Lusail Specification

March 22, 2018 | Author: Ahmed Reda | Category: Valve, Pipe (Fluid Conveyance), Specification (Technical Standard), Scada, Door


Comments



Description

PART 3 – PARTICULAR SPECIFICATIONSLUSAIL DEVELOPMENT Part 3 – PARTICULAR SPECIFICATIONS Contents 1.0  Scope of Work 6  1.1  Project Description 7  1.2  Waste Management 8  1.3  Definitions 8  2.0  GENERAL DESIGN REQUIREMENTS 10  2.1  Overview 10  2.2  Design Development 11  2.3  Design Life 13  2.4  Compliance with Regulatory Codes and Authority Requirements 13  3.0   FIELD COMPONENTS REQUIREMENTS 15  3.1  Pedestrian Bins 15  3.2  Storage Section 15  3.3  Discharge Valve 16  3.4  Air Inlet Valve 17  3.5  Sectoring Valve 17  3.6  Waste Diverter 18  3.7  Control Box 18  3.8  Control Cables 19  3.9  Compressed Air Tubes 19  3.10  Waste Pipe 20  4.0  PWC PLANT BUILDING REQUIREMENTS 22  4.1  General 22  4.2  Vehicular Access 23  4.3  Container Loading 23  Project Name: PWC System for Marina District, Lusail Development 2|Page PWC Tender Vol 2 of 3, Part 3, Particular Specifications LUSAIL DEVELOPMENT 4.4  Structural Design 23  4.5  Noise and Vibration 24  4.6  Air Emissions 25  4.7  Electrical Supply and Distribution 26  4.8  Ventilation and Cooling Requirements 34  4.9  Water and Drainage Requirements 35  4.10  Fire Safety 35  4.11  Fire Alarm and Detection, Security and CCTV system 36  4.12  Telecommunication and Public Address System 37  4.13  Finishes, Fixtures and Fittings 37  5.0  ELECTRICAL CONTROL SYSTEM REQUIREMENTS 42  5.1  PWC System Operation 42  5.2  Container Collection 42  5.3  Control System Interface 43  5.3.1  Graphical User Interface 43  5.3.2  Graphical Display 43  5.3.3  Alarm Handling 43  5.4  Integration with ICT System 44  5.5  Control Equipment Requirements 44  5.5.1  SCADA System 45  5.5.2  Network Architecture 46  5.5.3  System Integration 48  5.5.4  System Security 48  5.5.5  Scope of Work 48  5.5.6  Included In the Work 49  5.5.7  Engineering Scope of Work 50  5.5.8  Installation and Commissioning Scope of Work 51  Project Name: PWC System for Marina District, Lusail Development 3|Page PWC Tender Vol 2 of 3, Part 3, Particular Specifications LUSAIL DEVELOPMENT 5.5.9  Controllers 53  5.5.10  Input / Output Modules 54  5.5.11  Computers/Servers 54  5.5.12  Panels 55  6.0  PWC PLANT EQUIPMENTS REQUIREMENTS 56  6.1  General Description 56  6.2  Waste Separator and Rotating Screen 56  6.3   Waste Compactor 57  Waste Container 58  Container Conveyer and Overhead Crane 59    6.4 6.5   6.6   Exhausters 60  6.7   Air Filter House 61  6.8  Air Pipes 63  6.9  Non Return Valve 63  6.10   Velocity Regulating 63  6.11   Venturi and Modulating Valve 63  6.12  Pipe Sound Absorber 64  6.13   Compressed Air System 64  6.14   Electric Control Centre, ECC 66  6.15  Power System Emergency Shutdown Sequence 68  7.0   INSTALLATION WORK 69  7.1   General 69  7.2  General Construction Requirements 69  7.3  Construction Programme 70  7.4  Reporting 70  7.5  Drawings 70  7.6  Quality Control 71  Project Name: PWC System for Marina District, Lusail Development 4|Page PWC Tender Vol 2 of 3, Part 3, Particular Specifications 9  Continuous Run Test 78  7.7  Spares and Consumables 77  7.2  Factory Acceptance Test 75  7.7.7. Lusail Development 5|Page PWC Tender Vol 2 of 3.7.5  Phasing and Future Connection 76  7.7.7.11  Public Education 80  Project Name: PWC System for Marina District.10  Operator Training 79  7.7  Commissioning 72  7.10  Handing Over 78  7.6  Maintenance Tools 77  7. Part 3.7.7. Particular Specifications .1  General 72  7.3  Site Acceptance Test 76  7.4  Continuous Run Test 76  7.8  Operation & Maintenance Manuals 77  7.7.7.LUSAIL DEVELOPMENT 7.8  Environmental Protection 78  7.7.9  Health and Safety 79  7. 1.4 Intentionally left blank 1. 1. Particular Specifications . verification.7 The CONTRACTOR is responsible for the complete design. build. Qatar.5 These 2 waste streams shall be compacted. delivery to site.0. suitable for collection by Doha Municipality vehicles.0. iii. protection.8 The scope of work for the PWC system in this CONTRACT shall include but are not limited to the following: a) Pedestrian bins inlet points c/w base plate and air grilles and including the following: i. f) Compressed air pipe network with common cable trays from plant room to all the field devices g) Electrical power supply cabling (4. metals. h) Communication cable from plant room to all the field devices control boxes.). product support and warranties of all works associated with the PWC system as per tender drawings and specifications. 3 core) in GI conduit or cable tray from the existing DB in the tunnel to all the control boxes. these shall be linked by a single 500mm ND pipe network located in the wet tunnel or buried underground to a central waste collection plant room. 1. installation. Project Name: PWC System for Marina District.3 The two material streams conveyed by the PWCS shall be: a) Dry mixed recyclables waste (glass. unloading. spare parts. manufacture. 1. testing. commissioning.0. documentation.0. thin card. paper. manufacture. liquid etc. 1. Volume control waste feeding inlet Stainless Steel make storage section c/w waste level sensor and access cover Discharge Valves (DV). Part 3. 1. Hot Dipped Galvanised (HDG) steel platform for all DV and AIV b) c) d) e) Sectoring valves within the completed wet tunnel or RC chamber Waste diverters c/w isolation valves within the completed wet tunnel Air flow metering system on the pipe network Complete control system with control boxes to all pedestrian bins and valves to the PWC plant room. and all two streams shall be stored in waste containers. The PWCS shall transport the wastes through the pipe network using air to a single plant room where it shall be compacted and stored prior to collection for onward transport to a nearby materials recovery facility.1 The performance specification included in this document provides the minimum requirements for the complete design. plastic. v. Lusail Development 6|Page PWC Tender Vol 2 of 3. b) Organic solid waste (kitchen waste).0. temporary storage. LREDC training. unloading.0. iv.0.6 Exhaust air from the PWCS system must be filtered prior to discharge into the ambient atmosphere to avoid any unacceptable air emissions and to remove dust and odour to within acceptable limits.0mm sq.2 The PWCS shall consist of a number of waste inlet points located externally of the buildings and also connected to all sub-developer. Air Inlets Valves (AIV). ii. testing.0. transport to site. Doha.0 Scope of Work 1. commissioning and training of the Pneumatic Waste Collection (PWC) System serving the Marina District of Lusail City development.LUSAIL DEVELOPMENT INTRODUCTION 1. meters. It is a comprehensive arena with leisure spots. 1.1 Project Description 1. from/to all relevant local authorities. iii. Particular Specifications . waste diverter and interconnecting pipes. In addition.0.2 Lusail. obtain approval.0. 1. l) All PWC equipments shall be manufactured airtight and to withstand the maximum vacuum pressure of 40kPa.12.1 Lusail City extends across an area of 38 square kilometres and includes four exclusive islands and 19 multi-purpose residential. The pipe work shall also be vacuum tested to ensure that no leakage is detected. Gaps have been allowed on the pipe network for the CONTRACTOR to install all the sectoring valves.000 visitors. All Architectural works All Structural work All Mechanical and Electrical (MEP) work All Landscape Work k) Fitting out all PWC equipments within the plant room. it will also welcome over 80.1. stability. and reserve the right not to follow up any of the proposal submitted in response to this RFP in any way and in particular not to enter into any contractual arrangement. commercial towers. 1. the CONTRACTOR will undertake the preparation of their proposals at their own risk with no liability to LREDC.0. The CONTRACTOR shall also provide input to and coordinate the PWCS works with the project program Items omitted from this document which may be inferred or are necessary for the efficiency. inspection and all fees payable etc.000 residents and 170. 4 nos. o) Furnish kitchen cabinet in the plant room pantry room. n) Furnish all table and chairs for office space within the plant room offices specs for 15 staff.11 LREDC will not be responsible for any costs incurred in the preparation of the proposals by the COTRACTOR.1. Part 3. CCTV inspection is also required for the pipe under this CONTRACT. 1.9 The complete PWCS pipe network within the tunnels shall NOT be in this CONTRACT. The total estimated population of Lusail will eventually reach 450. entertainment and commercial districts. 1.000 people. residential buildings. supervisions. iv. Lusail Development 7|Page PWC Tender Vol 2 of 3. The city also includes numerous residential units.000 employees.0.10 The CONTRACTOR shall be responsible for the coordination of the PWCS design with other packages of work by other contractors on site. m) Coordinate PWC pipe work (including final testing and commissioning) from the PWC plant room plot boundary to the PWC system main equipments and within the plot subdeveloper. safety or completion of the work shall be deemed to be included. office buildings of Project Name: PWC System for Marina District. 1. unless indicate otherwise in the tender drawings. For pipe installed underground.LUSAIL DEVELOPMENT i) j) Construction of PWC plant room including all design. accommodates 200. ii. of 100mmND duct have been laid parallel to the pipe network to facilitate drawing of auxiliary services by the CONTRACTOR. a1venues and public ports. a true city of the future. Building work shall include the following within the plot boundary limit and as specified in the tender drawings: i. mixed use. All the MEP infrastructure utilities to the sub-development will be housed in wet and dry tunnel. All the utilities will be terminated with an end cap at 1 meter inside the plot boundary line.1 A key objective of the Lusail development is the source separation of recyclables and waste within the development.7 The above items only serve as information for the Project and shall not be in the Scope of Work. Definitions 1.3 The Marina District (which form part of this CONTRACT) a mixed use development with a Gross Floor Area (GFA) of approximately 3.2. 1. Waste suitable for collection through the PWCS shall be source separated through the provision of suitable chute with volume control hopper door in the subdevelopment buildings. Mosques. making it an element of attraction for investment in Qatar. Part 3. Hotels. large cardboard and liquid waste are to be separated by residents and tenants and stored in designated areas prior to being transported by the facilities management team. Lusail Development 8|Page PWC Tender Vol 2 of 3.2.3 Other wastes unsuitable for the PWCS.3 Apartment. next to the main high way A1.2.2 The Pneumatic Waste Collection System (PWCS) will collect the majority of waste generated within the development.2 1.3.2.000m2. Waste Management 1. this is to assist in achieving the Municipal long-term goal of sending zero waste to landfill. 1. 1. Each plot sub-development will have only one connection point at the plot boundary.2.5 The proposed PWCS plant room shall be located in adjacent to Marina District CP01 development.1.4 Hazardous waste from non-residential tenants is to be taken directly to the centralised area for collection by the facilities management team and transferred to either landfill or waste transfer station.6 Forecast waste arising from the development has been calculated based on master plan revision 10A. bulky items such as furniture. Office. Other community and civic buildings. b) "Pipe net" means mild steel pipes used to transport the waste from the inlet stations Project Name: PWC System for Marina District. Some bigger plot will have 2 plot connections. Particular Specifications . including bulk glass containers. Many pedestrian bins are also provided on the walkway just outside most sub-development and also in the promenade public area. 1. A summary of the expected annual waste generation and composition from the Marina District is provided below.LUSAIL DEVELOPMENT various sizes and 22 hotels with different international star ratings.2. 1.1 The following definitions shall pertain to words or phrases as utilized in this document: a) "PWCS" acronym for Pneumatic Waste Collection System.200.2.4 1.1. 1. Retail. comprising of the following land uses: a) b) c) d) e) f) 1. 1. v) "Silencer" reduces noise from the exhaust air before being let out into the atmosphere. e) "Hopper Door" means volumetric controlled inlet door to allow access to garbage chute for depositing waste. aa) “MCC" means the cabinet with exhauster starting equipment. Part 3. software. x) "Downtime" means the time period when the collection process is stopped by an alarm situation or regular preventive maintenance. 24 hours.LUSAIL DEVELOPMENT and discharge valves to the collection station. Control cabinets. operator panel and instruments. k) ''Sectoring Valve" means a valve in the pipe net which divides the pipe net into different sections. j) "Pedestrian Bins" means outdoor disposal station for retail and public visitor to deposit waste. The air laden waste entering the cyclone from the pipe net is directed to flow in a spiral causing the particles to fall out and collect at the bottom and the air exits from the top of the cyclone. bb) “VFD” mean variable frequency drive Project Name: PWC System for Marina District. cables and junction boxes are considered part of the control system. n) "Central waste collection station or plant room" shall mean the waste receiving station for the waste delivered through the pipe system. z) "Exhauster" means transport centrifugal fan used for the PWC transport suction. t) "SCADA" shall mean Supervisory Control and Data Acquisition. o) "Waste Separator" means a type of cyclonic separator for removal of waste material / particles from the air stream. Lusail Development 9|Page PWC Tender Vol 2 of 3. d) "Chute" means garbage chute in the building.g. q) "Compactor" means a device which compact the waste into a container. Particular Specifications . g) "Level Sensor" means analogue level indicator in temporary storage section to signal collection station regarding buildup of waste in storage section. When waste has reached maximum storage capacity in the storage section or inlet station and needs emptying. s) "Control System" mean all electrical and electronic equipment units in the collection station. control boxes. Graphical presentation. r) "Trolley or Conveyor" means a transport wagon for container shifting and movement. h) "DV" shall mean Discharge valve and a valve which prevents waste or waste from entering into the pipe net and normally is closed. i) "AIV" means Air Inlet Valve or Transport air inlet valve which is opened before the emptying sequence and this valve opens allowing air to be sucked into the pipe net from the atmosphere creating the negative pressure and required air speed in the pipe. f) "Storage Section" means temporary storage section below the garbage chute used to collect the waste prior to emptying into the pipe net for transportation to the collection station. l) "Transport Air" means the air that moves the waste through the pipe net. y) "ECC" means Electrical Control Centre cabinet with PLC. w) "System Cycle Time" means the optimum cycle time required to empty all the inlets with waste during one whole working day period e. p) "Rotating Screen" means a part of a standard separator which prevents coarse and solid particles from the waste stream from reaching the exhausters. The valve is opened when the waste is collected. u) "Deo filter" means a filter which removes odor from the exhaust air. This is normally connected to the discharge valve. c) "MS" shall mean Mild Steel Pipes. Disposed waste is temporarily stored on or behind the valve. m) "Collection Cycle" means the collection pattern for the installation. construction. Particular Specifications . e) The CONTRACTOR shall ensure that the design. m) The CONTRACTOR shall make allowance for the phased nature of the Work. LREDC reserves the right to request the CONTRACTOR to justify his selection of equipment. permissions. c) The CONTRACTOR shall hand over the Work and shall be complete in every respect.1 Overview The general design requirements for the provision of the WORK are as follows: a) The CONTRACTOR is responsible for the full detailed design of the PWC work. d) The CONTRACTOR shall ensure that the design. o) All equipment performing similar duties shall be of a single type and manufacturer. as the sub-developer building will be connected to the PWC system progressively. Where it is shown that materials or equipment are of a standard lower than that necessary to meet compliance with the specification. and submission to local authorities. n) The CONTRACTOR shall ensure sufficient space is designed and constructed around all elements of the PWCS to enable any piece of equipment to be maintained in situ or dismantled for repair without interfering with the operation of adjacent items of plant.LUSAIL DEVELOPMENT 2. arrange inspection by all local authorities. Part 3. and without compromising the ease or efficiency of access. obtain all approval. Lusail Development 10 | P a g e PWC Tender Vol 2 of 3. j) The PWCS shall be designed to operate in an automated manner.0 GENERAL DESIGN REQUIREMENTS 2. regulations and legislation. Project Name: PWC System for Marina District. i) The CONTRACTOR shall provide clear evidence of effective and integrated interdisciplinary design work with all relevant design teams. and be fully interchangeable in order to limit the stock of spare parts required fully interchangeable in order to limit the stock of spare parts required. follow up. with minimal input required from operatives. Western Europe or North America. and pay inspection fees etc. g) The CONTRACTOR shall ensure that all materials are new. NOC and permits. b) The CONTRACTOR is responsible for the full detail design. construction and operation are sufficient and appropriate in every respect to ensure that the CONTRACTOR can meet or exceed the CONTRACT Performance Targets. f) The CONTRACTOR shall ensure that the work is designed to meet the need for satisfactory operation under the operating loads and local climatic and seismic conditions. construction and testing of the work enables the PWCS to fully meet and comply with the requirements of all necessary consents. h) The Work shall be designed to meet or exceed the requirements for the relevant design standards and regulations in Qatar. for the PWC plant room. k) It shall be the responsibility of the CONTRACTOR to ensure that the electrical equipment offered is completely satisfactory for use with the mechanical equipment offered and vice versa l) Every component and assembly chosen for use shall have been proven in service in a similar application and under conditions no less arduous than those expected in the Development. the CONTRACTOR shall modify or replace the equipment concerned at its own cost. shall be of the best quality available internationally. and shall be designed to withstand the stresses imposed by the working and the ambient conditions without deterioration or premature failure affecting the efficiency and reliability of the PWCS. permits. cables. bus bars. b) Scheme design – the CONTRACTOR shall develop comprehensive schematic drawings for the PWCS pipe network. The main features of a drawings should be:  The drawings should include all the functional components that make the system work. security and fire sensors and control equipment.2. electrical switchgear. All stages of design shall be applied individually to each construction phase. bus bar and cable sizes. duct. pipes. d) Technical submittals – Drawings showing the extent of the services installations. pressures and flow rates. routes of main pipes and electrical distribution in such detail as to illustrate the incorporation of the engineering services within the project as a whole and with respect to the development phasing strategy.  Symbols and line conventions should be in accordance either with a recognised standard. location of main items of plant. systems and sub-systems with input from original equipment manufacturers. as per the programme. control or measurement function. Lusail Development 11 | P a g e PWC Tender Vol 2 of 3.  The drawings should indicate components which have a sensing. and all other significant plant and equipment. dampers. 2. such as ISO or BS. Part 3. these shall include all ducts.3 The DELIVERABLES produced by the CONTRACTOR at each design stage for each phase of construction shall include but not limited to: a) Concept Design – Line diagrams and layouts indicating basic proposals. c) Detailed design – Line diagrams describing the interconnection of components in the system showing all engineering principles and MEP services.LUSAIL DEVELOPMENT 2. terminals. etc. The main features of the technical design drawings should be as follows: Project Name: PWC System for Marina District. filters. air inlets. c) Detailed design – the CONTRACTOR shall develop detailed pipe and equipment schematics for the complete PWCS. b) Scheme design – Line diagrams indicating main items of plant and their interrelationships in such detail as to illustrate the incorporation of the engineering services within the project as a whole. certified drawings. Particular Specifications . 2. control devices. air exhausts. and  The major components indicated on the schematic drawing should be identified for cross-referencing purposes. d) Technical submittals – the CONTRACTOR shall compile detailed technical submittals for all equipment.2.1 The PWCS design work shall be completed in the following stages: a) Concept Design – The CONTRACTOR shall develop a concept design report with accompanying sketches. valves.2 Design Development 2. outlining their proposed solution and identifying solutions to particular challenges. with a supplied legend. fans. pumps.2 The level of detail included at the various stages shall be as per The Building Services Research and Information Association (BSRIA) guide. f) Documentation – the CONTRACTOR shall compile and submit operation and maintenance manuals. testing and commissioning record data and reports. identifying all inlet points. air inlets. plant items. valves.2. as well as detailed equipment and distribution layouts and sections based on final equipment selections. ‘A Design Framework for Building Services’ as a minimum. as built drawings.  The drawings should be labelled with appropriate pipe. e) Working drawings – the CONTRACTOR shall develop working drawings for the Work.  The drawings should be spatially co-ordinated and there should be no physical clashes between the system components when installed. and should be accompanied by cross-sections. Insulation. and  Pipework and electrical containment should be represented by either double line or single line layouts as required to demonstrate that the routes indicated are feasible. Part 3. and  Allowances should be made for plant and equipment. particularly those affecting spatial allocation.  The spaces between pipe and duct runs shown on the drawing should make allowance for the service at its widest point. Show plant and distribution system sizes. The main features of the co-ordinated working drawings should be as follows:  Plan layouts should be to a scale of at least 1:50 and be accompanied by crosssections to a scale of at least 1:20 for all congested areas. Particular Specifications . Show approximate locations of horizontal and vertical service runs. standard fitting dimensions and joint widths should therefore have been allowed for on the drawing. Critical dimensions. Lusail Development 12 | P a g e PWC Tender Vol 2 of 3. while acknowledging that these may need some adjustment and refinement in the preparation of the detailed design drawings and equipment schedules. but should nevertheless enable installation of the services within the general routes indicated. It should be possible to produce coordinated working drawings or installation drawings without major re-routing of the services. The main features of the working installation drawings should be as follows:  Allowances should be made for inclusion of all supports and fixings necessary to install the work. Drawings showing the intended locations of plant items and service routes in such detail as to indicate the design. datum levels and invert levels should be provided. such as ISO or BS.  The drawing should make allowances for installation details provided from manufacturers’ drawings.LUSAIL DEVELOPMENT     Plan layouts should be to a scale of at least 1:100. and  The drawing should indicate positions of main fixing points and supports where they have significance to the structural design or spatial constraints. Drawings based on the detailed design drawing with the primary purpose of defining the information needed by the tradesmen on site to install the work. fabricator or supplier for particular components.  The drawings should make allowance for installation working space and space to facilitate commissioning and maintenance. and  The drawings will not indicate the precise position of services. Plant areas should be to a scale of at least 1:50. The main features of detailed technical design drawings should be as follows:  Plan layouts should be to a scale of at least 1:100. Symbols and line conventions should be in accordance either with a recognised standard. Show the extent and type of services visible within the occupied space. Project Name: PWC System for Marina District. with a supplied legend. f) Documentation – The following documentation shall be produced and submitted during and after installation of each phase:  Drawings prepared by a manufacturer. This includes any alternatives to the designer’s original specified option that have been chosen. e) Working drawings – Drawings showing the inter-relationship of two or more engineering services and their relation to the structure and building fabric. fabric and external work. 2. and regulations of all applicable authorities.4.4 Item Warranted Years of Lifespan Waste inlets or pedestrian bins 15 Storage section 10 Discharge valves and air inlet valves 30 Containers 5 Other mechanical components 15 Electrical and control components 10 LREDC shall not accept the work to which the performance guarantee relates until the performance has been satisfactorily demonstrated by the CONTRACTOR. 2. 2. equipment and materials are subject to the approval. performance. guidelines.1 The selected materials shall have a verifiable life expectancy in line with the criteria set out in this specification. organizations and public services having jurisdiction. equipment and materials and the design. inspection. by-laws. and the most stringent specification shall govern.2 The CONTRACTOR shall adhere to an applicable.2 The WORK shall be designed for a minimum warranted lifespan of 30 years from the COMPLETION DATE. 2. All local code requirements including the Qatar National Construction Standards (2010) shall take precedence.3 All major components of plant shall be constructed to achieve a guaranteed service life to first major maintenance of 15 years and total design life in excess of 30 years. specifications or requirements issued by these authorities. Lusail Development 13 | P a g e PWC Tender Vol 2 of 3. the properties of all plant.4. Compliance with Regulatory Codes and Authority Requirements 2. Design Life 2. 2. characteristics.3. consistent and comprehensive system of international standards.3.3.3.4. standards or authorities are mentioned in the Specifications or where local.  Drawings showing the requirements for building work necessary to facilitate the installation of the engineering services. and method of construction of all items shall be in accordance with the latest edition of applicable standards. regional or national authorities have jurisdiction over equipment or installations specified herein.3 The CONTRACTOR shall not commence work on a subsequent phase of design work until written acceptance of the previous phase has been issued by LREDC.4 2. ensuring that he is meeting or exceeding internationally recognised best practice.4 2. The technical lifespan for individual elements shall meet the minimum requirements outlined in the following table: 2.2. Part 3.3 Design and fabrication of all plant. Particular Specifications . The CONTRACTOR shall be fully responsible for the submittal of Project Name: PWC System for Marina District.1 Where specific codes.LUSAIL DEVELOPMENT  Drawings showing the provisions required to accommodate the engineering services which significantly affect the design of the building structure. and  Drawings showing the building and services installations as installed at the date of practical completion. 4. 2.4. Particular Specifications . Lusail Development 14 | P a g e PWC Tender Vol 2 of 3. codes or requirements issued by regulatory bodies shall not decrease the quality of workmanship and material specified herein.LUSAIL DEVELOPMENT all drawings and other documents as necessary to apply for approvals and the subsequent obtaining of all such approvals from any.5 Standard specifications. authorities having jurisdiction. and all. Part 3. Project Name: PWC System for Marina District.4 Any changes or alterations required by the authorised inspector of any authority having jurisdiction shall be made without charge by the CONTRACTOR. 2. The bins shall be provided with laser engraved Lusail logo and wording “Lusail City”.9 Access doors are to be fitted with a timed closure to avoid hands being caught in doors. access cover. The feeding inlet must be fitted with volume control mechanism to prevent large are long object to enter the storage section below the RC chamber. The features of conventional waste bins shown in the drawings shall act as a guide or concept for the CONTRACTOR to develop the pedestrian bins for PWC system to match the existing landscape.0 FIELD COMPONENTS REQUIREMENTS 3. 3. The storage capacity shall not be less than 1. The "system cycle time" shall be the total time (in minutes) required for collecting sequentially waste in the storage facilities of all the buildings Project Name: PWC System for Marina District. 3. discharge valves. 3.4 The design of each inlet point provided by the CONTRACTOR shall pay due consideration to the types of waste expected to be generated by the pedestrians public users. 3.1 Waste inlet in the form of pedestrian bins points shall be provided by the CONTRACTOR to enable public pedestrian to enter waste into the PWCS in public spaces. Lusail Development 15 | P a g e PWC Tender Vol 2 of 3. 3.6 The CONTRACTOR shall provide appropriate and consistent permanent signage on and adjacent to all pedestrian bins.11 The CONTRACTOR shall submit more than one alternative bin feature from the CONTRACTOR’S standard existing design for LREDC consideration.2 Storage Section 3.1.1 Pedestrian Bins 3.1.1.2 The inlet points shall be designed to accept the following two material streams. The air inlet is equipped with a rubber flap valve witch open when the air-flow created by opened DV opened.5 The temporary storage capacity below each inlet point provided by the CONTRACTOR shall be designed to accommodate the expected waste generation. storage section.1. air inlet valves and control panel to facilitate automated operation.1. Part 3. 3. The air inlet is welded on the storage pipe and is made in painted mild carbon steel. a) b) Mixed dry recyclables. 3.7 The CONTRACTOR shall provide independently fire certified hopper doors. The upper secondary air inlet is normally used for all types of waste. 3. The labelling and colour coding shall comply with the development wide standards.1.3 Every inlet point shall be fitted with all necessary equipment including waste level sensor.1.1.LUSAIL DEVELOPMENT 3.2. 3. Particular Specifications .1 A waste storage facility with Grade 316 stainless steel casing with minimum 4 mm thickness shall be provided by the CONTRACTOR below each pedestrian bin. 3. Organic solid waste 3.10.8 Recyclable and waste inlet hoppers shall be fabricated from stainless steel sheet and shall provide self-closing and self-latching devices. The hopper doors shall be fitted with an electric interlocking mechanism that prevents the doors from being opened following the activation of the fire certified exit door.5 meter in height.1.1.4. The drain pipe shall be 50mm diameter connected to a flexible hose and shall lead into a drainage point located close by.2.2. The valve is opened and closed by a pneumatic cylinder.3. 3.2 This valve shall be designed to be installed in a valve-room. 3.3 Discharge Valve 3. 3. above the DV to store waste before the DV opens. When the valves are closed. and the closing elements are actuated by compressed air cylinders. 3. which are programmed to occur several times a day. Electronic terminals in the valve rooms verify and execute the orders transmitted from the ECC. The valves are normally closed and open only for 7 to 10 seconds during the discharge cycles.3 The discharge valves shall be airproof and have sufficient strength.LUSAIL DEVELOPMENT connected to the PWCS including future extension of other phases.2.5 Heavy duty discharge valve shall be provided to withstand impacts due to objects falling down from the upper floors.3. The valve closes upon receiving closing order from the control system. Upon receiving an open order from the control system. The valve body is made in painted mild carbon steel. Part 3. which separate the waste transport from the vertical garbage chutes and storage sections. wet tunnel or RC chamber below ground. The storage pipe is made of stainless steel.4 Flexible joints in the form of Linatex rubber or equivalent heavy duty rubber shall be provided when connecting to the pedestrian bins waste chute. 3. Other part of DV in contact to the waste shall be made of stainless steel materials.4 The operation of the valves is controlled by the computer in the central control panel in the plant room. the valve opens to let the waste fall into the horizontal pipe where it is transported to the plant room by the rapid air stream.6 Emergency stop buttons shall be provided in the vicinity of the waste discharge valve to lock off the waste discharge valves operation and PWC system operation respectively.3. The storage pipe is equipped with an inspection opening.2. the waste falls by gravity/suction into the air stream in the transport pipe. Anti-vibration isolators shall also be provided at the base of discharge valve support to isolate any vibration to the pipe network. Lusail Development 16 | P a g e PWC Tender Vol 2 of 3. Control shall also be provided for the discharge valves and the central plant in such way that all DV Project Name: PWC System for Marina District.2.1 The Discharge Valves (DV). Waste from the inlet is temporarily stored in the storage section above the valve flap. Particular Specifications .2 A level analogue sensor shall be provided in the waste storage to initiate waste collection by the central plant before the storage threshold is reached. and a flexible connection waste chute. The valves are operated by compressed air generated in the plant room. 3. 3. and the waste falls down in the air-flow of the transport pipe. A drain outlet will be provided above the Discharge Valve flap to ensure that during the eventual cleaning of the waste chute or regular maintenance of the garbage chute water are not allowed into the pipe transport system.2. the waste which is falling by gravity within the storage section shall be retained by the closing element of the valve. 3.3 Vertical storage pipe with angle deviation. Calculations on the "system cycle time" and "waste storage capacity" shall be submitted to for approval. Only one valve can open at a time. When a valve opens. The level sensor shall monitor the rising level of the waste in the storage section to provide data to the collection system through the SCADA network interface so that the collection cycle can be monitored and updated for optimal cycle times. DV of liquid tight stainless steel (Grade 304) flap valve type for separation of material in the chute from the main transport pipe. The valve in the valve body shall be flat plate type and there shall be inspection opening outside the valve body for the convenience of inspection and maintenance. 3. 4.5.3 The valves are operated by compressed air. Air Inlet Valve 3. Particular Specifications . compliance shall be submitted for approval. 3. 3.5. The inlet(s) shall only be opened during collection of waste by the central plant room and shall remain air tight at other times to prevent smell from leaking out of the system.4.4 Each valve shall be fitted with flanges to suit the flanges on pipe work. The valve will be opened and closed with a pneumatic cylinder.7 3.4.LUSAIL DEVELOPMENT will remain in or return to the closed position and the central plant will be shut down during emergency mode or through any open actions of separate dry contacts provided by others.6 Noise level at 1 m from any air intake louver outside the waste chamber room shall in no case exceed 55 dB (A) during operation of the PWC system. The valve has a disc of stainless steel (Grade 304). 3.1 The Air Inlet Valves (AIV).5 Sectoring Valve 3.1 The sectoring valves are installed in the intersections of the main collection pipes and in part of air pipe in plant room. sealed with a specially designed rubber gasket.5 Acoustic silencer for AIV and acoustic lagging complete with stainless steel cladding shall be provided if they are not located within an acoustically scaled room. are normally installed in close connection to the DV of the branch to provide airflow to the section in operation. The valves are installed in the pipe system to limit the system in chosen sections. to facilitate transport of waste and loosening up of the waste agglomerate to prevent system blockage. 3. and electronic terminals in the air inlet valve rooms verify and execute the received orders. The sectional valve shall be imported whole-set equipment.3 The valve is made of mild steel. 3. The parts with troubles can be cut off without influences on the operation of other parts.2.5. The sound level caused by the air which enters the valve at high speed is considerable. 3. situated at the end of each waste transport pipe branch.7 The AIV shall be fitted with flanged end to suit the pipe network flange 3.2 The valves are normally closed and opened only for 1 or 2 minutes during the discharge cycles.4.2 The section valve is mounted as close to the terminal as the pipe system allows. 3. 3. Calculations to substantiate.4.4.4 The DV components shall be fitted with flanged ends to suit the pipe network flanges. Only one valve can open at a time. 3. and the closing elements are activated by compressed air cylinders.5. This is made to reduce the connected pipe system with DV to a suitable amount. and therefore the valves shall be equipped with silencers. Part 3.4 Air inlet(s) at the waste storage section shall be provided. Project Name: PWC System for Marina District. as and where necessary. 3. Lusail Development 17 | P a g e PWC Tender Vol 2 of 3. The DV is operated automatically by means of compressed air cylinder.4. The operation of the valves is controlled by the central control panel in the plant room. Part 3.2 The diverter shall have one inlet pipe and one outlet pipe which can moves alternatively to 2 fixed outlet pipe network.6. When one outlet pipe is connected to the waste diverter.6.6. 3. 3.6.4 The control unit shall send messages to the control panel of the garbage chute supplier and send and receive signals with the following commands. 3. The sectional valve shall be imported whole-set equipment. and electronic terminals in the control box verify and execute the received orders.4 The diverter is made of mild steel of minimum thickness 20mm.1 This control box shall be installed adjacent to each field components: a) b) c) d) e) f) g) The Air Inlet Valve The Discharge Valve The Waste Pedestrian Bin Waste Level Sensor Sectoring Valve Air Flow meter Waste Diverter 3.7. Particular Specifications . The waste from one system with troubles can be temporary diverted automatically to another system without influences on the operation.7 The waste diverter shall be installed with an enclosure for safety and security.1 The waste diverter is installed in the pipe network to divert waste from one pipe system to another. 3.7.7. There may be more than one channel and the ECC communicates these channels simultaneously. 3.2 The Control Box shall be designed to communicate with the Electrical Control Centre (ECC) in the plant room via the fibre optic cable provided by Qtel.7.3 Communication speed shall be selected so that it is possible for the ECC to collect status from 20 AV/DV units per second.6. Project Name: PWC System for Marina District. the interrogation scan shall collect the information more frequently. the other outlet fixed pipe must be remained capped automatically to prevent smell from leaking from the pipe network. Up to 4 communication channels shall be used. The operation of the valves is controlled by the central control panel in the plant room.6 Emergency stop buttons shall be provided in the vicinity of the waste diverter to lock off during emergency or service and maintenance. Control shall also be provided for the discharge valves and the central plant in such way that the pipe is always connected to the pipe network during emergency mode or through any open actions of separate dry contacts provided by others.6. 3. For valves that have received open orders. a) lock all waste chute inlet door in the building and pedestrian bin when the emptying cycle is in operation or the DV/AIV is under maintenance. 3. Lusail Development 18 | P a g e PWC Tender Vol 2 of 3. and the closing elements are activated by compressed air cylinders.LUSAIL DEVELOPMENT 3. 3.7 Control Box 3.3 The valves are operated by compressed air.6 Waste Diverter 3. The ECC shall interrogate all filed components in a continuous scan. 3.6.5 Each valve shall be fitted with flanges to suit the flanges on pipe work. 3.4 The pneumatic pipe shall be made of PB.9. The secondary building network CONTRACTOR. maintenance or if there is fire system sprinkler is activated. The data communication of the primary network and the secondary building network shall be subject to repeated tests to ensure correctness. 3.9.1 The primary network in the tunnel has the control communication mode of LONWORK.7 The control box shall include relays. PLC.7. The control cables connected to the primary network shall reach the following indexes to ensure the control system coherence.1 The compressed air pipes shall be provided as necessary to complete the PWCS system.9 Compressed Air Tubes 3. AIV. repeater.8. Particular Specifications . 3. along the pipe system. Type of pipes shall be proposed by the CONTRACTOR for the intended purpose and submit for approval prior to the installation work. 3. the primary network will update the computer data of the PWC system so as to execute the orders to serve the secondary building network in the future. 3.2 Air tube that will be inside the protecting tubing (if installed underground). Part 3. On the tube isolation valves are required for points of control. based on which. 3. air speed meters. along the pipe system or on common cable trays in the wet tunnel.9.3 Valves shall also be installed at end of network for draining of water regularly. shall have inflection tension 170 kgf/cm2 rupture tension 340 kgf/cm2 diameter 25 mm and operation pressure at 50°C 14. outdoor disposal inlets. waste diverter.8. Sectoring valves.LUSAIL DEVELOPMENT b) lock the DV and AV valve from operation when the waste chute is under cleaning. 3. The control system of the secondary network in the plot sub-developer shall have the same communication mode. AIV.6 The control box shall also house all solenoid valves from the respective equipments eg. The compressed air tube is used to connect the control unit for the valves with the compressed air unit in the terminal. The control cable is used to connect the control box for the valves with the ECC in the plant room.4 After the secondary network interfaces in the plot sub-developer has been completed installation data shall be notified with data such as the quantities of the DV. trouble-shooting and control of the compressed air distribution. 3.6 kgf/cm2. 3. 3. consultants and owners shall have a cooperation promise agreement with LREDC and the PWC CONTRACTOR for the abovementioned interaction relationships. The Project Name: PWC System for Marina District.3 Control cable that will be inside the protecting tubing (for underground pipe work).8. DV.8 Control Cables 3. and battery to last for at least 2 hours if there is a power failure.7.5 The control box shall be of stainless steel metal casing enclosure and to IP54 rating.9.2 The whole control cables shall have PE as the protection coat to be suitable for the underground installation and underwater operation for long time.7. Lusail Development 19 | P a g e PWC Tender Vol 2 of 3. 3.8. j) Pipe will be supplied in lengths no shorter than 6. n) The primary technical design parameters for the system are as follows: - Pipe diameter Pipe thickness Pipe material Carrier speed System pressure Normal earth-up depth of pipes Pipe upward/downward gradients Pipe curve radius : DN 500 mm nominal : min 6. i) Inspection manholes shall be installed near bend locations and confluence portions. 3. l) All piping shall show no evidence of blisters.0 meters. f) Straight pipes will be manufactured out of mild carbon steel and will be machine spiral or longitudinal welded.0m 3. e) Intermediate joints. b) The planning of the trenches follows the height variations of the terrain since inclinations of 20 degree in both pipe directions are admitted. the same can be chamfered and welded to achieve the bending radius. Particular Specifications .0mm : GB 235B carbon steel pipes : 20-22 m/sec : ~30kPA : 2000 ~2500 mm : 15 . The inspection opening is made of mild steel and primed for exposed installation and SS grade 304 for buried installation. d) The transport pipe shall be mild steel of 20mm in thickness and to SPI standard. The color of equipment shall be manufacturer’s standards subject to the Consultant’s approval. Y-pipe connections shall be 20mm thick and made of hardened steel of Brinell hardness of not less than 500.10 The joints of the tubing and fittings shall be as per manufacturer’s recommendations. The radius of the bends shall be 2000mm. k) If small pipes bend a required to maintain the profile i. The inspection openings provide possibility to inspect the pipes and a way to manually clean clogged pipes. h) Y-Pipes are to be pre-fabricated from straight pipes. The maximum inclination admitted in ascendant direction should be 15 degree and in special case. the Waste conveying pipes are provided with inspection openings at every bend of pipe angle change of more than 30 degree. hardened steel or cast alloys and no mitred joints will be allowed.9. or as per the drawings. could be 20 degrees.1 General Description a) The waste pipe from the plant room boundary line to the internal of the plant shall be by the CONTRACTOR. Each length of pipe will bear markings of identify location.10. c) In order to avoid damage due to corrosion in extreme site conditions the pipes are provided with external 3LPE of not less than 2. type and grade. less than 10 degrees. m) The equipment and materials to be installed under this CONTRACT will be finished by painting and/or protective coating to provide protection from corrosion under the surrounding conditions.2 Inspection Door a) For the convenience of inspection on the pipe network. Waste Pipe 3. In the case of installation in service tunnels and basement ceilings the pipes are hung from the slab or beams on hangar brackets.30 degrees : 2. grooves or other extrusion marks. in the connection with the plant and if there are no other option.e.0mm. Project Name: PWC System for Marina District.5 3. bends. Lusail Development 20 | P a g e PWC Tender Vol 2 of 3. All joints are welded.10. Part 3. g) All pipe bends will be in single piece lengths made of mild steel.LUSAIL DEVELOPMENT pneumatic pipes and interlaces of the secondary building network shall be subject to the pressure test and complete flushing. Lusail Development 21 | P a g e PWC Tender Vol 2 of 3.5 MPa Tensile strength >18.3 Characteristics of Pipe Coatings Material Polyethylene Minimum thickness =2. Particular Specifications .0 MPa Elongation due to shearing >600% Vicat softening point 98° C Project Name: PWC System for Marina District.LUSAIL DEVELOPMENT b) There will be 500×380 mm observation holes on the pipe sections in the inspection openings. 3. Part 3.0 mm Resistance to impact >10 NM Resistance to peeling >38Ncm1 Resistance to indentation <0. The top cover shall be secured with bolt and nut and gasket and shall be air tight.92x103 kg/m3 Yield strength >12.3 mm Specific sheathing resistance >102 m2 Density 0. The inspection openings will be covered by a rectangular box of 600x450mm and fully welded onto the pipe.10. Lusail Development 22 | P a g e PWC Tender Vol 2 of 3. 4. Particular Specifications . 4. 4. security of supply and capacity. Filtering and deodorizing the exhausted transport air.10 The design of the PWCS should take into account the infrastructure needed to manage the receiving. Such services shall include high and low voltage electricity. 4. district cooling network. transferring and collection of waste and recyclables during scheduled or unscheduled system downtime. Loading and unloading compacted containers on and off collection vehicles by either using container trolley or overhead crane.9 The PWCS shall be designed and constructed to include all necessary infrastructure and utility services required to meet the requirements of the CONTRACT including but not limited to their connection. and telephone and Broadband (high speed data link). Each of the two recyclable and waste streams shall be directed to their respective sealed waste container for temporary storage. g) Controlling and monitoring the collection and call-off process. the two waste streams shall be separated from the transport air by means of waste separator using cyclonic action. Any additional materials required for use on the development as part of providing the service should be appropriately contained and stored such that the environment is protected and the facility can operate efficiently.1.8 The PWCS shall be designed and constructed to include waste storage facilities with a minimum capacity of one day of waste arising. process water and fire water supplies.1.1 General 4. compacting and storing wastes. potable water. Receiving.1.0 PWC PLANT BUILDING REQUIREMENTS 4. f) Generating compressed air for pneumatic operated valves. Separating wastes from transport air. 4.1.LUSAIL DEVELOPMENT 4.7 The PWCS shall be designed and constructed in such a way that all waste storage and processing takes place within the confines of the building.4 The PWCS shall include but not be limited to plant and equipment for: a) b) c) d) e) Generating air flow and negative pressure.1 The CONTRACTOR shall provide PWC plant room as shown in the relevant drawings. 4. The gross external floor area and the height of the plant room shall not exceed the foot print indicated in the drawings. 4. Part 3.1.1.5 Inside the PWCS.1. 4.2 The CONTRACTOR will be supplied with a bare land.1.6 Each waste streams shall be compacted into their respective containers.3 The central waste collection station shall be designed to operate efficiently and reliably under the anticipated waste loads and ambient conditions. 4. It is the responsibility of the CONTRACTOR to coordinate the design of the plant room with the relevant Consultant in Lusail development to ensure that all necessary requirements are adequately designed and provided for by LREDC. Project Name: PWC System for Marina District.1. with appropriate environmental controls provided.1. foul water and surface water drainage. 4.2. 4. where necessary these should be adapted to accommodate local conditions and the specific requirements of the Qatar Municipal Authority and LREDC's requirements. Automated information shall be sent to the container collecting company to indicate when the container needs to be removed. coordinated with other disciplines where necessary. The replacement of full containers with empty containers shall only be done when a container is full.1 The CONTRACTOR's structural design shall include the selection. or be readily adaptable to accept.3. 4.3. safely and reliably. and which material stream requires removal. 4. Queuing above ground level will not be permitted. hoist and all supports and appurtenances are designed to withstand all anticipated stresses imposed under the expected operating conditions. to leaving the site in a maximum of 30 minutes per vehicle.3 The central waste collection station shall be designed and constructed to provide sufficient areas for collection vehicles to queue and park in the peak container collection periods without obstructing loading bays.1 The PWCS shall be designed and constructed to include all necessary containers handling equipment to facilitate the safe and efficient management of all waste and recyclables accepted by the PWCS whilst on the Site. unloading an empty container and loading a filled container.2 The container loading equipment shall be designed to accept modified ISO shipping containers.2. The container should be able to be loaded onto the truck by the Municipal standard roll-on-roll-off hook lift. secured using twist locks. 4.2 The structural design shall be carried out to the appropriate British Standards. Load bearing parts shall be designed such that the static stress. a range of vehicles. 4. Project Name: PWC System for Marina District. The CONTRACTOR's structural design shall include the preparation of complete calculations.3.6 The CONTRACTOR shall install the hoist with a suitable pushbutton control station.4 Structural Design 4. analysis and design of a structural system making up the framework of the building. 4. calculated for rated load. Particular Specifications .LUSAIL DEVELOPMENT 4.2 Vehicular Access 4. The collection vehicle type and container loading arrangements may change during the CONTRACT Period and therefore the collection station must be flexible and capable of accepting.3. 4. Part 3.3.4 Container loading shall be by means of an under hung crane and hoist system fitted in the PWCS loading bays.4. 4. 4.5 The CONTRACTOR shall ensure that the crane. shall not exceed 20% of the ultimate material strength.2 The central waste collection station shall be designed and constructed to enable vehicles to achieve a turnaround time from entering the Site. fitted with a dead-man type safety mechanism. The hoist shall be capable of loading and unloading full containers efficiently.3.3 Container Loading 4.7 The hoist shall be fitted with both an electric motor brake and a mechanical load brake. Lusail Development 23 | P a g e PWC Tender Vol 2 of 3.2.4. 4.1 The CONTRACTOR shall provide a central waste collection station designed to be suitable and efficient for all vehicles collecting and removing waste and recyclable materials accepted by the PWCS from the Site.3.3. 1. corridors and washrooms shall be appropriate to the use of the spaces and shall be minimised so far as is practicably possible.1 Noise emitted from the plant shall be limited to the levels set out in the following table for all publically accessible. Particular Specifications .3.5.2.5.2 The noise levels in ancillary spaces.2 Noise and vibration shall be maintained at levels appropriate to the local environment. External Noise 4. and NR – Noise rating curves are a set of internationally-agreed octave band sound pressure level curves.1.2 LAT – A-weighted time averaged sound pressure levels as defined by IEC 61672-1. Day 4. based on the concept of equal loudness.LUSAIL DEVELOPMENT 4.5. dB Publicly accessible areas 50 55 45 50 Non-publicly accessible areas 50 55 50 55 4.5.3 It is the responsibility of the CONTRACTOR to ensure that the time sound levels shall not exceed the following thresholds during active operation.5.2. The CONTRACTOR shall take care to include members of their design team who are suitably knowledgeable and experienced in acoustics and vibratory attenuation to ensure that the designed mitigation measures enable the PWCS to meet the specified noise limits.5. 4.3.5. such as the control room.5.3 4.2. Lusail Development 24 | P a g e Night PWC Tender Vol 2 of 3.1 General Requirements 4. 4.3.5.3 The CONTRACTOR shall provide appropriate and high quality silencers along the discharge air pipe.5 The structural design of the PWC PLANT shall take account of the dynamic loads imposed by the crane and container trolley during container loading and unloading operations. to reduce the noise generated by exhausters to below the specified limit.3 4. Noise and Vibration 4.4.5. Part 3.1 All elements of the PWCS shall be designed to acoustic and vibratory levels that are appropriate for users of each area of the development. 4. 4. Project Name: PWC System for Marina District. The environmental noise nuisance to operators and visitors at the plant and to all neighbours shall be minimised as far as is practicably possible.5. Internal Noise 4.5. dB NR LAT.1 The CONTRACTOR shall ensure that the acoustic design of the plant minimises exposure to high levels of noise in the plant rooms to facilitate protection of the operators’ hearing. This shall include suitable lagging to damp mechanical vibrations.3 NR LAT.2 The following are used in this section of the performance specification: a) b) 4.1. 1 The CONTRACTOR shall ensure that an odour level of not more than 1.5.5 OUe/m3 (European Odour Units) is measured at key local receptors as a result of the PWCS and associated air emissions. these shall be designed so as to reduce noise levels within the space and reduce transmission of sound to adjacent spaces.3 Transport air shall be screened and filtered at the air outlet of the waste separator/cyclone to remove particulates and deodorize the exhaust air. The design of the exhaust emission chimney shall be coordinated by the CONTRACTOR with the EA and relevant Authority.4 An activated carbon filter bank shall be used to deodorize exhaust emissions prior to final discharge to ensure that the specified odour limit is not exceeded. and shall not exceed 0.6.4. Part 3.2 The CONTRACTOR shall ensure that the final exit of the filtered exhaust air is located at high level and is located with care to ensure that the specified odour limit is not exceeded and that an unpleasant environment is avoided for resident.5. Vibration 4. 4.5. Dust Filters. this shall be used in conjunction with other deodorizing treatments such as: a) b) c) Moisture Eliminator. 4. Project Name: PWC System for Marina District.6.3.5. 4. vibration from plant and equipment within the plant shall not exceed 0.6. Air Emissions 4. and Odour treatment.4 All walls and ceilings where sound levels exceed acceptable levels should be covered with acoustic panels with a minimum thickness of 100mm.1 The CONTRACTOR shall ensure that where practicable.4mm/s (rms) in the remaining spaces (excluding within plant rooms).LUSAIL DEVELOPMENT Space 4.6 Noise Limit. tenants or visitors to the development.4 4. dBLAT Maximum allowable NR level Exhauster Room 105 50 Container Hall 55 50 Control Room 40 35 Pedestrian Bins inlet points (1m distance) 55 50 Air Inlet Valves (1m distance) 55 50 4. Lusail Development 25 | P a g e PWC Tender Vol 2 of 3.5 All doors shall have a minimum sound reduction effect of 35 dB.6.3. The filtration systems shall be designed to trap particulates using a system specified and certified to meet EN779:2002 grade F8 and DIN 24185 grade EU8. Particular Specifications . Local receptors shall include all publicly accessible spaces in and around the plant.1mm/s route mean square (rms) in sensitive spaces such as the control room. 4. 50Hz.s) 28kV Insulation Coordination in accordance with IEC 60071-1 and IEC 60071-2 The low voltage characteristics are (LV) design voltages and system 415V/240V ± 6%. or an agreed alternative.L.1 The PWC PLANT shall be supplied at 11kV via the utility distribution network established within the service corridors. phase to phase voltage) Um = 12kV Highest voltage for equipment (r. effectively earthed Range of highest voltage for equipment (according to IEC 60071-1.) Rated lightning impulse withstand voltage (peak) 75kV Power frequency short duration withstand voltage (r.m. Lusail Development 26 | P a g e PWC Tender Vol 2 of 3. phase to phase voltage) Um = 12kV Standard rated frequency 50Hz Rated short circuit breaking capacity 40kA rms. termination. the CONTRACTOR shall complete the detailed design of the HV switchboards and associated cabling.I.1 High Voltage Supply 4.1.7.1.s. Part 3.2 General 4.m. three phases. Particular Specifications .s. both incoming and outgoing.1. routing.LUSAIL DEVELOPMENT 4. 4.2.7. 3 seconds System configuration 3 phase. transformers and all other electrical distribution equipment.7 Electrical Supply and Distribution 4. Kahramaa. up to the point of connection with the incoming switchgear as a single 11KV open ring topology.7. 4.7. phase to phase voltage) Um = 11kV Highest value of system operating voltage (r.m.1.7.4 The CONTRACTOR shall coordinate with LREDC and Kahramaa to agree the supply configuration and to determine appropriate protection.1. capacity and configuration of the 11kV incoming cable feeds and shall be responsible for obtaining their approval for the design drawings.7. Clause 37) A (I) Standard Insulation level for equipment (B.3 The high voltage (HV) design voltages and system characteristics are: Nominal System Voltage (rms value.2 Intentionally left blank 4. 4. The CONTRACTOR shall agree the associated installation testing and commissioning with Kahramaa. this shall include the incoming HV and LV switchboards. 4.7.2 Intentionally left blank Project Name: PWC System for Marina District. 4 wire The earthing system shall be TN-S. The 11kV supply cables shall be supplied by the Utility Provider.7. 4.2.5 Based on the incoming configuration.1 All downstream electrical distribution and equipment shall be provided by the CONTRACTOR as part of the PWCS package.7. State of Qatar and will not be issued to the CONTRACTOR.7. The winding. cable sizing and current carrying capacity to be verified and checked by reputed software.7 Voltage drop calculations.7.7.6 Intentionally left blank 4. PO Box 23277.2.7.8 QCS 2010 shall be adopted for all electrical installation and materials specifications. In addition to the QCS the electrical installations shall comply with: a) b) c) d) e) The current Edition of the QGEWC Regulations. rooms to Kahra-Maa approval.3 Intentionally left blank 4. BS/EN standards. 4.7. 4.7.LUSAIL DEVELOPMENT 4. and All Qatari and local regulations. 17th Edition of the IEE Regulations: BS 7671. 4.3 The CONTRACTOR shall consider the environment and the expected ambient conditions when selecting the electrical equipment for the Work.4 The Work shall be constructed in accordance with the Qatar National Construction Standards (QCS) 2010. 4. 4. Copies of the QCS may be purchased from the Qatar Authority for Standards and Methodology.7. Cast resin transformers are to be of the copper wound 3limb type mounted on a suitable wheeled frame.7. Lusail Development 27 | P a g e PWC Tender Vol 2 of 3. The information provided in this Specification shall be deemed to supplement or take precedence over any guidance given within the QCS.2 Transformers shall be located in dedicated conditioned.7. Particular Specifications .7. Part 3.2.6 Lighting calculation shall be done by the CONTRACTOR by means of reputed software such as (Dialux). Doha.7.1 Transformers Cast resin transformers shall be used for stepping down from 11kV to 415V for low voltage distribution.5 Intentionally left blank 4. 4. 4. The CONTRACTOR shall ensure that the cooling provision is adequate for the transformers selected.7 4.7.2. The resin shall be vacuum cast to minimise the risk of voids and consequent defects.7. 4.2.3 High Voltage Switchgear The 11KV switchboard shall be withdraw able type and in accordance with KahraMaa specification s. supplemented by the Specific requirements of this Specification.7. core and resin temperatures shall be monitored to ensure that the Project Name: PWC System for Marina District.4 Intentionally left blank 4.7.2.7.7.5 Each transformer shall be provided with a 3-stage cooling control system.7. cable type and sizing shall be according to method of laying. All equipment shall be rated for continuous operation at 50°C. Kahramaa (QGEWC) Equipment Standards.7.4 Intentionally left blank 4.7.5 All wiring devices in Kitchen areas shall be minimum IP54 4.2.7. 7. At the final stage alarm.10 The CONTRACTOR shall complete the design.8 The transformer status signals shall be relayed to the control network. Transformer cooling controls shall also be tested for function. Each transformer shall be provided with a ventilated enclosure with removable front and rear panels (IP21). as shall alarms.LUSAIL DEVELOPMENT manufacturer’s limits are not exceeded. It is required that the transformer shall be capable of relaying the following information: a) b) c) d) e) f) 4.7. supply and installation of the transformer based on the following standards: a) IEC 726 – Cast Resin Transformers b) BS IEC 60076 and 60078 – Power Transformers c) IEC 529/BS 5420 . Ambient temperature (calibrated 4-20mA).7.7. 4. 4. the switchboard shall open the appropriate LV circuit breaker to disconnect load from the LV winding of the transformer to protect it from being damaged and also inter-trip the HV feeder breaker.7. designed to ensure that ‘loops’ are not formed. Part 3.Specification for Degrees of protection provided by Enclosures.7. 4.8. 4. Fan assist and monitoring accessories shall be provided.9 Core temperature (calibrated 4-20mA). Stage 1 temperature reached. Fans running.7.7 Transformers shall be subject to factory heat rise tests. Project Name: PWC System for Marina District.1 Earthing and Equipotential Bonding The CONTRACTOR shall design and install a complete TN-S earthing and equipotential bonding network. a) The CONTRACTOR shall complete the design and installation of the earthing systems based on the results of his resistivity tests and in accordance with Kahra-Maa rules and regulations. The Contactor shall verify the actual harmonics profiles based on actual procured equipment and demonstrate to LREDC that the selected transformers shall be compatible with the calculated harmonic profile. Stage 2 temperature alarm reached. within an enclosure for cast resin types.7. Lusail Development 28 | P a g e PWC Tender Vol 2 of 3. The transformers shall be suitable for continuous indoor operation in a tropical climate on a 3 phase.7.Method of Measurement of Transformer and Reactor Sound Levels.3 The CONTRACTOR shall submit his detailed design and installation proposals for the earthing systems to LREDC.8 4.8.7.5 percent taps. four nominal 2.7. d) IEC 60076 --.7.6 The transformers shall be suitably rated for harmonics profiles associated with 6 and 12 pulse rectifiers. 50Hz distribution system. and Stage 3 critical temperature reached. 2 above and 2 below rated primary voltage.8. Particular Specifications . 4. Transformers shall be 11kV to 415V/240 volts and shall be of copper winding. The overall resistance to earth of the combined HV/LV earthing system shall not exceed 1 ohm. 4. The transformers shall be provided with full-capacity voltage taps.2 Intentionally left blank 4. (+/-5%) with externally operable tap changer for de-energized use and with position indicator and padlock hasp. Transformers shall be tested for all criteria as per IEC 76 and IEC 726 or relevant BS Standards.7. at the manufacturer’s specified maximum ambient temperature.7. 4 Intentionally left blank 4.8. Particular Specifications .8.4 Multicores LV cables shall be used where specified Project Name: PWC System for Marina District.10. 4.9 Generally all dedicated earthing cables either for power distribution or equipment bonding shall be single core copper with an overall green/yellow Low Smoke and Fume (LSF) sheath.10. and shall form complete tray systems. 4. Rigid PVC conduit shall be provided where embedded in concrete.I. Trays shall be hot dip galvanized after fabrication and conform to ASTM A 123 specification.8.LUSAIL DEVELOPMENT 4.7.8.7.2 Cable tray and ladder shall be galvanized steel and conform to NEMA VE-1 and UL standards.3 Cables shall be terminated with compression glands and lugs. 4. 4. G.7.7 The depth of the driven rod shall be selected to achieve the required earth electrode resistance for the individual substation of 1 Ohm or less. may be connected in parallel to achieve the desired resistance but they shall be installed with sufficient spacing apart such that each is essentially outside the resistance area of any other.11 Connections made between tray or ladder sections crossing a building expansion joint shall be made with a flexible copper braid or Y/G cable supplied by the CONTRACTOR. of not be less than 20mm.5 Driven earth rod electrodes shall be used within the earthing system. All other areas shall use cast ferrous.9. 4. All pipework and wiring entering or leaving the PWC PLANT into primary service corridors shall be equipotentially bonded to the service corridor earthing system at the point of entry or exit.9.7. For worthwhile results.1 Cable construction shall conform to Kahramaa Rules and regulations. Cable tray installed external to the plant and exposed to the outside atmosphere shall be manufactured from hot dipped galvanized carbon steel to BS EN 1416.8 The CONTRACTOR shall provide all earthing requirements for the electrical system.9 4. 4. 4.10 Low Voltage Cables 4.7. NEMA.7. Part 3.7. Lusail Development 29 | P a g e PWC Tender Vol 2 of 3.7. 4.7.1 Raceway System Conduit shall conform to ANSI.10. Design and installation details shall be defined by the CONTRACTOR and coordinated with LREDC and Kahra-Maa.8. or cast aluminum back boxes for wiring accessories with gasketed cover and threaded hubs in wet and outdoor areas 4. skid mounted packages. 4.7.6 A number of rods.I.7.7. Boxes shall be stamped steel in indoor office and control room areas only. and UL standards.8.10 All mechanical equipment. The Earthing System shall be separate from the lightning protection system.7.8.7.8.7. Liquid-tight flexible metallic conduit shall be provided at field instrumentation and vibration-producing equipment. conduits shall be provided where exposed. 4. metallic services and electrical equipment shall be equipotentially bonded to the earth bars. the mutual separation shall be not less than double the depth of the rod. All cables shall run in cable trays and covered by 20 Gauge G.10. sheet or any other laying method approved by the Consultants.7. 4.2 Conductors shall be copper and in accordance with Kahra-Maa rules and regulations. Considerations of corrosion shall be given priority where appropriate. GRP Body. transformer rooms Control and office rooms Toilets And Washrooms Locker Room Fire Suppression System Room Fixture Type Lamp Type High Pressure Mercury Light Fixture. But the Contractor shall submit the required lighting calculations and ensure that the luminaires selected shall be suitable for the area of application. LV Switchgear. steel body and aluminum reflector.11 General and Emergency Lighting System 4. Powder coated steel body and Mirror Reflector Fluorescent Light Fixture . The maintained luminance level values shall be determined at working plane for meeting rooms. Down light. Particular Specifications . GRP Body. Part 3.7. White Reflector 400 Watt Maximum Project Name: PWC System for Marina District. IP 20 Fluorescent Light Fixture . Minimum lighting levels shall be as follows: Area Lighting Schedule Area Plant rooms Electrical rooms such as HV . controls room and security and at floor level for other areas. steel body and aluminum reflector. Down light. high Bay.1 That CONTRACTOR shall ensure that the lighting of all areas of the PWC PLANT meets the requirements of the Chartered Institution of Building Services Engineers (CIBSE) Code for lighting.7.LUSAIL DEVELOPMENT 4. IP 54 Fluorescent Light Fixture.11. as outlined in the following table. White Reflector and IP 54 Fluorescent Light Fixture. The luminaires shall be selected as per the guidelines given below. Fluorescent Industrial Light Fixture. Lusail Development 30 | P a g e Minimum Lux 300 T5 Fluorescent Lamp 300 T5 Fluorescent Lamp 500 T5 Fluorescent Lamp 200 T5 Fluorescent Lamp 200 T5 Fluorescent Lamp 300 Notes 10% of lights shall have quartz instant re-strike PWC Tender Vol 2 of 3. Aluminum body and Reflector. 4.7. timer and over ride switches. External lighting shall be controlled by photo cell. Unless otherwise stated in the particular specification or drawings.3 Lighting fixtures shall be positioned having regard for ease of maintenance access. less than 20% harmonics.11. 4. quick break over-center switching mechanism that is mechanically trip free from the handle so that contacts cannot be held closed against short circuits and abnormal current. IP 23 Fluorescent Light Fixture. unless otherwise indicated shall be supplied with voltages matching the supply voltage of the fixtures.2 The CONTRACTOR shall supply and install normal and emergency lighting throughout PWC PLANT.4 Lighting control panel shall be provided to control lighting in main plant area .7.11. lamps. Recessed fixtures shall be provided where false ceilings are proposed. and output current and voltage ratings of the lamp or lamps they are designed to operate. f) Non-interchangeable trip breakers shall have the trip unit sealed.  All ballasts shall be electronic type.12.7.11.11. Other rooms shall be controlled locally.7. steel body and aluminum reflector. IP 23 T5 Fluorescent Lamp 150 T5 Fluorescent Lamp 100 4. Suspension chains or threaded rods shall be used to suspend fixtures in high spaces or other means of access shall be provided. b) Breakers shall have a quick make. suitable for installation inside switchboards. Part 3. close and trip.1 Moulded Case Circuit Breakers a) Shall have a combination of thermal and magnetic tripping giving an inverse time delay protection against sustained overloads and instantaneous tripping under heavy overloads and short circuits.5 Ballasts:  Fluorescent ballasts.LUSAIL DEVELOPMENT and IP 54 Stairways Circulation Areas Fluorescent Light Fixture. MCCB shall have short circuit rating in accordance with the short circuit calculations and Kahra-Maa regulations.7. c) Tripping due to overload or short circuits shall be clearly indicated by the handle assuming a position mid-way between the manual ON and OFF position. e) Breakers shall be completely enclosed in a moulded case to IEC No. high power factor instant starting type.  High intensity discharge ballasts shall be low noise and high power factor. Project Name: PWC System for Marina District. circulation in addition to local control switches. this shall include all luminaires.7. 4. Lusail Development 31 | P a g e PWC Tender Vol 2 of 3. Particular Specifications .12 Circuit Breaker 4. and wiring. d) Poles shall be constructed to open. 157 1A. steel body and aluminum reflector. 4. containment and control systems. 7.7.Trip-free mechanisms . b) They shall be rated in accordance with BS EN 60898. Project Name: PWC System for Marina District. with 8 settings from 1. Particular Specifications .1 The CONTRACTOR shall design. 4. Part 3.7. Each MCCB used as an Incomer or feeder shall have facilities for electrical as well as mechanical interlock.13.2 Emergency lighting shall be provided in plant areas and adjacent to final exits from the building. 4. sealed Ni-Cad battery. Lusail Development 32 | P a g e PWC Tender Vol 2 of 3. distribution or ICA compartments the handle shall be internally mounted with appropriate shrouding and warning labels. Frame sizes shall be as per manufacturer’s standard size and as approved by the Engineer. • The luminaires shall be rated for 3 hours illumination.13.4 An automatic test and reporting system shall be provided. feeder or motor starter isolator.7. All incoming circuit breakers shall be provided with electrical & mechanical interlocking scheme to ensure that only one incoming supply can be energized at any one time where more than one supply is available. d) RCBO shall comply with BS EN 61008-1 & BS EN 61009-1 4.6 Exit Lights • Housing to be injection moulded thermo-plastic construction.13 Emergency Lighting 4. Each MCCB shall be complete with 2 N/O and 2 N/C spare auxiliary contacts (10A. 240v rating) in addition to those required for the Contract. so that access can only be gained to the Compartment with the MCCB in the OFF position. The system design shall comply with National Fire Protection Association (NFPA) 101-2009 code requirements. supply and install emergency lighting in all areas of the facility. When the MCCB is used for control transformers.LUSAIL DEVELOPMENT g) h) i) j) k) l) m) Breakers with earth leakage relay protection shall be provided with shunt trips.5 to 10 times the rated current of the circuit breaker.Locking of facilities with detachable proprietary brackets and clearly marked ratings. unless specified otherwise in the Project Documentation.2 Miniature Circuit Breakers a) These shall be selected according to the load requirements and type of load suitable for the load they feed.13. c) They shall include the following minimum features: . 4. complete with a charger.7. The magnetic trip shall be adjustable type for rating 200 Amp.7.7.13.13.12. IEC 898. 4. and shall have short circuit rating of 9 kA. automatic transfer switch. and above. Padlocking shall be provided in the ON/OFF positions. • Light source to be light emitting diode (LED). • Units to have knock out directional arrows and be self-powered.3 Illuminated exit signage shall be provided in all escape routes. The test and reporting system shall test both the function of the luminaires and battery autonomy. 4. Each MCCB shall be housed in a separate Compartment with the operating handle door interlocked when used as an Incomer.Magnetic and thermal trip elements .7.13.5 Emergency Fixtures • The unit shall be self-contained. as per QCS 2010 4. f. at 1500 rpm at 0.7.1 Contractor shall supply and install a Diesel Generator set manufactured by a reputed manufacturer.4 The generator shall be indoor type with automatic mains failure panels. Temperature Rating: 50°C after derating at a rate of 0. Harmonic contents at no load : 2.e. Part 3. References The following standards are referred to in this part: * BS 5514 Engines * BS 4999 Alternators 4.14. between 1 to 0.7.7.3 The backup generator shall have an automatic transfer switch (ATS).4 seconds. b. as stipulated in the QGEWC regulations c) recessed with concealed conduit. two way or intermediate Project Name: PWC System for Marina District.standard for backup and standby power system and local regulations. Site altitude: Sea level 4.7. Design ambient temperature: 50°C. above 40°C.8 pf. Voltage Regulation with 100% current unbalance: ± 6% applicable to all three live voltages e.14.25 to 0.7. Lusail Development 33 | P a g e PWC Tender Vol 2 of 3. double pole.14. A. 649 .1 Lighting Switches shall be as follows: a) to BS 3676 b) to be rated 10.14.LUSAIL DEVELOPMENT 4. WOQOD..S.7. Civil defense ). NFPA 110.6 The diesel generators shall be designed to the following conditions: a. Wave form: Line voltage wave form as per BS 4999 Part 40.14 Diesel Generator 4. Particular Specifications . Design relative humidity: 100% humidity c. 4. 4.1958. b. suitable for 3 phase.7. surface pattern elsewhere d) quick make and break type e) single pole.. 15 or 20 amps depending on connected load.14. C. 415 volts. safety issues. leak detection. one way.5 The generator sets shall meet the following limits for satisfactory operation : a.S.5% per deg.7.2 With respect to environmental concerns. Transient voltage limit: 12% terminal voltage drop with recovery in 0. 4. 5000 and B. 4. c. fuel tanks shall be designed for eight hours continuous operation at full load and shall meet the applicable codes and standards ( i.The rating and design of the backup power system shall be in accordance with NFPA 101-Life Safety Code.7. etc.14.C. Voltage limits steady state: ± 2% at P.15 Lighting Switches and Sockets 4. g.7 The generators shall be designed for continuous output and shall comply with B. 4 wire. Frequency Regulation: ± 1% no-load to full load d.15. 50 Hz.7.8 lagging.5% 4.F.14. 8.8.1 The CONTRACTOR shall install all necessary ancillary equipment to remove heat dissipated by the plant equipment.2 Socket Outlets shall be as follows: a) to BS 1363 and 546 b) 3 pins (2P+E) shuttered.8.8.6 Ventilation must be provided to all plant. multi-gang devices and common plates shall be used. Particular Specifications . The CONTRACTOR shall liaise with all relevant manufacturers to identify the plant room equipment loads. metallic. ventilation and air conditioning systems must be logically designed to operate efficiently and the CONTRACTOR shall ensure heat gain from all equipment and users and personnel is allowed for in sizing and selection of the systems. Lusail Development 34 | P a g e PWC Tender Vol 2 of 3. The heating. 4.3 Where local air handling units are used to remove excess heat. rated 13A. these shall be connected to the superblocks energy transfer station to transfer cooling energy between the site-wide district cooling system and the air conditioning system. unless specified otherwise in the Project Documentation. 250 V c) to be supplied with plug complete with fuse d) Neon indicator lamp. 4.8. flush mounted switches to be of the grid fixing type with to be watertight IP 56 for waterproof type for external and wet areas. roof and basement floor when identifying the necessary cooling requirement of the PWC PLANT. Part 3. to be made of poly-carbonate for indoor application in damp and wet areas. 4. 4. Project Name: PWC System for Marina District.8 Ventilation and Cooling Requirements 4. 4. with combined switch.8. where two or more switches are grouped together and connected to the same phase.15.7. equipment and appliances where such ventilation is required to allow their normal and safe operation.8. and Designed to minimise noise intrusion into the space.7 Where grilles or diffusers are used within rooms the CONTRACTOR shall ensure they are: a) b) Arranged to avoid draughts. e) switched type socket outlets to be complete with weather proof plugs IP 55 for external area 4.5 The CONTRACTOR shall ensure that the temperature in the control room is be kept between 18°C and 25°C.4 Cooling (air conditioning) and heating systems shall be provided by the CONTRACTOR to all areas of the PWC PLANT and shall be sufficient to ensure an ambient internal temperature of 24°C is capable of being maintained throughout the year under all anticipated climatic conditions. 4. 4.2 The CONTRACTOR shall account for conduction loads through the walls.LUSAIL DEVELOPMENT f) g) h) i) j) Surface mounted switches. supplied. 4. Other areas shall have sprinklers. installed and commissioned by a specialist Fire Protection Contractor in accordance with NFPA (where relevant) and local Civil Defense requirements.3 The potable water system shall be designed to ensure the protection of the system from contamination and appropriate backflow prevention shall be provided to local standards. b) Surface and underground retention or detention storage sizing & discharge calculations. It shall be the responsibility of the CONTRACTOR to coordinate with LREDC to ensure that the design of drainage is adequate for the requirements of the plant.2 The CONTRACTOR shall be responsible for extending the potable water system through the plant as required for the operations of the PWCS and servicing of the plant building.7 Sump pumps sizing & discharge calculation shall be included in the final drainage report.3 Accurate and current water flow information shall be obtained and used to prepare final hydraulic calculations. These calculations include the following but are not limited to: a) Off-site flows that affect the development of the site. Lusail Development 35 | P a g e Hazard Ordinary Hazard Conditions 0.1 A potable water connection shall be made available in the plant. Area classifications shall be confirmed with the local authority having jurisdiction. smoke detection. The location of test hydrants. Space Mechanical Method Sprinkler Project Name: PWC System for Marina District. capacity and configuration of the potable water connections with LREDC. the CONTRACTOR shall coordinate the location.9.5 Hot water systems shall be designed to provide adequate flow to satisfy maximum demand whilst minimizing stored hot water and energy consumption.9 Water and Drainage Requirements 4.9. 4. 4. 130 SF/head PWC Tender Vol 2 of 3. Water storage tanks for fire protection shall be separate from any other water storage tanks.10.10.9.6 A drainage system shall be provided as part of the plant building. manufactured.2 gpm/SF. Electrical rooms shall have clean agent fire suppression. water storage tanks.9. Part 3.4 Where hot water is required.2 Fire water pumping systems.9.9.10. The provision of some storage is desirable to minimize the impact of hot water generation on boiler power. fire protection. actual water service piping length and pressure drop to building shall be identified and indicated in the calculations.LUSAIL DEVELOPMENT 4. and fire suppression shall be provided. 4. 4.10 Fire Safety 4. 4. Particular Specifications .1 The complete fire protection installation shall be designed. 4. 4. Fire alarms shall be installed in stand-alone cabinets. 4. 11 kV switchgear rooms and transformer rooms shall be separated from other spaces with a minimum of 2 hours fire rated wall or as per local regulations. the CONTRACTOR shall be responsible for providing equipment for the production of the required hot water and the distribution of the water to the point of use.9. 3 The CONTRACTOR shall provide a direct feed from the CCTV network using an industry standard protocol this will enable the LREDC to monitor the cameras remotely. 4. 4. Part 3. Lusail Development 36 | P a g e maximum. 165F sprinklers (½ ” orifice) PWC Tender Vol 2 of 3.10.11. Fire Alarm and Detection. Space should be provided for storing the recorded material for 90 days. 165F sprinklers (½” orifice) 0.2 gpm/SF. Dedicated wiring system shall comply with (BS 5839-Part 1 and B5831-Part 4 latest editions). the development and the tenants. Office Fire Suppression or FM200 Sprinkler Ordinary Hazard Group II Storage Sprinkler Ordinary Hazard Group II Toilets Sprinkler Light Hazard Locker Rooms Sprinkler Light Hazard Light Hazard 0.11. 4.5 The security control room details shall be in accordance with the latest MOI Guides and Lusail central command centre requirements.LUSAIL DEVELOPMENT Group II 4. The system should cover unauthorised access to the site and be operational during hours of darkness or poor lighting.11 Electrical and Control Room.1 The fire alarm and detection system shall be microprocessor-based. 165F sprinklers (½ ” orifice) 0. analogue addressable. 225 SF/head maximum. field programmable with Master Control Panel. 4.11. Particular Specifications . resident and visitors is minimized under fire conditions. 225 SF/head maximum. 4.10 gpm/SF.11. 130 SF/head maximum.11. 165F sprinklers (½” orifice) 4.5 The CONTRACTOR shall ensure that a specific control sequence is embedded in the PWCS control system to ensure that the risk of damage and injury to the PWCS.10 gpm/SF.2 The CONTRACTOR shall provide a colour capable Closed-Circuit Television (CCTV) monitoring system to cover and record at least 70% of the plant Area and all entrances. Project Name: PWC System for Marina District.4 The CONTRACTOR shall provide an Access Control system to be designed to ensure entry and exit to all areas of the plant are recorded and monitored through use of access cards. 225 SF/head maximum.4 The CONTRACTOR is responsible for installing all necessary sprinkler and fire fighting installations including integration with the site-wide fire safety control network and fire alarm system. Control panel / module for CCTV and access control shall be kept in the control room.10 gpm/SF.10. 165F sprinklers (½” orifice) 0. Security and CCTV system 4. Initiation and notification devices shall be in accordance with NFPA 72 / BS 5839 and the local Civil Defense requirements. 4.1.13. 4. 4.1 All external doors and door frames in the buildings shall be selected and installed to be suitable for their intended purpose of security rating.1. 4. and d) Just inside the door. Fixtures and Fittings 4. and control room. Particular Specifications . and be of a size to allow means of escape for and passage of anticipated pedestrian traffic within the locations they are installed and areas that they serve.2 Doors for building compartmentation must be fitted with automatic closing devices set to ensure that they return to their secure closed state after use and must be fitted with intumescent strips. wind and weather tight. and in addition: a) Each entrance must be fitted with a roll over threshold.13.12. c) Any glazing in an entrance door shall be laminated or toughened safety glass.13. Part 3. Lusail Development 37 | P a g e PWC Tender Vol 2 of 3. and be of a size to allow means of escape for and passage of anticipated pedestrian traffic within the locations they are installed and areas that they serve.3 All doors shall have vision panels where appropriate.1.5 All external doors (unless sliding doors) shall be fitted with automatic closers set to ensure that doors return to their secure state after use.8 All external doors except those for escape must be fitted with mechanical locking devices.6 Doors must be simple to operate. Finishes. and must be able to resist the anticipated ambient conditions without premature failure or degradation. 4.12.2.1.1 The Contractor shall design. Project Name: PWC System for Marina District. 4. supply and install the necessary infrastructure (PVC duct.12 4. 4.1.13.1 External Doors 4.13.13. door mat wells must be flush and thus accessible to people using a wheelchair. Design and works shall be done fully in accordance with Q-Tel Telecommunication requirements for the Plant. b) Each main entrance door must have head and sill locking devices.1.13.13. The Public address system Amplifier Rack shall be located at the Main control Room. draw pit or manhole) and block wiring for the further connection Q-Tel telephone and intercom service to the office.7 External doors and associated ironmongery must be must be water.2 Internal Doors 4.4 External doors shall meet the requirement of internal doors. 4.2 The Contractor shall provide a public address system for the Plant covering all areas of the Plant.13.13 Telecommunication and Public Address System 4.13.LUSAIL DEVELOPMENT 4.1 All internal doors and door frames in the buildings shall be selected and installed to be suitable for their intended purpose of security rating.1. conference room. 4.13.1. Locations and requirements for doors shall be agreed with the appropriate regulatory authorities and must meet all relevant legislation. 1 Internal glazing must provide an adequate acoustic and security barrier. 4.000mm from the floor.8 All doors.13.4.2 The CONTRACTOR must develop an interior design strategy in terms of finishes.13. 4.1 All internal walls below 3m in height must be solid (not plasterboard partitions) in order to withstand heavy use. these must be agreed by the EA and appropriate DAs.13.LUSAIL DEVELOPMENT 4. 4. these must be resistant to humidity and moisture.2 Laminated or toughened safety glass with a visible etched stamp must be used from finished floor level to a minimum height of 1. easy to clean and washable.2.500mm.13.6 Ceilings Project Name: PWC System for Marina District.2.10 All doors must provide adequate sound reduction.2. 4.13. 4.4 Internal Walls 4.3 Interior Design 4.2 All internal walls must have an appropriate level of sound reduction in accordance with Good Industry Practice. 4.4 Wherever possible buildings services pipes and cables must be concealed. Particular Specifications . Part 3.6 Door handles must not be of knob type and if they are of lever design.13.13.4 All doors shall have vision panels where appropriate. 4.4. 4.5. Lusail Development 38 | P a g e PWC Tender Vol 2 of 3.4.13.5 Doors shall be suitable for all end users in terms of door weight and with suitable closing/opening mechanism.2 The locations and requirements for doors for building compartmentation and means of escape must meet all relevant legislation.5. 4.13. 4.2.13.3 Doors must be fitted with automatic closure set and intumescent strips as required for building compartmentation and means of escape. 4.13.1 Fittings shall be selected to have a service life appropriate to their function with an appropriate strength for the application and ambient conditions. they must be easy to use and sited mid height on the door in the region of 1.2.13.13. together with their fittings and ironmongery.9 All doors must be robust. 4. must be stainless steel. 4. 4.13.7 Where doors are used in ‘wet’ areas. 4.3.2.13.13. colours.13.2.13. and be sized to meet means of escape and anticipated pedestrian traffic.13. lighting.2. durable finish.13.13.5 Internal Glazing 4. fittings and signage to cover all areas of central waste collection station. 4.3.4.2. must be selected and installed to be suitable for their intended purpose including duty and security rating. 4.3 All Internal walls must have a robust. 1 Where suspended ceilings are provided.4 Water based paints or paints with low volatile organic compounds (VOC.6.13.6.9. 4. Lusail Development 39 | P a g e PWC Tender Vol 2 of 3. 4. durable finish.13.9 Wall Finishes 4.2 Suspended ceilings shall be high enough and robust enough to resist vandalism and degradation.13. 4. 4.8 Ceilings in general should be out of reach of any normal activities.8.7 Wherever possible buildings services pipes and cables must be concealed.8.1 Stairs shall be designed to comply with all relevant Legislation. Metal reinforcements should be applied to splayed corners as required for structural stability. Part 3.7. 4.13.13. 4.13. 4. durable and easily cleaned. 4.13.8. solid and with no voids to internal partitions. 4.6. with appropriate handrails and balustrades. drainage.7.) must be used where practical. 4. mechanical and electrical services installations.8. 4.LUSAIL DEVELOPMENT 4.4 Stairs must have a handrail on both sides of the stairway to assist mobility.13.7.5 Fire retardancy of all finishes must be in accordance with all relevant Legislation and must comply with international best practice. a minimum of 100mm thick. 4.2 Where a change in surface materials is included within the design.2 Staircases these shall be of steel or pre-cast concrete construction.13.13.13.13. a clear border shall be incorporated for ease of maintenance and redecoration.6.13.8. 4.13. 4.13.9.13. Frequently accessed voids shall be fitted with robust hinged locking doors or hatches.13. and for their future maintenance.3 Finishes must be robust.13. 4.General 4.4 The CONTRACTOR shall ensure that the ceiling layouts are co-ordinated with all services installations.3 The CONTRACTOR shall ensure that the void above the ceiling is adequate for the proper installation and co-ordination of the services.7.13.8 Finishes .2 Colour schemes for internal finishes must be agreed with LREDC. as per the scope of work. Project Name: PWC System for Marina District.6.3 Balustrades and handrails shall be designed and specified to an appropriate standard consistent with the area they are intended to serve.1 Walls should generally be of concrete block work construction.6.5 Ceilings must provide adequate acoustic control and sound insulation.6.6 Ceilings must have a robust. 4.1 All finishes must provide adequate acoustic and noise reduction capabilities both vertically and horizontally. 4.7 Stairs 4. these must be readily demountable without suffering damage or becoming soiled and must be easily cleaned. Particular Specifications . 4.13.6.13. these will include water.13. Lusail Development 40 | P a g e PWC Tender Vol 2 of 3. non-marking and easy to clean throughout. non-absorbent. Particular Specifications . 4.13.13.13.4 Internal partitions must control sound transmission between rooms where ambient levels need to be controlled.13.6 Adequate space shall be provided in all female toilets to allow hygiene units/bins to be located within. Speech privacy is essential in spaces where personal and confidential discussions are held.13. 4.12.13.10 Floor Finishes 4. 4. such as offices. 4.13. to meet the underside at soffit/slab and to be fully sealed for acoustics and fire as necessary.1 Toilets and changing rooms shall be designed and maintained in such a way that they can be cleaned quickly and easily. 4.13.9.4 All cubicles shall be robust and capable of resisting vandalism. Standard cubicle height shall be a minimum of 2m.5 Separate male and female toilets shall be provided and one of each shall have a cubicle suitable for use by disabled people (or alternatively a unisex toilet for disabled people). 4.10. Project Name: PWC System for Marina District.13.5 The partitions and internal walling systems must be of a type that will reduce sound transmission between adjacent spaces.13. Part 3.12.9.4 The floor coverings shall be fitted before any of the fixtures or fittings so that the whole of the floor is covered. They shall be well lit and well ventilated and with measures incorporated to improve energy efficiency such as movement sensor lights and automatic flushing systems.12.13.12 Staff Changing.9.LUSAIL DEVELOPMENT 4.13.1 The CONTRACTOR will be required to provide adequate facilities to comply with the number of staff specified in the scope of work.9. 4.3 Carpets where used must be extra hard wearing. 4. 4.2 Cubicles shall be of a height appropriate to the user but with walls and doors of sufficient size to prevent climbing and peering over. 4. 4.10. Toilet and Shower Facilities (for 15 staffs) 4.12. antistatic.13. 4.6 Skirting boards shall be fitted at the base of all internal walls and shall be finished with hard-wearing paint or stain.12.11 Kitchen and Catering Facilities 4.12. 4.13.1 Floor finishes must be slip resistant (particularly when wet). durable. 4.10.11. Cubicles shall be solid grade laminate.13.10.2 Adequate lengths of barrier matting must be provided and maintained at all external exits and entrances to staff accommodation areas.7 All toilet areas shall have a tiled finish from floor to ceiling with colour contrast. 4.3 Urinals shall be individually screened and positioned so as not to be seen from outside of the toilet area.9.13.13.13.13. Matting must be highly absorbent and extend as a minimum for the extent of the lobby area.3 All partition walls must extend to full height. 13. 4.14 Internal and External Ironmongery 4.13. Part 3. Size and fixing height of sanitary ware shall be appropriate for its location (including taking into account the needs of disabled persons). Sanitary fittings must be secure and free from chips and cracks which are likely to affect the functionality of the equipment or likely to produce a build-up of bacteria. 4. Lusail Development 41 | P a g e PWC Tender Vol 2 of 3.14. All WCs shall be fitted with appropriate fittings to enable users to hygienically comply with Islamic toilet etiquette.1 All sanitary fittings shall comply with the following requirements: i. 4.3 Correctly tensioned hydraulic overhead door closers shall be installed where required and shall take account of the physical abilities of building users. robust and heavy duty.8 Suspended ceilings shall be robust. 4.13.13.13. 4.14.14.13.13. with timed delivery and temperature control set to not more than 43ºC.14.4 Thumb turns in lieu of handles shall not be used on any doors.13. Fixtures and fittings in the public toilet areas shall be sufficiently robust and vandal resistant. vii. moisture proof and easy to clean and shall resist unauthorised access to roof voids and services. iv. Modesty screens shall be provided as necessary in all toilet areas.13 Sanitary Fittings 4.1 The detail of the locking and shutting requirements to individual rooms shall be agreed with LREDC.6 Robust and simply operated locks shall be required on all toilet cubicle doors. On all other internal doors they are to be a minimum height of 250mm and where necessary to be to both sides.14. An emergency release for all of these locks is also required.5 Kick plates to Disabled Persons toilets to be a minimum of 400mm high. such seals and joints shall be free from staining viii. 4.2 All ironmongery shall be vandal resistant.LUSAIL DEVELOPMENT 4.12. Robust and tamper proof low water use taps must be fitted. iii. 4.13. ii.13. Project Name: PWC System for Marina District.7 Appropriately sized mirrors shall be provided above each basin/unit. Particular Specifications . vi. 4.12. Mirror fixing height (measured from floor to bottom edge) must be at appropriate heights for their intended users.13.13. Intact seals and other waterproof joints. Low-level cisterns to WCs concealed behind duct panels must be provided with push button or sensor flushing except for disabled toilets. Push plates shall be installed to all internal doors where lever handles are not provided. v.14. and all other plant and equipment requiring electrical or mechanical control. 5.1.4 The collection cycle shall also be capable of being triggered automatically when the volume of waste in one or more inlet points triggers a level switch.1. compactors.1 PWC System Operation 5. The combined collection mode shall enable the system to start at a scheduled time and collect the material streams only from inlet points with a high level indication. however each should be automated and should not routinely require operator intervention.6 In order to empty the recyclables and waste from the inlet points in the most efficient and effective way. Part 3.3 The basic recyclable and waste collection cycle shall be scheduled to automatically start at pre-set times during each day. 5. 5. Lusail project. A Supervisory Control and Data Acquisition (SCADA) system and any necessary subsystems shall provide the means to control and monitor the functions being performed by the discharge valves. The collection cycle shall be scheduled to reflect the type and quantities of each recyclable and waste stream generated at different times during the day and shall reflect daily.1 The CONTRACTOR shall implement a single.2. When such switches are triggered the system shall be capable of collecting waste from some or all of the inlet points. the correct numbers of exhauster fans shall be started automatically to reflect the type and number of inlets from which recyclable and waste are to be collected from. 5. The system shall enable all functions to be operated remotely from the PWC Plant.2. Lusail Development 42 | P a g e PWC Tender Vol 2 of 3. diverter valves.1. The system may be started to purge the inlet points of waste through different methods.1.LUSAIL DEVELOPMENT 5.2 On sensing that a container is full and waste has been diverted to an empty container.1. weekly and seasonal variations. 5.1 The PWCS shall be capable of automatically diverting a recyclable or waste stream to an empty container when a sensor indicates the current container is full. independent of the quantity of waste held in the inlet points. Particular Specifications . exhausters.5 The system shall be capable of combining the scheduled and triggered collection modes to enable the optimum collection arrangement to be designed to improve efficiency and reduce power consumption. Project Name: PWC System for Marina District. comprehensive and fully integrated control and monitoring system specifically engineered for the Marina District.2 The PWCS shall be designed to be completely automatic in operation.1. Container Collection 5. the PWCS shall be capable of sending an automated message to the relevant container collection CONTRACTOR to alert them that a container requires removal. 5. air control damper. air inlets. specified to reflect the type and quantities of each recyclable and waste stream generated at different times during the day.2 5.0 ELECTRICAL CONTROL SYSTEM REQUIREMENTS 5. 3. which shall enable the user. 5. acknowledge and reset alarms.1 Alarms shall be continuously displayed at the bottom of the screen with the user “clicking” the alarm icon to view all current alarms.2 The SCADA system shall provide as a minimum the following functions: a) b) c) d) e) f) Alarm management and handling.3. set up trends. Part 3. c) Junior Technician .3. 5. to access only predetermined monitoring and configuration functions.Users at this level shall be allowed access to software configuration.1 Graphical User Interface Operators of the PWCS and users of the control system shall be assigned a system access level. 5. 5. once logged on.1 5. and Alarm prioritisation Project Name: PWC System for Marina District.3 Control System Interface 5. but should not be able to acknowledge them.3 The graphical representation shall be configured to allow easy navigation from the front page to all other graphic pages.3.3.1. view and retrieve historical data.2. view and generate graphics. The graphics shall display all of the required information associated with an item of mechanical plant or equipment. The system shall log time. As a minimum the CONTRACTOR shall provide the following access levels: a) Senior Engineer .3. acknowledged alarms and cleared alarms which shall be date and time stamped. setting up user profiles and passwords for new users and shall also be able to read passwords of any existing user. prioritize and reset alarms. Alarm monitoring. Alarm storage.3.3.2 Graphical Display 5.2 Graphics shall be generated such that the direction of process flow is from left to right. b) Senior Technician .3. Alarm acknowledgement.1 The CONTRACTOR shall provide colour graphical displays which shall be fully dynamic and operate on a real time basis. Alarm reset.LUSAIL DEVELOPMENT 5. Lusail Development 43 | P a g e PWC Tender Vol 2 of 3. acknowledge. which allows the user to “click” on a building and then navigate to the relevant system they wish to view.2. The front page shall be a site overview. All graphics shall have a “home” key and connection keys to other logical graphics.3 Alarm Handling 5.3.2.Users at this level shall be able to view all graphical data. Particular Specifications .Users at this level shall be able to view all graphical data and alarms. where and by whom when alarms have been acknowledged or reset.3. 5. view. Graphics shall be representational of the item of mechanical plant or equipment. 5. The following sections and subsections contain specific works and requirements for the Systems Integrator but are the requirements of the Contractor to fulfil. 5. Windows 7 and Vista environment.2 h) BS 1646 i) ISO 3511 j) BS EN 60073 k) BS EN 60255-2 l) BS EN 61000-6 m) BS EN ISO 9000-3 n) BE ISO/IEC 6592 Project Name: PWC System for Marina District. d) BS 5308. cables and other equipment needed for the control system compatibility with the PWCS control system shall be provided by the CONTRACTOR. The following codes and standards shall be applicable for the SCADA and control system: b) BS EN 10086 c) BS 970.2 It is the responsibility of the CONTRACTOR to ensure that all database interfaces are based on industry standard open protocols to facilitate sharing of data between the plant and LREDCs private control network.4. As with other service and utilities systems the PWCS SCADA system shall be interfaced with the site-wide FM system. Part 3.5 5. Users shall be able view web graphics.LUSAIL DEVELOPMENT 5.4. alarm data and trend logs in real time.1 A number of site wide systems are to be monitored and operated by LREDC as part of the day-to-day running of the development under a Facilities Management (FM) system.3 The SCADA software package shall work within a Windows XP. The CONTRACTOR shall coordinate with the ICT CONTRACTOR and facilities management consultant to ensure that both systems can exchange information reliably and efficiently. It is required that the SCADA system provide LREDC with access over the developments Ethernet/IP network.4. Control Equipment Requirements The control system shall take into account that the Plant should be automated including distribution piping and Sub-developer PWC system controls with a minimum number of operating personnel.4 All necessary routers. 5. without the need to manually refresh the screen to update the points. e) BS EN 60654 f) BS ISO 572 g) BS ISO 9000.4 Integration with ICT System 5.5 The CONTRACTOR shall provide all necessary engineering tools and software licences’ which shall become the property of LREDC after commissioning of the system without any financial implications.4. Particular Specifications .4. 5. Lusail Development 44 | P a g e PWC Tender Vol 2 of 3. LUSAIL DEVELOPMENT o) BS ISO/IEC 9075 5. The SCADA monitor and control logic shall follow the equipment’s supplier control logic as well as concerned P&ID’s. fibre optic switches/Ethernet switches. The SCADA system shall have the ability to communicate to a central location in order to communicate with the LREDC’s plant network for integration and reporting for maintenance and billing purposes. One work station shall be for monitoring. in its entirety and all individual components forming part of the supply. One engineering work station is required for application development. Particular Specifications . The Plant software must be configured in such a manner that all other plants on the network shall be able to view Marina data without the need for any additional software. control and reporting. programming and maintenance. Project Name: PWC System for Marina District. A dedicated web server/software shall be installed in the Plant. One work station shall be dedicated for alarms and in addition 3. The software shall be customized for this project. equipment rack cabinets. RS-232/RS-485 converter. 2. Part 3. The SCADA system shall be designed and manufactured to ensure the following: • Easy operability • Personnel safety • Flexibility and service continuity (minimizing the risk of short circuits arising) • Easy installation and assembly • Easy commissioning.5. All necessary patch panels. fibre optic converter cabinets for a full functionality of SCADA System shall be provided by approved Vendor.1 SCADA System The system shall comprise of redundant application servers and a dedicated historical server. terminal strips. A total of three (3) work stations shall be provided as follows: 1. shall be non-unique items produced by the approved manufacturer and shall be of the highest quality standard of material and workmanship. sockets. One laser printer and one line printer shall be provided for the monitoring and alarming workstations networked together to communicate through an Ethernet switch plus a second laser printer for the engineering workstation. The workstations shall include a software package that shall include both run and development software registered in the LREDC’s name. trouble shooting and repair • Easy expandability The SCADA System. Lusail Development 45 | P a g e PWC Tender Vol 2 of 3. LUSAIL DEVELOPMENT Units of measurement shall be the International System of Units (SI) except thermal energy shall be in tons refrigeration. In the event that the system has to be shipped with Factory Acceptance Test (FAT) issues unresolved. Vendor shall in any case conduct all the tests required by IEC standards and produce all relevant documentation to confirm such. The requirement of UPS system shall be as follows • Application: - Control systems - Monitoring systems - Safety systems • Type: - Solid state - Single module - Reverse-transfer. with integral maintenance-free battery in matching enclosure - Automatic and manual static switching to and from bypass mode • Ratings: - 415 volt. Part 3. +/. then these pending issues shall be resolved by the Systems Integrator at the Site. Any deviations shall be subject to prior approval. Data storage shall be provided with a historical data storage system with removable media for archive and backup.25% nominal voltage tolerance at full load - Output 1-phase voltage adjustable (220V-240V). 3-phase voltage adjustable (380V415V) - Maximum 4% Total Harmonic distortion (THD) at full load - Efficiency of 92% at 100% loading - Monitoring with alarms and communications capability connected to SCADA 5. Project Name: PWC System for Marina District.5. pure sine wave. - Static bypass switch rating shall be rated for full UPS current capacity and nominal 1phase voltage shall be adjustable (220V-240V). Particular Specifications . All alarms shall be archived in first-in-first-out buffer. pure sine wave - Output 3-phase voltage adjustable (380V-415V). events with time stamp. Data storage shall also include alarms. Lusail Development 46 | P a g e PWC Tender Vol 2 of 3. 3-phase. if applicable.2 Network Architecture Final layout of all systems shall be by the Systems Integrator and approved by the LREDC or LREDC’s Representative. The system shall meet the response time (in second) requirements as per QCS 2010 for the following: 1. Engineer Functions: a. graphical user interfaces. c. Configuration: 1. field sensors. h. Automatic Failure Recovery 10. where availability. The system workstations shall be high performance units that best fit the design needs. concentrators. Alarm Management. Part 3. Graphics and Faceplate Project Name: PWC System for Marina District. Trending. Process System Commands. 2. Configuration/Access. 3. communications modules. Motor Control 8. Configuration shall allow a workstation to be powered down and replaced without disruption of service. Lusail Development 47 | P a g e PWC Tender Vol 2 of 3. Database and Control Logic 2. 3rd Party Interface Communication 9. subsystem to sub-system. on a Microsoft Windows server based platform. redundant high-speed network. f. Operator Functions: a. Fault indication The system shall integrate seamlessly with components of each sub-system (if any).LUSAIL DEVELOPMENT The system shall be a fully integrated monitoring and control system of distributed processors. GUI Display Information Update 2. Event Messaging. power supplies. and scalability are critical attributes. I/O Points 3. g. Manual Control 6. Operator Requested Display 3. Database Point Information. Process I/O Data. control network to data network (LAN/WAN and intranet/internet) and third party interfaces. printers. Process System Monitoring. Modulating Process Control Loops 5. Alarm annunciation 4. Set-point Change 7. Operator Functions b. Particular Specifications . d. I/O modules. controllers. and shall meet or exceed the requirements listed below: 1. data protection. UPS. e. b. 5. MS Word c. testing and tuning. Part 3. commissioning and start-up.5. installation. coordination. A minimum of two (2) storage multi-level security shall be used. All documentation. furnishing. as specified in this Scope of Work. complete in every detail. and control the Plant operation. trouble-shooting and staff training. including training documents and drawings shall be delivered in hard copy and also electronically in one of the formats listed below appropriate to the source document. The SCADA switch shall be provided for “Console Mode Assigment”. All equipment furnished under this specification must meet the minimum applicable requirements listed in the Scope of Work. Particular Specifications .4 System Security All access to the system shall be via password for operation and another one for configuration.LUSAIL DEVELOPMENT 4.5 Scope of Work The work specified in this section includes design. 5. Network Data Links 6. 5. Security 5. AutoCAD Latest Version b.3 System Integration Systems Integrators must quote LREDC preferred products in original proposal in order to qualify to propose alternates. Supplier shall produce all project drawings using AutoCAD latest Version. Standard products that do not meet the functional and technical requirements of the specification are not acceptable. Lusail Development 48 | P a g e PWC Tender Vol 2 of 3. Administration 8. a. Documentation 7. Supervisory Control and Data Acquisition (SCADA) and field instrumentation to measure. The System Integrator shall provide dedicated in house qualified personnel throughout the duration of this project and shall be capable of offering around the clock extended service contract after the completion of the warranty period. The CONTRACTOR shall provide the plant operational team the ability to limit the use of the screens to specific level of control and monitoring as required. MS Excel d. Reports and Historical Data 5. MS Access f. monitor. The CAS requires both control room equipment.5. Project Name: PWC System for Marina District. PDF (Only for brochures). MS PowerPoint e. start-up and commissioning. Particular Specifications . The System Integrator shall assume full responsibility along with the Contractor to provide a functional system as specified in the Scope of Work. o Design and select proper hardware based on I/O requirements and shall include 30% spare allowance. connectors. buffer amplifiers and isolator etc. specification and quantity of cable. 5. The Systems Integrator shall be responsible for all details that may be necessary to properly acquire and install. System Integrator is responsible to coordinate all installation requirements with the electrical and mechanical Contractors. then the System Integrator may substitute an LREDC or LREDC’s Representative approved instrument capable of supplying the required data. on Site field adjustment and turn over the proven system to the LREDC. System Integrator shall include in scope also necessary clarification and coordination with third-party equipment. supply. If the installation requirements for a particular instrument cannot be met due to mechanical/physical limitations. test and hardware documentation. o Configure and design of all graphics. tested. calibrated and commissioned by a single Instrumentation and Control System Integrator. The System Integrator shall assume full responsibility for all costs that may result from the misinterpretation of the Contract Documents. o Provide training programs for operators and LREDC’s staff. o Site troubleshooting. o Design.6 Included In the Work The System Integrator shall supply and install all components of the required SCADA and its accessories. Project Name: PWC System for Marina District. System Integrator is responsible for the correct functionality of the serial communication between all devices that require communications to and from the PWC and LREDC’s SCADA system inclusive of systems provided by third parties. The work also includes coordination with packaged equipment suppliers to interface their controls with the SCADA. Part 3. o Provide complete design documentation. protective conduits and power sources for the SCADA and instruments installed. o Supply of all configuration. junction boxes and panels. install and configure communications interfaces to other equipment controllers. Lusail Development 49 | P a g e PWC Tender Vol 2 of 3.5. installed. cable and conduit shall be supplied. The packaged equipment shall be specified with all necessary instruments and controls. field instruments and support services as described. The System Integrator shall provide all necessary hardware such as signal converters. to operate as self-contained equipment. to ensure interfacing compatibility without downgrading signal quality. control logic and databases as detailed in the specification.LUSAIL DEVELOPMENT All equipment. to provide detail drawings. The Systems Integrator shall provide a full time dedicated project manager to oversee the complete PWC System detail design and installation. remote IO nodes and HMI workstations.The Systems Integrator shall develop single line riser diagrams for each of the PWC System PLC panels. The Contractor shall provide the following minimum deliverable for both SCADA system and BMS: a) Process Flow Diagram's and Piping & Instrumentation Diagram's drawing b) Cause and Effect Diagrams.5. c) Functional Logic Diagrams. Part 3. Lusail Development 50 | P a g e PWC Tender Vol 2 of 3. PWC System Architecture – The Systems Integrator shall develop the PWC System architecture drawings and specification. Drawings shall be developed for each PWC System PLC node. Communications risers and protocols shall be defined by the PWC System architecture. Hub panels. control and final control element. PLC Panel Riser Diagrams . Project Name: PWC System for Marina District. historical trend summaries. sensor transmitter. Project Management . and coordinate a timely project completion. e) List of alarm and trip settings.The Systems Integrator shall develop full-scale detailed panel production drawings. installation and programming of the PWC System. Computer System Design Specification – The Systems Integrator shall develop the Computer System Design Specification (CSDS) for the project. Particular Specifications .LUSAIL DEVELOPMENT 5.The Systems Integrator shall develop individual point-to-point loop sheets for each physical IO point connected to the PWC System. Loop check shall be applicable for all input. Panel design shall be in accordance with all local standards. The CSDS shall define the computer based HMI hardware and software to be furnished as part of the CAS.7 Engineering Scope of Work The Systems Integrator’s role will be to furnish the detail level of design required for production. attend on Site meetings. The DDS shall define all PWC System PLC node programming and sequences of operation. fiber panels. Panel Production Drawings . and PWC System interface panels as required. f) Operating control & safeguarding philosophy. These single line risers shall detail wire type and conductor quantities required for each field device. The PWC System architecture shall depict all PLC nodes. graphic screen listings and all information required for the proper configuration and set up of the PWC System. This scope of work shall include but not be limited to the following: Loop Sheets . remote IO node. In addition the DDS shall define all of the HMI programming requirements including alarm summaries. d) PLC & SCADA and ESD systems architectural diagrams. This project manager shall be employed full time for the duration of the construction project. Details Design Specification .The Systems Integrator shall develop the Detail Design Specification (DDS) for the project. All instruments shall be checked and verified by The Systems Integrator prior to shipment. testing plan and procedure l) Operation and Maintenance manuals. control valves. and systems engineering services to execute the complete production. Installation and Start-up of the PWC System . UPS requirements. This scope of work shall include the following: PWC System Panel Production . commissioning. SCADA screen u) List of the field instruments and signals with special tag numbering system v) Cable list with quantities and tag numbering w) Calculation within the reports x) All details specification and data sheet y) Certificates . software. and communication interface panels. programming. PLC and etc. ISO certificates. Project Name: PWC System for Marina District. aa) As-built PLC programs. PWC System Instrumentation – The Systems Integrator shall furnish all instrumentation for the automatic operation of the system.The Systems Integrator shall fabricate and test all PLC nodes.The Systems Integrator shall provide hardware. origin of product certificates and etc.8 Installation and Commissioning Scope of Work Execution. Lusail Development 51 | P a g e PWC Tender Vol 2 of 3. plans and procedure m) Hand over procedure and plan n) Instruments.5. instruments. calibration certificates. z) Calculations for instrument usage. panel. bb) Spare parts 5. user’s manuals o) Hook-Up diagram p) Isometric drawings and instrumentation q) Location layout drawings r) Scenario of controls s) Installation details of instrumentation supports and instruments t) 3 nos.mill certificates. testing and start-up of the PWC System.LUSAIL DEVELOPMENT g) Termination diagram h) Loop diagram i) Input/ Output list j) PLC ladder schematic diagram k) Pre-commissioning. Part 3. remote IO nodes. product certificates. Particular Specifications . All panels shall be constructed in accordance with local electrical standards. LUSAIL DEVELOPMENT PWC System Installation – The Systems Integrator shall provide a turnkey installation including mounting all instruments, furnishing and installing all conduit and wire for instrumentation, communications interface wiring, and furnishing and installing all pneumatic tubing for instrumentation. This shall include all communications cabling required. Develop and execute the Hardware Factory Acceptance Test (HFAT) - The Systems Integrator shall develop and submit for approval the HFAT. This document shall detail the test procedures to be performed on each PWC System panel furnished by the Systems Integrator. The HFAT shall be conducted at the Systems Integrator’s facility prior to equipment shipment. An LREDC’s representative shall witness all tests. PLC Program Development – The Systems Integrator shall develop all PLC programs for the PWC System in accordance with the approved Detailed Design Specification. PLC programming shall be completed using the latest version of the PLC manufacturer’s programming software. A consistent and detailed naming convention and comment structure shall be incorporated in accordance with the Systems Integrator PLC Programming Standards. PLC programming shall include the Marina Plant PLC’s as well as the means of integrating the sub-developer PWC system and networks. Human Machine Interface (HMI) Software - The Systems Integrator shall furnish and install all of the HMI software for the PWC System as depicted in the Automation Architecture Drawing. The Systems Integrator shall install and test all of the required PWC System HMI software at their facility prior to shipping. HMI Hardware – The Systems Integrator shall furnish and install all of the HMI PC hardware for the PWC System. HMI Application Development - The Systems Integrator shall develop all of the HMI applications in accordance with the approved Detailed Design Specification. This shall include HMI graphics, alarms, historical trends, security management, and automated billing reports (if required). Develop and execute the Software Factory Acceptance Test (SFAT) - The Systems Integrator shall develop and submit for approval the SFAT. This document shall detail the test procedures to be performed for each PWC System program component. Testing shall be done on a complete mock-up of the entire CAS servers and workstations and shall be conducted at the Systems Integrator’s facility. An LREDC’s representative shall witness all tests. Application Installation and Testing - The Systems Integrator shall install all PWC System programs and test proper operation on Site. The Systems Integrator shall commission all communication trunks for the PWC System. P&ID – The Contractor shall develop the piping and instrumentation system design that will be installed. The P&ID shall use standard symbols according to the ISA Standard S5.1 Instrumentation Symbol Specification Project Name: PWC System for Marina District, Lusail Development 52 | P a g e PWC Tender Vol 2 of 3, Part 3, Particular Specifications LUSAIL DEVELOPMENT Field Loop Checks - The Systems Integrator shall execute documented field loop checks for all IO connected to the PWC System. An LREDC’s representative shall witness Field loop checks. PWC System Start Up and Commissioning - The Systems Integrator shall start up and commission the entire PWC System. This shall include coordinating with the mechanical equipment start up group, trouble shooting, loop tuning, and assisting the air and water balancer. Develop and execute the Site Acceptance Test (SAT) - The Systems Integrator shall develop and submit for approval the SAT. This document shall detail the on-Site tests to be performed by The Systems Integrator to verify the proper functionality of all PWC System components and subsystems. This testing shall be done in conjunction with the LREDC’s start up team. Documentation and Manuals - The Systems Integrator shall furnish operation and maintenance manuals for all of the PWC System equipment. Additionally, the Systems Integrator shall develop a custom PWC System users’ manual that is project specific. All documentation shall be furnished in both hardcopy and digital format. As Built Drawings – The Systems Integrator shall provide a complete set of as built drawings at the completion of the project. This package shall include as installed revisions to all drawings submitted by the Systems Integrator. Project Management - The Systems Integrator shall provide a full time dedicated project manager to oversee the complete PWC System detail design and installation, attend on Site meetings, and coordinate a timely project completion. This project manager shall be employed full time for the duration of the construction project. 5.5.9 Controllers Provide processor module to monitor and control functions used in the PWC System and to perform simple or complex modulating and sequential control strategies, data acquisition, and interfaces to the system network and sub-systems. Redundant Processors shall be used in all process controls panels. As referenced here, redundant shall mean that if one processor fails the second processor shall keep the system running without an interruption. Controller shall have battery backed memory. The operating systems firmware shall be contained in non-volatile memory. All system modules including the processor may be removed from the chassis or inserted into the chassis while power is being supplied to the chassis without faulting the processor or damaging the module. Project Name: PWC System for Marina District, Lusail Development 53 | P a g e PWC Tender Vol 2 of 3, Part 3, Particular Specifications LUSAIL DEVELOPMENT 5.5.10 Input / Output Modules General: 1. Provide modules for local I/O with the processor 2. Remote input/output modules shall be plug-in style components, DIN rail mounted, hot swappable, with LED diagnostic status indicators. 3. Input/output modules shall have an electronic identifier for the type, group, serial number, and revision level of the module. 4. Input/output module types include: a. Analogue (4-20mA, 0-5Vdc, 1-5Vdc, 0-10Vdc) b. Digital (contact) and shall be capable of accepting volt free (Input) c. RTD (receiving 10 ohm, copper or 100 ohm platinum resistance temperature devices) d. Thermocouple (E, J and K input) e. Pulse. f. Single Loop Interface. g. Serial Link Controller. All digital outputs shall be optically isolated. 5. Input/output modules may be located close to the field devices (remote I/O) or in the same cabinet as the controller (local I/O). a. Provide ProfiBus I/O modules for smart field transmitters and valve controllers. b. Coordinate actual ProfiBus parameters to be monitored by device type with LREDC or LREDC’s Representative. 6. PWC components to be controlled and monitored shall be as per tabulation shown in Appendix H. 7. The Contractor shall provide SCADA reporting scheme for LREDC approval. 8. The reporting shall include Statistical Process Control (SPC) 5.5.11 Computers/Servers A. The computer hardware for the all operator workstations (Control Room) shall meet or exceed the requirements listed below (as required to support application): 1. Operating System: Windows latest edition. 2. Additional Software: Office Professional with Access latest edition 3. SCADA switch. Project Name: PWC System for Marina District, Lusail Development 54 | P a g e PWC Tender Vol 2 of 3, Part 3, Particular Specifications LUSAIL DEVELOPMENT B. C. D. The CAS Application servers (two) shall be high-performance units that best fits the design needs, where availability, data protection, and scalability are critical attributes, and shall meet or exceed the requirements listed below: 1. Server configuration shall allow a server to be powered down and replaced without disruption of service. 2. Operating System: Microsoft Windows Server (or as approved by LREDC). The CAS Historical server shall be high-performance units that best fits the design needs, where availability, data protection, and scalability are critical attributes, and shall meet or exceed the requirements listed below: 1. Server configuration shall allow a server to be powered down and replaced without disruption of service. 3. Operating System: Microsoft Windows Server Provide monitors with the following features as a minimum: 1. Control Room (2 Required for each workstation) a. Viewable Size: 20.1”. b. Type: Flat Panel, TFT Active Matrix. c. E. Resolution: 1600 x 1200, 80 Hz refresh rate. Provide printers with the following features as a minimum: 1. Control Room Report printer: a. Type: Laser Printer. b. Print Speed: Colour – 17 ppm; Black – 17 ppm. c. Print Quality: Colour & Black – 600 x 600 dpi. d. Paper Size: A4 & A3. 2. Control Room Alarm printer: a. Type: Dot Matrix. b. Print Speed: High Speed Draft, 529 cps. c. Print Quality: Dot Matrix continuous feed. d. Paper Size: A4 & A3. 5.5.12 Panels A. B. Control panel ratings: 1. IP 52: Indoor rooms without fire protection sprinklers 2. IP 54: Indoor rooms exposed to fire protection sprinklers 3. IP 56: Outdoors All control panels shall be powered from an integral Uninterruptible Power Supply (UPS) system. Project Name: PWC System for Marina District, Lusail Development 55 | P a g e PWC Tender Vol 2 of 3, Part 3, Particular Specifications living sanitation facilities. which includes the biological catalysing & oxidizing device and the deep treatment device.3 The process flows are summarized as follows: a) Air-solid separation The waste sucked into to the plant room by the draught will first enter the waste separator to separate it from the air. 6.4 6.LUSAIL DEVELOPMENT 6.Dust removal: the transport air from the waste separator air pipe outlet will be routed through exhausters through the dust filter.2. deodorization and silencing facilities.1 A PWC plant room is required at the end of each conveying system to separate between the waste and the air carrying it to the station. The air purification area includes the dust removal.2 The PWC plant room are designed as two floors buildings. It will have a waste treatment capacity 150 cubic meters / hour. - Discharge: the air is discharged through the exhaust outlet after dust removal and deodorization.2 - Waste loading: the compacts the waste into the empty container connected with the waste compactor will automatically separate from the waste compactor once it is full and another empty container will be loaded. Particular Specifications . that is. Both die front dust removal net and the back dust removal net are installed in a special shell. 6. and is installed on the upper level of the central collection station. Part 3. HV rooms and loading area. air purification area.0 PWC PLANT EQUIPMENTS REQUIREMENTS 6. Waste Separator and Rotating Screen 6. The exhaust outlet is located at the roof of Floor 2 of the central collection station. b) Waste flow direction . general offices and storage room. Exhaust air flow direction . control room. - Deodorization: use the biological media deodorization system. The first floor includes the waste separation area.1 General Description 6. Project Name: PWC System for Marina District. 6. The waste will be pushed into the waste container after being compressed in the compactor. Lusail Development 56 | P a g e PWC Tender Vol 2 of 3. The ground floor includes the fan room.1.1. MEP rooms. The air will be discharged after dust removal and deodorization. - Waste transportation: the full container will be transported in standard flatbed hook lift RORO trucks to the waste treatment and disposal yard for further treatment and disposal.1.Waste compression: the waste will be discharged from the unloading outlet under the separator to the waste compactor for compression after separation.1. waste compacting area. the front dust removal net and the back dust removal net. The dust filter includes two sections.1 The waste separator is used to separate the waste and air. Upper part shall be for waste inlet while the lower part shall be the cone. Its upper part shall be connected to the separator.2.3.6 6. 2 nos. 6. 6. Lusail Development 57 | P a g e PWC Tender Vol 2 of 3.1 The waste compactor shall be situated below the separator and compact the waste into the container.2. 6. Waste Compactor 6. b) Operating air pressure: about 40 kPa (negative pressure) c) Shell materials: Mild steel. 6.2 Waste and air transported in the transport pipe are separated by the waste separator in the collection station. Bolted on top of the cyclone a rotating separator helps separating light particles from the outgoing air. in order to maximize separation efficiency. 6.3.3 The bottom part of waste separator shall be connected to the waste compactor below by means of flexible connection for vibration isolation using Linatex rubber or equivalent industrial grade rubber.3. Rotating screen or the like shall be provided in the separator for waste screening and to prevent waste buildup at the air outlet.3 There is a hydraulically operated attachment and locking device at the compactor outlet to lock the Waste container to the compactor so as to keep airproof system and negative pressure during operation.2.5 The cyclone is made of primed and painted mild steel.LUSAIL DEVELOPMENT 6.4 The compactor is made mainly of mild steel and is primed and painted.2. A large logo (approximately 1200mm high and 3600mm long) will be provided by LREDC to be painted by the CONTRACTOR on 2 sides of each container.2. ASTM A36 / BS4360 d) Finish: Epoxy coat paint. The rotating screen protect the: Basic requirement: a) Waste treatment Capacity: 150m3/hr.3 The waste separator shall be of cyclone-type with a rotating screen. Particular Specifications . Project Name: PWC System for Marina District. Part 3.2 The opening at the top of the compactor is connected to the separator with a flexible rubber so as to ensure airproof negative pressure and isolating any vibration from the waste separator. with thickness depending on size and calculated wear. b) The separator shall be equipped with at least 2 numbers of inspection openings on the side of body. Abrasion resistant material shall be used at the separator inlet. all vacuum tight. min 200 micron e) Shell thickness: Min 10mm 6. The rotating screen is situated on top of the cyclone for the separation of light waste particles and coarse dust from the transport air.3. its lower part is vacuum tight connected to the waste compactor. of clear opening on the top of waste separator shall also be required for inspection during system operation Via a feeding hopper. The cyclone waste separator is used for the primary separation of waste from transport air. a) The separator shall be equipped with anti-vibration mountings for noise reduction. and the lateral parts to the waste container.4 The separator casing shall be fabricated of mild steel and in 2 parts. 6. 5 The compactor is operated under negative pressure and is equipped with an automatic system for cleaning behind the packer plate. Completion of compaction shall be detected by cylinder pressure.4 : Heavy duty Linatex rubber : Min 300 litre : 10 micron : Automatic lifting mechanism Waste Container 6. Project Name: PWC System for Marina District.6 Automatic locking equipment for connection of container and compacter the vacuum sealing shall be realized when connecting with the container.7 The control shall monitor and control the compactor including the container door. complete with floor drain outlet.7 m3 : 280 kN : 20 to 25 sec : 250 kN : 280 kN : Max 180 bar : 7.8 Basic Requirements: a) Waste compacting capacity b) Input Opening c) Capacity for each stroke d) Maximum compaction force e) Cycle Time f) Compacting Power Normally g) Compacting Power Finishing h) Hydraulics Pressure i) Rated Power j) Locking k) connection of container and compacter l) Sealing requirement m) Volume of Oil Tank n) Oil Filter o) Container Door 6. shall be fitted on each compactor to capture any leachate during uncoupling of the waste container from the compactor.2 The waste container shall be designed to be lifted by overhead crane for loading onto the waste trucks. Lusail Development 58 | P a g e : 260 m3/hr : 1500 mm dia : 1. Ampliroll arm and container assembly does not exceed 5. It has a frame made to fit on a truck with a hook device. Compaction ratio shall be designed between three to four times. 6.4 The containers shall be each equipped with bottom roller at both front and back of the container.3. Particular Specifications . 6. The control shall be utilised by a PLC installed inside the control panel. 6. 3 phase : automatic locking equipment for PWC Tender Vol 2 of 3.1 The airtight container works as both a storage and transport unit.4.LUSAIL DEVELOPMENT 6. Part 3.4. At the front panel.3. Design of the containers shall be "CE" conformance and suitable for handling by a 24-tonne GVW vehicle equipped with "Ampliroll arm" or equivalent for roll-on and roll-off operation and for transportation by the vehicle without violating any Doha Road Traffic Regulations.4. The opening connecting to the compactor shall be fully closed before being removed by the waste truck form the plant room. 6. A drip pan. 6.6 to 1.3. 6. Storage capacity of each waste container shall not exceed 24 m3 and minimum 20 m3.3.3 Dimensions of the containers shall be designed to ensure that the overall height of the collection vehicle. The waste containers shall be designed and constructed to prevent spillage of foul liquid during handling and transportation.900 mm during tipping operation to unload the waste. It has a vacuum tight connection to the waste compactor that pushes and compacts the waste into the container.5kw. switches and indication lamps shall be provided to be used for container shifting.4. The CONTRACTOR shall deem to include all associated cost in the CONTRACT. The container shell shall be of varying thickness.5. complete with sensor to interlock with the complete PWC monitoring and alarm system.4. Container Conveyer and Overhead Crane 6.LUSAIL DEVELOPMENT 6. The container haulage is operated from a control panel.4. 6. 6. and the waste falls out due to gravity. 6.10. 6.4. So. in the form of steel plate. 6.3 When the control system. especially at the bottom portion of the container where wear and tear will be greater.6 Capacity and number of container set provided shall be large enough to handle the total amount of waste arrives in one collection cycle so that no pause of operation is required before the next cycle is initiated.5.8 To empty the container you open the gable door and tilt the container. Particular Specifications . the design shall ensure water tightness.2 The container trolley moves the container from incoming area (empty container) to the compactor and further to the outgoing area (full container).5 The CONTRACTOR shall be responsible to ensure after confirming with LREDC’s Supervising Consultant and relevant Government Department or waste collection contractor that the design and construction of the waste container is compatible and suitable for use with the collection vehicles employed prior to manufacture. Most of the container trolley's parts are made of mild steel with HDG finishes. In addition.5. To satisfy the demand of the trucks. The trolley moves sideways on a rail.4. 6. The container colour finishes (including Marafeq Qatar Company Logo on the container) shall be subject to Supervision Consultant selection. Lusail Development 59 | P a g e PWC Tender Vol 2 of 3.7 The waste container is operated in the airproof status with negative pressure.5 2 nos of floor traps shall also be provided in the pit and connected to the sewerage or drainage system. The container is made of primed and painted (min 250 micron) mild steel of minimum wall thick of 6mm.4. Container shall be designed to operate under negative pressure of max 40 kPa and to withstand positive pressure by compaction.4 Demountable guard rail shall be provided around the pit for the conveyor and it shall be of HDG finishes. powered by an electrical motor.5. And the container shall have sufficient strength to avoid being staved due to negative pressure during operation. 6. The minimum thickness shall be 10mm. shall also be provide on the plant room floor for the removing and returning of waste container by the RORO waste truck. Part 3. alarms for "full container" the system stops.9 Steel track. the design shall satisfy the airproof requirement.5. A mechanical bar should also be installed in front of each container. 6. 6. the container shall have a metal ring with sufficient strength at the end other of the door to enable operation of pull arm. The steel plate shall be Hot Dipped Galvanized (HDG) and secured to the plant room floor with replaceable mounting SS bolts.1 Transverse type floor mounted container conveyor system shall be provided for changing waste containers in the plant if the number of separator/compactor set installed does not match with the number of waste container provided.5 6.4. the vacuum pipe waste collection system conveys all the collected moistures to the container for storage. Project Name: PWC System for Marina District. So. via a pressure sensor in the waste compactor drive unit. The exhausters shall be installed so that anyone of the exhausters can be used as stand-by and automatically replace anyone of the exhausters in operation.7 The system shall be installed with a screen to protect the exhauster fan impeller due to possible large object from the waste separator. Part 3.4 In addition to the exhausters in operation one stand-by exhauster shall be installed. 50Hz : Girder. 6.6.5.0.2 Operation of the exhausters in stages. Particular Specifications . The exhausters shall be connected to obtain the required airflow and vacuum for the transportation of waste.6 The exhauster impeller shall be electro dynamically balanced. 6. Exhausters of centrifugal type including motors.2m/s : 1.1 Exhausters shall be provided to generate air flow for transporting the waste. control of the variable speed exhausters or changeover to standby blower operation shall all be automated without the need of manual intervention.3 Data for airflow.05 . 6. A standby blower of similar power rating to the duty blowers is also required for each blower system.6.6 : central collection station : horizontal conveyance : 1 piece : 20. 50 Hz. mounted on steel frames and are vibration-isolated from the floor. 6. 415V. 6. pressure (vacuum).6. Lusail Development 60 | P a g e PWC Tender Vol 2 of 3.000 kg : 0.6. The exhausters are multiple blowers in series with variable speed drive and shall be lodged in the central collection station to induce the necessary air flow and cater for changes in pressure requirements due to differences in the length of waste conveyance pipe network. Project Name: PWC System for Marina District. dual motor : 20.6 Basic requirements Container Conveyor Installation position Conveyance mode Treatment containers quantity Conveyer load Horizontal conveyance velocity Motor performance parameters: Rated power Rated velocity Power supply type Overhead Crane Type Hook Capacity Type of Control Length of Runway Span Type of Hook Motor Standard 6. 6.LUSAIL DEVELOPMENT 6.000kg : Pendant and accessible at lowest floor : Across the whole container layout : To suit the length of Container : To fit standard ISO container frame : Class F insulation : CMAA and Qatar Local Authorities Exhausters 6. Electric power supply for the exhauster motor is AC 380 V.5 The exhauster housing shall have a wall thickness of not less than 8 mm and be provided with inspection openings.6. motor/fan speed and required power are enclosed. top running.6.6.5 : Variable Frequency Driven : 3 phase. 3 phase. 7 The air fans are for creating the appropriate air flow and partial vacuum in the waste transport pipes. high dust holding capacity. long lifetime for the filters. Project Name: PWC System for Marina District. Particular Specifications . The exhausters are connected to electrical motors via flexible couplings.7.8 6. iii. It shall be completely air tight as a whole and across each compartment. The manufacturer shall have a minimum of 5 year experience in the design. The filter consists of a main mild steel frame with HDG finishes and an easily handled cartridge.7. Lusail Development 61 | P a g e PWC Tender Vol 2 of 3. b) 2 sections of dust removal device and c) 2 sections of deodorization device. The Filter unit shall be provided with side access door for servicing of components. 6. 6. fabrication and testing of systems that have not less than 95% efficiencies at removing trace odor contaminants. The filter holding frame of galvanized sheet-metal is supplied with internal and external gaskets and retaining clips to hold the cartridge in place. which ensures low pressure drop. to achieve sufficient negative pressure. The filter unit shall function as a system and shall be the end product of the manufacturer to achieve standardization in appearance. The size and number of exhausters shall be designed by the CONTRACTOR at keeping in mind the transport distance of the waste in the transport pipes. The filters are high efficiency extended surface filters. Classification centrifugal exhauster Rated flow rate 9m3/s Rated wind capacity 10kPa/each Motor Capacity 110kW or as per the CONTRACTOR design Rated velocity Shell material Impeller material 49 rev/s Stainless Steel Stainless Steel Driving mode Direct driving. there shall be the air purification system in the PWC plant room.LUSAIL DEVELOPMENT 6. ii. This gives a low air flow through the filter media. spare parts and manufacturer's services. But there will still be some fine particles and odors in the exhaust air. The exhausters are normally connected in series.6. 6.2 The filter is installed in a concrete room.1 The waste separator and the rotating filter separate the fine wastes from the exhaust air. operation. So.7. One of the exhausters is normally used as a stand-by unit. Part 3.7. Mounting Frame Hot Dipped Galvanized Air Filter House 6.4 Additional requirements are as follows: i. Each access door to be fitted with a switch to monitor the door status in the main control room.3 The air filtration system includes the following compartments: a) 1 section of mist eliminator. There are filters for installation in walls made of concrete. maintenance. 7. odorous compounds are attached to the pores of the carbon material in the filters. high temperature or high humidity 6. serial number and air handling capacity. viii. granular carbon and shall remove containment gases by means of adsorptive process. The pre-filter shall be Pleated panel filters.LUSAIL DEVELOPMENT 6. which is installed on the pressure side of the exhausters. the Primary Dust Filter media installed at the upstream of inlet air and the Secondary Dust Filter installed at the downstream of the inlet air. c) The Secondary Dust Filter shall be 60% . in units where there is turbulent air. vii. The exhaust air after going through the process of passing through the two stage dust filter process stated above and will pass through two identical banks of active carbon filters in series.30% ASHRAE efficiency. 6. particulate prefilters. b) The Primary Dust Filter shall be 20% . A switch shall also be installed on the valve for alarm notification in the main control room. Mist Eliminator / Pre-filter a) The mist eliminator / Pre-filter shall be designed to remove 99% of water vapor.7. Water collected by the mist eliminator shall drain into a collector pan and into the drain system.7.e.5 iv. Part 3. A reasonable sized pressure relief valves shall be fitted on the incoming air plenum to release any sudden buildup of air. vi. Lusail Development 62 | P a g e PWC Tender Vol 2 of 3. All hinges shall be constructed of stainless steel. Particular Specifications . v.6 Dust Filter The complete dust filter installation consists of cassette type filters for dry filtration.90% ASHRAE efficiency. c) Hinged access doors with gaskets shall allow for the mist eliminator to be removed. The nameplate shall be engraved with the filter type.7. The secondary filters shall be extended surface ASHRAE call filters. A pressure difference meter or gauge to measure the pressure loss across each section of filter panel.1 The active carbon filter shall be designed to remove odour from the exhaust air. The carbon shall be tightly Project Name: PWC System for Marina District. b) The mist eliminator shall be located at the air inlet. Stainless steel latches to hold each cartridge filter shall have a positive locking action. Pressure gauges shall be installed to permit a local read out of the pressure drop across each compartment. The active carbon filter shall absorb all the odorous compounds. A stainless steel nameplate shall be provided permanently attached to the unit. Dust filter shall be of box cartridges mounted in a self-supporting frame as follows: a) The Dust Filter media shall consist of 2 stages of filter media. 6.7. particulate final filters. d) The filter must be suitable for variable air volume systems where there is changing air velocity.7. The mechanism is by physical absorption i.7. cleaned and/or replaced.7 Carbon Filter 6. Analogue pressure sensor shall be installed across each filter compartment and signal shall be sent to main control room for monitoring and alarm notifications.2 Carbon Media shall consist of premium grade. 9. the system is stopped.4 The house of the valve is made of Stainless Steel of grade 439 and the valve clack of rubber.2 The pipe system is provided with all necessary cut-off valves. 6. non-return valves.10 Air Pipes 6. The exhausters are provided with one valve each.9 6.0mm thickness.10. there is an inspection window. When an exhauster is stopped while others are running.3 Then the following will happen: a) If there is an extra exhauster available. 6.9. HDG Brackets to support the pipes in terminal will be mounted with a distance not exceeding 5 meters from each other.10. a pressure difference is created.2 The air speed value is compared with the expected value. the valve is opened by the air stream that flows through it. An efficient pre-filter shall be installed upstream to prevent the filter from being block by dust particles. 6. 6. Part 3.3 The air pipes are made of spiral or longitudinal welded pipes of stainless steel grade 439 of minimum 3.3 To check the function of the valve. 6. an alarm is issued and the pressure difference switch lights a warning lamp on the front of the Electric Control Centre.11. a pressure difference is created that keeps the valve closed. 6.1 The Venturi pipe is a part of the pipe system in the collection room. Lusail Development 63 | P a g e PWC Tender Vol 2 of 3. The air pipes are to be joined with flanges of minimum thickness 6mm with 16 nos. 6. 6. 6.9.8.11 Venturi and Modulating Valve 6. it is started. Activated Carbon filters shall have a minimum carbon tetrachloride activity of 60%.10.2 When an exhauster is started.5 The non-return valves are to be joined with flanges to match the air pipe flanges. 6.1 Air pipes are interconnecting pipe between components in the plant room.8.1 The non-return valve is used in installation with several exhausters. When the air stream passes the Venturi pipe. Should the air speed fall below a pre-set value. Non Return Valve 6.1 The purpose of the air speed regulating system is to maintain the air speed in the system. pipe sound absorber and sleeves.9. and the exhauster speed is adjusted accordingly through the VFD. Particular Specifications . b) If no extra exhauster is available. The air speed regulating system uses this pressure difference to calculate the air speed in the Project Name: PWC System for Marina District. Velocity Regulating 6.8 6.9.LUSAIL DEVELOPMENT packed and have very fine pores.8. M12 bolts and nuts. 13. after cooler.11. 6.12. During system start.1 Compressor system for central supply of compressed air to operate the valves in the pipe system and necessary equipment in collection terminal and pedestrian bins and associated valves.3 The sound absorbers are made in mild steel with mineral wool as sound absorbing material.800 kPa : 1. The dryer is designed for continuous operation to dry compressed air by adsorption. 6. The Venturi pipe is made of mild steel.7 All automatically operated valves such as AIV. The nipples to measure the pressure difference are mounted on two different places on the Venturi pipe. Particular Specifications .13. Lusail Development 64 | P a g e : Air cooled screw type compressor : 600 .1 The pipe sound absorbers in an air pipe system are mounted before and after the exhauster to reduce the level of noise.13. DV. Sectoring Valves shall be operated by compressed air cylinders.8 Basic Requirements: a) Classification b) System operating pressure c) System Maximum Pressure d) Air Receiver e) Air Delivered flow rate Project Name: PWC System for Marina District. an air cooler with fan is used.13. 6.4 The compressor shall be screw air-cooled compressor. air-dryer.12. 6.13 6. It is primed and painted. When this has been achieved.3 The system consists of compressor unit.6 The installation shall include air dryer.13.13.13.5 The compressor is designed to work efficiently up to a pressure of 10 bar. Pipe Sound Absorber 6.2 The modulating valve unit is operated by the control system. Part 3. air-cooled after cooler and shall be located inside the exhauster room.3 This modulating valve is also used to adjust the amount of air flow in the system for some small pressure differences in the PWC system. The cooler is designed for continuous operation.LUSAIL DEVELOPMENT system. 6.000 kPa : 500L : 16-24 l/s PWC Tender Vol 2 of 3.2 The sound absorber after the exhauster is made with central body to increase the reduction of noise. Compressed Air System 6. 6.11. the valve gradually opens. Waste Diverter. cut-off valves. 6. provided with a water separator. electronic operated water drain valve at the air receiver tank etc. filters.12. 6. 6. for a complete compressor installation. 6.800 kPa at appropriate capacity to maintain the required system working pressure. and to cool the compressed air. The main valve is used to facilitate the start-up of the exhausters. oil separator.2 The compressor shall produce a working pressure of 600. 6. primed and painted.12 6.13. the main valve stays closed to help the exhausters increase speed. efficient. 6. Also watch the temperature and the humidity of the air that will dump into the space or could have new issues to deal with. etc. 6.1ppm.pressure. and loss of pressure do not cause a hazard or damage to the equipment. Part 3.) over-pressure protection shall be provided.13.13. non-adjustable. and adjusted to provide uninterrupted operation. particles down to 1 micron 6. 6.10 Fail-Safe Concept: Pneumatic circuits shall be designed and components selected.LUSAIL DEVELOPMENT f) g) h) i) Required power source Air cooled after cooler Air Dryer Filter 1st stage j) Filter 2nd stage : 380V / 3 Ph or 220V / 1 Ph. Provision need to be made for make-up air for exhausted by locating intake & exhaust to prevent recirculation of exhaust air. extended life. pressure regulators shall be of the relieving type. applied. i. Gages shall be provided for all regulated pressures. 6.e. lights.12 Regulation: Where required for safe. Calculation is to be performed where it accounts for other contributors to heat such as the adjacent spaces.11 Circuits shall: a) Be protected against over-pressure. and fail-safe operation. Avoiding using the air compressor near other devices that produce heat will prevent dangerous events from occurring from the improper placement of the air compressor.13. The manufacturer’s information plate on pressure control components shall be marked to indicate their safe working range. surrounding temperature of adjacent spaces and account for any insulation.. Particular Specifications . This will impact the quantity of air required.16 Accessibility of Adjustments: Adjustments on flow control and pressure control components shall be accessible. 6.13. Project Name: PWC System for Marina District. but also for any other additional loads.13.15 Safe Working Range of Adjustable Controls: Pressure and flow control components shall be constructed in a manner that prevents adjustment outside their safe working range. tamper-resistant (e.9 Overheating: Various parts of the air compressor device are ignitable when exposed to intense heat. 50 Hz : TD after cooler with water separator : Refrigerant type : Coalescing filters for general purpose protection removing liquid to 0. over.17 Securing Adjustable Component Settings: Provision shall be made for securing the individual settings of adjustable components. internal positive stop.13.14 Tamper-Resistant Protection: Where a hazard or damage to the equipment may result if operating pressures are exceeded. b) Be so designed and applied that surge pressure.g. 6.1ppm. particles down to 1 micron : Coalescing filters for general purpose protection removing liquid to 0. mounted. The next question is where is the make-up air going to come from and what is the temperature of the makeup air.13.13 Over-Pressure Protection: Over-pressure protection shall be provided on pneumatic circuits where hazard or damage to the equipment may result if recommended operating pressures are exceeded.13. etc.13. 6. the outside environment. and economical system performance. 6. Lusail Development 65 | P a g e PWC Tender Vol 2 of 3. Also need to account for the equipment load. and also other internal heat generators such as exhaust fan motor. g. c) To facilitate inspection. as required.pressure protection shall be provided after each stage. All sub units are electrically connected to it. 6. i) With a drain port at the lowest level of each tank.13.23 Surge Tanks: Surge tanks pressure vessels may need to be used to provide short bursts of compressed air for peak demand to a particular device or to minimize pulsations in a distribution system. or compressors connected in series. where no hazard exists. The ECC shall include necessary circuit breakers and fuses. f) So that inlet and outlet connections are not through tank bottom.25 6..14 Test Ports in Piping: An accessible test port shall be provided in the piping where a pressure governing component is not so equipped.20 Control Media Failure (Supply Shut-Off -Valve): Pneumatic equipment shall have a main air-line shut-off valve accessible from the working level. Project Name: PWC System for Marina District. This valve shall have provision for locking in the “off” position and shall safely vent. A pressure relief valve capable of relieving the maximum output of the compressor shall be provided on the discharge side of each positive displacement compressor and there shall be no other valve between the compressor and this relief valve. Part 3.24 Construction: Air receivers and surge tanks shall be designed: a) To conform to the ASME Unfired Pressure Vessel Code and to applicable governmental pressure vessel codes.13. means shall be provided to protect personnel and equipment if anyone source fails. d) With hand holes or manholes. Particular Specifications . or for locking their individual settings. 6. means for locking (e.14. all circuit pressure when “off”. When the control pressure is restored.13. by means of a key) the enclosure(s) or compartment(s) in which flow control and/or pressure control components are mounted. supplies the motors and other electromechanical devises. 6.22 Sequence by Pressure Sensing and Time Lapse: Where a sequence malfunction cannot cause a hazard or damage to the equipment or to the work in process. manual restart shall be required.LUSAIL DEVELOPMENT 6. Lusail Development 66 | P a g e PWC Tender Vol 2 of 3. g) With a separate port of adequate size for a safety relief valve. 6.13.18 Locking of Adjustable Component Settings: Where requested on the purchaser’s inquiry on the Pneumatic Equipment Data Form and confirmed on the supplier’s quotation. as required.1 The ECC cabinet is the basic unit of the system and has the protection grade IP55. Electric Control Centre.13. It distributes the Main power.19 Loss of Working Pressure: Where loss of supply or control pressure could cause a hazard. h) With a separate port for pressure gage.13. 6. In multi-stage compressors.13. 6. over. or loss of accuracy. 6. ECC 6. b) So that they cannot be dismantled while containing pressure.21 Supply Interlocks: Where there is more than one source of air supply on the equipment and possible hazard or damage could result from failure of any one source. sequencing from pressure sensing and/or time lapse measuring may be used Emergency Pressure Relief. e) With supporting feet.13. means shall be provided to prevent operation when the pressure drops below a safe level. shall be provided. damage to the equipment. 14.Status for all field components in the public area and plot sub-developers. 6. 6.14. shall control all machines in the Control Room.14. 6. installed at the front door of the ECC. just as those located inside the collection station.Primary components in the collection station .System trouble message . the compactor.Parameters setting of time flows 6. lamp indications and alphanumeric operator’s terminal with a fluorescent text display and keyboard.14. Through the following connections. I/O module.11 If the automatic control breaks down. Particular Specifications . Part 3. 6. Such panel.2 Normally all operations are performed from the control panel. . 6. a set of operator control platform. There shall be operators panel provided. . Valves situated along the transport pipe network.9 PLC includes CPU.Parameters for programing system and time flows Manual control .14.14.Operation status for the all primary components in the plant room. There is instrument data display on the panel of the ECC to display the following parameters: Project Name: PWC System for Marina District.10 The operator control platform shall have the following functions: a) b) c) Display .14. The controllable equipment in urgent cases includes the exhauster. 6. the waste separator. 6. In normal cases. which shall be used in case of a computer break down.14.14. are connected via electric cables.7 The operator’s panel will be used at exceptional cases to check the status of machines and valves. 6. the authorized staff shall be able to operate the system manually. a set of urgent control board and monitoring instrument system. Lusail Development 67 | P a g e PWC Tender Vol 2 of 3. 6. the main valve and the wind speed adjustment valve. PLC can realize communications with all the equipment.14.Field components in the public area and plot sub-developers Interfaces reference .5 The ECC also houses a PLC-system for the I/O operations to the plant. The exhauster control screen and the compacter control box are connected to PLC through Profibus DP. memory module and communication module and can realize the data collection and equipment monitoring.3 The equipment in the ECC includes a set of PLC. On the front of the ECC cabinet there is an operator’s panel containing switches for manual control.Parameters setting of control systems .4 The Electrical Control Cabinet (ECC) controls and supervises the automatic waste collection process.8 Pneumatic instruments are located above the operator’s panel in order for him to see the immediate response to his operations with respect to the airspeed etc.14.12 The ECC has the pressure difference transducer to monitor the airflow pressure change in the air pipes. all the operations are collection can be realized through the urgent control board.LUSAIL DEVELOPMENT 6.6 Some small power supplies convert the main AC power to 24V and 5V DC used for operation of small relays and logic circuits. be able to operate the field components. It may also be used to control objects of the plant and to set parameters for the PLC system. The PWC control system in the main plant room shall also monitor these signals and make all necessary control to the PWC system. Confirm all exhauster fans are fully in stationary mode. Initiate to lower speed of Variable Frequency Drive (VFD) and/or shut down exhauster fan.13 6. if it is not running already. Project Name: PWC System for Marina District.15 Each plot sub-developer will provide 3 signal from the waste chute system. if more than one exhauster fan are in operation.LUSAIL DEVELOPMENT a) Air pressures of the waste separators. 7. wind speed adjustment valve and exhauster b) Pressure of compressed air c) Air pressure difference of air filtration room d) System operation air pressure 6. Power System Emergency Shutdown Sequence The following shall be work sequence in case of any emergency shutdown: 1. Start the rotating screen within the waste separator. 4. Stop compaction sequence of waste compactor. 9. Close all AIV. Stop waste separator rotating sequence. 2. 6. Particular Specifications . Open any 2 Air Inlet Valve (AIV) from the public area pedestrian bins or feeding inlet. Part 3. 5.14. Lusail Development 68 | P a g e PWC Tender Vol 2 of 3. Subdeveloper AIV can be used for this emergency shutdown sequence. 8. Check and ensure all PWC equipments are in standby mode. Start compaction sequence of the waste compactor (unlimited cycle) if it is compaction already. 3. 2 All products shall be of the highest quality and shall be new and factory pre-tested. install.2. h) Demonstrating that the overall and complete systems perform correctly in the required manner and as intended by the Specification to the satisfaction and acceptance of LREDC. b) Provision of co-ordinated Installation/Working Drawings for all services and detailed wiring diagrams for all equipment and control panels. 7. sub-systems. dust and vibration are to be notified to LREDC prior to their commencement so that Project Name: PWC System for Marina District.1 The CONTRACTOR shall ensure that all fabrication. All manufacturers’ information and drawings are to be incorporated. i) Providing all installation. as-built. oils. 7.1. hoisting and all other storage and movement of all plant equipment and materials.2. vibration and noise are minimised. typed.LUSAIL DEVELOPMENT 7.1. builder's work and record drawings. Any works which may create high levels of noise.1 General 7. k) Providing the full set of test results in an approved format for all tests and commissioning operations. service parts.2.0 INSTALLATION WORK 7. j) Providing operating instructions and maintenance manuals for the complete systems in electronic format.2 The CONTRACTOR shall ensure that all CONTRACTOR’s personnel working on the manufacture and installation of the PWCS. pneumatic. Lusail Development 69 | P a g e PWC Tender Vol 2 of 3. General Construction Requirements 7. test. l) Handing over all specified tools. and have sufficient experience and training to perform the specified work to the highest possible standard. Part 3. in the same word processing format in the relevant computer disk file.3 The CONTRACTOR shall undertake all work in a manner which ensures that dust. Data entries in the various forms and sheets are to be presented. spares. 7. equipment and materials as delivered and at the manufacturers works for all major plants. lifting. 7. e) Fixing or installing correctly all mechanical. Particular Specifications . showing the complete installation and services systems. installation and testing/commissioning activities are carried out and co-ordinated to the highest quality standards by specialist-trained CONTRACTOR’S personnel working in accordance with appropriate Quality Assurance (QA) and Quality Control (QC) programmes and methods. Handwritten entries will not be accepted.1 The CONTRACTOR shall be responsible for and carry out the following works: a) Supply. electrical. c) Inspecting all plant. chemicals etc. g) Demonstrating that the equipment is capable of the performance and method of operation specified to the satisfaction and acceptance of LREDC.2 7. systems and the installation as a whole. have all required technical qualifications. commission and verification of all components. equipment and materials.3 The CONTRACTOR shall also follow all the relevant clauses mentioned in the general specification section. d) Arranging delivery. f) Testing and commissioning the complete installation including adjustments as necessary. keys. working.1. hydraulic and drainage plant. 3 The CONTRACTOR shall provide to LREDC with two sets of CAD As-Built Drawings. 7. Project Name: PWC System for Marina District.2.1 The CONTRACTOR shall develop and maintain a detailed construction programme covering all elements of the Work. sorted by CONTRACTOR and subcontractor.4.2 The CONTRACTOR shall carry out the Work in accordance with the agreed construction programme. 7.5 The CONTRACTOR shall be responsible for repairing any damage to LREDC’s property during the course of the installation of the PWCS at his own expense.1 A daily construction report shall be prepared by the CONTRACTOR. including a critical path analysis. Reporting 7. Construction Programme 7.3 The CONTRACTOR shall monitor progress of the Work against the construction programme and shall report to LREDC on a monthly basis.3.5. 7. Appendix E.4. Lusail Development 70 | P a g e PWC Tender Vol 2 of 3.3. Part 3. 7. Major material or equipment deliveries made. Particular Specifications .5 Subcontractors working at the site. All pipes and other large material stored externally shall be arranged in a safe manner and protected from damage by vehicles. Drawings 7. Potential delays. recording the following information regarding progress of the Work and events at the site: a) b) c) d) e) f) g) 7. Major work activities performed. The CONTRACTOR shall provide working drawings to LREDC. which shall not be amended without prior consent. Accidents and unusual events.LUSAIL DEVELOPMENT LREDC can be advised and put in place any necessary measures. The register shall be made available to LREDC. detailing the work which they will be undertaking on the site.5.5. 7. The CONTRACTOR shall prepare the work programme based on the GCOC. Contract Execution Plan.2.3 7. The working drawings shall be prepared using Computer Aided Design (CAD) software and shall be dimensioned using SI units. 7. Meetings and significant decisions.4 7.1 The CONTRACTOR shall maintain a register of all drawings (especially working shop and as-built) and draft drawings relating to the design and installation of the PWCS. 7.m.2. Number of personnel at the site. Any activities not properly co-ordinated will be stopped immediately and the work will have to be reprogrammed. The CONTRACTOR shall submit the construction programme to LREDC for approval prior to WORK commencing.4.4 All equipment shall be delivered and stored in protected areas to prevent damage to components and finishes. on the following working day.2 Two copies of the daily construction report shall be submitted to LREDC at 11:00 a. The CONTRACTOR shall ensure that all personnel have appropriate qualifications. and of any independent inspecting authorities that he proposes to employ.6 The CONTRACTOR shall promptly update the As-Built Drawings supplied to LREDC to reflect any changes made. Part 3.5.1 The CONTRACTOR shall fully implement a QC system to verify that the whole of the Work complies with the requirements of the CONTRACT. Records of the review shall be maintained and made available for examination.6. products.8 The CONTRACTOR shall. submit samples that may.6. where applicable.2 The quality system shall be based on ISO 9000 series certification. 7. the cost or providing such samples shall be deemed to be included in the Tender. to ensure that all Works are carried out to the specified quality. 7.6. experience or training for the tasks allocated to them.4 7.5 The CONTRACTOR shall allocate to a senior member of his staff the responsibility and resources necessary for ensuring that the quality system is effective. services. including samples of components and materials. resources and activities for the implementation of the quality system on the CONTRACT. 7. when required.4 This plan shall address clearly and specifically the measures to be carried out in order to ensure that: a) All aspects of the design meet the requirements of the CONTRACT. 7. Particular Specifications . d) All site works are carried out in a controlled manner ensuring that the finished PWCS meets the requirements outlined in this performance specification and subsequent design requirements. The quality system shall be employed for all works executed by subcontractors to the CONTRACTOR and the CONTRACTOR shall ensure that each Sub-contractors operates the necessary procedures and controls required by the CONTRACT. 7. The CONTRACTOR shall provide details and duties of the personnel to be involved both on and off site. 7. work carried out by Project Name: PWC System for Marina District.6. c) All sub-contractors to the CONTRACTOR and equipment suppliers to the CONTRACTOR implement an agreed QA/QC system in order to meet the project needs.3 The CONTRACTOR shall ensure that a comprehensive Quality Plan and associated quality assessment and control procedures are put in place specific to this CONTRACT. unless otherwise required.6.6.6.7 Quality control shall be maintained over suppliers. manufacturers. 7.6.LUSAIL DEVELOPMENT 7.9 The CONTRACTOR shall maintain records to substantiate conformance to specified requirements. be used for the purpose of comparison when inspecting the Work. site conditions. Lusail Development 71 | P a g e PWC Tender Vol 2 of 3. 7. The quality plan shall fully describe the specific practices. b) All procurement and subsequent fabrication works are carried out in accordance with the required specifications and to the agreed level of workmanship and finish. Quality Control 7.6 The CONTRACTOR shall ensure that the quality system is periodically and systematically reviewed to ensure its continued effectiveness.6. and workmanship. 1. 7.6.3 The CONTRACTOR shall plan.1 The CONTRACTOR shall carry out full testing of all PWCS Works as described within this specification and the rest of the Contract Documents.5 The CONTRACTOR shall develop a commissioning programme with the Commissioning Manager to ensure that all systems are APPROVED for handover in accordance with the execution programme.7.10 Any records that indicate that material or workmanship in any part of the Work does not comply with the specified requirements shall be submitted without delay together with the CONTRACTOR’s proposals for rectification.1 General 7.7 Identification of the element. 7.LUSAIL DEVELOPMENT sub-contractors. The nature and number of observations and tests. batch or lot. The number and type of deficiencies found.7.7. oversee and coordinate the site phase of the testing and commissioning works. manufacturers. 7.2 The CONTRACTOR shall ensure that all testing is carried out in accordance with the relevant standard and the equipment manufacturer’s guidelines and recommendations such that the equipment warranties remain valid.1.1. Part 3.1.4 The CONTRACTOR shall be responsible for the testing of all systems to the satisfaction of LREDC.6 The commissioning programme shall set out in detail the programme for undertaking and demonstrating satisfactory completion of all testing and acceptance procedures for the civil. suppliers and independent inspecting authorities. in-house personnel or external consultants. 7. 7.7 The CONTRACTOR shall use qualified personnel to carry out the commissioning whether those people be from the equipment manufacturer. Relevant British and/or American Standards. Qualification of the CONTRACTOR personnel shall be submitted to LREDC for approval prior to the WORK. 7. Particular Specifications . and Details of any corrective action taken or proposed. mechanical and electrical element of the PWCS. Lusail Development 72 | P a g e PWC Tender Vol 2 of 3.11 All records and samples shall be retained on Site and made available for examination. On completion of the Work a copy of all records shall be provided to LREDC or his designee unless directed otherwise. regional and national regulations.1.8 On completion of the installation the CONTRACTOR shall test and commission the installation in accordance with: a) b) c) d) Local. Commissioning 7.6.7.1.7. Equipment manufacturers’ recommendations. 7.7.1. 7. Project Name: PWC System for Marina District. 7. The records and samples shall include: a) b) c) d) 7. and Utility supplier requirements.7. item.7.1.7. 1. 7.7. 7. piping and other airways are clean.cleanliness .7.motor fixing .1. e) Floor gulley and all drainage traps are clear and operational f) Ducting. lighting and controls are completed. or will be completed at the correct stage during the commissioning sequence.1.duct flexible connector alignment . Lusail Development 73 | P a g e PWC Tender Vol 2 of 3. d) Cooling coil condensate trays and drains are clear and water can drain away satisfactorily. and other specialist systems during the testing and commissioning of the PWCS. A programme is to be established by the CONTRACTOR for approval.1. which are to be made available in good time prior to handover.correct amperages and overload settings . n) All electrical wiring are properly terminated and circuits (power. container and other equipment chambers are clean and free of construction debris. q) All equipment have been checked for . 7.10 The CONTRACTOR shall include all of the automatic controls systems.' . Part 3.7. 7.rotor/ impeller rotation . louvres and valves are unobstructed and clean b) Waste separator. to LREDC.LUSAIL DEVELOPMENT 7. i) All air dampers and valves are operational j) All fire and volume control dampers are left in the fully open position k) All manual control valves are open or pre-set. free of charge.11 Tests shall be witnessed by LREDC and all other relevant parties appointed by LREDC.7.vibration isolation . p) Permanent power supplies are available at the electrical panels to enable all the connected equipment to be satisfactorily commissioned.13 The CONTRACTOR shall be responsible for ensuring that all tests and approvals required by the relevant Statutory Authorities are duly performed by an approved Insurance Authority and the relevant approval documents issued. covering in detail all testing and commissioning of the installations.normal gear operation . h) All sensing and monitoring equipment are properly fixed and clear of obstruction. equipment and material. 7. Particular Specifications .lubrication .1. This programme is to clearly identify provision of Test Certificates.14 The CONTRACTOR shall ensure thata) Air intake screens.12 Each installation shall be fully tested and commissioned individually by the CONTRACTOR who shall ensure that his representative on site is fully conversant with the various systems and controls and in the handling of the equipment.belt tension .1. compactor.7. o) Insulation tests of motors and cables have been completed. c) Exhausters/ fans have been checked for impeller housing clearance and are free of foreign objects.7.start-stop. disconnection and circuit interruption device Project Name: PWC System for Marina District.9 Certificates of tests must be supplied by the CONTRACTOR for all plant. as required l) All filter media have been installed m) All electrical panels have been cleaned of construction dust and debris and have been checked electrically.keyway and setscrew tightness . g) All filters and strainers have been cleaned. 7. Lusail Development 74 | P a g e PWC Tender Vol 2 of 3. In the event of any test indicating failure to comply with the stipulated requirements. oil cooler and pump for the compactor. Check the system can operate in all directions. 7. pressure. m) Empty each refuse storage facility by manual control. noise and vibration.7. Measure resistance of the air exhauster motor thermostat. b) Verify that the personal computer is loaded with proper operating system and application programmes. h) Check operation of the refuse compactor. c) Check that the system is configured with the correct parameters d) Check by manual operation that all motors rotate in the correct direction Watch out for noise or other abnormal performance. pipe network and at sub-developer. motor current. No Load Test The functions of all components of the system shall be tested with the air exhausters in operation and charging no sample refuse. The test items shall include. e) Start the compressed air system. components and the system as a whole comply with the stipulated requirements. g) Check operation of refuse separator. l) Check operation of refuse disposal inlets. n) Initiate an emptying programme and check the system operation in automatic mode. etc. The PWCS shall be tested as described in this section to verify that the performance of individual equipment. Check limit switch operation.16 Performance Test 1. i) Check the compactor operation in automatic mode. that test and those preceding. j) Start each exhauster. Operate the pusher forward and reverse. velocity. Remove wire mesh and trapped substances afler the cleaning operation. 4. Adjust for proper air pressure and note any air leakage. of which the results may have been influenced by the fault indicated. one by one.LUSAIL DEVELOPMENT r) Lighting systems are operational with illumination level not less than that specified.1. Check the system components operation.15 The PWCS shall be functional tested to verify that the function of individual equipments in the plant. 2. k) Check operation of all valves.1. Part 3. Simulate high motor temperature by a resistor and check that motor stops. noise levels. b) Measure air temperature. but not be limited to the following: a) Put wire mesh in refuse conveyance I air inlet ducts and operate air exhauster to clean up the inside of ducting. Check the hydraulic system. f) Set the container conveying facility to manual operation mode. The following tests are to be carried out preferably in the sequence indicated a) No Load Test b) On Load Test c) Overall Performance Test 3. and check rotating direction. Project Name: PWC System for Marina District. components and the system as a whole comply with the stipulated requirements. a) Verify that the proper control programme is applied to the programmable logic controller(s). 7. shall be repeated after the fault is rectified. Particular Specifications . 7. Overall Performance Test The overall performance of the system shall be tested using actual refuse. The test items shall include. velocity. Part 3. velocity. noise levels. discharge valve. approved Insurance Authority and the relevant British Standards. Adjust air velocity and other operation parameters as necessary. etc. On Load Test The functions of all components of the system shall be tested using sample refuse with the air exhausters in operation. 6. c) Check odour level of refuse conveyance air discharged from carbon filter under different operating conditions. b) Check automatic continuous operation of the system with half load and then full load refuse sample in each of the refuse storage facilities inside refuse chambers. pressure. All refuse conveyance routes from refuse storage facilities to the central refuse collection station shall be checked. d) Verify manual operation of each equipment with air exhauster in operation. etc.3 All instruments shall be calibrated and tested at the Manufacturers WORK and LREDC shall be supplied with all copies of calibration certificates. at reference locations and under different operating conditions. refuse conveyance ducts. noise levels. All refuse conveyance routes from refuse storage facilities and outdoor disposal inlets to the central refuse collection station shall be checked. Tests shall be witnessed by LREDC unless waived in writing. Adjust air velocity and other operation parameters as necessary. 7. the following – a) Check automatic continuous operation of the system with half load and then full load refuse in each of the refuse storage facilities inside refuse chambers. f) Verify that the vacuum pressure at each pedestrian bins waste inlet is within the system operating pressure..7.LUSAIL DEVELOPMENT at reference locations and different operating points. at reference locations and under different operating conditions.7. Measure refuse conveyance time of each flow path and the system cycle time.1 All items of plant shall undergo a comprehensive Factory Acceptance Test (FAT).etc.7. but not be limited to. air inlet valve. the following – a) Check manual operation of the system with half load and then full load refuse sample in each of the refuse storage facilities inside refuse chambers. 7. 7. Project Name: PWC System for Marina District. Adjust and tighten relevant components when air leakage is found. Particular Specifications . c) Identify any air leakage at refuse storage facility. b) Measure air temperature. Test certificates shall be issued as appropriate.2.2 Tests shall be carried out to comply with the requirements of the Statutory Authorities. motor current. pressure. e) Verify automatic operation of each equipment with air exhauster in operation. Measure refuse conveyance time of each flow path and the system cycle time for automatic continuous operation. c) Measure air temperature. Lusail Development 75 | P a g e PWC Tender Vol 2 of 3.2 Factory Acceptance Test 7. but not be limited to. The test items shall include.2.2. 5. separator. motor current. 3 Testing and Commissioning for Future Extension Project Name: PWC System for Marina District. Lusail Development 76 | P a g e PWC Tender Vol 2 of 3. pre-commissioning and commissioning for each phase of development. g) Diesel Generator Set. or longer if necessary to demonstrate full operational cycles of all plant under load conditions equal the highest expected demand of the system. 7.1 The phased construction of the pipe network shall be coordinated to meet the waste management demand at completion of each building phase. The CONTRACTOR is responsible for providing any temporary or intermediate works necessary to enable parts of the system to be operational prior to completion and commissioning of the entire system.3.LUSAIL DEVELOPMENT 7.7.1 After completion of all testing.4 Continuous Run Test 7.7.5 Phasing and Future Connection 7. safety devices. 7.3 Site Acceptance Test 7.7.7.7. demonstrating all operational functions.4. d) Waste Container e) Exhauster Fans f) Transformer. alarms and interfaces. 7. The continuous run test shall be in accordance with an approved Method Statement prepared by the CONTRACTOR.4. h) Main Switch board and Switchgear i) Main Control Panel 7.1 All items of plant shall undergo a comprehensive Site Acceptance Test (SAT).6 Factory acceptance test shall be applicable for the following items: a) Waste separator.2. 7. As a minimum the CONTRACTOR shall demonstrate the functionality and controls and shall demonstrate that the plant can facilitate the system in meeting the anticipated load. Part 3.7.2 The Continuous Run Test shall test full operation of the PWCS for not less than 30 days.2.5.5. The CONTRACTOR shall develop a Phasing Plan to clearly define the works which need to be carried out in each development construction phase. Particular Specifications . The CONTRACTOR is required to spread the installation of the PWCS over the projected development period.7.2. b) Waste Compactor.5.7. control and instrumentation tests shall be performed and certified. 7.7. 7. 7. c) Waste Divertor.4 All plant and equipment shall be visually inspected to ensure that the details contained within this specification and any items offered in the accepted tender are included for. the CONTRACTOR shall subject the PWCS to a comprehensive continuous run test. Details of the test shall be developed by the CONTRACTOR for review by LREDC.7.7.5 Electrical.2 The CONTRACTOR shall coordinate the construction of the PWCS and all associated works with the other construction work taking place on the development.7. written in such a way that LREDC’s staff and any future facilities management personnel are able to fully understand the scope and facilities provided.6.7.8.2 The CONTRACTOR shall prepare a report identifying which spares and consumables he considers should be held to cover the first year of operation. Operation control of the system shall be re-programmed or adjusted to include the newly completed section in the operation sequence and another performance test shall be carried out to verify the system performance.3 LREDC maintains the right to purchase spares required after handover of the installation directly from the manufacturer. operating.7. The tools shall not be used during the erection or commissioning of the equipment. c) The CONTRACTOR shall provide all necessary information and co-ordinate with the future PWCS contractor for detail interfacing works. 7.6 Maintenance Tools 7. 7.7.7. The CONTRACTOR shall ensure that the PWCS system shall be compatible for future extension.1 The CONTRACTOR shall provide comprehensive operation and maintenance manuals covering all plant.7. One master key shall be provided in addition to the standard keys. Lusail Development 77 | P a g e PWC Tender Vol 2 of 3. 7.7. maintaining or dismantling of the plant.1 The CONTRACTOR shall provide three sets of all special tools required for erecting. testing and commissioning work to be carried out due to the inclusion of a newly completed extension section shall be programmed and scheduled in such way as not to affect the existing waste collection. the manuals shall include but not be limited to: a) A full technical description of all installed systems. The report shall identify how stock levels will be managed during operation to avoid unnecessary downtime. testing. equipment and components supplied.7 Spares and Consumables 7. together with designed operational capacities and load information.7.2 Triplicate keys shall be provided for all locks supplied in this package.7. this shall include but not be limited to Project Name: PWC System for Marina District.6.7.LUSAIL DEVELOPMENT a) Since the entire PWCS equipment shall be designed to allow future connection of the system to the plot sub-developer. Each set of tools shall be provided in a steel box fitted with a padlock. equipment and materials comprising the PWCS and all associated works. b) Diagrammatic and schematic drawings of all installed systems indicating key items of plant and equipment.7. 7. and operation in the longer term. equipment and components supplied. Particular Specifications . Part 3.7. Provisions for the testing and commissioning for future extension is deemed to be included in this CONTRACT.8 Operation & Maintenance Manuals 7.1 The CONTRACTOR shall provide three copies of a comprehensive priced list of spares for all plant. assembled specifically for the project. b) When the central plant and other sections are already put in use.7. 7. c) Manufacturers’ technical literature for all items of plant and equipment. the remaining tests shall be carried out once the other buildings in the sub-development are completed. 7. The CONTRACTOR shall also supply all spare parts as per specification mentioned in the GCOC. 1 Handling over shall not take place until: a) The equipment has been tested and commissioned to the satisfaction of the Commissioning Manager. data and specification sheets. Lusail Development 78 | P a g e PWC Tender Vol 2 of 3.1 After completion of all testing. the CONTRACTOR shall subject the PWCS to a comprehensive continuous run test. pre-commissioning and commissioning. to demonstrate full operation of all plant. b) Avoid contributing to ozone depletion.7. 7. c) CE .10 Handing Over 7.7.10.9 Continuous Run Test 7. including any approvals from authorities. 7. e) Risk assessments and H&S information covering all plant. and e) The Operation and Maintenance manuals.8. d) The documentation required. including record drawings. 7. d) Explore the use of prefabricated elements to achieve good quality control and ease and speed of installation. format and presentation of the manuals in the Operation and Maintenance Manual Requirements. equipment and materials installed as part of the WORK. f) Procedure for fault-finding.7. has been handed over to the Construction Manager.2 The operation and maintenance manuals shall be developed in conjunction with the Lusail Facilities Management Consultant and shall meet all requirements regarding the contents.9. The test shall be in accordance with an approved Method Statement as prepared and submitted by the CONTRACTOR for LREDC approval before proceeding with the WORK.Marking has been carried out. air and water pollution and non-renewable resource depletion. have been handed over to and formally accepted in writing by LREDC and the appointed Supervising Officer.8. 7. and tests results and certificates have been submitted to the Project Manager. equipment and systems installed as part of the PWCS. c) Respect the local environment and avoid impacting on the natural habitat and species. global warming.9. 7.7. and operating and maintenance instructions.7.7.1 The CONTRACTOR shall: a) Plan for construction so as to minimise waste during construction and operation. g) Written procedures for the periodic inspection and test of the all elements of the PWCS. LREDC’s Representative.8 Environmental Protection 7.2 The continuous run test shall test full operation of the PWC PLANT for at least 30 days. b) Possible defects are made good. Project Name: PWC System for Marina District. d) A copy of all commissioning test certificates and certificates of completion. Particular Specifications . Part 3.LUSAIL DEVELOPMENT detailed drawings. Part 3. 7.7 Risk assessment shall be conducted through the use of HAZOP (Hazard and Operability) and FMEA (Fault Mode Effective Analysis) at various design phases.9 7. Lusail Development 79 | P a g e PWC Tender Vol 2 of 3.3 The CONTRACTOR shall be responsible for providing and maintaining a safe and stable working environment during all works. function and operation of all installation equipment. including those employed by sub-contractors. with adequate protection provided to all personnel and equipment adjacent to the CONTRACTOR's area of work. 7. 7. The CONTRACTOR shall supply instructions in an accessible format and appropriate language. Manual inlet point call-off procedure.4 A training programme. manufacture.10. Particular Specifications . construction and operation of the plant and equipment described in this specification. detailing who is required to be present for each session.10.LUSAIL DEVELOPMENT 7. health and welfare regulations regarding work people.9. Starting procedures. safety and security features must be demonstrated and explained by the CONTRACTOR.9. is to be provided by the CONTRACTOR prior to training being undertaken.3 The CONTRACTOR shall ensure that any specialist that may be required to fully demonstrate the operation of the system to the satisfaction of LREDC and shall be present during training.6 The CONTRACTOR shall identify all the risks involved in design.9.2 All appliances.2 The CONTRACTOR is responsible for ensuring that statutory requirements for personal protective equipment standards are met. 7.9. Operator Training 7. visitors and LREDC’s personnel and any plant and equipment.1 Before the operation of the PWCS is handed over to LREDC. and all health.5 Full details of any chemicals or substances proposed to be used in the project construction process should also be detailed fully and LREDC’s prior written approval received for its use. the Contractor shall explain and demonstrate to the Client’s staff the purpose.10 Health and Safety 7. The CONTRACTOR shall produce a risk register to demonstrate measures for risk mitigation. Project Name: PWC System for Marina District.9. other sub-contractors. 7.10.9.1 The CONTRACTOR shall comply fully with all statutory safety.10. 7. and those of the main CONTRACTOR. mechanical and electrical features. Modification to automation call-off schedule. Introduction to and description of the system (site based). 7.4 The CONTRACTOR is required to provide a safety method statement clearly indicating the proposed sequence of his works and the precautions he will be taking at each stage in the works to protect his employees. 7. Stopping procedures. 7. The training programme shall include but not be limited to: a) b) c) d) e) f) Introduction to and description of the system (class room based). including all items and procedures listed in the Operation and Maintenance manual.9. Preventative maintenance. 7.11.LUSAIL DEVELOPMENT g) h) i) j) k) 7. yearly).10.5 7.11. 7. Public Education 7. Lusail Development 80 | P a g e PWC Tender Vol 2 of 3.2 Information days to view the PWCS shall be arranged by the CONTRACTOR on a regular basis explaining the PWCS to residents. other users and interested parties. weekly. Project Name: PWC System for Marina District. In addition. monthly. Particular Specifications .11. Routine maintenance (daily. Fault report analysis.1 The CONTRACTOR shall prepare a user guide for the PWCS that is aimed at explaining the use of the PWCS to residents and other users of the development. and Cleaning procedures.11 Operation of all safety devices. Part 3.2 The CONTRACTOR shall develop the user guide in close cooperation with LREDC and shall be available on first occupation of the development. The user guide shall include an easy to understand description of the PWCS including a diagram of how it works as well as an explanation of the waste separation into three recyclables and waste streams. the CONTRACTOR shall submit copies of all training presentations for the Client’s future reference.
Copyright © 2024 DOKUMEN.SITE Inc.