31
DJP Sustainability Project Communication Network Upgrade Number: HO/1291/10/07 Page 1 of 31 SOW (Scope of Works) DJP Sustainability Project Design, supply, installation and commissioning of additional DWDM and other Communication Systems for the DJP and DWP Pipeline Networks. Scope of Works (SOW) TPL Review and Approval: Compiled by: Reviewed by: Approved by: Name: Henk Botes S. E. Ndlovu A Parson Designate Network Engineer Specialist MC&I Manager Date: Signature:

DJP Sustainability Project Design, supply, installation ... of Work... · Macro Design shall mean High Level Design (HLD). ... 3.2.2.1 The communication system installed along the

  • Upload
    ngothu

  • View
    215

  • Download
    1

Embed Size (px)

Citation preview

DJP Sustainability Project

Communication Network Upgrade

Number: HO/1291/10/07

Page 1 of 31 SOW (Scope of Works)

DJP Sustainability Project

Design, supply, installation and commissioning of

additional DWDM and other Communication

Systems for the DJP and DWP Pipeline Networks.

Scope of Works (SOW)

TPL Review and Approval:

Compiled by: Reviewed by: Approved by:

Name: Henk Botes S. E. Ndlovu A Parson

Designate Network Engineer Specialist MC&I Manager

Date:

Signature:

DJP Sustainability Project

Communication Network Upgrade

Number: HO/1291/10/07

Page 2 of 31 SOW (Scope of Works)

SCOPE OF WORK (SOW)

Design, supply, installation and commissioning of

additional DWDM and other Communication

Systems for the DJP and DWP Pipeline Networks.

1.0 IDENTIFICATION OF THE PARTIES:

For the purpose of this document the following terms shall have the following meanings:

Owner shall mean Transnet Pipelines (TPL)

Employer or Client shall mean Transnet Pipelines (TPL).

Contractor shall mean the Successful Tenderer to be appointed by the Employer.

Supplier means a Subcontractor of, or supplier to the Contractor.

Contract shall mean a Legal Document mutually agreed between the Client and Contractor,

performing the required works to specifications.

Subcontractor means entity or person(s) not contracting with or employed directly by the Owner, but contracting with or employed by the Contractor or another Subcontractor,

Project Manager means the person appointed by the Employer who will attend to a wide range of duties as required by the contract.

Project Engineer means the person appointed by the Employer who will support the Project Manager performing a wide range of duties as required by the contract.

Supervisor means the person appointed by the Employer who will support the Project Manager and Project Engineer performing a wide range of duties as required by the contract.

Safety Officer shall mean the person appointed by the Employer to perform Safety

Inspections at all sites as stipulated by the contract.

Macro Design shall mean High Level Design (HLD).

Micro Design shall mean Low Level Design (LLD).

DJP Sustainability Project

Communication Network Upgrade

Number: HO/1291/10/07

Page 3 of 31 SOW (Scope of Works)

2.0 Abbreviations and definitions:

Abbreviation Description

AC Alternating current

AFC Approved for Construction

AFD Approved for Design

AFP Approved for Purchase

AIA Authorised Inspection Authority

ANSI American National Standard Institute

APC Angle Polished Connector

API American Petroleum Institute

ASME American Society of Mechanical Engineers

ASTM American Society for Testing Materials

ATN Access Transmission Network

BEP Basic Engineering Package

BOM Bill of Materials

CCC Compressor Control Cooperation

CCNA Cisco Certified Network Associate

CCTV Closed Circuit Television

CD Compact Disc

COID Compensation of Injuries and Diseases Act

CP Cathodic Protection

CWP Construction Work Package

DB Distribution Board

DC Direct Current

DCS Distributed Control System / the DCS provide the requisite process control

DJP Durban to Johannesburg Pipeline

DTE Data Terminal Equipment

DWDM Dense Wavelength Division Multiplex

E-212 The Contractors drawing and documentation requirements form

EC Electrical Completion

ECC Engineering and Construction Contract

EOJ End of Job

EPC Engineering, Procurement and Construction

EPCM Engineering, Procurement and Construction Management

ESD Emergency Shutdown System / the ESD implements the required 'critical' trips and interlocks

EW Early Warning

FAT Factory Acceptance Testing

FEA Finite Element Analysis

FFW Field Fit-up Weld

FMEA Failure Mode and Effect Analysis

FOB Free on Board

FOC Fibre Optic Cable

FTA Field Terminal Assembly

FW Field Weld

GA General Arrangement

GRP Glass Reinforced Plastic

Hardcopy Copy on paper

HAZOP Hazard and Operability Study

DJP Sustainability Project

Communication Network Upgrade

Number: HO/1291/10/07

Page 4 of 31 SOW (Scope of Works)

Abbreviation Description

HP High Pressure

HV High Voltage

HVAC Heating Ventilation and Air-Conditioning

IBL Inside Battery Limit

IC Instrumentation Completion

ICT Information Communication Technology

ICASA Independent Communications Authority of South Africa

IEC International Electro-Technical Commission

IMCC Intermediate Master Control Centre

I.R. Industrial Relations comprising all employment and labour policies, practices and procedures of the

Contractor and its sub-contractors pertaining to the Project

I.R.M Industrial Relations Manager appointed by the Employer to co-ordinate I.R. policies, practices and

procedures of the Contractor and its sub-contractors pertaining to the Project.

IS Intrinsically Safe

ISA Instrument Society of America

ISO International Standards Organisation

Iso Isometric Drawing

ITB Invitation to Bid

ITC Indicated Total Cost

LLD Low Level Design

LP Low Pressure

LV Low Voltage

MAWP Maximum Allowable Working Pressure

MBV Motorized Block Valve

MC Mechanical Completion

MCB Mini Circuit Breaker

MCC Motor Control Centre

MCP Motor Control Panel (Excitation panel)

MDMT Minimum Design Metal Temperature

MFD Mechanical Flow Diagram

MMI Man Machine Interface

MP Medium Pressure

MT Magnetic Particle Testing

MTTF Mean Time to Failure

MTTR Mean Time to Repair

MV Medium Voltage

MVA Mega Volt Amps

MW Megawatt

NCR Non Conformance Report

NDE Non-Destructive Examination

NDT Non-Destructive Testing

NEC3 New Engineering Contract

NFPA National Fire Protection Association

NMPP New Multi-Product Pipeline

NOC National Operation Centre

NOSA National Occupational Safety Association

NPSH Net Positive Suction Head

OBL Outside Battery Limit

ODF Optical Distribution Frame

OEM Original Equipment Manufacturer

DJP Sustainability Project

Communication Network Upgrade

Number: HO/1291/10/07

Page 5 of 31 SOW (Scope of Works)

Abbreviation Description

OHS ACT Occupational Health and Safety Act, Act Number 85 of 1993 as amended

ONS Optical Network System

OPC Optical Polish Conector

OTDR Optical Time Domain Reflectometer

OTS Operator Training Simulator

PAS Plant Automation System

P&G Preliminary and General

PC Practical Completion

PCN Process Control Network

PDA Potential Deviation Analysis

PDF Portable Document Format

PDU Power Distribution Unit

PEP Project Execution Plan

PFD Process Flow Diagram

PID Process and Instrument Diagram

PLC Programmable Logic Controller

ppm Parts Per Million

PQR Procedure Qualification Record

PSV Pressure Safety Valve

PT Liquid Penetrant Testing

PTP Production Test Plate

PVP Potential Variation From Plan

QA Quality Assurance

QC Quality Control

QCP Quality Control Plan

QMS Quality Management System (of the Employer)

RAM Reliability, Availability and Maintainability

RFC Ready for Commissioning

RFO Ready for Operation

SANS South African National Standards

SAT Site Acceptance Test

SCADA Supervisory Control and Data Acquisition

SPIR Spare Parts and Interchange ability Record

STM1 Synchronous Transport Module level-1

TFR Transnet Freight Rail

tpa Tons per annum / metric, 1000kg

TPL Transnet Pipelines

TSV Temperature Safety Valve

UDS User Design Specification

UPS Uninterruptible Power Supply

UV’s Utility vehicles

V Volts

VAC Volts Alternating Current

VIP’s Value Improvement Practices

VSD Variable Speed Drive

DJP Sustainability Project

Communication Network Upgrade

Number: HO/1291/10/07

Page 6 of 31 SOW (Scope of Works)

3.0 Basic Scope of Works:

3.1 Background (Overview):

3.1.1 Transnet Pipelines, a division of Transnet Ltd. currently operates over 3,000 km of

pipelines in the Republic of South Africa. TPL clients include BP, Chevron, Engen, Sasol

Oil, Sasol Gas, Shell and Total. Transnet Pipelines’ primary business is the provision of

infrastructure (pipelines, pumps stations, storage tanks etc.) for transporting of petroleum

products from the various manufacturing facilities to the South African market place.

3.1.2 One of these pipelines known as the Durban to Johannesburg Pipeline (DJP) is a refined

products pipeline that runs from the east coastline city of Durban to Sasolburg

approximately 120km to the south of Johannesburg. From there it connects with the inland

products pipeline network which receives additional products from inland refineries and

delivers these products to various points around the Johannesburg area and the inland

Provinces. The primary refined products that are transported in the pipeline system are

various grades of unleaded petrol, diesel and jet fuel.

3.1.3 The current DJP is 12” in diameter and has become capacity constrained and incapable of

supplying the needs of Transnet Pipeline’s clients. A new 24” pipeline has been

constructed by Transnet and it is known as the New Multi-Products Pipeline (NMPP)

3.1.4 Delays with the implementation of the NMPP network, due to various reasons, have

necessitated the DJP sustainability project. The aim of this project is to extend the useful

life of the DJP pipeline, by improving existing infrastructure, as cost effective as possible.

Key to this project is the requirement to maintain a sound communication network. The

existing communication network, is used to transfer process and control data from various

Pump Stations to the Master Control Center (MCC). The existing Frame Relay Network

Transmission Platform has become obsolete and therefore there is a requirement to

replace and upgrade the existing Process Control Network (PCN). The PCN must

therefore be engineered, installed and commissioned in accordance with internationally

accepted standards and procedures, as well as conforming to South African regulations.

The newly engineered solution is to be integrated into the existing DWDM, Dark Fibre and

microwave PCN equipment

3.2 General description of the works:

3.2.1 The existing communication network is making use of Neotel’s Frame Relay Network. The

Process Control, Voice and data are all routed via this Transmission platform. A variety of

Copper, Fibre and Radio (RF) links are used to establish Layer 1 connectivity.

3.2.2 The goal of this project is to replace the “older” type of Transmission platform with DWDM

and SDH network connections, either via Fibre or High Speed Radio connectivity were

applicable. The Ethernet via SDH connections required by TPL are to be supplied by

Transnet Freight Rail (TFR).

3.2.2.1 The communication system installed along the NMPP line is making use of Cisco

ONS 15454 DWDM system. The successful Contractor shall therefore be Cisco

Tier-1 certified, or as a minimum be supported by a certified contractor.

3.2.2.2 Tenderers are required to submit a Macro Design for the Works and equipment

required by TPL, with their Tender submission.

DJP Sustainability Project

Communication Network Upgrade

Number: HO/1291/10/07

Page 7 of 31 SOW (Scope of Works)

3.2.2.3 The successful Tenderer appointed by the Client, now referred to as Contractor,

be responsible to submit a Micro Design (LLD) after completing site inspections,

which is to be approved by the Project Manager and Project Engineer. It is

anticipated that the site inspections be aligned during equipment procurement

and delivery time frame, expected to be within a 6 to 8 weeks window.

3.2.2.3.1 Tenderers are to take note that 3 compulsory site assessments are to be

carried out during the tendering Phase. This is to ensure Tenders align

themselves with the conditions at typical Pump Stations. The site visit

date will be stipulated in other sections of this Tender.

3.2.2.3.2 The following sites are to be visited:

3.2.2.3.2.1 Duzi pumps station.

3.2.2.3.2.2 Ladysmith and

3.2.2.3.2.3 Wilge pump station.

3.2.3 Pump Station sites planned to make use of DWDM technology are listed below:

3.2.3.1 Contractors are requested to use the site Co-ordinate information listed in

Section 4.5, for calculating Optical losses between ONS nodes. The designs are

to take into consideration that the 24 Core is an ITU G625 rated cable.

Site Name DWDM Fibre/MW access Remarks

Howick DWDM Patched Fibre. Curently have DWDM fibre access No trenching required

Access to existing PCN Fibre

Van Reenen DWDM Fibre access required.

Trenching works required

To be priced as an option.

Scope inclusion at the descresion

of the Project Engineer

Mooi River DWDM Patched Fibre. Currently have DWDM fibre access. No No trenching required

Access to existing PCN Fibre

Duzi DWDM Fibre access required Trenching works required

DJP Sustainability Project

Communication Network Upgrade

Number: HO/1291/10/07

Page 8 of 31 SOW (Scope of Works)

3.2.4 Sites that are planned to make use of SDH (Ethernet) connectivity which are to be

supplied by Transnet Freight Rail (TFR), are listed below. A combination of Radio and

Fibre connections are to be used.

Site Name Fibre/MW

access Remarks

ARS920

switches

required

To be terminated at

NSB or DRS

Bethlehem

TPL Fibre non DWDM

To be priced as an option.

Scope inclusion at the

descresion of the Project

Engineer

Yes NSB

Newcastle Fibre non DWDM Yes DRS

Hillcrest Microwave Radio Yes DRS

Ladysmith Fibre non DWDM Yes DRS

Quagga Microwave Radio Yes DRS

Magdala Microwave Radio Yes NSB

Mngeni Microwave Radio Yes DRS

Wilge Microwave Radio Yes NSB

Fort Mistake Microwave Radio Yes NSB

3.2.5 Other sites, associated with this project are:

Site Name Fibre/MW

access ARS920 switches

required

North Station Building (NSB) Gateway Cisco 7606 installed

DRS (Durban Railway Station) Gateway Cisco 7604 installed

Main Control Center (iMCC) DWDM

(existing) Prime Optical (upgrade)

3.2.6 From the listings in section 3.2.4 above, at total of 9 x pump stations are planned to be

linked via Ethernet connections relayed via SDH physical layer. Either making use of radio

or “dark” Fibre connections. TFR (Transnet Freight Rail) are currently proposing to supply

the Radio and Fibre inter-linking networks. (This activity will thus NOT form Part of the

SCOPE of WORKS).

DJP Sustainability Project

Communication Network Upgrade

Number: HO/1291/10/07

Page 9 of 31 SOW (Scope of Works)

3.2.7 Tenderers are requested to quote for the option (A) to add additional ports to the existing

7606 and 7604 switches located at NSB and DRS respectively. In addition also quote for

the option (B) to replace these switches with later versions such as the Cisco ASR9000

series.

3.2.8 Tenderers are also requested to quote for the Supply and installation of Cisco ASR920

switches at each site listed in section 3.2.4, fitted with Ethernet trunk ports. The Client

requests that option (C) be included in the tender response, allowing the ASR920 to be

fitted with a STM-1 interface. These units are required to replace outdated Cisco 7201

gateways, currently in-use.

3.3 High Level works information summary (DWDM sites):

3.3.1 The Contractor is thus responsible to supply, install and commission the following: This is

a high level summary of the works to be completed by the Contractor. These points are

applicable to the sites listed in section 3.2.3.

3.3.1.1 The Contractor is advised that the Client shall free issue the following items

required at DWDM sites. These items are:

3.3.1.1.1 4 x 19” equipment cabinets.

3.3.1.1.2 Orange Ball Markers to be placed above each of the required manholes

at Duzi and Van Reenen.

3.3.1.1.3 Black HDPE ducts with yellow markings require at Duzi and Van Reenen

sites.

3.3.1.1.4 Fibre Optical Cable (FOC) 24 core SM, for connectivity at Duzi and Van

Reenen.

3.3.1.1.5 The Contractor to allow for delivery of these items listed above to site as

stipulated. These items are available from Transnet Pipelines Technical

Workshop in Alrode, Alberton, Gauteng Province.

3.3.1.2 Supply and installation of Eaton (Transnet approved) 5 KVA UPS’s in a 1+1

configuration for the 4 x DWDM sites listed.

3.3.1.3 It must be noted by the Contractor that Howick and Mooi River Pump Stations

are already equipped with 2 x ODF’s each. These are marked as X20 and X21

for the A and B sides respectively. Currently optical patch cords are used to

establish DWDM connectivity between nodes.

3.3.1.4 Supply and install UPS support brackets for each UPS.

3.3.1.5 The installation of free issued 19” equipment cabinets at the required sites.

3.3.1.6 Power and Earthing requirements for the equipment cabinet(s) are to be provided

in accordance with TPL specifications as listed in section 10.0

3.3.1.7 Supply and install AC mains cable between the LV bucket and the 19” rack-

mounted AC distribution unit, equipped with isolation and circuit breakers for the

UPS and ONS supply inputs.

3.3.1.7.1 Approx. 35m x Power cable per Pump Station are to be supplied and

installed. The cable must be of type: armed, 10mm2, fire resistant and

terminated both ends using cable glands.

3.3.1.7.2 Supply and install approx. 30m cable support tray between the LV panel

and 19” equipment cabinet.

DJP Sustainability Project

Communication Network Upgrade

Number: HO/1291/10/07

Page 10 of 31 SOW (Scope of Works)

3.3.1.7.3 Supply and install 32 Amp circuit breaker, in accordance to TPL

specifications, inside the LV bucket at each Pump Station.

3.3.1.7.4 2 x Red coloured Labels marked as “PCN Communication” be supplied

and fitted to the LV bucket at each site. One label to be fitted inside the

panel and the other on the LV Bucket door.

3.3.1.7.5 The 19” rack mounted AC distribution units are to be equipped with 1 x

60 Amp isolation switch at the input of the DB and 2 x 25 Amp circuit

breakers, feeding the 1+1 UPS input supply.

3.3.1.7.6 Supply a 3rd

circuit breaker rated at 15 Amps to feed the 5-way dedicated

power distribution unit. (PDU). The main function of this PDU is powering

Test equipment ONLY.

3.3.1.7.7 Supply and install approx. 35m x 70mm2 earth/grounding cable between

the Pump Station earth-bar and 19” equipment cabinet earth bar. Cable

glands and lugs are to be used, terminating the cable at the 19” cabinet

earth bar.

3.3.1.7.8 Issue Certificate of Compliance (COC) for each of the sites where

applicable.

3.3.1.8 Trenching of approx. 30m per site at Duzi and Van Reenen Pump Stations are

required, to allow for the re-routing of the NMPP 24 core blown optimized fibre

optic cable, also referred to as the Process Control Network cable (PCN).

3.3.1.9 Note: The NMPP FOC design allowed for approx. 4 km manhole spacing along

the pipe line. Fibre Optic Cable excess of approx. 15m per manhole was allowed

for by the NMPP design. The Contractor is required to release 5m FOC excess

from the 2 nearest manholes reference to the Pump Stations, allowing the

installation, termination and re-routing of the 24 core FOC at Duzi and Van

Reenen sites. The Client will assist the Contractor in locating these manholes by

using available RFID detectors.

DJP Sustainability Project

Communication Network Upgrade

Number: HO/1291/10/07

Page 11 of 31 SOW (Scope of Works)

Typical layout showing the NMPP pipeline, HDPE duct and manhole location

3.3.1.10 Free issued Ball markers are to be installed approx. 300mm above each of

the manholes.

3.3.1.11 The routing of the “new” trench will clearly and accurately be recorded on

Pump Station site layout drawings. Client to provide at award of contract.

3.3.1.12 Install 2 x 35m long Free Issued HDPE ducts (40mm x 3.7mm) to house the

2 x 24 core (PCN) Fibre Optic Cables towards Duzi and Van Reenen Pump

Stations. It is estimated that 130m per site will be adequate.

3.3.1.13 The bending radius of the HDPE ducts are 2.5m. The Contractor will ensure

this limitation is not exceeded.

3.3.1.14 The Contractor shall terminate the HDPE ducts inside the Pump Station,

underneath the Communication cabinet.

3.3.1.15 Supply and installation of an approved PVC manhole and dome joints at Duzi

DJP Sustainability Project

Communication Network Upgrade

Number: HO/1291/10/07

Page 12 of 31 SOW (Scope of Works)

and Van Reenen sites. The manholes shall allow for 2 x entries at each side.

One entry shall be used for the FOC routed along the pipeline and the second for

the “spur” towards the Pump Station. The Contractor are to allow for the required

couplings and splicing kits.

3.3.1.16 Supply and install warning tape, to be placed approx. 300mm above the

HDPE ducts. The tape shall be yellow with black lettering stating the following:

3.3.1.16.1 CAUTION TRANSNET FIBRE OPTIC TELECOM CABLE TEL:

0800203843. The warning tape shall be at least 300mm wide.

3.3.1.17 The Contractor is to take care NOT to damage the 48 core Fibre Optic Cable,

known as the EPN cable, during the excavation and rehabilitation stages of the

works. Any damage to this cable shall be for the Contractors account.

3.3.1.18 Deliver and installation of free issued 24 core FOC to Duzi and Van Reenen

Pump Stations. It is estimated that approx. 2 x 65m (130m in total) FOC per site

would be adequate.

3.3.1.18.1 The Contractor is required to perform OTDR tests on the 24 core free

issued Fibre Optic Cable, proving functionality, prior of delivery to site.

3.3.1.19 Supply and install 2 x Optical Patch Panels at Duzi and Van Reenen. One to

terminate the 24 core Optic cable, A-side, and the 2nd

Optical Patch Panel for the

B-side. All Fibres are to be terminated on to the 2 x Optical Patch Panels,

marked as X20 and X21.

3.3.1.20 All supplied Optical Patch Panels are to be equipped with E2000 (APC)

connectors.

3.3.1.21 Perform and record bi-directional OTDR tests per link.

3.3.1.22 Supply, Install and commission Cisco 15454 DWDM terminal/repeater

equipment with added DCU’s for supporting 4 x 10GBit/s nodes for each of the

sites listed. It is believed that M6 ONS chassis will offer adequate space.

3.3.1.23 Contractors to allow for the option to supply and configure Transponder cards

in a 1+1 configuration at each site.

3.3.1.24 NOTE: Commissioning of these sites will require network down time

along PL-1 (24” multiproduct pipeline), and prior approval from TPL

management must be obtained.

3.3.1.25 Supply and installation of 2 x 10m bi-directional Optical Patch Cords, per site,

equipped with LC to E2000 (APC) optical connectors. These are required to

DJP Sustainability Project

Communication Network Upgrade

Number: HO/1291/10/07

Page 13 of 31 SOW (Scope of Works)

interlink the Optical Patch Panels to the ONS equipment.

3.3.1.26 All Transponder blades shall be equipped with the required SFP’s (Small

Form Protocol) as listed in section 4.3

3.3.1.27 End-to-End link performance testing to be conducted by the Contractor and

inspected by the Client.

3.4 High Level works information summary (Linked either via Radio or Fibre):

This is a high level summary of the works to be completed by the Contractor and to be inspected

and approved by the Client. These points are applicable to the sites listed in section 3.2.4 above.

3.4.1 Supply and installation of Eaton (Transnet approved) 5 KVA UPS’s in a 1+0 configuration

for the 9 sites as indicated.

3.4.2 Supply and install UPS support brackets, due to the unit’s weight.

3.4.3 The supply and installation of 19” equipment cabinets. A total of 9 x 43U equipment

cabinets are to be allowed for by the Contractor. Refer to section 6.1.1 for more details.

3.4.4 Power and Earthing towards the equipment cabinet(s) are to be provided in accordance

with TPL specifications as indicated in section 10.1.

3.4.5 Supply and install AC mains supply, including rack-mounted AC-distribution with input

isolation and circuit breakers at the UPS and Cisco supplied switches.

3.4.5.1 Approx. 35m x Power cable per Pump Station are to be supplied and installed.

The cable must be of type SWA armored, 10mm2, fire resistant and terminated

both ends using cable glands.

3.4.5.2 Supply and install 32 Amp circuit breaker inside the LV bucket at each Pump

Station.

3.4.5.3 Supply and install approx. 30m cable support tray between the LV panel and 19”

equipment cabinet.

3.4.5.4 The 19” rack mounted AC distribution units are to be equipped with 1 x 60 Amp

isolation switch at the input of the DB and 2 x 25 Amp circuit breakers, feeding

the 1+0 UPS input supply. The 2nd

25 Amp circuit breaker shall be marked as

“SPARE”.

3.4.5.5 Supply a 3rd

circuit breaker rated at 15 Amps to feed the 5-way dedicated power

distribution unit. (PDU). The main function of this PDU is powering Test

equipment and set-up Laptop(s) ONLY.

3.4.5.6 Supply and install approx. 35m x 70mm2 earth/grounding cable between the

Pump Station earth-bar and 19” equipment cabinet. Cable glands are to be used,

terminating the cable at the 19” cabinet end.

DJP Sustainability Project

Communication Network Upgrade

Number: HO/1291/10/07

Page 14 of 31 SOW (Scope of Works)

3.4.6 Supply, installation and commissioning of Cisco ASR 920 (one per site) switch as

stipulated.

3.4.7 Supply and install a support bracket for each ASR 920 switch.

3.4.8 Supply and install 1 x duel Optical patch Cord, 5m long fitted with LC-to-LC connectors

should be adequate, between the ASR 920 and the Radio or Optical Patch Panel, for each

of the 9 sites listed.

3.4.9 Allow for High speed Ethernet Interfaces connections to be used between the Cisco ASR

920’s and the Radio Indoor units, including TFR SDH communication equipment located at

NSB and DRS.

3.4.10 The Contractor will allow for a NMS (Network Monitoring System) VLAN to be created on

one of the ASR 920 ports, which is to be used to monitor Microwave Radio link

performances at MCC.

3.5 High Level works information summary (for sites listed in section 3.2.5)

This is a high level summary of the works to be completed by the Contractor and to be inspected

and approved by the Client. This section list the work required at NSB, DRS and MCC

.

3.5.1 Supply and install additional Ethernet interface blades/ports at NSB and DRS to allow for

the 9 x additional in-land sites.

3.5.2 Supply and install heavy duty Optical interconnecting Fibre patch leads between the Cisco

7606 and 7604 towards the TFR SDH equipment. Length of 30m should be adequate at

each site.

3.5.3 Configure and setup the 7606 switch at NSB and the 7604 switch at DRS to manage the

additional Ethernet interface cards.

3.5.4 Configure these switches at NSB and DRS with an additional VLAN for the NMS services

required to be monitored at MCC.

3.5.5 Configure Cisco Prime Optical at MCC for the 4 additional DWDM sites.

3.5.6 Configure the Cisco ONS Node at MCC to allow NMS monitoring.

3.5.7 The Tenderer to allow for the provision of a Windows based workstation (PC) at MCC to

be used to monitor the in-land Microwave network performances.

DJP Sustainability Project

Communication Network Upgrade

Number: HO/1291/10/07

Page 15 of 31 SOW (Scope of Works)

3.5.8 The software required by the workstation, are to be supplied and installed by TFR.

3.5.9 Update existing documentation such as the Optical and Layer-3 Low Level Designs (LLD),

for approval.

3.6 High Level works information summary (General):

The following activities listed below are applicable to ALL sites.

3.6.1 Staging of Factory Acceptance Testing (FAT’s) – to be accepted by the Employer prior to

delivery and commissioning of the systems to site, in particular the Eaton 5KVA UPS’s.

3.6.2 Equipment acceptance inspection of all units’ prior to delivery to site, by the Client, are to

be scheduled and coordinated by the Contractor.

3.6.3 Marking and labelling all cables and components in accordance to the Client’s

specifications.

3.6.4 Issuing Network and site drawings (As Built) indicated in section 6.3.3.5 of this document,

to be approved by the Client.

3.6.5 Conduct Network Ready for Use test (NRFU’s).

3.6.6 Testing LSX, NMS and LMS VLAN fail-over at NSB via Sabre (STM-16) connection, as

supplied by TFR (SDH) network.

3.6.7 Defects identified during site inspection, and commissioning will be captured against the

responsible party and is to be resolved prior to handover unless agreed upon

3.6.8 Attend final site and network inspections.

3.7 Activity summary at DWDM sites:

The Table below lists the activity and equipment to be supplied and installed per site, based on the

access technology applicable.

Activity and equipment supply +

installation works required.

Mooi River Howick Duzi Van Reenen Cost in SA

Rand (ZAR)

Delivering 19” equipment cabinet, FOC,

Power & Grounding Cables, ONS and other

installation materials to site.

Free Issue Free Issue Free Issue Free Issue

Equipment Rack installation with 35m

power cable (10mm2) and 35m

earthing/grounding (70mm2) cables.

1 x Cabinet 1 x Cabinet 1 x Cabinet 1 x Cabinet

DJP Sustainability Project

Communication Network Upgrade

Number: HO/1291/10/07

Page 16 of 31 SOW (Scope of Works)

Supply and Install 1 x 32 Amp Circuit

Breaker from the LV bucket to equipment

cabinet. 10mm2 SWA, fire resistant power

cable to be used. Including labels as

specified.

1 x 32 Amp 1 x 32 Amp 1 x 32 Amp 1 x 32 Amp

19” Rack mount AC-DB and 5 way PDU.

The DB is to be fitted with at least 2 x

Circuit Breakers (25 Amp rated) and 1 x 15

Amp + input Isolation switch 60 Amp.

1 set 1 set 1 set 1 set

Supply and Install 30m Cable tray, between

LV and equipment panel. 1 1 1 1

Performing OTDR tests on Free Issued

FOC prior delivery to site. (130m per site) No No Yes Yes

Trenching works 30m No No Yes Yes

Install 2 x 35m HDPE ducts No No Yes Yes

Install 2 x 24 core Fibre Optic Cables

(FOC) and equipment to site. (130m per

site , allowing 15m excess at each end)

No No Free Issue Free Issue

Supply and install 1.2m dia. X 600mm

deep, PVC manhole + Dome joint +

Splicing + warning tape.

No No Yes Yes

Perform final end-to-end OTDR tests. Yes Yes Yes Yes

Supply and install Eaton UPS 1+1 (5KVA

rated), rack mountable. 1 set 1 set 1 set 1 set

Supply and install OPP (ODF) (A and B

side of the ONS). Marked as X20 and X21 No No 2 x 2 x

Supply and install LC-E2000 (APC) patch

leads (2 x Dual 10m long). The LC

connectors could be OPC type.

Yes Yes Yes Yes

Supply and install ONS 15454 Sub-rack

(M6-chassis) Yes Yes Yes Yes

Configure ONS with 1+1 Transponder

Cards and ports as listed in this document.

Supplied and fitted with all required SFP’s.

Yes Yes Yes Yes

Perform BER connectivity performance

tests on newly created VLAN’s. Yes Yes Yes Yes

Test all newly created VLAN including LSX

fail-over via SABRE network. (Alternative

routing).

Yes Yes Yes Yes

Arrange Down Time with management. Yes Yes Yes Yes

Update LLD’s documents Yes Yes Yes Yes

Update all other required site

documentation. Yes Yes Yes Yes

DJP Sustainability Project

Communication Network Upgrade

Number: HO/1291/10/07

Page 17 of 31 SOW (Scope of Works)

Issue floor plans, site drawings, general

arrangement drawings for the

communication cabinet, interconnecting

arrangement, ODF arrangement, Single

Line Power arrangement required by the

project.

Yes Yes Yes Yes

Site inspection and hand over. Yes Yes Yes Yes

Attend and clear all punch items listed as

agreed. Yes Yes Yes Yes

3.8 Activity summary (Fibre and Radio sites):

Activity list including equipment

supply and installation at Pump

Stations.

Beth

lehem

TP

L

(Fib

re)

New

castle

(Fib

re)

Hillc

rest (R

ad

io)

Ladysm

ith (F

ibre

)

Quagg

a (R

ad

io)

Magd

ala

(Rad

io)

Mnge

ni (R

ad

io)

Wilg

e (R

ad

io)

Fort M

ista

ke

(Radio

)

Cost in

SA

Rand

Supply and delivery of 19” equipment cabinet

(43 U), UPS and equipment to site. 1 1 1 1 1 1 1 1 1

Equipment Rack installation with 35m Single

Phase power (10mm2.) and 35m earthing

(70mm2.) cables.

1 1 1 1 1 1 1 1 1

Supply and Install 1 x 32 Amp Circuit Breaker

from the LV bucket to equipment cabinet.

Single phase 10mm2 power cable. Armed,

Fire resistant type.

1 1 1 1 1 1 1 1 1

19” Rack mount AC-DB and 5 way PDU. The

DB is to be fitted with at least 2 x Circuit

Breakers (25 Amp rated) and 1 x 15 Amp +

input Isolation switch 60 Amp.

set set set set set set set set set

Supply and Install 30m Cable tray, between

LV and equipment panel. 1 1 1 1 1 1 1 1 1

Supply and install Eaton UPS 1+0 (5KVA

rated) with supporting bracket. 1 x 25 Amp CB

shall be used to power the UPS. The 2nd

CB

shall be marked as SPARE.

1 1 1 1 1 1 1 1 1

Supply and install LC-E2000 (APC) patch

leads (1 x Dual 10m long) between ASR920

and ODF unit at Fibre connected sites.

1 1 0 1 0 0 0 0 0

Supply and install LC-LC (OPC) patch leads

(1 x Dual 10m long) between ASR920 and

TFR radio indoor unit.

0 0 1 0 1 1 1 1 1

Supply and install Cisco ASR 920 switch with

supporting bracket.. 1 1 1 1 1 1 1 1 1

Configure ASR920 with VLAN as required. 1 1 1 1 1 1 1 1 1

DJP Sustainability Project

Communication Network Upgrade

Number: HO/1291/10/07

Page 18 of 31 SOW (Scope of Works)

Perform BER connectivity performance tests

on newly created VLAN’s. 1 1 1 1 1 1 1 1 1

Arrange Down Time with management to test

LSX connectivity. 1 1 1 1 1 1 1 1 1

Test all newly created VLAN including LSX

fail-over via SABRE network. (Alternative

routing).

Yes Yes Yes Yes Yes Yes Yes Yes Yes

Supply 20m RJ45 LAN connecting cable

(CAT5 min.) for LSX inter-linking. 1 1 1 1 1 1 1 1 1

Update LLD’s documents 1 1 1 1 1 1 1 1 1

Update site layout and other required site

documentation. 1 1 1 1 1 1 1 1 1

Site inspection and hand over. 1 1 1 1 1 1 1 1 1

Attend and clear all punch items listed and

agreed. 1 1 1 1 1 1 1 1 1

3.9 Activity summary at other sites:

Acitivity and equipment supply and installation at other Sites:

Option (A)

NS

B

DR

S

MC

C

Cost in

SA

Ran

d

Supply and install additional Ethernet ports for the 9 x In-land Pump Stations. (Min. 8 x additional ports per switch are required).

1 1 0

Configure switches and the ONS terminal at MCC for the additional VLAN’s and/or Ports.

1 1 1

Supply and install Heavy Duty Optical Patch leads (30m long) between Cisco switches and TFR SDH equipment.

4 5 0

Arrange Network Down Time with management. 1 1 1

Supply a Windows Based NMS work station for NMS monitoring. 0 0 1

Perform Network Ready For Use tests. (NRFU) Yes Yes Yes

Site inspection and network Handover. Yes Yes Yes

Acitivity and equipment supply and installation at other Sites:

Option (B)

Supply New Cisco 9000 series switches. 1 1 0

DJP Sustainability Project

Communication Network Upgrade

Number: HO/1291/10/07

Page 19 of 31 SOW (Scope of Works)

3.10 Required Spare units:

Spares to be included in Tender response are: Quantity Cost in SA Rand

Eaton 5 KVA UPS, AC 230 Volt, 50 Hz rated. Single Phase 2

Cisco ASR 920 switch Ethernet interface. (one to be kept at Durban and the second

in Johannesburg) 2

Cisco ASR 920 switch fitted with STM-1 trunk interface. Replacing 7201 units 2

Cisco High speed 8 x Port (minimum) Ethernet interface blades which are to be

used in conjunction with the Cisco 7606 and 7604 switches, located at NSB and

BRS.

2

Complete M6 Cisco ONS 15454 chassis equipped similar to the units planned to be

supplied and Installed at DWDM sites. Equipped with full set of SFP (Small Form

Protocol) connections.

1

Optical patch leads 10m each fitted with LC-to-E2000 (APC) Angle Polished

Connectors 2

Optical patch leads 10m each fitted with LC-to-LC (OPC) Optical Polished

Connectors. 2

4.0 Applicable Information:

4.1 Site names and Codes:

Station Name Number

NOC 99

MCC/ICC 98

Johannesburg NSB 96

Durban Railway Station (DRS) 97

Duzi 39

Howick 07

Mooi Rivier 54

Van Reenen 56

4.2 Process Control Network Performance criteria:

The PCN network minimum performance criteria shall meet the following parameters:

4.2.1 The network availability required to be greater than 99.4%.

4.2.2 Network response times required to be less than 400 milliseconds (ms)

4.2.3 The network equipment availability be greater than 99.9%.

DJP Sustainability Project

Communication Network Upgrade

Number: HO/1291/10/07

Page 20 of 31 SOW (Scope of Works)

4.2.4 Network response time be less than 50 milliseconds, excluding Cisco Router and Switch

alarm detection and switching latency. The end-to-end Latency shall however not exceed

150ms per link.

4.2.5 Support MTTR (mean time to respond) to be covered by a Services Level Agreement

(SLA), which is outside the scope of this Contract.

4.2.6 Support MTTR (mean time to restore), to be covered by a Services Level Agreement

(SLA), which is outside the scope of this Contract.

4.3 LAN/WAN connections required at the DWDM sites:

LAN and WAN connections required at the 4 x DWDM sites are listed below. These are in-line with

the NMPP requirement for PCS-7 platform.

Note 1: That LSX will mainly be used for the short term. However allowance are to be made for the

other “Future required” services. All applicable Ports are to be created on the ONS Transponder

Blades, that are to be supplied and configured in a 1+1 scenario, and be placed in IDLE/Blocked state

except LSX, LMS, H1 and the newly required NMS services, as indicated in the Table below.

Note 2: That a “NEW” Service are required to allow for the monitoring of Microwave Network

Management Services (NMS) from in-land sites liked via Radio transmission equipment.

Note 3: Security, Telephone and Data (ICT) services are not allowed for by this Scope of Works

document. These services are to be provided at a later stage if necessary.

Station Name

Term

inal /

Mete

ring

BU

S

Sys A

&B

CA

S

H1

ES

S

MM

S

CIS

CO

LM

S

PLM

S

PC

S7 O

S

LS

X

Inte

rne

t

DM

Z

NO

C

DM

Z

NM

S

NOC Y Y Y Y Y Y Y Y Y Y Y Y Y

202 Anton Lambede Y Y Y Y Y Y Y Y Y Y Y

Duzi Y* Y* Y* MBV Y* Y* Y

Howick Y* Y* Y* MBV Y* Y* MBV Y

Mooi River Y* Y* Y* MBV Y* Y* MBV Y

Van Reenen Y* Y* Y* MBV Y* Y* MBV Y

NSB 7604 Existing services to remain Y

DRS 7606 Existing services to remain Y

Note: Y* = Ports are to be created and Blocked until required at a later stage.

4.4 LAN/WAN requirements at In-Land sites:

The services listed below are to be created on the ASR920 to be installed at the sites as listed in the

table below. Ports to support Terminal Bus, System Bus A, System Bus B and CAS can be placed in

IDLE mode, until required.

DJP Sustainability Project

Communication Network Upgrade

Number: HO/1291/10/07

Page 21 of 31 SOW (Scope of Works)

Station Name

Terminal /

Metering

Bus

System

Bus A&B CAS CISCO LMS LSX NMS

BETHLEHEM Y Y Y Y Y Y

FORT MISTAKE Y Y Y Y Y Y

HILLCREST Y Y Y Y Y Y

LADYSMITH Y Y Y Y Y Y

MAGDALA Y Y Y Y Y Y

MNGENI Y Y Y Y Y Y

NEWCASTLE Y Y Y Y Y Y

QUAGGA Y Y Y Y Y Y

WILGE Y Y Y Y Y Y

4.5 Pump Station Co-ordinates (Location):

DEPOT/STATIONS CODE LONG LAT Elevation (m)

BETHLEHEM BEM 28.29819145 -28.22947908 1630,700

BETHLEHEM TOP BHT 28.31279815 -28.21629979 1608,400

DUZI DUZ 30.37169394 -29.53273097 960

FORT MISTAKE FTM 29.96273960 -28.18590814 1398,0

HILLCREST HLR 30.76249741 -29.79382957 686,000

HOWICK HWR 30.19458155 -29.47717669 1040,800

LADYSMITH LAY 29.78844513 -28.54275182 1029,000

MAGDALA MGA 27.31455978 -27.61600858 1422,000

MNGENI MGN 30.80995373 -29.82260542 375,0

MOOIRIVER MRR 30.02593506 -29.15797273 1533,0

NEWCASTLE NCS 29.99436357 -27.74070103 1187,0

QUAGGA QGA 29.75147325 -27.50850757 1647,5

VAN REENEN VRN 29.40581537 -28.38419905 1653,500

WILGE WIL 28.39002936 -27.22942872 1531,0

4.6 LAN/WAN Throughput requirements:

The following indicate the bandwidth requirements for the individual VLAN’s to be provided by the

DWDM and the inland Transmission Radio or Fibre connections:

DWDM:

Terminal / Metering Bus: 600 Mbps

System Bus A: 200 Mbps

System Bus B: 200 Mbps

CAS Bus: 300 Mbps

H1 Bus: 100 Mbps

DJP Sustainability Project

Communication Network Upgrade

Number: HO/1291/10/07

Page 22 of 31 SOW (Scope of Works)

Machine Monitoring Network: 100 Mbps

Electrical SCADA System Network: 100 Mbps

CISCO LMS: 5 Mbps

PLMS Bus: 1 Gbps

PCS7 OS Bus: 100 Mbps

LSX Bus: 100 Mbps

New NMS service: 5 Mbps

The dedicated fibre connecting the MBV’s to the sites will host both the H1 Bus and the CISCO LMS

as VLAN’s. These VLAN’s will be connected to their respective VLANs mentioned above. Port 20 on

the Transponder Cards is to be configured to facilitate the MOBV (H1 + LMS) services.

SDH (Ethernet):

Terminal / Metering Bus: 60 Mbps

System Bus A: 10 Mbps

System Bus B: 10 Mbps

CAS Bus: 45 Mbps

CISCO LMS: 5 Mbps

LSX: 5 Mbps

New NMS service: 1 Mbps

The total bandwidth available on the SDH section of the network is estimated to be close to 135 Mbps

(155 Mbps – 12 % overhead). The assigned bandwidth as per the above could be re-

assigned/optimised after commissioning.

4.7 LAN/WAN connection and Priority requirements:

Network VLAN (Service) Name Priority

(1 = Highest)

LAN Connection into WAN per

Station

Terminal / Metering Bus 10 – CVLAN 1 2 x RJ45

System Bus A 20 – CVLAN 2 2 x RJ45

System Bus B 30 – CVLAN 3 2 x RJ45

CAS Bus 40 – CVLAN 4 2 x RJ45

H1 Bus 50 – CVLAN 2 2 x RJ45 (Only at TM1, TM2,

MCC, SCC, PS1)

H1 Bus - Dedicated Fibre to

MBV's (port 20) 50 – CVLAN

2 x SFP 1300nm (To be

connected to port 20 A-side and

port 20 B-side)

Machine Monitoring Network 100 – CVLAN 8 2 x RJ45

Electrical Monitoring Network 90 – CVLAN 7 1 x SFP

CISCO LMS (DWDM Sites) 110 – CVLAN 10 1 x RJ45

DJP Sustainability Project

Communication Network Upgrade

Number: HO/1291/10/07

Page 23 of 31 SOW (Scope of Works)

Network VLAN (Service) Name Priority

(1 = Highest)

LAN Connection into WAN per

Station

LSX Bus 140 - CVLAN 1 1 x RJ45

NMS services for Radio sites 150- CVLAN 10 1 x RJ45

5.0 Work to be performed by the Contractor:

5.1 Design phase:

5.1.1 On acceptance of the MACRO design, to be submitted with Tender response

documentation, the successful Contractor shall be responsible to perform detailed network

design engineering of the communications network as described above. Excluding the

Microwave and “Dark” Fibre connections which are to be supplied by TFR, as previously

indicated.

5.1.2 The Contractor shall be responsible to compile detail system drawings, indicating

equipment layout, configuration and interconnectivity at each of the Nodes as listed above.

5.1.3 The Contractor shall be responsible to visit each of the listed sites to study the following:

5.1.3.1 Equipment room availability for hosting the supplied 19” equipment rack.

5.1.3.2 Study Power connectivity between the LV buckets and the equipment rack.

5.1.3.3 At Duzi and Van Reenen Pump Stations, study routing options available for

Trenching works required to house 2 x HDPE ducts.

5.1.4 The detailed design shall include proposed equipment rack layouts for Pump Station sites

and to be approved by the Project Manager and Project Engineers.

5.2 Design procedures

5.2.1 The Contractor submits all design documentation to the Project Engineers and the Project

Manager who shall be responsible for inspection, review and approval thereof.

5.2.2 The Project Engineers and the Project Manager checks and provides comments to the

Contractor’s designs, calculations and drawings. The Contractor reviews and incorporates

these comments into his design.

5.2.3 Approval of documents does not relieve the Contractor from any of his legal and

contractual liabilities and responsibilities.

5.3 Design Requirements and Reviews

5.3.1 The Contractor submits to the Project Manager all engineering documentation and

drawings as specified.

5.4 Procurement, fabrication and delivery phase

5.4.1 Inspection and Testing Requirements

5.4.1.1 The Contractor submits his procedures to the Project Manager for approval.

DJP Sustainability Project

Communication Network Upgrade

Number: HO/1291/10/07

Page 24 of 31 SOW (Scope of Works)

5.4.2 Delivery and storage requirements

5.4.2.1 Refer to Site Procedures as detailed in this Works Information document for

requirements prior to commence work on site.

5.4.3 Shipment of the Contractor supplied Equipment and Materials

5.4.3.1 The Contractor arranges all shipments of Materials and Equipment to the Site

and consigns all such shipments to the Contractor as consignee at the project

shipping address, freight fully prepaid (this includes all items, materials and

equipment free-issued) to the Contractor.

5.4.3.2 The Contractor to ensure demurrage agreements and settlements with carriers

for his shipments.

5.4.3.3 The Contractor advises the Project Manager in advance of all major shipments

of Materials and Equipment and co-ordinates with the Project Manager the

arrival, unloading and release of such. The Contractor promptly unloads its

shipments and promptly releases the carriers’ equipment.

6.0 Specific requirements to provide the Works:

The Contractor satisfies the requirements of each code, specification, attachments, drawings and all

other documents issued as an integral part of the Contract.

6.1 Supply and Installation:

All equipment shall be suitable for use in an industrial environment containing microscopic metallic

and liquid particles and dusty materials. Equipment shall operate reliably under the following ambient

conditions:

Temperature: -15 to +50 Deg. C

Humidity: 5 to 95% relative humidity

Elevation: Up to 2000 m above mean sea level

Power Supply: 230 VAC, 10A, single phase, 50 Hz

Voltage 90-110% of rated voltage

Frequency +/- 2% of rated frequency

6.1.1 Terminal and Pump Stations.

The following equipment is to be supplied and installed at DWDM and in-land Pump Stations.

6.1.1.1 Equipment Rack

6.1.1.1.1 All equipment racks shall be at least 43U high and suitable for mounting

standard 19” wide telecommunication equipment.

6.1.1.1.2 The rack shall allow for a minimum of 5 x AC (Dedicated) plugs rated at

15A each. These sockets are to be used for test and measuring

equipment.

6.1.1.1.3 Equipment racks shall be fitted with Fan trays. Cable Access to the

equipment rack shall be from the bottom, installed on computer flooring,

and the Fan tray shall therefore be located in the upper portion of the

rack.

6.1.1.1.4 Cable glands shall be used for all power and grounding cables.

DJP Sustainability Project

Communication Network Upgrade

Number: HO/1291/10/07

Page 25 of 31 SOW (Scope of Works)

6.1.1.1.5 Insulated Earth bar shall be available inside the rack, to be used for

earthing all sub-racks. The equipment rack earth bar shall be connected

to the station earth using at least 70m2 copper earth cable. Brass bolts

and nuts with serrated washers shall be used on all earth bar

connections.

6.1.1.1.6 The fibre optic ODF (Optical Distribution Frame) shall be located in the

same 19” rack. Optical patch tails shall be used to interconnect either the

Cisco ONS line drivers or the Cisco ASR920 switch to the ODF.

6.1.1.1.7 In the case of Computer Floor installations, the Equipment rack shall be

mounted on a suitable rated Galvanised Iron Frame with 4 supportive

legs by the Contractor. Each of these legs shall allow for an adjustable

nut at the bottom, to allow for proper alignment with the Computer Floor.

The Project Manager will inform the Contractor for the Computer Floor

heights, which in general is 450mm above the concrete floor.

6.1.1.2 Cisco ONS 15454 Equipment:

The Cisco ONS 15454 ETSI chassis have the following environmental

parameters.

Power consumption 1728 Watts

BTU per hour 6000 BTU

The Contractor to update this information and also provide the parameters

applicable to the ASR920 switch.

6.2 Construction management:

6.2.1 The Contractor manages it’s access to the working areas and the Site.

6.2.2 The Contractor manages it’s activities on Site to ensure that no interference takes place

between his work and that of others

6.2.3 The Contractor liaises with the Project Manager regarding utilities and telephone facilities

required for it’s site establishment

6.2.4 The Contractor liaises with the Project Manager regarding the location of waste disposal

sites and rubbish dumps.

6.2.5 The Contractor maintains and promotes labour harmony on the Site and the working

environment.

6.2.6 The Contractor immediately reports any potential labour disharmony to the Project

Manager

6.2.7 The Contractor does not recruit or employ any personnel from the Employer, sub-

contractor and others, without prior approval of the Project Manager

6.2.8 The Contractor co-ordinates with the facilities contractor in the working areas.

6.2.9 The Contractor's site supervisor is an experienced, qualified and responsible person who

DJP Sustainability Project

Communication Network Upgrade

Number: HO/1291/10/07

Page 26 of 31 SOW (Scope of Works)

is available at all times during progress of the works, and acts and represents the

Contractor, and all instructions given to him are binding as if given to the Contractor.

6.3 Fibre Optic cable Installation:

6.3.1 The Contractor shall as part of his scope supply, install and commission DHPE Ducts,

Manholes, Dome Joints and to install Free issued 24 core Blown optimised fibre optic

cables to complete the transmission links at sites stipulated. The Contractor shall comply

with Transnet Standards and procedures listed in section 10.1.

6.3.2 Commissioning and Support:

6.3.2.1 The Contractor is to check prior to commissioning and then have approved by

the Client the OTDR Fibre Test results during Commissioning of the cables.

6.3.2.2 The Contractor to provide support to the network, but is not responsible for the

monitoring, operations and maintenance of the PCN network. This SLA (Service

Level Agreement) does not form part of the scope of works. (will be addressed by

‘others’)

6.3.3 Hand-over procedures and documentation requirements.

6.3.3.1 The Client in conjunction with the Contractor shall inspect each of the sites as

listed, for proper installation standards which shall include wiring, earthing,

marking, routing and mounting standards. Approved punch lists shall be

completed per installation and added to the as built documentation.

6.3.3.2 Redundancy routing shall also be tested by the Contractor and witnessed by the

Client for functionality.

6.3.3.3 The Client shall highlight any defaults to the Contractor which are to be corrected

within the approved time frame.

6.3.3.4 The Project Manager to signoff all documents on acceptance.

6.3.3.5 The ‘As Built’ documents shall contain the following:

6.3.3.5.1 Equipment rack layouts also known as General Arrangement

6.3.3.5.2 Floor Plan layout.

6.3.3.5.3 Red Line site layout drawings, indicating the accurate routing of Fibre

Optic Cables added by the project.

6.3.3.5.4 Wiring diagrams (per site)

6.3.3.5.5 ODF arrangement

6.3.3.5.6 Wiring schedules (list of cable numbers).

6.3.3.5.7 Network Block diagrams.

6.3.3.5.8 Network interconnecting diagrams.

6.3.3.5.9 Heat load and power consumption table per site.

6.3.3.5.10 Bit Error Ratios (BER) results for all links provided.

6.3.3.5.11 OTDR results as measured per fibre.

6.3.3.5.12 Equipment schedules (list of equipment and serial numbers).

6.3.3.5.13 All COC documentation per required sites. (2 copies each)

DJP Sustainability Project

Communication Network Upgrade

Number: HO/1291/10/07

Page 27 of 31 SOW (Scope of Works)

6.3.4 Clean-up requirements

6.3.4.1 Upon completion of the works, the Contractor promptly returns unused materials

furnished by the Project Manager or the Employer and removes from the Site all

of the Contractor's equipment, material and like items, leaving the Site and the

vicinity clean, safe and ready for use.

7.0 Work, Health and Safety:

The Contactor will be responsible to appoint a Health and Safety Officer to the project, responsible to perform

necessary inspections, reports and taking corrective actions if and when required. The Client Health and

Safety appointed inspector will from time to time perform inspections, without prior notification, to verify the

Contactors code of conduct.

7.1 The Contractor and its sub-contractors who provide the Works at the Site at all times works safely and

comply strictly with all governmental, provincial, municipal and local laws, ordinances, regulations, by-

laws and acts of parliament pertaining to health or safety which are applicable to the Contractor and

its sub-contractors or to the work including without limitation the OHS Act, as amended, and

regulations there under, and the Contractor warrants that the work complies therewith.

7.2 The Contractor provides proof to the Project Manager that the Contractor and its sub-contractors

comply with the requirements of the COID Act 130 of 1993.

7.3 The Occupational Health and Safety Act No 85 of 1993 and the regulations promulgated in terms of

the Act, as amended, are the Act governing the Site. Specific attention is drawn to the requirements

of the Construction Regulations as promulgated in 2003.The Contractor and its sub-contractors

comply with all the legal requirements of the said Act whilst working on the Site. This agreement

serves to exclude the presumption in Section 37(1) of the Occupational Health and Safety Act and

serves to meet the requirements of Section 37(2) of the Act. Proof of the appointments made by the

Contractor and sub-contractors in accordance with the Act are available at the Site at all times while

the Contractor is providing the Works; for inspection by any representative of the Employer.

7.4 With regards to Section 37(2) of the OHS Act, the Contractor hereby acknowledges that it is an

Employer in its own right with duties as prescribed in the OHS Act, and the Contractor hereby ensures

that all work is performed and machinery and equipment used in accordance with the provisions of the

OHS Act. The Contractor hereby agrees to advise the Employer promptly if it is unable to comply with

the foregoing undertaking at any time for whatever reason.

7.5 The Contractor and its sub-contractor comply with the General Administrative Regulation 14 of the

OHS Act: “Notice of carrying out of construction work”. The details of the notice are delivered to the

Control Inspector, Department of Labour, in writing on official stationery (Letter head) of the

organisation and a copy is submitted to the Project Manager.

7.6 The Contractor and its sub-contractor comply with the requirements of the NOSA three (3) star

grading or equivalent accredited standards on Site until the completion date is achieved. All

temporary facilities erected by the Contractor at the Site conform to the NOSA three (3) star grading

DJP Sustainability Project

Communication Network Upgrade

Number: HO/1291/10/07

Page 28 of 31 SOW (Scope of Works)

requirements. If the Contractor needs any information on these requirements, he contacts the

Employers Environmental and Risk Departments.

7.7 The Contractor and its sub-contractor undertake that, in order to provide the Works within the

boundaries of the Site comply at all times with the instructions and requirements of the applicable

Employer codes and procedures. The Employer’s codes and procedures are available upon request.

7.8 The Contractor familiarises himself and its sub-contractor with the Employer’s codes, procedures and

assures compliance thereto by its employees and its sub-contractor employees. The Contractor

ensures that it is in possession of the latest editions of the applicable codes at all times. If any

requirements of the codes are in conflict with the requirements of the Occupational Health and Safety

Act of 1993, as amended, compliance to the said Act takes precedence.

7.9 The Contractor and its sub-contractor conduct a risk assessment performed by a competent person

before providing the Works at the Site. The risk assessment forms part of the health and safety

program applied on the Site by the Contractor. The risk assessment includes as a minimum:

7.9.1 The identification of the risks and hazards to which an individual’s health and safety may

be exposed;

7.9.2 The analysis and evaluation of the hazards identified;

7.9.3 A documented plan and safe work procedures to mitigate, reduce or control the risks

identified; and

7.9.4 A monitoring and review plan of the risks and hazards.

7.10 The Contractor and its sub-contractor ensure that a copy of the hazard identification and risk

assessment is available at the Site for inspection by an inspector. A duplicate copy is available for the

Employer, any employee, any organisation, health and safety representative or member of the health

and safety committee.

7.11 The Contractor and its sub-contractor submit and demonstrate to the Employer before providing the

Works a documented health and safety plan, based on the Employer’s health and safety specification

provided. The health and safety plan is applied from the starting date until the end of the defect

correction period. A copy of such plan is available on request from the Employer.

7.11.1 The Employer has the right to stop work whenever safety violations are observed which

could jeopardize the wellbeing of personnel and equipment. The expense of any such

work stoppage and resultant standby time are for the Contractor's account. The failure or

refusal of the Contractor to correct the observed violation may result in the termination of

the Contract, and/or the dismissal from the Site of those responsible for such failure or

refusal.

7.11.2 The Employer may inspect the Contractor’s Equipment, Plant and Materials and the

Contractor satisfies himself that his Equipment, Plant and Materials are safe to use before

commencement and during the works.

DJP Sustainability Project

Communication Network Upgrade

Number: HO/1291/10/07

Page 29 of 31 SOW (Scope of Works)

7.11.3 The Contractor undertakes to replace any Equipment, Plant and Materials which are in the

Employer’s opinion unsafe to use and the Employer may stop work in which the unsafe

item is being used. The Contractor undertakes to have hard hats, hand gloves, safety

shoes, long sleeved overalls and any other safety apparel and devices as the specific

areas or tasks require whilst working in the Working Areas.

7.12 To preserve the high safety standards, the Contractor undertakes to:

7.12.1 Successfully undergo safety induction training regarding the Employer’s safety

requirements of the specific Working Areas (the duration of the training depends on the

area and the specific requirements, but generally requires two hours or less).

7.12.2 Undergo training in the Employer’s Work Permit system (generally requires 2 hours)

7.12.3 Attend training for the entry into confined spaces when required.

7.12.4 The Contractor, its supervisor’s i.e. Persons appointed and/or responsible in terms of the

OHS Act and all its personnel are subject to, and will successfully undergo, training

regarding safety requirements of specific areas. The duration of the training depends on

the area and the specific requirements, but generally requires 2 (two) hours.

7.12.5 The Contractor with permanent site establishment within the Site has a minimum NOSA 3

star grading.

7.12.6 The Contractor provides identification badges to all its employees working either directly or

indirectly under its supervision. These badges are worn conspicuously by these employees

at all times when on the Site.

7.12.7 Smoking is not allowed in the work area(s) or outside of the designated smoking area.

7.12.8 The Contractor's personnel wears hard hats clearly marked with employee name,

company logo, safety boots, safety glasses and all other necessary and required safety

equipment and clothing.

8.0 Quality Requirements

8.1 General

8.1.1 The Contractor performs all quality related activities as specified in ISO 9001:2000 “Quality

Management Systems Requirements”, or equivalent acceptable to the Employer.

8.1.2 The Contractor provides the necessary quality management systems to ensure that the

quality of the works complies with the requirements of the Works Information.

8.1.3 The Employer reserves the right to review certified material test reports for all materials of

DJP Sustainability Project

Communication Network Upgrade

Number: HO/1291/10/07

Page 30 of 31 SOW (Scope of Works)

construction at any time during field erection. The Contractor maintains these documents

readily available for such review and submits all documents to the Employer on completion

of the works.

8.1.4 The Contractor's performance of his obligations under the Contract are not deemed

complete until the Project Manager is in receipt, on proper forms, of all Technical Data and

other documents to be submitted to the Project Manager as part of the Contractor's work.

Failure of the Contractor to comply with the Quality requirements entitles the Employer to

withhold any progress payment, or final payment, pending the Project Managers receipt of

all the above data without prejudice to any other remedy of the Employer.

8.1.5 The Contractor submits a comprehensive Project Quality Plan (PQP) specifically tailored to

the requirements of this Contract for the approval of the Employer. The Contractor will

carry out and monitor the Works in accordance with the approved Quality Plan.

9.0 Security and Site Procedures

9.1 Site security provision

9.1.1 The Contractor recognizes and accepts that the Employer considers the areas and

facilities affected by this project to be of vital concern to its operations. The Contractor

provides overall perimeter security and personnel and vehicle access for all such areas

and facilities including a security plan for the Contractor’s lay down sites and work sites.

The Employer/Project Manager may insist upon any additional security measures as may

be imposed by Government or other lawful body at any time, or deemed necessary from

time to time throughout the period the Contractor is on the Site.

9.2 Site work rules and regulations.

9.2.1 The Contractor complies with all currently applicable work rules and regulations as detailed

and stipulated by Transnet Site Security policy.

9.2.2 The Client does not permit personnel who are under the influence of drugs or alcohol to

enter the Works Area.

9.2.3 Only a valid identification document is accepted as proof of identity. (S.A Identity

Document or valid Passport)

9.3 Personal Entry Security Requirements

9.3.1 All the Contractor’s personnel receive a site access badge upon completion of all required

Site inductions.

9.4 Contractors vehicles access to Existing Sites

9.4.1 Only a limited number of the Contractor’s vehicles are allowed access to existing site and

facilities and this is determined on a need basis as motivated from time to time.

9.5 Work Permits.

9.5.1 The Contractor does not commence with any excavation without the necessary Excavation

Permits and the prior acceptance by the Employer.

DJP Sustainability Project

Communication Network Upgrade

Number: HO/1291/10/07

Page 31 of 31 SOW (Scope of Works)

10.0 Related Documents:

10.1 The following documents (latest revisions) must be studied in conjunction with the Scope of Works.

These documents list and stipulate TPL’s specifications and requirements.

10.1.1 PL727-11 Code of Practice, Cabling, Racking, Trenching & Earthing.

10.1.2 PL711-10 Specifications for equipment Cabinets to house Electronic Equipment

10.1.3 PL631-9 Specification for Low Voltage Switchgear DB’s

10.1.4 PL 100 Drawing Standards.

10.1.5 PL 101 Plant & Equipment Tag Numbering Standards.

10.1.6 PL 102 Equipment, Instrument & Electrical Symbols Standards

10.1.7 PL 103 General Drawing Standards.

10.1.8 PL 720 Specifications for UPS.

10.1.9 PL 666-1 TPL Electrical Design Criteria.

10.2 Other related Documents:

10.2.1 2684358-N-A00-QA-TR-010_Transnet Pipelines TPL Project LSX Comm document

v2.0_signed TCP_TPL_18 03 2016

10.2.2 2684358-N-A00-QA-TR-011_Transnet Pipelines TPL Project ASR 920 POC - Test

document_v2.1_signed TCP_TPL_18 03 2016

10.2.3 2684358-J-A00-CS-SP-001 (01) - Pipeline Network Design Criteria

10.3 ITU Recommendations:

All listed ITU documents are available and accessable via the WEB.

10.3.1 [ITU-T G.826] Recommendation ITU-T G.826 (2002), End-to-end error performance

parameters and objectives for international, constant bit-rate digital paths and connections.

10.3.2 [ITU-T G.694.1] Recommendation ITU-T G.694.1 (2002), Spectral grids for WDM

applications: DWDM frequency grid.

10.3.3 [ITU-T G.694.2] Recommendation ITU-T G.694.2 (2003), Spectral grids for WDM

applications: CWDM wavelength grid.

10.3.4 [ITU-T G.698.2] Recommendation ITU-T G.698.2 (2007), Amplified multichannel DWDM

applications with single channel optical interfaces

10.3.5 [ITU-T G.691] Recommendation ITU-T G.691 (2006), Optical interfaces for single channel

STM-64 and other SDH systems with optical amplifiers

*** END OF DOCUMENT ***