request for proposal to conduct a leak detection and cctv ... · request for proposal form no: rw...
TRANSCRIPT
REQUEST FOR PROPOSAL
Form No: RW PROC 00042-2 F
Revision No: 02
Effective Date: May 2019
Doc No. RW PROC 00042-2 F Rev. No. 02 Page 1 of 48
RW01507/18
REQUEST FOR PROPOSAL TO CONDUCT A LEAK DETECTION AND CCTV
ASSESSMENT FOR VARIOUS RAND WATER PIPELINES AND APPURTENANT
INFRASTRUCTURE IN THE MAPLETON SYSTEM
TECHNICAL PART
National Treasury Central Supplier Database Number MAAA……………………………………
TENDER SUBMITTED BY:
Registered Name of Company:
Address:
Telephone Number: E-mail:
ISSUE DATE:
TUESDAY, 19 MARCH 2019
COMPULSORY SITE MEETING DATE
WEDNESDAY, 27 MARCH 2019
AT 10:00 AM
CLOSING DATE:
FRIDAY, 26 APRIL 2019
AT 12:00 PM
Employer’s Representatives
Lerato Sibiya Bongani Ndwandwe
(Sourcing Manager) (Buyer) Tel: 011 682 0946 Tel: 011 682 0724 e-mail: [email protected] email: [email protected]
RAND WATER 522 IMPALA ROAD GLENVISTA
RW01507/18 REQUEST FOR PROPOSAL FOR TO CONDUCT A CHAMBER AND MFL ASSESSMENT FOR VARIOUS RAND WATER PIPELINE
AND APPURTENANT INFRASTRUCTURE IN THE MAPLETON SYSTEM
Doc No. RW PROC 00042-2 F Rev. No. 02 Page 2 of 48
Table of Contents
SECTION A ................................................................................................................................. 3
TENDERING PROCEDURES ...................................................................................................... 3
T1.2 TENDER DATA ................................................................................................................... 4
T2 PART 2: RETURNABLE DOCUMENTS ............................................................................... 12
T2.2 RETURNABLE SCHEDULES ............................................................................................ 15
SECTION D ............................................................................................................................... 34
CLIENT’S REQUIREMENTS ..................................................................................................... 34
APPENDIX 1: SCOPE OF SERVICES ....................................................................................... 35
APPENDIX NO2: NON-DISCLOSURE UNDERTAKING ........................................................... 45
APPENDIX 3: SITE INFORMATION AND REGULATIONS ...................................................... 46
APPENDIX 4: PROJECT SPECIFIC SAFETY, HEALTH AND ENVIRONMENT SPECIFICATION
.................................................................................................................................................. 48
RW01507/18 REQUEST FOR PROPOSAL FOR TO CONDUCT A CHAMBER AND MFL ASSESSMENT FOR VARIOUS RAND WATER PIPELINE
AND APPURTENANT INFRASTRUCTURE IN THE MAPLETON SYSTEM
Doc No. RW PROC 00042-2 F Rev. No. 02 Page 3 of 48
SECTION A
TENDERING PROCEDURES
RW01507/18 REQUEST FOR PROPOSAL FOR TO CONDUCT A CHAMBER AND MFL ASSESSMENT FOR VARIOUS RAND WATER PIPELINE
AND APPURTENANT INFRASTRUCTURE IN THE MAPLETON SYSTEM
Doc No. RW PROC 00042-2 F Rev. No. 02 Page 4 of 48
T1.2 TENDER DATA
The Standard Conditions of Tender for Procurement make several references to the Tender Data
for details that apply specifically to this tender. The Tender Data shall have precedence in the
interpretation of any ambiguity or inconsistency between it and the Standard Conditions of Tender.
ITEM
TENDER DATA
T1.1. The Employer is Rand Water.
T1.2. The tender documents issued by the Employer are detailed on the contents page of this tender document.
T1.3. The Employer’s Representative is stated on the cover page of this tender document.
T1.4. Rand Water shall apply objective criteria in accordance with the PPPFA to
advance the economic interests of historically disadvantaged designated
groups.
Rand Water encourages the formation of joint ventures. However, the
ownership composition of the joint ventures must meet the objective criteria
stipulated in this tender document.
Rand Water reserves the right to apply localization in the awarding of this tender.
T1.5. The arrangement for a compulsory site meeting is as stated in the Notice and Invitation to Tender. Confirmation of attendance to be notified at least 2 (two) full working days in advance to the Employer’s Representative stated on the cover of this tender. Non-attendance of any compulsory site meeting shall result in the Tender to be rejected by the Employer.
T1.6. Alternative tenders will not be considered.
T1.7. The Employer’s address for delivery of the tender offers is stated in the Notice and Invitation to Tenderers. The tender submission must be sealed and endorsed with both the tender number and the description of the tender, as it appears on the front cover of this tender.
T1.8. The closing time for submission of tender offers is as stated in the Notice and Invitation to Tender.
T1.9. Telephonic, telegraphic, telex, facsimile or e-mailed tender offers will not be accepted.
T1.10. The tender offer validity period is as stated in the Notice and Invitation to Tender.
T1.11. See T2.1 List of Returnable Documents for a comprehensive list of certificates and additional documents required for submission with the tender.
T1.12. Tenders will be opened immediately after the closing time for tenders at the venue stated in the Notice and Invitation to Tender.
RW01507/18 REQUEST FOR PROPOSAL FOR TO CONDUCT A CHAMBER AND MFL ASSESSMENT FOR VARIOUS RAND WATER PIPELINE
AND APPURTENANT INFRASTRUCTURE IN THE MAPLETON SYSTEM
Doc No. RW PROC 00042-2 F Rev. No. 02 Page 5 of 48
T1.13. The submissions shall be made in two packages as indicated in the tender documents, i.e. commercial and technical parts. This is for the ease of the employer’s evaluation process.
Local Content Requirements
Bids in respect of the designated sectors must be as follows: - Bids in respect of textiles, clothing, leather and footwear must meet
the specific bidding condition. The condition prescribes that only locally produced or locally manufactured textiles, clothing, leather and footwear or those that meet the stipulated minimum threshold for local production and content should be considered. The stipulated minimum threshold for local content for textiles, clothing, leather and footwear is 100%.
Bids in respect of furniture products must meet the specific bidding condition. The condition prescribes that only locally produced or locally manufactured furniture products or those that meet the stipulated minimum threshold for local production and content should be considered. The stipulated minimum threshold for local content for furniture products is 85 - 100%.
Bids in respect of valves products and actuators must meet the specific bidding condition. The condition prescribes that only locally produced or locally manufactured valves products and actuators or those that meet the stipulated minimum threshold for local production and content should be considered. The stipulated minimum threshold for local content for the different types of valves products and actuators is 70%.
Bids in respect of electrical and telecom cables must meet the specific bidding condition. The condition prescribes that only locally produced or locally manufactured electrical and telecom or those that meet the stipulated minimum threshold for local production and content should be considered. The stipulated minimum threshold for local content for the different types of electrical and telecom cables is 90%.
Bids in respect of steel value added products and components must meet the specific bidding condition. The condition prescribes that only locally produced or locally manufactured steel value added products and components or those that meet the stipulated minimum threshold for local production and content should be considered. The stipulated minimum threshold for local content for the different types of steel value added products and components is 100%.
Bids in respect of residential water meters must meet the specific
bidding condition. The condition prescribes that only locally produced or locally manufactured residential water meters or those that meet the stipulated minimum threshold for local production and content should be considered. The stipulated minimum threshold for local content for residential water meters is 40%.
Bids in respect of conveyance pipes must meet the specific bidding condition. The condition prescribes that only locally produced or locally manufactured conveyance pipes or those that meet the
RW01507/18 REQUEST FOR PROPOSAL FOR TO CONDUCT A CHAMBER AND MFL ASSESSMENT FOR VARIOUS RAND WATER PIPELINE
AND APPURTENANT INFRASTRUCTURE IN THE MAPLETON SYSTEM
Doc No. RW PROC 00042-2 F Rev. No. 02 Page 6 of 48
stipulated minimum threshold for local production and content should be considered. The stipulated minimum threshold for local content for the conveyance pipes is 80 -100%.
Bids in respect of pumps, medium voltage motors and associated
accessories must meet the specific bidding condition. The condition prescribes that only locally produced or locally manufactured pumps, medium voltage motors and associated accessories or those that meet the stipulated minimum threshold for local production and content should be considered. The stipulated minimum threshold for local content for the different types of pumps, medium voltage motors and associated accessories is 70%.
The exchange rate to be used for the calculation of local production and content must be the exchange rate published by the South African Reserve Bank (SARB) at 12:00 on the date of the advertisement of the bid. Only the South African Bureau of Standards (SABS) approved technical specification number SATS 1286:2011 must be used to calculate local content. The local content (LC) expressed as a percentage of the quotation/bid price must be calculated in accordance with the following formula which must be disclosed in the quotation/bid documentation: - LC = [1 - x / y] * 100 Where x is the imported content in Rand y is the bid price in Rand excluding value added tax (VAT) Before completing the declaration, suppliers/bidders must study the General Conditions, Definitions, Directives applicable in respect of Local Content as prescribed in the Preferential Procurement Regulations, 2017, the South African Bureau of Standards (SABS) approved technical specification SATS 1286:2011 (Edition 1) and the Guidance on the Calculation of Local Content together with the Local Content Declaration Templates [Annex C (Local Content Declaration: Summary Schedule), D (Imported Content Declaration: Supporting Schedule to Annex C) and E (Local Content Declaration: Supporting Schedule to Annex C)]. These are accessible at the www.thedti.gov.za/industrual development/ ip.jsp at no cost. The Declaration Certificate for Local Production and Content (SBD/MBD 6.2) together with the Annex C (Local Content Declaration: Summary Schedule) must be completed, duly signed and submitted by the supplier together with the quotation/bid. This declaration must be accompanied by a certificate from a registered auditor confirming that the Local Content, and that the Local Content Declaration Template have been audited and certified as correct. Only quotations/bids that achieve the minimum stipulated threshold for local production and content will be considered for further evaluation. Unless otherwise exempted by the Minister of Finance, of which proof of exemption should be submitted together with the quotation. The evaluation will then follow the normal two stage Rand Water evaluation process, with a 60% threshold on functionality and in accordance with the 80/20
RW01507/18 REQUEST FOR PROPOSAL FOR TO CONDUCT A CHAMBER AND MFL ASSESSMENT FOR VARIOUS RAND WATER PIPELINE
AND APPURTENANT INFRASTRUCTURE IN THE MAPLETON SYSTEM
Doc No. RW PROC 00042-2 F Rev. No. 02 Page 7 of 48
preference point systems as prescribed in Preferential Procurement Regulations of 2017.
T1.14. Rand Water promotes and encourages affirmative procurement and to this end has introduced its Commercial Equity Initiative. Under the initiative, tenders are adjudicated using a system where points are awarded on the basis of the functionality, tendered price, compliance with quality criteria and the status of the business enterprises (Ns) in relation to the participation of Previously Disadvantaged Individuals (PDI) in equity ownership, the extent to which PDIs occupy executive management positions within the tendering enterprise, women equity ownership and disabled equity ownership. Tenderers who offer outsourcing, subcontracting or transfer of skills opportunities to PDIs and their enterprises will be awarded points to the extent of the value of the work done by PDIs and their enterprises. The evaluation shall follow a two stage process viz. stage one technical or functionality evaluation and stage to price and PDI evaluation. All acceptable tenders will be awarded adjudication points for the tendered functionality and quality compliance. At stage two of the process all acceptable tenders will be awarded adjudication points for the tendered price, and additional points may be awarded for the PDI status of the Tenderer (Ns). For a Tenderer to claim PDI status points (Ns) the Schedule: Commercial Equity Declaration, must be completed. Points will ONLY be awarded where Rand Water is fully satisfied that the business enterprise meets the relevant criteria. The award of PDI status points will be at the sole discretion of Rand Water. The Tenderer must clearly indicate in the Declaration if the claim for PDI status points (Ns) is for all or part of the work. These adjudication points will be awarded as follows:
1. FUNCTIONALITY
The percentage scored for functionality may be calculated as follows: a. The value awarded for each criterion should be multiplied by the
weight for the relevant criterion to obtain the score for the various criteria;
b. The scores for each criterion should be added to obtain the total score out of 100%; and
c. The following formula should be used to convert the total score to percentage for functionality:
PF =
SO X100
MS Where: PF = percentage scored for functionality by bid under consideration So = total score of bid under consideration MS = maximum possible score
Only bids that achieve the minimum of 60% qualifying score for functionality shall be further evaluated in accordance with the 80/20 or 90/10 preference point systems. Tenderers will be adjudicated on the criteria outlined in items (A-J) below. Each Item (A to J) has an assigned “Weight” and “Rating” scale. During the adjudication process Tenderers shall be assigned a “Rating” for each item in (A
RW01507/18 REQUEST FOR PROPOSAL FOR TO CONDUCT A CHAMBER AND MFL ASSESSMENT FOR VARIOUS RAND WATER PIPELINE
AND APPURTENANT INFRASTRUCTURE IN THE MAPLETON SYSTEM
Doc No. RW PROC 00042-2 F Rev. No. 02 Page 8 of 48
to J). The maximum “Score” that a Tenderer can achieve will be equal to the “Weight” for a particular item. The Total Scores of each functionality or quality criterion will be multiplied by its weight and then the total score summed up to a total score out of 100. A detailed description of the “Rating” scales and associated adjudication documentation are as follows:
(a) The Schedule: T2.2.5 Record of Previous Experience relevant to the
current scope/ work (with contactable client ref.) (10 weighting) This is based on contractor history and managing multi engineering project.
None – 0%
Weak – 33.3%
Moderate – 66.7%
Good – 100% e.g. A Tenderer rated Moderate will score a 6.67 (66.7% x 10 weighting)
(b) Performance of Previous work done with Rand Water (20 Weighting)
Project Post Execution score for work previously done with Rand Water, is evaluated based on; quality of installation, workmanship, excellence of service rendered, compliance with regulatory requirements, contractor’s performance etc. The evaluated contractor must achieve a minimum of 80% in the Project Post Execution evaluation done by Rand Water at the end of each project. The final score for award of work is based on the average scores of the last 2 projects previously done with Rand Water. Contractors that have not done work with Rand Water, a reference check will be done with other clients. The “Rating” of this item is based on a two point scale:
Unacceptable – 0%
Acceptable – 100% e.g. A Tenderer rated Unacceptable will score 0 and 20 if rated Acceptable (100% x 20 weighting)
(c) Quality Management Systems (refer to R1.1 of T2.1.4 List of Returnable Documents) (5 weighting)
Evidence of being ISO 9001 accredited or In-house QMS in place.
Quality Control Plan (Provide a typical / template Quality Control Plan used in-house (for work similar to the Tender Scope/Work).
The “Rating” of this item is based on a four point scale:
None – 0%
Weak – 33.3%
Moderate – 66.7%
Good – 100% e.g. A Tenderer rated Moderate will score a 2.5 (66.7% x 5 weighting)
(d) The Schedule: T2.2.6 Human Resource Capacity (7.5 weighting)
Adjudicated based on Human Resource Capacity Schedule (including company's Project Team vs. Company Organogram; Project Team Member List including CV's - indicating whether resource in Internal/external, hours dedicated to other contracts, and hours to be dedicated for this contract, active contracts information must be included in this schedule) - the purpose is to establish an overall picture of the company's human resource capacity and ability to undertake the work. The “Rating” of this item is based on a four point scale:
None – 0%
Weak – 33.3%
RW01507/18 REQUEST FOR PROPOSAL FOR TO CONDUCT A CHAMBER AND MFL ASSESSMENT FOR VARIOUS RAND WATER PIPELINE
AND APPURTENANT INFRASTRUCTURE IN THE MAPLETON SYSTEM
Doc No. RW PROC 00042-2 F Rev. No. 02 Page 9 of 48
Moderate – 66.7%
Good – 100% e.g. A Tenderer rated Good will score a 7.5 (100% x 7.5 weighting)
(e) The Schedule: T2.2.7 Equipment Resource Capacity (Plant and Equipment) (7.5 weighting) Adjudicated based on Equipment Resource Capacity (Plant and Equipment) Schedule (indicated Plant and Equipment owned/leased/to be hired/purchased etc. for the project i.e. Internal/external, days dedicated to other contracts, and days to be dedicated for this contract, active contracts information must be included in this schedule) - the purpose is to establish an overall picture of the company's equipment resource capacity and ability to undertake the work. The “Rating” of this item is based on a four-point scale:
None – 0%
Weak – 33.3%
Moderate – 66.7%
Good – 100% e.g. A Tenderer rated Good will score a 7.5 (100% x 7.5 weighting)
(f) The Schedule: T2.2.9 Risk Introduced by Tender Qualifications (e.g. limitations, assumptions, limited liability etc.) (5 weighting) NOTE: Material qualifications may result in tender being deemed non-responsive. The “Rating” of this item is based on a three-point scale:
Significant – 0%
Minimal – 50%
None – 100% e.g. A Tenderer rated Minimal will score a 2.5 (50% x 5 weighting)
(g) The Schedule: T2.2.12 Project Risk Management (5 weighting) As per risk register provided. The “Rating” of this item is based on a four-point scale:
None – 0%
Weak – 33.3%
Moderate – 66.7%
Good – 100% e.g. A Tenderer rated Good will score a 5 (100% x 5 weighting)
(h) The Schedule: T2.2.1 Detailed Project Programme (also refer to R1.4 of T2.1.4 List of Returnable Documents) (7.5 weighting) Aligned with employer’s completion dates with the following specifications;
on a Gantt chart format
detail at least activity level 3
resource loaded
monthly cost forecast to completion.
and credible as detailed elsewhere. The “Rating” of this item is based on a four-point scale:
None – 0%
Weak – 33.3%
Moderate – 66.7%
Good – 100% e.g. A Tenderer rated Good will score a 7.5 (100% x 7.5 weighting)
(i) Method Statement (refer to R1.6 of T2.1.4 List of Returnable Documents) (12 weighting)
RW01507/18 REQUEST FOR PROPOSAL FOR TO CONDUCT A CHAMBER AND MFL ASSESSMENT FOR VARIOUS RAND WATER PIPELINE
AND APPURTENANT INFRASTRUCTURE IN THE MAPLETON SYSTEM
Doc No. RW PROC 00042-2 F Rev. No. 02 Page 10 of 48
Specific method statement in accordance with the scope of work
Aligned with Contractual requirements
Credible/Acceptable and The “Rating” of this item is based on a four point scale:
None – 0%
Weak – 33.3%
Moderate – 66.7%
Good – 100% e.g. A Tenderer rated Good will score a 12 (100% x 12 weighting)
(j) The Schedule: T2.2.8 SHERQ and the opinion of the referees whose contact details were furnished in the Schedule: T2.2.5 Record of Previous Experience, Quality of Workmanship and Safety will be used to assess this item. (10 weighting) Adjudicated based on Contractors Health & Safety Policy, DIFR status and documentation submitted (as indicated in SHERQ Schedule) The “Rating” of this item is based on a four-point scale:
None – 0%
Weak – 33.3%
Moderate – 66.7%
Good – 100% e.g. A Tenderer rated Good will score a 10 (100% x 10 weighting)
T1.15. 2. PRICE
Refer to Commercial Part Tender Document
T1.16. 3. OBJECTIVE CRITERIA Rand Water shall apply objective criteria in accordance with the PPPFA to advance the economic interest of historically disadvantaged groups. The Tenderer must meet the following criteria:
Ownership by black people – 51% or Higher and minimum one of the following;
Ownership by black women – 51% or Higher
Ownership by black youth – 51% or Higher
Ownership by black people with disabilities – 51% or Higher
Ownership by black people who are military veterans – 51% or Higher Tenderers who meet the objective criteria will be recommended for award based on the highest adjudication points.
T1.17. Tender offers will only be accepted if:
a) The Tenderer or any of its directors is not listed on the Register of Tender Defaulters in terms of the Prevention and Combating of Corrupt Activities Act of 2004 as a person prohibited from doing business with the public sector;
b) The Tenderer has not: I. Abused the Employer’s Supply Chain Management System; or II. Been blacklisted from doing business by Rand Water or any of the other
state entities.
c) The Tenderer has completed the Compulsory Enterprise Questionnaire (see Returnable Schedules) and there are no conflicts of interest which
RW01507/18 REQUEST FOR PROPOSAL FOR TO CONDUCT A CHAMBER AND MFL ASSESSMENT FOR VARIOUS RAND WATER PIPELINE
AND APPURTENANT INFRASTRUCTURE IN THE MAPLETON SYSTEM
Doc No. RW PROC 00042-2 F Rev. No. 02 Page 11 of 48
may impact on the Tenderer’s ability to perform the contract in the best interests of the Employer or potentially compromise the tender process.
T1.18. The number of paper copies of the signed contract to be provided by the Employer is 1 (one).
RW01507/18 REQUEST FOR PROPOSAL FOR TO CONDUCT A CHAMBER AND MFL ASSESSMENT FOR VARIOUS RAND WATER PIPELINE
AND APPURTENANT INFRASTRUCTURE IN THE MAPLETON SYSTEM
Doc No. RW PROC 00042-2 F Rev. No. 02 Page 12 of 48
T2 PART 2: RETURNABLE DOCUMENTS
T.2.1 LIST OF RETURNABLE DOCUMENTS
T2.1.1 The tender includes a variety of documents that must be filled in and returned by the Contractor. Previously, the majority of the Employer’s returnable documentation was termed “schedules”. This has changed with the separation of schedules, agreements and contract data, and pricing information.
T2.1.2 Table T.2.1.4 illustrates the full list of returnable documents. Portions that shall be used during tender evaluation and which portions shall be incorporated into the contract are stated. Please utilize this list as a checklist prior to tender submission to ensure that required returnable documentation has been submitted.
T2.1.3 Pre Qualifier
1. Signed form of tender. 2. Attendance of compulsory site meeting. 3. Pricing schedules/ rates for proposed resources must be fully completed. 4. Letter of Good Standing from the Department of Labour or any accredited institution. 5. The use of correcting fluid or any other similar substance to make corrections is not
permitted.
RW01507/18 REQUEST FOR PROPOSAL FOR TO CONDUCT A CHAMBER AND MFL ASSESSMENT FOR VARIOUS RAND WATER PIPELINE
AND APPURTENANT INFRASTRUCTURE IN THE MAPLETON SYSTEM
Doc No. RW PROC 00042-2 F Rev. No. 02 Page 13 of 48
All documentation listed in Table T2.1.4 below shall form part of the Contract.
Item
Description of document to be returned
Required for tender evaluation
Only required
after tender award
T2 Returnable schedules (supplied with the tender document)
T2.2.1 Dates for delivery and completion
NOTE: A DETAILED PROJECT PROGRAM MUST BE INCLUDED WITH THE TENDER SUBMISSION
•
T2.2.2 Clarification Certificate •
T2.2.3 Record of Addenda to Tender Documents •
T2.2.4 Record of Previous Experience, Quality of Workmanship and Safety
•
T2.2.5 Human Resource Capacity Schedule •
T2.2.6 Equipment Resource Capacity •
T2.2.7 Safety, Health, Environment, Risk and Quality •
T2.2.8 Technical qualifications to Tender •
T2.2.9 Project Risk Management
•
R 1 Required documentation not issued with the tender document:
R1.1 ISO 9001 Certification/proof of In-house Quality Management System (must include proof of a Document Control System and proof of a Non-conformity Management System)
•
R1.2 Sample/Template Quality Control Plan •
R1.3 Main Contractor’s internal Safety and Health Policy •
R1.4
Detailed Project Program in the following:
a) Gantt Chart Format
b) Level 3 schedule activities
c) Credible and Aligned to Rand Water’s Programme
d) Resource loaded schedule
e) Monthly cash flows, project to completion.
•
R 1.5 Preliminary Safety Plan •
R 1.6 Method Statement •
R 1.7 Project Specific SHE risk assessment •
R 1.8 Appointment of Construction Health and Safety Manager/Officer •
R 1.9 Appointment of Construction Manager and Supervisor •
R 1.10 Comprehensive SHE file( compliance with the project specific SHE
Specification and SHE Plan) •
R 1.11 Signed 37.2 written agreement on safety, health and
environmental matters •
Note: Technical information required after tender award is listed in Table T2.1.4 of “Commercial Part” Tender Document
Table T2.1.4: List of Returnable Documents
RW01507/18 REQUEST FOR PROPOSAL FOR TO CONDUCT A CHAMBER AND MFL ASSESSMENT FOR VARIOUS RAND WATER PIPELINE
AND APPURTENANT INFRASTRUCTURE IN THE MAPLETON SYSTEM
Doc No. RW PROC 00042-2 F Rev. No. 02 Page 14 of 48
T2.1.4 Non-submission of any item listed only under the column “Required for Tender Evaluation” may result in the tender to be rejected by the Employer.
T2.1.5 Attach additional pages if more space is required.
RW01507/18 REQUEST FOR PROPOSAL FOR TO CONDUCT A CHAMBER AND MFL ASSESSMENT FOR VARIOUS RAND WATER PIPELINE
AND APPURTENANT INFRASTRUCTURE IN THE MAPLETON SYSTEM
Doc No. RW PROC 00042-2 F Rev. No. 02 Page 15 of 48
T2.2 RETURNABLE SCHEDULES
T2.2.1 DATES FOR DELIVERY AND COMPLETION
T2.2.1.1 It is estimated that the Contract will be placed on or before 01 May 2019. Although access to the site for inspection purposes will become available immediately, access to undertake work will only become available after the issue of the Site Access Certificate.
T2.2.1.2 The Tenderer shall state the proposed start and completion dates based on the above approximate date, these dates shall comply with the dates mentioned below in T2.2.1.4
T2.2.1.3 The Tenderer shall simultaneously fill in the period required to complete the work in days or weeks from the date of acceptance of the offer by the Employer. This shall be used to adjust dates should the Contract placement date vary.
T2.2.1.4 All equipment and plant shall be handed over by 15 May 2019 and the Tenderer programme shall comply with this requirement by the Employer.
Item Start Date Completion Date Working
Period
PHASE 1:
PHASE 2:
PHASE 3:
PHASE 4:
PHASE 5:
Table T2.2.1: Dates for delivery and completion
NOTE THAT A DETAILED PROJECT PROGRAMME MUST BE INCLUDED WITH THE TENDER SUBMISSION
Name of Tenderer:
Signed by or on Behalf of the Tenderer:
Date:
RW01507/18 REQUEST FOR PROPOSAL FOR TO CONDUCT A CHAMBER AND MFL ASSESSMENT FOR VARIOUS RAND WATER PIPELINE
AND APPURTENANT INFRASTRUCTURE IN THE MAPLETON SYSTEM
Doc No. RW PROC 00042-2 F Rev. No. 02 Page 16 of 48
T2.2.2 CLARIFICATION CERTIFICATE This is to certify that I, have: (Tenderer’s Representative – full name)
Examined the Tendering Procedures, Returnable Documents, Agreements and Contract Data, Pricing Data, Scope of Work, Site Information, Specifications and Drawings for the Contract for which I have submitted this Tender.
Attended the Compulsory Site Meeting.
Acquainted myself with the site conditions.
Considered all addenda to tender documents (if applicable) in submission of this tender.
Read all information relating to the OHS Act requirements of this tender.
Name of Tenderer:
Signed by or on behalf of Tenderer:
Date:
RW01507/18 REQUEST FOR PROPOSAL FOR TO CONDUCT A CHAMBER AND MFL ASSESSMENT FOR VARIOUS RAND WATER PIPELINE
AND APPURTENANT INFRASTRUCTURE IN THE MAPLETON SYSTEM
Doc No. RW PROC 00042-2 F Rev. No. 02 Page 17 of 48
T2.2.3 RECORD OF ADDENDA TO TENDER DOCUMENTS
We acknowledge receipt of communications from the Employer amending the tender documents before the submission of this tender offer. We confirm that these amendments have been taken into account in this tender offer.
Notice Number
Date Title or Details
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
Attach additional pages if more space is required
Name of Tenderer:
Signed by or on Behalf of the Tenderer:
Date:
RW01507/18 REQUEST FOR PROPOSAL FOR TO CONDUCT A CHAMBER AND MFL ASSESSMENT FOR VARIOUS RAND WATER PIPELINE
AND APPURTENANT INFRASTRUCTURE IN THE MAPLETON SYSTEM
Doc No. RW PROC 00042-2 F Rev. No. 02 Page 18 of 48
T2.2.4 RECORD OF PREVIOUS EXPERIENCE, QUALITY OF WORKMANSHIP AND
SAFETY The Tenderer shall provide details of at least 3 recently completed works (similar to the work set out in this tender). Individuals listed as references must be contactable and willing to provide information relating to the performance of the Tenderer (in terms of safety and health, workmanship, documentation, timeous completion, etc.). In order to verify the quality of workmanship, an inspection of the works may also be undertaken should Rand Water deem it necessary.
1
Description of Works
Project Title :
High level project description :
Client :
Contract No. :
Contract Value (excl. VAT) :
Role(Note 1) :
Award Date :
Completion Date :
Location of Works :
Project Manager :
Construction Manager :
Contact Details of Reference at Client Company
Name :
Position Held :
Tel : Cell :
Fax : email :
2
Description of Works
Project Title :
High level project description :
Client :
Contract No. :
Contract Value (excl. VAT) :
Role(Note 1) :
Award Date :
Completion Date :
Location of Works :
Project Manager :
Construction Manager :
Contact Details of Reference at Client Company
Name :
RW01507/18 REQUEST FOR PROPOSAL FOR TO CONDUCT A CHAMBER AND MFL ASSESSMENT FOR VARIOUS RAND WATER PIPELINE
AND APPURTENANT INFRASTRUCTURE IN THE MAPLETON SYSTEM
Doc No. RW PROC 00042-2 F Rev. No. 02 Page 19 of 48
Position Held :
Tel : Cell :
Fax : email :
Note 1 – Role refers to the Contractor’s responsibility w.r.t. the claimed experience. For example Single Contractor, Main Contractor but with electrical sub – contractor, Sub – contractor for civil construction etc.
3
Description of Works
Project Title :
High level project description :
Client :
Contract No. :
Contract Value (excl. VAT) :
Role(Note 1) :
Award Date :
Completion Date :
Location of Works :
Project Manager :
Construction Manager :
Contact Details of Reference at Client Company
Name :
Position Held :
Tel : Cell :
Fax : email :
4
Description of Works
Project Title :
High level project description :
Client :
Contract No. :
Contract Value (excl. VAT) :
Role(Note 1) :
Award Date :
Completion Date :
Location of Works :
Project Manager :
Construction Manager :
Contact Details of Reference at Client Company
Name :
Position Held :
RW01507/18 REQUEST FOR PROPOSAL FOR TO CONDUCT A CHAMBER AND MFL ASSESSMENT FOR VARIOUS RAND WATER PIPELINE
AND APPURTENANT INFRASTRUCTURE IN THE MAPLETON SYSTEM
Doc No. RW PROC 00042-2 F Rev. No. 02 Page 20 of 48
Tel : Cell :
Fax : email :
Note 1 – Role refers to the Contractor’s responsibility w.r.t. the claimed experience. For example Single Contractor, Main Contractor but with electrical sub – contractor, Sub – contractor for civil construction etc.
Name of Tenderer:
Signed by or on behalf of Tenderer:
Date:
RW01507/18 REQUEST FOR PROPOSAL FOR TO CONDUCT A CHAMBER AND MFL ASSESSMENT FOR VARIOUS RAND WATER PIPELINE
AND APPURTENANT INFRASTRUCTURE IN THE MAPLETON SYSTEM
Doc No. RW PROC 00042-2 F Rev. No. 02 Page 21 of 48
T2.2.5 HUMAN RESOURCE CAPACITY SCHEDULE The aspects covered by T2.2.6.1, T2.2.6.2 and T2.2.6.3 will be viewed in conjunction with each other to establish an overall picture of the Tenderer’s capacity and ability to undertake the work specified in this document.
T2.2.5.1 Project Team Organogram vs. Company Organogram
The Tenderer shall detail in the block below their company organogram and the Resources dedicated to this contract must be clearly indicated. In addition, sub-contractor and Joint-Venture arrangements must be clearly indicated:
cont.
RW01507/18 REQUEST FOR PROPOSAL FOR TO CONDUCT A CHAMBER AND MFL ASSESSMENT FOR VARIOUS RAND WATER PIPELINE
AND APPURTENANT INFRASTRUCTURE IN THE MAPLETON SYSTEM
Doc No. RW PROC 00042-2 F Rev. No. 02 Page 22 of 48
T2.2.5.2 Proposed Team Member List (Internal & External)
Name (or quantity where not yet identified)
Role Internal or External
Resource
% Utilisation
On other Contracts
/ Work
On this Contract/
Work
Project Manager
cont...
RW01507/18 REQUEST FOR PROPOSAL FOR TO CONDUCT A CHAMBER AND MFL ASSESSMENT FOR VARIOUS RAND WATER PIPELINE
AND APPURTENANT INFRASTRUCTURE IN THE MAPLETON SYSTEM
Doc No. RW PROC 00042-2 F Rev. No. 02 Page 23 of 48
T2.2.5.3 List of Current Contracts (Work Load)
Contract or Work Title
Client Contract
Value (excl. VAT)
Role NOTE 1 Progress
Award Date:
Completion Date:
% Complete:
Stage NOTE2:
Award Date:
Completion Date:
% Complete:
Stage NOTE2:
Award Date:
Completion Date:
% Complete:
Stage NOTE2:
Award Date:
Completion Date:
% Complete:
Stage NOTE2:
Award Date:
Completion Date:
% Complete:
Stage NOTE2:
Award Date:
Completion Date:
% Complete:
Stage NOTE2:
NOTES
1. Role refers to the Contractor’s responsibility w.r.t. the claimed experience for example Single
Contractor, Main Contractor but with Electrical subcontractor, Sub-contractor for civil construction etc.
2. Stage refers to the current stage of the work (example design, procurement, construction, installation,
commissioning, handed over, in Defects Liability Period etc.)
3. Attach additional signed copies of this schedule if insufficient space is available.
RW01507/18 REQUEST FOR PROPOSAL FOR TO CONDUCT A CHAMBER AND MFL ASSESSMENT FOR VARIOUS RAND WATER PIPELINE
AND APPURTENANT INFRASTRUCTURE IN THE MAPLETON SYSTEM
Doc No. RW PROC 00042-2 F Rev. No. 02 Page 24 of 48
Name of Tenderer:
Signed by or on behalf of Tenderer:
Date:
RW01507/18 REQUEST FOR PROPOSAL FOR TO CONDUCT A CHAMBER AND MFL ASSESSMENT FOR VARIOUS RAND WATER PIPELINE
AND APPURTENANT INFRASTRUCTURE IN THE MAPLETON SYSTEM
Doc No. RW PROC 00042-2 F Rev. No. 02 Page 25 of 48
T2.2.6 EQUIPMENT RESOURCE CAPACITY (PLANT AND EQUIPMENT) The following are lists of major items of relevant equipment that are presently owned / leased / hired or planned to be purchased / leased / hired and will be available for this contract if the tender is accepted:
Qty Equipment Description
(including capacity/size etc)
Currently Own / Currently Lease or Hire /
Plan to Purchase / Plan to Lease or Hire
% Utilisation
On other Contracts
/ Work
On this Contract/
Work
I, the Tenderer, guarantee that all the above listed plant and equipment is readily available and/or will be provided when required on the works and maintained on the site in good condition and working order.
Name of Tenderer:
Signed by or on behalf of Tenderer:
Date:
RW01507/18 REQUEST FOR PROPOSAL FOR TO CONDUCT A CHAMBER AND MFL ASSESSMENT FOR VARIOUS RAND WATER PIPELINE
AND APPURTENANT INFRASTRUCTURE IN THE MAPLETON SYSTEM
Doc No. RW PROC 00042-2 F Rev. No. 02 Page 26 of 48
T2.2.7 SAFETY, HEALTH AND ENVIRONMENT
T2.2.7.1 Safety and Health Policy Tenderers shall submit a copy of their company’s internal Safety and Health Policy
T2.2.7.2 Safety, Health and Environment (SHE) Plan Tenderers shall submit the project specific SHE plan as per the project specific SHE Specification
T2.2.7.3 Safety, Health and Environment (SHE) Risk assessment
Tenderers shall submit the project specific SHE risk assessment.
T2.2.7.4 Construction Health and Safety Manager / or Officer
Tenderers shall submit the details of the name and particulars of the person proposed to be appointed as the Construction Health and Safety Manager/or Officer (include proof of registration with SACPCMP).
T2.2.7.5 DIFR Status Tenderers shall furnish their DIFR Status for 2 years in the table below, based on the following formula.
Number of Disabling Injuries 200000 (annual)
Number of Hours WorkedDIFR
Number of Hours Worked (annual) Total Number of Employees x Average Hours Worked per Employee per Year
Current Year Last Year
Number of Disabling Injuries
Total Number of Employees
Average Hours Worked per Employee per Year
Number of Hours Worked per Year
Calculated DIFR
Table T2.2.7: Safety, Health And Environment
Name of Tenderer:
RW01507/18 REQUEST FOR PROPOSAL FOR TO CONDUCT A CHAMBER AND MFL ASSESSMENT FOR VARIOUS RAND WATER PIPELINE
AND APPURTENANT INFRASTRUCTURE IN THE MAPLETON SYSTEM
Doc No. RW PROC 00042-2 F Rev. No. 02 Page 27 of 48
Signed by or on behalf of Tenderer:
Date:
RW01507/18 REQUEST FOR PROPOSAL FOR TO CONDUCT A CHAMBER AND MFL ASSESSMENT FOR VARIOUS RAND WATER PIPELINE
AND APPURTENANT INFRASTRUCTURE IN THE MAPLETON SYSTEM
Doc No. RW PROC 00042-2 F Rev. No. 02 Page 28 of 48
T2.2.8 TECHNICAL QUALIFICATIONS TO TENDER
Should the Tenderer wish to qualify any aspect of the tender (e.g. limitations, assumptions, limited liability, etc.), he shall set out his terms clearly hereunder or alternatively state them in a covering letter attached to his tender and referred to hereunder, failing which the tender will be deemed to be unqualified.
If no qualifications are made, the schedule shall be marked NIL and signed by the Tenderer.
_____________________________________________________________________________________
_____________________________________________________________________________________
_____________________________________________________________________________________
_____________________________________________________________________________________
_____________________________________________________________________________________
_____________________________________________________________________________________
_____________________________________________________________________________________
_____________________________________________________________________________________
_____________________________________________________________________________________
_____________________________________________________________________________________
_____________________________________________________________________________________
_____________________________________________________________________________________
_____________________________________________________________________________________
_____________________________________________________________________________________
_____________________________________________________________________________________
_____________________________________________________________________________________
_____________________________________________________________________________________
_____________________________________________________________________________________
Name of Tenderer:
Signed by or on behalf of Tenderer:
Date:
RW01507/18 REQUEST FOR PROPOSAL FOR TO CONDUCT A CHAMBER AND MFL ASSESSMENT FOR VARIOUS RAND WATER PIPELINE AND APPURTENANT INFRASTRUCTURE IN THE
MAPLETON SYSTEM
Doc No. RW PROC 00042-2 F Rev. No. 02 Page 29 of 48
T2.2.9 PROJECT RISK MANAGEMENT
Project Risk Management Register for RFP: RW 01450/18 Please fill in the blank columns labelled Response Strategy and Response Action for each Risk Event listed in the table below:
Risk Identification Qualitative Risk
Assessment Risk Response Plan
# RMP No. R
isk
Cate
go
ry
Risk Event Cause Effect
Th
reat
or
Op
po
rtu
nit
y
Primary Objective Probability Impact Response Strategy
Response Actions
1
EX
TE
RN
AL
Misinterpretation of Employer
needs
Lack/shortage of technical expertise
Goods that are out of
specification Thre
at
Goods meeting specification
Medium Very High
2
EX
TE
RN
AL
Impractical timeframes
Underestimation of requirements and/ or
time to complete
Delivery schedule not
met Thre
at
Time Medium Very High
3
Exte
rna
l
Underquoting Price
volatility/fluctuations Cost
overruns
Thre
at
No project interruption/suspension
medium Very High
RW01507/18 REQUEST FOR PROPOSAL FOR TO CONDUCT A CHAMBER AND MFL ASSESSMENT FOR VARIOUS RAND WATER PIPELINE AND APPURTENANT INFRASTRUCTURE IN THE
MAPLETON SYSTEM
Doc No. RW PROC 00042-2 F Rev. No. 02 Page 30 of 48
Project Risk Management Register for RFP: RW 01450/18 Please fill in the blank columns labelled Response Strategy and Response Action for each Risk Event listed in the table below:
Risk Identification Qualitative Risk
Assessment Risk Response Plan
4
Exte
rna
l Failure by supplier to fulfill the conditions of
the contract
Failure or partial failure to satisfy the
needs
Breach of contract
Thre
ad
Proper contract management
Low High
5
Exte
rna
l
Weather Inclement Weather, Seasonal Variance
Project delay
Thre
at
Time Medium -
High Very High
6
Exte
rna
l
Limited access to properties
Denied access to private properties
Project delay T
hre
at
Time Medium Medium
RW01507/18 REQUEST FOR PROPOSAL FOR TO CONDUCT A CHAMBER AND MFL ASSESSMENT FOR VARIOUS RAND WATER PIPELINE AND APPURTENANT INFRASTRUCTURE IN THE
MAPLETON SYSTEM
Doc No. RW PROC 00042-2 F Rev. No. 02 Page 31 of 48
T2.2.10 LOCAL CONTENT REQUIREMENTS ANNEXURES
RW01507/18 REQUEST FOR PROPOSAL FOR TO CONDUCT A CHAMBER AND MFL ASSESSMENT FOR VARIOUS RAND WATER PIPELINE
AND APPURTENANT INFRASTRUCTURE IN THE MAPLETON SYSTEM
Doc No. RW PROC 00042-2 F Rev. No. 02 Page 32 of 48
RW01507/18 REQUEST FOR PROPOSAL FOR TO CONDUCT A CHAMBER AND MFL ASSESSMENT FOR VARIOUS RAND WATER PIPELINE
AND APPURTENANT INFRASTRUCTURE IN THE MAPLETON SYSTEM
Doc No. RW PROC 00042-2 F Rev. No. 02 Page 33 of 48
RW01507/18 REQUEST FOR PROPOSAL FOR TO CONDUCT A CHAMBER AND MFL ASSESSMENT FOR VARIOUS RAND WATER PIPELINE
AND APPURTENANT INFRASTRUCTURE IN THE MAPLETON SYSTEM
Doc No. RW PROC 00042-2 F Rev. No. 02 Page 34 of 48
SECTION D
CLIENT’S REQUIREMENTS
RW01507/18 REQUEST FOR PROPOSAL FOR TO CONDUCT A CHAMBER AND MFL ASSESSMENT FOR VARIOUS RAND WATER PIPELINE
AND APPURTENANT INFRASTRUCTURE IN THE MAPLETON SYSTEM
Doc No. RW PROC 00042-2 F Rev. No. 02 Page 35 of 48
APPENDIX 1: SCOPE OF SERVICES
1. PROJECT SCOPE SUMMARY
The overall scope for the project is Comprehensive Condition Assessment of various pipelines in the Rand
Water network using different focused technologies. Below are the different activities to be carried out:
ITEM TECHNOLOGY ACTION BY DURATION COMMENTS
1 Project Planning, coordination and Management
PAM CCA & Service Providers
Phase 2 As Required
2 Earthworks: Excavation and backfilling
Rand Water Phase 2 Per priority
3 Leak Detection/ Drained CCT Service Providers On Request Per Priority
4 Other Specifically Deemed URGENT & NECESSARY
Service Providers On Request Per Priority
5 Pressures and Flow measurements
Service Providers Phase 2 For EIK, PAL, COM & MAP
6 Systems Mass Balance Service Providers Phase 2 For RW
7 Transient Pressure monitoring Service Providers Phase 2 Per priority
1. Introduction
Rand Water is the largest bulk water utility in Africa and is one of the largest in the World, providing
bulk potable water to more than 11 million people in Gauteng, parts of Mpumalanga, the Free State
and North West – an area that stretches over 18 000 square kilometers.
Rand Water’s distribution network includes over 3 300 kilometers of large diameter pipelines. Its
customers include metropolitan municipalities, local municipalities, mines and industries and it
supplies, on average, 3 900 million liters of water to these customers daily. The potable water is
delivered through a network of both pre‐stressed concrete and steel large diameter pipes mainly
through ‘servitude’ areas where several pipes are laid side by side.
Rand Water has in the past three years embarked on a Comprehensive Condition Assessment
[CCA] – Phase 1 for the entire Rand Water pipeline network. This condition assessment involved
various technologies. Due to the magnitude of the work and insufficient time to complete all the
work, some of the work was not completed; hence the need to go re-tender. It is the primary
objective of this document to source the different service providers to execute this work for the
CCA work deemed necessary and appropriate following Phase 1
RW01507/18 REQUEST FOR PROPOSAL FOR TO CONDUCT A CHAMBER AND MFL ASSESSMENT FOR VARIOUS RAND WATER PIPELINE
AND APPURTENANT INFRASTRUCTURE IN THE MAPLETON SYSTEM
Doc No. RW PROC 00042-2 F Rev. No. 02 Page 36 of 48
1.1 Objectives of the project
The objective of this project is to develop and improve on a comprehensive Asset Management
Plan for Pipelines and appurtenant infrastructure.
2. Background
2.1 Need for Advanced Condition Assessment
Due to its strategic importance, high water requirements on the system and the risk associated
with repeated drainage and re-filling of the pipeline, very limited opportunity exist to decommission
and drain the pipeline to perform internal inspections. Inspection technologies that would enable
un-drained, live assessments of the pipeline are therefore preferred. Service Providers must
therefore submit proposals for both live and depressurized (partially drained) inspections to verify
the structural integrity of the pipeline in accordance with this specification. Furthermore, it is
required to apply a combination of these methods and technologies to assess the rather complex
situation in a holistic perspective.
Rand Water requests an outline proposal to carry out a major project using a variety of condition
and performance assessment techniques to cover the full pipeline network and appurtenant
infrastructure.
The findings of this project will further be used to perform a comprehensive failure risk
assessment of the corridors (servitudes) and pipelines to enable Rand Water to pro-actively
manage their risk and make informed decisions regarding the future refurbishment, replacement
and monitoring of the system.
This document provides a proposal for this investigation work. The document is structured around
a brief background on the current situation at Rand Water. After this brief introduction the key
concepts of the proposed integrated asset management assessment are discussed.
The need for an advanced assessment program is to:
Compile a detailed asset register of pipelines, chambers and components and assess
and verify the civil and mechanical condition of the pipeline components,
Confirm the extent of leakages and prioritise pipeline systems for intervention;
Pinpoint the location of leaks;
Assess the condition of steel reinforcing in pre-stressed concrete pipelines;
Evaluate the condition of cathodic protection systems,
Evaluate the risk of pipeline failure;
Confirm the hydraulic operating conditions and performance of pipeline systems;
Determine the true value of underground infrastructure and identify rehabilitation and
refurbishment needs and budgets.
The Contract will cover a 36-month period
RW01507/18 REQUEST FOR PROPOSAL FOR TO CONDUCT A CHAMBER AND MFL ASSESSMENT FOR VARIOUS RAND WATER PIPELINE
AND APPURTENANT INFRASTRUCTURE IN THE MAPLETON SYSTEM
Doc No. RW PROC 00042-2 F Rev. No. 02 Page 37 of 48
2.2 Definitions and abbreviations
Refer to Table 2.2.1 below for some definitions. Other definitions appear as part of the text.
ABREVIATIONS AND ACRONYMS
AFO Acoustic fiber optic
AWWA American Water Works Association
CCTV Closed circuit television
CIPS Close interval pipeline survey
CP Cathodic protection
DCVG Direct Current Voltage Gradient
DTM Digital terrain model
ECDA External Corrosion Direct Assessment
GPS Global positioning satellite
GUL Guided wave ultrasonic technology
ICCP Impressed current cathodic protection
MFL Magnetic flux leakage
PCM Pipeline current mapping
PCP Prestressed concrete pipe
RFTC Remote field transformer coupling
RTPM Remote transient pressure monitoring
SACP Sacrificial anode cathodic protection
UTG Ultrasonic thickness gauge
RFID Radio Frequency Identification (Tagging)
PRM Project Risk Management
MIS Management Information System
CML Cement mortar Lining
Table 2.2.1: Abbreviations
2.3 Description of Pipelines
The details of the pipelines considered for surveys to be undertaken are not listed in this RFP.
Basically the full network of the bulk water pipelines is included in this project. The Pipeline Locality
Map that illustrates the network will be provided separately.
The pipelines are confined within existing RW servitudes and vary from a single pipeline to multiple
pipelines running parallel in the same servitude.
RW01507/18 REQUEST FOR PROPOSAL FOR TO CONDUCT A CHAMBER AND MFL ASSESSMENT FOR VARIOUS RAND WATER PIPELINE
AND APPURTENANT INFRASTRUCTURE IN THE MAPLETON SYSTEM
Doc No. RW PROC 00042-2 F Rev. No. 02 Page 38 of 48
2.4 Surveys undertaken
Various surveys for most of the pipelines have been undertaken, the list and details will be provided to the successful Service Provider after formal approval of the appointment has been made should there be a need to do so. 3 Proposed Methodology
A holistic and multi-disciplinary approach is required to ensure that relevant and appropriate information is gathered to enable the accurate assessment of a pipeline’s condition. In addition, sound engineering judgment and the pro-active management of pipeline assets are required to ensure long-term sustainability. The proposed investigations and surveys that are to be performed under this Contract are listed in Table 3.1 together with a summary of the desired outcome of each survey or test. This information should be read in conjunction with Table 4.1 (provided on the commercial document). A staged approach will be used with surveys scheduled in such a way that subsequent surveys build on the findings of previous investigations. This will allow a gradual build-up of knowledge and data on a pipeline, while at the same time focusing the subsequent inspections on potential problem areas and reducing costs. It is not envisaged that all the technologies will be used but the Service Provider must have access to specialists who do have the technology and equipment to provide the service. In general, providing access to the pipelines either by means of excavation, providing chamber access, removing components, providing additional access points like, valves, fittings or stubs, civil and mechanical works, removal and re-instatement of pipeline coating will be done by the appointed service provider. Operational control during inspections, decommissioning and draining of pipelines, re-commissioning will all be the responsibility of the owner and should be excluded from this contract. Re-instatement and backfill will all be the responsibility of the Service provider. Pipe access and preparation may be performed by an appointed Service provider. Table 3.1: Proposed Surveys and Assessment Techniques
Proposed Action / Test / Survey
Technique
Description
Outcome / Benefit
Management, Coordination and
Planning
Assessment and client liaison to
establish the needs, benefits,
priority and preliminary costs to
perform advanced pipeline
condition assessment surveys.
Enable the client to make
informed decisions and
define the most appropriate
inspection and condition
assessment strategy.
Drained CCTV Inspections CCTV inspection under drained /
decommissioned conditions
Visual confirmation of pipe
anomalies, detection of in-
line valves and off-takes,
lining condition and internal
corrosion.
RW01507/18 REQUEST FOR PROPOSAL FOR TO CONDUCT A CHAMBER AND MFL ASSESSMENT FOR VARIOUS RAND WATER PIPELINE
AND APPURTENANT INFRASTRUCTURE IN THE MAPLETON SYSTEM
Doc No. RW PROC 00042-2 F Rev. No. 02 Page 39 of 48
Pressure and Flow Measurement
and System Mass Balance
Extended time period pressure
and flow logging along a pipe route
to perform a system mass balance
and identify excessive water loss
as well as confirming if pressure
transients are imposed on the
system during normal operation.
Identify sections experiencing high
water loss as well as the hydraulic
capacity of a pipeline and key
system parameters.
Compile a calibrated hydro-
dynamic model of each pipeline
system to accurately model the
dynamic behavior of the pipeline
and confirm the maximum possible
operating pressures and identify
possible surge alleviating
measures.
Identify and prioritize pipe
sections having excessive
water losses and obtain a
thorough understanding of
the systems hydraulic
performance
to enable the confirmation of
the pipeline roughness
parameter, hydraulic
capacity and presence of
excessive surge pressures
caused by operational
actions. Calibrated hydro-
dynamic model to be used to
verify the actual system
capacity and identify possible
operational changes or surge
alleviating measures
required to reduce dynamic
pressures caused by normal
system operation.
Transient Pressure monitoring
Extended time period pressure and flow logging along a pipe route to perform a system mass balance and identify excessive water loss as well as confirming if pressure transients are imposed on the system during normal operation. Identify sections experiencing high water loss as well as the hydraulic capacity of a pipeline and key system parameters. Compile a calibrated hydro-dynamic model of each pipeline system to accurately model the dynamic behavior of the pipeline and confirm the maximum possible operating pressures and identify possible surge alleviating measures.
Identify and prioritize pipe sections having excessive water losses and obtain a thorough understanding of the systems hydraulic performance to enable the confirmation of the pipeline roughness parameter, hydraulic capacity and presence of excessive surge pressures caused by operational actions. Calibrated hydro-dynamic model to be used to verify the actual system capacity and identify possible operational changes or surge alleviating measures required to reduce dynamic pressures caused by normal system operation.
RW01507/18 REQUEST FOR PROPOSAL FOR TO CONDUCT A CHAMBER AND MFL ASSESSMENT FOR VARIOUS RAND WATER PIPELINE
AND APPURTENANT INFRASTRUCTURE IN THE MAPLETON SYSTEM
Doc No. RW PROC 00042-2 F Rev. No. 02 Page 40 of 48
Proposed Action / Test / Survey Technique
Description Outcome / Benefit
Leak detection: non-disruptive
Noise Loggers Leak Correlators Ground Microphones All Associated equipment to the above. The Service Provider shall include excavation costs, where relevant, as well as all preparatory work inside valve chambers in these rates. The Service Provider shall determine and specify the intervals between the equipment that is proposed to be used. In addition: Pre-inspection surveys must be performed on all these identified pipelines within the servitude strip. The pre-inspection survey rate shall include costs associated with mobilization, inspection, data interpretation, reporting and inspection planning. The following pipe diameters and operating pressure classes apply, (diameter in mm and pressure in Bar.): Category 1: 250-900mm, 16-25 Category 2: 901-1800 mm, 16 -25 Category 3: 1801-3500 mm, 16-25 Leak detection methods shall be conducted with non-disruptive equipment. Re-inspections could be required and this will be measured separately.
Accurate detection and location of pipeline leaks as well as the presence of stagnant or moving air columns in the pipe
RW01507/18 REQUEST FOR PROPOSAL FOR TO CONDUCT A CHAMBER AND MFL ASSESSMENT FOR VARIOUS RAND WATER PIPELINE
AND APPURTENANT INFRASTRUCTURE IN THE MAPLETON SYSTEM
Doc No. RW PROC 00042-2 F Rev. No. 02 Page 41 of 48
Following is some explanation on the work that is to form part of this RFP. It is not exhaustive, but the aim is to provide some understanding of the individual assessments as well as the conglomeration of the various methods and processes.
3.1 Planning, Coordination and Management
Implementing an advanced, multi-faceted condition assessment program of this nature will require close collaboration between the Service Provider and the Rand Water personnel in every aspect of the assessment and decision making process. This will enable Rand Water to make informed decisions on the most appropriate way forward while ensuring that unnecessary expenses and time wastage is avoided. 3.2 In-Line Drained CCTV Inspections
Inspections under fully drained (decommissioned) conditions shall be performed by means of industry standard robotic CCTV inspection platforms. The system shall be capable of inspecting 500m from an access point in both directions (1000m maximum per insertion). Equipment shall be capable of passing through a 350 mm diameter access. Reports must provide full pipe graphics with associated observations as colour photographs and electronic format exported in an electronic format onto DVD or portable hard drive complete with a free viewing program from which reports can be printed; observations viewed and indexed videos viewed at the point of observation.
3.3 Flow and Pressure Monitoring
3.3.1 Field Investigations
Actual pressure and transient behavior shall be measured by high frequency logging devices. The device shall have the ability to ‘sense’ the approach of a pressure transient and automatically increase its rate of data capturing to ensure that the surge event is accurately recorded. The same pressure measurement device shall be used to measure both steady state and dynamic pressure conditions without generating extensive data sets. Additional flow rate measurements shall be taken by strap-on or insertion type flow meters with sufficient measuring locations identified to enable accurate system mass balance calculations. Data gathered under steady state conditions (i.e. non varied flow) shall be used to verify the following:
Mass continuity (Flow distribution in the pipelines); and
Energy distribution (Pipeline friction factors).
When dynamic conditions are recorded it is vital that the following conditions be considered:
The rate of recording should be fast enough to capture pressure peaks that are travelling
at velocities in the order of 1000 m/s;
Locations of recordings should be such that any boundary conditions, such as dead ends,
do not influence the recordings; and
RW01507/18 REQUEST FOR PROPOSAL FOR TO CONDUCT A CHAMBER AND MFL ASSESSMENT FOR VARIOUS RAND WATER PIPELINE
AND APPURTENANT INFRASTRUCTURE IN THE MAPLETON SYSTEM
Doc No. RW PROC 00042-2 F Rev. No. 02 Page 42 of 48
Time bases for the recordings should be synchronized to be able to determine the wave
celerity from the recordings.
Pre-determined dynamic variations may be imposed on the system to measure the resultant pressure surges. The outcome of the field verification will be a data set reflecting the hydraulic behavior of the system following defined operational changes. This will confirm if the system is subject to significant pressure surges. Based on the outcome of the field verification, the need for further hydraulic modelling shall be assessed.
3.4 Steel Pipe Wall Assessment
3.4.1 Identification of Excavation Positions Potential inspection sites will be identified during the Close Interval Overline Surveys performed as part of the ECDA assessment (Refer Section Error! Reference source not found.) (DCVG surveys are typically used). At identified defects, the soil resistivity must be measured. The pipe potential must also be measured by means of a trailing wire from the nearest pipeline connection point. This should be done with temporary current sources de-energized. Where permanent CP is present, the potential should be measured firstly with the CP system on and then with it off. Measurements should be taken with a multi meter capable of determining minimum and maximum values over a period of 5 minutes. 3.4.2 Excavation of Inspection Sites and Removal of Coating Excavation, pipeline preparation and re-instatement must be carried out at the positions determined from the above data by rand water construction crew. At each position, three excavations must be carried out as follows:
Excavation A: at the identified position
Excavation B: at a position upstream of A identified from the testing carried out at A
Excavation C: at a position downstream of A identified from the testing carried out at A.
Excavation details are as follows:
Excavation A: Exposure of 1m length of pipe with lateral clearance of 1m on either side
and 0.5m underneath. A full circumferential band of coating, 400mm wide must be
removed. The steel surface must be cleaned with scrapers and power brushes such that
all bituminous or coating material is removed.
Excavations B and C: Exposure of 2m of pipe with clearance of 1m on either side and
0.5m underneath. Coating must be removed from the full circumference of the pipe for a
length 1500mm. The steel surface must be cleaned with scrapers and power brushes
such that all bituminous or coating material is removed.
At all excavations, allowance must be made for de-watering. A dewatering sump must be
excavated within the trench at a point at least 1m away from the inspection area. The excavation
RW01507/18 REQUEST FOR PROPOSAL FOR TO CONDUCT A CHAMBER AND MFL ASSESSMENT FOR VARIOUS RAND WATER PIPELINE
AND APPURTENANT INFRASTRUCTURE IN THE MAPLETON SYSTEM
Doc No. RW PROC 00042-2 F Rev. No. 02 Page 43 of 48
must be kept dry throughout the duration of the testing. Timber must be laid on the excavation floor
to ensure that personnel and equipment can operate in a dry environment. The minimum clearance
of 0.5m below the pipe should be maintained even with the timber installed.
At all excavations, coating must be reinstated to original specification. The pipe must be backfilled
and compacted as per RW specifications.
3.5 Other Assessments, surveys, etc.
From the list of assessment techniques and methods listed and/or mentioned in this RFP and not
addressed in the text version to the same level of detail as those above, the requirement is on the
Service Provider to provide additional information with the tender proposal.
A report must be prepared for each survey undertaken. These reports will be combined to form
one Close-Out Report for each year as well as a final report to cover the multi-year programme.
Should the appointment be done on the “Maximum work” scenario, then the Service Provider will
determine the Phases in conjunction with Rand Water.
Should there be unforeseen changes to the scope of work during the implementation period, then
the Parties will formally negotiate and agree on the impact and the way forward. The last resort will
be to appoint an independent Arbitrator to resolve the matter.
4. DATA COLLECTION / MANAGEMENT
Since part of the tender is to compile a detailed asset register of pipelines, chambers and components and assess and verify the civil and mechanical condition of the pipeline components, the data collected from these inspections shall be gathered, stored and integrated and be available freely to Rand Water at all times. Data collection must be economically collected as part of day-to-day operation of the data gathering activities. In all cases it is essential that the adopted data collection program is fully documented with standards and quality procedures to ensure that data collected is the right data, and that the Pipeline Asset Manager can have confidence in the quality and timeliness of data available for analysis. The on-going management and maintenance of asset data must be given consideration at the onset of data capture activities. The requirements and capabilities of an appropriate information system, the opportunities for on-going improvement in data accuracy, and the uploading of new assets as they are verified, are all key issues associated with data management which must be accounted for in the rates by the service provider.
RW01507/18 REQUEST FOR PROPOSAL FOR TO CONDUCT A CHAMBER AND MFL ASSESSMENT FOR VARIOUS RAND WATER PIPELINE
AND APPURTENANT INFRASTRUCTURE IN THE MAPLETON SYSTEM
Doc No. RW PROC 00042-2 F Rev. No. 02 Page 44 of 48
4.1 Data Maintenance Once sufficient data has been collected and input, the data and or date systems shall be provided for and maintained with Rand Water having full access to the database. The licences and all other operational requirements shall be covered in the costs for the duration of the project.
RW01507/18 REQUEST FOR PROPOSAL FOR TO CONDUCT A CHAMBER AND MFL ASSESSMENT FOR VARIOUS RAND WATER PIPELINE
AND APPURTENANT INFRASTRUCTURE IN THE MAPLETON SYSTEM
Doc No. RW PROC 00042-2 F Rev. No. 02 Page 45 of 48
APPENDIX NO2: NON-DISCLOSURE UNDERTAKING
DISCLOSURE OF INFORMATION
AGREEMENT
Throughout this Tender process and thereafter, prospective service providers must secure from
Rand Water written approval Prior to the release of any information that pertains to the potential
work or activities covered by this Tender or the subsequent process. Failure to adhere to this
requirement may result in disqualification from the Tender process or legal action.
Rand Water will keep responses confidential until a contract is awarded or the process is
terminated. At that time, Tender documents and related documents may be made available for
inspection at Rand Water discretion, except for material that is proprietary or confidential. Rand
Water will not disclose or make public any pages of a response, which the vendor has marked
“proprietary” or confidential.
We acknowledge that Tendering process is subject to the above mention non-disclosure clause
together with Rand Water policies and procedures with regard to non-disclosure.
We further acknowledge that competitiveness is a requirement of your process and that collusive
tendering is prohibited by law. We confirm that we have not engaged in price fixing with any other
tenderer or person, or in any way colluded with any other tenderer or person in connection with
this Tender.
For and on behalf of
Name of Signatory: _____________________________________
Date: ________________________________
Capacity: _____________________________________
Authority: ______________________________________
RW01507/18 REQUEST FOR PROPOSAL FOR TO CONDUCT A CHAMBER AND MFL ASSESSMENT FOR VARIOUS RAND WATER PIPELINE
AND APPURTENANT INFRASTRUCTURE IN THE MAPLETON SYSTEM
Doc No. RW PROC 00042-2 F Rev. No. 02 Page 46 of 48
APPENDIX 3: SITE INFORMATION AND REGULATIONS
SITE LOCATION
The Site of the work is the Mapleton system in the Rand Water network.
SITE BOUNDARIES
The Service Provider shall confine his activities to the area in the vicinity of designated sites, which is fenced
and the actual boundaries of the site will be pointed out by the Engineer. The Service Provider shall not
extend his activities outside the boundaries unless the Engineer has specifically authorised the extension in
writing
SITE ACCESS
A Site Access Certificate will be required before the Service Provider is granted access to site. Please see
Additional Particular Conditions of Contract for details of this certificate and where to obtain it.
POSSESSION OF SITE
The written order to commence the work will be deemed to give the Service Provider possession of the site.
In the event of any portion of the work or completion of the contract being delayed due to the Employer
delaying the Service Provider in taking possession of the site, an extension of time may be allowed by the
Engineer. The Employer shall not be liable for any payment in respect of such delays.
ACCOMMODATION ON SITE
C1.1.1. No housing is available. The Service Provider’s employees will not be allowed to be
accommodated on the site.
C1.1.2. The Service Provider shall erect, maintain and remove on completion of the work, ample temporary
offices and sheds to the Engineer’s approval, for proper storage of perishable and other materials
and for the use of the workmen.
LATRINES
The Service Provider shall provide for the duration of the contract, latrine accommodation on the site in the
form of chemical closets for the use of persons employed on the works. All latrine accommodation provided
by the Service Provider shall be efficient, sanitary and non-offensive and all sanitary fees payable to any
local authority shall be paid by the Service Provider.
ACCESS ROADS
The Service Provider shall be liable for all unnecessary and unreasonable damage caused by his equipment
and/or transport to the access roads and fences. The cost of repair and reinstatement of unnecessary and
unreasonable damage to these roads and fences will be deducted from moneys due to the Service Provider.
RW01507/18 REQUEST FOR PROPOSAL FOR TO CONDUCT A CHAMBER AND MFL ASSESSMENT FOR VARIOUS RAND WATER PIPELINE
AND APPURTENANT INFRASTRUCTURE IN THE MAPLETON SYSTEM
Doc No. RW PROC 00042-2 F Rev. No. 02 Page 47 of 48
SERVICES ON SITE
C1.1.3. A sufficient supply of water is available at a convenient point at the sites from which the Service
Provider shall be responsible for the distribution of water.
C1.1.4. The Service Provider shall be entitled to use, for the purpose of carrying out the installation, such
supplies of electricity and water as may be available on the sites, but shall provide, at his own
expense, any apparatus necessary for such uses; no charge will be made for these facilities. The
supply of electric power is limited to the use of small tools only (3 kVA); welding machines and
similar equipment shall be engine driven. The actual supply of these services is not guaranteed.
C1.1.5. There is no compressed air available on the site.
SITE SECURITY
The sites are subject to strict security control and the Service Provider and his work staff shall comply fully
with any requirements imposed by the Employer's security personnel. Permits, issued by the Manager of
the site, are required for admission to the sites and, before starting work on the sites, the Service Provider
shall make arrangements with the Engineer for the issue of the necessary permits for himself and his
employees. For purposes of identification, all personnel will be required to carry their identity documents
and shall show these, on request, either at entry to the Designated Pumping Station or within the Pumping
Station site. The Service Provider and his employees will be confined to the site, and the access roads listed
above and action will be taken against anyone outside the prescribed areas.
CLEANING UP OF WORKS AND SITE
The Service Provider shall maintain the whole of the site in a clean and orderly condition, to the
satisfaction of the Engineer. On completion of the work the Service Provider shall tidy up the site to the
satisfaction of the Engineer; all temporary buildings shall be dismantled and removed; all surplus material,
debris etc shall be carted away and the whole site shall be left in a neat and orderly condition.
INDUCTION
C1.1.6. The Service Provider shall be responsible for acquainting him or herself with and attending any
safety induction courses presented at the applicable sites.
C1.1.7. The Service Provider shall supply the following documentation to the Employer’s Representative,
which will be sent to the relevant sites prior to induction;
ID copies of all the personnel that will be working on site,
Valid Letter of Good standing (COID certificate) from the Workman Compensation,
All the signed appointment letters as per construction regulation. E.g. Building work
Supervisor, Scaffolding Inspector, Safety Officer /Representative, etc.
Signature of the Engineer or the Employer’s Representative in charge of the contract,
Initials on each page by the Service Provider in charge of the Contract,
Tool list,
Candidates to be present for the Induction,
Health and Safety plan, and
Risk Assessment plan.
RW01507/18 REQUEST FOR PROPOSAL FOR TO CONDUCT A CHAMBER AND MFL ASSESSMENT FOR VARIOUS RAND WATER PIPELINE
AND APPURTENANT INFRASTRUCTURE IN THE MAPLETON SYSTEM
Doc No. RW PROC 00042-2 F Rev. No. 02 Page 48 of 48
APPENDIX 4: PROJECT SPECIFIC SAFETY, HEALTH AND ENVIRONMENT SPECIFICATION
NOTE: CD WILL BE PROVIDED AT THE SITE BRIEFING SESSION