Professional Documents
Culture Documents
CAWANGAN KEJURUTERAAN
MEKANIKAL
KERAJAAN MALAYSIA
JABATAN KERJA RAYA MALAYSIA
BOOSTER PUMP
for
INTERNAL COLD WATER SYSTEM
PENGARAH KANAN
CAWANGAN KEJURUTERAAN MEKANIKAL
IBU PEJABAT JKR MALAYSIA
TINGKAT 24-28, MENARA KERJA RAYA, BLOK G
JALAN SULTAN SALAHUDDIN
50480 KUALA LUMPUR
2020
This page is intentionally left blank
SECTION 3
TECHNICAL SPECIFICATION
This page is intentionally left blank
Table of Contents
3.1 GENERAL
All pumping system and installation shall be executed in accordance to the relevant
state water supply rules and to the approval of the state water authority / SPAN / JKKP
notwithstanding any approval given by the S.O.
All pipes, fittings and equipment used for Pumping System and installation shall be of
the type and make approved by the relevant state water authority / SPAN / S.O.
The standards stated in this specification shall comply with their latest edition issued
or relevant standards approved by SPAN.
All pumps with power ratings of 22.5 kW (or 30.0 pumping horsepower (HP)) and above
shall be of the Horizontal Split Casing Pump type, with pump speeds not more than
1500 rpm.
All pumps with power ratings below 22.5 kW (or 30.0 pumping horsepower (HP)) shall
be either of the Horizontal Split Casing Pumps type (with pump speed not more than
1500 rpm) or the End Suction Pump / Vertical Multi- Stage Pump type (with pump
speeds not more than 2900 rpm).
The minimum Factor of Safety (FS) in the sizing of motors shall 1.2 times the pumping
power to overcome mechanical lost and high flow low head condition. All pumps shall
not operate more than twelve (12) hours continuously.
All pumps, parts and accessories shall comply with relevant Malaysian Standards, or
equivalent international standards [such as ISO, British Standard (BS) or European
Standard (EN)] and shall be manufactured or supplied from SPAN registered
manufacturer or dealer or supplier.
The pump selected shall match the required duty point (head and flow) at the required
efficiency as listed in Table 3.1. Any deviation in efficiency at the required duty point
(head and flow) of particular pump curve shall not be more than 20% above or below
the required efficiency listed in Table 3.1.
Minimum Pump efficiency (%) for each pump shall be as the following:
3.3.1 General
Booster pump for internal cold water system has been defined and categorised as
below:
Constant speed booster pump system shall consist of minimum two (2)
numbers booster pumps as shown in the tender drawings. These shall comprise
of electrically driven pumpsets for duty and standby operation as per Schedule
of Design Requirements.
The system shall comprise but not limited to the following components:
The system shall be provided with pumps as shown in the tender drawings.
(b) Variable speed booster pump system with external Variable Speed Drive
(VSD) unit.
Variable speed booster pump system with external VSD unit shall consists of
minimum two (2) numbers booster pumps and (2) numbers of external VSD unit
as shown in the tender drawings. These shall comprise of electrically driven
pumpsets for duty and standby operation as per Schedule of Design
Requirements.
The system shall comprise but not limited to the following components:
The system shall be provided with pumps as shown in the tender drawings.
Variable speed booster pump set system consists of two or more pumps
coupled in parallel and mounted on a common baseplate, variable speed drives,
controller electrical cabinet and all the necessary common pipe work and
fittings. These shall comprise of electrically driven pumpsets for duty and
standby operation as per Schedule of Design Requirements.
The system shall comprise but not limited to the following components:
The system shall be provided with pumps as shown in the tender drawings.
Hydropneumatics pump set shall consist of minimum two (2) numbers booster
pumps with pressure vessel/hydropneumatics tank as shown in the tender
drawings. These shall comprise of electrically driven pumpsets for duty and
standby operation as per Schedule of Design Requirements.
The system shall comprise but not limited to the following components:
The system shall be provided with pumps as shown in the tender drawings.
The system shall comprise but not limited to the components as specified in item 3.3.1
depending on the booster pump type:
The duty and standby pumpsets shall be alternated automatically either based on run
time provided via timer control or scheduling provided by programmable controller or
latching switch controlled to obtain even wear and tear between pumps.
The pump casing shall be of adequate strength to withstand 1.5 times the maximum
operating pressure of the system or a minimum of 150 psi. The plinth shall be provided
to suit the manufacturer’s requirements and shall raise the pumps on plinth at least 6
in (150mm) above floor level. Mounting the pumpsets on the plinth shall be complete
with vibration isolators.
lock release and suction/discharge pressure ports mounted at the inlet/outlet flanges
of the pump casing. The pump bearing housing shall be fitted with greasing nipple ports
of suitable size. Proper drainage shall be provided for all points around the pumpsets
mounting.
The duty point efficiency of all type of higher capacity pumps shall meet the minimum
requirement as specified in the Schedule of Design Requirements.
All pumps, parts and accessories shall comply to the relevant Malaysian Standards or
equivalent international standards such as ISO, British Standard (BS) or European
Standard (EN) and shall be manufactured or supplied from a supplier registered with
SPAN.
All pump control system shall be capable of running in alternate mode, i.e.
automatic changeover between and/or amongst the pumps in every cycle of
operation.
The pump control system shall be based on water level in suction tank and
water level in elevated tank/reservoir or shall be based on pumping pipeline
pressure profile. Nevertheless, the pump control system shall be based on
both strategy of pipeline pressure profile and water level system as per
design requirement.
For water level control in tanks, non-float stainless steel 304 electrode with
float less control relay shall be utilized. Other means of level control shall
be used subjected to design requirement.
The pump shall be protected from dry running condition by means of cutting
off pump operation due to low suction tank water level detected or other
means of cut off strategy if specified further in the design requirement.
The pump system shall be able to run in either manual mode or automatic
mode as selected by the user/operator at the pump's control panel via
selector switch installed.
The pump manual operation shall be done at local panel via selecting the
manual mode at selector switch and pushing the ON start button. The
pump shall seize from operation if the fluid level in suction tank is low or no
flow condition is detected in the pipeline to prevent dry run damage. The
operator shall stop the pump by pushing the stop button when required.
The automatic control of pumps shall be selected at the selector switch and
shall be able to perform the following actions with level sensor system.
i) When the water level drops below Low Water Level (L.W.L.) in the
storage/elevated tank, the pump shall be switched on and shall
remain until the water level reaches Top Water Level (T.W.L).
ii) When the water level in the Storage/elevated tank reaches T.W.L.
the pump shall be switched off and shall be prevented from being
switched on again until the water level falls to L.W.L.
iii) When the water level is at or below the L.W.L. in the suction tank,
the pump shall be switched off and shall be prevented from being
switched on again until the water level rises to T.W.L.
iv) The L.W.L. and T.W.L. in the suction tank and Storage/elevated
tank shall be provided subjected to the S.O. approval.
Each pump shall have a pressure gauge fitted on the suction and delivery
pipe branch with shut-off ball valve. Flexible coupling shall be provided at
the suction and delivery pipes to prevent transmission of vibration.
The variable speed booster pump system shall be required as per designed
with multi delivery storage point system for ease of control, effective cost
and energy efficient.
The pressure vessel /expansion tank shall be installed to dampen the water
hammer and pressure fluctuations avoiding false signal to the controller.
The controller shall be able to programmed/sense abnormally high ampere
condition of motor running due to very low head and high flow at pipeline.
During this condition the controller shall stop the pump and provide alarm
For multiple tank level control, all water tanks shall be incorporated with
pilot operated valve or any other means of level control (if specify in the
drawings).
The controller and pressure transducers sense the pressure inside pipeline
to cut in and cut out pump system during water delivery operation. Should
the pressure transducers become defective and for fail operation,
especially during pipe breakage (high water flow) or zero flow condition,
the inverter controller shall sense the running current of the motor for such
abnormal condition and cut off the pump operation accordingly. For such
condition, the pump controller shall generate alarm for notification of the
operator.
The speed of the duty pump shall be varied by manual adjustment via
potentiometer at the local control panel. All control function such as
pressure transducer PID control loop shall be bypassed remaining the dry
run protection control and other protection functions active.
3.4.1 Casing
The casing shall be of Cast Iron EN-GJL-200 comply with BS EN 1561/ Stainless steel
or as per design requirement.
3.4.2 Impeller
The material of the impeller shall be of the zinc-free bronze / AISI 304 or AISI 316
stainless steel or as per design requirement, machined on the outside and hand
finished on the inside. The impeller shall be dynamically balanced and mounted on the
pump shaft with a key.
The pump shaft shall be heat treated bright stainless steel, accurately machined and
ground over its entire length. The shaft shall be protected from wear and erosion in the
pumps and stuffing box by removable bronze sleeves. These sleeves are to be keyed
to the shaft and held in place by separate external bronze shaft nuts. The sleeves shall
be provided with a positive means of preventing leakage between the shaft and
sleeves, such as 'O' rings or soft sleeve packing. The shaft shall be tapered at the
coupling end for easy removal of the pump half coupling.
The pump seal shall be integral with the casing and shall be of the mechanical seal
type comply with EN 12756. The mechanical seal material shall be of either silicon
carbide, carbon or ceramic type and suitable for fluid media operation.
3.4.5 Bearings
The pump bearings shall be of the heavy duty anti friction ball or spherical roller type,
arranged for grease lubrication. Removable bearing housing shall be bolted and
dowelled to bearing brackets that are cast integral with the pump lower half casing.
Bearing housing shall be provided with a drain plug on the opposite side from the
grease cup to facilitate cleaning and lubrication of the bearing. The inboard and
outboard bearings of the pump shall be of the same size and type.
The pump shall be directly connected to its driver by means of a gear type flexible
coupling. The pump half coupling shall be mounted on the shaft by a taper feed and
held on by a coupling nut to permit easy removal. An approved protective guard shall
be provided.
The pump set shall be provided with vibration isolation mechanisms such as a rubber
damper between pump set and pump plinth, flexible coupling for the suction pipe and
expansion joints for the delivery pipes.
The plinth shall be provided to suit the manufacturer’s requirements and shall raise the
pumps to at least 6 inch (150mm). Mounting of the pump sets to the plinth shall be
complete with vibration isolators.
The base plate shall be provided with a grout hole of adequate size.
For pumps which are supported on ground, neoprene / rubber mount and structural
steel base shall be employed for pumps with power ratings less than 4 kW; whereas
steel springs and concrete inertia base shall be provided for pumps with power ratings
larger than 4 kW. For pumps which are supported on a suspended floor slab, only steel
All exposed bolts and nuts in the installation for the pump set shall be hot dipped
galvanized.
The variable speed pumping system shall be installed with integrally or separately fitted
Variable Speed motors/frequency inverter, Starter Panel incorporation with
programmable controller, a pressure vessel, pressure transducer and manifold with
isolating and non-return valves mounted on common base frame. The system shall be
in packaged assembly from a SPAN approved manufacturer and product.
The variable speed drive automatic constant pressure pumping plant shall receive
water supply from a suction tank. The pump shall always work under positive suction
head condition.
The pumping system shall be able to maintain a constant delivery set pressure
regardless of the system demand within the agreed peak demand flow rate. This shall
be achieved by continuously varying the motor speed of the duty pump according to
the demand up to a maximum designed capacity required. A pressure transducer shall
sense the pressure at the delivery manifold and feedback to the variable speed drive
via programmed controller and electrical control circuit maintaining the set point
pressure. The secondary or other pumps within the control system shall be fixed speed,
cutting on and cutting off accordingly to maintain a constant set point pressure
consequently, varying the flow rate as per demand.
The control system and the microprocessor electronic controller shall be configured to
perform the following:
(a) Flexibility and simplicity in allowing the necessary programming of the system
pre-set delivery pressure to operate the pump within the specified maximum
and minimum delivery pressure range.
(d) Built-in clock function with possible weekly programming and able to switch on
the system to operate at variable different pre-set pressure points as required.
(e) When the system is not operated for more than 24 hours, it shall automatically
start the pumps for a few seconds/days under the test mode. This will ensure
its readiness at all times.
(f) Built-in programme to limit the maximum number of pump motor start/stop per
hour.
(g) The pumping plant shall be able to operate under 4 different modes specified
herein, namely ‘Auto mode’, ‘Manual mode’, ‘Frequency converter by-pass
mode’, and ‘Emergency mode’.
(h) In case of any faults, the control panel shall be able to provide LCD alarms for
pump, motor, pressure transducer, frequency converter failure, excessive
pressure and low water shortage.
(i) The system shall be protected against excessive abnormal high or low pressure
i.e. the programmed working pressure range is exceeded. An alarm shall
trigger, alerting the maintenance team and the alarm shall be registered in the
microprocessor alarm log for history retrieval. The system will automatically
resume operation to the set pressure when the system pressure falls within the
working pressure range.
(j) In case of low water level in the suction tank, the system will automatically cut
off to protect itself against dry running via low water level indication (dry contact)
from float less relay and resume operation automatically when the water level
is raised. The microprocessor will then be able to log the low water level fault
event for maintenance staff alert. The system shall be able to cut off the pump
operation on excessively low pressure pipeline condition or excessively long
high pressure (zero flow) pipeline condition.
(k) The booster pump, motor, starter panel and microprocessor-controlled unit
preferably from the same manufacturer. The complete booster packaged
system must come complete with Certificate of Originality and serial number
from pump manufacturer to ensure its authenticity.
The pressure vessel shall be nitrogen filled pre-charged type and shall be designed for
1.5 times of pumping system maximum working pressure or not less than 10 bar. The
nitrogen shall be contained in a removable rubber bladder and able to withstand
maximum working temperature of 82oC.
The vessel shall be constructed from mild steel plate to ASME Section VIII for unfired
vessel and shall be epoxy coated inside and painted outside. The vessel shall comply
to the requirements of the local authorities.
The vessel shall be fitted with pressure switches and gauges, lifting lugs, gauges,
safety valves and air valve, drain cock and inspection opening.
Pressure vessel capacity equal or higher than 250 liter shall be approved by JKKP.
Pipe work for pump installation shall include pipe headers/manifolds, bends, tees,
flanges, brackets, belts, nuts, valves, etc. as specified in the tender drawing.
All pipes and fittings shall be of schedule 40 stainless steel/class C galvanised mild
steel/high carbon mild steel with cement line/composite tubes conforming to BS
1387:1985 and BS 21:1985, Class C. Pipe flanges shall be to BS 10:1962 (Table E) or
as specified in the tender drawing.
(a) Gate valves shall conform to the requirements of BS EN 12288 (copper alloy
valves) and BS EN 1171 (cast iron valves) PN12 and above as specified and
shall be clockwise closing direction. The valve handwheel shall has the
embossed casted direction indicator for opening and closing direction.
(d) Reducers shall be used when connecting pipes to the pump ports. The reducer
shall be of the eccentric type at the intake side and a concentric type at the
discharge side.
(e) Air relief valves shall be installed on the pipe at the pump discharge side to
allow the venting of air pockets that normally accumulate in the pipeline. The
air release valve shall be of single orifice type screwed to 25 mm steam socket
welded to the delivery header pipe.
(f) Pressure gauges shall be minimum 100mm dia. dial face. The maximum
pressure range of the gauge shall be 2 times the working pressure of the
pipeline. Pressure gauges shall be mounted on the pipeline of the pump
discharge side using suitable fittings together with an isolation ball valve. The
gauges shall be liquid infill industrial type, shock proof, stainless steel casing
c/w heavy duty valve, etc. The scale ranges shall be subjected to the approval
of the S.O.
(g) Pilot-operated float valves (if applicable) shall be installed at all incoming
pipes to all storage water tanks located at the various blocks. The valve shall
be a single chamber, hydraulically operated globe valve of single seated
construction with replaceable stainless steel seat and a reversible, resilient
inner valve disc. The valve shall be operated by an externally mounted,
modulating type float pilot.
It shall automatically control the level in the storage water tank. The valve shall
maintain a maximum high level and a minimum low level. The level at which
the valve opens and closes shall be adjustable. The main valve shall be either
wide open or closed tight and shall be unaffected by changes in line pressure
or surface disturbance. There shall be no ‘wire drawing’ due to the valve
throttling near its seat.
(h) Pressure differential switch (if applicable) shall be installed for sensing a
rise or fall in pressure in a pipeline for starting and stopping the pumps.
Pressure differential switch shall have an operating pressure range
depending on the line pressure of the system, and shall have stainless steel
diaphragm, a mercury switch and to be able to operate at 12A contact current
with SPDT terminal.
(i) Pressure transducer (if applicable) shall detect the pressure at the delivery
manifold and via the controller to maintain a constant delivery set pressure
during operation by continuously varying the motor speed of the duty pump
according to the demand. The pressure transducer shall be of thick film
technology where the pressure measuring cell is fully welded without sealing
parts, no elastomer seals. compact and rugged construction. The cover shall
be of Stainless steel 1.4404 / AISI 316L (inside thread Schrader 1.4305 / AISI
303 only). The sensor shall be short circuit proof and protected against polarity
reversal. Each connection is protected against crossover up to max. supply
voltage. The respond time shall be < 2 ms, 1 ms and load cycle shall be <
100hz. The sensor shall conform to EN 61326-2-3 and enhanced EMC
protection of EN 50121-3-2. The accuracy shall meet the below requirements:
Parameter Unit
Characteristic line 1) % fs ± 0.3
Resolution % fs 0.1
Thermal characteristic 2) Max. % fs/10K ± 0.2
Long term stability acc. IEC EN 60770-1 Max. % fs 0.25
1)
typical; (incl. zero point, full scale, linearity, hysteresis and repeatability)
2)
-15 ... 85 ºC
(j) Stainless steel 304 insulated electrode and floatless relay shall install with
separator avoiding short circuit. The electrode shall be installed inside PVC pipe
to avoid cyclic on/off at relay control side due to splashing water. The electrode
shall be installed at both suction and storage tank to control pump operation as
per design requirements.
(k) Isolation valve of suitable pressure rating shall be installed at pumps outlet
and inlet, and at every distribution pipe for maintenance purpose.
(l) Air cocks and two lubricators/nipples shall be fitted at the suction and
delivery branch flange of the pumps.
All designs, materials, construction works and equipment installed shall conform to the
relevant standards, regulations and by-laws imposed by authorities having jurisdiction
over the installation of an electrical system.
(d) JKR Specification for Low Voltage Internal Electrical Installation (L-S1)
The pump motors shall be made from approved manufacturers, preferably the same
manufacturer of the pump or approved manufacturer recommended by the pump
manufacturer. All electric motors shall be totally enclosed fan cooled and fully
tropicalised and shall be furnished with class `F' insulation and suitable for operation
on single and three phase 50 Hz power supply.
All electric motors shall be furnished with isolator gears and starter gears which shall
be fully tropicalised and comply with BS EN 60947-4-1, BS EN 62271-102 and BS EN
62271-106.
Thermal overload protection devices in all phases, over-current protection devices, and
under-voltage releases shall be furnished and incorporated in the circuits of all electric
motors.
(a) All motors shall be high efficiency motors and comply with MS 1525:2019. Only
motors with efficiencies higher than standard IE3 classified under MS1525:2014 as
shown in Table 3.2 should be used where operating hours exceed 750 hour per
year. Motor energy efficiencies are to be tested according to MS IEC60034-2:2005
or its latest edition.
Table 3.2: Efficiency Class Definition for 2-Pole and 4-Pole Motors (MS 1525:2014).
Motor Efficiency (%)
Motor
Capacity 2-Pole Motors 4-Pole Motors
(kW)
Motor Motor Motor Motor Motor Motor
Class IE3 Class IE2 Class IE1 Class IE3 Class IE2 Class IE1
0.75 80.7 77.4 72.1 82.5 79.6 72.1
1.1 82.7 79.6 75.0 84.1 81.4 75.0
1.5 84.2 81.3 77.2 85.1 82.8 77.2
2.2 85.9 83.2 79.7 86.7 84.3 79.7
3 87.1 84.6 81.5 87.7 85.5 81.5
4 88.1 85.8 83.1 88.6 86.6 83.1
5.5 89.2 87.0 84.7 89.6 87.7 84.7
7.5 90.1 88.1 86.0 90.4 88.7 86.0
11 91.2 89.4 87.6 91.4 89.8 87.6
15 91.9 90.3 88.7 92.1 90.6 88.7
18.5 92.4 90.9 89.3 92.6 91.2 89.3
22 92.7 91.3 89.9 93.0 91.6 89.9
30 93.3 92.0 90.7 93.6 92.3 90.7
37 93.7 92.5 91.2 93.9 92.7 91.2
45 94.0 92.9 91.7 94.2 93.1 91.7
55 94.3 93.2 92.1 94.6 93.5 92.1
75 94.7 93.8 92.7 95.0 94.0 92.7
90 95.0 94.1 93.0 95.2 94.2 93.0
110 95.2 94.3 93.3 95.4 94.5 93.3
132 95.4 94.6 93.5 95.6 94.7 93.5
160 95.6 94.8 93.8 95.8 94.9 93.8
200 to
95.8 95.0 94.0 96.0 95.1 94.0
1000
The AC Motors shall also comply to the following:
(a) Single phase AC motors shall not exceed 1 hp and if over 1/2 hp shall be fitted
with a suitable starter designed to limit the starting current and including a no-
volt release.
(b) Three phase AC motors up to and including 10 hp may be of the squirrel cage
type. Up to 3 hp Direct On Line (DOL) starting may be used, and above 3 hp a
Star-delta or Auto transformer or soft starter shall be provided and a no- volt
released provided.
All motors from 2 hp shall have a power factor of not less than 0.85 % load.
All motor starter panels shall be of the floor standing cubicle type except for motors
having loads of less than 250 A which can be of the floor standing or wall mounted
type.
The motor starters shall either be integrated with the electrical switchboard, or it shall
be a standalone module with sub-main cables being fed from the main switchboard
through circuit protective devices to its starter panel complete with earth fault relay and
over current relay IDMT.
(a) ACB/MCCB shall be provided for main incoming supply to its starter panel.
(b) The kA rating of the ACB/MCCB shall comply with the fault level of the motor
starter panel.
(c) Direct On Line (DOL), Star-delta, Autotransformer, Soft starter contactors and
frequency inverter shall be rated to handle the full load current of the motor.
(d) Miniature circuit breaker (MCB) shall be provided for individual control circuits.
(e) Motor heater circuits shall be equipped with motor heater switches and indicator
lights.
(f) Panel heater circuits shall be equipped with MCB, heater switches, thermostat
controls and indicator lights.
(h) All motor starters shall be provided with phasing relays complete with MCB.
(i) The entire autotransformer and rotor resistance bank, complete with
thermistors, shall be installed at the top compartment of a switchboard; and
within the same vertical module of switchboard housing the motor circuit.
(j) The main earth chamber shall be painted in green colour, and the proposed
type to be employed shall be subject to the approval of the Certifying Agency.
(k) The motor can be operated by local manual control, automatic control or remote
control mode via a SCADA/ Telemetry system where specified.
(l) Cables for automatic operation shall be of 2.5 mm2 or above, and insulation
shall be above 10M ohm.
(m) All electrode sets shall be of 13 mm diameter, and of stainless steel make.
(n) The starter shall have a protection timer incorporated in the starting sequence
where specified.
(p) Power factor shall be corrected to not less than 0.90 lagging where specified.
(q) All capacitor banks (if applicable) shall be rated at 440V and shall be protected
by fuses.
(r) All outgoing cables to motors shall be laid in trenches or concealed in G.I.
conduits placed on the floor slab
Lightning protection system shall be provided for pumping system, service reservoirs
and suction cistern.
Lightning protection system for the building shall be of the Faraday cage type
conforming to MS IEC 62305.
Lightning surge protection devices shall be provided for all power and data lines to
ensure all equipment inside computer rooms, network equipment rooms and SCADA/
Telemetry control rooms are protected against lightning surges complying with Zone 1
Protection as defined in IEC 61643-12.
Protector should also be installed at local power boards feeding electronics equipment.
The protector must not interfere with or restrict the systems normal operation. It should
not:
The protector should have continuous indication of its protection status. Visual status
indication should clearly show:
An advance volt free remote Warning Light should be including for remote indication
of:
The status indication should warn of protection failure between all combinations of
conductors including neutral to earth.
The SPD shall be supplied with detailed installations. The installer must comply with
the installation practice detailed by the SPD manufacturer.
All motors and equipment shall be earthed with a minimum wire size of 2.5mm tinned
copper and shall be sized in accordance with the MS IEC 60364-5-54. These earth
wires shall be neatly run back to connect up to the copper earth busbar provided in the
main switchboard.
The contractor shall supply and install a metal clad or electro galvanised wall mounted
switchboard which shall house all circuit breakers, starters, contactors, relays, selector
switches, Hertz meter, power factor meter, voltmeter and ammeter. The switchboard
shall be fabricated from galvanised steel sheets of not less than 2.0 mm and shall be
of rigidly structural construction with all joints neatly and finished flush and all bare
edges turned over or lipped.
The doors of the metal switchboard shall be fabricated from pressed steel sheet of not
less than 16 SWG and shall be rigidly reinforced on the inside with all edges finished
round. The doors shall be fitted with a handle such that it cannot be open unless the
isolator switches of handles are turned to OFF position thereby cutting off the power
supply to the electrical mechanisms on the inside to the metal switchboard. Felt or
rubber insert gaskets shall be corporate in the frames of the metal switchboard to
ensure dust-proof locking arrangement. The doors of the metal switchboard shall be
fitted on the inside with shelves for storing spare cartridge fuses and contacts and
electrical circuit’s diagrams.
All contactors, starters, relays and controllers shall be fitted on insulated panels. All
incoming and outgoing circuits and wiring shall be brought to the contactors, starters,
relays and controllers via insulated terminal strips mounted within the cubicle and all
wiring between terminal strips and equipment inside the control panels shall be neatly
run and tapped strictly in accordance with the requirements of the Tenaga Nasional
Berhad.
Low Voltage switchboards shall comprise of the following:
(a) Cubicle
i) A floor standing cubicle shall be provided if the main incoming feeder has
a running load of 250A and above.
ii) Either a floor standing or wall mounted cubicle shall be provided if the
main incoming feeder has a running load of less than 250A.
Air Circuit Breakers (ACB) complete with one (1) element earth fault IDMT
relay, three (3) elements over current IDMT relay and all current transformers
for protection, shall be provided. IDMT shall be of the numerical or electro-
Moulded Case Circuit Breaker (MCCB) complete with one (1) element earth
fault IDMT relay, three (3) elements over current IDMT relay and all current
transformers for protection, shall be provided. IDMT shall be of the numerical
or electro-mechanical type. Surge Protection devices complying with Zone 1
Protection as defined in IEC 61643-12 shall be provided.
A 60 A MCCB complete with shunt trip coil in series with a Zero Current
Transformer (CT) and Earth Leakage Relay (ELR), complete with over current
used at the incomer side, shall be provided. Electric Surge Protection devices
complying with Zone 1 Protection as defined in IEC 61643-12 shall be provided.
All outgoing breakers from main switchboards to other parts of the electrical
system (such as distribution boards and motor starter panels) shall be of the
MCCB type, complete with shunt trip coil of appropriate rating. The rating of
MCCB shall be 30% higher than the full load current.
(f) Harmonics
All sub-circuit and final circuit wiring shall be encapsulated by high impact uPVC
conduits when concealed in false ceiling or walls, and by galvanised iron (G.I.)
conduits when exposed or supplied to fire protection devices.
The construction materials for switchboards and distribution boards (DB) shall
be as follows:
i) Main Switchboard
ii) Sub-switchboard
REFERENCE
4.1 GENERAL
This section specifies the requirements for all testing, adjusting, balancing and
commissioning (TABC) of the mechanical works to be carried out under the contract.
The objectives of TABC are:
i) To verify the delivered materials are as per approved specification and good
physical condition.
ii) To verify the installation works are carried out in accordance to specification
and good engineering practices.
iv) To ensure all test result are systematically recorded and verified prior to
system commissioning.
Contractor shall submit Inspection and Testing Plan (ITP) of TABC works to be
carried out in accordance to with this specification to Superintending Officer (S.O.) for
review and approval.
All TABC works with specific scope and boundaries shall be clearly stated at every
stage of TABC works and comply with the design requirement. Sample of Schedule
of Inspection and Testing Plan as per Table 1.
Pump Performance
Pump Manufacturer
Test
Pre-Delivery Stage
Switchboard Test Switchboard Manufacturer
Visual Contractor
Inspection
Duty & standby Contractor
Delivery Stage
pumps
Documentation-
Contractor
(DO, QA etc.)
Pipe and
Leak Test Contractor
fittings
c) Method Statements
Method statements and acceptance criteria for all testing equipment shall be
prepared by contractor and submit to the S.O. / S.O.’s representatives for
approval. Any ITP changes shall be resubmitted to the S.O./S.O.’s
representative for approval.
TABC Copyright © CKM 2020 2
Cawangan Kejuruteraan Mekanikal
Prior to the commencement of the TABC works as per approved ITP, contractor shall
issue Request for Inspection and Testing (RFIT) to the S.O. During the TABC,
contractor shall have his technical team available to aid the testing and to perform
any adjustments as directed.
The TABC works shall be carried out under the direction of experienced personnel
and witnessed by S.O. or S.O.’s representatives. No subsequent installation works
shall proceed without S.O.’s approval of the test result.
Pre-delivery inspection and performance test shall be conducted before site delivery.
These tests shall be witnessed by the government’s representative if deemed
necessary by the S.O. All travelling, food and accommodation cost of government
representatives related to witnessed performance test shall be included in the
contract.
A factory test shall be defining as any test of equipment required as stated in the
contract, conducted at manufacturer’s plant or at an independent and accredited test
facility approved by the S.O.
Performance test method statement, test standard and acceptance criteria shall be
submitted to S.O for record. The manufacturer shall conduct the test, pass all the
acceptance and produce a signed test report. All test report shall be submitted to
S.O.
Manufacturer shall be responsible for any reworks and adjustment of the equipment if
the test results fail to comply with the approved acceptance criteria.
Performance rating tests for the pumps shall be performed by the manufacturer to
verify equipment performance against design specifications and compliance with the
specification.
Performance rating test of duty and standby pumps shall comply as per Schedule Of
Design Requirement.
Rejection of Equipment
The Government shall reserve the rights to reject any item of the equipment that fail
to comply with the Specification of this contract.
All incoming material and equipment to site shall be verified by visual inspection,
documentation and measurement that delivered items are comply with technical
specification, as per approved materials and good physical conditions. Materials
delivered to site shall be free from defects and adequately protected against site
conditions.
- Delivery Order
Documentation - Quality Assurance
- Technical Data
Rejection of Material
The Government shall reserve the rights to reject any item of the material that fail to
comply with the Specification of this contract.
Visual Inspection.
Inspection / System/
Objectives
Test Name Component
The Government shall reserve the rights to reject any installation work that fail to
comply with the Specification of this contract.
All Functional Performance Test shall commence after all inspection and testing
during installation stage has been completed. List of functional performance test are
as the following:
Pipe Flushing and Leak Verify integrity of all pipe joints and fittings, pipe
Test internally clean and water quality are acceptable.
Vibration and Noise Level Verify the vibration and noise level is within
Test permissible range.
Testing of Electrical
Verify the continuity of power supply.
Wiring
Automatic Operation of
Pumps (Duty and Verify the operation of the system as per design.
Standby)
Verify the minimum rated pressure and maximum
rated pressure of the vessel.
Pressure Vessel
Demonstrate (simulation) the operation of the vessel
under actual operating condition.
List of Switchboard and power supply inspection and test name are listed in Table 5.
Detail method statement for testing shall be submitted conforming to the test
requirements in this specification. Only competent person as in Electricity regulations
1994 shall conduct the Switchboard testing.
All pipes within scope of works shall be flushed before test. Flushing will be done by
a fresh potable water or dry compressed air wherever water flushing is not desirable
to clean the pipe of all dirt, debris or loose foreign materials. No leakage of any kind
will be permissible during testing. Flushing will be continued till the inside of the pipe
is fully cleaned to the satisfaction of the S.O.
Cable continuity test shall be performed on each power cable Perform an acceptance
test on cables, including terminations and joints, after cable system installation and
before the cable system is placed into service in accordance with ANSI/IEEE 400 by
means of direct current (DC) and recorded in the relevant testing form.
Inspection / Test
Description
Name
All permanent sensors and gauges use for measurement of temperature, pressure
and flow shall be factory calibrated and all calibration certificates shall be submitted
to S.O prior to testing works.
The contractor shall provide all necessary testing, calibrating instruments and labour
required for the testing, adjusting, balancing and commissioning of the complete
pumping system installed under the contract.
The contractor shall also allow for any necessary replacement of parts in order to
achieve the conditions specified in the drawings and specification.
Clamp meter
Ampere 2.0% ± 5 digits (45-65 Hz)
(instantaneous)
Clamp meter
Voltage 1.5% ± 5 digits
(instantaneous)
Active Power:
± (1.2% of reading + 0.005% of
range)
Combined power, -> (For PF ≥ 0.99);
ampere, voltage, power Power/Energy logger
factor and (continuous)
± (1.2% of reading + 7 x (1-PF)
energy
+ 0.005% of range)
-> (from 0.6 PF to 0.98PF)
4.3 COMMISSIONING
All completed test forms and test summary shall be submitted to S.O./S.O.’s
representative for final review and approval. Having satisfied that all appropriate tests
have been conducted and the performance of the installation meet the design
objectives; S.O.’s representative will issue or recommends to the S.O. for the
issuance of Certificate of Practical Completion (CPC).
After the issuance of Certificate of Practical Completion, contractor shall submit all
related project handing over documents as the following:
a) Test Report complete with fully verified Inspection Checklist and Test Forms.
b) Defects List.
Contractor shall submit program modules and materials to S.O for approval prior to
commencement of training. Particulars of trainee shall be recorded and send to S.O.
for records.
5.1 GENERAL
The work covered by this section is for the supply of all materials, appliances, labour
and necessary incidentals for the service and maintenance of the Pumping System and
Ancillary Equipment.
All work to be performed under this Specification shall be in accordance with the
commercial practice and must be in strict accordance with this Specification.
The work described in this Specification shall be performed by workmen skilled in the
service, maintenance and repair of Pumping System and Ancillary Equipment of all
types and shall be executed in accordance with the best commercial practice.
All materials to be supplied in connection with work under this Specification shall be
new and unused and shall generally be of the best quality as regard manufacture and
performance.
5.3 SUPERVISION
The Contractor shall have an electrical competent person in charge of the service,
maintenance and repair work to be carried out under this Specification. This competent
person shall be in the direct employ of the Contractor and accepted by the
Superintending Officer (S.O.).
All machinery and equipment comprising the complete Pumping System and Ancillary
Equipment shall be serviced and maintained.
The Contractor is to provide and execute service and maintenance program for a
period of one (1) year and provide emergency repair service at any time if required to
do so by the S.O.
The service and maintenance of the complete Pumping System and Ancillary
Equipment shall be in strict accordance with the Servicing and Maintenance Schedule
as set out in clause 5.10 below.
The Contractor shall advise the S.O. of any defects in any part or parts of the complete
Pumping System and Ancillary Equipment observed during routine inspection and
service and shall repair such defects if required to do so by the S.O.
The Contractor shall advise the S.O. of any defects in any part or parts of the complete
Pumping System and Ancillary Equipment observed during routine inspection and
service, and shall repair or replace parts of such defects if required to do so by the S.O.
The Contractor shall supply the following consumable materials as and when required:
(b) All carbon brushes required to replace worn brushes in electric motors.
(c) All electric contact points required to replace worn electric contact points in
switch gears, motor starter gears, electric control gears and electric relays.
(d) All cotton waste, soap detergent and other cleaning materials required for
cleaning purposes.
(e) All coupling bolts and rubber bush for pump coupling, pump /motor coupling
flanges.
(f) To provide pump and motor alignment service with complete alignment tools
such as alignment base plates, dial gauge or laser alignment tools and vibration
meter.
The costs of these consumable materials shall not be charged separately by the
Contractor but shall be included in the fixed monthly rate quoted by the Contractor for
the Service and Maintenance of the complete Pumping System and Ancillary
Equipment.
5.6 REPAIRS
The Contractor shall repair defects in the complete Pumping System and Ancillary
Equipment on the instructions of the S.O. The costs of such repair shall be included in
the fixed monthly rate quoted by the Contractor for the Service and Maintenance of the
complete Pumping System and Ancillary Equipment.
All repairs on the complete Pumping System and Ancillary Equipment shall be
guaranteed by the Contractor against defects in workmanship and materials for a
period of one year to take effect from date of completion of repairs. During the
guarantee period, the Contractor shall rectify defects in repairs carried out by him with
no additional charge to the Government.
The Contractor shall provide a service and maintenance record book for the complete
Pumping System and Ancillary Equipment being serviced and maintained.
This record book shall be kept in the pump room. Details of all service, maintenance
and repairs carried out on the complete Pumping System and Ancillary Equipment shall
be recorded by the Contractor into this book for checking purposes.
The address and telephone number of the Contractor's service station shall also be
included in this record book to facilitate emergency service calls.
The Contractor shall also keep an accurate detailed record in duplicate of all service,
maintenance and repair work carried out on the complete system. This record shall be
in the form of a Maintenance / Repair Sheet and shall be countersigned by the S.O./end
user / building owner each time the system is serviced, maintained and repaired by the
Contractor.
5.8 RATES FOR SERVICE AND MAINTENANCE AFTER DEFECT LIABILITY PERIOD
(DLP)
The Contractor shall quote the rates and prices for the service and maintenance of the
complete Pumping System and Ancillary Equipment for this contract. These rates
quoted by the Contractor at the time of tenders, shall hold good for the period of three
(3) years commencing from the expiry of the defect liability period.
The Contractor maybe required to enter into a contract for the above periods with the
Government on the Standard Form of Contract for service and maintenance of
Pumping System and Ancillary Equipment, a copy of which may be inspected at the
office of the Pengarah Kanan, Cawangan Kejuruteraan Mekanikal, Ibu Pejabat JKR,
Kuala Lumpur.
5.9 PAYMENTS
The Contractor shall inspect and service the machinery and equipment comprising the
complete Pumping System and Ancillary Equipment at the above premises periodically
as scheduled in the check list except where otherwise directed by the S.O.
The check list is in no way exhaustive and shall not in any way relieve the Contractor
from executing any other work necessary to ensure the efficient functioning of the
Pumping System and Ancillary Equipment.
The Contractor shall report in writing to the S.O. any defect/s observed in any part or
parts of the complete Pumping System and Ancillary Equipment. The report shall state
the cause/s of the defect/s observed and shall include an estimate of the cost of repairs
required.
FREQUENCY
NO ITEM
Monthly Quarterly Yearly
1. WATER PUMPS
Check all seals, seals and pipelines for
a. √
leaks & rectify as necessary
b. Check pump rotation manually √
Check and adjust pump glands as
c. √
necessary
Check all pump bearings and lubricate with
d. √
oil or grease as necessary
2. ELECTRIC MOTOR
Check all motor bearings, lubricate with
a. √
grease as necessary
Check carbon brushes and slip rings of all
b. motors, and clean as necessary. Renew √
carbon brushes as necessary
Check safety devices fitted to all motors,
c. and clean, adjust and lubricate as √
necessary
FREQUENCY
NO ITEM
Monthly Quarterly Yearly
3. SWITCHBOARD
5. BASEPLATE
Check all bolts and nuts for tightness, and
a. √
tighten if necessary
FREQUENCY
NO ITEM
Monthly Quarterly Yearly
6. SUPPORT AND HANGER
a. Check all support and hanger if necessary √
7. PRESSURE TANK
Check, test and record pressure vessel
a. bladder, refill nitrogen as necessary to √
design pressure.
b. Check and inspect for leakage √
c. Check and test all the valves √
8. FLOWMETER
a. Physical Inspection for dust and dirt √
The tenderer is to note that the prices quoted will be binding in the event that the
Government decides to accept them immediately after the end of DLP. These prices
should not be subjected to variation for the period of three years after the end of DLP.
RATES BASED ON CONTRACT PERIOD OF THREE YEARS ONLY (After the end of
DLP)
For Service and Maintenance of the Pumping System Charge Per Year (RM)
and Ancillary Equipment at the above premises in strict
accordance with the Tender Specifications and for supply
of all consumable materials listed in Section 5 of the
service and maintenance as and whenever required and
to provide emergency repair service at any time as
required.
Tarikh : __________________________________
Tarikh : __________________________________
The Sub-Contractor shall supply labor, materials, equipment and services for the
complete Pumping System and Ancillary Equipment.
The works to be performed under this contract are listed hereunder but not
necessarily be limited to the following scope of work:
(a) Supply, deliver, install, test, adjust, balance and commission of the following
system and ancillary equipment for this contract that include:
(c) Service and maintain the above-mentioned Pumping System for a period of
one year from the date of its handing over to the Jabatan Kerja Raya in good
operating condition.
(d) Submit working drawings, as-built drawings, all test results, operation and
maintenance manuals of the services and the installed equipment.
(e) Guarantee and monthly service of the complete installed system for a period
of twelve (12) months after handing over to the Jabatan Kerja Raya, in good
operating condition.
(g) Deviation
Any deviation from the specifications shall not be made without prior consent
of the Superintending Officer (S.O.).
The works to be carried out under Pump System and Ancillary equipment shall
comprise but not limited to the supply, delivery to site, installation, testing, adjusting,
balancing and commissioning and maintenance of the following equipment and
principal services, including all associated minor works and items:
6.2.2 Constant speed booster pump system with external Variable Speed
Drive (VSD) unit.
7.1 GENERAL
The tenderer shall complete this Schedule of Technical Data of Equipment Offered
as set out below. All information for, shall be given correctly and supported by copies
of manufacturer’s published technical data for the equipment being offered.
The tenderer is required to supply all the information as stipulated below and must be
specific with regards to the make or manufacturer of the equipment offered. The
words "or approved equivalent" wherever stated by the tenderer shall be deem void.
JKR CONTRACTOR’S
NO. ITEMS
REQUIREMENT OFFER
1.0 Pump
No. of pump offered To state by designer
Manufacturer To state by tenderer
Country of origin To state by tenderer
Country of manufacturer To state by tenderer
Model To state by tenderer
Type To state by designer
Flow rate of pump (igpm) To state by designer
Total head of pump (m) To state by designer
Efficiency of pump (%) To state by designer
Weight of pumpset (kg) To state by tenderer
Type of Impeller To state by tenderer
Material of impeller To state by designer
Material of casing To state by designer
Material of shaft To state by designer
Types of bearing To state by tenderer
Method of lubrication of shaft
Grease
bearing
Diameter of suction inlet (mm) To state by tenderer
Diameter of discharge outlet
To state by tenderer
(mm)
Material of mechanical seal To state by designer
Type of Driven To state by designer
Attached Catalogue Yes
Attached Pump Curve Yes
JKR CONTRACTOR’S
NO. ITEMS
REQUIREMENT OFFER
2.0 Motor
Manufacturer To state by tenderer
Country of origin To state by tenderer
Model To state by tenderer
Type To state by tenderer
Rated motor power To state by tenderer
Rated motor voltage 415 V
Rated motor frequency 50 Hz
Rated motor speed (rpm) To state by designer
Number of pole To state by tenderer
Full load current To state by tenderer
Locked rotor current To state by tenderer
Efficiency
- At 100% load To state by tenderer
- At 75% load To state by tenderer
Power Factor
- At 100% load To state by tenderer
- At 75% load To state by tenderer
Degree of protection IP55
Class of insulation Class F
Type of bearing To state by tenderer
Type of lubrication To state by tenderer
Attached Catalogue Yes
Energy efficiency rating IE3
JKR CONTRACTOR’S
NO. ITEMS
REQUIREMENT OFFER
JKR CONTRACTOR’S
NO. ITEMS
REQUIREMENT OFFER
Starter (Autotransformer Starter
3.4
/Soft Starter)
Model To state by tenderer
Make To state by tenderer
Range Capacity (Volt/Amp/Hp) To state by tenderer
Type To state by tenderer
3.5 Contactor
Model To state by tenderer
Make To state by tenderer
Range Capacity (Volt/Amp/Hp) To state by tenderer
Type To state by tenderer
3.6 Relay
Model To state by tenderer
Make To state by tenderer
Range Capacity (Volt/Amp/Hp) To state by tenderer
Type To state by tenderer
3.7 Timer
Model To state by tenderer
Make To state by tenderer
Range Capacity (Volt/Amp/Hp) To state by tenderer
Type To state by tenderer
JKR CONTRACTOR’S
NO. ITEMS
REQUIREMENT OFFER
3.10 Start/Stop push button
Model To state by tenderer
Make To state by tenderer
Range Capacity (Volt/Amp/Hp) To state by tenderer
Type To state by tenderer
3.14 Ammeter
Model To state by tenderer
Make To state by tenderer
Range Capacity (Volt/Amp/Hp) To state by tenderer
Type To state by tenderer
3.15 Voltmeter
JKR CONTRACTOR’S
NO. ITEMS
REQUIREMENT OFFER
3.17 Motor incoming power
Model To state by tenderer
Make To state by tenderer
Range Capacity (Volt/Amp/Hp) To state by tenderer
Type To state by tenderer
3.22 Fuses
Model To state by tenderer
Make To state by tenderer
Range Capacity (Volt/Amp/Hp) To state by tenderer
Type To state by tenderer
JKR CONTRACTOR’S
NO. ITEMS
REQUIREMENT OFFER
1.0 Piping
Manufacturer To state by tenderer
Country of origin To state by tenderer
Material
Pressure rating To state by tenderer
5.0 Y-Strainer
Brand To state by tenderer
Model To state by tenderer
Type To state by tenderer
Material To state by tenderer
Pressure rating To state by tenderer
10.0 Flowmeter
Brand To state by tenderer
Model To state by tenderer
Type To state by tenderer
Size To state by tenderer
Material To state by tenderer
Accuracy To state by tenderer
Certificate of Std To state by tenderer
Attachment catalogue Yes
Tenderer shall list down and attached the relevant catalogues related to the
equipment/system offered in this tender.
No. Catalogues
SCHEDULE OF PRICE
This page is intentionally left blank
Table of Contents
The tenderer shall complete this Schedule of Prices at the time of tender. The Government
is under no obligation to accept the lowest tender and reserves the right to accept any
tenders in part or full and to vary the quantities stated with no variation to the rates.
The prices entered in this schedule shall be for the supply, installation, testing and
commissioning of the complete system and ancillary equipment/works in accordance with
the requirements of the specification and drawing together with one (1) year maintenance
and guarantee as specified.
The tenderer shall give an accurate breakdown of the tender price sum for the whole works
in the price schedule below. The tender price breakdown shall be inclusive of the cost of
material, labour charges and all other incidentals necessary for the completion of the said
works.
Where works are specified in the specifications or tender drawings or incidental to the
contract and no corresponding price breakdown item are provided for, the cost of such work
shall be deemed to be included under the relevant items of works in the tender price
breakdown below.
For cases where there are discrepancies in quantities in the tender document, the higher
quantity shall take precedent and applicable for the purpose tender pricing and the
contractor shall clearly indicate in his tender submission.
The tender price breakdown may be used as a basis of making progress payment. However,
the Superintending Officer or his representative reserves the rights to vary the price
breakdown by making the necessary adjustment if in his opinion the breakdown given by the
tenderer is unreasonable, when making such payment. Being a lump sum contract the full
tender sum, after making adjustments for any variation to the works, shall be paid upon
completion of all works specified.
The price of any variation to the works shall not necessarily be based on the corresponding
price breakdown, if deemed reasonable it may be used, otherwise it shall be on agreed
rates.
Where work is specified or incident to the contract and no corresponding payment item has
been allowed for, the cost of such work shall be deemed to be included under the relevant
items of work listed in the summary below.
The breakdown of prices are for major components in the schedule of prices and it is
not exhaustive. It is the contractor's responsibility to price out for all scope of works
as per tender drawings & specification even though is not specifically indicated in the
schedule of prices.
Unit Price
Item Description of Equipment/Works Qty. Unit
Price (RM)
1 Preliminaries:
a. Insurances LS
b. Performances bond LS
2 Documents:
a. Contract Document c/w hard cover binding and
Set
stamping.
b. Working Drawing Set
c. As-built Drawings
Hard copies sets
Set
Digital Copies in AutoCAD (.dwg)
Digital Copies in Acrobat (.pdf)
d. Operation And Maintenance Manual Set
e. Contract document in CD format Nos.
3 Monthly Progress Report Inclusive of Digital Image
Lot
or Photos.
4 Cost for Industrialized Building System (IBS) related
Lot
works and coordination.
5 Painting of the complete system, Identification,
Lot
Names Plates, etc. as per drawing and specification
6 All Civil Works necessary for complete installation
of the above systems include coring, cutting,
Lot
digging, drilling, cart away debris, etc. and making
good to S.O satisfaction.
7 Testing and Commissioning as per specification
a. Post Occupancy Testing and Commissioning as
per specification Lot
b. Adjustments to the system controls such (Re-
balancing, re-tuning, re-checking and re-
adjustment etc.)
8 One Year Maintenance During Maintenance and
Lot
Defect Liability Period
9 Management Cost (inclusive of attending site,
coordination & technical meeting)
a. Accommodation Lot
b. Transportation
c. Miscellaneous
10 Other Necessary Work Not Included Above But
Necessary to Complete The Pumping System.
(Please Give Detail ):
a.
b.
Total to be carried to SUMMARY OF PRICES of
Section 8.3
Unit Price
Item Description of Equipment/Works Qty. Unit
Price (RM)
1 Electric motor pump set c/w starter, couplings, base
plate, neoprene pads, concrete plinth etc. as per No.
drawing and specification
2 Standby electric motor pump set c/w starter,
couplings, base plate, neoprene pads, concrete No.
plinth etc. as per drawing and specification
3 Pump switchboard c/w cablings, conduits, control
wiring between switchboard and various
equipment, automatic controls, alarms, single line
schematic circuit diagram, undervoltage & Lot
overvoltage protector, earthing, voltmeter,
ammeter, lightning surge protector etc. as per
drawing and specification
4 piping works c/w valves, fittings, accessories etc as
per drawing and specification. Lot
5 Stainless steel electrode c/w holder and other
accessories as per drawing and specification Lot
6 Sample Board, sample of workmanship (mock up)
for approval of S.O. Lot
7 Item not included above, but shown in the
drawings, described in the specifications, required
by the legislation or obviously necessary for the
successful completion and efficient operation of the
entire installation :-
a.
b.
A. Total to be carried to SUMMARY OF PRICES
of Section 8.3
8.2.2 Variable speed booster pump system with external Variable Speed Drive
(VSD) unit.
Unit Price
Item Description of Equipment/Works Qty. Unit
Price (RM)
1 Electric motor pump set c/w starter, couplings, base
plate, neoprene pads, conrete plinth etc. as per No.
drawing and specification
2 Standby electric motor pump set c/w starter,
couplings, base plate, neoprene pads, concrete No.
plinth etc. as per drawing and specification
3 Pump switchboard c/w frequency converter,
cablings, conduits, control wiring between
switchboard and various equipment, automatic
controls, alarms, single line schematic circuit Lot
diagram, undervoltage & overvoltage protector,
earthling, voltmeter, ammeter, lightning surge
protector etc. as per drawing and specification
4 Pressure Vessel / Hydropneumatics tank /
Expansion vessel comes with related accessories Lot
Unit Price
Item Description of Equipment/Works Qty. Unit
Price (RM)
1 VSD electric motor pump set c/w VSD unit,
diaphragm tank, starter, couplings, base plate,
No.
neoprene pads, conrete plinth etc. as per drawing
and specification
2 Pump switchboard c/w frequency converter,
cablings, conduits, control wiring between
switchboard and various equipment, automatic
controls, alarms, single line schematic circuit Lot
diagram, undervoltage & overvoltage protector,
earthling, voltmeter, ammeter, lightning surge
protector etc. as per drawing and specification
3 Pressure Vessel / Hydropneumatics tank /
Expansion vessel comes with related accessories Lot
4 piping works c/w valves, fittings, accessories etc as
per drawing and specification. Lot
5 Stainless steel electrode c/w holder and other
accessories as per drawing and specification Lot
Unit Price
Item Description of Equipment/Works Qty. Unit
Price (RM)
1 Electric motor pump set c/w starter, couplings, base
plate, neoprene pads, concrete plinth etc. as per No.
drawing and specification
2 Standby electric motor pump set c/w starter,
couplings, base plate, neoprene pads, concrete No.
plinth etc. as per drawing and specification
3 Pump switchboard c/w cablings, conduits, control
wiring between switchboard and various
equipment, automatic controls, alarms, single line
schematic circuit diagram, undervoltage & Lot
overvoltage protector, earthing, voltmeter,
ammeter, lightning surge protector etc. as per
drawing and specification
4 Pressure Vessel / Hydropneumatics tank /
Expansion vessel comes with related accessories Lot
The total tender sum for the Supply, Delivery, Installation, Testing, Adjusting,
Balancing and Commissioning inclusive of one year (1 year) servicing and
maintenance for the Pumpung System and ancillary work is as follows :
_________________________________________________
Tarikh : _________________________________________________
_________________________________________________
Tarikh : _________________________________________________
Notes: The whole work shall be completed before ( -Date- ), which is the date of
completion of the Main Contractor
_________________________________________________
Tarikh : _________________________________________________
_________________________________________________
Tarikh : _________________________________________________
SCHEDULE OF RATES
This page is intentionally left blank
Table of Contents
The following rates for the various items of the work shall be used in the event of any
variation, addition or deduction in the quantities installed.
The rates shall include costs of supply, installation, incidentals, accessories, overheads and
profit. Such rates are subjected to the agreement of the Pengarah Kanan Cawangan
Kejuruteraan Mekanikal as to their reasonableness.
General description of work and materials shall be as stated in the appropriate section of the
Conditions of Contract and the Specification.
9.2 PIPES
25
40
50
65
80
100
150
9.3 FITTINGS
9.4 VALVES
9.5 OTHERS
8 Grease per kg
_________________________________________________
Tarikh : _________________________________________________
_________________________________________________
Tarikh : _________________________________________________
JABATAN KERJA RAYA MALAYSIA
CAWANGAN KEJURUTERAAN MEKANIKAL
IBU PEJABAT JKR MALAYSIA
TINGKAT 24-28, MENARA KERJA RAYA, BLOK G
JALAN SULTAN SALAHUDDIN
50480 KUALA LUMPUR