electrical bill of quantities

Upload: dinesh-kumar

Post on 03-Jun-2018

254 views

Category:

Documents


1 download

TRANSCRIPT

  • 8/11/2019 Electrical Bill of Quantities

    1/32

    Buffalo City Municipality

    Contract BCC/DES/MIG/1078/2009PART A : PRELIMINARY AN

    Item Description Unit Qty Rate Amount

    This section is construed to cover all obligations and requirements of the

    General Conditions of Contract, Project Specification, and any liabilities not

    covered in the Schedule of Quantities

    In addition to the items listed below the Contractor is to state clearly hereunder

    the description of the item and the compensation for which he requires to claimseparately from the rates tendered in the sections of the remainder of the Schedule

    Quantities.

    The Engineer reserves the right to advance to the Contractor any such proportion of

    the stated sums with which he considers the Contractor to have complied.

    Only rates for time related items will be applied in deriving additional costs for

    extension of time and this will be in accordance with the process defined

    in the Conditions of Contract.

    1.1 INSURANCE PROVIDED BY CONTRACTOR

    1.1.1 Insurance

    (a) of the Works Sum 0

    (b) Public Liability Sum 1

    1.1.2 Insurance of construction plant and equipment Sum 1

    1.1.3 Transit, loading, unloading insurance of all materials Sum 1

    1.1.4 Common Law Liability Sum 1

    1.1.5 Any other insurance required (i.e. motor vehicle liability insurance and balance

    of Third Party, etc.) Sum 1

    1.1.6 Discount i f specified insurance is provided by the Employer Sum 1

    in accordance with the Special Conditions of Contract (refer to Part 14)

    1.2 SITE ESTABLISHMENT

    1.2.1 Establishment of Offices on Site Sum 1

    1.2.2 Establishment of Storage Facilities on Site Sum 1

    1.2.3 Establishment of Ablution Facilities on Site Sum 1

    1.2.4 Provision of Site Instruction Book on site for the use by Sum 1

    the Consulting Electrical Engineer's representative)

    1.2.5 Facilities for the Engineer as Specified Sum 0

    1.2.6 Provision of Security for site establishment Sum 1

    1.2.7 Removal of all facilities upon completion of contract Sum 1

    1.2.8 Provision of Sureties Sum 1

    1.2.9 Other fixed charge obligations not covered by above Sum 1

    (specify)

    1.3 TIME RELATED ITEMS

    1.3.1 Project Supervision /month 10

    1.3.2 Project Administration /month 10

    1.3.3 Maintenance of facilities on Site /month 10

    1.3.4 Maintenance of facilities for the Engineer /month 10

    1.3.5 Allowance for twelve months guarantee and free maintenance of the Works /month 12

    1.3.6 Allowance for an additional twelve months guarantee and free maintenance of /month 12

    Works, which may be instructed at the discretion of the Employer

    1.3.7 Managing Sub Contractors, SMME's, ABE's /month 10

    1.3.8 Allowance for PSC meetings for implementation period /month 6

    1.3.9 Provide process control & Instrumentation commissioning technician for the /month 4

    adjustment & calibration of all SCADA, Telemetry, Measurement, Control

    and electrical protection (grading) equipment installed. The technician

    shall be available for 40 hours per week (Refer Part 11.1.14 of Volume 1).1.3.10 Conduct re-calibration exercise of all SCADA, Telemetry, Measurement, / 6 month 2

    Control and medium / low voltage protection (grading) equipment installed

    (Allow for the same commissioning technician in 1.3.9 for 80 hours per

    6 month visit)(Refer Part 11.1.18 of Volume 1)

    TOTAL CARRIED FORWARD TO SUMMARY R

    P

  • 8/11/2019 Electrical Bill of Quantities

    2/32

    Buffalo City Municipality

    Contract BCC/DES/MIG/1078/2009PART A : PRELIMINARY AN

    Item Description Unit Qty Rate Amount

    Balance brought forward from previous page

    1.4 STANDING TIME

    Standing Time Costs for any Works interruption due to reasons out of the Contractor's direct control

    1.4.1 Labour /day 5

    1.4.2 Plant /day 5

    1.4.3 Supervision /day 51.4.4 Other (please specify) /day 5

    1.5 RECORD DRAWINGS

    1.5.1 Preparation of Record Drawings, Operating and Maintenance Manuals and

    Asset Registers Sum 1

    1.5.2 Provision of Certificates of Compliance Sum 1

    1.6 EMPLOYMENT OF LOCAL LABOUR

    1.6.1 Allow for employment of local labour

    1.6.2 Allow for preparation of employee returns and issuing

    employment certificates Sum 1

    1.7 COMMUNITY LIAISON

    1.7.1 Allow for the selection process for the Community Liaison Officer (CLO) Sum 0

    1.7.2 Allow for liaison with the Community Liaison Officer (CLO) Sum 1

    1.7.3 Allow for liaison with the relevant Project Steering Commitee (PSC) /month 6

    1.7.4 Allow for attending the Project Steering Commitee (PSC) meetings (attendee to be an authorised

    representative of the appointed Contractor e.g. management level) /mtg 6

    1.8 SECURING THE WORKS

    1.8.1 Allow for security for the duration of the Contract, as determined by the

    Contractor, and as Specified /month 22

    1.8.2 Allowance for security for the optional extended guarantee period /month 12

    1.9 MEETING REQUIREMENTS FOR COORDINATING & PROTECTING EXISTING SERVICES

    1.9.1 Coordinate with BCM to identify existing services and routes Sum 1

    1.9.2 Coordinate with BCM to approve the extent, location and routes of existing Sum 1

    services for construction activities

    1.9.3 Coordinate with BCM to protect identified to protect existing services Sum 1

    1.9.4 Coordinate with BCM to approve connection, testing and commissioning of

    the Works Sum 1

    1.10 PREPARATION OF CASH FLOW FORECAST & EMPLOYEE RETURNS FOR EACH CERTIFICATE

    1.10.1 Allow for preparation of cash flow forecast and employee records with each

    claim for payment Sum 1

    1.11 PREPARATION OF DETAILED DRAWINGS AND PROGRAM

    Allow for the preparation and submission to the Engineer for approval of the

    following detailed drawings and program prior to manufacture and/or installation:

    1.11.1 GA drawing for low voltage panels No. 1

    1.11.2 Detailed schematic and circuit drawings for low voltage panels No. 1

    1.11.3 Detailed schematic and circuit drawings for SCADA equipment No. 1

    1.11.4 Detailed schematic, circuit drawings and I/O schedules for all Telemetry No. 1

    1.11.5 Detai led schematic , c ircui t and layout drawings for the f ire protection instal la tion No. 1

    1.11.6 Detai led schematic , c ircui t and layout drawings for the access control & CCTV in No. 11.11.7 Detailed schematic and layout drawings for the medium voltage installation No. 1

    1.11.8 Manufacturing and testing program

    Allow for the preparation and submission to the Engineer

    for approval of the detailed manufacturing, works testing, delivery, installation, site

    testing and commissioning program, which shall be separated for each sub system.

    No. 1

    Total carried forward to next page R

    P

  • 8/11/2019 Electrical Bill of Quantities

    3/32

    Buffalo City Municipality

    Contract BCC/DES/MIG/1078/2009PART A : PRELIMINARY AN

    Item Description Unit Qty Rate Amount

    Balance brought forward from previous page

    1.12 TRAINING

    1.12.1 Access control, SCADA, CCTV, low voltage, medium voltage operational

    training for staff, as defined in Part 11.3.9 Sum 1

    1.12.2 Access control, SCADA, CCTV, low voltage, medium voltage maintenance

    training for staff, as defined in Part 11.3.9 Sum 1

    2 Meet in g OHS Sp ec if ic at io n Req ui rem en ts

    (refer to the detailed Specification and Part 13)

    2.1 OHS ACT COMPLIANCE AND HEALTH & SAFETY PLAN

    2.1.1 Allow for the preparation and submission to the Engineer for approval of the

    health & safety plan, which will comply in full with the OHS Act requirements

    as detailed in the Specification Sum 1

    2.2 OHS ACT COMPLIANCE AND IMPLEMENTING THE HEALTH &

    SAFETY PLAN

    2.2.1 Allow for the implementation for the duration of the construction period of the

    health & safety plan, which will comply in full with the OHS Act requirements

    as detailed in the Specification /month 10

    2.2.2 Allowance for twelve months implementat ion during the defects liab il ity per iod /month 12

    if required.

    2.2.3 Allowance for an additional implementation during the additional defects /month 12

    liability period, which may be instructed at the discretion of the Employer

    if required.

    3 Meet in g CEMP Sp ec if ic at io n Req ui rem en ts

    (refer to the detailed Specification and Part 15)

    3.1 CEMP COMPLIANCE AND METHOD STATEMENT

    3.1.1 Allow for the preparation and submission to the Engineer for approval of the

    method statement, which will comply in full with the CEMP requirements

    as detailed in the Specification Sum 1

    3.2 CEMP COMPLIANCE AND IMPLEMENTING THE CEMP

    METHOD STATEMENT

    3.2.1 Allow for the implementation for the duration of the Contract period of the

    CEMP method statement, which will comply in full with the CEMP requirements

    as detailed in the Specification /month 10

    3.2.2 Allowance for twelve months implementat ion during the defects liab il ity per iod /month 12

    if required.

    3.2.3 Allowance for an additional implementation during the additional defects /month 12

    liability period, which may be instructed at the discretion of the Employer

    if required.

    3.3 ATTENDANCE ON CIVIL ENGINEERING SUB CONTRACTOR

    3.3.1 The process applicable to the implementation by the Civil Engineering

    sub contractor of the civil scope of work is defined in Part 12.19.

    The Contractor shall allow for coordinating the activities on Site with the

    sub contractor to suit the program for the electrical and civil scope of work /month 6

    3.3.2 The Contractor shall allow for compiling a SAFCEC nominated sub

    contract agreement with the sub contractor for the civil scope of work Sum 1

    3.3.3 The Contractor shall allow for coordinating the constructions on Site

    by the sub contractor of the trench, cable conduits, substation building,

    and all internal building finishes to suit the program for the electrical work /month 6

    CARRIED TO SUMMARY FOR SECTION A R

    NOTES

    SUMMARY FOR PART A : PRELIMINARY & GENERAL

    TOTAL FOR PART A CARRIED TO ELECTRICAL SUMMARY R

    1.Preliminary & General Costs for Time Related Items shall be adjusted according to the Contract Period specified by the Tenderer in the Form of Tender.

    2. TheTenderer shall enter the specified number of months required for the Contract Period in the "QTY" column, and shall extend the rates to the "TOTAL" column

    PART A : PRELIMINARY & GENERAL R

    P

  • 8/11/2019 Electrical Bill of Quantities

    4/32

    Buffalo City Municipality

    Contract BCC/DES/MIG/1078/2009PART B : ELECTRICAL AND MECHANICAL

    Item Description Unit Qty Rates Amount

    Supply Install

    1 Schedule 1 : Low Vol tage cables

    1.1 Low Voltage (600 / 1 000 V) Cables

    Supply, delivery and installation of PVCSWAPVC (or XLPE) cables

    Cables to have stranded copper conductors. (Installation

    rate to include for installation of cables within wireways,

    trays, ducts, sleeves, trenches, etc.)1.1.1 300 mm x 1 core (XLPE insulated) m 80

    1.1.2 185 mm x 4 core m 460

    1.1.3 120 mm x 4 core m 70

    1.1.4 95 mm x 4 core m 140

    1.1.5 50 mm x 4 core m 60

    1.1.6 25 mm x 4 core m 70

    1.1.7 16 mm x 4 core m 480

    1.1.8 6 mm x 4 core m 1920

    1.1.9 4 mm x 4 core m 640

    1.1.10 4 mm x 3 core m 720

    1.1.11 2.5 mm x 7 core m 1400

    1.1.12 2.5 mm x 4 core m 3200

    1.1.13 2.5 mm x 3 core m 600

    1.1.14 2.5 mm x 2 core m 1500

    1.1.15 35 mm x 4 core m 290

    1.1.16 10 mm x 4 core m 50

    1.2 Low Voltage (600 / 1 000 V) Cable Terminations

    Supply, delivery and installation of cable terminations including

    all fastening materials, glands, shrouds, lugs, and the connection

    of the cable lugs to the specified terminal equipment and connectors.

    1.2.1 300 mm x 1 core (XLPE insulated) no. 26

    1.2.2 185 mm x 4 core no. 16

    1.2.3 120 mm x 4 core no. 4

    1.2.4 95 mm x 4 core no. 2

    1.2.5 50 mm x 4 core no. 2

    1.2.6 25 mm x 4 core no. 2

    1.2.7 16 mm x 4 core no. 8

    1.2.8 6 mm x 4 core no. 92

    1.2.9 4 mm x 4 core no. 60

    1.2.10 4 mm x 3 core no. 20

    1.2.11 2.5 mm x 7 core no. 361.2.12 2.5 mm x 4 core no. 268

    1.2.13 2.5 mm x 3 core no. 68

    1.2.14 2.5 mm x 2 core no. 156

    1.2.15 35 mm x 4 core no. 2

    1.2.16 10 mm x 4 core no. 10

    Earthing

    1.3 Bare Stranded Copper Earth Wire

    Supply, delivery and installation of bare stranded copper

    earth wire.

    1.3.1 70 mm m 400

    1.3.2 50 mm m 140

    1.3.3 25 mm m 350

    1.3.4 16 mm m 70

    TOTAL FOR SCHEDULE CARRIED FORWARD R

    P

  • 8/11/2019 Electrical Bill of Quantities

    5/32

    Buffalo City Municipality

    Contract BCC/DES/MIG/1078/2009PART B : ELECTRICAL AND MECHANICAL

    Item Description Unit Qty Rates Amount

    Supply Install

    Balanced carried forward

    1.3.5 10 mm m 240

    1.3.6 6 mm m 50

    1.3.7 4 mm m 1300

    1.3.8 2.5 mm m 1200

    1.4 Bare Stranded Copper Earth Wire

    Supply, delivery and installation of terminations including all fastening

    materials and lugs, and the connection to the specified terminal equipment..

    1.4.1 70 mm no. 8

    1.4.2 50 mm no 2

    1.4.3 25 mm no 4

    1.4.4 16 mm no 2

    1.4.5 10 mm no 4

    1.4.6 6 mm no 10

    1.4.7 4 mm no 62

    1.4.8 2.5 mm no 64

    1.5 Earthing & Lightning Protect ionAllow for complete earthing and lightning protection of each

    control room and substation building, including bonding of the

    reinforcing steel as detailed in the Project Specification.

    1.5.1 Supply and install one trench earth and one 6000mm radius 70mm

    "crows foot" earth mat & 4 earth spikes for each building ground electrode system,

    (trenching, 70mm earth conductor & 4 no earth spikes included) Sum 5

    1.5.2 Supply and install bonding termiations and connections between the

    concrete reinforcing and the trench earth utilising 70mm copper No 20

    (70mm earth conductor included)

    1.5.3 Install 25mm ridge conductors and four down conductors for lightning

    protection for each contrrol room building, complete with connections to m 50

    roof material, wall insulators, and connections to trench earth

    1.5.6 Supply and install one trench earth and one 6000mm radius 70mm No 2

    "crows foot" earth mat & 4 earth spikes for substation LV & 11kV

    ground electrode system,(trenching, 70mm earth conductor & 4 no earth spikes included)

    1.5.7 Coordinate the installation of the lightning protection installation

    with the Civil Contractor Sum 2

    1.5.8 Complete earth test measurements and provide certificate of

    compliance for the completed lighting protection installation Sum 1

    TOTAL FOR SCHEDULE CARRIED FORWARD TO SUMMARY R

    P

  • 8/11/2019 Electrical Bill of Quantities

    6/32

    Buffalo City Municipality

    Contract BCC/DES/MIG/1078/2009PART B : ELECTRICAL AND MECHANICAL

    Item Description Unit Qty Rates Amount

    Supply Install

    Schedule 2 : Electrical Equipment

    2.1 Low Voltage Electrical Motor Control Centres

    Supply, delivery and installation of surface floor mounted units,

    including all fixing goods and lockable hinged doors, as

    specified and detailed in the drawings. All to SABS 0122

    and IEC 439-1The Contractor shall provide for the motor control, VFC starters,

    auxiliary relays, and control circuit wiring complete.

    Refer to drawings for all plant motor control centre details.

    Flow and level monitoring equipment are measured separately

    but the Contractor shall allow for the installation, connection, testing

    of these items in the tendered rate for each MCC, and the complete

    functional testing of the panel before dispatch to Site.

    The functional Works testing shall be witnessed by the Engineer.

    Main substation MDB, including standby d iesel alternator control & changeover & UPS supply panel

    2.1.1 Supply no. 1

    2.1.2 Programming & functional works testing no. 1

    2.1.3 Deliver to site and offload no. 1

    2.1.4 Install & connect all cables (cable terminations measured elsewhere) no. 1

    2.1.5 Test, commission and provide CoC no. 1

    Decommissioning and removal of existing aeration motor co ntrol panel DBA

    2.1.6 Decommision to suit project program no. 1

    2.1.7 Disconnection and removal of all electrical cables no. 1

    2.1.8 Disconnection motor control panel no. 1

    2.1.9 Deliver cables & panel to BCM Stores and offload no. 1

    2.1.10 Install replacement sub DB (Sub DB measured elsewhere) no. 1

    2.1.11 Reconnect all light and SSO circuits sum 1

    2.1.12 Test, commission and provide CoC no. 1

    Substation, office & all control r oom SDB's

    2.1.13 Supply no. 7

    2.1.14 Functional works testing no. 7

    2.1.15 Deliver to site and offload no. 7

    2.1.16 Install & connect all cables (cable terminations measured elsewhere) no. 7

    2.1.17 Test, commission and provide CoC no. 7

    Motor control float switches

    Supply, delivery and installation of Flygt mercury float switches, including

    integral 5m flexible cable, installed within concrete chambers,

    cable in surface PVC conduit, terminated in external boxes

    complete with compression gland and shroud (box and

    conduit measured elsewhere)

    2.1.18 One changeover NO/NC switch no. 10

    Blower room DBB, including main isol ator, and individual circuits fo r each blower panel

    2.1.19 Supply no. 1

    2.1.20 Deliver to site and offload no. 1

    2.1.21 Install & connect all cables (cable terminations measured elsewhere) no. 1

    2.1.22 Test, commission and provide CoC no. 1

    Removal of existing contr ol room equipm ent, transformer and overhead 11kV line

    2.1.23 Coordinate, isolate and obtain PTW for existing equipment no 1

    2.1.24 Disconnect and load on site no 1

    2.1.25 Deliver to BCM stores in Chiselhurst and offload no 1

    TOTAL FOR SCHEDULE CARRIED FORWARD R

    P

  • 8/11/2019 Electrical Bill of Quantities

    7/32

    Buffalo City Municipality

    Contract BCC/DES/MIG/1078/2009PART B : ELECTRICAL AND MECHANICAL

    Item Description Unit Qty Rates Amount

    Supply Install

    Balanced carried forward

    2.2 Ancillary Low Voltage Electrical Equipment

    Supply, delivery and installation of ancillary equipment for

    extraction fans, exterior lighting, internal local plant,

    2.2.1 30 ampere double pole isolator including IP65 PVC flush/surface box no. 42.2.2 10 ampere photoelectric daylight switch no. 2

    2.2.3 32 ampere four pole IP65 switched socket outlet & flanged plug no. 6

    2.2.4 10 ampere three pole isolator including IP65 PVC flush/ surface box no. 10

    including 1NO and 1NC auxiliary contact on isolator

    2.3 Sw it ches

    Supply, delivery and installation of Clipsal Series S2000 light switches, including

    outlet boxes and covers, mounted to either flush or

    surface PVC boxes, complete with terminal shroud

    2.3.1 One lever, one way switch no. 10

    2.3.2 One lever, two way switch no. 10

    2.4 Socket Out lets

    Supply, delivery and installation of socket outlets, including

    PVC boxes and covers, including terminal shrouds

    2.4.1 16 ampere, double no. 402.4.2 16 ampere, single, for industrial use no. 1

    2.4.3 16 ampere, three phase, for industrial use with male plug no. 3

    2.5 Covers

    2.5.1 126 mm x 126 mm (4 x 4), two module grid plate no. 1

    2.5.2 126 mm x 60 mm (4 x 2), horizontal for socket outlet no. 3

    2.6 Remote internal and external motor control and e Stop stations

    2.6.1 Emergency Stop Lock Push Buttons (e stations)

    Supply, delivery and installation of emergency stop lock no. 58

    push buttons complete in surface mounting Rittal IP66 304 ss box

    including 304 stainless steel support bracket fitted to pump plinth,

    or concrete/ brick wall.

    2.6.2 Remote Stop/ start control stations, including Push Buttons

    Supply, delivery and installation of remote stop/ start control stations no. 1

    including push buttons complete in surface mounting Rittal IP66 304 ss box

    including 304 stainless steel support bracket fitted to pump plinth,

    or concrete/ brick wall.

    2.6.3 Remote forward/ reverse/ stop/ start control stations, including Push Buttons

    Supply, delivery and installation of remote forward/reverse/stop/start no. 5

    control stations including push buttons complete in surface mounting

    Rittal IP66 304 ss box including 304 stainless steel support bracket

    fitted to pump plinth,or concrete/ brick wall.

    2.6.4 Remote motor isolator stations, including isolator & auxiliary contacts & e stop push buttons

    Supply, delivery and installation of remote motor isolator station,

    including isolator (amp rating, and number of poles) and auxiliary contacts

    complete in surface mounting Rittal IP66 304 ss box including 304

    stainless steel support bracket fitted to pump plinth,or concrete/ brick wall,.

    including supply, delivery and installation of emergency stop lock.

    TOTAL FOR SCHEDULE CARRIED FORWARD R

    P

  • 8/11/2019 Electrical Bill of Quantities

    8/32

    Buffalo City Municipality

    Contract BCC/DES/MIG/1078/2009PART B : ELECTRICAL AND MECHANICAL

    Item Description Unit Qty Rates Amount

    Supply Install

    Balanced carried forward

    2.6.4.1 10A * 3 pole with 1NO and 1NC auxiliary contact & e stop no 33

    2.6.4.2 30A * 3 pole with 1NO and 1NC auxiliary contact & e stop no 3

    2.6.4.3 30A * 6 pole with 1NO and 1NC auxiliary contact & e stop no 15

    2.6.4.4 63A * 6 pole with 1NO and 1NC auxiliary contact & e stop no 52.6.4.5 100A * 6 pole with 1NO and 1NC auxiliary contact & e stop no 4

    2.7 Connection of electrical equipment

    The Contractor shall allow for the connection and testing, including

    the wiring of emergency stops, as required for the complete electrical

    installation to the following equipment (including coordination)

    (supply of equipment, cables, terminations measured elsewhere)

    2.7.1 Inlet Works building no. 1

    2.7.2 Sludge dewatering building no. 1

    2.7.3 Control room building no. 1

    2.7.4 Aeration control building no. 1

    2.7.5 Blower equipment building no. 1

    2.7.6 Substation building no. 1

    2.7.7 Existing office building no. 1

    2.7.8 New chlorine dosing building no. 12.7.9 New RAS sump no. 1

    2.7.10 New Scum sump no. 1

    2.7.11 New WAS tank no. 1

    2.7.12 New WAS sump no. 1

    2.7.13 Existing clarifier no. 2

    2.7.14 New clarifier no. 1

    2.7.15 New Wash water filter pump room no. 1

    2.7.16 New effluent delivery pump room no. 1

    2.7.17 New gate house building no. 1

    2.8 Cable Tray

    Supply, delivery and installation of 304 stainless steel mesh

    metal cable tray of welded construction, including splices and

    fixing materials, hanger fittings and threaded rods.

    All tray, accessories and fixings to be supplied and installed in accordance

    with the Specification and shall utilise only 304 stainless steel fixings(type O Line Gridspan GS50 304SS or equal and approved)

    300 mm medium duty

    2.8.1 Cable tray m 120

    2.8.2 Horizontal elbow (bend) no. 20

    2.8.3 Horizontal elbow (riser) no. 30

    2.8.4 Horizontal elbow (dropper) no. 5

    2.8.5 Horizontal tee no. 15

    2.8.6 40*40*5 angle iron 304 ss support bracket no. 60

    200 mm medium duty

    2.8.7 Cable tray m 50

    2.8.8 Horizontal elbow (bend) no. 10

    2.8.9 Horizontal elbow (riser) no. 10

    2.8.10 Horizontal elbow (dropper) no. 5

    2.8.11 Horizontal tee no. 10

    2.8.11 25*25*5 angle iron 304 ss support bracket no. 25

    TOTAL FOR SCHEDULE CARRIED FORWARD R

    P

  • 8/11/2019 Electrical Bill of Quantities

    9/32

    Buffalo City Municipality

    Contract BCC/DES/MIG/1078/2009PART B : ELECTRICAL AND MECHANICAL

    Item Description Unit Qty Rates Amount

    Supply Install

    Schedule 3 :Conduit and Conduit Accessori es

    3.1 PVC SABS Approved Conduit

    Supply, delivery and installation of conduit chased in brickwork

    or cast in concrete, including bushes, couplings, saddles, bends,

    wastage, etc., excluding outlet boxes

    3.1.1 20 mm diameter conduit m 6003.1.2 25 mm diameter conduit m 100

    3.1.3 32 mm diameter conduit m 10

    3.1.4 50 mm diameter conduit m 10

    3.2 PVC SABS Approved Conduit Accessories

    Supply, delivery and installation of conduit accessories chased in

    brickwork or cast in concrete

    3.2.1 100 mm x 100 mm x 50 mm conduit box no. 44

    3.2.2 100 mm x 50 mm x 50 mm conduit box no. 20

    3.2.3 50 mm diameter conduit box for 20 mm conduit no. 50

    3.2.4 50 mm diameter conduit box for 25 mm conduit no. 10

    3.2.5 300 mm x 300 mm x 50 mm conduit box no. 10

    3.3 Construct ion of Manholes

    Construction of manholes including excavation, temporary

    support of sides, keeping excavation dry, bedding materialbackfilling and compaction to standard specifications

    Construction to be 230 mm brick walls, plastered internally,

    complete with 100 mm thick concrete base and

    heavy duty GRP frame and lid (padlockable)

    3.3.1 11kV Manhole size : 1200 mm long x 1200 mm wide x 1000 mm deep no. 2

    3.3.2 LV Manhole size : 800 mm long x 800 mm wide x 800 mm deep no. 20

    3.4 Sleeves / Ducts

    Supply and installation of "Kabelflex" high density (or equal and approved)(internal to plant rooms

    and external in the Site) polyethylene (HDPE) ducts with double wall construction,

    corrugated outer wall and smooth inner wall finish & couplings

    in accordance with the Specification and detailed drawings

    3.4.1 50 mm diameter (black) m 50

    3.4.2 50 mm diameter, slow bend (black) no. 10

    3.4.3 110 mm diameter (black) m 14503.4.4 110 mm diameter, slow bend (black) no. 10

    3.4.5 110 mm diameter (green) m 350

    3.4.6 110 mm diameter, slow bend (green/orange) no. 5

    3.4.7 160 mm diameter (black) m 40

    3.4.8 160 mm diameter, slow bend (black) no. 2

    3.4.9 110 mm diameter (orange) m 1320

    3.4.9 Supply and install 1.6mm 304 stainless steel draw wires in HDPE conduit m 3160

    3.4.10 Prove conduit installation to Specification Sum 3160

    3.5 HDPE junct ion boxes

    Supply and installation of "Kabelflex"(or equal and approved) high density

    polyethylene (HDPE) stacking junction boxes 450mm or 600mm,

    each comprising three boxes stacked vertically, including concrete base

    and concrete support for heavy duty lid

    (all boxes to be black in colour)

    3.5.1 3 no 600mm* 600mm stacking boxes in one vertical manhole unit no. 42

    3.5.2 600mm* 600mm heavy duty GRP frame and lid (padlockable) no. 42

    TOTAL FOR SCHEDULE CARRIED FORWARD TO SUMMARY R

    P

  • 8/11/2019 Electrical Bill of Quantities

    10/32

    Buffalo City Municipality

    Contract BCC/DES/MIG/1078/2009PART B : ELECTRICAL AND MECHANICAL

    Item Description Unit Qty Rates Amount

    Supply Install

    Balanced carried forward

    3.6 Cable Markers

    Pre-cast concrete cable markers, complete with galvanised

    wire fastened to cable or sleeve and aluminum marker

    plate, engraved with cable and / or sleeve details

    3.6.1 Cable markers no. 10

    3.7 Cable Warning Tape

    "Skull and Crossbones" danger tape, installed 100 mm above

    cable / sleeve

    3.7.1 Danger tape m 1700

    3.8 Galvanised steel conduit SABS approved

    Supply and installation of conduit surface mounted or recessed in

    walls and floor including bushes, locknuts, couplings & saddles

    3.8.1 20mm diamter conduit m 100

    3.8.2 50mm diameter round boxes to suit 20mm conduit no 10

    TOTAL FOR SCHEDULE CARRIED FORWARD TO SUMMARY R

    Pa

  • 8/11/2019 Electrical Bill of Quantities

    11/32

    Buffalo City Municipality

    Contract BCC/DES/MIG/1078/2009PART B : ELECTRICAL AND MECHANICAL

    Item Description Unit Qty Rates Amount

    Supply Install

    Schedule 4: Insulated Wiring (600 / 1 000 V)

    4.1 PVC Insulated Copper Conductors

    Supply, delivery and installation of PVC insulated, single

    core, stranded copper conductors, drawn into wireways,

    fixed surface or beneath plaster

    4.1.1 2.5 mm, for use as conductors m 30004.1.2 4.0 mm, for use as conductors m 300

    4.1.3 6.0 mm, for use as conductors m 100

    4.1.4 10.0 mm, for use as conductors m 100

    4.1.5 16.0 mm, for use as conductors m 100

    4.1.6 2.5 mm, for use as earth wire m 1500

    TOTAL FOR SCHEDULE CARRIED FORWARD TO SUMMARY R

    Pa

  • 8/11/2019 Electrical Bill of Quantities

    12/32

    Buffalo City Municipality

    Contract BCC/DES/MIG/1078/2009PART B : ELECTRICAL AND MECHANICAL

    Item Description Unit Qty Rates Amount

    Supply Install

    5 Schedule 5: Area and internal l ight ing luminaires and lamps

    5.1 Lum inai res

    Supply, delivery and installation of luminaires, including lamps, either fixed to

    round conduit boxes cast into brickwork or conduit boxes

    supported to ceiling / roof structure or mounted in recessed

    ceiling grid, including all fixing materials and terminations

    Specification in accordance with Luminaire Schedule (or equal and approved)

    in the Part 11.2.7 of the detailed Project Specifications

    5.1.1 Type 1: 2*58W surface fluorescent (Nordland/ INV/N20/258/ECG/SS no. 45

    5.1.2 Type A Bulkhead 70HPS-T: Bekanova/ 70W HPS-T no. 12

    5.1.3 Type B Bulkhead 70W HPS T: (Nordland/ INV/N20/70HPS/ECG/SS no. 9

    5.1.4 Type C Bulkhead 150W HPS: Bekatec/150WHPS-E/SS304 no. 9

    5.1.5 Type A Roadway & area lighting: Bekalane/70WHPS-T/BE no. 21

    5.2 Lamps

    Supply, delivery and handover of spare lamps to Employer

    5.2.1 150 Watt, HPS E no. 2

    5.2.2 58 Watt, 26 mm diameter fluorescent with bipin, cool white no. 6

    5.2.3 70 Watt, HPST & E no. 2

    5.3 GRP luminaire mounting poles5.3.1 Supply, deliver and install GRP poles for 8 m mounting height,

    circular cross section and 76 mm diameter spigot, complete

    with removable base cover, secured with hexagonal screws,

    one no. 5A SP 5kA MCB's, terminal box suitable for three

    6 mm x 4 core PVC PVC SWA cables, and

    2.5 mm x 3 core PVC non-armoured cable between the

    MCB and luminaire for one or two no. 70W HPSE luminaire no. 16

    BEKA type K187680, colour K640 sandstone (excavations measured elsewhere)

    (or equal and approved)

    5.3.2 Deliver, off-load and store no 16

    5.3.3 Connect and commission no 16

    (streetlight cable termination measured elsewhere)

    5.3.4 Supply & install dual luminaire outreach arm for two units per mast no 5

    TOTAL FOR SCHEDULE CARRIED FORWARD TO SUMMARY R

    Pa

  • 8/11/2019 Electrical Bill of Quantities

    13/32

    Buffalo City Municipality

    Contract BCC/DES/MIG/1078/2009PART B : ELECTRICAL AND MECHANICAL

    Item Description Unit Qty Rates Amount

    Supply Install

    6 Schedule 6 : 11 kV cables, transformers & switchgear

    6.1 MV indoor 11 kV transformers

    1250 kVA 11000/400V indoor transformers, complete with

    11 kV & LV cable boxes, auxiliary equipment, galvanised radiator and zinc

    metal sprayed coastal finish to transformer tank, with

    equipment specified in Schedule 11.3 for transformer protectionAll in accordance with the Specification

    6.1.1 Supply No 2

    6.1.2 Deliver to site and offload No 2

    6.1.3 Connect 11 kV & LV cables (cables & terminations measured elsewhere) No 2

    6.1.4 Connect 11 kV earthing No 2

    6.1.5 Test and Commission and provide COC for each unit No 2

    6.2 Medium Voltage Cables

    Paper insulated, fully impregnated, lead covered,

    PVC bedded, galvanised steel tape armoured, PVC

    sheathed, stranded copper conductors 6.35/ 11 kV three core

    cables to SABS 97: 1991

    6.2.1 70mm x 3 core

    excavate existing and expose sealed ends m 10Collect, deliver to Site & install in trench free issue cable from BCM m 300

    Supply & install additional cable for connection to transformers m 300

    6.3 Medium Voltage Cable Terminations

    MV heat shrinkable cable indoor Raychem (or equal and approved)

    terminations for PILC insulated galvanised steel tape armoured

    6.35/ 11 kV cables, terminate to switchgear, including lugs & tapes,

    to Specification:

    6.3.1 70mm x 3 core No 7

    6.4 Medium Voltage Cable Joints

    MV heat shrinkable cable indoor Raychem (or equal & approved)

    joints for PILC insulated galvanised steel tape armoured

    6.35/ 11 kV cables, including lugs & tapes,

    to Specification:

    6.4.1 70mm x 3 core No 1

    6.5 Medium Voltage Cable testing and commissioning

    Apply AC & DC cable tests, as Specified for each of the new

    underground PILC insulated steel tape armoured 6.35/11 kV

    cable installations.

    Provide COC for each completed installation.

    6.5.1 70mm x 3 core installations No. 4

    6.6 11 kV miniature substation

    500 kVA 11000/400V miniature substation , complete with

    11 kV RMU, LV switchgear compartment, auxiliary equipment, galvanised radiator and zinc

    metal sprayed coastal finish to transformer tank, and LV

    compartment, and with equipment specified in Schedule 11.3

    All in accordance with the NRS004-1:1991 and the Specification

    TOTAL FOR SCHEDULE CARRIED FORWARD TO SUMMARY R

    Pa

  • 8/11/2019 Electrical Bill of Quantities

    14/32

    Buffalo City Municipality

    Contract BCC/DES/MIG/1078/2009PART B : ELECTRICAL AND MECHANICAL

    Item Description Unit Qty Rates Amount

    Supply Install

    Balanced carried forward

    6.6.1 Supply No 1

    6.6.2 Deliver to site and offload No 1

    6.6.3 Connect 11 kV & LV cables (cables & terminations measured elsewhere) No 1

    6.6.4 Connect 11 kV earthing No 1

    6.6.5 Test and Commission and provide COC for each unit No 1

    6.7 MV indoor 11 kV switchboard

    12 kV 25kA 95kV BIL 1250A feeder panel with motor driven vaccuum

    circuit breakers in a single busbar configuration, compising:

    1 incomer & 2 feeder circuit breakers with OC&EF protection

    and one busbar voltage transformer, fully equipped

    2 no.transformer feeder circuit breakers, with OC&EF protection, fully equipped

    All in accordance with the Specification.

    ( Asltom SBV4 (or equal and approved) vaccuum units as detailed in Part 11.3)

    6.7.1 Supply No 1

    6.7.2 Deliver to site and offload No 1

    6.7.3 Connect 11 kV cables No 1

    6.7.4 Connect 11 kV earthing No 1

    6.7.5 Test and Commission and provide COC for completed panel unit No 1

    6.8 30V dc Battery trip unit

    30 V dc 10 Ah battery trip unit installed in the Substation, as specified

    in Part 11.3.

    All in accordance with the Specification

    6.8.1 Supply no. 1

    6.8.2 Deliver to site and offload no. 1

    6.8.3 Connect to LV panel, and 11kV panel as Specified no. 1

    6.8.4 Test and Commission and provide COC for each unit no. 1

    6.9 Uninterrupted power supply units

    230V free standing 15 kVA UPS unit installed in the

    LV switchroom, and connected to the LV indoor panel at 3 phase,

    and supplied with separate battery cabinets rated at 9-12 minutes

    equipped in accordance with the Specification(Equal to Meissner MP215)

    6.9.1 Supply no. 1

    6.9.2 Deliver to site, offload and install no. 1

    6.9.3 Connect to 400V supply, earthing & outgoung circuits as Specified no. 1

    6.9.4 Test and Commission and provide COC for each unit no. 1

    6.10 Standby diesel alternator units

    400V free standing diesel alternator units installed in the

    Standby Diesel alternator plantroom, connected to the LV indoor panels

    at 3 phase, and supplied with integral fuel tank,battery and isolator panel

    equipped in accordance with the Specification in Part 11.3.

    AMF & control panel to be integrated with MDB in LV switchroom

    6.10.1 Supply no. 1

    6.10.2 Deliver to site, offload and install no. 1

    6.10.3 Connect to 400V supply, earthing & outgoung circuits as Specified no. 1

    6.10.4 Supply & install two free standing 2kl tanks with level indication no. 2

    6.10.5 Test and Commission and provide COC for each unit no. 1

    TOTAL FOR SCHEDULE CARRIED FORWARD TO SUMMARY R

    Pa

  • 8/11/2019 Electrical Bill of Quantities

    15/32

    Buffalo City Municipality

    Contract BCC/DES/MIG/1078/2009PART B : ELECTRICAL AND MECHANICAL

    Item Description Unit Qty Rates Amount

    Supply Install

    7 Schedule 7 : Provisional Sums

    Provisional Sums have been provided for t he following it ems, which shall be expended at the

    sole discretion of the Engineer, and may be omitted in part or in full fro m the final value of the

    Sub Contract Works.

    7.1 Mechanical ventilation and filtered air supply to plant rooms and switchroom

    The supply and installation of the mechanical ventilation and air filtering equipmentshall be implemented by the Sub Contractor.

    A provisional sum has been allowed for the mechanical ventilation systems to be supplied by the Sub Contractor

    with appropriate 304 stainless steel ducts, surface mounted or mounted in the ceiling as detailed in the drawings,

    and as described in the Specification.

    All fixings shall comprise 304 stainless steel and shall comply with the Specification

    7.1.1 Provisional Sum for the supply, deliver to site & install of air filtering & ventilation

    systems, complete with ducts, for substation, inlet works, sludge Sum 1 170,000.00

    dewatering plant, blower room

    7.1.2 Sub Contractors profit and attendance on item 7.1.1 %

    7.2 Mechanical ventilation and air conditioning system to operator control room

    The supply and installation of the mechanical ventilation and air conditioning equipment

    shall be implemented by the Sub Contractor.

    A provisional sum has been allowed for the mechanical ventilation systems to be supplied by the Sub Contractor

    with appropriate 304 stainless steel ducts, surface mounted or mounted in the ceiling as detailed in the drawings,

    and as described in the Specification.All fixings shall comprise 304 stainless steel and shall comply with the Specification

    7.2.1 Provisional Sum for the supply, deliver to site & install of air conditioning & ventilation

    systems, complete with ducts, for operator control room Sum 1 30,000.00

    7.2.2 Sub Contractors profit and attendance on item 7.2.1 %

    7.3 Cont ingencies

    7.3.1Allow a sum for additional scope or changes to the defined scope of work, to be

    expended

    at the discretion of the Employer, and may be omitted in part or in full Sum 1500,000.00

    7.3.2 Sub Contractors profit and attendance on item 7.3.1 %

    7.4 Mechanical ventilation fans for the standby diesel alternator room

    The supply and installation of the mechanical ventilation fans and cowls

    shall be implemented by the Sub Contractor.

    A provisional sum has been allowed for the mechanical ventilation fans to be supplied by the Sub Contractor

    with appropriate 304 stainless steel ducts, mounted in the walls as detailed in the drawings,

    and as described in the Specification.

    All fixings shall comprise 304 stainless steel and shall comply with the Specification

    7.4.1 Provisional Sum for the supply, deliver to site & install of ventilation fans and cowls

    for standby diesel alternator room Sum 1 30,000.00

    7.4.2 Sub Contractors profit and attendance on item 7.4.1 %

    TOTAL FOR SCHEDULE CARRIED FORWARD TO SUMMARY R

    SUMMARY FOR PART B : ELECTRICAL ENGINEERING SERVICES

    SCHEDULE 3 : CONDUIT AND CONDUIT ACCESSORIES

    SCHEDULE 4 :INSULATED WIRING

    TOTAL FOR PART B CARRIED TO ELECTRICAL SUMMARY

    SCHEDULE 1 : LOW VOLTAGE CABLESSCHEDULE 2: ELECTRICAL EQUIPMENT

    SCHEDULE 5 : LUMINAIRES AND LAMPS

    SCHEDULE 6 : 11 kV PILC CABLES AND SUBSTATION EQUIPMENT

    SCHEDULE 7 : PROVISIONAL SUMS

    Pa

  • 8/11/2019 Electrical Bill of Quantities

    16/32

    Buffalo City Municipality

    Contract BCC/DES/MIG/1078/2009PART C : ELECTRONIC

    Item Description Unit Qty Rates Amount

    Supply Install

    Schedule 1 : SCADA, Telemetry & Access contr ol equipment

    1.1 Remote terminal units

    The Contractor shall allow for the supply, delivery, installation, connection,

    configuration, testing and commissioning of the RTU's specified for the Works

    in accordance with the detailed specification and the I/O schedules in Part 11

    1.1.1 Remote terminal unit for Substation LV switchroom no. 1

    1.1.2 Remote terminal unit for Control room (SCADA Adroit 1500 point) no. 1

    1.1.2 Remote terminal unit for gate house at entrance area no. 1

    1.2 Data cable to connect between remote terminal unit, scada and mimc panel/ PLC

    The Contractor shall allow for the supply, delivery, installation in conduits,

    termination, connection, testing and commissioning of the complete data cables

    between the PLC's and the RTU's in the plant rooms, and the control rooms,

    including termination materials.

    1.2.1 Cat 5E data cable m 600

    1.2.2 Cat 5E data cable compression terminations no. 6

    1.2.3 2 core Multimode fibre optic cable (1310 &1550nm; 50/125 & 62.5/125 um diamter) m 900

    1.2.4 FO VF-45 or WDM terminations no. 12

    1.2.5 Copper -FO converters (100Base FX fibre to 10/100Base- Tx) no. 12

    1.3 Set up and configure the QWWTW SCADA and the remote terminal units

    and upgrade as required t he main server SCADA Adroit

    The Contractor shall allow to connect, set up and configure the QWWTW

    SCADA, the remote RTU's and the PLC's, and the main WWTW server

    1.3.1 Set up & configure LV switchroom RTU no. 1

    1.3.2 Set up & configure gatehouse RTU no. 1

    1.3.4 Set up & configure QWWTW SCADA no. 1

    1.3.5 Set up & configure the PLC's in each of the LV control panels no. 4

    1.3.6 Set up & configure new QWWTW I/O's into main WWTW server no. 1

    1.3.7 Upgrade as required the main server SCADA Adroit no. 1

    1.3.8 1+1 PC configuration no. 2

    1.3.9 Configure additional changes to existing SCADA outstations no. 6

    1.4 Commissioning & handover of the SCADA installation

    The Contractor shall allow to configure each of the three RTU's and the four PLC's

    located throughout the control panels in the QWWTW and the central SCADA

    in the Administration complex, in accordance with the detailed input/

    output schedules defined in the specification and drawings.

    In addition, the Contractor shall allow to program the existing SCADA

    at the Sewage Works to colate and store the defined operating data

    for each item of plant and measurand, defined in the specifications.

    The RTU's shall be handed over to the Employer as a fully operational

    SCADA system, in compliance with the functional specifications.

    Configure, test, commision and transfer to the Employer, including the

    data communication network

    1.4.1 Remote terminal unit for LV switchroom no. 1

    1.4.2 Remote terminal unit for SCADA & operators mimic panel in the control room no. 1

    1.4.4 SCADA central station in the Administration building no. 11.4.5 PLC's for control panels no. 4

    1.4.6 Processing & display of MLSS & DO data from the Blower Room control panel no. 1

    1.4.7 Processing & display of inlet flow data from the existing two flow measurement no. 1

    1.4.8 Remote terminal unit for the gate house no. 1

    1.5 Preparation and commissioning of the reports defined from the SCADA installation

    1.5.1 The Contractor shall allow to set up, configure and submit for approval by the Engineer, each

    of the process related reports defined in Part 11.3.8 sum 1

    TOTAL FOR SCHEDULE CARRIED FORWARD TO SUMMARY R

    Par

  • 8/11/2019 Electrical Bill of Quantities

    17/32

    Buffalo City Municipality

    Contract BCC/DES/MIG/1078/2009PART C : ELECTRONIC

    Item Description Unit Qty Rates Amount

    Supply Install

    Schedule 1 : SCADA, Telemetry & Access contr ol equipment continued

    Balance brought forward

    1.6 Upgrading the radio network

    Supply, install & commission upgraded digital radio equipment and microwave backbone

    in accordance with the detailed specification in Part 11.3

    1.6.1 Replace existing mobile radios with digital radios and accessories no. Rate

    1.6.2 Upgrade existing radio repeater equipment no. Rate

    1.6.3 Upgrade existing backbone microwave links no. Rate

    1.7 Access control system software

    The Contractor shall allow for the supply, delivery

    installation, connection, configuration, testing and commissioning

    of the access control system specified for the Works, in

    accordance with the detailed specification in Part 11 and

    and which shall be licensed to permit

    Employer access to the entire software suite from Central control

    1.7.1 Access control software as defined in Part 11 Sum 1

    1.8 304 stainless steel Goosenecks and readers for vehicle control booms

    The Contractor shall allow for the supply, deliveryinstallation, connection, configuration, testing and commissioning

    of the 304 stainless steel goosenecks and IP65 readers and each vehicle control

    boom as specified

    1.8.1 Supply, deliver to site and install 304 stainless steel goosenecks and IP65 readers

    as specified no. 1

    1.8.2 Install and connect communication wiring for readers and 304 stainless steel kiosks

    as specified including connecting wiring. no. 1

    1.8.3 Test and commission card reader installations no. 1

    1.9 Power supply units for readers

    The Contractor shall allow for the supply, delivery

    installation, connection, configuration, testing and commissioning

    of the power supply units required for each readers and vehicle control

    gate installation as specified

    1.9.1 Supply, deliver to site and install power supply units

    as specified no. 6

    1.9.2 Install and connect electrical wiring to readers and gate kiosks

    as specified including connecting wiring. no. 6

    1.9.3 Test and commission power supply installations no. 6

    1.10 Key pad token proximity readers for building and kiosk door control

    The Contractor shall allow for the supply, delivery

    installation, connection, configuration, testing and commissioning

    of the IP65 key pad token proximity readers and associated

    powers supply unit as specified

    1.10.1 Supply, deliver to site and install IP65 key pad and door control readers

    as specified no. 4

    1.10.2 Supply, deliver to site and install power supply units to suit readers

    and associated door activators, as specified no. 4

    TOTAL FOR SCHEDULE CARRIED FORWARD TO SUMMARY R

    Par

  • 8/11/2019 Electrical Bill of Quantities

    18/32

    Buffalo City Municipality

    Contract BCC/DES/MIG/1078/2009PART C : ELECTRONIC

    Item Description Unit Qty Rates Amount

    Supply Install

    Schedule 1 : SCADA, Telemetry & Access contr ol equipment continued

    Balance brought forward

    1.10.3 Install and connect power wiring for readers

    as specified, including connecting wiring. no. 4

    1.10.4 Install and connect communication wiring for readers

    as specified in including connecting wiring. no. 4

    1.10.5 Test and commission key pad card reader installations no. 4

    1.11 Door open detectors for building access control

    The Contractor shall allow for the supply, delivery

    installation, connection, configuration, testing and commissioning

    of magnetic door open detectors for the specified doors to be controlled

    1.11.1 Supply, deliver to site and install magnetic door open detectors

    as specified no. 10

    1.11.2 Install and connect communication wiring for detectors

    as specified including connecting wiring. no. 10

    1.11.3 Test and commission magnetic door open detector installations no. 10

    1.12 Passive infra red motion detectors for building access control

    The Contractor shall allow for the supply, delivery

    installation, connection, configuration, testing and commissioningof the passive infra red motion detectors as specified in Part 11

    1.12.1 Supply, deliver to site and install passive infra red detectors

    as specified no. 10

    1.12.2 Install and connect communication wiring for detectors

    as specified including connecting wiring. no. 10

    1.12.3 Test and commission passive infra red detector installations no. 10

    1.13 Connection and commissioning of door strike lock installations for building access control

    The strike locks required for building access control shall be supplied

    and installed by the Building Contractor under a separate Contract.

    The Contractor shall allow for the supply, installation of the control

    wiring, connection, configuration, testing and commissioning

    of door strike lock systems for the specified doors to be controlled

    1.13.1 Supply, install and connect electrical wiring for door strike lock control

    as specified no. 5

    1.13.2 Test and commission door strike lock installations no. 5

    1.14 Controller modules

    The Contractor shall allow for the supply, delivery, installation

    connection, configuration, testing and commissioning of the addressable

    controller modules required to control a minimum of 32 full anti pass back controlled

    locations, with one controller installed at each operational centre, as specified

    1.14.1 Supply, deliver to site and install controller modules

    as specified no. 1

    1.14.2 Install and connect electrical wiring to controller modules

    as specified including connecting wiring. no. 1

    1.14.3 Install and connect RS485 communication wiring to controller modules

    as specified including connecting wiring. no. 11.14.4 Supply, deliver to site and install power supply units

    as specified no. 1

    1.14.5 Test and commission controller module installations no. 1

    TOTAL FOR SCHEDULE CARRIED FORWARD TO SUMMARY R

    Par

  • 8/11/2019 Electrical Bill of Quantities

    19/32

    Buffalo City Municipality

    Contract BCC/DES/MIG/1078/2009PART C : ELECTRONIC

    Item Description Unit Qty Rates Amount

    Supply Install

    Schedule 1 : SCADA, Telemetry & Access contr ol equipment continued

    Balance brought forward

    1.15 Access control wiring

    The Contractor shall allow for the supply, delivery, installation

    connection, testing and commissioning of the all data & power wiring

    for connection of all remote hardware elements to the associated controllers,

    power supply units, detectors and readers in all locations as specified

    1.15.1 Supply, deliver to site and install all wiring material and connectors

    as specified m 500

    1.16 Access control gate, motor, infrared dectors and sliding mechanism

    The Contractor shall allow for the supply, delivery, installation, connection, testing and

    commissioning of the access control gate, motor, infra red detectors, all data & power wiring

    and for the connection of all remote hardware elements to the associated controllers,

    power supply units, detectors and readers in all locations as specified

    1.16.1 Supply, deliver to site and install gate, motor, rails, infra red detectors, data and power wiringas specified no 1

    1.17 Substation addressable smoke detector panel and detectors

    The Contractor shall allow for the supply, delivery, installation

    connection, testing and commissioning of the all data & power wiring

    for connection of all remote hardware elements to the associated controllers,

    power supply units, detectors and readers in all locations as specified

    1.17.1 Supply, deliver to site and install smoke detector panel & four detectors

    as specified no 1

    TOTAL FOR SCHEDULE CARRIED FORWARD TO SUMMARY R

    Par

  • 8/11/2019 Electrical Bill of Quantities

    20/32

    Buffalo City Municipality

    Contract BCC/DES/MIG/1078/2009PART C : ELECTRONIC

    Item Description Unit Qty Rates Amount

    Supply Install

    Schedule 2 : Level Control and Monitoring Equipment

    2.1 Inlet works channel differential level monitor & control (FE1004A & FE1004B)

    The Contractor shall receive as free issue, install, connect, configure, test

    and commission two ultrasonic level monitor systems, each

    of which shall comprise two Endress & Hauser Prosonic FDU80

    ultrasonic sensors, and one Prosonic model FMU 862 differential

    level measurement transmitter (or equal and approved) with the specified mounting brackets

    in the two inlet channels, and with the transmitters surface mounted and

    connected to MDBI. The system shall measure the inflow level to

    each inlet channel, and the differential in level across the inlet screens.

    Five preset control levels and a 4-20mA analogue signal shall be

    provided for indication and alarms to indicate blocking of the screens.

    The unit shall be supplied with 50m of cable for each sensor to

    to connect between the transmitter.

    Two ultra-sonic level transducers and transmitter with five level output

    relay settings.

    2.1.1 Receive as free issue from Huber, install no. 22.1.2 Install wiring between transducers and transmitter no. 2

    2.1.3 Test and commission complete differential level system no. 2

    2.2 RAS sump level monitor & control (LIT1001)

    The Contractor shall supply, install, connect, configure, test

    and commission one ultrasonic level monitor system,

    which shall comprise one Endress & Hauser Prosonic FMU90

    ultrasonic sensor, and one Prosonic level measurement transmitter (or equal and approved) with the

    specified mounting brackets and with the transmitters surface mounted and

    connected to MDBC. The system shall measure & display the inflow level to

    the RAS sump.

    Five preset control levels and a 4-20mA analogue signal shall be

    provided for indication, control and alarms to the PLC in MDBC.

    The unit shall be supplied with 50m of cable for the sensor to

    to connect to the transmitter.

    2.2.1 Supply, deliver to site & install, & wiring between transducer & transmitter no. 1

    2.2.2 Test and commission complete level measurement and control system no. 1

    2.3 Scum sump level monitor & contr ol (LIT1002, LIT1003 & LIT1005)

    The Contractor shall supply, install, connect, configure, test

    and commission one ultrasonic level monitor system,

    which shall comprise one Endress & Hauser Prosonic FMU90

    ultrasonic sensor, and one Prosonic level measurement transmitter (or equal and approved) with the

    specified mounting brackets and with the transmitters surface mounted and

    connected to MDBC. The system shall measure & display the inflow level to

    the Scum sump.

    Five preset control levels and a 4-20mA analogue signal shall be

    provided for indication, control and alarms to the PLC in MDBC.The unit shall be supplied with 50m of cable for the sensor to

    to connect to the transmitter.

    2.3.1 Supply, deliver to site & install, & wiring between transducer & transmitter no. 3

    2.3.2 Test and commission complete level measurement and control system no. 3

    TOTAL FOR SCHEDULE CARRIED FORWARD R

    Par

  • 8/11/2019 Electrical Bill of Quantities

    21/32

    Buffalo City Municipality

    Contract BCC/DES/MIG/1078/2009PART C : ELECTRONIC

    Item Description Unit Qty Rates Amount

    Supply Install

    Balance brought forward

    2.4 WAS sump level monitor & control (LIT1004)

    The Contractor shall supply, install, connect, configure, test

    and commission one ultrasonic level monitor system,

    which shall comprise one Endress & Hauser Prosonic FMU90

    ultrasonic sensor, and one Prosonic level measurement transmitter (or equal and approved) with the

    specified mounting brackets and with the transmitters surface mounted and

    connected to MDBC. The system shall measure & display the inflow level in

    the WAS sump.

    Five preset control levels and a 4-20mA analogue signal shall be

    provided for indication, control and alarms to the PLC in MDBC.

    The unit shall be supplied with 50m of cable for the sensor to

    to connect to the transmitter.

    2.4.1 Supply, deliver to site & install, & wiring between transducer & transmitter no. 2

    2.4.2 Test and commission complete level measurement and control system no. 2

    2.5 Wash water level monitor & control (LIT1004)

    The Contractor shall supply, install, connect, configure, testand commission one ultrasonic level monitor system,

    which shall comprise one Endress & Hauser Prosonic FMU90

    ultrasonic sensor, and one Prosonic level measurement transmitter (or equal and approved) with the

    specified mounting brackets and with the transmitters surface mounted and

    connected to MDBC. The system shall measure & display the inflow level to

    the wash water sump.

    Five preset control levels and a 4-20mA analogue signal shall be

    provided for indication, control and alarms to the PLC in MDBC.

    The unit shall be supplied with 50m of cable for the sensor to

    to connect to the transmitter.

    2.5.1 Supply, deliver to site & install, & wiring between transducer & transmitter no. 1

    2.5.2 Test and commission complete level measurement and control system no. 1

    2.6 Clarifier sludge blanket level monitor & control (SLT1001, SLT1002 & SLT1003)

    The Contractor shall supply, install, connect, configure, test

    and commission one ultrasonic level monitor system,

    which shall comprise one HACH Sonatax sludge level monitor (Cat No 57704-00)

    complete with probe, pivot mount hardware and standard sc 100 controller (or equal and approved)

    The Contractor shall supply & install, using the specified

    mounting brackets and IP65 304 Rittal stainless steel enclosure, the transmitter

    & connect to MDBC. The system shall measure & display the sludge blanket level

    in each of the three clarifiers.

    Three preset control levels and a 4-20mA analogue signal shall be

    provided for indication, control and alarms for each clarifier to the PLC in MDBC.

    The unit shall be supplied with 50m of cable for the sensor to

    to connect to the controller.

    2.6.1 Supply, deliver to site & install, & wiring between transducer & transmitter no. 3

    2.6.2 Test and commission complete level measurement and control system no. 3

    TOTAL FOR SCHEDULE CARRIED FORWARD R

    Par

  • 8/11/2019 Electrical Bill of Quantities

    22/32

  • 8/11/2019 Electrical Bill of Quantities

    23/32

    Buffalo City Municipality

    Contract BCC/DES/MIG/1078/2009PART C : ELECTRONIC

    Item Description Unit Qty Rates Amount

    Supply Install

    Schedule 3 : Flow Measurement Devices

    3.1 Measurement of effluent flow into the inlet works from the existing Beacon

    Bay & Gonu bie inl et flumes (FE1001 and FE1002)

    The supply and installation of the effluent flow measurement into the inlet works

    from the two existing flumes shall be implemented by the Contractor.

    The existing flow measuring flumes and ultraqsonic level detectors shall be

    removed and replaced. The Civil Contractor shall supply and install the new

    flume, and allowance for this has been made in the PC Sums for the Civil works.

    The Contractor shall allow for a E&H FMU 90 or equal & approved meter to be supplied with a

    4-20mA output to measure the overflow over the replacement flume. The remote display unit shall be

    surface mounted adjacent to MDBI. TheContractor shall supply & install one

    E&H 304 stainless steel weather protection cowl over the transmitter.

    and all fixings shall comprise 304 stainless steel and shall comply with the Specification

    3.1.1 Supply, deliver to site & install one E&H FMU 90 or equal & approved

    complete with 50m signal cable no. 2

    3.1.2 Install and connect transducer wiring and transmistter to PLC in MDBI no. 2

    3.1.3 Configure, test and commission no. 2

    3.2 Measurement of treated effluent flow from chlorine dosing tanks at the QWWTW works (FE1012)

    The supply and installation of the effluent flow measurement from the QWWTWafter the chlorine dosing process shall be implemented by the Contractor.

    The Civil Contractor shall construct a new manhole adjacent to the Chlorine

    contact tank and supply and install a new flow measuring flume.

    Allowance for this has been for the new measuring flume in the PC Sums for the

    Civil Works. The Contractor shall allow for a E&H FMU 90 or equal & approved meter to be supplied with a

    4-20mA output to measure the overflow over the new flume. The remote display unit shall be

    surface mounted adjacent to MDC. TheContractor shall supply & install one

    E&H 304 stainless steel weather protection cowl over the transmitter.

    and all fixings shall comprise 304 stainless steel and shall comply with the Specification

    E&H 304 stainless steel weather protection cowl over the transmitter.

    and all fixings shall comprise 304 stainless steel and shall comply with the Specification

    3.2.1 Supply, deliver to site & install one E&H FMU 90 or equal & approved

    complete with 100m signal cable no. 1

    3.2.2 Install and connect transducer wiring and transmistter to PLC in MDBC no. 1

    3.2.3 Configure, test and commission no. 1

    3.3 Measurement of effluent flow from the reactors to the WAS tank (FE1007, FE1008)

    The supply and installation of the effluent flow measurement from the reactors to the WAS tank

    shall be implemented by the Contractor, and shall include no flow protection for the WAS pumps.

    In addition, batch counters shall be supplied by the Sub Contractor and installed in MDBC

    to allow operators to set batch pumping targets for the WAS, which will interrupt

    the duty Was pump(s) when the prescribed batch limit has been delivered.

    The Contractor shall allow for the E&H Promag 50W meter or equal & approved to be supplied

    with a 5m cable to extend in conduits to the transmitter surface mounted adjacent to the pump chamber

    connected to the local a 24 volt Dc supply, with a 4-20 ma and pulsed output

    signals connected to the PLC in MDBC, and shall allow for the Anly batch counter

    to be installed in MDBC. The Contractor shall allow for the supply and installation

    of an E&H 304 stainless steel weather protection cowl over the transmitter.

    and all fixings shall comprise 304 stainless steel and shall comply with the Specification

    3.3.1 Supply, deliver to site & install one 80mm Promag 50W & batch countercomplete with 5m signal cable no. 2

    3.3.2 Install & connect transducer wiring & connect transmistter to PLC in MDBC no. 2

    3.3.3 Configure, test and commission no. 2

    TOTAL CARRIED FORWARD R

    Par

  • 8/11/2019 Electrical Bill of Quantities

    24/32

    Buffalo City Municipality

    Contract BCC/DES/MIG/1078/2009PART C : ELECTRONIC

    Item Description Unit Qty Rates Amount

    Supply Install

    Schedule 3 : Flow Measurement Devices

    Balance brought forward

    3.4 Measurement of RAS flow from the clarifiers to the reactors (FE1013)

    The supply and installation of the RAS effluent flow measurement from the three clarifiers

    to the reactors shall be implemented by the Contractor.

    The Contractor shall allow for the E&H Promag 10W meter or equal & approved to be supplied

    with a 5m cable to extend in conduits to the transmitter surface mounted adjacent to the pump chamber

    connected to the local a 24 volt Dc supply, with a 4-20 ma

    signal connected to the PLC in MDBC, and shall allow for the supply and installation

    of an E&H 304 stainless steel weather protection cowl over the transmitter.

    and all fixings shall comprise 304 stainless steel and shall comply with the Specification

    3.4.1 Supply, deliver to site & install one 80mm Promag 10W

    complete with 5m signal cable no. 3

    3.4.2 Install & connect transducer wiring & connect transmistter to PLC in MDBC no. 3

    3.4.3 Configure, test and commission no. 3

    3.5 Sludge dewatering works polyelectrolyte flow monitor & control (PF1020 & PF1021)

    The Contractor shall receive as free issue, install, connect, configure, test

    and commission one Promag 10W flow meter to be supplied by Huber to

    measure the polyelectrolyte flow to the belt presses.The meter shall be supplied with a 20m cable to extend in conduits to the transmitter

    surface mounted adjacent in the control room adjacent to MDBS, and connected to the local

    24 volt Dc supply, with a 4-20 ma connected to MDBS.

    The system shall provide control and indication data. The transmitters shall be surface mounted

    adjacent to MDBS.

    3.5.1 Receive as free issue from Huber, install no. 2

    3.5.2 Install wiring between transducers and transmitter no. 2

    3.5.3 Test and commission complete flow system no. 2

    3.6 Sludge dewatering works thin sludge flow monitor & control (TF1020 & TF1021)

    The Contractor shall receive as free issue, install, connect, configure, test

    and commission one Promag 10W flow meter to be supplied by Huber to

    measure the thin sludge flow from the WAS buffer tank to the belt presses.

    The meter shall be supplied with a 20m cable to extend in conduits to the transmitter

    surface mounted adjacent in the control room adjacent to MDBS, and connected to the local

    24 volt Dc supply, with a 4-20 ma connected to MDBS.

    The system shall provide control and indication data. The transmitters shall be surface mounted

    adjacent to MDBS.

    3.6.1 Receive as free issue from Huber, install no. 2

    3.6.2 Install wiring between transducers and transmitter no. 2

    3.6.3 Test and commission complete flow system no. 2

    3.7 Measurement of WAS flow from the WAS buffer tank to the drying lagoons (FE10XX)

    The supply and installation of the WAS effluent flow measurement from the WAS buffer

    tank to the drying lagoons shall be implemented by the Contractor.

    The Contractor shall allow for the E&H Promag 10W meter or equal & approved to be supplied

    with a 5m cable to extend in conduits to the transmitter surface mounted adjacent

    to the pump chamber & connected to the local a 24 volt Dc supply, with a 4-20 ma

    signal connected to the PLC in MDBS, and shall allow for the supply and installation

    of an E&H 304 stainless steel weather protection cowl over the transmitter,and all fixings shall comprise 304 stainless steel and shall comply with the Specification

    3.7.1 Supply, deliver to site & install one 80mm Promag 10W or equal & approved

    complete with 5m signal cable no. 1

    3.7.2 Install & connect transducer wiring & connect transmistter to PLC in MDBS no. 1

    3.7.3 Configure, test and commission no. 1

    TOTAL CARRIED FORWARD R

    Par

  • 8/11/2019 Electrical Bill of Quantities

    25/32

    Buffalo City Municipality

    Contract BCC/DES/MIG/1078/2009PART C : ELECTRONIC

    Item Description Unit Qty Rates Amount

    Supply Install

    Schedule 3 : Flow Measurement Devices

    Balance brought forward

    3.8 Measurement of wash water flow from the chlorine contact tank to the belt filters and inlet works (FE10XX)

    The supply and installation of the wash water flow measurement from the chlorine

    tank to the sludge dewatering plant and the inlet works shall be implemented by

    the Contractor, who shall allow for the E&H Promag 10W meter to be supplied

    with a 5m cable to extend in conduits to the transmitter surface mounted adjacent

    to the pump chamber connected to the local a 24 volt Dc supply, with a 4-20 ma

    signal connected to the PLC in MDBS, and shall allow for the supply and installation

    of an E&H 304 stainless steel weather protection cowl over the transmitter,

    and all fixings shall comprise 304 stainless steel and shall comply with the Specification

    3.8.1 Supply, deliver to site & install one 80mm Promag 10W or equal & approved

    complete with 5m signal cable no. 1

    3.8.2 Install & connect transducer wiring & connect transmistter to PLC in MDBS no. 1

    3.8.3 Configure, test and commission no. 1

    3.9 Measurement of combined effluent flow from the inlet works to the reactors (FE1003)

    The supply and installation of the combined effluent flow measurement from the

    inlet works to the reactors shall be implemented by the Contractor.

    The Civil Contractor shall construct a new measuring flume in the outlet chamber

    of the Inlet Works, and supply and install a new flow measuring flume.Allowance for this has been for the new measuring flume in the PC Sums for the

    Civil Works. The Contractor shall allow for a E&H FMU 90 meter or equal & approved to be supplied with a

    4-20mA output to measure the overflow over the new flume. The remote display unit shall be

    surface mounted adjacent to MDI. TheContractor shall supply & install one

    E&H 304 stainless steel weather protection cowl over the transmitter.

    and all fixings shall comprise 304 stainless steel and shall comply with the Specification

    E&H 304 stainless steel weather protection cowl over the transmitter.

    and all fixings shall comprise 304 stainless steel and shall comply with the Specification

    3.9.1 Supply, deliver to site & install one E&H FMU 90 or equal & approved

    complete with 100m signal cable no. 1

    3.9.2 Install and connect transducer wiring and transmistter to PLC in MDBC no. 1

    3.9.3 Configure, test and commission no. 1

    TOTAL FOR SCHEDULE CARRIED FORWARD TO SUMMARY R

    Par

  • 8/11/2019 Electrical Bill of Quantities

    26/32

    Buffalo City Municipality

    Contract BCC/DES/MIG/1078/2009PART C : ELECTRONIC

    Item Description Unit Qty Rates Amount

    Supply Install

    Schedule 4 : Pressure Measurement, proximity switches and s olenoid valves

    4.1 Inlet works solenoid valves

    Solenoid valves for the control of wash water to the screens, and the

    control of wash water to the storage tanks are provided as free issues to the Contractor.

    (SV1030 & SV1031 & WV1030)

    4.1.1 Receive as free issue from Huber, install no. 3

    4.1.2 Install wiring between solenoid valves and MDBI no. 3

    4.1.3 Test and commission complete control system no. 3

    4.2 Inlet works proximity switches

    Proximity switches for the control of the screenings and grit bogies, and the

    control of the bogies when the roller shutter doors are opended, are provided as free issues to the Contractor.

    (SP1030 & SP1031 & GP1030)

    4.2.1 Receive as free issue from Huber, install no. 6

    4.2.2 Install wiring between proximity switches and MDBI no. 6

    4.2.3 Test and commission complete control system no. 6

    4.3 Sludge dewatering works solenoid valves

    Solenoid valves for the control of thick sludge to the storage bins, wash water to the drain belts,poly dilusion water and poly make up water are provided as free issues to the Contractor.

    (PW1020, PW1022, PW1023, WW1020, WW1021, & SV1020 to SV 1025)

    4.3.1 Receive as free issue from Huber, install no. 11

    4.3.2 Install wiring between solenoid valves and MDBI no. 11

    4.3.3 Test and commission complete control system no. 11

    4.4 Sludge dewatering works proximity switches

    Proximity switches for the control of the poly electrlyte powder, and the

    are provided as free issues to the Contractor.

    (PP1020)

    4.4.1 Receive as free issue from Huber, install no. 1

    4.4.2 Install wiring between proximity switches and MDBI no. 1

    4.4.3 Test and commission complete control system no. 1

    TOTAL FOR SCHEDULE CARRIED FORWARD TO SUMMARY R

    Par

  • 8/11/2019 Electrical Bill of Quantities

    27/32

    Buffalo City Municipality

    Contract BCC/DES/MIG/1078/2009PART C : ELECTRONIC

    Item Description Unit Qty Rates Amount

    Supply Install

    Schedule 5 : Motor control equipment & syst em programming

    5 Low Voltage Electrical Motor Control Centres

    Supply, delivery and installation of surface f loor mounted units,

    including all fixing goods and lockable hinged doors, as

    specified and detailed in the drawings. All to SABS 0122

    and IEC 439-1

    The Sub Contractor shall provide for the motor control, VFC starters, PLC's MMI's

    auxiliary relays, and control circuit wiring complete.

    Refer to drawings for all plant motor control centre details.

    Flow and level monitoring equipment are measured separately

    but the Sub Contractor shall allow for the installation, connection, testing

    of these items in the tendered rate for each MCC, and the complete

    functional testing of the panel before dispatch to Site.

    The functional Works testing shall be witnessed by the Engineer.

    5.1 Inlet Works DBI

    5.1.1 Supply no. 1

    5.1.2 Programming MMI & functional works testing no. 1

    5.1.3 Deliver to site and offload no. 1

    5.1.4 Install & connect all cables (cable terminations measured elsewhere) no. 1

    5.1.5 Test, commission and provide CoC no. 1

    5.2 Control room DBC

    5.2.1 Supply no. 1

    5.2.2 Programming MMI & functional works testing no. 1

    5.2.3 Deliver to site and offload no. 1

    5.2.4 Install & connect all cables (cable terminations measured elsewhere) no. 1

    5.2.5 Test, commission and provide CoC no. 1

    5.3 Sludge dewatering DBS

    5.3.1 Supply no. 1

    5.3.2 Programming MMI & functional works testing no. 1

    5.3.3 Deliver to site and offload no. 1

    5.3.4 Install & connect all cables (cable terminations measured elsewhere) no. 1

    5.3.5 Test, commission and provide CoC no. 1

    5.4 Blower Room DBB

    5.4.1 Supply no. 1

    5.4.2 Deliver to site and offload by ABS no. 1

    5.4.3 Install & connect all cables (cable terminations measured elsewhere) no. 1

    5.4.4 Test, commission and provide CoC no. 1

    5.4.5 Coordinate activities with ABS no. 1

    5.5 Blower Room blower motor drives

    5.3.1 Each blower units is supplied with its own motor drive panel by ABS no. 0

    5.3.2 MMI programming & functional works testing by ABS no. 0

    5.3.3 Deliver to site and offload by ABS no. 0

    5.3.4 Install & connect all cables from DBB (cable terminations measured elsewhere) no. 3

    5.3.5 Test, commission and provide CoC by ABS no. 0

    5.3.6 Coordinate activities with ABS no. 1

    5.6 Chlorine dosing roo m DBCl5.6.1 Supply no. 1

    5.6.2 Programming MMI & functional works testing no. 1

    5.6.3 Deliver to site and offload no. 1

    5.6.4 Install & connect all cables (cable terminations measured elsewhere) no. 1

    5.6.5 Test, commission and provide CoC no. 1

    TOTAL FOR SCHEDULE CARRIED FORWARD TO SUMMARY R

    Par

  • 8/11/2019 Electrical Bill of Quantities

    28/32

    Buffalo City Municipality

    Contract BCC/DES/MIG/1078/2009PART C : ELECTRONIC

    Item Description Unit Qty Rates Amount

    Supply Install

    Schedule 6 : Operators mimic panel and effluent quality measurement

    6.1 Wall mounted operators' mimic panel unit installed in the

    Control room, and connected to the UPS supply

    in the main LV panel, and to the data network using Cat 5 cable, and

    equipped in accordance with the Specification

    The mimic panel shall be wired and fully commissioned before

    delivery to site.

    The Mimic panel shall comprise a 42 inch LCD screen equivalent to Sony Bravia, or equal & approved.

    6.1.1 Supply no. 1

    6.1.2 Deliver to site, offload and install no. 1

    6.1.3 Connect to LV supply, data circuits, earthing & outgoung circuits no. 1

    6.1.4 Configure mimic diagram and active data elements no. 1

    6.1.5 Test and Commission and provide COC no. 1

    6.2 Measurement of the quality of effluent discharged from the QWWTW

    The supply and installation of the quality measurement equipment for the effluent

    discharged from the QWWTW shall be implemented by the Sub Contractor.

    The effluent quality measurement equipment shall be supplied and installed in

    in the new flow measuring flume chamber adjacent to the Chlorine contact tank

    with the following measurement probes installed in the chamber, and connectedwith appropriate cable to the associated controller mounted adjacent to the chamber.

    The Contractor shall connect the measuring equipment to the local a 24 volt Dc

    supply, with the relevant 4-20 ma signals representing each measurand extended

    to the Control room, where they shall be displayed, recorded, and transmitted by SCADA.

    Contractor shall allow for the programming of each measurand & the generation of the specific weekly report.

    All fixings shall comprise 304 stainless steel and shall comply with the Specification

    6.2.1 HACH CL 17 residual chlorine analyzer ( or equal and approved) no. 1

    6.2.2 HACH Solitax turbidity & suspended solids analyzer, with sc 100 standard no. 1

    controller (Cat No 69401-00) (or equal and approved)

    6.2.3 HACH installat ion kit for Solitax (Cat No 57344-00) (or equal and approved) no. 1

    6.2.4 HACH Nitratax nitrate analyser with mounting hardware and sc 100 standard no. 1

    controller (Cat No 61392-00) (or equal and approved)

    6.2.5 HACH NH4D sc ammonia sensor (Cat No LXV437) (or equal and approved) no. 1

    6.2.6 HACH installat ion kit for NH4D (Cat No 57344-00) (or equal and approved) no. 1

    6.3 Measurement of the effluent quality in the reactors

    In addition to the DO and MLSS measurement which are supplied and installed

    by the specialist sub contractor (ABS) in the two reactors, the Contractor shall

    supply and install nitrate and ammonia measuring equipment in each reactor.

    The following measurement probes shall be installed in each reactor,

    with appropriate cable to the associated controller mounted in the blower room.

    The Contractor shall connect the measuring equipment to the local a 24 volt Dc

    supply, with the relevant 4-20 ma signals representing each measurand extended

    to the Control room, where they shall be displayed, recorded, and transmitted by SCADA.

    Contractor shall allow for the programming of each measurand & the generation of the specific weekly report.

    All fixings shall comprise 304 stainless steel and shall comply with the Specification

    6.3.1 HACH Nitratax nitrate analyser with mounting hardware and sc 100 standard no. 2

    controller (Cat No 61392-00) (or equal and approved)

    6.3.2 HACH NH4D sc ammonia sensor (Cat No LXV437) (or equal and approved) no. 2

    6.3.3 HACH installation kit for NH4D (Cat No 57344-00)(or equal and approved) no. 2

    TOTAL FOR SCHEDULE CARRIED FORWARD TO SUMMARY R

    Par

  • 8/11/2019 Electrical Bill of Quantities

    29/32

    Buffalo City Municipality

    Contract BCC/DES/MIG/1078/2009PART C : ELECTRONIC

    Item Description Unit Qty Rates Amount

    Supply Install

    Schedule 7 : CCTV installation

    1 Camera Sites

    1.1 Dome Camera with lens No 3

    1.2 Dome Camera mounting bracket No 3

    1.3 Combined Co-ax, Data & Power Cable - camera to encoder m 30

    1.4 IP based encoder No 0

    1.5 Fibre Termination, Pigtail & Connector Sets 6

    1.6 Equipment kiosk as per specification No 1

    1.7 Electrical Earthing & Testing No 1

    1.8 Pole earthing as per specification No 1

    1.9 8m Camera Pole and installation No 1

    1.1 Foundation & civil works for Camera Pole No 1

    2 Control Centre equipment

    2.1 Video Console No 0

    2.2 Monitor - Type A No 1

    2.3 Monitor - Type B No 1

    2.4 IP based decoder No 1

    2.5 Control Keyboard No 1

    2.6 DVR No 12.7 Video Management System (VMS) Sum 1

    2.8 Software Configuration Sum 1

    2.9 Equipment Racks No 2

    2.1 Terminations & Connectors Sum 1

    3.0 cabling, testing and commissioning

    3.1 CAT5E - Type A m 200

    The Contractor shall allow to test and commission the CCTV system as defined in

    Part 11, and shall make allowance for the process of completion inspections and

    certificates as s ecified in Part 11The Contractor shall allow to test and commission the CCTV system as defined in

    Part 11, and shall make allowance for the process of completion inspections and

    certificates as specified in Part 11

    3.2

    Complete first delivery inspections and the issue of first delivery certificate as

    specified in Part 11 Sum 1

    0.00

    TOTAL FOR SCHEDULE CARRIED FORWARD R

    Par

  • 8/11/2019 Electrical Bill of Quantities

    30/32

    Buffalo City Municipality

    Contract BCC/DES/MIG/1078/2009PART C : ELECTRONIC

    Item Description Unit Qty Rates Amount

    Supply Install

    Schedule 8 : Provisional Sums

    Provisional Sums have been provided for the following it ems, which shall be expended at the

    sole discretion of the Engineer, and may be omitted in part or in full f rom the final value of the Contract Works.

    8.1 Contingencies

    8.1.1 Allow a sum for additional scope or changes to the defined scope of work, 550000.00

    at the discretion of the Engineer, and may be omitted in part or in full Sum 1

    8.1.2 Contractors profit and attendance on item 8.1.1 %

    8.2 Provision of intercom facility for QWWTW

    8.2.1 Allow for the supply & installation of an intercom facility for the QWWTW,

    at the discretion of the Engineer, and may be omitted in part or in full Sum 1 10000.00

    8.2.2 Contractors profit and attendance on item 8.2.1 %

    8.3 Provision of additional process and/or O&M reports and/or variations

    to the mimic panel at QWWTW

    8.3.1 Allow for the configuration of additional process, O&M reports and additions to

    the mimic panel, at the discretion of the Engineer. Sum 1 100000.00

    8.3.2 Contractors profit and attendance on item 8.3.1 %

    8.4 Programming the SCADA and the control PLC's for the additional

    modes of operation.

    The Contractor has made allowance in the tendered rates for normal "AUTO"

    and "MANUAL" modes of operation for each item of plant within the QWWTW.

    In accordance with Part 11.3.9, the Employer wishes to add two further

    optional modes of operation, for which the following provisional sum has been

    provided to cover the cost incurred by the Contractor in programming,

    configuring, and developing the associated reports for each of the following two

    modes: "Off peak AUTO" and "Standby alternator AUTO"

    8.4.1 Allow for the configuration of additional process operating modes, and

    and additions to the mimic panel, at the discretion of the Engineer. Sum 1 200000.00

    8.4.2 Contractors profit and attendance on item 8.4.1 %

    8.5Provision of additional PC based SCADA hardware and software to connect

    QWWTW to BCM control centre and to Configure the specified QWWTW I/O

    and prepare the required output reports.

    8.5.1 Allow for the supply ,installation, commissioning and technical support of this Sum 1 300000.00

    database

    8.5.2 Contractors profit and attendance on item 8.5.1 %

    TOTAL FOR SCHEDULE CARRIED FORWARD R

    Par

  • 8/11/2019 Electrical Bill of Quantities

    31/32

    Buffalo City Municipality

    Contract BCC/DES/MIG/1078/2009PART C : ELECTRONIC

    SUMMARY FOR PART C : ELECTRONIC SERVICES

    SCHEDULE 8 : PROVISIONAL SUMS

    SCHEDULE 1 : SCADA, TELEMETRY & ACCESS CONTROL EQUIPMENT

    SCHEDULE 2: LEVEL CONTROL AND MONITORING EQUIPMENT

    SCHEDULE 3 :FLOW MEASUREMENT DEVICES

    SCHEDULE 4 : PRESSURE MEASUREMENT, PROXIMITY SWITCHES & SOLENOID VALVES

    SCHEDULE 5 :MOTOR CONTROL EQUIPMENT & SYSTEM PROGRAMMING

    SCHEDULE 6 : OPERATORS MIMIC PANEL & EFFLUENT QUALITY MEASUREMENT

    SCHEDULE 7 : CCTV INSTALLATION

    TOTAL FOR PART C CARRIED TO ELECTRICAL SUMMARY

    Par

  • 8/11/2019 Electrical Bill of Quantities

    32/32

    CONTRACT No.BCC/DES/MIG/1078/2009 BILL OF QUANTIT

    PART DESCRIPTION AMOUNT

    A Preliminary and General R

    B Electrical Engineering Services R

    C Electronic Services R

    R

    Signed : .

    on behalf of :.

    Date : .

    SUMMARY OF ELECTRICAL SCHEDULE OF QUANTITIES

    TOTAL OF PRICED ITEMS

    Carried to Main Summary Page