BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan...

132
BACKWASH AUTOMATION AT NYNGAN WTP CONTRACT NO: 2019/1/BACKWASH AUTOMATION Engineering Department 6 May 2019

Transcript of BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan...

Page 1: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

BACKWASH AUTOMATION AT NYNGAN WTP CONTRACT NO: 2019/1/BACKWASH AUTOMATION

Engineering Department 6 May 2019

Page 2: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

INDEX

Section A General Specification

Section B General Conditions of Contract

Section C Tender Schedules

Section D Conditions of Tendering

Attachment 1 Relevant as built electrical drawings

Attachment 2 P&ID

Attachment 3 Site Plan Nyngan WTP

Attachment 4 Site Photos

Page 3: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

GENERAL SPECIFICATION

BACKWASH AUTOMATION AT NYNGAN WTP CONTRACT NO: 2019/1/BACKWASH AUTOMATION

Engineering Department 6 May 2019

Page 4: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 68 886 242 083 General Specification

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

Section A

GENERAL SPECIFICATION BACKWASH AUTOMATION AT NYNGAN WTP

Page 5: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 95 717 801 565 General Specification

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

[blank]

Page 6: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 68 886 242 083 General Specification

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

CONTENTS

A1 BACKGROUND .................................................................................................................................. 1

A2 SCOPE ................................................................................................................................................ 1

A3 CONTRACT ........................................................................................................................................ 2

A4 LIMITS OF CONTRACT ..................................................................................................................... 3

A4.1 PLC and SCADA programming (by others) ...................................................................... 3

A5 INTERPRETATION ............................................................................................................................. 3

A6 PRINCIPAL SUPPLIED MATERIALS ................................................................................................ 3

A7 OPERATION OF EXISTING ASSETS ............................................................................................... 3

A7.1 General ............................................................................................................................. 3

A7.2 Interruptions of Services ................................................................................................... 3

A7.3 Proposed site .................................................................................................................... 4

A8 RESTRICTIONS ON WORKING HOURS AND/OR WORKING DAYS ............................................ 4

A9 DESIGN DOCUMENTATION ............................................................................................................. 5

A10 DETAIL OF WORKS .......................................................................................................................... 5

A10.1 Project meetings & workshops .......................................................................................... 5

A10.2 Detailed design drawings and documents ........................................................................ 5

A10.3 Electrical Characteristics ................................................................................................... 6

A10.4 WTP Equipment and Instrument list (E&I) ........................................................................ 6

A10.5 WTP Functional Design Specification (FDS) .................................................................... 6

A10.6 WTP Process and Instrumentation Diagram (P&ID) ........................................................ 6

A10.7 Site Photos ........................................................................................................................ 7

A10.8 Filter Control Panel ........................................................................................................... 7

A10.9 Filter Local Control Panels (LCPs).................................................................................... 9

A10.10 Filter Control Valves and Pipework ................................................................................... 9

A10.11 Compressed Air System ................................................................................................. 16

A10.12 Optional - Water Quality Instrumentation ........................................................................ 20

A10.13 ITP’S, inspections and FAT testing of new panels ......................................................... 20

A10.14 Commissioning and cutover plan workshop ................................................................... 20

A10.15 Pre-commissioning of installation ................................................................................... 21

A10.16 Commissioning ................................................................................................................ 21

A10.17 Redundant equipment, wiring and rubbish removal ....................................................... 21

A10.18 Project supplied manuals and software .......................................................................... 21

A10.19 Training ........................................................................................................................... 21

A10.20 Project Spare parts ......................................................................................................... 22

A10.21 Preferred Equipment List ................................................................................................ 22

Page 7: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 95 717 801 565 General Specification

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

A11 CONTRACTOR’S SITE ESTABLISHMENT .................................................................................... 24

A12 COMMUNITY AND STAKEHOLDER RELATIONS MANAGEMENT ............................................ 24

A12.1 Contractor Contact Persons ........................................................................................... 24

A12.2 Site inductions ................................................................................................................ 24

A12.3 Community and Media Relations Standards and Procedures ....................................... 24

A12.4 Third Party Complaints ................................................................................................... 24

A13 WHS MANAGEMENT ...................................................................................................................... 25

A13.1 Specification and Statutory Requirements ..................................................................... 25

A13.2 Engagement as Principal Contractor ............................................................................. 26

A13.3 Managing Risks .............................................................................................................. 27

A13.4 Safe Work Method Statements ...................................................................................... 29

A13.5 WHS Management Plan ................................................................................................. 30

A13.6 WHS Management Meeting ........................................................................................... 31

A13.7 Consultation .................................................................................................................... 31

A13.8 Information, Training, Instruction and Supervision ......................................................... 31

A13.9 Site Attendance Register ................................................................................................ 33

A13.10 Site Safety Rules ............................................................................................................ 33

A13.11 Signage........................................................................................................................... 34

A13.12 Incident Notification and Investigation ............................................................................ 34

A13.13 WorkCover Authority Inspections and Notices ............................................................... 34

A13.14 Audits .............................................................................................................................. 35

A14 ENVIRONMENTAL MANAGEMENT ............................................................................................... 36

A14.1 Specification and Statutory Requirements ..................................................................... 36

A14.2 Environmental Incident Reporting .................................................................................. 36

A15 QUALITY MANAGEMENT .............................................................................................................. 37

A15.1 Inspection and Test Plans .............................................................................................. 37

A15.2 Product Compliance ....................................................................................................... 37

A15.3 Monitoring and Audits ..................................................................................................... 37

A15.4 Quality Records .............................................................................................................. 37

A15.5 Failure to Comply ........................................................................................................... 38

A16 PROGRAMMING ............................................................................................................................. 39

A16.1 Requirement ................................................................................................................... 39

A16.2 Format ............................................................................................................................ 39

A16.3 Progress ......................................................................................................................... 39

A16.4 Revised Program ............................................................................................................ 39

Page 8: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 68 886 242 083 General Specification

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

A17 REPORTING ..................................................................................................................................... 40

A17.1 Report Contents .............................................................................................................. 40

Page 9: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 95 717 801 565 General Specification

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

[blank]

Page 10: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 68 886 242 083 General Specification

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

1

A1 BACKGROUND

Bogan Shire Council (BSC) are seeking to implement automated backwash of the five (5) filters at Nyngan WTP. The works include the installation of pneumatically actuated valves on each filter, portions of replacement pipework, a new compressed air system and associated works.

The WTP has recently undergone an electrical and control system upgrade. This included replacement Motor Control Centre (MCC), provision of PLC and SCADA automation.

This Backwash Automation project forms a subsequent stage of the Nyngan WTP automation and serves to increase personnel safety, along with improved operability and reliability of the WTP.

A2 SCOPE BSC are seeking tenders from suitably qualified Contractors to design, select, install and commission the works to achieve automation of the backwashing of five (5) Filters. This scope of works includes the following:

1) Project meetings & workshops;

2) Detailed design drawings and documents;

3) Four (4) new valves per filter (20 in total), including pneumatic actuators;

4) Compressed air system;

5) Pipe work to replace existing (as specified);

6) Filter Control Panel (including RIO rack);

7) Local Control Panels for each Filter;

8) Cabling, terminations, pneumatic piping and supports;

9) ITP’S, inspections and FAT;

10) Liaison and interaction with BSC automation Contractor

11) Pre-Commissioning of installation (I/O point to point and communications connectivity);

12) Commissioning and SAT;

13) Redundant equipment, wiring and rubbish removal;

14) Project supplied equipment manuals, operational & maintenance manuals and training; and

15) Spare parts

BSC also seeks optional pricing for:

1. Pipe replacements, as specified; including design and provision of supports; and

2. Provision of Turbidity analysers and associated sample pumps

As per the P&ID drawing sheet 003; the existing valves to be replaced are:

Filter 1:

MV050 Air Scour Inlet Open / Close position

MV051 Filter Inlet 0-100% position

MV060 Backwash Waste Outlet Valve Open / Close position

MV065 Back wash inlet 0-100% position

Page 11: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 95 717 801 565 General Specification

2 Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

Filter 2:

MV052 Air Scour Inlet Open / Close position

MV053 Filter Inlet 0-100% position

MV061 Backwash Waste Outlet Valve Open / Close position

MV066 Back wash inlet 0-100% position

Filter 3:

MV054 Air Scour Inlet Open / Close position

MV055 Filter Inlet 0-100% position

MV062 Backwash Waste Outlet Valve Open / Close position

MV067 Back wash inlet 0-100% position

Filter 4:

MV056 Air Scour Inlet Open / Close position

MV057 Filter Inlet 0-100% position

MV063 Backwash Waste Outlet Valve Open / Close position

MV068 Back wash inlet 0-100% position

Filter 5:

MV058 Air Scour Inlet Open / Close position

MV059 Filter Inlet 0-100% position

MV064 Backwash Waste Outlet Valve Open / Close position

MV069 Back wash inlet 0-100% position

A3 CONTRACT The Contract comprises:

• Section A General Specification (this document)

• Section B General Conditions of Contract

• Section C Tender Schedules

• Section D Conditions of Tendering

• Attachment 1 Relevant as built electrical drawings

• Attachment 2 P&ID

• Attachment 3 Site Plan Nyngan WTP

• Attachment 4 Site Photos

Page 12: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 68 886 242 083 General Specification

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

3

• Post tender correspondence

• Letter of Acceptance.

A4 LIMITS OF CONTRACT

A separate Contractor will provide the following portions of works, associated with this Project:

a) Modification of the system Functional Description (FDS)

b) PLC and SCADA, I/O tag list

c) PLC and SCADA programming modifications

A4.1 PLC and SCADA programming (by others) The modification of the existing PLC and SCADA system will be implemented by Councils Contractor. As part of this Contract however, approximately 2-3 days shall be allowed to liaise with, and assist the automation engineer in the pre-commissioning and commissioning the automatic sequence of the system.

A5 INTERPRETATION Unless the context requires otherwise, any expression in the Contract such as give notice, submit, approval, or directed means give notice to, submit to, approval by, or directed by the Superintendent.

Unless the context states otherwise, any expression in the Contract in the form of a direction means the Contractor shall perform the direction.

A6 PRINCIPAL SUPPLIED MATERIALS No material will be free issued as part of this Contract

A7 OPERATION OF EXISTING ASSETS The Contractor will be responsible for ensuring continued treatment operation of the water treatment plant. This will be discussed with council staff during a commissioning workshop and considered in the Contractor’s cutover plan. Generally, the site will be allowed to be taken off line for a period of 4-6 hours, with individual filter being longer if organised with Council.

A7.1 General

Access roads to all operational areas of the plant and works areas are not to be impeded and are to be kept open and in a serviceable state during construction activities. This includes access for all vehicles and plant associated with deliveries, operation and maintenance of all equipment and processes.

The operators normally attend the site on a regular basis and may be present or have Contractors present to undertake maintenance or construction work at the plant at any time. The operators are responsible for ensuring the existing infrastructure meets supply requirements. The successful completion of the Contract shall require close cooperation between the Contractor, plant operators and the Superintendent to ensure protection of existing assets and continued performance of the plant to meet requirements.

A7.2 Interruptions of Services

If during the course of the work under the Contract it becomes necessary to interrupt operation of the water treatment plant, provide written notice to the Principal of the expected time and duration of the interruption at least ten (10) days in advance. Provide a copy of the written notice to the Superintendent at the same time.

Page 13: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 95 717 801 565 General Specification

4 Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

The allowable planned interruption time shall be dependent on the current conditions at the assets and shall be approved by the Principal. The interruption to the service will be no longer than 6 hours.

A7.3 Proposed site

Bogan Shire Council

Nyngan Water Treatment Plant

62 Bogan Street

Nyngan, NSW 2825

A8 RESTRICTIONS ON WORKING HOURS AND/OR WORKING DAYS The general hours of operation will be:

Monday to Friday – 7:00am to 5:30pm

Saturday 8:00am to 5:30pm

Page 14: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 68 886 242 083 General Specification

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

5

A9 DESIGN DOCUMENTATION The Contractor is responsible for all design works associated with the upgrade. The Contractor is required to submit a design package to the Principal for review prior to construction commencing.

The Contractor is to accommodate and detail within their project program the following design review process for each individual design package submitted:

• Draft Design submitted for review (Hold Point)

• Review of the Draft Design (10 working days)

• Finalisation of the design package and inclusion of any comments (5 working days)

• For Construction submission (Hold Point)

Principal review or approval of the design package does not relieve the Contractor of their responsibility to meet the requirements of the Contract or relevant standards.

No construction works are to be undertaken until the Superintendent has approved the design documents unless otherwise advised in writing by the Superintendent

A10 DETAIL OF WORKS

A10.1 Project meetings & workshops

Formal project meetings and workshops between the Contractor and Superintendent shall be held as follows:

• Project inception meeting (within 2 weeks of Contract award)

• WHS Management Meeting (within 3 weeks of Contract award) *

• Detailed design review workshop (within 6 weeks of Contract award)

• Commissioning and Cutover Plan Workshop

• Construction progress, fortnightly following commencement of on-site works*

• Other meetings during contract period, where reasonably requested by the Superintendent or Principal.

*These meetings may be held via phone conference

The Contractor shall be prepared to attend these meetings/workshops at BSC offices, or on site in Nyngan (as required). The Contractor shall be required to take minutes and comply with the following:

• Draft minutes within 2 days of the meeting/workshop date.

• Allow 3 days for Principal review comments.

• Final minutes, incorporating review comments, within 2 days of receiving the Principals comments.

A10.2 Detailed design drawings and documents

Submitted drawings and documentation must be clearly marked to show its current status (i.e. “Preliminary Design”, “Draft for Design Approval”, “For Construction” etc. the relevant issue date and revision number. All submissions are to include a transmittal that highlights previous submission dates.

The following list details key aspects of the design to be submitted. The provided list is not to be taken as an exhaustive list of all design submissions, or relieve the Contractor of meeting any submission detailed within the Contract:

1. Equipment List detailing all new equipment to be provided

Page 15: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 95 717 801 565 General Specification

6 Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

2. Pipework and valve arrangements

3. General arrangements of electrical panels, including detailed layouts of each individual panel

4. Updated Electrical Drawing package, including but not limited to the following for each site:

a. Updated drawing Index

b. 240VAC power supply

c. 24VDC distribution schematics

d. PLC IO schematic diagrams

e. Instrument loop diagrams

f. Field connections

g. Panel layouts

h. Cable schedule

A10.3 Electrical Characteristics

Each Filter features five (5) actuated valves. Currently only one (1) valve per filter is actuated - the Filter Outlet Control Valve (FOCV). This project will provide automated actuation of the four (4) additional valves and provide local controls for each of the five (5) valves; in the event that the operators need to take control of individual filters. This Contract will also transfer the control and provide feedback of the existing FOCV across to the new Filter Control Panel.

A new ‘Filter Control Panel’ is required to be mounted local to the Filters. This panel will house a Remote IO rack, ELV power supply, distribution fuses and marshalling terminals to interface the actuator signals.

Each actuator requires position control (open, close or %) and position feedback (opened, closed or %).

Each filter will also receive a Local Control Panel (LCP) which will provide control selectors and pushbuttons for five (5) actuators. (refer Cl. A10.9)

The solenoids for the operation of the actuators can be housed on board the actuators (provided they are accessible). Alternatively, and/or if they are not accessible, the solenoids would be mounted in the LCP or Filter Control Panel and pneumatic tubing installed to each actuator.

Provide design drawings to match the intent and existing design (refer Attachment A). The native (*.dwg) files of the electrical schematics will be issued in order to progress the required design to be consistent with the drawing set.

A10.4 WTP Equipment and Instrument list (E&I)

A detailed E&I list will be provided as part of this contract. Any changes or modifications to the WTP E&I will be noted and added to the existing list. This information will be used to finalise key documentation and designs within the project. I.e. electrical drawings, SCADA design, PLC programming etc.

A10.5 WTP Functional Design Specification (FDS)

A detailed FDS is available. The modification of the FDS will be the responsibility of the Council’s Automation Contractor.

A10.6 WTP Process and Instrumentation Diagram (P&ID)

A set of detailed P&ID drawings will be provided as part of this contract. Any changes or modifications to the WTP system will be noted and red penned on the existing P&ID diagrams. This information will be used to finalise key documentation and designs within the project. I.e. electrical drawings, SCADA design, PLC programming etc.

Page 16: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 68 886 242 083 General Specification

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

7

A10.7 Site Photos

As part of this Tender documentation, BSC have provided a collection of site photos to indicate the location of equipment, asset condition and configuration of the existing installation. It will be responsibility of the Contractor to make themselves familiar with the site and allow for the required WHS&E requirements and installation materials. Further photos may be available upon request.

A10.8 Filter Control Panel

A10.8.1 Overview

Design, supply and install the Filter Control RIO panel, to include the following:

• Stainless steel IP65 cabinet;

• 240V AC distribution board; shrouded load centre, with a minimum of ten (10) circuit breakers;

• New PLC I/O rack, modules and wiring looms;

• Interface terminals (for all I/O), fuses and interposing relays (each valve individually fused);

• Communications switches (x2);

• 24VDC, 20A power supply and distribution fuses or CB’s;

• Door mounted, fold down laptop bracket/desk and drawing pocket;

• Allow 30% spare space within cabinet; and

• Installation of all new interposing cabling and cable tray / conduit

A10.8.2 Location

The new panel shall be wall mounted on the Southern wall within the filter building. Provide cable ladder and supports as required to reach all new equipment.

A10.8.3 Power Supplies

The power supply shall be sourced from the existing UPS DB located within the switch room. Provide a new circuit breaker within the UPS DB and cabling.

In addition to these works, several local instruments which are currently powered from the Filter Building L&P distribution board are to be transferred across and be supplied from the new UPS DB within the new Filter Control Panel. These include two (2) flow transmitters and the filtered water flow monitoring relay.

A10.8.1 Communication Switches

In addition to a new communications switch within the new Filter Control panel, provide a 12 port DIN mounted, managed switch to replace the existing Main PLC cabinet communications switch.

Provide shielded CAT6 structured cabling and suitable surge protection units between the Main PLC cabinet and the new Filter Control panel.

A10.8.2 PLC Hardware

Provide a 12 slot rack fitted with the following Schneider Modicon M340 BMX hardware:

• CPS 3020 Power supply – 1 off

• PRA 0100 Communications module – 1 off

• DDI 3202 Digital Input module – 2 off

Page 17: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 95 717 801 565 General Specification

8 Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

• DRA 1605 Digital Output module – 2 off

• AMI 0810 Analog Input module – 3 off

• AMO 0802 Analog Output module – 2 off

• Spares for each I/O module

A10.8.1 Filter Control Panel Equipment Mounting

Equipment mounted on doors shall be arranged so that it does not foul on door openings etc. when the door or panel is swung fully open. All equipment mounted on doors shall include adequate shrouding to maintain the overall IP rating of the switchboard.

No 240VAC equipment is to be mounted onto the doors of the panels

A10.8.2 Panel Layouts and Equipment

The door/s shall be fitted with 2 or 3 point locking.

All equipment within a module shall be fully accessible for inspection and maintenance without removal of other components.

A minimum of 40mm shall be provided between the terminal side of all relays and equipment and the adjacent wiring duct or equipment, to facilitate wiring.

Control selector switches shall be mounted with a minimum of 4 metal thread screws and nuts at the corners of the escutcheon plate.

All power wiring and terminals shall be physically segregated from control and instrumentation wiring and terminals. Where full segregation is not achievable ensure appropriate insulation rating on the control and instrumentation cabling. 240vac Circuit breakers are to be mounted in a plastic load centre within the panel.

Terminals shall not be located within 100mm of the base of the cubicle, with a length of cable duct to be mounted under the terminals to allow incoming cables to enter. The base of the panel shall not be less than 900mm from ground level and preferably at eye level.

Where parallel cables may be installed on site, make provision to ensure only one (1) cable lug needs to be installed on each side of each terminal lug. Where required, provide busbar flags of sufficient rating and clearance, at the termination point, to terminate the required number of cables.

All spare cores shall be wired to terminals and the panel shall have a minimum of 30% extra space.

A10.8.3 Panel Wiring

Control circuit wiring shall be flexible PVC of minimum size 1mm stranded tinned copper conductors suitably rated for its intended use. Where space limitations exist at PLC input or output terminals, control wires may be sized 0.5mm from individual I/O terminal to first point of termination, providing that any common wire sourcing more than one input or output shall be 1mm

A separate terminal shall be provided for every field cable core including spare cores as shown in the drawings. Each core within a cable shall be terminated in consecutive terminals.

Phase, neutral and earth cables shall be capable of withstanding the maximum thermal and magnetic stresses associated with the relevant fault level and time of duration. Keep cables clear of busbars and metal edges. Do not loop earth cables. Terminate all earth cables at an earth link or at a minimum M6 earthing stud adjacent to the equipment and ensure continuous continuity.

All wire numbers are to be fitted with wire ferrules and number that coincides with the electrical drawings.

Where equipment is mounted on the door of a panel the cable must be contained in a cable stocking at the hinge point of the door to stop damage to the cable. The cable must also be looped to ensure that there is no tension of the cable of the cable supports once the door is opened.

Page 18: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 68 886 242 083 General Specification

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

9

A10.8.1 Panel Labelling

All internal equipment shall be labelled to match the tags displayed within the electrical drawings. Labels mounted on removable covers or removable equipment will not be accepted. The panel door shall be fitted with a White/Black/White Traffolyte label to identify the panel and all door mounted equipment. These labels are to be screwed fixed with minimum of 2 screws.

A10.9 Filter Local Control Panels (LCPs)

To allow the operation of the new valves locally at the Filters, provide new IP65 stainless steel LCP’s at the top of each Filter. Each LCP (x 5) shall include the following for each valve:

• Control Selectors (x 5)

• Valve Open button (x 2)

• Valve Close button (x 2)

Each panel will also house the actuator solenoids for the filter controls. Alternatively, these could be housed locally at each actuator, provided the solenoids are accessible.

A10.9.1 LCP Functionality

Provide door mounted selectors and pushbuttons as follows:

• ‘Auto-Off-Open-Close’ selector switches; to fully open or close the direct Open/Close actuators (x2).

• For each modulating actuator (x3), provide an ‘Auto-Off-Manual’ selector switch and Open/Close pushbuttons (including switches and pushbuttons for the existing FOCV)

• ‘Auto-Off-Manual’ Selector and Start/Stop Pushbuttons for the Air Scour Blower

Provide a PLC input from the AUTO position of each selector switch.

Label each panel and each switch/pushbutton.

Install new galvanised cable ladder from the new Filter LCP’s, back to the new Filter Control Panel.

A10.10 Filter Control Valves and Pipework

Replace the existing pipe work, valves and fittings within the Filter building, with new 304 stainless steel pipework and fittings. This includes the Filter Outlet, Washout and Backwash Inlet pipework and shall be inclusive of design of supports and thrust blocks. Provide full details for Superintendent review.

Undertake an assessment of the existing installation to determine the required pressure rating and flange drilling.

In addition, relocate and replace the air scour pipework as required, to allow access to the isolation avlev and actuator.

Note that the WTP must remain operational during the cutover works (albeit in a reduced capacity for a short duration) therefore a detailed changeover plan shall be developed. For each of the five (5) filters, replace the existing 9” or DN225 valves for the following:

• Inlet valve • Backwash valve • Washout valve

• Air scour valve (DN150) • Outlet valve (these may be re-used, as recently replaced)

Page 19: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 95 717 801 565 General Specification

10 Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

The new valves are to be fitted with new dismantling joints, bolts and gaskets. The washout valves will require additional design effort to replace the existing internal flap valves with new butterfly valves, actuators, pipework and mounts; on the outside wall of the filters. Provide pneumatic actuators to these valves. NOTE: The existing Filter Outlet valves and actuators may be re-used, as these have been recently replaced The air scour and washout valves are to be direct acting; open and close. The valves will also have adjustable limit switches for the valve position feedback. The inlet and outlet valves are to be modulating and fitted with a positioning controller that will allow the valve to transition from 0 to 100%. The valve will also a position feedback indication that will show the valve position, 0 to 100%. For the inlet valves mounted on top of the filters, provide extension spindles, gearboxes and support brackets as required across the top of the filter to allow access and manual operation of the valves. New galvanised tray will be supplied and installed for the mounting of new air line hoses and cable.

Further details of this replacement will be provided during the Pre-Tender site meeting, or additional photographs and dimensions can be provided upon request. However, it will be the Tenderers responsibility to fully inform themselves of the installation and the requirements. Provide full details of proposed equipment and arrangements to the Superintendent prior to procurement

A10.10.1 General

All valves, except ball valves shall have ductile iron, grey cast iron, stainless steel or gunmetal bodies except for specific valves as detailed herewith. Grey cast iron or gunmetal bodies shall only be used when ductile iron or stainless steel is not procurable. Bronze, PVC or any other polymer-bodied valves shall not be used, except for nominal bore diameters of less than 100mm or for chemical applications where polymer materials are specified.

Valves shall be located and orientated in such a way that manual operation of the valves (whether actuators are supplied or not) or operation with a portable actuator may be carried out with ease and without the need for any other extra equipment.

All valves DN150 or greater shall have a spindle head suitable for a portable electric actuator that is to be supplied as part of the work under the Contract.

All valves shall be easily accessible for maintenance purposes and shall be capable of being removed from their location in a pipeline without obstruction by the pipeline or other equipment.

All valves shall be pressure rated appropriately and have flanges in accordance with AS 4087. All installed valves and actuators shall have a proven record of reliable operation in its selected environment and shall have readily available spare parts.

All valves shall close with the stem rotated in a counter-clockwise direction, and the direction of opening and closing shall be marked in the hand-wheel casting or valve body. Smaller plumbing type valves shall

Page 20: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 68 886 242 083 General Specification

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

11

close rotating in a clockwise direction.

No mild steel parts are to be used on any valve.

Do not chip away or reduce cement lining to provide clearance for valve discs or working parts of valves.

Large isolation valves, i.e. DN450 mm and larger, can be manually operated, but shall be fitted with enclosed, oil filled or grease packed, valve gear operators.

Use stainless steel grade 316 bolts, nuts and washers on bonnets and glands.

Extension spindles for valves shall be of tubular stainless steel, to AS 1449 grade 316, with one end secured to the valve spindle and the other end made to accommodate a tee key operator. Supply extension spindles exceeding 1.5m in length with adjustable intermediate support brackets of grade 316 stainless steel bolted to the structure using grade 316 stainless steel fittings. Spindle extensions to all buried valves shall bring the valve spindle to within 100mm to 400mm of the finished surface level.

Tee key valve operators and hand wheels shall be sized to operate the valves and penstock gates under all operating conditions throughout their full range with no greater than 180 newtons applied to the end of the key bar or the rim of the wheel.

Hydrostatically test valves to AS 2638. After all tests have been completed, operation test the valves by opening and closing several times to ensure freedom of operation.

Submit to the Superintendent a certificate of test and inspection, signed by the manufacturer, for each valve prior to installation.

A10.10.2 Knife Gate Valves

Knife gate valves shall be manufactured in accordance with the following requirements:

(a) meet the minimum requirements for knife-gate valves in AS 6401 unless noted otherwise elsewhere in the Contract;

(b) spindle shall be non-rising;

(c) have the gate, superstructure, gland and all fasteners in grade 316 stainless steel;

(d) valve body as a one piece cast double flanged or fully lugged body design;

(e) suitable for connection to flanged pipe with grade 316 stainless steel bolts/setscrews, nuts and washers;

(f) suitable for use on a pipe end connection (isolation for equipment removal) at 100% rated pressure capacity;

(g) flexible seat designed to allow easy field replacement;

(h) Teflon impregnated glass fibre adjustable gland packing;

(i) insertion rubber gasket or ‘o’ ring flange jointing;

(j) the stem of the valve is to be driven through a fixed bronze drive bush driven by a stainless steel drive tube fitted with standard square drive. The valve stem is to be fully isolated by drive tube and a flexible rubber boot;

(k) extension stems shall be of tubular stainless steel, in accordance with AS 1449 grade 316, with one end secured to the valve spindle and the other end made to accommodate a tee key operator; and

(l) support extension stems over 1.5 metres with spindle support brackets.

Page 21: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 95 717 801 565 General Specification

12 Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

A10.10.3 Gate Valves

Gate valves shall be manufactured in accordance with the following requirements:

(a) complying with the minimum requirements for gate valves in AS2638.2;

(b) face-to-face and general dimensions in accordance with AS2638.2;

(c) valve body as a one piece cast double flanged, suitable for connection to flanged pipe with grade 316 stainless steel bolts/setscrews, nuts and washers;

(d) body and bonnet of ductile iron in accordance with AS1831 grade 500-7, DN 80-400;

(e) wedge of ductile iron with fixed wedge nut, fully encapsulated with EDPM rubber;

(f) spindle shall be non-rising;

(g) suitable for use on a pipe end connection (isolation for equipment removal) at 100% rated pressure capacity;

(h) stem of stainless steel 316;

(i) stem sealing consists of 3 o-rings in a nylon bearing and a wiper ring;

(j) bonnet gasket in groove between body and bonnet;

(k) epoxy coating to AS4158 – internally and externally;

(l) flexible seat designed to allow easy field replacement;

(m) PTFE impregnated glass fibre adjustable gland packing; and

(n) insertion rubber gasket or ‘o’ ring flange jointing.

A10.10.4 Butterfly Valves

Butterfly valves shall be manufactured in accordance with the following requirements:

(a) open and close under an unbalanced system operating head of 50m;

(b) valve body as a one piece cast double flanged or fully lugged body design;

(c) suitable for connection to flanged pipe with grade 316 stainless steel bolts/setscrews, nuts and washers;

(d) suitable for use on a pipe end connection (isolation for equipment removal) at 100% rated pressure capacity;

(e) have replaceable resilient EDPM valve liner in place; and

(f) be constructed from materials appropriate for the duty but must have a 316 stainless steel disc and 316 stainless steel shafts.

Where installed with the shaft mounted horizontally, the lower portion of the disc shall open in the direction of flow.

For manual valves up to DN150, have a 10 position-latching lever handle.

For manual valves DN150 or greater, and smaller valves where force exceeds 120N, have a manually operated hand wheel and gear operator fitted, including position indicator. The geared operator shall have a mechanical disc position indicator and the shaft seals shall prevent dirt or water entering the gear units.

A10.10.5 Control Valves

Butterfly valves that are required to modulate in order to maintain a constant rate of flow shall be specifically sized for the duty. They shall be capable of achieving the duty between the range of 30% open for minimum duty to 80% open for maximum duty.

Verification of this characteristic, by way of graphical representation, shall be provided based on the

Page 22: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 68 886 242 083 General Specification

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

13

manufacturer’s CV ratings for the particular valve offered.

This requirement shall apply to every valve used for this specific purpose.

A10.10.6 Plug Valves - Resilient Valves or similar

Plug valves shall be manufactured in accordance with the following requirements:

(a) Plug valves shall be quarter-turn, non-lubricated with resilient encapsulated plug.

(b) Valve seat is a welded overlay of 95% pure nickel applied directly to the body on a pre-machined, cast seating surface and machined to a smooth finish.

(c) Valves shall have shaft seals which consist of v-type packing in a fixed gland.

(d) Permanently lubricated, radial shaft bearings shall be supplied in the upper and lower bearing journals. Thrust bearings shall be provided in the upper and lower journal areas, except for threaded type which only have upper thrust bearings.

(e) Both the packing and bearings in the upper and lower journals shall be protected by a “drip tight” Buna-N shaft seal located on the valve shaft to minimize the entrance of grit into the bearing journal and shaft seal areas.

(f) The valve port area shall have not less than 100% of pipe area.

(g) The interior and exterior of the valve shall be coated with fusion bonded epoxy.

A10.10.7 Materials

(a) Valve bodies and covers shall be ductile iron. The words “SEAT END” shall be cast on the exterior of the body seat end.

(b) Threaded valve plugs shall be of one-piece construction and ductile iron and fully encapsulated with resilient facing.

(c) Radial shaft bearings constructed of self-lubricating grade 316 stainless steel. The top thrust bearing shall be Teflon. The bottom thrust bearing shall be self-lubricating grade 316 stainless steel. Cover bolts shall be grade 316 stainless steel.

A10.10.8 Solenoid Valves

General All solenoid valve coils shall operate on 24V DC current and be individually fused in the PLC/Instrumentation cubicle. The solenoid shall have an integral varistor. All coils shall be continuously rated 24V DC with protection to IP65 in accordance with AS1939. All solenoid valves shall be from a single manufacturer.

Water Service Solenoid valves for potable water or reclaimed water services shall be specially constructed with a dampening device, to prevent water hammer. Valves shall be diaphragm type. The diaphragm shall be supported by a metal backing plate to protect the diaphragm. Valve body and trim material shall be brass or stainless steel.

Coil replacement must be possible without shutting off water supply to the valve.

A10.10.9 Pressure Safety Relief Valves

Pressure safety relief valves shall be fully constructed from stainless steel. They shall be flanged with renewable stainless steel seat and disc. They shall have a side discharge blow down ring and be fitted with a sealing cap (no open type easing gear). They are to operate against a backpressure of no less than

Page 23: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 95 717 801 565 General Specification

14 Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

340kPa.

A10.10.10 VALVE ACTUATORS

Pneumatic Actuators Provide pneumatic actuators to facilitate a fully automatic system, including position feedback in all cases.

Actuators shall be the double acting, or spring return cylinder type suitable for smooth operation with supply air pressure of 500kPa. Actuators shall be capable of operating satisfactorily at pressure of up to 700kPa, and shall require no lubrication for normal operation. The torque output from the actuator shall be 1.5 times the torque required of the valve with a supply air pressure of 550kPa.

The cylinder shall be of a size that shall ensure smooth opening and closing of the valve under all operating conditions. For valves that require the movement to be controlled to provide slow opening or closing, the actuators are to be supplied with one-way adjustable restrictors on each port.

Positive end of travel stops shall be incorporated in the actuator mechanism to prevent over travel and damage to any valve components. Incorporated with the pneumatic actuators there shall be, if not already provided with other equipment, a mechanical position indicator.

Provide a manual override mechanism to operate the valve on loss of pneumatic air supply. The manual override shall be operated by the use of a hand wheel, with the “open” or “close” direction clearly marked.

The positioners required for valves shall be of force balance or motion balance type suitable for response to a standard 4 - 20mA signal. Positioners shall be directly proportional and arranged for air-to-open relative to control signal.

The positioner shall be equipped with two (2) 50mm (minimum) pressure gauges to indicate supply air pressure (0 to 750kPa) and signal air pressure (0 to 120kPa). The gauges are to be analogue not digital.

Positioner performance shall be to within ± 1% of span. Detailed performance specifications for all positioners shall be supplied.

The positioners shall be either mounted directly to the actuator or on a robust mounting bracket and the mechanism housing shall be weatherproof, IP-66 and constructed of a corrosion resistant alloy. There must be easy access for adjustment of the mechanism.

All actuators other than the control valve actuators with positioners as described above shall be supplied with proximity and/or limit switches that positively identify and signal the fully open and closed positions.

For standard quarter turn actuators, supply an actuator mounted switch box with integrated mechanical proximity and/or limit switches, in accordance with the preferred equipment list or an equivalent which has been approved by the Superintendent, to positively identify when the valve is open and closed.

For diaphragm and gate valves, actuators shall be supplied with an equivalent proprietary switch box or suitably mounted proximity and/or limit switches for positive identification of when the valve is open and closed.

The actuator solenoids shall be located at the actuator, or alternatively these could be located in the LCP and pneumatic tubing to the actuator. The following provides the requirements for pneumatic actuators for various service conditions:

Page 24: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 68 886 242 083 General Specification

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

15

Type Double acting or spring return cylinder

Service Rotational actuation - general service – modulating valves

Operating pressure 550kPa (80 psig)

Body material Extruded aluminium alloy, anodized

Travel stop 304SS

End caps Die cast aluminium alloy

Pistons Die cast aluminium alloy, scotch yoke design

Output shaft Carbon steel (zinc plated)

Shaft bearings Engineered polymer- devlon

Fasteners Stainless steel

‘O’ rings Nitrile

Air solenoid 5-way, IP65, 24V DC, Burkert type 6519 with LED or equivalent

Proximity and/or limit switches

One fully open, one fully closed, type MSK switch box or app. equivalent.

Additional features Open and closing speed control

Position control Electro-pneumatic Burkert type 1067 positioner

4-20mA Input and 4-20mA position feedback output

NEMA 4X enclosure

Type Double acting or spring return cylinder

Service Linear actuation – e.g. knife gate valve service

Operating pressure 550kPa (80 psig)

Tie rods for cover coupling

Zinc coated steel

Cylinder covers Cast iron, 2”-12” aluminium, 14” – 30” cast iron

Piston connection Self-locking nut to assure fixation with nitrile o-ring

Body Drawn aluminium jacket

Upper piston seal Solid cast gum moulded on steel

Piston Solid stainless steel

Piston guide RCH 1000 for low friction

Page 25: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 95 717 801 565 General Specification

16 Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

‘O’ rings Buna-N (nitrile)

Air solenoid 4-way, 24V DC, NEMA 4

Proximity and/or limit switches

One fully open, one fully closed

Type Double acting or spring return cylinder

Service Linear actuation – e.g. diaphragm valve

Operating pressure 550 kPa (80 psig), Max of 700 kPa

Body Cast iron

Piston Polished stainless steel

Fasteners 316 stainless steel

Air solenoid 4-way, NEMA 4

Proximity and/or limit switches

Integral unit with open and closed indication. Gemu type 1201

A10.11 Compressed Air System

Provide a complete compressed air system, comprising all necessary components including dual air compressors, air reservoir, single air dryer, filters, pipework and pressure transmitter connected to the PLC.

The system shall be sized to operate all Filter actuators and be also be capable of single operation of each valve (25 in total) during a power outage.

Provide details of the proposed system at time of tender.

In addition, provide a canopy to protect the new equipment from the weather. It is anticipated this would be from timber and colorbond construction.

A10.11.1 General

Air compressors where required must be installed as duty/standby pairs linked with a proprietary controller including pressure control and duty rotation functionality. Each compressor must be sized so that it is capable of delivering, alone, the air required by the plant at full load.

Air compressors must be screw type selected from suppliers nominated in the Preferred Equipment List.

The compressors must be fitted with an air cleaner/silencer on the air intake.

The air compressor sets must be mounted on vibration isolators.

Each compressor must have an unloading facility which must give delayed compressor loading when the motor is energised.

Each compressor must have a pressure safety valve and isolation valve on the delivery line. The compressors must be isolated from each other by non-return valves. In addition, each compressor must be complete with a flexible connection to the air pipework.

The compressed air system must be supplied to achieve a contaminant and purity class to ISO 8573-1:2010 [2:4:2].

Page 26: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 68 886 242 083 General Specification

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

17

A10.11.2 Receiver

The air receiver must comprise a freestanding vertical steel tank constructed in accordance with AS 1210, Unfired Pressure Vessel Code, with a design pressure rating of 1050kPa. It must be stamped and registered.

The air receiver must have a capacity to limit compressor starts to no more than 6 starts/hour.

The air receiver must be fitted with the following items:

Pressure gauge, 100mm face and isolation cock and vibration mount pipe;

Pressure-relief-safety valves, set at 1050kPa;

Automatic condensate drains with isolation valve and drain line. The line must drain to the site sewage / septic system or an oil / water separation and disposal device;

The pressure outlets and instruments must be mounted on a manifold positioned approximately 1.5 metres from the floor. The manifold must be suitably restrained to prevent vibration oscillation.

Ample height provision must be made between the floor and the bottom of the receiver for the automatic drainage system specified above.

A10.11.3 Air Dryer

The dryer must have compressed air inlet and outlet of similar size to the compressor. Each air drier must be fitted with a failure detection indicator.

Inlet and outlet connections must be sized to allow minimal pressure drop.

Each air drier must have a rated capacity in accordance with air requirements of the plant and have a minimum pressure rating of 1050kPa.

The dried air must have a pressure dew point not greater than 3°C at 700kPa, with ambient air conditions of 40°C, 80%RH.

The air dryers must comply with the following requirements:

Refrigerated type;

Air cooled condenser;

Air regenerative reheat (non electric).

Dryers must be mounted in such a position to allow easy access for removal and/or periodic maintenance and include a manual bypass.

A10.11.4 Air Filter System

The initial filter must contain a mist separator consisting of a replaceable cartridge type coalescent system for the removal of oil and particles larger than 1.0 microns in size. The coalescing filter must be sized to ensure that a low release point is achieved. Oil and water must not be permitted to permeate through the media anywhere in the upper 70% of the cartridge. This must ensure that re-entrainment in the air stream does not occur.

The downstream filter must contain a replaceable microfilter cartridge and an activated carbon filter capable of removing oil and particles to purity class 2. The filter construction must be a modular filter housing with push-on filter elements and an internal, automatic float drain. The filtering system must be fitted with a differential pressure gauge to indicate pressure drop across the two filters.

The pressure drop across a clean filter system at a flow in accordance with air requirements of the plant must not exceed 5kPa. The filter must be provided with a colour-change type indicator and must have a design pressure rating of 1050kPa.

Page 27: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 95 717 801 565 General Specification

18 Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

A10.11.5 Air Distribution Pipework and Associated Items

An air distribution network must be supplied and installed.

Air header pipework may be stainless steel suitable for a working pressure of 1050kPa or polyethylene (PE) pipework, minimum PE100 PN25. PE pipework must be used for the compressed air ring main in buried arrangements or between buildings and be manufactured in accordance with AS/NZS 4130 and supported in accordance with the manufacturer’s recommendations. Polyethylene fittings must be moulded fusion type and be manufactured in accordance with AS/NZS 4129. Galvanised or mild steel piping and fittings must not be used for the compressed air pipework.

Airline fittings and tubing for flexible connections between the air header and valves/instruments must be SMAC, Festo or equivalent.

The size of system airline between the compressor and the receiver must not be less than the compressor air outlet.

Equipment connected to the airline producing vibration (compressor and air dryers) must be adequately isolated from the airline by flexible metal connectors.

All pipework must be adequately bracketed and firmly retained commensurate with that of general engineering pipework practice.

Isolating valves throughout the system must be airtight when closed. Isolating valves are to be arranged so that each item can be isolated from the system and removed for replacement or repair without depleting the whole system.

A ring main must be constructed to distribute air to all the equipment connected to the main distribution pipe from the regulator and isolating valve.

The ring-main must be installed with (where practicable), a continuous downward slope of not less than 1:100 in the direction of the airflow. A condensate trap and drain must be installed at each low point in the ring-main.

Undertake leak testing in the presence of the Superintendent.

Provide and submit a methodology and risk assessment for review prior to undertaking the testing. Apply a test pressure that is no less than the rated performance pressure to each test section for 2 hours with no loss of pressure.

A10.11.6 System Pressure Regulator

The pressure regulator shall maintain a regulated pressure.

The pressure regulator shall 'default open' if the input air pressure falls to or below the nominated regulated output pressure.

The pressure regulator shall be manufactured from material corrosion-compatible with that of the system airline.

The regulator shall have a maximum working pressure of 1050kPa.

The pressure regulators shall be installed in the delivery airline downstream of the air dryers.

Supply and install a system main isolation valves with a maximum working pressure of 1050kPa.

Page 28: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 68 886 242 083 General Specification

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

19

A10.11.7 Air Pressure Regulators at Local Devices

For each compressed air device (for example, actuator and air tool), a local pressure regulator and filter shall be provided. Local device compressed air regulators shall be combination service units for compressed air. They shall be modular construction and as a minimum include a liquid/solid particle filter down to 40 microns and the diaphragm regulator with a push to lock adjusting knob. For compressed air lines supplying air tools, the unit shall also include a micro-fog lubricator.

A10.11.8 Ambient Conditions for Compressed Air System Design

The following conditions are the minimum ambient temperatures for the design:

• if located external to a building, ambient temperature 50ºC;

• if located external to a building, air inlet temperature 40ºC; and 100% relative humidity.

Page 29: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 95 717 801 565 General Specification

20 Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

A10.12 Optional - Water Quality Instrumentation

BSC are seeking optional pricing to replace the existing turbidity analysers, to provide accurate on-line monitoring of the water from each filter.

Provide pricing and details within the tender offer. BSC will review the offered tenders against the project budget and decide whether to proceed with this portion of the works.

The filtered water sample is to be sourced from a tapping on the upstream of the filtered water outlet pneumatic control valve for each filter.

Provide individual sample pumps (x 5) to direct the filtered water sample across to new analysers which shall be located on a wall mounted PVC panel located on the Southern wall of the Filter building. Fully label the panel with instrument tag and description.

For each analyser, provide flow monitoring rotameter (or similar) c/w PLC input, flow control valves, isolation valves and electrically actuated isolation valve to stop sampling during Filter backwashing.

The existing HACH SC200 controllers may be utilised for display and transmission of the instrument output. Or alternatively, BSC may accept a totally new offer.

Waste from the instrument will be directed to a common filtered water turbidity drain which directs back into the flow stream.

The power supplies for the turbidity analysers and sample pumps shall be sourced from the new Filters Control panel UPS distribution board. The instrument signals can utilise the existing wiring, which currently travels via a local marshalling panel back to the main PLC rack. The sample pumps will require control to start stop during periods of backwash and extended WRTP outages.

Provide details of proposed equipment and arrangement to BSC at time of tender.

It is BSC preference for the instrumentation vendor to supply and install their instruments, according to their specifications. Alternatively provide evidence of similar successful installations within your tender offer.

A10.13 ITP’S, inspections and FAT testing of new panels The following testing will be conducted on the Filter Control panel and LCP’s to ensure seamless integration into the system. Council or Council’s representative will be invited to all tests, with a minimum notification period of 10 days.

1. Manufacturers point to point testing

2. Manufacturers earth and insulation resistance testing

3. Inspection of the Switchboard wiring and functional testing of the PLC I/O, from the terminal strip

4. Council’s Contractor is to produce a detailed FAT and SAT test document that will be based on the FDS

All signed and witnessed documented evidence of the above testing will be provided at the end of each phase.

A10.14 Commissioning and cutover plan workshop

Prior to the system being commissioned, the Contractor will allow a workshop with Council in Nyngan. The workshop will review the proposed method of cutting over and commissioning, with the Contractor documenting the results and implementing these actions into the commissioning plan. The meeting will cover as a minimum:

1. The proposed test documentation to be completed

Page 30: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 68 886 242 083 General Specification

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

21

2. A proposed cutover plan

3. Possible fall-back plans

4. The proposed schedule for the commissioning

5. Important contact details for operations, WH&S and environmental issues

A10.15 Pre-commissioning of installation Once the filter interface panel has been installed and the wiring completed, the Contractor will apply power allowing for pre-commissioning to occur. Prior to the cutover the Contractor is to produce detailed pre-commissioning sheets that will allow the testing of the following as a minimum:

1. Installation ITPs including point to point wiring test

2. Simulated field I/O testing back to the PLC

Pre-commissioning can occur on the same day as commissioning.

A10.16 Commissioning Once a panel has been pre-commissioned, then commissioning can be finalised. The Contractor with the assistance of Councils Automation engineer will be responsible for ensuring that the entire asset is commissioned to provide compliance with the functional specification.

The Contractor shall be required to work closely with BSC operations staff to commission the new filter controls. The Contractor is to allow as a minimum fulltime mechanical and electrical support during the commissioning period on top of any commissioning tasks required to be performed by the Contractor.

Prior to the cutover the Contractor is to produce commissioning sheets that will detail the testing of the site as a minimum:

1. Red pen mark-ups of electrical drawings to be left on site

2. As built electrical drawings to be provided after commissioning

A10.17 Redundant equipment, wiring and rubbish removal Once the new panel has been fully commissioned and tested, all redundant equipment etc. will be removed from the installation and cleared from site. Any damaged equipment, civil works or structural works are to also be returned to a state that is safe and clean.

A10.18 Project supplied manuals and software At the completion of SAT testing the following information will be modified or supplied to allow council to update their current manuals (bound manual (2 off) and a soft copy on Memory stick.)

1. all equipment manuals

2. Updated P&IDs

3. all “as constructed” drawings

4. training manuals

5. QA documentation

6. recommended spares

These documents shall be supplied in .pdf and native formats.

A10.19 Training As part of the final project delivery the following training will be provided.

One session (1/2 day total) - Half day training for BSC electrical and maintenance staff, using the newly provided manuals, that as a minimum, highlight key operational and maintenance areas such as:

Page 31: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 95 717 801 565 General Specification

22 Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

1. Electrical drawings modifications

2. Highlight of key electrical equipment (Drives and Valves)

3. Isolation procedures of the panels, devices and I/O

A10.20 Project Spare parts As a minimum the Contractor will provide the following spare parts as part of the contract:

4. 1 x each PLC module type; and

5. 1 x of each actuator type

A10.21 Preferred Equipment List Mechanical equipment

Acronym or Abbreviation Description

Air compressor / blower – screw compressor / blower

Kaeser, Atlas Copco, Aerzen, PDA

Valves - Reflux AVK, Singer, Bermad

Valves - Gate AVK, Emerson, Bray, Ebro, Valveco (resilient seated type)

Valves - Butterfly AVK, Emerson, Bray, Ebro, Valveco

Valves - Penstock AVK, AWMA, AWE

Valves – Reduced pressure Zone

AVK, Bermad

Electrical equipment

Acronym or Abbreviation Description

Pneumatic actuator controllers / limit switch boxes

Bernard, Westlock

Electric Control Valves (Actuators)

Rotork, Auma, Bernard

PLC Hardware Schneider – Modicon M340

Circuit Breakers – General purpose (L&P etc.)

Merlin Gerin C60N and NC100H

Terasaki DIN-T

Control Relays – Multi Pole C/O

Finder

Omron LY4

(24Vdc relays to include surge suppression diode & LED indication)

Page 32: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 68 886 242 083 General Specification

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

23

Surge Protection - Instrumentation

Erico

Novaris

Indication Lights Telemecanique XB5-AV Series

Sprecher & Schuh

Indication Lamps LED Type (High Intensity)

Pushbutton Assemblies 22.5mm

Telemecanique

Sprecher & Schuh

Panel Mount Selector Switches

Kraus & Naimer

Instruments - Level Vega, Siemens

Terminals Weidmuller

Power supply 24V DC PowerBox, Meanwell

Weidmuller

Page 33: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 95 717 801 565 General Specification

24 Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

A11 CONTRACTOR’S SITE ESTABLISHMENT

The Contractor can utilise the site toilets and lunchroom facilities, for the duration of the Contract.

Temporary power will also be made available.

The Contractor will be responsible for the storage of all installation equipment – piping, valves, actuators, panels, cabling etc.

A12 COMMUNITY AND STAKEHOLDER RELATIONS MANAGEMENT

A12.1 Contractor Contact Persons

Provide the names and contact details, including mobile telephone numbers, of at least two persons who will be available to respond at all times to issues which require action by the Contractor.

A12.2 Site inductions

BSC will provide a brief site induction which will cover the WTP site.

A12.3 Community and Media Relations Standards and Procedures

A12.3.1 Standards of Behaviour

Ensure that all employees and subcontractors:

• present a professional image at all times, • are polite, professional and courteous, • understand that, as far as the customers and the community are concerned, they are the ‘face’ of

Bogan Shire Council whilst working on this contract, • avoid complex technical data or jargon when responding to questions from customers and the

community, • have a genuine interest in working with customers, the community and other stakeholders to

minimise the impacts of construction activities, • comply with approved working hours.

A12.3.2 Media Enquiries

Do not issue any information, publication, document or article for publication concerning the contract in any media or verbally without the prior written approval of BSC, which approval shall not be unreasonably withheld.

Refer all enquiries concerning the contract from any media to the Superintendent.

Immediately advise the Superintendent of all issues which could create positive or negative media coverage for BSC.

A12.4 Third Party Complaints

Notify the Superintendent upon receipt of any third party complaints.

Provide the notification as soon as practicable, and no later than 5:00pm on the day of receipt of the complaint.Third party complaints will be managed between BSC, the Contractor and the Complainant.

Page 34: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 68 886 242 083 General Specification

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

25

A13 WHS MANAGEMENT

A13.1 Specification and Statutory Requirements

Comply with:

(a) the NSW Work Health and Safety Act 2011 (WHS Act) and NSW Work Health and Safety Regulation 2011 (WHS Regulation); and

(b) all of the following Safe Work Australia model codes of practices which are relevant to the work under the Contract, including those draft codes which have been approved by Safe Work Australia Members ready for approval by the Select Council of Workplace Relations (Ministerial Council), including:

- Bogan Council’s “sun safe” work procedures

- How to Manage Work Health and Safety Risks;

- Hazardous Manual Tasks;

- Managing the Risk of Falls at Workplaces;

- Labelling of Workplace Hazardous Chemicals;

- Preparation of Safety Data Sheets for Hazardous Chemical;

- Confined Spaces;

- Managing Noise and Preventing Hearing Loss at Work;

- Managing the Work Environment and Facilities;

- Work Health and Safety Consultation Cooperation and Coordination;

- How to Safely Remove Asbestos;

- How to Manage and Control Asbestos in the Workplace;

- First aid in the workplace;

- Managing risks in construction work;

- Preventing falls in housing construction;

- Managing electrical risks at the workplace;

- Managing risks of hazardous chemicals;

- Managing risks of plant in the workplace;

- Safe design of structures;

- Excavation work;

- Demolition work;

- Spray painting and powder coating;

- Abrasive blasting; and

- Welding processes.

All actions recommended by Safe Work Australia model codes of practice (i.e.: wherever the word ‘should’ is used in a code) must be adopted as mandatory.

Page 35: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 95 717 801 565 General Specification

26 Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

The Work Health and Safety (WHS) requirements contained or referred to in this Specification, are in addition to, but are not in substitution for, any requirements under the WHS Act, the WHS Regulation and the model codes of practice and do not limit the responsibilities of the Contractor.

The WHS Act and the WHS Regulation can be accessed at legislation.nsw.gov.au and the model codes of practice at safeworkaustralia.gov.au.

A13.2 Engagement as Principal Contractor

The Contractor is engaged for all work under the Contract as the principal Contractor for the purposes of Clause 293 of the WHS Regulation, and is authorised to exercise such control as is necessary to discharge the duties imposed on a principal Contractor by the WHS Regulation.

In addition to responsibilities as a person conducting a business or undertaking, the principal Contractor is responsible for the following duties arising from Part 6.4 of the WHS Regulation and model codes of practice:

(a) preparing or obtaining appropriate safe work method statements before work commences on high risk construction work;

(b) ensuring signs are installed that:

- show the principal Contractor’s name and telephone contact numbers (including an afterhours telephone number);

- show the location of the site office for the project, if any; and

- are clearly visible from outside the workplace, or the work area of the workplace, where the construction project is being undertaken;

(c) preparing, disseminating, reviewing and, if necessary, revising a WHS management plan;

(d) putting in place arrangements for ensuring compliance with the following sections of the WHS Regulation:

- general working environment (Part 3.2, Division 2);

- first aid (Part 3.2, Division 3);

- emergency plans (Part 3.2, Division 4);

- personal protective equipment (Part 3.2, Division 5);

- managing risks of airborne contaniments (Part 3.2, Division 7);

- hazardous atmospheres (Part 3.2, Division 8);

- storage of flammable or combustible substances (Part 3.2, Division 9);

- falling objects (Part 3.2, Division 10); and

- falls (Part 4.4).

(e) managing, in accordance with Part 3.1 of the WHS Regulation, risks to health and safety associated with:

- storage, movement and disposal of construction materials and waste at the workplace;

- storage of plant at the workplace;

- traffic in the vicinity of the workplace that may be affected by the work;

- essential services at the workplace.

Page 36: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 68 886 242 083 General Specification

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

27

(f) ensuring, so far as is reasonably practicable, that the workplace is secure from unauthorized access and, to the extent that unauthorized access cannot be prevented, isolation of hazards within the workplace.

(g) obtaining essential services information when excavation work is to be carried out and providing it to all persons engaged in excavation work.

(h) ensure that all workers and visitors to the workplace are provided with workplace specific training in work health and safety issues and safe work practices that are specific to the construction workplace.

A13.3 Managing Risks

A13.3.1 Risk Management Fundamentals

Manage all risks to health and safety associated with the work under the Contract by:

(a) identifying all reasonably foreseeable hazards that could give rise to a risk;

(b) eliminating the risk so far as is reasonably practicable;

(c) if it is not reasonably practicable to eliminate the risk, minimize the risk so far as is reasonably practicable by implementing control measures;

(d) maintain the control measures so they remains effective; and

(e) review, and if necessary revise, control measures so as to maintain, so far as is reasonably practicable, a work environment that is without risks to health and safety.

A13.3.2 Reasonably Practicable

For the purposes of clause A19 reasonably practicable means that which is, or was at a particular time, reasonably able to be done taking into account and weighing up all relevant matters including:

(a) the likelihood of the hazard or the risk concerned occurring;

(b) the degree of harm that might result from the hazard or the risk;

(c) what the person concerned knows, or ought reasonably to know, about the hazard or the risk, and ways of eliminating or minimising the risk;

(d) the availability and suitability of ways to eliminate or minimise the risk, and

(e) after assessing the extent of the risk and the available ways of eliminating or minimising the risk, the cost associated with available ways of eliminating or minimising the risk, including whether the cost is grossly disproportionate to the risk.

A13.3.3 Identifying Hazards

The Contractor is to identify, as far as the Contractor is reasonably aware, hazards relating to the design which could create a risk to the health or safety of persons who are to carry out construction work.

Examples of hazards include:

- the construction workplace itself, including its location, layout, condition and accessibility;

- the use of ladders, incorrectly erected equipment, unguarded holes, penetrations and voids, unguarded excavations, trenches, shafts and lift wells, unstable structures such as incomplete scaffolding or mobile platforms, fragile and brittle surfaces such as cement sheet roofs, fibreglass roofs, skylights and unprotected formwork decks;

- falling objects, for example tools, debris and equipment;

Page 37: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 95 717 801 565 General Specification

28 Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

- collapse of trenches;

- structural collapse;

- hazardous chemicals, including the handling, use, storage, and transport or disposal of hazardous chemicals;

- the presence of asbestos and asbestos-containing materials;

- welding fumes, gases and arcs;

- the traffic management system that controls traffic access both within the construction workplace and where there are public roads, road verges, road medians, footpaths and bicycle paths;

- systems of work;

- hazardous atmospheres including ignition sources;

- storage of flammable and combustible substances such as paints, solvents, grease, oils, fuels, glues and sealants;

- plant, including the transport, installation, erection, commissioning, use, repair, maintenance, dismantling, storage or disposal of plant;

- hazardous manual tasks causing injuries such as back injuries, sprains, strains and occupational overuse injuries;

- the interface with other works or trade activities;

- the physical working environment, for example the potential for electric shock, immersion or engulfment, fire or explosion, slips, trips and falls, people being struck by moving plant, exposure to noise, heat, cold, vibration, radiation, static electricity or a contaminated atmosphere, and the presence of a confined space.

Presentation of the designer’s safety report and the above lists do not relieve the Contractor of its obligations under the WHS Act and WHS Regulation to identify hazards.

A13.3.4 Risk Assessment

Undertake a risk assessment if and as required under chapter 3 of Safe Work Australia’s code of practice How to Manage Work Health and Safety Risks, December 2011 available from Safe Work Australia’s website safeworkaustralia.gov.au.

A13.3.5 Risk Control

If it is not reasonably practicable to eliminate a health and safety risk, minimise the risk by doing one or more of the following:

(a) substituting (wholly or partly) the hazard giving rise to the risk with something that gives rise to a lesser risk (e.g.: provide equipment to reduce manual handling);

(b) isolating the hazard from any person exposed to it (e.g.: provide physical barriers to keep pedestrians away from mobile plant);

(c) implementing engineering controls (e.g.: shoring of excavations to prevent collapse).

If a risk then remains, minimise the remaining risk, so far as is reasonably practicable, by implementing administrative controls (e.g.: signage, training). Further minimize any remaining risk, so far as is reasonably practicable, by ensuring the provision and use of suitable personal protective equipment (e.g.: hard hats, high visibility clothing, ear muffs).

Monitor the controls to ensure that they remain effective for as long as the hazard

Page 38: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 68 886 242 083 General Specification

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

29

exists for the duration of the Contract.

A13.3.6 Review Risk Controls

Regularly review risk controls to make sure they work as planned. A review must be undertaken:

(a) when a control measure is not effective in controlling risk;

(b) before a change at the workplace that is likely to give rise to a new or different health and safety risk that the control measure may not effectively control:

(c) if a new hazard or risk is identified;

(d) if the results of consultation indicate that a review is necessary; or

(e) if a health and safety representative requests a review.

A13.4 Safe Work Method Statements

A13.4.1 Preparation of Safe Work Method Statements

Ensure that safe work method statements are prepared for all high risk construction work in accordance with section 4.2 of Safe Work Australia’s draft code of practice Construction Work. The draft code is available from Safe Work Australia’s website safeworkaustralia.gov.au. The primary purpose of the safe work method statement is to enable those at the workplace to understand the requirements that have been established to carry out the high risk construction work in a safe and healthy manner.

Submit draft safe work method statements five working days prior to the commencement of the activities for which the safe work method statements apply. Submission of the safe work method statements does not relieve the Contractor of any responsibility for ensuring compliance with the WHS legislation and the Contract.

Submit revised safe work method statements immediately after any revision is made. Clearly indicate the revisions that have been made.

A13.4.2 High Risk Construction Work

Clause 291 of the WHS Regulation defines high risk construction work as construction work that:

(a) involves a risk of a person falling more than 2 meters;

(b) is carried out on a telecommunication tower;

(c) involves demolition of an element of a structure that is load-bearing or otherwise related to the physical integrity of the structure;

(d) involves, or is likely to involve, the disturbance of asbestos;

(e) involves structural alterations or repairs that require temporary support to prevent collapse;

(f) is carried out in or near a confined space;

(g) is carried out in or near a tunnel or a shaft or trench with an excavated depth greater than 1.5 meters;

(h) involves the use of explosives;

(i) is carried out on or near pressurised gas distribution mains or piping;

(j) is carried out on or near chemical, fuel or refrigerant lines;

(k) is carried out on or near energised electrical installations or services;

Page 39: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 95 717 801 565 General Specification

30 Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

(l) is carried out in an area that may have a contaminated or flammable atmosphere;

(m) involves tilt-up or precast concrete;

(n) is carried out on, in or adjacent to a road, railway, shipping lane or other traffic corridor that is in use by traffic other than pedestrians;

(o) is carried out in an area at a workplace in which there is any movement of powered mobile plant;

(p) is carried out in an area in which there are artificial extremes of temperature;

(q) is carried out in or near water or other liquid that involves a risk of drowning; or

(r) involves diving work.

A13.4.3 Implementation of Safe Work Method Statements

Ensure that all high risk construction work is undertaken in accordance with safe work method statements. Adopt a system of routine and random workplace inspections to see if the control measures outlined in the safe work method statements are being implemented. If the work subject to a safe work method statement is not being carried out in accordance with the safe work method statement, suspend the work immediately or as soon as it is safe to do so. Work must not resume until the work can be carried out in accordance with the safe work method statement.

A13.4.4 Review of Safe Work Method Statements

Regularly review each safe work method statement to ensure that they remain effective. Specifically, review and revise any safe work method statement if a relevant risk control is revised under clause A14.4.6.

Undertake the review process in consultation with workers who may be affected by the operation of the safe work method statement and their health and safety representatives. Ensure that all relevant supervisors and workers are advised of the revision in a manner that will assist them to understand and implement the revised safe work method statement.

A13.5 WHS Management Plan

At least 10 working days before commencing work on site under the Contract, submit a written WHS management plan which, as a minimum, includes all of the following information:

(a) identification of BSC as having commissioned the work and recognition that the Contractor is principal Contractor for the purposes of the WHS Regulation;

(b) for each workplace, the address of the workplace, anticipated start and end date of work at the workplace and type of construction work;

(c) names, positions and health and safety responsibilities of all persons at the workplace having such responsibilities;

(d) how persons conducting a business or undertaking at the workplace will consult, cooperate and coordinate activities between each other;

(e) how safe work method statements will be collected, assessed, monitored and reviewed;

(f) how Sub-Contractors will be managed and monitored, how their compliance with the WHS management plan will be ensured and how non-compliances will be handled;

(g) how work health and safety incidents will be managed, investigated and reported;

(h) site-specific health and safety rules and how they are to be communicated to all persons at the

Page 40: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 68 886 242 083 General Specification

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

31

workplace;

(i) how the principal Contractor’s responsibilities in clause A19.2 points (d) and (e) are to be met;

(j) if hazardous chemicals are to be used at the workplace, a hazardous chemicals register, safety data sheets and hazardous chemicals storage arrangements;

(k) measures to be taken to ensure workplace security and public safety; and

(l) arrangements for ensuring workers have appropriate licences and training to undertake the work.

A13.6 WHS Management Meeting

Arrange a meeting with the Superintendent for at least 7 days before commencing work under the Contract on site. At the meeting present:

- the WHS Management Plan;

- evidence of general construction induction training for all persons who have been engaged to work on the site, including persons engaged by a subcontractor;

- list of hazards identified and proposed control measures relevant to the work; and

- safe work method statements or a schedule of proposed safe work method statements and timetable for their submission; and

- copies of any licences or permits required under the WHS Regulation.

A13.7 Consultation

Consult with workers in accordance with Safe Work Australia’s code of practice Work Health and Safety Consultation, Co-operation and Co-ordination (available from Safe Work Australia’s website safeworkaustralia.gov.au) and consistent with an aim to ensure that sufficient information is collected to make well-informed decisions and that workers who may be affected by decisions are given a reasonable opportunity to express their views and understand the reasons for the decision.

A13.8 Information, Training, Instruction and Supervision

A13.8.1 General

Provide relevant information, training, instruction and supervision to protect all persons from risks to their health and safety arising from the work under the Contract. The information, training and instruction must be readily understandable by the person to whom it is provided and be suitable and adequate having regard to:

(a) the nature of work carried out by the person;

(b) the nature of risks associated with the work at the time of the information, training and instruction; and

(c) the control measures implemented.

Supervisors must be aware of and provide the level of supervision necessary to ensure the health and safety of workers, including assessing worker’s competency to undertake the work.

A13.8.2 General Construction Induction Training

All Contractors are to undergo a Council induction training by the Council Safety office.

Do not direct or allow a worker to carry out construction work unless the worker has successfully completed general construction induction training and, if the worker completed the training more than two

Page 41: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 95 717 801 565 General Specification

32 Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

years previously, the worker has carried out construction work in the preceding two years.

Workers must hold and produce when requested:

(a) a general construction induction training card issued under Clause 319 of the WHS Regulation; or

(b) a general construction induction training certification that has been issued on completion of the course within the preceding 60 days.

General construction induction training must be provided by an organisation listed as a Registered Training Organisation for general construction induction training on training.gov.au.

A13.8.3 Workplace Specific Training

Provide all workers with workplace specific training to make them aware of issues and arrangements relevant to the workplace including:

(a) safety documents, policies and plans, including any WHS management plan and safe work method statements

(b) supervisory, consultation and reporting arrangements

(c) workplace safety rules, including first aid provisions and emergency procedures

(d) workplace facilities, including their location, use and maintenance

(e) emergency procedures, including after-hours emergency contacts

(f) health monitoring requirements and procedures

(g) access, egress and security

(h) workplace specific hazards and control measures

(i) how safety issues are resolved, including health and safety representative arrangements

(j) how to report hazards and unsafe work practices

(k) how to report accidents, incidents and dangerous occurrences

(l) what to do if a person is injured, including first aid provisions

(m) fire appliance selection and use appropriate for the various potential fire sources at the workplace (e.g.: electrical, liquids).

Provide suitably modified workplace specific training to any BSC personnel who need to access the workplace to perform inspection, audit, management, maintenance or operations functions and to visitors.

Maintain a register on site identifying at least the persons provided with workplace specific training and the date trained.

A13.8.4 Confined Space Training

Comply with Reg 76 of the WHS Regulation by ensuring that workers who are to enter a confined space, workers who are to carry out a function in relation to work in a confined space and the supervisors of those workers, are provided with suitable and adequate information, training and instruction in relation to the following:

- the nature of all hazards associated with a confined space;

- the need for, and appropriate use of, risk control measures;

- the selection, use, fir, testing and storage of any personal protective equipment;

Page 42: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 68 886 242 083 General Specification

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

33

- the contents of any relevant confined space entry permit; and

- emergency procedures;

Training must be by an organisation listed as a Registered Training Organisation for confined space training on training.gov.au. Assess competency every 2 years and provide re-training or refresher training as necessary to maintain competency. Keep records of all training provided and competency assessments including at least the name of the person trained, an outline of the training, the date and duration of training and the name of the trainer and Registered Training Organisation.

Submit records of training and competency assessment prior to the commencement of confined space work on site.

Submit copies of all entry permits within 24 hours of the confined space being returned to service.

A13.9 Site Attendance Register

Maintain a register on each site of all persons attending the site including employees, subcontractors and visitors. Ensure that all persons attending the site sign on upon arrival and sign off when leaving the site. Check the register at the end of each day to ensure that all persons have left the site and are accounted for.

A13.10 Site Safety Rules

All persons in the construction area must comply with site safety rules which, as a minimum, include the following provisions.

- Workplace Specific Training. All persons in the construction area must have first attended the Council specific workplace specific training.

- Sun Safe. All persons in the construction area must adhere to the council’s Sun Safe policies.

- Safety Helmets. All persons in the construction area must wear safety helmets at all times. Safety helmets must comply with AS 1801 Occupational protective helmets.

- Safety Footwear. All persons in the construction area must wear safety footwear at all times. Safety footwear must comply with AS 2210 Occupational protective footwear.

- Glass Containers. Glass containers are not allowed on the site, other than in lunchrooms.

- Alcohol and Drugs. The consumption of alcohol and illegal drugs on the site is prohibited. Persons under the influence of drugs and/or alcohol will not be permitted on the site.

- Smoking. Smoking is prohibited on site.

- Mobile Phones. Only supervisors are permitted to use mobile phones in work areas.

- Accidents and Incidents. Accidents and injuries must be reported immediately to the Contractor's site representative.

- First Aid. All persons requiring first aid treatment must contact the first aid officer who will administer the treatment and record the person's name and the nature of the injury in the WorkCover Register of Injuries.

- Fire Prevention. Each item of plant on site must carry a 9kg fire extinguisher on board. Conduct and document a risk assessment to determine the most appropriate type of extinguisher for each item of plant.

- Cleanliness and Tidiness. Work areas must be kept clean and tidy, with rubbish and other safety hazards, cleaned up promptly. All protruding nails shall be removed immediately from timber. All vehicles leaving the site must not track soil, debris etc. onto the roads and all loads must be covered (where applicable).

Page 43: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 95 717 801 565 General Specification

34 Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

- Electrical. All temporary electrical work and temporary electrical plant must comply with the AS 3012 Electrical installations - Construction and demolition sites.

- Preventing Public Access. Implement security measures to prevent unauthorised access to the construction area.

- Pets/animals. Animals are not permitted on the construction site.

- Storage of Materials, Plant and Equipment. Ensure that all materials, plant and equipment located on the site are positioned and secured so as to not present a hazard to any person. Irrespective of the slope of surface and erection of perimeter fencing, secure pipes to prevent movement. Return all pipes not laid at the end of day to secure stockpile areas.

A13.11 Signage

Provide signs at each workplace, or the work area of the workplace, where the construction project is being undertaken stating at least the following in black vinyl lettering at least 50mm high:

CONSTRUCTION SITE PRINCIPAL CONTRACTOR NAME Visitors report to <the location of the site office or supervisor> PH : <Principal Contractor’s phone number> AH : <Principal Contractor’s after hours phone number> Contracting to Bogan Shire Council

Signs shall have minimum overall dimensions of 450mm x 600mm and be manufactured from 0.8 mm thick colorbond steel sheeting. Sign(s) shall be gloss white on the front face and green or similar on the reverse face. Ensure that the signs are clearly visible from outside the workplace.

Signs should be fixed in place unless the workplace will only be a construction site while workers are in attendance (e.g.: work in the area is completed and full public access resumed in one shift), in which case relocatable signs (such as a sandwich-board style) may be used.

A13.12 Incident Notification and Investigation

In addition to the responsibilities under Part 3 of the WHS Act to immediately notify NSW WorkCover Authority of any Notifiable incidents, also notify the Superintendent:

- immediately in the case of a Notifiable incident; and

- as soon as reasonably practicable in the case of any other lost time injury, medical treatment injury or significant near miss.

Submit copies to the Superintendent of any documents provided to NSW WorkCover Authority in relation to a Notifiable incident.

Record, investigate and analyze all incidents, work related illnesses and injuries and their causes in consultation with workers and their supervisors to bring about improvements in policies, standards, procedures, processes and work practices. Submit a written report detailing the investigation, analysis and proposed corrective actions within 5 working days of the incident.

If any incident involves the failure of any plant or equipment, do not permit the continued use of the failed plant or equipment until it has been inspected, repaired and certified as fit for use by a qualified person (e.g.: structural engineer, electrician, mechanic) and the certification submitted.

A13.13 WorkCover Authority Inspections and Notices

Immediately notify the Superintendent of any site inspection undertaken by a NSW WorkCover Authority inspector and of any Improvement, Prohibition, Investigation or Penalty Notices issued.

Page 44: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 68 886 242 083 General Specification

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

35

Submit a copy of such notices together with written details of the corrective action(s) taken to rectify the identified issue(s) and prevent recurrence.

A13.14 Audits

On request, make available all relevant WHS records, including those of Sub Contractors and suppliers, for the purposes of audit and surveillance. Provide all reasonable assistance during such audits, including attendance.

Page 45: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 95 717 801 565 General Specification

36 Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

A14 ENVIRONMENTAL MANAGEMENT

A14.1 Specification and Statutory Requirements

The environmental management requirements contained in this Specification and any document referenced by this Specification, may be in addition to, but are not in substitution for, any statutory requirements and do not limit the liabilities and responsibilities of the Contractor.

A14.2 Environmental Incident Reporting

Immediately notify the Superintendent of any incident that causes or may cause degradation of the environment. If the Superintendent cannot be contacted, immediately notify the BSC Council - Phone (02) 6740 2100.

Supply a detailed report on the environmental incident to the Superintendent within 24 hours of the incident.

Page 46: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 68 886 242 083 General Specification

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

37

A15 QUALITY MANAGEMENT

A15.1 Inspection and Test Plans

Develop, document, implement and maintain Inspection and Test Plans (ITPs) that are in accordance with the NSW Government Quality Management System Guidelines.

The Guidelines are available from ‘NSW Procurement’ at:-

Web site: http://www.nswprocurement.com.au/Procurement-System-for-Construction.aspx

[ select “Reference Material” then “Procurement Guideline Documents” & then choose the appropriate guideline from list ]

Submit the ITPs and certification of the compliance of subcontractors’ ITPs, no later than 14 days before work for which they apply commences. Submit revisions to the ITPs and certifications as necessary to cover subsequent work 14 days before it commences.

A15.2 Product Compliance

For products manufactured to an Australian Standard, submit evidence from the manufacturer which demonstrates compliance with the Australian Standard.

Satisfactory evidence includes:

• Product Certification supported by a sampling and testing plan,

• Minimum Sampling and Testing Frequency Plan required by the Australian Standard.

Submit records of testing required by the plans upon request or as directed.

A15.3 Monitoring and Audits

The Principal and/or its agents may undertake monitoring and audits (including testing) to confirm that the Contractor, its subcontractors or suppliers are complying with the Contract.

Ensure that the Principal and/or its agents (including visitors authorised by the Principal) has access to all facilities, documentation, records and personnel that are needed by those persons for the carrying out of the monitoring and audits.

Ensure that the appropriate employees and representatives of the Contractor are available, as necessary, to discuss details of quality matters with the Principal and/or its agents (including visitors authorised by the Principal) during the above monitoring and audits.

A15.4 Quality Records

Quality Records comprise:

(a) ITPs and checklists;

(b) inspection and test records obtained from subcontractors, manufacturers and suppliers; and

Ensure that the Quality Records are secure against deterioration, damage and loss and are suitably filed and indexed to allow convenient retrieval of individual records.

Retain Quality Records until issue of the Final Payment Certificate or submit as required by the Contract including at the request of the Superintendent.

Page 47: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 95 717 801 565 General Specification

38 Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

A15.5 Failure to Comply

If the Contractor fails to comply with the requirements of clause "Quality Management", the Principal may carry out such inspections and tests that the Superintendent determines, and the cost incurred by the Principal shall be a debt due from the Contractor.

Page 48: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 68 886 242 083 General Specification

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

39

A16 PROGRAMMING

A16.1 Requirement

Within two weeks of the Date of Contract Award, supply a detailed program detailing individual activities.

A16.2 Format

Set out the program on a time scale of calendar weeks with individual activity durations not exceeding two weeks. The program shall show but not be limited to:

- a project calendar clearly denoting which days are work days (allow for restrictions on working time and contingencies for which the Contractor is responsible under the terms of the Contract. This would include but not be limited to week-ends, holidays, Christmas close-down, union designated and other days off and manufacture and trade delays);

- the inter-relationships between activities;

- the estimated duration of activities and the plant and manpower resources for each activity;

- the sequence of activities which constitutes the critical path or paths culminating in practical completion;

- mobilisation to each site;

- order dates, supply lead time and Site delivery dates for all major items, including those to be supplied by the Principal, as well as details of off-site manufacturing and fabrication activities;

- any action for which the Principal is responsible;

- Pre-commissioning;

- Commissioning;

- Date(s) for Practical Completion.

A16.3 Progress

With each Payment Claim submit an updated program to the same detail as that specified for the original program and show time extensions granted and progress achieved against the program. List all specific actions to correct or address any delays which may impact upon the Date for Practical Completion.

A16.4 Revised Program

A revised program may be requested if the Superintendent considers that the current program cannot be adhered to. Within two weeks of such a request, submit an updated program incorporating changes in methods, times or sequence of activities, and showing the planned progress towards the Date/s for Practical Completion, to the same detail as specified for the original program.

Page 49: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 95 717 801 565 General Specification

40 Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

A17 REPORTING

A17.1 Report Contents

Within 5 calendar days of the end of each month, supply a written report for that month addressing the following issues:

- WHS Management: Contractor WHS Performance Report

- Updated Schedule of Safe Work Method Statements and status of the submissions. Refer Clause A13.6.

- Works Progress: Provide an Extension of Time register which shows the status of actual and anticipated claims for Extensions of Time. Notwithstanding that an updated program is to be provided, report the Contractor’s assessment of progress making reference to any activities which may be well behind or ahead of schedule, ability to achieve Practical Completion by the date for Practical Completion, action to be taken to improve progress if necessary.

- Variations/Claims for Extra Cost: Provide a variation/claim register that shows the status of actual and anticipated Variations/Claims for Extra Cost.

- Contract Payments: Provide a table of payment claims, payments received and predicted payment claims.

- Requests for Information (Register): Details of correspondence for which a response from the Superintendent is outstanding.

[END GENERAL SPECIFICATION]

Page 50: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

GENERAL CONDITIONS OF CONTRACT

BACKWASH AUTOMATION AT NYNGAN WTP CONTRACT NO: 2019/1/BACKWASH AUTOMATION

Engineering Department 6 May 2019

Page 51: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 95 717 801 565 General Conditions of Contract

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

Section B GENERAL CONDITIONS OF CONTRACT BACKWASH AUTOMATION AT NYNGAN WTP

Page 52: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 95 717 801 565 General Conditions of Contract

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

[blank]

Page 53: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 95 717 801 565 General Conditions of Contract

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

CONTENTS

B1 DEFINITIONS ..................................................................................................................................... 1

B2 CONTRACT ........................................................................................................................................ 1

B3 DESIGN AND CONSTRUCTION ....................................................................................................... 2

B4 PATENTS, COPYRIGHT AND OTHER INTELLECTUAL PROPERTY RIGHTS ............................. 2

B5 CARE OF THE WORK AND OTHER PROPERTY ............................................................................ 3

B6 INSURANCE ....................................................................................................................................... 3 B6.1 General insurance ............................................................................................................. 3 B6.2 Additional insurance .......................................................................................................... 3 B6.3 Insurance policies and proof of cover ............................................................................... 4

B7 SECURITY .......................................................................................................................................... 4

B8 INFORMATION SUPPLIED BY THE PRINCIPAL ............................................................................. 4 B8.1 Site Condition Information ................................................................................................. 4 B8.2 Survey Data ...................................................................................................................... 4 B8.3 Errors and Omissions ....................................................................................................... 5 B8.4 Indemnity ........................................................................................................................... 5

B9 DISCLOSURE OF INFORMATION .................................................................................................... 5 B9.1 Media Releases ................................................................................................................ 5 B9.2 GIPA Act requirements ..................................................................................................... 5

B10 SITE AND POSSESSION ................................................................................................................... 5

B11 SITE CONDITIONS ............................................................................................................................. 6

B12 EXISTING SERVICES ........................................................................................................................ 6

B13 NONCONFORMING WORK ............................................................................................................... 6

B14 PROPRIETARY ITEMS ...................................................................................................................... 7

B15 WORK METHOD ................................................................................................................................ 7

B16 VARIATIONS ...................................................................................................................................... 7

B17 SUSPENSION ..................................................................................................................................... 7

B18 PRACTICAL COMPLETION OF THE WORKS ................................................................................. 7

B19 DELAY IN PRACTICAL COMPLETION ............................................................................................ 8

B20 PAYMENT ........................................................................................................................................... 8

B21 DEFECTS RECTIFICATION PERIOD................................................................................................ 9

B22 DEFAULT AND INSOLVENCY .......................................................................................................... 9

B23 DISPUTES ........................................................................................................................................ 10

B24 WORKING HOURS AND WORKING DAYS ................................................................................... 11

B25 COLLUSIVE ARRANGEMENTS ...................................................................................................... 11

B26 EXCHANGE OF INFORMATION BETWEEN GOVERNMENT AGENCIES ................................... 12

B27 TERMINATION FOR CONVENIENCE ............................................................................................. 12 B27.1 Termination ..................................................................................................................... 12 B27.2 Costs ............................................................................................................................... 12 B27.3 Deemed termination for convenience ............................................................................. 12

Page 54: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 95 717 801 565 General Conditions of Contract

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

B28 SECURITY OF PAYMENT ACT ...................................................................................................... 13 B28.1 Service and reference dates .......................................................................................... 13 B28.2 Payment schedule not conclusive .................................................................................. 13 B28.3 Nominating Authority ...................................................................................................... 13 B28.4 Indemnity ........................................................................................................................ 13

B29 WARRANTIES ................................................................................................................................. 13

B30 INNOVATION ................................................................................................................................... 14

B31 PROPORTIONATE LIABILITY ........................................................................................................ 14

B32 SEPARABLE PORTIONS ............................................................................................................... 15

B33 SUPERINTENDENT ......................................................................................................................... 15

B34 SUPERINTENDENT’S REPRESENTATIVE ................................................................................... 15

B35 CONTRACTOR’S REPRESENTATIVE ........................................................................................... 15

SCHEDULE 1 - APPROVED FORM OF UNCONDITIONAL UNDERTAKING ........................................ 17

SCHEDULE 2 - STATUTORY DECLARATION ........................................................................................ 19

ANNEXURE ................................................................................................................................................ 23

Page 55: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 95 717 801 565 General Conditions of Contract

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

1

B1 DEFINITIONS The Principal is Bogan Shire Council A.B.N. 68 886 242 083 of 81 Cobar Street Nyngan, 2825 New South Wales the Superintendent will be the Principal’s agent and not an independent certifier, valuer or assessor and is as stated in the Annexure.

The Works means the whole of the work to be carried out and materials and services to be provided under the Contract.

Work under the Contract means the work which the Contractor is or may be required to execute under the Contract and includes variations, remedial work, constructional plant and temporary works, and all things necessary or incidental to the Works and the performance by the Contractor of its obligations under the Contract, whether or not specifically referred to in this Contract.

The Contract Sum means:

(a) where the Principal accepted a lump sum, the lump sum;

(b) where the Principal accepted rates, the amount calculated by firstly multiplying the rates by their respective quantities in the schedule of rates and then adding those products;

but excluding any additions or deductions which are made under the Contract.

Day means calendar day.

Business day has the meaning in the Security of Payment Act.

GIPA Act means the Government Information (Public Access) Act 2009 (NSW).

Security of Payment Act means the Building and Construction Industry Security of Payment Act 1999 (NSW).

Site means the lands and other places to be entered to enable the Contractor to perform the contract.

A variation is any change to the character, form, quality and extent of the Works directed in writing by the Superintendent. A variation shall not invalidate the Contract.

The Works have reached Practical Completion when the Works are capable of use for their intended purpose, and free from any omissions or defects, and the Contractor has made good the Site and its surroundings, all required documentation has been submitted to the Superintendent and any other requirement specified in the Contract for reaching Practical Completion has been satisfied.

No rule of construction applies to the disadvantage of one party on the basis that it put forward this Contract or any part of it.

Note: Words shown in italics in the Conditions of Contract are for guidance only.

B2 CONTRACT The written agreement between the Principal and the Contractor for the performance of the Works, including all documents and parts of documents to which reference may properly be made to determine the rights and obligations of the parties (the Contract Documents) shall evidence the Contract.

The Contract Documents shall be taken as mutually explanatory and anything contained in one but not in another shall be treated as if contained in all. The Contractor must check the documents and notify the Superintendent of any ambiguity or discrepancy discovered by the Contractor at least 15 business days before the Contractor proposes to use those documents.

The Superintendent shall direct the Contractor as to the interpretation to be followed by the Contractor in carrying out the work. If the direction causes the Contractor to incur more or less cost than the Contractor could reasonably have anticipated at the time of tendering, the difference shall be valued under Clause B16.

If the Contractor fails to provide the notification of the ambiguity or discrepancy at least 15 business days before the Contractor proposes to use those documents, the valuation under Clause B16 will not include the costs for delay and / or the cost of any aborted work.

Page 56: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 95 717 801 565 General Conditions of Contract

2Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

B3 DESIGN AND CONSTRUCTION The Contractor must supply all materials and construct the Works in accordance with the Principal’s design and any further development of the design allowed under the Contract. Minor items not included in the Principal’s design which are needed for the satisfactory completion of the Works must be provided by the Contractor.

If the Contractor is to undertake design as part of the Works, the Contractor is to develop the Principal’s design and submit the completed design comprising drawings, specifications, calculations and any statutory certificates required to the Superintendent within the period stated in the Annexure.

The Contractor is not to depart from the Principal’s design, unless directed by the Superintendent.

The Contractor’s completed design is to comply with the Contract and be fit for the intended purpose of the Works which can be reasonably inferred from the Contract Documents.

The Principal is not bound to check the completed design for errors, omissions or compliance with the requirements of the Contract. The Principal is not liable to the Contractor for any claim whatsoever due to the Principal not detecting or notifying the Contractor of any errors, omissions or non-compliance with the requirements of the Contract in the completed design.

Responsibility for the completed design and its satisfaction of the Contract requirements remains solely with the Contractor and the Principal is relying on the Contractor’s knowledge, skill and judgement to carry out this responsibility.

The Contractor is to grant to the Principal an irrevocable licence to use the Contractor’s design for the Works. Such licence is also to include any subsequent repairs to, maintenance or servicing of (including the supply of replacement parts), or additions or alterations to, the Works.

B4 PATENTS, COPYRIGHT AND OTHER INTELLECTUAL PROPERTY RIGHTS The Principal warrants that unless otherwise provided in the Contract—

(i) design;

(ii) materials;

(iii) documents; and

(iv) methods of working

specified in the Contract or provided or directed by the Principal or the Superintendent will not infringe any patent, registered design, trademark or name, copyright or other protected right.

The Contractor warrants that:

(a) any other design, materials, documents and methods of working provided by the Contractor will not infringe any patent, registered design, trademark or name, copyright or other protected right.

(b) all individuals who may have ‘moral rights’ (as that expression is defined in the Copyright Act 1968 (Cwlth)) in any material (including plans, drawings and specifications) provided as part of work under the Contract or any works constructed in accordance with that material have validly provided their written consent (pursuant to section 195AWA of that Act) to the Principal (or any other person); and

(c) the consent referred to in Clause B4(b) allows the Principal (or any other person) to deal with that material or those works (including by way of destruction or alteration) in connection with the completion, operation, development, marketing, use, extension, redevelopment, demolition or improvement of the Works on the Site or property or any merchandising, marketing or promotions associated with the Works on the Site in such manner as the Principal (or any other person) may decide, without being held to have infringed any moral right of the individual.

Intellectual Property and all sketches, plans, drawings, specifications, estimates, designs, calculations, computer programs, reports, models, or other documents produced in the course of the Contract shall be and shall remain vested exclusively in the Principal. The Contractor is to ensure that an assignment of Intellectual Property is arranged between the Contractor and any Sub- Contractors or other agents engaged by the Contractor. The Intellectual Property in all manuals, standard drawings, computer programs and other documents produced by the Principal and supplied to the Contractor for reproduction or guidance for the Contract are vested in the Principal and may not be used or reproduced for any works other than for the Principal without the prior written approval of the Principal.

Page 57: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 95 717 801 565 General Conditions of Contract

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

3

B5 CARE OF THE WORK AND OTHER PROPERTY From and including the date the Site is made available to the Contractor to the date of Practical Completion of the Works, the Contractor is responsible for the care of the Works, constructional plant and things entrusted to the Contractor by the Principal for the purpose of the Works.

The Contractor is to make good at the Contractor’s expense any damage which occurs to the Works while responsible for their care.

The Contractor is also liable for damage caused by the Contractor during the Defects Rectification Period.

The Contractor is to indemnify and keep the Principal indemnified against any loss or damage to the property of the Principal (including existing property in, about or adjacent to the Works) and against any legal liability for injury, death or damage to property of others arising from the performance of the Works.

Nothing in Clause B5 relieves the Principal from liability for the Principal’s own default and defaults of others for whom the Principal is liable.

B6 INSURANCE

B6.1 General insurance On acceptance of the tender, the Contractor is to hold or take out an insurance policy covering Workers’ Compensation in the State of NSW and shall also ensure that every subcontractor must hold or take out insurance covering Workers’ Compensation.

If any subcontractor is not legally able to have Worker’s Compensation Insurance covering accidents to itself, the Contractor is to ensure the subcontractor holds or takes out a Personal Accident policy before the subcontractor commences any Contract work with minimum cover for death or permanent disability of $500,000 and $800 per week for temporary disability.

The Contractor, before commencing work on the Site, is to hold or take out policies of insurance covering the Contractor, Principal and subcontractors for:

(a) Public Liability to an amount of not less than $20,000,000 for any single occurrence; and

(b) Motor Vehicles and Plant under a policy of insurance that satisfies the requirements of the Motor Accidents Compensation Act 1999 (NSW) and in addition, maintain on each motor vehicles and plant Third Party Property Insurance with a limit of indemnity of not less than $10M; and

(c) loss or damage to the Works, any temporary works and all materials, constructional plant and other things that are brought onto the Site by or on behalf of the Contractor or are entrusted to the Contractor by the Principal. The amount insured shall be for an amount not less than the sum of:-

- the Contract Sum, and

- the value stated in the Annexure of any materials or things to be supplied by the Principal for the purposes of the work under the Contract.

The Principal is to be named as an insured in the policies.

B6.2 Additional insurance If the Works includes work described in (a), (b) and (c) below, the Contractor is to take out the following additional insurance policies before starting such work:

(a) The use of water-borne craft (unless the craft is covered under the Contractor’s Public Liability Insurance); Marine Liability Insurance;

(b) Design of the Works undertaken by the Contractor; Professional Indemnity Insurance;

(c) Asbestos decontamination, including stripping, encapsulation or removal; Asbestos Indemnity Insurance.

The policy under (a) is to be in the name of the Contractor with the Principal as an additional name insured and is to cover the Contractor, the Principal, and all subcontractors employed from time to time in relation to the Works for their respective rights and interests and cover their liabilities to third parties. The policy is to be for an amount not less than $20,000,000 for any one occurrence

Page 58: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 95 717 801 565 General Conditions of Contract

4Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

and shall include a cross-liability clause in which the insurer agrees to waive all rights of subrogation or action against any of the persons covered.

The policy under (b) is to cover the Contractor for liability to the Principal for a minimum amount of $1,000,000 or 20% of the Contract Sum, whichever is greater, to a maximum of $5,000,000 for loss (whether economic loss only or other loss) in a single occurrence arising from errors or omissions in design of the Works carried out by the Contractor or any subcontractor.

The policy under (c) is to be in the name of the Contractor with the Principal as an additional name insured and is to cover the Contractor, the Principal, the Superintendent, and all subcontractors employed from time to time in relation to the Works for their respective rights and interests and cover their liabilities to third parties. The policy shall be in terms acceptable to the Principal and is to be effected prior to asbestos decontamination work commencing. The policy shall be maintained by the Contractor by the payment of all necessary premiums for the period of the Contract.

B6.3 Insurance policies and proof of cover The required policies are to be with insurers and in terms approved by the Superintendent. Approvals will not be unreasonably withheld.

The Contractor is to maintain all required insurance policies (except Professional Indemnity Insurance) until the end of the Defects Rectification Period, or Practical Completion if there is no Defects Rectification Period. Professional Indemnity Insurance shall be maintained for six years after Practical Completion of the Contract.

If the Contractor fails to effect or maintain any insurance required under the Contract, the Principal may effect or maintain the insurance and pay any premiums. The Contractor is to pay the Principal the amount of any premiums paid by the Principal plus an amount of $250 to cover the Principal’s costs.

Proof of insurance cover is to be submitted to the Superintendent within 7 days of the date of the acceptance of the tender. Evidence of currency of insurances is required together with details of the actual policies noting any exclusion/s. When submitting proof of insurance cover, submit an original of the insurer's Certificate of Currency.

B7 SECURITY The Contractor shall provide security in the amount of 5% of the Contract Sum in the form detailed in Schedule 1 - Unconditional Undertaking. The unconditional undertaking is to be by:

(a) a bank within the meaning of the Banking Act 1959 or a bank constituted by a law of a State or of the Commonwealth or of a Territory of Australia; or

(b) a building society or credit union authorised by the Australian Prudential Regulation Authority as a Deposit-Taking Institution; or

(c) an insurance company which is authorised under the Insurance Act 1973 and subject to supervision by the Australian Prudential Regulation Authority.

Security is to be lodged within 14 days after the Principal accepted the tender. The Principal shall release the security in accordance with Clause B21.

B8 INFORMATION SUPPLIED BY THE PRINCIPAL

B8.1 Site Condition Information The Principal does not represent that information made available shows completely the existing Site conditions. The Principal is not responsible for any interpretation, deductions and conclusions made by the Contractor from the information made available and the Contractor shall accept full responsibility for any such interpretations, deductions or conclusions.

Where the Principal has not given possession of all the Site, the Contractor may apply for approval which shall not be unreasonably withheld to carry out further Site investigation.

B8.2 Survey Data Copyright in all survey data provided by the Principal in digital form is owned only by either the Principal or Land and Property Information New South Wales, whether or not a copyright notice is attached to the data. Where data includes a copyright notice, the notice shall not be removed or obscured.

The data shall only be used for work under the contract.

Page 59: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 95 717 801 565 General Conditions of Contract

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

5

The data shall not be copied, lent, resold, altered, decompiled, disassembled or otherwise disposed of. All reasonable efforts shall be taken to protect the data from use, reproduction, distribution or publication by unauthorised parties. Parties shall only be authorised by the Principal in writing. Where access may have been obtained as a consequence of this contract, ensure that no information is made available to any other party or used for any purpose other than in direct relation to the work under this contract.

Data shall only be stored in a temporary state where it is not kept in the format provided.

Prior to Practical Completion or at termination of the contract, cease using the data, erase all data for temporary storage and return all data to the Superintendent in the same form as provided.

No warranty for the accuracy of the data is provided and errors may occur in the data. The Principal shall not be liable in any way for any loss, damage or injury suffered by the Contractor, its employees or sub-contractors or any other person(s) or organisation(s) consequent upon errors in the data.

Ensure that any party provided with the data by the Contractor, is aware of and agrees to these conditions prior to the transfer of the data.

B8.3 Errors and Omissions The documents stated in the Annexure as supplied by the Principal to the Contractor before the Date of Acceptance of Tender could include errors or omissions or could be misleading. Notwithstanding that the Principal may have been negligent, or would but for clause "Information Supplied by the Principal" be vicariously liable for the negligence of others, in preparing or supplying the information, the Contractor shall have no claim in tort, contract or otherwise against the Principal arising from the errors or omissions or the fact that the Contractor was misled.

B8.4 Indemnity If the Contractor supplied to anyone else, including a subcontractor, any information supplied by the Principal, the Contractor shall indemnify the Principal against any claim by that person arising out of errors or omissions or the misleading nature of the advice.

B9 DISCLOSURE OF INFORMATION

B9.1 Media Releases The Contractor shall not issue any information, publication, document or article for publication concerning the project in any media without prior written approval of the Principal, which approval shall not be unreasonably withheld. The Contractor shall refer to the Principal any enquiries concerning the project from any media.

B9.2 GIPA Act requirements The Contractor acknowledges that the Principal is required under the GIPA Act to provide access to information relating to the Contract.

The Contractor must provide all reasonable assistance to the extent necessary to enable the Principal to comply with its obligations under the GIPA Act.

Without limiting its obligations under this clause, the Contractor must, within 7 days of receiving a written request from the Principal, provide the Principal with immediate access to its records containing details of any related body corporate (within the meaning of the Corporations Act 2001 (Cwlth)) in respect of which the Contractor, or which any other private sector entity in which the Contractor has an interest, that will be:

(a) involved in carrying out any of the Contractor’s obligations under the Contract; or

(b) will receive a benefit under the Contract.

B10 SITE AND POSSESSION The Principal will give the Contractor possession of the Site by the time stated in the Annexure.

The Principal will give the Contractor sufficient possession to allow the Contractor to perform the Works but is not required to give the Contractor sole or uninterrupted possession of or access to the Site.

The Contractor must begin work on the Site as soon as practicable after being given possession of the Site by the Principal.

The Contractor must give the Superintendent, the Principal, any of their agents and employees, and any

Page 60: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 95 717 801 565 General Conditions of Contract

6Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

Contractors authorised by the Principal, reasonable access to the Site for any purpose.

B11 SITE CONDITIONS If the Contractor discovers that the conditions on, about or below the Site differ from what ought to have reasonably been anticipated at Tender time the Contractor must inform the Superintendent immediately and, where possible, before the conditions are disturbed.

The Contractor will not be entitled to any extra payment for different Site Conditions unless the Site Conditions cause the Contractor to:

(a) carry out additional work,

(b) use additional construction plant, or

(c) incur extra cost

which the Contractor could not reasonably have anticipated at the time of tendering.

B12 EXISTING SERVICES Existing services (such as drains, watercourses, public utility and other services) obstructing the Works or damaged in the course of performing work under the Contract, shall be dealt with as follows:

(a) if the service is to be continued: repair, divert, relocate as required;

(b) if the service is to be abandoned: cut and seal or disconnect and make safe as required;

Where an existing service obstructs the Works and requires diversion or relocation, the Contractor shall bear all resulting costs and delays, unless the obstruction is a Latent Condition.

Where an existing service is damaged by the Contractor for any reason whatsoever, the Contractor shall bear all costs and any delays for repairing or disconnecting the service.

Notify the Superintendent immediately upon the discovery of services obstructing the Works not shown in the Contract documents; also advise the proposed course of action.

B13 NONCONFORMING WORK The Contractor is to supply materials (which are new, free from defects and suitable for the purpose) and use standards of workmanship (including design) and work methods which are in conformity with the Contract, the Building Code of Australia, relevant Australian Standards and all lawful requirements of Commonwealth, State, Territory and local legislation and subordinate regulations, ordinances, by laws, orders and proclamations.

The Contractor is to comply with any direction of the Superintendent to:

(a) uncover and recover work; or

(b) carry out additional testing or re-testing.

Compliance with the direction is at the Contractor’s cost unless the work uncovered, recovered, tested or re-tested is in conformity with the Contract, in which case the Superintendent is to meet with the Contractor to decide on the reasonable costs payable to the Contractor. If they are unable to agree within 14 days after the meeting, the Superintendent is to assess those costs.

Refer to Clause B20 if assessed cost agreed or Clause B23 if assessed cost is disagreed.

The Superintendent may direct the Contractor to correct, including remove or replace, non-conforming work within the time specified by the Superintendent.

If the Contractor does not correct the non-conforming work within the time specified, the Superintendent may have the work corrected by others.

The Superintendent is to assess the reasonable costs of having the non-conforming work corrected by others and the Contractor is to pay the Principal those costs.

Refer to Clause B20 if assessed cost agreed or Clause B23 if assessed cost is disagreed.

The Superintendent may notify the Contractor that the Principal elects to accept all or some of the non-conforming work. The resulting reasonable increase or decrease in the value to the Principal of the Works and any other reasonable loss or detriment suffered by the Principal is to be assessed by the Superintendent and the amount paid to or deducted from the Contractor.

Page 61: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 95 717 801 565 General Conditions of Contract

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

7

Refer to Clause B20 if assessed cost agreed or Clause B23 if assessed cost is disagreed.

B14 PROPRIETARY ITEMS Specification by the Principal of a proprietary item does not necessarily imply exclusive preference for the item so identified, but indicates the required properties of the item.

The Contractor may offer alternatives to any proprietary item. If alternatives are offered, apply in writing for approval to use the alternative, provide samples and available technical information and describe how, if at all, the alternative differs from the specified item and how it will affect other parts of the Works and performance of the Works.

B15 WORK METHOD If the Contract prescribes a particular work method or the Principal or Superintendent directs that a particular work method must be used to the exclusion of the other work methods, then that work method is part of the Contract.

Otherwise, the work method is not part of the Contract and the Contractor is free to use any work method. This is so even though, before or after acceptance of the tender, the Contractor made known to the Principal the Contractor's proposed work method and the Principal accepted or approved the work method.

If the work method is not part of the Contract, the fact that the proposed work method is impractical or impossible or the Contractor, with or without the approval of the Superintendent, uses another work method will:

(a) not entitle the Contractor to make a claim on the Principal;

(b) not be grounds for an extension of time for Practical Completion;

(c) not cause the Contract to be frustrated.

B16 VARIATIONS The Contractor shall not vary the work under the Contract except as directed by the Superintendent.

The Superintendent may direct the Contractor to carry out a variation and the Contractor is to carry out the direction.

The Superintendent and Contractor are to meet to agree on the reasonable amount payable to or deducted from the Contractor for the variation. If they do not agree within 14 days after the meeting, the Superintendent is to assess that amount.

Refer to Clause B19 if assessed amount agreed or Clause B23 if assessed amount is disagreed.

B17 SUSPENSION The Superintendent may direct the Contractor to suspend all or part of the Works and the Contractor is to carry out the direction.

If the direction to suspend the work is due to any act or omission of the Principal, the Superintendent and Contractor are to meet to agree on the reasonable extra costs payable to the Contractor which resulted from the suspension. If they do not agree within 14 days after the meeting, the Superintendent is to assess those extra costs.

Refer to Clause B19 if assessed amount agreed or Clause B23 if assessed amount is disagreed.

The Contractor is to recommence the Works as soon as practicable after being directed to do so by the Superintendent.

B18 PRACTICAL COMPLETION OF THE WORKS The Contractor is to achieve Practical Completion of the Works within the period stated in the Annexure, and including any extensions under Clause B19.

The Contractor is to inform the Superintendent when, in the Contractor’s opinion the Works have reached Practical Completion.

The Superintendent is to:

Page 62: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 95 717 801 565 General Conditions of Contract

8Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

(a) determine if the Works have reached Practical Completion, and if so, the date of Practical Completion; and

(b) give the Contractor written notice of the determination.

B19 DELAY IN PRACTICAL COMPLETION If the Contractor is delayed in reaching Practical Completion then the Contractor is to notify the Superintendent in writing within 14 days after the commencement of the delay and to meet with the Superintendent to determine the cause of delay.

The Contractor is not entitled to any extension of time for Practical Completion or payment under the Contract or otherwise at law in relation to a cause of delay in respect of which the Contractor has failed to give a written claim to the Superintendent within 14 days after the commencement of the delay.

Provided the Contractor has complied with this Clause, where such a delay is caused by:

(a) a direction given by the Superintendent except under:

- Clause B13; or

- Clause B17 where the event giving rise to the direction was not beyond the control of the Contractor; or

(b) a breach of the Contract by the Principal; or

(c) any event beyond the control of the Contractor,

the period for Practical Completion is to be extended.

If the Superintendent and the Contractor do not agree on an extension to the period for Practical Completion within 14 days of the meeting to determine the cause of delay, the Superintendent is to assess a reasonable extension of time.

The Superintendent may for any reason and at any time extend the period for Practical Completion; however the Superintendent is not required to exercise its discretion for the benefit of the Contractor.

Refer to Clause B23 if assessed extension of time is disagreed.

If the Contractor does not achieve Practical Completion of the Works by the last day of the period for Practical Completion then the Contractor is to pay to the Principal liquidated damages from, but excluding that date, to and including the date Practical Completion is achieved, at the rate stated in the Annexure.

B20 PAYMENT No later than 2 business days after the expiry of each payment period, the Contractor shall submit a draft payment claim to the Superintendent for review.

The Contractor will serve on the Superintendent a written payment claim at the time or times stated in the Annexure. (Note: GST compliant ‘Tax Invoices’ are not to be lodged as or with payment claims. ‘Tax Invoices’ are to be raised by the Contractor upon receipt of, and in the amount due corresponding with, the payment schedule). The payment claim must identify, the amount claimed, how the amount is calculated, deductions to which the Principal is entitled and, when additions are claimed and the legal and factual basis of the claim. Additions are extra costs or other amounts to which the Contractor is entitled under or in connection with the subject matter of the Contract.

The amount which the Contractor is entitled to claim and be paid is the sum of:

- for work for which the Principal accepted rates, an amount calculated by applying the rates to the quantities of work carried out to that date;

- for work for which the Principal accepted a lump sum, the percentage stated in the Contract;

- for any additions for which the Principal has approved an amount in writing or for which an amount has been finally determined by an Expert under Clause B23, the amount approved or determined;

- for any other additions, an amount on account but not exceeding 10% of the Contract Sum;

less payments previously made (including under Clause B23), costs payable by the Contractor to the Principal and deductions to which the Principal is entitled to deduct, whether under or in connection with the subject matter of the Contract (including but not limited to retention moneys, liquidated damages and other damages whether liquidated or unliquidated), any other contract or for any other reason.

Page 63: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 95 717 801 565 General Conditions of Contract

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

9

With each payment claim, and at any other time as requested by the Superintendent the Contractor is to give the Superintendent a completed statutory declaration, as detailed in Schedule 2 – Statutory Declaration. If the Statutory Declaration shows moneys as unpaid, the Superintendent may withhold payment to the Contractor of the unpaid moneys.

Within 10 business days after receipt of the Contractor’s payment claim, the Superintendent as agent of the Principal will provide to the Contractor a payment schedule identifying the payment claim to which it relates and stating the payment, if any, which the Superintendent as agent of the Principal will be making. If the scheduled amount is less than the claimed amount the payment schedule will provide reasons for why it is less.

Within 5 business days of receipt of the payment schedule the Contractor shall submit to the Superintendent a ‘Tax Invoice’ in the amount due corresponding with the scheduled amount on the payment schedule.

Any claim by the Contractor on the Principal is to be made within 28 days after the date of the Superintendent’s written notice of Practical Completion under Clause B18. All claims whatsoever by the Contractor against the Principal made after that time are barred.

However, if the Contract includes a Defects Rectification Period, and the Contractor has a claim against the Principal under Clause B21 or because of an event which occurred during the Defects Rectification Period, the Contractor may make that claim up to 28 days after the end of the Defects Rectification Period. If the claim is made after that time it is barred.

Payment is not evidence of the value of work or an admission of liability or that the work is satisfactory but is a payment on account only.

B21 DEFECTS RECTIFICATION PERIOD The Contractor is to make good any part of the Works which is not in conformity with the Contract either at Practical Completion or which becomes apparent during the Defects Rectification Period stated in the Annexure.

The Superintendent may direct the Contractor to correct, including remove or replace, any non-conforming work during the Defects Rectification Period and specify a reasonable time within which the Contractor is to comply with the direction. The direction may provide that in respect of the work of rectification there shall be a separate Defects Rectification Period of a stated duration not exceeding the period stated in the Annexure. The separate Defects Rectification Period shall commence on the date the Contractor completes the work of rectification. Clause B21 shall apply in respect of the work of rectification and the Defects Rectification Period for that work.

If the Contractor does not correct the non-conforming work within the time specified, the Superintendent may have the work corrected by others.

The Superintendent is to assess the reasonable costs of having the non-conforming work corrected by others and the Contractor is to pay the Principal those costs.

At the end of the Defects Rectification Period the Principal is to pay the Contractor retention moneys or return any unconditional undertakings less any amounts the Contractor is to pay the Principal.

This clause does not reduce the Contractor’s liability, whether arising under the Contract or otherwise. The Contractor’s liability continues until any limitation period under statute expires.

B22 DEFAULT AND INSOLVENCY Without prejudice to any other rights which the Principal has, if the Contractor commits a substantial breach of the Contract, including:

(a) failing to carry out a direction of the Superintendent within the time specified or if no time is specified, within a reasonable time;

(b) failure to adequately protect the health and safety of workers and the public;

(c) not progressing Works at a reasonable rate,

the Principal may, in writing, specify the breach and ask the Contractor to give reasons why the Principal should not take further action.

If the Contractor either fails to give a written response within 7 days of receiving the Principal’s notice, or fails to give reasons satisfactory to the Principal, then the Principal may:

Page 64: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 95 717 801 565 General Conditions of Contract

10Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

(a) immediately take over the uncompleted Works by notice in writing;

(b) suspend payments due or which would become due under Clause B20; and

(c) have the Works completed by others.

The Principal, through the Superintendent may immediately terminate the Contract by notice in writing to the Contractor, in which case the respective rights and liabilities of the parties shall be the same as they would be at common law if the Contractor had wrongfully repudiated the Contract.

The Superintendent is to calculate the difference between:

(a) the costs of having the Works Completed by others; and

(b) the amount of suspended payments and retention moneys held by the Principal.

If the calculation results in a shortfall to the Principal, the Contractor is to pay the amount of the shortfall to the Principal within seven days of a written demand for payment.

If the calculation results in an excess to the Principal, the Principal is to pay the amount of the excess to the Contractor.

B23 DISPUTES It shall be a condition precedent to commencing litigation that the parties follow the procedures set out in this Clause B23.

If either party is dissatisfied with an act or omission of the other party in connection with the Contract, including assessment of a claim, failure to agree, or an instruction, that party is to notify the Superintendent and the other party in writing of a dispute within 14 days of the act or omission. The notifying party is to provide particulars, including the factual and legal basis of any claimed entitlement.

If a party gives notice of a dispute but not within the time provided by this Clause, then it is not entitled to interest for the period before the party gave notice.

Within 7 days of the giving of the notice, the Contractor and Superintendent are to meet to attempt to resolve the dispute.

If the dispute is not resolved within 14 days after the notice providing particulars of the dispute, the parties are to appoint an independent Expert. If the parties fail to agree upon an Expert, either may request the Chief Executive Officer of the Australian Commercial Disputes Centre Ltd Sydney to nominate an Expert. If there is no Chief Executive Officer or the Chief Executive Officer fails to make a nomination within a reasonable time, the Principal is to nominate an Expert.

The person nominating the Expert is not to nominate:

- an employee of the Principal or Contractor,

- a person who has been connected with the Contract, or

- a person upon whose appointment the Principal and the Contractor have previously failed to agree.

When the person to be the Expert has been agreed on or nominated, the Principal, on behalf of both parties is to appoint the expert in writing, with a copy to the Contractor, setting out:

- the dispute being referred to the Expert for a decision,

- the Expert's fees,

- the procedures detailed in this Clause, and

- any other matters which are relevant to the engagement.

The Principal and the Contractor are to share equally the Expert's fees and out-of-pocket expenses, including security deposit if required. Each party is to otherwise bear their own costs and share equally any other costs of the process.

Each party is to make written submissions to the Expert and provide a copy to the other party as follows:

(a) Within 7 days after the appointment of the Expert, the notifying party is to submit details of the claimed act or omission.

(b) Within 14 days after receiving a copy of that submission, the other party is to submit a written response. That response can include cross-claims.

Page 65: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 95 717 801 565 General Conditions of Contract

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

11

The Expert is to decide whether the claimed event, act or omission did occur and, if so:

- when it occurred,

- what term of the Contract or other obligation in law, if any, requires the other party to pay the claimant money in respect of it, and

- the merits in law of any defence or cross-claim raised by the other party.

The Expert then decides the amount, if any, which one party is legally bound to pay the other on account of the event, act or omission.

The Expert is also to decide any other questions required by the parties, as set out in the dispute referred to the Expert.

In making the decision, the Expert acts as an expert and not as an arbitrator and is:

(a) not liable for acts, omissions or negligence;

(b) to make the decision on the basis of the written submissions from the parties and without formalities such as a hearing;

(c) required within 35 days of appointment to give the decision in writing, with brief reasons, to each party; and

(d) bound by the rules of natural justice.

The parties are to treat each decision of the Expert as final and binding and give effect to it:

(a) for amounts up to $500,000 excluding GST (calculated without including interest on the amount, and after allowing for set-offs). ;

(b) for amounts in excess of $500,000 excluding GST (calculated without including interest on the amount, and after allowing for set-offs), unless either party gives written notice to the other party within 14 days of receiving the decision that it does not accept the Expert’s decision and commences litigation within 42 days from the date of that notice.

Unless a party has a right to commence litigation under Clause C23,

if the Expert decides that one party owes the other party money, that party is to pay the money within 14 days of the receiving the decision of the Expert.

B24 WORKING HOURS AND WORKING DAYS Working hours and working days shall be up to 9 hours per day worked between 7.00 a.m. and 5.30 p.m. Monday to Friday, and 8.00 a.m. and 5.30 p.m. Saturdays, inclusive, but excluding public holidays and one day every 4 weeks, usually a Monday which is a rostered day off, unless otherwise stated in the Contract.

Working hours and working days shall not be varied without the prior approval of the Superintendent except when in the interests of safety of the work under the Contract or to protect life or property the Contractor finds it necessary to carry out work outside the working hours or on other than the working days stated in the Contract. In such cases the Contractor shall notify the Superintendent in writing of the circumstances as early as possible.

All costs attributable to the supervision by or on behalf of the Principal of work during times approved pursuant to the preceding paragraph shall be borne by the Principal, except where a variation to the working hours or working days is approved by the Superintendent for the convenience of the Contractor.

B25 COLLUSIVE ARRANGEMENTS In the event of the Contractor paying or allowing any money to or on behalf of a trade or industry association (above the published standard fee) or another tenderer in relation to this Contract and if such payment or allowance was not disclosed in the tender and approved by the Principal, this shall be a deemed breach of contract which will entitle the Principal to withhold from any payment due to the Contractor on any account an equivalent sum as liquidated damages.

In the event of the Contractor receiving any money or allowance from or on behalf of a trade or industry association or another tenderer in relation to this Contract and if such money or allowance was not disclosed in the tender and approved by the Principal, such money or the value of any allowance shall be held in trust for and become immediately payable to the Principal. Should such payment not be forthcoming the Principal shall be entitled to withhold from any payment due to the Contractor on any

Page 66: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 95 717 801 565 General Conditions of Contract

12Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

account an equivalent sum as liquidated damages.

B26 EXCHANGE OF INFORMATION BETWEEN GOVERNMENT AGENCIES The Contractor authorises the Principal to make information concerning the Contractor available to NSW government departments or agencies. Such information may include, but is not limited to, any information provided by the Contractor to the Principal and any information relating to the Contractor’s performance under the Contract.

The Contractor acknowledges that any information about the Contractor from any source, including substantiated reports of unsatisfactory performance may be taken into account by NSW government departments and agencies in considering whether to offer the Contractor future opportunities for NSW government work.

The Contractor acknowledges and agrees that the communication of such information by the Principal to any NSW government department or agency is a communication falling within Section 30(1) of the Defamation Act 2005 (NSW).

The Contractor releases and indemnifies the Principal and the State of NSW from and against any claim in respect of any matter arising out of such communications.

Without limitation of the above, the Contractor releases the Principal and the State of NSW from any claim it may otherwise have for any loss to the Contractor arising out of the Contractor’s performance under the Contract by the Principal, the communication of information relating to such assessment to any NSW government department or agency, or the use of such information by the recipient.

B27 TERMINATION FOR CONVENIENCE

B27.1 Termination Without prejudice to any of the Principal’s other rights under the Contract, the Principal may:

(a) at any time for its sole convenience, and for any reason, by written notice to the Contractor, terminate the Contract effective from the date stated in the Principal’s notice, or if no such time is stated, at the time the notice is given to the Contractor; and

(b) then, at its absolute discretion, complete the uncompleted part of the Works, either by itself or by engaging other contractors.

B27.2 Costs If the Principal terminates the Contract under Clause B27.1:

(a) the Contractor may make a Progress Claim under Clause B20;

(b) the Principal will only be liable for any reasonable costs (excluding, without limitation, loss of prospective income or profits) unavoidably and properly incurred by the Contractor prior to the date of termination, which are directly attributable to the termination as determined by the Superintendent;

(c) the Contractor must immediately hand over to the Principal all copies of any documents provided by the Principal under the Contract and any documents prepared by the Contractor to the date of termination (whether complete or not); and

(d) within 30 days after any termination of the Contract under Clause B27.1, the Principal shall release to the Contractor any security then held by the Principal.

The amount to which the Contractor is entitled under this Clause B27.2 will be a limitation on the Principal’s liability to the Contractor arising out of, or in any way in connection with, the termination of the Contract. The Contractor releases the Principal against any claim under the Contract or otherwise at law, arising out of or in connection with the termination of the Contract under Clause B27.1, other than for the amount payable under this Clause B27.2.

This Clause B27.2 survives the termination of the Contract by the Principal under Clause B27.1.

B27.3 Deemed termination for convenience If purported termination for cause by the Principal under Clause B22 is determined by a competent authority not to be properly a termination for cause, then that termination by the Principal will be deemed a termination for convenience under Clause B27.1, which termination has effect from the date of the notice of termination referred to in Clause B22, and the Contractor’s sole rights in such circumstances will

Page 67: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 95 717 801 565 General Conditions of Contract

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

13

be only those set out in Clause B27.2.

B28 SECURITY OF PAYMENT ACT

B28.1 Service and reference dates The Contractor agrees that:

(a) it will serve on the Superintendent, on the day on which it is received, a copy of any notice given to the Contractor, or to any subcontractor (which in this clause includes any supplier or secondary subcontractor) under the Security of Payment Act;

(b) a payment schedule under the Security of Payment Act may be provided by the Superintendent as agent for the Principal;

(c) the reference date is the 20th calendar day of the month; and

(d) for the purpose of s11 of the Security of payment Act, the Contractor is deemed to be a subcontractor.

B28.2 Payment schedule not conclusive Failure by the Superintendent to set out in a Payment Schedule an amount which the Principal is entitled to retain, deduct, withhold or set-off from the amount which would otherwise be payable to the Contractor by the Principal will not prejudice the Superintendent's ability to set out in a subsequent Payment Schedule an amount which the Principal is entitled to retain, deduct, withhold or set-off from the amount which would otherwise be payable to the Contractor by the Principal.

B28.3 Nominating Authority Pursuant to section 17(3) of the Security of Payment Act, the Contractor irrevocably chooses the Institute of Arbitrators and Mediators, Australia, as the authorised nominating authority.

B28.4 Indemnity The Contractor indemnifies the Principal against any claim, action, damage, loss, liability, cost, charge or expense (including legal costs on a solicitor/client basis) which the Principal pays, suffers, incurs or is liable for in connection with any suspension by a subcontractor under the Security of Payment Act or a failure by the Contractor to comply with its obligations under this Clause B28.

B29 WARRANTIES Without limiting any other provision of the Contract, the Contractor warrants to the Principal that:

(a) the Contractor is a body corporate which is duly incorporated in accordance with all legislative requirements, validly exists under all legislative requirements and has the capacity to sue or be sued in that name and to own property and conduct its business as it is being conducted;

(b) the Contractor has full power and authority to enter into, perform and observe its obligations under this Contract;

(c) the execution, delivery and performance of this Contract has been duly and validly authorised by the Contractor;

(d) this Contract constitutes valid and legally binding obligations on it and is enforceable against it by the Principal in accordance with its terms;

(e) each authorisation from, and filing and registration with, a government agency necessary to enable it to unconditionally execute and deliver and comply with its obligations under this Contract and carry on its principal business or activity has been obtained, effected and complied with;

(f) the unconditional execution and delivery of, and compliance with its obligations by it under this Contract do not:

(i) contravene any legislative requirement to which it or any of its property is subject or any order or directive from an authority binding on it or any of its property;

(ii) contravene its constituent documents;

(iii) contravene any agreement or instrument to which it is a party;

(iv) contravene any obligation of it to any other person; or

Page 68: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 95 717 801 565 General Conditions of Contract

14Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

(v) require it to make any payment or delivery in respect of any financial indebtedness before the scheduled date for that payment or delivery;

(g) no litigation, arbitration, mediation, conciliation or administrative proceedings are taking place, pending, or to the knowledge of any of its officers after due inquiry, are threatened which, if adversely decided, could have an adverse effect on its ability to perform its obligations under this Contract;

(h) unless otherwise disclosed in this Contract, it is not entering into this Contract as trustee of any trust or settlement;

(i) the Contractor has not made any false declaration in respect of any current or past dealings with the Principal, the Commonwealth or any authority, including in any tender or application process or in any agreement;

(j) the Contractor has had no significant deficiency in the performance of any substantive requirement or obligation under any prior agreement with the Principal, the Commonwealth or any authority which would adversely affect its ability to perform this Contract;

(k) the Contractor at all times will have the necessary resources to perform the project and will use those resources to perform work under the Contract.

(l) the Contractor at all times shall be suitably qualified and experienced, and shall exercise due skill, care and diligence in the carrying out and completion of work under the Contract;

(m) the Contractor shall carry out work under the Contract so that the Works, when completed, shall:

i) be fit for the purposes stated in, or reasonably inferred from, the Contract; and

ii) comply with all requirements of the Contract; and

(n) the Contractor will use its best endeavours, including all reasonable building aids and methods, to prevent and/or minimise delays to work under the Contract.

The warranties in this clause remain unaffected notwithstanding any variation or any review, comment or direction of the Superintendent.

B30 INNOVATION The Contractor may, at its own cost, submit in writing to the Principal a proposal for changes to the Works, including the design or materials, which are likely to offer significant benefits (including long-term or repeated benefits) to the Principal. The proposal must include:

i. details of the proposed change to the Works and the estimated change in the Contract Sum; ii. potential risks to the Principal and the Contractor if the proposal is accepted; iii. any changes required to Date for Practical Completion; iv. projected changes in Operating and maintenance costs; v. projected changes in whole-of-life costs; and vi. any benefit the Contractor will receive.

The proposal must not include anything which might adversely affect the quality of design, construction, operation, maintenance or the fitness for purpose of the Works. Proposed changes must be consistent with the purposes of the Contract.

The Principal must consider the Contractor’s proposal, but is not bound to accept any proposal or proposed change. The Principal may accept the proposal subject to conditions but the Contractor may withdraw the proposal if such conditions are not acceptable to the Contractor. No claim will arise out of the Principal’s consideration of, or failure to accept, any proposal.

The parties must agree on the financial benefit to each party of a proposal before any proposal proceeds. The agreed financial benefit will be shared equally between the parties.

B31 PROPORTIONATE LIABILITY The parties agree that, to the extent permitted by law, the operation of Part 4 of the Civil Liability Act 2002 (NSW) is excluded in relation to all and any rights, obligations and liabilities of the parties under this Contract, whether such rights, obligations or liabilities are sought to be enforced as a breach of contract or a claim in tort or otherwise.

Page 69: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 95 717 801 565 General Conditions of Contract

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

15

Without limiting the above, the parties agree that their rights, obligations and liabilities are as specified in this Contract and not otherwise whether such rights, obligations and liabilities are sought to be enforced by a claim in contract, tort or otherwise.

B32 SEPARABLE PORTIONS The interpretations of Practical Completion and Clauses B5, B7, B18, B19 and B21 shall apply separately to each Separable Portion and references therein to the Works and to work under the Contract shall mean so much of the Works and the work under the Contract as is comprised in the relevant Separable Portion.

If the Contract does not make provision for the amount of security, retention moneys, liquidated damages or bonus applicable to a Separable Portion, the respective amounts applicable shall be such proportion of the security, retention moneys, liquidated damages or bonus applicable to the whole of the work under the Contract as the value of the Separable Portion bears to the value of the whole of the work under the Contract.

B33 SUPERINTENDENT The parties agree that the Superintendent shall act as agent and representative of the Principal (including for the purpose of receiving payment claims, providing payment schedules and making payment on behalf of the Principal, under the Security of Payment Act), and not as an independent certifier, valuer or assessor.

The Contractor must comply with all directions given by the Superintendent.

If the Contractor does not comply with a direction given by the Superintendent, then:

(a) the Superintendent may issue a notice to the Contractor requiring compliance within a reasonable time stated in the notice; and

(b) if the Contractor does not comply with the requirements of the Superintendent’s notice, the Superintendent as agent of the Principal may engage and pay others to carry out the direction within the time and manner specified by the Superintendent as agent of the Principal, and all costs and expenses incurred by the Principal in so doing may be recovered by the Principal as a debt due to the Principal by the Contractor, or may be deducted by the Superintendent as agent of the Principal from any moneys which may then be or later become payable to the Contractor by the Principal.

B34 SUPERINTENDENT’S REPRESENTATIVE The Superintendent may from time to time appoint individuals to exercise any functions of the Superintendent under the Contract but not more than one Superintendent's Representative shall be delegated the same function at the same time. The appointment of a Superintendent's Representative shall not prevent the Superintendent from exercising any function.

The Superintendent shall forthwith notify the Contractor in writing of:

- the appointment and the name of any Superintendent's Representative and the functions delegated to the Superintendent's Representative;

- the termination of the appointment of a Superintendent's Representative.

If the Contractor makes a reasonable objection to the appointment, the Superintendent shall terminate the appointment.

B35 CONTRACTOR’S REPRESENTATIVE The Contractor shall personally superintend the execution of the work under the Contract or, at all times during which any activities relating to the execution of the work under the Contract are taking place, have a competent representative present on the Site and, if required by the Superintendent, at other places at which activities relating to the execution of the work under the Contract are taking place.

The Contractor shall notify the Superintendent in writing of the name of the representative and of any subsequent changes. Any direction shall, if given to any Contractor’s representative be deemed to have been given to the Contractor.

Matters within the knowledge of a representative of the Contractor shall be deemed to be within the knowledge of the Contractor.

Page 70: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 95 717 801 565 General Conditions of Contract

16Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

If the Superintendent makes a reasonable objection to the appointment of a representative, the Contractor shall terminate the appointment and appoint another representative.

Page 71: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 95 717 801 565 General Conditions of Contract

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

17

SCHEDULE 1 - APPROVED FORM OF UNCONDITIONAL UNDERTAKING

At the request of ___________________________________________________ ('the Contractor’) and

in consideration of _________________________________________________ ('the Principal')

accepting this undertaking in respect of the contract

for_________________________________________________________________________________

___________________________________ (‘the Contract’),

______________________________________ ('the Financial Institution') unconditionally undertakes to

pay on demand any sum or sums which may from time to time be demanded by the Principal to a

maximum aggregate sum of

___________________________________________________________________________________

______ _________________________________________ ($_________________________) (‘the

Sum’).

The undertaking is to continue until notification has been received from the Principal that the Sum is no longer required by the Principal or until this undertaking is returned to the Financial Institution or until payment to the Principal by the Financial Institution of the Sum or such part as the Principal may require.

Should the Financial Institution be notified in writing, purporting to be signed by or for and on behalf of the Principal that the Principal requires payment to be made of the whole or any part or parts of the Sum, it is unconditionally agreed that the Financial Institution will make the payment or payments to the Principal forthwith without reference to the Contractor and notwithstanding any notice given by the Contractor not to pay same.

Provided always that the Financial Institution may at any time without being required so to do pay to the Principal the Sum less any amount or amounts it may previously have paid under this undertaking or such lesser sum as may be required and specified by the Principal and thereupon the liability of the Financial Institution hereunder shall immediately cease.

DATED at ___________________________ this _________________ day of ________________ 20__

Page 72: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 95 717 801 565 General Conditions of Contract

18Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

[blank]

Page 73: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 95 717 801 565 General Conditions of Contract

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

19

SCHEDULE 2 - STATUTORY DECLARATION

Definitions

The Principal is: ______________________________________________________________________ (insert name of Principal)

The Contractor is: ____________________________________________________________________ (insert name of Contractor)

ACN/ABN _____________________________________ (insert ACN and/or ABN of Contractor)

The Contract is: Contract No _____________________ (insert Contract No)

Contract Title __________________________________________________________

__________________________________________________________ (insert Contract Title)

Dated _____________________ (insert date at which the Contract came into effect e.g.: date of Letter of Acceptance)

between the party identified as the Principal and the party identified as the Contractor.

Declaration I, __________________________________________________________________________________ (insert full name of Declarant)

of _________________________________________________________________________________ (insert address)

do hereby solemnly declare and affirm that:

1 I am the representative of the Contractor in the Office Bearer capacity of

______________________________________________________________________________ (insert position title of the Declarant)

2 I am in a position to make this statutory declaration about the facts attested to.

REMUNERATION OF CONTRACTOR'S EMPLOYEES ENGAGED TO CARRY OUT WORK IN CONNECTION WITH THE CONTRACT 3 All remuneration payable to the Contractor’s relevant employees for work done in connection with

the Contract to the date of this statutory declaration has been paid and the Contractor has made provision for all other benefits accrued in respect of the employees.

Relevant employees are those engaged in carrying out the work done in connection with the Contract.

Remuneration means remuneration or other amounts payable to relevant employees by legislation, or under an industrial instrument, in connection with work done by the employees [s127(6) of the Industrial Relations Act 1996].

REMUNERATION OF THE EMPLOYEES OF SUBCONTRACTORS ENGAGED TO CARRY OUT WORK IN CONNECTION WITH THE CONTRACT 4 The Contractor is / is not a principal contractor for the work done in connection with the (delete the words in italics that are not applicable)

Contract, as defined in section 127 of the Industrial Relations Act 1996.

Page 74: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 95 717 801 565 General Conditions of Contract

20Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

5 Where the Contractor is also a principal contractor for work done in connection with the Contract, the Contractor has been given a written statement in its capacity of principal contractor under section 127(2) of the Industrial Relations Act 1996 by each subcontractor in connection with that work stating that all remuneration payable by each subcontractor to the subcontractor’s relevant employees for work done in connection with the Contract to the date of this declaration has been paid, and each subcontractor has made provision for all other benefits accrued in respect of each subcontractor’s employees.

6 I am aware that the Industrial Relations Act 1996 requires any written statement provided by subcontractors must be retained for at least 6 years after it was given and declare that the Contractor has accordingly made arrangements for the secure retention of the written statements.

WORKERS COMPENSATION INSURANCE OF THE CONTRACTOR’S WORKERS 7 All workers compensation insurance premiums payable by the Contractor to the date of this

statutory declaration in respect of the work done in connection with the Contract have been paid. This statutory declaration is accompanied by a copy of any relevant certificate of currency in respect of that insurance.

WORKERS COMPENSATION INSURANCE FOR WORKERS OF SUBCONTRACTORS 8 The Contractor is / is not a principal contractor for work done in connection with the (delete the words in italics that are not applicable)

Contract, as defined in section 175B of the Workers Compensation Act 1987.

9 Where the Contractor is also a principal contractor for work done in connection with the Contract, the Contractor has been given a written statement under section 175B of the Workers Compensation Act 1987 in the capacity of principal contractor in connection with that work to the intent that all workers compensation insurance premiums payable by each subcontractor in respect of that work done to the date of this statutory declaration have been paid, accompanied by a copy of any relevant certificate of currency in respect of that insurance.

10 I am aware that the Workers Compensation Act 1987 requires any written statement provided by subcontractors and any related certificate of currency must be retained for at least 7 years after it was given and declare that the Contractor has accordingly made arrangements for the secure retention of the written statements.

EMPLOYER UNDER THE PAY-ROLL TAX ACT 11 The Contractor is registered as / is not required to be registered as an employer (delete the words in italics that are not applicable)

under the Pay-roll Tax Act 2007 (NSW).

12 All pay-roll tax payable by the Contractor in respect of wages paid or payable to the relevant employees for work done in connection with the Contract to the date of this statutory declaration has been paid.

13 The Contractor is / is not a principal contractor for work done in connection with the (delete the words in italics that are not applicable)

Contract, as defined in section 17 of Schedule 2 to the Pay-roll Tax Act 2007 (NSW).

14 Where the Contractor is also a principal contractor for work done in connection with the Contract, the Contractor has been given a written statement under section 18 of Schedule 2 to the Pay-roll Tax Act 2007 (NSW) in the capacity of principal contractor in connection with that work to the intent that all pay-roll tax payable by each subcontractor in respect of the wages paid or payable to the relevant employees for that work done to the date of this statutory declaration has been paid.

15 I am aware that the Pay-roll Tax Act 2007 (NSW) requires any written statement provided by subcontractors must be retained for at least 5 years after it was given and declare that the Contractor has accordingly made arrangements for the secure retention of the written statements.

Page 75: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 95 717 801 565 General Conditions of Contract

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

21

PAYMENTS TO SUBCONTRACTORS

16 The Contractor has paid every subcontractor, supplier and consultant all amounts payable to each of them by the Contractor as at the date of this statutory declaration with respect to engagement of each of them for the performance of work or the supply of materials for or in connection with the Contract.

17 The provisions of clause “SECURITY OF PAYMENT”, if included in the Contract, have been complied with by the Contractor.

18 The Contractor has been informed by each subcontractor and consultant to the Contractor (except for subcontracts and agreements not exceeding $25,000 at their commencement) by written statement in equivalent terms to this declaration (made no earlier than the date 14 days before the date of this declaration):

.1 that their subcontracts with their subcontractors, consultants and suppliers comply with the requirements of clause “SECURITY OF PAYMENT”, if included in the Contract, as they apply to them; and

.2 that all of their employees, subcontractors, consultants and suppliers, as at the date of the making of such a statement have been paid all remuneration and benefits due and payable to them by, and had accrued to their account all benefits to which they are entitled from, the subcontractor or consultant of the Contractor or from any other of their subcontractors or consultants (except for their subcontracts and agreements not exceeding $25,000 at their commencement) in respect of any work for or in connection with the Contract.

19 I am not aware of anything to the contrary of any statutory declaration referred to in paragraph 18 of this declaration and on the basis of the statements provided, I believe the matters set out in paragraph 18 to be true.

20 And I make this solemn declaration, as to the matters aforesaid, according to the law in this behalf made, and subject to the punishment by law provided for any wilfully false statement in any such declaration.

_______________________________________ (Signature of Declarant)

Declared at ___________________________________________________________ on (insert place)

_______________________________________________________________________ (day) (month) (year)

Before me:

_______________________________________ (Signature of legally authorised person* before whom the declaration is made)

_______________________________________ (Name of person* before whom the declaration is made)

_______________________________________ (Title of person* before whom the declaration is made)

Page 76: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 95 717 801 565 General Conditions of Contract

22Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

Notes: 1. In this declaration:

1. the words “principal contractor”, “employee”, “employees” and “relevant employees” have the meanings applicable under the relevant Acts;

2. the word “subcontractor” in paragraphs 5, 6, 9, 10, 14 and 15 has the meaning applicable under the relevant Act; and

3 otherwise the words “Contractor”, “subcontractor”, “supplier” and “consultant”, have the meanings given in or applicable under the Contract.

2. * The declaration must be made before one of the following persons:

(a) where the declaration is sworn within the State of New South Wales:

i) a justice of the peace of the State of New South Wales;

ii) a solicitor of the Supreme Court of New South Wales with a current practising certificate;

iii) a notary public; or

iv) another prescribed person legally authorised to administer an oath under the Oaths Act (NSW);

or

(b) where the declaration is sworn in a place outside the State of New South Wales:

i) a notary public; or

ii) any person having authority to administer an oath in that place.

Page 77: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 95 717 801 565 General Conditions of Contract

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

23

ANNEXURE This Annexure shall be read as part of the General Conditions of Contract.

The Superintendent: The Principal may at any time change the person for any reason by giving written notice (Clause B1)

Bogan Shire Council

The period to submit the completed design: (Clause B3)

4 Weeks

For insurance purposes, the value of materials to be supplied by the Principal: (Clause B6)

$N/A

The documents supplied prior to the Date of Acceptance of Tender: (Clause B8.3)

Section A - General Specification

Section B - General Conditions of Contract

Section C - Tender Schedules

Section D - Conditions of Tendering

Attachment 1 - Relevant as built electrical drawings

Attachment 2 - P&ID

Attachment 3 - Site Plan Nyngan WTP

Attachment 4 - Site Photos

The time for giving possession of the Site: (Clause B10)

the Contractor is deemed to have possession of the Site on submission of evidence of insurances in accordance with Clause C6, attendance at the WHS Management Meeting, and submission of complying WHS Management Plan

The time for Practical Completion: (Clause B18)

20 weeks after the date of the letter of acceptance

Liquidated Damages per day: (Clause B19)

$250 per day

The time for submission of written claim for payment: (Clause B20)

end of each calendar month

The Defects Rectification Period: (Clause B21)

12 months

The amount of Long Service Levy already paid by the Principal: (Clause B26)

Nil

[END GENERAL CONDITIONS OF CONTRACT]

Page 78: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 95 717 801 565 General Conditions of Contract

24Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

[blank]

Page 79: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 68 886 242 083 Tender Schedules

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

TENDER SCHEDULES

BACKWASH AUTOMATION AT NYNGAN WTP CONTRACT NO: 2019/1/BACKWASH AUTOMATION

Engineering Department 6 May 2019

Page 80: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 68 886 242 083 Tender Schedules

Section C TENDER SCHEDULES BACKWASH AUTOMATION AT NYNGAN WTP

Complete and submit Tender(s) comprising at least;

- the enclosed Form of Tender;

- any of the enclosed Tender Schedules noted to be submitted with the Form of Tender; and

- any information or attachments noted on the enclosed Tender Schedules to be submitted with the Form of Tender.

If alternative offers are to be submitted, duplicate the enclosed forms and submit a complete set for each alternative suitably identified to differentiate between each alternative.

Note: The Word version of the Schedule of Rates must not be altered by the Tenderer except for the inclusion of Rates and / or Lump Sums. The content of the original Schedule of Rates issued in ‘pdf’ format will take precedence over any changes which the Tenderer may make to the Word version.

Page 81: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 68 886 242 083 Tender Schedules

CONTENTS

C1 FORM OF TENDER

C2 SCHEDULE OF RATES C2.1 General C2.2 Application of Schedule of Rates C2.3 Schedule of Rates Table C2.4 Rates

C3 SCHEDULE OF DEPARTURES / QUALIFICATIONS

C4 SCHEDULE OF TECHNICAL INFORMATION

C5 SCHEDULE OF WHS INFORMATION

C6 FINANCIAL ASSESSMENT INFORMATION

C7 SCHEDULE OF COLLUSIVE ARRANGEMENTS

C8 SCHEDULE OF CONFLICT OF INTEREST

C9 SCHEDULE OF SUBCONTRACTORS

C10 PROGRAM

C11 SCHEDULE OF RELEVANT RECENT EXPERIENCE

C12 SCHEDULE OF CURRENT WORK COMMITMENTS

C13 METHODOLOGY AND UNDERSTANDING OF PROJECT

C14 SCHEDULE OF KEY PERSONNEL

C15 SCHEDULE OF CURRENT INSURANCE

Page 82: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 68 886 242 083 Tender Schedules

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

C1 FORM OF TENDER I/We the undersigned do hereby undertake and agree to execute and perform the whole of the work in connection with Contract 2019/1/BACKWASH AUTOMATION and Bogan Shire Council, all in accordance with the Contract Documents as defined in the General Conditions of Contract for the Rates nominated in the Schedule of Rates plus GST.

The Tender Documents including annexures and Schedules required to be completed and submitted with this Tender have been inspected by me/us.

In consideration of the sum of ten cents payable to me/us by the Principal on demand, I/we the undersigned hereby agree that I/we will not withdraw this Tender before the expiry of the period sixty days from and after the date of closing of Tenders.

I/we the undersigned do hereby warrant and represent that:

(1) the Tenderer has fully acquainted itself with all the documents referred to in the tender documents and all related matters;

(2) the Tenderer agrees to be bound by the Conditions of Tendering;

(3) the Tenderer will comply with the request for tender, all tender documents and the Contract but for any details of any non-compliance which are set out in Tender Schedule C3 Schedule of Departures / qualifications;

(4) all of the information in its Tender is true and correct;

(5) it has made its own enquires and investigations and has obtained professional advice and all other relevant information so as to inform itself of all risks and contingencies that may affect its Tendered price and allowed for such risks and contingencies in its Tendered price;

(6) neither it, nor its officers, employees, agents or advisers, have violated any applicable laws or Principal’s policies regarding the offering of unlawful inducements in connection with the preparation of its Tender; and

(7) the Tender incorporates the following amendments, corrections and/or additional material provided by the Principal in any Addendum:

_________________________________________________________________________

_________________________________________________________________________

Name of Tenderer __________________________________________________________________

A.B.N ___________________________________ A.C.N__________________________________

Dated this _________________________________________ day of ___________________ 20____

Signed on behalf of Tenderer _________________________________________________________

Name (please print) ________________________________________________________________

Address of Tenderer ________________________________________________________________

_________________________________________________________________________________

Address for Service of Notices ________________________________________________________

_________________________________________________________________________________

Business Phone( ____ ) ___________________ Facsimile ( ____ ) __________________

Contact Name ____________________________________________________________

Witness _________________________________________________________________

Page 83: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 68 886 242 083 Tender Schedules

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

C2 SCHEDULE OF RATES Complete this Schedule and submit with the Form of Tender

C2.1 General In the event of a discrepancy between the amounts stated in any table for a line item, and the product of the quantity and the rate for the line item, the rate is deemed to be correct. In the event of any discrepancy between a stated total and the sum of the amounts to be included in the total, the total shall be the sum of the correct amounts for the line item.

All Goods and Services Tax is to be included separately in the specific "GST" line item.

C2.2 Application of Schedule of Rates

Unless specified otherwise below, the Principal shall not be obliged to make payment for plant or materials not yet incorporated in the Works unless the Contractor provides security additional to and in one of the forms provided for by Clause B7 Minor General Conditions, in an amount equal to the payment claimed for the plant or materials. Item 1 - WHS, Environmental and Quality Management Documentation and Implementation Payment : Payment will be made as 80% on issuing and acceptance of all quality documents and 20% at practical completion.

Submit : The following documents • WHS plan • Environmental plan • Quality Management plan

Item 2 – Electrical Design Development Payment : Payment will be made as follows;

• 80% on the approval of the electrical drawings • 20% on the approval of the work as constructed drawings

Item 3 – Mechanical Design Development Payment : Payment will be made as follows;

• 100% on the approval of the drawings Item 4 – Design review workshop Payment : Payment will be made as 100% on completion of the design review workshop.

Submit : The following documents • Electrical drawings • Mechanical drawings • Design calculations • Safety in design plan • Minutes of the workshop

Item 5 - Electrical Installation Payment : Payment will be made as follows;

• 30% Procurement and delivery of materials onto site • 40% on installation of the materials • 30% on completion of commissioning

Page 84: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 68 886 242 083 Tender Schedules

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

Item 6 – Mechanical Modifications and installation Payment : Payment will be made as follows;

• 30% Procurement and delivery of materials onto site • 40% on installation of the materials • 30% on completion of commissioning

Item 7 – Replacement Pipework Payment : Payment will be made as follows;

• 30% Procurement and delivery of materials onto site • 40% on installation of the materials • 30% on completion of commissioning

Item 8 – Pre-Commissioning & Commissioning Payment : Payment will be made as follows;

• 25% on successful Pre-commissioning • 25% on issuing of Pre-commissioning ITPs • 25% on successful Commissioning • 25% on issuing of Commissioning ITPs

Item 9 – Training and documentation Payment : Payment will be made as a lump sum at the completion of training and the delivery of all Work as executed drawings, documents and manuals. Item 10 – Decommissioning and removal of redundant equipment and cabling Payment : Payment will be made as a lump sum, paid at practical completion. Item 11 – Spare Parts Payment : Payment will be made as a lump sum, paid at practical completion. Item 12 - Water Quality Instrumentation Payment : Payment will be made as follows;

• 30% Procurement and delivery of materials onto site • 40% on installation of the materials • 30% on completion of commissioning

Name of Tenderer ____________________________________________________________________ Signature on behalf of Tenderer_________________________________ Date ____________________

Page 85: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 68 886 242 083 Tender Schedules

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

C2.3 Schedule of Rates Table

All Goods and Services Tax is to be included separately in the specific "GST" line item.

Item Item Description Qty Unit

Amount

1 WHS, Environmental and Quality Management Documentation and implementation

Item Lump Sum

2 Electrical Design Development Item Lump Sum

3 Mechanical Design Development Item Lump Sum

4 Design review work shop Item Lump Sum

5 Electrical Installation (including panels and PLC hardware) Item Lump Sum

6 Mechanical Modifications and installation (including valves, pipework, fittings and actuators)

Item Lump Sum

7 Pipework Replacement (including design of thrust blocks and supports)

Item Lump Sum

8 Pre-Commissioning & Commissioning Item Lump Sum

9 Training and documentation Item Lump Sum

10 Decommissioning and removal of redundant equipment and cabling

Item Lump Sum

11 Spare Parts Item Lump Sum

12 Water Quality Instruments (supply and installation by vendor)

Item Lump Sum

13 Other (please specify)

Item Lump Sum

TOTAL (excluding GST) (A) $

GST (B) $

TOTAL (A+B) $ Name of Tenderer ____________________________________________________________________ Signature on behalf of Tenderer_________________________________ Date ____________________

Page 86: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 68 886 242 083 Tender Schedules

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

C2.4 Rates

Item Item Description Qty Unit Rate $/unit

(exGST)

Amount

Lead Engineer 1 Hour

Senior Engineer 1 Hour

Project Engineer 1 Hour

Junior Engineer 1 Hour

Accommodation 1 Day

Meals 1 Day

Travel Allowance / Car 1 Day

Name of Tenderer ____________________________________________________________________ Signature on behalf of Tenderer_________________________________ Date ____________________

Page 87: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 68 886 242 083 Tender Schedules

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

C3 SCHEDULE OF DEPARTURES / QUALIFICATIONS Complete this Schedule and submit with the Form of Tender.

Enter details of ALL requirements of the General Specification, Technical Specification and Drawings with which the Tenderer’s offer does not comply. If the Tenderer offers specific makes and models of equipment, the Principal shall rely on the Tenderer to list all non-compliances in this Schedule. The Tender shall be deemed to comply with all requirements unless details are entered in this Schedule.

If the Tenderer fails to record the impacts for full compliance, the Principal at its discretion may determine that the Tender is non-conforming or make its own assessment of the non-compliance(s).

Clause, Drawing or other

Reference.

Description of Departure/Qualification from Specified Requirement

Impact on Tender (cost/time) for full

compliance (i.e. to withdraw the

Departure/Qualification)

Name of Tenderer ____________________________________________________________________ Signature on behalf of Tenderer_________________________________ Date ____________________

Page 88: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 68 886 242 083 Tender Schedules

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

C4 SCHEDULE OF TECHNICAL INFORMATION Complete this Schedule and submit with the Form of Tender

ELECTRICAL EQUIPMENT DETAILS

DESCRIPTION Details (including manufacturer / supplier & Part number) Valves Inlet Valve Washout Valve Air Scour Valve Backwash Inlet Valve Actuator Modulating Controller Other (specify)

Compressed Air Air Compressors After cooler Air Receiver Dryer

Air Filter Pressure Regulators Other (specify) Water Quality Instrumentation Turbidity Analyser Sample Pump Other (specify) Other (please specify)

Name of Tenderer ____________________________________________________________________ Signature on behalf of Tenderer_________________________________ Date ____________________

Page 89: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 68 886 242 083 Tender Schedules

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

C5 SCHEDULE OF WHS INFORMATION Complete this Schedule and submit with the Form of Tender

Consideration will be given to the safety record and commitment to safety of the Tenderer when assessing Tenders.

Safety Officer Does your Company have a designated Safety Officer? YES / NO

Name

Business Phone

WHS Management System

Do you have a Corporate WHS Management System?

If YES: Does the system address:

YES / NO

Corporate WHS Policy? (if yes provide copy) YES / NO

Management responsibilities? YES / NO

Employee consultation? YES / NO

Risk Management? YES / NO

WHS Training? YES / NO

Subcontracting & purchasing? YES / NO

Health & safety workplace inspections? YES / NO

WHS Performance Reporting? YES / NO

Incident management and corrective action? YES / NO

If YES to the above, submit evidence if requested.

Is the system accredited as complying with the requirements of the NSW Government Work Health & Safety Management System and Auditing Guidelines (Edition 5)?

YES / NO

If YES: Submit evidence of accreditation of the System

If NO: Submit a copy of the Corporate WHS Management System

If the System is otherwise accredited or certifed what standard was used to accredit or certify the System?

When was the last review/audit of the System?

Have you previously prepared Safety Management Plans and Safe Work Method Statements in accordance with the NSW Government OH&S Management Systems Guidelines? (If YES provide client contact details)

YES / NO

Contract Contact Phone

Name of Tenderer ____________________________________________________________________ Signature on behalf of Tenderer_________________________________ Date ____________________

Page 90: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 68 886 242 083 Tender Schedules

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

SCHEDULE OF WHS INFORMATION (continued)

Safety Statistics

Number of Lost Time Injuries in past 5 years

Number of Lost Time Injuries in past 12 months

Current Lost Time Injury Frequency Rate

Number of WorkCover Improvement Notices received in last 5 yrs

Number of WorkCover Prohibition Notices received in last 5 yrs

Number of WorkCover Penalty Notices (on the spot fines) in last 5 yrs

Number of WorkCover prosecutions in last 5 yrs

Provide details of Lost Time Injuries, Improvement/Prohibition/Penalty Notices and prosecutions (attach to Schedule)

Page 91: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 68 886 242 083 Tender Schedules

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

C6 FINANCIAL ASSESSMENT INFORMATION Only submit the information listed below when requested by the Principal

By tendering for this Contract, the Tenderer agrees that the Principal may have the Tenderer’s financial capacity assessed and that the Tenderer’s financial details may be obtained for assessment. Financial assessors engaged by the Principal shall not disclose such details, either in whole or in part, to any party other than NSW Government departments or agencies without the express written permission of the Tenderer.

(1) Financial Statements for last three years for the entity under consideration, including:

(a) Balance Sheets,

(b) Profit and Loss Statement,

(c) Detailed Profit and Loss Statement,

(d) Statement of Cash Flows,

(e) Notes to and Forming Part of the Accounts,

(f) An Accountant’s Report,

(g) Where existing, Auditor's Reports,

(h) Consolidated accounts of a parent organisation or group to which the entity belongs are not acceptable.

(2) Where latest financial statement is more than 6 months old, the latest management report showing a trading statement, a profit and loss statement, and a balance sheet.

(3) Where the company is required to lodge audited financial statements with ASIC, copies of these statements for the last three years.

(4) Where any financial statement supplied is not audited, copies of the entity's tax return for the latest year.

(5) A letter from the Tenderer's banker providing details of overdraft and guarantee facilities including:

(a) Bank, Branch, and Account Names,

(b) Type and limit of bank overdraft facility,

(c) Type and limit of bank guarantee facility,

(d) Current bank overdraft balance,

(e) Number and amount of bank guarantees outstanding,

(f) Details of other bank funding facilities available to the Tenderer, such as term loans, lines of credit, commercial bills and other debt instruments.

(6) List of current and upcoming projects including name of client, project, estimated value, start and completion dates and % completed. List of recently completed projects. Details & value of largest project completed in last 2 years.

(7) Forecast budget for forthcoming financial year including Revenue and Profit and Loss.

(8) Names and contact numbers of major suppliers and subcontractors.

(9) Details relating to the Tenderer’s history and Directors’ Profiles.

Name of Tenderer ____________________________________________________________________ Signature on behalf of Tenderer_________________________________ Date ____________________

Page 92: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 68 886 242 083 Tender Schedules

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

C7 SCHEDULE OF COLLUSIVE ARRANGEMENTS Complete this Schedule and submit with the Form of Tender

By signing this Schedule the Tenderer warrants and represents to the Principal and agrees with the Principal that it is a condition precedent to any Contract between the Tenderer and the Principal that:

(a) The Tenderer has no knowledge of the Tender price of any other Tenderer for the work to be carried out under the Contract.

(b) Except as disclosed hereunder and approved by the Principal, the Tenderer has not entered into any contract, arrangement or understanding to pay or allow any money directly or indirectly to a trade or industry association (above the published standard fee) or to or on behalf of any other Tenderer in relation to this Tender or any contract to be entered into consequent thereon, nor paid or allowed any money on that account, nor will the Tenderer pay or allow any money on that account.

(c) In the event of the successful Tenderer paying or allowing any money to or on behalf of a trade or industry association (above the published standard fee) or another Tenderer in relation to this Contract and if such payment or allowance was not disclosed in the Tender and approved by the Principal, this shall be a deemed breach of contract which will entitle the Principal to withhold from any payment due to the successful Tenderer on any account an equivalent sum as liquidated damages.

(d) Except as disclosed hereunder and approved by the Principal, the Tenderer has not entered into any contract, arrangement or understanding to receive any money or allowance directly or indirectly from a trade or industry association or from or on behalf of any other Tenderer in relation to this Tender or any contract to be entered into consequent thereon, nor received any money or allowance on that account, nor will the Tenderer receive any money or allowance on that account.

(e) In the event of the successful Tenderer receiving any money or allowance from or on behalf of a trade or industry association or another Tenderer in relation to this Contract and if such money or allowance was not disclosed in the Tender and approved by the Principal, this shall be a deemed breach of contract. Such money or the value of any allowance shall be held in trust for and become immediately payable to the Principal. Should such payment not be forthcoming the Principal shall be entitled to withhold from any payment due to the successful Tenderer on any account an equivalent sum as liquidated damages.

Nature of Arrangement

(eg: cash payment, allowance, etc.)

To/From Whom Particulars

(eg: trade association fee, agreement with Tenderer,

etc.)

Amount

($)

Payments

Receipts

Total

Name of Tenderer ____________________________________________________________________ Signature on behalf of Tenderer_________________________________ Date ____________________

Page 93: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 68 886 242 083 Tender Schedules

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

C8 SCHEDULE OF CONFLICT OF INTEREST Complete either “Declaration A" or “Declaration B" as appropriate and submit this Schedule

with the Form of Tender

Declaration A I, __________________________________________________________________________________ name - please print

of _________________________________________________________________________________ address

declare that no owner, manager or employee of

_________________________________________________________________________________ business name

nor any family members of any owner, manager or employee of the aforementioned business, have any association with the management or employees of Bogan Shire Council or Hunter H2O which could reasonably be regarded as a potential conflict of interest in relation to this Tender.

Signature of Tenderer ___________________________________ Date _______________

Declaration B I, __________________________________________________________________________________ name - please print

of _________________________________________________________________________________ address

declare that there is an association between an owner, manager or employee of

_________________________________________________________________________________ business name

or a family member of an owner, manager or employee of the aforementioned business and the management or employees of Bogan Shire Council and Hunter H2O which could reasonably be regarded as a potential conflict of interest in relation to this Tender.

Details of the association are as under:

Name of Person Position Nature of Association

____________________________________________________________________________________

____________________________________________________________________________________

____________________________________________________________________________________

____________________________________________________________________________________

Name of Tenderer ____________________________________________________________________ Signature on behalf of Tenderer_________________________________ Date ____________________

Page 94: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 68 886 242 083 Tender Schedules

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

C9 SCHEDULE OF SUBCONTRACTORS Complete this Schedule and submit with the Form of Tender. If requested by the Principal, submit details

of relevant experience of proposed subcontractors.

Tenderers shall set out in the Schedule provided, full details of those parts of the works it is proposed to subcontract and, if known at the time of tendering, details of the proposed subcontractor.

Scope of Work Name and Address of Proposed Subcontractor

Electrical panel manufacture and Installation

Mechanical installation

Instrumentation Vendor Installer

Other

Name of Tenderer ____________________________________________________________________ Signature on behalf of Tenderer_________________________________ Date ____________________

Page 95: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 68 886 242 083 Tender Schedules

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

C10 PROGRAM Submit a program with the Form of Tender

The program is to be in the form of a preliminary bar chart and network diagram, showing the following:

- Submission of documentation by the Contractor.

- Sequence of work.

- Periods within which various stages or parts of the work are to be executed.

- Critical paths of activities related to the work.

- Allowance for holidays.

- Restraints imposed by the Contract documents.

- Significant milestones including separable portions, if any.

- Activity inter-relationships, including those activities to be undertaken by subcontractors and suppliers, both on and off site.

- External dependencies including provision of access, document approvals and work by others.

- The estimated value of work completed for each month.

- Periods at which interruption to existing operations is anticipated, if any.

Name of Tenderer ____________________________________________________________________ Signature on behalf of Tenderer_________________________________ Date ____________________

Page 96: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 68 886 242 083 Tender Schedules

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

C11 SCHEDULE OF RELEVANT RECENT EXPERIENCE Provide details of previous similar experience and detail how those skills will be transferrable to this project.

Complete this Schedule and submit with the Form of Tender

Project Description Date Client Client’s Contact

Name Client’s Contact Phone

Page 97: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 68 886 242 083 Tender Schedules

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

C12 SCHEDULE OF CURRENT WORK COMMITMENTS Complete this Schedule and submit with the Form of Tender

Project Description Client Project Start

Date Project

Completion Date

Page 98: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 68 886 242 083 Tender Schedules

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

C13 METHODOLOGY AND UNDERSTANDING OF PROJECT Provide an overview of your understanding of the Project and methodology on achieving the key milestones.

Complete this Schedule and submit with the Form of Tender

Page 99: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 68 886 242 083 Tender Schedules

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

C14 SCHEDULE OF KEY PERSONNEL Complete this Schedule and submit with the Form of Tender

Indicate below personnel who will have prime responsibility and accountability for the performance of the Contract, and attach a copy of the current curriculum vitae (maximum two pages) for these personnel. (eg. Contract administration; site supervisor; OHS; Environmental)

Name: …………………………………….. Position: …………………………………………….

Reports to: …………………………………….. Years of experience: …………………………….

Line responsibilities:

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

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

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

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

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

Name: …………………………………….. Position: …………………………………………….

Reports to: …………………………………….. Years of experience: …………………………….

Line responsibilities:

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

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

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

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

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

Name: …………………………………….. Position: …………………………………………….

Reports to: …………………………………….. Years of experience: …………………………….

Line responsibilities:

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

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

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

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

………………………………………………………………………….................................................................... Name of Tenderer ____________________________________________________________________ Signature on behalf of Tenderer_________________________________ Date ____________________

Page 100: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 68 886 242 083 Tender Schedules

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

C15 SCHEDULE OF CURRENT INSURANCE Insert the Minimum Insured amount (amounts are stated in the Annexure to the Contract)

Tenderers must complete this Schedule and submit evidence of the insurance held together with the Form of Tender

Contract Clause

Type of Insurance Policy Holder Insurer Minimum Insured ($)

B6.1 Contract Works Contractor

B6.1 Public Liability Contractor

B6.1 Employees Contractor

For statutory and common law liability for death of or injury to persons employed by the Contractor

B6.1 Motor Vehicle Insurance

Contractor

B6.2 Professional Indemnity Insurance

Contractor

[END TENDER SCHEDULES]

Name of Tenderer ____________________________________________________________________ Signature on behalf of Tenderer_________________________________ Date ____________________

Page 101: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 68 886 242 083 1-1 Conditions of Tender

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

CONDITIONS OF TENDERING

BACKWASH AUTOMATION AT NYNGAN WTP CONTRACT NO: 2019/1/BACKWASH AUTOMATION

Engineering Department 6 May 2019

Page 102: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 68 886 242 083 1-2 Conditions of Tender

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

Section D

CONDITONS OF TENDERING BACKWASH AUTOMATION AT NYNGAN WTP

Page 103: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 68 886 242 083 1-3 Conditions of Tender

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

CONTENTS

Contents 1 DEFINITIONS ..................................................................................................................................... 5

1.1 Terms ................................................................................................................................ 5

1.2 Interpretation ..................................................................................................................... 5

2 APPLICATION .................................................................................................................................... 5

2.1 Invitation to treat ................................................................................................................ 5

2.2 Subject to formal contract and Board or committee approval ........................................... 5

3 CODE OF PRACTICE FOR PROCUREMENT .................................................................................. 5

4 ACCEPTABLE LEGAL ENTITIES ..................................................................................................... 6

5 CONTENTS OF TENDER .................................................................................................................. 6

6 ALTERNATIVE TENDERS ................................................................................................................. 6

6.1 General ............................................................................................................................. 6

7 ALLOTMENT ...................................................................................................................................... 6

8 WORK HEALTH AND SAFETY ......................................................................................................... 7

9 SITE ACCESS .................................................................................................................................... 7

10 PRE-TENDER MEETING ................................................................................................................... 7

11 COST OF TENDERING ...................................................................................................................... 7

12 DISQUALIFIED TENDERERS ........................................................................................................... 7

13 EXCHANGE OF INFORMATION ....................................................................................................... 7

14 ENQUIRIES ........................................................................................................................................ 8

15 TENDERERS TO INFORM THEMSELVES ....................................................................................... 8

16 LODGEMENT OF TENDERS ............................................................................................................. 9

16.1 General ............................................................................................................................. 9

16.2 Late Tenders ..................................................................................................................... 9

16.3 Tender Validity Period ....................................................................................................... 9

17 EVALUATION OF TENDERS ............................................................................................................ 9

18 FINANCIAL CAPACITY ASSESSMENT CRITERIA ....................................................................... 10

19 PROTECTION OF PRIVACY ........................................................................................................... 11

20 POST TENDER NEGOTIATIONS .................................................................................................... 11

Page 104: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 68 886 242 083 1-4 Conditions of Tender

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

[blank]

Page 105: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 68 886 242 083 7 Conditions of Tender

Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

1 DEFINITIONS

1.1 Terms

‘Conditions of Tendering’ means these conditions of tendering;

‘Principal’ means Bogan Shire Council or (BSC) - (ABN 68 886 242 083);

‘Superintendent’ means the nominated BSC site manager

‘Principals representative’ means Hunter H2O;

‘Tender’ and ‘tender’ means the Tenderer’s response to the Principal’s request for tender, as submitted in accordance with the Conditions of Tendering, and is an offer by the Tenderer capable of acceptance by the Principal;

‘Tenderer’ means a party or a group of parties which responds to the Principal’s request for tender;

‘Tender Schedules’ means the Tender Schedules provided in the request for tender;

‘The Code’ means the NSW Government Code of Practice for Procurement, which is available from the following website:

https://www.procurepoint.nsw.gov.au/sites/default/files/documents/code_of_practice_for_procurement_2005.pdf.

1.2 Interpretation

All other words or phrases used in this request for tender which are defined in the Contract have the same meaning and will be interpreted in the same manner as in the Contract.

2 APPLICATION These Conditions of Tendering will not form part of the Contract.

2.1 Invitation to treat

This request for tender is an invitation to Tenderers to make offers to the Principal. It does not form a binding contract between the Principal and a Tenderer. Nothing in this request for tender or in any Tender is to be construed to give rise to any contractual obligation, express or implied.

2.2 Subject to formal contract and Board or committee approval

No binding contract, arrangement or other understanding (including quasi-contractual rights, promissory estoppel, or rights based on similar legal concepts) will exist between the Principal and a Tenderer unless and until the issue of a Letter of Acceptance or a formal written contract is signed by the Principal and the successful Tenderer (if any).

3 CODE OF PRACTICE FOR PROCUREMENT All Tenderers must comply with the Code. The ability of a Tenderer to demonstrate compliance with the Code is an essential condition.

Page 106: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 68 886 242 083 6 Conditions of Tender

6 Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

Lodgement of a tender will itself be an acknowledgment and representation by the Tenderer that it is aware of the requirements of the Code, that the Tenderer will comply with the Code and that the Tenderer agrees to provide periodic evidence of compliance with the Code and access to all relevant information to demonstrate compliance for the duration of any Contract that may be awarded.

If a Tenderer has failed to comply with the Code, this failure will be taken into account by the Principal when considering the tender or any subsequent tender and may result in this or any subsequent tender being passed over without prejudice to any other rights of action or remedies available to the Principal.

4 ACCEPTABLE LEGAL ENTITIES

The Principal contracts only with recognised and acceptable legal entities. The Principal does not contract with entities under any form of external administration. Any tender submitted by an unincorporated business such as a sole trader, partnership, or business name must identify the legal entity that proposes to enter the contract. The Principal may not award this Contract to a Tenderer that is a trustee but may do so at its sole discretion.

5 CONTENTS OF TENDER Tenderers must:

(a) Submit the Tender on the Tender Schedules provided;

(b) Sign all Tender Schedules where indicated and, if the Tenderer be a corporation, affix its common seal to the Form of Tender in the manner prescribed by its constituent documents or otherwise have the Form of Tender signed appropriately; and

(c) Formally have the signature witnessed.

(d) All pricing to be listed as “Excluding GST”.

Hard copy submission of tenders: Submit one (1) hard copy tender clearly marked ‘ORIGINAL’ and include one (1) electronic ‘pdf’ ‘ORIGINAL’ on ‘CD’.

In the event of any discrepancy between any tender marked ‘Original’ and any marked ‘copy’, the tender marked ‘Original’ shall be accepted as correct.

6 ALTERNATIVE TENDERS

6.1 General

The Principal may consider alternative tenders, provided the alternative tender meets the scope, functional intent and design concept expressed in the tender document. Where an alternative tender is proposed, submit a detailed description of the alternative stating clearly the manner in which it differs from the detailed requirements of the tender documents and include Tender Schedules applicable to the alternative.

Alternatives tenders will not be considered unless the Tenderer has submitted a conforming tender.

7 ALLOTMENT Only tenders for the whole of the work under the Contract will be considered.

Page 107: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 68 886 242 083 7 Conditions of Tender

7 Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

8 WORK HEALTH AND SAFETY Tenders will only be considered from tenderers that are able to prepare and implement an acceptable WHS Management Plan which complies with the NSW Government Work Health and Safety Management System and Auditing Guidelines, 5th Edition.

Tenderers must provide evidence that they are able to prepare and implement Safe Work Method Statements.

See NSW Government ProcurePoint website https://www.procurepoint.nsw.gov.au/before-you-buy/framework-construction/work-health-safety-management-systems.

9 SITE ACCESS Obtain permission to inspect the Site from the officer named below at least 2 working days in advance. Report to the officer below on the day of the inspection at the pre-arranged time prior to commencing the inspection.

Officer: Jayantha Ediriweera Can be contacted: Monday – Friday, between the hours of 9am – 5pm Phone: 02 6835 9023 Facsimile: 02 6835 9011 E-mail: [email protected]

10 PRE-TENDER MEETING A pre-tender meeting will be held at the WTP on 16th May 2019 at 1pm.

Attendance at the meeting is optional, however attendance will provide a high degree of understanding any site variable and will be considered during the assessment of tenders. For further details, contact:

Officer: Jayantha Ediriweera Can be contacted: Monday – Friday, between the hours of 9am – 5pm Phone: 02 6835 9023 Facsimile: 02 6835 9011 E-mail: [email protected]

An officer will be available at the meeting to answer queries regarding the Contract.

11 COST OF TENDERING The Principal will not be responsible for nor pay for any expenses which may be incurred by a Tenderer in the preparation of its tender.

12 DISQUALIFIED TENDERERS Tenders submitted by a former employee of the Principal or its subsidiaries may be excluded if the former employee accepted a voluntary redundancy package and the Contract resulting from the tender will overlap with the period covered by the redundancy package.

13 EXCHANGE OF INFORMATION The Principal assesses Contractors’ performance generally in accordance with the NSW Government Contractor Performance Reporting and Exchange of Reports between Government Agencies.

Page 108: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 68 886 242 083 8 Conditions of Tender

8 Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

By submitting a tender, the Tenderer authorises the Principal to gather, monitor, assess and communicate to NSW Government agencies or local government authorities, information about the Tenderer’s performance in respect of any Contract awarded as a result of the tender process. Such information may be used by those agencies or authorities in considering whether to offer the Tenderer future opportunities for work.

14 ENQUIRIES Prior to acceptance of tenders, enquiries shall be directed to the Principals representative:

For Tender Enquiries: Name : Todd Trench Phone : 02 4941 4839 Email: [email protected]

If in doubt as to the meaning of any portion of the tender documents ask the nominee above for clarification. Replies will be made in the form of an ‘Addendum’ or ‘Notice to Tenderers’ to each Tenderer to whom the tender documents have been issued. An ‘Addendum’ or ‘Notice to Tenderers’ may also be issued by the Principal before the tender closing date to revise, amend or modify any part of the tender documents.

In the tender, refer to each Addendum by number and state that the tender includes items contained in the Addendum.

15 TENDERERS TO INFORM THEMSELVES The Principal does not represent or warrant that the information in this request for tender, or any information or other material or representations communicated or provided to a Tenderer at any other time during the tendering process is or will be accurate, current or complete.

The Tenderer is responsible for and warrants that it has:

(a) examined the request for tender, any documents referred to or attached to the request for tender and any other information made available by the Principal to Tenderers for the purpose of their Tenders;

(b) obtained all further information from the Principal, the Principal’s organised site visits and raised questions relevant to their Tenders;

(c) satisfied itself about the accuracy and completeness of the Tender, including prices;

(d) incorporated any amendments to the request for tender made by the Principal;

(e) sought and examined all necessary information which is obtainable by making reasonable inquiries relevant to the Principal’s requirements, including the risks and other circumstances which may affect a Tender; and

(f) reviewed any other information relevant to the subject matter of the request for tender.

A Tenderer, by submitting a Tender, acknowledges and warrants that:

(g) it has not relied on any representation, letter, document or arrangement, whether oral or in writing or any other conduct, as adding to or amending the Conditions of Tendering of this request for tender, except as expressly stated by the Principal in writing;

(h) that the Principal does not owe a duty of care to the Tenderer concerning this request for tender; and

(i) it will not furnish any information, make any statement or issue any document or other written or printed material concerning the acceptance of any Tender in response to this request for tender

Page 109: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 68 886 242 083 9 Conditions of Tender

9 Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

for publication in any media without the prior written approval of the Principal.

16 LODGEMENT OF TENDERS

16.1 General

Tender documents are available to download from Bogan Shire Council website http://www.bogan.nsw.gov.au or could be provided for any request to Melissa Salter - 02 6835 9027

Melissa Salter

Administration Officer – Engineering

PO Box 221 | 81 Cobar Street Nyngan, NSW, 2825

P: (02)68359027 | F: (02)68359011|

E: [email protected]

W: www.bogan.nsw.gov.au

Tender envelopes are to be clearly marked:

“Private & Confidential”

TENDER: 2019/1/BACKWASH AUTOMATION AT NYNGAN WTP

Tenders are to be lodged in the:

General Manager, Bogan Shire Council, P.O Box 221, Nyngan NSW 2825

Or

Tender Box is available at front counter of Bogan Shire Council Office by: 4pm on the 30th May 2019

16.2 Late Tenders

Tenders received after the advertised closing time for receipt of tenders may not be considered.

16.3 Tender Validity Period

In consideration of the sum of ten cents payable to the Tenderer on demand, the Tenderer must keep its offer valid and open for acceptance for a minimum of 60 days from the date of closing of Tenders. However, the offers of Tenderers other than the successful Tenderer will lapse on the date of issue of a Letter of Acceptance or a formal written contract is signed by the Principal and the successful Tenderer (if any).

17 EVALUATION OF TENDERS In evaluating tenders, the Principal may take into consideration a range of criteria of the tender and the Tenderer, including:

- value for money;

- whole of life costs including cost of disposal and Principal’s administration costs;

- work health and safety management practices and performance;

Page 110: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 68 886 242 083 10 Conditions of Tender

10 Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

- construction period and proposed working hours and days;

- current commitments;

- previous performance;

- experience of Tenderer and personnel proposed;

- capability of Tenderer, including technical, management, human resource, organisational;

- financial capability and capacity;

- workplace and industrial relations management practices and performance;

- environmental management practices and performance;

- community relations practices and performance;

- innovation offered;

- conformity of tender with requirements.

Assessing value for money may include a sensitivity analysis for variation in quantities within the specified limits of accuracy where payment will be based on actual quantities of work.

The Principal may treat any required detail in the tender which is left out, illegible or unintelligible as failing to fulfil the relevant requirement. The Principal may assess, score or rate any detail in the tender which is left out, illegible or unintelligible in the way least favourable to the Tenderer, or in some other way at the Principal's absolute discretion.

The Principal intends to assess tenders using a weighted scoring system against set criteria.

The ratio of price and non-price criteria is 60:40.

Additonal information may be requested to allow further consideration of the tender. If requested, submit such additional information by the stipulated date and time stipulated. Failure to meet this requirement may result in the tender being passed over.

18 FINANCIAL CAPACITY ASSESSMENT CRITERIA The main criteria considered in financial assessment of Tenderers are:

• Net Worth (total assets, excluding any assets of company directors, less total liabilities less intangible assets);

• Current Ratio (ratio of current assets to current liabilities); and

• Working Capital (current assets less current liabilities).

The Principal considers Tenderers with the following financial capacity, and no other significant detrimental financial characteristics to be financially satisfactory in respect of tenders:

• Net Worth exceeds 5% of the Contract Sum;

• Current Ratio exceeds 1; and

• Working Capital exceeds 10% of the Contract Sum.

Deviations below these indicative criteria will not necessarily prevent the Principal from considering any tenders.

Page 111: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Bogan Shire Council A.B.N. 68 886 242 083 11 Conditions of Tender

11 Backwash Automation at Nyngan WTP 2019/1/BACKWASH AUTOMATION

19 PROTECTION OF PRIVACY The Tenderer warrants, in respect of any personal information provided in this tender or any Contract arising from this tender, that the information is accurate, up to date and complete, and that individuals to which the personal information refers authorise its collection and are aware:

- that the information is being collected, and will be held by the the Principal at the address shown in the tender form;

- that the information is being collected for the purpose of evaluating tenders and commercial proposals, and the administration of any Contracts arising from those tenders or proposals, and may be made available to other NSW government departments or agencies or local government authorities for those purposes;

- whether the supply of the information by the individual is required by law or is voluntary, and any consequences for the individual if the information (or any part of it) is not provided; and

- of the existence of any right of access to, and correction of, the information.

20 POST TENDER NEGOTIATIONS The Principal is committed to encouraging Tenderers to offer innovative processes and/or alternatives which provide better value for money.

After close of tenders, the Principal may invite the preferred Tenderer to identify and negotiate over inclusion of value adding proposals, appropriate for the specified work, covering for example:

- innovative or alternative processes offering operational savings;

- alternative materials and/or finishes complying with the original design requirements; or

- changes to elements of the Principal's design to facilitate constructability or maintenance.

As a result of these negotiations, the Principal may accept none, some or all of the innovative or alternative proposals for inclusion in the work under the Contract.

There is no obligation on the Tenderer to participate in any aspect of this procedure and any failure to do so will not impact on the consideration of the Tenderer's originally submitted tender.

[END CONDITIONS OF TENDERING]

Page 112: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

ATTACHMENT 1 RELEVANT ELECTRICAL DRAWINGS

BACKWASH AUTOMATION AT NYNGAN WTP CONTRACT NO: 2019/1/BACKWASH AUTOMATION

Page 113: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General
Page 114: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General
Page 115: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General
Page 116: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General
Page 117: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General
Page 118: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

4171 E 120

01

NTSBOGAN SHIRE COUNCIL

NYNGAN WTP

MAIN SWITCHBOARDPLC RACK 0

RACK LAYOUT

NRC

BR

2928

00 17/12/2016 FOR CONSTRUCTION BR

01 07/06/2017 AS BUILT NC

AMENDMENTS Checked

Checked

Approved

PTAS Project Number

VersionStatus

Scale

Ver Date Description Drawn

at A3

A3Designed

Plot Date: 05/10/17 - 09:55 Cad File: F:\Dropbox\2928 Bogan Shire Council\PTAS Drawings\As Builts\4171-E-120_01.dwg

Document No

Drawn

Date

Ver.0314

Automation Solutions

Nerang, Gold coast, Qld 4211Tel +61 7 5531 0756

ABN 3310 0795 999

Page 119: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

4171 E 123

01

NTSBOGAN SHIRE COUNCIL

NYNGAN WTP

MAIN SWITCHBOARDRACK 0, SLOT 2, DIGITAL INPUT CARD

SCHEMATIC DIAGRAM

NRC

BR

2928

00 17/12/2016 FOR CONSTRUCTION BR

01 07/06/2017 AS BUILT NC

AMENDMENTS Checked

Checked

Approved

PTAS Project Number

VersionStatus

Scale

Ver Date Description Drawn

at A3

A3Designed

Plot Date: 05/10/17 - 09:55 Cad File: F:\Dropbox\2928 Bogan Shire Council\PTAS Drawings\As Builts\4171-E-123_01.dwg

Document No

Drawn

Date

Ver.0314

Automation Solutions

Nerang, Gold coast, Qld 4211Tel +61 7 5531 0756

ABN 3310 0795 999

Page 120: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

4171 E 135

01

NTSBOGAN SHIRE COUNCIL

NYNGAN WTP

MAIN SWITCHBOARDRACK 1, SLOT 2, DIGITAL OUTPUT CARD

SCHEMATIC DIAGRAM

NRC

BR

2928

00 17/12/2016 FOR CONSTRUCTION BR

01 07/06/2017 AS BUILT NC

AMENDMENTS Checked

Checked

Approved

PTAS Project Number

VersionStatus

Scale

Ver Date Description Drawn

at A3

A3Designed

Plot Date: 05/10/17 - 09:56 Cad File: F:\Dropbox\2928 Bogan Shire Council\PTAS Drawings\As Builts\4171-E-135_01.dwg

Document No

Drawn

Date

Ver.0314

Automation Solutions

Nerang, Gold coast, Qld 4211Tel +61 7 5531 0756

ABN 3310 0795 999

Page 121: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

4171 E 158

03

NTSBOGAN SHIRE COUNCIL

NYNGAN WTP

MAIN SWITCHBOARDRACK 2, SLOT 3, ANALOGUE INPUT CARD

SCHEMATIC DIAGRAM

NRC

NC

2928

00 01/02/17 FOR CONSTRUCTION BR

01 19/04/2017 UPDATED WIRING NC

02 31/05/17 AIT300 SETTLED WATER ANALYSER ADDED NC

03 07/06/2017 AS BUILT NC

AMENDMENTS Checked

Checked

Approved

PTAS Project Number

VersionStatus

Scale

Ver Date Description Drawn

at A3

A3Designed

Plot Date: 02/01/18 - 15:01 Cad File: F:\Dropbox\2928 Bogan Shire Council\PTAS Drawings\As Builts\4171-E-158_03.dwg

Document No

Drawn

Date

Ver.0314

Automation Solutions

Nerang, Gold coast, Qld 4211Tel +61 7 5531 0756

ABN 3310 0795 999

Page 122: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General
Page 123: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

ATTACHMENT 2 PROCESS & INSTRUMENTATION DIAGRAMS (P&ID)

BACKWASH AUTOMATION AT NYNGAN WTP CONTRACT NO: 2019/1/BACKWASH AUTOMATION

Page 124: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

BOGAN SHIRE COUNCIL NYNGAN WATER TREATMENT PLANT - P & I D - Drawing - 003 Date : 01/05/2019

Prepared by : Jayantha Ediriweera

Asset and Water Manager

Chlorine Injection Pump

Power 0.5 kw

Flow rate 16.2 L/hr

Speed < > RPM

FLC < > A

M~ 3

Clarified water outlet

Old clarifier

Old Clarifier

Clear Water Sump

Rapid Sand Filters

TW Flow

15

0 D

I

200 DI250 MV

250 MV 150 MV 150 MV

30

0 D

I

300 DI

200 DI

300 DI

30

0 D

I

Sludge Chamber

ABB

Inline TW & RW Flow

meters

300 BFV Auto

150 DI

Treated Water Pump-1

Power 55 kw

Flow rate 90 L/s

Speed < 1465> RPM

FLC < 100> A

M~ 3

Treated Water Pump-2

Power 90 kw

Flow rate 90 L/s

Speed <2970 > RPM

FLC < 146.7> A

M~ 3

Sludge

drain

Filter Air Scour

Blower

Power 11 kw

Speed < > RPM

FLC < > A

M~ 3

To Starter Circuit

(053E3)

Drives with Clear Water

Level on/offDrives with Clear Water

Level on/off

250 x 150 300 x 250 300 x 250

Fluoride ,

Hypo chloride and

Soda Ash

Pump drive sensors

250

Flap

Valve

250 x 200

200 BFV

with

gearbox

100 BFV

with

gearbox

250

Flap

Valve

250

Flap

Valve

250

Flap

Valve

250

Flap

Valve

150 MV 150 MV NRVNRV

Filter local

control

pannel

Filter local

control

pannel

Filter local

control

pannel

Soda ash to

Clear Water

Sump

Raw water to Old

Clarifier

Raw water to New Clarifier

150 Belt Valve

with gear box /

hydraulic actuator

150 Belt Valve

with gear box /

hydraulic actuator

150 Belt Valve

with gear box /

hydraulic actuator

150 Belt Valve

with gear box /

hydraulic actuator

Clear Water

Channel

Air Compressor

200

BFV

with

gearbox

100 BFV

with

gearbox

200 BFV

with

gearbox

100 BFV

with

gearbox

100 BFV

with

gearbox

200 BFV

with

gearbox

100 BFV

with

gearbox

200 BFV

with

gearbox

Cla

rifie

d

wa

ter

Floculator

150 BFV Auto

25

0 D

I

300 DI

Sedimentation tank

Chlorine

tank

5000L

20 PVC

Chlorine to

Clear Water

Sump

Fluoride to

Clear water

channel

Chlorine to clear water sump

EV 001

FM 003

P 010P 009

EV 002 P 011

MV 050 MV 051 MV 052 MV 053 MV 054 MV 055 MV 056 MV 057 MV 058 MV 059

MV 060 MV 061 MV 062 MV 063 MV 064

PCV 003 PCV 004 PCV 005 PCV 006 PCV 007

MV 065 MV 066 MV 067 MV 068

MV 069

BL 001

BL 002

MX 008 MX 009

Ra

w w

ate

r

Fluoride to Clear water channel

Clarified water outlet

30

0 D

I

So

da

ash

to

Cle

ar

Wa

ter

Su

mp

FM 001

(DWG-001)

P 005

(DWG - 002)

MX 001

(DWG-001)

MV – Manual Valve

SV – Solenoid Valve

BV – Ball Valve

BFV - Butterfly Valve

NRV – Non Return Valve

MX – Mixer

P – Pump

BL – Blower

SC – Screw Conveyor

FM – Flow Meter

AIT – Analytical Indicating

Transmitter ( Turbidity)

MV 069MV 070

Sludge

Outlet

Sludge Outlet

Sludge rake

P 008

(DWG-002)

MC042

MC043

MC044

MC045

MC046

MC047

MC048

MC049

MC050

LSH070

LSL071

LSH069

SC004

LIT301

LIT321

LIT341

LIT361

LIT381

LSH067

LSH068

FS

401

FS

411

Filter 1 Filter 2 Filter 3 Filter 4 Filter 5

AIT131 Raw water turbidity

AIT001

AIT431

AIT433

AIT432

Turbidity

Chlorine

pH

Fluoride

AIT308

AIT328

AIT348

AIT368

AIT388

Turbidity Turbidity Turbidity Turbidity Turbidity

AIT402

AIT401

Turbidity

Turbidity

Page 125: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

ATTACHMENT 3 SITE PLAN

BACKWASH AUTOMATION AT NYNGAN WTP CONTRACT NO: 2019/1/BACKWASH AUTOMATION

Page 126: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

Alu

m

Do

sin

g lin

eS

od

a A

sh

do

sin

g lin

e

Flash Mixer

Clear Water Sump

Old Clarifier

Rapid Sand Filters

Ra

w W

ate

r

In

let

Tre

ate

d

Wa

ter

Ou

tle

t

Slu

dg

e O

utle

t

Clear water Channel

Fluoride Store Water Quality Testing

Laboratory

Alum

dosing

pumps

Soda Ash

dosing pump

Sodium

Hypochlorite

New Switch

and SCADA

room

Backwash Air

Compressor

TW -Flow Meter

RW -Flow Meter

Flu

orid

e

do

sin

g lin

e

300 DI

30

0 D

I

300 D

I

250 DI

150 DI

300 DI

25

0 D

I

Clarifier

Flo

ccu

lato

r

Inle

t C

ha

nn

el

Ou

tle

t C

ha

nn

el

Chlorine

dosing line

BOGAN SHIRE COUNCIL NYNGAN WATER TREATMENT PLANT - SITE PLAN

15

0

BF

V

25

0 F

V

15

0 S

V

150 BFV Auto

250 SV

25

0 S

V

15

0 S

V

15

0 S

V

300 DI

30

0 D

I

300 DI

200 DI

300 DI

20

0 D

I

15

0 D

I

200 DI

Polyelectrolyte

dosing pumps

Batching

25

0 F

V

25

0 F

V

25

0 F

V

25

0 F

V

150 BFV Auto 150 BFV Auto 150 BFV Auto

15

0

BF

V

15

0

BF

V

15

0

BF

V

15

0

BF

V

Chlorine

Fluoride

Soda Ash

Alum

Polyelectrolyte

Compressed Air

Old gas

chlorine

room

FV

BFVBFV Auto

SV Sluice Valve

Flap Valve

Butterfly Valve Auto

Butterfly Valve

Slu

dg

e r

ake

Date : 01/05/2019

Prepared by : Jayantha Ediriweera

Motor

Asset and Water Manager

Sw

itch

bo

ard

Not to ScaleNote:

N

Po

lye

lectr

oly

te

Do

sin

g lin

e

Storage

Slu

dg

e d

rain

Motor

300 D

I

300 BFV Auto

15

0 D

I

Old

Cla

rifie

r

Slu

dg

e O

utle

t

Sludge

Chamber

Air Compressor for Auto valve

150 BFV AutoSwitchboard

Transformer

Inline TW & RW

Flow meters

Cl,Fl and Soda Ash

Control Sensors

Inline RW & TW Pump

Control Level Gauge Sensors

Colour , pH , Cl, Fl

and Turbidity testing

for both RW & TW

RW TW

HLP -1

90 L/s 55 kw

ABB

HLP -2

90 L/s 90 kw

0.75 kw

0.75 kw

0.25 kw

16.2 L/hr

0.75 kw

0.25 kw

2.2 kw

16.2 L/hr

Sw

itch

bo

ard

Liquid

Alum

Liquid Alum

166004900450 450

60

00

Inline

Turbidity

Meter

Inline

Turbidity

Meter

Inline

Turbidity

Meter

Inline

Turbidity

Meter

Inline

Turbidity

Meter

Inline

Turbidity

Meter

Inline

Turbidity

Meter

PLC Cabinet

Power connection

New

Fluoridation

Plant

RW -Flow Meter

Page 127: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

ATTACHMENT 4 SITE PHOTOS

BACKWASH AUTOMATION AT NYNGAN WTP CONTRACT NO: 2019/1/BACKWASH AUTOMATION

Page 128: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

1. Overview

Page 129: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

2. Inlet Valve

Page 130: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

3. Air Scour valve

Page 131: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

4. Washout valve

Page 132: BACKWASH AUTOMATION AT NYNGAN WTP€¦ · • Attachment 2 P&ID • Attachment 3 Site Plan Nyngan WTP • Attachment 4 Site Photos . Bogan Shire Council A.B.N. 68 886 242 083 General

5. Backwash Inlet valve