The stilling chamber shall be of fibre glass, with a galvanised epoxy coated sludge pipe and PVC overflow pipe. The Contractor shall allow for the supply and installation of a structural steel bridge with fibre glass stilling tube. This equipment shall be suitably sized for the duty requirements of the plant.
3.6 Chlorinator
A single bottle, (Fischer and Porter type or equal), direct mounting gas chlorinator shall be supplied with the plant. The chlorinator shall be suitable for supplying chlorine gas at a rate of 4-8 mg l-1. The chlorinator shall be supplied and installed complete with all accessories inside the chlorine room. The chlorine gas shall pass through a condensation chamber fitted directly to the chlorinator inlet manifold. All connections and accessories from the chlorinator to the chlorine contact tank shall be supplied and installed. A fresh water supply to the chlorine room shall be installed by others.
3.7 Electrical control panel and equipment
3.7.1 General requirements
All wiring shall comply with SABS 0142 - Code of Practice for the Wiring of Premises. The panel shall have a degree of protection not less than IP 55 of IEC 144. Glands shall be chosen not to disturb the protection degree. Where ducts are not provided, cables to and from the control panel shall be installed and clamped on anodised aluminium cable trays. All wire shall be terminated at an approved numbered terminal block and shall be numbered accordingly. Wires shall be terminated by means of crimped lugs. Control wires, segregated from power wires, shall be of a different colour and shall be numbered. A comprehensive wiring diagram with all the numbers and components shown clearly shall be fitted inside each panel. All push buttons and indicators shall be properly labelled. The labels shall be of the perspex engraved type and shall be fixed to the panel front with screws.
3.7.2 Particular requirements
The plant shall be supplied complete with a weatherproof, wall-mounted, lockable control panel, accommodating all the control gear for the bio-filter motors and pump motors. This equipment shall comprise the following:
(a) One main isolating switch followed by a suitable circuit-breaker protecting each circuit against short-circuits.
(b) A 3-phase direct-on-line starter for each individual motor unit, complete with overload and single phase protection.
(c) Control circuits as required for the works, complete with pushbuttons and LED indicators, (type Kimden KRE); red for 'run' and green for 'stopped'.
(d) Emergency latching stop push buttons for the rotary disc units.(e) Connections for floodlight and chlorinator room light.
4. PLANT
The Contractor shall supply and maintain suitable tools, plant and equipment to construct and erect a Bio-Filter plant to the required standard.
5. CONSTRUCTION
5.1 General
The scope of work in the contract includes the complete mechanical erection of the equipment at site, and the electrical installation and cabling between the control panel and the various motor units.
6
DWS 1910BIO-FILTER PLANT
All metal surfaces shall be cleaned to grade Sa 2£ of the Swedish standard 05 59 00, and immediately receive two coats of a high quality epoxy paint to a dry film thickness of 300 micrometres.
The Contractor shall replace or repair all equipment supplied under this contract, rendered unserviceable or unacceptable by corrosion during the period of maintenance, due to inferior materials or standard of workmanship.
Welds shall comply with SABS 044
Construction shall be carried out in such a way that the final product conforms to the specific project drawings. On completion of the plant the Contractor shall provide the client with a complete set of as-built drawings.
5.2 Electrical control panel and equipment
(a) Corrosion protection
Prior to painting all rust and millscale shall be removed. The panel shall be painted with an alkyd system consisting of an approved primer, (e.g. zinc chromate), an intermediate coat of universal undercoat followed by two coats of enamel, the final colou being light orange, (SABS 1091 colour number B26), for the outer coat, and white for the inner coat. The total dry film thickness shall not be less than 150 micrometers. Alternatively it can be coated with polyester powder to the same thickness and colour. Testing shall take place prior to delivery and installation on site, although a further on-site test will be required.
(b) All equipment, (motors, panels, etc.), shall be earthed to the main earth by means of a 10 mm2 stranded copper wire. Protection devices shall be so arranged that a motor cannot be restarted after tripping until the fault has been cleared.
(c) The panel is to be fully wired and tested prior to despatch and installation on site.
6. TOLERANCES
Construction shall be done in such a manner that a good working product is the result.
7. TESTING
On completion of the installation and as soon as convenient for the client, but not later than five weeks after completion, the complete works shall be started up, tested, and commissioned to the satisfaction of the Engineer.
Three complete sets of operating instructions and maintenance manuals, (with respect to electrical and mechanical equipment) shall be handed to the client before start-up of the plant. Training of the Works Supervisor shall be undertaken for a period of not less than one day.
8. MEASUREMENT AND PAYMENT
No progress payments shall be made during the course of the contract. On successful commissioning, testing, and training of the Works Supervisor, a lump sum payment of 95% of the contract value shall be made. The balance shall be paid after a 12 month maintenance period.
7
DWS 1910BIO-FILTER PLANT
APPENDIX A
APPLICABLE STANDARDS
Reference is made to the latest issues of the following standards:
SABS 1200 As given in 2.1.SABS 558 Cast iron surface boxes and manhole and inspection covers and frames.SABS 664 Cast iron gate valves for waterworks.SABS 746 Cast iron pipes and pipe fittings for use above ground in drainage installations.SABS 1024 Welded steel fabric for concrete reinforcement.SABS 044 WeldingSABS 0142Act6/1983 Machinery and occupational safety act (as amended).BS 1247 Manhole step irons.BS 4504 Flanges and bolting for pipes, valves and fittings. Metric series, Part I: Ferrous.BS 4999 General requirements for rotating electrical machines.IEC 144 Degrees of protection of enclosures for low-voltage switchgear and control gear.
8
TENDER W89
DUE AT 11h00 ON ..............
TO BE ADDRESSED TO:
CHIEF DIRECTOR: PROCUREMENT ADMINISTRATION
PRIVATE BAG X49
PRETORIA
0001
OR
TO BE DEPOSITED IN THE TENDER BOX
IN THE FOYER
LOCARNO HOUSE
323 SCHOEMAN STREET
PRETORIA
T E N D E R
FOR THE
SUPPLY, DELIVERY, ERECTION AND COMMISSIONING
OF
THE ELECTRICAL AND MECHANICAL EQUIPMENT FOR
FOUR PACKAGE SEWAGE TREATMENT PLANTS
FOR
DEPARTMENT OF WATER AFFAIRS
SLANG RIVER GWS (ZAAIHOEK DAM)
CALEDON-MODDER RIVER GWS
AND
UMGENI RIVER GWS (INANDA DAM)
RMH/TS/10008317/P2S2
RMH/TS/10008317/P1S3
DEPARTMENT OF WATER AFFAIRSCONTRACT W89
SUPPLY, DELIVERY, ERECTION AND COMMISSIONING OF THE ELECTRICAL AND MECHANICAL EQUIPMENT FOR FOUR PACKAGE SEWAGE TREATMENT PLANTS FOR:
1. Slang River Government Water Scheme(Zaaihoek Dam): Black Housing at Zaaihoek Dam.
2. Caledon-Modder River Government Water Scheme: Black Housing at:
(i) Tienfontein Pumping Station and(ii) Novo Pumping Station
3. Umgeni River Government Water Scheme (Inanda Dam) White and Black housing at Inanda Dam.
NO. THIS DOCUMENT CONSISTS OF THE FOLLOWING
1. Locality plansLiggingsplanne
2. Instructions to TenderersVoorskrifte aan Tenderaars
3. Form of TenderTendervorm
4. Appendix to form of tenderBylaag tot tendervorm
5. Form ST 8Vorm ST 8
6. Questionnaire form ST 10 Vraelys vorm ST 10
7. Preference certificate form ST 11Voorkeursertifikaat vorm ST 11
8. Preference statementVoorkeurverklaring
9. Form of Agreement10. Performance Bond11. Form of guarantee in lieu of retention money12. Schedule of similar work undertaken by Tenderer13. Schedule of proposed Sub-contractors14. Conditions of contract15. Beskrywing van werke16. Specifications
PG = Preliminary and GeneralB10 = Supply, delivery and installation of mechanical and electrical equipment for a B10-filter plant
17. Schedule of quantities18. Summary of Tender prices19. Technical schedule20. Daywork schedule
21. The following drawings, issued separately form an integral part of this tender document.
(1) 97448/87: Lay-out of Black housing and water and sewage reticulation at Zaaihoek Dam.(2) 99913/87: Detail lay-out of Black houses and water and sewage reticulation at Tienfontein
Pumping Station.(3) 99921/87: Detail lay-out of Black houses and water and sewage reticulation at Novo Pumping
Station.(4) 102206/88: Housing at Inanda Dam.(5) 92186/83: Type drawing: Sewage treatment works for 120 persons.(6) 92187/83: Type drawing: Lay-out sewage treatment plant maturation ponds and detail of sludge
drying beds.
2
RMH/TS/10008317/P1S4
INSTRUCTIONS TO TENDERERS
1. ISSUING OF DOCUMENTS
(a) Three complete sets of tender documents are issued to a prospective Tenderer. These documents are obtainable for a deposit of R0,00 per set from:
Assistant Director: Tenders and StoresRoom 220, Aquila Building or Private Bag X313157 Schoeman Street PRETORIAPRETORIA 00010002
Tel. 012/299-2843
(b) Tenderers must satisfy themselves that the documents are complete and conform to the index as above. Should any figures or writing be indistinct or should any pages be missing from this document or should this document or the drawing(s) contain any obvious errors, the Tenderer must immediately notify the Employer in order to have any discrepancy rectified as no claim whatsoever, will be entertained for faults in the tender price resulting from the above-mentioned discrepancies.
(c) No alterations, omissions or additions shall be made to this document, but should it be deemed necessary to do so, the Tenderer is at liberty to qualify his tender.
(d) All Tenderers shall be deemed to have waived, renounced and abandoned any conditions printed or written upon any stationery used by them for the purpose of or in connection with the submission of tenders which are in conflict with the conditions laid down in this documents.
(e) The drawings issued with the tender are for tendering purposes only. They form part of the tender and shall be read in conjunction with the standard specifications. The drawings will take precedence over the standard specifications although the latter shall not be held to be deleted.
2. QUERIES WITH RESPECT TO THIS TENDER
Queries of a specific technical nature may be discussed personally or telephonically with Mr L.H. Shuttleworth, Telephone (012) 299-2391 or may be directed in writing to: The Chief Engineer: Design, Private Bag X313, Pretoria 0001.
3. COMPLETION OF TENDERS
(a) The tender must be signed and witnessed on the Form of Tender annexed hereto with all blanks in the tender and the appendix filled in.
(b) All spaces in the State Tender Board forms and other annexures shall be completed in full.
(c) The Schedule of Quantities must be fully priced out and the summary thereof filled in on the Tender Form.
(d) The Forms of Agreement, Performance Bond and Guarantee in Lieu of Retention Money are not to be completed at the time of tendering.
(e) The tender documents shall not be separated in any way nor must any pages be detached from the original documents.
4. SUBMISSION OF TENDERS
Two copies of the tender documents shall be duly completed and signed and shall be sumbitted as follows:
(a) The original tender, together with the covering letter and supporting documents, shall be sealed in an envelope endorsed:
"ORIGINAL TENDER FOR TENDER W89
Four package sewage treatment plants for the housing at Zaaihoek and Inandam Dams and at the Tienfontein and Novo Pumping Stations and the name of the Tenderer shall be clearly shown.
(b) The duplicate copy of the tender, together with duplicate copies of the covering letter and supporting documents, shall be sealed in a separate envelope endorsed:
"DUPLICATE OF ORIGINAL TENDER FOR TENDER W89
Four package sewage treatment plants for the housing at Zaaihoek and Inanda Dams and at the Tienfontein and Novo Pumping Stations and the name of the Tenderer shall be clearly shown.
(c) Both the "Orginal" and "Duplicate" copies of the tender, each in their separate sealed envelopes, shall be placed in a single sealed envelope endorsed:
"ORIGINAL TENDER FOR TENDER W89
Four package sewage treatment plants for the housing at Zaaihoek and Inanda Dams and at the Tienfontein and Novo Pumping Stations.
and the name of the Tenderer shall be clearly shown.
(d) Tenders in duplicate, sealed and endorsed as above, will be received by: The Chief Director: Procurement Administration, Private Bag X49, Pretoria, 0001 or may be deposited in the tender box in the foyer of Locarno House, 323 Schoemans Street, Pretoria, up to 11h00 on the date endorsed on the front cover of this document.
(e) The extra copy of the Schedule of Quantities may be retained by the Tenderer for his records, but the set of drawings must be returned to the Assistant Director: Tenders and Stores, Private Bag X313, Pretoria 0001.
5. SIGNATURE ON TENDERS
The Tender, if by an individual, must be signed by that individual or by someone on his behalf duly authorised thereto and proof of such authority must be produced. If the tender is by a Company it must be signed by a person duly authorised thereto by a Resolution of a Board of Directors a copy of which Resolution, duly certified by the Chairman of the Company is to be submitted with the tender.
If the tender is submitted by a joint venture of more than one person and/or Companies and/or firms it shall be accompanied by the following:
(a) The original or a notarially certified copy of the original document under which such joint venture was constituted which must define precisely inter alia the conditions under which the joint venture will function, its period of duration and the participation of the several constituent persons and/or Companies and/or firms.
(b) A certificate signed by or on behalf of each participating person and/or Company and/or firm authorising the person who signed the tender to do so.
2
6. STATE TENDER BOARD CONDITIONS AND PROCEDURES
The "Conditions and Procedures in regard to Tender, Contract and Order" - ST 36 - as published in the State Tender Bulletin 671 on 4 March 1977 and amendments to same which may be obtained from the Government Printer, Pretoria or Cape Town, shall be regarded as an intergral part of the contract documents.
7. FORMS ST8
The copy of Form ST8, annexed to these documents, must be completed and signed by the Tenderers. In the event of a conflict between the term and conditions of Form ST8 and the terms and conditions of the rest of the bound document, the terms and conditions of the rest of the bound document will take precedence over the said Form ST8.
8. PREFERENCE FOR GOODS MANUFACTURED OR ASSEMBLED LOCALLY
(a) Tenderers desirous of claiming preference for goods manufactured or assembled in the Republic of South Africa must complete the Preference Statement following after Form ST11(E) or no preference will be allowed. Where no preferences are claimed the word "Nil" should be inserted in the last column.
(b) The Tenderer must complete and sign the Affidavit on part 2 of Form ST 11(E). The Tenderer must however not complete the preference table in part 1 of Form ST11(E), buth shall complete the Preference Statement. Where no preferences are claimed, the word "Nil" should be written over the sheet.
9. TENDERERS TO COMPLY WITH DOCUMENTS
Tenderers must allow in their tenders for all labour, materials, machinery and everything necessary for the execution and completion of the contract in accordance with the tender documents. No alterations may be made in the Form of Tender, Schedule of Quantities or other documents and the tender will be deemed to comply entirely with the terms of the documents.
10. SUB-CONTRACTORS
Tenderers must submit with their tenders the names and addresses of the principal Sub-Contractors which they propose to employ and the section of the works on which they would be employed.
11. TELEGRAPHIC TENDERS
Telegraphic, telexed or telefaxed tenders will not be considered.
12. EMPLOYER'S RIGHT TO ADJUST ERRORS
The employer reserves the right to adjust arithmetical or other patent errors in the tender but will inform the Tenderer of any adjustments made in this respect, prior to acceptance of the tender.
13. THE EMPLOYERS RIGHT TO DECLINE ANY TENDER
The Employer does not bind himself to accept the lowest or any tender.
14. EMPLOYER NOT LIABLE FOR TENDERER'S EXPENSES
The Employer will not be held liable for any expense incurred in preparing and submitting tenders.
15. REFUND OF DEPOSITS
The tender deposit is refundable within two months of the closing date of tender, on condition that a bona fide tender is submitted or that all tender documents are returned in an unsoiled condition.
3
16. CHEQUES
All payments and deposits are to be made in the currency of the Republic of South Africa and cheques are to be made payable to the Director-General of Water Affairs who shall be entitled to cash any cheque.
17. DETAILS OF DOCUMENTS TO BE KEPT CONFIDENTIAL
All recipients of the tender documents, whether they submit a tender or not, must treat the details of the documents as private and confidential.
18. SITE INSPECTION
Tenderers must attend the official site inspection and aquaint themselves fully with all site conditions. The site inspection will be at the Tenderers own risk and expenses insofar as transport and accommodation is concerned. The tenderers must make their own arrangement in these regards. The Certificate of Site Inspection must be completed.
19. ABILITY TO PERFORM
In the adjudication of tenders due account will be taken of the Tenderer's past performance in the execution of similar engineering works of comparable magnitude and the degree to which he possessed the necessary technical, financial and other resources to enable him to complete the work successfully within the contract period.
Tenderers are required to satisfy the Employer and the Engineers of their ability to perform and complete the Works satisfactorily, and shall furnish details in the "Schedule of Similar Work", of contracts of a similar nature and magnitude which they have successfully executed in the past.
20. REJECTION OF TENDERS
Tenders not complying with the above-mentioned requirements, may be regarded as incomplete and may not be considered.
21. RESULTS OF TENDERS
Notice of non-acceptance of tenders will not be sent to indivudual unsuccessful tenderers, but particulars of accepted tenders are published weekly in the State Tender Bulletin.
4
RMH/TS/10008317/P1S5
VOORSKRIFTE AAN TENDERAARS
1. UITREIKING VAN DOKUMENTE
(a) Twee volledige stelle tenderdokumente, een stel tekeninge en een addisionele afskrif van die Hoeveelheidsskedule word aan elke Tenderaar uitgereik. Dokumente is beskikbaar by en word uitgereik na ontvangs van 'n deposito van R per stel deur:
Assistent-direkteur: Tenders en VoorradeKamer 220, Aquilagebou of Privaatsak X313Schoemanstraat 157 PRETORIAPRETORIA 00010002
Tel. 012/299-2843
(b) Tenderaars moet hulself vergewis dat stelle dokumente volledig is en met inhoudsopgawes ooreenkom. Indien enige syfers of letters onduidelik of enige bladsye vermis word of indien enigiets in die dokumente of tekeninge nie duidelik is nie, moet die Kliënt onverwyld verwittig word sodat enige teenstrydighede reggestel kan word. Die kliënt sal nie verantwoordelik wees vir enige foute in die tenderprys weens teenstrydighede, of bogemelde, wat nie tydens die tendertydperk reggestel word nie.
(c) Tenderaars mag geen item verander, weglaat of tot hierdie dokument toevoeg nie. Indien nodig mag Tenderaars wel veranderinge in 'n dekkende brief wat saam met die tender ingedien word, omskryf.
(d) Geen standaard voorwaardes wat agterop dekkende briewe verskyn, sal beskou geldig te wees indien dit teenstrydig met die dokument is, tensy dit spesifiek in die dekkende brief as tender voorwaardes omskryf word.
(e) Alle meegaande tekeninge is vir tenderdoeleindes alleen en moet tesame met die Standaard spesifikasies beskou word. Alhoewel die tekeninge voorkeur oor die standaard spesifikasies sal geniet, moet laasgenoemde nie as ongeldig beskou word nie.
2. NAVRAE MET BETREKKING TOT HIERDIE TENDER
Enige navrae of onduidelikhede insake die Tender, mag telefonies aan mnr. L.H. Shuttleworth, Telefoon (012) 299-2391 of skriftelik aan: Hoofingenieur: Ontwerp, Privaatsak X313, Pretoria 0001, gerig word.
3. VOLTOOIING VAN TENDERS
(a) Die Tendervorm in die bylae moet voltooi en onderteken word en alle oop spasies in die Tendervorm en bylaag tot die Tender moet ingevul word.
(b) Alle oop spasies in die Staatstenderraad vorms en ander bylae moet volledig ingevul word.
(c) Pryse moet in die Hoeveelheidsskedules ingevul word en opsommings van pryse na die Tendervorm oorgedra word.
(d) Die Akte van Ooreenkoms, die Waarborg ter Vervanging van Retensiegelde en die Uitvoeringsakte moet nie tydens die tenderstadium voltooi word nie.
(e) Die Dokumente mag nie uitmekaar gehaal of bladsye daaruit verwyder word nie.
4. INDIENING VAN TENDERS
Twee afskrifte van die dokumente moet behoorlik voltooi en as volg ingedien word.
(a) Die oorspronklike tender, tesame met dekkende briewe en ander literatuur, moet in een omslag verseël en duidelik gemerk word:
"OORSRPONKLIKE TENDER VIR TENDER W89
Vier pakketrioolsuiweringswerkaanlegte vir die behuising te Zaaihoek- en Inandadamme en te die Tienfontein- en Novopompstasies en die naam van die Tenderaar moet duidelik op die omslag aangedui word.
(b) Die duplikaat van die voltooide tender tesame met duplikate van dekkende briewe en literatuur moet in 'n aparte omslag verseël en duidelik gemerk word:
"DUPLIKAAT VAN OORSPRONKLIKE TENDER VIR TENDER W89
Vier pakketrioolsuiweringswerkaanlegte vir die behuising te die Zaaihoek- en Inandadam en die Tienfontein- en Novopompstasies en die naam van die Tenderaar moet duidelik op die omslag aangedui word.
(c) Die oorspronklike en duplikaat, elk in aparte omslag, moet in een omslag verseël en duidelik gemerk word:
"TENDER VIR TENDER W89
Vier pakketrioolsuiweringswerkaanlegte vir die behuising te die Zaaihoek- en Inandadamme en te die Tienfontein- en Novopompstasie en die naam van die Tenderaar moet duidelik op die omslag aangedui word;
(d) Die Tender, verseël en gemerk soos hierbo aangedui, moet ingedien word by die Hoofdirekteur: Verkrygingsadministrasie, Privaatsak X49, Pretoria, 0001, of kan in die Tenderbus geplaas word in die voorportaal van Locarnohuis, Schoemanstraat 323, Pretoria. Tenders moet ingedien word voor 11 vm. op die datum wat op die buite-omslag van die dokument aangedui is.
(e) Die bykomstige afskrif van die Hoeveelheidslys mag deur Tenderaars vir rekorddoeleindes behou word, maar die stel planne moet terugbesorg word aan die Assistent-direkteur: Tenders en Voorrade, Privaatsak X313, Pretoria, 0001.
5. ONDERTEKENING VAN TENDERS
Tenders wat deur individue ingedien word, moet deur die betrokke individu of deur sy behoorlik gemagtigde verteenwoordigers onderteken word. Bewyse van sodanige magtiging moet saam met tender verstrek word. Indien tenders deur Maatskappye ingedien word, moet Tenders onderteken word duer 'n persoon of persone wat daartoe gemagtig is deur 'n besluit van die Raad van Direkteure van die Maatskappy. 'n Afskrif van sodanige besluit, behoorlik gewaarmerk deur die Voorsitter van die Maatskappy, moet die tender vergesel.
Indien die tender as 'n gesamentlike onderneming van meer as een persoon en/of Maatskappye en/of Ondernemings ingedien word, moet die tender vergesel word van -
(a) die oorspronklike of notariële gewaarmerkte afskrif van die stigtingsdokument van die gesamentlike onderneming. Die vermelde dokumente moet onder andere duidelik aandui op watter voorwaardes die gesamentlike onderneming sal funksioneer, die tydperk van samewerking en die wyse van deelname van lede, persone en/of Maatskappye en/of Ondernemings;
(b) 'n Sertifikaat waarin die persoon wie die tender onderteken, deur of namens lede persone en/of Maatskappye en/of Ondernemings daartoe gemagtig word.
2
6. STAATSTENDERRAAD VOORWAARDES EN PROSEDURES
Staatstenderraad voorskrif ST 36 gepubliseer in Staatstenderbulletin 671 van 4 Maart 1977 en wysigings wat by die Staatsdrukker, Pretoria en Kaapstad beskikbaar is, sal geag word 'n integrale deel van die Kontrakdokument te wees.
7. VORM ST 8
Vorm ST 8 in die bylaag tot die dokument, moet deur Tenderaars voltooi en onderteken word. Indien die voorwaardes en bepalings in vorm ST 8 strydig is met die voorwaardes en bepalings, soos in die res van die dokument vervat, sal die voorwaarde en bepalings in die res van die dokument geldig wees.
8. VOORKEUR VIR PLAASLIKE VERVAARDIGDE OF GEMONTEERDE GOEDERE
(a) Tenderaars wat voorkeur verlang vir goedere wat in die Republiek van Suid-Afrika vervaardig of gemonteer is, moet die Voorkeursertifikaat wat na vorm ST 11(A) aangeheg is, voltooi. Indien geen voorkeur verlang word nie, moet die woord "nul" in die laaste kolom van die sertifikaat ingevul word.
(b) Tenderaars moet die beëdigde verklaring op Gedeelte 2 van vorm ST 11(A) voltooi en onderteken. Die voorkeurtabel op Gedeelte 1 van vermelde vorm moet egter nie ingevul word nie, maar wel die Voorkeurverklaringsvorm. Indien geen voorkeur verlang word nie, moet die woord "nul" regoor die hele bladsy aangebring word.
9. TENDERS MOET AAN BEPALINGS VAN DIE DOKUMENT VOLDOEN
Tenderaars moet in hul tenders voorsiening maak vir alle arbeid, materiale, masjinerie, toerusting en alles wat benodig mag word vir die uitvoering en voltooiing van die Kontrak volgens die bepalings van die Dokument. Geen veranderinge mag aan die Tendervorm, Hoeveelheidsskedules of ander dokument gemaak word nie en tenders sal geag word om geheel en al aan die vereistes van die Dokument te voldoen.
10. ONDERAANNEMERS
Tenderaars moet die name en adresse van Onderaannemers en die gedeelte van die Werke waarvoor sodanige Onderaannemers gebruik sal word, saam met tenders indien.
11. TELEGRAFIESE TENDERS
Geen telegram, telekstender of telefaks sal oorweeg word nie.
12. WERKGEWER BEHOU DIE REG OM FOUTE REG TE STEL
Die Werkgewer behou die reg voor om rekenkundige en ander foute in die tender reg te stel.
13. WERKGEWER SE REG OM ENIGE TENDER TE VERWERP
Die Werkgewer is nie verplig om die laagste of enige tender te aanvaar nie.
14. WERKGEWER NIE VERANTWOORDELIK VIR UITGAWES DEUR TENDERAARS AANGEGAAN NIE.
Die Werkgewer sal nie verantwoordelik wees om Tenderaars te vergoed vir onkoste aangegaan ter voorbereiding van Tenders of andersins nie.
15. TERUGBETALING VAN DEPOSITO'S
Deposito's is binne twee maande na die sluitingsdatum terugbetaalbaar aan persone wat bona fide Tenders ingedien het of alle tender dokumente in 'n skoon toestand terugbesorg het.
3
16. TJEKS
Alle betalings sal in die geldeenheid van die Republiek van Suid-Afrika wees. Tjeks moet aan die Direkteur-generaal van Waterwese betaalbaar wees, wie geregtig sal wees om enige tjek te wissel.
17. INHOUD VAN DOKUMENTE IS VERTROULIK
Alle persone wat tenderdokumente ontvang, hetsy tenders ingedien word al dan nie, sal die inhoud van dokumente as privaat en vertroulik beskou.
18. TERREININSPEKSIE
Alle Tenderaars moet die terreininspeksie bywoon. Die terreininspeksie sal op die Tenderaar se eie koste geskied ten opsigte van vervoer en verblyf en Tenderaars moet self reëlings vir vervoer en verblyf tref. Die Sertifikaat van bywoning van Terreininspeksie moet voltooi en saam met tenders ingedien word.
19. VERMOë OM WERK UIT TE VOER
By die beoordeling van Tenders, sal ag geslaan word op die Tenderaar se vorige prestasies met werk van soortgelyke omvang en aard asook tegniese, finansiële en ander vermoëns om die Werke binne die Kontraktydperk bevredigend te voltooi.
Tenderaars moet die Werkgewer en die Ingenieur tevrede stel dat hy oor die vermoëns beskik om die Werke te onderneem en te voltooi. Derhalwe moet Tenderaars in die "Lys van soortgelyke werke alreeds onderneem", gegewens verstrek van werke van soortgelyke omvang en aard wat hulle alreeds suksesvol voltooi het.
20. VERWERPING VAN TENDERS
Tenders wat nie aan bovermelde vereistes voldoen nie, mag as onvolledig geag en buite rekening gelaat word.
21. TENDERUITSLAE
Kennisgewing van nie-aanvaarding van tenders word nie aan individuele onsuksesvolle tenderaars gestuur nie, maar besonderhede van aanvaarde tenders word weekliks in die Staatstenderbulletin gepubliseer.
4
RMH/TS/10008317/P1S6
TENDER W89
APPENDIX TO FORM OF TENDER
CLAUSE
The ruling language __________________________
6(2) __________________________________
Special Conditions ___________________________
1(1)(h) See Annexure
Amount of Bond ____________________________ 10 10% of Tendered price.
Time within which Performance Bond to beprovided __________________________________
10 30 days from date of Order
Duration of Bond 10 30 days after issue of Final Certificate
Time within which detailed Construction
Programme to be provided ____________________ 14 2 weeks from date of Order
Political riot insurance ________________________
20(2)(e) Not required
Minimum amount of Third Party Insurance _______ 23(2) R1 000 000,00
Time within which Works to be commenced ______
41 30 days from date of Order
Time for Completion (Employer's target) _________
See clause 5 of "PG" of specification
Time for Completion (Tenderer's offer) __________ 43 __________________________________
Special non-working days _____________________ 45 Good Friday, Ascension Day, Republic Day, Day of the Vow, Christmas Day
Amount of penalty ___________________________
47(1) 1/14% of Tender price per calender day
Period of maintenance ________________________
49 12 months
*Daywork allowances to be filled in by the theContractor in respect of labour and materials notcovered in the Dayword Schedule _______________
52(4)
_______% on the gross remuneration of the workmen actually engaged._______% on the nett cost of materials
Percentage retention _________________________ 62(1)(a) 10%
Limit of retention money ______________________
62(1)(a) No limit
Percentage advance on unused materials 62(1)(b) 80% but not more than 10% of Tender sum
Minimum amount of monthly certificates _________
62(1) R2 000
Time within which payment to be made after delivery of certificate _______________________________
62(3) 30 days
Settlement of disputes to be reference to __________
69(2) Court
Period of Validity of Tender ___________________ 90 days
2
Contract Price Adjustment ____________________ Specialconditionsof Contract9(5.0)
Not applicable to contracts with avalue less than R500 000,00 or duration of contract less than 6 months
Price Variation _____________________________ 70(2) x = 0,15
Contract Price Adjustment Factor _______________
a = 0,33 b = 0,24c = 0,38 d = 0,05
Urban area for Labor Index ____________________
Lc - Durban and BloemfonteinLw - Utrecht and Wepener
Direct Cost Variation ________________________ 70(3)
"Special materials", items or portions of the Works concerned
Price bases on whichvariations shall bedetermined
Rate or prices for base month base moth
____________________________________ ____________________ _____________________________________________________________________ ____________________ _____________________________________________________________________ ____________________ _________________________________*If the percentage allowances in respect of Daywork (Sub-Clause 52(4) are not stated by the Contractor, they will be held to be:
20% on the gross remuneration of workman actually engaged20% on the net cost of materials
3
RMH/TS/10008317/P1S7
TENDER W89BYLAE TOT TENDERVORM
KLOUSULE
Die voertaal ________________________________ 6(2) __________________________________
Spesiale Voorwaardes ________________________ 1(1)(h) Sien Bylaag
Bedrag van Uitvoeringsakte 10 10% van Tenderprys
Tydsbestel waarbinne Uitvoeringsakte verstrek moet word _____________________________________
10 30 dae na bestelling
Tydsduur van Uitvoeringsakte _________________ 10 30 dae na uitreiking van finale sertifikaat
Tydsbestek waarbinne volledigekontrakteurswerksprogram verstrek moet word ____
14 2 weke na bestelling
Versekering teen politieke rusverstoring __________
20(2)e Nie benodig nie
Minimum waarde van Derdepartyversekering ______
23(2) R1 000 000,00
Tydsbestek waarbinne Werke 'n aanvang moet neem
41 30 dae na bestelling
Voltooiingstydperk (Werkgewer se mikpunt) ______
Sien Klousule 5 van "PG" Spesifikasie
Voltooiingstydperk (Ondernemer se aanbod) ______
43 __________________________________
Statutêre vakansiedae ________________________ 45 Goeie Vrydag, Hemelvaartdag, Republiekdag, Geloftedag, Kersdag
Boete vir laat vooltooiing _____________________ 47(1) 1/14% van Tenderprys per dag
Instandhoudingstydperk ______________________ 49 12 maande
*Toeslag op werke per Dagwerk uitgevoer (ondernemer met persentasie aadui) met betrekking tot arbeid en materiale nie in die Dagwerkskedule gedek nie _________________________________ 52(4)
________% op bruto vergoeding van werksmense werklik gebruik
________% op netto koste van materiale
Persentasie retensie __________________________ 62(1)(a) 10%
Beperking op bedrag van retensiegelde 62(1)(a) Geen
Persentasie voorskot op onverbruikte materiaal ____ 62(1)(b) 80% onderhewig aan 'n maksimum van 10% van die Tenderprys
Minimum bedrag van maandelikse betalingsertifikate
62(1) R2 000
Tydsbestek waarbinne betaling moet geskied na indiening van betalingsertifikate ________________
62(3) 30 dae
Geskille moet besleg word deur verwysing na _____ 69(2) Hof
Aanpassing van kontrakprys ___________________ Spesiale Kontrak- voorwaardes 9(5.0)
Nie van toepassing op kontrakwaardes minder as R500 000,00 of kontraktyd minder as 6 maande nie
Prysveranderifngs ___________________________ 70(2) x = 0,15
Kontrakprys aanpassingsfaktor _________________ a = 0,33 b = 0,24c = 0,38 d = 0,05
Stedelike gebied vir Arbeidsindeks ______________
Lc - Durban en BloemfonteinLw - Utrecht en Wepener
Direkte kosteveranderings _____________________
70(3)
"Spesiale materiale", items of gedeeltes vanwerke betrokke
Basis vir bepaling van prysskomeling
Prys of eenheidsprys vir basis maand
____________________________________ ____________________ _____________________________________________________________________ ____________________ _____________________________________________________________________ ____________________ _________________________________*Indien die persentasietoelaes ten opsigte van Dagwerk (Sub-klousule 52(4) nie deur die Aannemer vermeld word nie, sal aangeneem word dat hulle as volg is:
20% op bruto vergoeding van werksmense werklik gebruik
20% op netto-koste van materiale verbruik
3
RMH/TS/10008317/P1S8
BESKRYWING VAN DIE WERKE
ALGEMEEN
1. BESKRYWING VAN DIE VIER SKEMAS
1.1 Aanleg 1:
1.1.1 Die skema word volledig beskryf in witskrifte WPF-85 en WPe-86.
1.2 Aanlegre 2 en 3: Caledon-Modderrivier-staatswaterskema.Aanleg 2: TienfonteinpompstasieAanleg 3: Novopompstasie
1.2.1 Die skema word volledig beskryf in Witskrif WPF-87.
1.3 Aanleg 4: Umgenierivier-staatswaterskema.
1.3.1 Die skema word volledig beskryf in Witskrifte WP1-81 en WP1-83.
2. OMVANG VAN DIE KONTRAK
2.1 Die konstruksie van vier onafhanklike afvalwaterbehandelingsaanlegte word beoog. Elke afvalwaterbehandelingsaanleg sal hoofsaaklik bestaan uit 'n septiese tenk met biologiese skyfeenheid, humustenk, slykbeddings en verouderingspanne met beploegde grond.
NOTA: Die moontlikheid bestaan dat die huise te Novopompstasie nie gebou sal word nie, in welke geval die Departement die reg voorbehou om aanleg 3 te kanselleer, sodoende sal daar net drie aanlegte in hierdie kontrak wees.
2.2 Die siviele werke is ontwerp om respektiewelik by die Zaaihoek- en Inandadamme en die Tienfontein- en Novopompstasies 120 persone te bedien. Die rioolsuiweringseenhede, elktriese skakelborde en ander toerusting moet vir die volle behoefte ontwerp word.
2.3 Die Departement van Waterwese sal onderskeidelik self die siviele werke, dit is uitgrawings, beton strukture, lê van pype, omheining, ens. aanbou. Hierdie kontrak behels dus slegs die lewering en installasie van meganiese en elektriese toerusting, die inwerkingstelling en die instandhouding daarvan vir die instandhoudingstydperk van twaalf maande.
2.4 Die werke behels onder andere ;die volgende:
(a) Die lewering van meganiese en elektriese toerusting saam met alle boute, tapboute, moere, wasters, ensovoorts, wat benodig word vir installasie, op terrein.
(b) Die voorsiening van toerusting, arbeid, toesig en materiale vir die installasie, toets, inwerkingstelling en instandhouding tydens die instandhoudingstydperk, van genoemde toerusting.
(c) Die lewering van materiale en die verf van genoemde toerusting, indien blootgestel aan korrosie, na installasie.
2.5 Verantwoordelikhede
Die beskrywing van die omvang van die kontrak soos hierbo omskryf is slegs bedoel om 'n aanduiding van die algemene omvang van die werke te wees en is nie volledig ten opsigte van enige detail nie. Dit onthef die Ondernemer dus geensins van sy verantwoordelikheid om homself te vergewis van die werklike omvang van die werke nie.
3. ONDERVERDELING VAN DIE KONTRAK
Hierdie tender is vir die voorsiening, lewering, installasie en inbedryfstelling van genoemde toerusting as geheel en sal geensins onderverdeel word nie.
4. ALTERNATIEWE ONTWERPE
Alternatiewe ontwerpe sal oorweeg word as en wanneer -
(a) dit bewys kan word dat die alternatiewe aanleg in alle opsigte 'n meer ekonomiese voorstel is ten opsigte van siviele werke, meganiese en elektriese toerusting, onderhoud- en bedryfskoste ensovoorts: en
(b) die alternatiewe aanbieding se uitvloeisel-gehalte ten minste op dieselfe standaard of 'n beter gehalte sal wees as die voorgestelde pakket afvalwaterbehandelingsaanleg.
4.2 Die alternatiewe voorstel moet van 'n gewysigde Hoeveelheidslys, volgens die nuwe vereistes vergesel word. Hierdie hoeveelheidslys moet voorsiening maak vir alle meganiese en elektriese toerusting benodig om 'n volle bedrywende afvalwaterbehandelingsanleg daar te stel. Geen eise sal vir items wat nie in hierdie Hoeveelheidslys gemeld is nie, of vir hoeveelhede of eenheidspryse wat verkeerd beraam is oorweeg word.
4.3 Indien die alternatiewe voorstel 'n gewysigde siviele ontwerp vereis, moet die Ondernemer (Tenderaar) 'n "Professionele Ingenieursontwerp" van die totale afvalwaterbehandelingsaanleg aanheg. Vier kopieë van al die nodige siviele konstruksie tekeninge en gedetailleerde bewapeingskedules, van die alternatiewe voorstel, moet aan die Tender geheg word.
2
RMH/TS/10008317/P1S9
PG 16PROJECT
SPECIFICATION
I N D E X PAGE NO.
1. DESCRIPTION OF SCHEMES PG 17
2. EXTENT OF CONTRACT PG 17
3. SUB-DIVISION OF CONTRACT PG 18
4. ALTERNATIVE OFFERS PG 18
5. TIME FOR COMPLETION PG 19
6. QUALITY OF EFFLUENT PG 19
7. ORDERING AND DELIVERY OF EQUIPMENT PG 19
8. STORAGE OF EQUIPMENT PG 20
9. WATER, ELECTRIC POWER AND OTHER SERVICES PG 20
10. CONTRACTOR'S SITE ESTABLISHMENT PG 20
11. ENGINEER'S OFFICE PG 20
12. MEASUREMENT AND PAYMENT PG 20
RMH/TS/10008317/P1S10
1. GENERAL DESCRIPTION OF THE FOUR SCHEMES
1.1 Plant 1: Slang River Government Water Scheme
1.1.1 The scheme is fully described in white papers WPF-85 and WPE-86.
1.2 Plant 2 and 3: Caledon-Modder River Government Water Scheme:
(i) Plant 2: Tienfontein Pumping Station
(ii) Plant 3: Novo Pumping Station
1.2.1 The scheme is fully described in Wite Paper WPF-87
1.3 Plant 4: Umgeni River Government Water Scheme.
1.3.1 The scheme is fully described in White Papers WP1-81 and WPE-85.
2. EXTENT OF CONTRACT
2.1 Four separate sewage treatment plants are to be installed for the above-mentioned schemes housing communities. Each treatment plant will consist of a septic tank, a rotating disc unit, a humus tank, sludge drying beds and maturation ponds with an adjacant ploughed area.
2.2 The civil structures for Zaaihoek and Inanda Dams and the Tienfontein and Novo Pumping Stations' sewage treatment plants are each for 120 persons. The package sewage treatment plants' electrical switchboards and other equipment must be designed for the full capacity.
2.3 The civil works concerned will be undertaken by the Department of water Affairs, i.e. excavations concrete structures, pipe laying, fencing etc. This contract thus only includes for the supply and installation of mechanical and electrical equipment, the commissioning thereof and maintenance for a twelve months period.
2.4 The works include the following
(a) The supply of mechanical and electrical equipment, complete with bolts, nuts, washers, etc. needed for installation, and delivery to site.
(b) The provision of all construction plant, equipment, labour, supervision and materials for the installation, testing, commissioning and maintenance for a twelve months period of the mentioned equipment.
(c) The supply of all materials and the final painting of all exposed metal surfaces after installation of equipment.
2.5 The scope of the contract as given above whilst intended to indicate the general extent of the works involved is not exhaustive in so far as any detailed items or associated works is concerned and shall in no way relieve the contractor of his responsibility to comply with the specified requirements.
3. SUB-DIVISION OF CONTRACT
The contract is for the supply and installation of the mentioned equipment and shall not be sub-divided in any way.
4. ALTERNATIVE OFFERS
4.1 Alternative offers will be considered if an when -
(a) it can be proved that the alternative offer is a more economical proposition in all respects i.e. civil works, mechanical and electrical equipment, running costs, supervision, etc. and
(b) the quality of the effluent produced by the alternative offer will at least equal that of the proposed sewage treatment plant.
4.2 Alternative offers shall be accompanied by a revised Schedule of Quantities according to the new requirements. This Schedule of Quantities shall allow for all mechanical and electrical equipment required to produce an operative sewage tratment plant complete in all respects. No claims will be considered for items not stated in such a Schedule of Quantities, or for quantities or rates that were incorrectly estimated.
4.3 If the alternative offer requires a revised civil design, the Tenderer must attach a "Professional Engenieer's Design" of the complete sewage purification plant to his offer. Four copies of all the required civil construction drawings and detailed steel bending schedules, of the alternative offer, must be enclosed with the Tender.
5. TIME FOR COMPLETION
The contractor shall complete all delivery installation, testing and the commissioning of the equipment within 2 months of completion of the civil works involved in each sewage treatment plant.
The civil works for the package plants are due for completion on the following dates, whereafter the installation of the electrical and mechanical equipment can be commenced viz:
Plant 1: 7 October 1988Plant 2: 4 November 1988Plant 3: 4 November 1988Plant 4: 20 January 1988
Penalties in terms of the contract shall be applicable from the day following the elapsed two month period after the completion of the civil works and no qualifications to the contrary will be considered.
6. QUALITY OF THE EFFLUENT
The contractor shall convince himself of the proper design of the sewage treatment plant and that together with the equipment supplied by him it will be capable of producing an effluent at all times conforming to the requirements according to section 21 of the Water Act, 1956 (Act 54 of 1956) or any amendments thereof, at the rated capacity.
7. ORDERING AND DELIVERY OF EQUIPMENT
The contractor shall place firm detail orders at such a time as to ensure that delivery of the equipment will not handicap continuous and uninterrupted installation thereof nor the completion of installaton within the stated time limit.
8. STORAGE OF EQUIPMENT
The contractor shall ensure that the equipment delivered on site is not exposed to corrosion or any kind of deterioration whatsoever and the contractor must provide his own stores on all four sites.
9. WATER ELECTRIC POWER AND OTHER SERVICES
Water and electric power will be provided on site by the Department. No charge will be made for these services, but the contractor will be expected to avoid all unnecessary leakage and wastes. Any other services required will be the responsibility of the contractor.
10. CONTRACTOR'S SITE ESTABLISHMENT
On the site the contractor shall provide, construct, maintain and remove on completion temporary offices, stores and other necessary buildings for his own use. All temporary structures shall be of substantial design, weatherproofed and to the approval of the Engineer.
2
The Contractor shall make his own arrangements for housing his employees. It shall be incumbent of the contractor to ensure compliance with all laws and regulations of the Goverment, Provincial Administration, Local Authorities and any other public body which might affect the building, operation and maintenance of temporary camps and the contractor shall be responsible for all damages and claims resulting from inadequate improper or illegal camp facilities.
11. ENGINEER'S OFFICE
The Employer will provide office accommodation for the Engineer.
12. MEASUREMENT AND PAYMENT OF ITEMS
12.1 Payment for Preliminary and General items shall be made as follows:
(a) Items A.1 to A.9 provided the Engineer agrees that the items entered by the contractor are indeed "time related":
80% of the value in equal monthly payments over the contract period provided that in the event of an extension of time being granted or the contractor failing to maintain his programmed progress the period for these payments may be extended and the amounts recalculated and 20% on completion dertificate.
(b) Items A.10 - A.13 provided that the Engineer agrees that the items entered by the Contractor are indeed genuine establishment charges:
40% with first certificate.20% with each of second and third certificates20% on completion certificates.
The final payment shall not be made until the camp site and the site of the works has been cleared and cleaned to the satisfaction of the Engineer and of the owners of any land occupied.
(c) Items A.14 - A.18
Payments will be made with each certificate so that the amount paid shall be in the same proportion to the total amount tendered for these items as the value of the certificate bears to the total contract amount.
12.2 Payment of the electrical and mechanical equipment shall be made as follows:
(a) 95% of the value after delivery and satisfactory installation, testing and commissioning of the plant.
(b) The remaining 5% of the value will be paid after the issue of the final certificate of completion after expiry of the 12 months maintenance period.
3
RMH/TS/10008317/P1S11
TENDER W89
SCHEDULE OF QUANTITIES
INDEX
1. Preamble
2. Plant 1: The supply, delivery, erection and commissioning of the electrical and mechanical equipment for the package sewage treatment plant for Zaaihoek Dam.
Section A: Preliminary and general.Section B: Electrical and mechanical equipment.
3. Plant 2: The supply, delivery, erection and commissioning of the electrical and mechanical equipment for the package sewage treatment plant for the Tienfonein Pumping Station.
Section A: Preliminary and general.Section B: Electrical and mechanical equipment.
4. Plant 3: The supply, delevery, erection and commissioning of the electrical and mechanical equipment for the package sewage treatment plant for the Novo Pumping Station.
Section A: Preliminary and general.Section B: Electrical and mechanical equipment.
5. Plant 4: The supply, delivery, erection and commissioning of the electrical and mechanical equipment for the package sewage treatment plant at Inanda Dam.
Section A: Preliminary and general.Section B: Electrical and mechanical equipment.
6. Summary of tender prices.
7. Technical schedule.
RMH/TS/10008317/P1S12
TENDER W89
SCHEDULE OF QUANTITIES
INDEX
Plant 1: Package sewage treatment plant at Zaaihoek Dam.
Section A: Preliminary and general.
Section B: Electrical and mechanical equipment.
Plant 2: Package sewage treatment plant at Tienfonein Pumping Station.
Section A: Preliminary and general.
Section B: Electrical and mechanical equipment.
Plant 3: Package sewage plant at Novo Pumping Station.
Section A: Preliminary and general.
Section B: Electrical and mechanical equipment.
Plant 4: Package sewage plant at Inanda Dam.
Section A: Preliminiary and general
Section B: Electrical and mechanical equipment.
RMH/TS/10008317/P1S13
TENDER W89
PLANT 1: ZAAIHOEK DAM
SECTION A: PRELIMINARY AND GENERAL
ITEMNO.
REF. DESCRIPTION UNIT QTY. RATE AMOUNT
R C R C
1. TIME RELATED CHARGES
A1 Provision of sureties SumInsurance
A2 17 (a) Insurance of Works Sum
A3 (b) Third Party Sum
A4 (c) Accident or injury to workmen Sum
A5 (d) Damage to persons and property Sum
A6 13 Making good any defects after completion of works
Sum
First Aid and Safety
A7 Provide well equipped first aid facilities and medical supplies as well as such safety applicances as are required by law for the protection of workmen.
A8 Contractor's Superintendence
Including inspection as required and contractor's head office expenses
Sum
A9 Additional items
Which the contractor considers are time related and are not included in the rates and prices entered elsewhere in the Schedule of of Quantities and which he requires to price as separate items
(Specify)
(a)
(b)
(c)
(d)
NOTE: For payment of the above items, see PG Section, Clause 12.1
CARRIED FORWARD
RMH/TS/10008317/P1S14
TENDER W89
PLANT 1: ZAAIHOEK DAM
SECTION A: PRELIMINARY AND GENERAL
ITEMNO.
REF. DESCRIPTION UNIT QTY. RATE AMOUNT
R C R C
2. ESTABLISHMENT AND CLEARING CHARGES
A10 Site establishment and clearing
Provide and erect all temporary offices workshops, buildings, camps, depots, sign boards, etc.
Sum
Transport of labour
A11 Provide for Transport of labour to and from site
Transport of plant
A12 Provide for Transport of labour to and from site
Sum
A13 Additional items
Which the Contractor considers are establishement charges and are not included in the rates and prices entered elsewhere in the Schedule of Quanitities and which he requires to price as separate items
(Specify)
(a)
(b)
(c)
(d)
NOTE: For payment of the above items, see PG Section, Clause 12.1
CARRIED FORWARD
RMH/TS/10008317/P1S15
TENDER W89
PLANT 1: ZAAIHOEK DAM
SECTION A: PRELIMINARY AND GENERAL
ITEMNO.
REF. DESCRIPTION UNIT QTY. RATE AMOUNT
R C R C
3. VOLUME COSTS
A14 Surveying and setting out of works Sum
A15 As-built drawings and records Sum
A16 Inspection and investigation of site by the contractor
Sum
A17 6 Testing of materials by contractor including testing of any material ordered by the Engineer Sum
A18 Additional items Sum
Which the contractor considers are appropriate under this section and are not included in the rates and prices entered elsewhere in the Schedule of Quantities
(Specify)
(a)
(b)
(c)
(d)
NOTE: For payment of the above items, see PG Section, Clause 12.1
SUB-TOTAL OF SECTION "A" CARRIED FORWARD TO SUMMARY OF TENDER PRICES
RMH/TS/10008317/P1S16
TENDER W89
PLANT 1: ZAAIHOEK DAM
SECTION B: SEWAGE PURIFICATION WORKS
ITEMNO.
REF. DESCRIPTION UNIT QTY. RATE AMOUNT
R C R C
Supply, deliver to site, provide all labour and install all materials for items below
ELECTRICAL EQUIPMENT
B.1.1 Electrical control panel, (weatherproof) as specified No. 1
B.1.2 All electrical cables and wiring from control panel to electric motors, recirculation pump
Sum
MECHANICAL EQUIPMENT
B.2.1 Rotating disc unit complete with 125 bacteriological discs. rotor shaft, spicer assemblies through rods and blocks with bearing plates No. 1
B.2.2 Drive motor with gearbox and final No. 1
B.2.3 Recirculation pump including valves and fittings as specified No. 1
MISCELLANEOUS
B.3.1 Rotor cover complete No. 1
B.3.2 Structural steel bridge with glass fibre stilling tube as well as for the overflow pipe in the Humus tank No. 1
B.3.3 Allow for testing, commissioning, training of staff and provision of operating and maintenance manuals Sum
NOTE: For payment of the section B, see PG Section, Clause 12.1
SUB-TOTAL OF SECTION "B" CARRIED FORWARD TO SUMMARY OF TENDER PRICES
RMH/TS/10008317/P1S17
TENDER W89
PLANT 2: TIENFONTEIN PUMPING STATION
SECTION A: PRELIMINARY AND GENERAL
ITEMNO.
REF. DESCRIPTION UNIT QTY. RATE AMOUNT
R C R C
1. TIME RELATED CHARGES
A1 Provision of sureties Sum
Insurance
A2 17 (a) Insurance of Works Sum
A3 (b) Third Party Sum
A4 (c) Accident or injury to workmen Sum
A5 (d) Damage to persons and property Sum
A6 13 Making good any defects after completion of works
Sum
First Aid and Safty
A7 Provide well equipped first aid facilities and medical supplies as well as such safety appliances as are required by law for the protection of workmen.
A8 Contractor's Superintendence
Including inspection as required and contractor's head office expenses Sum
A9 Additional items
Which the contractor considers are time related and are not included in the rates and prices entered elsewhere in the Schedule of of Quantities and which he requires to price as separate items
(Specify)
(a)
(b)
(c)
(d)
NOTE: For payment of the above items, see PG Section, Clause 12.1
CARRIED FORWARD
RMH/TS/10008317/P1S18
TENDER W89
PLANT 2: TIENFONTEIN PUMPING STATION
SECTION A: PRELIMINARY AND GENERAL
ITEMNO.
REF. DESCRIPTION UNIT QTY. RATE AMOUNT
R C R C
2. ESTABLISHMENT AND CLEARING CHARGES
A10 Site establishment and clearing
Provide and erect all temporary offices workshops, buildings, camps, depots, sign boards, etc.
Sum
Transport of labour
A11 Provide for Transport of labour to and from site
Transport of plant
A12 Provide for Transport of labour to and from site
Sum
A13 Additional items
Which the Contractor considers are establishement charges and are not included in the rates and prices entered elsewhere in the Schedule of Quanitities and which he requires to price as separate items
(Specify)
(a)
(b)
(c)
(d)
NOTE: For payment of the above items, see PG Section, Clause 12.1
CARRIED FORWARD
RMH/TS/10008317/P1S19
TENDER W89
PLANT 2: TIENFONTEIN PUMPING STATION
SECTION A: PRELIMINARY AND GENERAL
ITEMNO.
REF. DESCRIPTION UNIT QTY. RATE AMOUNT
R C R C
3. VOLUME COSTS
A14 Surveying and setting out of works Sum
A15 As-built drawings and records Sum
A16 Inspection and investigation of site by the contractor
Sum
A17 6 Testing of materials by contractor including testing of any material ordered by the Engineer Sum
A18 Additional items Sum
Which the contractor considers are appropriate under this section and are not included in the rates and prices entered elsewhere in the Schedule of Quantities
(Specify)
(a)
(b)
(c)
(d)
NOTE: For payment of the above items, see PG Section, Clause 12.1
SUB-TOTAL OF SECTION "A" CARRIED FORWARD TO SUMMARY OF TENDER PRICES
RMH/TS/10008317/P1S20
TENDER W89
PLANT 2: TIENFONTEIN PUMPING STATION
SECTION B: SEWAGE PURIFICATION WORKS
ITEMNO.
REF. DESCRIPTION UNIT QTY. RATE AMOUNT
R C R C
Supply, deliver to site, provide all labour and install all materials for items below
ELECTRICAL EQUIPMENT
B.1.1 Electrical control panel, (weatherproof) as specified No. 1
B.1.2 All electrical cables and wiring from control panel to electric motors, recirculation pump
Sum
MECHANICAL EQUIPMENT
B.2.1 Rotating disc unit complete with 125 bacteriological discs. rotor shaft, spicer assemblies through rods and blocks with bearing plates No. 1
B.2.2 Drive motor with gearbox and final No. 1
B.2.3 Recirculation pump including valves and fittings as specified No. 1
MISCELLANEOUS
B.3.1 Rotor cover complete No. 1
B.3.2 Structural steel bridge with glass fibre stilling tube as well as for the overflow pipe in the Humus tank No. 1
B.3.3 Allow for testing, commissioning, training of staff and provision of operating and maintenance manuals Sum
NOTE: For payment of the section B, see PG Section, Clause 12.1
SUB-TOTAL OF SECTION "B" CARRIED FORWARD TO SUMMARY OF TENDER PRICES
RMH/TS/10008317/P1S21
TENDER W89
PLANT 3: NOVO PUMPING STATION
SECTION A: PRELIMINARY AND GENERAL
ITEMNO.
REF. DESCRIPTION UNIT QTY. RATE AMOUNT
R C R C
1. TIME RELATED CHARGES
A1 Provision of sureties Sum
Insurance
A2 17 (a) Insurance of Works Sum
A3 (b) Third Party Sum
A4 (c) Accident or injury to workmen Sum
A5 (d) Damage to persons and property Sum
A6 13 Making good any defects after completion of works
Sum
First Aid and Safty
A7 Provide well equipped first aid facilities and medical supplies as well as such safety appliances as are required by law for the protection of workmen.
A8 Contractor's Superintendence
Including inspection as required and contractor's head office expenses Sum
A9 Additional items
Which the contractor considers are time related and are not included in the rates and prices entered elsewhere in the Schedule of of Quantities and which he requires to price as separate items
(Specify)
(a)
(b)
(c)
(d)
NOTE: For payment of the above items, see PG Section, Clause 12.1
CARRIED FORWARD
RMH/TS/10008317/P1S22
TENDER W89
PLANT 3: NOVO PUMPING STATION
SECTION A: PRELIMINARY AND GENERAL
ITEMNO.
REF. DESCRIPTION UNIT QTY. RATE AMOUNT
R C R C
2. ESTABLISHMENT AND CLEARING CHARGES
A10 Site establishment and clearing
Provide and erect all temporary offices workshops, buildings, camps, depots, sign boards, etc.
Sum
Transport of labour
A11 Provide for Transport of labour to and from site
Transport of plant
A12 Provide for Transport of labour to and from site
Sum
A13 Additional items
Which the Contractor considers are establishement charges and are not included in the rates and prices entered elsewhere in the Schedule of Quanitities and which he requires to price as separate items
(Specify)
(a)
(b)
(c)
(d)
NOTE: For payment of the above items, see PG Section, Clause 12.1
CARRIED FORWARD
RMH/TS/10008317/P1S23
TENDER W89
PLANT 3: NOVO PUMPING STATION
SECTION A: SEWAGE PURIFICATION WORKS
ITEMNO.
REF. DESCRIPTION UNIT QTY. RATE AMOUNT
R C R C
3. VOLUME COSTS
A14 Surveying and setting out of works Sum
A15 As-built drawings and records Sum
A16 Inspection and investigation of site by the contractor
Sum
A17 6 Testing of materials by contractor including testing of any material ordered by the Engineer Sum
A18 Additional items Sum
Which the contractor considers are appropriate under this section and are not included in the rates and prices entered elsewhere in the Schedule of Quantities
(Specify)
(a)
(b)
(c)
(d)
NOTE: For payment of the above items, see PG Section, Clause 12.1
SUB-TOTAL OF SECTION "A" CARRIED FORWARD TO SUMMARY OF TENDER PRICES
RMH/TS/10008317/P1S24
TENDER W89
PLANT 3: NOVO PUMPING STATION
SECTION B: SEWAGE PURIFICATION WORKS
ITEMNO.
REF. DESCRIPTION UNIT QTY. RATE AMOUNT
R C R C
Supply, deliver to site, provide all labour and install all materials for items below
ELECTRICAL EQUIPMENT
B.1.1 Electrical control panel, (weatherproof) as specified No. 1
B.1.2 All electrical cables and wiring from control panel to electric motors, recirculation pump
Sum
MECHANICAL EQUIPMENT
B.2.1 Rotating disc unit complete with 125 bacteriological discs. rotor shaft, spicer assemblies through rods and blocks with bearing plates No. 1
B.2.2 Drive motor with gearbox and final No. 1
B.2.3 Recirculation pump including valves and fittings as specified No. 1
MISCELLANEOUS
B.3.1 Rotor cover complete No. 1
B.3.2 Structural steel bridge with glass fibre stilling tube as well as for the overflow pipe in the Humus tank No. 1
B.3.3 Allow for testing, commissioning, training of staff and provision of operating and maintenance manuals Sum
NOTE: For payment of the section B, see PG Section, Clause 12.1
SUB-TOTAL OF SECTION "B" CARRIED FORWARD TO SUMMARY OF TENDER PRICES
RMH/TS/10008317/P1S25
TENDER W89
PLANT 4: INANDA DAM
SECTION A: PRELIMINARY AND GENERAL
ITEMNO.
REF. DESCRIPTION UNIT QTY. RATE AMOUNT
R C R C
1. TIME RELATED CHARGES
A1 Provision of sureties Sum
Insurance
A2 17 (a) Insurance of Works Sum
A3 (b) Third Party Sum
A4 (c) Accident or injury to workmen Sum
A5 (d) Damage to persons and property Sum
A6 13 Making good any defects after completion of works
Sum
First Aid and Safty
A7 Provide well equipped first aid facilities and medical supplies as well as such safety appliances as are required by law for the protection of workmen.
A8 Contractor's Superintendence
Including inspection as required and contractor's head office expenses Sum
A9 Additional items
Which the contractor considers are time related and are not included in the rates and prices entered elsewhere in the Schedule of of Quantities and which he requires to price as separate items
(Specify)
(a)
(b)
(c)
(d)
NOTE: For payment of the above items, see PG Section, Clause 12.1
CARRIED FORWARD
RMH/TS/10008317/P1S26
TENDER W89
PLANT 4: INANDA DAM
SECTION A: PRELIMINARY AND GENERAL
ITEMNO.
REF. DESCRIPTION UNIT QTY. RATE AMOUNT
R C R C
2. ESTABLISHMENT AND CLEARING CHARGES
A10 Site establishment and clearing
Provide and erect all temporary offices workshops, buildings, camps, depots, sign boards, etc.
Sum
Transport of labour
A11 Provide for Transport of labour to and from site
Transport of plant
A12 Provide for Transport of labour to and from site
Sum
A13 Additional items
Which the Contractor considers are establishement charges and are not included in the rates and prices entered elsewhere in the Schedule of Quanitities and which he requires to price as separate items
(Specify)
(a)
(b)
(c)
(d)
NOTE: For payment of the above items, see PG Section, Clause 12.1
CARRIED FORWARD
RMH/TS/10008317/P1S27
TENDER W89
PLANT 4: INANDA DAM
SECTION A: SEWAGE PURIFICATION WORKS
ITEMNO.
REF. DESCRIPTION UNIT QTY. RATE AMOUNT
R C R C
3. VOLUME COSTS
A14 Surveying and setting out of works Sum
A15 As-built drawings and records Sum
A16 Inspection and investigation of site by the contractor
Sum
A17 6 Testing of materials by contractor including testing of any material ordered by the Engineer Sum
A18 Additional items Sum
Which the contractor considers are appropriate under this section and are not included in the rates and prices entered elsewhere in the Schedule of Quantities
(Specify)
(a)
(b)
(c)
(d)
NOTE: For payment of the above items, see PG Section, Clause 12.1
SUB-TOTAL OF SECTION "A" CARRIED FORWARD TO SUMMARY OF TENDER PRICES
RMH/TS/10008317/P1S28
TENDER W89
PLANT 4: INANDA DAM
SECTION B: SEWAGE PURIFICATION WORKS
ITEMNO.
REF. DESCRIPTION UNIT QTY. RATE AMOUNT
R C R C
Supply, deliver to site, provide all labour and install all materials for items below
ELECTRICAL EQUIPMENT
B.1.1 Electrical control panel, (weatherproof) as specified No. 1
B.1.2 All electrical cables and wiring from control panel to electric motors, recirculation pump
Sum
MECHANICAL EQUIPMENT
B.2.1 Rotating disc unit complete with 125 bacteriological discs. rotor shaft, spicer assemblies through rods and blocks with bearing plates No. 1
B.2.2 Drive motor with gearbox and final No. 1
B.2.3 Recirculation pump including valves and fittings as specified No. 1
MISCELLANEOUS
B.3.1 Rotor cover complete No. 1
B.3.2 Structural steel bridge with glass fibre stilling tube as well as for the overflow pipe in the Humus tank No. 1
B.3.3 Allow for testing, commissioning, training of staff and provision of operating and maintenance manuals Sum
NOTE: For payment of the section B, see PG Section, Clause 12.1
SUB-TOTAL OF SECTION "B" CARRIED FORWARD TO SUMMARY OF TENDER PRICES
RMH/TS/10008317/P1S29
TENDER W89
SUPPLY AND INSTALLATION OF ELECTRICAL AND MECHANICAL EQUIPMENT
FOR FOUR SEWAGE TREATMENT PLANTS
SUMMARY OF TENDERS PRICES
PLANT SECTION DESCRIPTION AMOUNT
1. A Preliminary and generalB Electrical and mechanical equipment
Sub Total
2. A Preliminary and generalB Electrical and mechanical equipment
Sub Total
3. A Preliminary and generalB Electrical and mechanical
Sub Total
4. A Preliminary and generalB Electrical and mechanical
Sub Total
Total amount (carried over to form of tender)
RMH/TS/10008317/P1S30
TECHNICAL SCHEDULE
1. DRIVE MOTORS WITH GEARBOXES:
TYPE: ___________________________________________________________________
MANUFACTURER: ________________________________________________________
COUNTRY OF ORIGIN: ____________________________________________________
MOTOR kW RATING: ______________________________________________________
MOTOR r.p.m.: ____________________________________________________________
FINAL r.p.m.: _____________________________________________________________
2. RECIRCULATION PUMPS:
TYPE: ___________________________________________________________________
MANUFACTURER: ________________________________________________________
COUNTRY OF ORIGIN: ____________________________________________________
kW RATING: _____________________________________________________________
NO. OF PHASES: __________________________________________________________
FLOW RANGE: ___________________________________________________________