Sei sulla pagina 1di 121

PART-B:

PARTICULAR SPECIFICATION, DATA SCHEDULE AND


SCHEDULE OF PRICE
Contents

1 INTRODUCTION ....................................................................................................................................... 1

1.1 Purpose of the Project .......................................................................................................................... 1

1.2 Description of Existing System ........................................................................................................... 1

1.3 Scope of New Works ........................................................................................................................... 1

2 PROGRAMME OF THE WORKS ............................................................................................................. 2

3 ENVIRONMENTAL CONDITIONS ON SITE ......................................................................................... 3

4 MECHANICAL PARTICULAR REQUIREMENT ................................................................................... 3

4.1 Borehole Pump Set .............................................................................................................................. 3

4.1.1 Eligibility of Pump Set Suppliers ................................................................................................ 3

4.1.2 Borehole Pump Performance ....................................................................................................... 3

4.1.3 Borehole Pump Set Construction ................................................................................................. 6

4.1.4 The Submersible Motors .............................................................................................................. 6

4.1.5 Column Pipe ................................................................................................................................ 7

4.1.6 Support Plate and Pipe ................................................................................................................. 8

4.1.7 Borehole Cable to Pump Set ........................................................................................................ 8

4.1.8 Supply of Technical Information ................................................................................................. 9

4.1.9 Borehole Pump Set Factory Testing .......................................................................................... 10

4.1.10 Head Works Equipment, Valves and Pipe work ........................................................................ 10

4.2 TRANSFER PUMPING STATIONS PS1, PS1’ and PS2 ................................................................ 12

4.2.1 Transfer Pump Sets General ...................................................................................................... 12

4.2.2 Eligibility of Transfer Pump Set Suppliers ................................................................................ 12

4.2.3 Multistage Centrifugal Horizontal Pump Set ............................................................................. 13

4.2.4 Borehole Pump Performance ..................................................................................................... 13

4.2.5 Transfer pump Motor Sizing and De-rating............................................................................... 14

4.2.6 Transfer Pump Materials............................................................................................................ 14

4.2.7 Supply of Transfer Pump Set Technical Information ................................................................ 15

4.2.8 Transfer Pumping Stations Pipe work ....................................................................................... 15

i
4.2.9 Transfer Pumping Stations Valves............................................................................................. 17

4.2.10 Transfer Pumping Stations Surge Suppression Plant ................................................................. 18

4.2.11 PS1 Transfer Station Chlorination System ................................................................................ 20

4.2.12 Standby Diesel Generator Set .................................................................................................... 22

4.2.13 Generator Set and Fuel Storage Details ..................................................................................... 23

4.2.14 Starting and Changeover ............................................................................................................ 24

5 ELECTRICAL PARTICULAR REQUIREMENT ................................................................................... 24

5.1 Electrical General .............................................................................................................................. 25

5.1.1 Scope.......................................................................................................................................... 25

5.1.2 EEU Work.................................................................................................................................. 25

5.1.3 Motor and Equipment Voltages ................................................................................................. 26

5.2 Main LV Switchboard ....................................................................................................................... 26

5.2.1 Control & Instrumentation Section ............................................................................................ 26

5.2.2 Chlorination Building Plant Supplies Distribution Board (for PS1 LV switch board ) ............. 27

5.2.3 Power Factor Correction ............................................................................................................ 27

5.2.4 Transformer and Generator Incoming Circuit Breakers ............................................................ 28

5.3 Borehole motor starters ...................................................................................................................... 28

5.4 Transfer Pump Motor Starters (PS1, PS1’ and PS2) ......................................................................... 29

5.5 Sump Pump Motor Starters................................................................................................................ 30

5.6 Chlorination System and Control ...................................................................................................... 31

5.7 Programmable Logic Controller (PLC) ............................................................................................. 32

5.7.1 General ....................................................................................................................................... 32

5.7.2 PLC Functions ........................................................................................................................... 32

5.7.3 PLC Software............................................................................................................................. 33

5.7.4 PLC I/O Modules ....................................................................................................................... 33

5.7.5 Engineer’s Terminal for maintenance and backup .................................................................... 34

5.7.6 Radio Modems ........................................................................................................................... 34

5.8 Telemetry & Central Control Panel ................................................................................................... 36

5.8.1 Telemetry System Operation ..................................................................................................... 38

5.8.2 Central Synoptic Control Panel ................................................................................................. 39


ii
5.9 Cables ................................................................................................................................................ 40

5.9.1 Cable Types and Uses ................................................................................................................ 40

5.9.2 Cable Routes .............................................................................................................................. 41

5.9.3 Voltage Drop.............................................................................................................................. 42

5.9.4 Cable Rating Requirements ....................................................................................................... 42

5.9.5 Cable Termination Schedules .................................................................................................... 43

5.9.6 Cable Loop Diagrams ................................................................................................................ 43

5.10 All necessary cables, connectors and accessories .............................................................................. 43

5.10.1 Bonding...................................................................................................................................... 44

5.10.2 Station Earth .............................................................................................................................. 44

5.10.3 Instrumentation Earth System .................................................................................................... 45

5.10.4 Lightning Protection System...................................................................................................... 45

6 TOOLS AND WORKSHOP EQUIPMENT ............................................................................................. 46

6.1 General ............................................................................................................................................... 46

6.2 General Tool Kit ................................................................................................................................ 46

6.3 Power Tools, Accessories and Measuring Equipment ....................................................................... 47

6.4 Electrical Test Equipment .................................................................................................................. 47

7 SPARES ..................................................................................................................................................... 48

8 SPECIAL TOOLS ..................................................................................................................................... 48

9 INSTALLATION, OPERATION AND MAINTENANCE MANUALS ................................................. 48

10 DATA SCHEDULE .............................................................................................................................. 48

11 PRICE SCHEDULE .............................................................................................................................. 71

iii
1 INTRODUCTION

1.1 Purpose of the Project

The overall project involves reducing the water supply deficit in the town of Gondar by
developing new boreholes to provide an additional, considering 18 hours operation per
day, from 15,196m3/day to 15,520m3/day of potable water to the city. It includes
Constructing all necessary civil works, transmission pipelines, build service reservoirs, associated
electro-mechanical installations, and distribution system reinforcements to distribute the additional
water to deficit areas.

1.2 Description of Existing System

According to recent study done by MS Consultancy, the main water sources of the town of
Gondar are the conventional Angereb Treatment plant and boreholes located in Agereb valley.
The combined average production capacity of the treatment plant and the operational wells

before some of the boreholes were brought to function is in the order of 8,298m3/day (96.04l/s).
Hence, the water balance computation, taking into account the current water demand of the town
is 18,442m3 /day (213.45l/s), shows that the total abstracted water from these sources covers only
45% ofthe water requirement of the town.

The water abstracted from the sources is lifted via a DN600 DCI pipe to Debrebirhan Sellasie
reservoir which is located at an elevation of 2265m.a.s.l the water is then distributed for use
from the reservoir by gravity to the different reservoirs located at different locations in the town.

Existing power supplies at Agereb treatment plant and each of the pumping stations are
obtained from EEU via incoming 15 kV overhead lines feeding into EEU owned transformers.

1.3 Scope of New Works

This part of the project will address design, supply and installation of any Electro- mechanical
work from Boreholes to each booster stations including disinfection and surge protection system.

A summary of the scope of works detailed herein is as follows:

 Design, supply and installation of submersible pumps, control devices, etc for each eight (8)
boreholes in accordance with the general and particular specifications.
 Design, supply and install chemical dosing plant capable to disinfect daily production of the

1
project.
 Design, supply and installation of Surface centrifugal booster pumps at PS1 (Kola Diba),
PS1’ (Intermediate) and PS2 (Loza) and disinfection system at PS1 according to the
general and particular specifications and BOQ.
 Provision of four new pumps (3 duty and 1 standby ) and associated pipe work, ancillaries,
electrical works, generators, transformers and surge vessels at the new pump station at PS1, to

transfer 15,520m3/day to PS1’.


 Provision of Four new pumps (3 duty and 1 standby ) and associated pipe work,
ancillaries, electrical works, generators, transformers and surge vessels at the new

pump station at PS1’, to transfer 15,520m3/day to PS2.


 Provision of Four new pumps (3 duty and 1 standby ) and associated pipe work,
ancillaries, electrical works, generators, transformers and surge vessels at the new pump
station at PS2 (Loza), to transfer 15,520m3/day to Keranyo Reservoir, where water distributed
to users via gravity supply network.
 Design LV electrical control system and installation at all boreholes and booster
Pump stations.
 Provision of instrumentation and controls for the aforementioned works.
 Design, supply and install ground water monitoring system that includes:-

o Borehole water level


o Temperature of the submersible motors.
o Discharge of each borehole
o Pressure at the borehole head
o Flow at each borehole
 Supply and install standby diesel generator sets for well fields, PS1, PS1’ and
PS2.
 Supply and install surge vessels with all accessories at PS1, PS1’ and PS2.
 Perform radio propagation survey and design radio communication network which allow
remote operation and control of the water supply system as whole.
 Supply and install pipes and fittings and other accessories for boreholes and
surface booster pump stations.
 Associated and ancillary works.

2 PROGRAMME OF THE WORKS

The Electro Mechanical Contractor shall coordinate the work under this contract with Civil
Contractor performing work on this project to ensure safe delivery, storage and installation of
materials and to facilitate timely completion of the project.
2
3 ENVIRONMENTAL CONDITIONS ON SITE

All items of plant shall be de-rated for an altitude of 2,200m.a.s.l and an ambient temperature of
16°C to 20 °C. All plant which relies on air (or gas at ambient pressure) shall be de-rated in
accordance with the altitude at the site.

4 MECHANICAL PARTICULAR REQUIREMENT

4.1 Borehole Pump Set

4.1.1 Eligibility of Pump Set Suppliers

It is essential that the borehole pump set installation is simple, reliable, sustainable and easy to
operate. The sustainability of an installation of this nature is dependent on good maintenance which
requires a good support service from the pump supplier or his agent. The pump supplier shall
therefore be limited to one who can demonstrate the provision of an effective support service and
extensive experience in working in this type of environment.

The following aspects must be satisfied:-

 The pump set supplier must have a base or agent in Ethiopia and have been
supplying submersible pump sets to projects of the same nature for at least
the last five years.
 There should be access to trained personnel who can provide advice and support
regarding unusual problems and repairs.
 Access to facilities for major repairs shall be available.

4.1.2 Borehole Pump Performance

For Tender purposes the pump set technical requirement and costs shall be determined using the
pump duty points detailed below.

The actual pump shall be determined during final design made by the contractor and approved by
the engineer. No cost variation will be accepted due to change occurred during final design.

3
Trans. Main pipe

Total Head ( m )
Casing diameter
Borehole Coordinate

Well depth(m)

Riser pipe size


pump setting

Yield ( Q )

DWL (m)

size (mm)
Borehole

(lit/sec)
(inch)

(inch)
depth
ID
X Y Z

TPW-4 318820 1371187 1805 340 8& 6 166.00 20 49.99 4 200 135

TPW-5 318110 1371658 1811 361 8& 6 172.00 20 96.95 4 200 165

TPW-6 318291 1370948 1806 321.1 8& 6 172.50 25 88.45 4 200 165

TPW-7 319362 1370949 1803 286 10& 6 112.00 35 57.55 6 200 160

TPW-8 318949 1370592 1802 301 8& 6 143.50 20 46.02 4 200 135

TPW-9 319551 1370466 1802 282 10& 6 174.00 40 60.12 6 200 160

TPW-10 319363 1369913 1802 264 10& 6 174.00 35 89.45 6 200 160

TPW-11 319712 1369616 1800 350.5 10& 6 * 35- * 6 200 160


40*

Total Capacity 230-235 lit/sec

Remark:

*TPW-11 under drilling, the yield assumed to be 40 lit/sec.

4
The bidder shall supply details of the pump set in the Technical Schedules which must include
the pump number, bowl size, number of stages used, size of pump with cable and size of motor,
upon which the pump set cost is based.

For one well ( PW11 ) which is under drilling when the final pump set duty point and borehole
details are known then the pump set ratings and sizing will be determined without any cost
variation. As soon as these details have been supplied to the Contractor then the Contractor is
required to supply the complete pump set including the appropriate cable within 12 weeks.

The success of a borehole installation is predominantly dependent on the correct selection of the
pump unit and auxiliary equipment after the completion of the borehole testing when the full
borehole performance is known.

For final design or to draw workshop drawing, the following information will be made available
to the Contractor to enable his pump manufacturer select the correct pump set.

 Minimum internal diameter of the borehole


 Borehole total depth
 Borehole static water level
 Required pump flow
 Dynamic water level for the required flow
 Borehole maximum sustainable flow
 Dynamic water level for borehole maximum sustainable water flow
 Type of casings and internal diameters
 Screen setting and diameter
 Type of screen
 Water analysis
 Elevation and ambient conditions for motor de-rating.

The Contractor will also be supplied with a system curve for the pipe work from the edge of
the borehole compound to the PS1. The Contractor must modify this system curve to include the
head losses in the column pipe together with all the head losses in valves and pipe work at ground
level within the Contractor’s supply. The Contractor shall submit the pump performance curve
superimposed on the revised system curve to the Engineer for approval prior to the manufacture
of the pump set. This set of curves shall include the recommended Pressure Sustaining Valve
setting which is mounted at ground level within the Valve and Control Panel Room.

The Pressure Sustaining Valve shall be set to ensure that the pump flow rate never exceeds either
the maximum permissible flow rate of the pump set or the borehole safe sustainable yield under
varying aquifer conditions.

5
The Contractor shall supply complete pump set curves in addition to a revised
Technical Schedule for each pump set supplied.

4.1.3 Borehole Pump Set Construction

The pump sets shall comply with the requirements of the standard specification of
Electric Submersible Borehole Pump sets.
The pump suction shall preferably be placed above the filter section of the borehole to ensure the
motor is properly cooled. The water temperature shall be taken into account when establishing
the cooling water flow rates.

Materials of construction shall be selected with due regard to the water being pumped and the risk
of corrosion, cavitation, and metal-to-metal galling that can occur within a pump in all its modes of
operation.

The following table outlines the general material construction of the pump. Contractor must
specify in detail materials offered in the Data Schedules of Technical Information.

Pump Parts Material

Casings Grey cast iron

Impeller Zinc free bronze

Shaft Stainless steel

Shaft sleeves Stainless steel

Wear rings Zinc free bronze

The pump shall be fitted with a lifting disc type check valve. The check valve shall be designed for
minimum friction loss.

Each pump shall be complete with 0.5 meter length of galvanized steel grade 304 column pipes.
This shall be attached directly to the pump check valve discharge.

4.1.4 The Submersible Motors

The motor shall be suitable for three phases 380V, 50 Hz power supply and shall comply in all
aspects with the relevant parts of BS 4999 and BS 5000, and shall be designed to run at high power
factor and efficiency at the prescribed plant duty.
6
The motor shall be three phase, squirrel cage, induction type, continuously rated for the
specified duty, totally enclosed and suitable for operation on the electricity supply and determined
by the supplier in relation to the power requirements, ambient temperature, altitude and normal
working conditions. The starting (locked rotor) current of the motor shall not exceed 6 times the full
load operating current. Motor starting torque shall be at least 120% of the pump torque
requirements throughout the starting sequence. Motors shall be capable of running backwards at
rated speeds under backflow conditions without damage to the motor.

In addition to the requirements of BS 5000, the motor shall be capable of satisfactory operation
with a frequency variation of 5% above or below the normal frequency of 50
Hz. Motors shall have class Y or better insulation with class B or better temperature rise
limitations.

The motor shall be capable of continuous operation under water. The protection index for motors
shall be IP 68 or better. The motor shall be installed vertically and rigidly coupled to the
multistage submersible pump such that both the pump and motor are completely flooded. The stator
shall be rewind able type.

An expansion chamber or diaphragm shall be provided to relieve thermal expansion of internal


motor fluid due to temperature, and shall provide motor internal and external pressure balance
under all conditions of temperature and pressure.

The motor shall be water filled type shall be designed for star–delta starting and shall be fitted
with PT 100 (RTD) to measure the temperature of each winding.

The motor shall be de-rated due to the high altitude of the borehole sites. The sizing shall be
calculated as follows:

Maximum possible run out absorbed power P kW


Add a 10% margin (P+10%) kW
Factor up by 12% for altitude de-rating (P+10%) x 1.12 kW Hence
the selected motor size must equal or be greater than 1.232P kW
The speed of the pump set shall not exceed 3,000 rpm.

4.1.5 Column Pipe

Column pipes shall be threaded and manufactured from galvanized steel. Pipes shall be supplied
in meter length. The contractor has the facility to shorten the end pipe as required on site to enable
the setting depth of each pump set to be adjusted on site.

7
Column pipes shall have diameters depending on the yield of the wells and pump outlet
diameter.

The top pipe shall be 1 meter long with a flanged ends. These 1 meter sections are in addition
to the 0.5 meter section that is attached immediately to the pump outlet.

The number and PN rating of each type of pipe detailed above is specified in the
Schedule of Prices.

The setting depth shall be set to the satisfaction of the following two points:-

 The top of the upper bowl is submerged at all times.


 The NPSH requirement is met at all possible flow rates.
The Contractor shall supply six sets of pipe clamps, special equipment and special tools for
the installation of the column pipe and the electro-submersible pump set. Those clamps,
special equipment and special tools shall be the employers’ property after installation for the
purpose of future maintenance. Any equipment and tools damaged due process shall be replaced
by the contractors with the same specification and brand.

4.1.6 Support Plate and Pipe

The Contractor shall supply and install the borehole support pipe and support plate generally as
shown on drawing.

The support pipe shall be made to support all static and dynamic loads due to the pump set,
column pipe and water column. The support pipe shall be coated with a zinc epoxy primer and a
two pack epoxy over coat.
The support plate which incorporates the column pipe connector shall be manufactured in stainless
steel of a grade 304 or better. The support plate shall be made to support all static and dynamic
loads due to the pump set, pipe work and water column.

Drawing shows a typical general arrangement of the support pipe and support plate. The pump
manufacturer may alter this arrangement to his preferred arrangement. In such a case the
Contractor shall submit drawings of the support pipe and support plate for approval.

4.1.7 Borehole Cable to Pump Set

The size and length of the power cables can only be determined when the selected pump set and
setting depth for each borehole is final agreed upon based on well design and screens
positions.

8
Flexible cables where required and used to supply submersible motors shall be
600/1000- volt grade multi-core cable PVC insulated with PVC sheath having, flexible, annealed
and tinned copper conductors of high conductivity.

The cable shall be suitable for suspension within a borehole and shall be flat in type. Two cable
clips shall be supplied for each 6 meters length of cable.

The cable length shall be sufficient to connect the motor from pump position in the well to switch
board in the control room and shall not allow voltage drop more than
2.5 %. Voltage drop calculation shall be provided in the technical proposal failure to do so may
lead to rejection of the technical offer for cables.

The cable size shall also be selected to carry the starting surge and nominal current of the motor
without overheating. Cable vulcanizing kit shall be provided with each submersible pump cables.

The signal cable for the pump sets is cost separately in the Schedule of Prices.

The cable length, power and signal, shall allow at least 3 meters of slack cabling at the borehole
head junction box.
The cable shall be sealed and glanded into the motor before the pump set leaves the factory. The
cable junction box shall be sealed from the outside.

The water level electrodes shall be ordered and supplied with the appropriate length of signal
cable for each borehole installation. These cables shall be terminated at the borehole head
junction box.

4.1.8 Supply of Technical Information

The Contractor shall submit the following technical information with the Tender and
complete all Schedules of Technical Information. The Contractor shall submit the following:-

 Motor De-rating Calculations


 A set of combined pump set performance curves which shall include the
standard head versus flow over the complete working range
 The pump efficiency
 The NPSH required
 The pump absorbed power
 The motor efficiency
 The motor input power

9
4.1.9 Borehole Pump Set Factory Testing

All pumps shall be tested individually in accordance with standard spec BS EN ISO 9906
Grade 1 using clean water.

The pump performance guarantee duty point shall relate to the flow rate, the total head and the
efficiency of the pump.

The tests shall be conducted as follows:

 Pump sets shall be tested at their guaranteed duty point, closed valve, the specified
run out point, pump maximum run out point, maximum permissible head and three
other points on the performance curve to be determined by the Engineer.
 Temperature sensors shall be connected to motor windings and the temperatures
recorded throughout the test shall be performed.
 Vibration of the pump sets shall be tested in accordance with the American
 Hydraulic Institute Standards (in range of 10 – 1000 Hz).
 NPSH measurement shall be recorded at all test points

Tests shall provide information for performance curves to be drawn for head/quantity,
efficiency/quantity, power absorbed/quantity and net positive suction head/quantity. All the
specified duty points in the Technical Schedules shall be shown on the performance curves.

All pump sets shall operate at their guaranteed design points within the acceptance’ tolerances for
flow rate and total head laid down in BS EN ISO 9906. The pump sets will not be accepted if they
are outside the accepted tolerances.

Vibration of the pump sets or any point outside the bearings shall be no more than 0.71 mm/s
and the vibration amplitude (crest value) shall be no more than 0.05 mm when the pump sets
run normally.

4.1.10 Head Works Equipment, Valves and Pipe work

4.1.10.1 Head Work’s Pipe work

The Contractor shall supply and install all the required pipe work above ground within each
borehole site in accordance with the specification.

The pipe shall be longitudinally welded carbon steel as per standard BS3601 and BS1092. The
internal and external protection against corrosion shall be achieved by sand blast SA 21/2 and hot
dip galvanization of minimum thickness of 80 microns.
10
The extent of the pipe work and associated fittings is shown on the drawing. The pipe work shall
be steel and flanged with EPDM gaskets approved for use with potable water. All pipe work
shall be fully supported, including the installation of all necessary thrust blocks, and no loads shall
be transferred to the flow meter or valves.

The pipe work shall have a nominal diameter of 200mm and be rated for a nominal pressure of 16
bar.

The pipe work shall include;-


 Three 200mm tied flange adaptors.
 Double flanged reducer DN200/DN100 or Double flanged reducer DN200/DN150
 Two Double flanged long radius bend 90o DN200
 Double flanged DN200 PN16 Pressure sustaining valve
 200mm x 80mm flanged tee and an 80mm double flanged pipe with
connections for a sample tap
 Double flanged dismantling piece Viking Johnson type self – anchored PN16
 200mm x 80mm flanged tee and an 80mm double flanged pipe with a
connection for an air valve and pressure relief valve.
 Double flanged Woltman turbine type water meter
 Double flanged DN200/ PN 16 Check valve and gate valve

4.1.10.2 Head Work Valves

The following valves, which shall be supplied and installed in accordance with the general
specification, are required within each borehole site.
 Two 80mm and 50mm double orifice anti shock air valves with isolation valve
 One 200mm pressure sustaining and check valve incorporating throttle plug
supplied by Bermad Valves, type 730, or of equal manufacture, performance and
quality. The hydraulic parameters for each site shall be ascertained and confirmed prior
to final assembly of each pressure sustaining valve. Flows, upstream and downstream
pressure ranges and setting pressure shall be considered using data from the pump
manufacturer and the network surge analysis.
 One 200mm isolation gate valve DN200
 One pressure relief valve set to relieve at 16 - 20 bar
 Sample tap with stop cock.
All valves shall be rated for 25 bar fully supported and all the nuts and bolts shall be in
304 stainless steel.

11
4.1.10.3 Borehole Performance Monitoring

The following equipment shall be provided and installed to monitor the performance of the
borehole and borehole pump set at each borehole site. The equipment shall be in accordance with
the standard specifications and particular specifications.

 One Electromagnetic flow meter, 200mm diameter and rated for 16 bar.
 Pressure switch 0 – 16 bar
 Pressure gauge with stop cock (0 – 16 bar)

Double flanged DN200/PN16 electromechanical flow meter with 4-20mA current output to be
connected with boreholes RTU shall be installed on the delivery pipe line of the boreholes

4.2 TRANSFER PUMPING STATIONS PS1, PS1’ and PS2

4.2.1 Transfer Pump Sets General

Transfer pump sets are required at all three pumping stations PS1, PS1’, and PS2. All these pump
sets shall be of the same type and design and shall full fill requirements in the following
paragraphs, ‘Eligibility of Pump Set Suppliers’, ‘Type of Pump Set’, ‘Motor Sizing and De-rating’,
‘Pump Materials’, ‘Data to be supplied with Tender’, and ‘Factory Testing apply to all these pump
sets.

4.2.2 Eligibility of Transfer Pump Set Suppliers

It is important that the pump set installation is simple, reliable, durable and easy to operate. The
durability of an installation of this nature is dependent on good maintenance which will
sometimes require support from the pump supplier or their agent.

The pump set supplier shall therefore be limited to one who can demonstrate the provision
of an effective support service in Ethiopia and extensive experience of working in similar
projects elsewhere.

The following aspects must be satisfied:


 The pump set supplier must have a base in Ethiopia and have been supplying pump
sets for at least the last five years.
 There should be access to trained personnel who can provide advice and
support
 regarding unusual problems and repairs.
 Access to facilities for major repairs shall be available.
12
4.2.3 Multistage Centrifugal Horizontal Pump Set

The pump shall be long coupled with its electric motor and mounted horizontally on a fabricated
steel base plate.

The pump shall have both suction and delivery radial nozzles with rolling element bearings on
both the drive and suction side. The first stage shall have a special suction impeller designed to
minimize the required NPSH. The NPSHr of the pump at the run out point shall be less than
2.0 meters.

Shaft seals shall be provided with uncooled gland packing and shaft protection sleeves made
of alloyed steel. Casing wear rings shall be provided which are easily replaceable.

Pumps shall be fitted with pressure gauges, complete with valves, pipe and fittings, on both
discharge and suction flanges.

4.2.4 Borehole Pump Performance

For Tender purposes the pump set technical requirement and costs shall be determined
using the pump duty points detailed below. The actual pump shall be determined during final
design made by the contractor and approved by the engineer.
No cost variation will be accepted due to change occurred during final design.

Coordinate Configuration
Delivery pipe
Total Head, H
Discharge, Q
(Lit/sec)

size (mm)

Booster
(m)

Station
ID Duty Standby
X Y Z No. No.

PS1 319226 1372337 1840 QT=240, 175 3 1 DCI 800/PN40


Q1=3x80

PS1’ 325342 1380595 2000 QT=240, 175 3 1 DCI 800/PN40


Q1=3x80

PS2 328334 1385728 2156.5 QT=240, 140 3 1


Q1=3x80 DCI 800/PN40

The Tenderer shall supply details of the pump set in the Technical Schedules which must

13
include the pump number, bowl size, number of stages used, suction and delivery size, Pump
material of construction and pressure ratings upon which the pump set cost is based.

4.2.5 Transfer pump Motor Sizing and De-rating

The motor sizing shall take account of maximum possible run out operation, de-rating due to
both the high ambient temperatures in the pumping station and the high altitude of the pumping
stations.The maximum ‘specified run out’ absorbed power shall be the absorbed power when
only one pump is running under the system curve condition of minimum static head.

The sizing shall be calculated as follows:


Maximum ‘specified run out’ absorbed power P kW
Add a 10% margin (P+10%) kW Factor up by
12% for altitude de-rating (P+10%) x 1.12 kW Factor up by
4% for temperature de-rating (P+10%) x 1.04 kW
Hence the selected motor size must equal or be greater than 1.276P kW

4.2.6 Transfer Pump Materials

Materials of construction shall be selected with due regard to the water being pumped and the risk
of corrosion, cavitation, and metal-to-metal galling that can occur within a pump in all its modes
of operation. The following table outlines the general material construction of the pump.
However it is the Contractor’s responsibility to select the exact grade of materials that will
provide an adequate service life. Contractor must specify in detail materials offered in the Data
Schedules of Technical Information.

Pump Parts Material

Suction Casing Cast iron


Inter-stage casing Cast iron
Discharge casing Cast iron
Diffuser Cast iron
Bearing Housing Cast iron
Stuffing box Housing Cast iron
Shaft Stainless steel
Impeller Zink free bronze
Casing and diffuser wear rings Zink free Bronze
14
Shaft sleeve Chromium steel
Shaft protecting sleeve Chromium steel
Gland Packing Graphite

4.2.7 Supply of Transfer Pump Set Technical Information

The Contractor shall submit the following technical information with the Tender and complete all
Schedules of Technical Information, Data Schedules of Technical Information, in the general
specification.

The Contractor shall submit the following:


i. Motor De-rating Calculations
ii. set of curves showing the system curves and all the duty plus the assist pump
iii. H/Q curves operating in parallel.
iv. A set of combined pump set performance curves which shall include:
 The standard head versus flow over the complete working range for the duty impeller
 Both the maximum and minimum impeller diameters.
 The pump efficiency
 The NPSH required
 The pump absorbed power
 The motor efficiency
 The motor input power

The guaranteed duty point and all other specified duty points shall be shown on these
curves.

4.2.8 Transfer Pumping Stations Pipe work

The Contractor shall supply and install all the required pipe work within the pumping stations in
accordance with the specification. The pipe work shall be steel and flanged with EPDM gaskets
approved for use with potable water. All pipe work shall be fully supported, including the
installation of all necessary thrust blocks, and no loads shall be transferred to the pumps or
valves.

Suction pipe work shall be of fabricated Longitudinally welded flanged carbon steel pipes with
Rubber gaskets (PN10) and Kingerith gaskets (PN16), size for a maximum flow velocity of 2.5
m/sec. An additional suction branch closed with a blind flange shall be provided for connection of
an additional pump in the future.

15
Delivery pipe work shall be of fabricated Longitudinally welded flanged carbon steel pipes with
Rubber gaskets (PN16) and Kingerith gaskets (PN25), size for a maximum flow velocity of 2.8
m/sec. The delivery fro each pump shall incorporate a pressure gauge, non-return valve,
isolating gate valve and shall connect to a common manifold running the length of the pump
station. The common manifold shall be erected with the pipe invert running level, and shall
incorporate a drain arrangement.

The following paragraphs detail the specific requirements for each pumping station

Pumping Station PS1


 The suction pipe work shall be rated for a nominal pressure of 10 bar
 The discharge pipe work shall be rated for a nominal pressure of 25 bar
 The suction header shall have a nominal diameter of 600mm and each section
shall be flanged connected. This header shall include four pump suction pipe
work connections
 The pipework feeding each of the pump suctions shall have a nominal diameter of
350mm and incorporate an eccentric taper connecting to the pump suction flange
 The discharge pipework from the pumps shall have a nominal diameter of
300mm and incorporate a concentric taper connecting to the pump delivery flange

 The discharge header shall have a nominal diameter of 500mm and each section shall be
flanged connected with a tied flange adaptor. This header shall, in addition to the
pump discharge connections include small bore connections for residual chlorine sample
water and a pressure gauge pipe

 21 tied flange adaptors. One 600mm on the suction header, four 350mm on the suction
header and four 300mm on the pump discharge pipe work.

Pumping Station PS1’


 The suction pipe work shall be rated for a nominal pressure of 10 bar
 The discharge pipe work shall be rated for a nominal pressure of 25 bar
 The suction header shall have a nominal diameter of 600mm and each section shall be
flanged connected. This header shall include four pump suction pipe work connections
 The pipework feeding each of the pump suctions shall have a nominal diameter of 350mm
and incorporate an eccentric taper connecting to the pump suction flange
 The discharge pipe work from the pumps shall have a ominal diameter of
300mm and incorporate a concentric taper connecting to the pump delivery flange
 The discharge header shall have a nominal diameter of 500mm and each section shall be

16
flanged connected with a tied flange adaptor. This header shall, in addition to the pump
discharge connections include small bore connections for residual chlorine sample water and
a pressure gauge pipe
 21 tied flange adaptors. One 600mm on the suction header, four 350mm on the suction
header and four 300mm on the pump discharge pipe work.

Pumping Station PS2


 The suction pipe work shall be rated for a nominal pressure of 10 bar
 The discharge pipe work shall be rated for a nominal pressure of 16 bar
 The suction header shall have a nominal diameter of 600mm and each section shall be
flanged connected. This header shall include four pump suction pipe work connections
 The pipe work feeding each of the pump suctions shall have a nominal diameter of
350mm and incorporate an eccentric taper connecting to the pump suction flange
 The discharge pipe work from the pumps shall have a nominal diameter of
300mm and incorporate a concentric taper connecting to the pump delivery flange
 The discharge header shall have a nominal diameter of 500mm and each section shall be
flanged connected with a tied flange adaptor. This header shall, in addition to the pump
discharge connections include small bore connections for residual chlorine sample water
and a pressure gauge pipe
 21 tied flange adaptors. One 600mm on the suction header, four 350mm on the suction
header and four 300mm on the pump discharge pipe work.

4.2.9 Transfer Pumping Stations Valves

The following valves, which shall be supplied in accordance with the general specification, are
required on the transfer pump system in pumping stations PS1, PS1’ and PS2.

All valves shall be fully supported, where necessary on either steel frames or concrete blocks, and
no loads shall be transferred to the pumps.

Pumping Station PS1

 One 600mm diameter butterfly isolation valve on the suction header, rated for 10 bar
pressure.
 One 500mm diameter butterfly isolation valve on the discharger header, rated for
25bar pressure.
 Four 350mm diameter butterfly valves on the pump suction pipe work, rated for
10 bar pressure.

17
 Four 300mm diameter butterfly valves on the pump discharge pipe work, rated for
25bar pressure.
 For 300mm diameter non return valves on the pump discharge pipe work, rated for 25bar
pressure. The type and associated characteristics of this non return valve shall be
determined by the Surge Analysis to be carried out by the Contractor included in this
Contract.

Pumping Station PS1’

 One 600mm diameter butterfly isolation valve on the suction header, rated for 10 bar
pressure.
 One 500mm diameter butterfly isolation valve on the discharger header, rated for
25 bar pressure.
 Four 350mm diameter butterfly valves on the pump suction pipe work, rated for 10bar
pressure.
 Four 300mm diameter butterfly valves on the pump discharge pipe work, rated for
25bar pressure.
 For 300mm diameter non return valves on the pump discharge pipe work, rated for 25bar
pressure. The type and associated characteristics of this non return valve shall be
determined by the Surge Analysis to be carried out by the Contractor included in this
Contract.

Pumping Station PS2

 One 600mm diameter butterfly isolation valve on the suction header, rated for 10 bar
pressure.
 One 500mm diameter butterfly isolation valve on the discharger header, rated for 16bar
pressure.
 Four 350mm diameter butterfly valves on the pump suction pipe work, rated for
16 bar pressure.

 Four 300mm diameter butterfly valves on the pump discharge pipe work, rated for 16bar
pressure.
 For 300mm diameter non return valves on the pump discharge pipe work, rated for 16 bar
pressure. The type and associated characteristics of this non return valve shall be determined
by the Surge Analysis to be carried out by the Contractor included in this Contract.

4.2.10 Transfer Pumping Stations Surge Suppression Plant

The Contractor shall verify the required surge protection, manufacture, supply, install and

18
commission all surge protection equipment required for the three pumping transmission mains
PS1 to PS1’, PS1’ to PS2 and PS2 to Keranyo Service Reservoirs. In addition to the surge
vessel and air compressor system the following valves, pipe work and fittings shall be supplied
with each of the three surge vessels.
 Connecting pipe work to the main pipeline to include 90 degree bend, 45 degree bends and
tied flange adaptors as shown on the drawings
 Non return valve and isolation valve
 Return pipe work with orifice plate and control/isolation valve
 Surge vessel drain pipe work and isolation valve
The Contractor shall construct the concrete base and valve chamber for the surge vessels. The
details of the base and valve chamber, including the RC details, shallbe built to suit the size,
shape and weight of the selected surge vessel determined by the Contractor’s surge analysis.

The surge protection equipment shall maintain pressures in the pipelines within the specified limits
under all operation conditions, including simultaneous failure of all pumps surge protection
systems shall not utilize the operation of air valves or air valve attachments.

The surge protection system shall take into consideration the maximum flows arising from the
final pump selection. The nominal design flows are as follows:

The maximum transient pressures in the system shall not exceed a value of 1 bar less than the
system test pressure at any location.

The surge protection system shall be checked and ascertained independently by an


internationally experienced and approved specialist surge analyst firm.

The surge analyst shall:

a. Construct a mathematical model of the systems using network transient fluid flow
simulation computer software;
b. List the steady state conditions under which the system will operate and list the
adverse surge conditions under which the system will operate;
c. Determine maximum and minimum surge pressures along the system that can occur
due to system operations;
d. Describe possible surge suppression options,
e. Recommend the preferred option giving details of the maximum and minimum
pressures to which the system will be subjected with the surge suppression equipment
installed. Full details of the surge suppression equipment and ancillary equipment such
as non-return valves, and their method of installation shall be given;

19
f. Prepare a Surge Analysis Report providing full details of tasks carried out including
sufficient data sheets, figures and analysis output, etc. from the network fluid flow
simulation software to allow the Engineer to undertake a detailed review of the Surge
Analysis Report.

The surge analysis shall address the following issues:

a) Surge protection being provided under this Contract.

b) Nr/capacity of surge vessels to be provided under the contract with connection details
and any constraints on their detailed design and location.

c) Type of check valves to be used in the pumping stations.

d) Special protection measures to air valves and chambers at locations where the air
valve may experience low pressures during system operations.

4.2.11 PS1 Transfer Station Chlorination System

The scope of chlorination plant design, supply and installation work shall include but not
limited by any way of the following:

 Chlorine solution preparation and dosing system

 Chlorine preparation tanks with all accessories chlorine

 Electrically driven stirrers with all accessories

 Service water supply systems with all accessories

 Dosing pumps or gravity dosing system with all accessories, which ever
appropriate based on the design approved

 Dosing unit control, measuring and monitoring units with appropriate display

The chlorine plant shall consist of two 1000 liters preparation and metering tanks, two stirrers, two
dosing units, service water supply system and chlorine solution supply systems.

The preparation and metering tanks should be made from UV stabilized PE complete with
engraved level scale, water feeding valves, level control, float switch, level sensors and other
required accessories as per the design requirement.

Dosing pumps should be of plunger or diaphragm type and should be delivered as a pre- installed
unit with steel structure frame complete with the pumps, electrical motors, gear box, valves, check
valves, pressure gauge, relief valves, electromagnetic outflow meter, pulsation damper and uPVC
20
fittings.

The system shall incorporate gravity dosing system option in order to allow the system could be
disinfected from the chemical tank to the reservoir top passing through appropriate rated metering
and dosing calibration unit.

Service water supply system shall be connected to the PS1 reservoir effluent pipe. The system
shall consist of 1” hot deep GS pipes and fittings with water meter.

Chlorine solution piping system shall be made of uPVC pressure pipes and fittings of DN ¾”.
The system shall consist of connection from the chlorine solution tank to the dosing system and
to injection point.

The chlorination plant shall be capable of providing a minimum dose rate of 2 mg/l to a flow
rate of 756 m3/hr.

Chlorine dosing unit control panel complete with the following shall be delivered and installed:

 Manual EEPCO & Generator Transfer Breaker


 Feeder Breakers (MCBs )
 Surge arrestor class C
 Voltage transformer to control circuit
 Multifunction relay, ammeter, voltmeter, wattmeter, phase control & voltage
control
 Remote control Unit (RTU ) for logical control of the system
 Chlorine solution tank level control relay
 Chlorine solution dosing display in lit/sec connected with Electromagnetic
flowmeter
 Dosing pump Hour run meter
 Two DOL motor starter for dosing pump
 Two DOL motor starter for Stirrer motor
 Selector switch duty and standby for dosing pumps
 Two Start/Stop push button dosing pumps
 Selector switch duty and standby for stirrer motor
 Start/Stop push button for stirrer motor
 Indicator Lamps (Low Solution Level, Power Failure, Stirrer fault, Stirrer
running, Pump fault & Pump Running )
 All necessary cables, connectors and accessories

21
4.2.12 Standby Diesel Generator Set

Generating sets are required at both pumping stations boreholes and booster stations. Trolley

mounted mobile diesel generator shall be provided at selected borehole and common base

mounted diesel generator sets shall be provided at all three transfer pumping station. Each diesel

generator at transfer pumping station shall provide standby power to start and operate a total of 2

Numbers main pump sets plus station auxiliaries.

The requirements shall include for the manufacture, supply and complete installation of all
materials, equipment, plant and components necessary for the provision of fully
operational and functioning standby diesel generator sets, associated on-board switchgear and
services, as specified and shown on the drawings.

The Contractor shall supply, install, test and commission the generating sets including all
switchgear and controls, auxiliary equipment, and other items as specified and required for
the erection and setting to work of the standby power system in accordance with the specification
and the drawings.

Each diesel generator set shall include:


 Diesel engine arranged for water cooling and electric motor starting
 Direct coupled alternator mounted on a common base frame with the engine
 Fan cooled radiator mounted on a common base frame with the engine
 On-board or free-standing control panel providing
 Start/stop facilities
 Fault indication
 Instruments for phase voltage, current and frequency
 Gravity operated radiator discharge louvers mounted through wall of generator building
and canvas bellows connection to the surround of the radiator
 Exhaust pipe work and silencers running from the set to outside the building at high
level. Exit from the building through the wall rather than the roof shall be preferred
 On board day fuel tank complete with fuel pump and pipe work
 Anti-vibration mountings

 Separately located 12V or 24V starter battery and heavy duty connecting cables
 Mains fed charger
 Connection to an incoming fuel supply line providing a positive head at all levels of the
bulk storage tank
 Connection to bulk fuel tank return line
22
 Out-going supply circuit breaker including short circuit, overload and earth fault protection
 Engine control panel providing as a minimum oil pressure and water temperature
monitoring
 Oil heater if required
 Remote status indication via voltage free contacts shall be provided for the following:
Running, Engine fault, Electrical fault, Low fuel, On load, and other control and indication
units
 All accessories and other necessary items.
 Each generator set shall be located in its own building providing weather protection.
Additional requirements shall include:
 Main and auxiliary cables
 3 No. bulk fuel storage tanks with visual level monitoring and low level
alarm switch and connecting pipe work
 Earthing system (detailed elsewhere in this specification)
The generator building shall be ve n tila ted to permit unrestricted air flow across the generator for
cooling purposes.

4.2.13 Generator Set and Fuel Storage Details

a) General

The generating sets shall be as detailed below:

Number required: 1 number at transfer station and as per the BOQ for borehole
Rating : Capable to run two pumps and auxiliaries in transfer stations and a
borehole pumps and auxiliaries at boreholes
Altitude : as per site condition

b) Diesel engine

Ignition: Compression

Starting: Electric starter motor, 12 or 24 V Starting

method: Manual, push button, key or switch Cycle:

4 strokes

Cooling : Water-cooled with radiator and engine driven fan

Lubrication: Pressure

23
Shut down: Manual push button, key or switch and automatic shut-down safety
feature

Overload: 10% for 1 hour in any 12 hour period

Engine speed : 1500 rev/min (max)

c) Alternator

Coupling: Direct

Generating voltage: 400 V (maximum off-load), 380 V at rated load

Phases: 3

Connection: Star with neutral earth point

Power factor 0.8 lagging (minimum for max power output) Poles:

4 pole

Frequency: 50Hz
Rating: Continuous

Overload: 10% for 1 hour in any 12 hour period

Excitation: Self

Fuel Storage Tank

Capacity : Sufficient for 2 days running at full load

Level indication : Direct reading gauge

4.2.14 Starting and Changeover

The generating sets shall be designed for manually initiated starting. Changeover from the EEU
mains supply to generator supply will be carried out manually using the mains and generator
incoming circuit breakers which form part of the Main LV Switchboard.

Mechanical interlocks shall be fitted to the switchgear to prevent:

 Operation of either generating set in parallel with the EEU mains supply

 Operation of the generating sets in parallel with each other.

5 ELECTRICAL PARTICULAR REQUIREMENT

24
5.1 Electrical General

5.1.1 Scope

The electrical and ICA works for the Boreholes and transfer pumping stations shall include
the following items:
 Main LV switchboard (incorporating the control & instrumentation section)
 Essential services LV switchboard
 Standby diesel generators
 PLC based control system
 Instrumentation system
 Radio telemetry system
 Cabling (main LV, auxiliary, control & instrumentation)

5.1.2 EEU Work

All HV work including supply and installation of the main transformers will be carried out by
EEU.

The maximum rating of a transformers supplied by EEU is 1250 kVA, therefore if the power
rating of one transfer pumping station is more than 1250 KVA each half of the main LV
switchboard will be fed from 2 No. transformers operating in parallel. It is expected that all
group transformers will be identical in terms of:
 Voltage ratio
 Power rating
 Winding vector group
 Impedance
As a result any pair of the transformers will be capable of operating in parallel. The following
transformers protection devices may be incorporated by EEPCO:

 Buchholz relay (on conservator type transformers)


 Overpressure device (on hermetically sealed transformers)
 Coolant over-temperature alarm and trip.

EEU will connect them to their HV circuit breaker. EEU will provide an inter-trip signal to the
corresponding downstream LV ACBs.

The Contractor shall provide the following:


 Main LV cabling from the transformers to the Main LV Switchboard

25
 Control cable to convey the inter-tripping signal to the Main LV Switchboard

 Auxiliary supply cable from the Essential Services Switchboard to the substation
Termination of the main LV cables shall be carried out to the satisfaction of EEU undertheir
direct supervision. Sizing of the main LV cables shall be in accordance with the design carried out
to meet the requirements of the section of this specification relating to cable sizing and voltage
drop.

The expected vector group for the transformers is DYn11, but even if this is not the case it can
be expected that the secondary winding will be “star” connected with the star point brought out
at the system neutral.

Earthing of each transformer secondary winding star point shall be solid by connection of the
neutral conductor to earth in the associated transformer incoming circuit breaker in the Main LV
Switchboard. Each connection shall be via a bolted link.

5.1.3 Motor and Equipment Voltages

The drives of auxiliary pumps, fans e.t.c. shall operate on a 380 V 3 phase 50Hz supply.
Single phase power sockets provided as part of the building services system shall operate at 220
V.

The Contractor shall be responsible for ascertaining the actual supply voltage from EEU.

5.2 Main LV Switchboard

The Main LV Switchboard shall incorporate bus bar with connection via a bus-section circuit
breaker. All loads within the station shall be supplied, directly or indirectly, from the Main
LV Switchboard.

The LV switch gear shall be connected to the transformer and standby diesel generators. A
changeover of supply from the transformer to generator in feeds of that section to supply via
the bus-section shall require a short shut-down.

5.2.1 Control & Instrumentation Section

A control & instrumentation section shall be provided as part of the Main LV Switchboard to
house the station PLC complete with I/O modules and associated instrumentation and relays. The
section shall incorporate a metal fronted panel complete with key lockable handle. The section
shall match the appearance of the LV switchboard.

26
The control & instrumentation section shall be complete with the following items:

 220 V single phase and neutral incoming switch 16A


 220/110 V or 220 V/ 24V control transformers complete with primary and
secondary fuse or MCB protection.
 UPS with maintenance free battery to supply PLC and Radio for 8 hours when no power
from EEU or standby generator set.
 24V/12V MCB supplies for the PLC
 24V/12V MCB supplies for radios
 110 V/ 24V MCB supplies single phase for instruments and general control circuitry
 Fluorescent type lighting to give illumination of the whole of the panel interior.
 Door switch to automatically switch on the internal lighting
 Compartment anti-condensation heaters complete with thermostat
 Instrumentation earth bar
 Auxiliary relays, terminal blocks and sundry items as necessary
Transformer and power supply unit ratings to be determined by the Contractor.

5.2.2 Chlorination Building Plant Supplies Distribution Board (for PS1 LV switch board )

A floor mounted metal clad LV switchboard shall be provided for the Chlorination Building. The
switchboard shall be fed from the Essential Services switchboard and shall provide power supplies
to all loads within the Chlorination Building

The Chlorination building switchboard shall provide for all chlorination power supplies and
motor starting and control.

5.2.3 Power Factor Correction

Power factor correction capacitors shall be provided within each starter rated to achieve a target
power factor of 0.96 when the drive is operating at rated load.

Light fittings are specified in the document relating to building services to incorporate power
factor correction.

Consideration shall be given to the fact that motor drives are de-rated due to altitude and will
thus require additional capacitor correction to achieve the desired running power factor.

No attempt shall be made to correct the power factor of any motor during its starting
period. As a result, the provision of automatic switched banks of power factor correction
capacitors shall not be required.

27
5.2.4 Transformer and Generator Incoming Circuit Breakers

Air circuit breakers shall be provided to receive power from the EEU provided 400V transformers.
Air circuit breakers mechanically interlocked with EEU breaker shall be provided to receive
power from the standby diesel generators.

The ACB protection shall be complete with a sealable or lockable transparent flap to allow
inspection of the settings.

Each circuit breaker shall be equipped with cable termination features to accept incoming
single core cables.

5.3 Borehole motor starters

8 Numbers motor starter shall be provided for the borehole pumps. Each motor starter shall be
complete with the following features:

 IP55 metal clad, thickness 20/10e and manufactured according to IEC standard
 Manual transfer switch EEPCO to Generator 4 Pole main circuit breaker rating as per
the pump motor power rating and auxiliary power ratings
 Auxiliary feed breakers
 Control step down transformer 380V/ 24V or 380V/ 110V
 Battery charger
 Back up maintenance free battery
 Un interrupted power supply for RTU
 Power factor correction to 0.96 capacitor bank
 Micrologix controller or RTU
 Communication radio
 Multifunction display which reads ammeter, voltmeter, wattmeter
 Electro-magnetic flow meter display with totalizer
 Voltage and phase control relay
 Borehole level control relay
 Motor temperature relay
 Control relays
 Surge arrester class C
 Ventilator
 Anti-condensation heater
 Panel light
28
 General reset button
 STAR/ DELTA motor starter rating as per borehole pump motor rating including :
 Three Contactors rated 10% more than motor rating phase current
 Magneto thermic circuit breaker
 Delay Timer relay
 Hour run meter
 Motor auto / manual selector switch
 Run and fault pilot light
 Start/ stop push button

5.4 Transfer Pump Motor Starters (PS1, PS1’ and PS2)

6 Number starter sections shall be provided for all transfer pumping station main pumps. The
first section is for control and PLC, the second section is for power factor corrector and auxiliary
control, third – sixth sections for pump motor control. Each starter shall be complete with the
following features:

 IP55 metal clad, thickness 20/10e and manufactured according to IEC standard
 Manual transfer switch EEPCO to Generator
 4 Pole main circuit breaker rating as per the pump motors power rating and
auxiliary power ratings
 Auxiliary feed breakers
 Control step down transformer 380V/ 24V or 380V/ 110V
 Battery charger
 Back up maintenance free battery
 Un interrupted power supply for PLC
 PLC
 Communication radios
 Multifunction display which reads ammeter, voltmeter, wattmeter
 Reservoir level display
 Voltage and phase control relay
 Delivery pressure control relay
 Control relays
 Power factor correction to 0.96 capacitor bank
 Surge arrester class C
 Ventilator

29
 Thermistor relay
 Anti-condensation heater
 Panel light
 General reset button
 Three STAR/ DELTA motor starter rating as per borehole pump motor rating
including:
 Door interlocked Breaker
 Control breakers
 Control relays
 Level control relay
 Motor temperature control relay
 Three Contactors rated 10% more than motor rating phase current
 Magneto thermic circuit breaker
 Delay Timer relay
 Hour run meter
 Motor auto / manual selector switch
 Run and fault pilot light
 Cable termination connectors

5.5 Sump Pump Motor Starters

Sump pump motor control panel shall be provided for the PS1, PS1’ and PS2 pumping
station sump drainage pumps. Each starter shall be complete with the following features:
 Incoming door interlocked fuse-switch dis connector
 Control circuit bypass “test” switch
 Line contactor for DOL starting
 Motor thermal protection device incorporating thermal overload and single phasing
protection
 Integral 380/110 V transformer for AC control supply
 Front of panel mounted start, stop and reset pushbuttons
 Front of panel mounted hand/off/auto selector switch
 Front of panel mounted indicator lamps for running, stopped, and motor overload
 Power-up” auto-reset timer relay
 Cable termination features for outgoing multi core power cable
 Auxiliary terminals and contacts as necessary

30
5.6 Chlorination System and Control

The scope of chlorination plant design, supply and installation work shall include:
 Design a chlorine solution preparation and dosing system
 Supply and install with all accessories chlorine preparation tanks
 Supply and install with all accessories electrically driven stirrers
 Supply and install with all accessories service water supply systems
 Supply and install with all accessories dosing pumps or gravity dosing system which
ever appropriate based on the design approved
 Supply and install with all accessories pipe, fittings and measuring units
 Dosing unit control and monitoring units with appropriate display

The chlorine plant shall consist of two 1000 liters or as per the design requirement preparation and
metering tanks, two stirrers, two dosing units, service water supply system and chlorine solution
supply systems.

The preparation and metering tanks should be made from UV stabilised PE complete with
engraved level scale, water feeding valves, level control, float switch, level sensors and other
required accessories as per the design requirement.

Dosing pumps should be of plunger or diaphragm type and should be delivered as a pre- installed
unit with steel structure frame complete with the pumps, electrical motors, gear box, valves, check
valves, pressure gauge, relief valves, electromagnetic outflow meter, pulsation damper and uPVC
fittings.

Service water supply system shall be connected to the reservoir effluent pipe. The system shall
consist of 1 or 1½ inch hot deep GS pipes and fittings with water meter.

Chlorine solution piping system shall be made of uPVC pressure pipes and fittings of DN 1 or ¾
inch. The system shall consist of connection from the chlorine solution tank to the dosing system
and to injection point. Chlorine dosing unit control panel set complete with the following shall
be delivered and installed:

 Main Breaker feed from Transfer pump control panel


 Feeder Breakers (MCBs )
 Surge arrestor class C.
 380V/24V or 380V/ 110V transformer for control circuit
 Multifunction relay, ammeter, voltmeter and wattmeter
 Voltage and phase relay
31
 Chlorine solution tank level control relay
 Chlorine solution dosing display in lit/ sec. Connected to Electromagnetic flow meter.
 Hour run meter
 Micrologix controller or RTU
 Reservoir level display
 Two DOL motor starter for dosing pump complete with controls
 Two DOL motor starter for Stirrer motor complete with controls
 Selector switch Auto/ Manual for each dosing pumps
 Two Start/Stop push button dosing pumps
 Selector switch Auto/Manual for each stirrer motor
 Start/Stop push button for stirrer motor
 Indicator Lamps (Low Solution Level, Power Failure, Stirrer fault, Stirrer running, Pump
fault & Pump Running)
 Loud fault alarm

5.7 Programmable Logic Controller (PLC)

5.7.1 General

An Allen Bradley PLC or equivalent shall be provided to control the whole of the transfer
pumping station and to act as a hub for the combined conveyance system and Boreholes.

The PLC shall be equipped with RS232 ports for communication with radio modems and I/O
ports for control data input and output. The number of input and output are site specific and as per
the design specification.

The contractor is responsible for design, supply and installation of the PLC & RTU system for
each boreholes and transfer pump stations. The design shall be approved by the engineer before
order made for manufacturing or purchase.

5.7.2 PLC Functions

The functions carried out by the PLC & RTU at boreholes and transfer pumping stations
shall include:

 To carryout automatic functions in accordance with the control philosophy for the
Boreholes, PS1, PS1’ and PS2.

 To collect data such as reservoir levels, borehole pump status, transfer pump set status and

32
alarms, surge vessel and compressors status and alarms, chlorination system status and
alarms etc
 To set switching points on incoming analogue signals to generate alarms and control
signals
 To communicate with the radio communication systems by transmitting to them data files
containing all the digital and analogue status, alarm and value points required to displays
and alarming functions

Although the scheme requirement is for the PLC to operate in conjunction with the borehole and
transfer station radio communication system, the PLC shall be capable of operating for an
unlimited time without any connection to the radio system. Although disconnection or
failure of the radio communication systems will restrict the ability of the system make changes
or carry out remote initiated operations, any automatic local functions already running in
the PLC shall continue to function.

The Ethernet link between the pumping stations shall be run via a radio signal.

5.7.3 PLC Software

The Contractor shall write, test, install and commission the control system software to carry out all
the functions detailed in the Control Philosophy for the conveyance pumping stations and
Boreholes. The software shall be written using structured ladder code. Consideration shall also be
given during configuration to systems procedure for PLC code modification or download while
the plant is in operational use.

The system provided shall include, but not be limited to:

 Application, programming and communications software to automatically/


manually control and monitor the pumping station plant in accordance with the control
philosophy

 PLC and RTU programming software

The costs of licenses for the use of software shall be included in the price offered by the
contractor.

5.7.4 PLC I/O Modules

The PLC shall incorporate input and output modules for hardwired connections to all plant and
instrumentation items as detailed on the I/O schedule and including:
33
 EEPCO mains incoming circuit breakers
 Diesel generator incoming circuit breakers
 Pump motor starter Auto and Manual
 Pump motor starters start and stop
 Borehole water level
 Reservoir level
 Delivery pressure
 Chlorination system control and instrumentation
 Surge suppressions system control and instrumentation (compressors and surge vessels)
 Chlorination motive water pumps control and instrumentation
 All alarming and fault conditions
 And others required for complete control and operation

Digital and analogue input and output modules shall be provided to accommodate the signals to
and from plant, plus a spare capacity of not less than 10%.

Connections from the racks to systems, devices, and signal marshalling panels outside the Main
C&I panel shall be via hardwired cables. The Main C&I panel shall be arranged so that a
dedicated terminal block is available for termination of each external cable. Separate cables shall
be provided for analogue and for digital signals. Digital

control signals and monitoring signals shall be carried by the same cable.

5.7.5 Engineer’s Terminal for maintenance and backup

The PLC and RTU shall accept the connection of a portable computer equipped with compatible
programming software for the following purposes:

 Inspection or modification of the software programme


 Modification of set-points

The PLC shall accept the connection of a lap top computer equipped with compatible system
software for the purposes of logging of data and storage onto removable optical disks.

The contractor shall supply one industrial grade Lap top computer with compatible PLC and radio
software including any software License required for full use of the applications.

5.7.6 Radio Modems

Radio modems shall be suitable for communication with the PLCs via RS232 serial data links

34
and shall be suitable for operation on a 110 V or 24 V AC 50Hz power supply.

The radio modem shall be UHF radio with the following minimum requirements:

Operating frequency range: 400 – 470 MHz


Transmission power: 5 Watt
Sensitivity better than: -115dBm
Channel spacing: 12.5 KHz
Antenna mast Length from ground: 12 meters
Minimum security margin: -25 dBm
Interface Connection with PLC: with RS232 serial ports

A radio propagation study shall be carried out by the contractor to determine the following:

 Provide advice on antenna arrangement particularly relating to whether an omni-


directional antenna will be suitable, or whether an antenna with a degree of directional gain
would be advantageous

 Provide details of how high a mast would have to be to achieve reliable


communications between PS1 and boreholes.
 If reliable communications to all boreholes cannot be achieved, provide details of which if
any wellheads can be contacted direct from PS1. Carry out a study to determine whether
all the wellheads which cannot be contacted direct from PS1 can be contacted via a relay at
the wellhead most suitable to be a relay station.

 Provide advice on antenna arrangement particularly relating to whether an omni-


directional antenna will be suitable, or whether an antenna with a degree of directional gain
would be advantageous for radio link between PS1 and PS1’, PS1 and PS2.

 Provide advice on antenna arrangement particularly relating to whether an omni-


directional antenna will be suitable, or whether an antenna with a degree of directional gain
would be advantageous for radio link between PS2 and Keranyo service reservoir.

 In the event of all other methods of contacting the wellheads failing to operate
successfully, carry out a survey of possible radio relay station locations. When it is
established that a potential location could be acquired, carry out a study to determine
whether all the wellheads could be contacted from this location

In the event that a small proportion of the wells cannot be contacted with full reliability, advises
shall be provided regarding how many days per year the weather could be expected to interfere
with communication to these wells.
35
The radio modems shall be mounted in the central control synoptic panel at PS1and the LV
motor starter switch gear within the pumping station at the most advantageous location to minimize
the lengths of the antenna cables.

In the event that the antenna cable losses would be too great, the following alternative method shall
be considered:

 The modems shall be located closer to the high mast (eg. within the pumping station
building)
 Fibre optic RS232 extender converters shall be provided to allow remote communication
between the PLC and the radio modem
 The fibre optic cable shall be terminated to the RS232 extender units

5.8 Telemetry & Central Control Panel

The objective of the telemetry system is to enable the borehole pumps and transfer pumps are
remotely monitored from the telemetry centre located at PS1 pump station central control room by
means of radio links. The central control panel at PS1 is equipped with PLC and input/output
module and radio modems for communication media between PS1 central control and boreholes,
PS1’, PS2 and Keranyo Service reservoir.

The overall control system which call for the telemetry system are:

 Eight boreholes equipped with submersible pumps water from deep well to the
PS1 transfer station reservoir.

 From PS1 transfer station reservoir with three booster pumps and one standby pump
water will be pumped to PS1’ intermediate transfer station reservoir.

 From PS1’ intermediate transfer station reservoir with three booster pumps and
one standby pump water will be pumped to PS2 reservoir.

 From PS2 transfer station reservoir with three booster pumps and one stand by pump
water will be pumped to Keranyo service reservoir.

The general controlling principle is to keep pumping from borehole constant and continuous, as
much as possible, and keep the level in the PS1 booster station water reservoir, PS1’ intermediate
booster station water reservoir and PS2 booster station water reservoir and finally to service
reservoir Keranyo constantly near high level.

In order to achieve this, the level in the transfer stations water reservoir monitored by a level
36
transmitter installed in the reservoirs, and 4-20mA signals relating to a depth of the transfer
stations reservoir are fed into Programmable Logic Controller (PLC) installed at each site. The
level transmitted from the sensor will be executed in the PLC and command will be transmitted to
the corresponding site for appropriate action as follows:

 When water level in Keranyo Reservoir reach pre-set maximum high level
command will be transmitted from PS1 reservoir master radio to PS2 transfer station slave
radio to stop the pumps step by step.

 When the water level reduced and reach pre-set minimum low level the
command transmit from PS1 reservoir radio to PS2 transfer pump station slave
radio to start the booster pumps step by step.

 When water level in PS2 Reservoir reach pre-set maximum high level
command will be transmitted from PS1 reservoir master radio to PS1’ transfer station
slave radio to stop the pumps step by step. When the water level reduced and reach pre -
set minimum low level the command transmit from PS1 reservoir radio to PS1’ transfer
pump station slave radio to start the booster pumps step by step.

 When water level in PS1’ Reservoir reach pre-set maximum high level command will be
transmitted from PS1 reservoir master radio to PS1 transfer station slave radio to stop the
pumps step by step. When the water level reduced and reach pre-set minimum low level
the commend tra nsmit from PS1 reservoir radio to PS1 transfer pump station slave radio
to start the booster pumps step by step.

Similarly, when the water level in PS transfer station water tank reach pre-set maximum high level
command will be transmitted from PS1 transfer station control panel to the master radio at
PS1 station via cable connection and the PS1 station master radio retransmit to borehole station
slave radios to stop borehole pumps. When the water level reduced and reached pre-set
minimum low level command will be transmitted from booster pump station to the master radio at
PS1 and the PS1 station master radio retransmit to borehole station slave radio to start borehole
pumps. These all operation is automatic no human interference required. The control system
controls the pump start/ stop automatically based on the water reservoirs level.

The control system also controls the booster pumps from dry running by monitoring raw water
reservoir level for which the level sensors already installed.

The main goals of the control system will be as follows:

 To allow remote start/ stop borehole pumps from central control room at PS1
 To automatically control borehole pumps start/stop by reservoir level at PS1
37
 To allow remote start/ stop transfer pumps from central control room at PS1
 To automatically control transfer pumps start/ stop by reservoir level to which they are
pumping
 To allow the centralized supervision of the reservoirs with the help of each reservoir
level sensors and digital display on the control panel.
 To provide communications facilities such as data cable or radio link between thetreated
water reservoirs and control panel so that the whole system from borehole to treated water
reservoir will managed automatically.

5.8.1 Telemetry System Operation

The telemetry System for remote control of the boreholes and transfer pumping station is a radio
communication system which utilizes UHF radio for data transfer among the pumping
stations.

The communication network for the boreholes is Data Base network, which utilizes a
Master radio modem station located at PS1 and a Slave radio modem stations located at each
eight boreholes, PS1’ and PS2, where there is pump station and reservoirs.

The Master radio modem at PS1 is responsible for the management of the network. The Master
controls the network by polling each Slave in turn transmitting data to and receiving data
from the Slave radio modems. The network runs continuously and is deterministic as the same
order of polling and data transactions is maintained throughout each polling cycle. Each polling
cycle will take exactly the same time unless some of the Slave fails respond to the Master so
requiring the use of retries.

Master radio station at PS1 Polls 10 Slave radios with data and 10 Slave radios at well field PS1’
and PS2 transmit data to Master together with acknowledgement. Radio link between PS2 and
Keranyo Service Reservoir is peer to peer link.

A slave radio modem station is located at each of the 8 boreholes and PS1’ and PS2 booster
stations, designated Node 1 to 10 respectively, each comprises of a macrologix RTU and a UHF
Tx/Rx radio, set for a frequency of 400 – 470 MHz.

In RTU there are an I/O board having 16 digital inputs, for receiving status signals from the
borehole pump starter, and 16 digital relay outputs for sending control
commands to the borehole starter.

The well field Master radio modem station at PS1 booster station, designated Node 0, comprises
of a PLC and a UHF Tx/Rx radio, set for a frequency of 400 – 470 MHz.
38
5.8.2 Central Synoptic Control Panel

The central Synoptic panel in control room of PS1 shall be designed, supplied and installed
so that the operators could remotely operate borehole pumps and booster pumps at PS1’ and
PS2.

The central control synoptic panel shall consist of the following switch gears,
instruments and switches.

 Main circuit breaker


 LV transformer 380V/ 24V
 Power supply
 Control fused links
 Control relays
 Programmable Logic Controller (PLC)
 Radio modem
 For 8 borehole and 4 x 3 transfer pump stations: selector switch RUN/ STOP
 Digital display module, front panel mounted, for PS1 reservoir level display
 Digital display module, front panel mounted, for PS1’ reservoir level display.
 Digital display module, front panel mounted, for PS2 reservoir level display
 PS1 reservoir low and high level indicator lamps
 PS1’ reservoir low and high level indicator lamps
 PS2 reservoir low and high level indicator lamps
 For 8 borehole and 4 x 3 transfer pump stations: 4 indicator lamps (AUTO,
RUNNING, STOP, IN FAULT).
 Indicator lamp for each borehole: High delivery pressure
 Indicator lamp for each borehole: Low delivery pressure
 Indicator lamps for PS1 transfer pumping station: High delivery pressure
 Indicator lamps for PS1 transfer pumping station: Low delivery pressure
 Indicator lamps for PS1’ transfer pumping station: High delivery pressure
 Indicator lamps for PS1’ transfer pumping station: Low delivery pressure
 Indicator lamps for PS2 transfer pumping station: High delivery pressure
 Indicator lamps for PS2 transfer pumping station: Low delivery pressure
 Indicator lamp: Power fault.
 Indicator lamp: Radio fault.
 Battery charger
39
 Maintenance free battery

The status of each of the seven borehole pumps will also be displayed on the synoptic panel. The
following conditions will be shown as appropriate for each borehole pump: -

 Borehole starter panel 'AUTO' selected indicator lamp


 Borehole Pump 'RUNNING' indicator lamp
 Borehole Pump 'STOP' indicator lamp
 BH Pump 'IN FAULT' indicator lamp
 Borehole ‘LOW DELIVERY PRESSURE’ indicator lamp
 Borehole ‘HIGH DELIVERY PRESSURE’ indicator lamp

The status of each of the four surface pumps at each transfer station shall also be displayed on
the synoptic panel. The following conditions will be shown as appropriate: -

 Booster pump starter panel 'AUTO' selected lamp


 Booster pump ‘RUNNING’ indicator lamp
 Booster pump 'STOP' indicator lamp
 Booster pump 'IN FAULT' indicator lamps
 Booster ‘LOW DELIVERY PRESSURE’ indicator lamp
 Booster ‘HIGH DELIVERY PRESSURE’ indicator lamp

5.9 Cables

The Contractor shall supply, install, and terminate a complete cabling system including power,
control, instrumentation, communications, and building services cables. Cables shall be as detailed
on the cable schedule subject to confirmation of ratings.All cables run within a building shall be
mechanically protected either by being of being enclosed in galvanized steel conduit or trunking,
or by being run on cable trays or ladders with galvanized steel protection covers fitted. In
locations particularly vulnerable to damage, galvanized steel protection covers shall be fitted to
cable trays and ladders even if all the cables on that route are of armored construction. Cable
armoring shall be of the steel wire type except for single-core AC cables which shall use
aluminum wire or strip armoring.

5.9.1 Cable Types and Uses

Multi-core power and control cables shall be armored type and shall be rated for the voltage at
which they are required to operate subject to a minimum of 24V for control and 400V for power

40
cable.

Multi-pair cables (carrying analogue signals) shall be armored and screened and constructed in
accordance with BS 5308. These cables shall be used primarily for analogue signals based on
power sources not exceeding 24 V DC. Additionally, the use of these cables to carry low
level digital signals (voltage not exceeding 24 V DC and “on state” current not exceeding 5 mA)
is permitted.

Data cables carrying RS232, Ethernet or similar shall be to designs and performance levels which
are suitable for their intended duty. Where these cables run outside panels (including underground
sections) they shall either be of an armor protected design, or they shall be run with a suitable
form of mechanical protection.

Cables run entirely within panels need not incorporate any form of armoring.

5.9.2 Cable Routes

Underground cables between buildings shall run using one of the following systems:

 Surface accessible concrete trenches with inlaid cover slabs

 Underground ducts and draw pits

The use of direct burial shall not be permitted.

Where surface accessible concrete trenches cross roadways the trenches and coverslabs shall be
strong enough to support the axle weight of the largest truck, tanker, or crane likely to be
used at the pumping station.

Unless unavoidable, draw pits shall not be positioned in roadways. If draw pits have to be located
in roadways their covers shall be strong enough to support the axle weight of the largest truck,
tanker, or crane likely to be used at the pumping station.

The following routes shall be provided:


 EEPCO transformer to the pumping station building
 Generator house to the pumping station building
 Pumping station to the Chlorination Building
 Pumping station to the reservoir (level sensor location)
 Pumping station to the valve house
Each duct route shall be provided with 20% spare unused ducts, with a minimum of one spare
duct. Every spare duct shall be provided with a pull-cord.

Cables other than building services circuits within the pumping station, the chlorination building or
41
the valve house, shall run on cable routes constructed using cable tray and/or ladder.

Building services circuits shall run using one of the following methods:
 SWA cables shall run on cable tray/ladder as per plant cables
 Single insulated wires shall run inside conduit or trunking
Where a conduit and/or trunking system is used for building services, the conduit shall be of
the galvanized steel type and shall be complete with compatible galvanized accessories and
connection boxes. Trunking shall be galvanized steel.

5.9.3 Voltage Drop

Cable systems shall achieve voltage drops as detailed in the 17th edition of the IEE wiring
regulations (BS 7671). For an installation fed from a dedicated transformer only 3% voltage
drop shall be permitted.

The overall voltage drop shall include the following components:

 Voltage drop from the transformer (or generator) to the Main LV Switchboard
 Voltage drop from the Main LV Switchboard to the next switchboard or
 distribution board
 Voltage drop from the final switchboard or distribution board to the connected device.

Where a motor starter is located close to the source of supply it can be assumed that it will
continue to receive an adequate level of voltage during motor starting, and no separate
consideration need be given to voltage drop during motor starting.

Where a circuit feeds to a remotely located switchboard containing starters it might be necessary
to separately consider the voltage drop experienced at the motor starters during the motor starting
period.

5.9.4 Cable Rating Requirements

Cables connecting to or from transformers or generators shall be rated, both in terms of current
and voltage drop, for the full load which could be supplied by that transformer or generator. A
reduced size relating to the actual connected load shall not be permitted.

Cables connecting from one switchboard to another can be rated for the actual connected load,
provided they are able to withstand the prospective fault current let through by the upstream
protective device.

42
Where cables are de-rated due to the proximity of other cables the following factors can be
considered:

 Where a single trench or duct contains cables (or groups of cables) from two or more
transformers or generators which normally share the load, the worst case will apply when
one circuit is operating alone. In this case it can be assumed that the other circuit is
generating no heat.
 For de-rating purposes earthing cables can be disregarded since under normal
circumstances they carry no current
 The heat generation from control and communications cables is usually negligible and
provided this is true in a particular circumstance, the presence of these
cables can be disregarded

All cables using air as their cooling medium shall be de-rated according to the altitude at the
installation.

5.9.5 Cable Termination Schedules

The Contractor shall prepare a cable termination schedule for both ends of each control,
instrumentation and communication cable.

5.9.6 Cable Loop Diagrams

The Contractor shall prepare a cable loop diagram for each signal carried by each control,
instrumentation or communication cable. Each cable shall be shown from source to destination,
and detailing all terminations and interconnections.

5.10 All necessary cables, connectors and accessories

A complete earthing system shall be designed, supplied and installed, and shall be in accordance
with the requirements of the General Specification, BS 7430:1991 (Code of Practice for
Earthing), the 17th Edition of the IEE Regulations (BS7671), and any particular requirements
stipulated by EEPCO.

The earthing system shall include:


 earth bar not less than 1.20 meter long for each borehole
 earth fields comprising sufficient rods to ensure a resistance to earth of 5 ohms or less for
transfer stations
 Cross-bonding to the EEPCO transformer
43
 Cross-bonding to transfer pumping station earthing system
 Radial system of circuit protective conductors connecting to each electrical device
 Main equipotential bonding system connecting to all conductive pipes entering or leaving
the station
 Equipotential bonding system connecting to all non-electrical items of plant; cable trays;
metallic floors, stairs and handrails; metal doors and frames
 Instrumentation earth
The configuration of the earthing system shall be radial with an independent circuit protective
conductor being provided for each plant item.

Such a protective conductor shall either be the cable armour wires, or a separate green/yellow
PVC insulated conductor, or shall be an unused core in the power cable to the plant item.

A cable number shall be allocated to each earthing conductor and this shall be shown on a cable
sheath number fixed to each end of the cable. Earthing conductor numbers shall be shown on the
drawings.

Bonding connections shall be made to any lightning protection system earth rods which are
installed.

5.10.1 Bonding

All extraneous metalwork within the works shall be bonded to earth. A ring earth network (with
radial connections as necessary) shall be supplied and installed to connect to all extraneous
metalwork including but not limited to:

 Metallic cable trays and ladders


 Hand railings and metal barriers
 Pipes and cables entering the works
 Structural steel work
 Concrete re-inforcement

5.10.2 Station Earth

Main transfer station earth shall be provided comprising a sufficient number of earth rods
arranged in two groups each one constructed to achieve a resistance to the general mass of
earth not exceeding 5 ohms. The actual resistance to earth shall be determined by the
Contractor to meet all of the following requirements:

44
 Enable fault current at any point within the installation to be returned to the supply
source, ie. the transformer or generator neutral(s), without thermal or mechanical
damage to connected apparatus and to enable protective equipment to operative
correctly
 Limit the Earth Potential Rise (EPR) on all metalwork and the surface of the ground to
which persons have normal access, to a safe value under normal and abnormal circuit
conditions
 Ensure compliance with the requirements of this specification and to ensure the site is
classified “Cold” as defined by the International Telecommunication Union (ITU).
Each earth rod shall be provided with a pre-cast concrete connection box. Theboxes
shall be of a design which is flush with the ground and shall be installed away from areas
required for vehicle access, or areas designated for future works.

5.10.3 Instrumentation Earth System

A separate earthing system shall be provided for instrumentation.

A main instrumentation earth bar shall be provided in the transfer pumping station adjacent to the
main earth bar. Secondary instrumentation earth bars shall be provided in the control &
instrumentation sections of the Main LV Switchboard and the Chlorination System signals
marshalling box. Each instrumentation earth bar shall be clearly labelled to indicate its function for
instrumentation purposes only.

The main instrumentation earth bar shall be bonded to the power earth at one point only. After the
single connection to main earth, all instrumentation screen earths shall be insulated from main
power earth.

The screens of all instrumentation cables running to/from a control or communications panel shall
be connected to the instrumentation earth bar of that panel. Instrumentation earths shall be run
in a radial arrangement to avoid loops. Particular attention shall be paid to the earthing of cable
screens to ensure the integrity of the radial arrangement. In most cases, the screens shall only be
connected to earth at the end terminated to the control or communications panel.

All instruments having the facility for connection of a dedicated instrument earth shall be
connected to the instrumentation earthing system. Where instruments do not have the facility
for such a connection, they shall be connected to main earth only.

5.10.4 Lightning Protection System

45
A study in accordance with BS 6651 shall be made to determine whether a lightning
protection system is required for the borehole and transfer pumping station building.

If a system is required this shall comprise:


 Colour co-ordinated PVC sheathed copper tape laid along the apex of the roof of the
pumping station
 Down-conductors at each end and at intermediate positions every 20 metres
Single earth rod in underground disconnecting chamber for each down-conductor to achieve
a resistance to earth not less than 10 ohms
All earth rods provided as part of a lightning protection system shall be bonded to the
station’s main earthing system.

6 TOOLS AND WORKSHOP EQUIPMENT

6.1 General

Comprehensive tools kits to permit routine repairs and maintenance of equipment shall be
provided. The tools shall be supplied in lockable steel boxes and cabinets. These tools shall be
supplied in addition to the special tools recommended by the manufacturers.

6.2 General Tool Kit

The following items shall be supplied in a lockable steel toolbox: ONE

Set of ten open-ended spanners, 6-27 mm


ONE Set of open-ended spanners, 5-10mm
ONE Set of nineteen ring/open end combination spanners, 10-32 mm
ONE Set of Allen keys, 1.5 - 13mm
ONE 8" adjustable wrench, capacity 25 mm ONE
18" adjustable wrench, capacity 50mm ONE 1½"
chubby flat tip screwdriver
ONE 1 ½ " chubby No 2 crosshead screwdriver
ONE 4" flat tip screwdriver
ONE 6" flat tip screwdriver
ONE No 1 crosshead screwdriver
ONE No 2 crosshead screwdriver TWO Pairs 8" Engineers' pliers
ONE Pair 6" long nose pliers
46
TWO Adjustable frame 12" hacksaws, each supplied with 50 18 tip blades, 50
24 tip blades and 50 32 tip blades
SIX Engineers' files, flat/half round with handles
ONE Ball pein hammer
ONE Claw hammer

6.3 Power Tools, Accessories and Measuring Equipment

The following items shall be boxed in clearly marked steel or wooden boxes and supplied
in a lockable steel cabinet:

ONE Two speed electric drill with 15mm chuck


ONE Electric angle grinder, complete with 50 6" disks
ONE 50m extension lead with plug and socket ONE
Set of 25 straight twist drill bits, 1-13mm ONE Set
stud extractors
ONE Set dies, 2-12 mm, complete with diestock
ONE Dial gauge, total travel 12mm graduated every 0.002 mm, complete with base
ONE Micrometer, 0-25 mm graduation 0.01mm ONE
Micrometer, 25-75 mm graduation 0.01 mm ONE
Vernier calliper, 0-150 mm
TWO Sets metric feeler gauges
ONE 900mm steel rule ONE
900 mm spirit level ONE
Engineers square

6.4 Electrical Test Equipment

The following shall be supplied complete with test lead and leather carrying cases, locked in a
steel cabinet:

ONE Multimeter tester, AC current 100 mA- 10A full scale deflection in four ranges, DC
current 50mA-10A FSK in seven ranges, AC voltage 2.5 kV FSK in five
ranges, DC voltage 2.5 V - 1000 V FSK in five ranges.
ONE battery powered clamp meter, AC current to 300 A, AC voltage to 60V,
resistance to 10k
ONE Meg-ohm meter up 400M / 1KV

47
ONE Insulation tester, hand crank type, capable of testing at 500 V and 1000 V. ONE
Borehole water level measuring instrument set, suitable for
insertionthrough a ¾ inch observation pipe, indication by audible sound when in
contact with water, the cable reel to be graduated in meters and centimetres

7 SPARES

The Contractor shall provide those mandatory spare parts and equipment called for in the Schedule
of Prices and shall also provide the ‘manufacturer’s recommended spares’, which are
considered necessary for the maintenance of the goods for two years normal operation. A
separate Schedule of Prices is provided for listing and pricing these ‘manufacturer’s
recommended spares’.

8 SPECIAL TOOLS

Two complete sets of special tools, one for each pumping station Borehole pump sets, PS1, PS1’
and PS2 shall be provided.

The Contractor shall list the recommended special tools and appliances together with prices
in the appropriate Schedule of Prices.

9 INSTALLATION, OPERATION AND MAINTENANCE MANUALS

The Contractor shall supply installation, operation and maintenance manuals. The cost of these
manuals shall be inserted separately in the Schedule of Prices.

10 DATA SCHEDULE

The following plant data sheets list information to be supplied by the Tenderer as part of the
Tender submission and by the Contractor as part of the review report submitted for review
and approval.

These data sheets shall be completed, as requested on each sheet, by the Tenderer and the contents
will be taken into consideration when the Tenders are examined and evaluated. Any Tenderer
failing to complete the plant data sheets as requested is liable to be disqualified. Details shaded in
the ‘Tender Data’ column need not be completed at the Tender stage.

The Tenderer is liable to be disqualified should the information inserted in these plant data sheets
be considered vague, unsuitable or inadequate. Such expressions as “as required”, “to be completed

48
later”, “or equivalent” are not acceptable. Where the name of a manufacturer is requested for any
item, one manufacturer’s name only shall be given.

Particulars called for at the Tender stage are considered the minimum to establish the Tenderer’s
understanding of the works, ability to perform the Contract and that the Tender is compliant with
the specification. During the Tender evaluation, the Engineer or the client may require the
Tenderer to provide extra details of any part of the Works and the Tenderer shall forthwith provide
such details when requested in writing by the Engineer or client.

49
DATA SHEET 1 – Borehole Pump Sets

Data sheet shall be filled for each of borehole pumps supplied

Tender Contract
Item No Description Units
Data Data

PUMP GENERAL & PERFORMANCE

BH 01 Name of Pump Manufacturer -

BH 02 Place of Pump Manufacture -

BH 03 Bowl Size Designation -

BH 04 Number of Stages No.

BH 05 Size of Discharge Impeller mm

BH 06 Diameter Actual Impeller mm

BH 07 Diameter Minimum Impeller mm

BH 08 Diameter Maximum Capacity mm

BH 09 at Duty Point l/s

BH 10 Head at duty point m

BH 11 Maximum Capacity l/s

BH 12 Head at Maximum Capacity m

BH 13 Closed Valve head M

BH 14 Efficiency at Duty Point %

BH 15 Pump Speed Rpm

BH 16 Power Required at Duty Point kW

BH 17 Power required at Maximum Flow kW

BH 18 Power of Motor Supplied kW

BH 19 NPSH required at Duty Point m

BH 20 NPSH required at Maximum Capacity m

PUMP MATERIALS
BH 21 Casing
BH 22 Shaft
BH 23 Impeller
BH 24 Shaft Sleeves
50
Tender Contract
Item No Description Units
Data Data

BH 25 Bearings

BH 26 Fixings

PUMP MOTOR
BH 27 Manufacturer
BH 28 Type
BH 29 Insulation Class
BH 30 Voltage VA
BH 31 Full Load Current kW
BH 32 Rating
BH 33 Minimum required water velocity over motor
casing to provide adequate cooling for the worst
flow rate condition
PUMPSET & BOREHOLE DIMENSIONS
BH 34 Maximum Outside Diameters of the pump mm
BH 35 Column Pipe diameter mm
BH 36 Pump diameter mm
BH 37 Motor Diameter mm
BH 38 Minimum.Borehole diameter for pump unit mm
BH 39 Min.Borehole diameter for standard pump unit mm
COLUMN ( RISER ) PIPE
BH 40 Manufacturer
BH 41 Standard to which manufactured
BH 43 Class
BH44 Material
BH45 Thickness
BH46 Coating
mm
BH47 DN
BH48 PN
bar

Name of Tenderer ……………………………………………………

Signature of Tenderer & date ……………………………………………………


Seal

51
52
DATA SHEET No 2 –Transfer Pump sets
Data sheet shall be filled for each of all three transfer station pump sets (PS1, PS’ and PS2 ) supplied

Tender Contract
Item No Description Units
Data Data

GENERAL

BP 01 Name of Pump Manufacturer -

BP 03 Pump Type -

BP 04 Pump Model Number -

BP 05 Nominal Speed rpm

BP 07 Pump Suction Pipe Connection mm

BP 08 Pump Deliver Pipe Connection mm

PUMP PERFORMANCE

DETAILS Duty Point

Flow Rate
BP 09 m³/hr

Total Head m
BP 10

Efficiency %
BP 11

NPSH required m
BP 12

Pump Power Absorbed k


BP 13
W

PUMP

MATERIALS
BP 14
Suction Casing -
BP 15
Inter-stage Casing -
BP 16
Discharge Casing -

53
Tender Contract
Item No Description Units
Data Data

BP 17 Diffuser -

BP 18 Bearing Housing -

BP 19 Stuffing Box -

Housing Shaft
BP 20 -

Shaft sleeves
BP 21 -

Shaft Stuffing Box Protection Sleeve


BP 22 -

BP 23 Impeller -

Casing and Diffuser Wear Rings


BP 24 -

Baseplate Gland
BP 25 -

Packing PUMP
BP 26 -

IMPELLER

Diameter of impeller
BP 27 mm

Maximum Diameter of Impeller


BP 28 mm

Minimum Diameter of Impeller


BP 29 mm

Bearings Type
BP 30 -

Bearing Configuration
BP 31 -
PUMP CASING

PRESSURES Design
BP 32 bar
Pressure
BP 33 bar
Test Pressure
BP 34 bar
Maximum Working Pressure

PUMPSET MOTOR

54
Tender Contract
Item No Description Units
Data Data

BP 35 Manufacturer -

BP 36 Type -

BP 37 Model Number -

BP 38 Insulation Class -

BP 39 Voltage V

BP 40 Efficiency %

BP 41 Power Output kW

BP 42 Winding temperature monitoring details 0


C

PUMPSET

BP 43 WEIGHTS Pump kg

BP 44 Motor kg

BP 45 Pump set Including Baseplate kg

BP 46 Maximum lifting load during erection or maintenance kg

Name of Tenderer ……………………………………………………

Signature of Tenderer & Date ……………………………………………………

Seal

55
DATA SHEET No 3 –Pipe, fittings and Valves

Data sheet shall be filled for each of all boreholes and three transfer station pump sets (BHs, PS1,
PS1’and PS2) supplied
Tender Contract
Item No Description Units
Data Data
PFV1 PIPES
Manufacturer
Standard to which manufactured
PFV1.1 Borehole Column pipe
Pipe Diameter mm
Pipe Thickness mm
Thread type
Pressure rating of pipes bar
Pressure rating of Flanges bar
Pressure Class
PFV1.2 Borehole Head work pipes
Pipe Diameter
Pipe Thickness
Flange Details
Diameter
Thickness
Pressure rating of pipes bar
Pressure rating of Flanges bar
Pressure Class
PFV1.3 PS1 Suction Header
Diameter mm
Pipe Thickness mm
Flange Details
Diameter mm
Thickness mm
Pressure rating of pipe work and flanges bar
PFV1.4 PS1 Discharge Header
Diameter mm
Pipe Thickness mm
Flange Details
Diameter mm
Thickness mm
Pressure rating of pipework and flanges bar

56
PFV1.5 PS1’ Suction Header
Diameter mm
Pipe Thickness mm
Flange Details
Diameter mm
Thickness mm
Pressure rating of pipe work and flanges bar
PFV1.6 PS1’ Discharge Header
Diameter mm
Pipe Thickness mm
Flange Details
Diameter mm
Thickness mm

Pressure rating of pipe work and flanges bar


PFV1.7 PS2 Suction Header
Diameter mm
Pipe Thickness mm
Flange Details
Diameter mm
Thickness mm

Pressure rating of pipe work and flanges bar


PFV1.8 PS2 Discharge Header
Diameter mm
Pipe Thickness mm
Flange Details
Diameter mm
Thickness mm
Pressure rating of pipework and flanges bar
PFV2 ISOLATING VALVE
Manufacturer -
Type -
Model Number -
MATERIALS
Valve body -
Valve disc -
Sealing seat -
Seal -
PFV2.1 Well Field
57
Diameter mm
Pressure rating PN
PFV2.2 PS1Pumping Station
Diameter (Suction Side of Pump) mm
Pressure rating (Suction Side of Pump) PN

Diameter (Delivery Side of Pump) mm


Pressure rating (Delivery Side of Pump) PN

PFV2.2 PS1’Pumping Station


Diameter (Suction Side of Pump) mm
Pressure rating (Suction Side of Pump) PN

Diameter (Delivery Side of Pump) mm


Pressure rating (Delivery Side of Pump)

PFV2.2 PS2 Pumping Station


Diameter (Suction Side of Pump) mm
Pressure rating (Suction Side of Pump) PN

Diameter (Delivery Side of Pump) mm


Pressure rating (Delivery Side of Pump)

PFV3 NON RETURN VALVE


Manufacturer -
Type -
Model Number -
MATERIALS
Valve body -
Valve disc -
Sealing seat -
Seal -
PFV3.1 Well field
Diameter mm
Pressure rating PN
PFV3.2 PS1 Pumping Station -
Diameter mm
Pressure rating PN
PFV3.3 PS1’ Pumping Station -
58
Diameter mm
Pressure rating PN
PFV3.4 PS2 Pumping Station -
Diameter mm
Pressure rating PN

Name of Tenderer ……………………………………………………

Signature of Tenderer ……………………………………………………

Seal

59
DATA SHEET No. 4 – Electromagnetic Flow meters
Data sheet shall be filled for each of all boreholes and three transfer station pump sets (BHs, PS1,
PS1’and PS2) supplied

Item No Description Units Tender Contract


Data Data

F1.1 Station Inlet Flow meter


F1.2 Manufacturer

F1.3 Type

F1.4 Diameter

F1.5 Design Data

F1.6 Flow Range m3/h


F1.7 Design flow m3/h
F1.8 Flow velocity range m/s

F1.9 Resolution cm/s

F1.10 Guaranteed Data

F1.11 Accuracy +%

F1.12 Transmitter

F1.13 Enclosure mounting: wall mounted / pipe


mounted
F1.14 Degree of protection IP

F1.15 Operating temperature


C
F1.16 Housing material

F1.17 Power supply V

F1.18 Display

F1.19 Dimension (W x H x D) mm

F1.20 Weight kg

F1.21 Power consumption W

F1.22 Communication

L1 Reservoir Level Transmitter (analogue)


L1.1 Manufacturer

60
L1.2 Type

L1.3 - principle

L1.4 - manufacturer’s type number

L1.5 - materials used for wetted parts

L1.6 - range m

L1.7 - accuracy +%

NameofTenderer ……………………………………………………

Signature ofTenderer ……………………………………………………

Seal

61
DATA SHEET No. 5 – Surge Vessel and Compressors
Data sheet shall be filled for each of three transfer station pump sets (PS1, PS1’ and PS2) supplied

Item No Descriptio Units Tender Contrac


n t
Data
Dat
SVC1 Surge Vessel a
SVC1.1 Manufacturer

SVC1.2 Place of Manufacture

SVC1.3 Type

SVC1.4 Total Capacity m


3
SVC1.5 Overall height mm

SVC1.6 Diameter mm

SVC1.7 Design pressure bar


SVC1.8 Operating pressure bar

SVC1.9 Test pressure bar

SVC1.10 Material

SVC1.11 Wall thickness mm

SVC1.12 Type of inside protective coating

SVC1.13 Type of outside protective coating

SVC1.14 Total weight kg

SVC2 Compressors

SVC2.1 Number Supplied No.

SVC2.2 Manufacturer
SVC2.3 Type

SVC2.4 Discharge temperature C


SVC2.5 Operating discharge pressure bar

SVC2.6 Test discharge pressure bar

SVC2.7 Rated flow m3/h


SVC2.8 Compressor speed rpm

SVC2.9 Power required at compressor coupling kW


SVC2.10 Length of compressor set mm

62
SVC2.11 Height of compressor set mm

SVC2.12 Type of bearing

SVC2.13 Bearing lubrication by

SVC2.14 Oil Pump type

SVC2.15 Total weight of compressor set kg

SVC2.16 Weight of compressor kg

SVC2.17 Weight of heaviest part kg

SVC3 Driving Motors

SVC3.1 Manufacturer

SVC3.2 Type

SVC3.3 Enclosure
SVC3.4 Power kW

SVC3.5 Speed rpm

SVC3.6 Class of insulation

SVC3.7 Voltage V

Name of Tenderer ……………………………………………………

Signature of Tenderer ……………………………………………………

Seal

63
DATA SHEET No. 6 – Diesel Generator Sets
Data sheet shall be filled for each of all boreholes and three transfer station pump sets (BHs, PS1,
PS1’and PS2) supplied
Tender Contract
Item No Description Units Data Data
DG1 Diesel Generator Set
DG1.1 Manufacturer or assembler of set

DG1.2 Overall dimensions:

DG1.3 width mm

DG1.4 height mm

DG1.5 depth mm

DG1.6 Overall weight tonne

DG1.7 Maximum noise output at any point 10 m dB(A)


DG2 Alternator

DG2.1 Manufacturer

DG2.2 Type

DG2.3 Rating kVA

DG2.4 Nominal phase-to-phase voltage V


DG2.5 Maximum continuous phase-to-phase voltage V

DG2.6 Maximum continuous current output A

DG2.7 Minimum leading power factor (alternator over-


excited)
DG2.8 Minimum lagging power factor (for rated power
output)
DG2.9 Efficiency at rated kVA output %
DG210 Number of poles

DG2.11 Insulation class (i.e. B, F, H, etc)

DG2.12 Winding temperature rise at rated output deg C

DG3 Alternator Exciter

DG3.1 Manufacturer

DG3.2 Type

DG3.3 Rated output voltage

64
Tender Contract
Item No Description Units
Data Data
DG3.4 Rated output current

DG3.5 Means of controlling output

DG3.6 Slip rings / commutator / brushless

DG3.7 Weight tonne

DG4 Diesel Engine

DG4.1 Manufacturer

DG4.2 Type

DG4.3 Number of cylinders

DG4.4 Rated continuous output kW

DG4.5 Rating (standby duty) kW

DG4.6 Turbo charged: yes/no

DG4.7 Speed rpm

DG4.8 Fuel consumption

DG4.9 - at full load l/hour

DG4.10 - at half load l/hour

DG4.11 - at no load l/hour


DG4.12 Fuel specification

DG4.13 Weight tonne

DG4.14 Speed Governor

DG4.15 - Manufacturer

DG4.16 - Type

Name of Tenderer ……………………………………………………

Signature of Tenderer ……………………………………………………

Seal

65
DATA SHEET No. 7 - Borehole LV Switchboard
Data sheet shall be filled for each of all boreholes supplied

Tender Contract
Item No Description Units
Data Data

BSG 1 Borehole Switchboard


BSG 1.1
Manufacturer/assembler:
BSG 1.2
Dimensions:
BSG 1.3
- width mm
BSG 1.4
- height mm
BSG 1.5
- depth mm
BSG 1.6
Enclosure protection rating IP

BSG 2 Design data


BSG 2.1
Bus bar current rating A
BSG 2.2
Bus bar cross sectional area mm2
BSG 2.3
Short-time withstand current kA
for....s

BSG 3 Incoming Devices

BSG 3.1 Manufacturer

BSG 3.2 Type designation

BSG 3.3 Rated voltage V

BSG 3.4 Rated current A

BSG 3.5 Short-time current and duration kA


for....s
BSG 4 Fused Switches

BSG 4.1 Manufacturer

BSG 4.2 Type designation

BSG 5 Borehole Starters


BSG 5.1
- manufacturer
BSG 5.2
- starting method
BSG 5.3
- rated voltage V

66
BSG 5.4
- rated power (insert power for each kW
borehole pump size)
BSG 5.5
- rated current (insert current for each A
borehole pump size)
BSG 5.6 - power factor correction rating (insert kVAr kVAr
for each borehole pump size)
BSG 5.7
- control circuit voltage V
BSG 5.8
- overload capability %

Name of Tenderer ……………………………………………………

Signature of Tenderer ……………………………………………………

Seal

67
DATA SHEET No. 8 – Transfer Stations Main LV Switchboard

Data sheet shall be filled for three transfer station pump sets (PS1, PS1’ and PS2) supplied

Tender Contract
Item No Description Units Data Data
TSG 1 Main LV Switchboard
TSG 1.1 Manufacturer/assembler:

TSG 1.2 Dimensions:

TSG 1.3 - width mm

TSG 1.4 - height mm

TSG 1.5 - depth mm

TSG 1.6 Enclosure protection rating IP

TSG 2 Design data


TSG 2.1
Busbar current rating A
TSG 2.2
Busbar cross sectional area mm2
TSG 2.3
Short-time withstand current kA
for....
s
TSG 3 Air Circuit Breakers
TSG 3.1
Manufacturer
TSG 3.2
Type designation (Transformer incomers)
TSG 3.3
Type designation (Generator incomers)
TSG 3.4
Type designation (Bus-section)
TSG 3.5
Rated voltage V
TSG 3.6
Rated current (Transformer incomers) A
TSG 3.7
Rated current (Generator incomers) A
TSG 3.8
Rated current (Bus-section) A
TSG 3.9
Short-time current and duration kA
for....
s
TSG 3.10
Short circuit certifying authority

TSG 4 Fuse-Switches
TSG 4.1 Manufacturer

TSG 4.2 Type designation


68
TSG 5 Main Pump Set A Motor Starters
TSG 5.1
- manufacturer
TSG 5.2
- starting method
TSG 5.3
- rated voltage V
TSG 5.4
- rated current A
TSG 5.5
- power factor correction rating kVAr
TSG 5.6
- control circuit voltage V

TSG 6 Motor Starters

TSG 6.1 - manufacturer


TSG 6.2
- starting method
TSG 6.3
- rated voltage V
TSG 6.4
- rated current A
TSG 6.5
- power factor correction rating kVAr
TSG 6.6
- control circuit voltage V

Name of Tenderer ……………………………………………………

Signature of Tenderer ……………………………………………………

Seal

69
DATA SHEET No. 9 – PLC and Radio Communications
Data sheet shall be filled for each of all boreholes and three transfer station pump sets (BHs, PS1,
PS1’and PS2) supplied
Tender Contract
Item No Description Units
Data Data
PLC 1 Programmable Logic Controller (PLC)
PLC 1.1 Manufacturer

PLC 1.2 Type

PLC 1.3 Memory size

PLC 1.4 No. of DI

PLC 1.5 No. of DO

PLC 1.6 No. of AI

PLC 1.7 No. of AO

PLC 1.8 Software Type

RC 2 Radio Modems

RC 2.1 Manufacturer

RC 2.2 Type

RC 2.3 Model No.

RC 2.4 Operating frequencies MHz

RC 2.5 Software
RC 3 Radio Antennas PS1, PS’ and PS2

RC 3.1 Manufacturer

RC 3.2 Type

RC 4 Radio Antennas well field

RC 4.1 Manufacturer

RC 4.2 Type

Name of Tenderer ……………………………………………………

Signature of Tenderer ……………………………………………………

Seal

70
11 PRICE SCHEDULE

In pricing the Schedule of Prices due consideration shall be afforded to the Form of Tender,
Conditions of Contract, Special Conditions of Contract, Technical Specifications, and Plant Data
Sheets.

The Schedules of Prices do not generally give a full description of the plant and equipment to be
supplied and the services to be performed under each item. The Tenderer shall be deemed to have
read the Technical Specifications and other sections of the Tender documents and visit the site to
ascertain the full scope of the requirements included in each item prior to filling in the rates and prices.

The items set forth in the Schedule of Prices and the prices entered therefore shall, except insofar as
may be otherwise expressly provided in the Contract, be deemed to cover all the Tenderer’s costs and
expenses required to execute the complete works, including all obligations and liabilities and all
matters and things necessary imposed or implied by the above mentioned Contract Documents for the
proper design, supply, installation and completion of the Works and the maintenance of the Permanent
Works. No further payment shall be made in respect of anything described in the Contract for which
apparently no corresponding item is given in the Schedule of Prices and the cost thereof shall be
deemed to be included in and covered by the prices as aforesaid.

If Tenderers are unclear or uncertain as to the scope of any item, they shall seek clarification prior to
submitting their Tender.

Prices given in the Schedules against each item shall be for the scope covered by that item as detailed
in the Technical Specifications or elsewhere in the Tender documents.

Additionally full allowance is to be made in the prices against the various items in the
Schedule of Prices for all costs involved in the following,

 The recruitment, transporting to and from the Site, accommodation, feeding and all
incidental costs and expenses involved in the provision of all necessary skilled and
unskilled labour and supervision.

 All survey work, design, workshop drawing preparation and material approval documents
preparation before ordering to manufacturing.

 Temporary access roads, fencing, watching and lighting;

 Safety precautions and all measures to prevent and suppress fire and other hazards;

 Interruption to the Works by persons, vehicles, vessels and the like due to operational
needs;
71
 The protection and safety of adjacent structures insofar as they may be affected by the
Works or Temporary Works;

 Supplying, maintaining and removing on completion Contractor’s own accommodation,


offices, stores, workshops, transport, welfare, services and other facilities and all charges
in connection therewith;

 Maintaining public thoroughfares and footpaths and maintaining access upon existing
recognised routes;

 Construction drawings, shop and working drawings, as-built drawings and CD ROMs

 All shop treatment and corrosion protection of materials

 Unloading, storing, assembling, hoisting, fitting and fixing materials in all positions and
at all levels and heights;

 Use of construction plant and all transport charges and handling;

 Scaffolding and all temporary works including cranes, false work, walks, lifts, lighting,
power, water and special lighting requirements for night work;

 Protecting all work against damage by whatever method is deemed necessary.

 Any work damaged before the work is handed over is to be replaced or made
good at the Contractor’s expense and to the entire satisfaction of the Engineer;

 Reinstatement of the Site, cleaning and clearing away all surplus material upon
completion;

 Establishment charges and on-costs.

 Work to be constructed in stages or phases, special installation sequences and out-of-


sequence working.

 Carefully locating and working around existing product pipelines, unused or live water,
power, telephone or other similar services encountered during the progress of the Works and
upholding, maintaining and keeping in working order including making good all services
damaged or reimbursing the responsible Government Authority on demand for making good the
damage.

 Nameplates and warning signs for equipment, devices, panels, cabinets, switches,
receptacles and the like including plates, discs and labels for identification of pipes, valves
and related items.

72
Schedule of Price
SP1 – Borehole Mechanical and Electrical Equipment Design, Supply and Install

Supply Installation
Item Total
Description Unit Qty unit unit rate
No price
rate
1 Borehole Pumps Mechanical
1.1a Set 8
Supply and install Electrical Submersible
pump set suitable for a borehole casing of 8
inches. For

TPW4: 20l/sec @ 135 m

TPW5: 20l/sec @ 165m

TPW6: 20l/sec @ 165 m

TPW8: 20l/sec @ 135 m

The pump set cost shall include for the pump,


motor, check valve and the 0.5 metre long
column pipe, power and signal cable glands
and glanding at the pump end in the pump
manufacturer’s factory, preparation of and
supply of termination kits for the power and
signal cable’s connections to the ground
junction box, all in accordance with the
general and particular specifications

1.2 Set 8
Supply and install Electrical Submersible
pump set suitable for a borehole casing of 10
inches. For

TPW7 : 37.5l/sec @ 160 m

73
Supply Installation
Item Total
Description Unit Qty unit unit rate
No price
rate
TPW9: 40l/sec @ 160 m
TPW10: 35l/sec @ 160 m
TPW11: 35l/sec @ 160 m

The pump set cost shall include for the pump,


motor, check valve and the 0.5 metre long
column pipe, power and signal cable glands and
glanding at the pump end in the pump
manufacturer’s factory, preparation of and
supply of termination kits for the power and
signal cable’s connections to the ground
junction box, all in accordance with the general
and particular specifications

1.3 Supply and install Borehole Galvanized


Column (Riser) Pipe

1.3.1 m 786
The column ( riser) pipe for 8” casing pumps
shall be in accordance with General and
particular specification and the following
characteristics :

Standard : carbon steel pipe

Joint : threaded Length

: 6 meter each Pressure

rating : 25 bar Size :

100 mm

The rate shall include joints, cutting, welding


and making water tight and any modification
required on site. Short piece pipe of 0.5 meters
rate shall be included at the pump out let to
facilitate ease of installation for each pump.

1.3.2 m 762
The column ( riser) pipe for 10” casing pumps
shall be in accordance with General and

80
Supply Installation
Item Total
Description Unit Qty unit unit rate
No price
rate
particular specification and the following
characteristics :

Standard : carbon steel pipe

Joint : threaded Length

: 6 meter each Pressure

rating : 25 bar Size :

150 mm

The rate shall include joints, cutting, welding


and making water tight and any modification
required on site. Short piece pipe of 0.5 meters
rate shall be included at the pump out let to
facilitate ease of installation for each pump.

81
Supply Installation
Item Total
Description Unit Qty unit unit rate
No price
rate
1.3.3 The Head work pipes shall be in pcs 4
accordance with General and particular
specification and the following
characteristics :

Manufacturing : Longitudinally welded


carbon steel single flanged pipes

Type : Hot dip galvanized minimum thickness


80 microns

Pressure rating : 25 bar


1.3.4 The Head work pipes shall be in pcs 4
accordance with General and particular
specification and the following
characteristics :

Manufacturing : Longitudinally welded


carbon steel single flanged pipes

Type : Hot dip galvanized minimum thickness


80 microns

Pressure rating : 25 bar

Size : 150 mm

Length : 1500 mm

The rate shall include flanges, bolt and


nuts, rubber gaskets, cutting, welding and
making water tight and any modification
required on site.

1.4 Supply and install Head works Set 8

Borehole support plate and support pipe


including all plate fittings, nuts and bolts,
gaskets, fixings, concrete base and cement
grouting between borehole casing and the
base and pipe, if required.

1.5 Supply and install Head works

82
1.5.1 The Head work reducer shall be in Pcs 4
accordance with General and particular
specification and the following
characteristics :

Manufacturing : Longitudinally welded carbon


steel

Type : Hot dip galvanized minimum thickness


80 microns

Pressure rating : 25 bar

Size : 150 x 100 mm

The rate shall include cutting, welding and


making water tight and any modification
required on site.
1.5.2 The Head work pipes with one end socket m 96
and other threaded shall be in accordance
with General and particular specification
and the following characteristics :
Manufacturing : Longitudinally welded
carbon steel threaded pipes

Type : Hot dip galvanized minimum thickness


80 microns

Pressure rating : 25 bar

Size : 150 mm

Length : 3 meters each or cut length as


per final drawing fit each BH
requirements

Connection Type : Internal Threaded socket

The rate shall include cutting, welding and


making water tight and any modification
required on site.

83
1.5.3 The Head work pipes shall be in pcs 8
accordance with General and particular
specification and the following
characteristics :
Manufacturing : Longitudinally welded
carbon steel double flanged pipes

Type : Hot dip galvanized minimum thickness


80 microns

Pressure rating : 25 bar

Size : 150 mm

Length : 1500 mm

The rate shall include flanges, bolt and


nuts, rubber gaskets, cutting, welding and
making water tight and any modification
required on site.

1.5.4 The Head work pipes shall be in pcs 8


accordance with General and particular
specification and the following
characteristics :
Manufacturing : Longitudinally welded
carbon steel double flanged pipes

Type : Hot dip galvanized minimum thickness


80 microns

Pressure rating : 25 bar


Size : 150 mm

Length : 750 mm

The rate shall include flanges, bolt and nuts,


rubber gaskets, cutting, welding and making
water tight and any modification required on
site.

84
Item Supply Installation Total
Description Unit Qty unit unit rate
No price
rate
1.5.5 The Head work pipes shall be in pcs 8
accordance with General and particular
specification and the following
characteristics :

Manufacturing : Longitudinally welded


carbon steel single flanged pipes

Type : Hot dip galvanized minimum thickness


80 microns

Pressure rating : 25 bar

Size : 150 mm

Length : 2500 mm or as per final drawing

length for each BH The rate shall include

flanges, bolt and nuts, rubber gaskets,


cutting, welding and making water tight
and any modification required on site.

1.5.6 The Head work tee pipes shall be in pcs 16


accordance with General and particular
specification and the following characteristics :

Manufacturing : Longitudinally welded


carbon steel double flanged pipes

Type : Hot dip galvanized minimum thickness


80 microns

Pressure rating : 25 bar Size : 150 x 80 mm

Length :750 mm

The rate shall include flanges, bolt and


nuts, rubber gaskets, cutting, welding and
making water tight and any modification

1.5.7 The Head work pipes shall be in pcs 8


accordance with General and particular
specification and the following
characteristics :

85
Item Supply Installation Total
Description Unit Qty unit unit rate
No price
rate
Manufacturing : Longitudinally welded
carbon steel double flanged pipes
Type : Hot dip galvanized minimum
thickness 80 microns
Pressure rating : 10 bar
Size : 80 mm
Length :1500 mm
The rate shall include flanges, bolt and nuts,
rubber gaskets, cutting, welding and making
water tight and any modification required on
site.

1.6 Set 8
Supply and install Pressure Sustaining Valve

Pressure sustaining valve shall be in


accordance with General and particular
specification and the following
characteristics :

Type : mechanical

Pressure rating : PN25

Size : DN 150

Adjustment : capable to adjust locally 10 – 25


bar

1.7 Supply and install Check valve No 8

Check valve shall be in accordance with


General and particular specification and the
following characteristics :

Pressure rating : PN25

Size : DN 150

1.8 Supply and install Electromagnetic flow meter No 8

Pressure rating : PN25

Size : DN 150

86
1.9 Supply and install Dismantling Joint Set 8

Dismantling Joint shall be in accordance


with General and particular specification
and the following characteristics :

Pressure rating : PN25


Size : DN 150

1.9 Supply and Install Flange Adaptors Set 24

Flange Adaptor shall be in accordance


with General and particular
specification and the following
characteristics :

Pressure rating : PN25

1.10 Supply and install Water meter No 8

Double flanged Woltman water meter turbine


type measuring flow rate Q min = 10 l/sec in
accordance with General and particular
specification and the following characteristics :

Pressure rating : PN25

Size : DN 150

1.11 Supply and Install Head work Gate Valve Set 8

The Head work double flanged gate valve


shall be in accordance with General and
particular specification and the following
characteristics :

Pressure rating : 25 bar

Size : 150 mm

87
1.12 Supply and Install Head work Gate Valve Set 8

The Head work double flanged gate valve


shall be in accordance with General and
particular specification and the following
characteristics :

Pressure rating : PN25

Size : DN80

1.13 Supply and Install Double air valves Set 8

Double air valves with isolating valve shall be


in accordance with General and particular
specification and the following characteristics :
Connection : flanged

Pressure rating : PN25

Size : DN80

1.14 Supply and Install 900 Bend No 8

Double flanged 900 Bend shall be in


accordance with General and particular
specification and the following
characteristics :

Connection : Double flanged

Pressure rating : PN25

Size : DN 150
1.15 Supply and install 900 Bend No 8

Single flanged 900 Bend shall be in accordance


with General and particular specification and
the following characteristics :

Connection : Single flanged

Pressure rating : PN10

Size : DN80

88
1.16 Supply and Install Long radius 450 bend No 16

Long radius 450 Bend shall be in accordance


with General and particular specification and
the following characteristics :

Pressure rating : PN25

Size : DN 150

1.17 Supply and Install Pressure switch No 8

Pressure switch to control delivery line pressure

Rating : 10 – 25 Bar Contacts : voltage

free Contact rating : 6A

Contact type : 2NC and 2NO

2 Supply and install Borehole Pumps Electrical


equipment

2.1 Design supply and install main switch board Set 8


incorporating Star- Delta motor starter for
each motor rating and RTU and Radio modem
for data processing and communication in
accordance with the general and particular
specifications :

Rating : 380V, 3 phase + Neutral, 50Hz

Power : For TPW4, TPW5, TPW6 and TPW8


= at least 75KW

For TPW7, TPW9, TPW10 and TPW11 = at


least 150KW

EEPCO Breaker : 160 A and 250 A

Generator Breaker : 160A and 250 A

Generator and EEPCO breakers : Mechanically


Interlocked

89
2.2 Supply and Install Borehole head water and Set 8
dust proof lockable connection box

Rating : 380V, 3 phase + Neutral, 50Hz

Power : For TPW4, TPW5, TPW6 and TPW8


= at least 75KW

For TPW7, TPW9, TPW10 and TPW11 = at


least 150KW

2.3 All power cabling required for a complete m 480


installation at each borehole site compound
in accordance with the general and particular
specification which shall include all cables
between :
- The EEPCO metering and
distribution pillar and the
switchgear assembly panel

- The standby generator cable


junction box and the switchgear
assembly panel
Including all termination lags, connectors and
insulations, etc….

Type : PVC or rubber insulated cable

Rating : 0.6/1 KV

Voltage drop : 3% maximum

Rating : 3 x 70/35mm2

The rate shall include cutting the specific


lengths for each pump set, joining with the
motor tail cable, insulating, termination kits
and all appropriate cable clamps

90
2.4 Submersible power cable for 8” casing pump m 2x
set in accordance with the general and 786
particular specification shall have the
following character sticks :
Type : PVC or rubber insulated flat cable

Rating : 0.6/1 KV
Voltage drop : 3% maximum
Size : 4 x 16 mm2
The rate shall include cutting the specific
lengths for each pump set, joining with the
motor tail cable, insulating, termination kits
and all appropriate cable clamps for holding
the cable to the column pipe.

2.5 Borehole Electrode cable with electrodes m 1572


for borehole water level protection from the
submersible pump to switch gear for
8” casing borehole pumps.

Type : PVC or rubber insulated cable

Rating : 0.3/0.5 KV

Voltage drop : 3% maximum

Size : 1 x 2.5 mm2 or better based on voltage


drop

The rate shall include cutting the specific


lengths for each pump set, joining with the
motor tail cable, insulating, termination kits
and all appropriate cable clamps for holding
the cable to the column pipe.

91
2.6 Submersible power cable for 10” casing pump m 2x
set in accordance with the general and 762
particular specification shall have the
following character sticks :

Type : PVC or rubber insulated flat cable

Rating : 0.6/1 KV

Voltage drop : 3% maximum

Size : 4 x 35 mm 2

The rate shall include cutting the specific


lengths for each pump set, joining with the
motor tail cable, insulating, termination kits
and all appropriate cable clamps for holding
the cable to the column pipe.

2.7 Borehole Electrode cable with electrodes m 1524


for borehole water level protection from the
submersible pump to switch gear for
10” casing borehole pumps.

Type : PVC or rubber insulated cable

Rating : 0.3/0.5 KV

Voltage drop : 3% maximum

Size : 1 x 2.5 mm 2

The rate shall include cutting the specific


lengths for each pump set, joining with the
motor tail cable, insulating, termination kits
and all appropriate cable clamps for holding
the cable to the column pipe.

2.8 Supply and install Signal and control cabling Ls


required for switch gear assembly panel,
pressure switch, the electromagnetic flow
meter and any connection among controlling
devices to provide a complete installation at
each borehole site.

92
The contractor shall provide details during
price quotation.

3 Design, supply and install Stand By diesel generator set

3.1 Stand by diesel generator set mounted on a Set 2


double axle road trailer in order to be move
from one site to the other when necessary
according to the general and particular
specification.

The generator shall be equipped with a


weatherproof and soundproofed canopy 80 dB
@ 10 m

The generator shall be equipped with exhaust


system and built in fuel tank capacity enough
for 2 days continuous operation

Rating : continuous

Power : 350 KVA

De rated for : 2200 m.a.s.l and 300 C

Control : built on the generator

Each generator shall be provided with at


least 10 Meters power cable terminated with
cable lag at both ends.

Water tight Connecting terminal box shall


be provided and installed to be installed at
four ( 4 ) generator houses where the motor
control switch board shall be connected
permanently and mobile generator terminal
will be connected when necessary.

3.2 Stand by diesel generator mounted on a Set 2


double axle road trailer in order to be
removed from one site to the other when
necessary according to the general and
particular specification.

93
The generator shall be equipped with a
weatherproof and soundproofed
canopy 80 dB @ 10 m

The generator shall be equipped with


exhaust system and built in fuel tank
capacity enough for 3 days continuous
operation.

Rating : continuous

Power : 186 KVA

De rated for : 2200 m.a.s.l and 300 C Control

: built on the generator

Each generator shall be provided with at least


10 Meters power cable terminated with cable
lag at both ends.

Water tight Connecting terminal box shall be


provided to be installed at four ( 4 )
generator houses where the motor control
switch board shall be connected permanently
and mobile generator terminal will be
connected when necessary.

4 Design, supply and install Telemetry System

4.1 set 8
A radio communication system at each
borehole site composed of the following and
in accordance with the general and particular
specification.

- Power supply : 24Vdc

- UHF Radio modem operating frequency :


400 – 470 MHz

- Transmission power better than : 5 watt

- Sensitivity better than : -115 dBm

- Connecting link : serial RS232/ RS485

- Antenna and antenna mounting Kit

94
- Coaxial cables type RG213U 50

- Antenna mounting mast length shall

be determined and provided

- Radio programming Kit

4.2 Remote terminal unit ( RTU ) housed in the Set 8


motor starter/ borehole control switch gear
equipped with the following and in
accordance with the general and particular
specification.

- Programmable Logic Controller ( PLC )


- Analogue input and output module
- Digital Input and output module
- RS232 serial link to radio
- Power supply 24Vdc
- RSLogix 5000 standard or equivalent
software
- PLC programming kit
- All necessary cabling and connections to
the motor control switch gear and
sensors.
4 Design, supply and install Earthing and conduits Works
4.1 Set 8
Earthing loop shall be provided and installed
at each borehole site in accordance with the
general and particular specification.

Earthing copper rode of 1.2 meter shall


be installed

Earthing strips shall be provided

All electrical equipment shall be


properly earthed

95
4.2 Supply and laying underground compatible Set 8
size HDPE conduit of Ø 100 mm from the
generator terminal box to Motor starter
control box

4.3 Supply and laying underground compatible Set 8


size HDPE conduit of Ø 100 mm from
EEPCO Transformer to EEPCO metering
box

4.4 Supply and laying underground compatible Set 8


size HDPE conduit of Ø 100 mm from the
EEPCO metering box to Motor starter
control panel

4.5 Supply and laying underground power cable Set 8


HDPE conduit of Ø100 mm from the borehole
head work to Motor starter control box

4.6 Supply and laying underground compatible Set 8


size HDPE conduit of Ø 100 mm from the
Operator house switch box to Motor starter
control box

5 The tenderer shall describe hereunder, Ls


inserting any relevant supply and works that
may be referred to in the condition of contract
Material or labour for which no separate
items has been included in the schedule of
prices and for which the tenderer desires to
enter a separate charge, has to be entered in
here under. If no rate is entered hereunder
rates and amounts elsewhere in the schedule
of prices shall be deemed to cover all
expenses for complete boreholes performance
until water is pumped to PS1 with all pipes,
fittings, instrumentations, control, telemetry
system, alternative power sources, obligations
or things to submit complete operational
plant.

96
PS1 transfer station Mechanical and Electrical Equipment Design, Supply and
Install

Supply
Item Installation Total
unit
No Description Unit Qty unit rate price
rate
1 Transfer Pumps Mechanical Equipment

1.1 Design, supply and install horizontal Surface Set 4


Centrifugal Pump, electrically driven - Q = 80
l/sec @ H= 175 meters mounted on common
base plate of fabricated steel

1.2 Design, supply and install Surge suppression Set 1


equipment PN25 bladder type complete with :

Surge suppression equipment tank


2000litre or better fit site requirement

Two ( one duty and one stand by )


compressor PN 25 suitable for above
surge suppression equipment

all the pipes, fittings, valves, injection


point nozzle’s and standard accessories

1.3 Design, Cut, Weld and Install Suction Pipe Work

1.3.1 Foot valve and strainer DN 600, PN10 set 1

Epoxy coated fabricated steel pipe,


1.3.2 L=1500mm - DN 600, PN10 Pc 1
Double flanged epoxy coated fabricated steel
1.3.3 900 elbow- DN600, PN10 Pc 1

Epoxy coated fabricated steel pipe,


1.3.4 L=5000mm - DN 600, PN10 Pc 2

1.3.5 Single flanged suction pipe L = 1000mm, Pc 2


DN600, PN10

1.3.6 Flange adapter DN600, PN10 Ls

Double flanged gate valve DN600, PN10


1.3.7 complete with bolt. Nuts and gasket Pc 1

1.3.8 Suction pressure gauge 0 – 1bar Pc 1

97
1.3.9 Single flanged suction manifold DN 600, PN10 Pc 1
with four DN350 flanged piece pipes welded at
flange offset of 1200mm, L=6000mm and one
end capped with DN600 PN 10 blank flange

1.3.10 Double flanged gate valve DN350, PN10 one Pcs 4


with blank flange complete with bolt. Nuts and
gasket

1.3.11 Single flanged puddle suction pipe epoxy Pcs 4


coated fabricated steel L = 1000mm,
DN350, PN10

1.3.12 Suction pressure gauge 0 – 1bar Pcs 4

1.3.13 Double flanged puddle pipe epoxy coated pcs 4


fabricated steel, L=800mm - DN 350, PN10

1.3.14 Flange adapter DN350, PN10 Pcs 4

1.3.15 Double flanged epoxy coated fabricated steel Pcs 4


0
90 elbow- DN350, PN10

1.3.16 Double flanged eccentric reducer DN Pcs 4


350/Pump diameter, PN10

1.3.17 Coupling for epoxy coated fabricated steel pipe, Pcs 4

DN350, PN10

1.4 Design, Cut, Weld and Install Delivery Pipe Works

1.4.1 Double flanged Concentric reducer- pump


diameter/DN300, PN25

1.4.2 Self- restrained Dismantling Joint – DN300, Pcs 4

1.4.3 Double flanged epoxy coated fabricated steel Pcs 8


Pipe L=500mm, DN300, PN25

1.4.4 Double Flanged epoxy coated fabricated steel Pcs 8


900 elbow –DN300, DN25

1.4.5 Double Flange Check Valve – DN300, PN25 Pcs 4

98
1.4.6
Double Flanged epoxy coated fabricated steel Pcs 4
tee L=800mm
DN300/DN80/DN300, PN25
1.4.7 Flanged air release valve DN80, PN25 Pcs 4

1.4.8 Pressure Gauge 0-25 bar Pcs 4

1.4.9 Double flanged Butterfly valve DN300, PN25 Pcs 4

1.4.10 Single flanged discharge manifold DN 500, Pc 1


PN25 with four DN300 flanged piece pipes
welded at flange offset of 1200mm,
L=7000mm and one end capped with DN500
PN 250 blank flange

1.4.11 G.S epoxy coated Flanges to be welded on the Pcs 8


individual delivery lines and branches of the
discharge manifold DN300
1.4.12 Pressure Switch with mounting accessories Set 1

1.4.13 Double Flange Electromagnetic flow meter set 1


DN500, PN25
1.4.14 Structural Pipe anchorage (steel) for suction Ls
and discharge segments

1.4.15 Double flanged DCI reducer DN500/ DN800 Pc 1


1.4.16 Bolts, nuts, washers and rubber gaskets with Ls
10% excess
1.4.17 The tenderer shall describe hereunder, inserting LS
any relevant supply and works that may be
referred to in the condition of contract.
Material or labour for which no separate items
has been included in the schedule of prices and
for which the tenderer desires to enter a
separate charge, has to be entered in here
under. If no rate is entered hereunder rates and
amounts elsewhere in the schedule of prices
shall be deemed to cover all expenses for such
works, obligations or things to submit complete
operational plant.

99
Design, Supply and Install Chemical Mixing and Dosing
2
Plant

2.1 Plant for preparation calcium hypochlorite Set 2


solution complete as specified.

Polyethylene preparation tank, 1000


litre capacity supplied with mixing
basket, glass tube level indicator, and
mounting structure for stirrer provided
with water inlet DN40 complete with
float valve, solution outlet DN20,
overflow and drain DN40 provision

Stirrer and mixer motor suitable for


the above preparation tank.

All uPVC pipes, fittings, valves and


measuring units required for
complete operation of the unit

2.2 Plant for dosing calcium hypochlorite solution Set 2


complete as specified.
Dosing pump designed for 50 – 500 litre/
hr with built in rota meter 5 – 50 lit/hr
range or for maximum dosing capacity to
1080 m3/hr potable water with residual
chlorine content allowable up to WHO
standard, which ever meet the final
design
Electromagnetic flow meter DN20,
PN25 to be fitted on the output side of
dosing pump
Pressure switch 1- 25 bar adjustable for
the required minimum and maximum
trip point
Inlet outlet adapters for connection with
DN20 uPVCpipe
All uPVC pipes, fittings, valves and
measuring units required for complete

100
operation of the unit

Design, supply and install water supply


2.3 Set 2
system for chemical mix and dosing units

Supply and fix or install Chemical Handling


2.4 machineries, measuring unit and tools as per Set 2
the manufacturer recommendation including
Digital heavy duty scale
Trolley 50Kg capacity
Residual chlorine measuring unit

Electrical driven Overhead traveling crane, 2.5 Set 1


3 ton capacity complete with drive motors,
trolley, end carriage, I-beam and guide rails
span = 9.5 m or as per the civil pump house
design dimensions, height from ground 3.5 m.

4 Design, supply and install Standby Diesel Generator Set

4.1 Supply and install continuous rated diesel Set 1


generator set at least capable to run 2 pumps
and other equipment during power failure
complete with all accessories to fully operate
the generator including :

Rating 380V/ 50Hz, 3-phase

Power 350KVA ( at Least )

Battery with battery charger

Exhaust system

Generator mounted control panel

Built in fuel tank capable to run the


generator with full load for 24 hours

Supply ducting and flexible connections


4.2 set 1
necessary for hot air discharge and ventilating
the diesel engine's radiator

101
Supply complete exhaust silencer unit,
4.3 including all supports, hangers, fixing, sleeve, Set 1
asbestos rope, lagging, etc. necessary for the
complete installation

Supply complete drip trays for positioning


4.4 under the diesel plant and fuel tank sized to Set 1
prevent oil spillage onto the station floor

5 Design, Supply and Install Transfer Station Electrical Equipment

5.1 Self-stand base mounted main pumping station Set 1


motor control switch gear rated for 4 motor
power, all feeder power and 10% more extra
power, 380V +N, 50Hz shall be in accordance
to the general and particular specification and
comprises the following :

Main EEPCO breaker

Main stand by Generator Breaker


mechanically interlocked with EEU
breaker

Power, voltage and current measuring


unit

Under and over voltage control relay

Phase shift control relay

Reservoir level control relay

Power factor corrector


capacitor bank and controller

Chlorine room Feeder Breaker

Central control panel feeder

Surge controller Feeder Breaker

Lighting and Sockets distribution box


feeder Breaker

Overhead crane feeder Breaker

102
Sump pumps feeder Breaker

4 Star/ delta motor starter Section each


equipped with MCCB, Contactors,
Overload relay, Timer, Three position
switch, Start/ Stop Bush button,
Running & fault indicator lamps,
Control relays, etc…

PLC and control section

Fused connector for each output


terminals from PLC

Two extra breakers

Bus bars

Power control connectors

Panel light interlocked with the panel


doors

Panel Heater with thermistor

Panel ventilator

Power and control cable connectors

5.2 The central control panel (or Synoptic panel) Set 1


in control room of PS1shall be designed
provided and installed so that the operators
could remotely operate borehole pumps and
booster pumps.

The design shall be in accordance to the


general and particular specification. The
central control panel shall incorporate :

Main Breaker
Power transformer 380V/24Vdc
Surge protection relay
Power supply (UPS)
Battery
Control fuses and breakers

103
Control relays
Remote Terminal units (RTU) with I/O
modules
Radios
BH pumps start / stop selector switch
PS1 pumps start/ stop selector switch
PS Intermediate start/ stop selector
switch
PS2 start/ stop selector switch
BH pumps Fault and running indicator
lamps
PS1 reservoir low and high indicator lamps
PS1 pumps fault and running indicator
lamps
PS’ reservoir low and high indicator lamps
PS’ fault and running indicator lamps
PS2 reservoir low and high indicator lamps
PS2 fault and running indicator lamps
PS3 reservoir low and high indicator lamps
BHs delivery line flow digital display
PS1 delivery line flow digital display
PS’ delivery line flow digital display
PS2 delivery line flow digital display
connectors

Design, supply and install Chemical control


set 1
5.3
panel

Self-stand base mounted or wall mounted


chemical control switch gear rated for 2 mixer
motor power, 2 dosing pump, all feeder power
and 10% more extra power, 380V +N, 50Hz
shall be in accordance to the general and
particular specification and comprises the
following :

Main EEPCO
breaker

104
Control breakers
Power, voltage and current measuring unit
Under and over voltage control relay
Phase shift control relay
Chemical mixing tank level relay
Dosing tank level relay
Door mounted digital flow meter display
Delivery contol Pressure relay

2 ( 1Duty + 1Standby ) DOL mixer


motor starter each equipped with

MCCB

Contactors

Overload relay

Three position switch

Start/ Stop Bush button

Running & fault indicator lamps

Control relays

2 ( 1Duty + 1Standby ) DOL


dosing pump motor starter each
equipped with

MCCB
Contactors
Overload relay
Three position switch
Start/ Stop Bush button
Running & fault indicator lamps
Control relays
Remote Terminal Unit ( RTU )
Fused connector for each output
terminals from RTU
Control relays
Bus bars
Power control connectors

105
Panel light interlocked with the panel
doors
Panel Heater with thermistor
Panel ventilator
Power and control cable
connectors
6 Design, supply and install Telemetry system

6.1 Engineering, radio propagation survey and Ls


design the appropriate UHF frequency
(400MHz – 470MHz ) to be used, the
telemetry network which has centre of
communication at PS1 and get approval from
ETC with the support of the client. This
include Telemetry system configuration ,
commissioning and any service related with
telemetry system

6.2 Supply & install radio modem with Set 2


appropriate microprocessors & input-output
modules, Radio frequencies
400 - 470 MHz UHF range, 5 watt with serial
ports RS232, power supply 12/24 VDC,
channel spacing 12.5 kHz, minimal security
margin - 25 dB for any link. The software,
programming cable and license to use the
software if any and any accessories for proper
operation of radio link.

6.3 Design, supply and install directional or omni- Set 2


directional antennas, tight connectors and
coaxial cable and antenna mast as per the
design requirement

7 The contractor is to describe hereunder, Ls


inserting any relevant supply or works that
may be referred to in the condition of
contract. Materials or labour for which no
separate items has been included in the

106
schedule of prices and for which the
contractor desires to enter a separate charge,
has to be entered in hereunder. If no charge is
entered hereunder rates and amounts
elsewhere in the Schedule of prices shall be
deemed to cover all expenses to complete the
plant with pipes, fittings, instrumentation,
control system, alternative power supply and
telemetry system such that the plant becomes
fully operational, obligations or things.

8 Allow for client personal training of the Ls


whole system for 10 days including training
materials, training venue, allowances and
transportations.

9 Allow for operation manuals. Maintenance Ls


manuals, as built drawings, all documents
as per specification including soft copies.

107
PS1’ transfer station Mechanical and Electrical Equipment Design, Supply and
Install

Supply
Item Installatio Total
Description unit
No Unit Qty n unit rate price
rate
1 Transfer Pumps Mechanical Equipment

Design, supply and install horizontal Set 4


1.1 Surface Centrifugal Pump, electrically
driven - Q=80 l/sec @ H= 175 meters
mounted on common base plate of
fabricated steel

1.2 Design, supply and install Surge suppression Set 1


equipment PN25 bladder type complete with :

Surge suppression equipment tank


2000litre or better fit site
requirement

Two ( one duty and one stand by )


compressor PN 25 suitable for above
surge suppression equipment

all the pipes, fittings, valves, injection


point nozzle’s and standard accessories

1.3 Design, Cut, Weld and Install Suction Pipe Work

1.3.1 Foot valve and strainer DN 600, PN10 set 1

1.3.2 Epoxy coated fabricated steel pipe, Pc 1


L=1500mm - DN 600, PN10

Double flanged epoxy coated fabricated steel


1.3.3 Pc 1
900 elbow- DN600, PN10

1.3.4 Epoxy coated fabricated steel pipe, Pc 2


L=5000mm - DN 600, PN10

1.3.5 Single flanged suction pipe L = 1000mm, Pc 2

DN600, PN10

1.3.6 Ls
Flange adapter DN600, PN10

108
Double flanged gate valve DN600, PN10
1.3.7 Pc 1
complete with bolt. Nuts and gasket

1.3.8 Suction pressure gauge 0 – 1bar Pc 1

1.3.9 Single flanged suction manifold DN 600, PN10 Pc 1


with four DN350 flanged piece pipes welded at
flange offset of 1200mm, L=6000mm and one
end capped with DN600 PN 10 blank flange

1.3.10 Double flanged gate valve DN350, PN10 one Pcs 4


with blank flange complete with bolt. Nuts and
gasket

1.3.11 Single flanged puddle suction pipe epoxy Pcs 4


coated fabricated steel L = 1000mm,
DN350, PN10

1.3.12 Suction pressure gauge 0 – 1bar Pcs 4

1.3.13 Double flanged puddle pipe epoxy coated pcs 4


fabricated steel, L=800mm - DN 350,
PN10
1.3.14 Flange adapter DN350, PN10 Pcs 4

1.3.15 Double flanged epoxy coated fabricated Pcs 4


0
steel 90 elbow- DN350, PN10

1.3.16 Double flanged eccentric reducer DN Pcs 4


350/Pump diameter, PN10

1.3.17 Coupling for epoxy coated fabricated steel pipe, Pcs 4


DN350, PN10

1.4 Design, Cut, Weld and Install Delivery Pipe Works

1.4.1 Double flanged Concentric reducer- pump


diameter/DN300, PN25

1.4.2 Self- restrained Dismantling Joint – DN300, Pcs 4


PN25

109
1.4.3 Double flanged epoxy coated fabricated steel Pcs 8
Pipe L=500mm, DN300, PN25

1.4.4 Double Flanged epoxy coated fabricated steel Pcs 8


900 elbow –
DN300, DN25
1.4.5 Double Flange Check Valve – DN300, PN25 Pcs 4

1.4.6 Double Flanged epoxy coated fabricated steel Pcs 4


tee L=800mm
DN300/DN80/DN300, PN25
1.4.7 Flanged air release valve DN80, PN25 Pcs 4

1.4.8 Pressure Gauge 0-25 bar Pcs 4

1.4.9 Double flanged Butterfly valve DN300, PN25 Pcs 4

1.4.10 Single flanged discharge manifold DN 500, Pc 1


PN25 with four DN300 flanged piece pipes
welded at flange offset of 1200mm,
L=7000mm and one end capped with DN500
PN 250 blank flange

1.4.11 G.S epoxy coated Flanges to be welded on the Pcs 8


individual delivery lines and branches of the
discharge manifold DN300

1.4.12 Pressure Switch with mounting accessories Set 1

1.4.13 Double Flange Electromagnetic flow meter set 1


DN500, PN25
1.4.14 Structural Pipe anchorage (steel) for Ls
suction and discharge segments

1.4.15 Double flanged DCI reducer DN500/DN800 Pcs 1

1.4.16 Bolts, nuts, washers and rubber gaskets with Ls


10% excess
1.4.17 The tenderer shall describe hereunder, inserting LS
any relevant supply and works that may be
referred to in the condition of contract.
Material or labour for which no separate items
has been included in the schedule of prices and

110
for which the tenderer desires to enter a
separate charge, has to be entered in here
under. If no rate is entered hereunder rates and
amounts elsewhere in the schedule of prices
shall be deemed to cover all expenses for
complete plant such pipe, fittings, instruments ,
controls, etc…. so that the plant shall be
complete and fully operational, obligations or
things to submit complete operational plant.

Electrical driven Overhead traveling crane,


2 Set 1
2.5 ton capacity complete with drive motors,
trolley, end carriage, I-beam and guide rails
span = 9.5 m or as per civil work design
dimensions, height from ground 3.5 m.

3 Design, supply and install Standby Diesel Generator Set

3.1 Supply and install continuous rated diesel Set 1


generator set at least capable to run 2 pumps
and other equipment during power failure
complete with all accessories to fully operate
the generator including :

Rating 380V/ 50Hz, 3-phase

Power 350KVA ( at Least )

Battery with battery charger

Exhaust system

Generator mounted control panel

Built in fuel tank capable to run the


generator with full load for 24 hours

Supply ducting and flexible connections


3.2 set 1
necessary for hot air discharge and
ventilating the diesel engine's radiator

111
Supply complete exhaust silencer unit,
3.3 including all supports, hangers, fixing, sleeve, Set 1
asbestos rope, lagging, etc. necessary for the
complete installation

Supply complete drip trays for positioning


3.4 under the diesel plant and fuel tank sized to set 1
prevent oil spillage onto the station floor

4 Design, Supply and Install Transfer Station Electrical Equipment


4.1 Self-stand base mounted main pumping Set 1
station motor control switch gear rated for
4 motor power, all feeder power and 10%
more extra power, 380V +N, 50Hz shall be
in accordance to the general and particular
specification and comprises the following :

Main EEPCO breaker


Main stand by Generator Breaker
mechanically interlocked with
EEU breaker
Power, voltage and current
measuring unit
Under and over voltage control
relay
Phase shift control relay
Door mounted Delivery flow
digital display
Reservoir level control relay
Power factor corrector capacitor
bank and controller
Surge controller Feeder Breaker
Lighting and Sockets distribution
box feeder Breaker
Overhead crane feeder Breaker
Sump pumps feeder Breaker
4 Star/ delta motor starter Section

112
each equipped with MCCB,
Contactors, Overload relay,
Timer, Three position switch,
Start/ Stop Bush button, Running
& fault indicator lamps, Control
relays, etc….
PLC and control section
Fused connector for each output
terminals from PLC
Two extra breakers
Bus bars
Power control connectors
Panel light interlocked with
the panel doors
Panel Heater with thermistor
Panel ventilator
Power and control cable connectors

5 Design, Supply and Install Telemetry System

5.1 Supply & install radio modem with Set 2


appropriate microprocessors & input-
output modules, Radio frequencies
400 - 470 MHz UHF range, 5 watt with
serial ports RS232, power supply 12/24
VDC, channel spacing 12.5 kHz, minimal
security margin - 25 dB for any link. The
software, programming cable and license
to use the software if any and any
accessories for proper operation of radio
link.
Design, supply and install directional or Set
5.2 2
omni-directional antennas, tight connectors
and coaxial cable and antenna mast as per
the design requirement

113
6 The contractor is to describe hereunder, Ls
inserting any relevant supply or works that
may be referred to in the condition of
contract. Materials or labour for which no
separate items has been included in the
schedule of prices and for which the
contractor desires to enter a separate
charge, has to be entered in hereunder. If
no charge is entered hereunder rates and
amounts elsewhere in the Schedule of
prices shall be deemed to cover all
expenses for complete work of pipe,
fittings, cablings, instrumentations,
control, telemetry system, such works,
obligations or things in order to make the
plant fully operational.

114
PS2 transfer station Mechanical and Electrical Equipment design, supply and
install

Supply
Item Installation Total
unit
No Description Unit Qty unit rate price
rate
1 Transfer Pumps Mechanical Equipment

Design, supply and install horizontal


1.1 Surface Centrifugal Pump, electrically Set 4
driven - Q=80 l/sec @ H= 140 meters
mounted on common base plate of
fabricated steel

Design, supply and install Surge


suppression equipment PN16 bladder type
complete with :

Surge suppression equipment tank


1.2 Set 1
2000litre or better fit site
requirement

Two ( one duty and one stand by )


compressor PN16 suitable for
above surge suppression equipment

all the pipes, fittings, valves,


injection point nozzle’s and standard
accessories

1.3 Design, Cut, Weld and Install Suction Pipe Work

1.3.1 Foot valve and strainer DN 600, PN10 set 1

Epoxy coated fabricated steel pipe,


1.3.2 Pc 1
L=1500mm - DN 600, PN10

Double flanged epoxy coated fabricated


1.3.3 steel 900 elbow- DN600, PN10 Pc 1

Epoxy coated fabricated steel pipe,


1.3.4 Pc 2
L=5000mm - DN 600, PN10

115
1.3.5 Single flanged suction pipe L = 1000mm, Pc 2

1.3.6 Flange adapter DN600, PN10

Double flanged gate valve DN600, PN10


1.3.7 complete with bolt. Nuts and gasket Pc 1

1.3.8 Suction pressure gauge 0 – 1bar Pc 1

1.3.9 Single flanged suction manifold DN 600, Pc 1

PN10 with four DN350 flanged piece


pipes welded at flange offset of 1200mm,
L=6000mm and one end capped with
DN600 PN10 blank flange

1.3.10 Double flanged gate valve DN350, PN10 Pcs 4


one with blank flange complete with bolt.
Nuts and gasket

1.3.11 Single flanged puddle suction pipe Pcs 4


epoxy coated fabricated steel L =
6000mm, DN350, PN10

1.3.12 Suction pressure gauge 0 – 1bar Pcs 4

1.3.13 Double flanged puddle pipe epoxy coated pcs 4


fabricated steel, L=800mm - DN 350,
PN10

1.3.14 Flange adapter DN350, PN10 Pcs 4

1.3.15 Double flanged epoxy coated fabricated Pcs 4


steel 900 elbow- DN350, PN10

1.3.16 Double flanged eccentric reducer DN Pcs 4


350/Pump diameter, PN10

1.3.17 Coupling for epoxy coated fabricated steel Pcs 4

pipe, DN350, PN10

116
1.4 Design, Cut, Weld and Install Delivery Pipe Works

1.4.1 Double flanged Concentric reducer- pump Pc 1


diameter/DN300, PN16

1.4.2 Self- restrained Dismantling Joint – DN300, Pcs 4


PN16

1.4.3 Double flanged epoxy coated fabricated Pcs 8


steel Pipe L=500mm, DN300, PN16

1.4.4 Double Flanged epoxy coated fabricated Pcs 8


0
steel 90 elbow – DN300, DN16

1.4.5 Double Flange Check Valve – DN300, Pcs 4


PN16
1.4.6 Double Flanged epoxy coated fabricated Pcs 4
steel tee L=800mm

DN300/DN80/DN300, PN16

1.4.7 Flanged air release valve DN80, PN16 Pcs 4

1.4.8 Pressure Gauge 0-16 bar Pcs 4

1.4.9 Double flanged Butterfly valve DN300, Pcs 4


PN16

1.4.10 Single flanged discharge manifold DN 500, Pc 1


PN16 with four DN300 flanged piece pipes
welded at flange offset of 1200mm,
L=7000mm and one end capped with
DN500 PN16 blank flange

1.4.11 G.S epoxy coated Flanges to be welded on Pcs 8


the individual delivery lines and branches
of the discharge manifold DN300

1.4.12 Pressure Switch with mounting accessories Set 1

1.4.13 Double Flange Electromagnetic flow meter set 1


DN500, PN16

117
1.4.14 Structural Pipe anchorage (steel) for Ls
suction and discharge segments

1.4.15 Double flanged DCI reducer Pcs 1


DN500/DN800

1.4.16 Bolts, nuts, washers and rubber gaskets Ls


with 10% excess

1.4.17 The tenderer shall describe hereunder, LS


inserting any relevant supply and works
that may be referred to in the condition of
contract. Material or labour for which no
separate items has been included in the
schedule of prices and for which the
tenderer desires to enter a separate charge,
has to be entered in here under. If no rate is
entered hereunder rates and amounts
elsewhere in the schedule of prices shall be
deemed to cover all expenses for pipes,
fittings, valves, instrumentations, controls,
etc.. such works, obligations or things to

2 Electrical driven Overhead traveling Set 1


crane, 2.5 ton capacity complete with
drive motors, trolley, end carriage, I-
beam and guide rails span = 9.5 m or as
per civil work design dimensions, height
from ground 3.5 m.

3 Design, supply and install Standby Diesel Generator Set

3.1 Supply and install continuous rated diesel set 1


generator set at least capable to run 2
pumps and other equipment during power
failure complete with all accessories to
fully operate the generator including :

Rating 380V/ 50Hz, 3-phase


Power 350KVA ( at Least )

118
Battery with battery charger
Exhaust system
Generator mounted control panel
Built in fuel tank capable to run the
generator with full load for 24
hours

3.2 Supply ducting and flexible connections set 1


necessary for hot air discharge and
ventilating the diesel engine's radiator

Supply complete exhaust silencer unit, Set 1


3.3
including all supports, hangers, fixing,
sleeve, asbestos rope, lagging, etc.
necessary for the complete installation

3.4 Supply complete drip trays for positioning set 1


under the diesel plant and fuel tank sized
to prevent oil spillage onto the station floor

4 Design, Supply and Install Transfer Station Electrical Equipment

4.1 Self-stand base mounted main pumping Set 1


station motor control switch gear rated for
4 motor power, all feeder power and 10%
more extra power, 380V +N, 50Hz shall be
in accordance to the general and particular
specification and comprises the following :

Main EEPCO breaker


Main stand by Generator Breaker
mechanically interlocked with
EEU breaker
Power, voltage and current
measuring unit
Under and over voltage control
relay
Phase shift control relay
Door mounted Delivery flow digital
display

119
Reservoir level control relay
Power factor corrector capacitor
bank and controller
Surge controller Feeder Breaker
Lighting and Sockets distribution
box feeder Breaker
Overhead crane feeder Breaker
Sump pumps feeder Breaker
4 Star/ delta motor starter Section
each equipped with MCCB,
Contactors, Overload relay, Timer,
Three position switch, Start/ Stop
Bush button, Running & fault
indicator lamps, Control relays,
etc….
PLC and control section
Fused connector for each output
terminals from PLC
Two extra breakers
Bus bars
Power control connectors
Panel light interlocked with the
panel doors
Panel Heater with thermistor
Panel ventilator
Power and control cable connectors

5 Design, Supply and Install Telemetry system


Supply & install radio modem with Set 2
5.1
appropriate microprocessors & input-
output modules, Radio frequencies
400 - 470 MHz UHF range, 5 watt with
serial ports RS232, power supply 12/24
VDC, channel spacing 12.5 kHz, minimal
security margin - 25 dB for any link. The
software, programming cable and license
to use the software if any and any

120
accessories for proper operation of radio
link.

5.2 Design, supply and install directional or Set 2


omni-directional antennas, tight connectors
and coaxial cable and antenna mast as per
the design requirement

The contractor is to describe hereunder, Ls


6
inserting any relevant supply or works
that may be referred to in the condition of
contract. Materials or labour for which no
separate items has been included in the
schedule of prices and for which the
contractor desires to enter a separate
charge, has to be entered in hereunder. If
no charge is entered hereunder rates and
amounts elsewhere in the Schedule of
prices shall be deemed to cover all
expenses for pipes, fittings, valves,
instrumentations, controls, cables,
alternative power sources, telemetry
system, etc…such works, obligations or
things.

121
Keranyo Service Reservoir Mechanical nd Electrical Equipment Design, Supply
and Install

Supply
Item Installation Total
unit
No Description Unit Qty unit rate price
rate
1 Supply and install Reservoir Mechanical Equipment

1.1 Double Flange Electromagnetic flow set 3


meter DN***, PN16 for inflow from
sources other than PS2 and gravity
Outflow from the reservoir

2 Design, Supply and Install Electrical Equipment


2.1 Wall mounted RTU panel shall be in Set 1
accordance to the general and particular
specification and comprises the following :

Main EEPCO breaker

Power, voltage and current


measuring unit

Under and over voltage control


relay

Phase shift control relay

Reservoir level control relay

In flow and outflow digital display

RTU

Radio

Fused connector for each output


terminals from RTU

Power control connectors

Panel light interlocked with the


panel doors

122
Panel Heater with thermistor

Panel ventilator

Power and control cable connectors

2.2 Supply & install radio modem with Set 1


appropriate microprocessors & input-
output modules, Radio frequencies
400 - 470 MHz UHF range, 5 watt with
serial ports RS232, power supply 12/24
VDC, channel spacing 12.5 kHz,
minimal security margin - 25 dB for any
link. The software, programming cable
and license to use the software and
accessories for proper operation of radio
link.

2.3 Design, supply and install directional or Set 2


omni-directional antennas, tight connectors
and coaxial cable and antenna mast as per
the design requirement

3 The contractor is to describe hereunder, Ls


inserting any relevant supply or works
that may be referred to in the condition of
contract. Materials or labour for which no
separate items has been included in the
schedule of prices and for which the
contractor desires to enter a separate
charge, has to be entered in hereunder. If
no charge is entered hereunder rates and
amounts elsewhere in the Schedule of
prices shall be deemed to cover all
expenses for such works, obligations or
things.

Potrebbero piacerti anche