you are hereby invited to tender to the ......bid documents must be deposited in the bid box...

157
7 BID NOTICE AND INVITATION TO BID You are hereby invited to bid for the requirements of National Museum, Bloemfontein BID NUMBER: NM/2019/02 CLOSING DATE:28 February 2020 CLOSING TIME: 11:00 Description services: REQUEST FOR TENDER: THE HVAC INSTALLATION AT BLOEMFONTEIN NATIONAL MUSEUM The successful bidder will be required to fill in and sign a written Contract. Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein during working hours (08h00-16h30). No bids are to be delivered at any other National Museum’s office besides the office stipulated on the bid document. Bidders must ensure that they sign the submission register at the reception when delivering their bids and the bid document must be placed in the correct bid box. THE CLOSING TIME WILL BE AS PER THE CLOCK AT THE NATIONAL MUSEUM RECEPTION. Bidders should ensure that bids are delivered timeously to the correct address. If the bid is late, it will not be accepted for consideration. Bidders must advise their couriers/drivers of the instruction above to avoid misplacement of bid responses. NM will not be held responsible for the misplacement of bid by bidders/courier/drivers. 1. All bids must be submitted on the original forms – (BIDDERS MUST NOT RE-TYPE THE BID DOCUMENT OR CONVERT FROM PDF FORMAT) 2. This bid is subject to the General Conditions of Contract (GCC) and the special conditions of contract. Bid Opening Procedure There will be a public bid opening of the bids received on the 28 February 2020 immediately after the closing time. The bidders’ name and BBBEE status will be read out to those who are present and results will also be published on the National Museum, Bloemfontein website. The financial offer envelope will not be opened at the public bid opening of the bids as NM can only open financial offers of bidders who reach the minimum threshold of 70 points on functionality evaluation stage. The bidders’ functionality and financial offer envelopes must be clearly marked with the Bid number, Project name and Bidder’s name.

Upload: others

Post on 17-Apr-2020

3 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

7

BID NOTICE AND INVITATION TO BID

You are hereby invited to bid for the requirements of National Museum, Bloemfontein

BID NUMBER: NM/2019/02 CLOSING DATE:28 February 2020 CLOSING TIME: 11:00

Description services: REQUEST FOR TENDER: THE HVAC INSTALLATION AT BLOEMFONTEIN NATIONAL MUSEUM

The successful bidder will be required to fill in and sign a written Contract.

Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein during working hours (08h00-16h30). No bids are to be delivered at any other National Museum’s office besides the office stipulated on the bid document. Bidders must ensure that they sign the submission register at the reception when delivering their bids and the bid document must be placed in the correct bid box.

THE CLOSING TIME WILL BE AS PER THE CLOCK AT THE NATIONAL MUSEUM RECEPTION.

Bidders should ensure that bids are delivered timeously to the correct address. If the bid is late, it will not be accepted for consideration. Bidders must advise their couriers/drivers of the instruction above to avoid misplacement of bid responses. NM will not be held responsible for the misplacement of bid by bidders/courier/drivers.

1. All bids must be submitted on the original forms – (BIDDERS MUST NOTRE-TYPE THE BID DOCUMENT OR CONVERT FROM PDF FORMAT)2. This bid is subject to the General Conditions of Contract (GCC) and thespecial conditions of contract.

Bid Opening Procedure There will be a public bid opening of the bids received on the 28 February 2020 immediately after the closing time. The bidders’ name and BBBEE status will be read out to those who are present and results will also be published on the National Museum, Bloemfontein website. The financial offer envelope will not be opened at the public bid opening of the bids as NM can only open financial offers of bidders who reach the minimum threshold of 70 points on functionality evaluation stage. The bidders’ functionality and financial offer envelopes must be clearly marked with the Bid number, Project name and Bidder’s name.

Page 2: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

1

TENDER: THE HVAC INSTALLATION AT BLOEMFONTEIN NATIONAL MUSEUM

TENDER NO: NM/2019/02

Page 3: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

2

TERMS OF REFERENCE FOR TENDER SPECIFICATIONS FOR THE HVAC INSTALLATION AT NATIONAL MUSEUM,

BLOEMFONTEIN

1. INTRODUCTION

The National Museum - a natural history, cultural history and art museum was established in 1877 and is a declared cultural institution, which resorts under the Department of Arts and Culture and is governed by a council. The mission of the National Museum is to provide heritage resources and an enjoyable experience to all people through quality research, conservation, education and exhibitions. More information about the organisation can be found at www.nasmus.co.za

2. PURPOSE

To appoint a service provider for HVAC installation (Remove, replace and install) at the National Museum, Bloemfontein in accordance with detailed specification attached hereto.

3. DURATION AND CONDITIONS OF THE TENDER

3.1 Duration:

(a) The duration of the contract will be for a once-off HVAC installation (Remove,replace and install) as determined by Museum.

(b) The successful tenderer shall be obliged to sign a Service Level Agreement (SLA)immediately after the tender is awarded.

4. CONDITIONS

4.1 Tenderers shall provide the National Museum with the following information:

(a) Their regional and headquarters,

(b) Names, addresses and telephone numbers of their banks or other financialinstitutions that manage their finances and the names of a contact persons at eachfinancial institution;

Page 4: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

3

(c) The names, identity numbers and street addresses of all partners, shareholders oftheir companies;

(d) A list of references; at least three (3) contactable for the similar work done not olderthan Five (5) years.

4.2 Prospective tenderer shall visit the site in order to ascertain the extent of the HVAC installation (Remove, replace nd install) to be rendered. A compulsory site meeting will be held on the 14th of February 2020 at 12h00 at the National Museum; No: 36 Aliwal Street, Bloemfontein.

5. Operational Conditions

5.1 SPECIFICATION

For further information, reference is to be made to all the attached accompanying documents.

6. MANDATORY BID REQUIREMENTS

Each bidder will be evaluated by a panel on the basis of compliance with requirements and submission of required documents as instructed/requested in the below.

Eligibility criteria – Organisations must provide:

1. CSD registration Summary Report with a compliant tax status2. A fully completed and signed Bid document3. List of verifiable track record in similar services and

submit minimum of reference letters from those employers.4. Bidders must have the following;

• SAQCC gas registration for refrigeration gases• SAQCC registration for refrigeration piping installation• CIBD grade 4 or higher

Please note that failure to comply with the above mandatory submission requirements will invalidate the bid. The bid will be disqualified and will not be evaluated.

Bid documents are obtainable from the Website (www.nasmus.co.za) after 09h00 from Friday 07 February 2020

The physical address submission of bid documents is: National Museum, No. 36 Aliwal street, Bloemfontein, Free State, South Africa

Queries relating to the issuing of these documents or requesting further clarity on the completion of documentation for this bid must be addressed to the SCM Unit via email [email protected]

Page 5: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

4

The closing time for receipt of bids is 11h00 on 28 February 2020.

Telegraphic, telephonic, fax, e-mail and late bids will not be accepted and National Museum, Bloemfontein will not issue bid document through fax or email.

12. PAYMENTS

12.1. It must be noted that the Museum only pay for the replacement and installation costs.

12.2 Payment for the work done shall be made directly into the service providers’ bank account, within thirty (30) days after receipt of the original invoice or tranche payments maybe discussed with the National Museum, Bloemfontein.

12.3 All amounts payable in terms of this Agreement shall be inclusive of VAT. The service provider shall provide the Museum with proof of registration as VAT vendor.

13. TERMINATION OF SERVICE

13.1 The stipulations of the General Conditions of Contracts and procedure apply in particular to cases of failure to comply with any of the conditions of contract, or where an unsatisfactory service is rendered. 13.2 Any amendment or waiving of the stipulations of the contract must occur in writing by mutual consent through the Representative of the Museum.

13.3 Should the contractor alienate his rights and liabilities in terms of this contract, he/she should notify the Museum immediately so that the necessary steps for the ceasing of the contract can be taken.

14. EVALUATION CRITERIA

National Museum (NM) promotes the concept of “best value” in the award of contracts, as opposed to merely looking for the cheapest price, which does not necessarily provide the best value. Best value incorporates the expertise, experience and technical proposal of the organisation and individuals who will be providing the service and the organisational capacity supporting the project team.

NM is committed to achieving the government’s transformation objectives in terms of the Preferential Procurement Policy Framework Act.

The value of this bid is estimated not to exceed R50 000 000 and therefore the 80/20 system shall be applicable. The procedure for the evaluation of responsive tenders is Price, functionality (quality) and Preference method. The evaluation of the bids will be conducted in the following two stages:

• Firstly, the assessment of quality will be done in terms of the HVAC supplierfunctionality matrix attached and the minimum threshold of 70 points explained. Abid will be disqualified if it fails to meet the minimum threshold for functionality asper the bid invitation.

Page 6: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

5

• Thereafter, only the qualifying bids are evaluated in terms of the 80/20preference points systems, where the 80 points will be used for price only andthe 20 points will be awarded to a bidder for attaining the BBBEE status level ofcontributor in accordance with the Table below

Preference

(A B-BBEE status level verification certificate must be submitted in order to qualify for preference points for B-BBEE)

Calculation of points for B-BBEE status level contributor Points will be awarded to a bidder for attaining the B-BBEE status level of contributor in accordance with the Table below

B-BBEE Status Level of Contributor Number of points (80/20 system) 1 20 2 18 3 16 4 14 5 12 6 10 7 8 8 6 9 4

10 2 Non-compliant contributor 0

The allocation of points for the evaluation of quality is set out in Table1 below:

Functionality/Quality: Scores will be tabulated to 100 points. Respondents must score 70 points and above to be assessed on their financial offer and preference score.

Functionality and technical Criteria is specified by Category In order to ensure simplification, the total Functionality score will be rated out of a total of 100.

Scores will be tabulated to 100 points. Respondents must score an overall total functionality score of 70 points and over to be assessed on their financial offer and preference score. A minimum of 3 suitably qualified and experienced evaluators will evaluate the bids received and the average score will be carried forward as the Total Functionality Score.

Page 7: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

6

15. CONTACT PERSONS

GENERAL AND TECHNICAL ENQUIRIES RELATING TO THIS BIDMAY BE DIRECTED TO:

The National Museum No: 36 Aliwal Street Bloemfontein attention:

Mr G. DlaminiSupply Chain ManagerPhone: (051) 447 9609E-mail address: [email protected]

16. ACCEPTANCE OF TERMS AND CONDITIONS

The above terms and conditions of this bid have been read, understood andaccepted. For and on behalf of the Bidder:

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

____________________ ____________________ Bidder’s Name & Surname: Designation

______________________ ____________________ Signature of Bidder: Date:

_____________________ ____________________ Signature of the Witness Date

TRADING NAME: ________________________________

CONTACT PERSON: ______________________________

CONTACT NUMBER: _____________________________

Page 8: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 BFN National Museum - HVAC Installation

Tender Specifications for The HVAC Installation

at Bloemfontein National Museum

Page 9: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

2 | P a g e

DOCUMENT REVISION HISTORY: Revision Revision Date Revision Comments Originator Reviewed by Admin

check

R0 2020-01-27 Tender FB KDP MLE

DOCUMENT DISTRIBUTION LIST:

Name Company Designation

ORIGINATOR DETAILS: Name: Frans Broodryk

Designation: Professional Engineer

Pr Eng Number: 20190585

Signed:

REVIEWER DETAILS: Name: Kristof du Plessis

Designation: Director

Pr Eng Number: 20160136

Signed:

FILE LOCATION: A-1885-31 BFN National Museum - HVAC Installation.docx

Page 10: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31Revision R0

2020/01

3 | P a g e

SPECIFICATION FOR THE HVAC INSTALLATION FOR BLOEMFONTEIN NATIONAL MUSEUM

CONTENT OVERVIEW

SECTION 1: INVITATION TO TENDER AND CONDITIONS OF TENDER

SECTION 2: FORM OF TENDER

SECTION 3: N/A

SECTION 4: PROJECT SPECIFICATION

SECTION 5: STANDARD SPECIFICATIONS

SECTION 6: SCHEDULE OF EQUIPMENT OFFERED

SECTION 7: SCHEDULE OF DRAWINGS

SECTION 8: SCHEDULE OF PRICES

Page 11: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

4 | P a g e

A-COND-01-01-W11

SECTION 1

INVITATION TO TENDER

AND

CONDITIONS OF TENDER Electrical, Electronic & Mechanical Engineers P O Box 146 PERSEQUOR PARK 0020 Tel: [+2712] 349-2253 Fax: [+2712] 349-2390 E-mail: [email protected]

Page 12: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31Revision R0

2020/01

5 | P a g e

SECTION 1CONDITIONS OF TENDER

(Abridged Edition)

1. INVITATION TO TENDER

Tenderers will be invited, but the Employer reserves the right not necessarily to acceptthe lowest or any tender.

2. TENDER CLOSING

As per Bloemfontein National Museum Supply Chain Management Bid document(Hereafter referred to as SCM bid document).

3. TENDER DEPOSIT

As per SCM document

4. COPYRIGHT

Plantech (Pty) Ltd reserves the copyright on all designs, specifications, systems andprocesses contained in the documents and drawings.

5. VALIDITY OF TENDERS

As per SCM document

6. SCHEDULES TO BE COMPLETED

All schedules to be filled in by Tenderers shall be completed in full.

7. MINIMUM QUALIFYING CRITERIA

The following requirements must be met for a supplier to be eligible for this project:• Minimum of 3 similar projects completed in the last 5 years with a HVAC

contract value of more than R 3,000,000.00 (Ex VAT)• Minimum of 3 reference letters from a client and/or 3 reference letters from

mechanical consulting engineers on their letterhead where similar HVAC workhas been completed, not older than 5 years, and shall include the following:

o Company Nameo Company representative with contact detailso Project start date and practical completion dateo HVAC Project Valueo Project description

• The supplier may not sub-contract more than 25% of the installation (cost ofworks).

• CIDB Grade 4 or higher• SAQCC Gas registration for refrigerant gases• BBBEE level of 4 or higher

Page 13: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31Revision R0

2020/01

6 | P a g e

8. SUB-CONTRACTORS

Tenderers may only use specialist sub-contractors stated in their tender.

9. TAXES AND LEVIES

Tender prices shall include all taxes and levies applicable at the time of tender.

Page 14: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

7 | P a g e

FILE 7

SECTION 2

FORM OF TENDER

APPLICABLE TO THE TENDERER

Electrical, Electronic & Mechanical Engineers P O Box 146 PERSEQUOR PARK 0020 Tel: [+2712] 349-2253 Fax: [+2712] 349-2390 E-mail: [email protected]

Page 15: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

8 | P a g e

1. FORM OF TENDER

The Extended Form of Tender (Clause 2) and the Tender Schedule (Clause 3) form part of the Form of Tender.

The contractor will be appointed according to the terms and conditions as stipulated in the SCM bid document and the applicable contract.

Any conditions appended by the tenderer which are at variance with the conditions set out herein may invalidate the tender.

The lowest tender or any part thereof need not necessarily be accepted.

All information regarding the tender closing date, time and place is set out in the SCM bid document.

I/We, the undersigned agree to contract to perform and complete the contract works described herein in accordance with the tender conditions contained these documents and contained in the SCM bid document for the total tender sum of: R _______________________________________________________________________

In words _________________________________________________________________ Carried over from the PRICED BOQ including VAT and contingencies.

Name of Firm ________________________________________________________________________ Address _________________________________________________________________________ Tel ____________________ Fax ______________Contact Person: ________________

The tender is submitted with the following documents which are enclosed herewith: Number of letters Number of catalogues Number of drawings Copies of other documents

Signed: _____________________________________ Date: ___________________________ Name of Signatory: _____________________________________________________________

Page 16: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

9 | P a g e

2. EXTENDED FORM OF TENDER 2.1 STATEMENT OF COMPLIANCE OR OF QUALIFICATIONS BY TENDERER

Explanatory remarks with regard to variations to the design of the Installation, or remarks regarding the Specification, Drawings or Conditions of Contract, shall be described in the space provided below or in a separate letter accompanying the tender and also enumerated in the space below. Should no remarks be made it shall be interpreted that the Installation offered in the tender fully complies with this Document, the Drawings and Conditions of Contract and Tender.

SECTION CLAUSE

NO. QUALIFICATION

2.2 SCHEDULE OF SUB-CONTRACTORS PROPOSED BY TENDERER

The Tenderer shall state in the schedule below the names of all Specialist and other Sub-Contractors he wishes to employ for the Works and shall define their duties and outline their experience.

NAME OF SUB-CONTRACTOR PROPOSED DUTIES EXPERIENCE

% OF COST OF WORKS

2.3 AUTHORISATION OF SIGNATORIES

I/We, (the undersigned) am/are authorised to submit a Tender and/or to enter into Contract on behalf of

_________________________________________________________________________

by virtue of a director's meeting dated _________________________________________________________________________

Page 17: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

10 | P a g e

2.4 SCHEDULE OF TENDERER'S INFORMATION 2.4.1 Name of firm to enter into contract:

_________________________________________________________________________ (Items 2.4.3 to 2.4.11 below applies to this firm)

2.4.2 Name of holding company:_____________________________________________ 2.4.3 Bank: __________________________________________________________________

Name: __________________________________________________________________

Branch: ___________________________ Account No.: _________________________ 2.4.4 How many years has the firm been in operation in present form? __________ years. 2.4.5 Turnover per year/for previous 3 years:

Year ending Have figures been audited?

This year: 20___/___/___ Yes/No R___________________ Last year: 20___/___/___ Yes/No R___________________ Three years ago: 20___/___/___ Yes/No R___________________

2.4.6 Value of largest project to date:

Project: _________________________________ Value: R _______________________ 2.4.7 Largest 3 projects during last 3 years:

PROJECT VALUE STATUS

2.4.8 Similar HVAC projects done in the past 5 years (Minimum of 3):

PROJECT VALUE STATUS

2.4.9 CIDB Grade: ____________________________________________________________ 2.4.10 SAQCC ID No: __________________________________________________________ 2.4.11 Value of work currently in progress:

R ______________________________________________________________________

___________________________ _________________________________ DATE SIGNATURE OF TENDERER

Page 18: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

11 | P a g e

File 16

SECTION 4

DETAILED PROJECT SPECIFICATION

FOR THE

HVAC INSTALLATION

FOR

BFN NATIONAL MUSEUM Electrical, Electronic & Mechanical Engineers P O Box 146 PERSEQUOR PARK 0020 Tel: [+2712] 349-2253 Fax: [+2712] 349-2390 E-mail: [email protected]

Page 19: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

12 | P a g e

SECTION 4

HVAC INSTALLATION FOR THE BFN NATIONAL MUSEUM

CONTENT OVERVIEW

PAGE

1. GENERAL .............................................................................................................. 13

2. DESIGN DATA ....................................................................................................... 17

3. NOISE AND VIBRATION ........................................................................................ 17

4. SCHEDULE OF EQUIPMENT .................................................................................. 17

5. AIR DISTRIBUTION SYSTEM .................................................................................... 18

6. ROOFTOP PACKAGED UNITS ................................................................................ 20

7. CENTRAL CONTROLLER ........................................................................................ 21

8. DRAIN PIPING ....................................................................................................... 22

9. HUMIDIFIERS ......................................................................................................... 22

10. ELECTRICAL INSTALLATION ................................................................................... 22

Page 20: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

13 | P a g e

HVAC INSTALLATION FOR THE BFN NATIONAL MUSEUM

SECTION 4 DETAILED PROJECT SPECIFICATION

1. GENERAL 1.1 NOTES

1.1.1 The detailed project specification together with all other documentation such as the standard specifications, and all schedules and drawings as described in this tender document, constitute the specification and will be the basis of the contract.

1.2 Scope of Work

The Work to be performed under this contract includes the supply, procurement, delivery, erection, testing, commissioning and handing over of a complete air conditioning and ventilation installation for this building, fully operational to the Employer and the guarantee and comprehensive maintenance thereof for a further period of 12 months.

The installation includes the following: • 7 × Removal of existing rooftop packaged units • 7 × Installation of new rooftop packaged units • Ducting, motorised dampers, fire dampers, etc. modifications • Installation of a new air-conditioning monitoring central controller

1.3 SPECIFICATIONS

This detail specification is specifically applicable to this installation and will have preference over the Standard Specifications.

The latest revision of the Standard Specifications listed in Section 5 of this document will apply to this contract.

1.4 RESPONSIBILITY OF THE CONTRACTOR 1.4.1 The Contractor shall only use qualified and experienced personnel for this project.

1.4.2 The Contractor is responsible to hand over a complete and fully operational

installation to the Employer and shall therefore include for all minor items not specifically specified, but which are required for the proper operation of the systems as specified.

1.5 ARRANGEMENTS WITH THE SUPPLY AUTHORITY

The Contractor shall register with, pay all fees and notify the electrical supply authority regarding all electrical work performed as part of this Contract.

Page 21: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

14 | P a g e

1.6 CONTRACT

Refer to the attached documents regarding all conditions of contract and sub-contract. 1.7 QUALITY AND QUALITY ASSURANCE 1.7.1 The Contractor is primarily responsible to ensure that the installation meets the

requirements of the Specification.

1.7.2 Refer to Clause 6 of Standard Specification A-SPES-00-01.

1.7.3 It is not compulsory for this project that the Contractor shall be approved to ISO 9001:2000, but it will be expected of the Contractor to implement written systems by competent persons to ensure that the quality of the installation will meet the requirements of this Specification to the satisfaction of the Engineer.

1.8 HOLD POINTS

To assist the Contractor in order that corrective action can be taken in good time, the Engineer requires that at least the following quality control programme be implemented.

• Engineer’s approval of Data Sheets for all major equipment prior to placing of

orders. • Approval of Circuit Diagrams and General Arrangement Drawings of all

Control Boards. • Approval of all shop drawings before commencing installation. Written approval shall be obtained from the Engineer prior to proceeding after each Hold Point is reached.

1.9 PROGRAMMING 1.9.1 The Contractor shall compile a detail programme in conjunction with all parties, as set

out in Clause 8 of Standard Specification A-SPES-00-01.

1.9.2 This programme shall be submitted to the Engineer within 2 weeks from date of appointment.

1.10 SITE, SITE CONDITIONS & SITE FACILITIES 1.10.1 Site Location: 36 Aliwal St, Bloemfontein Central, Bloemfontein.

Page 22: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

15 | P a g e

1.10.2 The Contractor shall acquaint himself fully of the prevailing site conditions, access to the site, storage and other facilities prior to submitting a tender since no claim in this regard will be considered.

1.10.3 Arrangements to visit the site during the tender period shall be made with the clients

supply chain management if considered necessary. 1.10.4 The Contractor shall allow in his tender price for the cost of hoisting and handling of

all material and equipment.

1.10.5 The contractor shall allow in his tender price for site establishment including the provision of an area to store materials and equipment.

1.11 CLAIMS

Refer to Clause 9 of the Standard Specification A-SPES-00-01. 1.12 DRAWINGS 1.12.1 Refer to Clause 10 of the Standard Specification A-SPES-00-01 1.12.2 The Contractor will be required to keep a separate set of all approved drawings on site

and to continually "mark-up" any alteration, additional information in order that he can produce "as installed" drawings.

1.13 RESPONSIBILITY OF OTHER PARTIES None. 1.14 OPERATING AND MAINTENANCE MANUALS 1.14.1 One hard copy and two soft copies of the complete operating and maintenance

manuals, including "as installed" drawings shall be supplied to the Engineer in terms of Clause 11 of Standard Specification A-SPES-00-01, prior to the Engineer accepting the installation for "Take-over".

1.15 INSPECTION, TESTING, COMMISSIONING AND HANDING OVER

The requirements of Clause 12 of the Standard Specification A-SPES-00-01 will apply. 1.16 TRAINING OF EMPLOYER'S PERSONNEL

The requirements of Clause 13 of the Standard Specification A-SPES-00-01 will apply. 1.17 TOOLS, EQUIPMENT AND TEST INSTRUMENTS AND MAINTENANCE TOOLS

The requirements of Clause 14 and 15 of the Standard Specification A-SPES-00-01 apply.

Page 23: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

16 | P a g e

1.18 CODING, LABELLING, NOTICES AND NAME BOARDS

The requirements of Clause 16 of the Standard Specification A-SPES-00-01 apply. 1.18.1 In addition to the above requirements, the Contractor shall install a name plate in a

position as indicated by the Engineer indicating the installation, the firm’s name and emergency telephone numbers.

1.18.2 No project name board will be required as part of this Contract. 1.19 FIRE EXTINGUISHERS

No fire extinguishers are required as part of this Contract. 1.20 FIRST AID KITS

As required by the OSH act and other applicable local safety codes and by-laws. 1.21 GUARANTEE PERIOD

The Contractor shall guarantee the complete installation for a period of 12 months after the Final Completion Certificate - Form D has been issued, or as agreed to by the Engineer, in terms of Clause 19 of the Standard Specification A-SPES-00-01.

1.22 MAINTENANCE PERIOD 1.22.1 The Contractor shall comprehensively maintain the Installation for a period of 12

months after the Final Completion Certificate - Form D has been issued, or as agreed to by the Engineer, in terms of Clause 20 of the Standard Specification A-SPES-00-01.

1.22.2 The Contractor shall attend promptly within 24 hours to all complaints received by

email and shall report to the Employer's nominated representative (maintenance manager) on arrival and departure and shall ensure that his written report is countersigned in the "Logbook".

1.22.3 The 12-month maintenance shall include monthly visits to site to wash filters and check

all operating components and parameters, as well as one major annual service. 1.22.4 All chemicals required during the maintenance period will be for the account of the

Employer. 1.22.5 The 12 Month maintenance shall include all required material and labour, i.e. no cost

to employer (Filters, Gas, etc.). 1.23 SITE PROCEDURES

Site and other procedures will be issued from time to time by the Employer such as security arrangements, access control etc.

Page 24: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

17 | P a g e

1.24 CERTIFICATE OF COMPLIANCE

The Engineer will not issue a Final Completion Certificate - Form D until he is in receipt of a Certificate of Compliance in terms of Clause 20 of the Standard Specification A-SPES-00-01.

2. DESIGN DATA

Altitude : 1400 m Summer Ambient : 34°C DB / 15,7°C WB Winter Ambient : -3.3°C DB Condenser Coil : 40°C Inside Design Conditions (Air Cond) : 21°C DB ±2°C (Summer) : 21°C DB ±2°C (Winter) : 40-60% RH (Summer/Winter)

3. NOISE AND VIBRATION 3.1 The Contractor shall select equipment and shall ensure that the following noise ratings

are attained as far as noise generation by air conditioning and ventilation equipment is concerned:

The increase in noise due to any air conditioning and ventilation equipment shall be limited to an increase of 3 dB above back-ground noise, measured on the boundary of the site.

Internal measurements shall be measured anywhere within the air-conditioned space, but not closer than 1200 mm from any air inlet or outlet.

3.2 All equipment generating vibration shall be mounted on anti-vibration mountings and

springs to prevent any vibration carry-over to the building structure. 4. SCHEDULE OF EQUIPMENT

Any of the equipment listed below can be used for the main offer of the tenderer. No other alternatives may be used without written approval from the engineer.

Location NC Rating Museum NC 30

Equipment Suppliers Rooftop Packaged UnitsMain Clivet, Heating Centre, Systemair, Trox Rooftop Packaged Units Alternative Dunham Bush, EcoAire, Humidifier Munters, Condair Diffusers, Disc Valves, Grilles & Weather Louvres

Trox

Fire Dampers Trox Controls Elliwell, Carell

Page 25: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

18 | P a g e

5. AIR DISTRIBUTION SYSTEM 5.1 DUCTING

All duct penetrations through exterior walls/dog boxes shall slope away from the outer walls by 5° to prevent water leaking into the building.

5.1.1 Round Air Conditioning Ducting (Air Conditioning)

Ducting shall be low pressure galvanised spiral sheet metal ducting. Unless otherwise indicated on the drawings ducting shall be externally insulated with 50mm Duct Wrap insulation. The first 2400mm of ducting from the HVAC unit to be internally lined with acoustic liner.Standard Specification A-SPES-31-01 shall apply.

5.1.2 Rectangular Air Conditioning Ducting (Air Conditioning)

Ducting shall be low pressure rectangular galvanised sheet metal ducting. Unless otherwise indicated on the drawings ducting shall be externally insulated with 50mm Isover FRK insulation.The first 2400mm of ducting form the HVAC unit to be internally lined with acoustic liner.Standard Specification A-SPES-31-01 shall apply.

5.1.3 InternalDucting for Ventilation Systems

Ducting shall be uninsulated galvanised steel ducting to SANS 1238: 2005 and SANS 10173: 2003 unless otherwise specified on the drawings.

5.1.4 ExternalDucting for Ventilation Systems

Ducting shall be internally insulated galvanised steel ducting to SANS 1238: 2005 and SANS 10173: 2003 unless otherwise specified on the drawings.

5.1.5 Existing ExternalDucting The existing ducting is internally lined and shall be thoroughly cleaned by a duct cleaning specialist. The ducting shall also be cleaned externally, all leaks shall be sealed, and all rust shall be treated and painted with galvanise paint. All ducting modifications shall be measured on site and internally lined to the same specification as the existing ducting.

5.1.6 Existing InternalDucting

The existing ducting shall be thoroughly cleaned by a duct cleaning specialist. The ducting shall also be cleaned externally, all leaks shall be sealed, and damaged paint to be repaired. All ducting modifications shall be measured on site and painted to the same colour as the existing connected ducting.

Page 26: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

19 | P a g e

5.2 DIFFUSERS, DISC VALVES, GRILLES AND LOUVRES

The air flow rates of all air inlet and outlets are indicated on the drawings. The size, type and number of diffusers, disc valves, grilles and louvres are indicated on the drawings.

Technical submittals shall be submitted timeously to the engineer for technical and aesthetic approval before equipment may be ordered, the engineer may also request samples of any items. Diffusers, disc valves, grilles and louvres shall be powder coated to a colour as specified on the drawings and must be priced for in the BOQ. If not specified, the colour shall be white. Low pressure insulated flexible ducting shall be used to connect diffusers/grilles with reducers if required. Connections shall be strapped and riveted to eliminate disconnection. No flexible ducting longer than 1.5m will be allowed. All flexible ducting shall be nonflammable.

All fixings shall be concealed.

5.2.1 Diffusers

All existing diffusers shall be thoroughly cleaned and flexible ducts shall be replaced. The existing VAV diffusers shall be replaced with new TROX VAV diffusers as indicated on the drawings. The final size and number of diffusers is indicated on the drawings. Insulated flexible ducting shall be used to connect diffusers with reducers if required. Connections shall be strapped and riveted to eliminate disconnection. No flexible ducting longer than 1.5m will be allowed.

5.2.2 Return Air Grilles

All existing return grilles shall be replaced with new TROX curved fixed blade aluminium grilles with 22mm blade spacing and shall be of the hinged type. Filter media shall be installed in all RAG’s. No dampers will be required to be fitted to RAG unless otherwise indicated on the drawings.

5.2.3 Dampers

Dampers shall be of the TROX BD or JN-B range or of similar quality. All dampers shall be fitted with a Belimo modulating damper actuator.These dampers will be controlled by a wall mounted thermostat in the associated room as indicated on the drawings. The damper shall be operable from 15% to 100% open depending on the room conditions. The wall mounted thermostat shall have the following functions:

Page 27: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

20 | P a g e

• Temperature adjustment (Up or Down)& display • Humidity display

Fire dampers shall be TROX fusible link fire dampers and shall be in accordance with SANS 193. The size and number of fire dampers are indicated on the drawings.

5.3 SOUND ATTENUATORS

Supply and install sound attenuators in the positions shown on the drawings to meet the specified noise levels.

Sound attenuators shall be manufactured by an approved reputable manufacturer such as DONKIN SILAX P-Series or WOODS. Any alternative to these manufacturers has to be specified in the tender document.

6. ROOFTOP PACKAGED UNITS 6.1 Supply and install seven rooftop packaged units as indicated on the drawings.

6.2 The main offer will be for Systemair, Clivet, Heating Centre& Trox. Alternative

approved suppliers are EcoAire & Dunham Bush. An alternative offer BOQ shall accompany a main offer BOQ. If the tenderer only submit an alternative offer BOQ, they will be disqualified.

6.3 Supply and install the following Units; Cooling

Sensible [kW] Cooling Latent [kW]

Supply Air [l/s]

Outside Air [l/s]

Humidification [kgH2O/hr]

RTPU 1 67 2 5700 310 15 RTPU 2 52 6 4400 460 7 RTPU 3 130 4 9600 390 28 RTPU 4 54 5 4600 330 7 RTPU 5 40 3 3400 290 N/A RTPU 6 47 3 3900 260 6 RTPU 7 125 2 9500 330 26

6.4 Standard Specification A-SPES-31-15 shall be applicable. 6.5 The system shall be complete with, ducting, motorized modulating dampers, supply

grilles, return grilles with filters and associated Controllers. 6.6 The rooftop packaged unit must be reversible heat pump systems with the ability to

cool or heat depending on the room requirements.

Page 28: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

21 | P a g e

6.7 The RTPU supply air fan shall be fitted with a VSD. A pressure differential sensor shall be fitted over the filters that is connected to the VSD. The VSD will keep the pressure constant by ramping the fan speed up or down depending on the ducting system pressure. The modulating dampers will vary the supply air volume and the RTPU’s must adjust accordingly.

6.8 A manual low leak damper shall be installed on the RTPU for a outside air intake and shall comply to the general specifications. A minimum of 20% of the supply air volume shall be outside air.

6.9 All condensate drains, interconnecting wiring and trunking shall form part of this

Contract.

6.10 There is an existing suitably sized electrical supply cable to each plant room. A new distribution board (DB), with all associated breakers, contactors and relays, will be the responsibility of the contractor. The electrical supply from this distribution board to the RTPU DB’s will also be the responsibility of the contractor.

6.11 All exposed piping and cabling shall be installed in steel wiring channels. 6.12 The contractor shall make provision for the rigging of the rooftop packaged units to the

plant room on the roof of first floor (three levels above street level).

6.13 The rooftop packaged unit shall be installed on a combination spring-rubber anti-vibration mounts with a minimum static deflection of 15mm.

6.14 The existing plant roomsare on the sloped soft roof of the first floor. The plant areasare constructed from painted steel as indicated on the drawings. The steel structuresare rusted in some areas. The contractor shall allow for the repair and treatment of the rusted areas and the painting of the entire steel structures, including all supports, walkways and handrails. The existing cat ladder to the plant room is galvanized and do not require any treatment.

7. CENTRAL CONTROLLER 7.1 A central controller shall be installed in the reception area of the museum. 7.2 The controller shall have the following functionality:

• Monitoring of all RTPU’s • Supply and return temperature &humidity monitoring of each RTPU • Temperature adjustments (up or down) of each RTPU and shall be lockable • Fault/error warnings • Dirty filter warning • Turning units “on/off”

7.3 All control wiring, conduits, trunking, hangers, etc. from RTPU’s and the central

controller forms part of this contract.

Page 29: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

22 | P a g e

8. DRAIN PIPING 8.1 The Air Conditioning subcontractor shall install all drain piping from the unit to a

nearby drain point.

8.2 Drainpipes shall be 40mm dia mild steel securely fastened with a slope towards the final drain point.

9. HUMIDIFIERS 9.1 The humidifiers shall be Munters or Condair, written approval from the engineer shall

be obtained before any alternatives are offered.

9.2 All humidifiers shall be of the condensate-free dry-steam type. No spray humidifiers shall be accepted.

9.3 The steam shall fully evaporate before leaving the RTPU and may not condense on the casing of the unit.

9.4 All nozzles shall be manufactured from stainless steel and of leak free construction.

9.5 There are existing 15mm water supply points,to each existing unit, that can be reused. New isolating ball valves shall be installed on the water supply lines.

9.6 The condensate drains of the steam nozzle shall be connected to the condensate drain of the RTPU.

9.7 The relative humidity shall be controlled from a sensor installed in the return air ducting. A sensor shall be installed in the supply air ducting to ensure that the supply air relative humidity never reach saturation.

10. ELECTRICAL INSTALLATION 10.1 The complete electrical installation for the operation of the air conditioning and

ventilation installations shall form part of this Sub-Contract. SABS 1042 1981 a.a. will be applicable.

10.2 The making off all supply cables and wiring and the connection of all supplies form part of this sub-contract.

10.3 There is an electrical supply to each plant room. The Existing DB’s shall be replaced

with new weatherproof DB’s with all required breakers, contactors & relays as specified in the DB schematics. A phase failure relay shall be installed on the main incoming line with the following protections:

• Over and under voltage spike • Phase failure • Phase rotation • Floating neutral

Page 30: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

23 | P a g e

• Asymmetry 10.4 The Contractor shall confirm all electrical supplies within two weeks after the tender is

awarded. 10.5 The number and position of the wall mounted thermostats are indicated on the

drawings.All associated conduits draw boxes and communication cables vorms part of this contract.

10.6 The wall mounted controllers shall have the following features:

• Temperature control setpoint • Temperature sensor • Relative humidity sensor • Temperature and humidity display

10.7 The wall mounted controller will adjust the associated modulating damper actuator

according to the set temperature and room temperature. The control system shall be able to adjust the damper between 0% and 100% and any value in-between.

10.8 It will be the responsibility of the air conditioning contractor to connect all interconnecting communication wiring which includes all conduits, draw boxes, trunking, etc. for the following communication cables:

• From the rooftop packaged units to the central controller on ground floor. • From the wall mounted thermostats to the actuated dampers

10.9 The supply and installation of the fire rated communication cables between the fire

panels and the RTPU’s and between the fire panel and fire dampers do not form part of this contract.

Page 31: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

24 | P a g e

SECTION 5

STANDARD SPECIFICATION

FOR THE

HVAC INSTALLATION

FOR

BFN NATIONAL MUSEUM Electrical, Electronic & Mechanical Engineers P O Box 146 PERSEQUOR PARK 0020 Tel: [+2712] 349-2253 Fax: [+2712] 349-2390 E-mail: [email protected]

Page 32: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

25 | P a g e

STANDARD SPECIFICATIONS

The Standard Specifications of Plantech (Pty) Ltd which have been marked as applicable to this Installation shall form part of this Specification and will apply. Standard Specifications which have been referred to or specified in the Specification, but which have not been included can be obtained from the Engineer.

SPECIFICATION NO. DESCRIPTION APPLICABLE

A-SPES-00-01-W14 A-SPES-31-15-R02 A-SPES-31-01-R03 A-SPES-31-02-R03 A-SPES-31-03-R03 A-SPES-30-01-W07 A-SPES-30-05-W02

GENERAL STANDARD SPECIFICATION FOR GENERAL REQUIREMENTS OF PROCEDURES (NO 21) MECHANICAL STANDARD SPECIFICATIONS FOR LARGE SELF-CONTAINED ROOFTOP AIR CONDITIONING UNITS. STANDARD SPECIFICATION FOR AIR DISTRIBUTION SYSTEMS STANDARD SPECIFICATION FOR AIR CONDITIONING AND VENTILATION FANS STANDARD SPECIFICATION FOR AIR FILTERS STANDARD SPECIFICATION FOR PAINTING AND COATINGS (NO 63) STANDARD SPECIFICATION FOR NOISE AND VIBRATION CONTROLS (NO 67)

YES

YES

YES

YES

YES

YES

YES

Page 33: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

26 | P a g e

STANDARD SPECIFICATION

FOR

GENERAL REQUIREMENTS

AND

PROCEDURES

ELECTRICAL & MECHANICAL CONSULTING ENGINEERS PO BOX 146 PERSEQUOR PARK 0020 Tel: [012] 349-2253 Fax: [012] 349-2390 e-mail: [email protected]

Page 34: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

27 | P a g e

STANDARD SPECIFICATION FOR GENERAL REQUIREMENTS AND PROCEDURES

CONTENT OVERVIEW

Page

1. GENERAL ........................................................................................................................................................ 28 2. SCOPE OF WORK ............................................................................................................................................ 28 3. SPECIFICATIONS ............................................................................................................................................. 28 4. STATUTORY AND REGULATORY REQUIREMENTS .............................................................................................. 28 5. CONTRACT ..................................................................................................................................................... 29 6. QUALITY OF MATERIALS AND WORKMANSHIP ................................................................................................. 29 7. SITE LOCATION, SITE CONDITIONS & SITE FACILITIES ...................................................................................... 29 8. PROJECT MANAGEMENT AND PROGRAMMING ............................................................................................... 30 9. CLAIMS ........................................................................................................................................................... 30 10. DRAWINGS ..................................................................................................................................................... 31 11. OPERATING AND MAINTENANCE MANUAL ...................................................................................................... 32 12. INSPECTIONS, TESTING, COMMISSIONING AND TAKING OVER ....................................................................... 32 13. TRAINING OF EMPLOYER'S PERSONNEL ........................................................................................................... 34 14. TOOLS, EQUIPMENT AND TEST INSTRUMENTS ................................................................................................. 35 15. MAINTENANCE TOOLS ................................................................................................................................... 35 16. CODING, LABELLING AND NOTICES ............................................................................................................... 35 17. FIRE EXTINGUISHERS ....................................................................................................................................... 36 18. EMERGENCY EQUIPMENT, MEDICINE AND FIRST AID ....................................................................................... 36 19. GUARANTEE PERIOD ....................................................................................................................................... 36 20. MAINTENANCE PERIOD ................................................................................................................................... 36 21. OCCUPATIONAL HEALTH AND SAFETY ACT REQUIREMENTS ............................................................................ 37

Page 35: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

28 | P a g e

STANDARD SPECIFICATION FOR GENERAL REQUIREMENTS AND PROCEDURES 1. GENERAL 1.1 Documentation

The specification for this installation consists of all written documents such as Conditions of Tender and Contract, Standard Specifications, Project or Detail Specifications, Bills of Quantities and Schedules together with applicable Drawings.

1.2 Discrepancies, Conflicts And Ambiguities

Any discrepancy or contradiction between the Tender/Contract documents and drawings, shall be brought to the notice of the Engineer in writing for a ruling, prior to submitting a Tender.

1.3 Contractor / Subcontractor

Where the Installation referred to in this Tender is a subcontract of the Principal contract, the word “Contractor” refers to the Subcontractor responsible for the Installation.

2. SCOPE OF WORK

2.1 The installation and scope of works is fully described in the Project Specification.

2.2 Unless otherwise specified the specification includes the design, supply, delivery, erection, testing, commissioning and

handing over in complete working order as well as the maintenance and guarantee for a period of 12 months after acceptance by the Engineer.

2.3 The installation shall be complete and shall include all material and equipment necessary for the proper functioning thereof.

3. SPECIFICATIONS 3.1 The Project Specification will specifically apply to this installation and will have precedence over the Standard

Specifications. 3.2 The Standard Specifications of the Engineer which apply to this Contract are listed in the Project Specification. 3.3 3.3 REFERENCE SPECIFICATIONS

The latest revisions of any Specification or Code issued by the SABS/ISO or other Standards referred to in this Specification, will be applicable.

4. STATUTORY AND REGULATORY REQUIREMENTS 4.1 The Contractor shall ensure that the Installation, including all equipment used, is designed, installed and maintained

in compliance with the following regulations:

a) SANS 10142: Code of Practice for Wiring of Premises. b) Occupational Health and Safety Act - Act 85: 1993 as amended by the Occupational Health and Safety

Amended Act No. 181 of 1993 and the labour Relations Act, No. 66 of 1995. c) National Building Regulations - Act 103 of 1977 a.a. as deemed to be satisfactory in terms of SANS 10400-2010

a.a. d) Applicable regulations of Telkom S.A. e) Municipal, Local or where applicable other authorities by laws and regulations with regard to building, electrical,

fire, gas, water, traffic and health requirements. f) The Montreal Protocol for refrigerants. g) Regulations, requirements and licensing as laid down by SATRA for radio installations. h) General Machinery Regulations GNR 1521 of 5 August 1988. i) General Safety Regulations GNR 1031 of 30 May 1986.

Page 36: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

29 | P a g e

j) General Administrative Regulations GNR 929 of 25 June 2003.

4.2 The latest revisions amendments or additions to the above-mentioned regulations will apply. 4.3 The Contractor shall exempt the Employer from any claims, losses or expenditure which may arise as a result of the

Contractor's negligence or failure to comply with the above-mentioned regulations.

4.4 The Contractor shall be responsible for all notifications and payments required by any Authority for inspections, tests and supply of any service required for this Installation. The Tenderers are therefore required to fully acquaint themselves with these requirements prior to Tendering.

4.5 The Contractor shall supply and install all notices and warning signs that are required by relevant laws or regulations,

to the full approval of the Engineer and the applicable authorities. All uncertainties of any such requirements shall be clarified prior to tendering. The cost of all such notices shall be allowed for in the tender.

4.6 Refer to Clause 21 specifically with regard to the OHSA requirements. 5. CONTRACT

Refer to the Conditions of Contract in this regard.

6. QUALITY OF MATERIALS AND WORKMANSHIP 6.1 All material and equipment for this Installation shall be new and undamaged, unless otherwise stated in the Project

Specification.

6.2 All equipment and material shall be of the highest quality as specified and shall be suitable for the application and prevailing conditions on site.

6.3 A comprehensive CV of the person responsible for site supervision shall be submitted to the Engineer. The Engineer may require an interview with the proposed supervisor and may request replacement of the supervisor, which shall in no way alter the contract tender amount.

6.4 The labour used by the Contractor on this Installation shall at all times be adequately qualified and experienced for the particular task and shall execute the work in a professional manner to the full satisfaction of the Engineer.

6.5 The Contractor is responsible to ensure that the Installation meets all the requirements of this Specification.

6.6 Refer to the specific requirements for this Contract regarding Quality Assurance procedures.

6.7 Under no circumstances may any material or equipment be ordered or installed other than the equipment offered in the respective schedules of Information, without obtaining written approval from the Engineer.

6.8 APPROVAL OF EQUIPMENT SELECTIONS

The Contractor shall obtain written approval from the Engineers in writing before major equipment is ordered.

6.9 SAMPLES

The Contractor shall, if requested to do so, provide samples of any material, equipment or test section of a fabrication process.

7. SITE LOCATION, SITE CONDITIONS & SITE FACILITIES 7.1 The location of the site is described in the Project Specification.

7.2 SITE VISIT

Page 37: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

30 | P a g e

Tenderers are advised to visit the site and acquaint themselves fully of all local conditions pertaining to the execution of the contract before the tender closing date, since no claims arising from insufficient knowledge of site or related conditions will be considered.

7.3 STORAGE OF MATERIAL

The Contractor shall provide the necessary storage facilities to ensure that all material and equipment is safely stored and protected against any possible loss or damage. Unless otherwise agreed in writing payment will only be made for materials delivered and stored on site.

7.4 SITE OFFICE

The Contractor shall provide the site office and all other necessary facilities required by his personnel for the proper execution of this Contract.

8. PROJECT MANAGEMENT AND PROGRAMMING

The Contractor shall at all times ensure that he has the necessary experience and expertise for the successful internal project management, programming and reporting of the total project. The programme to carry out the Work shall be submitted in detail covering all significant operations and shall be presented as a bar chart to the Engineer within 4 weeks from date of appointment. The Contractor's programme shall cover each item of equipment in the Contract and indicate periods for:

a) Preparation, approval and finalization of manufacturing drawings. b) Ordering and procurement c) Manufacturing d) Inspection and testing during manufacture e) Delivery f) Installation on Site g) Testing h) Commissioning. i) Take-over j) Maintenance visits

The programme shall furthermore clearly indicate the required cashflow, as well as the full details of the planned manpower requirements throughout the project. The programme shall be updated regularly and the required copies shall be supplied to the Engineer at each meeting. A written progress report, clearly indicating the latest progress as well as any deviations from the approved programme, complete with proposals for corrective action, shall be submitted at each site meeting. All procedures to be followed during the execution of the Contract will be determined at a Briefing Meeting to be attended by all concerned parties shortly after the awarding of the Contract.

9. CLAIMS

All claims which may result in additional cost or extension of time shall be submitted to the Engineer as set out in the Conditions of Contract, but the following shall apply at all times irrespective of that which is stated elsewhere:

o The Engineer shall be notified of any possible claim within 7 days of the occurrence. o The cost of the claim shall be submitted within a further 14 days.

Page 38: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

31 | P a g e

o Should an event/instruction cause a possible disruptive influence on the progress of the Contractor, it shall immediately be brought under the attention of the Engineer in writing, in order that the necessary arrangements and possible reprogramming can be done to eliminate or minimize the disruption or delay.

10. DRAWINGS 10.1 AVAILABLE DRAWINGS

The Contractor shall acquaint himself fully with the available information on the following drawings: • Architect's drawings • Structural Engineer's drawings • Drawings available of all other services such as electrical, mechanical, plumbing and other specialised services.

The Contractor shall be responsible for all site co-ordination of his Installation with the other Contractors and Subcontractors.

10.2 STANDARD OF DRAWINGS

All drawings shall be of sufficient quality to ensure - clear and legible copies at all times.

10.3 BUILDER'S WORK DRAWINGS

The Contractor shall provide Builder's Work Drawings in accordance with the construction programme but not later than 4 weeks after acceptance of his tender which shall indicate all openings in concrete slabs, brick walls or building structure, walls or structure to be temporary left out for access to install equipment, the mass and dimensions of all heavy equipment, wooden frames and any other builder's work such as plinths, bases etc. including services to be provided i.e. electrical, water and drainage.

10.4 DETAIL DESIGN DRAWINGS (SHOP DRAWINGS)

The Contractor shall submit to the Engineer, in accordance with the construction programme, 2 copies of each shop drawing for approval. A marked-up copy with the Engineer's and if applicable Architect's comments will be returned to the Contractor who will update the original accordingly after which the original shall be submitted to the Engineer for his signature. The Engineer's approval shall not relieve the Contractor of his responsibility for erection or installation or of errors or omissions in the shop drawings. Five (5) copies of each certified drawing or revision shall be issued to the Engineer for distribution during construction. The Contractor will be required to produce the following Project Design Drawings: (a) Electrical Systems

General Arrangement Drawings Schematic and Circuit Diagrams Basic Logic Diagrams Interconnection Diagrams Cable Schedules Cable Route Lay-out Drawings, complete with supporting details

(b) Mechanical Systems

General Arrangement Drawings Process Flow Diagrams

(c) Instrumentation System

Control Diagrams Sequence Diagrams Logic Diagrams

The drawings shall be sufficiently in detailed to enable the Employer's staff to maintain, dismantle, reassemble and adjust all parts of the works. The layouts shall indicate the location of all manual and automatic control devices,

Page 39: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

32 | P a g e

control panels, sensors, thermostats, etc. The wiring diagrams shall indicate all motor kilowatt ratings and circuit breaker and contactor ratings and protection settings. A copy of the wiring diagram shall be mounted in the plant room in a glass fronted frame. The diagrams shall be printed by a non-fading process.

10.5 “AS INSTALLED” DRAWINGS

Drawings shall be updated as work progresses in order that the “As-Installed” Drawings on completion reflect the final Installation. One set of hard copy and soft copy drawings shall form part of each O&M manual. Soft copy drawings shall be compatible with AUTOCAD software.

11. OPERATING AND MAINTENANCE MANUAL

The Contractor shall prepare and supply O & M manuals for the successful operation and maintenance of the Installation. The manual shall include: a) A system description of the Installation b) Step-by-step operating instructions with start-up and shut-down procedures c) Full information of the Contractor including emergency telephone and fax numbers and contact persons. d) A list of equipment (and spares) giving the following information for each item:

Description : Make : Model No : Manufacturer/Agent : (Name, address, tel & fax no) Comment : (Indicate spares to be held if of a critical nature)

e) Data sheets, characteristic curves and calculations f) Catalogues and brochures g) List of recommended lubricants h) Set of "As-Installed" drawings i) All commissioning data and settings j) Test certificates k) Completed Certificate of Compliance A draft copy shall be submitted to the Engineer prior to commencement of commissioning. Prior to Taking-over the Installation by the Employer, the Contractor shall supply 3 complete manuals which have been updated and which include all commissioning data and "As-Installed" drawings called for in Clause 9. The Engineer will not issue "Form C" until all the approved O & M manuals and drawings have been received.

12. INSPECTIONS, TESTING, COMMISSIONING AND TAKING OVER 12.1 PROGRESS INSPECTIONS

The Engineer will hold inspections at his discretion during the contract to ensure that the Contractor meets the requirements of the Specification and that the Contractor is fulfilling his responsibility regarding quality control. Should remedial action be required the Engineer will notify the Contractor, and the Contractor shall rectify this work within 7 days.

12.2 "HOLD POINT" INSPECTIONS AND TESTS

“Hold Point” inspections and Tests are identified in the Project specification and the Contractor requires written approval to proceed.

Page 40: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

33 | P a g e

The Engineer is required to inspect, and test certain equipment listed in the specification under "Hold Points" at their place of manufacture and such equipment may not be delivered to the Contract site, nor may the Contractor proceed with the manufacture and/or installation of such equipment without prior written consent from the Engineer. The Contractor must give the Engineer at least 7 days advance notice of the date at which such tests and inspection are to be carried out unless otherwise agreed by both parties.

12.3 COMPLETION AND TAKE-OVER PROCEDURES

In terms of the Conditions of Contract the following procedure will apply to the "take-over" of the Installation, or if required by the Employer to the sectional completion of a portion thereof.

Page 41: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

34 | P a g e

1.1.1. FORM A: APPLICATION FOR PRACTICAL COMPLETION INSPECTION (COMPLETION TEST INSPECTION – FIDIC)

After the physical completion of manufacturing and upon completion of the installation, the Contractor shall carry out his own internal quality control checks on all the various items of the installation, where after such "Contractor’s Inspection List" shall be signed off by the Contractor and be submitted to the Engineer together with a "Form A" to apply to the Engineer within one week for the Practical Completion Inspection List. Subject to the discretion of the Engineer detailed in writing, the Installation may be divided into different sections for the application of the above inspection procedure. Any inspection carried out by the Engineer on the request of the Contractor without the above documentation will be regarded as unofficial, and the cost may be recovered from the Contractor.

1.1.2. FORM B: PRACTICAL COMPLETION INSPECTION CERTIFICATE (COMPLETION TEST CERTIFICATE – FIDIC)

Once the Engineer has received a "Form A" from the Contractor he will officially inspect the Installation, listing all minor outstanding items still to be rectified on a Practical Completion List - Form B1. Commissioning: All site testing and all commissioning activities as specified shall be carried out in close co-operation with the Engineer. It is a requirement of this Contract that the Contractor shall submit a complete testing and commissioning procedure to the Engineer for approval, at least two weeks prior to the commencing of the actual testing and commissioning activities on Site. All testing and commissioning shall be carried out in the presence of the Engineer or his duly authorised representative and shall at all times be thorough and in strict accordance with the specified requirements and approved procedures. All tests carried out without the Engineer been duly notified, will be regarded as unofficial and may at the discretion of the Engineer have to be repeated at the cost of the Contractor.

1.1.3. FORM C: WORKS COMPLETION CERTIFICATE (TAKE-OVER CERTIFICATE – FIDIC)

The Engineer will issue Form C, after the items listed on Form B1 have been completed to his satisfaction, together with his Final Completion List containing all outstanding and unacceptable work (except undetected patent and latent defects). The Contractor shall complete all items listed within 20 working days. The Engineer will only issue Form C if all O&M manuals, and “As-Installed” drawings have been received and training of personnel has taken place.

1.1.4. FORM D: FINAL COMPLETION CERTIFICATE (PERFORMANCE CERTIFICATE – FIDIC)

The Engineer will issue, on request by the Contractor, a Final Completion Certificate at the end of the Defects Liability (Retention) Period.

12.4 COST OF RE-INSPECTIONS Should the Engineer, after an inspection or test, find that the number of outstanding defects is of such a nature that he is unable to issue a meaningful list or certificate, or that due to the Contractor not attending to previous lists or reports, re-inspections are required, such reinspections will be charged to the Contractor and deducted from the balance of his account by means of a variation order. The Engineer will be compensated accordingly by the Employer.

13. TRAINING OF EMPLOYER'S PERSONNEL 13.1 Once the Contractor has completed and commissioned the Installation and issued the O & M manuals to the

satisfaction of the Engineer, he shall train the Employer's personnel the proper operation and maintenance of the

Page 42: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

35 | P a g e

plant.

13.2 The Contractor shall prepare and submit a recommended training program to the Engineer for approval.

13.3 The Contractor shall give the Engineer sufficient time to make the necessary arrangements. 13.4 The Contractor will remain responsible to operate the Installation on a daily basis until he has adequately trained

such personnel. 14. TOOLS, EQUIPMENT AND TEST INSTRUMENTS 14.1 The Contractor shall provide all tools and equipment necessary for the proper and efficient execution of the work.

14.2 The Contractor shall provide all test instruments necessary for the proper testing of equipment or systems to ensure

that the specified requirements are met.

14.3 The Contractor shall provide valid calibration certificates for all instruments.

14.4 If necessary the Engineer will arrange for test instruments and the cost will be recovered from the Contractor, as set out in clause 12.4.

15. MAINTENANCE TOOLS 15.1 The Contractor shall provide one complete set of all special tools, such as gland keys, lockshield valve keys, air cock

keys, etc., required for testing, dismantling or operating all items of equipment.

15.2 Duplicate keys shall be provided for all control panels, instrument locks, safety valve locks etc. 16. CODING, LABELLING AND NOTICES 16.1 The language shall be English, or as specified by the Engineer.

To reduce the possibility of incorrect wording the Contractor shall submit a proposed "Schedule of Labels and Notices" to the Engineer for approval prior to manufacture and at least 4 (four) weeks in advance thereof.

16.2 For painting/colour coding refer to the Standard Specification for Painting and Coatings A-SPES-

30-01. 16.3 MANUFACTURER'S NAMEPLATE

All equipment shall be provided with a manufacturer's nameplate, which shall be a copper, anodised aluminium or stainless-steel tag, welded or riveted to the equipment. (No "glue-on" plates will be accepted.) The lettering thereon shall be suitable to withstand the climatic or other conditions under which the equipment is to operate. The nameplates shall display the information required by the relevant SANS specifications. At least the following shall be shown: Manufacturer’s name Model number Volume where applicable Size, Speed, Power input, Power output, FLA, All letters shall be hard stamped and at least 4 mm. Supply Voltage, etc whichever may be applicable.

16.4 IDENTIFICATION TAG

The Contractor shall provide an identification tag or label with the equipment identification code, in approved format, screwed or riveted next to each piece of equipment (no 'glue on' attachment will be accepted).

Page 43: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

36 | P a g e

Labelling shall be CRITCHLEY UNILABEL Cable Marker or engraved "IVORENE" or "TRAFOLITE" labels. Black letters on a white background shall be used. The minimum height of letters shall be as follows: Equipment identification = 10 mm

16.5 NOTICES

The Contractor shall install all notices required in terms of Statutory Regulations and shall amongst others include the following:

16.5.1 Prohibiting unauthorised persons from entering. 16.5.2 Prohibiting unauthorised persons from handling or interfering with electrical apparatus. 16.5.3 Directions and procedures to be followed in case of fire or emergency. 16.5.4 Directions as to resuscitation of persons suffering from the effects of electrical shock. 17. FIRE EXTINGUISHERS

The Contractor shall install the fire extinguishers specified in the Project Specification which meet the requirements of SANS 1910 / 1151 as applicable and to the approval of the Local Authorities in all locations where installation work is done as part of this Contract.

18. EMERGENCY EQUIPMENT, MEDICINE AND FIRST AID

The Contractor shall provide a first aid box or boxes as specified in the Project Specification in the plant room(s) which meets the requirements of Machinery and Occupational Safety Act (Act no. 6 of 1983) a.a.

19. GUARANTEE PERIOD

The Contractor is required to guarantee the complete installation against defective material and workmanship for a minimum period of 12 months after the Final Completion Certificate - Form D has been issued by the Engineer. During this period the Contractor will be required to rectify or replace all defective items at his cost. The Contractor shall cede all manufacturers’ warranties to the Employer.

20. MAINTENANCE PERIOD

The Contractor shall comprehensively maintain the installation as part of this Contract for a minimum period of 12 months after the Final Completion Certificate - Form C has been issued by the Engineer. The Contractor shall submit a maintenance programme to the Engineer for approval and shall allow for a monthly maintenance visit during this period. The Employer shall not be expected to do any maintenance work during this period and only consumable items such as water, electricity etc. and items specifically mentioned in the Project Specification will be paid for by the Employer, while all other costs will be for the account of the Contractor. In addition to regular maintenance visits, the Contractor shall attend and react promptly to all complaints by the Employer, regarding failure of any item of equipment. The Contractor shall report to the Employer's nominated representative on site both his arrival and departure times and shall make the necessary entries in the "Maintenance Log Book" of all visits to the Installation. The Contractor shall timeously, prior to the expiry of the 12-month maintenance period, submit a quotation to the Employer for a further maintenance contract.

Page 44: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

37 | P a g e

21. OCCUPATIONAL HEALTH AND SAFETY ACT REQUIREMENTS 21.1 The Contractor shall ensure that all requirements of the Act are adhered to and shall point out any shortcomings in

this regard.

21.2 CERTIFICATE OF COMPLIANCE FOR ELECTRICAL INSTALLATIONS

The Contractor shall issue a Certificate of Compliance for all electrical work which forms part of the installation under his control. The Engineer will not certify the installation as complete until he is in possession of this certificate.

21.3 SAFETY

The safety specification of Plantech (Pty) Ltd is as follows and the Contractor shall adhere to, but not limited, to the following:

21.3.1 All requirements of the latest OSH Act and Regulations will apply. 21.3.2 The Contractor shall take note of the potential hazards related to a construction site, such as:

a) Explosive materials will not be allowed. b) c) Work in confirmed spaces and fumes – adequate ventilation shall be provided. d) e) Excessive dust – Take measures to reduce dust and issue dust masks to workers. f) g) Work above 2 m – Provide workers with harnesses and ensure that scaffolding is inspected for safety. h) i) Excavations deeper than 1 m – Provide anti-subsidence measures. j) k) Falling materials – Ensure that all workers wear hand hats and safety shoes. l) m) Electrical equipment – Check cords and connections daily and ensure that earth leakage relays and circuit

breakers operate correctly n) o) Welding – Ensure adequate ventilation and take measures against potential fire hazards. p) q) Ensure that flammable and combustible materials are safely stored. r) s) Ensure that fire fighting equipment is functioning and clearly identified with approved notice signage.

21.3.3 Safety plan – The Contractor shall compile a safety plan prior to the commencement of work on site.

21.3.4 Safety training – The Contractor shall train all workers on site regarding safety and provide induction courses for all persons who enter the site.

21.3.5 Safety audits – The Contractor shall appoint a safety officer. The Contractor shall prepare regular safety reports and appoint a safety consultant if he does not have the necessary safety skills.

21.4 PRESSURE VESSELS

All pressure vessels shall be manufactured and tested as required by the Act.

21.5 LIFTS AND ESCALATORS

All lifts and escalators shall be manufactured, erected and tested by a registered Contractor in terms of the Act.

Page 45: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

38 | P a g e

APPENDIX TO STANDARD SPECIFICATION A-SPES-00-01 FORM A : Application for Practical Completion Inspection The forms below are not necessarily included in the Tender Document but are available: FORM B : B: Practical Completion Certificate (Completion Test Certificate – FIDIC)

B1: Practical Completion List

FORM C : Works Completion Certificate (Take-Over Certificate - FIDIC) FORM D : Final Completion Certificate (Performance Certificate – FIDIC)

Page 46: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

39 | P a g e

PLANTECH (Pty) Ltd FORM A APPLICATION FOR PRACTICAL COMPLETION INSPECTION (COMPLETION TEST INSPECTION - FIDIC) PROJECT : ........................................................................................................................................ INSTALLATION : ........................................................................................................................................ PORTION : ........................................................................................................................................ CONTRACTOR : ........................................................................................................................................ REFERENCE NO. : ........................................................................................................................................ As Contractor responsible for the erection of the abovementioned Installation, I hereby certify that the Installation has been completed in full accordance with the Specification and the Engineer's instructions, and that initial commissioning has been completed. As responsible person of the Contractor I hereby certify that I have inspected the installation and that all the items as listed on my “Contractor’s Inspection List”, a copy of which is attached, have been completed to my satisfaction. I therefore officially request that the "Practical Completion Inspection" in terms of the contract be performed by the Engineer. I accept that should the inspection prove fruitless due to false declarations in the above paragraphs, I will be liable for the Engineer's cost in performing additional inspections. I herewith hand over draft copies of the Operation and Maintenance Manual, "As Installed Drawings" and Commissioning Procedures for the Engineer's comments. SIGNED : __________________________________ ____________________________________ For Contractor Print Name DATE : ......./......./........ COPIES: ________________________________________ Plantech ________________________________________ Principal Agent ________________________________________ Principal Contractor

Page 47: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

40 | P a g e

PLANTECH (Pty) Ltd FORM B PRACTICAL COMPLETION CERTIFICATE (COMPLETION TEST CERTIFICATE - FIDIC) PROJECT : ........................................................................................................................................ INSTALLATION : ........................................................................................................................................ PORTION : ........................................................................................................................................ CONTRACTOR : ........................................................................................................................................ REFERENCE NO. : ........................................................................................................................................ NOTE: A Practical Completion Certificate will be issued for each portion for sectional completion. The installation is substantially completed and can be used for the purposes intended and has passed the initial tests. ENGINEER'S REPORT Contractor's Final Inspection List received? NO/YES DATE : ...../..../..... Draft O & M Manual received? NO/YES DATE : ...../..../..... Draft "As Installed Drawings" received? NO/YES DATE : ...../..../..... Commissioning Data received? NO/YES DATE : ...../..../..... The items listed on the attached Practical Completion List (Form B1) shall be rectified before the Contractor requests a Works Completion Inspection. The Principal Agent shall ensure that the items marked as the responsibility of other parties be attended to by such parties. SIGNED: ___________________________________________ ____________________________________________ For Plantech (Pty) Ltd Date COPIES: ________________________________________ Employer ________________________________________ Principal Agent ________________________________________ Principal Contractor ________________________________________ Contractor

Page 48: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

41 | P a g e

PLANTECH (PTY) LTD FORM B1 QUALITY REPORT / PRACTICAL COMPLETION LIST (Delete if not applicable) PROJECT : ........................................................................................................................................ INSTALLATION : ........................................................................................................................................ PORTION : ........................................................................................................................................ CONTRACTOR : ........................................................................................................................................ REFERENCE NO. : ........................................................................................................................................ NOTE: This Quality Report gives a “running” record of quality and other matters which require attention and rectification and the outstanding items at date of the issue of the Practical Completion Certificate, becomes the Practical Completion List.

ITEM DESCRIPTION RESPONSIBLE PARTY

DATE OF INSPECTION

DATE ACCEPTED

SIGNED: ___________________________________________ ____________________________________________ For Plantech (Pty) Ltd Date

Page 49: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

42 | P a g e

PLANTECH (PTY) LTD FORM C

WORKS COMPLETION CERTIFICATE (TAKE-OVER CERTIFICATE - FIDIC) PROJECT : ........................................................................................................................................ INSTALLATION : ........................................................................................................................................ PORTION : ........................................................................................................................................ CONTRACTOR : ........................................................................................................................................ REFERENCE NO. : ........................................................................................................................................ The items marked for the responsibility of the Contractor on the Practical Completion List (Form B1) have been rectified and completed. The defects liability period will commence on the date of this Certificate. Three hard & soft copies of the Operation and Maintenance Manual were received and that two copies have been handed to the Employer ................................. NO/YES DATE: .................... Three hard and soft copies of the "As-Installed" drawings have been received and two sets has been handed over to the Employer ................................. NO/YES DATE: .................... The Employer's personnel have been trained by the Contractor to operate the Installation. NO/YES DATE: .................... The Contractor has satisfactorily completed all his contractual commitments in terms of the Contract with the exception of his responsibilities during the maintenance and guarantee period, which he undertakes to do punctually. All rights of equipment guarantees and warranties are hereby ceded by the Contractor to the Employer. All parties accept the final contract sum to be R............................................................... including VAT, as the full and final payment regarding the Contract signed and declares that no further claims will be submitted. Refer to the attached Final Contract Sum Summary. The Employer shall take cognisance of the expiry date of the one-year maintenance and guarantee period by the Contractor and will be responsible for all maintenance of the Installation from ......................... The Employer shall take cognisance that from the date of this Certificate he is fully responsible for the Installation and the safe operation thereof in terms of the Occupational Health and Safety Act (Act 85 of 1993). Admission to the installation for retention and maintenance work shall be under the full control and authority of the Employer and the Contractor shall approach the Employer in order to make arrangements for admission for such work during the Guarantee and Maintenance period. The Employer shall record all complaints regarding the operation of the Installation in the “Maintenance Log Book” and notify the Contractor thereof. Dates of all visits and reports on written complaints recorded by the Employer or User shall be signed by both the Contractor and the representative or the Employer in the "Maintenance Log Book" held on site. Final Completion List: The following additional remedial items shall be attended to by the Contractor within 20 days.

ITEM DESCRIPTION DATE ACCEPTED

SIGNED: ___________________________________________ ____________________________________________ For Plantech (Pty) Ltd Date ________________________________________ Employer ________________________________________ Principal Agent ________________________________________ Principal Contractor ________________________________________ Contractor Copies: Issued to all above

Page 50: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

43 | P a g e

PLANTECH (PTY) LTD FORM D FINAL COMPLETION CERTIFICATE (PERFORMANCE CERTIFICATE – FIDIC) PROJECT : ........................................................................................................................................ INSTALLATION : ........................................................................................................................................ CONTRACTOR : ........................................................................................................................................ REFERENCE NO. : ........................................................................................................................................ It is hereby certified that the Contractor has completed his obligations during the Defects Liability Period (Defects Notification Period – FIDIC) and will be relieved of further responsibilities upon acceptance by the Engineer of the following defects identified during the said period.

ITEM DESCRIPTION DATE OF ACCEPTANCE

For JBCC contracts The Contractor shall complete all his responsibilities in respect of the 12-month maintenance and guarantee period for the remaining 9 months.

As per Contract

Liability for Latest Defects will be in accordance with the Contract. SIGNED: ___________________________________________ ____________________________________________ For Plantech (Pty) Ltd Date COPIES: ________________________________________ Employer ________________________________________ Principal Agent ________________________________________ Principal Contractor ________________________________________ Contractor

Page 51: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

44 | P a g e

STANDARD SPECIFICATION

FOR

ROOFTOP PACKAGE UNITS

ELECTRICAL & MECHANICAL CONSULTING ENGINEERS PO BOX 146 PERSEQUOR PARK 0020 TEL: [012] 349-2253 FAX: [012] 349-2390 E-MAIL: [email protected]

Page 52: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

45 | P a g e

STANDARD SPECIFICATION FOR ROOFTOP PACKAGE UNITS

CONTENT OVERVIEW

PAGE

• GENERAL .............................................................................................................. 46

• CASING, DOORS & LOUVRES ............................................................................... 46

• REFRIGERATION .................................................................................................... 47

• FILTERS ................................................................................................................. 48

• FANS .................................................................................................................... 49

• NOISE AND VIBRATION ........................................................................................ 49

• ELECTRICAL & CONTROLS .................................................................................... 49

Page 53: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

46 | P a g e

• GENERAL

1.1. All units shall be factory assembled, self-contained and fully catalogued equipment.

1.2. The units shall be rated in accordance with ISO 13253:2017 or other approved rating but shall be de-rated for the

specific altitude and ambient temperature as listed in the detailed specification.

1.3. All equipment shall be installed in strict accordance with the manufacturer's requirements.

1.4. No electric resistance heating elements will be accepted, space heating shall be achieved by reverse cycle heat pump

refrigeration systems, unless specified otherwise in the detailed specifications.

1.5. Equipment offered shall meet the specified requirements. Acceptance of a tender based on brochures or information

supplied shall not imply that other standards have been accepted.

1.6. The required manufacturer is specified in the detailed specifications. Any alternatives must be approved by the

engineer and must be stated in the tender document on a signed cover letter submitted by the tenderer.

• CASING, DOORS & LOUVRES

1.7. The units shall be weatherproof and shall require no additional protection from the elements.

1.8. The unit shall be manufactured from heavy duty galvanised steel forming a sandwich construction, inner and outer

skin, with a 50 mm glass wool or 25 mm polyurethane insulation. The insulating material shall have a minimum

thermal résistance of 0.714 m².k/W.

1.9. The outer skin shall have a baked enamel, or an 80 Micron powder coated finish and it will be the responsibility of

the contractor to repair any damages to the unit/finish in a manner approved by the engineer. If it cannot be repaired

satisfactorily the affected panels shall be replaced.

1.10. The assembled casing shall be leak proof, with thermal breaks and allow for drainage from the roof.

1.11. Where fittings protrude through the sandwich construction the holes shall be sealed to prevent moisture or oil to

penetrate the insulation.

1.12. Access doors shall be hinge type with black nylon or stainless-steel hinges. The doors shall be fitted with lockable

door handles or black nylon lock bolts with hand fasteners. All doors shall have at least one locking device fitted,

openable with a key or a panel key.

1.13. The mixing plenum of unit shall be fitted with an adjustable low leak outside air damper with an aluminium weather

louvre. The damper shall be fitted with a fine stainless steel or aluminium screen to prevent debris entering the unit

and clogging up the primary filters.

1.14. Louvres utilised for access shall be mounted on a rigid frame utilizing the same hinges and handles as specified for

the access doors.

1.15. The floor of the unit shall consist of a rigid steel construction to support the sandwich panel flooring. Aluminium

chequered plate shall be installed on the floors for large units.

1.16. The steel base frame shall be manufactured from C channels and shall be fitted with metal brackets/shipping loops to

hoist the complete unit.

1.17. The supply and return shall be fitted with flanges for easy connection to ducting. Some units may require bottom or

top return/discharge, refer to detailed specification.

1.18. A stainless-steel drain pan shall be fitted to the unit and shall cover the entire DX coil with no joints. The condensate

pan shall be sized to prevent any moisture to carry over into the air stream and shall be insulated with seamless

polyurethane insulation with a minimum thickness of 10 mm.

1.19. A suitable drainpipe shall be installed from the unit to a suitable position for easy drainage and shall be fitted with a

trap between the condensate pan and exterior drainpipe.

1.20. The drain trap shall have a water seal with a sealing pressure of at least twice the static pressure as developed by the

fan at the drain pan.

Page 54: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

47 | P a g e

• REFRIGERATION

o GENERAL

1.20.1. Only R410a and R32 refrigerants may be used unless specified otherwise in the detailed specifications.

1.20.2. Units shall contain a minimum of two refrigeration circuits with the following:

• A compressor mounted on vibration isolators with embedded thermostats

• Direct expansion coils

• Air cooled condenser coils

• Crankcase oil heater

• Stop valves on suction and discharge lines at the compressor

• High-pressure and low-pressure switches

• Filter dryer

• Liquid line sight glass

• Charging valve

• Automatic refrigerant reversing valve

• LP, HP pressure gauges

• Electronic expansion valves

1.20.3. Any apparatus containing refrigerant shall comply with the relative safety requirements of the Machinery and

Occupational safety Act No 6 of 1983 a.a. and with the latest edition of the American Safety Code of Mechanical

Refrigeration.

1.20.4. SANS 10147 will be applicable. Liquid receivers shall be fitted with a safety valve to safely release pressure in the

event of excess pressure from any cause. Liquid receivers shall be fitted with a means of ascertaining liquid level such

as test cocks, air purge valve, and connection for charging and/or removing refrigerant and isolating valves on the

liquid outlet.

o COMPRESSORS

1.20.5. Compressors of the number and minimum capacity specified in the Detail Specification shall be installed complete

with the usual standard equipment such as refrigerant piping, valves, pressure gauges, thermometers, etc. as required

for the satisfactory operation, convenient testing and maintenance of the machine.

1.20.6. All compressors shall be of the hermetic, direct driven, variable speed (Inverter), scroll type.

1.20.7. Each compressor shall be installed with anti-vibration mountings.

1.20.8. Each compressor shall be equipped with a fully automatic lubrication system.

1.20.9. The main parts of the refrigerating machine shall be of recognised manufacture and the rotational speed, capacity,

refrigerant flow rates shall be within the standard range recommended by the Manufacturer for the particular type

and size of machine.

1.20.10. A sight glass for observing the oil level in the crankcase shall be provided as well as a crankcase heating element.

1.20.11. Each compressor shall be equipped with a fully automatic lubrication system.

o AIR COOLED CONDENSERS

1.20.12. Air cooled condensers shall be factory assembled units comprising a heat exchanger (condenser coil), fan(s), casing,

etc.

1.20.13. The condenser coil shall be of seamless copper tubing with copper or aluminium fins.

1.20.14. Fans shall be of the slow running propeller type fans and shall comply with the requirements set out for fans

elsewhere in this Specification. The fans shall be mounted with anti-vibration pads so as not to transmit vibrations to

the unit casing.

1.20.15. The coil face velocity shall not exceed 3 m/s.

1.20.16. The air intake and discharge shall be screened with a suitable galvanized wire mesh screen.

1.20.17. Access to all components shall be provided by means of removable panels.

Page 55: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

48 | P a g e

1.20.18. The Contractor shall submit manufacturer’s ratings for the full range of the model offered for various ambient air

temperatures and condensing temperatures.

1.20.19. The condensing coils shall be selected based on an operating temperature of at least 5°C above ambient conditions

listed in the detailed specification.

1.20.20. Hail guards shall be fitted to protect the condenser coils.

o DIRECT EXPANSION (DX) COILS

1.20.21. Direct expansion cooling coils shall be of copper tube with aluminium or copper fins. The wall thickness of the tube

shall not be less than 0,04 times the outside diameter.

1.20.22. The fin spacing and number of rows shall be such that the air leaving the coil is at the conditions set out in the Detail

Specification.

1.20.23. The fins shall be mechanically bonded to the tubes.

1.20.24. The face velocity of the air does may not exceed 2,50 m/s.

1.20.25. The coils shall be mounted together with headers, expansion valves, refrigerant distributors, etc. inside the main unit

casing so that only the two connecting pipes to the coil pass through the outer casing. The penetration points shall be

sealed with purpose made UV resistant, high temperature silicone rubber boots. The boots shall fit tightly to the

copper pipes and secured to the casing with stainless steel screws.

1.20.26. All coil frames shall be manufactured of hot dipped galvanised sheet metal or of a suitable approved corrosion

resistant material. Galvanised frames shall be bolted together to prevent the occurrence of damage to the

galvanising which may be caused by welding.

1.20.27. The coil frame shall be so arranged that all moisture condensing on the coil runs freely into the drain pan.

o REFRIGERANT ISOLATING VALVES

1.20.28. Refrigerant isolating valves shall be of the back-seating type with stems squared for key operation and shall be

provided with sealing caps.

1.20.29. Isolating valves requiring regular attention shall be provided with soldered flanged connection pieces or screw ends.

o REFRIGERANT TUBING & INSULATION

1.20.30. All connections in refrigerant piping shall be hard soldered with silver or copper.

1.20.31. Refrigerant tubing shall be of deoxidised, dehydrated seamless hard drawn copper tubing. Refrigerant tubing shall

be Class 2: Medium Copper Piping in accordance with SANS 460 as amended: Copper and Copper Alloy Tubing.

1.20.32. All joints, couplings, etc., shall be hard soldered with silver or copper and pipes shall be protected against oxidation

during the welding process by means of dry nitrogen flowing through the pipes. Wrought copper fittings shall be

employed. Small lines, less than 10 mm O.D., may be of soft copper tubing with flared fittings.

1.20.33. Flexible metal vibration absorbers shall be fitted at the compressor discharge and suction connections.

1.20.34. Refrigerant tubing shall be secured in fittings padded with at least 13 mm thick felt strip, to prevent transmission of

vibration.

1.20.35. All refrigerant piping shall be insulated with 10 mm polyethylene foam tube insulation with quick zip fastener, which

shall meet the following requirements:

• Temperature Range: -80°C to 120°C

• Thermal conductivity: 0,038 w/m.k

• Specific mass: 35 kg/m³

• Fire properties: Self extinguishing

1.20.36. Insulation exposed to weather, or protection against mechanical damage, shall be protected with aluminium,

galvanised steel or stainless-steel sheet metal cladding. • FILTERS

1.21. Filters shall comply with the specific standard specification for Filters and to EN-779.

Page 56: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

49 | P a g e

1.22. High performance washable pleated panel type filters, with a minimum of 50 mm thickness, shall be installed in each

unit and housed in adequate holding frames. The holding frames shall be fitted with gaskets to ensure an airtight seal

around the filters.

1.23. A pressure differential switch shall be fitted across the filters with indication light on the control panel.

1.24. Filters shall have a maximum face velocity of 2,5m/s.

• FANS

1.25. The fan and drive unit shall comply with the specified Standard Specification.

1.26. The supply air van shall be a double inlet backward or forward curve centrifugal type van. Direct drive E.C. plug fans

will be preferred.

1.27. The fan wheel shall be statically balanced before installation and dynamically balanced and tested after being

installed in the casing.

1.28. The fan shaft shall be designed to run well below its first critical speed.

1.29. Fan bearings shall be silent running, permanently lubricated ball bearing plumber blocks, located on the suction eye

on each side of the impeller

1.30. The supply fan shall be able to deliver a minimum of 250 Pa external static pressure unless specified otherwise in the

detailed specification.

1.31. The van shall not exceed 1440 r.p.m.

1.32. The supply van, direct drive motor & side rails shall be mounted on a common frame.

1.33. Each van shall be installed with anti-vibration mounts.

1.34. All supply fans shall be fitted with variable speed drives.

• NOISE AND VIBRATION

1.35. Noise and vibration on the unit shall comply with A-SPES-30-05

1.36. Fan noise

1.36.1. Sound power levels (S.W.L.) in DB (RE 10-12 WATTS) for the unit at the specified air quantity and static pressure shall

be available in octave bands for:

a. In duct noise calculations

b. Casing radiation noise calculations

c. Free discharge noise calculations

o VIBRATION

1.36.2. Anti-vibration mountings shall be installed underneath the RTPU with the static deflectors as specified in the Detail

Specification.

1.36.3. All connections to the unit shall prevent short circuiting of the vibration isolation.

1.36.4. The anti-vibration hangers and mountings shall comply with the specified Standard Specification

1.36.5. No drumming or noise shall be emitted by any part of the air handling unit. • ELECTRICAL & CONTROLS

1.37. Electrical equipment shall comply with SANS

1.38. A DB shall be fitted to each unit and shall contain all the necessary circuit breakers, contactors, relays and protection

devices necessary for the control of cooling, heating and fan speeds as specified. The board shall be fitted with an

adequately sized main isolator with an associated safety fuse with a minimum capacity to suit the system fault level.

1.39. The switch gear shall be fully interlocked to ensure that heating and cooling cannot operate simultaneously, and that

the compressor cannot operate without the condenser fans and supply air fans are in operation.

1.40. The DB shall have provision for emergency backup power where all refrigeration circuits & condenser fans are

switched off and only the supply air fan can run on backup power.

1.41. All wiring inside the DB and unit shall comply to all relevant local regulations and shall be installed neatly in

vertical/horizontal PVC trunking. All exposed current carrying parts shall be fully insulated with PVC tape.

Page 57: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

50 | P a g e

1.42. All wiring inside the DB and unit shall be fitted with numbered ferrules and both ends of the same wire shall have the

same number.

1.43. The unit shall be fitted with a fire relay that will turn the entire unit off when a fire signal is received.

1.44. A 7-day programmable timer, with a backup battery, shall be installed in each unit.

1.45. A phase failure relay shall be fitted to each unit and shall monitor high voltage low voltage, phase failure and floating

neutral.

1.46. A laminated wiring and control logic diagram shall be provided for each unit.

1.47. Dirty filter indication lights shall be fitted to the switch board to indicate if the filters require cleaning.

1.48. The sensor for controlling the air temperature shall be installed in the return air, unless specified otherwise

1.49. The unit shall be provided with an economy cycle utilising the dry bulb temperature of the outside air and return air in

selecting the most economical air for the cooling and heating modes.

1.50. Provision shall be made for remote control of the unit and shall be BMS compatible as well as Modbus RTU. The

controls must be upgradable to interface with BACnet or similar BMS interface logic.

1.51. The controls on the unit itself must have full diagnostic capabilities for each main component of the unit itself.

1.52. A remote-control panel shall be provided with full control and monitoring capabilities and will be installed in the

manager’s office unless specified otherwise in the detailed specification or drawings.

1.53. The controls shall incorporate a remote room sensing thermostat, additional to the return air thermostat in the unit.

The controls shall enable to sense and control off ether one thermostat or an average of the two.

1.54. All units to have an auto restart facility in case of a power failure.

1.55. Each refrigeration system shall have the following safety devices:

• High- and low-pressure protection (manual reset)

• Compressor motor winding thermal protection

• Low oil pressure protection (manual reset)

• Compressor motor over current protection (manual reset)

• Delay timers on compressors

• Phase failure/Low voltage protection

• Anti-cycling timer

• Protection against liquid slugging in the compressors

• Overload protection on motors for all three phases

Page 58: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

51 | P a g e

STANDARD SPECIFICATION

FOR

AIR DISTRIBUTION SYSTEMS ELECTRICAL & MECHANICAL CONSULTING ENGINEERS PO BOX 146 PERSEQUOR PARK 0020 TEL: [012] 349-2253 FAX: [012] 349-2390

Page 59: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

52 | P a g e

E-MAIL: [email protected]

Page 60: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

53 | P a g e

STANDARD SPECIFICATION FOR AIR DISTRIBUTION SYSTEMS

CONTENT OVERVIEW

PAGE 1. GENERAL ........................................................................................................................................................... 54 2. STANDARDS ...................................................................................................................................................... 54 3. SHEETMETAL DUCTWORK .................................................................................................................................. 54 4. PVC DUCTWORK ............................................................................................................................................... 56 5. FLEXIBLE DUCTWORK......................................................................................................................................... 56 6. AIR DAMPERS ..................................................................................................................................................... 56 7. GRILLES ............................................................................................................................................................. 57 8. DIFFUSERS ......................................................................................................................................................... 58 9. FAN AIR TERMINALS ........................................................................................................................................... 58

Page 61: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

54 | P a g e

STANDARD SPECIFICATION FOR AIR DISTRIBUTION SYSTEMS 1. GENERAL

All ducting shown on the Engineer's drawings, including all associated equipment, shall be manufactured, installed, tested and balanced in accordance with the requirements of this Specification.

2. STANDARDS

The latest editions of the following standards shall apply. SANS 1238 : 2005 - AIR CONDITIONING DUCT WORK SANS 10173 : 2003 - THE INSTALLATION, TESTING A BALANCING OF AIR CONDITIONING DUCTWORK CIBS SERIES A : Commissioning Code for Air Distribution Systems, High and Low Velocity

3. SHEETMETAL DUCTWORK 3.1 STANDARD

Air Conditioning and Ventilation ducting shall be manufactured in accordance with SANS 1238: 2005 a.a. 3.2 MATERIAL

Unless otherwise specified, all air conditioning and ventilation ducting shall be manufactured from hot dipped galvanised sheet metal to SANS 1238.

3.3 DIMENSIONS

Dimensions shall relate to the nominal sheet metal dimensions of ducts and fittings. The dimensions on drawings are given as follows: Dimension seen x Dimension not seen i.e. Plan = Width x Height Elevation = Height x Width

3.4 INSULATION 3.4.1 Air conditioning ducting manufactured from galvanized sheet metal shall be insulated as follows, unless otherwise

specified:

Low & medium pressure supply and return air ducts in roof voids under sheet metal roofing

25 mm internal Insulation

Low & medium pressure supply and return air ducts in ceiling voids under concrete slabs 25 mm external insulation High pressure ducting 25 mm external insulation Ducting exposed to weather (external) 25 mm internal insulation and

ducting must be painted to spec. Ducting supplying high risk areas such as hospital theatres and isolation rooms (Internal and External Ducting).

25 mm External insulation (Internal) 25 mm External Insulation protected by sheet metal cladding on all four sides (External)

3.4.2 The maximum air velocity for internal insulation is 15 m/s. 3.4.3 Internal insulation shall be FIBRE GLASS SONIC LINER (glass fibre insulation faced with a woven glass fibre layer) glued

to the exposed surface.

Thermal conductivity = 0,037 W/m deg K at 0 deg C Density = 24 kg / m³

3.4.4 Spigots to diffusers and grilles need not be insulated unless such spigots are longer than 1000 mm in which case they

will be considered to be ducts. 3.4.5 The thickness of compressed insulation material shall be 75% to 85% of the original thickness. 3.4.6 Impact applied pins "Grip Nails" may only be used with prior approval of the Engineer, for replacing loose weld-on

pins. 3.4.7 No exposed fibres will be tolerated and therefore sealant shall be applied to all exposed edges. 3.4.8 External insulation shall be DUCT WRAP with a foil laminated covering reinforced with bi-directional mineral fibre yarn

with the same or better conductivity and density as specified in par 3.4.3.

Page 62: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

55 | P a g e

3.4.9 The insulating material and liner at heaters shall be protected, for a distance of 500 mm upstream and 1000 mm

downstream of the heater. 3.5 DUCT CONSTRUCTION 3.5.1 Only sealed or closed pop rivets shall be used. 3.5.2 The back edge of nosings shall have no sharp edges and shall not compress the insulation to the extent that the

membrane is cut. Coat the surface under the nose with sealant before fixing the nose to the insulated duct. 3.5.3 All bolts, nuts, rivets and spot welds shall be distanced 50 mm from the ends and at 100 mm centres.

21.5.6 All exposed ducting shall use MEZ type flanges or approved equal. 3.6 SPIGOTS 3.6.1 Spigots to grilles shall have 100 mm, 45° shoes unless the Engineer approves straight spigots. 3.6.2 If ducts are internally insulated, the membrane shall be folded over the opening edges and shall be sandwiched

between the spigot and the duct when fixing the spigot to the duct. 3.6.3 Where spigots have to be cut through stiffeners, or where cross breaking of ducts causes excessive malalignment of

spigots, a stiffener shall butt into one side of the spigot in the case of spigots with a width (dimension in direction of air flow) of less than 400 mm and onto both sides of the spigot if the width exceeds 400 mm.

3.7 TURNING VANES

The spacing in bends of which the throat radius exceeds 100 mm, shall be selected using Figure B.1 – Turning vane spacing selection chart in Annex B, in the SANS 1238

3.8 ACCESS PANELS AND DOORS

Access panels shall be 500 x 500, similar to TROX Type BS. Access panels installed in internally insulated ducting shall be of double wall construction. Each panel shall be hinged or fitted with a latch on all sides. Access doors in ducts and air handling units or plenums shall be either; 600 x 1600 TROX Type ST; or 1280 x 1600 TROX Type ST-D Whichever is specified

3.9 DUCTING JOINTS

All ducting joints on the outside of the buildings shall be sealed with a reinforcing waterproofing mesh membrane, coated with an acrylic paint and painted with a UV resistant silver metallic paint (“Lap & Pap”).

3.10 INSPECTIONS

The Contractor must advise the Engineer at least 3 days in advance that progress inspection is required of ducting at the following stages: - Before dispatch from the Factory - On Site prior to erection - Once erected and spigots cut but prior to the fitting of grilles. HOLD POINT

All duct sections shall be identified by duct sequence erection numbers which shall also appear on the duct layout drawings. The flow direction shall be marked on each duct section.

Ducts which are not painted shall be thoroughly cleaned and all markings removed once approved.

3.11 INSTALLATION, TESTING, BALANCING AND COMMISSIONING STANDARD

Air conditioning and ventilation ducting shall be installed, tested and balanced in accordance with SANS 10173-1980 a.a.

FLEXIBLE JOINTS

The flexible duct connectors shall be Clim or Europair and shall be for heavy duty, low pressure systems and extra

Page 63: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

56 | P a g e

heavy duty for high pressure systems. Flexible joints exposed to the weather, shall be protected by means of galvanised sheet metal covers. The butt joints of the flexible material shall be glued and stitched. All flexible joints shall be fitted with a copper earthing strap.

PRESSURE TESTS

Pressure tests and certificates are required for all ducts and shall be witnessed and signed by the Engineer, except for certain low-pressure applications where written exemption may be granted by the Engineer.

VELOCITY MEASUREMENTS

Holes required for pitot tube measurements shall be drilled into the ductwork after erection at positions and centres, requested and indicated by the Engineer in terms of the requirements of Smacna Industrial Ventilation, latest edition, par. 9-3 to 9-5. The size of the pitot tube holes shall be 25 mm diameter. Each hole shall be fitted with a suitable bung closure cap after drilling.

COMMISSIONING

All air distribution systems shall be commissioned in accordance with the CIBSE COMMISSIONING CODE A: Air Distribution Series 2006.

3.12 PAINTING

Unless otherwise specified only visible ducts, i.e. ducts not covered by ceilings or in shafts shall be externally painted in accordance with the latest amendment of the STANDARD SPECIFICATION FOR PAINTING - Specification A-SPES-30-01. The colour of the final coat shall be confirmed with the Engineer before it is applied.

3.13 DISCREPANCIES

If the relevant SANS documents do not cover or are vague with regards to manufacturing details of the ducting, SMACNA HVAC duct construction standards 2006 will be applicable.

4. PVC DUCTWORK

The SMACNA Standards for Thermoplastic Ducts (PVC) apply to contracts covered hereby.

5. FLEXIBLE DUCTWORK 5.1 Duct connections to mixing boxes, fan air terminals and diffusers shall be of spiral aluminium flexible ducting. 5.2 Flexible ducts longer than 1000 mm shall be insulated. 5.3 Flexible ducts shall not have more than two 90°, long radius bends and shall these not flatten or distort. 5.4 Flexible ducts shall not be longer than 1,5 m. 5.5 The flexible ducting shall be fire rated in accordance with SANS 10177-3 and shall comply with municipal fire codes. 6. AIR DAMPERS 6.1 Volume control dampers for all services shall incorporate the following:

a) Top and bottom stoppers b) External linkages (preferred) c) Fixed bushes (Nylon/bronze/sealed bearings) d) Removable blades

6.2 Volume dampers used at air velocities in excess of 7,5 m/s shall be of double skin aerofoil construction. 6.3 Dampers used at an air velocity in excess of 7,5 m/s shall be of double skin aerofoil construction. 6.3 MANUAL BALANCING DAMPERS 6.3.1 All dampers must be easily accessible at any time during and after construction. It is the responsibility of the sub-

contractor to ensure that access panels are provided wherever the dampers are inside ceiling voids. 6.3.2 Single blade/butterfly dampers may be used for round/spiral up to 750 mm in diameter. The blades shall be

Page 64: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

57 | P a g e

manufactured from rigid galvanised steel and the edges shall be hemmed. The turning rod/shaft shall be a single piece and shall have a rigid quadrant locking device. The quadrant locking device shall have clear markings on it indicating the “open”/”close” positions.

6.3.3 Single blade dampers may only be used for rectangular up to 600 mm (maximum dimension). The blades shall be

manufactured from rigid galvanised steel and the edges shall be hemmed. The turning rod/shaft shall be a single piece and shall have a rigid quadrant locking device. The quadrant locking device shall have clear markings on it indicating the “open”/”close” positions.

6.3.4 Multiple opposed blade dampers must be used for rectangular larger than 600 mm (maximum dimension). The blades

shall be manufactured from rigid galvanised steel and the edges shall be hemmed. Stiffener bars between damper flanges may be required to prevent distortion. The individual blade lengths may not exceed 1200 mm and the depth of 165 mm.

6.4 AUTOMATIC BALANCING DAMPERS 6.4.1 All automatic balancing dampers shall be multiple opposed blade dampers. The blades shall be manufactured from

rigid galvanised steel and the edges shall be hemmed. Stiffener bars between damper flanges may be required to prevent distortion. The individual blade lengths may not exceed 1200 mm and the depth of 165 mm.

6.4.2 All linkages shall be of the external type and the linkages shall be fitted with nylon bushes. 6.5 FIRE DAMPERS

Fire dampers shall be manufactured to SANS 193 Specification and built into walls and slabs to ensure a fire barrier at the structural penetration. All fire dampers shall be operated by fusible links unless otherwise specified.

7. GRILLES 7.1 Grilles shall be neat in appearance and shall, unless otherwise specified, be manufactured from natural anodised

aluminium. 7.2 Grilles shall be fitted with a felt or foam rubber sealing gasket to ensure an air tight seal. 7.3 All fixings of grilles shall be concealed. 7.4 Unless otherwise specified the supply and installation of sub-frames for the fixing of the grilles are the responsibility of

the sub-contractor. 7.5 SUPPLY AIR GRILLES

Supply air grilles shall be of the horizontal and vertical deflexion type horizontally and vertically. Each supply air grille shall be fitted with an opposed blade damper which is adjustable through the face of the grille. No parts of the adjustment mechanism shall protrude through the grille face. Adjustment shall be possible without removing the grill. The nominal vane spacing shall be 20 mm.

7.6 RETURN AIR GRILLES

Return air grilles shall be provided with adjustable opposed blade dampers (Refer to Clause 3.6) behind with a single set of fixed vanes. Opposed blade dampers shall be adjustable without removing the grille. The nominal vane spacing shall be 20 mm. Wall mounted grilles shall have 45 deg curved vanes and ceiling mounted grilles shall be of the egg-crate type.

7.7 OUTSIDE AIR LOUVRES

Unless otherwise specified, outside air louvres shall be manufactured from natural anodised aluminium or ferrous metal galvanised by the hot dip process after fabrication. Painting if specified is also acceptable. The construction shall prevent raindrops entry at an air velocity of 2,5 m/s. A 13 mm square grit x 1,6 mm galvanised screen shall be provided behind each louvre.

7.8 DOOR GRILLES

Door grilles shall be of the inverted V-blade type, manufactured from natural anodised aluminium and flanged on both sides of the door. The bottom of all door grilles shall be installed 250 mm from the bottom of the doors. Unless otherwise specified door grilles shall be 500 mm wide.

7.9 Alternatively and only after this is specifically approved by the engineers may doors be cut short if the gaps do not

become unsightly. If approved, doors shall be cut by the builder (suitable for small quantities).

Page 65: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

58 | P a g e

8. DIFFUSERS 8.1 Diffusers shall be neat in appearance manufactured from natural anodised extruded aluminium sections or powder

coated pressed steel, whichever is specified. 8.2 Each diffuser shall be capable of handling the specified air flow rate without creating undue resistance, noise and local

draughts. 8.3 Diffusers shall be neat and rigidly constructed. 8.4 An opposed blade or circular steel disc type volume control damper shall be provided for each diffuser. 8.5 The outlet velocity under normal conditions shall not exceed 3,0 m/s but the throw and spread shall ensure complete

diffusion in the room without drafts. 9. FAN AIR TERMINALS 9.1 Fan Air Terminals shall be of the floor discharge type. 9.2 The minimum acceptable service life is ten years with 3000 operating hours per annum with a maximum acceptable

deviation from the standard for 15% of the total number of fan air terminals. 9.3 The terminals shall be fully catalogued standard products of an approved manufacturer. 9.4 All components shall be easily accessible, and it shall be possible for two persons to remove and re-install the terminal

within 10 minutes. 9.5 Unless otherwise specified the terminal shall be supported from a concrete slab.

Page 66: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

59 | P a g e

STANDARD SPECIFICATION

FOR

AIR-CONDITIONING AND VENTILATION FANS

ELECTRICAL & MECHANICAL CONSULTING ENGINEERS PO BOX 146 PERSEQUOR PARK 0020 TEL: [012] 349-2253 FAX: [012] 349-2390 E-MAIL: [email protected]

Page 67: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

60 | P a g e

STANDARD SPECIFICATION FOR AIR-CONDITIONING AND VENTILATION FANS

CONTENT OVERVIEW

PAGE

Contents

• GENERAL .............................................................................................................. 61

• STANDARDS .......................................................................................................... 61

• SELECTION ........................................................................................................... 61

• IDENTIFICATION ................................................................................................... 61

• DOWN TIME ......................................................................................................... 61

• INSTALLATION CONSTRAINTS .............................................................................. 61

• CENTRIFUGAL FANS ............................................................................................. 62

• AXIAL FANS ........................................................................................................... 65

• IN-LINE DUCT FANS.............................................................................................. 66

• PROPELLER FANS................................................................................................... 66

• FAN/FILTER UNITS ................................................................................................. 66

• WALL/WINDOW EXTRACT FANS ............................................................................ 66

• ROOF EXTRACT FANS ........................................................................................... 67

• BASES, MOUNTINGS AND CONNECTING DETAILS ............................................... 67

• PRE-COMMISSIONING REQUIREMENTS ................................................................ 67

• COMMISSIONING ................................................................................................ 67

Page 68: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

61 | P a g e

STANDARD SPECIFICATION FOR AIR-CONDITIONING AND VENTILATION FANS • GENERAL

This Specification deals with the following types of fans for general air conditioning and ventilation applications:

Centrifugal Fans : Backward Curved Forward Curved Airfoil Radial Axial Fans : Vane axial (or Axial Airfoil) Propeller Special Fans : Fan/Filter Units Wall/Window Fans Roof Ventilators Jet Fans Smoke Extract Fans Although this Specification does not specifically cover fans contained within proprietary pre-assembled packaged units, the general requirements set out in this Specification, will nevertheless still apply. Inlets and outlets, except where directly connected to ducts or plenums accessible to personnel, shall be fitted with heavy wire mesh screens which shall be easily removable. All safety guards shall comply with the requirements of the Machinery and Occupational Safety Act No 6 of 1983 a.a.

• STANDARDS 2.1 Fans shall be tested, and performance graphs shall be in accordance with BS 848, ISO 5801, AMCA 210-07 or

similar approved standards. 2.2 The following standards are applicable to this specification:

ISO 3117 & ISO 3912 - Keys ISO 1940 - Balancing ISO 254 - Belt drives SANS 1804 - Electrical motors

• SELECTION

Each fan shall be able to handle the required air flow rate, against the system resistance and under the operating conditions indicated in the Detail Specification. Fans shall be selected for maximum efficiency without causing unstable operating conditions. Where fans are connected to duct systems, the fans shall be capable of handling 10% more than the specified air flow rates to allow for possible leakages.

• IDENTIFICATION

Apart from the general information specified for the manufacturer's nameplate the following is also required: • Size (Dimeter / Width × Depth × Length) • Air Flow Volume • Selected Rotation Speed • Selected Absorbed Power • Indicating arrows for both the direction of rotation and air flow.

• DOWN TIME

Fans shall be so constructed and installed to permit the safe and easy removal of any sub-component, by a qualified building manager/technician, in the following maximum time:

• Centrifugal fan: 1 Day • Axial Fan: 1 Day • In-Line Duct Fan: 2 Hours • Propeller Fan: 2 Hours • Roof Extract Fan: 2 Hours

• INSTALLATION CONSTRAINTS All fans shall be installed according to the supplier’s recommendations and requirements.

Page 69: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

62 | P a g e

• CENTRIFUGAL FANS o GENERAL

Centrifugal fans shall be backward curved, forward curved, airfoil, radial with single or double inlets, as called for in the Detail Specification. Backward curved or airfoil fans shall only be permitted where clean air is displaced and shall be designed for a continuous increasing static pressure curve and non-overloading characteristics. The impellers of single inlet fans shall be overhung on two external plummer blocks mounted on a pedestal on the same side of the casings. The shafts shall be extended past the pedestals to attach drives. Double inlet, double width fans, where called for, shall be of similar construction to single entry fans with the exception that impellers shall be of the double entry type and bearings shall be mounted on rigid supports on either side of each air inlet, which on smaller fans may be part of the casing construction.

o CONSTRUCTION

Fan casings shall be adequately stiffened to prevent drumming or excessive vibrations. The casings of fans larger than 1.525 (Impeller diameters) shall be split or made in sections which shall be small enough for ease of transportation and installation or removal through the openings provided in the building. Joints shall be flanged and bolted with approved gaskets, without causing an obstruction to airflow. Fan casings or sections thereof shall be equipped with lifting lugs. On the pedestals of single inlet fans, and the bearing supports of double inlet fans, steel pads must be provided under each plummer block bearing, which must not be less than 10 mm thick and have their bearing surfaces fully machined to ensure flat even surfaces, after welding to their respective support members. Casings shall be fabricated from steel having the following minimum metal thicknesses (mm):

D = Impeller diameter (mm)

Class I Class II

Side Plates Volute Side Plates Volute D Ø 380

2,00 1,60 2,80 2,80

No Stiffeners Min Stiffeners 380 < D Ø 695

2,80 2,80 2,80 2,80

Min Stiffeners Med Stiffeners 685 < D Ø 525

5,00 5,00 5,00 5,00

Min Stiffeners Med Stiffeners 1525 < D Ø 1850

5,00 5,00 6,00 6,00

Med Stiffeners Heavy Stiffeners D > 1850 DESIGN TO BE SUBMITTED FOR APPROVAL

Definitions used by the National Association of Fan Manufacturers: Class 1 : These fans shall be designed to operate against a maximum 920 Pa total pressure when handling air at 21 ºC DB at sea level and a tip speed not exceeding 50 m/s. Class 2 : These fans shall be designed to operate against a maximum 1650 Pa total pressure when handling air at 21ºC DB at sea level and a tip speed not exceeding 66 m/s. A socketed and plugged drain shall be provided at the lowest point in each fan casing, except where the discharge of the fan is located at the lowest point. Air inlets of fans shall consist of efficiently designed inlet cones with a minimum safe gap between impeller and inlet cone.

o IMPELLERS FOR CENTRIFUGAL FANS

Page 70: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

63 | P a g e

Impellers shall be single entry on single width and double entry on double width fans. Impellers shall be statically and dynamically balanced in accordance with ISO 21940-11:2016, within G 6,3 for quiet vibration free operation. Impellers and shafts shall be designed for a rotational speed of at least 25% greater than the selected maximum speed. Each impeller shall be welded to an impeller boss which in turn shall be secured to the fan shaft with sunken keys of standard dimensions to (ISO 3117 & ISO 3912) for interchangeability. Keys shall be secured in position by means of Allen screws. Tapered Grub-head type screws will not be accepted.

o SHAFTS

Shafts shall be fully machined and shaped from medium tensile steel. Before shipping, shafts shall be protected against corrosion by means of a suitable rust inhibitor or protective grease coating. Each shaft shall be capable of withstanding the deflection and vibration when operating at the critical speed. However, the maximum operating speed of a fan may not exceed 80% of the true critical speed, except in the case of large multistage fans. Where applicable shafts shall have centre points on ends to facilitate speed measuring.

o BEARINGS

Bearings shall be heavy duty external self-aligning double row roller bearings, housed in plummer blocks. Similar ball bearings may be used on the following fans: Class 1 Fans : Located bearing : Up to 400 mm impeller : Free bearing : Up to 800 mm impeller Class 2 Fans : Located bearing : Not acceptable : Free bearing : Up to 700 mm impeller Sealed bearings or bearings with external seals shall be used to prevent the loss of lubricant or the ingress of dirt. Pillow block type bearings will not be accepted. Classes 1 and 2 centrifugal fans shall be fitted with grease lubricated bearings, which shall be pre-lubricated if the impeller diameter is less than 1 850 mm. Larger fans shall be fitted with horizontally split roller or sleeve bearings fitted with grease nipples equipped with readily accessible filling connections. When fans are fitted with oil lubricated bearings such fans shall be provided with oil reservoirs and sight glasses readily accessible in locations outside the ducts or casings and so constructed that their operation will not be affected by changes in air pressure and so that oil may be added while the fan is in operation without danger of over-oiling. Bearings shall have a minimum rating life of 60 000 hours, for commercial and 100 000 hours for continuous industrial applications, allowance being made for extensive periods of dead load of impeller and shaft and for maximum pull of the drive under starting up as well as under conditions 1,25 times the selected rotation speed. Where bearings require to be lubricated during operation, the Machinery and Occupational Safety Act No. 6: 1983 aa. shall apply 5.6 DRIVES Unless otherwise specified, all centrifugal fans shall be provided with multiple endless V-belt drives.

V-BELT DRIVES

V-belt drives shall be rated at 125% full load (Service factor = 1,25). Belts shall be a matching set. Endless V-belt drives shall comply with ISO 254. Pulleys shall have taper lock bushes. Pulleys shall be statically and dynamically balanced. Motors shall be mounted on slide rails with lockable belt tension adjustment bolts. The motors of belt driven fans shall be mounted on adjustable slide rails to permit belt tensioning. Slide rails shall be bolted at both ends to the fan frame. All mounting bolts and nuts shall be cadmium plated or galvanised and fitted

Page 71: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

64 | P a g e

with locking washers. GEAR UNITS

Flexible couplings shall be provided both between motor and gear unit as well as gear unit and fan shaft. Gear units shall be of helical designs with parallel shaft axes or bevel/helical type with shaft axes at right angles. Both types shall be of single, double or triple stage as required to suit the ratios. Gear housings shall be suitable for gears for ratios which could be 20% higher or 10% lower than the selected requirements. Gear units and gears shall be suitable in all respects for the selected duties with allowance for 20% higher or 10% lower ratios. Gears shall be made from high quality steel forgings. Shafts shall be in accordance with the requirements of an approved standard. Gears and bearings shall have a rating life of 100 000 hours. Provision shall be made for oil level indicators, breather vents, drains and oil make-up plugs.

DRIVE GUARDS

All drive guards shall comply with Regulation of the Machinery and Occupational Safety Act (Act no. 6 of 1983) as amended. Drive guards shall be easily removable and shall preferably split longitudinally and shall be oversized to accommodate larger than required pulleys. Access holes of 50 mm diameter shall be provided in drive guards in line with the fan and motor shafts suitable for speed recordings, unless easy access is available elsewhere for recordings of motor and fan speeds. Mesh shall be provided on the sides of V-belt drives in order to provide sufficient ventilation to prevent the overheating of belts. All exposed shafts and couplings shall be covered by guards.

o FAN MOTORS

Fan motors for centrifugal fans shall be squirrel cage induction motors (TECF) and shall comply to SANS 1804. When selecting a fan motor, the inertia of the impeller and drive during starting as well as the maximum running power requirements shall be taken into consideration. Suitable overload protection shall be provided for both the starting and running motor characteristics. Unless specified differently in the Detailed Specification, fan motors with IP23 shall be drip-proof motors protection, unless used in a draw-through position in a system with spray cooler or sprayed coil, in which case a totally enclosed fan cooled (TECF) motor to IP 55, shall be used. The requirements specified in the standard Specification A-SPES-08-01 (Electric Motors, Motor Starters and Motor Protection) will apply.

o INLET VANES

The fan shall be fitted with inlet vanes if specified. The shafts of variable inlet vanes shall be supported by pre-lubricated sealed bearings. The shafts shall be connected to the control ring by means of crank arms and removable pins.

The control ring shall be activated by a control lever, fitted with bearings, extended to the outside of the casing. Both sets of variable inlet vanes on double inlet centrifugal fans, shall be controlled simultaneously. Where a fan is equipped with inlet vanes an airtight access panel shall be provided on the volute for inspection of the impeller. The access panel shall be equipped with camlock type handles or bolted. Variable inlet vanes shall remain closed during start-up until the fan has achieved the selected speed.

o ACTUATORS

Actuators shall be capable in all respects of closing and opening the variable inlet vanes when the fan is delivering the selected air flow rate under design conditions. The stroke of each actuator shall match the movement of the variable inlet vanes to prevent stressing or sticking of

Page 72: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

65 | P a g e

vanes in their extreme positions. Actuators shall be either pneumatic, hydraulic or electrically operated whichever is specified in the Detailed Specification.

o BRAKES

Brakes shall be provided when required in the Detailed Specification. Brakes shall be either drum or disc brakes and shall be fitted between the motor and drive. Brakes shall be either pneumatic or hydraulic, whichever is specified in the Detail Specification.

o HIGH TEMPERATURE APPLICATIONS

An airtight access panel, with fire rated seals and camlock type handles or secured with bolts, shall be provided on the volute for inspection and cleaning the impeller. Centrifugal fans displacing air or gas above 65°C shall be single inlet fans. Fans shall be fitted with pre-drilled flanges for inlet and discharge connections. For fans displacing air or gas from 100 ºC to 180 ºC heat slingers shall be provided on the shaft between the casing and the first bearing to protect the bearings from overheating.

o HIGH PRESSURE BLOWERS

Blowers shall have single inlets with welded steel, aluminium alloy or stainless-steel impellers as specified in the Detailed Specification. Pre-drilled flanges shall be provided for both inlet and discharge connections. The inlet plate shall be large enough to permit inspection and withdrawal of the impeller, or the casing shall be split horizontally. A stuffing box shall be provided around the shaft where it enters the casing to prevent air leakage.

• AXIAL FANS o GENERAL

Vane axial fans shall be axial fans with individually adjustable multiple aerofoil blades.

Fans shall be selected for the lowest practicable blade tip speed and noise level but shall never exceed 1450 RPM. o CASINGS

Casings shall be fabricated from mild steel with a minimum thickness of 3 mm. Pre-drilled flanges shall be welded to both the inlets and outlets. When the Vane axial fan-inlet and outlet are both connected to ducting, the long casing type shall be used, such that the casing completely shrouds the impeller and motor. Fans with only the inlet or outlet connected to ducting shall be of the short casing type; whereby the casing encloses the impeller only while the motor remains outside the ducting/casing. Where bifurcated casings are specified, the bifurcation shall be streamlined, and a shaft seal shall be provided.

o IMPELLERS

Impellers shall be statically and dynamically balanced, in accordance with ISO 21940-11:2016 within G6, 3. Impeller blades shall be either cast aluminium, steel, stainless steel or moulded reinforced plastic, to suit the application and conditions specified in the Detailed Specification. Bronze tipped spark resistant steel blades shall be provided only if specifically required.

o BEARINGS

Fans fitted with bearings requiring regular lubrication, shall be fitted with extended lubrication lines to the outside of

Page 73: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

66 | P a g e

the casings. o FAN MOTORS Unless otherwise specified in the Detailed Specification, vane axial fans shall be directly coupled, and impellers shall be overhung

on the motor shafts.

Motors shall be totally enclosed squirrel cage induction motors and shall comply to SANS 1804, with a protection rating of IP 55. Motors shall be selected to be continuously rated at a maximum operating temperature of 55 ºC for Class "F" insulation in accordance with IEC 85, unless required in the Detailed Specification to operate at higher temperatures.

When required, belt driven axial fans shall be provided which are to be driven by means of multiple V-belt drives, fitted with

internal belt fairings and external belt guards, and externally mounted motors.

The motors shall be totally enclosed fan cooled (TEEFC) motors suitable for continuous operation at 100 ºC. Motors on belt driven fans shall be mounted on adjustable mounting frames.

WEATHERPROOFING

Only fans with long casings shall be used for outside applications. An external weatherproof terminal box shall be mounted to the casing with a sealing gasket fitted between the terminal box and lid.

Belt driven axial fans mounted outside the casing shall be equipped with weatherproof motor and drive covers. Fans used for saturated atmosphere conditions shall have compounded joints between bearing end shields and casings and between terminal boxes and casings.

SPECIFIC REQUIREMENTS

Specific requirements such as inlet or outlet cones, variable inlet vanes, automatically operated variable pitch blades, vortex breakers, marine type casings, etc., shall only be provided if specified in the Detailed Specification.

• IN-LINE DUCT FANS

In-line duct fans shall have flanges that are standard sizes on both sides for rectangular duct fans and shall be standard flexible sizes for round type duct fans. All bearing shall be permanently lubricated. All in-line duct fans shall be fitted with manually operated speed controllers. All fan casings shall be insulated with high density acoustic foam/insulation if installed above an occupied space.

• PROPELLER FANS

Propeller fans shall be directly coupled, and the impellers shall be overhung on the motor shaft and balanced. Propeller fans shall be ring mounted and fitted with bell mouths when handling air on a free intake and discharge basis or diaphragm mounted if attached to ducting, cowls, louvres, filters or any application resulting in static pressure development. Propeller fans shall be selected for the lowest noise level practical and the fan speed shall not exceed 960 r p m. Wire Guard/s to be installed on both sides of the fan if the fan is accessible from both sides.

• FAN/FILTER UNITS

Fan/Filter units shall consist of a propeller fan, air filter and louvre housed in a rigid sheet metal casing fitted with a pre-drilled mounting flange.

• WALL/WINDOW EXTRACT FANS

Small wall/window extract fans shall have a white colour finish, shall be fitted with automatically operated shutters and have single phase motors.

The capacities and methods of mounting, control and electrical supply shall be as specified in the Detailed Specification.

Page 74: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

67 | P a g e

• ROOF EXTRACT FANS

Roof extract fans shall have either propeller or mixed flow impellers, whichever is specified in the Detailed Specification. Vertical discharge fans shall always be fitted with shutters while fans with mushroom type housings shall be equipped with shutters when called for in the Detailed Specification.

• BASES, MOUNTINGS AND CONNECTING DETAILS

Unless otherwise specified, or in the case of unit construction, a common base frame fabricated from mild steel channel sections shall be provided, which shall be adequate to support the fan, drive and motor. Provision shall be made for spring mountings or holding down bolts. Bases and spring mountings or hangers shall be as specified in the Standard Specification for Noise and vibration Control (A-SPES-30-05-W02). The inlet and/or outlet of the fan when connected to plenums or ducts shall be equipped with flexible connections, the requirements of which are specified in the Standard Specification for air Distribution Systems (A-SPES-31-01-R03). When flexible connections are required, the relevant fan inlet and/or outlet shall be fitted with bolted flanges of at least 40 x 40 x 3. An earthing strap shall be installed over all flexible connections. Thrust restraints shall be fitted if necessary but are required for all fans delivering more than 30 m³/s and mounted on spring mountings or hangers. All mounting assembling and adjustment bolts, nuts and washers, shall be galvanised.

• PRE-COMMISSIONING REQUIREMENTS

No fan shall be started for any purpose such as temporarily ventilation, testing or commissioning, unless all ducts and plenums have been cleaned, filters installed if applicable and the total system checked for loose material.

• COMMISSIONING

All fans shall be commissioned in accordance with CIBS Commissioning Code A.

Page 75: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

68 | P a g e

STANDARD SPECIFICATION

FOR

AIR FILTERS ELECTRICAL & MECHANICAL CONSULTING ENGINEERS 11. 12. PO BOX 146 13. PERSEQUOR PARK 0020 TEL: [012] 349-2253 FAX: [012] 349-2390 E-MAIL: [email protected]

Page 76: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

69 | P a g e

STANDARD SPECIFICATION FOR AIR FILTERS

INDEX

PAGE 1. GENERAL ..................................................................................................................................................... 70 2. PANEL FILTERS ............................................................................................................................................. 70 3. AUTOMATIC ROLL FILTERS ........................................................................................................................... 70 4. HIGH EFFICIENCY SECONDARY FILTERS ....................................................................................................... 71 5. HEPA FILTERS ............................................................................................................................................... 71 6. GREASE ELIMINATORS.................................................................................................................................. 71 7. SPARE MEDIAS ............................................................................................................................................. 71

Page 77: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

70 | P a g e

STANDARD SPECIFICATIONS FOR AIR FILTERS 1. GENERAL 1.1 The Engineer will only approve for use on this project those filter units which the tenderer can show to meet the

requirements of this specification for filter units as a whole, or that the actual filter elements, media curtains, cells and holding frames, incorporated in filter units assembled in his own workshop are the standard products of a reputable manufacturer, regularly engaged in the fabrication of the particular type of air filter and of which full catalogued information and test results are available. If an imported product, the Contractor must be able to prove that such products are well represented in the Republic of South Africa.

1.2 All disposable panel and disposable bag filters shall comply with SANS 1424. 1.3 Only filters tested by the South African Bureau of Standards to Ashrae standards 52 will be acceptable. Arrestance

(gravimetric), efficiency (photometric), dust holding capacity and resistance against air flow must have been tested and recorded and shown to be within Ashrae limits before filters are accepted.

1.3 Filter media shall have self-extinguishing fire characteristics to Din 5 3438 Class F1 or similar International

Standards. 1.4 Frames and filters shall be constructed in such a manner that the passage of unfiltered air is prevented. Gaskets shall

be provided between filters, frames and unit casings. 1.5 Each filter bank shall be supplied with an identification label stating the type of filters, quantity of filter elements,

model numbers and all other information necessary for reordering and replacing filter media. 1.6 Filters shall be adequately protected against dirt during construction and shall not be operated until the system is

thoroughly cleaned. 1.7 An inclined manometer shall be installed on each filter bank. The gauge shall be connected to static pressure taps of

approved design so that it will indicate the resistance to airflow of filters correctly. Connections shall be made in copper tubing. The range of the manometers shall be 0 to 250 Pa or to 1,5 times the maximum pressure over the dirty filters, or

Shall be fitted with pressure differential switches, over each filter bank, which shall operate when the pressure drop

across the filter reach a maximum value recommended by the manufacturers. The switch shall then energise a pilot light on the main control board.

1.9 Filter dimensions shall be selected to suit the air handling units at a maximum face velocity of 2,5 m/s or as per

manufacturers recommendations. 1.10 All filter accessories including the filter holding frames and clips shall be proprietary items. 1.11 All metal parts shall be sufficiently protected against corrosion. 1.12 All metal parts shall be coated with baked enamel, galvanised or other approved paint. 1.13 All filters and filter media for a project shall be of the same manufacturer, unless approved by the Engineer. 2. PANEL FILTERS 2.1 Each filter bank shall consist of a factory made robust sectional steel supporting frame, to house the filter cells. 2.2 All filter cells on a project shall have the same dimensions. 2.3 The filter medium shall be pleated and bonded to the media holding frames. 3. AUTOMATIC ROLL FILTERS 3.1 Filters shall be of the automatic renewable medium type, in which a roll of medium is unwound across the airstream

by a mechanism controlled by the air pressure drop through the medium. 3.2 All factory wiring shall be run in rigid conduit terminating in fittings suitable for the location. 3.3 The differential pressure control shall be adjustable to cut in and cut out pressures from 50 Pa to 150 Pa with a

pressure differential from 10 to 20 Pa. Initial adjustment shall be as prescribed by the media manufacturer. 3.4 Filters shall be provided with suitable means to stop the travel of the medium when the end of the roll is reached and

operate a visual signal on the main switchboard to indicate the need for renewal.

Page 78: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

71 | P a g e

3.5 The replaceable filter medium shall be freely available from stocks in the Republic of South Africa in minimum lengths of 15 meters.

4. HIGH EFFICIENCY SECONDARY FILTERS 4.1 The filter media of high efficiency filters shall consist of preformed deep pleats made up as replaceable filter

cartridges supported by metal retainers. The retainer baskets shall be constructed of heavy steel wire, shaped and welded to support the pleats of the filter cartridges.

4.2 High efficiency filters shall be used as a secondary filter together with an acceptable primary or pre-filter. 5. HEPA FILTERS 5.1 Filter frames and retaining mechanisms shall be supplied and installed by the filter manufacturer. 5.2 The filter to frame seal shall be a routed fluid seal. The sealing fluid shall be highly viscous, non-solidifying silicon

and shall not support bacterial growth. The sealing fluid shall be selected for the particular application. 5.3 Close to the coast the filter material shall be water repellent. 5.4 The filter media enclosing frame shall be corrosion protected steel or aluminium. 5.5 The complete filter installation shall be leak tested by the filter manufacturer or a reputable 3rd party. The leak test

shall be either a DOP or sodium flame test. 5.6 The filter efficiency of each filter cell shall be tested and certified. 6. GREASE ELIMINATORS 6.1 Grease eliminators shall be "CYCLO CLEAN" stainless steel type filter units arranged in a V-formation, unless

approved by the Engineer. 6.2 The unit shall be made from interlocking frames for the individual filter units, or bolted in a common assembly. The

ends of the assembly shall be suitably blanked off. 6.3 Each pair of filter units shall be provided with a readily removable drip tray. 6.4 Filters shall be fitted with suitable handles. 6.5 The filter depth shall not be less than 50 mm. 7. SPARE MEDIAS 7.1 No fan is to be run without filters. The initial set of filters used for commissioning purposes shall be washed prior to

hand-over or replaced if not washable. 7.2 One complete set of spare filters shall be supplied for all washable filters on the entire project. 7.3 Spare filters shall be suitably packed and protected for storage. The packing shall be able to withstand normal

handling without damage to the filters.

Page 79: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

72 | P a g e

STANDARD SPECIFICATION

FOR

PAINTING AND COATINGS

Copyright July 1995 These specifications were compiled by Draper Penhall and Associates for Plantech. They may not be copied or used by any other person. ELECTRICAL & MECHANICAL CONSULTING ENGINEERS PO BOX 146 PERSEQUOR PARK 0020 TEL: [012] 349-2253 FAX: [012] 349-2390 E-MAIL: [email protected]

Page 80: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

73 | P a g e

STANDARD SPECIFICATION FOR PAINTING AND COATINGS

INDEX

PAGE 1. SCOPE .............................................................................................................................................................. 74 2. COLOURS AND COLOUR CODING ................................................................................................................... 74 2.1 Piping .................................................................................................................................. 74 2.2 General ............................................................................................................................... 74 2.3 Gases .................................................................................................................................. 74 2.4 Refrigeration Applications ..................................................................................................... 74 2.5 Air Handling ........................................................................................................................ 75 2.6 Electrical .............................................................................................................................. 75 2.7 Bases ................................................................................................................................... 75 3. ALUMINIUM METAL SPRAY FINISH ...................................................................................................................... 75 4. ANODIZING OF ALUMINIUM ............................................................................................................................ 76 5. CHROME PLATING ............................................................................................................................................ 76 6. COATING MATERIALS ........................................................................................................................................ 76 7. COATED MANUFACTURED ITEMS ...................................................................................................................... 76 8. DESIGN ............................................................................................................................................................ 77 9. METAL FABRICATION ......................................................................................................................................... 77 10. HOT DIP GALVANIZING ..................................................................................................................................... 77 10.1 Mating Surfaces ................................................................................................................... 78 10.2 Fasteners ............................................................................................................................. 78 10.3 Repair Of Galvanized Articles ............................................................................................... 78 10.4 Storage of Galvanized Components ..................................................................................... 78 11. PAINTING AND ORGANIC COATINGS ................................................................................................................ 78 11.1 General ............................................................................................................................... 78 11.2 Surface Preparation For Painting (New Work) ........................................................................ 79 11.3 New Mild Steel ..................................................................................................................... 79 11.5 Galvanized Steel Surfaces ..................................................................................................... 80 11.6 Aluminium ........................................................................................................................... 80 11.7 Stainless Steel ....................................................................................................................... 80 11.8 Application Of Paints ............................................................................................................ 80 11.9 Handling of Prepared and Painted Components ................................................................... 81 11.10 Repair Of Painted Surfaces ................................................................................................... 82 12.1 Contractor Qualification ....................................................................................................... 82 12.2 Data Sheets, Specifications and Codes Of Practice ................................................................ 82 12.3 Quality Control .................................................................................................................... 82 12.4 Quality Surveillance .............................................................................................................. 82 12.5 Programme .......................................................................................................................... 82 12.6 Access for Surveillance ......................................................................................................... 83 12.8 Destructive Testing ................................................................................................................ 83 12.9 Cost of Quality Surveillance .................................................................................................. 83 12.10 Quality Surveillance Report ................................................................................................... 83 12.11 Variation From Specification ................................................................................................. 83 13. TEST METHODS .................................................................................................................................................. 83 14. NATIONAL STANDARDS AND CODES ................................................................................................................. 84 15. PAINT SYSTEMS .................................................................................................................................................. 84

Page 81: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

74 | P a g e

STANDARD SPECIFICATION FOR PAINTING AND COATINGS

1. SCOPE

This specification covers coatings and their application for corrosion protection in various environments unless otherwise specified the Contractor shall be responsible for the painting of the complete installation. He shall be responsible for identifying which components and surfaces are to be painted and which system is applicable. He shall also be responsible for identifying which surfaces are to be protected from blast cleaning and coating operations.

2. COLOURS AND COLOUR CODING 2.1 Piping

Copper pipes and fittings shall not be painted. Galvanized pipes shall remain unpainted unless the zinc layer has, according to the Engineer, been damaged in which case the Engineer may request that the damaged pipe be replaced or that the entire pipe be painted. The direction of flow shall be indicated by means of arrows to SABS 0140: Part III - 1978 The recommended type and size of characters to SABS 0140: Part I - 1978.

2.2 General

ITEM

SABS 1091

REF. STANDARD

Chilled water

Light blue

Cornflower F28

-

Condenser water Dark Green

Brilliant green D10

-

Steam Grey

Pastel grey G54

TPA

Hot water Light Green

Olive green D21

Cold water

Condensate Brown

Golden brown B13

Drain pipes Black

Fire sprinklers Red or Yellow

Hose reels & Hydrants Red

Signal Red

2.3 Gases

SABS 0140 Part III 1978 a.u. will apply.

ITEM

SABS 1091

O2 N2O Medical Air Vacuum Scavenging

White Ultramarine blue Black Primrose Yellow Orange

2.4 Refrigeration Applications

BBS

381 C

SABS

1091/75 Hot gas defrost Suction HT Suction LT Warm liquid Cold liquid HP liquid Hot gas Oil Glycol Cooling water

Light orange Canary yellow Primrose yellow Ultramarine blue Cornflower blue Flag blue Signal red Golden brown Peacock blue Turquoise blue

557 309 310 166

(4800)20E51 108 537 414 103 102

B26 C61 C67 F09 F29 F04 A11 B13 F08 E18

Page 82: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

75 | P a g e

Water lines Compressed air Electrical panels Drive guards Relief lines Brackets

Brilliant green Arctic blue International orange Light orange Black Black

221 112 592 557

D10 F28 A15 B26

NOTE: All visible pipe lines (insulated or uninsulated) must be entirely painted in the Colour Code. Painting rings are not acceptable.

2.5 Air Handling

Only ducting within plant rooms and not concealed by ceilings and shafts need to be painted. Identification and coding shall be to SABS 0173.

Only external surfaces of plenums manufactured from galvanised sheet metal need to be painted.

ITEM

COLOUR OF ITEM SABS 1091

COLOUR CODING FOR SYMBOL SABS 0173

Supply Ducts Return Ducts Exhaust Ducts Outside Air Ducts Plenums and Air Handling Units

Ivory B77 Ivory B77 Ivory B77 Ivory B77 Cornflower Blue F29

Blue F11 Grey G25 Brown B07 Green P14

-

2.6 Electrical

ITEM

SABS 1091 Motor Control Centres and Air Conditioning control boards Low Voltage (400V) distribution boards Emergency Power boards No-break Power Supply boards Computer equipment and boards Medium voltage (11kV to 66kV) High voltage switch gear Transformers and mini-subs

Light orange B26 Light beige C57 Signal red A11 Olive green D05 IBM blue Admiralty Grey G12 Biscuit B64 Green

2.7 Bases

ITEM

SABS 1091

Bases and Plinths Safety Guards

Black Light Orange B26

3. ALUMINIUM METAL SPRAY FINISH

All surfaces to be metal sprayed shall be thoroughly cleaned of rust, mill-scale, grease and foreign matter to a continuous metallic finish. The surface shall be prepared by abrasive blasting in accordance with SABS 064 to SA 3 standard of SIS 0055900 (Swedish Standard) using angular grit of appropriate size. After blasting the surface shall be cleaned by vacuum in accordance with SABS 1391, so that the remaining dust shall not exceed 0,2 percent by area. Contamination of prepared surface shall be prevented by using gloves (hand and feet).

Metal spray shall be applied to the surface within 4 hours after completion of blasting under dry conditions or 2 hours under humid conditions all as specified in SABS 1391. Inside vessels, by using dry circulating air this time may be extended to 6 hours maximum. Application shall preferably be by arc-spray or alternatively by oxygen gas thermal spray.

Page 83: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

76 | P a g e

Appearance of the sprayed coating shall be of uniform density and free from defects such as bare areas, blisters, lumps and areas loosely adhering particles as defined in SABS 1391. Any repair work shall be carried out immediately as set out in SABS 1391. Metal spraying shall only be done by an approved specialist. The aluminium spray process shall comply with SABS 1391. The thickness of the coating averaging 150 micron with minimum individual values not less than 120 micron and maximum individual values not less than 120 micron and maximum individual values not exceeding 225 micron.

4. ANODIZING OF ALUMINIUM Aluminium surfaces to be anodised shall have a layer thickness of Grade 25 for external and Grade 15 for internal use to SABS 999.

5. CHROME PLATING

Chrome plating shall be to SABS 728 6. COATING MATERIALS

All materials in a paint system shall be purchased from one supplier. The Contractor shall provide the paint supplier with a copy of the relevant sections of the specification. The paint supplier shall certify that the materials to be supplied comply with the relevant specification and are suitable for the intended purpose.

The Contractor shall submit with his tender, giving details of the paints he intends using and shall only proceed with the purchase of the paints upon receipt of written approval from the Engineer. Manufacturer's data sheets for each product shall be attached Materials shall comply with the appropriate SABS specifications when relevant. No variation in brand or materials quoted in the tender documents and approved by the Engineer shall be permitted without the approval of the Engineer in writing. All paints shall be delivered in the manufacturer's original sealed containers, clearly marked with the following: (i) Manufacturer's name, (ii) Product Brand and Reference Number, (iii) Batch Number which may incorporate the date of manufacture, (iv) Date of manufacture, unless already incorporated in the Batch Number, (v) Abbreviated instructions for storage and use of the material, which shall include mixing ratios of components of

multi-component materials, minimum temperature of application, method of application, and minimum and maximum overcoating times, where applicable,

(vi) The SABS mark where applicable.

Recommendations supplied by the manufacturer in the form of the latest edition of printed data sheets, or given in writing on the manufacturer's letterhead, shall be followed. Any conflict between the manufacturer's data sheet and the specification shall be referred to the Engineer for adjudication.

Verbal information by the manufacturer's representative will not be accepted unless confirmed in writing by the Company, on their printed letterhead, and signed by an authorised officer of the Company. All coating materials shall be kept in an approved store, which shall be dry, enclosed and where the temperature is unlikely to exceed 40º C or drop below 0º C. No smoking shall be permitted in or near a paint store. Solvent containers shall be kept sealed in the store. Solvent or paint soaked rags, cotton waste or other spontaneously combustible material shall not be kept in or near the store. Stores shall be provided with adequate and suitable fire extinguishers placed outside the entrance in a prominent position. A separate store shall be provided for tools, equipment, protective clothing and personnel. The paint store shall not be used to accommodate personnel at any time.

7. COATED MANUFACTURED ITEMS When items are purchased already protected, the Contractor shall supply to the Engineer full details of materials used, method and standard of surface preparation, method of application and curing, and total dry film thickness of

Page 84: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

77 | P a g e

the coating. Such items will be subject to inspection and approval by the Engineer before acceptance.

8. DESIGN ENGINEERS APPROVAL Where equipment is designed by the Contractor, such design shall be submitted to the Engineer for approval before execution. THE EFFECT OF DESIGN ON CORROSION FREE LIFE All items shall be designed to minimise corrosion in the environment to which they will be exposed. The following notes may be used as guideline:

WATER RETENTION AREAS Water retention areas shall be avoided wherever possible. For example, angle or U section steel should be used with the toes pointing downwards. The concrete base of steel columns should be sloped away from the steel and the sloping edge should be painted to avoid water ingress at the steel / concrete interface. Where water retention areas cannot be avoided, holes of adequate size and at the lowest point for drainage should be considered. CREVICES Crevices give rise to accelerated corrosion by forming an oxygen concentration cell. Crevices shall be avoided by using: (a) continuous welding, not space welding, except where otherwise agreed by the Engineer in writing, (b) mastics or sealants to seal unavoidable crevices such as bolted connections, (c) insertion rubber or suitable impermeable gasket material between mating surfaces. BIMETALLIC COUPLES Electrical contact between dissimilar metals gives rise to a corrosion cell when an electrolyte such as water is present. Junctions between dissimilar metals shall be insulated or effectively sealed against water ingress. ACCESSIBILITY Whenever possible, the surfaces of corrodible materials such as mild steel shall be accessible for maintenance. The use of back to back angles, partially open box sections or inaccessible stiffeners should be avoided. SHARP EDGES AND WELDS The designer shall specify that all sharp edges shall be ground to a radius not less than 3 mm or 50% of steel thickness, whichever is greater and that all rough welds, undercuts, weld spatter and weld slag shall be removed by the Fabricator. (Refer also to Clause 5.4). HOT DIP GALVANIZING The design of articles to be galvanized shall comply with the recommendations of SABS Code of Practice 0214.

9. METAL FABRICATION Weld quality shall comply with the requirements of the Engineer. Weld flux, weld scale and all weld spatter shall be removed by washing and grinding. All welds shall be smooth, continuous and free from projections or undercuts. Rough welds shall be ground where necessary to achieve the required smooth profile. Undercuts or blowholes shall be rewelded and ground to a smooth surface. All cut edges and drilled holes shall be deburred and ground to a radius of not less than 3 mm. If the steel thickness is less than 6 mm, the radius of curvature of the edge shall be 50% of the thickness. If the component is required to be hot dip galvanized, the design and fabrication shall comply with the recommendations of SABS 0214.

10. HOT DIP GALVANIZING Hot dip galvanizing shall comply with SABS 763 for fabricated articles, SABS 934 for pregalvanized sheet, SABS 935

Page 85: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

78 | P a g e

for wire, or SABS 675 for fencing wire.

10.1 Mating Surfaces Mating surfaces on fabricated or cast iron components shall be wiped or centrifuged on removal from the galvanizing bath to remove blobs, runs or excess metal that may impair the air/gas/water tightness of the joint.

10.2 Fasteners Bolts, nuts and washers used for fixing galvanized components shall be hot dip galvanized to SABS 763. Electroplated fasteners will not be accepted unless otherwise agreed by the Engineer in writing.

10.3 Repair Of Galvanized Articles Welding, flame cutting or other heat processes shall not be carried out on galvanized articles unless permission is granted by the Engineer. If such permission is given, or if mechanical damage has occurred, repairs shall be carried out as follows: (i) All scale, spatter and flux shall be removed by grinding and washing with clean water. Edges shall be

ground to a radius not less than 2 mm. (ii) The preferred repair process is to blast clean to bare steel and apply zinc by the thermal spray process in

accordance with SABS 1391, Part 1, Grade Zn150. On completion of metal spraying, burnish the surface by means of a mechanical wire brush to give a uniform appearance. The thickness of zinc after burnishing shall not be less than the specified thickness.

(iii) Where small areas are to be repaired, clean the surface thoroughly with fine abrasive paper, remove all

debris with a damp cloth and allow to dry. Apply an approved one pack epoxy ester based zinc rich primer containing not less than 90% by mass of zinc in the dry film. A sufficient number of coats (usually 3 or 4) shall be applied such that the repair dry film thickness is not less than the average zinc thickness specified in the appropriate galvanizing specifications. The repair shall extend not less than 5 mm beyond the damaged area.

On completion of the repair and when the zinc rich primer is completely dry, one coat of alkyd resin based aluminium paint may be applied to obtain a uniform appearance, where no other coatings are to be applied. NOTE: (i) Repair of galvanized surfaces by application of aluminium paint alone IS NOT PERMITTED. (ii) When galvanized steel is to be duplex coated, the alkyd aluminium paint SHALL NOT be applied.

10.4 Storage of Galvanized Components

Galvanized components shall be stored to avoid the formation of 'white rust' or other forms of storage staining.

Components shall be separated and supported on wooden battens to ensure adequate ventilation of all surfaces and in such a manner to avoid 'ponding' by rainwater.

If storage staining does occur, remove the stains by scrubbing with detergent solution and bristle brush or nylon pad. Rinse thoroughly and allow to dry. If the residual zinc thickness complies with the requirements of the appropriate garde in the relevant specification, no further action is required unless instructed by the Engineer.

If the zinc thickness is below specification, the article shall be regalvanized or repaired in accordance with Clause 6.3, as decided by the Engineer.

11. PAINTING AND ORGANIC COATINGS 11.1 General

(a) The contractor shall ensure that he has available the latest edition of all the relevant National Specifications

and Codes of Practice and the manufacturer's data sheets for materials used. (b) Requirements specified in Clause 3 shall be adhered to. (c) Strict attention shall be paid to fettling of surfaces by the Fabricator (see Clause 5) prior to coating. Should

the painting sub-contractor receive components not fettled in accordance with Clause 5, he shall arrange with the Fabricator to have the work carried out before commencement of painting. In case of dispute, the decision of the Engineer shall be final.

(d) Areas which are inaccessible after assembly shall be repaired and fully coated with the specified system and

Page 86: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

79 | P a g e

to the specified requirements before assembly. Every care shall be taken to avoid damage to the coating during assembly.

(e) Mating surfaces (other than friction grip surfaces) shall be coated with primer or first coat only. The coating

shall be uniform in thickness and shall not interfere with the mechanical tolerances. After assembly the joint shall be fully coated and if immersed or subject to being wet for long periods, shall be totally sealed.

(f) The painting sub-contractor shall provide evidence of his competence to apply the specified materials. (g) The contractor shall provide a Quality Plan to show the stages at which Quality Control will be carried out.

Further details are given in Clause 14. The Quality Plan is subject to approval by the Engineer, who may require it to be revised if considered inadequate. The cost of revision shall be borne by the contractor.

(h) The Engineer will require a Program of Work so that Quality Surveillance inspection can be planned and

executed at the appropriate time according to the contractor's program.

11.2 Surface Preparation for Painting (New Work) WARNING: Steel less than 2 mm thick may distort if blasted incorrectly.

11.3 New Mild Steel Oil and grease Contamination Oil and grease shall be removed by water rinsable solvent degreaser, followed by rinsing with clean potable water, after which the surface shall be allowed to dry. Removal of Mill scale Mild steel shall be blast cleaned in accordance with Section 4.3 of SABS 064 Code of Practice for “The Preparation of Steel Surfaces for Coating". An additional requirement is that water soluble salts present in the steel after blast cleaning shall not exceed the values given in Table 1. Should these values be exceeded, the steel shall be cleaned by washing with clean potable water or by water shrouded or water injected blast cleaning until the soluble salts are within the limits specified in Table 1. The steel shall then be allowed to dry, after which it shall be dry flash blast cleaned to achieve the required degree of cleanliness. Before painting, the cleaned surface shall comply with the appropriate requirements in Table 1. The cleaned surface shall be coated as soon as possible and not later than the times given in Table 2.

TABLE 1 - STANDARDS OF BLAST CLEANING REQUIRED

PROPERTY

ABOVE WATER

IMMERSED SURFACES

TAPE

WRAPPING Cleanliness to ISO 8501-1 (minimum)

Sa 22

Sa 3

St 2

Residual dust and debris (SABS Method 769)

0,5%

0,3%

5% Oil, grease and perspiration

Nil

Nil

Nil

Surface Profile - (ºm) minimum (SABS Method 772) maximum

25 50

50

100

-- --

Water soluble iron salts - maximum at any one point (Weber Reilly Test)

500 mg/m5

100 mg/m5

--

Average of any 250 cm5

100 mg/m5

10 mg/m5

--

TABLE 2 - MAXIMUM TIME INTERVAL - Between Blast Cleaning and Coating

AMBIENT RELATIVE HUMIDITY

MAXIMUM TIME (HOURS)

Below 50% 50 - 70% 60 - 85% Over 85%

6 4 2

Coating not permitted - Reblast and coat when RH below 85%

11.4 Cast Iron And Cast Alloys

Cast surfaces shall be blast cleaned with new iron slag, copper slag, or platinum slag abrasives designed for blast cleaning. The abrasive shall not be re-cycled or re-used. Cast iron shall be blast cleaned until all sand particles, residual burnt on sand and casting skin have been completely removed.

Page 87: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

80 | P a g e

When castings are required to be coated with organic materials, any blowholes or omegas exposed in blast cleaning shall be opened PERMITTED.

11.5 Galvanized Steel Surfaces Galvanized steel surfaces shall be thoroughly degreased prior to painting, using either a water rinsable solvent degreaser applied in accordance with the manufacturer's instructions, or a mild acid-detergent degreasing solution. In both cases care shall be taken to avoid entrapment of cleaning agent in recesses or other retention areas. In both cases, the surface shall be thoroughly washed until a 'water break free' surface is achieved. If necessary, the process shall be repeated until a 'water break free' surface is obtained. After degreasing, the surface shall be lightly abraded by one of the following methods: (i) On small areas by use of abrasive paper not coarser that 120 grade, or by using non-metallic abrasive pads.

(ii) On large areas by 'sweep blast cleaning', using a nozzle pressure not greater than 300 kPa and very fine

abrasive (particle size not exceeding 1,0 mm). Cracking, flaking or any form of delamination of the zinc coating due to excessive blast cleaning shall not be permitted. Removal of zinc by blast cleaning shall not exceed 10 m.

(iii) On appropriate areas by high pressure water jetting, with or without abrasive injection. Finally, all dust and debris shall be removed by vacuum cleaning, or by washing, and the surface shall be allowed to dry before coating. Coating shall take place within the time limits given in Table 2 of Clause 10.2.2.

11.6 Aluminium Generally, aluminium surfaces will be anodised or powder coated and will require no further treatment. Where painting is required, the aluminium surface shall be thoroughly degreased, then rinsed with clean potable water. If the surface is not water break free, repeat the degreasing process until a water break free surface is obtained. Allow to dry completely, then apply a thin coat (8 - 13 ºm DFT) of wash primer complying with SABS 723, mixed and applied in accordance with the manufacturer's instructions. NOTE: Wash primer is an adhesion promoter and does not replace the primer specified in the paint system.

11.7 Stainless Steel Components fabricated from stainless steel shall not be contaminated with iron or mild steel. Sheared edges, welds or surfaces subjected to any form of heat treatment shall be pickled and passivated. Stainless steel surfaces shall not be scratched or stressed. When it is required to paint stainless steel, the surface shall be blast cleaned when practical with non-metallic abrasive such as iron slag, copper slag or platinum slag. The use of steel shot, steel grit or cast iron grit is strictly prohibited. Where blasting is impractical, the surface shall be cleaned with detergent solution and roughened manually to the use by non-metallic abrasive pads, followed by washing with clean potable water to a 'water break free' surface. If a 'water break free' surface is not obtained, detergent cleaning shall be repeated until the surface is 'water break free'. Allow the surface to dry before coating.

11.8 Application of Paints ENVIRONMENTAL CONDITIONS Paint shall not be applied in high wind and/or dusty conditions, nor when the steel surface temperature is less than 3 C above dew point, nor higher than that advised by the paint manufacturer, nor when humidity is greater than 85%, nor when the ambient temperature is less than the minimum or greater than the maximum specified by the manufacturer of the coating material. MIXING All coating materials shall be thoroughly mixed until completely homogeneous preferably by power stirrer. In the case of two-pack materials, each component containing pigments shall be thoroughly mixed. The two components shall then be mixed together in the proportions supplied by the manufacturer until the mixture is completely homogeneous. In the case of solvent based epoxy materials, it is recommended that the mixed material be allowed to stand for an induction period of 20 to 30 minutes before use. For two-pack materials, the use of part of the contents (split packs) is strictly forbidden, unless facilities are available for accurate measurement of the components.

Page 88: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

81 | P a g e

METHOD OF APPLICATION Application shall be by brush, roller, spray, airless spray or other suitable method as appropriate for the surfaces to be coated and in accordance with the recommendations of the manufacturer. Application equipment shall be maintained in clean condition and in good working order. The use of equipment not maintained in good clean condition may lead to rejection of the coating. STRIPE COATS One or two stripe coats shall be applied to all welds, edges, corners, cut ends, holes and to all touch-up areas including fasteners before the first intermediate coat of paint is applied. The stripe coat application must be a separate operation from the first intermediate coat. CONTRASTING SHADES Each coat of the corrosion protection system shall be of a distinctly different colour or shade to ensure correct intercoat coverage. The contractor shall ensure that the colour selection of the intermediate protective coating shall be suitable for complete obliteration by the finishing protective coating. OVERCOATING Overcoating times shall not be less than the minimum nor greater than the maximum specified by the manufacturer, relevant to the ambient temperature. Strict adherence to overcoating times is particularly important for two-pack materials and for coatings which are subsequently immersed. The contractor will be held responsible for blistering of paint coatings on immersion, or long wet times. All coats shall be clean and free from dust, oil, moisture and perspiration before overcoating. Operatives handling blast cleaned or partially painted surfaces shall wear clean gloves to avoid contamination of the surface. FILM THICKNESS Whilst final assessment is determined by dry film thickness measurement, the use of wet film thickness gauges is recommended to ensure correct thickness during application. The wet film thickness required may be calculated by the formula: WFT = DFT x 100 : where VS = percentage volume solids, corrected for added solvent VS where necessary The volume solids of the paint will be supplied by the manufacturer. FILM THICKNESS TOLERANCES (i) Individual Coatings - At least 90% of all thicknesses measured shall comply with the minimum requirements

of the project specification. Up to 10% of all readings may be below the specified minimum thickness, but no reading shall be less than 70% of the specified minimum thickness.

(ii) Total Dry Film Thickness - Not more than 10% of readings shall be less than the minimum specified and no

reading shall be less than 90% of the specified minimum. No reading shall exceed the mean specified thickness by greater than 50%, unless a concession is granted by the Engineer.

11.9 Handling of Prepared and Painted Components

DURING SURFACE PREPARATION AND COATING New work refers to new construction or to total replacement of existing components of a plant. Fabrication will take place away from the site as far as possible and that components will be transported to the site, then assembled. After assembly, transportation and erection damage will be repaired. All steel shall be supported not less than 100 mm clear of the floor for surface preparation and coating at all stages prior to erection. The floor shall be clean concrete, brick or other non-dust producing material. Equipment name-plates and identification plates and SENSITIVE SURFACES shall be protected from damage or obliteration by masking before painting. AFTER COMPLETION OF COATING Coated components shall not be handled earlier than the hard dry time recommended by the manufacturer, relevant to the ambient temperature. Coated components shall be handled with broad band slings and shall be transported with suitable packing to minimise damage to the coating.

Page 89: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

82 | P a g e

All flanged pipes and components with projecting parts shall be stored and transported in such a manner that will prevent projecting parts such as flanges from contacting coated surfaces such as the body of the pipes. AFTER COMPLETION OF ERECTION AND INSTALLATION All damage caused in handling, transportation or erection and installation shall be repaired in accordance with the requirements of the relevant system and to the satisfaction of the Engineer, at no extra cost.

11.10 Repair of Painted Surfaces 1) Abrade thoroughly the damaged area. Steel shall be abraded to remove all corrosion and contaminants.

Paint surrounding the damaged area shall be abraded to a smooth stepless profile. 2) Remove all dust and debris. 3) Except for recoatable and single pack systems, wipe the area with epoxy solvent or lacquer thinners. 4) Apply primer to the bare steel surface. 5) Apply intermediate coat to the primed surface and to extend 5 mm beyond. 6) Apply finishing coat over the whole repair area to neatly blend into the sound paint work. 7) The repaired area shall comply with the requirements of the original specification.

12. QUALITY ASSURANCE 12.1 Contractor Qualification

The Engineer may, at his discretion, require a Quality Audit of the painting contractor to ensure that he has the management, facilities, skilled staff and quality control facilities and staff to carry out quality control during application of coatings to ensure compliance with specifications. The contractor shall accept full responsibility for the quality of his work and of materials used, irrespective of any quality surveillance that may be carried out by the Engineer or his representative.

12.2 Data Sheets, Specifications and Codes Of Practice The contractor shall have the latest issues of each of the manufacturer's data sheets for the materials to be used, National Specifications and Codes of Practice relevant to the work to be carried out, as well as a copy of this Specification, all of which shall be available to the contractor's Quality Control Manager.

12.3 Quality Control The contractor shall have the necessary equipment and staff knowledgeable in test procedures to carry out all the quality control required to ensure compliance with the specification. The contractor shall: (a) supply a Quality Plan and Quality Program at the time of tendering, both of which are subject to approval by

the Engineer, (b) carry out and record results of such tests as are required to ensure compliance with the specification (c) maintain Quality Control records in accordance with the Quality Plan during execution of the contract. These

records shall be available for inspection by the Engineer or his representative at the time of Quality Surveillance. Incomplete, inaccurate or inadequate records shall be regarded as non-compliance with the specification, and the cost of surveillance will be back-charged to the contractor.

12.4 Quality Surveillance

INDEPENDENT SURVEILLANCE The Engineer may employ an independent technically qualified (in the appropriate technology) organisation to carry out quality surveillance of the work on his behalf. In the event of dispute, the Engineer's decision shall be final.

12.5 Programme The contractor shall advise the Engineer or his representative inspectorate, timeously, in writing, when and where the following processes will be carried out:

Page 90: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

83 | P a g e

(i) Completion of fettling or dressing prior to leaving the fabricator's works. (ii) Blast cleaning and application of the first or primer coat. (iii) After completion of all coats to be applied at the contractor's works. (iv) At the commencement of repairs to be carried out on site. Failure of the contractor to advise the Engineer of his program may result in rejection of his work.

12.6 Access for Surveillance For the purpose of carrying out quality surveillance, the Engineer or his representative shall be granted access to any part of the premises relevant to the work being carried out, at any reasonable time. The contractor shall provide, at his own cost, any equipment or labour necessary to gain access to surfaces which are coated, to be coated or are in the process of being coated.

12.7 Samples

The Engineer or his representative may remove any reasonable samples of materials to be used in the coating application. Rejection of the sample will place a hold on the use of material of the same batch number and may lead to rejection of all that batch of material and the reworking of any components that have already been coated with the rejected material.

12.8 Destructive Testing The Engineer or his representative may carry out reasonable destructive tests to ascertain compliance with the specification. Areas thus damaged shall be repaired by the contractor to the satisfaction of the Engineer at no additional cost.

12.9 Cost of Quality Surveillance Cost of Quality Surveillance shall be borne by the Employer, except when surveillance results in rejection of the lot or when notice by the contractor results in a fruitless trip, in which cases the cost of surveillance may be debited against the contractor's account, at the discretion of the Engineer.

12.10 Quality Surveillance Report A report shall be completed by the inspector at each visit. A copy of the report will be given to the contractor on completion of each surveillance visit. No payments will be authorised by the Engineer unless a copy of an approval report has been received by him. The Engineer may withhold payment until a final report has been issued, giving approval to the components after repair of damage to the coating.

12.11 Variation from Specification No variation from specification, or change of materials to be used from those stated in the tender documents, shall be permitted without written approval of the Engineer. Products equivalent to those specified may be submitted for approval. This approval will only be considered if the manufacturer provides adequate evidence of similarity and supports his claim to equivalence by submission of adequate technical data.

13. TEST METHODS Unless otherwise agreed in writing by the Engineer, the following test methods shall be used: DETERMINATION OF CLEANLINESS AFTER SURFACE PREPARATION

SABS Test Method 767 and ISO 8501-1. Refer also to SABS 064 Section 4.3 and 4.4. DETERMINATION OF SURFACE PROFILE

SABS Test Method 772 (Micrometer Gauge) FREEDOM FROM DUST AND DEBRIS

SABS Test Method 769 DRY FILM THICKNESS

SABS Test Method 141, using an electromagnetic thickness gauge approved by the Engineer. WEBER REILLY REAGENT

This test may only be applied to a freshly cleaned bare steel surface. Shake well the bottle of Weber Reilly Reagent before use. Apply only by spray to the area to be tested to give a solid white coating. Allow 5 minutes for reaction, then observe pink or red colorations. Compare the darkest colour with the standard colour card and estimate the iron concentration. Reagent is available from Draper Penhall & Associates.

Page 91: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

84 | P a g e

14. NATIONAL STANDARDS AND CODES SABS 064 - Preparation of Steel Surfaces for Coating

SABS 0120 - Code of Practice for use with Standardized Specification for Civil Engineering

Construction - General

SABS 0129 - Plastic Tape Wrapping of Steel Pipelines

SABS 0140 - Identification Colour Marking Part 3 - Contents of Pipelines

SABS 0157 - Code of Practice for Quality Management Systems

SABS 0158 - Code of Practice for Glossary of Terms for Quality Assurance and Quality Control

SABS 0214 - The Design, Fabrication and Inspection of Hot Dip Galvanizing

SABS 763 - Hot Dip (Galvanizing) Zinc Coated Articles (Other Than on Continuously Zinc

Coated Sheet and Wire)

SABS 934 - Hot Dip (Galvanized) Zinc Coatings on Steel Sheet and Strip

SABS 999 - Anodised Coatings on Aluminium (For Architectural Applications)

SABS 1200 HC - Standardised Specification for Civil Engineering Construction - Corrosion Protection of Structural Steelwork

SABS 1319 Thermally Sprayed Metal Coatings

ISO 8501-1 Pictorial Surface Preparation Standards for Painting Steel Surfaces

15. PAINT SYSTEMS

INDEX TO COATING SYSTEMS

PSN1 Protection of galvanizing in mildly corrosive to corrosive environments (new work) exterior or interior eg : structural steel, cable racks

PSN2 All steel buried in ground or immersed in water. Eg. Steel fixed to subsurface foundations such as power line or support structures

PSN3 Water storage tanks internal surfaces (not suitable for hot water)

PSN4 Painting of all black surface in Ammonia installations

PSN5 The painting of hot black mild steel piping, pressure vessels, oil separators on Ammonia refrigeration plants, particularly the compressor discharge pipes and fittings.

PSN6 Site enamel finish of general steelwork exposed to climatic conditions e.g. structural steel, pipework

PSN7 General steel surfaces alkyd paint system for dry non corrosive conditions

PSN8 Protection of galvanizing in corrosive environments (new work) exterior eg. structural steel

PSN9 Factory baked enamel finish for equipment (SABS 783)

PSN10 Factory powder coat painting eg. Electrical Control Panels, switchboards, air-con units

PSN11 Electrical panels and external switch boxes in an exterior corrosive environment

PLANTECH COATING SYSTEM - NEW WORK

System No PS N1 Scope

Protection of galvanizing in mildly corrosive to corrosive environments (new work) exterior or interior eg : structural steel, cable racks

Substrate galvanized steel (unpainted) or aluminium

Location exterior or interior (if required)

Environment corrosive - industrial

Surface preparation

1. Degrease and water wash, allow to dry (see Section 10.2.4) 2. Lightly abrade with 220 - 100 grit paper

COAT

PRODUCT TYPE

DFT microns

MIN

MAX

MEAN

1 Two component epoxy primer for galvanized steel 40 100 60

Page 92: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

85 | P a g e

2 Two component recoatable polyurethane acrylic 40 60 50

TOTAL DFT 80

160

110

NOTES: 1) The manufacturer shall state in writing that the primer is suitable for galvanizing. 2) This system specification shall be read in conjunction with all the general sections of the specifications and with the

manufacturer's data sheets.

3) Thinners, cleaners, application methods, maximum and minimum overcoating intervals, drying time and curing period to be read from the manufacturers product data sheet and strictly adhered to. Two component materials shall be thoroughly mixed before use.

4) All sharp edges and overlaps to receive extra stripe coats of coats 1 and 2.

5) Final colour to Engineers approval and in compliance with plant colour scheme. Where full hiding is not achieved by

the final topcoat an additional coat is to be applied at no extra cost.

PLANTECH ASSOCIATES COATING SYSTEM

System No PSN2 Scope

All steel buried in ground or immersed in water. Eg. Steel fixed to subsurface foundations such as power line or support structures

Substrate Mild steel or galvanised steel

Location Buried or immersed in water

Environment Subsoil, wet

Surface preparation

Mild steel: Degrease. Abrasive blast clean to ISO 8501 Sa 22, dust and debris less than 0,5% Touch up and small areas. Clean to St 3 with hand or power tools Galvanised Steel: Degrease and abrade as detailed in the preambles

COAT

PRODUCT TYPE

MIN

MAX

MEAN

1 Galvanised steel : Epoxy primer suitable for galvanising Mild steel : Epoxy tar

30 50

90 80

40 70

2 Epoxy tar

50

90

70

3 Epoxy tar

50

90

70

TOTAL 150

270

210

NOTES:

The paint system shall be applied to a height of at least 300 mm above ground level This system specification shall be read in conjunction with all the general sections of the specifications and with the manufacturer's data sheets. Thinners, cleaners, application methods, maximum and minimum overcoating intervals, drying time and curing period to be read from the manufacturers product data sheet and strictly adhered to. Two component materials shall be thoroughly mixed before use. All coats to be in contrasting shades or colours Quality Control Inspections as required by the Engineer shall be carried out. Buried pipework and tanks shall be free of electrical insulation defects (EID) when tested with a wet sponge tester set at 90V 2 MΩ. Testing and repair at no extra cost.

Page 93: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

86 | P a g e

PLANTECH ASSOCIATES COATING SYSTEM

System Νo PSN3 Scope

Water storage tanks internal surfaces (not suitable for hot water)

Substrate Mild steel

Location Internal

Environment Immersed in water up to 50 degrees C (or atmospheric)

Surface preparation

Degrease. Abrasive blast clean to ISO 8501 Sa 3. Dust and debris less than 0,5%

COAT

PRODUCT TYPE

MIN

MAX

MEAN

1 Solvent free immersion grade two component epoxy 240 400 300 TOTAL

NOTES: The manufacturer’s recommendations regarding the curing period before immersing the coating are to be strictly adhered to. Allow a minimum period of 14 days in the programme. This is a solvent free material. Addition of solvents to this material is prohibited. It will result in blistering and failure. Additional coats may be applied to touch up areas not free of pinholes. This system specification shall be read in conjunction with all the general sections of the specifications and with the manufacturer's data sheets. Thinners, cleaners, application methods, maximum and minimum overcoating intervals, drying time and curing period to be read from the manufacturers product data sheet and strictly adhered to. Two component materials shall be thoroughly mixed before use. Quality Control Inspections as required by the Engineer shall be carried out. The entire surface is to be tested for electrical insulation defects. (EIDs) using a wet sponge tester set at 90V 2 MΩ. Testing and repair at no extra cost.

PLANTECH ASSOCIATES COATING SYSTEM

System No PSN4 Scope

Painting of all black surface in Ammonia installations

Substrate Mild steel

Location Exterior or interior

Environment -55 to + 100 deg C temperature range

Surface preparation

Degrease then abrasive blast clean to ISO 8501 Sa 22, dust and debris less than 0,5% Touch up and small areas. Clean to St 3 with hand or power tools

COAT

PRODUCT TYPE

DFT microns

MIN

MAX

MEAN

1 Dulux Hichem 2 epoxy 40 100 60 2

Dulux Hichem 2 epoxy

40

100

60

3 Dulux Hichem 2 epoxy

40

100

60

TOTAL 120

300

180

NOTES: This system specification shall be read in conjunction with all the general sections of the specifications and with the manufacturer's data sheets. Thinners, cleaners, application methods, maximum and minimum overcoating intervals, drying time and curing period to be read from the manufacturers product data sheet and strictly adhered to. Two component materials shall be thoroughly mixed before use. All coats to be in contrasting shades or colours. Final colour to Engineers approval and in compliance with the colour scheme. Where full hiding is not achieved by the final topcoat an additional coat is to be applied at no extra cost. Quality Control Inspections as required by the Engineer shall be carried out.

Page 94: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

87 | P a g e

PLANTECH ASSOCIATES COATING SYSTEM

System No PSN5 Scope

The painting of hot black mild steel piping, pressure vessels, oil separators on Ammonia refrigeration plants, particularly the compressor discharge pipes and fittings.

Substrate Mild steel up to 200 deg C.

Location Exterior or interior

Environment Corrosive or mild

Surface preparation

Degrease then abrasive blast clean to ISO 8501 Sa 22, dust and debris less than 0,5% Touch up and small areas. Clean to St 3 with hand or power tools

COAT

PRODUCT TYPE

MIN

MAX

MEAN

1 Sigma cover CM miocoat 40 80 60 2

Sigma cover CM miocoat

40

80

60

3 Sigma cover CM miocoat

40

80

60

TOTAL 120

240

180

NOTES: This system specification shall be read in conjunction with all the general sections of the specifications and with the manufacturer's data sheets. Thinners, cleaners, application methods, maximum and minimum overcoating intervals, drying time and curing period to be read from the manufacturers product data sheet and strictly adhered to. Two component materials shall be thoroughly mixed before use. Quality Control Inspections as required by the Engineer shall be carried out.

PLANTECH ASSOCIATES COATING SYSTEM

System No PSN6 Scope

Site enamel finish of general steelwork exposed to climatic conditions e.g. structural steel

Substrate Mild steel

Location Exterior (or interior if required)

Environment Mild corrosive areas, inland or coastal, atmospheric exposure. Max temp 80 deg C.

Surface preparation

Degrease. Abrasive blast clean to ISO 8501 Sa 22, dust and debris less than 0,5% Touch up and small areas. Clean to St 3 with hand or power tools

COAT

PRODUCT TYPE

DFTmicrons

MIN

MAX

MEAN

1 Epoxy primer for steel 30 n/a 40 2

Epoxy build coat with MIO

40

n/a

50

3 Recoatable polyurethane gloss enamel

30

n/a

40

TOTAL

100

n/a

130

NOTES: Surface preparation and application of coat 1 shall take place in a shop prior to delivery to site. Where appearance is critical such as for equipment like motors and switchboards the paint shall be spray applied and shall be smooth and free of brush marks, runs, sags etc. This system specification shall be read in conjunction with all the general sections of the specifications and with the manufacturer's data sheets. Thinners, cleaners, application methods, maximum and minimum overcoating intervals, drying time and curing period to be read from the manufacturers product data sheet and strictly adhered to. Two component materials shall be thoroughly mixed before use. All coats to be in contrasting shades or colours except for the final topcoat. Final colour to Engineers approval and in compliance with the colour scheme. Where full hiding is not achieved by the final topcoat an additional coat is to be applied at no extra cost. Quality Control Inspections as required by the Engineer shall be carried out.

Page 95: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

88 | P a g e

PLANTECH ASSOCIATES COATING SYSTEM

System No PSN7 Scope

General steel surfaces alkyd paint system

Substrate Mild steel

Location Interior

Environment Dry, mild, non corrosive

Surface preparation

Degrease. Abrasive blast clean to ISO 8501 Sa 22, dust and debris less than 0,5% Touch up and small areas. Clean to St 2 with hand or power tools

COAT

PRODUCT TYPE

MIN

MAX

MEAN

1 Zinc phosphate alkyd primer to SABS 1319 20 50 30 2

Alkyd undercoat to SABS 681 type 2

20

50

30

3 Alkyd Enamel to SABS 630 type 2

20

50

25

TOTAL 60

150

85

NOTES: Steel to be blasted and primed prior to delivery to site This system specification shall be read in conjunction with all the general sections of the specifications and with the manufacturer's data sheets. Thinners, cleaners, application methods, maximum and minimum overcoating intervals, drying time and curing period to be read from the manufacturers product data sheet and strictly adhered to. All coats to be in contrasting shades or colours except for the final topcoat. Final colour to Engineers approval and in compliance with the colour scheme. Where full hiding is not achieved by the final topcoat an additional coat is to be applied at no extra cost. Quality Control Inspections as required by the Engineer shall be carried out.

PLANTECH ASSOCIATES COATING SYSTEM

System No PSN8 Scope

Protection of galvanizing in corrosive environments (new work) exterior eg. structural steel

Substrate galvanized steel (unpainted)

Location exterior

Environment corrosive - marine, coastal or industrial

Surface preparation

Galvanized steel surfaces shall be thoroughly degreased prior to painting, using either a water rinsable solvent degreaser applied in accordance with the manufacturer's instructions, or a mild acid-detergent degreasing solution. In both cases care shall be taken to avoid entrapment of cleaning agent in recesses or other retention areas. In both cases, the surface shall be thoroughly washed until a 'water break free' surface is achieved. If necessary, the process shall be repeated until a 'water break free' surface is obtained. After degreasing, the surface shall be lightly abraded by one of the following methods : (i) On small areas by use of abrasive paper not coarser that 120 grade, or by using non-metallic

abrasive pads. (ii) On large areas by 'sweep blast cleaning', using a nozzle pressure not greater than 300 kPa

and very fine abrasive (particle size not exceeding 1,0 mm). Cracking, flaking or any form of delamination of the zinc coating due to excessive blast cleaning shall not be permitted. Removal of zinc by blast cleaning shall not exceed 10m.

(iii) On appropriate areas by high pressure water jetting, with abrasive injection. Finally, all dust and debris shall be removed by vacuum cleaning, or by washing, and the surface shall be allowed to dry before coating.

COAT

PRODUCT TYPE

MIN

MAX

MEAN

1 Two component epoxy primer for galvanized steel 40 100 60 2

Two component recoatable high build epoxy mio

40

100

50

3 Two component recoatable polyurethane acrylic

30

60

35

TOTAL 110

260

145

Page 96: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

89 | P a g e

NOTES: 1) The manufacturer shall state in writing that the primer is suitable for galvanizing. 2) This system specification shall be read in conjunction with all the general sections of the specifications and with the

manufacturer's data sheets. 3) Thinners, cleaners, application methods, maximum and minimum overcoating intervals, drying time and curing

period to be read from the manufacturers product data sheet and strictly adhered to. Two component materials shall be thoroughly mixed before use.

4) All coats to be in contrasting shades or colours except for the final topcoat. Final colour to Engineers approval and in

compliance with the colour scheme. Where full hiding is not achieved by the final topcoat an additional coat is to be applied at no extra cost.

5) Quality Control Inspections as required by the Engineer shall be carried out.

PLANTECH ASSOCIATES COATING SYSTEM

System No PSN9 Scope

Factory baked enamel finish for equipment

Substrate Mild steel

Location Interior

Environment Mild

Surface preparation

Degreasing, pickling and passivating using an approved proprietary process. Alternatively abrasive blast cleaning to Sa 2 1/2 with a profile 25 to 40 microns.

COAT

PRODUCT TYPE

MIN

MAX

MEAN

1 Baked enamel primer to SABS 782 2

Baked enamel to SABS 783 type 1

3 Baked enamel to SABS 783 type 1

TOTAL 50

n/a

60

NOTES: This system specification shall be read in conjunction with all the general sections of the specifications and with the manufacturer's data sheets. Thinners, cleaners, application methods, maximum and minimum overcoating intervals, drying time and curing period to be read from the manufacturers product data sheet and strictly adhered to. Final colour to Engineers approval and in compliance with the colour scheme. Quality Control Inspections as required by the Engineer shall be carried out.

PLANTECH COATING SYSTEM - NEW WORK

System No PSN10 Scope

Factory powder coat painting e.g. Electrical Control Panels, switchboards, air-con units

Substrate Mild steel or galvanized steel

Location Interior

Environment Humid - corrosive

Surface preparation

Chemical clean and phosphate by an approved proprietary method or blast clean to Sa 2 1/2 with profile between 35 and 40M

COAT

PRODUCT TYPE

DFT microns

MIN

MAX

MEAN

1 Epoxy powder 40 120 80 TOTAL

NOTES: 1) Epoxy powder shall only be applied by contractors with the necessary pre-treatment, powder coating and heat curing

facilities.

Page 97: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

90 | P a g e

2) Colour sample to be approved by engineer. 3) Coating process is subject to approval by the engineer.

PLANTECH COATING SYSTEM - NEW YORK

PSN11 Scope

Electrical panels and external switch boxes

Substrate Galvanized steel

Location Exterior

Environment Corrosive

Construction Shall be constructed from welded mild steel, hot dip galvanized to SABS 763 after fabrication, or from galvanized sheet complying with SABS 934, not less than grade Z275, fastened by aluminium rivets

Surface preparation

Degrease and passivate by proprietary chromating or phosphating process for galvanized steel

COAT

PRODUCT TYPE

MIN

MAX

MEAN

1 Epoxy primer for galvanized steel 50 100 75 2

Polyurethane powder by electrostatic spray

50

100

75

TOTAL 100

200

150

NOTES: 1) This system specification shall be read in conjunction with all the other sections of the specifications and with the

manufacturer's data sheets. 2) Thinners, cleaners, application methods, maximum and minimum overcoating intervals, drying time and curing

period to be read from the manufacturers product data sheet and strictly adhered to. 3) Only contractors with the necessary pre-treatment, powder coating and curing facilities shall be permitted to carry out

this work. 4) The colour of the powder shall be as specified or approved by the Engineer. 5) Any residual crevices shall be sealed with polyurethane sealant.

Page 98: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

91 | P a g e

TRADE NAMES FOR GENERIC PRODUCTS

IMPORTANT NOTES

1) Paint Technology is continuously changing by Research and Development, resulting in new products

replacing previous items. 2) The contractor is required to confirm with the manufacturer that the materials to be used in the system

are compatible with each other and suitable for intended use. Any changes necessary shall be referred to the Engineer and shall not be adopted until confirmed by him after receipt of adequate evidence.

3) All materials in any one system shall be obtained from one manufacturer. 4) Materials of similar generic type may not be identical. The manufacturer's recommendations as given in

his data sheet or in writing on his letter head, shall be strictly followed for each material. Verbal information given by the manufacturer's representative shall only be used if confirmed in writing on the manufacturer's letterhead.

Page 99: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

92 | P a g e

GENERIC DESCRIPTION

CHEMRITE

DULUX

PLASCON

Alkaline degreaser

Aero

wash AC-18

Solvent degreaser (water rinsable)

Galvkleen

Aquasolv GRI

Recoatable epoxy high build MIO Carboline 193 MIO

Sigma cover CM miocoat

Plascoguard

Recoatable Epoxy MIO

Recoatable polyurethane acrylic Carboline 134

Sigmadur Gloss

Plascothane Recoatable Enamel CPC

Epoxy primer for galvanized steel

Sigma cover Primer

Plascoguard Gehopon 5 Primer

Epoxy polyamide primer for steel Carboline 193 Primer

Sigma cover Primer

Plascoguard Gehopon 4 Primer

Solvent free immersion grade component epoxy

Sigma guard CSF 75

Epoxy tar

Carbomastic 200

Sigma TCN 300

Intertuff HB Epoxy Tar 548

Page 100: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

93 | P a g e

STANDARD SPECIFICATION

FOR

NOISE AND VIBRATION CONTROL

ELECTRICAL & MECHANICAL CONSULTING ENGINEERS

PO BOX 146 PERSEQUOR PARK 0020 TEL: [012] 349-2253 FAX: [012] 349-2390 E-MAIL: [email protected]

Page 101: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

94 | P a g e

STANDARD SPECIFICATION FOR NOISE AND VIBRATION CONTROL

INDEX

PAGE

1. GENERAL ..................................................................................................................................................... 95 2. SOUND ATTENUATORS ............................................................................................................................... 95 3. PLANT ROOM ABSORPTION ......................................................................................................................... 96 4. VIBRATION ISOLATION ................................................................................................................................ 96

Page 102: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

95 | P a g e

STANDARD SPECIFICATION FOR NOISE AND VIBRATION CONTROL 1. GENERAL 1.1 The Installation shall operate without causing undue noise and vibration. The Contractor shall take the necessary

precautions to ensure that noise levels in plant rooms and adjacent occupied areas as specified in the Detail Specification are not exceeded.

1.2 Noise generating equipment such as fans, compressors, pumps and motors shall be selected to operate as close to

the point of maximum efficiency as possible. It is the responsibility of the Contractor to check operating noise levels of equipment before tendering. Tenderers offering equipment with low noise ratings may receive preference.

1.3 Where it is not possible to meet the specified sound levels due to the noise generated by the equipment offered, or

due to inadequacies in the building structure, such deficiencies shall be qualified in the tender. 2. SOUND ATTENUATORS 2.1 Sound attenuators shall be provided and installed where indicated on the relevant drawings and in such places where

the system attenuation alone is inadequate. Special attention shall be given to noise regeneration due to heater banks and dampers inside ductwork.

2.2 Internally lined plenum chambers for low frequency attenuation may as an alternative be installed in a duct in lieu of

proprietary manufactured sound attenuators. The material and lining shall comply with Clauses 2.3 and 2.7. 2.3 The absorption material shall be moisture repellent, odour free, non inflammable and shall be abrasion proof up to

air speeds of 20 m/s. 2.4 Sound attenuators shall be suitable for the system working pressure, velocity and air temperatures up to 80 degrees

Celsius. 2.5 Except where otherwise stated in the Detail Specification, sound attenuators in ductwork after supply air fans shall be

designed for an insertion loss large enough to limit the total sound pressure level of the noise at a distance of 1,5 metres directly in front of the first air outlet in the duct system to the NC level specified in the Detail Specification. Background noise levels shall be measured separately with the plant switched off and shall be deducted from the total sound pressure levels.

2.6 Sound attenuators shall be of the proprietary manufactured type. Field fabricated sound attenuators of the lined duct

type or plenum chamber type shall only be used as indicated in clause 2.2 or when specified in the Detail Specification or where written approval is obtained from the Engineer.

2.7 Field fabricated sound attenuators shall be double walled with the inner wall consisting of galvanised perforated

plate. The perforations shall be 10 mm holes at 25 mm centres or the Manufacturer's nearest standard. Expanded metal will not be acceptable The inner and outer walls shall be held together with stiffening webs at approximately 300 mm centres. The lining thickness shall be at least 80 mm.

2.8 Casings shall be constructed of galvanised sheetmetal, of which the minimum thickness is in accordance with the

requirements laid down in A-SPES-31-01- for Ducting. 2.9 The internal free area of field fabricated sound attenuators shall not be less than the cross sectional area of the

connecting ductwork as indicated on the drawing. The static pressure loss through proprietary manufactured sound attenuators shall not exceed the maximum permissible pressure loss at the design NC level as recommended by the Manufacturer. Where sound attenuators are larger than the ducts, the joining duct sections shall be enlarged to the size of the attenuator. All sound attenuators shall be provided with flanged connections.

2.10 Sound attenuators in plant rooms shall be installed in or as close to the plant room wall as possible to prevent

break-in of plant room noise into the duct after the sound attenuator. Where this is not feasible due to space limitations, the duct section between the sound attenuator and plant room wall shall be insulated and plastered with a suitable hard setting plaster at least 10 mm thick on all four sides.

2.11 The Contractor shall submit noise estimating sheets for all systems as well as the insertion loss ratings of sound

attenuators for approval before ordering. Failure to do so may result in additional costs to the Contractor if noise levels in any area should exceed the specified limits.

2.12 Sound attenuators in the airflow of kitchen extraction systems shall have a sound absorbing lining which shall not

absorb any grease or fat.

Page 103: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

96 | P a g e

3. PLANT ROOM ABSORPTION 3.1 Where indicated on the drawings, plant room walls and ceilings shall be acoustically treated to reduce reverberant

sound pressure levels inside the plant room. 3.2 The acoustic lining shall consist of fibreglass or mineral wool insulation held in position by PVC battens and covered

with a vapour barrier and acoustic tiles or hardboard. 3.3 Battens shall be 50 x 50 mm PVC square tubes and shall be bolted or screwed to walls and ceilings at approximately

500 to 600 mm centres. Battens against walls shall be installed horizontally. The space between battens shall be filled with 50 mm thick fibreglass or mineral wool having a density of not less than 40 kg/m3. The lining shall then be covered with a PVC vapour barrier. All joints shall coincide with battens and shall be sealed together with nail heads with a suitable sealer.

3.4 Where the predominant noise levels of the machinery in the plant room are below 500 Hz, such as for centrifugal

fans and reciprocating compressors the lining shall be covered over the vapour barrier with 3 mm thick solid hardboard and painted as specified elsewhere. Joints between battens shall be avoided.

3.5 Where the predominant noise levels of the machinery in the plant room are 500 Hz and higher, such as for axial flow

fans and centrifugal compressors, the lining shall be covered over the vapour barrier with perforated metal or boards and painted as specified elsewhere.

3.6 Where thermal insulation is not required, such as on plant room surfaces outside air handling units, the 50 mm

fibreglass or mineral wool blankets and vapour barrier specified above, are not required. Proprietary acoustic tiles may as an alternative to perforated metal or boards on wooden battens, be installed directly on walls or ceilings where thermal insulation is not required.

4. VIBRATION ISOLATION 4.1 Vibration transmission to the building shall be avoided. All rotating machines shall be isolated from the floor by

means of proprietary vibration isolators having isolation efficiencies of approximately 90 %. Flexible connections shall be provided between equipment which generate vibration and connecting pipes and ducts. It is the Contractor's responsibility to ensure that where piping and ductwork pass through building structures, suitable sleeves and PVC frames are provided around piping and ducting respectively.

4.2 Where piping and ducting pass through plant room walls direct into occupied spaces or corridors or into the ceiling

space above the space or corridor the opening around the pipe, duct or sound attenuator, shall be sealed. Building shafts without walls or floors, between the shaft and plant room, shall be considered as part of the plant room.

4.3 Plinths 4.3.1 Plinths shall be provided for all mechanical and electrical equipment which is to be mounted on plant room floors.

Plinths shall protrude at least 50 mm above finished floor levels and depending on the position of the vibration mountings, shall be at least 300mm wider or longer than the inertia bases mounted on top. Plinths for equipment which do not need inertia bases or plinths for inertia bases with recessed vibration mountings shall be the same size as the equipment or bases mounted on top. Plinths shall consist of 3 mm thick channel or angle iron formers with 10 mm thick reinforcing bars welded to the formers at a 150 mm pitch in each direction and filled with concrete. The top surface of the concrete shall be floated to an even and smooth finish.

4.3.2 Plinths as specified above shall also be provided for field assembled plenum chambers. Additional sub-bases shall

be provided below cooling and heating coils and filters. These sub-bases shall consist of either structural steel, concrete or masonry.

4.3.3 Sub-bases shall be provided for all equipment mounted on flat roofs. These bases shall protrude at least 150 mm

above the finished roof level and shall be sized to suit individual equipment.

Generally these bases are required only underneath mounting feet of units and not underneath the entire base area of the unit. Bases shall consist of 3 mm thick sheet metal formers, reinforced with 10 mm rods welded to the formers at 150 mm centres each way and filled with concrete. It is the (Sub) Contractors responsibility to work closely with the Principal Contractor to avoid any damage to the weather proofing, and to ensure that roofs are completely weather sealed where sub-bases are provided.

4.3.4 Where the cooling tower is on the same floor level as the condenser water pumps, the cooling tower shall be installed

on concrete or masonry walls high enough to ensure a flooded suction at all times. 4.4 Bases 4.4.1 Concrete or steel inertia or floating bases shall be provided for equipment as specified in the following schedule:

Page 104: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

97 | P a g e

MACHINE TYPE OF FLOATING BASE

kW-rating refers to electrical motor size Plantroom On Ground Floor Or

Basement

Plantroom On Roof Or Floor

Slab a) Pumps: i) 3 kW and smaller, close coupled ii) 3 kW and smaller, long coupled iii) Above 3 kW b) Reciprocating Water Chillers c) Centrifugal Water Chillers d) Reciprocating Compressors: i) 3 kW and smaller ii) above 3 kW e) Condensing Units: i) 3 kW and smaller ii) Above 3 kW f) Air Compressors: i) 3 kW and smaller ii) Above 3 kW g) Cooling Towers h) Evaporative Condensers i) Air Cooled Condensers j) Fans: i) Axial flow and roof ventilators ii) Centrifugal 3 kW and smaller iii) Centrifugal above 3 kW and below 50 mm static pressure iv) Centrifugal pressure 50mm and above k) Air handling units l) Screw compressors:

None Steel

Concrete

Steel Steel

Steel Concrete

None Steel

Steel Concrete

None None None

None None Steel

Concrete

None

Concrete on 25mm neoprene mat inside 80mm

galvanised angle frame bolted to concrete floor.

Steel Steel

Concrete

Concrete Steel

Steel Concrete

Steel Steel

Steel Concrete

Steel Steel Steel

Steel Steel Steel

Concrete

Steel

Page 105: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

98 | P a g e

SECTION 6

SCHEDULE OF EQUIPMENT

FOR THE

HVAC INSTALLATION

FOR

BFN NATIONAL MUSEUM Electrical, Electronic & Mechanical Engineers P O Box 146 PERSEQUOR PARK 0020 Tel: [+2712] 349-2253 Fax: [+2712] 349-2390 E-mail: [email protected]

Page 106: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

99 | P a g e

SECTION 6

HVAC INSTALLATION FOR BFN NATIONAL MUSEUM

SCHEDULE OF EQUIPMENT OFFERED 1. ROOFTOP PACKAGED UNITS

1.1 Condenser fan manufacturer: ___________________________________________________________

1.2 Supply air fan manufacturer: ____________________________________________________________

1.3 Compressor manufacturer: ________________________________________________________

1.4 Humidifier manufacturer: _______________________________________________________________

1.5 Wall mounted Controls manufacturer: ____________________________________________________

1.6 Central Controllermanufacturer: _________________________________________________________

2 Electrical Sub-contractor____________________________________________________________

3 VAV Diffuser Manufacturer _________________________________________________________

4 Ducting Manufacturer______________________________________________________________

5 Fire Damper Manufacturer _________________________________________________________________

6 Modulating Damper Manufacturer ___________________________________________________________

7 Controls Manufacturer _____________________________________________________________________ SIGNED BY TENDERER: __________________________________________ DATE: __________________________________________

No Make Humidification Rate

Total Cooling Capacity

Heating Capacity

Supply Air Rate

Power Supply, FLA & Phase

RTPU 1 RTPU 2 RTPU 3 RTPU 4 RTPU 5 RTPU 6 RTPU 7

Page 107: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

100 | P a g e

SECTION 7

SCHEDULE OF DRAWINGS

FOR THE

HVAC INSTALLATION

FOR

BFN NATIONAL MUSEUM

Electrical, Electronic & Mechanical Engineers P O Box 146 PERSEQUOR PARK 0020 Tel: [+2712] 349-2253 Fax: [+2712] 349-2390 E-mail: [email protected]

Page 108: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

101 | P a g e

A1885-31-00-001 R0 Basement & Roof Plant HVAC Layout A1885-31-00-002 R0 Ground Floor HVAC Layout A1885-31-00-003 R0 First Floor HVAC Layout A1885-31-00-201 R0 DB1 Schematic A1885-31-00-202 R0 DB2 Schematic

Page 109: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31 Revision R0

2020/01

102 | P a g e

SECTION 8

SCHEDULE OF PRICES

FOR THE

HVAC INSTALLATION

FOR

BFN NATIONAL MUSEUM Electrical, Electronic & Mechanical Engineers P O Box 146 PERSEQUOR PARK 0020 Tel: [+2712] 349-2253 Fax: [+2712] 349-2390 E-mail: [email protected]

Page 110: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

A-1885-31Revision R0

2020/01

103 | P a g e

GENERAL NOTES TO BILLS OF QUANTITIES FOR THE MECHANICAL INSTALLATIONS

1. The attached Bills of Quantities form part of the Tender Document and shall be readin conjunction therewith.

2. Reference shall be made to the Specifications for the full meaning and description ofwork to be done and material/equipment to be used.

3. The Bills of Quantities shall be fully completed and returned to form part of a validtender before the tender closing time.

4. No alterations, addition or erasure may be made to the text of the Bills. If such analteration, addition or erasure is made it shall not be acknowledged and the originalwording of the text shall apply.

5. All prices or rates shall be given against each item of the Bills of Quantities irrespectiveof any quantities given or not. The cost of items if not priced shall be taken as beingincluded in other price or rates in the Bills of Quantities.

6. “Rates only” items, as all other rates and item prices will be used for costing variations.

7. Provisional Amounts and Contingency Sums are budgetary costs for use by theEngineer at his discretion and may be omitted in total without any compensation to theContractor whatsoever.

8. Since the Specifications call for complete operational systems, the rates submitted shallcover the cost of associated items not specifically listed, but which are required for acomplete operational installation in terms of the Specifications. Should the Tendererwish to list such items separately, or if any requirements of the Specifications are notspecifically covered by items in the Bills of Quantities, the Tenderer shall allow forthese as additional items or in his Tender covering letter.

9. Unless otherwise measured all rates shall include for the detail design, engineering,procurement, supply, delivery, erection, waste, storage, commissioning, testing,maintenance and guarantee of material or equipment in terms of the Specifications.

10. The Engineer will use his discretion to correct conspicuous arithmetical errors whenadjudicating the tenders.

11. No orders shall be placed on the basis of the quantities in the bills, but shall beverified on site by the Contractor prior to placement of orders.

Page 111: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

Ref.: A1885-31 R0 Date: 2019-12-09

BLOEMFONTEIN NATIONAL MUSEUM – HVAC SUPPLIER FUNCTIONALITY MATRIX

Background: The Bloemfontein National Monument has various HVAC systems installed but none of them are currently operational. There are several rooftop-packaged units that supply conditioned air to the main building via ducting and VAV diffusers & VAV dampers. The systems were installed in 2001 and are past their expected life cycle. The rooftop units are no longer operational and must be replaced in accordance with the client requirements.

Objective: To upgrade and replace the rooftop packaged units to maintain room temperatures and relative humidity of the various areas in the museum within the design parameters set out by the client.

Scope of Work: The replacement/installation and commissioning of several rooftop packaged units with associated humidifiers, VAV modulating dampers, VAV diffusers and all controls for the Bloemfontein National Monument.

Functionality Scoring Matrix: A minimum of 70 points are required to be considered for this project. Experience: Similar projects completed in the last 5 years with a contract value more than R 2,000,000.00 (Ex. VAT)

3 Projects 15 Point

4 Projects 20 Points

6 Projects 30 Points

Reference Letters: Reference letters from contactable clients or other mechanical engineering consulting firms on their letterhead where similar HVAC work has been completed in the last 5 years

3 Letters 15 Point

4 Letters 20 Points

6 Letters 30 Points

SAQCC registration for refrigeration piping installation

1 Up to date registration form for the employed installer.

40 Points

Total 100 Points

Page 112: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

550x550 DAMPER

IN DUCT (MD1)

300x450

200x200

200x100

200x200

200x100

200x200

200x100

200x200

200x100

200x200

200x100

200x200

200x100

200x200

650x350

1500x500

550x550 DAMPER

IN DUCT (MD1)

300x450

200x200

200x100

200x200

200x100

200x200

200x100

200x200

200x100

200x200

200x100

200x200

200x100

200x200

650x350

1500x500

C

* * * * * *

* * * * * *

* * * * * *

* * * * * *

*

ALL DIFFUSERS TO BE GREY

AND RAG

C

TOP RETURN

BOTTOM SUPPLY

RTPU7

RTPU6

RTPU4

RTPU5

TO BUILDING

TOP RETURN

BOTTOM SUPPLY

TO BUILDING

R

ET

UR

N

TO

B

UILD

IN

G

TO

P R

ET

UR

N

BO

TT

OM

S

UP

PLY

TO

B

UILD

IN

G

RTPU2

TOP RETURN

BOTTOM SUPPLY

RTPU3

TO BUILDING

RTPU1

TO

P R

ET

UR

N

BO

TT

OM

S

UP

PLY

TO

B

UILD

IN

G

SU

PP

LY

R

ET

UR

N

TO

B

UILD

IN

G

SU

PP

LY

800 WIDE

CATLADDER

800 WIDE

CATLADDER

NATIONAL MUSEUM

BLOEMFONTEIN

BASEMENT LAYOUT

HVAC LAYOUT

A1885-31-00-001 R0

TENDER

RA 2019/11/19 FIRST ISSUEJCM FB

PLANTROOM 1

PLANTROOM 2

BASEMENT

SCALE 1:50

SCALE 1:100

SCALE 1:50

T - Thermostat by

HVAC Sub Contractor

Diffuser mounted thermostat

- Ø20mm Galvanized steel Conduit from 1.75m A.F.F.L

to Ceiling void & a Ø50mm round box @ 1.75m A.F.F.L,

By Electrician. See section X-X for detail

Legend

- Single phase isolator

- 3 phase isolator

- Extract air grille

- Wall mounted grille/louvre

- Round flexible connection

- POD sound attenuator

- Axial fan

- Duct mounted grille

- Disc valve

- Return air grille

- Swirl diffuser

- Up/down-blow unit

- Fan coil unit

- Balancing damper

- Motorised fire damper

- Floor twist outlet

- Fresh air duct

- Externally insulated return air duct

- Extract air duct

- Externally insulated supply air duct

- Internally insulated supply air duct

AFM - Duct mounted air flow meter

1. GENERAL NOTES

1.1.

THIS DRAWING FORMS PART OF THE SPECIFICATION AND MUST

BE READ IN CONJUNCTION WITH THE SAME.

1.3.

1.2.

1.9.

1.7.

ALL DUCT SHOES TO BE 150mm LONG @ 45°

ALL DUCTWORK TO BE MANUFACTURED IN ACCORDANCE WITH

ALL DUCT SIZES SHOWN ARE ACTUAL SHEETMETAL SIZES

ALL BENDS TO HAVE MINIMUM INTERNAL RADIUS 150mm,

SANS-1238-2005 & SANS 10173-2003. LOW VELOCITY DUCT STANDARDS

REFRIGERANT PIPING TO BE COPPER AND INSULATED

1.11.

1.4.

WITH 25mm FRK. INSULATION. UNLESS OTHERWISE SPECIFIED

ALL SUPPLY & RETURN DUCTS TO BE EXTERNALLY INSULATED

1.5.

ALL VENTILATION DUCTS TO BE UNINSULATED, UNLESS SPECIFIED

AND SPLITTERS UNLESS OTHERWISE SPECIFIED

1.6.

ALL EXPOSED DUCTS TO BE PAINTED TO SPECIFICATION.

1.8.

ALL ROUND DUCT BENDS UP TO Ø500mm - RADIUS 200mm

AND OVER Ø500mm - RADIUS 300mm

1.10.

ALL SPIGOTS TO BE 100mm LONG, UNLESS OTHERWISE STATED.

ALL DRAINS TO BE Ø32mm RIGID PVC WITH A 1:100 MIN. FALL,

1.13.

ALL REFRIGERANT PIPING TO BE NEATLY ROUTED AND INSTALLED

1.12.

ON GALVANISED CABLE TRAYS, UNLESS OTHERWISE SPECIFIED

UNLESS OTHERWISE SPECIFIED

2.1

SHOWN AND TO BE MADE GOOD AFTER DUCTING HAS BEEN

INSTALLED - BY BUILDER

ALL OPENINGS TO BE 100mm BIGGER THAN DUCT SIZES

2. BUILDERSWORK NOTES

2.2.

WHICH INCLUDES A 20mm THK TIMBER FRAME ALL AROUND

OPENING - BY BUILDER

ALL OPENINGS TO BE 50mm BIGGER THAN GRILLE SIZES

2.3.

AND DRAINS TO BE MADE GOOD AFTER SERVICES HAVE BEEN

INSTALLED. - BY BUILDER

SLEEVES IN WALLS, IN SLABS AND BEAMS FOR REFRIGERANT PIPES

R0 20-01-27 TENDERSVN FB FB

AutoCAD SHX Text
APPR.
AutoCAD SHX Text
DESCRIPTION
AutoCAD SHX Text
DATE
AutoCAD SHX Text
REV.
AutoCAD SHX Text
SHT OF
AutoCAD SHX Text
DATE
AutoCAD SHX Text
DESIGNED
AutoCAD SHX Text
APPROVED
AutoCAD SHX Text
COPYRIGHT RESERVED
AutoCAD SHX Text
SCALE
AutoCAD SHX Text
DRAWN
AutoCAD SHX Text
CONSULTING ENGINEERS
AutoCAD SHX Text
ELECTRICAL AND MECHANICAL
AutoCAD SHX Text
DWG. No.
AutoCAD SHX Text
TITLE
AutoCAD SHX Text
PROJECT
AutoCAD SHX Text
ASSOCIATES
AutoCAD SHX Text
P.O. BOX 146 PERSEQUOR PARK 0020 / TEL (012) 349-2253
AutoCAD SHX Text
A0
AutoCAD SHX Text
DRG.
AutoCAD SHX Text
SIZE
AutoCAD SHX Text
DSG.
AutoCAD SHX Text
DRW.
AutoCAD SHX Text
1:100
AutoCAD SHX Text
JCM
AutoCAD SHX Text
2019-11-19
AutoCAD SHX Text
a
AutoCAD SHX Text
a
AutoCAD SHX Text
a
Page 113: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

650x550

1500x500 RETURN GRILLE

800x550

650x350

Ø300

200x350

Ø300

Ø300

Ø300

Ø350

Ø350 Ø450

Ø

3

5

0

Ø250

300x400

Ø

3

5

0

Ø450

Ø500

Ø600 800x800

Ø600

Ø350

2000x500 TRANSFER GRILLE

900x1500 R/A GRILLE

800x800

SUPPLY UP

700x700

RETURN UP

500x500

350x350

800x500

600x550

Ø300

Ø250

Ø300

Ø300

Ø300

Ø250

Ø250

Ø250

Ø250

Ø250

Ø250

Ø250

Ø250

Ø250

Ø400 Ø600

Ø250

Ø250

Ø250

Ø400

Ø600

Ø200

2500x500

RETURN GRILLE

Ø800

650X650

800x800

Ø600

Ø600

COFFEE SHOP

SHOP

CAFETERIA

T

T

T

T

T

T

TYPE D TYPE D

TYPE D TYPE D

TYPE D TYPE D TYPE D

TYPE D

TYPE D

TYPE A

TYPE B DIFFUSERS

MD4

MD2

800x500 TRANSFER

GRILLE

MD2

TYPE C

TYPE H

DIFFUSERS

DIFFUSERS

DIFFUSERS

TYPE A

DIFFUSERS

TYPE J

DIFFUSERS

TYPE K

DIFFUSERS

700x700

WALL MOUNTED

MD3

MD5

BOX

T

T

UP TO

RTPU5

MD2

TYPE G

DIFFUSERS

M

S

S

S

S

S

S

S

S

NATIONAL MUSEUM

BLOEMFONTEIN

GROUND FLOOR

HVAC LAYOUT

A1885-31-00-002 R0

TENDER

RA 2019/11/19 FIRST ISSUEJCM FB

T - Thermostat by

HVAC Sub Contractor

Diffuser mounted thermostat

- Ø20mm Galvanized steel Conduit from 1.75m A.F.F.L

to Ceiling void & a Ø50mm round box @ 1.75m A.F.F.L,

By Electrician. See section X-X for detail

Legend

- Single phase isolator

- 3 phase isolator

- Extract air grille

- Wall mounted grille/louvre

- Round flexible connection

- POD sound attenuator

- Axial fan

- Duct mounted grille

- Disc valve

- Return air grille

- Swirl diffuser

- Up/down-blow unit

- Fan coil unit

- Balancing damper

- Motorised fire damper

- Floor twist outlet

- Fresh air duct

- Externally insulated return air duct

- Extract air duct

- Externally insulated supply air duct

- Internally insulated supply air duct

AFM - Duct mounted air flow meter

1. GENERAL NOTES

1.1.

THIS DRAWING FORMS PART OF THE SPECIFICATION AND MUST

BE READ IN CONJUNCTION WITH THE SAME.

1.3.

1.2.

1.9.

1.7.

ALL DUCT SHOES TO BE 150mm LONG @ 45°

ALL DUCTWORK TO BE MANUFACTURED IN ACCORDANCE WITH

ALL DUCT SIZES SHOWN ARE ACTUAL SHEETMETAL SIZES

ALL BENDS TO HAVE MINIMUM INTERNAL RADIUS 150mm,

SANS-1238-2005 & SANS 10173-2003. LOW VELOCITY DUCT STANDARDS

REFRIGERANT PIPING TO BE COPPER AND INSULATED

1.11.

1.4.

WITH 25mm FRK. INSULATION. UNLESS OTHERWISE SPECIFIED

ALL SUPPLY & RETURN DUCTS TO BE EXTERNALLY INSULATED

1.5.

ALL VENTILATION DUCTS TO BE UNINSULATED, UNLESS SPECIFIED

AND SPLITTERS UNLESS OTHERWISE SPECIFIED

1.6.

ALL EXPOSED DUCTS TO BE PAINTED TO SPECIFICATION.

1.8.

ALL ROUND DUCT BENDS UP TO Ø500mm - RADIUS 200mm

AND OVER Ø500mm - RADIUS 300mm

1.10.

ALL SPIGOTS TO BE 100mm LONG, UNLESS OTHERWISE STATED.

ALL DRAINS TO BE Ø32mm RIGID PVC WITH A 1:100 MIN. FALL,

1.13.

ALL REFRIGERANT PIPING TO BE NEATLY ROUTED AND INSTALLED

1.12.

ON GALVANISED CABLE TRAYS, UNLESS OTHERWISE SPECIFIED

UNLESS OTHERWISE SPECIFIED

2.1

SHOWN AND TO BE MADE GOOD AFTER DUCTING HAS BEEN

INSTALLED - BY BUILDER

ALL OPENINGS TO BE 100mm BIGGER THAN DUCT SIZES

2. BUILDERSWORK NOTES

2.2.

WHICH INCLUDES A 20mm THK TIMBER FRAME ALL AROUND

OPENING - BY BUILDER

ALL OPENINGS TO BE 50mm BIGGER THAN GRILLE SIZES

2.3.

AND DRAINS TO BE MADE GOOD AFTER SERVICES HAVE BEEN

INSTALLED. - BY BUILDER

SLEEVES IN WALLS, IN SLABS AND BEAMS FOR REFRIGERANT PIPES

T

BOX

CONTROLLER

CENTRAL CONTROLLER

R0 20-01-27 TENDERSVN FB FB

AutoCAD SHX Text
APPR.
AutoCAD SHX Text
DESCRIPTION
AutoCAD SHX Text
DATE
AutoCAD SHX Text
REV.
AutoCAD SHX Text
SHT OF
AutoCAD SHX Text
DATE
AutoCAD SHX Text
DESIGNED
AutoCAD SHX Text
APPROVED
AutoCAD SHX Text
COPYRIGHT RESERVED
AutoCAD SHX Text
SCALE
AutoCAD SHX Text
DRAWN
AutoCAD SHX Text
CONSULTING ENGINEERS
AutoCAD SHX Text
ELECTRICAL AND MECHANICAL
AutoCAD SHX Text
DWG. No.
AutoCAD SHX Text
TITLE
AutoCAD SHX Text
PROJECT
AutoCAD SHX Text
ASSOCIATES
AutoCAD SHX Text
P.O. BOX 146 PERSEQUOR PARK 0020 / TEL (012) 349-2253
AutoCAD SHX Text
A0
AutoCAD SHX Text
DRG.
AutoCAD SHX Text
SIZE
AutoCAD SHX Text
DSG.
AutoCAD SHX Text
DRW.
AutoCAD SHX Text
1:100
AutoCAD SHX Text
JCM
AutoCAD SHX Text
2019-11-19
AutoCAD SHX Text
a
AutoCAD SHX Text
a
AutoCAD SHX Text
a
Page 114: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

650x550

2000x500 RETURN

Ø300

Ø300

FROM BELOW

1200x550

Ø300

Ø300Ø300

Ø200 Ø200

Ø200 Ø200400x350

950x350

Ø200

Ø250

Ø200

Ø250

Ø500

Ø500

Ø500

Ø400

Ø400

Ø500

Ø500

650x650

1000x1500 RETURN

270x400

Ø350

Ø300

Ø450

Ø550

Ø450

Ø300

Ø350

Ø500

Ø300

270x400

Ø300

Ø300

Ø500

Ø400

Ø300

Ø400 Ø500

Ø600

Ø700

Ø700

2000x500

RETURN

450x350

950x350

450x300

200x300

450x300

200x300

T

T

T

T

T

T

T

T

T

TYPE P DIFFUSERS

MD9

TYPE B DIFFUSERS

TYPE L DIFFUSERS

TYPE L DIFFUSERS

MD9

MD6

T

TYPE M DIFFUSERS

TYPE M DIFFUSERS

MD6

MD7

MD8

TYPE P

TYPE P

TYPE P

TYPE Q

TYPE Q

TYPE Q

TYPE Q

TYPE G

TYPE N DIFFUSERS

MD4

MD10

TYPE 0 DIFFUSERS

FD1

MD10

TYPE P DIFFUSERS

TYPE P DIFFUSERS

TYPE S DIFFUSERS

TYPE S DIFFUSERS

T

S

S

S

S

S

S

MM

SS

S

S

S

S

SS

MD6

MD10

T

T

S

S

S

S

S

M

TYPE R DIFFUSERS

1000x1500 RETURN

EXTRA DAMPER THROUGH

WALL +- 800

FD1

NATIONAL MUSEUM

BLOEMFONTEIN

FIRST FLOOR

HVAC LAYOUT

A1885-31-00-003 R0

TENDER

RA 2019/11/19 FIRST ISSUEJCM FB

T - Thermostat by

HVAC Sub Contractor

Diffuser mounted thermostat

- Ø20mm Galvanized steel Conduit from 1.75m A.F.F.L

to Ceiling void & a Ø50mm round box @ 1.75m A.F.F.L,

By Electrician. See section X-X for detail

Legend

- Single phase isolator

- 3 phase isolator

- Extract air grille

- Wall mounted grille/louvre

- Round flexible connection

- POD sound attenuator

- Axial fan

- Duct mounted grille

- Disc valve

- Return air grille

- Swirl diffuser

- Up/down-blow unit

- Fan coil unit

- Balancing damper

- Motorised fire damper

- Floor twist outlet

- Fresh air duct

- Externally insulated return air duct

- Extract air duct

- Externally insulated supply air duct

- Internally insulated supply air duct

AFM - Duct mounted air flow meter

1. GENERAL NOTES

1.1.

THIS DRAWING FORMS PART OF THE SPECIFICATION AND MUST

BE READ IN CONJUNCTION WITH THE SAME.

1.3.

1.2.

1.9.

1.7.

ALL DUCT SHOES TO BE 150mm LONG @ 45°

ALL DUCTWORK TO BE MANUFACTURED IN ACCORDANCE WITH

ALL DUCT SIZES SHOWN ARE ACTUAL SHEETMETAL SIZES

ALL BENDS TO HAVE MINIMUM INTERNAL RADIUS 150mm,

SANS-1238-2005 & SANS 10173-2003. LOW VELOCITY DUCT STANDARDS

REFRIGERANT PIPING TO BE COPPER AND INSULATED

1.11.

1.4.

WITH 25mm FRK. INSULATION. UNLESS OTHERWISE SPECIFIED

ALL SUPPLY & RETURN DUCTS TO BE EXTERNALLY INSULATED

1.5.

ALL VENTILATION DUCTS TO BE UNINSULATED, UNLESS SPECIFIED

AND SPLITTERS UNLESS OTHERWISE SPECIFIED

1.6.

ALL EXPOSED DUCTS TO BE PAINTED TO SPECIFICATION.

1.8.

ALL ROUND DUCT BENDS UP TO Ø500mm - RADIUS 200mm

AND OVER Ø500mm - RADIUS 300mm

1.10.

ALL SPIGOTS TO BE 100mm LONG, UNLESS OTHERWISE STATED.

ALL DRAINS TO BE Ø32mm RIGID PVC WITH A 1:100 MIN. FALL,

1.13.

ALL REFRIGERANT PIPING TO BE NEATLY ROUTED AND INSTALLED

1.12.

ON GALVANISED CABLE TRAYS, UNLESS OTHERWISE SPECIFIED

UNLESS OTHERWISE SPECIFIED

2.1

SHOWN AND TO BE MADE GOOD AFTER DUCTING HAS BEEN

INSTALLED - BY BUILDER

ALL OPENINGS TO BE 100mm BIGGER THAN DUCT SIZES

2. BUILDERSWORK NOTES

2.2.

WHICH INCLUDES A 20mm THK TIMBER FRAME ALL AROUND

OPENING - BY BUILDER

ALL OPENINGS TO BE 50mm BIGGER THAN GRILLE SIZES

2.3.

AND DRAINS TO BE MADE GOOD AFTER SERVICES HAVE BEEN

INSTALLED. - BY BUILDER

SLEEVES IN WALLS, IN SLABS AND BEAMS FOR REFRIGERANT PIPES

R0 20-01-27 TENDERSVN FB FB

AutoCAD SHX Text
APPR.
AutoCAD SHX Text
DESCRIPTION
AutoCAD SHX Text
DATE
AutoCAD SHX Text
REV.
AutoCAD SHX Text
SHT OF
AutoCAD SHX Text
DATE
AutoCAD SHX Text
DESIGNED
AutoCAD SHX Text
APPROVED
AutoCAD SHX Text
COPYRIGHT RESERVED
AutoCAD SHX Text
SCALE
AutoCAD SHX Text
DRAWN
AutoCAD SHX Text
CONSULTING ENGINEERS
AutoCAD SHX Text
ELECTRICAL AND MECHANICAL
AutoCAD SHX Text
DWG. No.
AutoCAD SHX Text
TITLE
AutoCAD SHX Text
PROJECT
AutoCAD SHX Text
ASSOCIATES
AutoCAD SHX Text
P.O. BOX 146 PERSEQUOR PARK 0020 / TEL (012) 349-2253
AutoCAD SHX Text
A0
AutoCAD SHX Text
DRG.
AutoCAD SHX Text
SIZE
AutoCAD SHX Text
DSG.
AutoCAD SHX Text
DRW.
AutoCAD SHX Text
1:100
AutoCAD SHX Text
JCM
AutoCAD SHX Text
2019-11-19
AutoCAD SHX Text
a
AutoCAD SHX Text
a
AutoCAD SHX Text
a
Page 115: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein
AutoCAD SHX Text
A
AutoCAD SHX Text
Full
AutoCAD SHX Text
Half
AutoCAD SHX Text
Busbar Neutral :
AutoCAD SHX Text
Busbar :
AutoCAD SHX Text
ENTRY : Outgoing
AutoCAD SHX Text
Top
AutoCAD SHX Text
Side
AutoCAD SHX Text
Side
AutoCAD SHX Text
Bottom
AutoCAD SHX Text
Bottom
AutoCAD SHX Text
Top
AutoCAD SHX Text
ENTRY : Incoming
AutoCAD SHX Text
Earth conductor
AutoCAD SHX Text
Rating or size
AutoCAD SHX Text
Standby Section
AutoCAD SHX Text
Normal Section
AutoCAD SHX Text
COLOUR : SABS 1091
AutoCAD SHX Text
Spare space
AutoCAD SHX Text
Seperate cubicles
AutoCAD SHX Text
Doors lockable
AutoCAD SHX Text
Doors
AutoCAD SHX Text
Floor standing
AutoCAD SHX Text
Free standing
AutoCAD SHX Text
Surface
AutoCAD SHX Text
Semi recessed
AutoCAD SHX Text
Recessed
AutoCAD SHX Text
Width
AutoCAD SHX Text
Height
AutoCAD SHX Text
Depth
AutoCAD SHX Text
mm
AutoCAD SHX Text
mm
AutoCAD SHX Text
mm
AutoCAD SHX Text
Wiring
AutoCAD SHX Text
Cable
AutoCAD SHX Text
Busbar
AutoCAD SHX Text
Both
AutoCAD SHX Text
Rear
AutoCAD SHX Text
Front
AutoCAD SHX Text
SUPPLY
AutoCAD SHX Text
ACCESS
AutoCAD SHX Text
DIM.
AutoCAD SHX Text
LIMITING
AutoCAD SHX Text
YES
AutoCAD SHX Text
CONSTRUCTION
AutoCAD SHX Text
VOLTAGE : 400/231 VOLT
AutoCAD SHX Text
DISTRIBUTION BOARD
AutoCAD SHX Text
DISTRIBUTION BOARD INFORMATION
AutoCAD SHX Text
DESCRIPTION
AutoCAD SHX Text
REV.
AutoCAD SHX Text
Bladsy van
AutoCAD SHX Text
Page of
AutoCAD SHX Text
Nagesien
AutoCAD SHX Text
Checked
AutoCAD SHX Text
Geteken
AutoCAD SHX Text
Drawn
AutoCAD SHX Text
Datum
AutoCAD SHX Text
Date
AutoCAD SHX Text
ELEKTRIESE & MEGANIESE RAADGEWENDE INGENIEURS
AutoCAD SHX Text
ELECTRICAL & MECHANICAL CONSULTING ENGINEERS
AutoCAD SHX Text
ASSOCIATES / ASSOSIATE
AutoCAD SHX Text
SURGE ARRESTORS
AutoCAD SHX Text
CLASS
AutoCAD SHX Text
DOVE GREY
AutoCAD SHX Text
R0
AutoCAD SHX Text
201
AutoCAD SHX Text
00
AutoCAD SHX Text
31
AutoCAD SHX Text
1885
AutoCAD SHX Text
SVN
AutoCAD SHX Text
19-11-12
AutoCAD SHX Text
RA FOR INFORMATION
AutoCAD SHX Text
2019-11-12
AutoCAD SHX Text
FB
AutoCAD SHX Text
100A
AutoCAD SHX Text
250A
AutoCAD SHX Text
FED FROM MAIN DB
AutoCAD SHX Text
300A
AutoCAD SHX Text
N
AutoCAD SHX Text
SCHNEIDER
AutoCAD SHX Text
RM35TF30
AutoCAD SHX Text
RELAY
AutoCAD SHX Text
FIRE
AutoCAD SHX Text
RELAY
AutoCAD SHX Text
SIGNAL
AutoCAD SHX Text
FROM FIRE
AutoCAD SHX Text
PANEL
AutoCAD SHX Text
100A
AutoCAD SHX Text
35sq ECC
AutoCAD SHX Text
RTPU1
AutoCAD SHX Text
35sq ECC
AutoCAD SHX Text
RTPU2
AutoCAD SHX Text
150A
AutoCAD SHX Text
35sq ECC
AutoCAD SHX Text
RTPU3
AutoCAD SHX Text
NATIONAL MUSEUM
AutoCAD SHX Text
BLOEMFONTEIN
AutoCAD SHX Text
DB1-HVAC
AutoCAD SHX Text
HVAC CONTRACTOR
AutoCAD SHX Text
SUPPLIED AND INSTALLED BY
AutoCAD SHX Text
IP65
AutoCAD SHX Text
N/A
AutoCAD SHX Text
50%%%
AutoCAD SHX Text
1
AutoCAD SHX Text
2
AutoCAD SHX Text
AC3
AutoCAD SHX Text
2A
AutoCAD SHX Text
2A
AutoCAD SHX Text
C1
AutoCAD SHX Text
R0 TENDER
AutoCAD SHX Text
2020-01-27
Page 116: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein
AutoCAD SHX Text
A
AutoCAD SHX Text
Full
AutoCAD SHX Text
Half
AutoCAD SHX Text
Busbar Neutral :
AutoCAD SHX Text
Busbar :
AutoCAD SHX Text
ENTRY : Outgoing
AutoCAD SHX Text
Top
AutoCAD SHX Text
Side
AutoCAD SHX Text
Side
AutoCAD SHX Text
Bottom
AutoCAD SHX Text
Bottom
AutoCAD SHX Text
Top
AutoCAD SHX Text
ENTRY : Incoming
AutoCAD SHX Text
Earth conductor
AutoCAD SHX Text
Rating or size
AutoCAD SHX Text
Standby Section
AutoCAD SHX Text
Normal Section
AutoCAD SHX Text
COLOUR : SABS 1091
AutoCAD SHX Text
Spare space
AutoCAD SHX Text
Seperate cubicles
AutoCAD SHX Text
Doors lockable
AutoCAD SHX Text
Doors
AutoCAD SHX Text
Floor standing
AutoCAD SHX Text
Free standing
AutoCAD SHX Text
Surface
AutoCAD SHX Text
Semi recessed
AutoCAD SHX Text
Recessed
AutoCAD SHX Text
Width
AutoCAD SHX Text
Height
AutoCAD SHX Text
Depth
AutoCAD SHX Text
mm
AutoCAD SHX Text
mm
AutoCAD SHX Text
mm
AutoCAD SHX Text
Wiring
AutoCAD SHX Text
Cable
AutoCAD SHX Text
Busbar
AutoCAD SHX Text
Both
AutoCAD SHX Text
Rear
AutoCAD SHX Text
Front
AutoCAD SHX Text
SUPPLY
AutoCAD SHX Text
ACCESS
AutoCAD SHX Text
DIM.
AutoCAD SHX Text
LIMITING
AutoCAD SHX Text
YES
AutoCAD SHX Text
CONSTRUCTION
AutoCAD SHX Text
VOLTAGE : 400/231 VOLT
AutoCAD SHX Text
DISTRIBUTION BOARD
AutoCAD SHX Text
DISTRIBUTION BOARD INFORMATION
AutoCAD SHX Text
DESCRIPTION
AutoCAD SHX Text
REV.
AutoCAD SHX Text
Bladsy van
AutoCAD SHX Text
Page of
AutoCAD SHX Text
Nagesien
AutoCAD SHX Text
Checked
AutoCAD SHX Text
Geteken
AutoCAD SHX Text
Drawn
AutoCAD SHX Text
Datum
AutoCAD SHX Text
Date
AutoCAD SHX Text
ELEKTRIESE & MEGANIESE RAADGEWENDE INGENIEURS
AutoCAD SHX Text
ELECTRICAL & MECHANICAL CONSULTING ENGINEERS
AutoCAD SHX Text
ASSOCIATES / ASSOSIATE
AutoCAD SHX Text
SURGE ARRESTORS
AutoCAD SHX Text
CLASS
AutoCAD SHX Text
DOVE GREY
AutoCAD SHX Text
R0
AutoCAD SHX Text
201
AutoCAD SHX Text
00
AutoCAD SHX Text
31
AutoCAD SHX Text
1885
AutoCAD SHX Text
SVN
AutoCAD SHX Text
19-11-12
AutoCAD SHX Text
RA FOR INFORMATION
AutoCAD SHX Text
2019-11-12
AutoCAD SHX Text
FB
AutoCAD SHX Text
100A
AutoCAD SHX Text
250A
AutoCAD SHX Text
FED FROM MAIN DB
AutoCAD SHX Text
N
AutoCAD SHX Text
SCHNEIDER
AutoCAD SHX Text
RM35TF30
AutoCAD SHX Text
RELAY
AutoCAD SHX Text
FIRE
AutoCAD SHX Text
RELAY
AutoCAD SHX Text
SIGNAL
AutoCAD SHX Text
FROM FIRE
AutoCAD SHX Text
PANEL
AutoCAD SHX Text
100A
AutoCAD SHX Text
35sq ECC
AutoCAD SHX Text
RTPU4
AutoCAD SHX Text
35sq ECC
AutoCAD SHX Text
RTPU5
AutoCAD SHX Text
150A
AutoCAD SHX Text
35sq ECC
AutoCAD SHX Text
RTPU7
AutoCAD SHX Text
NATIONAL MUSEUM
AutoCAD SHX Text
BLOEMFONTEIN
AutoCAD SHX Text
DB2-HVAC
AutoCAD SHX Text
HVAC CONTRACTOR
AutoCAD SHX Text
SUPPLIED AND INSTALLED BY
AutoCAD SHX Text
IP65
AutoCAD SHX Text
N/A
AutoCAD SHX Text
50%%%
AutoCAD SHX Text
2
AutoCAD SHX Text
2
AutoCAD SHX Text
100A
AutoCAD SHX Text
35sq ECC
AutoCAD SHX Text
RTPU6
AutoCAD SHX Text
300A
AutoCAD SHX Text
AC3
AutoCAD SHX Text
2A
AutoCAD SHX Text
2A
AutoCAD SHX Text
C1
AutoCAD SHX Text
R0 TENDER
AutoCAD SHX Text
2020-01-27
Page 117: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

1

THE NATIONAL TREASURY

Republic of South Africa

_____________________________________________________________________

GOVERNMENT PROCUREMENT:

GENERAL CONDITIONS OF CONTRACT

July 2010

Page 118: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

2

GOVERNMENT PROCUREMENT

GENERAL CONDITIONS OF CONTRACT July 2010

NOTES

The purpose of this document is to:

(i) Draw special attention to certain general conditionsapplicable to government bids, contracts and orders; and

(ii) To ensure that clients be familiar with regard to the rightsand obligations of all parties involved in doing businesswith government.

In this document words in the singular also mean in the plural and vice versa and words in the masculine also mean in the feminine and neuter.

The General Conditions of Contract will form part ofall bid documents and may not be amended.

Special Conditions of Contract (SCC) relevant to a specificbid, should be compiled separately for every bid (if (applicable) and will supplement the General Conditions of Contract. Whenever there is a conflict, the provisions in the SCC shall prevail.

Page 119: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

3

TABLE OF CLAUSES

1. Definitions2. Application3. General4. Standards5. Use of contract documents and information; inspection6. Patent rights7. Performance security8. Inspections, tests and analysis9. Packing10. Delivery and documents11. Insurance12. Transportation13. Incidental services14. Spare parts15. Warranty16. Payment17. Prices18. Contract amendments19. Assignment20. Subcontracts21. Delays in the supplier’s performance22. Penalties23. Termination for default24. Dumping and countervailing duties25. Force Majeure26. Termination for insolvency27. Settlement of disputes28. Limitation of liability29. Governing language30. Applicable law31. Notices32. Taxes and duties33. National Industrial Participation Programme (NIPP)34. Prohibition of restrictive practices

Page 120: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

4

General Conditions of Contract

1. Definitions 1. The following terms shall be interpreted as indicated:

1.1 “Closing time” means the date and hour specified in the bidding documents for the receipt of bids.

1.2 “Contract” means the written agreement entered into between the purchaser and the supplier, as recorded in the contract form signed by the parties, including all attachments and appendices thereto and all documents incorporated by reference therein.

1.3 “Contract price” means the price payable to the supplier under the contract for the full and proper performance of his contractual obligations.

1.4 “Corrupt practice” means the offering, giving, receiving, or soliciting of any thing of value to influence the action of a public official in the procurement process or in contract execution.

1.5 "Countervailing duties" are imposed in cases where an enterprise abroad is subsidized by its government and encouraged to market its

products internationally.

1.6 “Country of origin” means the place where the goods were mined, grown or produced or from which the services are supplied. Goods are produced when, through manufacturing, processing or substantial and major assembly of components, a commercially recognized new product results that is substantially different in basic characteristics or in purpose or utility from its components.

1.7 “Day” means calendar day.

1.8 “Delivery” means delivery in compliance of the conditions of the contract or order.

1.9 “Delivery ex stock” means immediate delivery directly from stock actually on hand.

1.10 “Delivery into consignees store or to his site” means delivered and unloaded in the specified store or depot or on the specified site in compliance with the conditions of the contract or order, the supplier

bearing all risks and charges involved until the supplies are so delivered and a valid receipt is obtained.

1.11 "Dumping" occurs when a private enterprise abroad market its goods on own initiative in the RSA at lower prices than that of the country of origin and which have the potential to harm the local industries in the

Page 121: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

5

RSA.

1.12 ”Force majeure” means an event beyond the control of the supplier and not involving the supplier’s fault or negligence and not foreseeable. Such events may include, but is not restricted to, acts of the purchaser in its sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and freight embargoes.

1.13 “Fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of any bidder, and includes collusive practice among bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the bidder of the benefits of free and open competition.

1.14 “GCC” means the General Conditions of Contract.

1.15 “Goods” means all of the equipment, machinery, and/or other materials that the supplier is required to supply to the purchaser under the contract.

1.16 “Imported content” means that portion of the bidding price represented by the cost of components, parts or materials which have been or are still to be imported (whether by the supplier or his subcontractors) and which costs are inclusive of the costs abroad, plus freight and other direct importation costs such as landing costs, dock dues, import duty, sales duty or other similar tax or duty at the South African place of entry as well as transportation and handling charges to the factory in the Republic where the supplies covered by the bid will be manufactured.

1.17 “Local content” means that portion of the bidding price which is not included in the imported content provided that local manufacture does take place.

1.18 “Manufacture” means the production of products in a factory using labour, materials, components and machinery and includes other related value-adding activities.

1.19 “Order” means an official written order issued for the supply of goods or works or the rendering of a service.

1.20 “Project site,” where applicable, means the place indicated in bidding documents.

1.21 “Purchaser” means the organization purchasing the goods.

1.22 “Republic” means the Republic of South Africa.

1.23 “SCC” means the Special Conditions of Contract.

1.24 “Services” means those functional services ancillary to the supply of the goods, such as transportation and any other incidental services, such as installation, commissioning, provision of technical assistance, training, catering, gardening, security, maintenance and other such

Page 122: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

6

obligations of the supplier covered under the contract.

1.25 “Written” or “in writing” means handwritten in ink or any form of electronic or mechanical writing.

2. Application 2.1 These general conditions are applicable to all bids, contracts and orders including bids for functional and professional services, sales, hiring, letting and the granting or acquiring of rights, but excluding immovable property, unless otherwise indicated in the bidding documents.

2.2 Where applicable, special conditions of contract are also laid down to cover specific supplies, services or works.

2.3 Where such special conditions of contract are in conflict with these general conditions, the special conditions shall apply.

3. General 3.1 Unless otherwise indicated in the bidding documents, the purchaser shall not be liable for any expense incurred in the preparation and submission of a bid. Where applicable a non-refundable fee for documents may be charged.

3.2 With certain exceptions, invitations to bid are only published in the Government Tender Bulletin. The Government Tender Bulletin may be obtained directly from the Government Printer, Private Bag X85, Pretoria 0001, or accessed electronically from www.treasury.gov.za

4. Standards 4.1 The goods supplied shall conform to the standards mentioned in the bidding documents and specifications.

5. Use ofcontractdocumentsandinformation;inspection.

5.1 The supplier shall not, without the purchaser’s prior written consent, disclose the contract, or any provision thereof, or any specification, plan, drawing, pattern, sample, or information furnished by or on behalf of the purchaser in connection therewith, to any person other than a person employed by the supplier in the performance of the contract. Disclosure to any such employed person shall be made in confidence and shall extend only so far as may be necessary for purposes of such performance.

5.2 The supplier shall not, without the purchaser’s prior written consent, make use of any document or information mentioned in GCC clause 5.1 except for purposes of performing the contract.

5.3 Any document, other than the contract itself mentioned in GCC clause 5.1 shall remain the property of the purchaser and shall be returned (all copies) to the purchaser on completion of the supplier’s performance under the contract if so required by the purchaser.

5.4 The supplier shall permit the purchaser to inspect the supplier’s records relating to the performance of the supplier and to have them audited by auditors appointed by the purchaser, if so required by the purchaser.

6. Patent rights 6.1 The supplier shall indemnify the purchaser against all third-party claims of infringement of patent, trademark, or industrial design rights arising from use of the goods or any part thereof by the purchaser.

Page 123: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

7

7. Performancesecurity

7.1 Within thirty (30) days of receipt of the notification of contract award, the successful bidder shall furnish to the purchaser the performance security of the amount specified in SCC.

7.2 The proceeds of the performance security shall be payable to the purchaser as compensation for any loss resulting from the supplier’s failure to complete his obligations under the contract.

7.3 The performance security shall be denominated in the currency of the contract, or in a freely convertible currency acceptable to the purchaser and shall be in one of the following forms:

(a) a bank guarantee or an irrevocable letter of credit issued by areputable bank located in the purchaser’s country or abroad,acceptable to the purchaser, in the form provided in thebidding documents or another form acceptable to thepurchaser; or

(b) a cashier’s or certified cheque

7.4 The performance security will be discharged by the purchaser and returned to the supplier not later than thirty (30) days following the date of completion of the supplier’s performance obligations under the contract, including any warranty obligations, unless otherwise specified in SCC.

8. Inspections,tests andanalyses

8.1 All pre-bidding testing will be for the account of the bidder.

8.2 If it is a bid condition that supplies to be produced or services to be rendered should at any stage during production or execution or on completion be subject to inspection, the premises of the bidder or contractor shall be open, at all reasonable hours, for inspection by a representative of the Department or an organization acting on behalf of the Department.

8.3 If there are no inspection requirements indicated in the bidding documents and no mention is made in the contract, but during the contract period it is decided that inspections shall be carried out, the purchaser shall itself make the necessary arrangements, including payment arrangements with the testing authority concerned.

8.4 If the inspections, tests and analyses referred to in clauses 8.2 and 8.3 show the supplies to be in accordance with the contract requirements, the cost of the inspections, tests and analyses shall be defrayed by the purchaser.

8.5 Where the supplies or services referred to in clauses 8.2 and 8.3 do not comply with the contract requirements, irrespective of whether such supplies or services are accepted or not, the cost in connection with these inspections, tests or analyses shall be defrayed by the supplier.

8.6 Supplies and services which are referred to in clauses 8.2 and 8.3 and which do not comply with the contract requirements may be rejected.

8.7 Any contract supplies may on or after delivery be inspected, tested or

Page 124: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

8

analyzed and may be rejected if found not to comply with the requirements of the contract. Such rejected supplies shall be held at the cost and risk of the supplier who shall, when called upon, remove them immediately at his own cost and forthwith substitute them with supplies which do comply with the requirements of the contract. Failing such removal the rejected supplies shall be returned at the suppliers cost and risk. Should the supplier fail to provide the substitute supplies forthwith, the purchaser may, without giving the supplier further opportunity to substitute the rejected supplies, purchase such supplies as may be necessary at the expense of the supplier.

8.8 The provisions of clauses 8.4 to 8.7 shall not prejudice the right of the purchaser to cancel the contract on account of a breach of the conditions thereof, or to act in terms of Clause 23 of GCC.

9. Packing 9.1 The supplier shall provide such packing of the goods as is required to prevent their damage or deterioration during transit to their final destination, as indicated in the contract. The packing shall be sufficient to withstand, without limitation, rough handling during transit and exposure to extreme temperatures, salt and precipitation during transit, and open storage. Packing, case size and weights shall take into consideration, where appropriate, the remoteness of the goods’ final destination and the absence of heavy handling facilities at all points in transit.

9.2 The packing, marking, and documentation within and outside the packages shall comply strictly with such special requirements as shall be expressly provided for in the contract, including additional requirements, if any, specified in SCC, and in any subsequent instructions ordered by the purchaser.

10. Deliveryand documents

10.1 Delivery of the goods shall be made by the supplier in accordance with the terms specified in the contract. The details of shipping and/or other documents to be furnished by the supplier are specified in SCC.

10.2 Documents to be submitted by the supplier are specified in SCC.

11. Insurance 11.1 The goods supplied under the contract shall be fully insured in a freely convertible currency against loss or damage incidental to manufacture or acquisition, transportation, storage and delivery in the manner specified in the SCC.

12. Transportation 12.1 Should a price other than an all-inclusive delivered price be required, this shall be specified in the SCC.

13. Incidentalservices

13.1 The supplier may be required to provide any or all of the following services, including additional services, if any, specified in SCC:

(a) performance or supervision of on-site assembly and/orcommissioning of the supplied goods;

(b) furnishing of tools required for assembly and/or maintenanceof the supplied goods;

(c) furnishing of a detailed operations and maintenance manualfor each appropriate unit of the supplied goods;

Page 125: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

9

(d) performance or supervision or maintenance and/or repair ofthe supplied goods, for a period of time agreed by the parties,provided that this service shall not relieve the supplier of anywarranty obligations under this contract; and

(e) training of the purchaser’s personnel, at the supplier’s plant and/or on-site, in assembly, start-up, operation, maintenance, and/or repair of the supplied goods.

13.2 Prices charged by the supplier for incidental services, if not included in the contract price for the goods, shall be agreed upon in advance by the parties and shall not exceed the prevailing rates charged to other parties by the supplier for similar services.

14. Spare parts 14.1 As specified in SCC, the supplier may be required to provide any or all of the following materials, notifications, and information pertaining to spare parts manufactured or distributed by the supplier:

(a) such spare parts as the purchaser may elect to purchase from thesupplier, provided that this election shall not relieve the supplierof any warranty obligations under the contract; and

(b) in the event of termination of production of the spare parts:(i) Advance notification to the purchaser of the pending

termination, in sufficient time to permit the purchaser toprocure needed requirements; and

(ii) following such termination, furnishing at no cost to thepurchaser, the blueprints, drawings, and specifications of thespare parts, if requested.

15. Warranty 15.1 The supplier warrants that the goods supplied under the contract are new, unused, of the most recent or current models, and that they incorporate all recent improvements in design and materials unless provided otherwise in the contract. The supplier further warrants that all goods supplied under this contract shall have no defect, arising from design, materials, or workmanship (except when the design and/or material is required by the purchaser’s specifications) or from any act or omission of the supplier, that may develop under normal use of the supplied goods in the conditions prevailing in the country of final destination.

15.2 This warranty shall remain valid for twelve (12) months after the goods, or any portion thereof as the case may be, have been delivered to and accepted at the final destination indicated in the contract, or for eighteen (18) months after the date of shipment from the port or place of loading in the source country, whichever period concludes earlier, unless specified otherwise in SCC.

15.3 The purchaser shall promptly notify the supplier in writing of any claims arising under this warranty.

15.4 Upon receipt of such notice, the supplier shall, within the period specified in SCC and with all reasonable speed, repair or replace the defective goods or parts thereof, without costs to the purchaser.

15.5 If the supplier, having been notified, fails to remedy the defect(s) within the period specified in SCC, the purchaser may proceed to take

Page 126: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

10

such remedial action as may be necessary, at the supplier’s risk and expense and without prejudice to any other rights which the purchaser may have against the supplier under the contract.

16. Payment 16.1 The method and conditions of payment to be made to the supplier under this contract shall be specified in SCC.

16.2 The supplier shall furnish the purchaser with an invoice accompanied by a copy of the delivery note and upon fulfillment of other obligations stipulated in the contract.

16.3 Payments shall be made promptly by the purchaser, but in no case later than thirty (30) days after submission of an invoice or claim by the supplier.

16.4 Payment will be made in Rand unless otherwise stipulated in SCC.

17. Prices 17.1 Prices charged by the supplier for goods delivered and services performed under the contract shall not vary from the prices quoted by the supplier in his bid, with the exception of any price adjustments authorized in SCC or in the purchaser’s request for bid validity extension, as the case may be.

18. Contractamendments

18.1 No variation in or modification of the terms of the contract shall be made except by written amendment signed by the parties concerned.

19. Assignment 19.1 The supplier shall not assign, in whole or in part, its obligations to perform under the contract, except with the purchaser’s prior written consent.

20. Subcontracts 20.1 The supplier shall notify the purchaser in writing of all subcontracts awarded under this contracts if not already specified in the bid. Such notification, in the original bid or later, shall not relieve the supplier from any liability or obligation under the contract.

21. Delays in thesupplier’sperformance

21.1 Delivery of the goods and performance of services shall be made by the supplier in accordance with the time schedule prescribed by the purchaser in the contract.

21.2 If at any time during performance of the contract, the supplier or its subcontractor(s) should encounter conditions impeding timely delivery of the goods and performance of services, the supplier shall promptly notify the purchaser in writing of the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the supplier’s notice, the purchaser shall evaluate the situation and may at his discretion extend the supplier’s time for performance, with or without the imposition of penalties, in which case the extension shall be ratified by the parties by amendment of contract.

21.3 No provision in a contract shall be deemed to prohibit the obtaining of supplies or services from a national department, provincial department, or a local authority.

21.4 The right is reserved to procure outside of the contract small quantities or to have minor essential services executed if an emergency arises, the

Page 127: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

11

supplier’s point of supply is not situated at or near the place where the supplies are required, or the supplier’s services are not readily available.

21.5 Except as provided under GCC Clause 25, a delay by the supplier in the performance of its delivery obligations shall render the supplier liable to the imposition of penalties, pursuant to GCC Clause 22, unless an extension of time is agreed upon pursuant to GCC Clause 21.2 without the application of penalties.

21.6 Upon any delay beyond the delivery period in the case of a supplies contract, the purchaser shall, without canceling the contract, be entitled to purchase supplies of a similar quality and up to the same quantity in substitution of the goods not supplied in conformity with the contract and to return any goods delivered later at the supplier’s expense and risk, or to cancel the contract and buy such goods as may be required to complete the contract and without prejudice to his other rights, be entitled to claim damages from the supplier.

22. Penalties 22.1 Subject to GCC Clause 25, if the supplier fails to deliver any or all of the goods or to perform the services within the period(s) specified in the contract, the purchaser shall, without prejudice to its other remedies under the contract, deduct from the contract price, as a penalty, a sum calculated on the delivered price of the delayed goods or unperformed services using the current prime interest rate calculated for each day of the delay until actual delivery or performance. The purchaser may also consider termination of the contract pursuant to GCC Clause 23.

23. Terminationfor default

23.1 The purchaser, without prejudice to any other remedy for breach of contract, by written notice of default sent to the supplier, may terminate this contract in whole or in part:

(a) if the supplier fails to deliver any or all of the goods withinthe period(s) specified in the contract, or within anyextension thereof granted by the purchaser pursuant to GCCClause 21.2;

(b) if the Supplier fails to perform any other obligation(s) under the contract; or

(c) if the supplier, in the judgment of the purchaser, has engaged in corrupt or fraudulent practices in competing for or in executing the contract.

23.2 In the event the purchaser terminates the contract in whole or in part, the purchaser may procure, upon such terms and in such manner as it deems appropriate, goods, works or services similar to those undelivered, and the supplier shall be liable to the purchaser for any excess costs for such similar goods, works or services. However, the supplier shall continue performance of the contract to the extent not terminated.

23.3 Where the purchaser terminates the contract in whole or in part, the purchaser may decide to impose a restriction penalty on the supplier by prohibiting such supplier from doing business with the public sector for a period not exceeding 10 years.

23.4 If a purchaser intends imposing a restriction on a supplier or any

Page 128: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

12

person associated with the supplier, the supplier will be allowed a time period of not more than fourteen (14) days to provide reasons why the envisaged restriction should not be imposed. Should the supplier fail to respond within the stipulated fourteen (14) days the purchaser may regard the intended penalty as not objected against and may impose it on the supplier.

23.5 Any restriction imposed on any person by the Accounting Officer / Authority will, at the discretion of the Accounting Officer / Authority, also be applicable to any other enterprise or any partner, manager, director or other person who wholly or partly exercises or exercised or may exercise control over the enterprise of the first-mentioned person, and with which enterprise or person the first-mentioned person, is or was in the opinion of the Accounting Officer / Authority actively associated.

23.6 If a restriction is imposed, the purchaser must, within five (5) working days of such imposition, furnish the National Treasury, with the following information: (i) the name and address of the supplier and / or person restricted by the

purchaser; (ii) the date of commencement of the restriction(iii) the period of restriction; and(iv) the reasons for the restriction.

These details will be loaded in the National Treasury’s central database of suppliers or persons prohibited from doing business with the public sector.

23.7 If a court of law convicts a person of an offence as contemplated in sections 12 or 13 of the Prevention and Combating of Corrupt Activities Act, No. 12 of 2004, the court may also rule that such person’s name be endorsed on the Register for Tender Defaulters. When a person’s name has been endorsed on the Register, the person will be prohibited from doing business with the public sector for a period not less than five years and not more than 10 years. The National Treasury is empowered to determine the period of restriction and each case will be dealt with on its own merits. According to section 32 of the Act the Register must be open to the public. The Register can be perused on the National Treasury website.

24. Anti-dumpingand countervailingduties and rights

24.1 When, after the date of bid, provisional payments are required, or anti-dumping or countervailing duties are imposed, or the amount of a provisional payment or anti-dumping or countervailing right is increased in respect of any dumped or subsidized import, the State is not liable for any amount so required or imposed, or for the amount of any such increase. When, after the said date, such a provisional payment is no longer required or any such anti-dumping or countervailing right is abolished, or where the amount of such provisional payment or any such right is reduced, any such favourable difference shall on demand be paid forthwith by the contractor to the State or the State may deduct such amounts from moneys (if any) which may otherwise be due to the contractor in regard to supplies or services which he delivered or rendered, or is to deliver or render in terms of the contract or any other contract or any other amount which

Page 129: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

13

may be due to him

25. ForceMajeure

25.1 Notwithstanding the provisions of GCC Clauses 22 and 23, the supplier shall not be liable for forfeiture of its performance security, damages, or termination for default if and to the extent that his delay in performance or other failure to perform his obligations under the contract is the result of an event of force majeure.

25.2 If a force majeure situation arises, the supplier shall promptly notify the purchaser in writing of such condition and the cause thereof. Unless otherwise directed by the purchaser in writing, the supplier shall continue to perform its obligations under the contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the force majeure event.

26. Terminationfor insolvency

26.1 The purchaser may at any time terminate the contract by giving written notice to the supplier if the supplier becomes bankrupt or otherwise insolvent. In this event, termination will be without compensation to the supplier, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the purchaser.

27. Settlement ofDisputes

28. Limitation ofliability

27.1 If any dispute or difference of any kind whatsoever arises between the purchaser and the supplier in connection with or arising out of the contract, the parties shall make every effort to resolve amicably such dispute or difference by mutual consultation.

27.2 If, after thirty (30) days, the parties have failed to resolve their dispute or difference by such mutual consultation, then either the purchaser or the supplier may give notice to the other party of his intention to commence with mediation. No mediation in respect of this matter may be commenced unless such notice is given to the other party.

27.3 Should it not be possible to settle a dispute by means of mediation, it may be settled in a South African court of law.

27.4 Mediation proceedings shall be conducted in accordance with the rules of procedure specified in the SCC.

27.5 Notwithstanding any reference to mediation and/or court proceedings herein,

(a) the parties shall continue to perform their respective obligationsunder the contract unless they otherwise agree; and

(b) the purchaser shall pay the supplier any monies due the supplier.

28.1 Except in cases of criminal negligence or willful misconduct, and in the case of infringement pursuant to Clause 6; (a) the supplier shall not be liable to the purchaser, whether in

contract, tort, or otherwise, for any indirect or consequential lossor damage, loss of use, loss of production, or loss of profits orinterest costs, provided that this exclusion shall not apply to anyobligation of the supplier to pay penalties and/or damages to thepurchaser; and

Page 130: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

14

(b) the aggregate liability of the supplier to the purchaser, whetherunder the contract, in tort or otherwise, shall not exceed the totalcontract price, provided that this limitation shall not apply to thecost of repairing or replacing defective equipment.

29. Governinglanguage

29.1 The contract shall be written in English. All correspondence and other documents pertaining to the contract that is exchanged by the parties shall also be written in English.

30. Applicablelaw

30.1 The contract shall be interpreted in accordance with South African laws, unless otherwise specified in SCC.

31. Notices 31.1 Every written acceptance of a bid shall be posted to the supplier concerned by registered or certified mail and any other notice to him shall be posted by ordinary mail to the address furnished in his bid or to the address notified later by him in writing and such posting shall be deemed to be proper service of such notice

31.2 The time mentioned in the contract documents for performing any act after such aforesaid notice has been given, shall be reckoned from the date of posting of such notice.

32. Taxes andduties

32.1 A foreign supplier shall be entirely responsible for all taxes, stamp duties, license fees, and other such levies imposed outside the purchaser’s country.

32.2 A local supplier shall be entirely responsible for all taxes, duties, license fees, etc., incurred until delivery of the contracted goods to the purchaser.

32.3 No contract shall be concluded with any bidder whose tax matters are not in order. Prior to the award of a bid the Department must be in possession of a tax clearance certificate, submitted by the bidder. This certificate must be an original issued by the South African Revenue Services.

33. National IndustrialParticipation (NIP)Programme

34 Prohibition of Restrictive practices

33.1 The NIP Programme administered by the Department of Trade and Industry shall be applicable to all contracts that are subject to the NIP obligation.

34.1 In terms of section 4 (1) (b) (iii) of the Competition Act No. 89 of 1998, as amended, an agreement between, or concerted practice by, firms, or a decision by an association of firms, is prohibited if it is between parties in a horizontal relationship and if a bidder (s) is / are or a contractor(s) was / were involved in collusive bidding (or bid rigging).

34.2 If a bidder(s) or contractor(s), based on reasonable grounds or evidence obtained by the purchaser, has / have engaged in the restrictive practice referred to above, the purchaser may refer the matter to the Competition Commission for investigation and possible imposition of administrative penalties as contemplated in the Competition Act No. 89 of 1998.

Page 131: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

15

34.3 If a bidder(s) or contractor(s), has / have been found guilty by the Competition Commission of the restrictive practice referred to above, the purchaser may, in addition and without prejudice to any other remedy provided for, invalidate the bid(s) for such item(s) offered, and / or terminate the contract in whole or part, and / or restrict the bidder(s) or contractor(s) from conducting business with the public sector for a period not exceeding ten (10) years and / or claim damages from the bidder(s) or contractor(s) concerned.

Js General Conditions of Contract (revised July 2010)

Page 132: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

1

SBD 1 INVITATION TO BID

YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF THE (NATIONAL MUSEUM BLOEMFONTEIN)

BID NUMBER: NM/2019/02 CLOSING DATE: 28 February 2020 CLOSING TIME: 11:00

DESCRIPTION……THE HVAC INSTALLATION AT BLOEMFONTEIN NATIONAL MUSEUM

The successful bidder will be required to fill in and sign a written Contract Form (SBD 7). BID DOCUMENTS MAY BE POSTED TO:………P.O. Box 266, Bloemfontein, 9300

OR

DEPOSITED IN THE BID BOX SITUATED AT (STREET ADDRESS)

36 Aliwal Street, Bloemfontein 9301

Bidders should ensure that bids are delivered timeously to the correct address. If the bid is late, it will not be accepted for consideration.

The bid box is generally open 7 days a week.

ALL BIDS MUST BE SUBMITTED ON THE OFFICIAL FORMS – (NOT TO BE RE-TYPED)

THIS BID IS SUBJECT TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT AND THE PREFERENTIAL PROCUREMENT REGULATIONS, 2011, THE GENERAL CONDITIONS OF CONTRACT (GCC) AND, IF APPLICABLE, ANY OTHER SPECIAL CONDITIONS OF CONTRACT

THE FOLLOWING PARTICULARS MUST BE FURNISHED (FAILURE TO DO SO MAY RESULT IN YOUR BID BEING DISQUALIFIED)

NAME OF BIDDER ………………………………………………………………………………………………………………………

POSTAL ADDRESS ………………………………………………………………………………………………………………….

STREET ADDRESS …………………………………………………………………………………………………………………

TELEPHONE NUMBER CODE……………NUMBER………………………………………………………………………………..

CELLPHONE NUMBER …………………………………………………………………………………………………………………

FACSIMILE NUMBER CODE ………… .NUMBER…………………………………………………………………………………

E-MAIL ADDRESS ………………………………………………………………………………………………………………….

VAT REGISTRATION NUMBER …………………………………………………………………………………………………………………

HAS AN ORIGINAL AND VALID TAX CLEARANCE CERTIFICATE BEEN SUBMITTED? (SBD 2) YES or NO

HAS A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE BEEN SUBMITTED? (SBD 6.1) YES or NO

IF YES, WHO WAS THE CERTIFICATE ISSUED BY?

AN ACCOUNTING OFICER AS CONTEMPLATED IN THE CLOSE CORPORATION ACT (CCA)…….…………….………………………… ………...� A VERIFICATION AGENCY ACCREDITED BY THE SOUTH AFRICAN ACCREDITATION SYSTEM (SANAS); OR………………………………….…� A REGISTERED AUDITOR ………………………………...………..� [TICK APPLICABLE BOX]

(A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE MUST BE SUBMITTED IN ORDER TO QUALIFY FOR PREFERENCE POINTS FOR B-BBEE)

Page 133: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

2

ARE YOU THE ACCREDITED REPRESENTATIVE IN SOUTH AFRICA FOR THE GOODS / SERVICES / WORKS OFFERED? YES or NO

[IF YES ENCLOSE PROOF]

SIGNATURE OF BIDDER ………………………………………………………………………………………………………………..

DATE ………………………………………………………………………………………………………………..

CAPACITY UNDER WHICH THIS BID IS SIGNED …………………………………………………………………………………………………………………

TOTAL BID PRICE…………………………………… TOTAL NUMBER OF ITEMS OFFERED …………………………………

_____________________________________________________________________________________________________________________

ANY ENQUIRIES REGARDING THE BIDDING PROCEDURE MAY BE DIRECTED TO:

Department: ……………………………………………………………………………………………

Contact Person: ………………………………………………………………………………………

Tel: ………………………………………………………………………………………………………

Fax: ……………………………………………………………………………………………………..

E-mail address:……………………………………………………………………………………………

ANY ENQUIRIES REGARDING TECHNICAL INFORMATION MAY BE DIRECTED TO:

Contact Person: Sanna Leseba

Tel: 051 447 9609 Fax 051 447 6273

E-mail address:…[email protected]

Page 134: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

SBD 2

TAX CLEARANCE CERTIFICATE REQUIREMENTS

It is a condition of bid that the taxes of the successful bidder must be in order, or that satisfactory arrangements have been made with South African Revenue Service (SARS) to meet the bidder’s tax obligations.

1 In order to meet this requirement bidders are required to complete in full the attached form TCC 001 “Application for a Tax Clearance Certificate” and submit it to any SARS branch office nationally. The Tax Clearance Certificate Requirements are also applicable to foreign bidders / individuals who wish to submit bids.

2 SARS will then furnish the bidder with a Tax Clearance Certificate that will be valid for a period of 1 (one) year from the date of approval.

3 The original Tax Clearance Certificate must be submitted together with the bid. Failure to submit the original and valid Tax Clearance Certificate will result in the invalidation of the bid. Certified copies of the Tax Clearance Certificate will not be acceptable.

4 In bids where Consortia / Joint Ventures / Sub-contractors are involved, each party must submit a separate Tax Clearance Certificate.

5 Copies of the TCC 001 “Application for a Tax Clearance Certificate” form are available from any SARS branch office nationally or on the website www.sars.gov.za.

6 Applications for the Tax Clearance Certificates may also be made via eFiling. In order to use this provision, taxpayers will need to register with SARS as eFilers through the website www.sars.gov.za.

Jeyrel:\Mdk416-SBD2 tax clearance

Page 135: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

SBD 3.1

PRICING SCHEDULE – FIRM PRICES (PURCHASES)

NOTE: ONLY FIRM PRICES WILL BE ACCEPTED. NON-FIRM PRICES (INCLUDING PRICES SUBJECT TO RATES OF EXCHANGE VARIATIONS) WILL NOT BE CONSIDERED

IN CASES WHERE DIFFERENT DELIVERY POINTS INFLUENCE THE PRICING, A SEPARATE PRICING SCHEDULE MUST BE SUBMITTED FOR EACH DELIVERY POINT

Name of bidder…………………………………… Bid number………………….................................

Closing Time 11:00 Closing date…………………………………………...

OFFER TO BE VALID FOR………DAYS FROM THE CLOSING DATE OF BID. __________________________________________________________________________ ITEM QUANTITY DESCRIPTION BID PRICE IN RSA CURRENCY NO. ** (ALL APPLICABLE TAXES INCLUDED)

- Required by: ………………………………….

- At: ………………………………….

…………………………………

- Brand and model ………………………………….

- Country of origin ………………………………….

- Does the offer comply with the specification(s)? *YES/NO

- If not to specification, indicate deviation(s) ………………………………….

- Period required for delivery …………………………………. *Delivery: Firm/not firm

- Delivery basis ……………………………………

Note: All delivery costs must be included in the bid price, for delivery at the prescribed destination.

** “all applicable taxes” includes value- added tax, pay as you earn, income tax, unemployment insurance fund contributions and skills development levies.

*Delete if not applicable

Page 136: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

SBD 4

DECLARATION OF INTEREST

1. Any legal person, including persons employed by the state¹, or persons having a kinship with

persons employed by the state, including a blood relationship, may make an offer or offers in terms

of this invitation to bid (includes a price quotation, advertised competitive bid , limited bid or

proposal). In view of possible allegations of favouritism, should the resulting bid, or part thereof, be

awarded to persons employed by the state, or to persons connected with or related to them, it is

required that the bidder or his/her authorised representative declare his/her position in relation to the

evaluating/adjudicating authority where-

- the bidder is employed by the state; and/or

- the legal person on whose behalf the bidding document is signed, has a relationship with

persons/a person who are/is involved in the evaluation and or adjudication of the bid(s), or

where it is known that such a relationship exists between the person or persons for or on

whose behalf the declarant acts and persons who are involved with the evaluation and or

adjudication of the bid.

2. In order to give effect to the above, the following questionnaire must be completed and

submitted with the bid.

2.1 Full Name of bidder or his or her representative: ………………………………………………………….

2.2 Identity Number: …………………………………………………………………………………………………

2.3 Position occupied in the Company (director, trustee, shareholder²): ……………………………………..

2.4 Company Registration Number: ………………………………………………………………………..…….

2.5 Tax Reference Number: ………………………………………………………………………………….………

2.6 VAT Registration Number: ………………………………………………………………………………....

2.6.1 The names of all directors / trustees / shareholders / members, their individual identity numbers, tax

reference numbers and, if applicable, employee / persal numbers must be indicated in paragraph 3

below. ¹“State” means –

(a) any national or provincial department, national or provincial public entity or constitutional institution within the meaning of the

Public Finance Management Act, 1999 (Act No. 1 of 1999);

(b) any municipality or municipal entity;

(c) provincial legislature;

(d) national Assembly or the national Council of provinces; or

(e) Parliament.

Page 137: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

²”Shareholder” means a person who owns shares in the company and is actively involved in the management of the enterprise or business

and exercises control over the enterprise.

2.7 Are you or any person connected with the bidder YES / NO

presently employed by the state?

2.7.1 If so, furnish the following particulars:

Name of person / director / trustee / shareholder/ member: ……....………………………………

Name of state institution at which you or the person

connected to the bidder is employed : ………………………………………

Position occupied in the state institution: ………………………………………

Any other particulars:

………………………………………………………………

………………………………………………………………

………………………………………………………………

2.7.2 If you are presently employed by the state, did you obtain YES / NO

the appropriate authority to undertake remunerative

work outside employment in the public sector?

2.7.2.1 If yes, did you attached proof of such authority to the bid YES / NO

document?

(Note: Failure to submit proof of such authority, where

applicable, may result in the disqualification of the bid.

2.7.2.2 If no, furnish reasons for non-submission of such proof:

…………………………………………………………………….

…………………………………………………………………….

…………………………………………………………………….

2.8 Did you or your spouse, or any of the company’s directors / YES / NO

trustees / shareholders / members or their spouses conduct

business with the state in the previous twelve months?

2.8.1 If so, furnish particulars:

…………………………………………………………………..

…………………………………………………………………..

…………………………………………………………………...

Page 138: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

2.9 Do you, or any person connected with the bidder, have YES / NO

any relationship (family, friend, other) with a person

employed by the state and who may be involved with

the evaluation and or adjudication of this bid?

2.9.1If so, furnish particulars.

……………………………………………………………...

…………………………………………………………..….

………………………………………………………………

2.10 Are you, or any person connected with the bidder, YES/NO

aware of any relationship (family, friend, other) between

any other bidder and any person employed by the state

who may be involved with the evaluation and or adjudication

of this bid?

2.10.1 If so, furnish particulars.

………………………………………………………………

………………………………………………………………

………………………………………………………………

2.11 Do you or any of the directors / trustees / shareholders / members YES/NO

of the company have any interest in any other related companies

whether or not they are bidding for this contract?

2.11.1 If so, furnish particulars:

…………………………………………………………………………….

…………………………………………………………………………….

…………………………………………………………………………….

3 Full details of directors / trustees / members / shareholders.

Full Name Identity

Number

Personal Tax

Reference

Number

State Employee

Number / Persal

Number

Page 139: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

4 DECLARATION

I, THE UNDERSIGNED (NAME)………………………………………………………………………

CERTIFY THAT THE INFORMATION FURNISHED IN PARAGRAPHS 2 and 3 ABOVE IS CORRECT.

I ACCEPT THAT THE STATE MAY REJECT THE BID OR ACT AGAINST ME IN TERMS OF PARAGRAPH

23 OF THE GENERAL CONDITIONS OF CONTRACT SHOULD THIS DECLARATION PROVE TO BE

FALSE.

………………………………….. ..……………………………………………

Signature Date

…………………………………. ………………………………………………

Position Name of bidder

May 2011

Page 140: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

SBD 6.1 PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL

PROCUREMENT REGULATIONS 2011

This preference form must form part of all bids invited. It contains general information and serves as a claim form for preference points for Broad-Based Black Economic Empowerment (B-BBEE) Status Level of Contribution

NB: BEFORE COMPLETING THIS FORM, BIDDERS MUST STUDY THE GENERAL CONDITIONS, DEFINITIONS AND DIRECTIVES APPLICABLE IN RESPECT OF B-BBEE, AS PRESCRIBED IN THE PREFERENTIAL PROCUREMENT REGULATIONS, 2011.

1. GENERAL CONDITIONS

1.1 The following preference point systems are applicable to all bids:

- the 80/20 system for requirements with a Rand value of up to R1 000 000 (all applicable taxesincluded); and

- the 90/10 system for requirements with a Rand value above R1 000 000 (all applicable taxesincluded).

1.2 The value of this bid is estimated to exceed/not exceed R1 000 000 (all applicable taxes included) and therefore the……………………system shall be applicable.

1.3 Preference points for this bid shall be awarded for:

(a) Price; and(b) B-BBEE Status Level of Contribution.

1.3.1 The maximum points for this bid are allocated as follows:

POINTS

1.3.1.1 PRICE …………..

1.3.1.2 B-BBEE STATUS LEVEL OF CONTRIBUTION …………...

Total points for Price and B-BBEE must not exceed 100

1.4 Failure on the part of a bidder to fill in and/or to sign this form and submit a B-BBEE Verification Certificate from a Verification Agency accredited by the South African Accreditation System (SANAS) or a Registered Auditor approved by the Independent Regulatory Board of Auditors (IRBA) or an Accounting Officer as contemplated in the Close Corporation Act (CCA) together with the bid, will be interpreted to mean that preference points for B-BBEE status level of contribution are not claimed.

1.5. The purchaser reserves the right to require of a bidder, either before a bid is adjudicated or at any time subsequently, to substantiate any claim in regard to preferences, in any manner required by the purchaser.

2. DEFINITIONS

2..1 “all applicable taxes” includes value-added tax, pay as you earn, income tax, unemployment insurancefund contributions and skills development levies;

Page 141: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

2 2.2 “B-BBEE” means broad-based black economic empowerment as defined in section 1 of the Broad

-Based Black Economic Empowerment Act;

2.3 “B-BBEE status level of contributor” means the B-BBEE status received by a measured entity based on its overall performance using the relevant scorecard contained in the Codes of Good Practice on Black Economic Empowerment, issued in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act;

2.4 “bid” means a written offer in a prescribed or stipulated form in response to an invitation by an organ of state for the provision of services, works or goods, through price quotations, advertised competitive bidding processes or proposals;

2.5 “Broad-Based Black Economic Empowerment Act” means the Broad-Based Black Economic Empowerment Act, 2003 (Act No. 53 of 2003);

2.6 “comparative price” means the price after the factors of a non-firm price and all unconditional discounts that can be utilized have been taken into consideration;

2.7 “consortium or joint venture” means an association of persons for the purpose of combining their expertise, property, capital, efforts, skill and knowledge in an activity for the execution of a contract;

2.8 “contract”Error! Bookmark not defined. means the agreement that results from the acceptance of a bid by an organ of state;

2.9 “EME” means any enterprise with an annual total revenue of R5 million or less .

2.10 “Firm price” means the price that is only subject to adjustments in accordance with the actual increase or decrease resulting from the change, imposition, or abolition of customs or excise duty and any other duty, levy, or tax, which, in terms of the law or regulation, is binding on the contractor and demonstrably has an influence on the price of any supplies, or the rendering costs of any service, for the execution of the contract;

2.11 “functionality” means the measurement according to predetermined norms, as set out in the bid documents, of a service or commodity that is designed to be practical and useful, working or operating, taking into account, among other factors, the quality, reliability, viability and durability of a service and the technical capacity and ability of a bidder;

2.12 “non-firm prices” means all prices other than “firm” prices;

2.13 “person” includes a juristic person;

2.14 “rand value” means the total estimated value of a contract in South African currency, calculated at the time of bid invitations, and includes all applicable taxes and excise duties;

2.15 “sub-contract” means the primary contractor’s assigning, leasing, making out work to, or employing, another person to support such primary contractor in the execution of part of a project in terms of the contract;

2.16 “total revenue” bears the same meaning assigned to this expression in the Codes of Good Practice on Black Economic Empowerment, issued in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act and promulgated in the Government Gazette on 9 February 2007;

2.17 “trust” means the arrangement through which the property of one person is made over or bequeathed to a trustee to administer such property for the benefit of another person; and

2.18 “trustee” means any person, including the founder of a trust, to whom property is bequeathed in order for such property to be administered for the benefit of another person.

3. ADJUDICATION USING A POINT SYSTEM

Page 142: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

3

3.1 The bidder obtaining the highest number of total points will be awarded the contract.

3.2 Preference points shall be calculated after prices have been brought to a comparative basis taking into account all factors of non-firm prices and all unconditional discounts;.

3.3 Points scored must be rounded off to the nearest 2 decimal places.

3.4 In the event that two or more bids have scored equal total points, the successful bid must be the one scoring the highest number of preference points for B-BBEE.

3.5 However, when functionality is part of the evaluation process and two or more bids have scored equal points including equal preference points for B-BBEE, the successful bid must be the one scoring the highest score for functionality.

3.6 Should two or more bids be equal in all respects, the award shall be decided by the drawing of lots.

4. POINTS AWARDED FOR PRICE

4.1 THE 80/20 OR 90/10 PREFERENCE POINT SYSTEMS

A maximum of 80 or 90 points is allocated for price on the following basis:

80/20 or 90/10

−−=

minmin180

PPPtPs or

−−=

minmin190

PPPtPs

Where

Ps = Points scored for comparative price of bid under consideration

Pt = Comparative price of bid under consideration

Pmin = Comparative price of lowest acceptable bid

5. Points awarded for B-BBEE Status Level of Contribution

5.1 In terms of Regulation 5 (2) and 6 (2) of the Preferential Procurement Regulations, preference points mustbe awarded to a bidder for attaining the B-BBEE status level of contribution in accordance with the tablebelow:

B-BBEE Status Level ofContributor

Number of points (90/10 system)

Number of points (80/20 system)

1 10 20

2 9 18

3 8 16

4 5 12

Page 143: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

4 5 4 8

6 3 6

7 2 4

8 1 2

Non-compliant contributor

0 0

5.2 Bidders who qualify as EMEs in terms of the B-BBEE Act must submit a certificate issued by an Accounting Officer as contemplated in the CCA or a Verification Agency accredited by SANAS or a Registered Auditor. Registered auditors do not need to meet the prerequisite for IRBA’s approval for the purpose of conducting verification and issuing EMEs with B-BBEE Status Level Certificates.

5.3 Bidders other than EMEs must submit their original and valid B-BBEE status level verification certificate or a certified copy thereof, substantiating their B-BBEE rating issued by a Registered Auditor approved by IRBA or a Verification Agency accredited by SANAS.

5.4 A trust, consortium or joint venture, will qualify for points for their B-BBEE status level as a legal entity, provided that the entity submits their B-BBEE status level certificate.

5.5 A trust, consortium or joint venture will qualify for points for their B-BBEE status level as an unincorporated entity, provided that the entity submits their consolidated B-BBEE scorecard as if they were a group

structure and that such a consolidated B-BBEE scorecard is prepared for every separate bid.

5.6 Tertiary institutions and public entities will be required to submit their B-BBEE status level certificates in terms of the specialized scorecard contained in the B-BBEE Codes of Good Practice.

5.7 A person will not be awarded points for B-BBEE status level if it is indicated in the bid documents that such a bidder intends sub-contracting more than 25% of the value of the contract to any other enterprise that does not qualify for at least the points that such a bidder qualifies for, unless the intended sub- contractor is an EME that has the capability and ability to execute the sub-contract.

5.8 A person awarded a contract may not sub-contract more than 25% of the value of the contract to any other enterprise that does not have an equal or higher B-BBEE status level than the person concerned, unless the contract is sub-contracted to an EME that has the capability and ability to execute the sub-contract.

6. BID DECLARATION

6.1 Bidders who claim points in respect of B-BBEE Status Level of Contribution must complete the following:

7. B-BBEE STATUS LEVEL OF CONTRIBUTION CLAIMED IN TERMS OF PARAGRAPHS 1.3.1.2 AND 5.1

7.1 B-BBEE Status Level of Contribution: …………. = ……………(maximum of 10 or 20 points)

(Points claimed in respect of paragraph 7.1 must be in accordance with the table reflected in paragraph 5.1 and must be substantiated by means of a B-BBEE certificate issued by a Verification Agency accredited by SANAS or a Registered Auditor approved by IRBA or an Accounting Officer as contemplated in the CCA).

8 SUB-CONTRACTING

Page 144: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

5 8.1 Will any portion of the contract be sub-contracted? YES / NO (delete which is not applicable)

8.1.1 If yes, indicate: (i) what percentage of the contract will be subcontracted? ............……………….…% (ii) the name of the sub-contractor? ………………………………………………………….. (iii) the B-BBEE status level of the sub-contractor? …………….. (iv) whether the sub-contractor is an EME? YES / NO (delete which is not applicable)

9 DECLARATION WITH REGARD TO COMPANY/FIRM

9.1 Name of company/firm ............................................................................................... :

9.2 VAT registration number : ..............................................................................................

9.3 Company registration number ……………………………………………………………………. :

9.4 TYPE OF COMPANY/ FIRM

� Partnership/Joint Venture / Consortium � One person business/sole propriety � Close corporation � Company � (Pty) Limited [TICK APPLICABLE BOX]

9.5 DESCRIBE PRINCIPAL BUSINESS ACTIVITIES

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

9.6 COMPANY CLASSIFICATION

� Manufacturer � Supplier � Professional service provider � Other service providers, e.g. transporter, etc.

[TICK APPLICABLE BOX]

9.7 Total number of years the company/firm has been in business? ……………………………………

9.8 I/we, the undersigned, who is / are duly authorised to do so on behalf of the company/firm, certify that the points claimed, based on the B-BBE status level of contribution indicated in paragraph 7 of the foregoing certificate, qualifies the company/ firm for the preference(s) shown and I / we acknowledge that:

(i) The information furnished is true and correct;

(ii) The preference points claimed are in accordance with the General Conditions asindicated in paragraph 1 of this form.

(iii) In the event of a contract being awarded as a result of points claimed as shown inparagraph 7, the contractor may be required to furnish documentary proof to thesatisfaction of the purchaser that the claims are correct;

(iv) If the B-BBEE status level of contribution has been claimed or obtained on a fraudulent

Page 145: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

6 basis or any of the conditions of contract have not been fulfilled, the purchaser may, in addition to any other remedy it may have –

(a) disqualify the person from the bidding process;

(b) recover costs, losses or damages it has incurred or suffered as a result of that person’s conduct;

(c) cancel the contract and claim any damages which it has suffered as a result ofhaving to make less favourable arrangements due to such cancellation;

(d) restrict the bidder or contractor, its shareholders and directors, or only theshareholders and directors who acted on a fraudulent basis, from obtainingbusiness from any organ of state for a period not exceeding 10 years, afterthe audi alteram partem (hear the other side) rule has been applied; and

(e) forward the matter for criminal prosecution

WITNESSES:

1. ………………………………………

…………………………………… SIGNATURE(S) OF BIDDER(S)

2. ………………………………………

DATE:……………………………….. ADDRESS:………………………….. ….………………………………

……………………………………….

Page 146: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

SBD 8

DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT PRACTICES

1 This Standard Bidding Document must form part of all bids invited.

2 It serves as a declaration to be used by institutions in ensuring that when goods and services are being procured, all reasonable steps are taken to combat the abuse of the supply chain management system.

3 The bid of any bidder may be disregarded if that bidder, or any of its directors have-

a. abused the institution’s supply chain management system; b. committed fraud or any other improper conduct in relation to such system; orc. failed to perform on any previous contract.

4 In order to give effect to the above, the following questionnaire must be completed and submitted with the bid.

Item Question Yes No 4.1 Is the bidder or any of its directors listed on the National Treasury’s Database of

Restricted Suppliers as companies or persons prohibited from doing business with the public sector? (Companies or persons who are listed on this Database were informed in writing of this restriction by the Accounting Officer/Authority of the institution that imposed the restriction after the audi alteram partem rule was applied).

The Database of Restricted Suppliers now resides on the National Treasury’s website(www.treasury.gov.za) and can be accessed by clicking on its link at the bottom of the home page.

Yes No

4.1.1 If so, furnish particulars:

4.2 Is the bidder or any of its directors listed on the Register for Tender Defaulters in terms of section 29 of the Prevention and Combating of Corrupt Activities Act (No 12 of 2004)? The Register for Tender Defaulters can be accessed on the National Treasury’s website (www.treasury.gov.za) by clicking on its link at the bottom of the home page.

Yes No

4.2.1 If so, furnish particulars:

4.3 Was the bidder or any of its directors convicted by a court of law (including a court outside of the Republic of South Africa) for fraud or corruption during the past five years?

Yes No

4.3.1 If so, furnish particulars:

4.4 Was any contract between the bidder and any organ of state terminated during the past five years on account of failure to perform on or comply with the contract?

Yes No

Page 147: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

4.4.1 If so, furnish particulars:

SBD 8

CERTIFICATION

I, THE UNDERSIGNED (FULL NAME)………………………………………………… CERTIFY THAT THE INFORMATION FURNISHED ON THIS DECLARATION FORM IS TRUE AND CORRECT.

I ACCEPT THAT, IN ADDITION TO CANCELLATION OF A CONTRACT, ACTION MAY BE TAKEN AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE.

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

………………………………………. ………………………….. Position Name of Bidder

Js365bW

Page 148: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

1

SBD 9 CERTIFICATE OF INDEPENDENT BID DETERMINATION

1 This Standard Bidding Document (SBD) must form part of all bids¹ invited.

2 Section 4 (1) (b) (iii) of the Competition Act No. 89 of 1998, as amended, prohibits an

agreement between, or concerted practice by, firms, or a decision by an association of

firms, if it is between parties in a horizontal relationship and if it involves collusive

bidding (or bid rigging).² Collusive bidding is a pe se prohibition meaning that it cannot

be justified under any grounds.

3 Treasury Regulation 16A9 prescribes that accounting officers and accounting authorities must take all reasonable steps to prevent abuse of the supply chain management system and authorizes accounting officers and accounting authorities to:

a. disregard the bid of any bidder if that bidder, or any of its directors have abusedthe institution’s supply chain management system and or committed fraud or anyother improper conduct in relation to such system.

b. cancel a contract awarded to a supplier of goods and services if the suppliercommitted any corrupt or fraudulent act during the bidding process or theexecution of that contract.

4 This SBD serves as a certificate of declaration that would be used by institutions to

ensure that, when bids are considered, reasonable steps are taken to prevent any form

of bid-rigging.

5 In order to give effect to the above, the attached Certificate of Bid Determination (SBD 9)

must be completed and submitted with the bid:

¹ Includes price quotations, advertised competitive bids, limited bids and proposals.

² Bid rigging (or collusive bidding) occurs when businesses, that would otherwise be expected to compete, secretly conspire t o raise prices or

lower the quality of goods and / or services for purchasers who wish to acquire goods and / or services through a bidding process. Bid

rigging is, therefore, an agreement between competitors not to compete.

Page 149: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

2

SBD 9

CERTIFICATE OF INDEPENDENT BID DETERMINATION

I, the undersigned, in submitting the accompanying bid:

________________________________________________________________________

(Bid Number and Description)

in response to the invitation for the bid made by:

______________________________________________________________________________

(Name of Institution)

do hereby make the following statements that I certify to be true and complete in every respect:

I certify, on behalf of:_______________________________________________________that:

(Name of Bidder)

1. I have read and I understand the contents of this Certificate;

2. I understand that the accompanying bid will be disqualified if this Certificate is found not

to be true and complete in every respect;

3. I am authorized by the bidder to sign this Certificate, and to submit the accompanying

bid, on behalf of the bidder;

4. Each person whose signature appears on the accompanying bid has been authorized by

the bidder to determine the terms of, and to sign the bid, on behalf of the bidder;

5. For the purposes of this Certificate and the accompanying bid, I understand that the

word “competitor” shall include any individual or organization, other than the bidder,

whether or not affiliated with the bidder, who:

(a) has been requested to submit a bid in response to this bid invitation;

(b) could potentially submit a bid in response to this bid invitation, based on

their qualifications, abilities or experience; and

(c) provides the same goods and services as the bidder and/or is in the same

line of business as the bidder

Page 150: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

3

SBD 9

6. The bidder has arrived at the accompanying bid independently from, and without

consultation, communication, agreement or arrangement with any competitor. However

communication between partners in a joint venture or consortium³ will not be construed

as collusive bidding.

7. In particular, without limiting the generality of paragraphs 6 above, there has been no

consultation, communication, agreement or arrangement with any competitor regarding:

(a) prices;

(b) geographical area where product or service will be rendered (market

allocation)

(c) methods, factors or formulas used to calculate prices;

(d) the intention or decision to submit or not to submit, a bid;

(e) the submission of a bid which does not meet the specifications and

conditions of the bid; or

(f) bidding with the intention not to win the bid.

8. In addition, there have been no consultations, communications, agreements or

arrangements with any competitor regarding the quality, quantity, specifications and

conditions or delivery particulars of the products or services to which this bid invitation

relates.

9. The terms of the accompanying bid have not been, and will not be, disclosed by the

bidder, directly or indirectly, to any competitor, prior to the date and time of the official

bid opening or of the awarding of the contract.

³ Joint venture or Consortium means an association of persons for the purpose of combining their expertise, property, capital, efforts, skill and knowledge in an activity for the execution of a contract.

Page 151: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

4

SBD 9

10. I am aware that, in addition and without prejudice to any other remedy provided to

combat any restrictive practices related to bids and contracts, bids that are suspicious

will be reported to the Competition Commission for investigation and possible imposition

of administrative penalties in terms of section 59 of the Competition Act No 89 of 1998

and or may be reported to the National Prosecuting Authority (NPA) for criminal

investigation and or may be restricted from conducting business with the public sector

for a period not exceeding ten (10) years in terms of the Prevention and Combating of

Corrupt Activities Act No 12 of 2004 or any other applicable legislation.

………………………………………………… …………………………………

Signature Date

…………………………………………………. …………………………………

Position Name of Bidder

Js914w 2

Page 152: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

DESCRIPTION UNIT AMOUNT

1,0 SAFETY FILE Lot -R

2,0 RIGGING Lot -R

3,0 ON SITE STORAGE Lot -R

4,0 AS BUILT DRAWINGS Lot -R

5,0 O & M MANUALS Lot -R

6,0 COMMISSIONING (RTPU's, modulating dampers and rebalancing of all existing and new diffusers)

Lot -R

7,0 12 MONTH MAINTENANCE WARRANTEE Lot -R

8,0 CONTRACTUAL MANAGEMENT Lot -R

9,0 TRAVELLING AND TRANSPORT Lot -R

-R BILL 1 TOTAL TO SUMMARY

BILL NO 1: PRELIMINARIES & GENERAL

1

Page 153: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

DESCRIPTION UNIT QTY SUPPLY RATE

AMOUNT

1.1 RTPU1 R 25 000,00 1.1.1 Rooftop Packaged unit c/w primary filters, secondary filters and dry steam humidifier 1 R - 1.1.2 Ducting - Internally Insulated c/w bends, reducers, hangers, supports, etc. for the complete ducting

installation between the existing ducting and the new rooftop packaged unit (Supply and return air ducting)

25 000,00R 1 R 25 000,00

1.1.3 Modulating Damper (MD1) and associated wall mounted thermostat/controller c/w all associated control cables, draw boxes and conduits.

1 R -

1.1.4 Modulating Damper (MD3) and associated wall mounted thermostat/controller c/w all associated control cables, draw boxes and conduits.

1 R -

1.1.5 Modulating Damper (MD9) and associated wall mounted thermostat/controller c/w all associated control cables, draw boxes and conduits.

1 R -

1.1.6 Return air Grilles (1500 by 500) powder coated 2 R - 1.1.6 Return air Grilles (2000 by 500) powder coated 1 R - 1.1.7 Condensate Drain Piping Lot R - 1.1.8 Water supply piping and ball valve Lot R -

1.2 RTPU2 R 25 000,00 1.2.1 Rooftop Packaged unit c/w primary filters, secondary filters and dry steam humidifier 1 R - 1.2.2 Ducting - Internally Insulated c/w bends, reducers, hangers, supports, etc. for the complete ducting

installation between the existing ducting and the new rooftop packaged unit (Supply and return air ducting)

25 000,00R 1 R 25 000,00

1.2.3 Modulating Damper (MD2) and associated wall mounted thermostat/controller c/w all associated control cables, draw boxes and conduits.

2 R -

1.2.4 Modulating Damper (MD4) and associated wall mounted thermostat/controller c/w all associated control cables, draw boxes and conduits.

1 R -

1.2.5 Return air Grilles (800 by 500) powder coated 1 R - 1.2.6 Return air Grilles (2000 by 500) powder coated 1 R - 1.2.7 Return air Grilles (900 by 500) powder coated 1 R - 1.2.9 Condensate Drain Piping Lot R - 1.2.10 Water supply piping and ball valve Lot R -

1.3 RTPU3 R 25 000,00 1.3.1 Rooftop Packaged unit c/w primary filters, secondary filters and dry steam humidifier R - 1.3.2 Ducting - Internally Insulated c/w bends, reducers, hangers, supports, etc. for the complete ducting

installation between the existing ducting and the new rooftop packaged unit (Supply and return air ducting)

25 000,00R 1 R 25 000,00

1.3.3 Modulating Damper (MD4) and associated wall mounted thermostat/controller c/w all associated control cables, draw boxes and conduits.

1 R -

1.3.4 Modulating Damper (MD6) and associated wall mounted thermostat/controller c/w all associated control cables, draw boxes and conduits.

2 R -

1.3.5 Modulating Damper (MD7) and associated wall mounted thermostat/controller c/w all associated control cables, draw boxes and conduits.

1 R -

1.3.6 Modulating Damper (MD8) and associated wall mounted thermostat/controller c/w all associated control cables, draw boxes and conduits.

1 R -

1.3.7 Modulating Damper (MD10) and associated wall mounted thermostat/controller c/w all associated control cables, draw boxes and conduits.

1 R -

1.3.8 Fire Damper (FD1) and associated ducting modifications. New ducting and damper to be painted to the same colour as the existing ducting

1 R -

1.3.9 Return air Grilles (1000 by 1500) powder coated 1 R - 1.3.10 Condensate Drain Piping Lot R - 1.3.11 Water supply piping and ball valve Lot R -

1.4 RTPU4 R 25 000,00 1.4.1 Rooftop Packaged unit c/w primary filters, secondary filters and dry steam humidifier R - 1.4.2 Ducting - Internally Insulated c/w bends, reducers, hangers, supports, etc. for the complete ducting

installation between the existing ducting and the new rooftop packaged unit (Supply and return air ducting)

25 000,00R 1 R 25 000,00

1.4.3 Modulating Damper (MD1) and associated wall mounted thermostat/controller c/w all associated control cables, draw boxes and conduits.

1 R -

1.4.4 Modulating Damper (MD9) and associated wall mounted thermostat/controller c/w all associated control cables, draw boxes and conduits.

1 R -

1.4.5 Return air Grilles (1500 by 500) powder coated 1 R - 1.4.6 Return air Grilles (2000 by 500) powder coated 1 R - 1.4.7 Extend ducting through wall on first floor as indicated on the drawings and reinstall Type D

diffusers2 R -

1.4.8 Condensate Drain Piping Lot R - 1.4.9 Water supply piping and ball valve Lot R -

BILL NO 2: ROOFTOP PACKAGED AIR CONDITIONING UNITS

2

Page 154: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

DESCRIPTION UNIT QTY SUPPLY RATE

AMOUNT

1.5 RTPU5 R 25 000,00 1.5.1 Rooftop Packaged unit c/w primary filters and secondary filters 1 R - 1.5.2 Ducting - Internally Insulated c/w bends, reducers, hangers, supports, etc. for the complete ducting

installation between the existing ducting and the new rooftop packaged unit (Supply and return air ducting)

25 000,00R 1 R 25 000,00

1.5.3 Wall mounted temperature controller c/w all communication cables, conduits and draw boxes1 R -

1.5.4 Return air Grilles (700 by 500) powder coated 3 R - 1.5.5 Condensate Drain Piping Lot R -

1.6 RTPU6 R 25 000,00 1.6.1 Rooftop Packaged unit c/w primary filters, secondary filters and dry steam humidifier. 1 R - 1.6.2 Ducting - Internally Insulated c/w bends, reducers, hangers, supports, etc. for the complete ducting

installation between the existing ducting and the new rooftop packaged unit (Supply and return air ducting)

25 000,00R 1 R 25 000,00

1.6.3 Modulating Damper (MD2) and associated wall mounted thermostat/controller c/w all associated control cables, draw boxes and conduits.

1 R -

1.6.4 Modulating Damper (MD5) and associated wall mounted thermostat/controller c/w all associated control cables, draw boxes and conduits.

1 R -

1.6.5 Master VAV Diffuser and associated wall mounted controller c/w all associated control cables, draw boxes and conduits.

1 R -

1.6.6 Slave VAV Diffuser c/w all associated control cables and conduits. 8 R - 1.6.7 Return air Grilles (2500 by 500) powder coated 1 R - 1.6.8 Condensate Drain Piping Lot R - 1.6.9 Water supply piping and ball valve Lot R -

1.7 RTPU7 R 25 000,00 1.7.1 Rooftop Packaged unit c/w primary filters, secondary filters and dry steam humidifier 1 R - 1.7.2 Ducting - Internally Insulated c/w bends, reducers, hangers, supports, etc. for the complete ducting

installation between the existing ducting and the new rooftop packaged unit (Supply and return air ducting)

25 000,00R 1 R 25 000,00

1.7.3 Modulating Damper (MD6) and associated wall mounted thermostat/controller c/w all associated control cables, draw boxes and conduits.

1 R -

1.7.4 Modulating Damper (MD10) and associated wall mounted thermostat/controller c/w all associated control cables, draw boxes and conduits.

2 R -

1.7.5 Fire Damper (FD1) and associated ducting modifications. New ducting and damper to be painted to the same colour as the existing ducting

1 R -

1.7.6 Master VAV Diffuser (Type S) and associated wall mounted controller c/w all associated control cables, draw boxes and conduits.

2 R -

1.7.7 Slave VAV Diffuser (Type S) c/w all associated control cables and conduits. 13 R - 1.7.8 Master VAV Diffuser (Type R) and associated wall mounted controller c/w all associated control

cables, draw boxes and conduits.1

1.7.9 Slave VAV Diffuser (Type R) c/w all associated control cables and conduits. 51.7.10 Return air Grilles (1000 by 1500) powder coated 1 R - 1.7.11 Condensate Drain Piping Lot R - 1.7.12 Water supply piping and ball valve Lot R -

2.0 Cable Trays Lot R - R -

3.0 Trunking Lot R - R -

R 175 000,00 BILL 2 TOTAL TO SUMMARY

3

Page 155: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

DESCRIPTION UNIT QTY SUPPLY RATE AMOUNT

1.0 Distribution Board 1 -R 1.1 IP 65 DB Board (Weather Proof) -R 1 -R 1.2 Breakers, contactors, relays, cables, etc. -R Lot -R 1.3 Fire Relay -R 1 -R 1.4 Power quality monitoring relay & contactor -R 1 -R 1.5 COC -R 1 -R

2.0 Distribution Board 2 -R 2.1 IP 65 DB Board (Weather Proof) -R 1 -R 2.2 Breakers, contactors, relays, cables, etc. -R Lot -R 2.3 Fire Relay -R 1 -R 2.4 Power quality monitoring relay & contactor -R 1 -R 2.5 COC -R 1 -R

3.0 Electrical Cables & Trunking -R 3.1 From DB1 to RTPU1 -R Lot -R 3.2 From DB1 to RTPU2 -R Lot -R 3.3 From DB1 to RTPU3 -R Lot -R 3.4 From DB2 to RTPU4 -R Lot -R 3.5 From DB2 to RTPU5 -R Lot -R 3.6 From DB2 to RTPU6 -R Lot -R 3.7 From DB2 to RTPU7 -R Lot -R

4.0 Control wiring & Conduit -R 4.1 Between RTPU's and central controller -R 7 -R 4.2 Between Modulating dampers and wall mounted controllers -R 18 -R 4.3 Between VAV diffusers and wall mounted controller -R Lot Lot4.4 Between humidity sensors and RTPU -R 6 -R

5.0 Central Controller -R 1 -R -R

-R

BILL NO 3: ELECTRICAL & CONTROLS

BILL 3 TOTAL TO SUMMARY

4

Page 156: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

DESCRIPTION UNIT QTY SUPPLY RATE AMOUNT

1.0 Plant Rooms -R 1.1 Rust Treatment of steel structre 2 -R 1.1 Painting of Steel Structure (Undercoat and two top coats) 2 -R

2.0 Cleaning of existing ducting, inside and outside, by duct cleaning specialist. Lot -R -R

3.0 Cleaning of all existing diffusers & grilles Lot -R -R

4.0Removal of existing rooftop packaged units and all associated controls, rubble, old parts, etc. from plant room and the safe disposal thereof

7 -R -R

5.0 All items not listed in the BOQ but is required for a complete and fully operational HVAC system. (Please list the items below) -R -R

-R BILL 4 TOTAL TO SUMMARY

BILL NO 4: MISCELLANEOUS

5

Page 157: YOU ARE HEREBY INVITED TO TENDER TO THE ......Bid documents must be deposited in the bid box situated in the reception area at National Museum office, no. 36 Aliwal street, Bloemfontein

6