You are on page 1of 17

Haverhill Gateway Hanchett End Volume 2 Part 5 Mechanical Particular Specification Jaynic Investments LLP

May 2012

QM

Issue/revision Remarks Date Prepared by Signature

Issue 1 Tender Issue May 2012 Ray Goodship

Revision 1

Revision 2

Revision 3

Checked by Signature

Richard French

Authorised by Signature

Ray Goodship

Project number File reference

23450130 P:\Projects\23450130 - Haverhill Gateway Hanchett End\F OUT Surveys Specs & Reports\Specs\Working\Tender Issue\Volume 2 Part 5\Volume 2 Part 5 - Front Cover.Docx

WSP UK Limited | Registered Address WSP House, 70 Chancery Lane, London, WC2A 1AF, UK | Reg No. 01383511 England | WSP Group plc | Offices worldwide

Contents

1 1.1 1.2 2 2.1 2.2 2.3 2.4 2.5 3 4 4.1 4.2 4.3 5 5.1

Introduction Introduction Obligations Scope of Works Introduction Scope of Mechanical Services scope of Building Services Radio Interference and Electromagnetic compatibility Sustainability Design Infrastructure - Mechanical Services Fire Hydrant Installation Mains Water Installation Natural Gas Installation Drawings and Schedules Drawings

1 1 2 3 3 3 3 4 4 5 6 6 9 11 14 14

Introduction

1.1

INTRODUCTION

1.1.1 This document sets out the Particular Specification for the Mechanical Services serving the infrastructure and site services of Haverhill Gateway and in combination with the following documents provides scheme and detail designs to enable the Trade Contractor to provide an accurate submission for the design, (where applicable), supply, delivery to site, of all materials, the installation, testing, commissioning, putting into operation and the training of the Authoritys team as necessary: All Project information should be considered and this can be viewed in the Contractors office on site by arrangement. Particular information is noted below: 1.1.2 Referred documents:

Preliminaries produced by the Contractor to confirm that their documents will include all relevant prelims in relation to Trade Contract provision. The WSP conditions include the technical sections WSP Volume 2 Specification sections: Part 1 General Conditions Part 2 Description of Works Part 3 Mechanical Services Part 4 - Electrical Services Part 5 Particular Mechanical Part 6 Particular Electrical

WSP drawing Nos - Refer to the drawing schedule included in Volume 2 Part 2.

23450130 May 2012 Tender Issue

1.2

OBLIGATIONS

Undertake responsibility for all works defined in the work sections and shown on the drawings, and in particular the following: Check the provisions for, and adequacy of, builder's work information. Co-ordinating the engineering services, with each other and with the site. Provide builders work details based on the site requirements. Assist in final approvals of any appropriate authority. This relates to all systems provided as part of this package. Prepare such reports, calculations and details as required for submission to any appropriate authority including the coordination of such information by suppliers, trade contractors etc needed to be included in any submission. Undertake all on-site co-ordination with all other trades, disciplines, manufacturers and suppliers.

23450130 May 2012 Tender Issue

Scope of Works

2.1 2.1.1

INTRODUCTION General:

This specification relates solely to the infrastructure and site services. A combination of scheme and detail proposals have been produced for this stage of the Project and the design - where relevant - will be developed by the Trade Contractor as the Project progresses. The engineering Proposals are issued to indicate the scheme or detailed principles of the system design, criteria and to summarise the Authoritys requirements for the for the infrastructure and site services of the Project. They do not attempt to detail every system/component.

2.2

SCOPE OF MECHANICAL SERVICES

2.2.1 The Trade Contractor shall be responsible for the supply, works testing, and transportation to site, carriage / craneage on-site, installation, testing, commissioning and setting to work of the Mechanical Systems within the infrastructure and site services to provide complete systems. 2.2.2 The scope of works relating to the Mechanical Systems is summarised as:-

2.3 2.3.1 o

SCOPE OF BUILDING SERVICES Site Services Enabling works and diversions Modifications to the existing; potable water, serving Hanchett House. o o o The new water mains will be extended and new hydrants provided, to achieve coverage to new facilities All new incoming water pipework is MDPE with a metallic protective layer due to the site contamination, blue fusion welded MDPE pipework. Gas Intermediate pressure fan existing main to new gas governor and meter.

Low pressure gas from new meter position to the limit of Phase 1 work as shown on drawing.

23450130 May 2012 Tender Issue

2.4 RADIO INTERFERENCE AND ELECTROMAGNETIC COMPATIBILITY 2.12.1 All equipment will be designed, manufactured and installed to fully comply with the European Electromagnetic Compatibility Directive, the CE marking directive and the United Kingdoms Electromagnetic Compatibility regulations. 2.12.2 All equipment will either be electromagnetically benign or carry the CE mark and be provided with copies of the relevant test certificates. 2.12.3 It has been assumed that all the existing systems on the site comply with these standards.

2.13

SUSTAINABILITY

2.13.1 Please refer to the document produced for the sustainability issues.

23450130 May 2012 Tender Issue

Design

The Project will comply with the following: Refer to Parts 1, 2, 3 & 4 the Specification for details of Regulations, Standards and General Parameters and later sections of this Part. All European and National Law. All European, National and Local Authority Rules, Regulations and Standards where applicable. The CIBSE Guides. The design will be based on the Latest Edition of the IEE regulations - BS 7671. The services will comply with ACOP L8 where applicable Local codes and standards LPCB (Loss Prevention Certification Board), UK The Institution of Gas Engineers and Managers Utilizations Procedures (IGE/UP) British Standards British Gas installation guidance CIBSE Guide Books B&C NJUG Standards for laying of pipework in common trenches Gas Safety Regulations Institute of Gas Engineers Publications UP/1 and UP/2 The Water Regulations

23450130 May 2012 Tender Issue

4 Infrastructure - Mechanical Services

4.1 4.1.1

FIRE HYDRANT INSTALLATION SCOPE OF WORKS

Each hydrant will consist of a single valve and outlet connector and shall be complete with and installed in an underground chamber with a surface box. 4.1.2 FIRE HYDRANTS

The fire hydrants shall be a type 2 (screw down) PN16 hydrant and shall be suitable to be fully maintained while in-situ. The shell material of the hydrant shall be cast iron to BS EN 1503 Part 3. Elastomeric seals shall be type WA for portable water and shall comply with BS EN 681 Part 1. Stem seals of the hydrants shall be capable of being replaced with the valve closed and under working pressure. The hydrant shall be listed as a WRAS Approved Water Fitting. Inlet flanges shall conform with BS EN 1092 Part 2. The outlet shall be manufactured from copper alloy or stainless steel and shall permit full engagement into the outlet of a standpipe conforming to BS 336:1989 Figure 12. The hydrant shall be resistant to external and internal corrosion. Every hydrant installed shall be tested using the methods recommended in BS EN 14339 and the results of the tests recorded for distribution to the Client and Engineer and inserting it in the O&M Manuals. All hydrants shall be marked with the information required by BS EN 14339. 4.1.3 SURFACE BOX FRAMES AND COVERS

Surface box frames and covers shall be of Grade A standard, heavy duty, capable of being used in carriageways. The frames shall be constructed from cast iron. The minimum clear opening in surface box frames for type 2 hydrants shall be 230mm x 380mm. The frame depth shall not be less than 100mm and the bedding width of the frame shall be 50mm. The top of the cover shall be flush with the top of the frame and incorporate a non-rock design. Solid top covers shall be self draining and have an anti-skid surface. Covers shall be one piece and incorporate a prising bar recess and two keyholes. Surface box covers shall be marked FIRE HYDRANT and have the initials FH cast into the cover.

23450130 May 2012 Tender Issue

4.1.4

NON-RETURN VALVES

The Contractor shall install double non-return valves between the hydrants and wholesome water pipeline. The valves shall be non-return reflux models suitable for underground installation in a pit. The valve bodies shall be SG iron grade 420/12 with gun metal bearing guides. Valves shall be rated at PN16 and have flanges to BS EN 1092 Part 2. The valves shall have WRAS approval. Valves shall be purchased from Barnes & Gannon Aqua Check, TEL: 01706 344 997. 4.1.5 INSTALLATION DEPTH

The fire hydrants will be installed into the site network, which will be buried 900mm below finished ground level to the top of the mains water pipe. The centre line of the hydrant shall be at the same depth as the centre line of the mains water pipe unless this compromises the buried depth. 4.1.6 PIPEWORK

Pipework shall be carried out in medium density polyethylene barrier pipe (MDPE) Series SDR11 and coloured Blue. The pipework shall be manufactured in compliance with Water Industry Specification 4-32-17 and BS EN 12201, and be suitable for contaminated land. Pipework shall be joined using approved proprietary methods. 4.1.7 SYSTEM LAYOUT

The Contractor shall provide facilities to release air at high flow rate when the pipelines are being filled and to allow entry of air during draining. The Contractor shall also make provision to release accumulations of air during normal operation. The Contractor shall provide suitable wash down facilities for draining and flushing. Hydrants may be used if their location is convenient for this use. 4.1.8 TESTING OF PIPELINES

The Contractor shall water pressure test all pipelines provided under this contract. The pipeline shall be pressure tested in phases to comply with the programme of works in the Contract Preliminaries and the Contractor shall allow in his tender all costs associated with this. The Contractor shall thoroughly flush through the pipework prior to testing to remove all foreign matter. Pipelines shall be tested in accordance with BS EN 805 to a test pressure of 1.5 times the working pressure. The Contractor shall preliminary test the pipework by completely filling the test section with water and raising the pressure to the working pressure. Any unacceptable movement in pipework shall be rectified and the test repeated until a satisfactory result. The Contractor shall carry out the main pressure test after a successful preliminary test. The Contractor shall increase the water pressure in the test section to the test pressure. The test shall be undertaken over a period not less than 1 hour and the test pressure loss shall not exceed 20kPa during this time. If the test is failed the faults will be investigated and rectified and the test repeated until a successful result is obtained. A record of the test results shall be made by the Contractor and submitted to the Client and Engineer for comment and for insertion in the O&M Manuals.

23450130 May 2012 Tender Issue

4.1.9

DISINFECTION OF PIPELINES

The Contractor shall disinfect the pipeline using a static procedure that shall be a separate operation to the main pressure testing of the pipeline. The pipeline shall be dosed to 50mg / litre of free chlorine and held for one hour. The Contractor shall dispose of the disinfectant solution in a safe manner without harm to the environment using a suitable neutralising agent if necessary, and flush through the pipeline until residual chlorine levels are within acceptable levels. The Contractor shall disinfect the pipelines in phases to comply with the programme of works in the Contract Preliminaries and the Contractor shall allow in his tender all costs associated with this. 4.1.10 BACTERIOLOGICAL TEST Following disinfection of the pipeline the Contractor shall take a sample of water from a clean sample tap at the end of the test section. A pre-prepared sample bottle shall be used for the purpose. Dated chlorine residuals, both free and total, shall be recorded in mg / litre values to at least one decimal place. The bacteriological sample shall be analysed at a laboratory accredited for these tests. The analysis shall include total coliforms per 100ml, total E coli per 100ml and 48 hours plate count at 37C. Any unsatisfactory results will require the test section to be flushed, re-disinfected and further samples taken. The pipeline shall be bacteriologically tested in phases to comply with the programme of works in the Contract Preliminaries and the Contractor shall allow in his tender all costs associated with this. Once a pipe section has passed the bacteriological test it shall be connected to the main system within seven days of the test or flushed through. If only flushing is undertaken the pipe must be connected to the main system within a further seven days or it must be rechlorinated, sampled and the time periods restarted. The Contractor shall record the whole procedure and the test results and submit these to the Client and Engineer for comment and for insertion in the O&M Manuals. 4.1.11 MARKER PLATES The Contractor shall provide and install marker plates to identify the location of all fire hydrants. The plates shall be manufactured from non-fading plastic and be in accordance with BS3251. Each marker shall consist of an injection moulded marker plate, fixing screws, aluminium backing plate, extruded aluminium post with screwfixing channel, bituminised end, earth anchor bar and top cap sealer. The plate shall be yellow in colour, marked with the letter H and have the normal pipe diameter and distance to the hydrant marked on in black lettering. Additionally the contract shall allow to provide an hydrant ID location number to each cover plate, to be agreed with the end user.

23450130 May 2012 Tender Issue

4.2 4.2.1

MAINS WATER INSTALLATION PIPEWORK INSTALLATION - GENERAL

New pipework is to be laid in the ground that is believed to be contaminated and the pipe material and construction shall be suitable for this type of environment. The contractor shall refer al all time to the ground condition report and shall provide all mitigating measures for the integrity of the water main for the contaminants noted. In general, the residual arsenic contamination will be remediated by the use of a metallically sheathed Protectaline pipework. The Contractor shall have accreditation under the Water Industry Registration Scheme and all works shall comply with the Water Supply (Water Fittings) Regulations 1999. 4.2.2 PIPEWORK MATERIALS

The below ground pipework shall be a multi-layered co-extruded polyethylene barrier pipe suitable for conveying wholesome water in contaminated land. The pipe shall be compliant with Water Industry Standard 4-32-17 and BS EN 12201. The pipe shall comprise: An integral central core of PE80 host pipe for carrying the water An aluminium layer to prevent passage of contaminants An outer polyethylene protection layer 2 adhesive-tie layers Pipe joints shall be made using Butt Fusion and electrofusion joints. Open ends of pipe shall be checked for obstructions and any burrs or ridges removed. The Contractor shall use ProtectaLine Pipe manufactured by GPS PE Pipe Systems, Tel: 01480 52121, or equal and approved. 4.2.3 INSTALLATION DEPTH AND LOCATION

The wholesome water supply pipe shall be buried 900mm below finished ground level to the top of the wholesome water pipe. The siting of the pipes shall comply with the National Joint Utilities Group Guidelines on the Positioning and Colour Coding of Utilities Apparatus. 4.2.4 ISOLATION VALVES

The Contractor shall supply, install and set to work Gate isolation valves as shown on the drawings. The valves shall be suitable for being installed below ground level in a pit. The valves shall be fully lugged and have an epoxy painted ductile iron body and aluminium bronze disc. The valve shall have a WRAS approved EPDM liner. The valve shall be WRAS approved. The Contractor shall use Crane Fluid Systems F624 PN16 lugged valve with a lockable trigger lever or equal approved. 4.2.5 SYSTEM LAYOUT

The Contractor shall provide facilities to release air at high flow rate when the pipelines are being filled and to allow entry of air during draining. The Contractor shall also make provision to release accumulations of air during normal operation. The Contractor shall provide suitable wash down facilities for draining and flushing. Hydrants may be used if their location is convenient for this use.

23450130 May 2012 Tender Issue

4.2.6

TESTING OF PIPELINES

The Contractor shall water pressure test all pipelines provided under this contract. The pipeline shall be pressure tested in phases to comply with the programme of works in the Contract Preliminaries and the Contractor shall allow in his tender all costs associated with this. The Contractor shall thoroughly flush through the pipework prior to testing to remove all foreign matter. Pipelines shall be tested in accordance with BS EN 805 to a test pressure of 1.5 times the working pressure. The Contractor shall preliminary test the pipework by completely filling the test section with water and raising the pressure to the working pressure. Any unacceptable movement in pipework shall be rectified and the test repeated until a satisfactory result. The Contractor shall carry out the main pressure test after a successful preliminary test. The Contractor shall increase the water pressure in the test section to the test pressure. The test shall be undertaken over a period not less than 1 hour and the test pressure loss shall not exceed 20kPa during this time. If the test is failed the faults will be investigated and rectified and the test repeated until a successful result is obtained. A record of the test results shall be made by the Contractor and submitted to the Client and Engineer for comment and for insertion in the O&M Manuals. 4.2.7 DISINFECTION OF PIPELINES

The Contractor shall disinfect the pipeline using a static procedure that shall be a separate operation to the main pressure testing of the pipeline. The pipeline shall be dosed to 50mg / litre of free chlorine and held for one hour. The Contractor shall dispose of the disinfectant solution in a safe manner without harm to the environment using a suitable neutralising agent if necessary, and flush through the pipeline until residual chlorine levels are within acceptable levels. The Contractor shall disinfect the pipelines in phases to comply with the programme of works in the Contract Preliminaries and the Contractor shall allow in his tender all costs associated with this. 4.2.8 BACTERIOLOGICAL TEST

Following disinfection of he pipeline the Contractor shall take a sample of water from a clean sample tap at the end of the test section. A pre-prepared sample bottle shall be used for the purpose. Dated chlorine residuals, both free and total, shall be recorded in mg / litre values to at least one decimal place. The bacteriological sample shall be analysed at a laboratory accredited for these tests. The analysis shall include total coliforms per 100ml, total E coli per 100ml and 48 hours plate count at 37C. Any unsatisfactory results will require the test section to be flushed, re-disinfected and further samples taken. The pipeline shall be bacteriologically tested in phases to comply with the programme of works in the Contract Preliminaries and the Contractor shall allow in his tender all costs associated with this. Once a pipe section has passed the bacteriological test it shall be connected to the main system within seven days of the test or flushed through. If only flushing is undertaken the pipe must be connected to the main system within a further seven days or it must be rechlorinated, sampled and the time periods restarted. The Contractor shall record the whole procedure and the test results and submit these to the Client and Engineer for comment and for insertion in the O&M Manuals. 4.2.9 WARNING TAPE

23450130 May 2012 Tender Issue

Warning tapes shall be placed above each wholesome water pipe laid directly in the ground. The warning tape shall be 100 micron grade, shall be installed 300mm below finished ground level, labelled CAUTION WATER MAINS BELOW, black text on blue background. 4.3 4.3.1 NATURAL GAS INSTALLATION SCOPE OF WORKS

The new supplies will be installed below ground in yellow fusion welded MDPE pipework. The gas supply pipework will terminate with an isolating valve to which the buildings gas distribution network will be connected to and extended from to serve all items of plant and equipment. The pipework will be installed with all required purging point and access arrangements to facilitate the operational requirements of the system. 4.3.2 BASIS OF DESIGN

The Institution of Gas Engineers and Managers Utilization Procedures (IGE/UP). IGE-UP-1 Soundness testing and purging of industrial and commercial gas installations. IGE-UP-2 Gas Installation pipework, boosters and compressors on industrial and commercial premises. 4.3.3 PROPOSED INSTALLATION - GENERAL

The Contractor shall be covered by Gas Safe registration and hold suitable ACOP or ACS accreditation prior to undertaking any work installing, maintaining, testing, purging or connecting natural gas pipework. The whole of the works shall comply with the MOD SRP 05 Gas Systems - MOD Safety Rules and Procedures for Work on Gas Systems, with emphasis on the Permits of Works requirements during the different stages of the works. The Contractor shall comply with the Gas Safety Installation and Use Regulations 1998. 4.3.4 PIPEWORK MATERIALS

The below ground natural gas pipe shall be medium density polyethylene tube, either yellow coloured or yellow coloured with brown stripes, PE 100 grade SDR 11.0. The pipework shall comply with: BS EN 1555 - Suite of European Specifications for polyethylene pipe and fittings GBE/PL2 - Suite of Specifications for polyethylene pipe and fittings

Pipe joints shall be made using electrofusion socket welded joints. Open ends of pipes shall be checked for obstructions and any burrs or ridges removed. The outer layer of the pipes shall be scraped to the depth recommended by the pipe supplier. The electrofusion fitting is slid over the pipes until the end of the pipes butts up to the central stop of the fitting. The pipes shall then be aligned using a proprietary clamp or fitting. The electrofusion joint can then be made to the suppliers recommendations. If the pipe has a peelable skin then the pipe does not need to be scraped with a mechanical tool. The Contractor shall use Radius Systems Natural Gas Pipelines Polyethylene pipe systems for pressure classes up to 10 bar, tel: 01773 811112, or equal and approved. 4.3.5 ISOLATION VALVES

The Contractor shall supply, install and set to work butterfly isolation valves as generally indicated on the on the drawings. The valves shall be suitable for being installed below 23450130 May 2012 Tender Issue

ground level and shall be complete with valve access chambers suitable to allow maintenance and operation of the valve. The valves shall be fully lugged and have an epoxy painted ductile iron body, aluminium bronze disc and a nitrile liner. The Contractor shall use Crane Fluid Systems F615 PN16 lugged valve with gearbox or equal and approved. 4.3.6 PURGE POINTS

The Contractor shall supply, install and set to work purge points as required to fully purge the phased sections of works and as generally indicated on the drawings. The purge points shall be as Radius Systems purge and bypass tees, selected to suit the nominal diameter of the pipe in which it is to be fitted, tel: 01773 811112, or equal and approved. The purge points shall be installed, tested and put to work as recommended by the supplier. The Contractor shall only use purge points that have successfully passed their pressure tests. All purge valves shall be located within the adjacent valve access chamber and shall be installed with suitable plugged fittings to prevent accidental operation. 4.3.7 INSTALLATION DEPTH AND LOCATION

The natural gas supply pipe shall be buried in accordance with the general NJUG requirements and not less than 750mm below finished ground level to the top of the natural gas pipe. The siting of the pipes shall comply with the National Joint Utilities Group Guidelines on the positioning and colour of Utilities Apparatus. An underground warning tape, 100 micron grade, shall be installed 300mm above the new supply pipes, labelled CAUTION GAS MAIN BELOW, black text on yellow background. 4.3.8 SOUNDNESS TEST

The Contractor shall soundness test all pipelines provided under this contract. The pipeline shall be tested in phases to comply with the programme of works in the contract Preliminaries and the Contractor shall allow in his tender all costs associated with this. The Contractor shall carry out soundness testing according to IGEM UP/1. The test pressure used shall be 50 mbar. The test fluid used may be either air or an inert gas. The test fluid temperature and atmospheric pressure shall be taken into account in the assessment of the test. The soundness test shall only proceed when the test fluid temperature has stabilised. The pressure gauges used for the test shall be suitable for the pressures to be measured. The Contractor shall determine the duration of the test from the formulae given in IGEM UP/1. On the successful completion of the test a certificate, as the IGEM Soundness Test Certificate - New Natural Gas Main or Extension, shall be issued to the Engineer and Client for comment and for inclusion in the O&M Manual. If the test is unsuccessful the pipeline shall be investigated and made good and retested until a successful test is achieved. 4.3.9 PURGING

Gases shall only be discharged at a safe location. If necessary, a suitable hose shall be used to convey the gas to this point. 23450130 May 2012 Tender Issue

The pipeline shall be purged in phases to comply with the programme of works in the Contract Preliminaries and the Contractor shall allow in his tender all works associated with this. The Contractor shall carry out purging in accordance with IGEM UP/1. On completion of purging the Contractor shall issue the IGEM Purge Certificate - Direct Purging to the Engineer and Client for comment and for inclusion in the O&M Manual. 4.3.10 LET-BY TESTS Where a test section of pipework is connected to a live system the Contractor shall undertake a let-by test on the valve. The pressure in the test section shall be reduced to half the working pressure and the pressure observed to see if there is an increase. If the pressure increases by 0.5 mbar over a 15 minute period the valve shall be spade prior to undertaking the soundness test. 4.3.11 GAS SAFETY LINE DIAGRAM For the first phase of the works the Contractor shall provide a new gas safety line diagram. The Contractor shall provide the diagram on an A1 sized sheet of paper in a wooden frame with glass front and hang the whole in the gas meter room. The Contractor shall update the gas safety line diagram for each phase of the works. The phase of works shall not be considered complete until the line diagram has been updated. The redundant line diagram shall be offered to the Client. The Contractor shall dispose of all redundant material. 4.3.12 MANUALLY OPERATED VALVES Manual isolating valves for the natural gas services shall be GEM fully lugged wafer butterfly valves with trigger lever action and nitrile linings as crane fig 614 sizes 65mm to 200mm. Sizes above 200mm shall be gearbox operated as crane fig 615. 4.3.13 GAS PRESSURE GAUGES Pressure gauges shall have 100mm dials, be calibrated 0-100 mbar and have bottom entry connection for direct fitting onto the gas pipe with an isolating gauge cock. As manufactured by Industrial Boiler House Suppliers Limited, Tel: 01489 570 737. 4.3.14 SOUNDNESS TESTING AND PURGING The Contractor shall soundness test and purge all new gas pipework as section 2.29 of this specification. Copies of the Soundness Testing and Purging Data Sheets for all gas pipework shall be handed to the Client and Engineer for comment and inserted in each of the O&M Manuals.

23450130 May 2012 Tender Issue

5 Drawings and Schedules

5.1

DRAWINGS

5.1.1 The whole drawing schedule is included in Volume 2 Part 2 of this specification. 5.1.2 The drawings related to this package indicate current design information .

23450130 May 2012 Tender Issue

You might also like