Tender Document for Bibiyana-3 400MW Combined Cycle Power

Transcription

Tender Document for Bibiyana-3 400MW Combined Cycle Power
BANGLADESH POWER DEVELOPMENT BOARD
TENDER DOCUMENT
FOR
Design-Build, Supply, Erection, Installation, Testing &
Commissioning of Skid Mounted Gas Regulating & Metering
Station for Supplying Natural Gas to Bibiyana III 400 MW
Combined Cycle Power Plant at Nabiganj Upazila, Habiganj
District on Turnkey Basis.
(Open Tendering Method)
International Tender No.1022-BPDB(Sectt.)/Dev.-187/2007
Gas RMS Bib-III
Date: 07/04/2016
1
BANGLADESH POWER DEVELOPMENT BOARD
INVITATION FOR INTERNATIONAL TENDERS
1.
Ministry / Division
2. Procuring Entity
Name
3. Invitation for
4. Procurement Method
5. Source of Fund
6. Invitation for Tenders
Ref. & Date
7. Date of start of
selling of Tender
document
8. Tender Name
9. Time for Completion
of Commissioning
from the effective
date of contract
10. Eligibility of
Tenderers
11. Price of Tender
Document
12. Amount of Tender
Security
13. Validity of Tender
and Tender Security
14. Name and address of
the Office for selling
the tender document
15. Name and address of
the Office for
receiving and opening
of tender
16. Last Date and Time
for selling the Tender
document
17. Last Date and Time
for submission of
Tenders
18. Date and Time for
Gas RMS Bib-III
Ministry of Power, Energy & Mineral Resources / Power Division.
Bangladesh Power Development Board (BPDB).
Design-Build, Supply, Erection, Installation, Testing & Commissioning of
Skid Mounted Gas Regulating & Metering Station for Supplying Natural
Gas to Bibiyana-III 400 MW Combined Cycle Power Plant at Nabiganj
Upazila, Habiganj District on Turnkey Basis.
Open Tendering method. Tenders shall be submitted in single envelope.
“Development Fund”
Memo no. 1022 -BPDB (Sectt)/Dev-187/2007 date: /04/2016
10.04.2016
Design-Build, Supply, Erection, Installation, Testing & Commissioning of
Skid Mounted Gas Regulating & Metering Station for Supplying Natural
Gas to Bibiyana-III 400 MW Combined Cycle Power Plant at Nabiganj
Upazila, Habiganj District on Turnkey Basis.
300 days.
As mentioned in Tender Document.
Tk. 10,000.00 (Tk. Ten thousand) only payable in the form of Pay order /
Demand draft in favour of the Director, Purchase, BPDB, Dhaka for each
set of tender document.
US$ 100,000 (US$ One hundred thousand) or BDT 8,000,000 (BDT Eight
million) in the form of an irrevocable and unconditional bank guarantee
(on non-judicial stamp) issued by any scheduled Bank of Bangladesh or
by a Foreign Bank duly endorsed by a scheduled Bank in Bangladesh
payable in favour of the Secretary, BPDB.
180 (One hundred eighty) days and 208 (Two hundred and eight) days
respectively from the date of opening of tender.
Director of Purchase,
Bangladesh Power Development Board,
WAPDA Building (9th floor), Motijheel C/A, Dhaka-1000.
Secretary
Bangladesh Power Development Board
WAPDA Building (1st floor), Motijheel Commercial area, Dhaka-1000.
Date: 24/05/2016
Time: 17.00 hours (BST)
Date: 25/05/2016
Time: 11.00 hours (BST)
The tenders shall be opened at 11:30 hours (BST), Date: 25/05/2016.
2
opening of Tenders
19. Place & date of PreTender Meeting
20. Special Instructions
Tenderers and thier authorized representative are allowed to attend.
If saught by tenderer, will be informed later.
Tender Documents will
http://www.bpdb.gov.bd
be
posted
in
the
BPDB
website
:
The Procuring Entity reserves the right to accept any or reject any/ all
Tenders prior to acceptance without assigning any reason whatsoever.
22. Name of official
Inviting the Tender
23. Designation and
address inviting the
Tender
Tenders submitted by Fax, Telex, Swift, Cable, E-mail & by post/courier
shall not be accepted.
Md. Zahurul Haque
Secretary
Bangladeshh Power Development Board
WAPDA Building (1st floor)
Motijheel Commercial area, Dhaka-1000.
Tel: 9554209, 9567350 Fax: 880-2-9564765
Signed/07.04.2016
(Md. Zahurul Haque)
Secretary
Bangladesh Power Development Board
WAPDA Building (1st Floor)
Motijheel C/Area, Dhaka-1000, Bangladesh
Fax : 880-2-9564765
Memo no.
1022 -BPDB (Sectt)/Dev-187/2007
date: 070 /04/2016
Copy for information to:
1. Secretary, Power Division, Ministry of Power, Energy and Mineral Resources, Dhaka.
2. DG, IMED, Planning commission, CPTU, Dhaka. He is requested to take necessary action for
posting the said notice in the CPTU website.
3. Member, P&D/Generation/ Finance, BPDB, Dhaka.
4. Chief Engineer, Generation/ P&D/PSC, BPDB, Dhaka.
5. Project Director Bibiyana-III 400MW Combined Cycle Power Plant Project, BPDB.
6. Controller (Finance & Accounts), BPDB, Dhaka.
7. C.S.O to Chairman, BPDB, Dhaka.
8. Director, Design & Inspection-1 / Finance/ Contract & C.A, BPDB, Dhaka.
9. Director, Purchase, BPDB, Dhaka. Tender document will be available on 10/04/2016 for selling.
10. Director, Public Relation, BPDB Dhaka. He is requested to take necessary steps to publish the
tender notice in national daily newspapers.
11. Senior System Analyst, BPDB Dhaka. He is requested to post the said notice in BPDB website.
12. Office copy.
Signed/07.04.2016
(Pranab Kumar Ghosh)
Assistant Secretary (Dev)
BPDB, Dhaka.
Gas RMS Bib-III
3
REJECTION CLAUSES
(Te nde r shall be rejected if the Tenderer does not comply with but not limite d to the following crite ria)
1. Tenderer shall have to comply with Eligibility criteria (ITT 5), Experience criteria (ITT 14) and
Eligibility criteria for Materials, Equipment and Associated Services (ITT6.1);
2. Tenderer must submit certificate(s) from the End-User in support of his experience
[TDS(ITT14.1b)];
3. If the Tenderer is a Joint Venture, Consortium or Associations (JVCA), JVCA agreement or
Letter of Intent along with the proposed agreement duly signed by all partners of the intended
JVCA and authenticated by a Notary Public must be submitted (ITT 18.1);
4. For JVCA, lead partner and its other partners must meet minimum qualification criteria (ITT
18.2);
5. A Tenderer shall submit only one (1) Tender, either individually or as a JVCA (ITT 20)
6. Tender Submission Letter (Form PW 3-1) shall be properly filled up by the Tenderer (ITT 25.1,
51.2) otherwise tender will be rejected ;
7. Bill of Quantities using the form(s) furnished in Section 6: Bill of Quantities shall be properly
filled up by the Tenderer (ITT 25.2, 51.2). Tenderers are not allowed to change/ modify the
format of Bill of Quantities;
8. If the Tenderer is not manufacture, Manufacturer’s Authorisation & Warranty/Guarantee Letter
for the items mentioned in TDS must be submitted to demonstrate that it has been duly
authorized by the manufacturer or producer of the Goods to supply the Goods to Bangladesh
[TDS(ITT24.1(I)-3];
9. Tenderer must submit Guarantee/warranty certificate of the offered equipment/system including
turnkey work and its satisfactory performance during warranty period [24 (Twenty Four)
months from the date of issuing Provisional Acceptance Certificate] [TDS(ITT24.1(l)-5];
10. Tenderer must comply Completion period [TDS(ITT26.2) and TDS (ITT 49.1)];
11. Tenderer shall have to submit Audited financial reports and other documents in favour of
financial criteria [TDS(ITT24.1(I)-13];
12. Tenderer shall have to submit Certificate from the manufacturer confirming that his offered
items are new, unused, in good condition. [TDS(ITT24.1(l)-6];
13. Tenderer shall have to submit English version Original printed catalogue, drawings of offered
equipments/ spares/items [TDS(ITT24.1(l)-8];
14. Tenderer shall have to submit Detail specification, name of Manufacturer and the country of
origin of the offered equipments/ spares/items [Specifications Submission and Compliance
Sheet (Form PW3-13)] [TDS(ITT24.1(l)-9];
15. Tender shall remain valid for the period specified in the TDS after the date of Tender
submission deadline (ITT 33);
16. Tender must be accompanied by a valid Tender Security (ITT 35, 36, 51.2);
17. Tender must be accompanied by Letter of Authorization to sign the Tender on behalf of the
Tenderer (ITT 24.1f, 51.2);
18. Tender must comply the scope of supply and scope of work as stated under Section 6,7,8 and
9 without any material deviation or reservation (ITT 52.2);
19. Tenderer shall have to comply with the payment terms [PCC (GCC 66.1)];
Gas RMS Bib-III
4
20. Tenderer shall have to submit sealed & signed tender document [TDS(ITT24.1(I)-1];
21. Tenderer shall have to submit Certificate confirming compliance to the terms and conditions of
the Tender Document. [TDS(ITT24.1(I)-11];
22. If Tenderer has any reservations, he has to mention it in deviation list (PW3-12).
[TDS(ITT24.1(I)-12];
23. Tenders shall have to be submitted in a single sealed envelope in accordance with the
requirements of the Tender document including addenda (if any).The original and three (03)
copies of the complete proposal shall be submitted within the date and time as mentioned in
the tender notice. [TDS(ITT41.1)];
Gas RMS Bib-III
5
Table of Contents
Section 1.
Instructions to Tenderers ...................................................................
A.
General.....................................................................................................................
1. Scope of Tender.....................................................................................................
2. Interpretation...........................................................................................................
3. Source of Funds........................................................................................................
4. Corrupt, Fraudulent, Collusive or Coercive Practices............................................
5. Eligible Tenderers .....................................................................................................
6. Eligible Materials, Equipment and Associated Services.......................................
7. Site Visit......................................................................................................................
B.
Tender Document ..................................................................................................
8. Tender Document: General ....................................................................................
9. Clarification of Tender Document..........................................................................
10. Pre-Tender Meeting................................................................................................
11. Addendum to Tender Document ............................................................................
C. Qualification Criteria .....................................................................................................
12. General Criteria........................................................................................................
13. Litigation History ......................................................................................................
14. Experience Criteria ..................................................................................................
15. Financial Criteria ......................................................................................................
16. Personnel Capacity..................................................................................................
17. Equipment Capacity.................................................................................................
18. Joint Venture, Consortium or Association (JVCA)................................................
19. Subcontractor(s).....................................................................................................
D.
Tender Preparation ................................................................................................
20. Only one Tender ......................................................................................................
21. Cost of Tendering ....................................................................................................
22. Issuance and Sale of Tender Document ............................................................
23. Language of Tender ................................................................................................
24. Contents of Tender..................................................................................................
25. Tender Submission Letter and Bill of Quantities...................................................
26. Alternatives...............................................................................................................
27. Tender Prices, Discounts and Price Adjustment...................................................
28. Tender Currency ......................................................................................................
29. Documents Establishing Eligibility of the Tenderer...............................................
30. Documents Establishing the Eligibility and Conformity of Materials,
Equipment and Services........................................................................................
31. Documents Establishing Technical Proposal........................................................
32. Documents Establishing the Tenderer’s Qualification.........................................
33. Validity Period of Tender........................................................................................
34. Extension of Tender Validity and Tender Security ..........................................
35. Tender Security.......................................................................................................
36. Form of Tender Security..........................................................................................
37. Authenticity of Tender Security..............................................................................
38. Return of Tender Security......................................................................................
39. Forfeiture of Tender Security .................................................................................
40. Format and Signing of Tender...............................................................................
E.
Tender Submission ...............................................................................................
41. Sealing, Marking and Submission of Tender ....................................................
42. Deadline for Submission of Tender.......................................................................
43. Late Tender.............................................................................................................
44. Notice for Modification, Substitution or Withdrawal of Tender............................
Gas RMS Bib-III
6
45. Tender Modification.................................................................................................
46. Tender Substitution..................................................................................................
47. Tender Withdrawa ............................... .............................. ............................... ..
F.
Tender Opening and Evaluation .........................................................................
48. Tender Opening .......................................................................................................
49. Evaluation of Tenders..............................................................................................
50. Evaluation Process..................................................................................................
51. Preliminary Examination ........................................................................................
52. Technical Responsiveness and Technical Evaluation ........................................
53. Clarification on Tender ............................................................................................
54. Restrictions on Disclosure of Information.............................................................
55. Correction of Arithmetical Errors ...........................................................................
56. Financial Evaluation.................................................................................................
57. Price Comparison ....................................................................................................
58. Negotiations .............................................................................................................
59. Post-qualification......................................................................................................
60. Procuring Entity’s Right to Accept any or to Reject Any or All Tenders.............
61. Informing Reasons for Rejection...........................................................................
G.
Contract Award ......................................................................................................
62. Award Criteria...........................................................................................................
63. Notification of Award................................................................................................
64. Performance Security .............................................................................................
65. Form and Time Limit for Furnishing of Performance Security ..........................
66. Validity of Performance Security ...........................................................................
67. Authenticity of Performance Security ....................................................................
68. Adjudicator...............................................................................................................
69. Contract Signing ...................................................................................................
70. Publication of Notification of Award of Contract...................................................
71. Debriefing of Tenderers..........................................................................................
72. Right to Complain ...................................................................................................
Section 2.
B.
C.
D.
E.
F.
G.
Section 3.
A.
Tender Data Sheet ...............................................................................
Tender Document ..................................................................................................
Qualification Criteria .............................................................................................
Tender Preparation ................................................................................................
Tender Submission ...............................................................................................
Tender Opening and Evaluation .........................................................................
Contract Award ......................................................................................................
General Conditions of Contract .........................................................
General.....................................................................................................................
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
Gas RMS Bib-III
Definitions ..........................................................................................................................
Inte rpretation .....................................................................................................................
Communications and Notices..............................................................................................
Governing Law ..................................................................................................................
Governing Language.......................................................................................................
Documents Forming the Contract and Priority of Documents..................................
Scope of Works.................................................................................................................
Assignment........................................................................................................................
Eligibility .............................................................................................................................
Gratuities / Agency fees.................................................................................................
Confidential Details ..........................................................................................................
JVCA ...................................................................................................................................
Possession of the Site .....................................................................................................
Access to the Site .............................................................................................................
Procuring Entity ’s Responsibilitie s ...............................................................................
Approval of the Contractor’s Temporary Works..........................................................
7
17.
18.
19.
20.
21.
22.
23.
24.
25.
26.
27.
28.
29.
30.
31.
32.
33.
34.
35.
36.
37.
38.
39.
B.
Time Control ...........................................................................................................
40.
41.
42.
43.
44.
45.
46.
47.
48.
49.
50.
C.
Execution of Works ..........................................................................................................
Examination of Works before covering up ...................................................................
Identify ing Defects............................................................................................................
Testing................................................................................................................................
Rejection of Works ...........................................................................................................
Remedial Work ..................................................................................................................
Correction of Defects .......................................................................................................
Uncorrected Defects.........................................................................................................
Cost Control............................................................................................................
59.
60.
61.
62.
63.
64.
65.
66.
67.
68.
69.
70.
71.
72.
73.
74.
75.
76.
77.
78.
79.
Gas RMS Bib-III
Commencement of Works ....................................................................................................
Completion of Works........................................................................................................
Programme of Works .......................................................................................................
Pro Rata Progress.............................................................................................................
Early Warning ....................................................................................................................
Extension of Intended Completion Date .......................................................................
Delays Caused by Authorities ........................................................................................
Acceleration.......................................................................................................................
Delays Ordered by the Project Manager .......................................................................
Suspension of Work .........................................................................................................
Consequences of Suspension........................................................................................
Quality Control .......................................................................................................
51.
52.
53.
54.
55.
56.
57.
58.
D.
Contractor’s Responsibilitie s .........................................................................................
Taxes and Duties...............................................................................................................
Contractor’s Personnel....................................................................................................
Subcontracting..................................................................................................................
Nominated Subcontractor ...............................................................................................
Other Contractors .............................................................................................................
Project Manager’s Decisions ..........................................................................................
Delegation ..........................................................................................................................
Instructions,.......................................................................................................................
Queries about the Contract conditions.........................................................................
Safety, Security and Protection of the Environment...................................................
Working Hours...................................................................................................................
Welfare of Labourers........................................................................................................
Child Labour ......................................................................................................................
Discoveries ........................................................................................................................
Procuring Entity ’s and Contractor’s Risks...................................................................
Procuring Entity ’s Risks..................................................................................................
Contractor’s Risks............................................................................................................
Copy right............................................................................................................................
Limitation of Liability........................................................................................................
Insurance............................................................................................................................
Management and Progress Mee tings ............................................................................
Corrupt, Fraudulent, Collusive or Coercive Practices................................................
Contract Price....................................................................................................................
Bill of Quantities................................................................................................................
Changes in the Quantities and Unit Rate or Price .......................................................
Variations ...........................................................................................................................
Costing of Variations or Extra Orde rs ...........................................................................
Cash Flow Forecasts........................................................................................................
Payment Certificates ........................................................................................................
Payments to the Contractor ............................................................................................
Delayed Payment ..............................................................................................................
Payments to Nominated Subcontractor(s) ...................................................................
Compensation Events ......................................................................................................
Adjustments for Changes in Legislation.......................................................................
Price Adjustment...............................................................................................................
Retention Money ...............................................................................................................
Liquidated Damages.........................................................................................................
Bonus..................................................................................................................................
Advance Payment.............................................................................................................
Performance Security.......................................................................................................
Provisional Sums..............................................................................................................
Dayworks............................................................................................................................
Cost of Repairs to Loss or Damages.............................................................................
8
80.
81.
82.
83.
84.
85.
86.
87.
88.
89.
90.
91.
92.
93.
94.
Completion.........................................................................................................................
Taking Over........................................................................................................................
Amendment to Contract...................................................................................................
Final Account.....................................................................................................................
As-built Drawings and Manuals......................................................................................
Force Majeure ....................................................................................................................
Notice of Force Majeure ...................................................................................................
Consequences of Force Majeure....................................................................................
Release from Performance..............................................................................................
Termination........................................................................................................................
Payment upon Termination.............................................................................................
Property ..............................................................................................................................
Frustration..........................................................................................................................
Contractor’s Claims..........................................................................................................
Settlement of Disputes.....................................................................................................
Section 4.
Particular Conditions of Contract......................................................
Section 5.
Tender and Contract Forms ...............................................................
Tender Submission Letter (Form PW3-1)................................................................................
Tenderer Information (Form PW3-2)........................................................................................
JVCA Partne r Information (Form PW3-3)................................................................................
Subcontractor Information (Form PW3-4) ..............................................................................
Personnel Information (Form PW3-5)......................................................................................
Manufacture r’s Authorisation & Warranty/Guarantee Lette r [Form PW3-5(a)].................
Bank Guarantee for Tender Security (Form PW3-6)..............................................................
Notification of Award (Form PW3-7)........................................................................................
Contract Agreement (Form PW3-8)..........................................................................................
Bank Guarantee for Performance Security (Form PW3-9)...................................................
Bank Guarantee for Advance Payment (Form PW3-10)........................................................
Bank Guarantee for Retention Money Security (Form PW3-11) .........................................
Deviation List (Form PW3-12) ...................................................................................................
Specifications Submission and Compliance Sheet (Form PW3-3)....................................
Section 6.
Bill of Quantities & Schedule of Requirement .................................
Section 7. Technical Specifications........................................................................
Section 8.
General Specifications/ Particular Specifications ..........................
Section 9. Drawings ..................................................................................................
Gas RMS Bib-III
9
Section 1.
Instructions to Tenderers
A.
1. Scope of Tender
2. Interpretation
3. Source of Funds
Gas RMS Bib-III
General
1.1
The Procuring Entity, as indicated in the Tender Data Sheet (TDS)
issues this Tender Document for the procurement of Works and
associated Services incidental thereto as specified in the TDS and as
detailed in Section 6: Bill of Quantities . The name of the Tender
and the number and identification of its constituent lot(s) are stated in
the TDS.
1.2
The successful Tenderer shall be required to execute the works and
physical services as specified in the General Conditions of Contract
2.1
Throughout this Tender Document:
(a)
the term “in writing” means communication written by hand or
machine duly signed and includes properly authenticated
messages by facsimile or electronic mail;
(b)
if the context so requires, singular means plural and vice
versa;
(c)
“day” means calendar days unless otherwise specified as
working days;
(d)
“Person” means and includes an individual, body of
individuals, sole proprietorship, partnership, company,
association or cooperative society that wishes to participate in
Procurement proceedings;
(e)
“Tenderer” means a Person who submits a Tender;
(f)
“Tender Document” means the Document provided by a
Procuring Entity to a Tenderer as a basis for preparation of the
Tender; and
(g)
“Tender” depending on the context, means a Tender
submitted by a Tenderer for execution of Works and Physical
Services to a Procuring Entity in response to an Invitation for
Tender.
3.1
The Procuring Entity has been allocated public funds as indicated
in the TDS and intends to apply a portion of the funds to eligible
payments under the Contract for which this Tender Document is
issued.
3.2
For the purpose of this provision, “public funds” means any
monetary resources appropriated to Procuring Entities under
Government budget, or loan, grants and credits placed at the
disposal of Procuring Entities through the Government by the
development partners or foreign states or organisations.
3.3
Payments by the development partner, if so indicated in the TDS,
will be made only at the request of the Government and upon
approval by the development partner or foreign state or
Organisation in accordance with the applicable Loan / Credit /
Grant Agreement, and will be subject in all respects to the terms
and conditions of that Agreement.
10
4. Corrupt, Fraudulent,
Collusive or
Coercive Practices
4.1
The Government requires that Procuring Entities, as well as
Tenderers and Contractors shall observe the highest standard of
ethics during implementation of procurement proceedings and the
execution of Contracts under public funds.
4.2
For the purposes of ITT Sub Clause 4.3, the terms set forth belo w
as follows:
(a)
“corrupt practice” means offering, giving or promising to
give, receiving, or soliciting either directly or indirectly, to
any officer or employee of a Procuring Entity or other public
or private authority or individual, a gratuity in any form;
employment or any other thing or service of value as an
inducement with respect to an act or decision or method
followed by a Procuring Entity in connection with a
Procurement proceeding or Contract execution;
(b)
“fraudulent practice” means
the misrepresentation or
omission of facts in order to influence a decision to be taken
in a Procurement proceeding or Contract execution;
(c)
“collusive practice” means a scheme or arrangement between
two (2) or more Persons, with or without the knowledge of
the Procuring Entity, that is designed to arbitrarily reduce the
number of Tenders submitted or fix Tender prices at artificial,
non-competitive levels, thereby denying a Procuring Entity
the benefits of competitive price arising from genuine and
open competition; or
“coercive practice” means harming or threatening to harm,
directly or indirectly, Persons or their property to influence
a decision to be taken in the Procurement proceeding or
the execution of a Contract, and this will include creating
obstructions in the normal submission process used for
Tenders.
“obstructive practice” means deliberately destroying,
falsifying, altering or concealing of evidence material to the
investigation or making false statements to investigators in
order to materially impede an investigation into allegations
of a corrupt, fraudulent, coercive or collusive practice;
and/or threatening, harassing or intimidating any party to
prevent it from disclosing its knowledge of matters relevant
to the investigation or from pursuing the investigation.
(d)
(e)
4.3
Gas RMS Bib-III
Should any corrupt, fraudulent, collusive, coercive or obstructive
practice of any kind come to the knowledge of the Procuring Entity, it
will, in the first place, allow the Tenderer to provide an explanation
and shall, take actions only when a satisfactory explanation is not
received. Such exclusion and the reasons thereof, shall be recorded
in the record of the procurement proceedings and promptly
communicated to the Tenderer concerned. Any communications
between the Tenderer and the Procuring Entity related to matters of
alleged corrupt, fraudulent, collusive, coercive, or obstructive
practices shall be in writing.
11
4.4
5. Eligible Tenderers
Gas RMS Bib-III
If corrupt, fraudulent, collusive, coercive or obstructive practices of
any kind is determined by the Procuring Entity against any
Tenderer or Contractor in competing for, or in executing, a contract
under public fund, the Procuring Entity shall :
(a)
exclude the concerned Tenderer from further participation
in the concerned procurement proceedings;
(b)
reject any recommendation for award that had been
proposed for that concerned Tenderer; and
(c)
declare, at its discretion, the concerned Tenderer to be
ineligible to participate in further Procurement proceedings,
either indefinitely or for a specific period of time.
4.5
The Tenderer shall be aware of the provisions on corruption,
fraudulence, collusion, coercion and obstruction as stated in GCC
Clause 39 and 89.1(b)(vii).
5.1
This Invitation for Tenders is open to all potential Tenderers from
all countries, except for any specified in the TDS.
5.2
A Tenderer may be a physical or juridical individual or body of
individuals, or company, association or any combination of them in
the form of a Joint Venture, Consortium or Association (JVCA)
invited to take part in public procurement or seeking to be so
invited or submitting a Tender in response to an Invitation for
Tenders.
5.3
A Government-owned enterprise in Bangladesh may also
participate in the Tender if it is legally and financially autonomous,
it operates under commercial law, and it is not a dependent
agency of the Procuring Entity.
5.4
The Tenderer shall have the legal capacity to enter into the
Contract.
5.5
Tenderers should not be associated, or have been associated in
the past, directly or indirectly, with a consultant or any of its
affiliates which have been engaged by the Procuring Entity to
provide consulting services for the preparation of the design,
specifications, and other documents to be used for the
procurement of the works to be performed under this Invitation for
Tenders.
5.6
The Tenderer in its own name or its other names or also in the
case of its Persons in different names, shall not be under a
declaration of ineligibility for corrupt, fraudulent, collusive,
coercive, or obstructive practices as stated under ITT Sub Clause
4.4.
5.7
The Tenderer with a poor performance, consistent history of
litigation or arbitration awards against it shall not be eligible to
Tender.
5.8
The Tenderer shall not be insolvent, be in receivership, be
bankrupt, be in the process of bankruptcy, be not temporarily
barred from undertaking business and it shall not be the subject of
12
legal proceedings for any of the foregoing.
5.9
The Tenderer shall have fulfilled its obligations to pay taxes and
social security contributions under the provisions of laws and
regulations of the country of its origin.
5.10 Tenderers shall provide such evidence of their continued eligibility
satisfactory to the Procuring Entity, as the Procuring Entity will
reasonably request.
5.11 These requirements for eligibility will extend, as applicable, to each
JVCA partner and Subcontractor proposed by the Tenderer.
6.1
6. Eligible Materials,
Equipment and
Associated Services
All materials, equipment and associated services to be supplied
under the Contract are from eligible sources, unless their origin is
from a country specified in the TDS.
6.2
For the purposes of this Clause, “origin” means the place where
the Materials and Equipments are mined, grown, cultivated,
produced or manufactured or processed, or through manufacturing,
processing, or assembly, another commercially recognized new
product results that differs substantially in its basic characteristics
from its components or the place from which the associated
services are supplied.
6.3
The origin of materials and equipment and associated services is
distinct from the nationality of the Tenderer.
7.1
The Tenderer is advised to visit and examine the Site of Works
and its surroundings and obtain for itself on its own responsibility
all information that may be necessary for preparing the Tender and
entering into a contract for construction of the Works.
7.2
The Tenderer and any of its personnel or agents will be granted
permission by the Procuring Entity to enter into its premises and
lands for the purpose of such visit, but only upon the express
condition that the Tenderer, its personnel, and agents will release
and indemnify the Procuring Entity and its personnel and agents
from and against all liability in respect thereof, and will be
responsible for death or personal injury, loss of or damage to
property, and any other loss, damage, costs, and expenses
incurred as a result of the inspection.
7.3
The Tenderer should ensure that the Procuring Entity is informed
of the visit in adequate time to allow it to make appropriate
arrangements.
7.4
The costs of visiting the Site shall be at the Tenderer’s own
expense.
7. Site Visit
B.
8. Tender Document:
General
Gas RMS Bib-III
8.1
Tender Document
The Sections comprising the Tender Document are listed below,
and should be read in conjunction with any Addendum issued
under ITT Clause 11.
• Section 1 Instructions to Tenderers (ITT)
13
•
•
•
•
•
•
•
•
9. Clarification of
Tender Document
10. Pre-Tender Meeting
Section 2
Section 3
Section 4
Section 5
Section 6
Section 7
Section 8
Section 9
Tender Data Sheet (TDS)
General Conditions of Contract (GCC)
Particular Conditions of Contract (PCC)
Tender and Contract Forms
Bill of Quantities (BOQ)
General Specifications
Particular Specifications
Drawings
8.2
The Procuring Entity is not responsible for the completeness of the
Tender Document and their addenda, if these were not purchased
directly from the Procuring Entity, or through its agent as stated in the
TDS.
8.3
The Tenderer is expected to examine all instructions, forms,
terms, and specifications in the Tender Document as well as in
addendum to Tender, if any.
9.1
A prospective Tenderer requiring any clarification of the Tender
Document shall contact the Procuring Entity in writing at the
Procuring Entity’s address and within time as indicated in the
TDS.
9.2
A Procuring Entity is not obliged to answer any clarification
request received after that date as stated under ITT Sub Clause
9.1.
9.3
The Procuring Entity shall respond in writing within five (5) working
days of receipt of any such request for clarification received under
ITT Sub Clause 9.1.
9.4
The Procuring Entity shall forward copies of its response to all those
who have purchased the Tender Document, including a description
of the enquiry but without identifying its source.
9.5
Should the Procuring Entity deem it necessary to revise the Tender
Document as a result of a clarification, it will do so following the
procedure under ITT Clause 11 and ITT Sub Clause 42.2.
10.1 To clarify issues and to answer questions on any matter arising in the
Tender Document, the Procuring Entity may, if stated in the TDS,
hold a pre-Tender Meeting at the place, date and time as specified in
the TDS. All potential Tenderers are encouraged and invited to
attend the meeting, if it is held.
10.2 The Tenderer is requested to submit any questions in writing so as to
reach the Procuring Entity no later than one day prior to the date of
the meeting.
10.3 Minutes of the pre-Tender meeting, including the text of the
questions raised and the responses given, together with any
responses prepared after the meeting, will be transmitted within five
(5) working days after holding the meeting to all those who
purchased the Tender document and to even those who did not
attend the meeting. Any revision to the Tender document listed in
ITT Sub-Clause 8.1 that may become necessary as a result of the
pre-Tender meeting will be made by the Procuring Entity exclusively
Gas RMS Bib-III
14
through the issue of an Addendum pursuant to ITT Sub Clause 11
and not through the minutes of the Pre-Tender meeting.
10.4 Non-attendance at the Pre-Tender meeting will not be a cause for
disqualification of a Tenderer.
11. Addendum to Tender
Document
11.1 At any time prior to the deadline for submission of Tenders, the
Procuring Entity, on its own initiative or in response to an inquiry in
writing from a Tenderer, having purchased the Tender Document, or
as a result of a Pre-Tender meeting may revise the Tender
Document by issuing an Addendum.
11.2 The Addendum issued under ITT Sub Clause 11.1 shall become an
integral part of the Tender Document and shall have a date and an
issue number and must be circulated by fax, mail or e-mail, to
Tenderers who have purchased the Tender Documents, within three
(3) working days of issuance of such Addendum, to enable
Tenderers to take appropriate action.
11.3 The Tenderers will acknowledge receipt of an Addendum within
three (3) working days.
11.4 Procuring Entities shall also ensure posting of the relevant addenda
with the reference number and date on their websites including
notice boards, where the Procuring Entities had originally posted the
IFTs.
11.5 To give a prospective Tenderer reasonable time in which to take an
addendum into account in preparing its Tender, the Procuring Entity
may, at its discretion, extend the deadline for the submission of
Tenders, pursuant to ITT Sub Clause 42.2.
11.6 If an addendum is issued when time remaining is less than one-third
of the time allowed for the preparation of Tenders, a Procuring Entity
at its discretion shall extend the deadline by an appropriate number
of days for the submission of Tenders, depending upon the nature of
the Procurement requirement and the addendum. In any case, the
minimum time for such extension shall not be less than three (3)
working days.
C. Qualification Criteria
12. General Criteria
Gas RMS Bib-III
12.1
The Tenderer shall possess the necessary professional and
technical qualifications and competence, financial resources,
equipment and other physical facilities, managerial capability,
specific experience, reputation, and the personnel, to perform the
contract.
12.2
To qualify for multiple number of contracts/lots in a package made
up of this and other individual contracts/lots for which tenders are
invited in the Invitation for Tenders, the Tenderer shall
demonstrate having resources and experience sufficient to meet
the aggregate of the qualifying criteria for the individual contracts.
15
13. Litigation History
13.1 Litigation history shall comply with the requirement as specified in
ITT 15.1(c).
14. Experience Criteria
14.1 The Tenderer shall have the following minimum level of
construction experience to qualify for the performance of the
Works under the Contract:
(a)
(b)
15. Financial Criteria
16. Personnel Capacity
a minimum number of years of general experience in the
construction of works as Prime Contractor or Subcontractor
or Management Contractor as specified in the TDS; and
Specific experience as a Prime Contractor or
Subcontractor or Management Contractor in construction
works of a nature, complexity and methods/construction
technology similar to the proposed Works in at least a
number of contract(s) and of a minimum value over the
period, as specified in the TDS.
15.1 The Tenderer shall have the following minimum level of financial
capacity to qualify for the performance of the Works under the
Contract.
16.1
(a)
the average annual construction turnover as specified in
the TDS during the period specified in the TDS;
(b)
availability of minimum liquid assets or working capital or
credit facilities, as specified in the TDS; and
(c)
satisfactory resolution of all claims, arbitrations or other
litigation cases and shall not have serious negative impact
on the financial capacity of the Tenderer.
The Tenderer shall have the following minimum level of personnel
capacity to qualify for the performance of the Works under the
Contract:
(a)
a Construction Project Manager, Engineers, and other key
staff with qualifications and experience as specified in the
TDS;
17. Equipment Capacity
17.1 The Tenderer shall own suitable equipment and other physical
facilities or have proven access through contractual arrangement
to hire or lease such equipment or facilities for the desired period,
where necessary or have assured access through lease, hire, or
other such method, of the essential equipment, in full working
order, as specified in the TDS.
18. Joint Venture,
Consortium or
Association (JVCA)
18.1
The Tenderer may participate in the procurement proceedings
forming a Joint Venture, Consortium or Associations (JVCA) by an
agreement,executed case by case on a non judicial stamp of value
as stated in TDS or alternately with the intent to enter into such an
agreement supported by a Letter of Intent along with the proposed
agreement duly signed by all partners of the intended JVCA and
authenticated by a Notary Public .
18.2
The figures for each of the partners of a JVCA shall be added
Gas RMS Bib-III
16
together to determine the Tenderer’s compliance with the minimum
qualifying criteria; however, for a JVCA to qualify, lead partner and its
other partners must meet the criteria stated in
TDS Failure t
comply with these requirements will result in rejection of the JVCA
Tender. Subcontractors’ experience and resources will not be taken
into account in determining the Tenderer’s compliance with the
qualifying criteria.
19. Subcontractor(s)
18.3
Each partner of the JVCA shall be jointly and severally liable for the
execution of the Contract, all liabilities and ethical and legal
obligations in accordance with the Contract terms.
18.4
The JVCA shall nominate a Representative (partner-in-charge) who
shall have the authority to conduct all business for and on behalf of
any and all the partners of the JVCA during the tendering process
and, in the event the JVCA is awarded the Contract, during contract
execution including the receipt of payments for and on behalf of the
JVCA.
18.5
Each partner of the JVCA shall complete the JVCA Partner
Information (Form PW3-3) for submission with the Tender.
19.1
A Tenderer may intend to subcontract an activity or part of the
Works, in which case such elements and the proposed
Subcontractor shall be clearly identified.
19.2
The Procuring Entity may require Tenderers to provide more
information about their subcontracting arrangements. If any
Subcontractor is found ineligible or unsuitable to carry out the
subcontracted tasks, the Procuring Entity may request the Tenderer
to propose an acceptable substitute.
19.3
The Procuring Entity may also select nominated Subcontractor(s) to
execute certain specific components of the Works and if so, those
will be specified in the TDS.
19.4
The successful Tenderer shall under no circumstances assign the
Works or any part of it to a Subcontractor.
19.5
Each Subcontractor shall complete the Subcontractor Information
(Form PW3-4 ) for submission with the Tender.
D.
Tender Preparation
20. Only one Tender
20.1
A Tenderer shall submit only one (1) Tender for each lot, either
individually or as a JVCA. The Tenderer who submits or participates
in
more than one (1) Tender in one (1) lot will cause all the
Tenders of that particular Tenderer to be rejected.
21. Cost of Tendering
21.1
The Tenderer shall bear all costs associated with the preparation
and submission of its Tender, and the Procuring Entity shall not be
responsible or liable for those costs, regardless of the conduct or
outcome of the Tendering process.
22. Issuance and Sale of 22.1
Tender Document
A Procuring Entity shall make Tender Documents available
immediately to the potential Tenderers, requesting and willing to
purchase at the corresponding price if the advertisement has been
published in the newspaper.
22.2
There shall not be any pre-conditions whatsoever, for sale of Tender
Gas RMS Bib-III
17
Documents and the sale of such Document shall be permitted up to
the day prior to the day of deadline for the submission of Tender.
23. Language of Tender
24. Contents of Tender
23.1
The Tender shall be written in the English language.
Correspondences and documents relating to the Tender may be
written in English or Bangla. Supporting documents and printed
literature furnished by the Tenderer that are part of the Tender may
be in another language, provided they are accompanied by an
accurate translation of the relevant passages in the English or
Bangla language, in which case, for purposes of interpretation of the
Tender, such translation shall govern.
23.2
The Tenderer shall bear all costs of translation to the governing
language and all risks of the accuracy of such translation.
24.1
The Tender prepared by the Tenderer will comprise the following:
(a)
the Tender Submission Letter in accordance with ITT Clause
25 (Form PW3-1);
24.2
(b)
Tenderer Information in accordance with ITT Clauses 5,29
and 32 (Form PW3-2);
(c)
the priced Bill of Quantities for each lot in accordance with
ITT Clauses 25,27 and 28;
(d)
Tender Security as stated under ITT Clauses 35, 36 and 37.
(e)
alternatives, if permissible, as stated under ITT Clause 26;
(f)
written confirmation authorizing the signatory of the Tender to
commit the Tenderer, as stated under ITT Sub Clause 40.3;
(g)
Valid Trade license ;
(h)
documentary evidence of Tax Identification Number (TIN)
and Value Added Tax (VAT) as a proof of taxation
obligations as stated under ITT Sub Clause 5.9;
(i)
documentary evidence as stated under ITT Clause 29
establishing the Tenderer’s qualifications to perform the
Contract if its tender is accepted;
(j)
Technical Proposal describing work plan & method,
personnel, equipment and schedules as stated under ITT
Clause 31;
(k)
documentary evidence as stated under ITT Clause 32
establishing the minimum qualifications of the Tenderer
required to be met for due performance of the Works and
physical services under the Contract; and
(l)
any other document as specified in the TDS.
In addition to the requirements stated under ITT Sub Clause 24.1,
Tenders submitted by a JVCA or proposing a Subcontractor shall
include:
(a)
a Joint Venture Agreement entered into by all partners,
executed on a non-judicial stamp of value or equivalent as
stated under ITT Sub Clause 18.1; or
(b)
Gas RMS Bib-III
a Letter of Intent alo ng with the proposed agreement duly
signed by all partners of the intended JVCA with the
18
declaration that it will execute the Joint Venture agreement in
the event the Tenderer is successful;
25. Tender Submission
Letter and Bill of
Quantities
26. Alternatives
27. Tender Prices,
Discounts and Price
Adjustment
the JVCA Partner Information (Form PW3-3 );
(d)
the Subcontractor Information (Form PW3-4).
25.1
The Tenderer shall submit the Tender Submission Letter (Form
PW3-1), which shall be completed without any alterations to its
format, filling in all blank spaces with the information requested,
failing which the Tender may be rejected as being incomplete.
25.2
The Tenderer shall submit the priced Bill of Quantities using the
form(s) furnished in Section 6: Bill of Quantities.
25.3
If in preparing its Tender, the Tenderer has made errors in the unit
rate or price or the total price, and wishes to correct such errors prior
to submission of its Tender, it may do so, but shall ensure that each
correction is initialled by the authorised person of the Tenderer.
26.1
Unless otherwise stated in the TDS, alternatives shall not be
considered.
26.2
When alternative times for completion are explicitly invited, a
statement to that effect will be included in the TDS, as will the
method of evaluating different times for completion.
26.3
Except as provided under ITT Sub Clause 26.4, Tenderers wishing
to offer technical alternatives to the requirements of the Tender
Documents must first price the Procuring Entity’s design as
described in the Tender Documents and shall further provide all
information necessary for a complete evaluation of the alternative by
the Procuring Entity, including drawings, designs, design
calculations, technical specifications, breakdown of prices, and
proposed construction methodology and other relevant details.
26.4
When specified in ITT clause 26.1, Tenderers are permitted to
submit alternative technical solutions for specified parts of the
Works, and such parts will be identified in the TDS.
26.5
Only the technical alternatives, if any, of the lowest evaluated
Tenderer conforming to the basic technical requirements will be
considered by the Procuring Entity.
27.1 The prices and discounts quoted by the Tenderer in the Tender
Submission Letter (Form PW3-1 ) and in the Bill of Quantities (BOQ)
shall conform to the requirements specified below.
27.2
27.3
27.4
Gas RMS Bib-III
(c)
The Tenderer shall fill in unit rates or prices for all items of the Works
both in figures and in words as described in the BOQ.
The items quantified in the BOQ for which no unit rates or prices
have been quoted by the Tenderer will not be paid for, by the
Procuring Entity when executed and shall be deemed covered by the
amounts of other rates or prices in the BOQ and, it shall not be a
reason to change the Tender price.
The Procuring Entity may, if necessary, require the Tenderer to
submit the detail breakdown of the unit rates or prices quoted by the
Tenderer for the facilitation of the Tender proceedings.
19
27.5
The price to be quoted in the Tender Submission Letter, as stated
under ITT Sub Clause 25.1, shall be the total price of the Tender,
excluding any discounts offered.
27.6
The Tenderer shall quote any unconditional discounts and the
methodology for application of discount in the Tender Submission
Letter as stated under ITT Sub Clause 25.1.
27.7
Tenderers wishing to offer any price reduction for the award of more
than one lot shall specify in their Tender the price reductions
applicable to each lot, or alternatively, to any combination of lo ts
within the package. Price reductions or discounts will be submitted
as stated under ITT Sub Clause 27.1, provided the Tenders for all
lots are submitted and opened together.
27.8
All applicable taxes, custom duties, VAT and other levies payable by
the Contractor under the Contract, or for any other causes, as of the
date twenty-eight (28) days prior to the deadline for submission of
Tenders, shall be included in the unit rates and prices and the total
Tender price submitted by the Tenderer.
27.9
Unless otherwise provided in the TDS and the Contract, the price of
a Contract shall be fixed in which case the unit rates or prices may
not be modified in response to changes in economic or commercial
conditions.
27.10 If so indicated under ITT Sub Clause 27.9, Tenders are being invited
with a provision for price adjustments. The unit rates or prices quoted
by the Tenderer are subject to adjustment during the performance of
the Contract in accordance with the provisions of GCC Clause 71
and, in such case the Procuring Entity shall provide the indexes and
weightings or coefficients in Appendix to the Tender for the price
adjustment formulae specified in the PCC.
27.11 The Procuring Entity may require the Tenderer to justify its proposed
indexes, if any of those as stated under ITT Sub Clause 27.10, are
instructed to be quoted by the Tenderer in Appendix to the Tender.
28. Tender Currency
Gas RMS Bib-III
28.1
The Tenderer shall quote all prices in the Tender Submission Letter
and in the Bill of Quantities in Bangladesh Taka currency unless
otherwise specified in the TDS.
20
29. Documents
Establishing
Eligibility of the
Tenderer
29.1 A Tenderer, if applying as a sole Tenderer, shall submit documentary
evidence to establish its eligibility as stated under ITT Clause 5 and,
in particular, it shall:
(a)
complete the eligibility declarations in the Tender Submission
Letter (Form PW3-1);
(b)
complete the Tenderer Information (Form PW3-2 );
(c)
provide completed Subcontractor Information (Form PW3-4),
if it intends to engage any Subcontractor(s).
29.2 A Tenderer, if applying as a partner of an existing or intended JVCA
shall submit documentary evidence to establish its eligibility as stated
under ITT Clause 5 and, in particular, in addition to as specified in
ITT Sub Clause 29.1, it shall:
(a)
(b)
provide for each JVCA partner, completed JVCA Partner
Information (Form PW3-3);
provide the JVCA agreement or Letter of Intent along with
the proposed agreement of the intended JVCA as stated in
ITT Sub Clause 18.1.
30. Documents
30.1
Establishing the
Eligibility and
Conformity of
Materials, Equipment
and Services
30.2
The Tenderer shall submit documentary evidence to establish the
origin of all Materials, Equipment and services to be supplied under
the Contract as stated under ITT Clause 6.
31. Documents
Establishing
Technical Proposal
The Tenderer shall furnish a Technical Proposal including a
statement of work methods, equipment, personnel, schedule and
any other information as stipulated in TDS, in sufficient detail to
demonstrate the adequacy of the Tenderer’s proposal to meet the
work requirements and the completion time.
Gas RMS Bib-III
31.1
To establish the conformity of the Materials, Equipment and services
to be supplied under the Contract, the Tenderer shall furnish, as part
of its Tender, the documentary evidence (which may be in the form
of literature, specifications and brochures, drawings or data) that
these conform to the technical specifications and standards specified
in Section 7, General Specifications and Section 8, Particular
Specifications.
21
32. Documents
Establishing the
Tenderer’s
Qualification
32.1 Tenderers shall complete and submit the Tenderer Information
(Form PW3-2) and shall include documentary evidence, as
applicable to satisfy the following:
(a)
general experience of construction works as stated under ITT
Sub Clause 14.1(a) ;
(b)
specific experience in construction works of similar nature
and size as stated under ITT Sub Clauses 14.1(b)
(c)
average annual construction turnover for a period as stated
under ITT Sub Clause 15.1(a);
(d)
adequacy of working capital for this Contract i.e. access to
line(s) of credit and availability of other financialresourcesas
stated under ITT Sub Clause 15.1(b);
(e)
technical and administrative personnel along with their
qualification and experience proposed for the Contract as
stated under ITT Clause 16;
(f)
major items of construction equipment proposed to carry
out the Contract as stated under ITT Clause 17;
(g)
authority to seek references from the Tenderer’s bankers or
any other sources.
(h)
information regarding any litigation, current or during the
last five years, in which the Tenderer is involved, the
parties concerned, and disputed amount;
(i)
reports on the financial standing of the Tenderer, such as
profit and loss statements and auditor’s reports for the past
five years.
32.2 An Procuring Entity shall disqualify a Tenderer who submits a
document containing false information for purposes of qualification or
mislead or makes false representations in proof of qualification
requirements. An Procuring Entity may declare such a Tenderer
ineligible, either indefinitely or for a stated period of time, from
participation in future procurement proceedings
32.3 An Procuring Entity may disqualify a Tenderer if it finds at any time
that the information submitted concerning the qualifications of the
Tenderer was materially inaccurate or materially incomplete. Also,
an Procuring Entity may disqualify a Tenderer who has record of
poor performance such as abandoning the works, not properly
completing the contract, inordinate delays, litigation history or
financial failures.
33. Validity Period of
Tender
33.1
Tenders shall remain valid for the period specified in the TDS after
the date of Tender submission deadline prescribed by the Procuring
Entity.. A Tender valid for a period shorter than that specified will be
rejected by the Procuring Entity as non- responsive.
34. Extension of Tender
Validity and Tender
Security
34.1
In exceptional circumstances, prior to the expiration of the Tender
validity period, the Procuring Entity may solicit the Tenderers’
consent to an extension of the period of validity of their Tenders.
34.2
The request and the responses shall be made in writing. Validity of
the tender security provided under ITT Clause 35 shall also be
Gas RMS Bib-III
22
suitably extended for twenty eight (28) days beyond the new date for
the expiry of the Tender Validity. If a Tenderer does not respond or
refuses the request it shall not forfeit its tender securit , but its tender
shall no longer be considered in the evaluation proceedings. A
Tenderer agreeing to the request will not be required or permitted to
modify its tender.
35. Tender Security
35.1 The Tenderer shall furnish as part of its Tender, in favour of the
Procuring Entity or as otherwise directed on account of the Tenderer,
a Tender Security in original form and in the amount, as specified in
the TDS.
35.2 If the Tender is a Joint Venture, the Tenderer shall furnish as part of
its Tender, in favour of the Procuring Entity or as otherwise directed
on account of the title of the existing or intended JVCA or any of the
partners of that JVCA or in the names of all future partners as named
in the Letter of Intent of the JVCA, a Tender Security in original form
and in the amount as stated under ITT Sub Clause 35.1.
36. Form of Tender
Security
36.1 The Tender Security shall:
(a)
at the Tenderer’s option, be either;
i.
in the form of a bank draft or pay order, or
ii.
in the form of an irrevocable bank guarantee issued by
a scheduled Bank of Bangladesh, in the format (Form
PW3-6) furnished in Section 5: Tender and Contract
Forms;
(b)
be payable promptly upon written demand by the Procuring
Entity in the case of the conditions listed in ITT Sub Clause
39.1 being invoked; and
(c)
remain valid for at least twenty eight (28) days beyond the
expiry date of the Tender Validity in order to make a claim in
due course against a Tenderer in the circumstances as stated
under ITT Sub Clause 39.1.
37. Authenticity of
Tender Security
37.1
The authenticity of the Tender Security submitted by a Tenderer may
be examined and verified by the Procuring Entity at its discretion in
writing from the Bank issuing the security.
37.2
If a Tender Security is found to be not authentic, the Procuring Entity
may proceed to take measures against that Tenderer as stated
under ITT Sub Clause 4.4.
37.3
A Tender not accompanied by a valid Tender Security will be
rejected by the Procuring Entity.
38.1
No Tender Securities shall be returned by the Tender Opening
Committee (TOC) during and after the opening of the Tenders.
38.2
No Tender Security shall be returned to the Tenderers before
contract signing, except to those who are found unsuccessful.
38.3
Unsuccessful Tenderer’s tender security will be discharged or
returned as soon as possible but within 28 days of the end of the
tender validity period specified in ITT Sub-Clauses 33.1.
38. Return of Tender
Security
Gas RMS Bib-III
23
39. Forfeiture of Tender
Security
40. Format and Signing
of Tender
38.4
The tender security of the Successful Tenderer will be discharged
upon the Tenderer’s furnishing of the performance security pursuant
to ITT Clause 33 and signing the Agreement.
39.1
The Tender Security may be forfeited, if a Tenderer:
(a)
withdraws its Tender after opening of Tenders but within the
validity of the Tender as stated under ITT Clause 33 and 34;
or
(b)
refuses to accept a Notification of Award as stated under ITT
Sub Clause 63.1; or
(c)
fails to furnish Performance Security as stated under ITT
Sub Clause 64.1 and 64.2; or
(d)
refuses to sign the Contract as stated under ITT Sub Clause
69.2 ; or
(e)
does not accept the correction of the Tender price following
the correction of the arithmetic errors as stated under ITT
Clause 55.
40.1 The Tenderer shall prepare one (1) original of the documents
comprising the Tender as described in ITT Clause 24 and clearly
mark it “ORIGINAL.” In addition, the Tenderer shall prepare the
number of copies of the Tender, as specified in the TDS and clearly
mark each of them “COPY.” In the event of any discrepancy
between the original and the copies, the ORIGINAL shall prevail.
40.2 Alternatives, if permitted in accordance with ITT Clause 26, shall be
clearly marked “Alternative”.
40.3 The original and each copy of the Tender shall be typed or written in
indelible ink and shall be signed by the Person duly authorized to
sign on behalf of the Tenderer. This authorization shall be attached
to the Tender Submission Letter (Form PW3-1). The name and
position held by each Person(s) signing the authorization must be
typed or printed below the signature. All pages of the original and of
each copy of the Tender, except for un-amended printed literature,
shall be numbered sequentially and signed or initialled by the person
signing the Tender.
40.4 Any interlineations, erasures, or overwriting will be valid only if they
are signed or initialled by the Person(s) signing the Tender.
E.
41. Sealing, Marking
and Submission of
Tender
Tender Submission
41.1 The Tenderer shall enclose the original in one (1) envelo pe and all
the copies of the Tender, including the alternatives, if permitted under
ITT Clause 26, in another envelope, duly marking the envelopes as
“ORIGINAL” “ALTERNATIVE” (if permitted) and “COPY.” These
sealed envelopes will then be enclosed and sealed in one (1) single
outer envelope.
41.2 The inner and outer envelopes shall:
(a)
Gas RMS Bib-III
be addressed to the Procuring Entity at the address as stated
under ITT Sub Clause 42.1;
24
(b)
bear the name of the Tender and the Tender Number as
stated under ITT Sub Clause 1.1;
(c)
bear the name and address of the Tenderer;
(d)
bear a statement “DO NOT OPEN BEFORE ----------------------”
the time and date for Tender opening as stated under ITT Sub
Clause 48.1;
(e)
bear any additional identification marks as specified in the
TDS.
41.3 The Tenderer is sole ly and entirely responsible for pre-disclosure of
Tender information if the envelope(s) are not properly sealed and
marked.
41.4 Tenders shall be delivered by hand or by mail, including courier
services at the address(s) as stated under ITT Sub Clause 42.1.
41.5 The Procuring Entity will, on request, provide the Tenderer with
acknowledgement of receipt showing the date and time when it’s
Tender was received.
42. Deadline for
Submission of
Tender
42.1 Tenders shall be delivered to the Procuring Entity at the address
specified in the TDS and no later than the date and time specified in
the TDS.
42.2 The Procuring Entity may, at its discretion, extend the deadline for
submission of Tender as stated under ITT Sub Clause 42.1, in which
case all rights and obligations of the Procuring Entity and Tenderers
previously subject to the deadline will thereafter be subject to the
new deadline as extended.
42.3 In general, the submission of Tenders will not be allowed in more
than one place. If, in exceptional cases, for procurement using
government’s own fund, submission of Tenders is allowed in more
than one location/place, name of such primary and secondary
location/place(s) shall be as specified in the TDS.
43. Late Tender
43.1 Any Tender received by the Procuring Entity after the deadline for
submission of Tenders as stated under ITT Sub Clause 42.1 shall be
declared LATE, rejected, and returned unopened to the Tenderer.
44. Notice for
44.1 A Tenderer may modify, substitute or withdraw its Tender after it has
Modification,
been submitted by sending a written notice duly signed by the
Substitution or
authorized signatory and properly sealed, and shall include a copy of
Withdrawal of Tender
the authorization ; provided that such written notice including the
affidavit is received by the Procuring Entity prior to the deadline for
submission of Tenders as stated under ITT Clause 42.
45. Tender Modification
45.1 The Tenderer shall not be allowed to retrieve its original Tender, but
shall be allowed to submit corresponding modification to its original
Tender marked as “MODIFICATION”.
46. Tender Substitution
46.1 The Tenderer shall not be allowed to retrieve its original Tender, but
shall be allowed to submit another Tender marked as
“SUBSTITUTION”.
Gas RMS Bib-III
25
47. Tender Withdrawal
F.
48. Tender Opening
47.1 The Tenderer shall be allowed to withdraw its Tender by a Letter of
Withdrawal marked as “WITHDRAWAL”.
Tender Opening and Evaluation
48.1 Tenders shall be opened in one location, immediately, but no later
than one hour, after the deadline for submission of Tenders at the
place as specified in the TDS. In case of submission of tender for
procurement using Government’s own fund, tenders shall be opened
at the primary place of submission within three hours of the deadline
for submission of tenders.
48.2 Persons not associated with the Tender may not be allowed to
attend the public opening of Tenders.
48.3 The Tenderers’ representatives shall be duly authorised by the
Tenderer. Tenderers or their authorised representatives will be
allowed to attend and witness the opening of Tenders, and will sign a
register evidencing their attendance.
48.4 The authenticity of withdrawal or substitution of, or modifications to
original Tender, if any made by a Tenderer in specified manner, shall
be examined and verified by the Tender Opening Committee (TOC)
based on documents submitted as stated under ITT Sub Clause
44.1.
48.5 Ensuring that only the correct (M), (S), (A), (O) envelo pes are
opened, details of each Tender will be dealt with as follows:
(a)
the Chairperson of the Tender Opening Committee will read
aloud each Tender and record in the Tender Opening Sheet
(TOS) :
(i)
(ii)
(iii)
(iv)
(v)
(vi)
(vii)
the name and address of the Tenderer;
state if it is a withdrawn, modified, substituted or
original Tender;
the Tender price;
any discounts;
any alternatives;
the presence or absence of any requisite Tender
Security; and
such other details as the Procuring Entity, at its
discretion, may consider appropriate
(b)
only discounts and alternatives read alo ud at the Tender
opening will be considered in evaluation.
(c)
all pages of the original version of the Tender, except for unamended printed literature, will be initialled by members of
the Tender Opening Committee.
48.6 Upon completion of Tender opening, all members of the Tender
Opening Committee and the Tenderers or Tenderer’s duly
authorised representatives attending the Tender opening shall sign
Gas RMS Bib-III
26
by name, address, designation, the Tender Opening Sheet, copies of
which shall be issued to the Head of the Procuring Entity or an officer
authorised by him or her and also to the members of the Tend
Opening Committee and any authorised Consultants and, to the
Tenderers immediately.
48.7 The omission of a Tenderer’s signature on the record shall not
invalidate the contents and effect of the record under ITT Sub
Clause 48.6.
48.8 No Tender will be rejected at the Tender opening stage except the
LATE Tenders as stated in the ITT Clause 43.
49. Evaluation of Tenders 49.1
Tenders shall be examined and evaluated only on the basis of the
criteria specified in the Tender Document.
49.2
The Procuring Entity’s Tender Evaluation Committee (TEC) shall
examine, evaluate and compare Tenders that are substantially
responsive to the requirements of Tender Documents in order to
identify the successful Tenderer.
50.1
The TEC will consider a Tender responsive that conforms in all
respects to the requirements of the Tender Document without
material deviation, reservation, or omission. The evaluation
process should begin immediately after tender opening, following
four broad steps:
50. Evaluation Process
51. Preliminary
Examination
(a)
Preliminary examination
(b)
Technical examination and responsiveness
(c)
Financial evaluation and price comparison
(d)
Post-qualification of the Tender.
51.1
The Procuring Entity shall examine the tenders to confirm that all
documentation requested in ITT Clause 24 has been provided, to
determine the completeness of each document submitted.
51.2
The Procuring Entity shall confirm that the following documents and
information have been provided in the tender. If any of these
documents or information is missing, the offer shall be rejected.
(a)
Tender Submission Letter;
(b)
Priced Bill of Quantities;
(c)
Written confirmation of authorization to commit the
Tenderer; and
(d)
Tender Security.
52. Technical
52.1 The Procuring Entity’s determination of a tender’s responsiveness is
Responsiveness and
to be based on the contents of the tender itself without recourse to
Technical Evaluation
extrinsic evidence.
52.2
Gas RMS Bib-III
A substantially responsive tender is one that conforms in all respects
to the requirements of the Tender Document without material
deviation, reservation, or omission. A material deviation, reservation,
or omission is one that:
27
(a)
(b)
(c)
affects in any substantial way the scope, quality, or
performance of the Works specified in the Contract; or
limits in any substantial way, or is inconsistent with the
Tender Documents, the Procuring Entity’s rights or the
Tenderer’s obligations under the Contract; or
if rectified would unfairly affect the competitive position of
other Tenderers presenting substantially responsive
tenders.
52.3
If a tender is not substantially responsive to the Tender Document, it
shall be rejected by the Procuring Entity and shall not subsequently
be made responsive by the Tenderer by correction of the material
deviation, reservation, or omission.
52.4
There shall be no requirement as to the minimum number of
responsive tenders.
52.5
There shall be no automatic exclusion of tenders which are above or
belo w the official estimate.
52.6
The Procuring Entity shall now examine the tender to confirm that all
terms and conditions specified in the GCC and the PCC have been
accepted by the Tenderer without any material deviation or
reservation.
52.7
The Procuring Entity shall evaluate the technical aspects of the
tender submitted in accordance with ITT Clauses 30,31 and 32, to
confirm that all requirements specified in Section 7: General
Specifications and Section 8: Particular Specifications of the Tender
Document have been met without any material deviation or
reservation.
52.8
If, after the examination of the terms and conditions and the technical
aspects of the tender, the Procuring Entity determines that the tender
is not substantially responsive in accordance with ITT Sub-Clauses
52.6 and 52.7 , it shall reject the tender.
52.9
Provided that a tender is substantially responsive, the Procuring
Entity may request that the Tenderer submit the necessary
information or documentation, within a reasonable period of time, to
rectify nonmaterial nonconformities or omissions in the tender related
to documentation requirements. Such omission shall not be related
to any aspect of the rates of the tender reflected in the Priced Bill of
Quantities. Failure of the Tenderer to comply with the request may
result in the rejection of its tender.
52.10 The TEC may regard a Tender as responsive even if it contains;
53. Clarification on
Gas RMS Bib-III
53.1
(a)
minor or insignificant deviations which do not meaningfully
alter or depart from the technical specifications,
characteristics and commercial terms and, conditions or
other mandatory requirements set out in the Tender
Document; or
(b)
errors or oversights, that if corrected, would not alter the key
aspects of the Tender.
The TEC may ask Tenderers for clarification of their Tenders,
28
Tender
54. Restrictions on
Disclosure of
Information
55. Correction of
Arithmetical Errors
including breakdowns of unit rates or prices, in order to facilitate the
examination and evaluation of Tenders. The request for clarification
by the TEC and the response from the T nderer s
be in writing,
and Tender clarifications which may lead to a change in the
substance of the Tender or in any of the key elements of the Tender
pursuant to ITT Sub Clause 52.2, will neither be sought nor be
permitted.
53.2
Changes in the Tender price shall also not be sought or permitted,
except to confirm the correction of arithmetical errors discovered by
the TEC in the evaluation of the Tenders, as stated under ITT Sub
Clause 55.1.
54.1
After the opening of tenders, information relating to the
examination, clarification, and evaluation of tenders and
recommendations for award shall not be disclosed to tenderers or
other persons not officially concerned with the evaluation process
until the award of the contract is announced.
54.2
Any effort by a Tenderer to influence a Procuring Entity in its
decision concerning the evaluation of Tenders, Contract awards
may result in the rejection of its Tender as well as further action in
accordance with Section 64 (5) of the Public Procurement Act,
2006.
55.1
Provided that the Tender is substantially responsive, the TEC
shall correct arithmetical errors on the following basis:
55.2
56. Financial Evaluation
(a)
if there is a discrepancy between the unit price and the line
item total price that is obtained by multiplying the unit price
and quantity, the unit price will prevail and the line item
total price shall be corrected, unless in the opinion of the
TEC there is an obvious misplacement of the decimal
point in the unit price, in which case the total price as
quoted will govern and the unit price will be corrected; and
(b)
if there is an error in a total corresponding to the addition
or subtraction of subtotals, the subtotals shall prevail and
the total shall be corrected; and
(c)
if there is a discrepancy between words and figures, the
unit price in words will prevail, unless the amount
expressed in words is related to an arithmetic error, in
which case the amount in figures shall prevail subject to
(a) and (b) above.
If the Tenderer determined to be the lowest evaluated tenderer
does not accept the correction of errors, its tender shall be
disqualified and its tender security may be forfeited.
56.1 The TEC will evaluate each Tender that has been determined, up to
this stage of the evaluation, to be substantially responsive to the
requirements set out in the Tender Document.
56.2 To evaluate a Tender, the TEC will consider the following:
(a)
Gas RMS Bib-III
the Tender price, excluding Provisional Sums and the
provision, if any, for contingencies in the priced Bill of
Quantities, but including Daywork items, where priced
29
competitively;
(b)
adjustments for correction of arithmetical errors pursuant
to ITT Sub Clause 55.1;
(c)
adjustments in order to take into consideration the
unconditional discounts or methodology for application of
the discount offered pursuant to ITT Sub Clause 27.7;
(d)
adjustments for any other acceptable variations or
deviations pursuant to ITT Sub Clause 52.10.
56.3 Variations, deviations, alternatives and other factors which are in
excess of the requirements of the Tender Document or otherwise
result in unsolicited benefits for the Procuring Entity will not be taken
into account in Tender evaluation.
56.4 The estimated effect of any price adjustment provisions under GCC
Clause 71, applied over the period of execution of the Contract, will
not be taken into account in Tender evaluation.
56.5 If so indicated in the ITT Sub Clause 1.1 the Procuring Entity may
award one or multiple lo ts to one Tenderer following the
methodology specified in ITT Sub Clause 56.6.
56.6 To determine the lowest-evaluated lot or combination of lo ts, the
TEC will take into account:
(a)
the experience and resources sufficient to meet the
aggregate of the qualifying criteria for the individual lot;
(b)
the lowest-evaluated Tender for each lot calculated in
accordance with all the requirements of Evaluation Criteria;
(c)
the price reduction on account of discount per lot or
combination of lots and the methodology for application of
the discount as offered by the Tenderer in its Tender; and
(d)
the Contract-award sequence that provides the optimum
economic combination on the basis of least overall cost of
the total Contract package taking into account any
limitations due to constraints in Works or execution
capacity determined in accordance with the postqualification criteria stated under ITT Clause 59.
56.7 If the tender, which results in the lowest Evaluation Tender Price, is
Substantially below the updated official estimate or seriously
unbalanced as a result of front lo ading in the opinion of the
Procuring Entity, the Procuring Entity may require the Tenderer to
produce details price analyses for any or all items of the Bill of
Quantities, to demonstrate the internal consistency of those prices
with the construction methods and schedule proposed. After
evaluation of the price analyses, taking into consideration the
schedule of estimated Contract payments, the Procuring Entity may
require that the amount of the performance security set forth in ITT
Clause 64 be increased at the expenses of the Tenderer to a level
sufficient to protect the Procuring Entity against financial loss in the
event of default of the successful Tenderer under the Contract.
Gas RMS Bib-III
30
57. Price Comparison
57.1 The TEC will compare all substantially responsive Tenders to
determine the lo west-evaluated Tender, in accordance with ITT
Clause 56.
57.2 In the extremely unlikely event that there is a tie for the lowest
evaluated price, the Tenderer with the superior past performance
with the Procuring Entity shall be selected, whereby factors such as
delivery period, quality of Works delivered, complaints history and
performance indicators could be taken into consideration.
57.3 In the event that there is a tie for the lowest price and none of the
Tenderers has the record of past performance with the Procuring
Entity as stated under ITT Sub Clause 57.2, then the Tenderer shall
be selected, subject to firm confirmation through the Postqualification process, after consideration as to whether the Tenderer
has demonstrated in its Tender superior past performance with the
other Procuring Entities or a more efficient work programme and
work methodolo gy.
57.4 The successful Tenderer as stated under ITT Sub Clauses 57.1,
57.2 and 57.3 shall not be selected through lottery under any
circumstances.
58. Negotiations
59. Post-qualification
58.1
No negotiations shall be held during the Tender evaluation or
award with the lowest or any other Tenderer.
58.2
The Procuring Entity through the TEC may, however, negotiate
with the lowest evaluated Tenderer with the objective to reduce
the Contract price by reducing the scope of works or a reallocation
of risks and responsibilities, only when it is found that the lowest
evaluated Tender is significantly higher than the official estimate;
the reasons for such higher price being duly analyzed.
58.3
If the Procuring Entity decides to negotiate for reducing the scope
of the requirements under ITT Sub Clause 58.2, it will be required
to guarantee that the lowest Tenderer remains the lowest
Tenderer even after the scope of work has been revised and shall
further be ensured that the objective of the Procurement will not
be seriously affected through this reduction.
58.4
In the event that the Procuring Entity decides because of a high
Tender price to reduce the scope of the requirements to meet the
available budget, the Tenderer is not obliged to accept the award
and shall not be penalised in any way for rejecting the proposed
award.
59.1 The Procuring Entity shall determine to its satisfaction whether the
Tenderer that is selected as having submitted the lo west evaluated
and substantially responsive tender is qualified to perform the
Contract satisfactorily.
59.2 The determination shall be based upon an examination of the
documentary evidence of the Tenderer’s qualifications submitted by
the Tenderer, pursuant to ITT Clause 32, clarifications in accordance
with ITT Clause 53 and the qualification criteria indicated in ITT
Clauses 12 to 17. Factors not included therein shall not be used in
the evaluation of the Tenderer’s qualification.
Gas RMS Bib-III
31
59.3 An affirmative determination shall be a prerequisite for award of the
Contract to the Tenderer. A negative determination shall result in
rejection of the tenderer’s tender, in which event the Procuring Entity
shall proceed to the next lo west evaluated tender to make a similar
determination of that Tenderer’s capabilities to perform satisfactorily
59.4 The TEC may verify information contained in the Tender by visiting
the premises of the Tenderer as a part of the post qualification
process, if practical and appropriate.
60. Procuring Entity’s
Right to Accept any
or to Reject Any or
All Tenders
60.1
61. Informing Reasons
for Rejection
61.1 Notice of the rejection will be given promptly within seven (7) days of
decision taken by the Procuring Entity to all Tenderers and, the
Procuring Entity will, upon receipt of a written request, communicate
to any Tenderer the reason(s) for its rejection but is not required to
justify those reason(s).
The Procuring Entity reserves the right to accept any tender, to
annul the tender proceedings, or to reject any or all tenders at any
time prior to contract award, without thereby incurring any liability to
Tenderers, or any obligations to inform the Tenderers of the grounds
for the Procuring Entity’s action.
G.
62. Award Criteria
Contract Award
62.1 The Procuring Entity shall award the Contract to the Tenderer
whose offer is responsive to all the requirements of the Tender
Document and that has been determined to be the lowest
evaluated Tender, provided further that the Tenderer is
determined to be Post-qualified in accordance with ITT Clouse
59.
62.2 A Tenderer will not be required, as a condition for award, to
undertake responsibilities not stipulated in the Tender documents,
to change its price, or otherwise to modify its Tender.
63. Notification of Award
63.1
Prior to the expiry of the Tender Validity period and within seven
(7) working days of receipt of the approval of the award by the
Approving Authority, the Procuring Entity shall issue the
Notification of Award (NOA) to the successful Tenderer.
63.2
The Notification of Award, attaching the contract as per the
sample (Form PW3-7) to be signed, shall state :
(a)
(b)
(c)
(d)
(e)
63.3
Gas RMS Bib-III
the acceptance of the Tender by the Procuring Entity;
the price at which the contract is awarded;
the amount of the Performance Security and its format;
the date and time within which the Performance Security
shall be submitted; and
the date and time within which the Contract shall be signed.
Until a formal contract is signed, the Notification of Award will
constitute a Contract, which shall become binding upon the
furnishing of a Performance Security and the signing of the
32
Contract by both parties.
64. Performance Security 64.1 The Performance Security shall be provided by the successful
Tenderer in the amount as specified in the TDS and denominated
in the currencies in which the Contract Price is payable.
64.2 The Procuring Entity may increase the amount of the
Performance Security above the amounts as stated under ITT
Sub Clause 64.1 but not exceeding twenty five (25) percent of the
Contract price, if it is found that the Tender is Substantially below
the updated official estimated or unbalanced as a result of front
loading as stated under ITT Sub Clause 56.7.
64.3 The proceeds of the Performance Security shall be payable to the
Procuring Entity unconditionally upon first written demand as
compensation for any loss resulting from the Contractor’s failure
to complete its obligations under the Contract.
65. Form and Time Limit 65.1 The Performance Security, as stated under ITT Clause 64, may
for Furnishing of
be in the form of a Bank Draft, Pay Order or an irrevocable Bank
Performance
Guarantee in the format (Form PW3-9), issued by any scheduled
Security
Bank of Bangladesh acceptable to the Procuring Entity.
65.2 Within fourteen (14) days from the date of acceptance of the
Notification of Award (NOA) but not later than the date specified
therein, the successful Tenderer shall furnish the Performance
Security for the due performance of the Contract in the amount as
stated under ITT Sub Clauses 64.1 or 64.2.
66. Validity of
Performance
Security
66.1 The Performance Security shall be required to be valid until a date
twenty eight (28) days beyond the Intended Completion Date as
specified in Tender Document.
67. Authenticity of
Performance
Security
67.1 The Procuring Entity may verify the authenticity of the
Performance Security submitted by the successful Tenderer by
sending a written request to the branch of the bank issuing the
Pay Order, Bank Draft or irrevocable Bank Guarantee in specified
format.
68. Adjudicator
68.1 The Procuring Entity proposes the person named in the TDS to be
appointed as Adjudicator under the Contract, at an hourly fee and
for those reimbursable expenses specified in the TDS.
69. Contract Signing
69.1 At the same time as the Procuring Entity issues the Notification of
Award (NOA), the Procuring Entity will send the draft Contract
Agreement and all documents forming the Contract to the
successful Tenderer.
69.2 Within twenty-one (21) days of receipt of the Agreement, but not later
than twenty–eight (28) days of issuance of the NOA, the successful
Tenderer shall sign, date, and return it to the Procuring Entity.
69.3 Failure of the successful Tenderer to submit the Performance
Security, pursuant to ITT Sub-Clause 64.1, or sign the Contract,
pursuant to ITT Sub-Clause 69.2, shall constitute sufficient
grounds for the annulment of the award and forfeiture of the
Gas RMS Bib-III
33
Tender Security. In that event the Procuring Entity may award the
Contract to the next lowest evaluated Tenderer, whose offer is
substantially responsive and is determined by the Procuring Entity
to be qualified to perform the Contract satisfactorily.
70. Publication of
70.1 Notification of Awards for Contracts of Taka ten (10) million and
Notification of Award
above shall be notified by the Procuring Entity to the Central
of Contract
Procurement Technical Unit within seven (7) days of issuance of
the NOA for publication in their website, and that notice shall be
kept posted for not less than a month.
70.2 Notification of Award for Contracts below Taka ten (10) million,
shall be published by the Procuring Entity on its Notice Board and
where applicable on the website of the Procuring Entity and that
notice shall be kept posted for not less than a month.
71. Debriefing of
Tenderers
71.1 Debriefing of Tenderers by Procuring Entity shall outline the
relative status and weakness only of his or her Tender requesting
to be informed of the grounds for not accepting the Tender
submitted by him or her, without disclosing information about any
other Tenderer.
71.2 In the case of debriefing, confidentiality of the evaluation process
shall be maintained.
72. Right to Complain
Gas RMS Bib-III
72.1
Any Tenderer has the right to complain in accordance with
Section 29 of the Public Procurement Act 2006 and Part 12 of
Chapter Three of the Public Procurement Rules, 2008.
34
Section 2.
ITT
Clause
ITT 1.1
Tender Data Sheet
Amendments of, and Supplements to, Clauses in the Instructions to Tenderers
A.
General
The Employer is: Bangladesh Power Development Board.
Representative :
Secretary
Bangladesh Power Development Board
WAPDA Building (1st floor)
Motijheel Commercial area, Dhaka-1000.
Tel: 9554209, 9567350 Fax: 880-2-9564765
Consignee:
Project Director, Bibiyana- III 400 MW CCPP Construction Project, BPDB, Bangladesh.
The Name of the Tender is:
ITT 3.1
ITT 3.3
ITT 5.1
ITT 6.1
ITT 7.1
ITT 8.2
Design-Build, Supply, Erection, Installation, Testing & Commissioning of Skid Mounted
Gas Regulating & Metering Station for Supplying Natural Gas to Bibiyana -III 400 MW
Combined Cycle Power Plant at Nabiganj Upazila, Habiganj District on Turnkey Basis.
The source of public funds is Energy Development & Maintenance Fund of BPDB (Cash
Foreign Exchange Allocation).
The name of the Development Partner is – None
Tenderers from the following countries are not eligible:
Israel
Materials, Equipments and associated services from the following countries are not
eligible:
Israel
Each Tenderer before submitting his Tender will carefully examine the tender
requirements and will visit the site at their own cost to determine the existing conditions,
facilities and limitations. Any neglect to delay or failure on the part of the tenderer to
obtain reliable information upon the foregoing or any matter effecting the work and
completion period shall not relieve the successful tenderer of his responsibilities, risks
or liabilities until final acceptance of the work in case of award of the contract.
B.
Tender Document
The following are authorised agents of the Procuring Entity for the purpose of issuing
the Tender Document:
Director, Directorate of Purchase
Bangladesh Power Development Board
WAPDA Bhaban (9th Floor)
Motijheel C/A, Dhaka -1000, Bangladesh
Telephone: 9550532; Fax: 8802-7126151
Gas RMS Bib -III
35
ITT 9.1
ITT 10.1
For clarification of Tender Document purposes only, the Procuring Entity’s address
is:
Secretary
Bangladesh Power Development Board
WAPDA Building (1st floor)
Motijheel Commercial area, Dhaka-1000.
Tel: 9554209, 9567350 Fax: 880-2-9564765
Clarification should be submitted before two-third of time allowed for preparation and
submission of Tender elapses as mentioned in Tender Invitation Notice.
A Pre- Tender meeting shall not be held
or
The Pre- Tender meeting shall be held at (if sought by the ProspectiveTenderer) :
Time & Date: To be informed later.
ITT
14.1(a)
ITT
14.1(b)
C.
Qualification Criteria
The minimum number of years of general experience of the Tenderer shall be Ten (10)
years.
Qualification requirement of Tenderer:
(a)The Tenderer shall have minimum ten (10) years of overall experience in Design,
Supply, Installation/ Fabrication/ Construction, Testing and Commissioning of Skid
Mounted Gas Regulating and Metering station on Turnkey basis; and
(b)The Tenderer shall have proven experience in Detail Engineering, Design,
Installation/ Fabrication / Construction, Testing and Commissioning of at least 02 (two)
such CMS/RMS of minimum capacity of 50(fifty) MMCFD on Turnkey basis during last
ten (10) years ; out of which at least 1 (one) CMS/RMS shall be in other than the home
country of the Tenderer.
(c) Bidders may form joint venture/ consortium/ Association (JCVA) to enhance their
qualification. At least one of the members of the JVCA shall have qualification
mentioned above in (a) and (b) Other members shall have Construction/ Fabrication
work experience of minimum 40 MMCFD Gas CMS/RMS within last 7 years. Any
member of qualified JVCA or any authorized local agent can purchase the bid
document.
Properly notarized version of all pertinent documents regarding change of name of any
bidder or bidder inherited qualification from an acquired organization shall be submitted
with the technical offer.
Tenderers shall submit the documentary evidences i.e. copies of certificates obtained
from the clients/end users evidencing satisfactory completion (along with satisfactory
performance for at least 01 year) of such CMS/RMS on turnkey basis in favour of its
specific experience. The certificates shall contain name of the major equipments/plants
installed in the station, station capacity (MMSCFD), pressure designations, and year of
completion, name and address (with Telephone, FAX & E-mail) of the clients.The
certificate shall be in the official pad of the employers containing its full address.
ITT
15.1(a)
The required average annual construction turnover shall be greater than Equivalent
USD 5.0 million over the last five (5) years; years counting backward from the date of
publication of IFT in the newspaper.
Gas RMS Bib -III
36
ITT
15.1(b)
The minimum amount of liquid assets or working capital or credit facilities of the
Tenderer shall be Equivalent USD 1.0 million.
ITT
16.1(a)
A Construction Project Manager, Engineer, and other key staff shall have the following
qualifications and experience:
Qualified Engineer having at least 05 years experience of similar work.
ITT 17.1
The Tenderer shall own or have proven access to hire or lease of the major construction
equipments, in full working order as follows :
As required to perform the work.
ITT 18.1
The value of non-judicial stamp for execution of the Joint Venture agreement shall be Tk
300 (Three Hundred).
ITT 18.2
The minimum qualification requirements of Leading Partner and other Partner(s) of a
JVCA shall be as follows :
TDS Clauses
References
Requirements
by summation
ITT-14.1(a)
ITT-14.1(b)
Summation not
applicable
100%
ITT-15.1(a)
Requirements for
Leading Partner
Requirements for
other Partner(s)
As stated in TDS
As stated in TDS
As stated in TDS
As stated in TDS
100%
40%
25%
ITT-15.1(b)
100%
40%
25%
ITT-16.1(a)
100%
Not applicable
Not applicable
ITT-17.1
100%
Not applicable
Not applicable
ITT 19.3
The Nominated Subcontractor(s) named [None] shall execute the following specific
components of the proposed Works: None
D.
Tender Preparation
The
Tenderer
shall
submit
with
its
Tender the following additional documents:
ITT 24.1
The
Tenderer
must
demonstrate
that
it has adequate expertise and resources to carry
(l)
out the scope of supply and work (as stated in the scope of work in Section 7).
1) Sealed & signed Tender document.
2) The Tenderer shall mention maximum days required for the completion of supply of
spares/ equipment/ materials (at site) reckoning from the date of L/C opening and
maximum days required for the completion of actual Turnkey work, including the
schedule of work in bar chart form as well as in critical path method in the tender.
3) If Tenderer does not manufacture or produce the Goods it offers to supply shall
submit the Manufacturer’s Authorization & Warranty/Guarantee Letter [Form PW3-5(a)]
furnished in Section 5: Tender and Contract Forms, to demonstrate that it has been duly
authorized by the manufacturer or producer of the Goods to supply the Goods to
Bangladesh. Authorization & Warranty/Guarantee Letter from Dealer /Trading house will
not be accepted if not supported by Manufacturer’s Authorization Letter. Authorization
Gas RMS Bib -III
37
Letter from Manufacturer’s Sales office located in other country (not in the country of
origin) may be allowed if supported by Manufacturer’s letter in this regard. Photocopy,
Scanning Paper, E-mail copy, Faxed copy will not be allowed.
Manufacturer’s Authorization & Warranty/Guarantee Letter is required for the items
mentioned Section 6, Table 2 (RMS Equipment); Equipment/ Items shall have to be
supplied from manufacturer/vendor as listed in Table 8 (G. Vendor List) of Setion 6:
Schedule of Requirements.
4) Supply records of offered items/spares for last 5 years from manufacturer.
5) Warranty Certificate for a period of 24 (Twenty four) months from the date of
Provisional Acceptance Certificate for the Turnkey work.
6) Tenderers shall have to submit Certificate from the manufacturer confirming that his
offered items are new, unused, and in good condition.
7) Tenderer shall visit and examine the site and submit a site visit report along with
confirmation that they have adequate information of the site and any work including
supply of all necessary equipment, materials and consumables (in addition to those as
specified in the scope of work) require to complete Turnkey work in all respect.
8) English version Original printed catalogue, drawings of offered equipment/
spares/items.
9) Detail specification, name of Manufacturer and the country of origin of the offered
equipment/ spares/items. [Specifications Submission and Compliance Sheet (Form
PW3-13)]
10) Tenderer shall have to submit Certificate confirming compliance to the terms and
conditions of the Tender Document.
11) If Tenderer has any reservations, he has to mention it in deviation list (PW3-12).
12) End user certificates as mentioned in TDS [ITT14.1b].
13) Audited financial reports and other documents in favour of financial criteria.
14) Supplier/vendor/manufacturer must have valid relevant ISO and API certificate.
Supplier/vendor/ manufacturer must submit different Test certificate, Quality certificate,
Technical operation & maintenance manual, Demo copy etc. of all materials &
equipments.
Gas RMS Bib -III
38
ITT 26.1 Alternatives will not be permitted.
ITT 26.2 There shall not be alternative times for completion of the Works.
ITT 26.4 Alternative technical solutions for any parts of works will not be permitted.
ITT 27.9 The prices quoted by the Tenderer shall be fixed for the duration of the Contract.
ITT 28.1 The currency of the Tender shall be: US Dollar/ Freely convertible international currency
and Bangladesh Taka.
Tenderers shall quote a Firm Turnkey Contract Price for the work as described in
Section 6,7,8 & 9 of this Tender document. If the Tenderer deemed necessary any
additional equipment/ materials / works out of the list of tender schedule for completion
of the said Turnkey work, contractor shall have to do the additional works without any
additional cost. The costs of these additional works are deemed to be included within
the quoted price.
During the course of work, the Contractor
require to be carried out, that additional
Contractor including supply of necessary
complete the said additional work within
payment shall be allowed in this respect.
finds any additional supply/works
work shall also be done by the
spares/materials/ consumables to
the Contract price. No additional
ITT 31.1 The required Technical Documents shall include the following additional information:
a) Detailed specification of all equipments, spares, materials & consumables to be
supplied under this tender.
b) Common approach or methodology for carrying out the work including detailed
relevant information and work program.
c) Complete CV with detail experience of the key personnel, who will perform the work.
d) List of special tools, equipment and instruments which they intend to bring to
Bangladesh on re-exportable basis for completion of the work.
e) Each Tenderer before submitting his Tender, will carefully examine the tender
requirements and will visit the site at their own cost to determine the existing conditions,
facilities and limitations any neglect to delay or failure on the part of the Tenderer to
obtain reliable information upon the foregoing or any matter effecting the work and
completion period shall not relieve the successful Tenderer of his responsibilities, risks
or liabilities until final acceptance of the work in case of award of the contract.
f. List of special equipment and tools, which will be handed over to BPDB after
completion of work (If any).
ITT 33.1
The Tender Validity period shall be 180 (one hundred eighty) days.
ITT 35.1
The amount of the Tender Security shall be USD 100,000.00 (US Dollar One Hundred
Thousand only) or BDT 8,000,000.00 (Bangladesh Taka Eight million only) in the
form of an irrevocable and unconditional Bank Guarantee(on non-judicial stamp) issued
by a scheduled bank of Bangladesh or by a foreign bank duly confirmed by a scheduled
bank in Bangladesh (“confirmed” means Bank Guarantee shall be payable/ encashable
from the confirming bank in Bangladesh) in favour of Director, Directorate of Purchase,
Bangladesh Power Development Board. Dhaka
Gas RMS Bib -III
39
ITT 40.1
In addition to the original of the Tender, 03 (Three) copies shall be submitted.
E.
Tender Submission
Tenders
shall
have
to
be
submitted
in a single sealed envelope in accordance with the
ITT 41.1
requirements of the Tender document including addenda (if any).
The original and three (03) copies of the complete proposal shall be submitted within the
date and time as mentioned in the tender notice.
ITT 41.2 The inner and outer envelopes shall bear the following additional identification marks:
1. Tender Enquiry No. & Date
(e)
2. Brief Description of work
3. Name & Address of the Employer
4. Name & Address of the Tenderer.
ITT 42.1 For Tender submission purposes only, the Procuring Entity’s address is:
Attention: Secretary
Address:
Secretary
Bangladesh Power Development Board
WAPDA Building (1st floor)
Motijheel Commercial area, Dhaka-1000.
The deadline for the submission of Tenders is: As specified in the Tender Notice
ITT 42.3 For Tender submission purposes only, the Procuring Entity’s address is:
Address (PRIMARY PLACE ):
Secretary
Bangladesh Power Development Board
WAPDA Building (1st floor)
Motijheel Commercial area, Dhaka-1000.
Address (SECONDARY PLACES):
Submission of Tenders will not be allowed in more than one place.
F.
Tender Opening and Evaluation
ITT 48.1 The Tender opening shall take place at (always the PRIMARY PLACE):
Address:
Secretary
Bangladesh Power Development Board
WAPDA Building (1st floor)
Motijheel Commercial area, Dhaka-1000.
Time & Date: As specified in the Tender Notice
ITT 49.1 & Evaluation of the Tenders shall be carried out based on the following:
56.1
1.0 Exchange Rate
For evaluation and comparison purpose, TEC shall convert all Tender prices expressed in
the amounts in various currencies into an amount in Bangladeshi Taka currency, using the
selling exchange rates established by the Bangladesh Bank, on the date of Tender
opening .
2.0 Method of Tender Evaluation
The Technical conformance shall be evaluated considering all the aspects (in
Gas RMS Bib -III
40
connection with specified work) offered by each Tenderer as well as the data and
information submitted and on proper judgment of the capability of individual Tenderer.
The technical qualifications and overall capabilities of the Tenderers for carrying out the
work as specified as well as the specifications of the equipment/system/ materials
offered and fulfillment of the key dates shall be the essence for selection of technically
responsive Tenderers.
The evaluation will take into account the initial costs of the Tenders, which shall be
determined by bringing the scope of work of all the Tenders to a common basis for
complete fulfillment of the work. BPDB reserves the right to judge the reasonableness of
the cost components quoted by the Tenderers. For the purpose of evaluation all costs
shall be based on current prices as of the date of the tender closing. The Tender of
which total evaluated cost is the lowest shall be adjudged the lowest Tender.
The Tender quoting Completion time (including supply of materials and turnkey work)
more than 300 days (From the date of opening of L/C to the date of completion of ICO)
shall be rejected.
G.
Contract Award
ITT 64.1 The amount of Performance Security shall be ten (10) percent of the Contract Price.
The Performance Security shall be in the form of an irrevocable and unconditional Bank
Guarantee issued by a scheduled bank of Bangladesh or by a foreign bank duly
endorsed/authenticated by a scheduled bank of Bangladesh.
ITT 68.1 The Adjudicator proposed by the Procuring Entity is [Will be selected as and when
necessary. Adjudicator Appointing Authority: President of the Institution of Engineers,
Bangladesh.]. The hourly fee shall be Tk [Will be informed later] and the reimbursable
expenses shall be limited to [ will be informed later].
Gas RMS Bib -III
41
Section 3.
General Conditions of Contract
A.
1.
Definitions
Gas RMS Bib -III
1.1
General
In the Conditions of Contract, which include Particular
Conditions and these General Conditions, the following words
and expressions shall have the meaning hereby assigned to
them. Boldface type is used to identify the defined terms:
(a)
Act means The Public Procurement Act, 2006 (Act 24
of 2006).
(b)
Adjudicator is the expert appointed jointly by the
Procuring Entity and the Contractor to resolve disputes
in the first instance, as provided for in GCC Sub Clause
94.2.
(c)
Bill of Quantities (BOQ) means the priced and
completed Bill of Quantities forming part of the Contract
defined in GCC Clause 60.
(d)
Compensation Events are those defined in GCC
Clause 69.
(e)
Competent Authority means the authority that gives
decision on specific issues as per delegation of
administrative and/or financial powers.
(f)
Completion Certificate means the Certificate issued by
the Project Manager as evidence that the Contractor
has executed the Works and Physical services in all
respects as per design, drawing, specifications and
Conditions of Contract.
(g)
Completion Date is the actual date of completion of the
Works and Physical services certified by the Project
Manager, in accordance with GCC Clause 80.
(h)
Contract Agreement means the Agreement entered
into between the Procuring Entity and the Contractor,
together with the Contract Documents referred to
therein, including all attachments, appendices, and all
documents incorporated by reference therein to
execute, complete, and maintain the Works.
(i)
Contract Documents means the documents listed in
GCC Clause 6, including any amendments thereto.
(j)
Contractor means the Person under contract with the
Procuring Entity for the execution of Works under the
Rules and the Act as stated in the PCC.
(k)
Contract Price means the price payable to the
Contractor as specified in the Contract Agreement,
42
subject to such additions and adjustments thereto or
deductions therefrom, for the execution, completion and
maintenance of the Works in accordance with the
provisions of the Contract.
Gas RMS Bib -III
(l)
Contractor’s Tender is the completed Tender
Document including the priced Bill of Quantities and the
Schedules submitted by the Contractor to the Procuring
Entity.
(m)
Cost means all expenditures reasonably incurred or to
be incurred by the Contractor, whether on or off the
Site, including overhead ,profit, taxes, duties, fees, and
such other similar levies
(n)
Day means calendar day unless otherwise specified as
working days.
(o)
Dayworks means work carried out following the
instructions of the Procuring Entity or the authorised
Project Manager and is paid for on the basis of time
spent by the Contractor’s workers and equipment at the
rates specified in the Schedules, in addition to
payments for associated Materials and Plant.
(p)
Defect is any part of the Works not completed in
accordance with the Contract.
(q)
Defects Correction Certificate is the certificate issued
by the Project Manager upon correction of defects by
the Contractor.
(r)
Drawings include calculations and other information
provided in Section 9 or as approved by the Project
Manager for the execution and completion of the
Contract.
(s)
Goods mean the Contractor’s Equipment, Materials,
Plant and Temporary Works, or any of them as
appropriate.
(t)
Equipment is the Contractor’s apparatus, machinery,
vehicles and other things required for the execution and
completion of the Works and remedying any defects
excluding Temporary Works and the Procuring Entity’s
Equipment (if any ), Plant, Materials and any other
things to form or forming part of the Permanent Works.
(u)
Force Majeure means an event or situation beyond the
control of the Contractor that is not foreseeable, is
unavoidable, and its origins not due to negligence or
lack of care on the part of the Contractor; such events
may include, but not be limited to, acts of the
Government in its sovereign capacity, wars or
revolutions, fires, floods, epidemics, quarantine
restrictions, and freight embargoes or more as included
43
in GCC Clause 85.;
me
Gas RMS Bib -III
neral Conditions of Cont
(w)
Government means the Government of the People’s
Republic of Bangladesh.
(x)
“Head of the Procuring Entity” means the Secretary
of a Ministry or a Division, the Head of a Government
Department or Directorate; or the Chief Executive, by
whatever designation called, of a local Government
agency, an autonomous or semi-autonomous body or a
corporation, or a corporate body established under the
Companies Act;
(y)
Intended Completion Date is the date calculated from
the Commencement Date as specified in the PCC, on
which it is intended that the Contractor shall complete
the Works and Physical services as specified in the
Contract and may be revised only by the Project
Manager by issuing an extension of time or an
acceleration order.
(z)
Materials means things of all kinds other than Plant
intended to form or forming part of the Permanent
Works, including the supply-only materials, if any, to be
supplied by the Contractor under the Contract.
(aa)
Month means calendar month.
(bb)
Original Contract Price is the Contract Price stated in
the Procuring Entity’s Notification of Award (Form PW37) and further clearly determined in the PCC.
(cc)
Permanent works means the permanent works to be
executed by the Contractor under the Contract.
(dd)
PCC means the Particular Conditions of Contract.
(ee)
Plant means the apparatus, machinery and other
equipment intended to form or forming part of the
Permanent Works, including vehicles purchased for the
Procuring Entity and relating to the construction of the
Works and Physical services.
(ff)
Procuring Entity means a Procuring Entity having
administrative and financial powers to undertake
procurement of Works and Physical services using
public funds and is as named in the PCC who employs
the Contractor to carry out the Works.
(gg)
Project Manager is the person named in the PCC or
any other competent person appointed by the Procuring
Entity and notified to the Contractor who is responsible
for supervising the execution and completion of the
Works and Physical services and administering the
44
Contract.
(hh)
Provisional Sums means amounts of money specified
by the Procuring Entity in the Bill of Quantities which
shall be used, at its discretion, for payments to
Nominated Subcontractor(s) and for meeting other
essential expenditures under the Contract pursuant to
GCC Sub Clause 77.
(ii)
Retention Money means the accumulated retention
moneys which the Procuring Entity retains under GCC
Clause 72.
(jj)
Schedules means the document(s) entitled schedules,
completed by the Contractor and submitted with the
Tender Submission Letter, as included in the Contract.
Such document may include the data, lists and
schedules of rates and/or prices.
(kk)
Site means the places where the Permanent Works are
to be executed including storage and working areas and
to which Plant and Materials are to be delivered, and
any other places as may be specified in the PCC as
forming part of the Site.
(ll)
Site Investigation Reports are those that were
included in the Tender Document and are factual and
interpretative reports about the surface and subsurface
conditions at the Site.
(mm) Specification means the Specification of the Works
included in the Contract and any modifications or
additions to the specifications made or approved by the
Project Manager in accordance with the Contract.
Gas RMS Bib -III
(nn)
Start Date is the date defined in the PCC and it is the
last date when the Contractor shall commence
execution of the Works under the Contract.
(oo)
Subcontractor means a person or corporate body, who
has a contract with the Contractor to carry out a part of
the work in the Contract, which includes work on the
Site.
(pp)
Temporary Works means all temporary works of every
kind other than Contractor’s Equipment required on the
Site for the execution and completion of the Permanent
Works and remedying of any defects.
(qq)
Variation means any change to the Works directly
procured from the original Contractor to cover increases
or decreases in quantities, including the introduction of
new work items that are either due to change of plans,
design or alignment to suit actual field conditions, within
the general scope and physical boundaries of the
45
contract.
2.
Interpretatio
n
(rr)
Works means all works associated with the
construction,
reconstruction,
site
preparation,
demolition, repair, maintenance or renovation of
railways, roads, highways, or a building, an
infrastructure or structure or an installation or any
construction work relating to excavation, installation of
equipment and materials, decoration, as well as
physical services ancillary to works as detailed in the
PCC, if the value of those services does not exceed that
of the Works themselves.
(ss)
Writing means communication written by hand or
machine duly signed and includes
properly
authenticated messages by facsimile or electronic mail.
2.1
In interpreting the GCC, singular also means plural, male also
means female or neuter, and the other way around. Headings
in the GCC shall not be deemed part thereof or be taken into
consideration in the interpretation or construance of the
Contract. Words have their normal meaning under the
language of the Contract unless specifically defined.
2.2
Entire Agreement
The Contract constitutes the entire agreement between the
Procuring Entity and the Contractor and supersedes all
communications, negotiations and agreements (whether
written or verbal) of parties with respect thereto made prior to
the date of Contract Agreement; except those stated under
GCC Sub Clause 6.1(j).
2.3
2.4
Non waiver
(a)
Subject to GCC Sub Clause 2.3(b), no relaxation,
forbearance, delay, or indulgence by either party in
enforcing any of the terms and conditions of the
Contract or the granting of time by either party to the
other shall prejudice, affect, or restrict the rights of that
party under the Contract, neither shall any waiver by
either party of any breach of Contract operate as waiver
of any subsequent or continuing breach of Contract.
(b)
Any waiver of a party’s rights, powers, or remedies
under the Contract must be in writing, dated, and
signed by an authorized representative of the party
granting such waiver, and must specify the right and the
extent to which it is being waived.
Severability
If any provision or condition of the Contract is prohibited or
Gas RMS Bib -III
46
rendered invalid or unenforceable, such prohibition, invalidity or
unenforceability shall not affect the validity or enforceability of
any other provisions and conditions of the Contract.
2.5
Sectional completion
If sectional completion is specified in the PCC, references in
the GCC to the Works, the Completion Date, and the Intended
Completion Date apply to any section of the Works (other than
references to the Completion Date and Intended Completion
Date for the whole of the Works).
3.
Communicati
ons and
Notices
3.1
Communications between Parties such as notice, request or
consent required or permitted to be given or made by one party
to the other pursuant to the Contract shall be in writing to the
addresses specified in the PCC.
3.2
A notice shall be effective when delivered or on the notice’s
effective date, whichever is later.
3.3
A Party may change its address for notice hereunder by giving
the other Party notice of such change to the address.
4.
Governing
Law
4.1 The Contract shall be governed by and interpreted in
accordance with the laws of the People’s Republic of
Bangladesh.
5.
Governing
Language
5.1 The Contract shall be written in English. All correspondences
and documents relating to the Contract may be written in
English or Bangla. Supporting documents and printed literature
that are part of the Contract may be in another language,
provided they are accompanied by an accurate translation of
the relevant passages in English, in which case, for purposes
of interpretation of the Contract, such translation shall govern.
5.2 The Contractor shall bear all costs of translation to the
governing language and all risks of the accuracy of such
translation.
6.
Documents
Forming the
Contract and
Priority of
Documents
Gas RMS Bib -III
6.1
The following documents forming the Contract shall be
interpreted in the following
order of priority:
(a)
the signed Contract Agreement (Form PW3-8);
(b)
the Notification of Award (PW3-7);
(c)
the completed Tender and the appendix to the Tender;
(d)
the Particular Conditions of Contract;
(e)
the General Conditions of Contract;
(f)
the Technical Specifications;
(g)
the General Specifications;
47
7.
Scope of
Works
(h)
the Drawings;
(
th
(j)
any other document listed in the PCC forming part of the
Contract.
riced Bill of Quantitie and the Schedu
a
7.1 The Works to be executed, completed and maintained shall
be as specified in the Bill of Quantities, the General and
Particular Specifications and Drawings.
7.2 Unless otherwise stipulated in the Contract, the Works shall
include all such items not specifically mentioned in the
Contract but that can be reasonably inferred from the
Contract as being required for completion of the Works as if
such items were expressly mentioned in the Contract.
8.
Assignment
8.1 Neither the Contractor nor the Procuring Entity shall assign, in
whole or in part, its obligations under the Contract
9.
Eligibility
9.1 The Contractor and its Subcontractor(s) shall have the
nationality of a country other than that specified in the PCC.
9.2 All materials, equipment, plant, and supplies used by the
Contractor in both permanent and temporary works and
services supplied under the Contract shall have their origin in
the countries except any specified in the PCC.
10. Gratuities /
Agency fees
10.1 No fees, gratuities, rebates, gifts, commissions or other
payments, other than those shown in the tender or in the
Contract, have been given or received in connection with the
procurement process or in the Contract execution.
11. Confidential
Details
11.1 The Contractor’s and the Procuring Entity’s personnel shall
disclose all such confidential and other information as may be
reasonably required in order to verify the Contractor’s
compliance with the Contract and allow its proper
implementation.
11.2 Each of them shall treat the details of the Contract as private
and confidential, except to the extent necessary to carry out
their respective obligations under the Contract or to comply
with applicable Laws. Each of them shall not publish or
disclose any particulars of the Works prepared by the other
Party without the previous agreement of the other Party.
However, the Contractor shall be permitted to disclose any
publicly available information, or information otherwise required
to establish his qualifications to compete for other projects.
12. JVCA
12.1 If the Contractor is a JVCA ,
(a)
Gas RMS Bib -III
each partner of the JVCA shall be jointly and severally
liable for all liabilities and ethical or legal obligations to
48
(b)
13. Possession
of the Site
14. Access to
the Site
the Procuring Entity for the fulfilment of the promises of
the Contract;
the JVCA partners shall nominate a representative who
shall have the authority to conduct all business
including the receipt of payments for and on behalf of
all partners of the JVCA;
(c)
the JVCA shall notify the Procuring Entity of its
composition and legal status which shall not be altered
without the prior approval of the Procuring Entity.
(d)
(d) alteration of partners shall only be allowed if any of
the partners is found to be incompetent or has any
serious difficulties which may impact the overall
implementation of the works.
13.1 The Procuring Entity shall give possession of the Site or part(s)
of the Site, to the Contractor on the date(s) stated in the PCC.
If possession of a part of the Site is not given by the date
stated in the PCC, the Procuring Entity will be deemed to have
delayed the start of the relevant activities, and this will be a
Compensation Event as stated under GCC Sub Clause
69.1(a).
14.1 The Contractor shall allow the Project Manager and any person
authorised by the Project Manager access to the Site and to
any place where work in connection with the Contract is being
carried out or is intended to be carried out.
15.1 The Procuring Entity shall pay the Contractor, in consideration
15. Procuring
of the satisfactory progress of execution and completion of the
Entity’s
Works and Physical services, and the remedying of defects
Responsibili
therein, the Contract price or such other sum as may become
ties
payable under the provisions of the Contract at the times and
in the manner prescribed by the Contract Agreement.
15.2 The Procuring Entity shall make its best effort to guide and
assist the Contractor in obtaining, if required, any permit,
licence, and approvals from local public authorities for the
purpose of execution of the Works and Physical services under
the Contract.
16. Approval of
the
Contractor’s
Temporary
Works
Gas RMS Bib -III
16.1
The Contractor shall submit Specifications and Drawings
showing the proposed Temporary Works to the Project
Manager, who is to approve them, if they comply with the
Specifications and Drawings.
16.2
The Contractor shall be responsible for design of Temporary
Works.
49
16.3
The Project Manager’s approval shall not alter the
Contractor’s responsibility for design of the Temporary Works.
16.4
The Contractor shall obtain approval of third parties to the
design of the Temporary Works, where required.
17. Contractor’s
Responsibili
ties
17.1
The Contractor shall execute and complete the Works and
remedy any defects therein in conformity in all respects with
the provisions of the Contract Agreement.
18. Taxes and
Duties
18.1
The Contractor shall be entirely responsible for all taxes,
duties, fees, and other such levies imposed inside and outside
Bangladesh.
19. Contractor’s
Personnel
19.1
The Contractor shall employ the key personnel named in the
Schedule of Key Personnel, as referred to in the PCC, to carry
out the functions stated in the Schedule or other personnel
approved by the Project Manager.
19.2
The Project Manager will approve any proposed replacement
of key personnel only if their relevant qualifications and
abilities are equal to or higher than those of the personnel
named in the Schedule.
19.3
If the Project Manager asks the Contractor to remove a
particular person who is a member of the Contractor’s staff or
work force from the Site, he or she shall state the reasons,
and the Contractor shall ensure that the person leaves the
Site within three (3) days and has no further connection with
the work in the Contract.
20.1
Subcontracting the whole of the Works by the Contractor shall
not be permissible. The Contractor shall be responsible for the
acts or defaults of any Subcontractor, his or her agents or
employees, as if they were the acts or defaults of the
Contractor.
20.2
The prior consent, in writing, of the Project Manager shall
however be obtained for other proposed Subcontractor(s).
Subcontractors shall comply with the provisions of GCC Clause
39.
20. Subcontracti
ng
20.3
21. Nominated
Subcontract
or
Gas RMS Bib -III
21.1
Nominated Subcontractor named in the Contract shall be
entitled to execute the specific components of the Works
stated in the PCC.
21.2
The Contractor shall not be under obligations to employ a
Nominated Subcontractor against whom the Contractor raises
reasonable objection by notice to the Project manager as
soon as practicable, with supporting particulars while there
are reasons to believe that the Subcontractor does not have
sufficient competence, resources or financial strength, or does
not accept to indemnify the Contractor against and from any
50
negligence or
Subcontractor.
misuse
of
Goods
by
the
nominated
21.3
Subcontracting shall in no event relieve the Contractor from
any of its obligations, duties, responsibilities, or liability under
the Contract and all Subcontractors shall comply with the
provisions of GCC Clause 39.
22. Other
Contractors
22.1
The Contractor shall cooperate and share the Site with other
Contractors, public authorities, utilities, the Project Manager
and the Procuring Entity between the dates given in the
Schedule of other Contractors. The Contractor shall also
provide facilities and services for them as described in the
Schedule. The Procuring Entity may modify the Schedule of
other Contractors, and shall notify the Contractor of any such
modification.
23. Project
Manager’s
Decisions
23.1
Except where otherwise specifically stated in the PCC, the
Project Manager will decide Contractual matters between the
Procuring Entity and the Contractor in its role as
representative of the Procuring Entity.
24. Delegation
24.1
The Project Manager may delegate any of his duties and
responsibilities to his representative except to the
Adjudicator, after notifying the Contractor, and may cancel
any delegation, without retroactivity, after notifying the
Contractor.
24.2
Any communications to the Contractor in accordance with
such delegation shall have the same effect as if it was given
by the Project Manager.
25. Instructions,
25.1
The Contractor shall carry out all instructions of the Project
Manager that comply with the applicable law.
26. Queries
about the
Contract
conditions
26.1
The Project Manager, on behalf of the Procuring Entity, will
clarify queries on the Conditions of Contract.
27. Safety,
Security and
Protection of
the
Environment
27.1
The Contractor shall throughout the execution and
completion of the Works and the remedying of any defects
therein:
(a) take all reasonable steps to safeguard the health and
safety of all workers working on the Site and other
persons entitled to be on it, and to keep the Site in an
orderly state;
(b) provide and maintain at the Contractor’s own cost all
lights, guards, fencing, warning signs and watching for
the protection of the Works or for the safety on-site;
Gas RMS Bib -III
51
and
(c)
take all reasonable steps to protect the environment on
and off the Site and to avoid damage or nuisance to
persons or to property of the public or others resulting
from pollution, noise or other causes arising as a
consequence of the Contractors methods of operation.
28. Working
Hours
28.1
The Contractor shall not perform any work on the Site on the
weekly holidays, or during the night or outside the normal
working hours, or on any religious or public holiday, without
the prior written approval of the Project Manager.
29. Welfare of
Labourers
29.1
The Contractor shall comply with all the relevant labour Laws
applicable to the Contractor’s personnel relating to their
employment, health, safety, welfare, immigration and shall
allow them all their legal rights.
29.2
The Contractor, in particular, shall provide proper
accommodation to his or her labourers and arrange proper
water supply, conservancy and sanitation arrangements at
the site for all necessary hygienic requirements and for the
prevention of epidemics in accordance with relevant
regulations, rules and orders of the government.
29.3
The Contractor, further in particular, shall pay reasonable
wages to his or her labourers, and pay them in time. In the
event of delay in payment the Procuring Entity may effect
payments to the labourers and recover the cost from the
Contractor.
30. Child Labour
30.1
The Contractor shall not employ any child to perform any
work that is economically exploitative, or is likely to be
hazardous to, or to interfere with, the child’s education, or to
be harmful to the child’s health or physical, mental, spiritual,
moral, or social develo pment in compliance with the
applicable labor laws and other relevant treaties ratified by
the government.
31. Discoveries
31.1
Anything of historical or other interest or of significant value
unexpectedly discovered on the Site shall be the property of
the Procuring Entity. The Contractor shall notify the Project
Manager of such discoveries and carry out the Project
Manager’s instructions for dealing with them.
32. Procuring
Entity’s and
Contractor’s
Risks
32.1
The Procuring Entity carries the risks that the Contract states
are Procuring Entity’s risks and the Contractor carries the
risks that the Contract states are Contractor’s risks.
33. Procuring
33.1
From the Start Date until the Defects Correction Certificate
Gas RMS Bib -III
52
Entity’s
Risks
has been issued, the following are Procuring Entity’s risks:
(a)
(b)
33.2
the risk of personal injury, death, or loss of or damage
to property (excluding the Works, Plant, Materials, and
Equipment), which are due to
i.
use or occupation of the Site by the Works or for
the purpose of the Works, which is the
unavoidable result of the Works or
ii.
negligence, breach of statutory duty, or
interference with any legal right by the Procuring
Entity or by any person employed by or
Contracted to him except the Contractor.
the risk of damage to the Works, Plant, Materials, and
Equipment to the extent that it is due to a fault of the
Procuring Entity or in the Procuring Entity’s design, or
due to war or radioactive contamination directly
affecting the country where the Works are to be
executed.
From the Completion Date until the Defects Correction
Certificate has been issued, the risk of loss of or damage to
the Works, Plant, and Materials is Procuring Entity’s risk,
except loss or damage due to:
(a)
a Defect which existed on the Completion Date;
(b)
an event occurring before the Completion Date, which
was not itself Procuring Entity’s risk; or
the activities of the Contractor on the Site after the
Completion Date.
(c)
34. Contractor’s
Risks
34.1
From the Start Date until the Defects Correction Certificate
has been issued the risks of personal injury, death, and loss
of or damage to property including without limitation, the
Works, Plant, Materials, and Equipment, which are not
Procuring Entity’s risks are Contractor’s risks.
35. Copyright
35.1
The copyright in all drawings, documents, and other
materials containing data and information furnished to the
Procuring Entity by the Contractor herein shall remain vested
in the Contractor, or, if they are furnished to the Procuring
Entity directly or through the Contractor by any third party,
including Suppliers of materials, the copyright in such
materials shall remain vested in such third party.
35.2
The Contractor shall not, except for the purposes of
performing the obligations under the Contract, without the
written permission of the Procuring Entity disclose or make
use of any specification, plan, design and drawing, pattern,
sample or information furnished by or on behalf of the
Gas RMS Bib -III
53
Procuring Entity.
36. Limitation of
Liability
37. Insurance
36.1
37.1
Except in cases of criminal negligence or wilful misconduct:
(a)
the Contractor shall not be liable to the Procuring
Entity, whether in Contract, tort, or otherwise, for any
indirect or consequential loss or damage, loss of use,
loss of production, or loss of profits or interest costs,
provided that this exclusion shall not apply to any
obligation of the Contractor to pay liquidated damages
to the Procuring Entity; and
(b)
the aggregate liability of the Contractor to the
Procuring Entity, whether under the Contract, in tort or
otherwise, shall not exceed the total Contract Price,
provided that this limitation shall not apply to the cost
of repairing or replacing defective Works, or to any
obligation of the Contractor to indemnify the Procuring
Entity with respect to patent infringement.
The Contractor shall provide, in the joint names of the
Procuring Entity and the Contractor, insurance cover from
the Start Date to the end of the Defects Liability Period, in
the amounts and deductibles specified in the PCC for the
following events which are due to the Contractor’s risks:
(a)
loss of or damage to the Works, Plant, and Materials;
(b)
(c)
loss of or damage to Equipment;
loss of or damage to property (except the Works, Plant,
Materials, and Equipment) in connection with the
Contract; and
personal injury or death.
(d)
37.2 The Contractor shall deliver policies and certificates of
insurance to the Project Manager, for the Project Manager’s
approval, before the Start Date. All such insurances shall
provide for compensation to be payable in the types and
proportions of currencies required to rectify the loss or
damage incurred.
37.3
If the Contractor does not provide any of the policies and
certificates required, the Procuring Entity may effect the
insurance which the Contractor should have provided and
recover the premiums the Procuring Entity has paid from
payments otherwise due to the Contractor or, if no payment
is due, the payment of the premiums shall be a debt due.
37.4
Alterations to the terms of insurance shall not be made
without the approval of the Project Manager.
37.5 Both parties shall comply with conditions of the insurance
policies.
Gas RMS Bib -III
54
38. Management
and
Progress
Meetings
39. Corrupt,
Fraudulent,
Collusive or
Coercive
Practices
Gas RMS Bib -III
38.1 Either the Project Manager or the Contractor may require the
other to attend a management and progress meeting. The
business of such meeting shall be to review the progress
and plans for remaining work and to deal with matters raised
in accordance with the early warning procedure.
38.2
The Project Manager shall record the business of the
meetings and provide copies of the record to those attending
the meeting and to the Procuring Entity. The responsibility of
the parties for actions to be taken shall be decided by the
Project Manager either at the management and progress
meeting or after the meeting, and stated in writing to all
concerned.
39.1
The Government requires that Procuring Entity, as well as
the Contractor shall observe the highest standard of ethics
during the implementation of procurement proceedings and
the execution of the Contract under public fund.
39.2
For the purposes of GCC Sub Clause 39.4, the terms set forth
below as follo ws:
(a) “corrupt practice” means offering, giving or promising
to give, receiving, or soliciting either directly or
indirectly, to any officer or employee of a Procuring
Entity or other public or private authority or individual, a
gratuity in any form; employment or any other thing or
service of value as an inducement with respect to an act
or decision or method followed by a Procuring Entity in
connection with a Procurement proceeding or Contract
execution;
(b) “fraudulent practice” means the misrepresentation or
omission of facts in order to influence a decision to be
taken in a
Procurement proceeding or Contract
execution;
55
Gas RMS Bib -III
(c)
“collusive practice” means a scheme or arrangement
between two (2) or more Persons, with or without the
knowledge of the Procuring Entity, that is designed to
arbitrarily reduce the number of Tenders submitted or fix
Tender prices at artificial, non-competitive levels, thereby
denying a Procuring Entity the benefits of competitive
price arising from genuine and open competition; or
(d)
“coercive practice” means harming or threatening to
harm, directly or indirectly, Persons or their property to
influence a decision to be taken in the Procurement
proceeding or the execution of the Contract, and this
will include creating obstructions in the normal
submission process used for Tenders.
(e)
“obstructive practice” means deliberately destroying,
falsifying, altering or concealing of evidence material to
the investigation or making false statements to
investigators in order to materially impede an
investigation into allegations of a corrupt, fraudulent,
coercive or collusive practice; and/or threatening,
harassing or intimidating any party to prevent it from
disclosing its knowledge of matters relevant to the
investigation or from pursuing the investigation.
39.3
Should any corrupt, fraudulent, collusive, coercive or
obstructive practice of any kind come to the knowledge of
the Procuring Entity, it will, in the first place, allow the
Contractor to provide an explanation and shall, take actions
only when a satisfactory explanation is not received. Such
exclusion and the reasons thereof, shall be recorded in the
record of the procurement proceedings and promptly
communicated to the Contractor. Any communications
between the Contractor and the Procuring Entity related to
matters of alleged corrupt, fraudulent, collusive, coercive or
obstructive practices shall be in writing.
39.4
If corrupt, fraudulent, collusive, coercive or obstructive
practices of any kind determined by the Procuring Entity
against the Contractor alleged to have carried out such
practices, the Procuring Entity will :
(a)
exclude the Contractor from further participation in the
particular Procurement proceeding; or
(b)
declare, at its discretion, the Contractor to be ineligible
to participate in further Procurement proceedings,
either indefinitely or for a specific period of time.
56
39.5
39.6
The Contractor shall be aware of the provisions on
corruption, fraudulence, collusion and coercion in Section 64
of the Public Procurement Act, 2006 and Rule 127 of the
Public Procurement Rules, 2008.
The Contractor shall permit the Procuring Entity and/or the
Development Partner to inspect the Contractor’s accounts and
records and other documents relating to the submission of
tender and contract performance, and to have them audited by
auditors appointed by the Procuring Entity and/or the
Development Partner, if so required.
B.
Time Control
40. Commenceme 40.1 Except otherwise specified in the PCC , the Commencement
Date shall be the date at which the following precedent
nt of Works
conditions have all been fulfilled and the Project Manager’s
instruction recording the agreement of both Parties on such
fulfilment and instructing to commence the Works is received by
the Contractor:
(a)
(b)
(c)
signing of the Contract Agreement by both parties upon
approval of the by relevant authorities;
possession of the Site given to the Contractor as
required for the commencement of the Works; and
receipt by the Contractor of the Advance Payment
under GCC Clause 75 provided that the corresponding
Bank Guarantee has been delivered by the Contractor,
if any.
40.2
The Contractor shall commence the execution of the Works
as soon as is reasonably practicable by the Start Date as
specified in the GCC Sub Clause 1.1(nn) after the
Commencement Date, and shall then proceed with the
Works with due expedition and without delay.
41. Completion
of Works
41.1
The Contractor shall carry out the Works in accordance with
the Programme of Works submitted by the Contractor and
as updated with the approval of the Project Manager as
stated under GCC Clause 42 to complete them in all
respects by the Intended Completion Date.
42. Programme
of Works
42.1
Within the time stated in the PCC, the Contractor shall
submit to the Project Manager for approval a Programme of
Works showing the general methods, arrangements, order,
and timing for all the activities in the Works. The programme
may be in the form of an Implementation Schedule prepared
in any software or other form acceptable to the Project
Manager.
42.2 The Contractor shall submit to the Project Manager for
approval of an updated Programme at intervals no longer
Gas RMS Bib -III
57
than the period stated in the PCC. An update of the
Programme shall be a Programme showing the actual
progress achieved on each activity and the effect of the
progress achieved on the timing of the remaining work,
including any changes to the sequence of the activities.
42.3 If the Contractor does not submit an updated Programme of
Works at the intervals as stated under GCC Sub Clause
42.2 , the Project Manager may withhold an amount as
stated in the PCC from the next payment certificate and
continue to withhold this amount until the next due payment
after the date on which the overdue Programme of Works
has been submitted.
42.4
The Project Manager’s approval of the Programme of Works
shall not alter the Contractor’s obligations. The Contractor
may revise the Programme and submit it to the Project
Manager again at any time for approval. A revised
Programme shall show the effect of Variations and
Compensation Events.
43. Pro Rata
Progress
43.1
The Contractor shall maintain Pro Rata progress of the
Works. Progress to be achieved shall be pursuant to GCC
Clause 42 and shall be determined in terms of the value of
the works done.
44. Early
Warning
44.1
If at any time during performance of the Contract, the
Contractor or its Subcontractors should encounter events,
circumstances, conditions that may adversely affect the
quality of the work, increase the original Contract Price or
delay the execution of the Works, the Contractor shall
promptly notify the Project Manager in writing of the delay,
its likely duration, and its cause. As soon as practicable
after receipt of the Contractor’s notice, the Project Manager
shall evaluate the situation, and the Contractor shall
cooperate with the Project Manager in making and
considering proposals for how the effect of such an event or
circumstance can be avoided or reduced.
44.2
The Project Manager may require the Contractor to provide
an estimate of the expected effect of the future event or
circumstance on the original Contract price and Completion
Date. The Contractor shall provide the estimate and the
Project Manager shall further proceed as soon as
reasonably possible.
45. Extension of
Intended
Completion
Date
Gas RMS Bib -III
45.1 The Contractor shall be entitled to an extension of the
Intended Completion Date, if and to the extent that
completion of the Works or any part thereof is or will be
delayed by Compensation Events or a Variation or Extra
Work Order.
58
45.2 The Project Manager shall decide whether and by how
much to extend the Intended Completion Date within twentyone (21) days of the Contractor asking the Project Manager
for a decision upon the effect of a Compensation Event or
Variation and submitting full supporting information. If the
Contractor has failed to give early warning of a delay or has
failed to cooperate in dealing with a delay, the delay by this
failure shall not be considered in assessing the extension of
Intended Completion Date.
45.3 Except in case of Force Majeure, as provided under GCC
Clause 85, a delay by the Contractor in the performance of
its Completion obligations shall render the Contractor liable
to the imposition of Liquidated Damages pursuant to GCC
Clause 73, unless an extension of Intended Completion Date
is agreed upon, pursuant to GCC Clause 45.
46. Delays
Caused by
Authorities
46.1 If the following conditions apply, namely:
(a)
the Contractor has diligently followed the procedures
laid down by the relevant legally constituted public
authorities,
(b)
these public authorities delay or disrupt the
Contractor’s work, and
(c)
the delay or disruption was unforeseeable;
then this delay or disruption will be considered as a cause of
delay under GCC Sub Clause 45.1.
46.2 The Project Manager shall notify the Contractor accordingly
keeping the Procuring Entity posted.
47. Acceleration
47.1 When the Procuring Entity wants the Contractor to finish the
Works before the Intended Completion Date, the Project
Manager will obtain priced proposals for achieving the
necessary acceleration from the Contractor. If the Procuring
Entity accepts these proposals, the Intended Completion
Date will be advanced accordingly and confirmed by both
the Procuring Entity and the Contractor.
47.2 If the Procuring Entity accepts the Contractor’s priced
proposals for acceleration, they will be incorporated in the
Contract Price and treated as a Variation under GCC
Clause 62.
48. Delays
Ordered by
the Project
Manager
48.1 The Project Manager may instruct the Contractor to delay
the start or progress of any activity within the Works.
49. Suspension
of Work
49.1 The Project Manager may at any time instruct the Contractor
to suspend progress of part or all of the Works. During such
suspension, the Contractor shall protect, store and secure
Gas RMS Bib -III
59
such part or the Works against any deterioration, loss or
damage.
50. Consequenc
es of
Suspension
50.1 If the Contractor suffers delay and/or incurs Cost from
complying with the Project Manager’s instructions under
GCC Clause 49 and/or from resuming the work, the
Contractor shall give notice to the Project Manager and shall
be entitled subject to GCC Clause 93 to:
(a)
an extension of time for any such delay, if Completion
is or will be delayed and
(b)
payment of any such cost, which shall be included in
the Contract Price.
50.2 After receiving this notice, the Project Manager shall
proceed to agree or determine these matters.
50.3 The Contractor shall not be entitled to any extension of time
for, or to any payment of the cost incurred in, making good
the consequences of the Contractor’s faulty design,
workmanship or materials, or of the Contractor’s failure to
protect, store or secure in accordance with GCC Clause 49.
C.
Quality Control
51. Execution of
Works
51.1 The Contractor shall construct, install and carry out the
Works and Physical services in accordance with the
Specifications and Drawings as scheduled in GCC Clause 6.
52. Examination
of Works
before
covering up
52.1 All works under the Contract shall at all times be open to
examination, inspection, measurements, testing and
supervision of the Project Manager, and the Contractor shall
ensure presence of its representatives at such actions
provided proper advance notice is given by the Project
Manager.
52.2 No part of the Works shall be covered up or put out of sight
without the approval of the Project Manager. The Contractor
shall give notice in writing to the Project Manager whenever
any such part of the Works is ready for examination and the
Project Manager shall attend to such examination without
unreasonable delay.
53. Identifying
Defects
Gas RMS Bib -III
53.1 The Project Manager shall check the works executed by the
Contractor and notify the Contractor of any Defects found.
Such checking shall not relieve the Contractor from his or
her obligations. The Project Manager may also instruct the
Contractor to search for a Defect and to uncover and test
any work that the Project Manager considers may have a
Defect.
60
54. Testing
54.1 If the Project Manager instructs the Contractor to carry
out a test not specified in the Specification to check
whether any work has a Defect and the test shows that
it does, the Contractor shall pay for the test and any
samples. If there is no Defect, the test shall be a
Compensation Event.
55. Rejection of
Works
55.1
56. Remedial
Work
56.1 Notwithstanding any
test or certification, the Project
Manager may instruct the Contractor to:
(a)
remove from the Site and replace any Plant or
Materials which is not in accordance with the
Contract,
(b)
remove and re-execute any other work which is not
in accordance with the Contract, and
If, as a result of an examination, inspection, measurement
or testing, of Works it is found to be defective or otherwise
not in accordance with the Contract, the Project Manager
may reject the Works by giving notice to the Contractor,
with reasons. The Contractor shall then promptly make
good the defect and ensure that the rejected Works
subsequently complies with the Contract.
(c)
execute any work which is urgently required for the
safety of the Works, whether because of an
accident, unforeseeable event or otherwise.
56.2 The Contractor shall comply with the instruction issued
under GCC Sub Clause 56.1 within a reasonable time,
which shall be specified in the instruction, or immediately if
urgency is specified under GCC Sub Clause 56.1I.
56.3 If the Contractor fails to comply with the instruction issued
under GCC Sub Clause 56.2, the Procuring Entity shall be
entitled to employ and pay other persons to carry out the
work. Except to the extent that the Contractor would have
been entitled to payment for the work, the Contractor shall
be liable to pay all such costs arising from this failure.
57. Correction of
Defects
57.1 The Project Manager shall give notice to the Contractor,
with a copy to the Procuring Entity and others concerned,
of any Defects before the end of the Defects Liability
Period, which begins at Completion Date, and is defined in
the PCC. The Defects Liability Period shall be extended for
as long as Defects remain to be corrected.
57.2 Every time notice of a Defect is given, the Contractor shall
correct the notified Defect within the length of time specified
by the Project Manager’s notice.
58. Uncorrected
Gas RMS Bib -III
58.1
If the Contractor has not corrected a Defect within the time
specified in the Project Manager’s notice, the Project
61
Defects
Manager shall assess the cost of having the Defect
corrected by it, and the Contractor shall remain liable to pay
the expenditures incurred on account of correction of such
Defect.
D.
Cost Control
59. Contract
Price
59.1
The Contract Price shall be as specified in the Contract
Agreement subject to any additions and adjustments
thereto, or deductions therefrom, as may be made
pursuant to Contract
60. Bill of
Quantities
60.1
The Bill of Quantities shall contain priced items for the
construction, installation, testing, and commissioning work
to be done by the Contractor.
60.2
The Bill of Quantities is used to calculate the Contract
Price. The Contractor is paid for the quantity of the work
done at the rate in the Bill of Quantities for each item.
61.1
If the final quantity of the work done for any particular item
increases from the quantity in the Bill of Quantities by
more than twenty-five percent (25%), provided the change
in case exceeds one percent (1%) of the original Contract
Price, the Project Manager shall adjust the rate to allow for
the change.
61.2
If requested by the Project Manager, the Contractor shall
provide the Project Manager with a detailed cost
breakdown of any rate in the Bill of Quantities.
62. Variations
62.1
All Variations and Extra Work Orders under the Contract
shall be included in the updated Programme of Works
produced by the Contractor.
63. Costing of
Variations or
Extra Orders
63.1
The Contractor shall provide the Project Manager with a
quotation for carrying out the Variation when requested to
do so by the Project Manager. The Project Manager shall
assess the quotation, which shall be given within seven (7)
days of the request or within any longer period stated by
the Project Manager and before the Variation is ordered.
63.2
If the work in the Variation corresponds with an item
description in the Bill of Quantities and if, in the opinion of
the Project Manager, the quantity of work not above the
limit stated in GCC Sub-Clause 61.1 or the timing of its
execution do not cause the cost per unit of quantity to
change, the rate in the Bill of Quantities shall be used to
calculate the value of the Variation. If the cost per unit of
quantity changes, or if the nature or timing of the work in
the Variation does not correspond with items in the Bill of
61. Changes in
the
Quantities
and Unit
Rate or Price
Gas RMS Bib -III
62
Quantities, the quotation by the Contractor shall be in the
form of new rates for the relevant items of work.
63.3
If the Contractor’s quotation is found to be unreasonable,
the Project Manager may order the Variation and make a
change to the Contract price, which shall be based on the
Project Manager’s own forecast of the effects of the
Variation on the Contractor’s costs.
63.4
If the Project Manager decides that the urgency of varying
the work would prevent a quotation being given and
considered without delaying the work, no quotation shall be
given and the Variation shall be treated as a
Compensation Event under GCC Sub Clause 69.
63.5
The Contractor shall not be entitled to additional payment
for costs that could have been avoided by giving early
warning under GCC Sub Clause 44.1.
64. Cash Flow
Forecasts
64.1
When the Programme of Works is updated under GCC Sub
Clause 42.2, the Contractor shall provide the Project
Manager with an updated cash flow forecast.
65. Payment
Certificates
65.1
The basis for payment certificates shall be Bill of Quantities
used to determine the Contract price.
65.2
The Contractor shall submit to the Project Manager
monthly statements of the estimated value of the works
executed less the cumulative amount certified previously.
65.3
The Project Manager shall check the Contractor’s monthly
statement and certify the amount to be paid to the
Contractor.
65.4
The value of work executed shall be determined by the
Project Manager.
65.5
The value of work executed shall include the valuation of
Variations or Extra Work Orders, Certified Dayworks and
Compensation Events.
65.6
The Project Manager may exclude any item certified in a
previous certificate or reduce the proportion of any item
previously certified in any certificate in the light of later
information.
66.1
Payments shall be adjusted for deductions for advance
payments and retention. The Procuring Entity shall pay the
Contractor the amounts certified by the Project Manager
within twenty eight (28) days of the date of each certificate
after due adjustments for deductions for advance
payments, retention and any other additions or deductions
which may have become due under the Contract or
66. Payments to
the
Contractor
Gas RMS Bib -III
63
otherwise, including those under GCC Clause 93.
66.2
Items of works quantified in the Bill of Quantities for which
no rates or prices have been quoted shall be deemed
covered by the amounts at rates and prices of other items
in the Contract.
66.3
Payments due to the Contractor in each certificate shall be
made into the Bank Account in any scheduled Bank of
Bangladesh of the title of the Contract specified in the
PCC, nominated by the Contractor in the currency
specified in the Contract.
67.1
If the Procuring Entity makes a late payment, the
Contractor shall be paid interest on the late payment in the
next payment. Interest shall be calculated from the date by
which the payment should have been made up to the date
when the late payment is made at the prevailing rate of
interest for commercial borrowing for each of the
currencies in which payments are made.
67.2
If an amount certified is increased in a subsequent
certificate as a result of an award by the Adjudicator or an
Arbitrator, the Contractor shall be paid interest upon the
delayed payment as set out in this clause. Interest shall be
calculated from the date upon which the increased amount
would have been certified in the absence of dispute.
68. Payments to
Nominated
Subcontract
or(s)
68.1
The Contractor shall pay to the Nominated
Subcontractor(s) the amounts shown on the Nominated
Subcontractor’s invoices approved by the Contractor which
the Project Manager certifies to be due in accordance with
the subcontract included under the Contract.
69. Compensati
on Events
69.1
The following shall be Compensation Events:
(a)
The Procuring Entity does not give access to or
possession of the Site or part of the Site by the Site
Possession Date stated in the GCC Sub Clause
13.1;
(b)
The Procuring Entity modifies the Schedule of other
Contractors in a way that affects the works of the
Contractor under the Contract;
(c)
The Project Manager orders a delay or does not
issue Drawings, Specifications, or instructions
required for execution of the Works on time;
(d)
The Project Manager instructs the Contractor to
uncover or to carry out additional tests upon work,
which is then found to have no Defects;
(e)
The Project Manager unreasonably does not
approve a subcontract to be let, if applicable;
67. Delayed
Payment
Gas RMS Bib -III
64
(f)
(g)
(h)
(i)
(j)
The effects on the Contractor of any of the
Procuring Entity’s Risks;
(k)
The Project Manager unreasonably delays issuing a
Completion Certificate;
A situation of Force Majeure has occurred, as
defined in GCC Clause 85; and
(l)
(m)
Gas RMS Bib -III
Ground conditions are substantially more adverse
than could reasonably have been assumed before
issuance of the Notification of Award from the
information issued to Tenderers (including the Site
Investigation Reports), from information available
publicly and from a visual inspection of the Site;
The Project Manager gives an instruction for dealing
with an unforeseen condition, caused by the
Procuring Entity, or additional work required for
safety or other reasons;
Other Contractors, public authorities, utilities, or the
Procuring Entity do not work within the dates and
other constraints stated in the Contract, and they
cause delay or extra cost to the Contractor;
The advance payment is delayed;
Other Compensation Events described in the
Contract or determined by the Project Manager in
the PCC shall apply.
69.2
If a Compensation Event would cause additional cost or
would prevent the work being completed before the
Intended Completion Date, the Contract price shall be
increased and/or the Intended Completion Date shall be
extended. The Project Manager shall decide whether and
by how much the Contract price shall be increased and
whether and by how much the Intended Completion Date
shall be extended, only on justifiably acceptable grounds
duly recorded.
69.3
As soon as the Contractor has provided information
demonstrating the effect of each Compensation Event
upon the Contractor’s forecast cost, the Project Manager
shall assess it, and the Contract price shall be adjusted
accordingly.
If the Contractor’s forecast is deemed
unreasonable, the Project Manager shall adjust the
Contract price based on the Project Manager’s own
forecast. The Project Manager will assume that the
Contractor will react competently and promptly to the
event.
69.4
The Contractor shall not be entitled to compensation to the
extent that the Procuring Entity’s interests are adversely
affected by the Contractor not having given early warning
65
or not having cooperated with the Project Manager.
70. Adjustments
for Changes
in
Legislation
71. Price
Adjustment
70.1
Unless otherwise specified in the Contract, if between the
date twenty-eight (28) days before the submission of
Tenders for the Contract and the date of the last
Completion Certificate, any law, regulation, ordinance,
order or bylaw having the force of law is enacted,
promulgated, abrogated, or changed in Bangladesh (which
shall be deemed to include any change in interpretation or
application by the competent authorities) that subsequently
affects the Completion Date and/or the Contract price, then
such Completion Date and/or Contract price shall be
correspondingly increased or decreased, to the extent that
the Contractor has thereby been affected in the
performance of any of its obligations under the Contract.
70.2
The Project Manager shall adjust the Contract Price on the
basis of the change in the amount of taxes, duties, and
other levies payable by the Contractor, provided such
changes have not already been accounted for in the price
adjustment as defined in GCC Clause 69 and/or reflected
in the Contract price.
71.1
Prices shall be adjusted for fluctuations in the cost of inputs
only if provided for in the PCC. If so provided, the amounts
as certified in each payment certificate, before deducting
for Advance Payment, shall be adjusted by applying the
respective price adjustment factor to the payment amount.
The formula indicated below applies:
P= A + B (Im/Io)
where:
P is the adjustment factor
A and B are Coefficients specified in the PCC,
representing the nonadjustable and adjustable
portions, respectively, of the Contract; and
Im is the Index during the month the work has been
executed and Io is the Index prevailing twenty eight
(28) days prior to the deadline for submission of
Tender.
The Indexes to be used is as published by the Bangladesh
Bureau of Statistics (BBS) on a monthly basis. In case not
available, then other countries or authorities of the sources
mentioned in Appendix to the Tender may be used.
72. Retention
Money
Gas RMS Bib -III
72.1
The Procuring Entity may retain from each progressive
payment due to the Contractor at the percentage specified
in the PCC until completion of the whole of the Works
under the Contract.
66
72.2
On completion of the whole of the Works, the first half the
total amount retained under GCC Sub Clause 72.1 shall be
repaid to the Contractor and the remaining second half
after the Defects Liability Period has passed and the
Project Manager has certified in the form of Defects
Corrections Certificate..
72.3
On completion of the whole of the Works, the Contractor
may substitute an unconditional Bank Guarantee in the
format as specified (Form PW3-11 ) acceptable to the
Procuring Entity for the second half of the retention money
as stated under GCC Sub Clause 72.2.
73.1
The Contractor shall pay liquidated damages 1 6 to the
Procuring Entity at the rate per day stated in the PCC for
each day that the Completion Date is later than the
Intended Completion Date. The total amount of liquidated
damages shall not exceed the amount defined in the PCC.
The Procuring Entity may deduct liquidated damages from
payments due to the Contractor. Payment of liquidated
damages shall not affect the Contractor’s liabilities.
73.2
If the Intended Completion Date is extended after
liquidated damages have been paid, the Project Manager
shall correct any overpayment of liquidated damages by
the Contractor by adjusting the next payment certificate.
74. Bonus
74.1
The Contractor shall be paid a Bonus calculated at the rate
per calendar day if stated in the PCC for each day (less
any days for which the Contractor is paid for acceleration)
that the Completion of the whole of the Works is earlier
than the Intended Completion Date. The Project Manager
shall require certifying that the Works are complete,
although they may not have fallen due to being complete
as per approved updated Programme of Works.
75. Advance
Payment
75.1
If so specified in the PCC, the Procuring Entity shall make
advance payment to the Contractor of the amounts and by
the dates stated in the PCC against provision by the
Contractor of an Unconditional Bank Guarantee in a form
and by a bank acceptable to the Procuring Entity in an
amount equal to the advance payment. The Guarantee
shall remain effective until the advance payment has been
repaid, but the amount of the Guarantee shall be
progressively reduced by the amounts repaid by the
Contractor. Interest will not be charged on the advance
payment.
75.2
The Contractor shall use the advance payment only to pay
73. Liquidated
Damages
Gas RMS Bib -III
67
for Equipment, Plant, Materials, and mobilization expenses
required specifically for execution of the Contract. The
Contractor shall demonstrate that advance payment has
been used for such specific purposes by supplying copies
of invoices or other documents to the Project Manager.
76. Performance
Security
75.3
The advance payment shall be repaid by deducting at
proportionate rate from payments otherwise due to the
Contractor, following the schedule of completed
percentages of the Works on a payment basis. No account
shall be taken of the advance payment or its repayment in
assessing valuations of work done, Variations, price
adjustments, Compensation Events, Bonuses, or
Liquidated Damages.
76.1
The Procuring Entity shall notify the Contractor of any claim
made against the Bank issuing the Performance Security.
76.2
The Procuring Entity may claim against the security if any
of the following events occurs for fourteen (14) days or
more.
(a)
(b)
77. Provisional
Sums
Gas RMS Bib -III
The Contractor is in breach of the Contract and the
Procuring Entity has duly notified him or her ; and
The Contractor has not paid an amount due to the
Procuring Entity and the Procuring Entity has duly
notified him or her.
76.3
In the event the Contractor is liable to pay compensation
under the Contract amounting to the full value of the
Performance Security or more, the Procuring Entity may
call the full amount of the Performance Security.
76.4
The Performance Security furnished at the time of signing
of the Contract Agreement shall be substituted, after the
issuance of certificate of Completion of works by the
Project Manager, by a new Security covering fifty (50)
percent amount of the Performance Security to cover the
Defects Liability Period.
76.5
If there is no reason to call the Performance Security, the
Performance Security shall be discharged by the Procuring
Entity and returned to the Contractor after the Defects
Liability period has passed and the Project Manager has
certified in the form of Defects Corrections Certificates. .
77.1
Provisional Sums shall only be used, in whole or in part, in
accordance with the Project Manager’s instructions and the
Contract price shall be adjusted accordingly. The total sum
paid to the Contractor shall include only such amounts, for
the work, supplies or services to which the Provisional
Sum relates, as the Project Manager shall have instructed.
68
78. Dayworks
79. Cost of
Repairs to
Loss or
Damages
E.
77.2
Plants, Materials or Services to be purchased by the
Contractor under the provisions of GCC Sub Clause 77.1
from Nominated Subcontractor(s) or for meeting the other
expenditures under the Contract, and for which there shall
be included in the Contract price, the actual amounts paid
or due to be paid by the Contractor, and a sum for VAT,
profit and overhead charges, as applicable, calculated as a
percentage of these actual amounts by applying the
relevant percentage rate stated in the PCC.
77.3
The Contractor shall, when required by the Project
Manager, produce quotations, invoices, vouchers and
accounts or receipts in substantiation of purchases under
GCC Sub Clause 77.2.
78.1
If applicable, the Dayworks rates in the Contractor’s Tender
shall be used for small additional amounts of work only
when the Project Manager has given written instructions in
advance for additional work to be paid for in that way.
78.2
All works to be paid for as Dayworks shall be recorded by
the Contractor on forms approved by the Project Manager.
Each completed form shall be certified and signed by the
Project Manager within seven (7) days of the works being
done.
78.3
The Contractor shall be paid for Dayworks subject to
obtaining signed Dayworks forms.
79.1
Loss or damage to the Works or Materials to be
incorporated in the Works between the Start Date and the
end of the Defects Liability Period shall be remedied by the
Contractor at the Contractor’s own cost, if the loss or
damage arises from the Contractor’s acts or omissions.
Completion of the Contract
80. Completion
80.1
The Contractor shall apply by notice to the Project
Manager for issuing a Completion Certificate of the Works,
and the Project Manager shall do so upon deciding that the
work is completed.
81. Taking Over
81.1
The Procuring Entity shall take over the Site and the Works
within seven (7) days of the Project Manager’s issuing a
certificate of Completion.
82. Amendment
to Contract
82.1
The amendment to Contract shall generally include
extension of time to the Intended Completion Date,
increase or decrease in original Contract price and any
other changes acceptable under the conditions of the
Gas RMS Bib -III
69
Contract.
83. Final
Account
84. As-built
Drawings
and Manuals
85. Force
Majeure
82.2
The Procuring Entity, in accordance with the Delegation of
Financial Power or sub-delegation thereof, shall amend the
Contract incorporating the changes introduced to the
original terms and conditions of the Contract in line with the
Rules.
83.1
The Contractor shall submit with a detailed account of the
total amount that the Contractor considers payable under
the Contract to the Project Manager before the end of the
Defects Liability Period.
83.2
The Project Manager shall certify the Final Payment within
fifty six (56) days of receiving the Contractor’s account if
the payable amount claimed by the Contractor is correct
and the corresponding works are completed.
83.3
If it is not, the Project Manager shall issue within fifty six
(56) days a Defects Liability Schedule that states the
scope of the corrections or additions that are necessary.
83.4
If the Final Account of Works submitted under GCC Sub
Clause 83.1 is unsatisfactory even after it has been
resubmitted, the Project Manager shall decide on the
amount payable to the Contractor and issue a payment
certificate.
84.1
If “As Built” Drawings and/or operating and maintenance
manuals are required, the Contractor shall supply them by
the dates stated in the PCC.
84.2
If the Contractor does not supply the Drawings and/or
Manuals by the dates specified in GCC Sub Clause 84.1,
or they do not receive the Project Manager’s approval, the
Project Manager shall withhold a nominal amount specified
in the PCC from payments due to the Contractor.
85.1
Force Majeure may include, but is not limited to,
exceptional events or circumstances of the kind stated
below;
(a)
(b)
(c)
(d)
Gas RMS Bib -III
war, hostilities (whether war be declared or not),
invasion, act of foreign enemies ;
rebellion, terrorism, sabotage by persons other than
the Contractor’s personnel, revolution, insurrection,
military or usurped power, or civil war ;
riot, commotion, disorder, strike or lockout by
persons other than the Contractor’s personnel ;
munitions of war, explosive materials, ionising
radiation or contamination by radio-activity, except
as may be attributable to the Contractor’s use of
70
(e)
86. Notice of
Force
Majeure
87. Consequenc
es of Force
Majeure
86.1
If a party is or will be prevented from performing its
substantial obligations under the Contract by Force
Majeure, then it shall give notice, within fourteen (14) days
after the party became aware, to the other party of the
event or circumstances constituting the Force Majeure and
shall specify the obligations, the performance of which is or
will be prevented.
86.2
Notwithstanding any other provision of this Clause, Force
Majeure shall not apply to obligations of either party to
make payments to the other party under the Contract.
87.1
If the Contractor is prevented from performing its
substantial obligations under the Contract by Force
Majeure of which notice has been given under GCC Sub
Clause 86, and suffers delay and/or incurs cost by reason
of such Force Majeure, the Contractor shall be entitled
subject to GCC Sub Clause 93 to:
(a)
an extension of time for any such delay, if
completion is or will be delayed, under GCC Clause
45, and
(b)
87.2
88. Release from
Performance
Gas RMS Bib -III
such munitions, explosives, radiation or radioactivity ;
and
natural catastrophes such as fires, floods,
epidemics,
quarantine
restrictions,
freight
embargoes, cyclone, hurricane, typhoon, tsunami,
storm surge, earthquake, hill slides, landslides, and
volcanic activities.
if the event or circumstance is of the kind described
sub-paragraphs (a) to (e) of GCC Sub Clause 85.1
occurs in the Country, payment of any such cost,
including the costs of rectifying or replacing the
Works and Physical services damaged or
destructed by Force Majeure, to the extent they are
not indemnified through the insurance policy
referred to in GCC Clause 37.
After receiving notice under GCC Sub Clause 86.1, the
Project Manager shall proceed to determine these matters
under the provisions of the Contract.
88.1 Notwithstanding any other provision of this Clause, if any
event or circumstance outside the control of the parties
(including, but not limited to, Force Majeure) arises which
makes it impossible or unlawful for either or both parties to
fulfil its or their contractual obligations or which, under the
law governing the Contract, entitles the parties to be
released from further performance of the Contract, then
upon notice by either party to the other party of such event
71
or circumstance:
F.
(a)
the parties shall be discharged from further
performance, without prejudice to the rights of
either party in respect of any previous breach of the
Contract, and
(b)
the sum payable by the Procuring Entity to the
Contractor shall be the same as would have been
payable under GCC Sub Clause 90.3 if the
Contract had been terminated under GCC Sub
Clause 89.3.
Termination and Settlement of Disputes
89. Termination
89.1
Termination for Default
(a)
The Procuring Entity or the Contractor, without
prejudice to any other remedy for breach of
Contract, by giving twenty eight (28) days written
notice of default to the other party, may terminate
the Contract in whole or in part if the other party
causes a fundamental breach of Contract.
(b)
Fundamental breaches of the Contract shall include,
but shall not be limited to, the following:
(i)
(ii)
(iii)
(iv)
(v)
(vi)
Gas RMS Bib -III
the Contractor stops work for twenty-eight
(28) days when no stoppage of work is
shown on the current Programme and the
stoppage has not been authorized by the
Project Manager;
the Project Manager instructs the Contractor
to delay the progress of the Works, and the
instruction is not withdrawn within eighty four
( 84) days;
the Project Manager gives Notice that failure
to correct a particular Defect is a fundamental
breach of Contract and the Contractor fails to
correct it within a reasonable period of time
determined by the Project Manager;
the Contractor does not maintain a Security,
which is required;
the Contractor has delayed the completion of
the Works by the number of days for which
the maximum amount of Liquidated Damages
can be paid, as specified in GCC Sub Clause
73;
the Contractor has subcontracted the whole
of the Works or has assigned the Contract
without the required agreement and without
the approval of the Project Manager;
72
(vii)
(viii)
89.2
the Contractor, in the judgment of the
Procuring Entity has engaged in corrupt or
fraudulent practices, as defined in GCC Sub
Clause 39, in competing for or in executing
the Contract.
A payment certified by the Project Manager is
not paid by the Procuring Entity to the
Contractor within eighty-four (84) days of the
date of the Project Manager’s certificate.
Termination for Insolvency
The Procuring Entity and the Contractor may at any time
terminate the Contract by giving twenty eight (28) days
written notice to the other party if either of the party
becomes bankrupt or otherwise insolvent. In such event,
termination will be without compensation to any party,
provided that such termination will not prejudice or affect
any right of action or remedy that has accrued or will
accrue thereafter to the other party.
89.3
Termination for Convenience
(a)
(b)
89.4
Gas RMS Bib -III
The Procuring Entity, by giving twenty eight (28)
days written notice sent to the Contractor, may
terminate the Contract, in whole or in part, at any
time for its convenience. The notice of termination
shall specify that termination is for the Procuring
Entity’s convenience, the extent to which
performance of the Contractor under the Contract
is terminated, and the date upon which such
termination becomes effective.
The Procuring Entity shall not terminate the
contract under GCC Sub Clause 89.3 (a) in order
to execute the Works itself or to arrange for the
Works to be executed by another contractor or to
avoid a termination of the Contract by the
Contractor as stated under GCC Sub Clause
89.1(a).
In the event the Procuring Entity terminates the Contract in
whole or in part, the Procuring Entity shall accept the portion
of the Works that are complete and ready for handing over
after the Contractor’s receipt of notice of termination of the
Contract. For the remaining portion of the Works, the
Procuring Entity may elect:
(a)
to have any portion completed by the Contractor at
the Contract terms and prices; and /or
(b)
to cancel the remainder and pay to the Contractor
an agreed amount for partially completed Works
and for materials and parts previously procured by
73
the Contractor, or
(c)
90. Payment
upon
Termination
89.5
If the Contract is terminated, the Contractor shall stop work
immediately, make the Site safe and secure, and leave the
Site as soon as is reasonably possible
90.1
If the Contract is terminated because of a fundamental
breach of Contract under GCC Sub Clause 89.1 by the
Contractor, the Project Manager shall issue a certificate for
the value of the Works done and Plant and Materials
ordered less advance payments received up to the date of
the issue of the certificate and less the amount from
percentage to apply to the contract value of the works not
completed, as indicated in the PCC. If the total amount due
to the Procuring Entity exceeds any payment due to the
Contractor, the difference shall be a debt payable to the
Procuring Entity.
90.2
If the Contract is terminated for the Procuring Entity’s
convenience or because of a fundamental breach of
Contract by the Procuring Entity, the Project Manager shall
issue a payment certificate for the value of the work done,
Materials ordered, the reasonable cost of removal of
Equipment, repatriation of the Contractor’s foreign
personnel employed solely on the Works and recruited
specifically for the Works, and the Contractor’s costs of
protecting and securing the Works, and less advance
payments received up to the date of the certificate.
90.3
If the Contract is terminated for reasons of Force
Majeure, the Project Manager shall determine the
value of the work done and issue a Payment
Certificate which shall include:
(a)
(b)
Gas RMS Bib -III
except in the case of termination for convenience
as stated under GCC Sub Clause 89.3., engage
another Contractor to complete the Works, and in
that case the Contractor shall be liable to the
Procuring Entity for any cost that may be incurred
in excess of the sum that would have been paid to
the Contractor, if the work would have been
executed and completed by him or her.
the amounts payable for any work carried out for
which unit rates or prices are stated in the
Contract;
the cost of Plant and Materials ordered for the
Works which have been delivered to the
Contractor, or of which the Contractor is liable to
accept delivery: this Plant and Materials shall
become the property of (and be at the risk of) the
74
(c)
(d)
(e)
Procuring Entity when paid for by the Procuring
Entity, and the Contractor shall place the same at
the Procuring Entity’s disposal;
other costs or liabilities which in the circumstances
were reasonably and necessarily incurred by the
Contractor in the expectation of completing the
Works;
the cost of removal of Temporary Works and
Contractor’s Equipment from the Site; and
the cost of repatriation of the Contractor’s staff and
labour employed wholly in connection with the
Works at the date of termination.
91. Property
91.1
All Materials on the Site, Plant, Equipment, Temporary
Works, and Works shall be deemed to be the property of
the Procuring Entity if the Contract is terminated because
of the Contractor’s default stated under GCC Sub Clause
89.1.
92. Frustration
92.1
If the Contract is frustrated by the occurrence of a situation
of Force Majeure as defined in GCC Sub Clause 85, the
Project Manager shall certify that the Contract has been
frustrated. The Contractor shall make the Site safe and
stop work as quickly as possible after receiving this
certificate and shall be paid for all works carried out before
receiving it and for any work carried out afterwards to
which a commitment was made.
G. Claims, Disputes and Arbitration
93. Contractor’s
Claims
Gas RMS Bib -III
93.1
If the Contractor considers himself to be entitled to any
extension of the Completion Time and/or any additional
payment, under any Clause of these Conditions or
otherwise in connection with the Contract, the Contractor
shall give notice to the Procuring Entity, describing the
event or circumstance giving rise to the claim. The notice
shall be given as soon as practicable, and not later than
twenty eight (28) days after the Contractor became aware,
or should have become aware, of the event or
circumstance.
93.2
If the Contractor fails to give notice of a claim within such
period of twenty eight (28) days, the Intended Completion
Date shall not be extended, the Contractor shall not be
entitled to additional payment, and the Procuring Entity
shall be discharged from all liability in connection with the
claim.
75
94. Settlement
of Disputes
93.3
Within forty two (42) days after the Contractor became
aware or should have become aware of the event or
circumstance giving rise to the claim, or within such other
period as may be proposed by the Contractor and
approved by the Project Manager, the Contractor shall
send to the Project Manager a fully detailed claim which
includes full supporting particulars of the basis of the claim
and of the extension of time and/or additional payment
claimed, for settlement.
94.1
Amicable settlement
The procuring Entity and the Contractor shall use their best
efforts to settle amicably all possible disputes arising out of
or in connection with this Contract or its interpretation.
94.2
Gas RMS Bib -III
Adjudication
(a)
If the Contractor believes that a decision taken by
the Project Manager was either outside the
authority given to the Project Manager by the
Contract or that the decision was wrongly taken, the
decision shall be referred to the Adjudicator within
fourteen (14) days of notification of the Project
Manager’s decision in writing.
(b)
The Adjudicator named in the PCC is jointly
appointed by the parties. In case of disagreement
between the parties, the Appointing Authority
designated in the PCC shall appoint the Adjudicator
within fourteen (14) days of receipt of a request
from either party.
(c)
The Adjudicator shall give its decision in writing to
both parties within twenty-eight (28) days of a
dispute being referred to it.
(d)
The Contractor shall make all payments (fees and
reimbursable expenses) to the Adjudicator, and the
Procuring Entity shall reimburse half of these fees
through the regular progress payments.
(e)
Should the Adjudicator resign or die, or should the
Procuring Entity and the Contractor agree that the
Adjudicator is not functioning in accordance with the
provisions of the Contract; a new Adjudicator will be
jointly appointed by the Procuring Entity and the
Contractor. In case of disagreement between the
Procuring Entity and the Contractor the Adjudicator
shall be designated by the Appointing Authority
within fourteen (14) days of receipt of a request
from either party as stated under GCC Sub Clause
94.2 (b)
76
94.3
Gas RMS Bib -III
Arbitration
(a)
If the parties are unable to reach a settlement as
per GCC Clauses 94.1 and 94.2 within twenty-eight
(28) days of the first written correspondence on the
matter of disagreement, then either party may give
notice to the other party of its intention to
commence arbitration in accordance with GCC Sub
Clause 94.3(b).
(b)
The arbitration shall be conducted in accordance
with the Arbitration Act (Act No 1 of 2001) of
Bangladesh as at present in force and in the place
shown in the PCC.
77
Section 4.
Particular Conditions of Contract
In the case of any discrepancy between the Sections 3 and 4, the Section 4 shall
prevail.
GCC
Clause
Amendments of, and Supplements to, Clauses in the General Conditions of
Contract
GCC 1.1(j)
The Contractor is
[Name, address, and name of authorized representative]
GCC
1.1(ff)
The Procuring Entity is Bangladesh Power Development Board (BPDB)
“BOARD” means Bangladesh Power Development Board (BPDB)
“Engineer” means Jalalabad Gas Transmission and Distribution System Ltd.
Name & Address of authorized representative:
Secretary
Bangladesh Power Development Board
WAPDA Building (1st floor)
Motijheel Commercial area, Dhaka-1000.
The Consignee: Project Director, Bibiyana III 400 MW CCPP Construction
Project, BPDB, Dhaka, Bangladesh.
Whatsoever mentioned in section 6 and section 7 of this Tender
Document, Purchaser/ Employer means Bangladesh Power Development
Board (BPDB).
All communication (by the Contractor) with the “Engineer” must be done
through “Consignee”.
GCC
1.1(gg)
The Project Manager is
Project Director
Bibiyana -III 400 MW CCPP Construction Project, BPDB, Dhaka,
Bangladesh.
GCC 1.1
(bb)
The original Contract price is [insert the amount in the NOA]
GCC
1.1(y)
The Intended Completion Date for the whole of the Works shall be:
GCC
1.1(kk)
The Site is located at Bibiyana III 400 MW CCPP Project, Nabiganj Upazila,
Habiganj District, Bangladesh and is defined in drawings No.: ....................
GCC
1.1(nn)
The Start Date shall be: Immediately after opening of L/C
The Completion time (including supply of materials and turnkey work) will be 300
days (From the date of opening of L/C to the date of completion of ICO).
Gas RMS Bib -III
78
GCC
1.1(rr)
The Works consist of
GCC 2.5
The Sectional Completion Dates are: As mentioned in the offer
GCC 3.1
The Procuring Entity’s address for the purpose of communications under this
contract is :
As mentioned in Section 6, 7, 8 and 9.
Project Director, Bibiyana III 400 MW CCPP Construction Project, BPDB, Dhaka,
Bangladesh.
The Contractor’s address for the purpose of communications under this contract
is :
Contact person:
Address:
Tel:
Fax:
e-mail address:
GCC 6.1
(j)
Other documents forming part of the Contract are:
GCC 9.1
A Contractor or a Subcontractor that is a national of, or registered in, the
following countries are not eligible:
All correspondences between Procuring Entity and Contractor prior to signing of
the Contract agreement.
Israel
GCC 9.2
Materials, Equipments Plants and supplies shall not have their origin in the
following countries:
Israel
GCC 13.1
Possession of the Site or part(s) of the Site, to the Contractor shall be given on
the following date(s):
As per site work schedule.
Taxes and Duties
a) Bangladesh Income tax and VAT for Income Earned in Bangladesh
The Contractor shall be entirely liable to pay Income Tax at the prevailing rule of the
Government of Bangladesh for payments of Foreign currency (i.e. CIF price and
service cost in Foreign currency) & Local currency portion under the Contract.
Income Tax shall be deducted at source during payment of bills/invoice for onward
deposition of the same into Government Treasury.
GCC 18
The contractor shall not be responsible for payment of applicable Value Added Tax
(VAT) on the imported permanent materials and equipments of the contract price.
BPDB will pay the same VAT during clearing stage at the port. But, the applicable
VAT on the service portion of the contract price shall be paid by the contractor which
will be deducted at source from the contractor’s invoice/bill during payment.
b) For Contractor’s equipment, materials imported on re-exportable basis
The Contractor shall be entirely responsible for all Bangladesh Custom and
Import duties, VAT, taxes and all other levies imposed under applicable law of
Gas RMS Bib -III
79
Bangladesh for Importation of Contractor’s Construction equipment, tools and
materials required for implementation of the contract in Bangladesh which shall
be imported on the condition to be exported after completion of the work, if the
same are not exempted from such taxes, VAT & levies. The Board shall assist to
the contractor to obtain exemption from NBR [National Board of Revenue] for
import of the contractor’s equipment and materials on the basis of re-export.
c) Foreign country Taxes and Permits
The Contractor shall pay all sales, income and other taxes and duties, tariffs and
imports that can be lawfully assessed against the contractor by the Government
or any lawful authority of any country other than the people’s Republic of
Bangladesh which has jurisdiction over the contractor in connection with this
contract and shall pay for all licenses permits and inspection required for the
work including the cost or securing all export licenses and permits for materials,
equipment, supplies and personnel exported from that country to Bangladesh.
d) IMPORT DUTY, VAT, TAXES, LEVIES AND OTHER TAXES FOR
PERMANENT MATERIALS OF THE WORK
The Contractor shall obtain all import permits or licenses required for any part of
the work within the terms stated in the program or if not so stated, in reasonable
time having regard to the time for delivery of the work and the time for
completion. The Board shall pay all Bangladesh customs and import duties,
VAT, taxes and all other levies arising from the importation of all
permanent materials and equipments (on CIF Value). The Board shall
provide its extreme effort to pay such taxes in a timely manner to avoid any extra
cost thereon. The contractor shall submit to the owner 5 (five) copies of nonnegotiable shipping document ahead of shipment for arranging payment of
such taxes and clearing the materials in time.
The Board shall not bear any expenditure on account of import of cement, if any,
by the Contractor.
Normally, equipment and materials that will be incorporated in the permanent
works shall be transported by vessel. If the Contractor decides to air freight any
items, the excess freight beyond freight of vessel or excess inland transportation
or any other additional cost on account of air freight shall be borne by the
Contractor.
e) CONTRACTOR’S RESPONSIBILITY TO GET ACQUAINTED WITH
BANGLADESH LAWS, IMPORT POLICY, ETC.
The Contractor shall get himself acquainted with the relevant Bangladesh Laws
as well as the Import Policy of the Government of People’s Republic of
Bangladesh remaining in force regarding import of banned items, if any, during
the execution of the Contract. In case of import of any banned items and/or
contraband item, the consequential effect shall rest with the Contractor. Similarly
the Contractor shall be responsible for any non-conformance of Bangladesh
Laws either by his own employees or any of the employees of his Subcontractors
during execution of the Contract.
GCC 19.1
Following Key Personnel to carry out the functions stated in the Schedule shall
be employed by the Contractor:
As mentioned in the offer or Personnel having experience in similar work
Gas RMS Bib -III
80
GCC 21.1
Nominated Subcontractor(s) named below: As mentioned in the Offer or other
Subcontractor(s) with the consent of Project Director (Consignee)
GCC 23.1
The Contractual matters between the Procuring Entity and the Contractor shall
be decided by Project Manager
1.INSURANCE
The Contractor shall arrange the following insurance except “Workmen’s
compensation Insurance for the Contractor’s expatriate personnel” from M/S
Bangladesh Sadharan Bima Corporation in the joint name of the BOARD and
Contractor and Policies to be taken in foreign currency and local currency
wherever necessary and the payment of premium shall be made by the
Contractor.
GCC 37.1
2.MARINE INSURANCE
Insurance of equipment/Spare parts/materials/ Vehicles and other goods
covering all risks including war, strike, riots, civil commotion from the port of
shipment to the port of discharge transit after discharge to the Site, and warehouses to warehouse anywhere in Bangladesh.
The Contractor shall promptly furnish one set of shipping documents, a copy of
Bill of lading, invoice, packing list etc, of each consignment direct to the Deputy
Director, Insurance. Finance Directorate, BPDB, Dhaka well in time of the
shipment of goods indicating the contract number and name of the insurer. If
they fail to comply with this instruction they will be held responsible to
compensate the losses if any arising out of the non –compliance of this
conditions.
3. ERECTION INSURANCE
“Builder’s risk Insurance” and “Erection Insurance’ and or “Structural Insurance”
including third party liabilities wherever considered necessary by the Contractor
and approved by the Board.
4.TRANSPORT LIABILITY INSURANCE
Comprehensive water crafts if necessary automobile insurance on motor
vehicles to be used by the Contractor during the working period in Bangladesh.
5.WORKMEN’S COMPENSATION INSURANCE
The Contractor shall procure and maintain Workman’s Compensation Insurance
for all expatriate personnel employed by the Contractor for services in
Bangladesh and shall provide for such employees other insurance benefits such
as it customarily provides for overseas assignments Of its other employees.
6. REPLACEMENT AND REPAIR UNDER INSURANCE
The Contractor shall follow customary insurance claim procedures in seeking to
effect recovery under the applicable insurance coverage, of the costs of repair or
replacement of any materials lost or damaged in shipment or handling,
replacement shipments for materials being replaced or materials that has been
returned to the country of origin for repair shall be shipped at no charge to the
Board. However, any costs for custom duties, taxes, import licenses under an
insurances claim will be borne by the Contractor. The contractor shall in no way
withheld the project works/ supplies / services for finalization of the insurance
claimed, if any.
Gas RMS Bib -III
81
GCC 40.1
Commencement Date of Works shall be as follows:
Date of Opening of L/C.
GCC 42.1
The Contractor shall submit a Programme for the Works within fifteen (15) days
of signing the Contract.
GCC 42.2
The period between Programme updates is monthly
GCC 42.3
The amount to be withheld for late submission of an updated Programme is : As
decided by Project Director (Consignee)
GCC 52
Post landing inspection
Post Landing Inspection shall be done after arrival of the materials/ equipment at
Bibiyana -III 400 MW CCPP Project site, Nabiganj Upazila, Habiganj District,
Bangladesh. The Post landing Inspection of the materials/ equipment shall be
conducted by BPDB’s Inspectors or its authorized representative and Engineer in
the presence of the representative of the Contractor. The program of such
Inspection shall be intimated to the representative of the Contractor by BPDB
upon arrival of the materials/ equipment at above site. “Receiving cum Inspection
Report” will be prepared after Post Landing Inspection.
GCC 54
Witnessing of manufacturing process, tests of the equipment/ materials/
spares and foreign training at manufacturer(s)/ Supplier(s)/ T enderer
Country(s).
It is agreed by the Contractor that BPDB shall send its authorized
representatives to carry out witnessing of manufacturing process, tests of the
equipment/ materials/ spares and foreign training at manufacturer(s)/
Supplier(s)/ Tenderer Country(s) works and engage a few personnel to inspect
the work to be performed at Site under this Contract for compliance with the
Contract requirements. The Contractor shall furnish all reasonable aid and
assistance required by BPDB or inspectors, for the proper inspection and
examination of the work and all parts thereof.
The Contractor shall also bear the cost of round air tickets, food, hotel
accommodations, internal transportations, taxes, medical insurance and out of
pocket expenses @ US $ 120.00 per person per day for 10 days (excluding
travel time) for the witnessing of manufacturing process, tests of the equipment/
materials/ spares and foreign training at manufacturer(s)/ Supplier(s)/ Tenderer
Country(s) works. The number of such personnel will be Four (04) Nos [02 from
BPDB, 02 from Jalalabad Gas].
The Contractor shall obey the directions of BPDB or it's designated persons
when they are consistent with the obligations of this Contract, should the
Contractor object to any order given by any BPDB's designated person, the
Contractor may make written appeal to BPDB for its decision.
The representatives of BPDB shall be free at all times to perform their duties and
any intimidation or attempted intimidation of any one of them by the Contractor
or by any of his employees shall be sufficient reasons if BPDB so decides, to
terminate the Contract.
Gas RMS Bib -III
82
Such witnessing/inspection shall not relieve the Contractor from any obligation to
perform the work in accordance with the Contract Documents.
Work not so constructed shall be removed and made good by the Contractor at
his own expenses.
The programme of witnessing of manufacturing process, factory test and
technical know-how transfer shall cover the following:
i) Introduction to the Equipment and Materials.
ii) Familiarization with Production Line/Cycle and equipment used in such Cycle.
iii) Standard of Production.
iv) Production Procedure of the equipment.
v) Quality Control System of produced equipment and goods.
vi) Familiarization Standard of Testing Equipment.
vii) Testing Procedure of the equipment manufactured.
viii) Witnessing of Test as per standard and requirements of Contract Document.
ix) Trainees will have to ensure and certify that the test results observed qualify
the standard specified in the contract.
x) Operation & Maintenance of the equipment after using it in the system of
BPDB.
xi) Any other related matters with Test of Equipment.
GCC 57.1
The Defects liability / warranty shall cover the following :
The Contractor warrants that each item of materials and work furnished under
this Contract will be as specified and will be free from defects in design to the
extent the Contractor is responsible for design, workmanship and material. The
warranties contained in this Contract document are in lieu of any other
warranties and are the only warranties made by Contractor with respect to the
materials, equipment and work. If within the warranty period set forth below any
part of the material or work fails to meet the warranty BPDB will notify the
Contractor and the Contractor shall promptly correct any defect including nonconformance with specifications by adjustment, repair or replacement of any and
all defective parts or materials.
Unless otherwise specified the warranty period hereunder shall begin from the
date of issuance of Provisional Acceptance Certificate (PAC) by BPDB and shall
end after 24 (twenty four) months until final acceptance.
The Contractor shall pay all costs for correction of defects including shop and
field labour and supervision, transportation, parts, supplies, all tackles and
special tools.
The Contractor will be given an opportunity to check the existence of the defect
and he shall promptly do the correction within reasonable time. This section
states the limit of the Contractor’s liability for defects for which he is responsible.
Gas RMS Bib -III
83
When it is necessary to dismantle piping, ducts, machinery, equipment or other
work furnished or performed by the Contractor in order to obtain access to the
work, the cost of all such dismantling and re-assembling will be paid by the
Contractor.
The Contractor shall extend the provisions of this warranty to cover all turnkey
works furnished under the warranty provisions for a period of 24 (twenty four)
months of operation from the date of repair, replacement, commissioning
thereof.
If within twenty (20) days after BPDB gives the Contractor notice of a defect, the
Contractor neglects to make or undertake with due diligence to make the
necessary corrections, BPDB is hereby authorized to make the corrections
himself or order the work to be done by a third party and cost of the corrections
shall be paid by the Contractor. BPDB will be permitted to make repairs or
replacements on equipment without affecting the warranty or without prior notice
to the Contractor so long as the repairs or replacements involve the correct
installation of spares. BPDB shall also be permitted to adjust or test equipment
as outlined in instruction manuals provided by the manufacturer.
In the case of an emergency where in the judgment of BPDB the delay resulting
from giving formal notice would cause serious loss or damage which could be
prevented by immediate action, defects may be corrected by BPDB or a third
party chosen by BPDB without giving prior notice to the Contractor and cost of
corrections shall be paid by the Contractor. In the event, such action is taken by
BPDB, the Contractor will be notified promptly and the Contractor shall assist
wherever possible in making the necessary corrections.
The Contractor shall extend the provisions of the Defects Liability Period to
cover all repaired and replacement parts furnished under the Defects Liability
Period.
GCC 66.1
Payments
Payments under this Contract shall be effected in the currency of the Tender for
Foreign Currency and in Taka for local currency. Foreign currency payments shall
be made through Letter of credit (L/C) and local currency through transfer of fund to
Contractor’s account or through cheque. Local currency shall be made through
accounts office of the Procurement Entity or through CP & AA cell of BPDB.
The charges within Bangladesh for establishment of the L/C shall be borne by BPDB
but the L/C charges outside Bangladesh shall be borne by the Contractor. The
Contractor shall have to bear all such charges both inside and outside Bangladesh
in case of extension of L/C if done at the request of the contractor. An irrevocable
L/C shall be opened by BPDB within 30 days upon signing of the Contract. BPDB
shall pay to the Contractor in the following manner:
a) Payments against CIF value of the material, spares and consumables
(Foreign currency part of Schedule 1.1)
1) 70% (Seventy percent) payment within 30 days upon Contractor’s presentation of
shipping documents to the negotiating bank and issuance of payment advice by the
concerned office of the BOARD upon receipt of negotiable shipping documents for
each consignment.
Gas RMS Bib -III
84
2) 20% (Twenty percent) upon presentation of “Receiving cum Inspection Report” for
each consignment delivered at site and a claim bill duly verified by Project office
certified by the Engineer and approved by Project Director.
3) 5% (Five percent) upon issuance of Provisional Acceptance Certificate and a
claim bill duly verified by Project office, certified by the Engineer and approved by
Project Director.
4) 5% (Five percent) upon issuance of Final Acceptance Certificate and a claim bill
duly certified by the Engineer and approved by Project Director/ Head of Power
Plant.
b) Payment for Local currency part of Schedule 1.1
100% upon submission of Receive cum Inspection report and a claim bill duly
verified by Project office, certified by the Engineer and approved by Project Director.
Note: The Port handling charges and Inland Transportation shall be paid at actual
but not exceeding the quoted amount.
c) Payment for Serv ice (Foreign currency part and local currency part;
Schedule 1.2, Schedule 1.3 & Schedule 1.4)
1) 90% (Ninety percent) payment upon monthly progress according to the progress
of the work at site and provided that the work is performed satisfactorily and in
accordance with the stipulations of the Contract documents against submission of
invoices/claim bill duly verified by Project office, certified by the Engineer and
approved by Project Director.
.
2) 5% (Five percent) upon issuance of the Provisional Acceptance Certificate after
successful completion of commissioning and handing over against submission of
invoices/claim bill duly verified by verified by Project office, certified by the Engineer
and approved by Project Director.
.
3) 5% (Five percent) upon issuance of Final Acceptance Certificate and a claim bill
duly certified by the Engineer and approved by Project Director/ Head of Power
Plant.
Procedure for Progress payment against Service
On or about the first day of each month the Contractor will prepare a bill in
prescribed form of the value (As per Breakdown estimate) of the service done up-to
such date. The estimated cost of service which, do not conform to the specifications
will be deducted from the billed amount. Payment will be made to the Contractor as
stipulated above. Such intermediate payment shall be regarded as payment by way
of advance against the final payment for work actually done and shall not preclude
the requiring of bad, unsound and imperfect work to be removed and reconstructed.
Such payments shall not be considered as admission that the Contract performance
has been completed nor shall it indicate the accruing or any claim, or shall it
Gas RMS Bib -III
85
conclude, determine or affect in any way the powers of BPDB under this Contract to
final settlement and adjustment of the account or in any other way vary or affect the
Contract.
Contractor’s Breakdown Estimate
The Contractor shall prepare and submit to the Consignee for approval a breakdown
estimate for and covering each lump-sum price stated in the Contract. The
breakdown estimate, showing the value of each kind of service shall be certified by
Consignee and approved by the Engineer before any partial payment estimate is
prepared. Such items as bond premium, temporary facilities and plant may be listed
separately in the breakdown estimate, provided that their cost can be substantiated.
The sum of the items listed in any breakdown estimate shall equal the Contract
lump-sum price or prices, overhead and profit shall not be listed as separate items.
GCC 66.3
The particulars of the Bank Account nominated are as follows :
Title of the Account :
[insert title to whom the Contract awarded]
Name of the Bank
[insert name with code, if any]
:
Name of the Branch :
[insert branch name with code ,if any]
Account Number
:
[insert number]
Address
:
[insert location with district]
Tel
Fax
:
:
e-mail address
:
[information furnished by the Contractor shall be substantiated by the concerned
Bank and authenticated by the Procuring Entity]
GCC 67
Contractor shall not be paid interest on the late/ delayed payment
GCC
69.1(m)
The following additional events shall also be the Compensation Events: None
GCC 71.1
The Contract is not subject to price adjustment.
GCC 72
The proportion of payments to be retained is : As mentioned in PCC (GCC 66.1)
GCC 73.1
Delay in target milestone
0.1 % (Zero point one percent) of the final Contract price per day of delay of
work completion.
GCC 73.1
Limit for maximum amount of liquidated damages: 10% of contract price for delay
in target milestone.
GCC 74.1
The Bonus for the whole of the Works is None
The maximum amount of Bonus for the whole of the Works is None
Gas RMS Bib -III
86
GCC 75.1
The Advance Payment shall be: Not Applicable
GCC 77.2
The percentage for adjustment of Provisional Sums is None
GCC 80.1
After completion of the work, Provisional Acceptance Certificate (Completion
Certificate) shall be issued as stated below:
Provisional Acceptance Certificate (PAC)
The work shall not be considered as complete provisionally until a PAC has
been issued for the work, signed and dated by the Consignee and the Engineer
and delivered to the Contractor. The PAC will be issued only after the final
inspection and performance test has been carried out by a team of
representatives of the Contractor and witness and accepted by the PAC
committee of BPDB formed by the competent authority the members of the
Acceptance Committee of BPDB and the work has been judged complete
and in compliance with the Contract Documents. The test shall be performed
as specified in the applicable Technical Requirements. Necessary testing
equipment will be supplied by the Contractor. The final inspection and the
performance test of equipments and the subsequent issuance of the PAC shall
not be construed as a release to the Contractor from any Contractual liability or
responsibility, such release being subject only to the provisions of the Release of
Liability clause PCC [New clause GCC 98]. BPDB may take over completed
portions of the work, prior to completion of the Contract, by written notice to the
Contractor.
The Provisional Acceptance Certificate shall not be unreasonably withheld nor
shall BPDB delay the issuing of the PAC on account of minor omissions or
defects, which do not affect the commercial operation without any serious risk to
the plant, provided always that the Contractor undertakes to make good such
omission and defects within a reasonable time. From the date of final inspection
and test of completed works, at least three (3) weeks time should be taken for
observation to the outcome of the work, after which Provisional Acceptance
Certificate should be issued for the work, signed and dated by the Consignee
and the Engineer and delivered to the Contractor, provided that no omissions or
defects are found which may affect the commercial operation of the plant.
The final inspection and test will commence upon a written notice from the
Contractor stating that the RMS has successfully completed continuous initial
commercial operation (ICO) at full capacity for at least 168 hours without any
trouble after turnkey work.
After completion of the Defects Liability Period /Warranty period, Final
Acceptance Certificate shall be issued as mentioned below:
Final Acceptance Certificate (FAC)
The work shall not be considered as completed until a Final Acceptance
Certificate (FAC) is signed and issued by the consignee and the Engineer on the
basis of the successful report of FAC committee formed by the competent
authority stating that all work has been finally completed to their satisfaction. The
Gas RMS Bib -III
87
Final Acceptance Certificate (FAC) will be given by the consignee latest twenty
eight (28) days after the expiration of the Defects liability period or if different
guarantee periods shall become applicable to different parts of the work, after the
expiration of the latest of such periods and as soon as any and all work to be
made good is completed to the satisfaction of the Consignee/ Project Manager
and the competent Authority.
GCC 84.1
The date by which “as-built ” drawings are required is: Within one month from the
date of PAC.
The date by which operating and maintenance manuals are required is: Within
one month from the date of PAC. All documents including Drawing/ Testing
Report/ Operational/ Maintenance Manual must be submitted in English
language.
GCC 84.2
The amount to be withheld for failing to produce “as-built” drawings and/or
operating and maintenance manuals by the date required is :
No money will be withheld but Final Acceptance Certificate shall not be issued
until the submission of “as-built” drawings and/or operating and maintenance
manuals
GCC 90.1
The percentage to apply to the contract value of the works not completed,
representing the Procuring Entity’s additional cost for completing the
uncompleted Works, is twenty (20) percent.
GCC
(b)
The Adjudicator jointly appointed by the parties is: Will be appointed as and when
necessary.
94.2
Name:
Address:
Tel No:
Fax No:
e-mail address:
GCC
94.2(b)
In case of disagreement between the parties, the Appointing Authority for the
Adjudicator is the President of the Institution of Engineers, Bangladesh.
GCC
(b)
The arbitration shall be conducted in the place mentioned below;
94.3
New
Clause
GCC 95
Dhaka, Bangladesh
Approval of Engineering Data
Five (5) copies of each drawings and necessary data shall first be submitted to
Engineer. Two copies of drawings and data shall be returned to the Contractor
marked “APPROVED”
“APPROVED AS NOTED”, “RETURNED FOR
CORRECTION” within 21 days after receipt from the Contractor. If drawings
submitted for approval are not returned within 21 days after receipt by the
Engineer, the Contractor shall notify Engineer of such fact, and if the drawings
still have not been returned within 15 days after such notice the Contractor may
Gas RMS Bib -III
88
proceed as if drawings have been returned approved. When the drawings and
data are returned marked “APPROVED AS NOTED” or “RETURNED FOR
CORRECTION” the corrections or changes shall be made and five (5) revised
copies shall be submitted to Engineer. Two copies of the revised drawings and
data will be returned to the Contractor by (15) days from the receipt of the same
with due approval, if not anything otherwise specified.
The approval by the Engineer of drawing and data submitted by the Contractor
will cover only general conformity to the plans and specifications and the
external connections and dimensions which affect the plant arrangement. This
approval of drawings returned marked “APPROVED” or “APPROVED AS
NOTED” will not constitute a blanket approval of all dimensions, quantities and
details of the materials, equipment, device or item shown and does not relieve
the Contractor from any responsibility for errors or deviations from the Contract
requirements.
All drawings and data after final procession by BPDB shall become a part of the
Contract document and the work shown or described thereby shall be performed
in conformity therewith unless otherwise required by BPDB.
When the work is completed, two copies of all final approved drawings on AO
Size Paper and 1 (One) soft copy shall be sent by the Contractor to the
Consignee/ Project Manager.
New
Clause
GCC 96
Shipping Documents
No goods will be shipped without prior instruction from the Procurement Entity.
Each set of shipping documents will comprise the following:
1. Bill of Lading
1 copy
2. Invoice
1 copy
3. Shipping Specification
1 copy
4. Freight paid memo
1 copy
5. Insurance premium paid memo
1 copy
6. Packing list
1 copy
7. Manufacturer’s test certificate
1 copy
The invoices and shipping specifications shall bear the Insurance cover note
number.
The shipping documents described above shall be received by BPDB at the
latest one week before arrival of cargoes at the port of destination. Set of
shipping documents shall be submitted to as follows:
1. -----2. Consignee/ Project Manager.
3. Director, Clearance & Movement, BPDB, Chittagong.
4. Director, Finance, BPDB, Dhaka.
5. Deputy Director, Clearance & Movement, BPDB, Chittagong/ Dhaka/ Khulna.
6. Deputy Director, Insurance, BPDB, Dhaka.
New
Clause
GCC 97
Packing
All equipment and materials shall be suitably coated, wrapped or duly covered in
Gas RMS Bib -III
89
boxes for export shipment and to prevent damage during handling and storage
at the site. Card-board containers shall be enclosed in a solid wooden container.
Equipment and process materials shall be packed and semi-knocked down to
the extent possible to facilitate handling and storage and to protect bearings and
other machine surfaces from oxidation. Each container or bundle shall be
reinforced with steel strapping in such a manner that breaking of one strap will
not cause complete failure of the packaging. The packing shall be of best
standards to withstand rough handling and to provide suitable protection from
tropical weather while in transit and while awaiting erection at the site.
Equipment and materials in wooden cases or crates shall be properly cushioned
to withstand the abuse of handling, transportation and storage. Packing shall
include preservatives suitable to tropical conditions. All machine surfaces and
bearing shall be coated with oxidation preventive compound. All parts subject to
damage when in contact with water shall be coated with suitable grease and
wrapped in heavy asphalt or tar impregnated paper.
Crates and packing materials used for shipping will become the property of
BPDB but the Contractor will be allowed to use the same for the work as needed
but the remaining material shall be turned over to BPDB upon completion of the
project.
Packing or shipping units shall be designed within the limitations of the
unloading facilities of the receiving ports and the ship which will be used. Ships
with special heavy capacity unloading rigging may be required for large units of
equipment.
It shall be the Contractor’s responsibility to investigate these limitations and to
provide suitable packing and shipping to permit unloading at Chittagong / Dhaka.
Each package or shipping unit shall be clearly marked or stenciled on at least
two sides as follows :
BANGLADESH POWER DEVELOPMENT BOARD
Bibiyana -III 400 MW CCPP Construction Project, Habiganj.
New
Clause
GCC 98
Release of Liability
The acceptance by the Contractor of the last payment shall operate as, and
shall be, a release to the BOARD and every officer, agent and employee
thereof, from all claims and liability hereunder for anything done or furnished for
or relating to the work, or for any act or neglect of the BOARD or of any person
relating to or the affecting the work.
The last payment by the BOARD to the Contractor shall constitute final
acceptance of all work performed under this Contract and shall release the
Contractor and his surety, from all Contractual liabilities and responsibilities
to the BOARD except these liabilities assumed under the Warranty clause PCC
[GCC 57.1] of these Special Conditions or arising out of hidden defects.
In the event a suit were to be instituted in Bangladesh against the BOARD and
the Contractor as defendants neither shall be released from his respective
liabilities under this Contract.
Gas RMS Bib -III
90
Appendix to the Tender – Not Applicable
[In Tables below, the Procuring Entity shall indicate the source and base
values with dates of Indexes, unless otherwise instructed to be quoted by the
Tenderer, for the different Cost Components and mention its Weightings or
Coefficients]
Table 1.1: Price Adjustment Data – Not Applicable
[ ITT Sub Clause 27.10: To be provided by the Procuring Entity]
Index Descriptions
Base Value
Sources of Index
Note:
1.
The sources of Indexes and its values with dates shall be Bangladesh Bureau
of Statistics (BBS) unless otherwise mentioned by the Procuring Entity or
instructed to be quoted by the Tenderer.
2.
The Procuring Entity may require the Tenderer to justify its proposed Indexes,
if quoted by the Tenderer.
3.
The Base Value of the Indexes shall be those prevailing twenty eight (28) days
prior to the deadline for submission of the Tenders.
Gas RMS Bib -III
91
Table 1.2: Price Adjustment Data – Not Applicable
[ GCC Sub Clause 71.1: To be provided by the Procuring Entity]
Item
Group
Bill No. if
applicable
Index
Descriptions
Coe fficients or
Weightings for
non-adjustable
Cost
Component
Coefficients or We ightings for
adjustable Cost Components
Total
a
b
c
d
e
f
g
h
i
j
1
1
1
1
1
1
Note:
The Weightings or Coefficients of the Cost Components shall be mentioned by the Procuring
Entity based on the proportion of components involved in the work items caused to be
impacted by rise and fall in its prices.
Gas RMS Bib -III
92
Section 5.
Form
Tender and Contract Forms
Title
Tender Forms
PW3 – 1
Tender Submission Letter
PW3 – 2
Tenderer Information
PW3 – 3
JV Partner Information (if applicable )
PW3 – 4
Subcontractor Information (if applicable )
PW3 – 5
Personnel Information
PW3 – 5(a)
Manufacturer’s Authorisation & Warranty/Guarantee Letter
PW3 – 6
Bank Guarantee for Tender Security (when this option is chosen )
PW3-12
Deviation list
PW3-13
Specifications Submission and Compliance Sheet
Contract Forms
PW3 – 7
Notification of Award
PW3 – 8
Contract Agreement
PW3 – 9
Bank Guarantee for Performance Security (when this option is chosen )
PW3 –10
Bank Guarantee for Advance Payment (if applicable )
PW3 –11
Bank Guarantee for Retention Money Security (when this option is chosen )
Forms PW3 -1 to PW3 -6, PW-12 and PW3-13 comprises part of the Tender Format and
should be completed as stated in ITT Clauses 24.
Forms PW3 -7 to PW3 -11 comprises part of the Contract as stated in GCC Clause 6.
Gas RMS Bib -III
93
Tender Submission Letter (Form PW3-1)
[This letter should be completed and signed by the Authorised Signatory
preferably on the Letter-Head Pad of the Tenderer]
To:
Date:
[Contact Person]
[Name of Procuring Entity]
[Address of Procuring Entity]
Invitation for Tender No:
[indicate IFT No]
Tender Package No:
[indicate Package No]
This Package is divided into the following Number of Lots
[indicate number of Lot(s )]
We, the undersigned, offer to execute in conformity with the Conditions of Contract and
associated Contract documents, the following Works and Physical services, viz:
In accordance with ITT Clauses 27 and 28, the following prices and discounts apply to
our Tender:
The Tender Price is:
(ITT Sub Clause 27.1)
[in figures]
[in words]
The unconditional discount for being Tk [in figures]
awarded more than one lot in this Taka [in words]
package is:
(ITT Sub Clause 27.6)
The methodology for application of [state the methodology].
the discount is:
The advance payment is:
(GCC Sub Clause 75.1)
[state the
amount based
percentage of the Tender Price]
on
and we shall accordingly submit an Advance Payment Guarantee in the
format shown in Form PW3–10.
In signing this letter, and in submitting our Tender, we also confirm that:
(a)
Gas RMS Bib -III
our Tender shall be valid for the period stated in the Tender Data Sheet (ITT Sub
Clause 33.1) and it shall remain binding upon us and may be accepted at any
time before the expiration of that period;
94
(b)
a Tender Security is attached in the form of a [state pay order, bank draft, bank
guarantee] in the amount stated in the Tender Data Sheet (ITT Sub Clause 35.1)
and valid for a period of twenty eight (28) days beyond the Tender validity date;
(c)
if our Tender is accepted, we commit to furnishing a Performance Security within
the time stated under ITT Sub Clause 65.2 in the amount stated in the Tender
Data Sheet (ITT Sub Clauses 64.1 and 64.1) and in the form specified in the
Tender Data Sheet (ITT Sub Clause 65.1) valid for a period of twenty eight (28)
days beyond the date of issue of the Completion Certificate of the Works;
(d)
we have examined and have no reservations to the Tender Document, issued by
you on [insert date]; including Addendum to Tender Document No(s) [state
numbers ] , issued in accordance with the Instructions to Tenderers (ITT Clause
11). [insert the number and issuing date of each addendum; or delete this
sentence if no Addendum has been issued];
(e)
we, including as applicable, any JVCA partner or Subcontractor for any part of the
contract resulting from this Tender process, have nationalities from eligible
countries, in accordance with ITT Sub Clause 5.1;
(f)
we are submitting this Tender as a sole Tenderer in accordance with ITT Sub
Clause 40.3
or
we are submitting this Tender as the partners of a JVCA, comprising the following
other partners in accordance with ITT Sub Clause 40.3 ;
Name of Partner
Location & District of Partner
1
2
3
4
(g)
we are not a Government owned entity as defined in ITT Sub Clause 5.3
or
we are a Government owned entity, and we meet the requirements of ITT Sub
Clause 5.3;
(h)
we, including as applicable any JVCA partner, declare that we are not associated,
nor have been associated in the past, directly or indirectly, with a consultant or
any other entity that has prepared the design, specifications and other documents
in accordance with ITT Sub Clause 5.5;
(i)
we, including as applicable any JVCA partner or Subcontractor for any part of the
contract resulting from this Tender process, have not been declared ineligible by
the Government of Bangladesh on charges of engaging in corrupt, fraudulent,
collusive or coercive practices in accordance with ITT Sub Clause 5.6;
Gas RMS Bib -III
95
(j)
furthermore, we are aware of ITT Clause 4 concerning such practices and pledge
not to indulge in such practices in competing for or in executing the Contract;
(k)
we intend to subcontract an activity or part of the Works, in accordance with ITT
Sub Clause 19.1, to the following Subcontractor(s);
Activity or part of the Works
Name of Subcontractor with Location
and District
(l)
we, including as applicable any JVCA partner, confirm that we do not have a
record of poor performance, such as abandoning the works, not properly
completing contracts, inordinate delays, or financial failure as stated in ITT
Clause 5.7, and that we do not have, or have had, any litigation against us, other
than that stated in the Tenderer Information (Form PW3-2 );
(m)
we are not participating as Tenderers in more than one Tender in this Tendering
process. We understand that your written Notification of Award shall constitute
the acceptance of our Tender and shall become a binding Contract between us,
until a formal Contract is prepared and executed;
(n)
we, including as applicable any JVCA partner, confirm that we do not have a
record of insolvency, receivership, bankrupt or being wound up, our business
activities were not been suspended, and it was not been the subject of legal
proceedings in accordance with ITT Sub Clause 5.8;
we, including as applicable any JVCA partner, confirm that we have fulfilled our
obligations to pay taxes and social security contributions applicable under the
relevant national laws and regulations of Bangladesh in accordance with ITT Sub
Clause 5.9;
we understand that you reserve the right to reject all the Tenders or annul the
Tender proceedings, without incurring any liability to Tenderers, in accordance
with ITT Clause 60.
Signature:
[insert signature of authorised representative
of the Tenderer]
(o)
(p)
Name:
[insert full name of signatory with National ID
Number]
In the capacity of:
[insert capacity of signatory]
Duly authorised to sign the Tender for and on behalf of the Tenderer
[If there is more than one (1) signatory, or in the case of a JVCA, add other boxes and sign
accordingly].Attachment 1 :
[ITT Sub Clause 40.3]
Written confirmation authorising the above signatory(ies) to commit the Tenderer
[and, if applicable]
Attachment 2 :
[ITT Sub Clause 29.2(b)]
Copy of the JVCA Agreement / Letter of Intent to form JVCA with draft proposed Agreement
Gas RMS Bib -III
96
Tenderer Information (Form PW3-2)
[This Form should be completed only by the Tenderer, preferably on its Letter-Head Pad]
Invitation for Tender No:
[indicate IFT No]
Tender Package No:
[indicate Package No]
This Package is divided into the following Number of Lots:
[indicate number of Lot(s)]
1.
Eligibility Information of the Tenderer [ITT –Clauses 5 & 29]
1.1
Nationality of individual or country
of registration
1.2
Tenderer’s legal title
1.3
Tenderer’s registered address
1.4
Tenderer’s legal status [complete the relevant box]
Proprietorship
Partnership
Limited Liability Concern
Government-owned Enterprise
Others
[please describe, if applicable]
1.5
Tenderer’s year of registration
1.6
Tenderer’s authorised representative details
Name
National ID number
Address
Telephone / Fax numbers
e-mail address
1.7
Litigation [ITT Cause 13]
If there is no history of litigation or no pending litigation then state opposite “None”. If there
is a history of litigation, or a number of awards, against the Tenderer provide details below
A. Arbitration Awards made against
Gas RMS Bib -III
97
Year
Matter in dispute
Value of
Award
Value of
Claim
B. Arbitration Awards pending
Year
1.8
Matter in dispute
Value of Claim
Tenderer to attach photocopies of
the original documents mentioned
aside
[All documents required under ITT Clauses 5 and 29]
The following two information are applicable for National Tenderers
1.9
Tenderer’s Value Added Tax
Registration (VAT) Number
1.10
Tenderer’s Tax Identification
Number(TIN)
[The foreign Tenderers, in accordance with ITT Sub Clause 5.1, shall provide evidence by a
written declaration to that effect to demonstrate that it meets the criterion]
2.
2.1
Qualification Information of the Tenderer [ITT Clause 32]
General Experience in Construction Works of Tenderer
Start
Month
Year
2.2
End
Month
Year
Years
Contract No and Name of Contract
Name and Address of Procuring Entity
Brief description of Works
Role of
Tenderer
[Prime/Sub
/Managem
ent]
Specific Experience in Construction Works of Tenderer
Completed Contracts of similar nature, complexity and methods/construction technology
Contract No
[ insert reference no] of [ insert year]
Name of Contract
[insert name]
Role in Contract
[tick relevant box].
Prime Contractor
Award date
Completion date
[insert date]
[insert date]
Gas RMS Bib -III
Subcontractor
Management Contractor
98
Total Contract Value
[insert amount]
Procuring Entity’s Name
Address
Tel / Fax
e-mail
Brief description with
justifications
of the [state justification in support of its similarity compared to the
similarity compared to the proposed works]
Procuring
Entity’s
requirements
2.3
Average annual construction turnover [ITT Sub Clause15.1(a)]
[amount invoiced to Procuring Entity(s) for each year of works in progress or completed,
using rate of exchange at the end of the period reported]
Year
2.4
Amount & Currency
Taka or Equivalent Taka
Financial Resources available to meet the construction cash flow [ITT Sub Clause 15.1(b)]
No
Source of Financing
Amount Available
In order to confirm the above statements the Tenderer shall submit , as applicable, the documents
mentioned in ITT Sub Clause 32.1(a), (b), (c) & (d)
2.5
Contact Details [ITT Sub Clause 32.1 (g) & (i)
Name, address, and other contact details of Tenderer Bankers and other Procuring Entity(s)
that may provide references, if contacted by this Procuring Entity
2.6
Qualifications and experience of key technical and administrative personnel proposed for
Contract administration and management [ITT Sub Clause 32.1(e)]
Gas RMS Bib -III
99
Position
Years of Specific Experience
Years of General Experience
[Tenderer to complete details of as many personnel as are applicable. Each personnel listed
above should complete the Personnel Information (Form PW3-5)]
2.7
Major Construction Equipments proposed to carry out the Contract [ITT Sub Clause
32.1(f)]
Item of Equipment
Condition
(new, good,
average, poor)
Owned, leased or to
be purchased
(state owner, lessor
or seller)
[Tenderer to list details of each item of major construction equipment, as applicable]
Gas RMS Bib -III
100
JVCA Partner Information (Form PW3-3)
[This Form should be completed by each JVCA partner].
Invitation for Tender No:
[indicate IFT No]
Tender Package No
[indicate Package No]
This Package is divided into the following Number of Lots
[indicate number of Lot(s)]
1.
Eligibility Information of the JVCA Partner [ITT –Clauses 5 & 29]
1.1
Nationality of Individual or country
of Registration
1.2
JVCA Partner’s legal title
1.3
JVCA Partner’s registered address
1.4
JVCA Partner’s legal status [complete the relevant box]
Proprietorship
Partnership
Limited Liability Concern
Government-owned Enterprise
Other
(please describe, if applicable)
1.5
JVCA Partner’s year of registration
1.6
JVCA Partner’s authorised representative details
Name
National ID number
Address
Telephone / Fax numbers
e-mail address
1.7
Litigation [ITT Sub Cause 13]
If there is no history of litigation or no pending litigation then state “None”. If there is a
history of litigation, or a number of awards, against the JVCA Partner provide details below:
A. Arbitration Awards made against
Year
Gas RMS Bib -III
Matter in dispute
Value of
Value of
101
Award
Claim
B. Arbitration Awards pending
Year
1.8
Matter in dispute
Value of Claim
JVCA Partner to attach copies of
the original documents mentioned
aside
[All documents required under ITT Clauses 5 and 29]
The following two information are applicable for national JVCA Partners only
1.9
JVCA Partner’s Value Added Tax
Registration (VAT) Number
1.10
JVCA Partner’s Tax Identification
Number (TIN)
[The foreign JVCA Partners, in accordance with ITT Sub Clause 5.1, shall provide evidence by a
written declaration to that effect to demonstrate that it meets the criterion]
2.
Key Activity(ies) for which it is intended to be joint ventured [ITT Sub Clause 18.2 & 18.3]
Elements of Activity
Brief description of Activity
3.
Qualification Information of the JVCA Partner [ITT Clause 32]
3.1
General Experience in Construction Works of JVCA Partner
Start
Month
Year
3.2
End
Month
Year
Years
Contract No and & Name of Contract
Name and Address of Procuring Entity
Brief description of Works
Role of
JVCA
Partner
[Prime/Sub
/Managem
ent]
Specific Experience in Construction Works of JVCA Partner
Completed Contracts of similar nature, complexity and methods/construction technology
Contract No
[ insert reference no] of [ insert year]
Name of Contract
[insert name]
Gas RMS Bib -III
102
Role in Contract
[tick relevant box]
Prime Contractor
Award date
Completion date
Total Contract Amount
[insert date]
[insert date]
[insert amount]
Subcontractor
Management Contractor
Procuring Entity’s Name
Address
Tel / Fax
e-mail
Brief description with
justifications
of
the
similarity compared to
[state justification in support of its similarity compared to the
the Procuring Entity’s
proposed works]
requirements
3.3
Average annual construction turnover [ITT Sub Clause 15.1 (a)]
[amount invoiced to Procuring Entity(s) for each year of work in progress or completed,
using rate of exchange at the end of the period reported]
Year
3.4
Amount & Currency
Taka or Equivalent Taka
Financial Resources available to meet the construction cash flow [ITT Sub-Clause 15.1(b)]
No
Source of financing
Amount
available
In order to confirm the above statements the JVCA Partner shall submit , as applicable, the
documents mentioned in ITT Sub Clause 32.1 (a), (b), (c) & (d)
3.5
Contact Details [ITT Sub Clause 32.1 (g) & (i)
Name, address, and contact details of Tenderer’s Bankers and other Procuring Entity(s)
that may provide references if contacted by this Procuring Entity
Gas RMS Bib -III
103
3.6
Qualifications and experience of key technical and administrative personnel proposed for
Contract administration and management [ITT Sub Clause 32.1(e)]
Position
Name
Years of General Experience
Years of Specific Experience
[Tenderer to complete details of as many personnel as are applicable. Each personnel
listed above should complete the Personnel Information (Form PW3-5)]
3.7
Major items of Construction Equipment proposed for carrying out the works [ITT SubClause 32.1(f)]
Item of Equipment
Condition
(new, good,
average, poor)
Owned, leased or to
be purchased
(state owner, leaser
or seller)
[Tenderer to list details of each item of Major equipment, as applicable]
Gas RMS Bib -III
104
Subcontractor Information (Form PW3-4)
[This Form should be completed by each Subcontractor, preferably on its Letter-Head Pad]
Invitation for Tender No:
[indicate IFT No]
Tender Package No
[indicate Package No]
This Package is divided into the following Number of Lots
[indicate number of Lot(s)]
1.
Eligibility Information of the Subcontractor [ITT –Clauses 5 & 29]
1.1
Nationality of Individual or country
of Registration
1.2
Subcontractor’s legal title
1.3
Subcontractor’s registered address
1.4
Subcontractor’s legal status [complete the relevant box]
Proprietorship
Partnership
Limited Liability Concern
Government-owned Enterprise
Other
(please describe)
1.5
Subcontractor’s year of registration
1.6
Subcontractor’s authorised
representative details
Name
Address
Telephone / Fax numbers
e-mail address
1.7
Subcontractor to attach copies of
the following original documents
All documents to the extent relevant to ITT Clause 5
and 29 in support of its qualifications
The following two information are applicable for national Subcontractors
1.8
Subcontractor’s Value Added Tax
Registration (VAT) Number
1.9
Subcontractor’s Tax Identification
Number(TIN)
Gas RMS Bib -III
105
[The foreign Subcontractors , in accordance with ITT sub Clause 5.1, shall provide evidence by a
written declaration to that effect to demonstrate that it meets the criterion]
2. Key Activity(ies) for which it is intended to be Subcontracted [ITT Sub Clause 19.1]
2.1
Elements of Activity
Brief description of Activity
2.2
List of Similar Contracts in which the proposed Subcontractor had been engaged
Name of Contract
and Year of
Execution
Value of Contract
Name of Procuring
Entity
Contact Person and
contact details
Type of Work
performed
Gas RMS Bib -III
106
Personnel Information (Form PW3-5)
[This Form should be completed for each person proposed by the Tenderer on Form PW3-2 & PW3-3, where applicable]
Invitation for Tender No:
[indicate IFT No]
Tender Package No
[indicate Package No]
This Package is divided into the following Number of Lots
[indicate number of Lot(s )]
A.
Proposed Position (tick the relevant box)
0
Construction Project
Manager
0
Prime Candidate
0
Alternative Candidate
0
Key Personnel
0
Prime Candidate
0
Alternative Candidate
B.
Personal Data
Name
Date of Birth
Years overall experience
National ID Number
Years of employment with the
Tenderer
Professional Qualifications:
1.
2.
3.
4.
C.
Present Employment [to be completed only if not employed by the Tenderer]
Name of Procuring Entity:
Address of Procuring Entity:
Present Job Title:
Years with present Procuring Entity:
Tel No:
Gas RMS Bib -III
Fax No:
e-mail address:
107
Contact [manager/personnel officer]:
D.
Professional Experience
Summarise professional experience over the last twenty years, in reverse chronological order.
Indicate particular technical and managerial experience relevant to the project.
From
To
Company / Project / Position / Relevant technical and management
experience.
1
2
3
4
5
Gas RMS Bib -III
108
Manufacturer’s Authorisation & W arranty/Guarantee Letter [Form
PW3-5(a)]
[The Tenderer shall require the Manufacturer to fill in this Form in accordance with the instructions
indicated. This letter of authorization should be on the letterhead of the Manufacturer and should be signed
by a person with the proper authority to sign documents that are binding on the Manufacturer. The
Tenderer shall include it in its tender, if so indicated in the TDS as stated under ITT (TDS) SubClause24.1(I)-3]
Invitation for Tender No:
Date:
Tender Package No:
Tender Lot No:
To:
Name and address of Purchaser]
WHEREAS
We [insert complete name of Manufacturer],
who are official manufacturers of [insert type of goods manufactured], having factories at [insert
full address of Manufacturer’s factories] , do hereby
authorize [insert complete name of Tenderer] to supply the following Goods, manufactured by us
[insert name and or brief description of the Goods] .
We hereby extend our full guarantee and warranty as stated under GCC (PCC) Clause 57.1 of the
General Conditions of Contract, with respect to the Goods manufactured by us.
Signed: [insert signature(s) of authorized representative(s) of the Manufacturer]
Name: [insert complete name(s) of authorized representative(s) of the Manufacturer]
Address: [insert full address including Fax and e-mail]
Title: [insert title]
Date: [insert date of signing]
Gas RMS Bib -III
109
Bank Guarantee for Tender Security (Form PW3-6)
[This is the format for the Tender Security to be issued by a scheduled bank of Bangladesh or by a foreign bank duly
endorsed/authenticated by a scheduled bank of Bangladesh in accordance with ITT Clause 35 & 36]
Invitation for Tender No:
Date:
Tender Package No:
To:
[Name and address of the Procuring Entity ]
TENDER GUARANTEE No:
We have been informed that [name of Tenderer] (hereinafter called “the Tenderer”) intends to submit to
you its Tender dated [date of Tender] (hereinafter called “the Tender”) for the execution of the Works of
[description of works] under the above Invitation for Tenders (hereinafter called “the IFT”).
Furthermore, we understand that, according to your conditions, the Tender must be supported by a
Bank Guarantee for Tender Security.
At the request of the Tenderer, we [name of bank] hereby irrevocably undertake to pay you, without
cavil or argument, any sum or sums not exceeding in total an amount of Tk [insert amount in figures
and words] upon receipt by us of your first written demand accompanied by a written statement that the
Tenderer is in breach of its obligation(s) under the Tender conditions, because the Tenderer:
a. has withdrawn its Tender after opening of Tenders but within the validity of the Tender
Security; or
b. refused to accept the Notification of Award (NOA) within the period as stated under
ITT; or
c. failed to furnish Performance Security within the period stipulated in the NOA; or
d. refused to sign the Contract Agreement by the time specified in the NOA; or
e. did not accept the correction of the Tender price following the correction of the
arithmetic errors as stated under ITT.
This guarantee will expire
(a)
(b)
if the Tenderer is the successful Tenderer, upon our receipt of a copy of the Contract
Agreement signed by the Tenderer or a copy of the Performance Security issued to
you in accordance with the ITT; or
if the Tenderer is not the successful Tenderer, twenty eight (28) days after the
expiration of the Tenderer’s Tender validity period, being [date of expiration of the
Tender validity plus twenty eight (28) days ].
Consequently, we must receive at the above-mentioned office any demand for payment under this
guarantee on or before that date.
Signature
Gas RMS Bib -III
Signature
110
Notification of Award (Form PW3-7)
Contract No:
To:
Date:
[Name of Contractor]
This is to notify you that your Tender dated [insert date] for the execution of the Works for [name of
projec t/Contract] for the Contract Price of Tk [state amount in figures and in words], as corrected
and modified in accordance with the Instructions to Tenderers, has been approved by [name of
Procuring Entity].
You are thus requested to take following actions:
i.
accept in writing the Notification of Award within seven (7) working days of its
issuance pursuant to ITT Sub Clause 63.1
ii.
furnish a Performance Security in the form as specified and in the amount of Tk
[state amount in figures and words] ,within fourteen (14) days of acceptance of
this Notification of Award but not later than (specify date), in accordance with
ITT Clause 65.
iii.
sign the Contract within twenty eight (28) days of issuance of this Notification of
Award but not later than (specify date), in accordance with ITT Sub Clause
69.2.
You may proceed with the execution of the Works only upon completion of the above tasks. You
may also please note that this Notification of Award shall constitute the formation of this Contract
which shall become binding upon you.
We attach the draft Contract and all other documents for your perusal and signature.
Signed
Duly authorised to sign for and on behalf of
[name of Procuring Entity]
Date:
Gas RMS Bib -III
111
Contract Agreement (Form PW3-8)
THIS AGREEMENT made the [day] day of [month] [year] between [name and address of Procuring
Entity] (hereinafter called “the Procuring Entity”) of the one part and [name and address of Contractor]
(hereinafter called “the Contractor”) of the other part:
WHEREAS the Procuring Entity invited Tenders for certain works, viz, [brief description of works] and
has accepted a Tender by the Contractor for the execution of those works in the sum of Taka [Contract
price in figures and in words] (hereinafter called “the Contract Price”).
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:
1.
In this Agreement words and expressions shall have the same meanings as are respectively
assigned to them in the General Conditions of Contract hereafter referred to.
2.
3.
The documents forming the Contract shall be interpreted in the following order of priority:
(a)
the signed Contract Agreement
(b)
the Notification of Award
(c)
the completed Tender and the appendices to the Tender
(d)
the Particular Conditions of Contract
(e)
the General Conditions of Contract
(f)
the Technical Specifications
(g)
the General Specifications
(h)
the Drawings
(i)
the priced Bill of Quantities and the Schedules
(j)
any other document listed in the PCC forming part of the Contract.
In consideration of the payments to be made by the Procuring Entity to the Contractor as
hereinafter mentioned, the Contractor hereby covenants with the Procuring Entity to execute
and complete the works and to remedy any defects therein in conformity in all respects with the
provisions of the Contract.
4.
The Procuring Entity hereby covenants to pay the Contractor in consideration of the execution
and completion of the works and the remedying of defects therein, the Contract Price or such other
sum as may become payable under the provisions of the Contract at the times and in the manner
prescribed by the Contract.
IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance
with the laws of Bangladesh on the day, month and year first written above.
For the Procuring Entity
For the Contractor
Signature
Name
National ID No.
Title
In the presence
of
Name
Address
Gas RMS Bib -III
112
Bank Guarantee for Performance Security (Form PW3-9)
[This is the format for the Performance Security to be issued by a scheduled bank of Bangladesh or by a foreign bank
duly endorsed/authenticated by a scheduled bank of Bangladesh in accordance with ITT Clause 64, 65, 66 & 67]
Contract No: [insert reference number]
Date: [insert date]
To:
[ insert Name and address of Procuring Entity]
PERFORMANCE GUARANTEE No:
We have been informed that [name of Contractor] (hereinafter called “the Contractor”) has undertaken,
pursuant to Contract No [insert reference number of Contract] dated [insert date of Contract]
(hereinafter called “the Contract”), the execution of works [desc ription of works] under the Contract.
Furthermore, we understand that, according to your conditions, the Contract must be supported by a
Bank Guarantee for Performance Security.
At the request of the Contractor, we [name of bank] hereby irrevocably undertake to pay you, without
cavil or argument, any sum or sums not exceeding in total an amount of Tk [insert amount in figures
and in words] upon receipt by us of your first written demand accompanied by a written statement that
the Contractor is in breach of its obligation(s) under the Contract conditions, without you needing to
prove or show grounds or reasons for your demand of the sum specified therein.
This guarantee is valid until [date of validity of guarantee], consequently, we must receive at the abovementioned office any demand for payment under this guarantee on or before that date.
Signature
Gas RMS Bib -III
Signature
113
Bank Guarantee for Advance Payment (Form PW3-10)
- Not Applicable
[This is the format for the Advance Payment Guarantee to be issued by a scheduled bank of Bangladesh or by a foreign
bank duly endorsed/authenticated by a scheduled bank of Bangladesh in accordance with GCC Clause 75]
Contract No: [insert reference number]
Date: [insert date]
To:
[insert Name and address of the Procuring
Entity]
ADVANCE PAYMENT GUARANTEE No:
We have been informed that [name of Contractor] (hereinafter called “the Contractor”) has undertaken,
pursuant to Contract No [insert reference number of Contract] dated [insert date of Contract]
(hereinafter called “the Contract”), the execution of works [desc ription of works] under the Contract.
Furthermore, we understand that, according to your Conditions of Contract under GCC Clause 75, the
Advance Payment on Contract must be supported by a Bank Guarantee.
At the request of the Contractor, we [insert name of bank ] hereby irrevocably undertake to pay you,
without cavil or argument, any sum or sums not exceeding in total an amount of Tk [insert amount in
figures and in words] upon receipt by us of your first written demand accompanied by a written
statement that the Contractor is in breach of its obligation(s) under the Contract conditions, without you
needing to prove or show grounds or reasons for your demand of the sum specified therein.
We further agree that no change, addition or other modification of the terms of the Contract to be
performed, or of any of the Contract documents which may be made between the Procuring Entity and
the Contractor, shall in any way release us from any liability under this guarantee, and we hereby waive
notice of any such change, addition or modification.
This guarantee is valid until [insert date of validity of guarantee], consequently, we must receive at the
above-mentioned office any demand for payment under this guarantee on or before that date.
Signature
Gas RMS Bib -III
Signature
114
Bank Guarantee for Retention Money Security (Form PW3-11) – N/A
[This is the format for the Retention Money Guarantee to be issued by a scheduled bank of Bangladesh or by a foreign
bank duly endorsed/authenticated by a scheduled bank of Bangladesh in accordance with GCC Sub Clause 72.3]
Demand Guarantee
[Bank’s Name, and Address of Issuing Branch or Office]
Beneficiary: [insert Name and Address of the Procuring Entity]
Date:
[insert date]
RETENTION MONEY GUARANTEE No.: [insert number]
We have been informed that [insert name of Contractor] (hereinafter called “the Contractor”) has entered into
Contract Number [insert reference number of the Contract] dated [insert date] with you, for the execution of
[insert name of Contract and brief description of Works] (hereinafter called “the Contract”).
Furthermore, we understand that, according to the conditions of the Contract, when the Taking-Over
Certificate has been issued for the Works and the first half of the Retention Money has been certified for
payment, payment of Tk. [insert the amount of the second half of the Retention Money] which becomes due
after the Defects Liability Period has passed and certified in the form of Defects Correction Certificate, is to
be made against a Retention Money Guarantee.
At the request of the Contractor, we [insert name of Bank] hereby irrevocably undertake to pay you any sum
or sums not exceeding in total an amount of Tk. [insert amount in figures] (Taka [insert amount in words])
upon receipt by us of your first demand in writing accompanied by a written statement stating that the
Contractor is in breach of its obligation under the Contract because the Contractor failed to properly correct
the defects duly notified in respect of the Works.
It is a condition for any claim and payment under this guarantee to be made that the payment of the second
half of the Retention Money referred to above must have been received by the Contractor on its account
number[insert A/C no] at [name and address of Bank].
This guarantee is valid until [insert the date of validity of Guarantee that being twenty eight (28) days
beyond the Defects Liability Period]. Consequently, we must receive at the above-mentioned office any
demand for payment under this guarantee on or before that date.
Signature
Gas RMS Bib -III
Signature
115
Deviation List (Form PW3-12)
[If Tenderer has any reservations on terms and conditions, Tenderer has to mention his
reservations in Deviation list]
Sl. No.
Reference No./ Clause No. Proposed Deviation
Remarks
[ Add rows if necessary]
Signature:
[insert signature of authorised
representative of the Tenderer]
Name:
[insert full name of signatory]
In the capacity of:
[insert designation of signatory]
Duly authorised to sign the Tender for and on behalf of the Tenderer
Gas RMS Bib -III
116
Specifications Submission and Compliance Sheet (Form PW3-13)
Invitation for Tender No:
Date:
Tender Package No:
Package Description:
Tender Lot No:
Lot Description:
[enter description
as specified in
Section 6]
[enter description
as specified in
Section 6]
List of main Equipments/ materials/ items of proposed Bibiyana III 400 MW CCPP RMS
SL
Name & Description
Technical
Specifications
(As per
BPDB’s
Requirements)
Required
Country of
origin
Country of
Origin
(To be filled
by the
Tenderer)
Proposed
Manufactur
er’s Name
and
Model/Part
no.
(To be filled
by the
Tenderer)
A. Station Inlet Unit
1
Insulating joint, W/N
2
3
4
5
6
7
8
9
Station Inlet Ball Valve
Pressure Gauge (01500)psig
Purging Va lve
Temperature
Transmitter(Digital)
Pressure
Transmitter(Digital)
Emergency Shutdown
valve (ESD)
By -Pass Ball Valve
Other required line pipe,
elbow, flanges /blind
flanges, gasket, screwed
Valve, Needle valve for
pressure gauge, Thermo
well, fittings, stud-bolts,
cables and accessories as
per
design,
drawing
(P&ID, inlet part) and
schedule of requirement.
8”x600 Class
8”x600RF
½” screwed
½” screwed
3/4” Ø / 1”Ø
screwed
3/4” Ø / 1”Ø
screwed
8”x600 Class
F ull
Technical
Specificatio
ns
(To be filled
by the
Tenderer)
As
mentioned
in Setion 6:
Schedule of
Requiremen
ts (G.
Vendor
List).
2”x600RF
B. Knock Out Drum (KOD) Unit
1
85 MMSCFD KOD (at
minimum 600 psig and
maximum
1100
psig
operating pressure) and
other fittings, screwed
needle valve for pressure
gauge,
drain
valves,
gasket,
gauges
and
Gas RMS Bib -III
8"Ø x8"Ø x 600
Class
As
mentioned
in Setion 6:
Schedule of
Requiremen
ts (G.
Vendor
List).
117
SL
Name & Description
Technical
Specifications
(As per
BPDB’s
Requirements)
Required
Country of
origin
Country of
Origin
(To be filled
by the
Tenderer)
Proposed
Manufactur
er’s Name
and
Model/Part
no.
(To be filled
by the
Tenderer)
2
3
4
5
6
accessories as per design,
drawing (P&ID, KOD
part) and specification.
Inlet & Outlet Ball Valve
By-Pass Ball Valve
F ull
Technical
Specificatio
ns
(To be filled
by the
Tenderer)
8”x600RF
8”x600RF
Pressure Gauge (01500)psig
½” screwed
Purging Valve
½” screwed
Other required line pipe,
relief valve, elbow, tee,
flanges, screwed Needle
valves for pressure gauge,
stud-bolts, gasket, fittings
and accessories as per
design, drawing (P&ID,
beyond
KOD)
and
schedule of requirement.
C. Filter Separator (FS) Unit
1
2
3
4
5
6
7
85
MMSCFD
Filter
Separator (Horizontal and
Twin lock quick opening
type) at minimum 600
psig and maximum 1100
psig operating pressure
and
other
fittings,
Purging/Drain
valves,
gasket,
gauges
and
accessories as per Design,
drawing (P&ID, FS part)
and specification.
Inlet Ball Valve
Outlet Ball Valve
By -Pass Ball Valve
Pressure Gauge(0 1500)psig
Purging Valve
Other required line pipe,
relief valve ,elbow, tee,
reducer, flanges, screwed
Gas RMS Bib -III
8"Ø x8"Ø
600RF
As
mentioned
in Setion 6:
Schedule of
Requiremen
ts (G.
Vendor
List).
8”x600RF
8”x600RF
8”x600RF
½” screwed
½” screwed
118
SL
Name & Description
Technical
Specifications
(As per
BPDB’s
Requirements)
Required
Country of
origin
Country of
Origin
(To be filled
by the
Tenderer)
Proposed
Manufactur
er’s Name
and
Model/Part
no.
(To be filled
by the
Tenderer)
F ull
Technical
Specificatio
ns
(To be filled
by the
Tenderer)
needle valve for pressure
gauge, stud-bolts, gasket,
fittings and accessories as
per
design,
drawing
(P&ID, beyond FS) and
schedule of requirement.
D. Water bath Heater (WBH) Unit
1
2
3
4
5
6
7
8
9
10
85 MMSCFD Water Bath
Heater (at minimu m 600
psig and maximum 1100
psig operating pressure)
and other fittings, gasket,
screwed
valves
and
accessories as per design,
drawing (WBH) and
specification to maintain
delivery
temperature
between 15 to 22 °C at
150 psig pressure.
Inlet & Outlet Ball Valve
By -Pass Ball Valve
Three way Control Valve
with all other controlling
unit
Control Panel (PLC
Control)
Pressure Gauge(0 1500)psig
Purging Valve
Temperature
Transmitter(Digital)
Temperature Indicator
Other required line pipe,
elbow,
tee,
flanges,
screwed needle valve for
pressure gauge, gasket,
Stud -bolts, Thermo well,
fittings,
cables
and
accessories as per design,
drawing (P&ID, beyond
WBH), specification, and
schedule of requirement.
8"Ø x8"Ø
600RF
As
mentioned
in Setion 6:
Schedule of
Requiremen
ts (G.
Vendor
List).
8”x600RF
8”x600RF
8”x600RF
½” screwed
½” screwed
3/4” Ø / 1”Ø
screwed
3/4” screwed
E . 1 s t stage Regulating Unit
Gas RMS Bib -III
119
SL
Name & Description
Technical
Specifications
(As per
BPDB’s
Requirements)
Required
Country of
origin
Country of
Origin
(To be filled
by the
Tenderer)
Proposed
Manufactur
er’s Name
and
Model/Part
no.
(To be filled
by the
Tenderer)
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
Slam shut off Valve
Monitor Regulator
Active Regulator
Header Relief
Runs Relief
Inlet Ball Valve
Outlet Ball Valve
Control (Glob) Valve
Valve for Header Relieves
Check Valve
Noise Silencer
Noise Silencer
Pressure Gauge(01500)psig
Purging Valve
Drain Valve/Valve in
screwed relief
Temperature Indicator
Blind Flange for off take
Other required line pipe,
elbow,
tee,
reducer,
saddle,
flanges/blind
flanges, screwed Needle
valves for pressure gauge
and sensing line, studbolts,
Thermo
well,
gasket, fittings, tubescoupling and accessories
as per design, drawing
(P&ID, Regulating unit),
specification, and schedule
of requirement.
8”x600RF
6”x600RF
6”x600RF
2”x600RF
1”x600 Screwed
8”x600RF
10”x600RF
6”x600RF
2”x600RF
10”x600RF
10”x600
10”x600
½” screwed
Gas RMS Bib -III
(To be filled
by the
Tenderer)
As
mentioned
in Setion 6:
Schedule of
Requiremen
ts (G.
Vendor
List).
½” screwed
1” screwed
3/4” screwed
10”x600RF
F. 1 st Liquid Separator Unit
85 MMSCFD Liquid 10”x10”x 300RF
1
Separator (Vertical type )
at 500 psig operating
pressure and other fittings,
gasket, screwed needle
valve,
purging/drain
valves and accessories as
per
design,
drawing
(P&ID, VME part) and
F ull
Technical
Specificatio
ns
As
mentioned
in Setion 6:
Schedule of
Requiremen
ts (G.
Vendor
List).
120
SL
Name & Description
Technical
Specifications
(As per
BPDB’s
Requirements)
Required
Country of
origin
Country of
Origin
(To be filled
by the
Tenderer)
Proposed
Manufactur
er’s Name
and
Model/Part
no.
(To be filled
by the
Tenderer)
2
3
4
5
6
specification and schedule
of requirement.
Inlet & Outlet Ball Valve
Bypass Ball Valve
Pressure Gauge(0 -500)psig
Purgin g Valve
Other required line pipe,
relief valve, elbow, tee,
flanges, gasket, stud-bolts,
fittings and accessories as
per
design,
drawing
(P&ID, beyond VME),
specification,
and
schedule of requirement.
G.2nd stage Regulating Unit
Slum shut off Valve
1
Monitor Regulator
2
Active Regulator
3
Header Relief
4
Runs Relief
5
Inlet Ball Valve
6
Outlet Ball Valve
7
Control (Globe) Valve
8
Valve for Header Relief
9
10 Check Valve
11 Noise Silencer
12 Noise Silencer
13 Pressure Gauge(0 -600)psig
14 Purging Valve
15
16
17
F ull
Technical
Specificatio
ns
(To be filled
by the
Tenderer)
10”x300RF
10”x300RF
½” screwed
½” screwed
08”x300RF
6”x300RF
6”x300RF
2”x300RF
1”x300 Screwed
10”x300RF
14”x300RF
6”x300RF
2”x300RF
14”x300RF
14”x300
14”x300
½” screwed
½” screwed
1” screwed
As
mentioned
in Setion 6:
Schedule of
Requiremen
ts (G.
Vendor
List).
Drain Valve/Valve in
screwed relief
Temperature
3/4” screwed
Transmitter(Digital)
Other required line pipe,
elbow,
tee,
reducer,
saddle,
flanges/blind
flanges, screwed needle
valves for pressure gauge
and sensing line, studbolts, fittings, Thermo
well gasket,
tubesGas RMS Bib -III
121
SL
Name & Description
Technical
Specifications
(As per
BPDB’s
Requirements)
Required
Country of
origin
Country of
Origin
(To be filled
by the
Tenderer)
Proposed
Manufactur
er’s Name
and
Model/Part
no.
(To be filled
by the
Tenderer)
F ull
Technical
Specificatio
ns
(To be filled
by the
Tenderer)
couplings and accessories
as per design, drawing
(P&ID, regulating unit),
specification, and schedule
of requirement.
H. 2nd Liquid Separator Unit
1
2
3
4
5
6
7
8
85 MMSCFD
Liquid
Separator (at 150 psig to
320
psig
operating
pressure)
and
other
fittings, gasket, gauges,
screwed needle valve for
pressure
gauge,
Purging/drain valves and
accessories as per design,
drawing (P&ID, VME
part) and specification and
schedule of requirement.
Inlet Ball Valve
Outlet Ball Valve
Pressure Gauge(0 -500)psig
Purging Valve
Bypass Ball Valve
Ball Valve for off Take
Other required line pipe,
relief valve, elbow, tee,
flanges, screwed needle
valve for pressure gauge,
stud-bolts, fittings, gasket,
and accessories as per
design, drawing (P&ID,
beyond
VME),
specification, and schedule
of requirement.
14”x14”x 300RF
As
mentioned
in Setion 6:
Schedule of
Requiremen
ts (G.
Vendor
List).
14”x300RF
14”x300RF
½” screwed
½” screwed
14”x300RF
4”x300RF
I. Oriface Metering Unit
1
85 MMSCFD Senior Type 16”x300RF
(Dual Chamber) Orifice
Meter at 150 psig to 320
psig operating pressure
and other Flanges, fittings,
gasket,
tubes,
straightening
vane,
screwed needle valve,
Gas RMS Bib -III
As
mentioned
in Setion 6:
Schedule of
Requiremen
ts (G.
Vendor
List).
122
SL
Name & Description
Technical
Specifications
(As per
BPDB’s
Requirements)
Required
Country of
origin
Country of
Origin
(To be filled
by the
Tenderer)
Proposed
Manufactur
er’s Name
and
Model/Part
no.
(To be filled
by the
Tenderer)
stud-bolts and accessories
as per design, drawing
(P&ID, Orifice Meter
part), specification and
schedule of requirement.
2
Inlet & Outlet Ball Valve
Pressure Ga uge(0-500)psig
3
Purging Valve
4
Purging Valve
5
Temperature
6
Transmitter(Digital)
Pressure
7
Transmitter(Digital)
Diff.Pressure
8
Transmitter(Digital)
Regulator (Fisher-627)
9
Chart Recorder
With three pens for Static
pressure
(0-500psig),
differential pressure (0 10 100”WC) and temperature
(0-150°F) record with
thermo well and all
accessories.
Plani meter with Turn
11 table (Chart Drive) to read
Chart Paper
Other
required
line
pipe ,stud-bolts, screwed
needle valve for pressure
gauge, gasket, Thermo
fittings, cables and
12 well,
accessories as per design,
drawing (P&ID, Orifice
meter part), specification,
and
schedule
of
requirement.
J. Flow Computer Unit
Flow Computer
1
(Microprocessor Based)
Control Panel
2
Laptop Computer
3
Supervisory Computer
4
Gas RMS Bib -III
F ull
Technical
Specificatio
ns
(To be filled
by the
Tenderer)
16”x300RF
½” screwed
½” screwed
1” screwed
3/4” Ø / 1”Ø
screwed
3/4” screwed
3/4” Ø / 1”Ø
screwed
1” NPT
As
mentioned
in Setion 6:
Schedule of
Requiremen
123
SL
Name & Description
Technical
Specifications
(As per
BPDB’s
Requirements)
Required
Country of
origin
Country of
Origin
(To be filled
by the
Tenderer)
Proposed
Manufactur
er’s Name
and
Model/Part
no.
(To be filled
by the
Tenderer)
5
6
7
8
9
4
As
mentioned
in Setion 6:
Schedule of
Requiremen
ts (G.
Vendor
List).
Mounted
Carrier Gas
Calibration Gas
Other required fittings,
cables, software, Manual
and accessories as per
design, specification and
schedule of requirement.
L. Station Outlet
Insulating Joint, W/N
1
2
Station outlet Check Valve
Station Outlet Ball Valve
3
Pressure Gauge(0 -500)psig
4
Purging Valve
5
Temperature Indicator
6
16”x 300 Class
16”x 300 RF
16”x 300 RF
½” screwed
½” screwed
3/4” screwed
Other required line pipe,
Tee, flanges/blind Flanges,
screwed needle valve,
gasket,
thermo
well,
7
fittings and accessories as
per
design,
drawing
(P&ID, Station outlet
Part), and schedule of
requirement.
M. Condensate Storage Tank Skid.
Condensate Storage Tank
10,000 Liters
1
(Under grounded):
With
Safety
Relief,
Gas RMS Bib -III
(To be filled
by the
Tenderer)
ts (G.
Vendor
List).
Online UPS
Voltage Stabilizer
Backup Battery
Printer
Other required fittings,
cables, software, Manual,
continuous printing sheet
(50 pkts) and accessories
as
per
design,
specification and schedule
of requirement.
K. Gas Chromatograph
Gas Chromatograph
1
(On Line, C 6+) Panel
2
3
F ull
Technical
Specificatio
ns
As
mentioned
in Setion 6:
Schedule of
Requiremen
ts (G.
Vendor
List).
As
mentioned
in Setion 6:
124
SL
Name & Description
Technical
Specifications
(As per
BPDB’s
Requirements)
Required
Country of
origin
Country of
Origin
(To be filled
by the
Tenderer)
Proposed
Manufactur
er’s Name
and
Model/Part
no.
(To be filled
by the
Tenderer)
2
4
1ӯ
API 5L X52,
Seamless Pipe (Drain
line)
Other required line pipe,
Tee, Elbow ,flanges/blind
Flanges, screwed needle
valve, gasket, thermo
well, fittings, Wrapping
Tape
, Primer and
accessories as per design,
drawing (P&ID, Station
outlet Part), and schedule
of requirement.
(To be filled
by the
Tenderer)
Schedule of
Requiremen
ts (G.
Vendor
List).
Counter Meter, Fire Safety
Valve, Flame arrestor,
gauge,
Level
Gauge,
gasket,
Insulating
flange/kit
Cathotic
Protection, fittings and
accessories as per design,
drawing
(P&ID
of
Condensate Tank), and
schedule of requirement.
Other required drain pipe,
valves, flange, gasket, and
accessories as per design,
drawing
(P&ID)
and
schedule of requirement.
N. Interconnecting Line pipe/ Materials.
16ӯ API 5L X52, ERW
Sch /80
1
8ӯ API 5L X52, ERW
Sch /80
2
3
F ull
Technical
Specificatio
ns
Sch /80
As
mentioned
in Setion 6:
Schedule of
Requiremen
ts (G.
Vendor
List).
O. UPS & VS etc.
1
UPS & VS for FC, GC,
WBH, T ransmitter etc.
R. Lighting
1
2
Area lighting (Explosion
proof)
Lighting for WBH
(Explosion proof)
S.Protection
1
Cathodic Protection
2
Earthing system for RMS
3
Lightning arrester for
Gas RMS Bib -III
125
SL
Name & Description
Technical
Specifications
(As per
BPDB’s
Requirements)
Required
Country of
origin
Country of
Origin
(To be filled
by the
Tenderer)
Proposed
Manufactur
er’s Name
and
Model/Part
no.
(To be filled
by the
Tenderer)
4
5
6
F ull
Technical
Specificatio
ns
(To be filled
by the
Tenderer)
control building
Fire Extinguishers for
RMS
Fire hydrant
Methane detector
[The Tenderer should complete all the columns]
Signature:
[insert signature of authorised
representative of the Tenderer]
Name:
[insert full name of signatory]
[insert designation of signatory]
In the capacity of:
Duly authorised to sign the Tender for and on behalf of the Tenderer
Gas RMS Bib -III
126
Section 6.
Bill of Quantities & Schedule of Requiement
Gas RMS Bib -III
127
The Tenderer shall fill-up the following table of prices and shall submit it with the Technical proposal
Schedule-1.1
Supply of Equipmet, Spares & Tools for construction of Bibiyana III 400 MW CCPP RMS
Sl.
No
Item Name
Foreign Currency (FC)
CIF Price
Total
2
3
1
1
2
3
4
Bangladesh Taka (LC)
Insurance for
Inland
Transportation up to Transportation , Port
Site
handling Charges
and others
4
5
Total amount
FC
LC
6=3
7=4+5
Supply of Main Equipments/ materials/
items of Bibiyana III 400 MW CCPP
RMS (Schedule 1.1.1)
Supply of Mandatory Spare parts (to be
used after warranty Period) for Bibiyana
III 400 MW CC Power Plant RMS
(Schedule 1.1.2)
Supply of Required Tools for operation
& maintenance of Bibiyana III 400 MW
CC Power Plant RMS (Schedule 1.1.3)
Supply of Recommended Spare and
Tools (including calibration
equipments) for dtart up and
commissioning of the RMS. (Schedule
1.1.4)
Total (in Figures and in Words):
Gas RMS Bib -III
128
Schedule-1.1.1
Supply of Main Equipment/ materials/ items of Bibiyana III 400 MW CCPP RMS
Item Name
Sl.
No
1
2
A. Station Inlet Unit
1
Insulating joint, W/N
2
3
4
5
Station Inlet Ball Valve
Pressure Gauge (0-1500)psig
Purging Valve
Temperature Transmitter(Digital)
6
Pressure Transmitter(Digital)
7
8
9
Emergency Shutdown valve (ESD)
By -Pass Ball Valve
Other required line pipe, elbow, flanges
/blind flanges, gasket, screwed Valve,
Needle valve for pressure gauge, Thermo
well, fittings, stud-bolts, cables and
accessories as per design, drawing
(P&ID, inlet part) and schedule of
requirement.
Gas RMS Bib -III
Size & Class
3
8”x600 Class
8”x600RF
½” screwed
½” screwed
3/4” Ø / 1”Ø
screwed
3/4” Ø / 1”Ø
screwed
8”x600 Class
2”x600RF
Unit
Qty
4
5
No.
No.
No.
No.
No.
01
01
03
06
01
No.
01
No.
No.
Lot
01
01
01
Foreign Currency (FC)
CIF Price
Rate
6
Total
7=5x6
Bangladesh Taka (LC)
Insuran
Inland
ce for
Transportati
Transp
on , Port
ortation
handling
up to
Charges and
Site
others
Total
Total
8
9
Total amount
FC
LC
10=7
11=8+
9
129
Sl.
No
Item Name
Size & Class
Unit
Qty
1
2
3
4
5
85 MMSCFD KOD (at minimum 600
psig and maximum 1100 psig operating
pressure) and other fittings, screwed
needle valve for pressure gauge, drain
valves, gasket, gauges and accessories as
per design, drawing (P&ID, KOD part)
and specification.
Inlet & Outlet Ball Valve
By-Pass Ball Valve
8"Ø x8"Ø x 600
Class
No.
01
8”x600RF
8”x600RF
Nos.
No.
02
01
Pressure Gauge (0-1500)psig
½” screwed
No.
03
Purging Valve
½” screwed
No.
02
Lot
01
Foreign Currency (FC)
CIF Price
Rate
6
Total
7=5x6
Bangladesh Taka (LC)
Insuran
Inland
ce for
Transportati
Transp
on , Port
ortation
handling
up to
Charges and
Site
others
Total
Total
8
9
Total amount
FC
LC
10=7
11=8+
9
B. Knock Out Drum (KOD) Unit
1
2
3
4
5
6
Other required line pipe, relief valve,
elbow, tee, flanges, screwed Needle
valves for pressure gauge, stud-bolts,
gasket, fittings and accessories as per
design, drawing (P&ID, beyond KOD)
and schedule of requirement.
Gas RMS Bib -III
130
Sl.
No
Item Name
Size & Class
Unit
Qty
1
2
3
4
5
Foreign Currency (FC)
CIF Price
Rate
6
Total
7=5x6
Bangladesh Taka (LC)
Insuran
Inland
ce for
Transportati
Transp
on , Port
ortation
handling
up to
Charges and
Site
others
Total
Total
8
9
Total amount
FC
LC
10=7
11=8+
9
C. Filter Separator (FS) Unit
1
2
3
4
5
6
7
85 MMSCFD Filter Separator (Horizontal
and Twin lock quick opening type) at
minimum 600 psig and maximum 1100
psig operating pressure and other fittings,
Purging/Drain valves, gasket, gauges and
accessories as per Design, drawing
(P&ID, FS part) and specification.
8"Ø x8"Ø
600RF
Nos.
02
Inlet Ball Valve
Outlet Ball Valve
By -Pass Ball Valve
Pressure Gauge(0-1500)psig
Purging Valve
Other required
line
pipe, relief
valve ,elbow, tee, reducer, flanges,
screwed needle valve for pressure gauge,
stud-bolts, gasket,
fittings
and
accessories as per design, drawing
(P&ID, beyond FS) and schedule of
requirement.
8”x600RF
8”x600RF
8”x600RF
½” screwed
½” screwed
Nos.
Nos.
No.
No.
No.
Lot
02
02
01
06
06
Gas RMS Bib -III
131
Sl.
No
Item Name
Size & Class
Unit
Qty
1
2
3
4
5
Foreign Currency (FC)
CIF Price
Rate
6
Total
7=5x6
Bangladesh Taka (LC)
Insuran
Inland
ce for
Transportati
Transp
on , Port
ortation
handling
up to
Charges and
Site
others
Total
Total
8
9
Total amount
FC
LC
10=7
11=8+
9
D. Water bath Heater (WBH) Unit
85 MMSCFD Water Bath Heater (at
minimum 600 psig and maximum 1100
psig operating pressure) and other
fittings, gasket, screwed valves and
accessories as per design, drawing
(WBH) and specification to maintain
delivery temperature between 15 to 22 °C
at 150 psig pressure.
8"Ø x8"Ø
600RF
Nos.
02
2
3
4
Inlet & Outlet Ball Valve
By -Pass Ball Valve
Three way Control Valve with all other
controlling unit
8”x600RF
8”x600RF
8”x600RF
Nos.
No.
Nos.
04
01
02
5
6
7
8
Control Panel (PLC Control)
Pressure Gauge(0-1500)psig
Purging Valve
Temperature Transmitter(Digital)
Nos.
Nos.
Nos.
Nos.
02
06
06
02
1
Gas RMS Bib -III
½” screwed
½” screwed
3/4” Ø / 1”Ø
screwed
132
Sl.
No
Item Name
Size & Class
Unit
Qty
1
2
3
4
5
3/4” screwed
Nos.
Lot
03
01
8”x600RF
6”x600RF
6”x600RF
2”x600RF
1”x600 Screwed
8”x600RF
10”x600RF
6”x600RF
2”x600RF
10”x600RF
10”x600
10”x600
½” screwed
Nos.
Nos.
Nos.
Nos.
Nos.
Nos.
Nos.
No.
Nos.
Nos.
Nos.
Nos.
Nos.
02
02
02
01
02
04
03
01
01
02
02
02
10
Temperature Indicator
Other required line pipe, elbow, tee,
flanges, screwed needle valve for pressure
gauge, gasket, Stud -bolts, T hermo well,
fittings, cables and accessories as per
design, drawing (P&ID, beyond WBH),
specification,
and
schedule
of
requirement.
E . 1 s t stage Regulating Unit
Slam shut off Valve
1
2 Monitor Regulator
3
Active Regulator
4 Header Relief
5 Runs Relief
6 Inlet Ball Valve
Outlet Ball Valve
7
Control (Glob) Valve
8
Valve for Header Relieves
9
10 Check Valve
11 Noise Silencer
12 Noise Silencer
13 Pressure Gauge(0-1500)psig
9
10
Gas RMS Bib -III
Foreign Currency (FC)
CIF Price
Rate
6
Total
7=5x6
Bangladesh Taka (LC)
Insuran
Inland
ce for
Transportati
Transp
on , Port
ortation
handling
up to
Charges and
Site
others
Total
Total
8
9
Total amount
FC
LC
10=7
11=8+
9
133
Sl.
No
Item Name
Size & Class
Unit
Qty
1
2
3
4
5
14
Purging Valve
Drain Valve/Valve in screwed relief
Temperature Indicator
Blind Flange for off take
Other required line pipe, elbow, tee,
reducer, saddle, flanges/blind flanges,
screwed Needle valves for pressure gauge
and sensing line, stud-bolts, Thermo well,
gasket, fittings, tubes -coupling and
accessories as per design, drawing (P&ID,
Regulating unit), specification, and
schedule of requirement.
½” screwed
1” screwed
3/4” screwed
10”x600RF
Nos.
Nos.
No.
No
Lot
14
06
01
02
01
85 MMSCFD Liquid Separator (Vertical
type ) at 500 psig operating pressure and
other fittings, gasket, screwed needle
valve,
purging/drain
valves
and
accessories as per design, drawing
(P&ID, VME part) and specification and
schedule of requirement.
Inlet & Outlet Ball Valve
Bypass Ball Valve
Pressure Gauge(0-500)psig
10”x10”x
300RF
Nos.
01
10”x300RF
10”x300RF
½” screwed
Nos.
No.
Nos.
02
01
02
15
16
17
18
Foreign Currency (FC)
CIF Price
Rate
6
Total
7=5x6
Bangladesh Taka (LC)
Insuran
Inland
ce for
Transportati
Transp
on , Port
ortation
handling
up to
Charges and
Site
others
Total
Total
8
9
Total amount
FC
LC
10=7
11=8+
9
F. 1st Liquid Separator Unit
1
2
3
4
Gas RMS Bib -III
134
Sl.
No
Item Name
Size & Class
Unit
Qty
1
2
3
4
5
5
6
Purging Valve
Other required line pipe, relief valve,
elbow, tee, flanges, gasket, stud-bolts,
fittings and accessories as per design,
drawing
(P&ID,
beyond
VME),
specification,
and
schedule
of
requirement.
Nos.
Lot
02
G.2nd stage Regulating Unit
Slum shut off Valve
1
Monitor Regulator
2
Active Regulator
3
Header Relief
4
Runs Relief
5
Inlet Ball Valve
6
Outlet Ball Valve
7
Control (Globe) Valve
8
Valve for Header Relief
9
10 Check Valve
11 Noise Silencer
12 Noise Silencer
13 Pressure Gauge(0-600)psig
14 Purging Valve
Gas RMS Bib -III
½” screwed
08”x300RF
6”x300RF
6”x300RF
2”x300RF
1”x300 Screwed
10”x300RF
14”x300RF
6”x300RF
2”x300RF
14”x300RF
14”x300
14”x300
½” screwed
½” screwed
Nos.
Nos.
Nos.
No.
Nos.
Nos.
Nos.
No.
No.
Nos.
Nos.
Nos.
Nos.
Nos.
Foreign Currency (FC)
CIF Price
Rate
6
Total
7=5x6
Bangladesh Taka (LC)
Insuran
Inland
ce for
Transportati
Transp
on , Port
ortation
handling
up to
Charges and
Site
others
Total
Total
8
9
Total amount
FC
LC
10=7
11=8+
9
01
02
02
02
01
02
03
03
01
01
02
02
02
10
14
135
Sl.
No
Item Name
Size & Class
Unit
Qty
1
2
3
4
5
Nos.
No.
Lot
08
01
01
14”x14”x 300RF
No.
01
14”x300RF
14”x300RF
½” screwed
½” screwed
Nos.
Nos.
Nos.
Nos.
01
01
02
02
15
16
17
Drain Valve/Valve in screwed relief
1” screwed
Temperature Transmitter(Digital)
3/4” screwed
Other required line pipe, elbow, tee,
reducer, saddle, flanges/blind flanges,
screwed needle valves for pressure gauge
and sensing line, stud -bolts, fittings,
Thermo well gasket, tubes -couplings and
accessories as per design, drawing (P&ID,
regulating unit), specification, and
schedule of requirement.
Foreign Currency (FC)
CIF Price
Rate
6
Total
7=5x6
Bangladesh Taka (LC)
Insuran
Inland
ce for
Transportati
Transp
on , Port
ortation
handling
up to
Charges and
Site
others
Total
Total
8
9
Total amount
FC
LC
10=7
11=8+
9
H. 2nd Liquid Separator Unit
1
2
3
4
5
85 MMSCFD Liquid Separator (at 150
psig to 320 psig operating pressure) and
other fittings, gasket, gauges, screwed
needle valve for pressure gauge,
Purging/drain valves and accessories as
per design, drawing (P&ID, VME part)
and specification and schedule of
requirement.
Inlet Ball Valve
Outlet Ball Valve
Pressure Gauge(0-500)psig
Purging Valve
Gas RMS Bib -III
136
Sl.
No
Item Name
Size & Class
Unit
Qty
1
2
3
4
5
No.
No.
Lot
01
01
01
16”x300RF
No.
01
1 6”x300RF
½” screwed
½” screwed
1” screwed
Nos.
Nos.
Nos.
No.
Nos.
02
03
02
01
01
6
7
8
Bypass Ball Valve
14”x300RF
Ball Valve for off Take
4”x300RF
Other required line pipe, relief valve,
elbow, tee, flanges, screwed needle valve
for pressure gauge, stud-bolts, fittings,
gasket, and accessories as per design,
drawing
(P&ID,
beyond
VME),
specification,
and
schedule
of
requirement.
Foreign Currency (FC)
CIF Price
Rate
6
Total
7=5x6
Bangladesh Taka (LC)
Insuran
Inland
ce for
Transportati
Transp
on , Port
ortation
handling
up to
Charges and
Site
others
Total
Total
8
9
Total amount
FC
LC
10=7
11=8+
9
I. Oriface Metering Unit
1
2
3
4
5
6
85 MMSCFD Senior Type (Dual
Chamber) Orifice Meter at 150 psig to
320 psig operating pressure and other
Flanges,
fittings,
gasket,
tubes,
straightening vane, screwed needle valve,
stud-bolts and accessories as per design,
drawing (P&ID, Orifice Meter part),
specification and schedule of requirement.
Inlet & Outlet Ball Valve
Pressure Gauge(0-500)psig
Purging Valve
Purging Valve
Temperature Transmitter(Digital)
Gas RMS Bib -III
3/4” Ø / 1”Ø screwed
137
Sl.
No
Item Name
Size & Class
Unit
Qty
1
2
3
4
5
Nos.
Nos.
02
03
No.
Set
01
01
Set
01
Lot
01
No.
01
No.
No.
01
01
7
8
Pressure Transmitter(Digital)
Diff.Pressure Transmitter(Digital)
Regulator (Fisher-627)
Chart Recorder
With three pens for Static pressure (0500psig),
differential
pressure
(010
100”WC) and temperature (0-150°F)
record with thermo well and all
accessories.
Plani meter with Turn table (Chart
11
Drive) to read Chart Paper
Other required line pipe ,stud-bolts,
screwed needle valve for pressure gauge,
gasket, Thermo well, fittings, cables and
12
accessories as per design, drawing (P&ID,
Orifice meter part), specification, and
schedule of requirement.
J. Flow Computer Unit
Flow Computer
1
(Microprocessor Based)
2
Control Panel
Laptop Computer
3
9
Gas RMS Bib -III
3/4” screwed
3/4” Ø / 1”Ø
screwed
1” NPT
Foreign Currency (FC)
CIF Price
Rate
6
Total
7=5x6
Bangladesh Taka (LC)
Insuran
Inland
ce for
Transportati
Transp
on , Port
ortation
handling
up to
Charges and
Site
others
Total
Total
8
9
Total amount
FC
LC
10=7
11=8+
9
138
Sl.
No
Item Name
Size & Class
Unit
Qty
1
2
3
4
5
4
5
6
7
8
Supervisory Computer
Online UPS
Voltage Stabilizer
Backup Battery
Printer
Other required fittings, cables, software,
Manual, continuous printing sheet (50
pkts) and accessories as per design,
specification and schedule of requirement.
No.
No.
No.
No.
No.
Lot
01
01
01
01
01
01
No.
01
Cylind
er
Cylind
er
Lot
02
No.
No.
No.
01
01
01
9
K. Gas Chromatograph
Gas Chromatograph
1
(On Line, C 6+) Panel Mounted
2
3
4
Carrier Gas
Calibration Gas
Other required fittings, cables, software,
Manual and accessories as per design,
specification and schedule of requirement.
L. Station Outlet
Insulating Joint, W/N
1
Station outlet Check Valve
2
Station Outlet Ball Valve
3
Gas RMS Bib -III
16”x 300 Class
16”x 300 RF
16”x 300 RF
Foreign Currency (FC)
CIF Price
Rate
6
Total
7=5x6
Bangladesh Taka (LC)
Insuran
Inland
ce for
Transportati
Transp
on , Port
ortation
handling
up to
Charges and
Site
others
Total
Total
8
9
Total amount
FC
LC
10=7
11=8+
9
02
01
139
Sl.
No
Item Name
Size & Class
Unit
Qty
1
2
3
4
5
Nos.
Nos.
No.
Lot
02
02
01
01
No.
01
Lot
01
Pressure Gauge(0-500)psig
½” screwed
Purging Valve
½” screwed
Temperature Indicator
3/4” screwed
Other
required
line
pipe,
Tee,
flanges/blind Flanges, screwed needle
valve, gasket, thermo well, fittings and
7
accessories as per design, drawing
(P&ID, Station outlet Part), and schedule
of requirement.
M. Condensate Storage Tank Skid.
Condensate Storage Tank (Under
10,000 Liters
grounded):
With Safety Relief, Counter Meter, Fire
Safety Valve, Flame arrestor, gauge,
1
Level Gauge, gasket, Insulating flange/kit
Cathotic
Protection,
fittings
and
accessories as per design, drawing (P&ID
of Condensate Tank), and schedule of
requirement.
Other required drain pipe, valves, flange,
gasket, and accessories as per design,
2
drawing (P&ID) and schedule of
requirement.
4
5
6
Gas RMS Bib -III
Foreign Currency (FC)
CIF Price
Rate
6
Total
7=5x6
Bangladesh Taka (LC)
Insuran
Inland
ce for
Transportati
Transp
on , Port
ortation
handling
up to
Charges and
Site
others
Total
Total
8
9
Total amount
FC
LC
10=7
11=8+
9
140
Sl.
No
Item Name
Size & Class
Unit
Qty
1
2
3
4
5
Meter
Meter
Meter
350
200
250
N. Interconnecting Line pipe/ Materials.
16ӯ API L X52, ERW
1
8ӯ API L X52, ERW
2
3
4
1ӯ API L X52, Seamless Pipe (Drain
line)
Other
required
line
pipe,
Tee,
Elbow ,flanges/blind Flanges, screwed
needle valve, gasket, thermo well,
fittings, Wrapping Tape , Primer and
accessories as per design, drawing
(P&ID, Station outlet Part), and schedule
of requirement.
Sch /80
Sch /80
Sch /80
Lot
01
Lot
01
Lot
Lot
01
01
Lot
Lot
Lot
01
01
01
Foreign Currency (FC)
CIF Price
Rate
6
Total
7=5x6
Bangladesh Taka (LC)
Insuran
Inland
ce for
Transportati
Transp
on , Port
ortation
handling
up to
Charges and
Site
others
Total
Total
8
9
Total amount
FC
LC
10=7
11=8+
9
O. UPS & VS etc.
1
UPS & VS for FC, GC, WBH,
Transmitter etc.
R. Lighting
Area lighting (Explosion proof)
1
Lighting for WBH (Explosion proof)
2
S.Protection
Cathodic Protection
1
Earthing system for RMS
2
Lightning arrester for control building
3
Gas RMS Bib -III
141
Sl.
No
Item Name
Size & Class
Unit
Qty
1
2
3
4
5
4
5
6
Fire Extinguishers for RMS
Fire hydrant
Methane detector
Lot
Lot
Lot
Foreign Currency (FC)
CIF Price
Rate
6
Total
7=5x6
Bangladesh Taka (LC)
Insuran
Inland
ce for
Transportati
Transp
on , Port
ortation
handling
up to
Charges and
Site
others
Total
Total
8
9
Total amount
FC
LC
10=7
11=8+
9
01
01
01
Total
* Tenderer has to mention clearly the name of foreign currency.
** Point of Delivery: Bibiyana III 400 MW CCPP Project site, Nabiganj Upazila, Habiganj District.
*** Scope of supply of equipment/ items/ materials are not limited by the items mentioned above. If any other additional materials/ equipment are
required for completion of Turnkey work, contractor shall have to supply the additional equipment/ items/ materials without any additional cost.
The cost of these additional spares/materials/ equipment are deemed to be included within the quoted price.
Gas RMS Bib -III
142
Schedule-1.1.2
Supply of Mandatory Spare parts (to be used after warranty Period) for Bibiyana III 400 MW CC Power Plant RMS.
SL
No
Equipment Name
Description of
Spare parts
(to be supplied by
the Contractor)
Country Unit
of origin
(To be
filled by
the
Tendere
r)
Qty
Foreign Currency (FC)
CIF Price
Rate
1
2
Inlet Unit
1. ESD
2. PT (Pressure Transmitter)
3. Resistance temperature
detector (RTD)
4. Temperature Gauge (0150º F)
5. Pressure Gauge(0-1500
psig)
6. Pressure Gauge (0- 500
psig)
Filter Separator Unit
7. Filter Element for Filter
Separator
8. O-ring for Filter separator
Pressure
9. Differential
T ransmitter
10. Auto discharge drain
valve
11. Safety valve
Gas RMS Bib -III
3
4
5
6
Spare kits of ESD
Set
Set
No
No
No
05
02
04
Set
No
06
Set
No
12
Set
No
12
Filter cartridge
No
80
Set
No
No
24
02
Set
No
08
Body Repair kits
for Safety valve.
No
04
7
Total
8=6x7
Bangladesh Taka (LC)
Insuranc
e for
Transpor
tation up
to Site
Total
9
Total amount
Inland
Transport
ation , Port
handling
Charges
and others
Total
FC
LC
10
11=8
12=9+10
143
SL
No
Equipment Name
1
2
Heater unit
12. Slam Shut for Heater
RMS
13. Regulator
for Heater
RMS
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
Main Burner for WBH
Pilot Burner for WBH
Main Burner nozzles
Pilot Burner nozzles
High Pressure switch
Low Pressure switch
Temperature switch
Temperature controller
Level switch
Power supply unit
PLC
Resistance temperature
detector
26.
27.
Ignition Transformer
Ignition Electrode
Gas RMS Bib -III
Description of
Spare parts
(to be supplied by
the Contractor)
3
Country Unit
of origin
(To be
filled by
the
Tendere
r)
4
Qty
Foreign Currency (FC)
CIF Price
5
6
Body Repair kits.
No
15
Body & Pilot
Repair kits for
Regulator
No
20
complete set
complete set
complete set
complete set
Set
Set
Set
Set
Set
Set
Set
Set
No
No
No
No
No
No
No
No
No
No
Set
No
02
02
08
12
04
04
04
04
02
08
02
04
Set
Set
No
No
Rate
7
Total
8=6x7
Bangladesh Taka (LC)
Insuranc
e for
Transpor
tation up
to Site
Total
9
Inland
Transport
ation , Port
handling
Charges
and others
Total
10
Total amount
FC
LC
11=8
12=9+10
04
04
144
SL
No
1
28.
29.
Equipment Name
2
Solenoid valve complete
set for main Burner &
Pilot Burne r
Damper motor
Description of
Spare parts
(to be supplied by
the Contractor)
3
Set
Country Unit
of origin
(To be
filled by
the
Tendere
r)
4
Qty
CIF Price
5
No
6
16
Set
No
01
30.
Blower motor
Set
No
01
31.
Flame amplifier
set
No
04
32.
Flame detector
Set
No
04
33.
Ionization Rod
Set
No
06
34.
Relays set
Set
No
40
set
No
04
Set
No
04
Set
No
30
No
30
Pressure Gauge(0-100)
bars
Gauge(0-2.5)
36. Pressure
bars
Fuses (Glass & cartridge
37.
type)
Regulation Unit
35.
38.
Slam
Shut
8”x600RF
Gas RMS Bib -III
Valve
Slam Shut Valve
Repair kits.
Foreign Currency (FC)
Rate
7
Total
8=6x7
Bangladesh Taka (LC)
Insuranc
e for
Transpor
tation up
to Site
Total
9
Inland
Transport
ation , Port
handling
Charges
and others
Total
10
Total amount
FC
LC
11=8
12=9+10
145
SL
No
1
39.
40.
41.
42.
43.
44.
45.
46.
47.
48.
49.
Equipment Name
Description of
Spare parts
(to be supplied by
the Contractor)
2
Monitor Regulator
6”x600RF
Active
Regulator
6”x600RF
Pilot
for
Monitor
Regulator 6”x600RF
Pilot for Active Regulator
6”x600RF
Slam
Shut
Valve
8”x300RF
Monitor
Regulator
6”x300RF
Active
Regulator
6”x300RF
Pilot
for
Monitor
Regulator 6”x300RF
Pilot for Active Regulator
6”x300RF
Run Relief Safety valve
3
Body Repair kits
for Regulator.
Body Repair kits
for Regulator.
Pilot Repair kits for
Regulator.
Pilot Repair kits for
Regulator.
Slam Shut Valve
Repair kits.
Body Repair kits
for Regulator.
Body Repair kits
for Regulator.
Pilot Repair kits for
Regulator.
Pilot Repair kits for
Regulator.
Body Repair kits
for Safety valve.
Common Header Safety
valve
Body & Pilot
Repair kits for
Safety valve.
Gas RMS Bib -III
Country Unit
of origin
(To be
filled by
the
Tendere
r)
4
Qty
Foreign Currency (FC)
CIF Price
5
No
6
40
No
40
No
50
No
50
No
30
No
40
No
40
No
50
No
50
No
25
No
20
Rate
7
Total
8=6x7
Bangladesh Taka (LC)
Insuranc
e for
Transpor
tation up
to Site
Total
9
Inland
Transport
ation , Port
handling
Charges
and others
Total
10
Total amount
FC
LC
11=8
12=9+10
146
SL
No
Equipment Name
1
2
Metering unit
50. Plani meter with Turn
table
51. Chart papers
52. Mechanical chart drive
53. Spare Chart Pen ( Three
Different Color)
54. Spare Chart Pen Arm
( Three Different Color)
55. Orifice Plate & oring of
different size to meet
demand (25%, 50%, 75%
capacity).
56. PT (Pressure Transmitter)
(Differential
57. DPT
Pressure Transmitter )
58. Temperature Transmitter
59. T hermometer ºC
60. T hermometer ºF
Regulator (1” NPT,
61.
Fisher-627)
62. Body & Pilot Spare kits
Regulator (1” NPT,
Fisher-627)
Gas RMS Bib -III
Description of
Spare parts
(to be supplied by
the Contractor)
3
Country Unit
of origin
(To be
filled by
the
Tendere
r)
4
Qty
Foreign Currency (FC)
CIF Price
5
6
Set
No
02
Box (100pcs)
Set
Set
Box
No
Set
50
02
50
Set
No
25
Set
No
06
Set
Set
No
No
02
03
Set
Set
Set
Set
No
No
No
No
02
12
12
01
Set
No
10
Rate
7
Total
8=6x7
Bangladesh Taka (LC)
Insuranc
e for
Transpor
tation up
to Site
Total
9
Inland
Transport
ation , Port
handling
Charges
and others
Total
10
Total amount
FC
LC
11=8
12=9+10
147
SL
No
Equipment Name
1
2
Gas chromatograph
63. Power supply unit
64. I/O cards
65. Mother board
66. Software for GC
67. Calibration Gas
68. Carrier Gas
69. Sample gas regulator
Flow Computer
70. Power supply unit
71. I/O cards
72. Mother board
73. Software for FC
74. Laptop (Software & data
upload & down load)
75. Printer with scanner
76. Desktop computer with
UPS & printer
removal
77. Condensate
pump motor, 1HP
78. 1ӯ Hose Pipe
Gas RMS Bib -III
Description of
Spare parts
(to be supplied by
the Contractor)
3
Country Unit
of origin
(To be
filled by
the
Tendere
r)
4
Qty
Foreign Currency (FC)
CIF Price
5
6
Set
Set
Set
Set
Cylinder
Cylinder
Set
No
No
No
Set
No
No
No
04
02
01
01
08
08
02
Set
Set
Set
Set
Set
No
No
No
Set
No
04
02
01
01
01
Set
Set
No
No
01
01
Set
No
01
Mete
r
50
Rate
7
Total
8=6x7
Bangladesh Taka (LC)
Insuranc
e for
Transpor
tation up
to Site
Total
9
Inland
Transport
ation , Port
handling
Charges
and others
Total
10
Total amount
FC
LC
11=8
12=9+10
148
SL
No
Equipment Name
1
2
Description of
Spare parts
(to be supplied by
the Contractor)
3
Country Unit
of origin
(To be
filled by
the
Tendere
r)
4
Qty
Foreign Currency (FC)
CIF Price
5
6
Set
Set
Set
No
No
No
12
12
12
Set
Set
Set
No
No
No
06
06
25
Set
Set
Set
No
No
No
25
Set
Set
No
No
04
04
Rate
7
Total
8=6x7
Bangladesh Taka (LC)
Insuranc
e for
Transpor
tation up
to Site
Total
9
Inland
Transport
ation , Port
handling
Charges
and others
Total
10
Total amount
FC
LC
11=8
12=9+10
Spare Pressure Gauge
79. (0-1500) Psig range
80. (0-1000) Psig range
81. (0-500) Psig range
FC/Heater PANEL
82. Safety barriers
83. Lightning barriers for Panel
84. Set of indication lamps
85.
86.
87.
88.
89.
(LED) & holder
Set of Switches
Relay
Circuit breaker (different
size & amp)
Panel Display
Magnetic contractor with
thermal relay
KOD, Filter separator & Liquid Separator:
Set
90. Spare parts -kit for the auto
91.
discharge system (level
control valve)
Spare parts -kit for the
Vessel Safety Relief Valve
Set
No
25
No
25
25
25
* Tenderer has to mention clearly the name of foreign currency.
** Point of Delivery: Bibiyana III 400 MW CCPP Project site, Nabiganj Upazila, Habiganj District.
Gas RMS Bib -III
149
Schedule-1.1.3
Supply of Required Tools for operation & maintenance of Bibiyana III 400 MW CC Power Plant RMS.
Sl. No
Item Name
1
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
2
Special tools for opening Filter
separator
Special tools
for maintenance
regulator
Lever and chain for maintenance
regulator
Ratchet set box with tools
Adjustable Slide Wrench 12Pcs
different size (06” – 48”)
Pipe wrench 05 Pcs different size (12”
– 48”)
Ring Wrench 18Pcs different size (6
– 62 mm)
Dally Wrench 18Pcs different size (6
– 62 mm)
Allen Key set ( 13 pcs of different
size in Inch)
Allen Key set ( 13 pcs of different
size in mm)
Wooden Hammer 1lb
Wooden Hammer 2lb
Gas RMS Bib -III
Name of
manufacturer,
Country of Origin.
Model/Type no. of
offered equipment
(To be filled by the
Tenderer)
3
Unit
Qty
4
5
Set
02
Set
02
Set
02
Set
Set
02
02
Set
02
Set
02
Set
02
Set
02
Set
02
no
no
02
02
Foreign Currency (FC)
CIF Price
Rate
6
Total
7=5x6
Bangladesh Taka (LC)
Insuranc
Inland
e for
Transportatio
Transpo
n , Port
rtation
handling
up to
Charges and
Site
others
Total
Total
8
9
Total amount
FC
LC
10=7
11=8+
9
150
Sl. No
Item Name
1
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
2
Monkey Ring Wrench ( 3 pcs of
different size in mm)
Nose Pliers ( 6 pcs of different size )
Pliers ( 6 pcs of different size )
Screw driver(Flat) 6 pcs of different
size
Screw driver(Star) 6 pcs of different
size
Screw ( Combination) Driver set
( 10 pcs of different size )
Ratchet wrench flange separator (06
pcs for different size)
Tool Box ( For Carrying varies types
of tools)
Flat file 4 pcs of different size (06” –
12”)
Round file 4 pcs of different size
(06” – 12”)
Tapper file 4 pcs of different size
(06” – 12”)
Half round file different size (06” –
12”)
Grease Gun (High & low pressure)
latest model
Gas RMS Bib -III
Name of
manufacturer,
Country of Origin.
Model/Type no. of
offered equipment
(To be filled by the
Tenderer)
3
Unit
Qty
4
5
Set
02
Set
Set
Set
02
02
02
Set
02
Set
02
set
02
Set
02
Set
02
Set
02
Set
02
Set
02
Set
02
Foreign Currency (FC)
CIF Price
Rate
6
Total
7=5x6
Bangladesh Taka (LC)
Insuranc
Inland
e for
Transportatio
Transpo
n , Port
rtation
handling
up to
Charges and
Site
others
Total
Total
8
9
Total amount
FC
LC
10=7
11=8+
9
151
Sl. No
Item Name
1
2
26.
27.
28.
29.
30.
31.
32.
33.
Steel tape (100 feet)
Hacksaw frame with blade
Tube cutter
Tube bender
Digital Multi Meter
Remote methane leak detection
Hax key set (1.5mm -12mm)
Portable BTU gas analyzer
Digital Sound Level Measurement
Equipment (Unit db)
Hydraulic Dead weight tester (For
Static pressure)
Hand pump Pneumatic Dead weight
tester (For DP)
Clamp Meter
Multi plug (cable length-50 meter)
Soldering iron with voltage regulator
Hart communicator
Fire extinguisher
safety Shoes
Ear protector
Helmet
safety Glass
Hand Gloves
34.
35.
36.
37.
38.
39.
40.
41.
42.
43.
44.
45.
46.
Gas RMS Bib -III
Name of
manufacturer,
Country of Origin.
Model/Type no. of
offered equipment
(To be filled by the
Tenderer)
3
Unit
Qty
4
5
Set
Set
Set
Set
Set
Set
Set
Set
Set
02
02
02
02
02
02
02
01
02
Set
01
Set
01
Set
Set
Set
Set
No
Pair
Set
No
No
No
02
02
02
01
12
12
12
12
12
12
Foreign Currency (FC)
CIF Price
Rate
6
Total
7=5x6
Bangladesh Taka (LC)
Insuranc
Inland
e for
Transportatio
Transpo
n , Port
rtation
handling
up to
Charges and
Site
others
Total
Total
8
9
Total amount
FC
LC
10=7
11=8+
9
152
Sl. No
Item Name
1
47.
48.
2
First Aid Box
Ladder (steel structure)
Name of
manufacturer,
Country of Origin.
Model/Type no. of
offered equipment
(To be filled by the
Tenderer)
3
Unit
Qty
4
5
No
No
02
02
Foreign Currency (FC)
CIF Price
Rate
6
Total
7=5x6
Bangladesh Taka (LC)
Insuranc
Inland
e for
Transportatio
Transpo
n , Port
rtation
handling
up to
Charges and
Site
others
Total
Total
8
9
Total amount
FC
LC
10=7
11=8+
9
Total
* Tenderer has to mention clearly the name of foreign currency.
** Point of Delivery: Bibiyana III 400 MW CCPP Project site, Nabiganj Upazila, Habiganj District.
Gas RMS Bib -III
153
Schedule-1.1.4
Supply of Recommended Spare and Tools (including calibration equipments) for dtart up and commissioning of the RMS.
Sl. No
Item Name
Unit
Qty
1
2
3
4
01
INLET FILTER SEPARATOR
02
HEATERS
03
PRESSURE REGULATORS
04
PRESSURE RELIEF VALVES
05
SLAM SHUT OFF VALVE
06
ORIFICE METER
07
ONLINE GAS CHROMAT OGRAPH
Gas RMS Bib -III
Foreign Currency (FC)
CIF Price
Rate
5
Total
6=4x5
Bangladesh Taka (LC)
Insuranc
Inland
e for
Transportatio
Transpo
n , Port
rtation
handling
up to
Charges and
Site
others
Total
Total
7
8
Total amount
FC
LC
9=6
11=7+
8
154
Sl. No
Item Name
Unit
Qty
1
2
3
4
08
FIELD INSTRUMENT
09
CONTROL PANEL
10
FLOW COMPUTER
11
CONDENSATE TANK
12
ORIFICE METER CHART RECORDER
13
STATION MAINTENANCE TOOLS
14
UPS/DC PANEL
15
CALIBRATION EQUIPMENTS
Gas RMS Bib -III
Foreign Currency (FC)
CIF Price
Rate
5
Total
6=4x5
Bangladesh Taka (LC)
Insuranc
Inland
e for
Transportatio
Transpo
n , Port
rtation
handling
up to
Charges and
Site
others
Total
Total
7
8
Total amount
FC
LC
9=6
11=7+
8
155
Sl. No
Item Name
Unit
Qty
1
2
3
4
16
Foreign Currency (FC)
CIF Price
Rate
5
Total
6=4x5
Bangladesh Taka (LC)
Insuranc
Inland
e for
Transportatio
Transpo
n , Port
rtation
handling
up to
Charges and
Site
others
Total
Total
7
8
Total amount
FC
LC
9=6
11=7+
8
OTHERS
Total
* Tenderer has to mention clearly the name of foreign currency.
** Point of Delivery: Bibiyana III 400 MW CCPP Project site, Nabiganj Upazila, Habiganj District.
***Tenderer may add additional rows as required.
Gas RMS Bib -III
156
Schedule- 1.2
Services for TurnkeyWork [ Erection, Installation, Testing, commissioning etc. as specified in Section 6,7 ,8 and 9]
SL
Description
No.
a.
b.
c.
d.
e.
f.
g.
h.
i.
j.
Total Schedule-1.2:
Qty
Cost in foreign currency
Unit cost
Total cost
Cost in Bangladeshi Taka
Unit cost
Total cost
Note:
1) Tenderer has to mention clearly the name of foreign currency.
2) Tenderers are requested to split the whole work in individual items as per work approach and to fill the schedule accordingly. Tenderer may add additional
rows as required.
3) During work if any other additional works are required for completion of Turnkey work, contractor shall have to do the additional works without any
additional cost. The costs of these additional works are deemed to be included within the quoted price.
Gas RMS Bib -III
157
Schedule- 1.3
Civil Works [as specified in Section 6,7,8 and 9]
SL No.
1.
2.
3.
Description
Qty
Construction of Control Building :
Design & construct a two stored control
building cum office of 2500 sqft (each floor
1250 sqft) to accommodate control panel
equipments and office personnel for operation
as per foundation drawing.
Full civil construction with 3 -phase electrical
wiring, Furniture (cabinet, almirah, table,
front chair, back chair, cot, bed, AC, ceiling
fan, light, TV, kitchen accessories, etc)
Earthing system for, Lightning arrester, Deep
tube well with water pump motor 1 HP,
Smoke detector.
Earth Filling and Compaction Works:
Filling and developing of the land to
formation level (same level of Bibiyana III
power plant site). Earth shall be compacted in
six inch layer with water sprinkling.
CC Walkway, Stone Pitching, Boundary
Wall and Surface Drain:
Supplier shall construct 1.5 meter wide walk
ways across the RMS, around the Skid
foundation and complete stone pitching in
surface area and drain as per foundation
drawing and instructed by EIC and according
to schedule of requirement and technical
specification
Boundary Wall: Over 10 inch thick, 20 inch
width cc foundation and at least 3 feet below
ground level over a compacted WBM,
boundary wall shall be at least 5 feet height
2500sq ft
Gas RMS Bib -III
Cost in foreign currency
Unit cost
Total cost
Cost in Bangladeshi Taka
Unit cost
Total cost
Lot
Lot
158
SL No.
Description
Qty
Cost in foreign currency
Unit cost
Total cost
Cost in Bangladeshi Taka
Unit cost
Total cost
and 5 inch from the finished ground level all
around the RMS premises. On the top of brick
wall there shall be 2 feet height fencing all
around the boundary wall. Actual design shall
be approved by EIC. Gates to be placed in the
position shown in the drawing and to be
approved by the EIC.
4.
Base foundation, RCC Pipe Supports
Lot
Design and Construction of RCC foundation
and pipe supports for installation of KOD,
Filter Separators, Water Bath Heaters,
Regulating skids, Liquid Separators (VMEs),
Orifice Metering Skid, Condensate Tank and
for other piping equipments (if required). The
Supplier shall supply all the required materials
for construction Works.
5.
Steel Structure Skids, Steel Structure Foot
Lot
over bridges, Shade on Heaters & Metering
Unit, Painting, area lighting, Lightening
Arrestor, Fencing, Guard Room and other as
per Foundation drawing, schedule of
requirement and Technical Specification.
Total Schedule -1.3:
Note:
1) Tenderer has to mention clearly the name of foreign currency.
2) Scope of works is not limited by the above mentioned items. If any other additional works are required for completion of Turnkey work, contractor shall
have to do the additional works without any additional cost. The costs of these additional works are deemed to be included within the quoted price.
3) Tenderers are requested to split the whole work in individual items as per work approach and to fill the schedule accordingly. Tenderer may add additional
rows as required
Gas RMS Bib -III
159
Schedule- 1.4
Services for Other Related Items [as specified in Section 6,7,8 and 9]
SL
Description
Unit
Qty
Cost in foreign
No.
currency
Unit cost
Total cost
Cost in Bangladeshi
Taka
Unit cost
Total cost
A. Technology Transfer/Know -how from Manufacturer’s/Supplier’s Country
1
Witnessing of manufacturing process, tests of the
Lot
01
equipment/ materials/ spares and foreign training
at
manufacturer(s)/
Supplier(s)/
Tenderer
Country(s) [As per PCC(GCC 54), details are
given Section 6: Schedule of requirement (C.
Schedule for Technology T ransfer/Know-how
from Manufacturer/Supplier Country for 4 (four)
personnel [02 from BPDB, 02 from Jala labad
Gas].
B. Other Facilities
1.
Vehicle: To provide 01(one) Vehicle (Latest
No.
01
Model) including full time driver and fuel & Oil
for movement of Purchaser/Employer’s site
personnel. Vehicle should be minimum 07(seven)
seater and high roof with AC. Vehicle shall be
provided within one week from the date of LC
opening and shall continue till issuance of PAC.
2.
Office F urniture, Computer and others : Supply
Lot
01
of 02 (two) executive table, 02 (two) executive
chair, 05 (five) front chair, 02 (two) file cabinet, 01
(one) File rack, 01 (one) Drinking Water Filter,
02(Two) Office Almeria, 02 (Two) AC, 2(two)
Semi double cots with bed and one Tea set. Office
furniture should be of high quality standard
preferably local Otobi brand.
One latest model computer, one computer table,
one Scanner and a laser printer for Office used to
be supplied. Furniture and computer shall be
Gas RMS Bib -III
160
Description
SL
No.
Unit
Qty
Lot
01
Lot
01
Lot
01
Cost in foreign
currency
Unit cost
Total cost
Cost in Bangladeshi
Taka
Unit cost
Total cost
provided /supplied within 300 days from the date
of LC opening.
Supply of 03 (three) post-paid/ Prepaid mobile
phone (Latest model) & 03 (three) Laptop
computer (Latest model), 03 sets of safety
equipment, 03 carrying bag for site execution
personnel (supervision committee) of the
Purchaser/Employer. Handsets should be of high
quality. Mobile Phone shall be provided within
two weeks from the date of LC opening and the
Supplier/Contractor shall continue to pay the bill
till issuance of PAC.
C. Local site Training and Supervision.
1
2
Local site training at RMS site for 15 officials &
07 days (with refreshments , transportation,
carrying bag, pen drive, manual & other training
material) during station commissioning.
During site supervision/construction entertainment
should be provided.
D. Warranty
1
Two year warranty period with maintenance
Total Schedule-1.4:
Note:
1) Tenderer has to mention clearly the name of foreign currency.
2) Scope of works is not limited by the above mentioned items. If any other additional works are required for completion of Turnkey work, contractor shall
have to do the additional works without any additional cost. The costs of these additional works are deemed to be included within the quoted price.
3) Tenderers are requested to split the whole work in individual items as per work approach and to fill the schedule accordingly. Tenderer may add additional
rows as required
Gas RMS Bib -III
161
Schedule- 2
Summary of prices for Design- Build, Supply, Erection, Installation, Testing & Commissioning of Skid Mounted Gas
Regulating & Metering Station for Supplying Natural Gas to Bibiyana III 400 MW Combined Cycle Power Plant at
Nabiganj Upazila, Habiganj District on Turnkey Basis.
Sch No.
Description
Sch No. 1.1
Supply of Equipment, Spares & Tools.
Sch No. 1.2
Services for Turnkey Work
Sch No. 1.3
Civil Works
Sch No. 1.4
Services for Other Related Items
Total Foreign Currency(FC)
Total Bangladesh Taka
Total (in Figures and in Words):
Gas RMS Bib -III
162
Section 6. Schedule of Requirements
Invitation for Tender No:
Tender Package No:
Date
Brief Description of Goods & Related Services:
The work under this IFIT shall be contacted on turnkey basis for detailed engineering, designdrawing, supply of gas Regulating & Metering Station with Knock Out Drum ,Filter Separators,
Water Bath Heaters, Liquid Separators (VME), Orifice Meter, Flow Computer, Gas
Chromatograph, Mechanical Chart Recorder, Condensate Storage Tank, Pressure Regulators,
Check Valves, Ball Valves, Hand Control Valves, Insulating Joint, Fittings, Tools, Instruments,
Spares parts, Fabrication, Assembling, Construction, Installation, Erection, Testing,
Commissioning and Test Run Operation of Skid Mounted RMS of 85 MMSCFD capacity and
interconnecting with existing pipeline for Bibiyana-III, 400MW Combined Cycle Power Plant at
Nabigang Upzalia, Habiganj, Sylhet.
Delivery and Completion Time:
The proposed job as detailed in this section and Technical Specifications will have to be
completed in all respects and shall have to hand over to the Purchaser after successful
installation, testing, commissioning and test run operation of the RMS within 300 (Three
hundred ) days from the date of opening of letter of credit (LC).
Scope Of Work:
Station Capacity: 85 MMSCFD
Inlet Source Pressure : 980 to 1000 PSIG
Inlet Temperature 10 to 15 C
Design Pressure- Maxm 1440 PSIG
Design Temperature -5 to 60 C
Operating Pressure : 600 to 1100 PSIG
Outlet Flow 85 MMSCFD
Outlet Pressure 150PSIG
Outlet Operating Temperature 10 to 15 C
A. List of Goods Required for Completion/Construction of Skid Mounted RMS
and interconnecting pipeline:
Following are the minimum requirements of Goods (Equipments, Materials, Fittings,
Instruments, Auxiliaries, and Accessories etc.) to be included for Supplying a Skid Mounted
Regulating & Metering Station (RMS) at Bibiyana-III, 400MW Combined Cycle Power Plant at
Nabigang Upzalia, Habiganj . The supplier/ Tenderer shall have to incorporate item(s) or
increase quantity (ies) of the Goods/Materials if required as per detail engineering design &
drawings done by the Tenderer and for conforming/Complying all the requirements stated in
this tender, Section 7: Technical Specifications and Section 9: Drawings. Size/dimension of any
item cannot be reduced/decreased by tenderer though that are seem to be over designed, then
Tenderer will be disqualified. If Tenderer, as per detail engineering design, thinks that the
size/dimension of any item given bellow may need to change (increase only), Tenderer can
increase the size/dimension of that item and shall quote in that way.
Gas RMS Bib-III
163
RMS Design & Drawing:
Table-1
Item Description
No
1.
Remarks
Detailed Engineering, design, drawing & documentation. ( As per Front
end Engineering Design and Detail design)
RMS Equipments:
Table-2
Skid/
Section
Description of equipment/ materials & Size & Class
thereof Fitting and accessories
A. Station
Inlet Unit
1. Insulating joint, W/N
2. Station Inlet Ball Valve
3. Pressure Gauge (0-1500)psig
4. Purging Valve
5. Temperature Transmitter(Digital)
6. Pressure Transmitter(Digital)
B. Knock
Out Drum
(KOD) Unit
Gas RMS Bib-III
7. Emergency Shutdown valve (ESD)
8. By-Pass Ball Valve
9. Other required line pipe, elbow, flanges
/blind flanges, gasket, screwed Valve,
Needle valve for pressure gauge, Thermo
well, fittings, stud-bolts, cables and
accessories as per design, drawing (P&ID,
inlet part) and schedule of requirement.
1. 85 MMSCFD KOD (at minimum 600 psig
and maximum 1100 psig operating pressure)
and other fittings, screwed needle valve for
pressure gauge, drain valves, gasket,
gauges and accessories as per design,
drawing (P&ID, KOD part) and specification.
2. Inlet & Outlet Ball Valve
3. By-Pass Ball Valve
4. Pressure Gauge (0-1500)psig
5. Purging Valve
6. Other required line pipe, relief valve,
elbow, tee, flanges, screwed Needle valves
for pressure gauge, stud-bolts, gasket,
fittings and accessories as per design,
drawing (P&ID, beyond KOD) and schedule
of requirement.
Quantity
Unit
01
01
03
06
01
No.
No.
No.
No.
No.
01
No.
01
01
Lot
No.
No.
8"Ø x8"Ø x
600 Class
01
No.
8”x600RF
8”x600RF
½” screwed
½” screwed
02
01
03
02
Lot
Nos.
No.
No.
No.
8”x600 Class
8”x600RF
½” screwed
½” screwed
3/4” Ø / 1”Ø
screwed
3/4” Ø / 1”Ø
screwed
8”x600 Class
2”x600RF
164
C. Filter
Separator
(FS)Unit
1. 85 MMSCFD Filter Separator( Horizontal
and Twin lock quick opening type) at
minimum 600 psig and maximum 1100 psig
operating pressure and other fittings,
Purging/Drain valves, gasket, gauges and
accessories as per Design, drawing (P&ID,
FS part) and specification.
2. Inlet Ball Valve
3. Outlet Ball Valve
4. By-Pass Ball Valve
5. Pressure Gauge(0-1500)psig
6. Purging Valve
7. Other required line pipe, relief
valve ,elbow, tee, reducer, flanges, screwed
needle valve for pressure gauge, stud-bolts,
gasket, fittings and accessories as per
design, drawing (P&ID, beyond FS) and
schedule of requirement.
D. Water
1. 85 MMSCFD Water Bath Heater (at
Bath Heater minimum 600 psig and maximum 1100
(WBH) Unit psig operating pressure) and other fittings,
gasket, screwed valves and accessories
as per design, drawing (WBH) and
specification
to
maintain
delivery
temperature between 15 to 22 °C at 150
psig pressure.
2. Inlet & Outlet Ball Valve
3. By-Pass Ball Valve
4. Three way Control Valve with all other
controlling unit
5. Control Panel (PLC Control)
6. Pressure Gauge(0-1500)psig
7. Purging Valve
8. Temperature Transmitter(Digital)
9. Temperature Indicator
10. Other required line pipe, elbow, tee,
flanges, screwed needle valve for pressure
gauge, gasket, Stud-bolts, Thermo well,
fittings, cables and accessories as per
design, drawing (P&ID, beyond WBH),
specification, and schedule of requirement.
E. 1 st
Regulating
Unit
1. Slam shut off Valve
2. Monitor Regulator
3. Active Regulator
4. Header Relief
5. Runs Relief
6. Inlet Ball Valve
7. Outlet Ball Valve
8. Control (Glob) Valve
9. Valve for Header Relieves
10. Check Valve
Gas RMS Bib-III
8"Ø x8"Ø
600RF
02
Nos.
8”x600RF
8”x600RF
8”x600RF
½” screwed
½” screwed
02
02
01
06
06
Lot
Nos.
Nos.
No.
No.
No.
8"Ø x8"Ø
600RF
02
Nos.
8”x600RF
8”x600RF
8”x600RF
04
01
02
Nos.
No.
Nos.
02
06
06
02
Nos.
No.
No.
No.
03
Lot
No.
02
02
02
01
02
Nos.
Nos.
Nos.
Nos.
Nos.
04
03
01
01
02
Nos.
Nos.
No.
Nos.
Nos.
½” screwed
½” screwed
3/4” Ø / 1”Ø
screwed
3/4” screwed
8”x600RF
6”x600RF
6”x600RF
2”x600RF
1”x600
Screwed
8”x600RF
10”x600RF
6”x600RF
2”x600RF
10”x600RF
165
11. Noise Silencer
12. Noise Silencer
13. Pressure Gauge(0-1500)psig
14. Purging Valve
15. Drain Valve/Valve in screwed relief
16. Temperature Indicator
17. Blind Flange for off take
18. Other required line pipe, elbow, tee,
reducer, saddle, flanges/blind flanges,
screwed Needle valves for pressure gauge
and sensing line, stud-bolts, Thermo well,
gasket,
fittings,
tubes-coupling
and
accessories as per design, drawing (P&ID,
Regulating unit), specification, and schedule
of requirement.
st
F. 1 Liquid 1. 85 MMSCFD Liquid Separator (Vertical
Separator
type ) at 500 psig operating pressure and
(VME)
other fittings, gasket, screwed needle valve,
purging/drain valves and accessories as per
design, drawing (P&ID, VME part) and
specification and schedule of requirement.
2. Inlet & Outlet Ball Valve
3. Bypass Ball Valve
4. Pressure Gauge(0-500)psig
5. Purging Valve
6. Other required line pipe, relief valve,
elbow, tee, flanges, gasket, stud-bolts,
fittings and accessories as per design,
drawing (P&ID, beyond VME), specification,
and schedule of requirement.
G. 2nd
1. Slam shut off Valve
Regulating 2. Monitor Regulator
Unit
3. Active Regulator
4. Header Relief
5. Runs Relief
Gas RMS Bib-III
10”x600
10”x600
½” screwed
½” screwed
1” screwed
3/4” screwed
10”x600RF
02
02
10
14
06
01
02
Lot
Nos.
Nos.
Nos.
Nos.
Nos.
No.
No
10”x10”x
300RF
01
Nos.
10”x300RF
10”x300RF
½” screwed
½” screwed
02
01
02
02
Lot
Nos.
No.
Nos.
Nos.
02
02
02
01
02
Nos.
Nos.
Nos.
No.
Nos.
6. Inlet Ball Valve
7. Outlet Ball Valve
08”x300RF
6”x300RF
6”x300RF
2”x300RF
1”x300
Screwed
10”x300RF
14”x300RF
03
03
Nos.
Nos.
8. Control (Globe) Valve
09. Valve for Header Relief
10. Check Valve
11. Noise Silencer
12. Noise Silencer
13. Pressure Gauge(0-600)psig
14. Purging Valve
15. Drain Valve/Valve in screwed relief
16. Temperature Transmitter(Digital)
6”x300RF
2”x300RF
14”x300RF
14”x300
14”x300
½” screwed
½” screwed
1” screwed
3/4” screwed
01
01
02
02
02
10
14
08
01
No.
No.
Nos.
Nos.
Nos.
Nos.
Nos.
Nos.
No.
166
H. 2 nd
Liquid
Separator
Unit
I. Orifice
Metering
Unit
17. Other required line pipe, elbow, tee,
reducer, saddle, flanges/blind flanges,
screwed needle valves for pressure gauge
and sensing line, stud-bolts, fittings, Thermo
well
gasket,
tubes-couplings
and
accessories as per design, drawing (P&ID,
regulating unit), specification, and schedule
of requirement.
1. 85 MMSCFD Liquid Separator (at 150
psig to 320 psig operating pressure) and
other fittings, gasket, gauges, screwed
needle
valve
for pressure
gauge,
Purging/drain valves and accessories as per
design, drawing (P&ID, VME part) and
specification and schedule of requirement.
2. Inlet Ball Valve
3. Outlet Ball Valve
4. Pressure Gauge(0-500)psig
5. Purging Valve
6. Bypass Ball Valve
7. Ball Valve for off Take
8. Other required line pipe, relief valve,
elbow, tee, flanges, screwed needle valve
for pressure gauge, stud-bolts, fittings,
gasket, and accessories as per design,
drawing (P&ID, beyond VME), specification,
and schedule of requirement.
1. 85 MMSCFD Senior Type (Dual
Chamber) Orifice Meter at 150 psig to 320
psig operating pressure and other Flanges,
fittings, gasket, tubes, straightening vane,
screwed needle valve, stud-bolts and
accessories as per design, drawing (P&ID,
Orifice Meter part), specification and
schedule of requirement.
2. Inlet & Outlet Ball Valve
3. Pressure Gauge(0-500)psig
4. Purging Valve
5. Purging Valve
6. Temperature Transmitter(Digital)
7. Pressure Transmitter(Digital)
8. Diff.Pressure Transmitter(Digital)
9. Regulator (Fisher-627)
10. Chart Recorder
With three pens for Static pressure (0500psig), differential pressure (0-100”WC)
and temperature (0-150 °F) record with
thermo well and all accessories.
11. Plani meter with Turn table (Chart
Drive) to read Chart Paper
Gas RMS Bib-III
Lot
14”x14”x
300RF
01
No.
14”x300RF
14”x300RF
½” screwed
½” screwed
14”x300RF
4”x300RF
01
01
02
02
01
01
Lot
Nos.
Nos.
Nos.
Nos.
No.
No.
16”x300RF
01
No.
16”x300RF
½” screwed
½” screwed
1” screwed
3/4” Ø / 1”Ø
screwed
3/4” screwed
3/4” Ø / 1”Ø
screwed
1” NPT
02
03
02
01
01
Nos.
No.
No.
No.
No.
02
03
No.
No.
01
01
Nos.
Set
01
Set
167
12. Other required line pipe ,stud-bolts,
screwed needle valve for pressure gauge,
gasket, Thermo well, fittings, cables and
accessories as per design, drawing (P&ID,
Orifice meter part), specification, and
schedule of requirement.
J. Flow
1.Flow Computer
Computer
(Microprocessor Based)
Unit
2. Control Panel
3. Laptop Computer
4. Supervisory Computer
5. Online UPS
6. Voltage Stabilizer
7. Backup Battery
8. Printer
9. Other required fittings, cables, software,
Manual, continuous printing sheet (50 pkts)
and accessories as per design, specification
and schedule of requirement.
K. Gas
1. Gas Chromatograph
Chromatogr (On Line, C 6+) Panel Mounted
aph
2. Carrier Gas
Lot
3. Calibration Gas
4. Other required fittings, cables, software,
Manual and accessories as per design,
specification and schedule of requirement.
L. Station
1. Insulating Joint, W/N
outlet
2. Station outlet Check Valve
3. Station Outlet Ball Valve
4. Pressure Gauge(0-500)psig
5. Purging Valve
6. Temperature Indicator
7. Other required line pipe, Tee,
flanges/blind Flanges, screwed needle
valve, gasket, thermo well, fittings and
accessories as per design, drawing (P&ID,
Station outlet Part), and schedule of
requirement.
M.
1. Condensate Storage Tank (Under
Condensate grounded):
Storage
With Safety Relief, Counter Meter, Fire
Tank Skid. Safety Valve, Flame arrestor, gauge, Level
Gauge, gasket, Insulating flange/kit Cathotic
Protection, fittings and accessories as per
design, drawing (P&ID of Condensate Tank),
and schedule of requirement.
Gas RMS Bib-III
01
No.
01
01
01
01
01
01
01
Lot
No.
No.
No.
No.
No.
No.
No.
01
No.
02
Cylin
der
Cylin
der
02
Lot
16”x 300 Class
16”x 300 RF
16”x 300 RF
½” screwed
½” screwed
3/4” screwed
02
01
02
02
02
01
Lot
No.
No.
No.
No.
No.
No.
10,000 Liters
01
No.
168
Lot
3.Other required drain pipe, valves, flange,
gasket, and accessories as per design,
drawing
(P&ID)
and
schedule
of
requirement.
N.
Interconnec
ting Line
pipe/
Materials.
1.16ӯ API L X52, ERW
Sch /80
350
Meter
2. 8ӯ API L X52, ERW
Sch /80
3. 1ӯ API L X52, Seamless Pipe (Drain
Sch /80
line)
4. Other required line pipe, Tee,
Elbow ,flanges/blind Flanges, screwed
needle valve, gasket, thermo well, fittings,
Wrapping Tape , Primer and accessories as
per design, drawing (P&ID, Station outlet
Part), and schedule of requirement.
200
250
Meter
Meter
Lot
B. Schedule of Supplying & Construction of Control building and other civil,
electrical, Mechanical works:
Table-3
Item
No
01
02
Description
Quantity
Unit
Remarks
Construction of Control Building:
Design & construct a two stored control building
cum office of 2500 sqft (each floor 1250 sqft) to 2500sq ft
accommodate control panel equipments and office (1250sqft
personnel for operation as per foundation drawing. x 2)
Full civil construction with 3-phase electrical wiring,
Furniture (cabinet, almirah, table, front chair, back
chair, cot, bed, AC, ceiling fan, light, TV, kitchen
accessories, etc),
PABX system,Earthing system, Lightning arrester,
Deep tube well with water pump motor
1 HP,
Smoke detector.
Earth Filling and Compaction Works:
L.S
Filling and developing of the land to formation level
(same level of Bibiyana III power plant site).
Earth shall be compacted in six inch layer with
water sprinkling
Gas RMS Bib-III
169
03
04
05
CC Walkway, Stone Pitching, Boundary Wall
and Surface Drain:
Supplier shall construct 1.5 meter wide walk ways
across the RMS, around the Skid foundation and
complete stone pitching in surface area and drain
as per foundation drawing and instructed by EIC
and according to schedule of requirement and
technical specification
Boundary Wall: Over 10 inch thick, 20 inch width cc
foundation and at least 3 feet below ground level
over a compacted WBM, boundary wall shall be at
least 5 feet height and 5 inch from the finished
ground level all around the RMS premises. On the
top of brick wall there shall be 2 feet height fencing
all around the boundary wall. Actual design shall
be approved by EIC. Gates to be placed in the
position shown in the drawing and to be approved
by the EIC.
Base foundation, RCC Pipe Supports
Design and Construction of RCC foundation and
pipe supports for installation of KOD, Filter
Separators, Water Bath Heaters, Regulating skids,
Liquid Separators (VMEs), Orifice Metering Skid,
Condensate Tank and for other piping equipments
(if required). The Supplier shall supply all the
required materials for construction Works.
L.S
L.S
Steel Structure Skids, Steel Structure Foot over
bridges, Shade on Heaters & Metering Unit, L.S
Painting, area lighting, Lightening Arrestor,
Fencing, Guard Room and other as per Foundation
drawing, schedule of requirement and Technical
Specification.
C. Schedule for Technology Transfer/Know-how from Manufacturer/Supplier
Country for 4 (four) personnel [02 from BPDB, 02 from Jalalabad Gas].
Table-4
Item
No
Remarks
Description
Unit
Quantity
01.
Round
Trip
Air
Tickets
to
Manufacture’s / Supplier’s/ Tenderer’s
Country (ies).
Person
04
02
Training Fees for Trainees.
Person
04
03
Pocket Allowances for Trainees (for
ten days). (Pocket allowance shall be
reasonable
and
conforms
to
international standard)
Person
Day
04X10=40
Gas RMS Bib-III
170
04.
Taxes, Medical, Insurance, Food &
Accommodations and Transportation
etc.
04
Person
D. Schedule for Supplying of Auxiliary Facilities for Jalalabad Gas Personnel &
Site office:
Table-5
Item
No
Description
Quantity
01.
Vehicle: To provide 01(one) Vehicle (Latest
Model) including full time driver and fuel & Oil for
movement
of
Purchaser/Employer’s
site
personnel. Vehicle should be minimum 07(seven) 01(one)
seater and high roof with AC. Vehicle shall be
provided within one week from the date of LC
opening and shall continue till issuance of PAC.
02
Office Furniture, Computer and others: Supply
of 02 (two) executive table, 02 (two) executive
chair, 06 (six) front chair, 02 (two) file cabinet, 01
(one) File rack, 01 (one) Drinking Water Filter,
02(Two) Office Almeria, 02 (Two) AC, Laptop,
2(two) Semi double cots with bed with well
decorated room furniture, one Tea set and
kitchen accessories etc. Office furniture should
be of high quality standard preferably local Otobi
brand.
One latest model desktop computer, one
computer table, one Scanner and a laser printer,
UPS for Office used to be supplied. Furniture
and computer shall be provided /supplied within
300 days from the date of LC opening.
Remarks
Lot
Supply of 03 (three) post-paid/ Prepaid mobile
phone (Latest model) & 03 (three) Laptop
computers (Latest model), 03 sets of safety
equipment, 03 carrying bag for site execution
personnel (supervision committee) of the
Purchaser/Employer. Handsets should be of high
quality. Mobile Phone shall be provided within
two weeks from the date of LC opening and the
Supplier/Contractor shall continue to pay the bill
till issuance of PAC.
Gas RMS Bib-III
171
E. Qualification requirement of Tenderer/ Equipment Supplier /Vendor/ Sub
Contractor:
1. Qualification of
Supplier/Vendor/Manuf
acturer
1
2.Qualification
requirement of
Tenderer.
1
Table-6
Supplier should have valid relevant ISO and API certificate.
Supplier must supply different Test certificate, Quality
certificate, Technical operation & maintenance manual,
Demo copy etc. of all materials & equipments.
(a)The Tenderer shall have minimum ten (10) years of
overall experience in Design, Supply, Installation/
Fabrication/ Construction, Testing and Commissioning of
Skid Mounted Gas Regulating and Metering station on
Turnkey basis; and
(b)The Tenderer shall have proven experience in Detail
Engineering, Design, Installation/ Fabrication/ Fabrication/
Construction, Testing and Commissioning of at least 02
(two) such CMS/RMS of minimum capacity of 50(fifty)
MMCFD on Turnkey basis during last ten (10) years ; out of
which at least 1 (one) CMS/RMS shall be in other than the
home country of the Tenderer.
(c) Bidders may form joint venture/ consortium/ Association
(JCVA) to enhance their qualification. At least one of the
members of the JVCA shall have qualification mentioned
above in (a) and (b) Other members shall have Construction/
Fabrication work experience of minimum 40 MMCFD Gas
CMS/RMS within last 7 years. Any member of qualified
JVCA or any authorized local agent can purchase the bid
document.
Properly notarized version of all pertinent documents
regarding change of name of any bidder or bidder inherited
qualification from an acquired organization shall be
submitted with the technical offer.
Tenderers shall submit the documentary evidences i.e.
copies of certificates obtained from the clients/end users
evidencing satisfactory completion of such CMS/RMS on
turnkey basis in favour of its specific experience. The
certificates
shall contain
name
of
the
major
equipments/plants installed in the station, station capacity
(MMSCFD), pressure designations, and year of completion,
name and address (with Telephone, FAX & E-mail) of the
clients. ] The certificate shall be in the official pad of the
employers containing its full address.
Gas RMS Bib-III
172
F. Others Requirements:
Table-7
Item.
sl
.
1. UPS & VS
1
2. Lighting
1
2
1
2
3. Protection
3
4
5
6
4. Local site
Training and
Supervision.
1
2
Description
Country of Origin
UPS & VS for FC, GC, WBH,
Transmitter etc.
Area lighting (Explosion proof)
Lighting for WBH (Explosion proof)
Cathodic Protection
Earthing system for RMS
Lightning arrester for control
building
Fire Extinguishers for RMS
Fire hydrant
Methane detector
Local site training at RMS site for
15 officials & 07 days (with
entertainments, carrying bag, pen
drive, training material) during
station commissioning.
During site supervision/construction
entertainment should be provided.
Remarks.
Bangladesh/
China
Good Quality
Good Quality
Good Quality
Good Quality
Good Quality
Good Quality
Good Quality
Good Quality
---
----
5. Work
completion
time
1
300 days
---
6.Warranty
1
Two year warranty period with
maintenance (By Tenderer).
----
N.B. After completion of the whole work, remaining materials, if any, shall be handed
over to Jalalabad Gas T & D System Ltd.
G. Vendor List:
Table-8
Tenderer shall follow the Vendor list as mentioned bellow:
[Note: The equipments offered must fulfil the requirements and specifications of the Tender
Documents and mere compliance with the list shall not be treated as the basis for technical
responsiveness. Moreover, vendor list of some equipments are short listed for most users
friendly to the Purchaser’s/Employer’s personnel]
a.
Filter Separator / Liquid Separator (VME ) / Knock Out Drum(KOD) :
Forain Spa , Italy
PECO . USA
Premabergo ltd . UK/Italy /USA
Smith Industries Inc , USA/Italy
Otto Klein , Germany
Kings Tool , USA
RMG Gmbh , Germany
Siteco , Italy
Tormene Spa Italy
Gas RMS Bib-III
173
Pietro Fiorentini Spa, Italy
Instromet International, Belgium.
GTS Thielmann Energietechnik Gmbh , Germany
Nuovo pignone SpA , Italy .
Valvatalia S.P.A –System Division
WAGA Warme Gastechnik, GmbH
RMG, GmbH
b.
Water Bath Gas Heater :
Forain SpA. Italy
Premabergo ltd . uk/Italy/USA
Smith Indus tries Inc . USA
GTS Thelemann Engergietechnik Gmbh , Germany
Tormene spa . Italy
Pietro Fiorentini SpA , Italy
King Tools ,USA
Otto Klein , Germany .
GTS,USA
Valvatalia S.P.A –System Division
WAGA Warme Gastechnik , GmbH
RMG, GmbH
c.
Orifice Meter :
Instromet, USA/BELGIUM
Actaris Metering Systems,Germany/Singapore.
Daniel Flow Indusries/Products,Inc., USA/ Emerson Process Management
PECO, USA.
Canalta, Antec Singapore/Canada
RMG MeBtechnik GmbH, Germany
Equimeter Inc.,USA
TMCo Inc. USA
TMCO, Canada
Schlumberger, Germany/France
Valvatalia S.P.A –System Division
WAGA Warme Gastechnik , GmbH
RMG, GmbH
d.
Flow Computer :
Omni Inc , USA
Daniel Industries Inc , USA /Emerson Process Management
Spetro -Teck , UK
Solartron, UK
Instromet, Belgium / Netherlands / UK
Pietro Fiorentini SpA , Italy
Schlumberger srl, France .
OMT Tartarini SpA , Italy
RMG Gmbh , Germany
Yokogawa Engineering Asia Pte. Ltd, Japan
ABB USA/UK/Italy/Germany
Valvatalia S.P.A –System Division
e.
Transmitters :
Gas RMS Bib-III
174
Fisher Rosemount USA/Singapore/ Emerson Process Management
ABB Kent UK/Italy/Germany
Honeywell UK/USA/Singapore
ITT Barton Inc , USA
Bestobel , Germany
Robert Shaw, USA
OMT Tartarini SpA Italy
Yokogawa, Japan /USA
CVS Controls, Canada
Valvatalia S.P.A –System Division
WAGA Warme Gastechnik, GmbH
RMG, GmbH
f.
Recorders
Foxboro, USA.
Barton, USA/Canada
OGME, USA
g.
Ball Valves/ Check (Non Return) Valve
Perar SpA, Italy
Audco Valves , Germany /UK
Grove Italia, Italy
Cameron, USA/UK
Argus Gmbh, Germany
Tormene SpA, Italy
Pietro Fiorentini SpA , Italy
Flow control Technologies , France
Raimondi SpA, Italy
Kitamura Valves, Japan
OMB Spa Italy
Zug Gazomet SP Z.O.O, Germany
Nuovo Pignone SpA , Italy
Borsig, Italy
Crane, UK
Hinddle-Cockburn,UK
SMC, France
WKM, Japan
Valvatalia S.P.A –System Division
WAGA Warme Gastechnik, GmbH
RMG, GmbH
h.
Plug Valves :
Nordstorm Valves, USA
BRDR Christensen Haner, Denmark
Audco Valves, UK/Germany
WAGA Warme Gastechnik, GmbH
RMG, GmbH
i.
Pressure Regulators & Relief Valves :
Axial Flow Valve, AMCO, USA.
Emerson Process Mangement, USA
Pietro Fiorentini, Italy
WAGA Warme Gastechnik (RMG), GmbH
Gas RMS Bib-III
175
RMG, Germany.
Gorter Controls, Germany
Tormene Spa Italy
j.
SLAM SHUT-OFF VALVES
Francel, Emerson Process Management, France/USA.
Tormene SjpA, Italy
Schlumberger srl, France
RMG GmbH, Germany
Tartarini SpA Italy
Instromet , Belgium / Netherlands
Pietro Fiorentini SpA , Italy
CVS Controls, Canada
Nuvo Pignone SpA , Italy
Gorter Control. Schoonsoven, The Netherlands /Germany
Valvatalia S.P.A –System Division
WAGA Warme Gastechnik, GmbH
RMG, GmbH
k.
Pressure gauge
Wika, Germany
Swage Lok, USA
Nuova Fima, Italy
Ettore Cella, Itally
Scrast, Germany
Burdenbery, UK
Stewart-Bnchna, UK
l.
Temperature gauge/ Thermometer
Wika, Germany
Swage Lok, USA
Nuova Fima, Italy
Ettore Cella, Itally
Scrast, Germany
Burdenbery, UK
Stewart-Bnchna, UK
m.
Screwed Ball/ Needle Valve/Fitting
Hy-Lok, Korea
Kerotest, USA
SMC, USA/France
Sapj, France
n.
Insulating Joint
Nuovagiungs, Italy
Zunt Italyana, Italy
o.
Gas Chromatograph
Omni Inc. USA
Daniel Industries Inc. USA/ Emerson Process Management
Spetro –Tech, UK
Gas RMS Bib-III
176
Solarton, UK
Instromet, Belgium/ Netherlands/ UK
Pietro Forentini SpA, Italy
Schlumberger srl, France
OMT Tartarini SpA, Italy
RMG GmbH, Germany
Yokogawa Engineering Asia Pte. Ltd, Japan
ABB USA/UK/Italy/Germany
Valvatalia S.P.A –System Division
H. Mandatory Spare Parts , Tools and other required Material for two years
operational Purpose of the RMS (After warranty period)
Following are the minimum requirements of Spare parts and materials to be supplied for
operation and maintenance of Equipments, Instruments, Auxiliaries, and Accessories etc.
supplied against RMS at Bibiyana-III, 400MW Combined Cycle Power Plant ,Habiganj. The
supplier/ Tenderer shall have to incorporate item(s) or increase quantity (ies) of Spare parts if
required as per requirements for the equipment stated in this tender, Section 7: Technical
Specifications and Section 9: Drawings.
Table-9
SL
No
Equipment Name
Description of Spare
parts
Unit
Quantity of
Spare kits of ESD
No
05
Remarks
Spare Parts
INLET UNIT
1.
ESD
2.
PT (Pressure Transmitter)
Set
No
02
Resistance
detector (RTD)
Set
No
04
3.
temperature
4.
Temperature Gauge (0-150º F)
Set
No
06
5.
Pressure Gauge(0-1500 psig)
Set
No
12
6.
Pressure Gauge (0- 500 psig)
Set
No
12
Filter cartridge
No
80
No
24
Filter Separator Unit
7.
Filter
Element
Separator
for
Filter
8.
O-ring for Filter separator
9.
Differential Pressure Transmitter
Set
No
02
10.
Auto discharge drain valve
Set
No
08
11.
Safety valve
Body Repair kits for
Safety valve.
No
04
Heater unit
Gas RMS Bib-III
177
12.
Slam Shut for Heater RMS
Body Repair kits.
No
15
13.
Regulator for Heater RMS
Body & Pilo t Repair
kits for Regulator
No
20
14.
Main Burner for WBH
complete set
No
02
15.
Pilot Burner for WBH
complete set
No
02
16.
Main Burner nozzles
complete set
No
08
17.
Pilot Burner nozzles
complete set
No
12
18.
High Pressure switch
Set
No
04
19.
Low Pressure switch
Set
No
04
20.
Temperature switch
Set
No
04
21.
Temperature controller
Set
No
04
22.
Level switch
Set
No
02
23.
Power supply unit
Set
No
08
24.
PLC
Set
Set
02
Set
No
04
25.
Resistance
detector
temperature
26.
Ignition Transformer
Set
No
04
27.
Ignition Electrode
Set
No
04
Solenoid valve complete set for
main Burner & Pilot Burner
Set
No
16
29.
Damper motor
Set
No
01
30.
Blower motor
Set
No
01
31.
Flame amplifier
set
No
04
32.
Flame detector
Set
No
04
33.
Ionization Rod
Set
No
06
34.
Relays set
Set
No
40
35.
Pressure Gauge(0-100) bars
set
No
04
36.
Pressure Gauge(0-2.5) bars
Set
No
04
37.
Fuses (Glass & cartridge type)
Set
No
30
28.
Regulation Unit
Gas RMS Bib-III
178
38.
Slam Shut Valve 8”x600RF
39.
40.
41.
42.
Slam Shut Valve Repair
kits.
No
30
Monitor Regulator 6”x600RF
Body Repair kits for
Regulator.
No
40
Active Regulator 6”x600RF
Body Repair kits for
Regulator.
No
40
Pilot for Monitor
6”x600RF
Regulator
Pilot Repair kits for
Regulator.
No
50
Pilot for
6”x600RF
Regulator
Pilot Repair kits for
Regulator.
No
50
Slam Shut Valve Repair
kits.
No
30
Active
43.
Slam Shut Valve 8”x300RF
44.
Monitor Regulator 6”x300RF
Body Repair kits for
Regulator.
No
40
45.
Active Regulator 6”x300RF
Body Repair kits for
Regulator.
No
40
46.
47.
Pilot for Monitor
6”x300RF
Regulator
Pilot Repair kits for
Regulator.
No
50
Pilot for
6”x300RF
Regulator
Pilot Repair kits for
Regulator.
No
50
Body Repair kits for
Safety valve.
No
25
Body & Pilot Repair kits
for Safety valve.
No
20
Set
No
02
Box (100pcs)
Box
50
Set
No
02
Set
Set
50
Arm
Set
No
25
Orifice Plate & oring of different
size to meet demand (25%,
50%, 75% capacity).
Set
No
06
PT (Pressure Transmitter)
Set
No
02
DPT
(Differential
Transmitter )
Set
No
03
Active
48.
Run Relief Safety valve
49.
Common Header Safety valve
Metering unit
50.
Plani meter with Turn table
51.
Chart papers
52.
Mechanical chart drive
53.
54.
55.
56.
57.
Spare Chart Pen
Different Color)
( Three
Spare
Chart
Pen
( Three Different Color)
Pressure
58.
Temperature Transmitter
Set
No
02
59.
Thermometer ºC
Set
No
12
Gas RMS Bib-III
179
60.
Thermometer ºF
61.
Regulator (1” NPT, Fisher-627)
62.
Body & Pilot Spare kits
Regulator (1” NPT, Fisher-627)
Set
No
12
Set
No
01
Set
No
10
Gas chromatograph
63.
Power supply unit
Set
No
04
64.
I/O cards
Set
No
02
65.
Mother board
Set
No
01
66.
Software for GC
Set
Set
01
67.
Calibration Gas
Cylinder
No
08
68.
Carrier Gas
Cylinder
No
08
69.
Sample gas regulator
Set
No
02
Flow Computer
70.
Power supply unit
Set
No
04
71.
I/O cards
Set
No
02
72.
Mother board
Set
No
01
73.
Software for FC
Set
Set
01
Laptop (Software & data upload
& down load)
Set
No
01
Printer with scanner
Set
No
01
Desktop computer with UPS &
printer
Set
No
01
Condensate
motor, 1HP
Set
No
01
Met
er
50
74.
75.
76.
77.
78.
removal
pump
1ӯ Hose Pipe
SPARE PRESSURE GAUGE
79.
(0-1500) Psig range
Set
No
12
80.
(0-1000) Psig range
Set
No
12
81.
(0-500) Psig range
Set
No
12
FC/Heater PANEL
Gas RMS Bib-III
180
82.
Safety barriers
Set
No
06
83.
Lightning barriers for Panel
Set
No
06
Set of indication lamps (LED) &
holder
Set
No
25
85.
Set of Switches
Set
No
25
86.
Relay
Set
No
25
Circuit breaker (different size &
amp)
Set
No
25
Panel Display
Set
No
04
Magnetic contractor with thermal relay
Set
No
04
Spare parts-kit for the auto discharge
system (level control valve)
Set
No
25
Spare parts-kit for the Vessel Safety
Relief Valve
Set
No
25
84.
87.
88.
89.
KOD, Filter separator &
Separator:
90.
91.
Gas RMS Bib-III
Liquid
181
Table -10
Maintenance Tools
Unit
Quantity
Special tools for opening Filter separator
Set
02
Special tools for maintenance regulator
Set
02
Lever and chain for maintenance regulator
Set
02
Ratchet set box with tools
Set
02
Adjustable Slide Wrench 12Pcs different size (06”– 48”)
Set
02
Pipe wrench 05 Pcs different size (12” – 48”)
Set
02
7.
Ring Wrench 18Pcs different size (6 – 62 mm)
Set
02
8.
Dally Wrench 18Pcs different size (6 – 62 mm)
Set
02
Allen Key set ( 13 pcs of different size in Inch)
Allen Key set ( 13 pcs of different size in mm)
Wooden Hammer 1lb
Wooden Hammer 2lb
Monkey Ring Wrench ( 3 pcs of different size in mm)
Nose Pliers ( 6 pcs of different size )
Pliers ( 6 pcs of different size )
Screw driver(Flat) 6 pcs of different size
Screw driver(Star) 6 pcs of different size
Screw ( Combination) Driver set ( 10 pcs of different size )
Ratchet wrench flange separator (06 pcs for different size)
Tool Box ( For Carrying varies types of tools)
Flat file 4 pcs of different size (06” – 12”)
Round file 4 pcs of different size (06” – 12”)
Tapper file 4 pcs of different size (06” – 12”)
Half round file different size (06” – 12”)
Grease Gun (High & low pressure) latest model
Steel tape (100 feet)
Hacksaw frame with blade
Tube cutter
Tube bender
Digital Multi Meter
Remote methane leak detection
Hax key set (1.5mm-12mm)
Portable BTU gas analyzer
Digital Sound Level Measurement Equipment (Unit db)
Hydraulic Dead weight tester (For Static pressure)
Hand pump Pneumatic Dead weight tester (For DP)
Clamp Meter
Multi plug (cable length-50 meter)
Soldering iron with voltage regulator
Hart communicator
Fire extinguisher
safety Shoes
Ear protector
Helmet
safety Glass
Hand Gloves
First Aid Box
Ladder (steel structure)
Set
Set
no
no
Set
Set
Set
Set
Set
Set
set
Set
Set
Set
Set
Set
Set
Set
Set
Set
Set
Set
Set
Set
Set
Set
Set
Set
Set
Set
Set
Set
No
Pair
Set
No
No
No
No
No
02
02
02
02
02
02
02
02
02
02
02
02
02
02
02
02
02
02
02
02
02
02
02
02
01
02
01
01
02
02
02
01
12
12
12
12
12
12
02
02
SL
No
1.
2.
3.
4.
5.
6.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
26.
27.
28.
29.
30.
31.
32.
33.
34.
35.
36.
37.
38.
39.
40.
41.
42.
43.
44.
45.
46.
47.
48.
Gas RMS Bib-III
182
J. Recommended Spare and Tools (Including Calibration Equipments) for start
up & commissioning of the RMS
Items and tools required for start up and commissioning of RMS will be mention here and shall
be supplied during testing & commissioning of the RMS. Left-over materials should be returned
to JG store.
Table-11
Item
Description
Quantity
Remarks
No
A
INLET FILTER SEPARATOR
B
HEATERS
C
PRESSURE REGULATORS
D
PRESSURE RELIEF VALVES
E
SLAM SHUT OFF VALVE
F
ORIFICE METER
G
ONLINE GAS CHROMATOGRAPH
H
FIELD INSTRUMENT
I
CONTROL PANEL
J
FLOW COMPUTER
K
CONDENSATE TANK
L
ORIFICE METER CHART RECORDER
M
STATION MAINTENANCE TOOLS
N
UPS/DC PANEL
Gas RMS Bib-III
183
O
CALIBRATION EQUIPMENTS
P
OTHERS
K. List of Related Works and Services to be provided.
Works and services which are required to fulfilment under this tender are listed bellow as per
Item
No
01.
Description of Works
Detailed Engineering, Design, Drawing & Documentation considering and
confirming all requirements stated in this tender, Section 6,7,8 and 9..
02.
Technology Transfer/Know-how for 4 personnel (2 from BPDB 2 from Jalalabad
Gas) for Manpower Development (Foreign Training) at Contractor’s/
Manufacturer’s (Home Office) plant.
03.
Clearing & Forwarding, Port authority, Handling, Local Transportation, Loading
and unloading charges.
04
Fabrication, assembly, installation, erection for Bibiyana-III, 400MW Combined
Cycle Power Plant RMS ,Habiganj, and interconnecting pipeline considering and
confirming all requirements stated in this Section, Section 6,7,8 and 9 at site.
05
Testing, Commissioning and Test run operation of the Equipments supplied by
the Tenderer /Supplier considering and confirming all requirements stated in this
Section. Section 6,7,8 and 9 and site/local training.
06
Design, Supply & construction of Control building, Boundary Wall and other civil,
electrical, Mechanical works considering and confirming all requirements stated
in this Section, Section 6,7,8 and 9.
07
Supplying of Auxiliaries & Facilities (including entertainment) for Purchaser’s/
Employer’s Personnel /Site office.
08
Fulfilment of Specification Submission Sheet and Price schedule for
Recommended spare part and tools to be valid up to end of two years contract
period effective from the expire date of warranty period
Gas RMS Bib-III
184
L. Description of Related works and Services to be performed/provided
1.0
A brief description of Related Works and Services to be provided by the Supplier are
described here as follows:
a.
In general , works under this IFIT are to Supply a skid mounted Gas Regulating
and Metering Station (RMS) on turn-key basis Comprising of
b.
c.
d.
e.
f.
g.
h.
One Knock-out drum unit,
Two Filter separator units,
Two Water Bath Heater units,
1st stage regulating units, 02 (two) regulating runs & 01 (one) bypass run
2nd stage regulating unit, 2 (two) regulating runs & 01 (one) bypass run
Two Liquid Separators (VME) units (One after 1 st stage regulation and another one
after 2nd stage regulation),
Orifice Meter unit with Flow Computer, Gas Chromatograph & Three Pen Chart
Recorder and Inter connecting Pipeline.
b. The Supplier/ Tenderer shall provide all materials, labour, equipment, tools,
services and goods required to carry out the works including civil foundation,
RCC pipe supports, steel structure skids, stairs, fence, shed for metering and
heater unit, area lighting, Lightening Arrestor, water pipe line for proposed
heaters from
Bibiyana-III, 400MW Combined Cycle Power Plant
RMS ,Habiganj etc as described herein.
c. Installation, Fabrication, Testing , Commissioning & Test run Operation works
shall be carried out at site under direct supervision of Purchaser’s/Employer’s
Engineers.
1.1
Steel Structure Skids:
Steel structure skids shall be constructed for KOD, Filter Separator Units, Heating
Units, 1st stage- regulating unit, 2n d stage regulating unit, metering unit, Liquid
Separators , and for other equipments (if required). The Supplier/Contractor shall
supply all the required materials for the skids.
Gas RMS Bib-III
185
1.2
Civil Construction:
(a) Control/Office Building
The Supplier/ Tenderer shall design, draw & construct a two storied control building
cum office of 2500sq ft (each floor 1250 Sqft) to accommodate control panel
equipments and office personnel for operation. The building shall have plinth area as
shown in the typical drawing no: JG/ Bibiyana-3, 400MW Combined Cycle Power Plant
RMS ,Habiganj (foundation and others).
All the windows shall have glazed aluminium frame, sliding tinted glass, mosquito net
and Venetian blind curtains and MS grilling for protection. All the stairs and corridor
shall be Stainless steel supported railing. Floor shall be covered with homogenous (450
× 450 mm) type finished tiles. Toilets shall have tiles in the walls with garzan wooden
frame and solid wood (Gamari) shutter in all the doors. Every room shall have ceiling
fan with 56” blade with modern lighting arrangement and eight securities light outside
the building. Control room & office room will also have a 2- ton AC (two) with antibugler caging. Ground floor shall be RCC.
The building will be framed structure type and each footing will be on at least four
numbers of 20’ long pre-cast piles if soil test does not require more. If soil test suggests
deep foundation then cast-in-situ pile should be provided according to the soil test
report recommendation. Internal walls shall be plastic painted and external wall surface
shall have weather protection coating supplied from Berger/Equivalent. Roof shall have
at least 4” thick lime terracing coverage with two coat roofing compound supplied from
Berger/Equivalent. Other details shall be maintained according to PWD standard.
The control building will be facilitated with GI waterline providing installation of
submergible pump at proper level. The supplier shall provide one food grade water
tank with capacity not less than one thousand litre.
The supplier/contractor will construct at least 15 ft wide RCC road connecting gate to
the control building and RMS. The road will be constructed over two feet deep WBM
compacted with water sprinkling and rolled by sheep foot roller machine with high
tonnage.
(b) Earth Filling and Compaction Works
Filling and developing of the land to formation level (same level of Bibiyana -III power
plant site).To provide carted earth to develop the appx. 4000sq feet (285’ x 145’) land
for max. 1 meter height on which RMS will be erected. Earth shall be compacted in six
inch layer with water sprinkling by roller machine with high tonnage to prevent settling.
(c) Base foundation
Construction of Civil foundation is required for installations of Knock-Out-Drum (KOD),
Filter Separator Skids, regulating skids, Single stage Liquid Separators (VMEs),
Condensate Tank, Metering Skid, Water Bath Heater skids and for other equipments
(if required) as described in Section.7: Technical Specifications. and drawing noJG/ Bibiyana-3, 400MW Combined Cycle Power Plant RMS ,Habiganj (foundation and
others).
The Supplier/Contractor shall supply all the required materials for the Civil Foundations.
(d) Pipe Supports with RCC Base
Sufficient number of pipe supports with RCC Base shall be constructed for supporting
pipe works as described in Section 7: Technical Specifications and as per drawing
no.-JG/ Bibiyana-3, 400MW Combined Cycle Power Plant RMS ,Habiganj .The
Supplier/Contractor shall supply all the required materials for the construction of RCC
pipe supports.
Gas RMS Bib-III
186
1.3
(e) Guard Room
The Supplier/ Tenderer shall construct one guard room of 6 ftx6 ft (36sq ft, approx.) for
guard personnel of the RMS. The Supplier/Contractor shall supply all the required
materials (light, fan, auxiliary support) for the construction of Guard Room. Fittings and
other specifications shall be according to control building.
(f) Boundary Wall:
Boundary wall shall be constructed with RCC frames including foundation, column,
Grade beam and top beam/copping. Foundation should be placed at least four feet
below EGL, over 24 inch thick WBM 3 inch brick soling and CC work each. Boundary
wall shall be at least five feet high and five inch from FGL all around the RMS
premises. On the top of brick wall there shall be two feet high grill fencing all around
the brick wall. Gates are to be placed in the position approved by EIC. Grill, fencing
and gates are to be painted with two coats of enamel paint over a coat of red-oxide.
Boundary wall should be coloured with two coats of weather coat on both sides.
Painting:
All the equipments, Valves, Heaters, VME, Filter Separators, Orifice Meter, Regulators,
Pipe Spool, interconnecting pipe, Fittings etc of Bibiyana 3, 400 MW CCPP RMS shall
be painted with standard applicable paint by the Supplier/Contractor. The painting
works cover all the materials from the station Inlet to Outlet of the RMS. The colours of
top coats for painting in accordance with the specification shall be as follows :01
02
03
04
05
06
07
08
09
10
11
12
13
14
15
16
Inlet valves of all units
Bypass valves
Sensing/impulse valves
Drain valves
Vent valves
Outlet valves of all units
Regulators/meters
Skid
Gas Pipe Lines
Instrument air pipe Lines
Vessels (KOD/FS/ VME)
Vessels (Scrubber/heater)
Condensate drain line
Relief Valve/ESD Valve
Orifice Meter
Pig launcer/receiver
: Postal Red
: Postal Red
: Postal Red
: Navy Blue
: Postal Red
: Navy Blue
: Grey
: Black
: Aluminum
: Cobalt Blue
: Aluminum
: Aluminum
: Dark Grey
: Post Office Red
: Grey
: Aluminum
The painting of completely factory-assembled units of any equipment shall be
completed prior to shipment.
1.4
Steel Structure Foot over bridges:
Standard Steel Structure Foot over bridges should be constructed as not less shown
given in drawing over pipe and installations as required for free movement of personnel
for the purpose of operation and Maintenance. The Supplier/Contractor shall supply all
the required materials for the construction of Foot over bridges.
1.5
Fencing:
Wire mesh net fence required to be constructed as per drawing by the
Supplier/Contractor around the RMS as per requirement and instruction given by the
Purchaser’s/Employer’s engineer supplying 12 BWG wire fence, M.S. angle, F.I. bar
etc,.
Gas RMS Bib-III
187
1.6
Shed For Metering Unit:
A
ndard shed shall be constructed for orifice meter in order to protect it fr
weather. The Supplier/Contractor shall supply all the required materials for the
construction of shed and shall take prior approval before erection.
1.7
Area Lighting Arrangement:
The Supplier/Contractor should provide proper area lighting arrangement for the RMS.
Lighting system should be explosion-prove and suitable for hazardous areas. Lighting
fixtures should be mounted on a pole above the ground at suitable height for proper
illuminations. Quantity defined by the Purchaser/Employer will be the final requirement.
1.8
Lightning Arrestor and Equipment Grounding
The Supplier/Contractor should provide a proper thunder protection Lightning
Arrestor for the RMS. Lightning arrestor should be mounted on a pole above the
ground at suitable height for proper thunder elimination. All the equipments shall need
to be properly grounded as per standard. Lightning arrestor and others shall be
supplied by Tenderer
1.9
Water Pipeline for Heaters:
The Supplier/Contractor shall supply all the required materials and construct water
pipeline from Bibiyana-III, 400MW Combined Cycle Power Plant RMS ,Habiganj water
treatment plant to the RMS for supplying water to the proposed Water Bath Heater.
The length of the water pipeline may be approximately 150 meter. It is to be noted that
if water supply is not available from the water treatment plant of Bibiyana-III, 400MW
Combined Cycle Power Plant RMS ,Habiganj before commissioning of the Water Bath
Heater, the Supplier shall arrange demy water for commissioning of heater at his own
cost in addition to laying required water pipe line for regular use.
1.10
Shade for Heater:
A standard shed needs to be constructed at the front-end of proposed Water Bath
Heater for convenient operation and maintenance purpose during rough weather. All
the materials shall be supplied by the Supplier/Contractor and shall take prior approval
before erection. The shade will be constructed over steel frame angle/pipe post with
corrugated iron sheet (thickness not less than 0.42 mm) coloured/non-coloured as per
approval of EIC.
1.11
CC Walkway, Stone Pitching and Surface Drain:
Supplier shall construct at least one meter wide Walk ways across the RMS as per
drawing, instructed by EIC and shall have at least 12” depth sand filling, 12” depth
compacted soil, 8” WBM and on top of it shall be covered with ceramic bricks/pavers.
Walk-ways shall be at least 8” high from surrounding ground level and maintains 1:1
slope at the edges. Moreover, Supplier shall construct at least one (01) meter wide CC
walkway to facilitate the movement of Employer’s Personnel to each units/skids of the
RMS (KOD, Filter Separator, Water Bath Heater, Pressure Regulating units, Liquid
Separator units, Orifice Meter, etc). The Supplier/Contractor shall construct at least 1
(one) meter walkway around all skids/units beyond the original RCC
structures/foundations to facilitate the maintenance works.
The Supplier shall also do stone pitching all over the ground inside the RMS area as
per standard and good civil engineering practice. The supplier shall construct surface
drain around the RMS of width 10”, height 12” with RCC floor to facilitate drainage of
rain water and liquid wastage. The Supplier/Contractor shall supply all the required
materials for the above construction works.
Gas RMS Bib-III
188
1.12
Installation of Condensate Tank:
Tank shall be installed with cathodic Protection System bellow
base level of RMS and one layer RCC Slab shall be constructed
above tank. All accessories and interconnecting condensate line
shall be connected with tank with insulating kit and RF ball
Valve.
1.12
Construction of interconnecting pipeline and Tie-in /Hook up works:
a) 8”x1000 Pipeline interconnection between existing 8”x1000
psig pipeline and RMS inlet shall need be constructed with
proper pipe support and tie-in work arranging all safety
precaution and others.
b) Pipeline interconnection between 16”x150 psig pipeline and
RMS outlet shall need be constructed with proper pipe support
and tie-in work arranging all safety precaution and others.
2.0
Front end Engineering Design and Detail Design:
2.1
General:
Front end engineering and detail design of the RMS shall be in accordance with
the Tender Documents and shall include but not limited to:
•
Reviewing and verifying preliminary engineering;
•
Perform additional engineering required to complete the design;
•
Prepare construction drawings;
•
Prepare bill of material;
•
Prepare specifications, material, equipment construction etc. and other
technical documents;
•
Complete “as built” drawing.
Within 6 (six) weeks after award of Contract, the Supplier/ Tenderer shall
forward for the RMS detailed scope of work for the Purchaser/Employer
including:
Detail design drawing of Office/Control Building,
Steel structure skids drawing ;
Civil foundation detail drawing,
RCC pipe support drawing
Skid /Package dimensions;
Skid /Package weights;
Estimated manpower and qualification;
Time schedule for fabrication, construction, erection, Installation, Precommissioning, Commissioning, Test run operation and Training.
Gas RMS Bib-III
189
2.2
Feed:
For the front-end engineering design the following issues, drawings,
specifications etc. shall be prepared as a minimum requirement.
Supplier/Contractor shall obtain approval from Purchaser/ Employer for items
to be executed during front end engineering design phase:
Design basis;
Control and operating philosophy;
Piping & instrumentation diagrams (P& ID s);
Line list, process conditions;
2.3
Detail Design:
For the detail design the following issues, drawings and specifications shall be
prepared as a minimum requirement.
a.
General:
Electrical goods list;
Control valve data sheets;
Instruments list;
Material safety data sheets;
Instrument data sheets;
Operation and maintenance manuals.
Final documents shall be assembled in book form and shall be issued
containing the following:
Document schedule;
Drawings material take-off;
Calculations;
Specifications.
Operation and maintenance manuals.
b
Civil /Structural Engineering:
The following drawings, specifications etc. shall be prepared as a
minimum:
Design & Drawing of a two storied control Building.
Equipment plot plans;
Pipe support details;
Gas RMS Bib-III
190
RCC foundations details;
Standard details;
Steel Structure;
Skid drawings
Site security drawings (fencing etc.)
c
Mechanical / Piping Engineering:
The following drawings, specifications etc. shall be prepared as a
minimum:
Piping and instrumentation diagrams (final);
Line lists;
Data sheets;
Material take-off
Specifications, drawings and design calculations of vessels;
Plans, sections and details;
Isometric drawings (where needed);
Stress analysis calculations.
Acoustic calculations
Standard details
d
Electrical and Instrumentation Engineering:
The following drawings, specifications etc. shall be prepared as a
minimum:
Gas RMS Bib-III
•
Data sheets and specifications (final);
•
Loop diagrams;
•
Standards, installation and hook-up drawings;
•
Instrument index;
•
Electrical single line drawings;
•
Electrical plot plan and lighting plan drawings;
•
Panel design and layout of control room;
•
Switch gear / distribution panel drawings;
•
Cable and conduit schedules;
191
3.0
•
Grounding and lighting protection system;
•
Electrical equipment specifications;
•
•
Pre-commissioning checks of all instruments and electrical
equipment;
Wiring diagrams;
•
Safety and function evaluation charts for API RP14C.
Procurement.
The Supplier/Contractor shall be responsible for procurement of all materials,
equipment, start-up and commissioning tools & spares, mandatory tools, calibration
equipment and spare parts and subcontract services for packing, shipping and
transportation of the same to the job site. Copies of all purchase Orders issued by the
Supplier/Contractor to its Vendor(s)/ Manufacturer(s) must be forwarded to the
Purchaser for its intimation. These responsibilities of the Supplier/Contractor shall
include, but not be limited to the following procurement activities:
4.0
a.
Prepare a Procurement Plan and issue to Purchaser/Employer for approval;
b.
Prepare the “master list” of imported materials and equipment and issue to
government authority on behalf of Employer/ Purchaser;
c
Expedite delivery of materials and equipment and control delivery schedules;
d
Establish and maintain quality control, inspection procedures and schedules and
ensure conformance of all purchased items to the established specifications
including quality inspection and test witnessing;
e
Obtain all required documentation, drawings, manuals etc.
Manufacturer(s)/Vendor(s) as required for job books and quality control;
f
Tools and spares for start-up and commissioning of the RMS;
g
Obtain mandatory tools, calibration equipment and spare parts for the RMS as
required in the Tender Documents for supply to the Employer/Purchaser under
the contract;
h
Obtain quotes for vendor representative to direct, assist and certify proper onsite equipment installation;
i
Prepare and issue status report to Employer/Purchaser on monthly basis
from
Fabrication and installation
4.1
The Supplier/Contractor /Tenderer shall be responsible for complete fabrication,
installation, testing, commissioning and Test Run Operation of the facilities. The
work shall be performed in accordance with the contract documents, including
the approved construction drawings and specifications.
4.2
The Supplier/ Contractor/Tenderer shall complete the work in accordance with
the construction schedule submitted in the proposal and approved by the
Purchaser/ Employer.
4.3
A written status report prepared by the Contractor/Supplier detailing the work
completed and the portion of the work forecasted to be completed shall be
presented to the Purchaser/ Employer at regularly scheduled progress
meetings.
Gas RMS Bib-III
192
4.4
The Supplier/Contractor/Tenderer shall obtain and provide suitable
transportation, living accommodation and catering for its (Supplier/Contractor)
personnel. The Supplier/Contractor shall provide field offices, which include
sufficient rooms. Facilities shall be furnished, adequately lighted. Furnishings,
utilities and janitorial services shall be provided for the duration of the contract
period.
4.5
The Supplier/Contractor/Tenderer shall obtain and provide insurance policy
against it’s equipments/tools and manpower at his own responsibilities, security
arrangements for the protection of its personnel and property during the
contract period, all medical and sanitary facilities required for the health and the
Supplier/Contractor shall provide welfare of the Supplier’s/Contractor’s
personnel. In addition, the Supplier/ Contractor shall be responsible for the
proper disposal of all liquid and solid wastages generated as a result of the
construction operation.
4.6
During construction at site proper safety measures & precautions shall be taken
by the Supplier/Contractor as per standard practice and safety rules.
4.7
The Supplier/Contractor will provide any additional sites required for
Supplier/Contractor’s temporary field activities.
4.8
The Supplier/Contractor’s work shall include, but not be limited to the following
construction and operations:
Gas RMS Bib-III
(a)
Construct and maintain temporary access roads, if required, to facilitate
passage of construction equipment and material transport;
(b)
Transport and store materials and equipment;
(c)
Construction and foundations of all civil works;
(d)
Prepare welding procedures and qualifications;
(e)
Prepare welding and piping book including isometric drawings;
(f)
Apply corrosion coating to welded joints;
(g)
Install liquid catchers, metering systems and associated piping, including
supports and foundations and site fencing;
(h)
Install electrical cabling & all electrical fittings, gas piping;
(i)
Make tie-ins;
(j)
Paint above ground piping, equipment and facilities;
(k)
(l)
Lifting the gas stations equipment on foundation, alignment and bolt
down;
Grouting of skids or supports with non shrinking grout;
(m)
Assembly of all interconnection piping;
(n)
Prepare station site;
(o)
Install instruments and prefabricated instrument piping;
(p)
Tightness test of the RMS;
193
(q)
Acceptance test will be witnessed by Purchaser/Employer;
(r)
Final calibration and functional testing of instrumentation will be
witnessed by Purchaser/Employer;
(s)
Water filling of heater (with demy water);
(t)
Preparation of purging with gas;
(u)
Provide all necessary equipment e.g. ear muffler, gas detectors, fire
prevention and safety equipment cross over / cat walk ladders etc. tools
and consumables in separate sets for the RMS as applicable for the
maintenance and operation of the stations;
(v)
To carry out Test Run Operation.
(w)
Commissioning of the RMS;
(x)
Laying and termination of field cables;
(y)
Cabling between cabinets;
(a’)
Arrange supply of electric power from control room Premises including
cabling and supply and installation of necessary equipment;
(b’)
Cabling between communication (telemetry and instrumentation panels);
(c’)
Install Earthing and grounding systems.
(d’)
Provide standard rubber/ insulation materials/sheets to avoid metal-tometal contact between pipe and skids / pipe and pipe supports.
(e’)
5.0
To make Tie-in of the station outlet with internal pipeline of Bibiyana-III,
400MW Combined Cycle Power Plant RMS ,Habiganj
Miscellaneous:
The Supplier/Contractor shall be responsible for the following:
5.1
Supply of mandatory spare parts of relevant manufacturers for the equipment
included in the RMS and other materials as per (Table-9).
5.2
Supply of auxiliaries & facilities (including entertainment) for Purchaser’s/
Employer’s site office and personnel as per (Table-5).
5.3
Provide site training for at least 15 (fifteen) personnel of Purchaser/Employer for
minimum 7 (seven) days during testing and commissioning of the RMS/
equipments on the operation and maintenance of all sections/equipments of the
RMS. The site training shall facilitate theoretical and field training. Training
includes manuals/materials.
5.4
Arrange and carry out a training program (Table- 4) for 4 (four) personnel of
Purchaser/Employer for ten days (10 days) at supplier’s / manufacturer’s plant.
Supplier/Contractor shall provide details of training courses available for
maintenance personnel. The courses shall be based around the full servicing
and programming of the flow computer, meter, regulator, heater, liquid separator,
equipment and instrumentations etc. Training courses shall be available
preferably prior to Factory acceptance Tests of Water Bath Heater.
Gas RMS Bib-III
194
5.5
5.6
5.7
Provide all necessary tools, spare parts and consumables for start-up,
commissioning and Test run operation of the RMS/ all equipments supplied by
the Supplier/contractor (Table-9, Table-10, Table-11).
Provide 6 (six) copies of the materials and parts list along with catalogues and
other publications containing description, materials specifications and drawings,
part reference number and other identification adequate for reordering purposes,
pertaining to spare parts manufactured or distributed by the Supplier/Contractor
or its Suppliers at least 30 (thirty) days before initial commissioning of the RMS.
Transportation facilities (24 hours) with entertainments for supervision committee
(From work starting to station handover). Mobile, Laptop, safety equipment,
carrying bag for supervision committee – 06 (six) sets.
Local site training at RMS site for 15 officials & 07 days (with entertainments,
carrying bag, pen drive, training material) during station commissioning.
Foreign training in Manufacturer(s)/Supplier(s)/Tenderer Country(s) for 4
concerned officials & 10 days with round trip, food and accommodation, pocket
allowance, taxes, medical insurance, transportation etc. for entire during of the
training.
5.8
Gas RMS Bib-III
Provide 6 (six) bound copies of complete Engineering Dossier of all supplied
equipment for the RMS to be received by the Purchaser/Employer at least 30
(thirty) days before initial commissioning of the RMS comprising but not limited to
the following:
(a)
Descriptive literature;
(b)
Complete data sheets;
(c)
Performance curves;
(d)
Instructions;
(e)
Maintenance and trouble shooting instructions;
(f)
Mill test certificates;
(g)
Manufacturers data sheets;
(h)
Fabrication data sheets;
(i)
Vendors drawings catalogues;
(j)
Radiography records;
(k)
Inspection reports and certifications;
(l)
Stress relief charts;
(m)
Hydrostatic test records;
(n)
Name plate rubbing;
(o)
Lubrication schedule (if applicable);
(p)
Line lists.
195
Section 7. General Specifications/Technical Specifications
The Goods/ Equipments and Related Services shall comply with the Technical Specifications,
Design Criteria and Construction specifications laid down in the following Sub-Sections. The
Goods/ Equipments shall equipped with all necessary/ associated auxiliaries, accessories, fittings
required for proper functioning and the Tenderer shall provide spare parts as stated in the
following sub-section, clauses :
A.
Design Basis - General
1.
The RMS shall be designed and constructed to ensure quantity, pressure and quality
specifications of gas to be supplied by Jalalabad Gas T & D System. Ltd. (JGTDSL) as
Gas Seller to Bibiyana-III, 400MW Combined Cycle Power Plant at Nabiganj Upzila ,
Habiganj.
2.
(a)
The RMS shall incorporate volumetric measurement as per AGA Report No.3 and 8.
Orifice Metering with microprocessor based Flow Computer providing gas flow
volume and also with Chart Recorder as well.
(b)
The Gas Metering System shall operate at an accuracy measurement within the
limited range of plus or minus point five percent (0.5%).
3.
The quality and performance by the Supplier/Contractor shall meet proven international
standards and practices of American Petroleum Institute (API) or the accepted usage
under the standards and practices of the Oil and Gas Industry of the United States of
America (USA) and any reference to internationally accepted standards and practices shall
mean those generally used by the Oil and Gas Industries of North America and Europe.
Some of the major codes and standards which shall apply for this IFIB are as follows:
(a)
Bangladesh Natural Gas Safety Rules 1991 and its subsequent amendment.
American Petroleum Institute (API) Specifications:
(b)
Gas RMS Bib -III
Spec. 5L
-Specifications for Line Pipes.
Spec 6D
-Specifications for Pipeline Valves.
Spec. 1104
-Specifications for Welding Pipelines and related facilities.
RP520
Part-I
-Recommended practice for design and installation of Pressure
Relieving System.
RP520
Part-II
-Recommended practice for sizing selection and installation of
Pressure Relieving Devices.
RP521
-Guide for Pressure Relieving and De-Pressurizing system.
RP500C
-Recommended practice for classification of locations for electrical
installation at pipeline transport facilities.
RP550
-Recommended practice for Fire Safe Testing.
196
(c)
American National Standards Institute (ANSI) Specifications:
(d)
(e)
A58
-
B 2.1
B 16.1
B 16.5
B 16.9
B 16.11
-
Minimum design loads in building and other structures (for wind
loading)
Pipe threads (except dry seal).
Cast iron pipe flanges and flanged fittings.
Steel pipe flanges and flanged fittings
Factory made wrought steel butt-welding fittings.
Forged steel fittings, socket welded and threaded.
B 16.21
B 31.3
B 31.8
-
Non-metallic gaskets for pipe flanges.
Chemical plant and petroleum refinery piping.
Gas Transmission and Distribution Piping System.
American Society for Testing and Materials (ASTM) Specifications:
A 36
A 106
A 105
A 325
-
A 501
A 435
-
Structural Steel.
Seamless Carbon Steel Pipes for high temperature services.
Forged Carbon steel for piping components.
High strength bolts for structural steel joints, including suitable nuts
and plain harder washers.
Hot formed welded and seamless carbon steel structural tubing.
Straight beam ultrasonic examination of steel plates for pressure.
Mechanical testing of steel products.
A 370
American Society of Mechanical Engineers (ASME) Specifications:
Sec-VIII
- Boiler and Pressure Vessels Code.
(f)
AISC
- Specification for the design, fabrication and erection of structural
steel for building.
(g)
AWSD1.1
- Structural Welding code.
(h)
AGA
No. 3
(i)
NFPA
- National Fire Protection Association, USA.
(j)
NEMA
- National Electrical Manufacturers Association, USA.
(k)
NACE
- National Association for Corrosion Engineers, USA.
(l)
ASCII
- American Standards Code for Information Interchange.
(m)
GPA
- Gas Processors Association.
(n)
ISP
- Instrument Society of America.
(o)
IP
- Institute of Petroleum.
(p)
ISO
- International Organization for Standardizations.
(q)
IOML
- International Organization of Legal Metrology.
(r)
ISO 6976
(s)
MSS
- Specification for calculation of calorific value, density and
Relative density of natural gas.
- Manufacturer’s Standardization Society.
(t)
MSS SP-44
- Steel Pipeline flanges.
(u)
MSS SP-72
- Ball valves with Flanged or Butt-Welding ends.
(v)
MSS SP-75
- Specification for high test wrought welding fittings.
(w)
MSS SP-84
- Valves, socket welding and threaded ends.
Gas RMS Bib-III
Report - Orifice Metering.
197
(x)
4.
UPC
- Uniformed plumbing code, International Association of Plumbing
and Mechanical officials.
RMS shall be Supplied/Constructed to fulfil all fundamental requirements of flow control
and measurement as well as operational safety requirements listed below but not limited to
the following:
(a)
No pulsation of flow; Noise level shall not exceed the standard acceptable
maximum sound limit ( 85db)
(b)
Filtration and liquid separations shall be stated in specified Equipment;
(c)
No reverse flow;
(d)
No liquid droplets in the measurement stream;
(e)
Regulatory, hazards zone, safety requirements;
(f)
Access requirements for maintenance and operational requirement;
(g)
Metering accuracy requirements;
(h)
Pressure and quality requirements;
(i)
Secondary instrument and interference requirements; and
(j)
Sources of interface, special requirement.
B.
5.
Design Data / Criteria
Operating Conditions:
(a)
Station design : Capacity of KOD, Filter Separator, VME and Heating unit
capacity
will be 85 MMSCFD individually. 1 st regulating unit shall be
design to reduce pressure from 1000 psig to 500 psig and
2nd regulating unit shall be design to reduce pressure from
500 psig to 150 psig and temperature 10°C - 15°C for
supply of 85 MMSCFD gas to Bibiyana-3, 400MW
Combined Cycle Power Plant and Orifice meter will be 85
MMSCFD at a pressure of 150 psig respectively.
(b)
Station
pressure
(c)
Station outlet/ : 150 psig (150±5) Psig
delivery
pressure
Set Pressure
: 500 Psig for 1st stage regulating unit and 150 psig for 2nd
stage regulating unit.
(d)
(e)
inlet : 600 - 1100 Psig
Average Pressure - 1000 Psig.
Velocity limits
: 60 ft/sec before filtration and 60 ft/sec to 120 ft / sec after
filtration
Gas
:
Specification
Gas source is Bibiyana Gas field, Nabiganj, Habiganj of Bangladesh. Gas properties
delivered to the Bibiyana-III, 400 MW CCPP RMS inlet will be generally as follows:
(f)
- gross heating value
: 950--1070 BTU/SCF
: 0.12 g/m³(n), sometimes Compressor lob oil may come
with gas.
Gas Composition (mol%)
- water vapour contents
Gas RMS Bib-III
198
-
nitrogen
carbon dioxide
methane
ethane
propane
Iso-butane
N-butane
Iso-pentane
N-pentane
N-Hexane
N-Heptane
N-Octane
H2 S
Specific gravity of gas
Inlet temperature to
pipeline
:
:
:
:
:
:
:
:
:
:
:
:
:
:
:
0.3200
0.1100
96.0346
2.583
0.4001
0.2992
0.0743
0.0678
0.0200
0.0250
0.0550
0.0110
0.00
0.57 – 0.60
24°C (max) / 10°C (min)
Scm/M³(n) means normal cubic meter at 101.560 kPa and 273.15°k, dry.
6.
Environmental Data:
6.1
Climate:
Tropical consisting of three major seasons as follows:
6.2
(a)
Winter (November to February) which is cool and almost rainless.
(b)
Pre-monsoon (March to May) which is hot and has periodic thunder
showers.
(c)
Monsoon or rainy season (June to October) which is warm and humid and
during which more than 80% of the annual rainfall occurs.
Temperature:
(a)
Maximum ambient temperature
: 60°C
(b)
Max, black bulb temperature
(unshaved)
Min, ambient temperature in winter
: 70°C
(c)
(d)
6.3
6.4
: 6°C
Average soil temperature 1m below : 15°C
surface
Wind:
(a)
The prevailing wind direction is north west
(b)
Maximum wind velocity shall be 193 km / hr
(c)
Sandstorms are rare, some, dust may be encountered during summer
(d)
Cyclonic storms often occur in the rainy season, velocity may be 245 km/
hr.
Rainfall:
(a)
Average
annual : 2900 mm
rainfall
Maximum rainfall
: 4320 mm
[[[[[[[[[[[[[[[[[[[[[[[[[[[[[[[[[[[[[[[[[[[[[[[[[[[[[[=
(b)
(c )
Gas RMS Bib-III
Maximum rate of : 12 mm / hr.
rainfall
199
6.5
Snowfall
: None
6.6
Earthquake loading: As per Bangladesh National Building Design Code.
7.0
Data for Equipments Design
7.1
Knock Out Drum (KOD) (Ref. Drawing no. no.-JG/ Bibiyana-3, 400MW Combined
Cycle Power Plant. RMS, P&ID)
One Knock Out Drum (KOD) of 85 MMSCFD capacities at a range of operating
pressure of 1100 psig to 600 psig shall be installed immediately after inlet valve with
necessary full capacity bypass to knockout any incoming liquid surges/ condensate mist
and large solid particles.
(a) Mist removal : The effluent/delivered gas shall not contain entrained mist
efficiency
over 2.0 US Gallons/MMSCF and shall completely (99%)
remove liquid particles of 5 microns or smaller and 100%
removes Liquid particles of 8 microns and larger and solid
particles.
Turndown ratio will be 1:5.
(b)
Design
Pressure
(c)
Allowable
Pressure
drop
Design/
Construction
Std.
:
Not exceeding 5 Psig across clean filter/vane under worst
flow conditions.
:
ASME Pressure Vessels Code, Sec-VIII.
(e)
Discharge
:
(f)
Noise Level
:
Auto discharge by gas pressure with the help of Level
Controller and Drain Valve. By pass valve of auto discharge
system should be installed.
Noise level shall not exceed the standard acceptable
maximum sound limit (85db) beyond 5ft of equipments.
(d)
7.2
:
1440 psig
Filter Separator (Ref. Drawing no. no.-JG/ Bibiyana-3, 400MW Combined Cycle Power
Plant. RMS, P&ID)
The section will comprise of 2 (two) numbers Two-stage type (Twin Lock quick opening)
Filter separators to provide separation of liquid and solid entrainment from gas to be
installed at the station inlet for 85 MMSCFD capacities at a range of operating pressure
of 1100 psig to 600 psig (each). Filter Separators shall be installed and will be
outdoor, unprotected, unattended type. Salient functional features are as follows:
(a)
First stage
: Filter cartridge made of fibber glass.
(b)
Second stage
: Vane mist extractor.
(c)
Installation
: Skid mounted horizontal type.
(d)
No. of units
: 2 (two) units of 100% capacity each.
(e)
Capacity
:Each unit of 100% station capacity with 100% common
by-pass provision having valves.
(f)
Solid /
removal
efficiency
liquid : 99.9% of solid and liquid entrails above 5 microns at a
turndown ratio of 1:5.
Gas RMS Bib-III
200
7.3
(g)
Allowable
pressure drop
: Not exceeding 5 Psig across clean filter under worst
flow conditions.
(h)
Discharge
: Auto discharge by gas pressure with the help of
Level Controllers & Drain Valves and also having
provision of manual discharge with by pass valves.
(i)
End closure
: Quick Closing Door type.
(j)
Design
Std.
(k)
Noise Level
(l)
Design Pressure
/Const. : ASME Pressure Vessels Code Section-VIII.
Noise level shall not exceed the standard acceptable
maximum sound limit (85db) beyond 5ft of equipments.
:
1440 psig
Condensate Collector/ Storage Tank (Ref. Drawing no. no.-JG/ Bibiyana-3, 400MW
Combined Cycle Power Plant. RMS, P&ID).
The purpose of this section is to store condensate/liquids collected from KOD, Filter
Separators and VMEs. All the discharge lines shall be connected with the storage tank.
Features of the storage tank shall be as follow:
(a)
(b)
(c)
(d)
Storage Capacity
Design Pressure
Installation
Design / Const.
Std.
Discharge
Meter
(e)
(f)
:
:
:
:
10000 Ltrs
285 Psig
Under ground
ASME Pressure Vessels Code, Section-VIII.
:
:
By gas pressure
Non-resettable digital display type index, to be
intrinsically safe.
(g)
Accessories
:
Safety Relief, Fire Safety Valve, Flame arrestor,
Level Gauge, Cathotic Protection and other
fittings
as per design, drawing (P&ID of
Condensate
Tank),
and
schedule
of
requirement.
7.4 Heating Unit (Ref. Drawing no. no.-JG/ Bibiyana-3, 400MW Combined Cycle Power
Plant. RMS, P&ID):
Water Bath Heaters with inbuilt RMS will be installed to heat the gas to an extent, which
compensates for the subsequent temperature drop through the pressure regulator
valves caused by the Joule-Thompson Effect. The heater shall be field installed,
outdoor, unprotected type and shall be suitable for unattended operation. The Tenderer
will submit with the Tender a brief description of the operating principle of the Heaters
and the Heating Section along with and Heat Data calculations. Salient functional
features are as follows:
(a)
Operation
: Self contained with gas.
(b)
No. of heater
:
2 (two) no of heater, for flowing 85 MMSCFD capacity
gas each at a operating pressure of (max.)1100psig to
(min.) 600psig.
(c)
Design temp
:
100°C
Gas RMS Bib-III
201
(d)
Operation
(gas)
temp :
temperature of gas before heating is Min 10°C at RMS
inlet and After heating and at downstream of 2nd stage
pressure regulation unit is to maintain between 10°C to
15 °C at 150 psig pressure.
(e)
Operation
(water)
temp :
Max 80°C (water bath)
(f)
Thermal efficiency
:
85% under full load
(g)
Burners
:
The heater will have 2 (two) main and
burners.
(h)
Heater
Instrumentation
and Control
:
(i)
2 (two) pilot
Heater should be PLC controlled (on, off & re-set)
by its control panel.
(ii) Displaying information of Inlet and outlet
temperature of gas, temperature of water bath &
temperature of RMS outlet gas after 2n d stage
regulating unit.
(iii) Display of every pre-alarm on the heater. (Pre-alarm
is an alarm, which requires an operator’s action but
does not shut the unit).
(iv) Noise level shall not exceed the standard
acceptable maximum sound limit ( 85db) beyond 5ft
of equipments.
7.5
1st stage regulation unit (Ref. Drawing no. no.-JG/ Bibiyana-3, 400MW Combined Cycle
Power Plant. RMS, P&ID):
In the 1 st stage regulating unit pressure will be cut down into 500 psig from a source
pressure between 1100 and 600psig. There will be two regulating runs and one bypass
connector in this unit. All the equipments shall be 600 Class.
1 st stage regulating unit will consist of
2(two) regulating runs. Two runs for 85 MMSCFD and each of 100% capacity and
each regulating run will consist of the following:
(a) Regulator (2 nos), Regulator shall be configured as Active and Monitor system.
(b) Slam Shut-Off Valve (1 no)
(c) Noise Silencer (2 nos),
(d) Ball valve (2 nos)
(e) Check Valve (1 no.)
(f) Pop-up Relief (1 no.)
One 2”x600 RF Pilot operated Outlet Header Relief
h) One 100 % Capacity by-pass line with 2(two) Ball Valves and 1(one) Hand
Control Valve.
Gas RMS Bib-III
202
Noise level shall not exceed the standard acceptable maximum sound limit (85db) beyond
5ft of equipments.
7.6
2nd stage regulating Unit (Ref. Drawing no. S no.-JG/ Bibiyana-3, 400MW Combined
Cycle Power Plant. RMS, P&ID):
In the 2nd stage regulating unit pressure will be cut down into 150 psig from 1st unit
pressure of 500 psig. There will be two regulating runs, each of 100% capacity and one
bypass run in this unit. All the equipments shall be 300 Class.
Each regulating run of 2nd stage regulating unit will consist of the following:
(a) Regulator (2 nos), Regulator shall be configured as Active and Monitor system.
(b) Slam Shut-Off Valve (1 no)
(c) Noise Silencer (2 nos.)
(d) Ball valve (2 nos.)
(e) Check Valve (1 no)
(f) Pop-up Relief (1 no)
(g) One 2”x300 RF Pilot operated Outlet Header Relief Valve.
(h) One 100 % Capacity by-pass line with 2(two) Ball Valves and 1(one) Hand Control
Valve.
Noise level shall not exceed the standard acceptable maximum sound limit (85db) beyond
5ft of equipments.
7.7
Flow Measurement (Orifice Meter)(Ref. Drawing no. no.-JG/ Bibiyana-3, 400MW
Combined Cycle Power Plant. RMS, P&ID):
Flow measurement shall be done by means of Orifice Meter (senior type) to be installed
after 2nd stage liquid separation and immediately before the delivery point of 400 MW RMS.
Flow computer based on live data will perform metering calculation. Orifice meter is for
measuring the gas flow range from 2 MMSCFD to 85 MMSCFD at 150 psig. This operating
pressure may vary from 150 psig to 320 psig. The metering run shall also include
mechanical 3-pen Chart Recorder for manual flow calculation.
7.7.
1
Major technical features for metering unit of Bibiyana-3, 400MW Combined Cycle
Power Plant RMS are as follows:
(a)
Base Temp &
Pressure
:
60°F and 14.73 Psia respectively
(b)
Unit of vol.
measurement
:
SCM/SCF
(c)
Standard
:
AGA Report No.3 (latest edition) and AGA Report No 8
(d)
Static Press. :
Range
(e)
Set Pressure
:
150 Psig
(f)
Maximum
allowable
Diff. Press.
:
90% of 100” WC
(g)
Meter type
:
16” X 300 RF Dual chamber Orifice Meter. Metering run will
consist of two ball valves.
Gas RMS Bib-III
0-500 psig
203
(h)
By-pass
(i)
Flow
Computer
Common bypass will be used as a Orifice bypass.
:
Micro Processor based Electronic Flow Computer to be
mounted on a desk type control panel to be installed inside
control building.
(i) Flow computer should be control panel mounted.
(ii) Displaying information of all running units (e.g. Static,
differential pressure & flowing temperature) of meter run.
(iii) Displaying corrected and uncorrected instantaneous and
totalized flow hourly, daily and monthly.
(iv) Readout of all variables, which are required to be
manipulated to control the flow rate.
(v) Control all set points and associated readouts, which are
required to obtain above function.
(j)
7.8
(vi) Flow computer should be interface with a Desk-top
computer to be installed in control room in addition to default
display unit (LCD) on the control panel.
Digital smart transmitters.
:
(k)
Data
transmitter
Input Data
:
Static Pressure, Differential pressure and flowing temperature
through smart transmitters.
(l)
Output
:
Instantaneous volume flow rate, hourly volume flow rate, daily
volume flow rate and cumulative / totalized monthly volume
flow rate, pressure (static & differential) & temperature data,
minimum 90 days stored data etc.
(m)
Chart
Recorder
:
Mechanical 3-pen Chart recorder shall be provided to record
Static Pressure, Differential pressure and flowing temperature
for manual gas flow rate calculation.
(n)
Gas
Chromatogra
ph
:
For measuring heating value
compressively of gas and others.
of
gas,
sp.
gravity,
Liquid Separators (VMEs) (Ref. Drawing no. no.-JG/ Bibiyana-3, 400MW Combined
Cycle Power Plant RMS, P&ID):
The purpose of Liquid Separator units is to separate liquid condensate mist from gas
downstream of pressure reduction. In this IFID, it will be required to install 02 (two)
liquid separators.
1st VME
One is 10"X10"X300 RF inlet & outlet connection and 85 MMSCFD capacity at 500
psig pressure which will be installed at the outlet of 1st stage regulating unit for
Bibiyana-3, 400MW Combined Cycle Power Plant.
Design Pressure
: 720 psig
2nd VME
Another one is 14"X14"X300 RF inlet & outlet connection and 85 MMSCFD capacity
at 150 to 350 psig operating pressure, which will be installed at the outlet of 2nd
stage regulating unit for Bibiyana-3, 400MW Combined Cycle Power Plant.
Design Pressure
: 720 psig
All liquid Separators shall be placed outdoor and be unprotected and unattended
Gas RMS Bib-III
204
type. Salient functional features shall be as follows:
(a)
Mist removal
efficiency
:
The effluent/delivered gas shall not contain entrained
mist over 2.0 US Gallons/MMSCF and shall
completely (100%) remove liquid particles of 8
microns or smaller and 98% above 8 microns.
Turndown ratio will be 1:5.
(b)
Allowable
Pressure
drop
Design/
Construction
Std.
:
Not exceeding 5 Psig across clean filter under worst
flow conditions.
:
ASME Pressure Vessels Code, Sec-VIII.
(d)
Discharge
:
(e)
Noise Level
:
Auto discharge by gas pressure with the help of
Level Controllers and Drain Valves. By pass valve of
auto discharge system should be installed.
Noise level shall not exceed the standard acceptable
maximum sound limit (85db) beyond 5ft of
equipments.
(c)
8.
Piping, Valves and Fittings
8.1
Piping components, system and design shall meet the requirements of ASME
B31.8. Equipment location, piping layout and valve and instrument positioning
shall be suitable to facilitate operation, inspection and maintenance activities.
All piping system shall be provided with means of draining low points and
venting high points. Instrument gas takeoffs from header shall be from the tops,
with a block valve located at the header.
8.2
Ball valves shall be used for all section isolation and relevant bypass line
valves.
C.
09.
Design Basis: General Pipe, Valves and Fittings
Introduction:
This specification covers design considerations, arrangement requirements, and material
requirements for piping systems for Bibiyana-III, 400MW Combined Cycle Power Plant,
Habiganj.
Any requirements not covered in this specification shall be specially addressed by the
Supplier/Contractor utilizing the principles contained in this specification.
The requirements in this specification shall govern in the event of a conflict between this
specification, applicable codes and standards.
xi.
Codes, Standards and Specifications :
Piping system shall conform to this specification and the requirements of the applicable
provisions of the latest edition of the following codes, standards and specifications:
ANSI B16.1
ANSI B16.5
ANSI B16.9
ANSI B16.11
ANSI B16.21
ANSI B16.34
API 5L
Gas RMS Bib-III
Cast Iron pipe flanges and flanged fittings.
Steel pipe flanges and flanged fittings
Factory-made Wrought Steel Butt welding Fittings
Forged steel fittings, socket-welding, and threaded
Non-metallic gaskets for pipe flanges
Valves-flanged and butt-welding ends
Specification for Line Pipe
205
API 6D
Specification for Pipelines Valves.
API 600
Steel Gate Valves, Flange and Butt-welding ends.
API 602
Compact Gate Valves
ASME B 31.3 Chemical plant and petroleum refinery piping
ASME B31.8 Gas Transmission and Distribution piping systems
ASTM (various) American Society for Testing Materials
MSS SP – 44 Steel Pipe Line Flanges
MSS SP – 72 Ball valves with flanged or butt welding ends.
MSS SP – 75 Specification for High Test Wrought welding fittings
MSS SP – 84 Valves – Socket welding and threaded ends.
UPC Uniform plumbing code, international association of plumbing and
mechanical officials
10
General:
Piping components, systems and design shall meet the requirements of ASME B 31.8
except as specifically provided otherwise.
Piping specifications are included in the Appendices and shall be used to select pipe,
valves and fittings in accordance with designated service and ANSI pressure class.
Because of the remote location of facilities, items should be standardized where possible to
minimize the types and sizes utilized in the field.
Cast iron or malleable iron shall not be used in hydrocarbon service.
Pipe, valves and fittings shall be purchased and received with mill test reports and marking
per applicable standards.
Equipment location, piping layout, and valve and instrument positioning shall be suitable to
facilitate operation, inspection and maintenance activities.
Piping shall be adequately supported. Supports shall be designed for wind loads and loads
from piping full of water attached to unsupported equipment. Pipe support design shall
insure the ease of dismantling piping components for maintenance. Maximum unsupported
span for straight piping runs shall be in accordance with the following table.
NOMINAL PIPE SIZE (INCHES)
Up to 1½"
2–3
4
6–8
10
12 – 14
16 – 18
20 and above
WALL THICKNESS
Schedule 80
Std. – Sch. 80
Std. and above
Std. and above
Std. and above
Std. and above
Std. and above
Std. and above
LENGTH OF SPAN
(METER)
3.5
4.5
6.5
7.5
9.0
10.0
11.0
12.0
Notes :
Spans shown are continuous pipe runs of steel pipe;
Every seventh pipe support span shall be shortened by at least 20% to provide imbalance
in the natural resonant frequency.
Unsupported lengths at elbows shall not exceed two thirds of the tabled spans.
Minimum pipe size in the rack shall be 2 inch.
All piping systems shall be provided with means of draining low points and venting high
points. Such vents and drains shall meet the requirements for the systems to which they
connect.
Gas RMS Bib-III
206
Instrument air, utility air and gas takeoffs from a header shall be from the top, with a block
valve located at the header.
For tanks and vessels subject to hydrostatic testing, the permanent piping shall not be
connected to tank or vessel nozzles until after the tanks vessels have been filled with water
for testing and the initial settlement has taken place.
Nominal pipe sizes 1/8 inch, 3/8 inch, 1 1 /2 inch, 21 /2 inch, 3 1 /2 inch 5 inch, 14 inch, 18 inch,
22 inch and 26 inch shall be avoided.
Above ground piping shall be installed on fabricated pipe supports, racks or sleepers with
adequate flexibility, guides and anchors to accommodate thermal expansion for a
temperature range of 14 0 C to 65 0C, unless fluid temperature exceeds this range. In that
case, the design temperature shall be governed by the maximum temperature of the fluid.
All tie-in welds shall be made only during periods when the pipe metal temperature is
between 21 0 C and 45 0 C, unless more stringently controlled tie-temperatures are required
by detailed design.
The thermal displacement stress shall be based on the differential between maximum pipe
stress design temperature (65 0 C or greater) and minimum pipe stress design temperature
(14 0 C) as per ASME B 31.8.
However, nozzle force/moment and maximum one-way displacements shall be based on
the differential between:
the maximum design temperature and minimum installation temperature (21 o ) or
the minimum design temperature (14o C) and maximum installation temperature (45o C)
whichever is most significant in the area under consideration.
For insulated piping, If the maximum or minimum design temperatures are moderated due
to the insulation, the moderated temperatures may be used.
During the initial layout, a piping study should be made to identity lines where piping
flexibility could be a significant consideration. Pipe stress analysis shall be performed on
hydrocarbon piping 12 inch NPS and larger, and on other piping as warranted.
Generous lateral legs shall be provided to ensure adequate flexibility for thermal growth and
differential settlement, especially on leads to equipment.
Minimum pipe size in the rack shall be 2 inch, except:
air, gas, fuel and water supply lines from a header to a user may be 1 inch or larger up to
the point of connection;
instrument tubing and piping may be 10 mm or larger;
water lines for plumbing within buildings may be 3 /4 inch;
drain headers under gravity flow shall be 2 inch or larger;
sanitary sewers under gravity flow shall be 4 inch or larger.
Minimum pipe pup length shall be the greater of 150 mm or one pipe diameter.
Gas or liquid pockets are to be avoided if possible. High point vents and low point drains
shall be provided with valves near takeoffs. Means shall be provided to collect condensate.
Spools and field welds shall be provided to permit flexibility in field make-up. Fitting to fitting
design shall be avoided. Space requirements for equipment removal shall be considered for
ring type joint applications.
Unions in screwed piping shall not be installed in straight runs, but in offsets to facilitate
installation.
Plugs in screwed piping shall be provided as hex-head, solid bar stock.
Connections made on fittings shall be avoided except where such taps are required in the
design, such as a sweep-o-let for thermo well insertion etc.
Gas RMS Bib-III
207
Reduction in line size shall not be permitted upstream of a branch connection.
Instrument process connections piping shall
m.
3
4
inch NPT, wherever possible
Design:
General:
Line sizing shall be in accordance with the criteria in the Design Basis criteria.
Material and wall thickness shall be calculated per ASME B31.8, and correspond with
appropriate tables for respective service and pressure designation.
Fittings, flanges and other materials shall conform to the requirements stated in the codes
and standards and to the following requirements.
• The carbon content based on the product analysis shall not exceed 0.23 percent.
• Charpy V-notch tests per ASTM A370 shall be performed on representative fittings or
flanges used in ANSI Class 600 and higher gas service. Three full size specimens are
required for each test for each lot. Unless higher values are specified in ASTM material
specifications, the minimum average impact energy of the three specimens shall be 40 ft.lbs. and no specimen shall be less than 30 ft.-lbs. for full size specimens. The average
shear area exhibited by the three test specimens shall be 80%. No specimen shall exhibit a
shear area less that 60%. Test temperature shall be 0 o C.
Vender shall provide certificates of compliance in accordance with ASME, API 5L and other
codes, standards and specification referenced herein, including chemical analysis, physical
test results and heat treatment applied.
11. Above Ground Piping:
Piping guides, clamps, stops and expansion loops shall be included to control the growth
and movement of the pipe in the racks due to changing process and temperature conditions.
Pipe shoes and wear pads shall be included to prevent overstressing the pipe at the point of
contact with the support.
Piping operating at temperatures above 72 o C shall be insulated for personnel protection.
Minimum centerline spacing between un-insulated adjacent lines in a pipe rack shall be
based on ½ the outside diameter (OD) of the smaller pipe plus ½ the OD of the flange of the
larger pipe plus 80 mm. Line spacing shall be adjusted to include the insulation thickness
for the smaller pipe.
Pipe rack elevations are established on the basis that the primary rack has an allowance of
1(one) meter clearance (minimum) between bottom of pipe and top of grade. The clearance
is to allow bottom pipe connections. Rack elevations and route shall provide appropriate
access to valves and equipment.
A secondary, or crossing, pipe rack shall be at a different elevation to allow pipes to cross
without additional offsets.
Pipe racks shall initially include at least 20 percent additional width for expansion purposes.
Pipe racks crossing over facility roads shall maintain a minimum clearance of 4.8 meters
between the bottom of pipe or structure and surface of road.
Gas RMS Bib-III
208
12. Blow down Vent Piping:
Blow down vent piping shall be designed without pockets and shall be properly sloped and
trapped to control condensable accumulation.
Vents and piping shall be adequately braced for the thrust forces and vibrations generated
during blow down
13. Valves – General:
The hardness of the body base materials and main parts of the valves shall not exceed 22
HRC in accordance with ASTM E18 or not exceed 248 HV10 in accordance with ASTM E92.
Ball valves shall be used for all Section isolation and relevant bypass line valves.
Manual operators, or the centre line of the hand wheel, shall be between 1.0 m and 1.4 m
above finished grade. Bleed, lube, drain and sealant injection lines shall be brought above
grade.
14. Control Valves:
Bypass valves for control valves shall be globe type valves with Cg similar to control valve
Cg.
15. Blow down and Equalization Valves:
Blow down valves shall be lubricated Plug Type Valves/ Gate valves suitable for throttling
service and shall include secondary sealant injection capabilities.
Actuated blow down valves shall have fire-safe trim and shall be configured for fail closed,
remote and local operation without mechanical latches or manual resets.
Equalization valves shall be lubricated Plug type/ Globe type valves/Ball valves, suitable for
throttling service.
Equalization valves and piping shall be installed around all sectional valves and at other
locations as required to introduce high-pressure gas into a low-pressure section prior to
opening a major valve.
Vent and drain valves smaller than 2 inch shall be Gate Valves.
16. Relief and Check Valves:
16.1
Relief Valves:
Each relief valve shall have a vent bypass to facilitate relief valve maintenance and
testing without plant shutdown.
Liquid thermal relief valves shall be installed with locked-open inlet and outlet block
valves to permit replacement without plant shutdown.
Relief headers shall be sloped toward disposal to avoid accumulation of liquid
against the relief valve. A low point knockout or drip leg shall be included in gas
relief headers to control condensates.
Relief discharge lines, other than thermal relief of non-flashing liquids, shall tie in to
either the pit or the vent stack. Relief valve discharge lines shall not tie into drain
systems.
Gas RMS Bib-III
209
16.2
Check Valves:
Check valves or lines leading from equipment and connected to headers shall be
installed with a downstream block valve to permit check valve servicing without
header shutdown.
Swing check valves shall be sized for minimum velocity at design flow rate to ensure
full disc lift.
17.
17.1
Piping Line Identification:
Each line in the mechanical flow sheets and piping drawings shall be marked to
denote nominal line size, service, line numbering, piping service class and piping
pressure class.
...........................................................................................................................
17.2
Gas RMS Bib-III
Abbreviations:
ATM
-
Atmospheric
BBE
-
Bevel Both Ends
BE
-
Bevel ended
BW
-
Butt Welded
CS
-
Carbon Steel
CWP
-
Cold Working Pressure
DSAW
-
Double Submerged Arc Welded Electric
ERW or type E-
Electric Resistance Welded
F/F
-
Face to Face
FFFE
-
Flat Face Flanged End
FO
-
Fully Open
Gr
-
Grade
GO
-
Gear Operated
HW
-
Hand Wheel
LCS
-
Low Carbon Steel
LO
-
Lever Operated
MSS
-
Manufacturers Standardization Society
NACE
-
National Association of Corrosion Engineers
NI
-
Nickel
PSI
-
Pounds Per Square Inch
PSIG
-
Pounds per Square Inch Gauge
RF
-
Raised Face
210
D.
18.
RFFE
-
Raised Face Flanged End
RTFE
-
Reinforced Teflon
Sch.
-
Schedule
SMLS orType S -
Seamless:
SS
-
Stainless Steel
SW
-
Socket Welded
T&C
-
Threaded and Coupled
TBE
-
Threaded Both End
TC
-
Through Conduit
WN
-
Welding Neck
WT
-
Wall Thickness
Design Basis and Construction Specifications – Civil
18.1 The RCC Structure/Concrete foundations have to be constructed over the consolidated
ground bed. The Supplier is required to be assured by investigation of the soil of
proposed station area.. All kinds of RCC or Concrete structures have to be designed
/ constructed according to the soil investigation report.
18.2 The skids / equipments/vessels like Heater, Liquid Separators, Regulating units,
Metering unit, Condensate storage tank etc of the station should be set on RCC
(1:1.5:3) structure. The RCC structures/Foundations have to be constructed as per
site and soil (filling earth) condition by the Supplier/Contractor dully designed by the
competent authority /designer considering the weight and size of the
skids/Equipments.
18.3 All the specifications in constructing two storied control office building shall follow
PWD standard. If soil report does not require more, all footing shall be on at least
on 20’ height pre-cast piling.
19
19.1 The Supplier/Contractor shall construct sufficient nos of RCC pipe supports for
supporting the pipe, pipe spool and pipe works as per requirement and instruction of
the Purchaser’s/Employer’s Engineer.
19.2 The detail design and drawing of the aforesaid RCC structures/foundations and RCC
pipe supports will have to be prepared by the Supplier/Contractor and has to take
approval from JGTDSL authority.
The Supplier/Contractor shall construct at least 1 (one) meter walkway around all
skids/units beyond the original RCC structures/foundations to facilitate the
maintenance works.
E.
20.
Design Basis – Instrumentation
Codes, Standards and Specifications:
This Design Basis was prepared based on the US codes and standards. Unless otherwise
noted, reference made herein to codes, standards and specifications are to the latest
edition of such code.
Gas RMS Bib-III
211
Codes, standards and specifications are listed in the parts of the Design Basis to which
they apply.
API
ASME
21
American Petroleum Institute
RP – 520
Recommended practice for Sizing, Selection and Installation of
Pressure Relieving Systems in Refineries.
RP - 550
Recommended Practice Manual on Installation of Refinery
Instruments and Control systems
STD 527
Commercial Seat Tightness of Safety Relief Valves with Metal / to /
Metal Seats, second edition.
STD 2000
Venting Atmospheric and (Low Pressure Storage Tanks) Non /
refrigerated and refrigerated), third edition
American Society of Mechanical Engineers
Section
VIII
Boiler and Pressure Vessel/Codes, Section VIII, Rules for
Construction of Pressure Vessels, Division 2, Alternative Rules.
ISA
Instrument Society of America
S5.1
Instrumentation Symbols and Identification.
S5.2
Binary Logic Diagrams for Process Operations.
S5.3
Graphic Symbols for Distributed Control / Shared Display
Instrumentation, Logic and Computer Systems.
S20
Specification Forms for Process Measurement and Control
Instruments, Primary Elements and Control Valves.
Site and Service Conditions:
Instrumentation materials and /or equipment shall perform their specified functions under
the site conditions (i.e. elevation, design temperatures, wind velocities) for each station.
22
Units of Measurements:
All scales, charts and documents covered by this specification shall be prepared using
standard metric units of measurement, with the exception of pipe diameter and valve size.
Pipe diameter and valve sizes shall be expressed in Inches using nominal pipe size.
The following units of measurement shall be used in process measurement and controls:
23.
Flow (Gas)
SCMH/SCFH
Flow (liquid)
Cubic meters/min @ flowing temperature
Level (Storage tanks)
Meters, millimeters
Level (Vessels)
Percent of range
Pressure (Gauge)
bar/psig
Pressure (Absolute)
bar(a)/PSIA
Pressure (Vacuum)
mm H2 O/inches of H2 O column
Temperature
º C/º F
Instrumentation Symbols and Nomenclature:
Instrument symbols and nomenclature on Process Flow Diagram (PFD) and Piping and
Instrumentation Diagrams (P & ID ‘S) shall be derived from ISA Standards. This symbols
shall be documented, in condensed form, on the P & ID legend and symbols
instrumentation sheet.
Gas RMS Bib-III
212
Instrument identification and tagging shall be provided on all diagrams, Instrument loops,
Individual instruments, Instrument specification sheets, correspondence and
documentation.
Each instrument loop of individual instrument shall have a unique alphanumeric
designation (tag number). If an instrument is common to two loops, it shall be numbered
the same as the primary loop .An assigned tag number cancelled because of instrument
revisions shall not be reused.
24.
Instrument Identification and Tagging:
Each instrument shall be identified by the manufacturer with a stamped or engraved
stainless steel tag bearing the complete tag number permanently wired to the instrument.
Characters shall be at least 19 mm high.
All instrumentation and associated equipment including junction boxes, terminals, cables,
and covers shall be clearly identified by a permanent marker / label bearing the
appropriate Identification /tag number. Instrument identification tags shall have white
letters of black background.
Instruments, except for flow element and temperature sensor assemblies, shall have the
following identifying information of a nameplate. This plate shall be installed on the
instrument at the factory.
° manufacturer’s name, model and serial number;
° pressure rating of pressure holding parts;
° operating range;
° materials of parts exposed to process fluid;
° as applicable, information on voltage, frequency and test authority approval;
° accuracy, and
° factory test certificate.
25.
Instrument Data Sheets:
Data sheets shall be prepared for each instrument component identifying it by tag number,
type and model number and shall indicate all operating data such as range, capacity
action and set point. Data sheets forms shall meet ISA S20 format.
26.
Instrument Location and Accessibility:
Local instruments shall be accessible from grade, a permanent floor, platform or ladder.
Line mounted instruments such as close coupled pressure gauges, temperature gauges,
and temperature elements shall be located as follows:
? not more 1.5 meters above platform or more than 457 mm out side the platform
handrail, and
? not more than 160 mm from centerline of permanent ladders.
? Level instruments (i.e. level gauge glasses, level switches, and displacer type level
transmitters) including their isolation valves shall be accessible from platforms. In
particular, the case of level switches and displacer type transmitters shall be a
maximum of 1.5 meters above the platform.
? In-line instruments such as Control Valves and flow elements shall be accessible from
grade or a platform.
? When vibration of a line or equipment is possible the instruments shall be remotely
mounted with the instruments centreline 1.5 meters above ground or the platform.
Gas RMS Bib-III
213
? All other instruments (i.e. Pressure Transmitters, Temperature Switches and Flow
Transmitters) shall be remotely mounted on a 2-inch pipe stand with the instrument’s
centreline 1.5 meters above ground or the platform.
27.
Instrumentation: General
Instrumentation shall be installed to provide the data and functionality. Additional
instrumentation not expressly called for but Supplier/Contractor shall provide necessary
for the proper and safe operation of the metering system.
Supplier/Contractor shall provide completed instrument data sheets, per ISA S20 for all
instruments.
The primary measuring device shall be an orifice plate, with differential pressure created
being measured by differential pressure transmitter. Ancillary measurements of static
pressure, differential pressure and temperature shall be included for correction of “Line”
flow conditions to “Standard Volume” by means of microprocessor - based flow computer
using calculations in accordance with AGA Report no.3. “Standard Volume” conditions
shall be taken as 1013.25 mbar absolute and 0° C.
Each instrument will be subjected to a 5-point calibration, both up and down scale.
28.
It shall be demonstrated that the overall accuracy is maintained under conditions of static
pressure shift covering the range from atmospheric to design ,for the full range of ambient
condition changes. this shall include surface temperature rises due to tropical sunlight.
Each transmitter shall be complete with integral vent connections and a 316 SS, 3- Valve
manifold to permit isolation and zero balancing.
Supplier/Contractor shall provide 02(two) portable calibrator for use with the static
pressure, differential pressure & temperature transmitters.
Pressure Instrumentation:
28.1
Pressure Gauges:
Pressure gauges shall be weatherproof and protected with phenol resin cases
unless otherwise specified. The minimum requirement shall consist of 316
stainless steel bourdon tubes welded to forged alloy steel sockets with wrench
flats. Movements and micrometer pointer shall be stainless steel with silicone –
treated wear surfaces. The gauges shall be provided with safety armoured glass
blow out disks located on the back and white faced laminated dials with black
markings.
Gauges shall be 150 mm diameter for all applications except those used on
instrument air service, whose diameter may be 60 mm. All 150 mm gauges shall
be equipped with threaded connections having a nominal pipe size (NPS) of 0.5
inch.
The range of all pressure gauges shall be selected to ensure that the normal
operating range is within the middle third of the scale. The pressure range shall
be at least 125 percent of the pressure relief set pressure on the system The
minimum accuracy of the gauge shall be ± 1.0 percent of the full scale.
A valves block and bleed manifold that can also be used for calibration with NPS
0.5 inch threaded connections shall be provided upstream of each pressure
gauge.
In pulsating or vibrating service pressure gauges shall be filled with liquid and
pressure dampeners shall be installed. Dampeners shall be adjustable while the
instruments are in service.
Diaphragm seals shall be used for all waxy or corrosive fluids.
As a minimum requirements, pressure gauges shall be installed as follows:
° on the discharge of each pump compressor and blower;
Gas RMS Bib-III
214
° on the discharge of each stage of a multistage compressor;
• on each pressure vessel ;
• on all utility headers ;
• After each pressure regulator and ahead of each back pressure regulator, and
• In/outlet streams of stations.
28.2
Static Pressure Transmitters and Auxiliary Pressure Instruments:
Pressure transmitters may be of the “smart” type that
microprocessor based electronics as well as digital interfaces.
incorporates
Electronic transmitters shall be the capacitance type.
All pressure transmitters shall have 2(two) valve manifolds as required.
All bodies and wetted parts shall be 316 series stainless steel.
The pressure range shall be approximately 200 percent of operating pressure for
liquids and 150 percent for gases and shall be at least 125 percent of the relief
valve setting on the system.
All pressure instruments shall be provided with a valves block and bleed manifold,
diaphragm seals, and dampeners as specified in section-6 of Tender document.
Pressure instruments on gas and vapor service shall be mounted above the
pressure tapping wherever possible the tapping shall be located on the top or
side of the equipment.
For pressure switches the repeatability shall be 1 percent of set point, and the set
point shall be internally adjustable. Accuracy should be as a minimum ± 0.5 % of
the range. Switches shall be in accordance with applicable standard.
28.3
Differential Pressure Transmitters and Auxiliary Pressure Instruments:
Differential Pressure Transmitter shall be “Smart “ type two wire ,4-20 mA output
differential pressure transmitter, capacitive or piezo-resistive type with integral
pressure and temperature compensation in accordance with specification. The
quantity and range of the transmitter for meter run shall be adequate to provide
the desired rangeability of 10:1 meter run with out exceeding the maximum
uncertainties of the system.
The overall accuracy of the Differential Pressure Transmitter shall be equal or
better than ±0.1% of the span to suit turndown requirements.
It shall demonstrate that the overall accuracy is maintained under condition of
static pressure shift covering the range from atmospheric to design for the range
of ambient condition changes. This shall be including surface temperature rises
due to tropical sunlight.
Each transmitter shall be complete with integral vent conditions and a 316 SS,
3-valve manifold to permit isolation and zero balancing.
Supplier/Contractor shall provide portable calibrations equipments for use with
the static and differential pressure transmitters.
28.4
Calibration Checks:
Transmitter, receiver and signal conditioner calibration checks shall be performed
by using calibration equipment to simulate 0 %( percent), 25 %( percent),
50 %( percent), 75%(percent) and 100 %(percent) of the instrument input signal
range, adjusting at each setting where necessary. At completion of calibration
check a calibration check/testing shall be completed.
Gas RMS Bib-III
215
If calibration check indicates that the instrument cannot meet the manufacturer's
specification the unit shall be replaced with good one /unit.
29.
Temperature Instruments:
29.1
Thermo wells:
Thermo wells shall be provided for all insertion – type temperature instruments
and indicators.
Sufficient test thermo wells, equipped with plug and chain shall be provided so
that temperature surveys can be made throughout the facilities. As a guideline
thermo wells shall be provided on all lines to and from all heaters, inlet / outlet
pipelines.
Thermo wells shall be 316 series annealed stainless steel constructed from onepiece bar stock machined to a smooth tapered profile to avoid sharp corners.
Thermo well connections to the external side shall be NPT ½ inch threaded and
on the instrument side NPT 3/8 inch threaded . Sufficient lag extensions shall be
used according to insulation thickness
Thermo well immersion depth in piping shall not less than one third and not more
than two thirds of the distance to the centerline of the pipe. Thermowells shall be
installed on the centerline of piping.
29.2
Temperature Gauges:
Locally mounted thermometers shall be bimetallic type with a 125 mm diameter,
adjustable angle, while faced / black marking dials, built – in zero adjustment, and
weatherprove case:
? scale division shall be less than 1/40 of span;
? accuracy shall be ± 1% full scale;
? zero point shall be adjustable;
? fully ambient temperature compensated.
If necessary for operating visibility (i.e. when the temperature measurement point
is more than 3 meter above ground) of gauges in vibrating service, a remote bulb
shall be used with the indicator mounted off the line at a convenient location.
As a minimum, temperature gauges shall be installed as follows:
• On the inlet and outlet of heaters;
• Adjacent to the measurement point of the temperature transmitters or local
temperature controllers.
• Inlet / outlet of pressure regulators or
• In/out gas pipelines of stations.
29.3
Temperature Detectors:
Resistance Temperature detectors (RTDS) are the preferred means of
temperature measurement for centralized control and for multipoint. Three–wire
platinum resistance RTDS shall be used for temperatures up to 649 ºC.
RTDs shall conform to international standards RTDs shall be grade II, 100 ohms
at 0 ºC, a = 0.00385 ohms/ohms/ºC (international)
To measure the same temperature for two different purposes, a dual –element
RTD shall be used
Gas RMS Bib-III
216
29.4
Temperature Transmitters and Switches:
Temperature transmitters shall be of the “smart” type that incorpor
microprocessor based electronics as well as digital interfaces.
The transmitters shall be two–wired devices, loop powered at 24 volts direct
current (VDC). Output shall be 4-20 milli amperes direct current (mA DC) for a 0
percent to a 100 percent process variable change unless otherwise specified on
the instrument data sheets. The primary elements for temperature transmitters
shall be or RTDs.
Temperature switches shall be vacuum filled. Set point adjustments shall be
internal. Switches shall be in accordance with applicable standard.
Switches shall have ambient temperature stability of ± 0.56-ºC maximum set point
shifts per 67 ºC ambient change and a repeatability of 1 percent of range. Switch
dead band shall be less than ± 5% of span.
All capillary tubing shall be armoured stainless steel. Maximum length is 3 meters.
Capillary tubing shall be supported throughout its length.
The range of all temperature instruments shall be selected to ensure that the
normal temperature will be in the middle third of the scale.
29.5
Calibration Checks
Thermocouple (TC) and resistance thermal detector transmitters shall be
calibrated as follows:
* At a minimum of five points (0 %(percent), 25 %(percent), 50 %(percent),
75%(percent) and 100
%(percent) ) calibration as per manufacturer's
specification.
* Upper and lower operating limits shall be verified and adjusted;
* Activation of thermocouple burnout feature shall be checked;
* Thermocouple Instrument shall be calibrated applying increasing and
decreasing
millivolts signals from a potentiometer;
* RTD instruments shall be calibrated using either a precision decade resistance
box or a portable decade bridge.
30.
Calibration:
Pressure Transmitter & Instruments shall be calibrated at three points representing
minimum scale, maximum scale and normal operating pressure.
Pressure and differential transmitters shall be bench calibrated by providing an input
matched against a calibrated standard and monitoring the output with precision meter.
Pressure Indicator, recorder and controllers shall be bench calibrated against a precision
meter.
Draft gauges shall be calibrated using a water using a water column or inclined tube
manometer
Receiver type pressure gauge shall be calibrated with either a manometer or a precision
pressure gauge.
Pressure gauge located on or near reciprocating equipment where vibration hinders gage
reading shall be installed with pulsation dampeners.
F.
31.
Design Basis: Metering and Regulating System .
Codes, Standards and Specifications:
The metering/regulator system shall be designed and fabricated in accordance with this
specification and the applicable provision of the latest edition of the below listed codes,
standards and specifications.
Gas RMS Bib-III
217
In case of conflict between this specification and its associated specifications and the
below codes and standards, Supplier/Contractor shall bring the matter to the
Purchaser’s/Employer's attention for resolution and approval in writing. In all cases the
most stringent requirements shall apply.
Compliance by the Supplier/Contractor with the provisions of this specification does not
relieve him or his responsibility to furnish equipment and accessories of a proper
mechanical design suited to meet the specified service conditions for fabrication and
health and safety.
AGA Reports no. 5
Fuel Gas Energy Metering.
AGA Reports no. 3
Fuel Gas Metering by orifice meter.
AGA Reports no. 7
Gas Metering by turbine Meter.
AGA Report no. 8
Compressibility Factors of Natural Gas and Other Related
Hydrocarbon Fluids.
AGA GMM Part. 9
Gas Measurement Manual, Part 9, Design of Metering and
Regulating Stations.
AISC MO11
Manual of Steel Construction Allowable Stress Design.
API RP 550
Recommended Practice for Classification of Locations for
Electrical Installation in Petroleum Refineries.
API RP 550
Recommended Practice for Manual on Installation of
Refinery Instruments and Control Systems.
ASME
Boiler and Pressure Vessel Code, Section VIII, Unfired
pressure Vessels, Division 1.
ASME B16.5
Pipe Flanges and Flanged Fittings.
ASME B31.8
Gas Transmission and Distribution Piping Systems.
ASTM A36
Standard Specification for Structural Steel.
AWS D1.1
Structural Welding Code.
BS 1904
Industrial Platinum Resistance Thermometer Elements.
ISA S20
Specification forms for Process Measurement and Control
Systems, Primary Elements and Control Valves.
NFPA 70
National Electric Code (NEC)
Relevant clause of Equipment/material Specification.
Tender document
32.
Site and Service Condition:
RMS Site is described in relevant clause of Tender document. Service conditions are
Listed in Process Flow Diagrams (PFD'S) and preliminary design done by the
Purchaser/Employer (Attached P&ID). Supplier/Contractor shall provide the materials
and/or equipment, which are capable of performing their function under the conditions
listed.
33.
System Design Configuration and Components:
33.1
Gas RMS Bib-III
General
Detail design configuration of the metering and regulating systems shall be in
accordance with the Process Flow Diagrams (PFD´S) and preliminary design
done by the Purchaser/Employer (Attached P&ID). The system components shall
be capable of performing the requirements under the conditions detailed in this
specification and associated material specifications.
218
The Supplier/Contractor shall establish a Manufacturing Procedure (MP) and
Quality Control Specification for manufacture and inspection of the systems
describing all proposed operations in their correct sequence with their parameters
of execution.
The Metering/ Regulating unit shall be equipped with all the instrumentation and
equipment detailed in the specification and required by the referenced design
codes and standards.
33.2
Structural
It is preferred that all equipment except for the control panel and related
equipment supplied by the Supplier/Contractor shall be mounted firmly on a
heavy duty field skid. The skid shall be built for specification packaged Assembly,
relevant clause of Tender document
33.3
Scrubbers/ Liquid Separators, Liquid Catchers and Liquid Storage
Liquid Separators shall be provided to Separate liquids, which are carried
through the pipeline during normal operations and in some cases after pressure
reduction.
Liquid collected in the separators shall be discharged to storage tank.
The separators shall be supplied in accordance with the specification given in
relevant Section 7of Tender document.
33.4
Gas Heating System
Gas shall be heated in the cases if the gas temperature drop, caused by pressure
reduction (Joule Thomson effect) exceeds the allowable lower limit at the outlet of
the stations.
A gas heating system shall be provided and the thermal capacity shall be based
on the maximum temperature drop and 100% gas flow through put. In other
words the heating system shall be capable of maintaining the gas temperature of
at least 18ºC down stream of the 1st stage Pressure Regulators under all given
conditions except as otherwise required or stated.
33.5
Pressure Regulator and Pressure Safety Device
The regulators shall be fail to open and shall be designed to produce maximum
noise level of 80 dBA at 1-meter distance.
The Slam Shut Valve shall prevent over-pressure in the downstream pipeline
systems by interrupting the flow in the pressure regulator run in case of a faulty
regulator and shall be installed upstream of the regulators.
Pressure Relief Valves shall be provided if over-pressure in pipeline systems or
vessels either through leaking valves or due to thermal expansion that could
occur.
Gas Pressure Regulators and safety devices shall be supplied in accordance with
the specifications given in relevant Section 7 of Tender document.
33.6
Metering System
The Orifice Metering system shall be designed to measure gas of the given
composition over the range of volumes, pressure, temperatures provided on
specifications.
The meter tubes shall be designed in accordance with the minimum requirements
of AGA Report no. 3 for Orifice Meter. Super-compressibility factor shall be
calculated in accordance with AGA Report no.8.
Gas RMS Bib-III
219
The meter tubes shall also meet requirements of ASME B31.8.
Meter Tub
The length of the upstream tube shall be at least the minimum length
required by AGA Report no.3. The downstream tube shall be at least the
minimum length required by AGA Report no.3 for Orifice Meter.
The orifice meter run shall include a removable spool to enable
inspection of meter tube. The spool shall be as short as possible while
still remaining within the tolerance given in AGA Report no.3.
Chart Recorder:
Three-pen mechanical chart recorder will be associated with orifice
meter.
Bypass Run:
Bypass line shall be provided in accordance with P&ID’s .
34
Flow Computer Panel:
34.1
General
The Flow computer control panel shall be installed in an-air conditioned control
room and in accordance with relevant clause of meter panels of material/
equipment specification.
34.2
Flow computer
Flow computer shall be a microprocessor-based unit. Flow computers shall
perform all required compensation using AGA Retort no.3 in metric/ imperial
customary units Calculations shall be compensated for static pressure,
Differential pressure, temperature and supper compressibility factor.
35.
Safety:
It is the intention of the Purchaser/Employer that operational hazards be reduced to a
minimum. Supplier/Contractor shall use sound engineering judgment in the design,
fabrication, installation, testing and commissioning of the equipment and ensure that it will
perform the required process function without compromising this aim. Piping, valves,
electrical conduit, cable and instrument tubing shall be arranged in such a manner as to
avoid tripping and overhead hazards. Piping, tubing and conduit shall be of sufficient
mechanical strength for standing and shall be protected from personnel traffic.
36.
Surface Preparation and Coating:
Surface preparation and coating shall be in accordance with applicable standard. The
referenced specification applies only to structural steel and piping. Equipment shall be as
per manufacturer's standard painting procedure.
37.
Inspection:
The responsibility for inspection and compliance with this specification rests with the
Supplier/Contractor. Purchaser/Employer reserves the right to inspect materials,
manufacturing and fabrication and to witness tests at any time. Supplier/Contractor shall
provide the required access for such inspections and test witnessing or his representative
inspects it.
38.
Testing:
38.1
Gas RMS Bib-III
General
In addition to the inspection and testing specified in the accompanying requisition
documents, Supplier/Contractor shall also comply with the minimum requirements
specified herein.
220
Supplier/Contractor shall provide to Purchaser/Employer not less than six weeks
prior to the date of ommencement of the gas fiscal metering system test, a
detailed schedule of the tests and sample test record forms for approval. The
tests shall not be undertaken until the test schedule and Purchaser/Employer
approves test forms.
An operating and maintenance manual and final certified copy of as built drawings
shall be provided for the Purchaser’s/Employer’s exclusive use during final works
testing and inspection.
38.2
Mechanical Testing
Testing shall be witnessed by Purchaser/Employer.
Pressure piping testing shall be in accordance with the applicable sections of
ASME B31.8, Design Factor 0.6, Unless otherwise specified.
Structural welding test shall be in accordance with the applicable sections of AWS
D1.1.
Rust-Inhibited water or other approved non-corrosive liquid shall be used for
hydrostatic testing and performance testing.
Process instrumentation, which could be damaged by the elevated hydrostatic
test pressure, shall be removed prior to hydrostatic testing and reinstalled prior to
system performance testing.
Filtered, dehydrated, compressed air or nitrogen shall be used for pneumatic
tests. All instrument gas tubing connectors shall be tested for leaks.
Hydrostatic test pressure shall be per ASME B31.8 and shall be held for a
minimum of 2 hours.
38.3
Pre-Factory Acceptance Tests
Piping and other components shall be dewatered and dried after hydrostatic
testing to achieve a -40ºc dew point.
Calibration of all instrument Items shall be witnessed to ensure the required
accuracy is achieved.
Calibration and test certificates of all Supplier/Contractor-supplied equipment
shall be included in the final test report for Purchaser’s/ Employer's approval and
acceptance prior to shipment. Orifice meters and transmitters shall be calibrated
and tested by an independent body.
The test procedure shall satisfy the requirements of this specification as a
minimum and shall include but not be limited to:
• All wiring shall be tested for insulation and the test voltage shall be compatible
with the wiring being tested (equipment likely to be damaged shall be
disconnected for these tests).
• All wiring shall be tested for continuity against Purchaser/Employer approved
wiring diagrams.
• A 48 hour soak test at an elevated temperature of 50º C shall be carried out on
all solid-state devices under full load conditions. If satisfactory certification of
such tests by the component manufacturer is not made available to
Purchaser/Employer, Supplier/Contractor shall carry out and certify such tests
either on individual components or on the complete system, as agreed with
Purchaser/Employer.
Representative internal
Gas RMS Bib-III
temperatures
and
ambient conditions
221
shall
be
continuously recorded. These tests shall be carried out prior to the simulated
function tests.
• If a component failure occurs, all tests shall be repeated so that all components
have undergone the minimum testing specified.
38.4
Factory Acceptance Tests
Full-simulated function tests of the complete system shall be performed with all
equipment in position and connected to suitable temporary supplies.
Supplier/Contractor shall provide the test simulator consisting of dummy loads with
indication of the status of every output. The test simulator shall only be
connected to the field connection terminals and input/ output interface shall be
individually labeled to facilitate testing. Supplier/Contractor shall obtain approval
of supply unit characteristics and simulated input/ output interface.
All equipment failure modes e.g. fail safe, self-diagnostic; power supply dip etc.
shall be checked.
All equipment shall be tested for radio frequency immunity.
All tests and corrective work shall be recorded, subject to Purchaser/Employer
approval.
Supplier/Contractor shall ensure that all inspections and tests are completed and
satisfactory. Purchaser/Employer reserves the right to back-charge any additional
inspection work if Supplier/Contractor preparations are found to be unsatisfactory
by Purchaser/Employer.
Full functional tests shall be performed on the flow and totalizing computers using
simulated inputs and outputs. The whole system (equipment, computers etc.)
shall be interconnected and powered for this test. This includes the testing of all
data transfer via the RS232 ports.
38.5
Site Acceptance Test
Supplier/Contractor shall certify the installation of the metering system at the
construction site.
Supplier/Contractor must validate the metering system after commissioning. This
shall include a per-start-up, on-site calibration so as to obtain a “First Calibration
Certificate”.
Purchaser/Employer shall witness the validation. The validation procedure must
be submitted to Purchaser/Employer for approval four weeks prior to
commencement.
39.
Documentation:
39.1
Design Documentation
Design Documentation shall be supplied in accordance
documentation. This shall include, as a minimum, the following:
• complete data sheet;
• sizing calculation;
• uncertainty calculations;
• user’s reference list;
with project
• mean time between failure figures for electrical/electronic equipment;
• general agreement and cross sectional drawings, complete with parts list, •
materials of construction and description;
• prices list of recommended commissioning spares;
• prices list of recommended spare parts for two years operation;
• prices list of special tools;
Gas RMS Bib-III
222
• itemized list of Supplier/Contractor’s deviations from specification;
• weights, and
• delivery.
39.2
40
Final Documentation
39.2.1
A manufacturing Record Book shall be complied concurrently with
fabrication such that a full record of the fabrication, materials,
inspection and testing is available.
39.2.2
All items in the Manufacturing Record Book shall be numbered.
Contents shall include, but not to be limited of the following :
• front cover sheet detailing;
project title, equipment title, and equipment item no.;
• index;
• purchase release note;
• purchase order or extract thereof;
• a list of all applicable codes, standards and specifications;
• all drawings and data sheets, “as built”;
• CD containing the configuration and programming software for flow
computer; GC, WBH.
• approved weld procedures, weld procedure qualifications and NDT
procedures;
• summary of approved welders’ and NDT technicians’ qualifications;
• all NDT/PWHT/hydrostatic test reports;
• MTR’s and ETR’s;
• certificates giving accuracy’s for all equipment supplied with these
systems and assuring the quality of the software to be employed;
• photocopy of nameplate(s) and
• final signed Quality Plan.
39.2.3
Operating manuals shall be assembled into an A4 size post binder and
shall contain:
• operating and maintenance procedures;
• commissioning instructions;
• all “ as built” drawings and data sheet referred to in section above;
• schedules of commissioning and operating spare parts for two years
service, and
• programming data and software for the flow computers.
39.2.4
The following should be conspicuously marked on all documents;
• Jalalabad Gas, Sylhet, Bangladesh;
• Bibiyana-III, 400MW Combined Cycle Power Plant, Habiganj.
• Contract/Work Order number, and
• Item number.
Warranty:
Warranty provisions are specified in the standard Terms and Conditions attached to the
Tender Request and apply to the Supplier/Contractor and to sub-contractor/Contractors
and/or suppliers. If modified warranty terms are agreed to between Purchaser/Employer
and contractor, these modified provisions will be incorporated in the work order/contract
41.
Marking and Tagging:
The metering system shall have a tag number as indicated on the data sheets.
Nameplates shall be die-stamped stainless steel plates permanently attached at an easily
accessible port on the skid equipment or instrument. Each major piece of equipment shall
have a tag name describing its function and technical data.
Gas RMS Bib-III
223
The metering system (skid) nameplate shall include the following additional information:
• tag number ;
• Supplier/Contractor or Vendor equipment serial number;
• maximum flow rate;
• maximum design pressure and temperature, and
•hydrostatic test pressure.
Nameplates and tags are required for each vessel, instrument skid, relief valve, control
valve and other component identified by a tag number on the approved piping and
instrument diagrams. Supplier/Contractor shall mark tag numbers on the
Supplier/Contractor’s approval drawings.
42.
Preparation for Shipment:
Unless otherwise noted, preparation for shipment shall be in accordance with
Supplier/Contractor’s standards for export shipping, augmented where necessary to
include the general requirements stated herein.
All items shall be properly packed and protected from damage during shipment. Each
crate, bag or package shall be clearly identified with the contents and identification
symbol.
Exposed machined surfaces shall be coated with easily removable rust preventive.
Supplier/Contractor shall pay particular attention to preserving the integrity of the internal
surface condition of the meter tubes.
All flanged openings shall be protected with steel plate covers attached by proper bolting
and sealed with a neoprene gasket.
Screwed connections shall be protected with threaded forged steel plugs.
Supplier/Contractor shall be solely responsible for the adequacy of the preparation for
shipment provisions employed in respect to materials and applications to insure that
materials arrive at their destination in ex-works condition when handled by a commercial
carrier system.
Supplier/Contractor shall include his standard procedures for preparation for shipment in
his tender for review by Purchaser/Employer. Supplier/Contractor shall also state in his
Tender his recommendations for long term storage (up to 12 months) for both indoors and
open air storage.
The following data should be conspicuously marked on all crates, boxes, and shipping
containers:
• Bibiyana-III, 400MW Combined Cycle Power Plant, Habiganj.
• Contract/Work Order number, and
• Item number.
G.
43.
Construction Specifications: Mechanical/Piping
Scope:
This specification covers the minimum requirements for workmanship and materials used
in the installation of piping and mechanical facilities associated with the construction of
Bibiyana-III, 400MW Combined Cycle Power Plant RMS at Nabiganj Upazila , Habiganj.
.
Gas RMS Bib-III
224
44.
Codes Standards and Specifications:
Piping and mechanical installations shall be in accordance with this specification and the
applicable provisions of the latest editions of the following codes, standards and
specifications.
API Std. 1104 Welding of Pipelines and Related Facilities
ASME B31.8 Gas Transmission and Distribution Piping Systems.
ASME Sec. IXQualification Standard for Welding and Brazing Procedures, Welders,
Brazers, and Welding and Brazing Operators.
45.
Piping:
45.1
General:
Piping systems shall be fabricated, inspected, tested, installed as described in the
project drawings, and in strict accordance with ASME B31.8, and the General Pipe,
Valves and Fittings Specification as applicable.
The Supplier/Contractor shall maintain adequate material control and checks to
ensure that only the correct materials are used on each piping system.
Only proper tools and equipment, operated by qualified personnel, shall be used
during the lifting and setting of piping materials. The Supplier/Contractor shall
comply with the handling requirements and provisions of the manufacturer’s.
Booms, hooks, supports, skids, tie-downs, and similar devices used in lifting of pipe
shall be padded to prevent damage to the pipe, end bevels and coating where
applicable.
45.2
Cleaning:
Piping shall be kept clean and free of all dirt and oily matters.
Prior to welding or spool fabrication, the Supplier/Contractor shall brush each pipe
joint using a full diameter wire brush attached to a cleaning rod or cable to remove
loose mill scale and other debris. After brushing, the remaining foreign material
shall be blown out using 7 (seven) bar compressed air and “air lance”.
After welding or fabrication, piping shall be blown out using 7 (seven) bar
compressed air and “air lance to remove any loose material and weld splatter.
Piping to be installed upstream of flow meters, control valves, or other equipment;
lube oil piping and instrument gas piping shall be wire brushed and swabbed with a
full diameter fabric swab. The brushing and swabbing shall be repeated until no
visible loose mill scale, weld splatter, dirt or rust is evident on the fabric swab.
45.3
Preparation of Pipe and Fittings for Welding:
All pipe ends and faces which are to form part of the welded joint shall be cleaned
to sound metal immediately prior to welding to ensure complete removal of all paint,
grease, dust and any other deleterious matter. Cleaning shall extend for at least 25
millimeters from the pipe edges on both internal and external surfaces.
Prior to thermal cutting, pipe shall be heated to a temperature of between 30º C in
the vicinity of the cut. Field bevels shall be cut by machine tool or by automatic or
semiautomatic oxy–acetylene means only. Manual cuts using oxy-acetylene
torches shall not be permitted.
Burns, small score marks, indentations or other small defects within the joint
preparation area shall at the discretion of the welding inspector, be blended out by
grinding, otherwise, the joint shall be re-prepared. No repairs of bevels by welding
shall be permitted.
Gas RMS Bib-III
225
All cutting swarf or shavings from beveling or cutting pipe shall be collected and
removed from the construction site.
Bevel cut ends shall have dimensions and geometry as per the applicable codes
and standards.
Pipe and heat jumpers shall be transferred to both ends of lengths of pipe cut from
any joints of pipe.
Should any lamination or split end be discovered at the pipe end, either before or
during welding, the joints shall be cut back a minimum of 300 millimeters and rebeveled to the satisfaction of Purchaser/Employer. If the cut back also revels such a
defect, the rest of that full joint shall be removed and clearly marked as defective.
Such joints of pipe shall be stockpiled and records kept of all data and identification
marks on each joint.
45.4
Line-up:
The ends of pipe-to-pipe or fitting-to-pipe shall be aligned as accurately as
practicable. Methods of alignment shall comply with ASME B31.8 as they may
apply.
Line-up clamps shall be used on pipe with a nominal pipe size (NPS) of 2 inches
and larger. Internal line-up clamps shall be used on pipes larger than 16 inch,
except for tie-ins and other prohibitive joints. Spacing tools shall be used with lineup clamps to assure proper joint spacing and to permit full-weld penetration.
Line-up clamps shall be left in place until a minimum of 50 percent of the root pass,
half of which shall be diametrically opposite to the other half, has been completed.
Pipe shall be lined-up to minimum the offset between surfaces. For pipe of the
same nominal wall thickness, the offset due to misalignment shall not exceed 2
millimeters. Any greater offset, provided it is caused by dimensional variations
within prescribed tolerances, shall be equally distributed around to circumference of
the joint, but shall not exceed 3 millimeters unless a transition bevel is used.
Longitudinal seams of adjacent pipe joints shall be offset a minimum of 100
millimeters and placed alternately in the two upper quadrants. Wherever possible,
these conditions shall apply to seam welds in fittings.
Branches, fittings and attachments shall be located such that the toes of welds are
at least 50 millimeters from circumferential or longitudinal welds.
Temporary pipe support used during line-up and welding shall be such as to
minimize stress and sag in the joints being welded. Temporary support shall not be
welded to the pipe.
When tack welds are used for alignment purposes, only a sufficient number shall be
made to ensure that alignments is maintained. Tack welds shall be completely remelted during welding and incorporated into the final weld. Tack welding shall be
performed by qualified welders.
Excessive hammering to align pipe is prohibited. Only hard rubber or other type of
hammers that prevent notching of the pipe wall shall be used. No hammering shall
be permitted once welding has commenced.
45.5
Welding:
45.5.1 General:
Welding may be performed by manual gas tungsten arc and shielded metal
arc or other approved welding process.
Gas RMS Bib-III
226
45.5.2 Qualification:
The qualification of
ding procedures, welders and welding operators shal
be in accordance with the latest edition of API STD 1104 of ASME Boiler
Pressure Vessel Code, Section. IX.
Prior to procedure qualifications, the Supplier/Contractor shall submit written
welding procedure specifications, including repairs, to Purchaser/Employer
for review and approval.
The Supplier/Contractor shall only use welders and welding operators
qualified for the specific approved welding procedure.
45.5.3 Procedure:
Prior to welding, the surface shall be thoroughly cleaned and dried and shall
be free of paint, oil, rust, scale and any other material detrimental to weld
quality. Each weld bead shall be cleaned by power grinding or brushing prior
to deposition of successive bead.
The hot pass shall be applied immediately after the stringer bead is
completed. If the hot pass is not applied immediately after the stringer bead
is completed, the stringer bead shall be inspected and repaired, and the
joint shall be preheated prior to applying the hot pass. Stringer bead repair
and joint preheat shall be in accordance with the approved welding
procedures.
Protective pads shall be used when welding pipe with shop applied coating
to prevent coating damage from weld spatter.
45.5.4 Welds Ends on Valves:
Before welding to weld ends on valves, the Supplier/Contractor shall take
appropriate measures to prevent splatter of other foreign matter from
entering the valve. Prior to welding, internal passage leading to the valve
seats shall be cleaned by blowing with compressed air or by washing with
solvent or detergent. All welding shall be performed with due care taken to
prevent damage to the valve seat assembly and sealing surfaces by the
action of overheating. The Supplier/Contractor shall perform the welding
with the valve in the fully open position.
45.5.5 Welds Defects:
Weld defects may be repaired following procedures described in ASME
B31.8 and the approved welding procedure for repairs as required.
Each weld shall be identified as specified in ASME B31.8. Welding not
clearly identified may be rejected by Purchaser/Employer.
The Supplier/Contractor shall prepare and submit to Purchaser/Employer a
daily report which shall include, as a minimum, the welder’s symbol, total
number of weld defects on one job and weld defects in the last 50 welds for
each welder.
Purchaser/Employer shall review the daily weld defect report and instruct
the Supplier/Contractor of remedial action based on the approved procedure.
45.6
Fabrication:
The Supplier/Contractor may elect to prefabricate piping on site for installation later,
or to install the piping by working in a continuous and sequential manner.
If the Supplier/Contractor elects to prefabricate the piping, he shall be responsible
for the preparation of spool pieces, including adequate cutting lengths to perform
Gas RMS Bib-III
227
the work. The spool pieces shall be prepared in such a way as to minimize the
number of field welds required to install the piping in place.
The Supplier/Contractor may also elect to prefabricate the main piping at a location
remote from the construction site. If so, the work shall be done in a prefabrication
shop that is inspected and approved by Purchaser/Employer.
When two different grades of material are covered by different welding procedures,
the weld shall be made with the procedure for the highest grade material.
The minimum pup joint length shall be 1.0 times the pipe diameter or 150
millimeters, whichever
is
greater,
unless
otherwise
approved by
Purchaser/Employer or required for proper fit-up.
The cutting of 90 degree welding elbows to make 45 degree or non--standard angle
elbows is permitted; provide the cut end is re-beveled as specified, subject to
approval by Purchaser/Employer.
The minimum distance between pipe girth welds and supports shall be as follows:
*
*
*
*
pipe smaller than 4 inches
from 4 inches to 10 inches
from 12 inches to 16 inches
20 inches and larger
300 millimeters
450 millimeters
600 millimeters
750 millimeters
All openings for vents, drains, instruments, controls and other similar connections
made after the piping system is fabricated shall be drilled. No torch cutting shall be
permitted for these openings.
45.7
Installation:
45,7.1 General
The Supplier/Contractor shall prevent contamination to piping during
construction by installing watertight plugs on the end of pipe at the close of
each day’s work.
Unless otherwise indicated on the drawings, piping field welds and
connections shall be performed when the pipe metal temperature is at least
20 oC, but less than 45o C. Pipe metal temperature shall be measured at
each end and at the center of each piping run at the time of tie-in.
Piping connections between equipment and headers shall be started at the
equipment flanges, and then continued toward the pipe rack system or
manifold.
Gravity drain lines shall be sloped as shown on the construction drawings.
Cold springing of misaligned pipe shall not be permitted.
45.7.2 Flanged Connections:
Bolting shall be in accordance with ASME B31.8 as applicable. Flanges
shall be installed such that bolt holes straddle the vertical centerline, except
where equipment flanges are oriented otherwise. Stud bolt threads shall be
lubricated with graphite thread lubricant before installation of nuts. Gasket
and flanges faces shall be thoroughly cleaned of all foreign matter before
installation.
A minimum of 2 (two) threads at each nut shall be exposed after properly
tensioning bolts.
45.7.3 Threaded Connections:
Threaded pipe shall be installed as shown on piping plans, sections and
isometrics.
Gas RMS Bib-III
228
Ends of pipe shall be cut square and reamed. Threads shall be cut using
thread cutting lubricant and shall be straight and to proper length. Threads
shall be wire-brushed to remove burrs. All damaged or substandard threads
shall be rethreaded.
All threaded connections shall be made up tight using Tetra Floro Ethylene
(TFE) tape or approved equal on male threads only.
Threaded unions shall not be installed in straight runs but in offsets to
facilitate installation and removal.
45.8
45.7.4 Supports:
The Supplier/Contractor shall adjust all pipe supporting elements as may be
required during erection and before initial operation.
Pipe supports shall also be adjusted during commissioning and initial
operation. After all piping systems have attained normal operating
conditions; each pipe-supporting element shall be checked in the hot
position and readjustments made.
Final setting shall be inspected, recorded and certified to meet the
requirements of the applicable codes and this specification.
Inspection:
48.8.1 General:
The Supplier/Contractor shall be responsible for the inspection and
documentation of its work.
Purchaser/Employer shall have the right to inspect materials and
procedures at any time during the construction process. The
Supplier/Contractor shall provide the required access for such inspections.
45.8.2 Radiography:
Radiography procedures shall be performed as per ASME B31.8 and
specifications QC Discipline Requirements, as applicable.
When radiography equipment is being used on the site, the
Supplier/Contractor shall ensure that the area surrounding the equipment is
clean and that all personnel are at a safe distance from the radiation source.
The Supplier/Contractor shall confer with the radiography technician to
establish the safety perimeter.
Full circumferential radiography shall be performed on a minimum of 100
percent of the welded joints as follows:
- lines with ANSI 150 and higher ratings;
- piping for process gas service, and
-field tie-in welds and field welds of mating shop-fabricated piping spools.
Purchaser/Employer reserves the right to have any or all welds nondestructively tested.
Lines containing air and drains to atmosphere shall not be radiographed.
Procedures for radiography girth welds shall be such that conclusive images
of the entire welds are available. Welds of a size or type preventing
conclusive radiographic images, such as branch connection welds, shall
undergo magnetic particle, dye penetrate, or ultrasonic examination as
approved by Purchaser/Employer.
Where examination of any type shows a weld fails to meet code
requirements, examination shall be made of two more welds made by the
Gas RMS Bib-III
229
same welder. If either of the additional welds fails to satisfy the code,
Purchaser/Employer may reject all work by the welder. Repairs to defective
or rejected work shall be at the Supplier/Contractor’s expense.
The Supplier/Contractor shall maintain a daily log of all inspected welds and
the disposition of welds. Records shall be traceable to a specific weld,
welder identification, and location. The radiographic record system shall be
submitted to Purchaser/Employer for approval.
45.9
Hydrostatic Testing:
45.9.1 General:
All piping components shall be checked for correct pressure ratings before
hydrostatic testing. The Supplier/Contractor shall hydrostatically test all
process piping in accordance with applicable ASME B31.8 requirements
and specification QC Discipline Requirement.
Pumps, gauges and non-in-line instruments shall be tested as part of piping
system unless otherwise directed by Purchaser/Employer.
Control valves and in-line instruments shall be tested as part of the piping
system unless otherwise directed by Purchaser/Employer. Low-pressure
portions of control valves and instruments shall be protected from overpressure during test. Rotating spool pieces or removing valves shall be
subject to approval of the Purchaser/Employer.
Instrument gas lines, as well as vents and open drains shall not be hydro
tested.
The Supplier/Contractor shall provide the necessary tools and apparatus to
generate a permanent record of pressures and temperatures applied during
the test period. Temperature recording instruments shall accurately
measure water temperature along the total length of the test segment.
The Supplier/Contractor shall submit all test plans, hydro test testing forms,
procedures and details to Purchaser/Employer for approval.
High point vents and low point drains shall be installed subject to approval of
Purchaser/Employer.
The Supplier/Contractor shall furnish a strainer with a 100-mesh filter to
prevent pumping mud and other foreign materials into the pipe during the fill
operations.
Girth weld and other fabrication welds shall not be painted or coated prior to
hydrostatic testing. Pipe mill produced seam welds may be painted prior to
hydrostatic testing.
45.9.2 Test Medium:
The test medium shall be water for all piping. Water used for hydro testing
shall be fully deoxygenated to 20 ppb maximum dissolved oxygen and
treated with bactericide to kill sulphate-reducing bacteria before use. Water
quality and chemical addition programs shall be specified by the
Supplier/Contractor and approved by Purchaser/Employer.
The Supplier/Contractor shall be responsible for filling, removal and
disposition of all test waters. Temporary drain points may be installed where
approved by Purchaser/Employer. Any drain points shall be plugged and
seal-welded as directed by Purchaser/Employer.
Air from the test segment shall be completely removed before pressurization.
The test shall start after the water temperature has stabilized. The test shall
Gas RMS Bib-III
230
be postponed if weather conditions do not permit stabilized test
temperatures.
45.9.3 Duration:
The test pressure holding time shall be minimum 2 hours. Additional time
may be necessary to conduct an examination for leakage.
45.9.4 Valves:
When a piping system of one rating connects to a piping system of a
different rating at a valve flange, the valve shall be included in the test of the
system with the greater rating. When a piping system terminates at a
screwed valve, this valve shall be included in the test with the other end
plugged. All plug type valves shall be greased prior to hydrostatic testing.
Testing shall be performed with valves open.
On completion of hydrostatic testing, the Supplier/Contractor shall ensure
that the body cavities of all valves are free of water. This shall be done by
injecting sealant into the valve, using methanol to absorb the water, followed
by an application of glycol.
45.9.5 Leak Detection and Repair:
The Supplier/Contractor shall be responsible for reading, recording and
analyzing pressure and temperature data to determine whether leaks are
present in the piping. This activity shall be witnessed by
Purchaser/Employer. All leaks shall be located and repaired by the
Supplier/Contractor.
Above ground piping shall be visually inspected during hydrostatic test for
evidence of leaks.
After any leaks or failures disclosed by the pressure tests have been
repaired, the test shall be repeated until the pressure can be satisfactorily
maintained and is accepted by Purchaser/Employer.
45.9.6 Certified Records:
A certified record of test pressures, temperatures, time, pressuretemperature variation calculations and test notes shall be furnished to
Purchaser/Employer as part of the as built records.
45.9.6 Cleaning and Drying:
After removal of all test water the piping shall be cleaned and dried by
blowing dry compressed air through the line, until no free water is evidenced
at any low point drain and a dew point of at least – 40 o C is achieved.
The test section shall then be closed in and allowed to stand for 24 hours,
after which the low point drains shall be rechecked for free water and the
dew point rechecked.
45.10 Pneumatic Test:
45.10.1 General:
Pneumatic (instruments gas) supply and signal piping not subject to
mainline pressures shall be tested pneumatically, and connections shall be
checked for leaks by soap bubble tests or other methods approved by
Purchaser/Employer.
Gas RMS Bib-III
231
45.10.2 Air Blowing:
The Supplier/Contractor shall air blow all instrument gas lines with
compressed air dried to a dew point of –23 o C, supplied at 150 psig in such
quantities as to dislodge and eject from the piping all debris and/or residue
left in the lines.
All instrument gas lines shall be blown in such a manner as to prevent
contamination of previously accepted lines. All lines shall be blown until
there is not evidence of dust or debris escaping from the lines during blow
down and until the exhaust air has a dew point of –7 o C or below.
The Supplier/Contractor shall submit a blow down diagram to
Purchaser/Employer that designates which lines will be blown down and the
sequencing to ensure that all interconnecting lines are cleaned.
Nitrogen may be used in lieu of air for blowing the instrument gas lines.
45.10.3 Pneumatic Leak Test:
The Supplier/Contractor shall test all instrument gas lines for leaks after air
blowing and before commissioning. Oil-free air or nitrogen shall be used to
pressurize air pipe to the specified operating pressure.
Tests shall be in accordance with ASME B31.8.
After pressurization of lines, the Supplier/Contractor shall bubble-test every
connection with a soap solution.
To facilitate the bubble test, the gap between facing flanges shall be sealed
with tape around the circumference of the flange, and a pinhole shall be
punched into the tape. The pinhole shall then be bubble-tested for leaks.
45.11 Adjustment and Tightness Guarantee:
The Supplier/Contractor shall remedy all leaks in the piping system and system
appurtenances that may develop during hydrostatic and pneumatic testing and precommissioning. All pipe shall be guaranteed by the Supplier/Contractor to be leaktight at the design temperature and pressure.
45.12 Painting:
External metallic surfaces shall be cleaned, primed and painted in accordance with
applicable painting standards. Surfaces that will be insulated shall be primed by not
top-coated.
Fabricated piping, excluding areas with 75 millimeters of a fabrication weld, may be
painted prior to hydrostatic testing. Fabrication welds shall be hydrostatically tested
prior to painting.
46.
Mechanical:
46.1
Installation:
After the piping has been installed, the equipment flanges shall be checked with a
feeler gauge for proper face alignment. When the flange stud bolts are tightened,
no equipment misalignment shall be permitted. Flanges shall be aligned so that
when the stud bolts are loosened, the studs may be removed freely.
The Supplier/Contractor shall thoroughly clean and check equipment foundations
for level, dimensions and anchor bolt locations before installation of equipment.
Skids and base plates shall be inspected and cleaned of all scale, rust, grease, oil,
or other matter that could prevent adequate bonding of grouting before placement
in the foundation.
Gas RMS Bib-III
232
Grouting of equipment shall be in accordance with the project documents and shall
be poured only after equipment alignment has been set at the elevations specified
on the drawings.
The Supplier/Contractor shall follow manufacturer’s specific requirements for the
installation and alignment of equipment.
Equipment alignment shall be rechecked after equipment is secured to the
foundation, and again after ancillary equipment and piping are installed.
After grout has cured, disassembled equipment components shall be installed and
equipment secured in place as per the manufacturer’s directions.
Electrical components and instrumentation shall be installed in accordance with the
project documents.
46.2
Checklist:
After installation and before testing, the Supplier/Contractor shall inspect and pretest the equipment and prepare a checklist to ensure compliance on a point-bypoint basis with the manufacturer’s installation and testing procedures. The list shall
include a summary of all adjustments and corrective actions performed.
Purchaser/Employer will sign off each such completed action.
The Supplier/Contractor shall provide a written log of all tests performed, including
time of test and results.
As build Documentation:
47.
The Supplier/Contractor shall provide “as built” information consisting of revision to each
piping drawing and isometric, complete with field notes and reports to accurately document
the installation of the equipment and piping system. Supporting field notes and reports shall
include:
•
•
•
•
•
•
Notes identifying all field changes required to correct errors found in existing drawings.
A record of the location and dimension of all underground piping, fittings, valves, concrete
supports, cable banks and foundations.
Field welds logbooks and radiographic logbooks.
Flanged joints bolting reports showing bolts furnished, torque applied, gaskets furnished
and leaks found.
The location of changes in pipe grade, wall thickness, size, welding procedure and test
pressure.
The location of all valves, instrument fittings and instrument connections.
H.
48.
Construction Specification: Electrical
Scope:
This specification covers the general requirements for the equipment materials and
design of electrical installation for operating the Flow Computer of Bibiyana-III,
400MW Combined Cycle Power Plant , Habiganj.
49.
Codes Standards and Specifications:
The electrical installations shall conform where applicable to the latest edition of the
following codes standards and specifications.
API RP 500 Recommended practice for classification of locations for Electrical
Installations at petroleum Facilities.
IEEE
Gas RMS Bib-III
Institute of Electrical and Electronic Engineers
233
IEC 79-10
Electrical apparatus for explosive gas atmospheres, Part 10: Classification
of hazardous areas
IEC 364-5- Electrical installations of buildings Part 5: Selection and erection of
54
electrical equipment Chapter 54: Ear thing arrangements and protective
conductors.
50.
NEMA
National Electrical Manufacturers Association
NFPA 70
National Electrical Code (NEC)
UL
Underwriter’s Laboratories
Area Classification:
The pipeline facilities shall be classified in accordance with the application sections and
latest editions of API RP 500 and IEC 79-10.
All equipment and materials shall be listed and labeled by Underwriter’s Laboratories (UL)
or IEC equivalent for usage in designated area classifications.
51.
General:
These specifications are intended to supplement the construction drawings and to serve,
as an installation guide for activities not detailed on drawings .In the event of conflict
between these specifications and the drawings the information shown on the drawings
shall govern.
In the absence of any specification covering an installation activity the construction
manager shall be consulted.
52.
Power Supply and Electrical System Design:
General electrical system shall utilize the voltages and frequencies indicated inTable-1
Supplier/Contractor is to determine if sufficient and reliable electrical power is available at
the site. Also the Supplier/Contractor should be aware of wide voltage variation of the
nearby power source. As such Voltage stabilizer equipment shall be installed. Maximum
variation allowed at secondary may be 230/440 ±10% (static), 230/400 ± 15% (dynamic).
Voltage drop on motor starting shall be limited to 10 percent.
Voltage drop on feeders shall be limited to 3 percent and a maximum overall voltage drop
of 5 percent from service equipment (i.e. motor control center) to final utilization
equipment.
The main power supply shall be obtained by the Supplier/Contractor from the 400MW
Combined Cycle Power Plant source. A temporary connection from nearby PDB source
may be taken if required by the Contractor/Supplier. A UPS system shall be installed to
provide 8 hours back up power supply for the critical equipment like instrumentation, Flow
computer and its control panel, printer and safety systems for the RMS. The out put
voltage shall be 24V DC.
The power feeder shall run from the 400MW Combined Cycle Power Plant source to a
Power Distribution Board (PDB) located in the control building. The power distribution
board (PDB) shall distribute power to plant / building lighting, station process and control
equipment and UPS charger.
53.
Electrical System Requirements:
The electrical system shall utilize the voltages and frequencies specified in the design
basis
The voltage spread at the motor terminal of three phase motors shall be no more than + /
-5 percent, The voltage spread at lighting fixtures shall not exceed +/-5 percent of the
rated lamp or ballast voltage.
Gas RMS Bib-III
234
The voltage drop in cables shall not exceed the following in percentage of system nominal
to neutral voltage:
• All motor feeders: 3 percent at full load current and 10 percent at full voltage locked
rotor current.
• All other feeders: 3%(percent) at full load;
• Lighting feeders: 1%(percent), and
• Any branch circuit (including lighting): 2 percent
The total voltage drop in any complete circuit shall not exceed 5%(percent) from the point
of service to the utilization equipment. The voltage drop shall be calculated based on the
minimum short circuit level of the supply.
54.
Distribution Equipment:
54.1
Motor Control Centres
Motor control centers shall be required to provide power and control to motor
loads. Equipment and circuits operating on a system voltage indicated in table 1
shall be controlled and protected by starters and other devices grouped in factory
built motor control centers located in the control buildings.
Starters and other devices shall be arranged in individual compartments, fed by
bus bars.
Motor starters shall be combination type with motor circuit protector (MCP)
adjustable trip breaker and be furnished complete with an integral control power
transformer and three overload elements.
Contactors shall be magnetic, combination, circuit breaker type, and thermal
magnetic circuit breaker, complete with integral control power transformer.
54.2
Feeder circuit breakers shall be molded case thermal magnetic.
Power Distribution Board (PDB)
In general, Power Distribution Board for power and lighting are three phases four
wires rated for the voltage levels 230/400 VAC, 50 Hz - 3 phase, 4 – wire with
main circuit breaker and 20 ampere minimum branch circuit breakers.
Power Distribution Board shall be located in the control buildings.
Power Distribution Board shall be installed at a height not exceeding 1.8 meters
from the floor or walkway to the centerline of the topmost breaker. Branch circuit
breakers shall be sized to permit circuit loading to a maximum of 80 percent of
rating.
Equipment Receptacles Outlet receptacles shall be rated for the voltage levels
indicated in Table 1 and installed in all control building.
Receptacles are not required to be located in general yard and process areas.
Power transformers shall be built in accordance with IEC publication 76.
Lighting and distribution transformers shall be three-phase delta primary, Wye
secondary or single-phase indoor open ventilated dry type, 1500 C rise with two
2.5% full capacity taps above and four 2.5% full capacity taps below nominal
voltage.
Gas RMS Bib-III
235
54.3
Uninterruptible Power Systems:
Backup power for Flow computer, Transmitters, programmable logic controlle
(PLC) and printer shall be provided from a dedicated UPS. No general purpose
lighting fixtures, convenience outlets or other type of utility outlets shall be
connected to these UPS circuits. UPS power outlet receptacles shall be colorcoded orange.
The UPS system components shall be self-contained with the appropriate sized
batteries, battery chargers and manual bypass switch.
54.4
55.
The UPS battery system shall consist of sealed lead calcium or nickel cadmium
maintenance free batteries that are suitable for installation in control room
environments and do not require special ventilation. Battery system capacity
shall be sized for minimum 8 hours of backup power
The UPS system shall be sized according to load requirements. Input power to
the UPS shall be fed from the motor control center or PDB. The UPS and battery
systems shall be located in the control buildings.
The total load shall not exceed 80 percent of the UPS full load rating.
DC power required for instrumentation and /or other electrical loads shall be
provided by the package vendor.
Motors (For Heater):
Power to motors shall be supplied by a motor control center or by individual wall
mounted combination starters located in the Heating Skid.
All motors shall be rated for continuous duty with a minimum 1.15 service factor
and shall meet the requirements of IEC Standards for use in the applicable
classified areas
Motor winding insulation shall be type required by IEC or NEMA. Motor windings
and construction shall be rated for tropical environment.
Oil lubricated bearings shall be equipped with a device for visible indication of oil
level.
Grounding:
All metallic structures vessels, conduit duct banks, manholes, cable tray, fencing and
electrical equipment shall be permanently and effectively grounded to provide safety and
protection for personnel and equipment. All grounding installations are to comply with IEC
publication 364-5-54.
Maximum resistance to ground shall not exceed 5 ohms. The grounding systems shall
consist of grounding electrodes, ground loops, ground grids, deep wells and connections
to all equipment requiring grounding.
Main grounding cables shall be installed stranded annealed copper cable not smaller than
no 4/0 American Wire Gauge (AWG). Taps shall consist of insulated or bare copper cable
not smaller than of 2 AWG.
Motor and equipment rated above 600 volts shall have a minimum of 2 (two) ground
connections from the terminal enclosure to the ground grid. All motor control centers,
switch gear and large equipment shall have a minimum of 2 (two) ground connections one
at each end of equipment.
All above ground grounding connections shall be bolted to equipment or structures by
means compression connectors. This includes such equipment and structures as meters,
skidded equipments junction boxes control stations, building columns, pipe racks and
structural steel.
Gas RMS Bib-III
236
Where soil resistively measurements show that individual grounding electrodes will not
achieve maximum 5 ohms resistance to ground a ground grid shall be installed consisting
of a main cable loop connecting distributed grounding electrodes and branch cables
connecting individual facilities and a deep well anode bed.
Exposed ground cables shall be protected with short lengths of Schedule 40 or Schedule
80 PVC conduit where there is substantial risk of mechanical damage when installed so
as to minimize mechanical injury.
Station grounding shall be isolated from pipeline grounding by insulated flanged or unions
at connection points to the main line. A separate equipment-grounding conductor shall be
furnished in all power cables and conduit runs.
Grounding conductors shall be bare stranded copper or with green insulation. All buried
connections to ground electrodes and cable shall be by means of exothermic welding or
compression connectors.
All shielded instrument cables shall have the shield drain wire connected to ground at the
main control panel terminals. Should wires and shields shall be isolated from ground at
the transmitter or sensing end. At all junction boxes, the shields shall be connected as if
they were a continuous conductor.
Equipment capable of accumulating a static charge (i.e. storage tanks, heat exchangers,
process vessels) shall be grounded to a connection to the ground network or by bonding
to a grounded metal structure.
Ground rods shall be copper clad steel, minimum 3 meters long ¾ inch diameter. Ground
rods are to be located a minimum of 4.5 meters from all piping. Grounding bushings with
insulated throats will be used on all conduit ends.
Connections between ground rods and ground grid shall be accessible for inspection and
testing through the use of ground wells.
56.
Cable Tray:
Cable tray systems shall be installed using the tray sizes designated of the construction
drawings.
Cable trays shall have strong rigid supports such that they
• Will have no deflection exceeding 6.35 mm with maximum cable loading
• Can resist vibration, and
• Can support full load of cables plus an additional 113 kg at mid-point of supports (on 4.6
meters centers)
No cable tray shall be installed which has been crushed, deformed or damaged in any
way.
No cable tray shall be installed within 6 inches of the insulation on hot process or steam
lines.
The end of each field cut section of cable tray shall be reamed and filed to remove burrs
before assembly.
Site fabrication and cutting of sections shall be kept to a minimum. For sections that are
fabricated or cut of site all sharp edges shall be filled smooth to eliminate projections that
may damage cable.
Installation and routing of the cable tray shall be in accordance with the construction
drawings. The installation shall be neat, level and plumb both horizontally and vertically.
Multiple trays shall be run parallel, evenly space and in a straight line unless noted
otherwise on the drawings.
Gas RMS Bib-III
237
Cable trays shall be bolted or clamped to supports. For long span installations where
there is only one support per cable tray straight section the splices shall be located at
points on quarter of the distance between supports where the load stresses on the side
rails will be at a minimum.
Only the material listed on the drawings shall be used. Substitution of inferior quality
material is not acceptable.
Cables shall be secured to trays at 1-meter intervals on vertical trays and 3-meter interval
on horizontal trays with cable ties.
Cable trays shall be supported when routed vertically at a minimum of every 610 mm.
Cable tray covers shall be installed on all exterior cable trays and where cables in interior
tray are exposed to physical damage.
57.
Rigid Galvanized Steel Conduit (If Required):
Rigid galvanized steel conduit shall be used in all locations specified on the construction
drawings. Underground conduit shall be rigid galvanized steel with PVC coating or
Schedule 40 or Schedule 80 PVC with a minimum 51 mm concrete cover.
Minimum size of conduit shall be ¾ inch except that on pipe racks the minimum size shall
be 2 inches to span 4.9 meters with supports.
Conduit connections to junction boxes shall be made using insulated watertight threaded
hubs or factory threaded hubs.
All rigid galvanized steel conduits shall have metric standard threads, or ANSI standard
threads tapered 0.75 inch per foot and shall be factory cut or field cut with dies designed
specifically for the type of conduit being threaded. Aluminum threading dies shall not be
used on steel conduit. Continuous running threads are not acceptable.
To minimize sparing if fault current flows through the conduit system the conduit joints
shall be made up wrench tight.
Crouse – Hinds type ST-L thread compound or equal thinned with lightweight motor oil
(SAE 30) to the ratio of-2-to 1 (oil –to-compound) shall be applied to conduit threads
before make up.
After make up the exposed field cut threads shall be cleaned of thread compound..
Bends in 1 inch and smaller hot-dip, galvanized conduit shall be made with manufacturerapproved bending tools. Bends in 1 ¼ inch and larger hot dip galvanized rigid conduit
shall be made with hydraulic or mechanical benders designed specifically for the type of
conduit being bent. The effective internal diameter of the conduit shall not be reduced in
the bend.
The centerline radius of a field bend shall not be less than 7.5 times the nominal conduit
diameter
Conduits shall be installed in a workmanlike manner, level and plumb both horizontally
and vertically neat and uniform bends and offsets, with repaired wrench marks and with
multiple conduit runs parallel to one another and in a straight line.
Conduits shall be supported at such intervals as required to prevent objectionable sag.
Support for rigid galvanized steel conduit shall be as per IEC recommendations.
Conduit support materials shall be compatible with the type of conduit used in the
specified atmospheric conditions. The following are acceptable support methods for hot
dip galvanized rigid steel conduit installation in the order of preference.
Gas RMS Bib-III
238
• Hot –dip galvanized Uninstructed or equal channel with hot dip galvanized hardware.
• Hot-dip galvanized or stainless steel/ u-bolts/ and nuts and
• Galvanized, one hole, malleable iron conduit straps with countersunk stainless steel
or hot dip galvanized bolts and nuts (not to be used for supporting horizontal runs on
the underneath side or outside of structural members).
58.
Flexible Metallic Conduit (If required):
Flexible metallic conduit with a PVC jacket shall be used in Zone-2 (class-1, Division-2)
area, and non-hazardous areas at locations where flexibility is required.
Terminations of flexible metallic conduit shall be made using connectors that are matched
to the flexible conduit so as to provide ground continuity. Outdoor terminations shall be
waterprove.
The minimum length for flexible conduit shall be 457 mm for straight runs and 310 mm for
angled runs.
Connections to junction boxes or terminal boxes shall be rigid.
Flexible connections to arc marking devices in a Zone-2 (Division-2) area, having integral
terminal chambers shall be fitted with a conduit seal and union adjacent to the device.
Flexible connections to are marking devices in a Zone-1 (Division-2) area, without integral
terminal chambers, shall have a condulet/close-nipple to the device to make wiring
connections and conduit seal located adjacent to the don culet. Flexible connections to
devices in Zone-1 or 2 (Division-1) areas shall be explosion – prove.
59.
Electrical Metallic Tubing:
Electrical metallic tubing (EMT) may be used only in concealed, dry areas where not
subject to mechanical damage. Minimum size shall be ¾ inch for home runs.
EMT fittings shall be steel compression-type fittings. Die cast
fittings are not acceptable.
EMT, which is 1 inch and smaller may be bent using a manual bender. EMC 1 ¼ inch and
larger shall be bent using a hydraulic bender manufactured specifically for bending EMT.
Where EMT must be field cut, the end of each EMT shall be reamed and filed to remove
burrs before assembly.
60.
Wire and Cable:
60.1
Wire and Cable Electrical circuits shall be installed in accordance with the
construction drawings using one of the following methods.
• Single conductor or multi conductor insulated and jacketed wires or cables
drew in conduit minimum no 12 AWG and no 14 AWG for instrument and
control.
• Multi conductor insulated tray rated cables installed in cable trays or direct
buried. Metal clad cable shall be used where cable is direct buried or subject
to mechanical damage.
• Type SIS, 90ºC rated 600 volts, tinned copper and sized for the applications
shall be used for internal wiring in equipment.
All wire and cable shall be continuous without splices from origin to termination
as far as practicable where splices are equaled they shall be made in approved
junction boxes. No splices or repaired wires or cables will be permitted within
conduits or cable trays between approved junction boxes or between pull points.
No wire or cable with damaged i8nsulation or jacket shall be installed.
Gas RMS Bib-III
239
All multi conductor armored cables shall remain sealed until immediately before
termination.
Maximum cable bending rail shall not be less than indicated in the following table
expressed in terms of multiples of cable diameters.
Cable
Minimum Radius
1 inch OD or less
10/64 inch insulation or less
11/64--20/64 inch insulation
3
4
times OD
times OD
5
7
8
times OD
times OD
times OD
8
times OD
1 –2 inch OD
10/64 inch insulation or less
11/64 20/64 inch insulation
21/64 inch insulation or more
Control cables
19 conductor and larger
Flat type and wire armored cables, 12
single conductor or multi conductor
times OD
Tape shielded cable
12
times OD
10
12
15
times OD
times OD
times OD
Shielded cable
Not more than ¾ inch OD
Not more than 1 ½ inch OD
More than 1 ½ inch OD
Conductors in vertical cable trays shall be supported by strapping the conductors
directly to the cable tray rungs with insulated tie wraps or by clamping in isolated
blocks fastened to the trays.
60.2
Cable installation in T ray:
Cables shall be laid in place or pulled with a basket type (Kellems or equal)
pulling grip, Care shall be exercised when pulling the cable to avoid damaging
the tray and cable.
Cable shall be laid in single layers and parallel in the tray with no twists or
corroders. Cables shall be spaced from each other by a distance of not less than
one fourth of the cable diameter.
In general all cables shall be run in continuous lengths from the point of origin to
their destination. Where splices or taps are necessary they shall be made in as
approved junction or splice box.
61.
Splices, Taps and Terminations:
All splices, taps and terminations of 600 Volts or less insulated conductors shall be made
using crimp-type compression sleeves, insulated ring-type lungs. The compression fittings
used shall
be compatible metallurgical with the conductor material and shall be
compatible with the wire, crimpling tool and terminal strips. Silver-plated copper body
fittings shall be used on copper conductors only. No aluminum shall be allowed.
Six hundred volt cable connections requiring field installed insulation shall be wrapped
uniformly with rubber tape to a minimum thickness of twice the cable insulation thickness
and then covered by two layers minimum of neoprene tape, Scotch no 88 or equal,
applied snugly but not stretched.
Gas RMS Bib-III
240
Connections to the 5 kilovolt and 15 kilovolt-shielded cables shall be made with stress
cones. The 5 kilovolt and 15 kilovolt connectors shall be made in accordance with the
cable and stress cones manufactures recommendations.
Thermocouple wires shall not be spliced. Duplex thermocouple wires shall be continuous
from the thermocouple heads to the receiving instruments. Thermocouple terminal blocks
shall be compatible with the alloys of the thermocouple extension wires and the multi
conductor thermocouple cables attached thereto. Thermocouple extension wires will be
terminated bare (no lungs).
Every wire and terminal point shall be clearly marked colour coded and / or numbered to
correspond with drawings.
No more than two conductors may be terminated under one screw.
Wiring harnesses to terminal strips shall be so formed that rerouting is possible.
Spare conductors shall be taped and bundled together with sufficient pull out for the most
distant terminal in the panel.
Slip on plastic markers shall be used (Raychem or Brady sleeve typewriter/printable type).
Information on wire markers shall be typed. Hand written labels are not acceptable.
All lighting panel circuits shall be permanently labeled on panel door.
62.
Conduit Fittings (If required):
62.1
Conduit fittings, junction boxes, unions, seals and device enclosures shall be
installed as shown on the drawings.
All fittings installed shall be new, unused and in good condition.
Substitution of material shown on the drawings will be permitted only if the
replacement material is of the same type and size as the original material
specified. Vapor – tight and explosion-prove materials shall not be
interchangeable.
Ground joint and threaded covers of explosion prove fittings and device
enclosures shall be coated with. Crouse Hinds “ ST-L “ or equal, thread lubricant
to prevent corrosion of the ground joint surfaces and to prevent galling of the
threads.
No threaded fitting with a cracked hub shall be left in the final installation.
All covers shall be secured in place and all unused threaded openings shall be
plugged.
During construction, open conduits and fittings that are outdoors shall be plugged
or covered to prevent the entrance of rain water when there is a possibility that
electrical current carrying devices might be subjected to exposure to water.
Threaded conduit connections to conduit fittings, function boxes, union’s seals
and device enclosures shall be made up wrench-tight. Hand tight assembly is not
acceptable.
62.2
Junction Boxes
No. holes shall be drilled through the body of an explosion prove /Intrinsic safe or
vapor-tight junction box for mounting the box or mounting internal devices in the
box. Internal devices may be mounted by means drilled and tapped holes (drilled
only partly through), epoxy cement or contact cement. No top entry of conduit into
junction boxes shall be permitted.
Gas RMS Bib-III
241
Junction boxes shall be installed in locations such that the covers and internal
wiring are easily accessible.
Care shall be exercised in the placement of spliced wires in junction boxes so that
the wire or joint insulation will not be injured when the cover is fast ended to the
box.
Internal wiring in large enclosure shall be done in a neat orderly manner
particularly if relays and terminal blocks comprise part of the internal equipment.
All wirings shall be square with the sides of the enclosure and shall be neatly tied
in bundles or placed in prefabricated wiring troughs. All wires shall be tagged as
shown on the drawings with wire markers.
62.3
Conduit and cable seals
Seals/cable glands shall be installed to prevent passage of hazardous gases in
the conduit or cable systems from an unclassified to a classified location and to
prevent entry of water into a enclosure.
Pouring of seals shall be delayed until all circuits passing through the seals have
been verified as being correct. At that time, the wires passing through the seals
shall be packed with fibers of suxseal to prevent sealing compound from draining
into the conduit systems or enclosures. It is very important that seals above
enclosures containing control devices be properly packed (dammed) before
pouring the sealing compound in order to prevent the compound from draining
into the devices.
62.4
Unions
Both halves of unions installed in conduit systems should be accurately aligned
before attempting to tighten the union nuts so as to preserve the explosion prove
rating of the unions in hazardous areas. Conduit unions are not designed to be
waterprove hence care should be observed in their installation. Unions installed
outdoors above seals, fittings or enclosures shall be installed so that the union nut
is non the top of the union. After the union nuts is tightened, the clearance
between the top half of the union and the conduit shall be packed with a sealing
compound to prevent moisture from entering the union.
Union may be used to facilitate installations at locations not shown on the
drawings.
62.5
63.
Breathers and Drain.
Conduit systems and device enclosures shall be equipped with drain fittings at
low points.
If the enclosure is not equipped with a moisture drain at least one of the entry
conduits shall be fitted with a continuous moisture drain, Moisture drains shall be
screen-covered to prevent entrance points for vermin.
Horizontal conduit connectors shall be arranged to drain away from the enclosure.
Motor Control Centres Installation:
The motor will be used for the operation of the gas heater, burner & other equipments (if
required) of the skid for which the floor or foundation supporting the motor control centre
shall be level and smooth. Anchor bolts and hold down clips will be required only if the
motor control centre is to be installed outdoors or subjects to high winds or severe
vibration.
All plug in modules and blank panels of the motor control centre shall be removed and a
complete inspection shall be made of the structure after setting in place. All buses, bus
supports and structure bolts shall be tested for tightness and a visual inspection shall be
made for damaged bus supports, buses and for debris in the area of the buses.
Gas RMS Bib-III
242
64.
All plugs in units shall be inspected for tightness of factory cable connections before
reinstallation in the motor control centre.
All wiring shall be checked for loose connections and tagging in accordance with the
manufactures final approved as built drawings
All external feeder cables shall be checked for proper phasing continuity and insulation
resistance phase to phase and phase to ground before connection to end devices using a
direct current mugger.
Motors shall be checked before connection to feeders for resistance to ground. Motor
phase rotation shall be checked at this time using a phase rotation meter. If a phase
rotation meter is not available, phase rotation shall be checked by emerging after feeders
have been connected. Assure that all motor driven pumps are uncoupled before testing
with this method.
Circuit Breakers and Starters:
64.1
Circuit Breakers, fused and Disconnects and Fuses:
All plug in units containing circuit breakers fused disconnect switches or fuse
blocks for control circuits shall be checked as follows to assure that they conform
to construction drawings and manufacturers approved fabrication drawings.
Switches or fuse blocks for control circuits shall be checked as follows to assure
that they conform to construction drawings and manufacturers approval
fabrication drawings.
• Circuit breakers shall have the number of poles voltage and ampere trip rating
as specified. Circuit breakers with adjustable instantaneous magnetic trips
shall be set as indicated on the drawings. Trip settings shall be adjusted
upward one step at a time should the circuit breaker trip under operating
conditions until the circuit breaker holds on inrush.
• Fused disconnect switches are fuse blocks for control circuitry shall be of the
number of poles voltage rating and ampere rating as indicated on the
drawings.
64.2
Combination Starter Circuit Breaker:
All plug in units containing combination magnetic starter and magnetic only circuit
breakers shall be checked to assure that they conform to construction drawings
and manufacturers approved fabrication drawings.
Magnetic starters shall be of the correct number of poles, voltage rating and ICE
(or NEMA) sizes as indicated on the drawings, with the starter foil voltage
corresponding to the secondary voltage of the control transformer . Assure that
the control transformer is of the proper voltage rating and is sized to
accommodate any additional burdens such as motor space heaters. The correct
number of auxiliary contacts both in service and spare shall be provided
according to the drawings. Overload relay heater sizes shall be set at 85%
unless otherwise specified on the drawings. This setting may be adjusted upward
step by step to a maximum setting of 115 % should the relay trip under motor full
load conditions. Assure that the minimum setting is provided at which the motor
will operate continuously without tripping the overload relay. In no case should
the setting be increased beyond 115% or the heater size be increased beyond
the manufacturer’s recommended rating for the motor.
Circuit breakers shall be checked as specified above.
Gas RMS Bib-III
243
65.
Power Distribution Boards Installation:
65.1
Foundations for switchgear shall be constructed in accordance with the
manufacture’s recommendations and the construction drawings for the project.
Floor and channels shall be flush and level to within 6 mm over any 1-m² area
under and in front of the switchgear in order to maintain alignment of draw-out
circuit breakers and fitting of the doors.
Doors shall be checked for easy closing without binding and the securing screws
shall be adjusted for easy tightening by hand.
Draw out circuit breakers shall be removed from their cells and inspected for
loose and broken parts and for corrosion.
Buses and wiring shall be cheeked for loops and broken connections and for
corrosion.
Meters shall be inspected to assure proper range freedom of movement and
absence of damage. Broken glass shall be replaced before field-testing.
65.2
Protective relays
Shipping packing shall be removed from the protective relays and the rotating
disks shall be checked for freedom of movement and for any damage on
corrosion Broken glass shall be replaced before field-testing.
65.3
Circuit Breakers
All interlock circuits shall check for functional conformity with the requirements of
the project switchgear specifications.
66.
Heating Ventilation and Air Conditioning:
All electrical air conditioning / heating units and electric exhaust fans, feeders, branch
circuit panels and grounding connections shall be installed in accordance with the
construction drawings.
Where any details of installation are not shown on construction drawings, all installation
procedures, materials and devices shall be in accordance with the manufacturer’s
recommendations and as directed by Purchaser/Employer.
67.
Fire Protection:
All ultraviolet /infrared sensors and combustible gas monitors and associated wiring and
alarms shall be installed in accordance with the construction drawings.
Where any details of installations are not shown on engineering construction drawings, all
materials, devices and installation are not shown on engineering construction drawings all
materials devices and installation procedures shall be in accordance with manufacture’s
recommendations.
68.
Anti-Lighting/Thundering Protection:
The use of air terminal for lightning protection for buildings and other permanent
structures (Heater) is recommended where a high risk of strikes are anticipated. Surge
diverter/ lighting arresters shall be considered for system protection.
69.
Lighting:
Lighting fixtures shall be approved and suitable for installation in the classification in which
they are installed.
Fixtures shall not be mounted above equipments with exposed moving parts emits
appreciable heats or fumes.
Gas RMS Bib-III
244
Fixtures shall be mounted in such a manner that they are not obstructed by piping or
cables trays. Fixtures shall be located facilitate re-lamping.
Fixtures shall be mounted on standard pole above the ground at a suitable height.
Lighting shall be controlled by switches from panel mounted on walls of the control
building.
Fixtures shall be mounted anti-vibration mounts, such as a flexible conduit , in building
subject to vibration.
70.
Future Provisions:
70.1
Equipment shall be designed with consideration for future expansion capabilities.
Distribution and lighting panel boards shall be installed having a minimum of 10%
spare circuit breakers and 20% space only.
Motor control centers shall be installed having approximately 10% spare motor
controllers and 20% space only.
Each underground raceway run shall contain 10% spare conduits. Each multiconductor cable run shall contain 10% spare conductors.
70,2
Spare Parts:
Spare parts for high-pressure sodium explosion prove lights, motor control
centers and distribution boards shall be provided for one-year operation and / or
10% of all installed equipment.
71.
Workmanship:
Properly qualified tradesman shall execute all electrical work in a neat workmanlike
manner.
Any changes from drawings or specifications shall be recorded on a daily basis. Any
deviations from the drawings or specifications shall be approved in writing,
Any modifications on the drawings arising from field changes shall be marked on one set
of drawings kept for such purposes and submitted for as built drawings.
Careful attention shall be paid to the mechanical execution of the work in connection with
any electrical installation. Any installation that has been poorly arranged or executed will
not be accepted.
72.
Testing:
Testing and inspection shall be made to ensure proper operation of the equipment and
systems before plant startup.
The Supplier/Contractor shall supply all labour and equipment necessary for the support
of testing and calibration activities.
All errors or deficiencies found during the testing that are a result of construction activities
shall be corrected.
Each control loop shall be tested to assure that the entire loop operates as it was
designed.
Purchaser/Employer shall witness testing.
73.
Equipments Marking and T agging:
Nameplates, indicating equipment number and name shall be installed at switch gear,
motor starters, circuit breakers, push buttons, lighting panels and miscellaneous electrical
control devices, junction and pull boxes shall be marked with nameplates indicating box
number as shown on the construction drawings.
Gas RMS Bib-III
245
Nameplates shall be die stamped stainless steel and permanently attached to the
respective component. Each nameplate shall be 425 mm high with 13 mm lettering.
Conduit tags are to be provided for all spare conduits stubbed up through the floor for
future identification Spare conduits are to be tagged at both ends.
Other electrical equipment shall be tagged as specified on the construction drawings.
TABLE-1
Electrical System Requirements
Service
Nominal Voltage System
Control Building.
50 Hz - 230/400 VAC, 3 phase, 4 –
wire
Low Voltage Motor control centers, Power Distribution 50 Hz - 230/400 VAC, 3 phase, 4 –
Panel Boards
wire
Motors 0.37 kw (1/2 hp/ 2 kw (2.5 hp)
50 Hz –400 VAC, 3 phase
High Intensity Discharge Lighting (High Pressure 50 Hz –400 VAC, phase to phase ,2Sodium or Metal Halide)-Outdoor Area Floodlighting.
wire.
Motors below 0.37 kw (1/2 hp)
50 Hz – 230 VAC, 1 phase
UPS
DC, Emergency lighting, instrumentation, Telecom
etc.
I.
74.
50 Hz – 230 VAC, 1 phase
24 VDC 2- wire
General Requirements for Pressure Vessels
Scope:
This specification covers minimum requirements regarding design, manufacturing,
inspection and testing for carbon steel pressure vessels for design pressures>20<80 barg
and temperatures between 5 o C and + 100 o C.
This specification is a general guide establishing the minimum requirements for
pressure vessels. Specific design data such as actual design pressure/
temperature and volume, dimensions, locations, installation, type of connection
and equipment and the function etc. of the pressure vessels, will be given in
separate specifications or in the tender documents.
75.
References:
75.1 The pressure vessels shall be designed, manufactured and tested in accordance
with the following documents to the extent stated in this specification:
75.2 Codes and Standards
In this specification reference is made to the following Codes and Standards:
ASME Boiler and Pressure Vessel Code, Section VIII.
ASTM A435
API 5L.
ASME B16.5.
ASME A 388
ASME A 370
75.3 Specification
Steel structures Specification will be as per applicable standard.
Gas RMS Bib-III
246
76.
Design and Manufacturing Requirements:
76.1 Design
In addition to the codes and standards referred above, the pressure vessels shall
comply with the following:
high and low point – depending on the final installation shall be equipped with 1”
flanged vent and drain connections. The drain opening shall be at least 500 mm
above foundation level.
each compartment of each pressure vessel shall have an inspection opening as
required by ASME BPV-VII-1;
gaskets and sealing material shall be resistant to natural gas, gas condensates, oil,
glycol and methanol;
the weld joint factor E of all welds in each pressure vessel shall be at least 0.85;
each pressure vessel shall be equipped with lifting lugs.
76.2
Manufacture
Only fully killed steel in accordance with the applicable material standard shall be
used for the manufacture of pressure vessels.
The specific minimum yield strength of the steel used for pressure vessels shall not
be higher than 415 N/M².
Steel castings shall not be used for pressure vessel components.
76.3
Welding
Welding shall be carried out in accordance with section IX of the ASME PVB Code.
All welding work shall be performed
in accordance with suitable welding
procedure specifications. All welding procedure specifications shall be submitted to
the Purchaser/Employer for approval in a written form in accordance with the form
recommended in section IX of the ASME Boiler and Pressure Vessel Code.
Welding procedure qualification and welder’s performance tests shall be carried
out and recorded in accordance with section IX of the ASME BPV Code. All joints
shall be welded both from the inside and from the outside, where space allows>
Plate offset and any welded joint shall not exceed 10% of the smallest plate /wall
thickness of the joint or 1.5mm, whichever is less.
Minor surface imperfection in the parent material may be removed by grinding ,
provided that the minimum wall thickness is not reduced to less than the calculated
wall thickness. Grinding may take place over a length not exceeding 1.0 X D
(where D is the diameter of the component in question) or 300mm, whichever is
less, and shall leave a smooth contour.
Repair welding of the parent material is not permitted. Welds shall only be repaired
under the following conditions :
-repair welding shall be performed only accordingly to approved procedures and by
qualified welder;
- only manual arc –welding with suitable electrodes shall be used for repair
welds;
- the defect shall be removed in such a way that the repair weld can be carried
out with at least two passes;
- items with repaired weld seam shall be completely stress-relieved after the
completion of the repair work.;
-
Gas RMS Bib-III
non-destructive tests according to the clause 16.4.3.1
of this specification shall be performed on all repair
welds.
247
77.
Inspection and Tests:
77.1 General
Inspection and test certificates shall be submitted as specified on data sheets or,
otherwise for pressure retaining parts, as recommended in the ASME BPV Code.
77.2
77.3
Inspection of Semi-Finished Products
77.2.1 Plate Material:
Each plate to be used for the manufacture of pressure vessels shall be
inspected for laminations by ultrasonic methods in accordance with ASTM
A435. Acceptance or rejection of such plates shall be governed by the
acceptability standards stated in ASTM A435.
The Constructor/Manufacturer shall propose a method for such ultrasonic
inspection, which shall be subject to approval by the Purchaser/Employer.
77.2.2 Tubular Material:
All tubular material to be used for the manufacture of pressure vessels
shall be of the seamless or longitudinal double submerged are-welded
type. All such material shall be non-destructively tested in accordance
with the requirements of API 5L, including supplementary requirements
SR4, before use.
77.2.3 Forging and Bars:
Forging and bars used for the manufacture of pressure vessels shall be
subjected to ultrasonic inspection before machining, in accordance with
ASTM A388. The Purchaser/Employer shall approve the standard of
acceptability.
The Purchaser/Employer may also use other ultrasonic inspection
methods/procedures and acceptance standards subject to the approval.
77.2.4 Mechanical properties (destructive testing):
After the last post-weld heat treatment, a control of the mechanical
properties shall be carried out. The test shall be performed in accordance
with the latest edition of ASTM A370.
Inspection of Complete Pressure Vessels:
77.3.1 Non-Destructive Tests:
All pressure retaining stressed and repair welds of each pressure vessel
shall be non-destructively tested in accordance with the requirements of
the ASTM Boiler and Pressure Vessel Code.
All radiographs shall be evaluated by the manufacturer’s quality assurance
inspection and shall, upon request of the Purchaser/Employer, be
submitted for evaluation by a recognized independent inspection authority
appointed by the Purchaser/Employer. Weld’s, which do not permit
interpretable radiographs, shall be inspected by ultrasonic methods in
accordance with the requirements of the ASTM Builder and Pressure
Vessel Code.
77.4
Hydrostatic Test and Inspection for Conformity:
Each completed pressure vessel shall be inspected for conformity with the
requirements of this specification and the order, including marking/stamping of the
materials, marking of welds, heat treatment performed, dimensions and tolerances
and compliance with the drawings. Each pressure vessel shall be
hydra/hydrostatically/tested. The test pressure shall be 1.5 times design pressure
and shall be maintained for at least 15 minutes.
Gas RMS Bib-III
248
78.
Quality Assurance:
Under all circumstances, the Manufacturer shall be responsible for ensuring that the
pressure vessels ordered and manufactured in compliance with this specification and shall
provide prove thereof upon request by the Purchaser/Employer. During work on the
pressure vessels, for the Purchaser/Employer and his representative shall have free
access to those parts of the Manufacturer’s premises where the pressure vessels ordered
are manufactured and tested.
79.
Certification:
In respect of the inspection for conformity and hydrostatic tests in accordance with clause
86.3 above, the Supplier shall submit inspection certificates in accordance with the ASME
Boiler and Pressure Vessel Code. Such inspection certificates shall be submitted to the
Purchaser/Employer together with NDT records and test reports.
80.
Documentation:
All documentation shall be presented in the English language and SI units shall be
used. Operation and maintenance instructions and/or manuals shall be in the English
language. The documentation listed below shall be submitted at the times indicated
below:
With the tender:
• drawing showing main dimensions, indication general arrangements, location of
equipment and size and types of outlets;
• list of materials with standards and grades;
• estimated weight.
Before the start or production:
• detailed documentation-drawings with all details (dimensions, welding, testing),
calculations, welding documentations, inspection & test documentation, welding
documents concerning materials used with chemical analyses and mechanical
characteristics, auxiliary equipment;
• foundation drawing indication dimensions and loads;
• calculations necessary of design evaluation;
• list of materials and certification levels;
• welding procedure specification;
• heat treatment procedure;
• NDT procedure;
• hydrostatic test procedure;
• manufacturing schedule.
This documentation shall be submitted in eight copies, one of which will be returned after
approval by the Purchaser/Employer.
• During production:
• progress reports;
• inspection plan;
• list of spare parts recommended (for two years operation).
• By the latest of delivery:
Gas RMS Bib-III
249
• comprehensive installation, operating, maintenance and repair manuals;
• reproducible “as built” drawings (transparent).
81.
Identification:
Before the hydrostatic test laid down in clause 86.3 of this specification, each Pressure
Vessel shall be fitted with a stainless steel identification plate.
82.
External Surface Treatment:
Unless otherwise specified in the specification, each pressure vessel shall be delivered
externally sandblasted and primed in accordance with the Purchaser’s/Employer’s
instruction.
J.
83.
Specification: Knock Out Drum (KOD)
SCOPE:
This specification covers minimum requirements regarding design, manufacturing, and
inspection and testing for Knock Out Drum (KOD) for use in a natural gas piping system.
84.
References:
Liquid separators shall comply with the requirements of the following documents:
• ASME B 31.8 Guide for Gas Transmission and Distribution piping;
• “Environmental data”.
• “Design criteria gas analysis”.
• “Pressure Vessels, general requirements”;
• “Construction specification- instrumentation”;
• “Painting” as applicable;
• SIS 185111 “European corrosion scale for anti-corrosive paint;
85.
Functional Requirements:
Knock Out Drum shall be suitable for unattended operation and separate condensate
mist from natural gas. Liquid particles of 8 microns and larger shall be removed 100%
and 98% up to 8 microns and solid particles. Turndown ratio will be 1:5.The pressure
drop across the separator shall not exceed 0.4 bars under worse flow condition.
Minimum condensate retention shall be less than 0.6 m3
Condensate shall be drained off by installing gas operated level controllers and drain
valves into the condensate storage tank.
A pressure balance line shall be connected to the low pressure (pressure less than 5 bar)
pipeline if available.
86.
Design Requirements:
Knock Out Drum shall be designed, fabricated, inspected, tested and stamped in
accordance with the relevant clause of section 7 “Pressure vessel, general requirements”.
Vessel not covered by the general specification shall be designed, manufactured, tested
and stamped in accordance with ASME Boiler and Pressure Vessel Code, Section VIII
and these specifications.
86.1
Technical Data:
Connection Size & Class
Type
Max. Operating pressure
Gas RMS Bib-III
: 08” x 600 RF (Inlet and Outlet)
: Vertical type
: 1100 psig
250
Min. Operating pressure
Capacity
operating pressure.
Operating Temperature Range
Specific Gravity of Gas
Body
Element
Design/Const. Std.
Discharge
Noise Level
86.2
: 5 o C to+ 100 o C
: 0.6
: Carbon steel
: Stainless Steel
: ASME Pressure Vessels Code, Sec-VIII
: Auto discharge by the gas pressure with the
help of level controller and drain valve.
By pass valve of auto discharge system should
be installed.
: Noise level shall not exceed the standard
acceptable maximum sound limit (85db) beyond
5ft of equipments.
Each KOD must be equipped with the following accessories, nozzles and other
necessary fittings as per design requirements:
•
•
•
•
•
•
•
•
•
•
•
•
•
•
86.3
: 600psig
: 3.125 MMSCFH (85 MMSCFD) at 600 psig
Gas inlet with RF flange
Gas outlet with RF flange, 180º angle with inlet flange
Pressure vent on the top of the vessel with 1” valve and blind flange.
1” Safety/thermal Relief with valve on the top of the vessel set to 110% of
maximum operating pressure.
½”pressure gauge with ½” needle valve; dial 160 mm with accuracy ±1%.
Two studs with Level indicator complete with valves.
Level switch high mounted on to level indicator.
Stud with Differential Pressure gauge complete with manifold 3 ways.
Pressure drop instrument complete with manifold 5 ways.
Stud with gas operated Liquid level controller complete with valves.
1” drain with socket weld /flanged plug valve 02 (two) nos with metallic
sealing.
Auto discharge system (level control valve) for drain with inlet and outlet
valves and also auto discharge system bypass valve.
Arrangement should be made to connect drain line from auto discharge
system to liquid storage tank
Inspection opening will be provided and shall be opened with blind flange.
Suitable equipment shall be provided to lift and to swing the closure open.
All nozzles shall be located such that the connecting valves, instruments etc. are
accessible from one side of the separator.
The auxiliary equipment specified shall be fitted to the separator in the
Supplier/Contractor/ Manufacturer’s plant, including all tubing and fittings,
necessary for hook up. Instrument piping shall be in accordance for proper
functioning.
All threads shall be female and be in accordance with ANSI B1.1.
The complete KOD unit including auxiliary equipment shall be tightness tested to
1.1 x Design Pressure with air or inert gas at the Supplier/ Contractor/
Manufacturer’s plant test report should be submitted.
After the tightness test, a functional test of Separator shall be carried out in
accordance with written test procedures to be approved by the Purchaser
/Employer.
Gas RMS Bib-III
251
Manufacturer name & country of origin must be mention for Liquid Separator
(VME) and its all accessories.
87.
88.
Coating:
All exposed, exterior surface including structural members shall be coated in accordance
with the standard specification for “Painting” as applicable.
Vessel and nozzles are to be internally shot blasted for removing debris and scale.
Documentation:
All documentation shall be in SI units and shall be in English.
The Supplier/Contractor/Manufacturer shall submit the following documentation at the
times indicated below.
With the tender:
• general key lay out drawings of the separators;
• assembly drawings showing internal design;
• list of materials (with name of manufacturers/ Company both VME and accessories);
• overall weight;
• procurement and manufacturing schedule;
• list of references;
• list of special tools.
No later then three weeks after contract award:
• detailed construction drawings indicating all dimensions, locations of accessories,
nozzles etc. ;
• design calculations;
• list of materials and certifying authorities;
• welding procedure specification;
• welding procedure qualification records;
• welding performance approval records;
• heat treatment specification;
• non-destructive testing specification;
• pressure test specification;
• functional test specification;
• identification plate text.
• Foundation drawings indicating dimensions and loads;
These documents shall be forwarded in eight copies, one of which will be returned
following approval by the Purchaser/Employer.
At delivery:
• Technical information;
• as built drawing;
• tightness test report should be submitted.
• list of recommendation spare parts for 2 years of operating;
• list of all spare parts;
• drawings showing spare part numbering;
• commissioning manual;
• operation manual;
• servicing manual.
89.
90.
Identification:
Separators shall be fitted with durable identification plates in accordance with the code or
standard to which they are constructed. The text of such plates shall be in English and
shall include the Purchaser’s/Employer’s Identification Number.
Delivery:
The Manufacturer shall not be deemed to have delivered the Separators until the
Gas RMS Bib-III
252
Purchaser/Employer has received the Separators and the associated documentation and
certificates.
After testing, each separator shall be prepared for export shipment.
All nozzles shall blank off and all flange faces shall be protected against corrosion and
damages. Such protection shall be adequate for long term storage (up to six months
under site conditions).
K.
91
Equipment Specification: Filter Separators
SCOPE:
This specification covers minimum requirements regarding design,
manufacturing, inspection and testing for Two Stage Separators (Filter
Separator) for use in the Bibiyana-III, 400MW Combined Cycle Power
Plant ,Habiganj RMS.
92
REFERENCES:
The Separators shall comply with the requirements of the following documents :
•
•
•
•
•
93
“Environmental data”.
“Design criteria gas analysis”.
“Pressure Vessels, general requirements”.
“Construction instrumentation”
SIS 185111 “European Separators scale for anti-corrosive paint;
GENERAL:
93.1
Purpose
The purpose of the Gas Separators is to provide separation of liquid and solid
entertainment from sweet natural gas in the operation of natural gas
transmission system.
93.2
Site Conditions
The Gas Separator will be field installed at outdoors, unprotected in
Bangladesh. Refer to specification of Environmental Data.
94
FUNCTIONAL REQUIREMENTS:
The Separators shall be suitable for unattended operation. The Gas Scrubber
shall separate liquid entrainments like natural gas condensate, water and
methanol, as well as solid particles like rust, sand scale etc.
The Separators shall be able to remove 99.9% of liquid entrainment >5 Micron
and 99.9% of solid parties > 5 Micron at a turn down ratio of 1:5.
Minimum condensate storage shall be 0.6 m3 . . The pressure drop across the
clean separator shall not exceed 0.35 bars under worse flow condition.
95
DESIGN REQUIREMENTS AND DATA :
95.1
Gas RMS Bib-III
Each vessel shall be designed, fabricated, tested and stamped in accordance
with the relevant clause of section 7 “Pressure Vessel, General requirements”.
Vessel not covered by the general specification for pressure vessel shall be
designed, manufactured, tested and stamped in accordance with ASME Boiler
and Pressure Vessel Code, Section VIII and this specification.
All separators shall have two separation stages. Separators for a design flow of
85 MMSCFD or more the first stage shall comprise fitter cartridges made of
fiber glass.
The second stage shall be equipped with a vane-mist extractor made of
253
stainless steel ASTM A316 or similar.
For smaller separators the first and second stage may comprise cartridges.
Identical cartridges shall be used in all separators sizes designed and
contracted with this project.
The plate separating the two stages shall be designed to withstand at least the
bursting pressure of the cartridges.
Separators up to 3000 mm max. height may be of the vertical or horizontal
design. Separators executing the above limit shall be of the horizontal design.
95.2
Technical Data:
Connection Size & Class
Connection Size & Class
: 8” x 600 RF (Inlet)
: 8” x 600 RF (Outlet)
Type
: Skid mounted Horizontal
type
Max. Operating pressure
: 1100 psig
Min. Operating pressure
: 600 psig
Capacity design
: 3.125 MMSCFH (85 MMSCFD) at 600 psig
operating pressure.
Operating Temperature Range : 5 o C to 60 o C
Specific Gravity of Gas
: 0.6
Body
: Carbon steel
Element
: Stainless Steel
Design/Const. Std.
: ASME Pressure Vessels Code, Sec-VIII
Discharge
: Auto discharge by gas pressure with the
help of level controller and drain valve. By pass valve of auto discharge system
should be installed
96
97
END CLOSURE:
96.1
For replacing the cartridges the vessel shall be equipped with a full size Quick
Opening Hinged Closure.
Suitable equipment shall be provided to lift or to swing the closure open. Safety
protection against opening under pressure shall be provided.
96.2
The quick closing Door shall be designed manufactured and tested in
accordance with API spec. 6D, Section 8. In addition to the requirement in
Section 8.7, the design of the closure shall be such that during opening the
cover forces mechanically away from the sealing surface before the holding
members release the cover.
NOZZLE SECHEDULE AND EQUIPMENT:
97.1
Gas RMS Bib-III
Each separator shall be equipped with the following nozzles and auxiliary
equipment:
• gas inlet with flange RF;
• gas outlet with flange RF;
• pressure vent on top of vessel with 1” socket weld plug valve with metallic
sealing including blind flange;
• ½" thermal relief valve on top of vessel set to 110% design pressure;
• direct mounted pressure gauge; Diameter 160 mm; accuracy + 1%.
•
two studs with female threads at the Separators inlet and outlet equipped
with
• ½" ball valves, directly screwed into the studs;
•
Differential pressure gauge with maximum pointer and switch in
accordance with relevant clause of bid document for “Pressure Gauges”.
254
The differential pressure gauge shall be capable of withstanding the maximum
pressure differential on either side of the gauge without damage.
Each separation stage shall be equipped with the following:
• Drain 1” socket weld plug valve, metallic sealed with blind flange.
• Stud with gas operated level controller in accordance with relevant clause of
bid document, including automatic operated drain valve flanged between
metallic sealed plug valves to the drain outlet. The drain valve shall have
satellite hardened trim. Actuator shall be fail safe (spring to close).
• Manual bypass with 1” flanged plug valve metallic sealed.
Two studs with level indicator including level switch high in accordance with
relevant clause of bid document All nozzles shall be located such that the
connecting valves, instruments etc. are accessible from one side of the
scrubber.
The auxiliary equipment specified shall be fitted to the scrubber in the
Contractor/Manufacturer’s plant, including all tubing and fittings, necessary for
hook up. Instrument piping shall be in accordance with relevant clause of bid
document
All threads shall be female and be in accordance with ANSI B1.1.
98
The complete separator unit including auxiliary equipment shall be tightness
tested to 1.1 x design pressure with air or inert gas at the
Contractor/Manufacturer’s plant. After the tightness test, a functional test of
each scrubber shall be carried out in accordance with written test procedures to
be approved by the Employer.
INSPECTION AND CERTIFICATION:
At all times during which work on the order is being carried out, the Employer or
his representative shall have free access to those parts of the
Contractor/Manufacturer’s premises where the separators are being
manufactured and tested.
99
100
COATING:
99.1
All exposed, exterior surface including structural members shall be coated in
accordance with the applicable standard specification of Painting.
99.2
Vessel and nozzles are to be internally shot blasted, as a minimum to Sa 2 ½
(SIS 185111). Additional chemical cleaning or baking shall be done in
accordance with the requirements of the coating manufacturer 130 to 175 mm
of a phonetic epoxy coating are to be applied internally to the vessel and
nozzles until all coated surfaces are holiday free. The pore frequency shall be
controlled by means of a low voltage pore locator, e.g. POROTEST using a
sensor of conductive rubber as well as a low voltage moist sponge pore locator.
At least 5% of the coated surface shall be tested.
DOCUMENTATION:
100.1
Gas RMS Bib-III
All documentation shall be in SI units and shall be in English.
The Contractor/Manufacturer shall submit the following documentation at the
times indicated below.
With the tender:
•
general key lay out drawings of the separators;
•
assembly drawings showing internal design;
•
list of materials;
•
overall weight (with and without water);
•
procurement and manufacturing schedule;
•
list of consumable spare parts with prices for 2 (two) years of operation;
255
•
•
•
list of references;
list of recommended spare parts for 2 (two) years of operating;
list of special tools.
No later then three weeks after contract award:
• detailed construction drawings indicating all dimensions, locations of nozzles
etc.;
• design calculations;
• list of materials and certifying authorities;
• welding procedure specification;
• welding procedure qualification records;
• welding performance approval records;
• heat treatment specification;
• non-destructive testing specification;
• pressure test specification;
• functional test specification;
• identification plate text.
101
These documents shall be forwarded in eight copies, one of which will be
returned following approval by the Employer.
At delivery:
• technical information;
• as built drawing;
• all necessary test and approval certificates;
• list of consumable spare parts;
• list of all spare parts;
• drawings showing spare part numbering;
• commissioning manual;
• operation manual;
• servicing manual.
IDENDIFICATION:
Separators shall be fitted with durable identification plates in accordance with
the code or standard to which they are constructed. The text of such plates shall
be in English and shall include the Employer’s Identification Number.
102
DELIVERY:
The Manufacturer shall not be deemed to have delivered the separators until
the Employer has received the separators and the associated documentation
and certificates.
After testing, each separator shall be prepared for export shipment.
All nozzles shall be blanked off and all flange faces shall be protected against
corrosion and damages. Such protection shall be adequate for long-term
storage (up to six months under site conditions).
L.
103.
Specification: Single Stage Liquid Separator (VME)
SCOPE:
This specification covers minimum requirements regarding design, manufacturing, and
inspection and testing for Single Stage Liquid Separators (VME) for use in a natural gas
piping system.
104.
References:
Liquid separators shall comply with the requirements of the following documents:
Gas RMS Bib-III
256
• ASME B 31.8 Guide for Gas Transmission and Distribution piping;
• “Environmental data”.
• “Design criteria gas analysis”.
• “Pressure Vessels, general requirements”;
• “Construction specification- instrumentation”;
• “Painting” as applicable;
• SIS 185111 “European corrosion scale for anti-corrosive paint;
105.
Functional Requirements:
Separators shall be suitable for unattended operation and separate condensate mist from
natural gas. Liquid particles of 8 microns and larger shall be removed 100% and 98% up
to 8 microns. Turndown ratio will be 1:5.The pressure drop across the separator shall not
exceed 0.4 bars under worse flow condition.
Minimum condensate retention shall be less than 0.6 m3
Condensate shall be drained off by installing gas operated level controllers and drain
valves into the condensate storage tank.
A pressure balance line shall be connected to the low pressure (pressure less than 5 bar)
pipeline if available.
106.
Design Requirements:
Each Liquid Separator (VME) shall be designed, fabricated, inspected, tested and
stamped in accordance with the relevant clause of section 7 “Pressure vessel, general
requirements”. Vessel not covered by the general specification shall be designed,
manufactured, tested and stamped in accordance with ASME Boiler and Pressure Vessel
Code, Section VIII and these specifications.
106.1
1st Stage liquid Separator (VME) for Bibiyana-3, 400MW Combined Cycle
Power Plant ,Habiganj:
Connection Size & Class
: 10” x 300 RF (Inlet and Outlet)
Type
: Vertical type
Design pressure
: 720 psig
Max. Operating pressure
: 600 psig
Min. Operating pressure
: 300 psig
Capacity
: 3.125 MMSCFH (85 MMSCFD) at 500 psig
operating pressure.
Operating Temperature Range : 0 o C to 60 o C
Specific Gravity of Gas
: 0.6
Body
: Carbon steel
Element
: Stainless Steel
Design/Const. Std.
: ASME Pressure Vessels Code, Sec-VIII
Discharge
: Auto discharge by the gas pressure with the
help of level controller and drain valve. By
pass valve of auto discharge system should
be installed
Noise Level
: Noise level shall not exceed the standard
acceptable maximum sound limit (85db)
beyond the 5ft of equipment.
106.2
2nd Stage liquid Separator (VME):
Connection Size & Class
Gas RMS Bib-III
: 14” x14” x 300 RF (Inlet and Outlet)
257
Type
Design pressure
Max. Operating pressure
Min. Operating pressure
Capacity
: Vertical type
: 720 psig
: 500 psig
: 100 psig
: 3.125 MMSCFH (85 MMSCFD)
at 150 psig operating pressure
Operating Temperature Range : 0 o C to + 60 o C
Specific Gravity of Gas
: 0.6
Body
: Carbon steel
Element
: Stainless Steel
Design/Const. Std
: ASME Pressure Vessels Code, Sec-VIII
Discharge
: Auto discharge by the gas pressure with the
help of level controller and drain valve. By
pass valve of auto discharge system should
be installed
Noise Level
: Noise level shall not exceed the standard
acceptable maximum sound limit (85db)
beyond the 5ft of equipment
106.3
Each separators must be equipped with the following accessories, nozzles and
other necessary fittings as per design requirements:
•
•
•
•
•
•
•
•
•
•
•
•
•
•
106.5
Gas inlet with RF flange
Gas outlet with RF flange, 180º angle with inlet flange
Pressure vent on the top of the vessel with 1” valve and blind flange.
1” Safety/thermal Relief with valve on the top of the vessel set to 110% of
maximum operating pressure.
½”pressure gauge with ½” needle valve; dial 160 mm with accuracy ±1%.
Two studs with Level indicator complete with valves.
Level switch high mounted on to level indicator.
Stud with Differential Pressure gauge complete with manifold 3 ways.
Pressure drop instrument complete with manifold 5 ways.
Stud with gas operated Liquid level controller complete with valves.
1” drain with socket weld /flanged plug valve 02 (two) nos with metallic
sealing.
Auto discharge system (level control valve) for drain with inlet and outlet
valves and also auto discharge system bypass valve as well as manual
discharge with valve.
Arrangement should be made to connect drain line from auto discharge
system to liquid storage tank
Inspection opening will be provided and shall be opened with blind
flange. Suitable equipment shall be provided to lift and to swing the
closure open.
All nozzles shall be located such that the connecting valves, instruments etc. are
accessible from one side of the separator.
The auxiliary equipment specified shall be fitted to the separator in the
Supplier/Contractor/ Manufacturer’s plant, including all tubing and fittings,
necessary for hook up. Instrument piping shall be in accordance for proper
functioning.
All threads shall be female and be in accordance with ANSI B1.1.
The complete separator unit including auxiliary equipment shall be tightness
tested to 1.1 x Design Pressure with air or inert gas at the Supplier/ Contractor/
Manufacturer’s plant test report should be submitted.
Gas RMS Bib-III
258
After the tightness test, a functional test of Separator shall be carried out in
accordance with written test procedures to be approved by the Purchaser
/Employer.
Manufacturer name & country of origin must be mention for Liquid Separator
(VME) and its all accessories.
107.
108.
Coating:
All exposed, exterior surface including structural members shall be coated in accordance
with the standard specification for “Painting” as applicable.
Vessel and nozzles are to be internally shot blasted for removing debris and scale.
Documentation:
All documentation shall be in SI units and shall be in English.
The Supplier/Contractor/Manufacturer shall submit the following documentation at the
times indicated below.
With the tender:
• general key lay out drawings of the separators;
• assembly drawings showing internal design;
• list of materials (with name of manufacturers/ Company both VME and accessories);
• overall weight;
• procurement and manufacturing schedule;
• list of references;
• list of special tools.
No later than three weeks after contract is awarded:
• detailed construction drawings indicating all dimensions, locations of accessories,
nozzles etc. ;
• design calculations;
• list of materials and certifying authorities;
• welding procedure specification;
• welding procedure qualification records;
• welding performance approval records;
• heat treatment specification;
• non-destructive testing specification;
• pressure test specification;
• functional test specification;
• identification plate text.
• Foundation drawings indicating dimensions and loads;
These documents shall be forwarded in eight copies, one of which will be returned
following approval by the Purchaser/Employer.
At delivery:
• Technical information;
• as built drawing;
• tightness test report should be submitted.
• list of recommendation spare parts for 2 years of operating;
• list of all spare parts;
• drawings showing spare part numbering;
• commissioning manual;
• operation manual;
• servicing manual.
109.
Identification:
Separators shall be fitted with durable identification plates in accordance with the code or
standard to which they are constructed. The text of such plates shall be in English and
shall include the Purchaser’s/Employer’s Identification Number.
Gas RMS Bib-III
259
110.
Delivery:
The Manufacturer shall not be deemed to have delivered the Separators until the
Purchaser/Employer has received the Separators and the associated documentation and
certificates.
After testing, each separator shall be prepared for export shipment.
All nozzles shall blank off and all flange faces shall be protected against corrosion and
damages. Such protection shall be adequate for long term storage (up to six months
under site conditions).
M.
Equipm ent/Material Specification: W ater Bath Heater
Scope:
111.
112.
This specification provides minimum requirements of water bath heater for preheating
sweet natural gas for Bibiyana-III, 400MW Combined Cycle Power Plant RMS ,Habiganj
References
The heater shall comply with the requirements of the following documents:
•
•
•
•
•
113.
“Environmental data”.
“Gas analysis”.
Applicable painting specification pressure vessels, general requirements”,
“Insulation”,
“Pressure gauge, temperature gauge, level indicator, instrument piping, temperature
controller”,
• “Equipment noise limits”,
• “General requirement for pressure vessels”.
General:
113.1 Purpose:
The function of the heater is to heat natural gas to an extent, which compensates
for the subsequent temperature drop through the pressure regulator valves,
caused by the Joule-Thomson effect.
113.2 Site Conditions:
The heater will be field installed, outdoors, and unprotected type, Refer to
specification of environmental data relevant clause of Tender document.
114.
Functional Requirements:
The heater will be PLC (Programmable Logic Controller) controlled .So it shall be suitable
for unattended operation. The heater shall be capable of maintaining gas temperature at
15 o C downstream of 2 nd stage pressure regulation (i.e. 1100 psig to 150 psig) at 150 psig
pressure and shall not be above 20o C.under all given flow conditions (or otherwise
stated). The water bath temperature shall be maximum 80 o C. The heater shall operate
self-contained with gas without any auxiliary energy. The heater will be Control/Operate
by the heater control panel. Electric or electronic instrumentation shall be used for
monitoring/control purposes only.
115.
Design Data:
The following design data are general for all sizes of heaters foreseen, specific design
data will be given on separate data sheet and provided by Supplier/Contractor:
Heater Inlet Gas Pressure (Maximum)
Heater Inlet Gas Pressure (Minimum)
Inlet connection Size & Class
Gas RMS Bib-III
: 1100 psig
: 600 psig
: 8”ø, ANSI Class 600 RF
260
Outlet connection Size & Class
Maximum Capacity
Design temperature
: 8”ø, ANSI Class 600 RF
: 85 MMSCFD (3.125 MMSCFH)
: 100 o C
Max. Pressure loss through tube
bundle (worse conditions)
: 0.5 barg
Max. Gas velocity in tube bundle
: To be set by the manufacturer as per standard
design Codes and engineering practice.
: Inlet gas temperature at 1100 psig is 10-15 oC.
Delivery gas temperature shall need to be
maintained within 15o C to 20o C at 150 psig
downstream of 2nd stage pressure regulation .
Operation temperature (water bath)
: Max. 80 o C
Min. corrosion allowance on all carbon : 3 mm.
steel parts in water bath except tubes
Thermal efficiency under full load
: 85%
condition
Burners
: The heater will have 2 (two) main and 2 (two)
pilot burners
Design Requirements:
116.1 The open water bath heater consists of a cylindrical vessel with removable flame
tube and gas tube bundle.
The entire heater shall be skid mounted and be ready for operation.
As heat transfer medium water shall be used.
The heater shall have its own fuel gas system.
Operation temperature (gas)
116.
Minimum requirements are shown in the attached P&I diagram. On top of the
cylindrical vessel an expansion tank shall be installed.
All valves and instruments shall be accessible from one side of the heater.
116.2
Tube Bundle:
The tube bundle shall be designed, constructed, tested and stamped in
accordance with relevant clause of Tender document. Gas inlet and out shall
have ANSI 600 class RF flanges in accordance with ANSI B16.5. The entire tube
bundle shall be removable from the shell for inspection. Therefore and to allow for
thermal expansion the bundle shall be supported on wheels. The wheels shall run
on guiding rails. Precaution shall be taken against buoyancy of the tube bundle.
The tube handle shall be made of heavy walled pipe with at least 2" NPS: hairpin
tubes shall not be used. The tube handle shall be equipped with the following
instrumentation as shown in the attached P&I diagram:
Temperature gauge installed in welded thermo well at gas inlet and outlet;
Pressure gauge with ball valve;
½" thermal relief valve. Relief valves shall be in accordance with BVP code,
Section VIII.
The complete tube bundle shall be tightness tested at 1.1 times the design
pressure.
116.3
Gas RMS Bib-III
Flame Tube:
The flame tube shall consist of combustion chamber and flue gas return. It shall
be possible to clean the flue gas tube through a hinged door.
The flame tube shall be fully welded. Complete penetration shall be achieved on
all welded joints. All weld seams shall radio graphically tested. The quality of the
261
weld seam shall correspond to the area “green to blue” in IWW’s welding atlas.
The completed flame tube shall be tightness tested with compressed air at a
pressure of 0.5 bars.
The entire flue gas bundle shall be removable from the shell for inspection.
Therefore and to allow for thermal expansion the flue gas bundle shall be
supported on wheels. The wheels shall run on guiding rails. Precaution shall be
taken against buoyancy of the flue gas bundle.
The air intake shall be equipped with a flame arrestor, made of stainless steel.
The flame arrestor housing shall have a sight glass with cover for observing the
burner flame under operation, and an opening with cover for igniting the pilot
burners with the manual ignition device.
116.4
Burner Arrangement:
The Heater shall have two main and two pilot burners arranged such that each
pilot burner does ignite each of the main burners as well as the second pilot
burner. Each pilot burner shall heat a bi-metal thermo element producing thermo
current for opening the solenoid, operated shutoff valves.
The complete burner assembly shall be withdrawable on rails for easy repair and
maintenance. The cable length of the thermocouple shall allow for withdraw
without disconnecting.
On flame failure the solenoid valve shall close within twenty seconds.
116.5
116.6
Gas RMS Bib-III
Directly in front of each pilot burner a filter shall be installed in the fuel gas line.
The filter cartridge shall be an exchangeable sintered element removing
contamination of 5 mm and larger. It shall be possible to exchange the cartridge
without taking the filter body out of the line.
Main burner shall be self-aspirating and shall have a turndown ratio of 2:1. It shall
be possible to adjust the gas to air ratio to control CO. The CO. content in the flue
gas shall not exceed 0.3% determined with “Dragger measuring tube”. Co 2
content shall not be less than 8.5% determined with “Brigon” measuring device.
Exhaust Stack:
The exhaust gas stack shall be flanged to the outlet of the flue gas tube. Min.
height of the stack outlet shall be at least 6 m above ground. Stack shall be
designed for maximum wind load refer to the Environmental Data stated in clause
6. , Section 7. Technical Specifications. Use of rigging is not allowed.
The flue stack shall be double walled with at least 20 mm thermal insulation
between the inner and outer tube.
Inner tube shall be made of stainless steel at least 0.75 mm thick.
Outer tube shall be made of ordinary C-steel. The stack shall be equipped with
lifting lugs for mounting.
Maximum surface temperature shall not exceed 60 o C The stack shall be
equipped with the following devices:
Temperature indicator;
Stud with ½" opening with plug;
Rain hood. Rain hood shall be hinged to the stack. The rain hood shall be made
of stainless steel.
Fuel Gas System:
The fuel gas system shall be installed at the heater. The entire fuel gas and
burner control system downstream of the separator shall be made of stainless
steel refer to Section 7. All vent lines shall be piped to safe area. The fuel gas
system shall have a weather-protecting roof made of hot dipped galvanized steel
sheet including rainwater chute and pipe.
262
Shell:
The shell shall be designed to withstand the hydrostatic pressure of the water
bath and the supporting requirements of the connected members. It shall be
made of ordinary structural carbon steel with an internal corrosion allowance of 3
mm. Care shall be taken that no air pockets are existent at the extreme outer
ends of the shell due to bending of the shell by the water load. The shell shall be
equipped with the required studs for installation of the instrumentation. The shell
shall have a thermal insulation. Refer to Section relevant clause of Tender
document Care shall be taken that the water bath is not overheated during no gas
flow conditions by the thermal heat of the pilot burners.
The shell shall have lifting lugs suitable for lifting the entire heater.
116.8 Heater Control Panel:
The PLC controlled heater will be controlled and operated from the heater control
panel. The heater control panel should be installed at control room in accordance
with relevant clause of material/equipments specification. The heater control
panel feed power from Power distribution board located at control room. The
heater control panel will provide minimum necessary information like alarm, inlet
& out let temperature of both gas and water.
To operate /control the heater from the heater control panel, which is installed at
control room, necessary cables, instrument, materials and other accessories
should be supplied by the Supplier/Contractor.
116.9 Expansion Tank:
The expansion tank shall be flanged to the top of the shell. The tank shall be
entirely hot dipped galvanized. The cover shall be hinged up to the tank. The
expansion tank shall be dimensioned; to take the entire water expansion from
heating the water bath from 20 o C to 100 o C and to store water for at least 1month operation. The design shall be such that the water bath has minimum
contact to the air and that vaporization losses are minimized. An overflow pipe
shall run down close to soil level.
116.10 Ladder:
116.7
A ladder inc luding platform and handrail shall allow for easy access to the expansion
tank. The ladder shall be hot dipped galvanized. For general requirements refer to
specification of steel structures.
116.11 Skid:
The complete heater shall be mounted on a skid. Refer to specification of steel
works/skid assemblies.
116.12 External Surface Treatment:
All exposed, exterior surface including structural members shall be coated in
accordance with applicable standard specification of Painting.
117.
Functional Test:
The complete heater shall be functionally tested at the Manufacturer’s Plant, operating at
natural gas. At the same time the proper function of all instruments, the fuel gas system
and of the burners shall be shown. The test shall be carried out in accordance with written
test procedures to be approved by the Purchaser/Employer. The results of the test shall
be stated in an inspection certificate issued by an independent Purchaser/Employer/third
party inspector.
To install, test, commission and for proper function the heater’s necessary equipments
and materials should be supplied/ ensured by the Supplier.
118.
Inspection and Certification:
At all times during which work on the order is being carried out, the Purchaser/Employer
or his representative shall have free access to those parts of the Supplier/ manufacturer’s
Gas RMS Bib-III
263
premises where the heater is being Manufactured and tested. The manufacturer shall
without charge, provide the Purchaser/Employer or his representative with all reasonable
facilities which they may require to satisfy themselves that the heater is being produced in
compliance with this specification.
Documentation:
119.
All documentation shall be in SI units and shall be in English.
The Supplier/Contractor/Manufacturer shall submit the following documentation at the
times indicated below.
With the tender:
• General key lay out drawings of the Heater;
• Assembly drawings showing internal design;
• List of materials;
• Overall weight (with and without water);
• Procurement and manufacturing schedule;
• List of references;
• List of special tools.
Not later than three weeks after award of contract, before start of production:
•
Detailed drawings indicating all details (dimensions and locations of equipment and
connections).;
• Pressure vessel documentation;
• Foundation drawings indicating dimensions and loads;
• Test specification;
• Identification plate text;
• Manufacturing schedule;
These documents shall be forwarded in eight copies, one of which will be returned
following approval by the Purchaser/Employer.
At delivery:
• Comprehensive commissioning, operation and maintenance manual;
• Reproducible “as built” drawings (one transparent);
• list of all spare parts;
• Drawings showing spare part numbering;
• All necessary test and approval certificates.
Delivery:
The Manufacturer shall not be deemed to have delivered the gas heater until the
Purchaser/Employer has received the Heater and the associated documentation and
certificates.
After testing the gas heater shall be prepared for export shipment.
All nozzles shall blank off and all flange faces shall be protected against corrosion and
damages. Such protection shall be adequate for long-term storage (up to six months
under site conditions).
120.
N.
121
Equipment / Material Specification: Orifice Meter (Dual
Chamber) & Mechanical Chart Recorder.
References:
The following standards and publications form integral part of this specification:
#
#
#
#
#
Gas RMS Bib-III
ASME guide for gas Transmission and Distribution piping system;
AGA report no. 03;
API Chapter 14.3 Latest Edition;
API 6D;
ANSI B 16.5;
264
# MSS SP-53;
# MSS SP-54;
# MSS SP-55;
# MSS SP-93;
# ASNT-SNT-TC-IA;
# ANSI B 31.3;
122. Purpose:
The orifice meter (Dual Chamber) run will be used for the custody transfer metering for
Bibiyana-III, 400MW Combined Cycle Power Plant ,Habiganj. The complete Orifice meter
run consists of the meter tube, flow straightener, orifice fitting, orifices section isolation
valves (full bore ball valves) and necessary instrument & piping.
123. Site Condition:
The orifice meter run will be field installed outdoors, unprotected in Bangladesh
environmental condition.
124. Scope:
It is classified as differential pressure meter. It consists of primary and secondary element.
It shall be applicable to handle high volume of Sweet Natural Gas having Molecular
weight-17.3. Specific Gravity 0.55-0.60 (At air 1.0) & water content not more than 7
Lb/MMSCF, condensate not more than 2 (two) US gallon per MMSCF at high pressure in
steady state flow for a particular plate installed in moderate temperature mode. The Dual
chamber Orifice Meter and Meter Tube should be 16" & ANSI 300 Class. The Orifice
Meter will be operated at 150 psig. Maximum gas flow rate at 150 psig will be 85 MMCFD
and minimum 2 mmcfd should be measure through this Orifice Meter. So Orifice plates’
bore shall be sized considering the present flow condition and one set orifice plate
(different sizes) should be supplied by the Supplier/Contractor as per manufacturer design
to measure the maximum & minimum gas flow accurately. The Orifice should be equipped
with electronic Flow computer and 3-pen mechanical Chart recorder.
125. Primary Element:
Orifice Plate:
Material
: ANSI 316 (SS).
Thickness
Upstream edge
: To be measured as per Pressure rating (Class 300) to avoid
buckling of the Plate (To be designed as per ASME
standard).
: Sharp, Square edge (As per AGA Report # 3 latest version).
Downstream edge
: To be beveled to an angle as per AGA Report # 3.
Surface parameters
: Flatness, smoothness, sharpness, cleanliness, etc. (to be
maintained as per AGA Report # 3 latest versions).
Flow direction
: Unidirectional.
Plate Bore associated
Parameters
: 1) Beta ratio: 0.2<ß<0.75
2) Reynolds No. 1260×ß²×D <Re<108
(to be decided by the Tenderer as per AGA Report-3
depending upon the load pattern)
: It shall not exceed 250 mbar (100" of water column) at
maximum flow rate across the plate.
Differential pressure
Orifice Plate Sealing Unit
Marking of the Plate
: Orifice Plate Sealing Unit shall provided for rubber-to-metal
sealing surfaces 360° around the plate. The units positively
seal against both outer faces of the plate and against both
seats of the orifice fitting to prevent leakage.
: Bore dia, Orifice constant, serial no. etc
126. Secondary Elements:
Gas RMS Bib-III
265
126.1
Up & Down Stream Meter T ube:
Material
: It shall be 16ӯ seamless carbon steel pipe
of ANSI 300 class pressure rating.
Length
: As per AGA Report-3 Latest Version.
Diameter
: Diameter of the line pipe is 16 “ANSI 300
class with which meter tube shall be fitted.
End Connection
: RF Flanged type of ANSI Class 300, ANSI
B16.5.
: Internal roughness of inside walls shall be
as smooth as possible and must within the
tolerances specified in AGA Report # 3
Latest Versions to achieve maximum
smoothness of 250micro inch. The inside
pipe walls to be bored honed.
Tolerances of Dimensional
Parameters (Roundness,
Roughness, Denting, Internal
Surface, Configuration etc.)
126.2
Flow Straightening Vanes
Meter tube shall be provided with Straightening Vanes and shall be designed as
per AGA Report-3 Latest Version to condition the flow pattern as to obtain the
optimum accuracy in measurement of Flow of Natural Gas through Orifice meter in
question. It shall be used in the upstream meter tube. It should be welded to the
carrier plate with RF Flange facing at its both ends. To keep the flow straightener
in order the carrier plate shall be clamped between the Flanges. All parts relating
to the straightener shall be welded joint type. The mode of design shall be of such
that it can be drawn out of the Meter Tube as and when necessary and free of flow
induced vibration. Material used for the Straightening Vanes must conform to
withstand specified design pressure recommended for meter tubes.
126.3
Orifice Fittings
Dual Chamber
Orifice Fitting
Connecting ends
Main parts of the
fittings.
Seat Gap
Meter Taps
Flange Tap
: It refers to dual chamber orifice fitting wherein the
chambers are separated by a hardened stainless steel
slide valve. It shall be of RF Flanged Facing Type. It shall
be applicable where flow varies. In this case plates of
different bores to be designed as per clause no. 113.
Orifice fittings small feature quick-replacement of plate and
inspection facility without flow interruptions.
: RF flanged end of ANSI 300
: Body
: Cast Carbon Steel
Equalizer Valve Complete: : 18-8 Stainless steel
Operating Wrench
: Ductile iron or equivalent.
Slide Valve Indicator
: Cast iron.
: Not more than 0.25"
: Two sets of Flange Taps should be provided in
accordance with AGA Report # 3 Latest Version.
: 1. Flange tap meter connection are ½" NPT
2.
Operating Shaft
Slide Valve
Gas RMS Bib-III
Internal tap hole sizes to be as per AGA Report # 3
latest Version.
3. Internal edges of tap holes are free from burr &
square edged.
: Single end operating shafts are standard on left side of
fitting when looking downstream.
: Slide valve cannot be closed unless orifice is concentric to
bore of fitting or in upper chamber during plate removal.
266
Indicator Plate
Opening Wrench
Plate carrier
Plate Alignment
Lubricant
Lubricating Gun
126.4
Quality assurance
Instrumentation
The Orifice metering tube shall be equipped with the electronic Transmitters (e.g.:
Static pr., Differential pr., Temperature) for Flow computer. Additional Static &
Differential Pressure tapping and Thermo-well for measuring the Parameters such
as Static & Differential pressure & Temperature in 3-pen mechanical Chart
Recorder.
Differential
Pressure
Transmitter
Static Pressure &
Temperature
Transmitter
Flow Computer
&Chart Recorder
127
: Orifice meter should be provided with indicator plate to see
clearly the direction of open and close position of the slide
valve.
: A speed wrench should be provided with each fitting to
operate shaft, pinions, equalizer, valve, grease gun, bleed
valve and clamping bar screws.
: Orifice meter to be provided with plate carrier to protect
orifice plate at all times while inserting or removing it from
the fittings.
The plate carriers in all senior fittings shall be centered
using either a fixed three point positioning system or any
other convenient system which assures concentricity
within the fitting in accordance with the latest AGA Report
# 3 Version.
: Type
: Stick of chemical compound with
no filler or inert materials
Operating Temp.
: -48ºF to +500ºF
Size
: 3/8"Ø to 1½"Ø
Box Size
: 24 Nos. or more per box
: The gun shall be designed to lubricate the different points
of the fittings during the operation.
: As per ISO-9001
: It shall be associated with LDPT & HDPT or LDPT-HDPT
Electronic transmitter in meting run for Flow computer and
an additional Differential Pressure tapping for Chart
Recorder
: It shall be associated with Static pressure & Temperature
Transmitters at down stream of Orifice metering run for
Flow Computer and additional Static Pressure tapping and
Thermo-well (for Temperature Sensing) required for Chart
Recorder.
: It shall be associated with flow computer and chart
recorder to Calculate flow along with other parameters
Chart Recorder Specifications:
The orifice meter should be equipped with 3-pen mechanical chart recorder. The Chart
Recorder will record Static pressure, Differential pressure and Temperature from the orifice
meter in a paper Chart for 24 hours. The chart paper will be change every day (after 24hours).
127.1 Rectangular Case:
Casing
: Die cast Aluminum, Black Vinyl Finish.
Display
: Circular Chart recording (24 –hours per Chart)
Gas RMS Bib-III
Function
Mounting
: Record only.
: Yoke
Chart Drive or Scale
: Mechanical Chart drive.
Pens or Pointers
: Three
Pen Type or Scale
: Box type Pen
267
127.2
Type
Recorder & Indicator shall Include Following :
- 100 Humitex Charts per Instruments
- 1 Fluid ounce (US) Plastic dispenser of ink per Pen
- Element: Pressure Measurement, ANSI Type
- 316 Stainless Steel Helical.
- Element: Temperature Measurement, Class 1A
- Thermal System, Liquid Expansion, Fully Compensated Tubing,
- Flexible Stainless over Stainless Capillary,
- Length 15 feet (4.5 meter) Sensor adjustable Union with bendable extension
ANSI Type
- 316 Stainless Steel , 3/8” Dia. extension Length J=18 inches (450mm)
- Element: Type 37 Diaphragm, Cadmium-Plated, Carbon Steel,
- 0-100" Water Differential (25KPa, 250 mbar)
- Type W-PTS Plain Thermometer Well.
- ID 0.378 inches (9.8mm); ½"NPT External Threaded, AISI Type S04.
- Stainless Steel U=4"
- Shatter Prove Glass for Metal Case
- Mechanical Single Speed Chart Drive, 24 Hours Rotation Up to 7 Days Wind.
- Customer Tag:
- Chart No. 898419
- Chart Range: 0-10SQ; 0-100 Uniform,
- Calibrated Range : Static Pressure
: 0-500 Psig
: Differential Pressure : 0-100" W.C
: Temperature
: 0-150ºF
- Three Box type Pen of Color Red for Differential Pressure, Green for Static
Pressure & Violet for Temperature Measurement.
- Three Pen Arm.
- Product Specification Sheet: PSS Parts.
- MINK 1800 VIT OZ, 1800 RED OZ and 1800 GRN OZ
- Mechanical Chart Drive Lubricants
128. Documents:
Tenderers shall have to submit the following documents at the time of submission of
Tender –
# The relevant valid ISO certificate in fovour of the manufactured meters.
# Meter must be manufactured & undergone various test as per AGA Report-3 & such
performance certificate issued from the relevant Authority as applicable for the meters
in question.
# Relevant technical catalogues (general, Maintenance & Parts Lists) / brochures of the
offered model
O.
129.
Equipments Specification: Flow Computer
Scope:
Flow Computer should be installed with Orifice Meter through Smart type Different
Transmitters (e.g. Differential pressure, Static Pressure & Temperature). The flow
Gas RMS Bib-III
268
computer shall calculate gas volume by using AGA Report no-3 and AGA Report no.8.
This flow computer should be panel mounted placed in control-room.
130. Technical Specifications:
Flow computer shall be a microprocessor-based unit. Flow computers shall perform all
required compensation using AGA Retort no.3 (Latest Version) in Imperial units for run.
Calculations shall be compensated for Static Pressure, Differential pressure, and
temperature and compressibility factor.
The flow computer shall provide for the following analog inputs from Orifice meter tube:
· Signal from the temperature transmitter (TT).
· Signal from the pressure transmitter (PT)
· Signal from the Differential pressure transmitters (DPT)
The Flow Computer shall have minimum following communications interfaces (Ports):
· One serial port shall be connected to printer interface
· One port shall be for future provision of the Gas chromatograph Controller interface.
· One LAN port for Ethernet (using FTS and TCP/IP Protocols).
· One Serial port for modbus SCADA data network.
. One Serial port for DCS Supervisory system.
· One dedicated configuration port for Soft-ware/data down/upload
The computer shall have the capability to automatically print hourly, daily and monthly
reports in a format and time period as defined by Purchaser/Employer. The printer shall
be supplied by Supplier/Contractor and shall be compatible with the meter panel.
The computer shall have an Internal precision reference voltage to allow auto calibration
of the computer prior to each calculation cycle. An internal battery shall be used to
maintain programmed and calculation memory for a minimum of 5 years.
Supplier/Contractor shall provide system software to enable off-line programming and
configuring using an IMB compatible lap top computer.
The flow computer for Orifice Metering shall calculate the gas Supper compressibility
factor by using the AGA Report no.8 (Latest version).
The flow computer shall have a selectable high and low flow limit, with adjustable
discrepancy for calculated values of density.
Low or high range differential pressure transmitter switching shall be automatic with an
adjustable switching point and adjustable dead bend to eliminate “hunting”.
Upon reaching the upper level of the respective High Range Transmitter, out of accuracy
alarms and pre-alarms will indicate the meter run has under ranged.
Analog output signals (4 to 20 mA DC) shall be fully isolated and be provided for
standard volume flow rates and temperature.
Supplier/Contractor shall specify in his quotation the percent that the flow computers will
contribute to the overall uncertainty, e.g. accuracy of analog input circuitry, accuracy of
A/D conversion etc.
130.1
Flow data:
The Flow Computer shall generate and stores data for meter run the following.
• Previous day data (a minimum of 90 days of data shall be stored):
- Start and finish time
-Number of events
-Total measured volume
-Average temperature
-Average static pressure
-Average flow rate
-Average differential pressure
-Average supper compressibility factor (FPV)
-Average Extension factor
Gas RMS Bib-III
269
• Previous hour (the last 168 hours shall be memorized):
-Start and finish time
-Number of events
- Minutes consider
-Total measured volume
-Average temperature
-Average static pressure
-Average flow rate
-Average differential pressure
-Average supper compressibility factor (FPV)
-Average Extension factor
130.2
• Current hour data:
- Minutes considered
-Number of events
-Total measured volume
-Current gas temperature
-Current static pressure
-Current compensated flow rate
-Hourly peak volume rate and time
Operational Facilities:
The Flow Computer front panel shall consist of keypad and minimum four lines
digital display. This shall be suitable for both local mounting.
The flow computer shall have high and low limits for Specific Gravity, should
these limits be exceeded a ´´out of range `` alarm will be activated and the flow
calculation will use the manual internal preset values.
The keypad shall be used to access data for display and to change factors,
coefficients etc., including ranges for input signals and output signals, range
switching point and dead band, alarm limits, manually entered values etc. A
security system shall be used to permit and control data entry and adjustment of
alarms. Manually entered values shall include base Specific Gravity and
compressibility.
The display shall present an operator interface to view the data accessed by the
keypad in addition to the following:
130.3
Gas RMS Bib-III
• Non-resetable totalized volume of meter run.
• Instantaneous flow rate of meter run in SCF.
Additional panel mounted, dedicated tantalizers shall be used for continuous
indication of totalized volumetric flow of meter run. These counters shall be nonresetable type and of a type which will prevent loss of data on failure of
electrical power, supply.
Flow and Totalizing Computers-Physical Requirements:
The Flow Computer and auxiliary equipment shall be self contained in one
modularized unit suitable for front panel mounting and shall be complete with
any necessary support shelves. FC shall be mounted in a control panel to be
installed in an unclassified control room.
Power supply to the control panel shall normally be 220 V AC single 50 Hz
supplied from an uninterruptible power supply external to the control panel,
unless otherwise specified vendor to state power consumption, power supply
tolerance and earthing requirements.
The power supply to the computers shall nominally 24V DC from individual
single pole circuit breakers within the control panel. Supplier/Contractor shall
supply the 24-VDC-power supply.
The flow computer shall supply the power for the field located transmitters
connected to it.
270
The flow computer shall supply the following isolated and powered analog
signals (4-20 mA DC, 2 wire) from its gas meter run, to drive output load up to
600 ohms to be connected to the pipeline SCADA system.
• Standard volumetric gas flow rate:
• Gas stream temperature and pressure.
The flow computer shall also provide the following volt free pulse contact output
(suitable for switching 24 VDC):
• Totalized standard volumetric flow, for the meter run for connection to the
dedicated totalize and odorant injection purpose and
• Common fault alarm for connection to the SCADA system.
All inputs and outputs shall be available on a kilopon or equal terminal strip with
clamp type terminals suitable for 2.5 mm² stranded copper conductors.
131.
130.4
Flow computers –Software, Laptop and Printer Requirements:
The resolution of analog to digital conversion shall be better than ± 0.02% of full
scale.
The flow computer shall be equipped with internal control functions such as a``
watchdog timer ´´ to monitor and insure that the program loops are executed
with the correct intervals.
The part of the memory that contains data which is permanent or seldom
changed shall have a periodically controlled `` Check-sum ´´.
The algorithms and fixed parameters important for accurate computation of
fiscal quantities shall be stored in a protected memory.
Relevant Software (windows based version 5 or greater) is to be supplied for
data retrieval and configuration as well as the data management for further
evaluation of the data.
Compatible one very-latest model Laptop computer for data retrieval and
configuration should be supplied.
A printer should be associated with Flow Computer for printing gas consumption
report hourly, daily and monthly flow data automatically. Gas consumption
report shall contain Static pressure and gas flowing Temperature.
130.5
Control Logic:
The Supplier/Contractor shall develop control logic. The logic shall provide for
required compensation using AGA Report no.03 and AGA Report no.8.
Supplier/Contractor is not released from responsibility for designing a fully
functional metering control unit by meeting the requirements of this
specification.
A security switch shall be fitted for protection against illegal data entry.
Availability of Equipment:
As a minimum, Supplier/Contractor shall take into account the following requirements:
• Availability shall be optimized. In case of an electrical, power failure or failure of the
telecommunication system, the metering skid shall remain in operation and the flow
computer shall continue operating, memorizing all flow data.
• Data retrieving shall be possible locally at any time when normal operation has
resumed.
131.1
Power Distribution Board:
Power Distribution Board Shall be Supplied by the Supplier/Contractor. Power
Distribution Board will feed power to Control panel, control equipments, UPS
charger and voltage stabilizer. The main power feeder shall run from Bibiyana-III,
400MW Combined Cycle Power Plant power source to power distribution board
located in the control building.
Gas RMS Bib-III
271
131.2
Control Panel:
A control panel shall be installed for Flow Computer in control
om
accordance with relevant clause of meter panel of material/equipments
specification.
To operate /control/proper functioning of the flow computer mounted in control
panel, which is installed in control room, necessary cables, instrument, materials,
fittings, software and other accessories should be supplied by the
Supplier/Contractor.
131.3
UPS:
An uninterrupted power supply unit should be supplied for flow computer and its
control panel for minimum 08 hours backup power supply in accordance with
relevant clause of UPS of material/equipments specification.
134.4
Voltage Stabilizer:
An ISO certified voltage Stabilizer is required to stable output voltage level 220230 AC volts and 50 Hz. The power feed to the voltage stabilizer from the
power distribution board.
131.5.
Connection /Electrical Circuit Diagram:
131.6
The Supplier/Contractor should supply detail electrical connection and circuit
diagram of Flow computer, Different Transmitters, UPS and Voltage stabilizer.
RF Immunity:
The metering system shall be designed so that, under normal operating
conditions, it shall be unaffected by radio transmissions.
P.
132.
Equipments Specification: Pressure Regulating Valves
SCOPE:
This specification provides a description Pressure Regulating Valves for installation in
Metering and Regulating stations for the Bibiyana-3, 400MW Combined Cycle Power Plant ,
RMS.
133
134.0
REFERENCES:
133.1 The following Standards and Specifications form an integral part of this
Specification:
• “Environmental data”.
• “Design criteria”.
• ASME B31.8 Guide for Gas Transmission and Distribution Piping Systems;
• API 6D;
• ANSI B16.5;
• ANSI B16.04.
The Employer may use equivalent codes and standards subject to approval.
GENERAL:
The Regulating valves will be installed outdoor unprotected in Bangladesh.
Reference is made to relevant clause of bid document of “Environmental data”. A
complete Regulating valve consists of a controller, an actuator, a control valve
and all other items necessary to provide a safe and proper function of the
regulator. It is not limited to the below mentioned items.
The Regulator shall conform to the requirements laid down in DIN 3380 unless
otherwise specified in this specification.
Gas RMS Bib-III
272
135
ITEM/FUNCTIONAL REQUIREMENTS:
135.1
The purpose of the regulator is to maintain the outlet pressure within the
specified pressure range under normal operating inlet pressures and
temperatures.
The regulator shall function properly in the valve arrangements as shown in the
relevant Drawing / PFD’s. These regulators shall be functioning in M/R
systems as a “Active Monitor” installation. The regulator valve shall be selfcontained gas operated.
The regulator shall utilize the differential pressure across the valve. During
normal operation, no gas shall be vented to the atmosphere. The regulator
shall be of the pilot operated type. In a monitor installation, shall each of the
valves be able to control on full differential pressure if one of the control valves
in the same run fails.
Gas used in normal operation shall be returned to the piping downstream of
the regulator.
In case of a breakdown of a diaphragm etc. gas may be vented to the
atmosphere.
The regulator shall be equipped with a valve trim travel indicator.
The regulator valve shall have exchangeable internal valve assemblies to ease
an up rating or down rating of the flow range. The valve shall be provided with
soft seals.
Internal inspection and exchange of internals sleeve shall be possible without
taking the valve body out of the line.
A sudden change of the downstream pressure shall cause immediate
correction of the main valve position. The pilot shall respond simultaneously
and control final positioning of main valve.
The regulator valve shall be designed to minimize the sound pressure level
created in the valve. Reference is made to relevant clause of bid document of
“Equipment noise limits”.
135.2 DESIGN and DATA:
The pressure rating shall be upstream ANSI rating as shown in the relevant
Drawing / PFD’s. The Controller, external connection, if any, actuator, central
volume and all other items shall be designed to at least the same pressure
ratio.
135.3
Materials for pressure-containing components shall be made of either forged or
cast-steel. The steel used shall conform to the standards stated in API 6D, or
other material standards equivalent to these.
The hydrostatic test pressure of the regulator valve body shall be 1.5 times
design pressure for cast bodies and 1.3 times design pressure for forged
bodies.
The dimension and type of gas inlet and gas outlet flanges shall be in
accordance with ANSI B16.5 RF.
DATA
(i) 6ӯ x ANSI 600 Regulator and pilot.
Inlet Gas Pressure
: 1100 to 600 psig
Regulator Body
: Carbon Steel (Nickel Plated/ Zinc plated)
Pilot Spring Pr. Range : 250-650 Psig
Delivery gas Pressure : 500 psig
Gas RMS Bib-III
273
Stud Bolts & Nuts
: ANSI 600
(ii) 6ӯ x ANSI 300 Regulator and pilot.
Regulator Body
Inlet Gas Pressure
Pilot Spring Pr. Range
Delivery set Pressure
Stud Bolts & Nuts
136.0
137.0
: Carbon Steel (Nickel Plated/ Zinc plated)
: 550 to 400 psig
: 100-400 Psig
: 150 psig
: ANSI 300
QUALITY CONTROL:
Hydrostatic test shall be made with the test pressures given in API 6D. These
pressures shall be maintained for at least 10 minutes. Test pressure and hold
time shall be recorded and be entered in the test certificate.
DOCUMENTATION:
Documentation shall fulfil the requirements of project instruction relevant
clause of bid document “Vendor data requirements” at the times indicated.
To be completed by Contractor for every Regulator valve:
COMPONENT: PRESSURE CONTROL VALVE:
Station No
Name
Drawing no:
PROCESS DATA:
Process fluid
Inlet pressure range
Normal inlet tem. range
Upset inlet temp. range
Outlet pressure range
Normal outlet temp. range
Upset outlet temp. range
Max. controlled flow
Min. controlled flow
Silencer type
PERFORMANCE DATA:
Max. flow at max. pressure
Min. flow at max. pressure
Max. flow at min. pressure
Min. flow at min. pressure
Regulating accuracy
Closing pressure group
Max. SPL at max. flow & pres. drop
Valve flow characteristic
Flow coefficient
Valve plug & seat type
Min. diff. pressure required
Inst. area:
Comp. ID:
Contractor ID:
Refer to
Relevant
P&I diagram
Integral
+/- 1% of set pressure
+ 10% max. 0.4 bar
85 dB(A) in 1 m distance
Equal percentage
DESIGN AND CONSTRUCTION DATA:
Pressure rating
Design code
Hydrostatic test pressure
Gas RMS Bib-III
274
Leak test pressure
Valve body, material
Valve plug, material
Valve seat, material
Seat material
Diaphragm material
Process connections, type
Inlet dimension
Outlet dimension
Auxiliary connections, type
Control line, dimension
Downstream return line, dimension
Vent line, dimension
Integrated silencer
Weight
Length
Flange, ANSI Class RF
CERTIFICATES:
Type test authority/no.
Material certificate
Factory test certificate
SUPPLY:
Manufacturer
Auxiliary regulator type/no.
Pilot regulator type/no.
Actuator type/no.
Control valve type/no.
Supplier
Q.
138
Equipments Specification: Slam Shut Valves
SCOPE:
This specification provides description for safety shutoff devices Slam Shut
Valves with operating pressure above 15 bars for installation in metering and
Regulating Stations at Bibiyana-III, 400MW Combined Cycle Power
Plant ,Habiganj
139
REFERENCES:
149.1 The following standards and publications form an integral part of this
specification:
• “Environmental Data”
• “Design criteria”
• “switches”
The Employer may use equivalent codes and standards subject to approval.
Codes and Standards:
•
•
•
•
Gas RMS Bib-III
ASME B 31.8 Guide for Gas Transmission and Distribution Piping
System
DIN 3381
DIN 17245
AD-Merkblatt W5
275
•
•
140
API Spec. 6D
ANSI B16.5
GENERAL:
The Slam Shut Valves will be installed outdoor unprotected in Bangladesh.
Reference is made to relevant clause of bid document of “Environmental Data”
A Slam Shut Valve consists of a controller, an actuator a control valve body and
all other items necessary to provide a safe and proper function of the slam shut
valve. It is not limited to the mentioned items. The Slam Shut Valve shall
conform to the requirements laid down in DIN 3381 unless otherwise specified in
this specification
141
FUNCTIONAL REQUIREMENTS:
The purpose of the slam shut valve is to prevent over pressure of downstream
pipe systems by interrupting the flow in a regulator run in case of a faulty
regulator and monitor. The sensing element (controller) of the slam shut valve
shall have provision against unauthorized changes of set point. The slam shut
valve shall be gas operated, but may not consume gas in normal operation.
Vent openings shall be protected against ingress of rain and shall have bug
screens. The slam shut valve may not have greater response time than 0.5
second. Response accuracy shall be better than 2.5% Internal inspection and
exchange of internals shall be possible without taking the valve body out of
the line. The slam shut valve shall be provided with a local manually operated
triggering device. The slam shut valve shall be provided with local position
indication (open closed). The slam shut valve shall be provided with an
electric position switch for remote indication (closed). The electric switch shall
be in accordance with applicable specification. The slam shut valve shall be
provided with a built in pressure equalizing line. The design of the slam shut
valves shall minimize the sound pressure level created by the valve. Max. gas
flow velocity shall be limited to 50 m/sec.
141.1
DESIGN and DATA:
The pressure rating shall be in accordance with PFD’s and design criteria. The
Controller, external connections, if any, actuator, valve and all other items
shall be designed to at least the same pressure rating. Materials for pressure
– containing components shall be made of either forged or cast steel. The
steel used shall conform to the standards stated in API 6D, AD-Merkblatt W5
or other material standards equivalent to these. The hydrostatic test pressure
of the slam shut valve body shall be 1.5 times design pressure for cast bodies
and 1.3 times for forged bodies. The dimension and type of gas inlet and gas
outlet flanges shall be in accordance with ANSI B 16.5 Class 300 and 600 RF.
The dimension of gas inlet and outlet may be the same if the valve otherwise
is provided with indication of flow direction. The slam shut valve shall be
provided with a nameplate in accordance with applicable standard.
141.2
DATA
8ӯ X ANSI 600 RF Slam Shut Valve:
Body Material
: Carbon Steel
Built-in Pilot spring Range : 420 to 700 psig.
Set pressure
: 560 psig or any pressure within pilot spring
Range.
8ӯ ANSI 300 RF Slam Shut Valve:
Gas RMS Bib-III
276
Body Material
Built-in Pilot spring Range
Set pressure
142
: Carbon Steel
: 300 to 500 psig.
: 210 psig or any pressure within pilot spring
Range.
QUALITY CONTROL:
142.1
Type test:
The complete slam shut valve shall be subject to a type test and be provided
by a recognized institution to obtain a DIN DVGW number
Factory Test:
Each slam shut valve shall pass a factory test. The outline of the factory
test shall be as stated in DIN 3381. At all times during which work on the
order is being carried out, the Employer or his representative shall have
free access to those parts of the Contractor/Manufacturers premises
which concern the manufacture and testing of the items ordered. The
Contractor/Manufacturer shall, without charges provide the Employer or
his representative with all reasonable facilities necessary to satisfy him
that the product is being produced in compliance with this specification.
For materials for pressure-containing components, control certificates
shall be issued from the third party inspector. The outline of the test shall
be as stated in AD Merkblatt W5 and shall at least include a chemical
analysis; a tensile test, impact resistance tests and internal crack
detection tests. To satisfy this specification, the methods used and values
obtained in the tests shall be in accordance with the material standard
chosen and shall at least correspond to the standard stated in DIN 17345
Class 3. The outcome has to be state in a factory test certificate, which
shall include the necessary material certificate.
143
DOCUMENTATION:
143.1
The documentation shall fulfill the requirements of Section
documents”
“Vendor
DELIVERY:
The delivery is not considered fulfilled until all the items and the associated
documentation and certificates are received.
S.
144
Equipments Specification: Pressure Safety Valves
SCOPE:
This specification covers Safety Relief Valves with operating pressure below 50
bars for installation in metering and Regulating Stations at Bibiyana-III, 400MW
Combined Cycle Power Plant ,Habiganj
145
REFERENCES:
145.1 The following standards and publications form an integral part of this
specification:
•
•
•
•
Gas RMS Bib-III
“Environmental Data”
“Design criteria”
ASME B 31.8 Guide for Gas Transmission and Distribution piping
system
ANSI B16.5;
277
146.0
• API RP 520;
• API RP 521;
The Employer may use equivalent codes and standards subject to approval.
GENERAL:
The safety relief valves will be installed outdoor unprotected in Bangladesh.
Reference is made to relevant clause of bid document of “Environmental Data”.
Safety relief valves shall conform to the requirements laid down in ASME Boiler
and Pressure Vessel Code, section VIII, Division 1 unless otherwise specified
in this specification. Reference should also be made to API RP 520 AND RP
521.
147.0
FUNCTIONAL REQUIREMENTS:
The purpose of the safety relief valve is to prevent over pressuring of pipe
systems of vessels either through leaking valves or due to thermal expansion.
Safety Relief Valves may either spring-loaded or pilot operated. Pilot operated
safety relief valves shall be of the fail open type. Safety relief valves may be
either of the conventional or balanced type and be of the enclosed spring type.
Conventional type may be used if the backpressure and build-up backpressure
does not exceed 5% of the set point pressure. Bonnet of conventional type
safety relief valves shall be vented to the discharge side of the valve. Capacity
conversions for safety relief valves shall be determined by application of the
formulae in Appendix XI of ASME Boiler and Pressure Vessel Code Section
VIII, Division. 1. The safety relief valve may not leak even after several
discharges. The valve shall have soft seals. The blow-down of the safety relief
valves may not exceed 5% of the set pressure.
147.1
DESIGN and DATA:
The relief valve body and all other items shall be designed to the same
pressure rating. The steel used for relief valve body, bonnet etc. shall
conform to the standards stated in ASME Boiler and Pressure Vessel
Code, Section VIII or other material standards equivalent to these. As a
minimum relief valve body shall be carbon steel with stainless steel trim.
The hydraulic test pressure of the valve body etc. shall be at least 1.5
times the maximum allowable working pressure of the safety relief valve.
Main inlet and outlet connections shall either be flanges in accordance
with ANSI B16.5 (RF) or up to 3/4" NPT threading may be used. Relief
valves shall have springs suitable for a range of adjustment of plus or
minus 5% of the set pressure. Each safety valve shall be provided with a
nameplate in accordance with pressure vessel Section VIII, Division 1. It
shall also show the instrument tag number.
147.2
DATA
2” Ø x ANSI 600 RF Relief Valve .
Regulator/Relief Body
Pilot Spring Pr. Range
: Carbon Steel (Nickel Plated/ Zinc plated)
: 400-650 Psig.
2” Ø x ANSI 300 RF Relief Valve.
Regulator/Relief Body
Pilot Spring Pr. Range
Gas RMS Bib-III
: Carbon Steel (Nickel Plated/ Zinc plated)
: 120-300 Psig
278
148
QUALITY CONTROL:
148.1
Type test:
The complete safety relief valve, if required, be subject to a type test and be
provided by a recognized test institution.
The test shall be as stated in ASME Boiler and pressure Vessel Code, section
VIII.
148.2
Factory Test:
Each relief valve shall be bench tested and set to the required set point.
The set point adjustment shall be sealed. Each valve shall have a tag
stating the set point pressure. The manufacture shall issue a test
certificate stating the adjusted set point and the test method. At all times
during which work on the order is being carried out the Employer or his
representative shall have free access to those parts of the
Contractor/manufactures premises which concern the manufacture and
testing of the items ordered.
149
DOCUMENTATION:
149.1
The documentation shall be in accordance with “Vendor data requirements”
DELIVERY:
The delivery is not considered fulfilled until all the items and the
associated documentation and certificates are received.
T. Specification: Valves (Ball Valves, Check Valves, Glove Valves).
150.
Ball valves (Full Bore)
Ball Valves to be used for Natural Gas having Sp. gr. 0.6 (At air = 1), to be side entry type,
split body , forget steel, field repairable, solid ball, Double Block & Bleed antistatic device,
blow out prove system, double seal design with high integrity shut-off, detailed description
and specifications of the valves to be as follows:
: 300/600 Class
Rating
Valve design and Manufacturing : As per API 6D
Flange dimension and Drilling
: As per ANSI B16.5
Face to Face dimension
: As per ANSI B16.10
Materials of construction
(a)
Body, Bonnet & Cover
: Forged steel ASTM A 105 .
(b)
Ball
: Forged steel ASTM A 105 with 0.003'' Electro less
Nickel plating.
(C)
Stem
: Forged steel ASTM A105 with 0.003'' Electro less
nickel plating .
(d)
Seat
:
(e)
Seat Retainer
: ASTM A182.- F-316
Gas RMS Bib-III
PTFE.
279
(f)
Bolting
:
(g)
Seal
: Primary seals electro less Nickel coated, Secondary
nit rile O-rings (Double Block and Bleed ).
Valve construction
: Valves shall have Bolted Body.
Valve shall be equipped with secondary seals
between the ball and the seals should be resistant to
aromatic hydrocarbon.
Ball Arrangement
: Trunnion Type for 4"Ø and above with double block
& bleed system.
ASTMA193-B7 and ASTM A194-2H for Bolts and
Nuts respectively.
Floating type for up to 3"Ø
: 4"Ø & above sizes to be Gear Operated with wheel.
Operation
Up to 3"Ø sizes to be lever operated.
Valve Testing
: As per API 6D (598 and 607/6FA ). Fire safe design
certificate (API607/6Fa) issued by internationally
recognized authority i.e. ABS, Llyods, BV & DNV
shall have to be submitted.
Valve Marking
: The identification marking on Valves shall be as per
API 6D (latest edition) including the following.
(a) Manufacturer's trade mark on both body and
name plate.
(b) API Monogram on name Plate.
151.
152.
Check Valve
Rating
Ends
Materials
Trim
Seats
Bolting
Face- to- Face Dim
Design & Test
:
:
:
:
:
:
:
:
300/ 600 Class
RF Flanged ANSI B16.5
Carbon Steel
13% Chromium
Soft Seat Renewable
Studs ASTM A 193 Gr. B7; Nuts A 194 Gr. 2H
API 6D
API 6D
Rating
:
300 /600Class
Ends
:
RF Flanged ANSI B16.5
Bonnet & Stem
:
Bolted Bonnet
Material
Trim
Seats
Bolting
Face- to- Face Dim
Design & Test
Operation
:
:
:
:
:
:
:
Carbon Steel
316 Stainless-Steel
Renewable.
Studs ASTM A 193 Gr. B7; Nuts A 194 Gr. 2H
ANSI B16.10
Test API 598, Design API 6D
Wheel (Gear) operated, Mechanical type indicator to show
the percentage of opening.
Globe Valves:
Gas RMS Bib-III
280
U.
153.
Specifications: Instrumentation Panels
References:
153.1 Standards:
In this specification reference is made to subsequent standards.
EN 50020
154.
Electrical apparatus for potentially explosive atmospheres; intrinsic
safety.
EN 50022
Low voltage switch gear and control gear for industrial use; Mounting
rails: Top hat rails 35 mm wide for snap-on mounting of equipment.
EN 55011
Limits and methods of measurement of radio disturbance
characteristics of industrial scientific and medical (ISM) radio
frequency equipment.
EN 55013
Limits and methods of measurement of radio disturbance
characteristics of broadcast receivers and associated equipment.
EN 55014
Limits and methods of measurement of radio disturbance
characteristics of electrical motor operated and thermal appliances
for household and similar purposes, electric tools and similar
purposes and similar electric apparatus.
EN 55015
Limits and methods of measurement of radio disturbance
characteristics of electrical lighting and similar equipment.
EN 55020
Immunity from radio interference or broadcast receivers and
associated equipment.
EN 55022
Limits and methods of measurement of radio interference
characteristics of information technology equipment.
IEC 417.B
Graphical symbols for use on equipment. Index, survey and
compilation of the single sheets.
IEC 8O1-1
Electromagnetic compatibility for industrial process measurement
and control equipment; Part 1 : General introduction.
IEC 801-2
Electromagnetic compatibility for industrial process measurement
and control equipment; Part 2: Electrostatic discharge requirements.
IEC 801-3
Electromagnetic compatibility for industrial process measurement
and control equipment; Part 3: Radiated electromagnetic field
requirements.
IEC 801-4
Electromagnetic compatibility for industrial process measurement
and control equipment; Part 4: Electrical fast transient/burst
requirements.
Definitions and Abbreviations:
In this specification the following definitions are applicable:
Auxiliary Equipment Rack:
Compartment:
Connection diagram:
Disconnect fuse:
Emission:
Immission:
Inquiry:
Instrument earth:
Gas RMS Bib-III
A (turning) part within a panel in which electronic
equipment such as supply units, 19 inch cards and
the like are installed.
A part of a panel provided with front and / or back
doors.
A diagram showing the electrical connections
between field instrumentation equipment and panel
terminal strips.
A fuse in a special holder which can be used to
interrupt an electrical circuit.
Emitted electromagnetic radiance.
Received electromagnetic radiance
A request for quotation.
An earthing system designed to minimize electrical
interference upon transmitted signals.
281
Instrumentation panel:
Safety earth :
System panel:
EMC:
155.
A closed housing in which components are installed
needed for interfacing, marshalling, controlling,
safeguarding and/or signaling functions and which is
part of an instrumentation installation.
An earthing system designed for personal safety
A standard panel delivered by control system
manufacturer.
Electromagnetic compatibility.
REQUIREMENTS:
155.1 Electromagnetic Compatibility:
All electrical and instrumentation systems installed on locations of
Purchaser/Employer shall meet the European electromagnetic compatibility (EMC)
guidelines.
Immission requirements are stated in IEC 801-4.IEC 801-3 and IEC 801-4.
Immission requirements are stated in EN 55011, EN 55013, EN 55014, EN 55015,
EN 55020 And EN 55022.
155.1.1 Immission:
IEC 801 distinguishes four environmental levels in which equipment is
erected. Requirements for the equipment are dependent on the
environmental level. This implies that all applied electrical and
instrumentation equipment shall remain in correct operation (Shall not be
influenced) at immissions occurring in a level 3 environment.
Explanation:
If immissions occur according the allowable intensity for a level 3
environment :
The electrical and instrumentation system shall not react by initiating alarms,
trips and the like;
the measured value given by a sensor shall not deviate from the value
corresponding with the process (within the accuracy of the equipment).
155.1.2 Emission:
European standard regarding emission mention requirements for maximum
allowable emission values. Products shall be designed and installed in such
a manner that the electromagnetic emission level is as low as possible in
order to guarantee a proper functioning of other electrical or electronic
products or installations and to guarantee that radio services are not
disturbed.
155.2 Mechanical Design:
The mechanical design shall meet the following conditions:
The construction, chassis, doors and the like shall be designed such that all wiring,
instruments, terminals and the like are easily accessible for inspection,
maintenance adjustment and repair:
Functional separation shall be provided;
• Terminal strips shall preferably be installed in a separate compartment which may
be part of the panel;
• Sufficient space shall be provided to allow spare capacity of at least 30%
(instruments, terminals, voltage distribution components and the like)
The construction of an instrumentation panel shall be of sheet steel. The minimum
sheet thickness shall be 1.5 mm while the mounting plate, if used, shall have a
minimum thickness of 3 mm. Doors shall have a minimum sheet thickness of 2mm.
As a minimum the structure is to meet IP40.
Gas RMS Bib-III
282
The panel shall be fitted with dismountable eye baits for transportation. Provisions
should be made for blanking the holes after removal of the eyebolts.
Before painting, all metal parts shall be thoroughly cleaned by means of grit blasting
or by immersion in a solvent. Directly after cleaning and drying all metal parts shall
be primed and subsequently painted. The minimal dry film thickness (DFT) shall be
60 micron (in total). The colour of the panel shall be RAL 7032 (gray). The colour of
the plinths and the consoles will be mentioned in the inquiry.
The doors of individual panels shall be hinged to swing through 1800 . It should be
possible to lift the doors off their hinges. The type of doors for consoles will be
mentioned in the inquiry. Doors shall be opened by a clip down handle with a push
button insert (no key locks).
Panels shall be installed in a plinth. Panels wider than 2500 mm shall be provided
with one plinth over the whole width. The plinth height shall be 100 mm unless
otherwise mentioned in the inquiry. Plinth shall be provided with the possibility of
installing ventilation louvers for individual panels at the front side and (for double
sided panels) at the backside.
Folding lecterns and drawing holders shall be fitted to the inside of the doors; one
on each panel compartment at the front side and / or the backside.
Adequate provisions shall be made for ventilating the panel natural ventilation is
preferred. Ventilation air should enter.
The panel at the bottom and exit through the top of the panel. Forced draught
ventilation should only be applied after consultation with Purchaser/Employer. For
consoles, ventilation shall be implemented at the rear of the console.
Heat radiation from one side shall be avoided for equipment fitted on mounting
plates.
In case dust filters are used, replacement of those filters shall be possible without
switching off the installation.
Terminal strips for external field wiring shall preferably be installed vertically. A gap
of at least 200 mm shall be left between two terminal strips and between the
terminal strip and the panel wall. The gap between mounting plate components
terminal strips and the like and wire ducts shall be at least 40mm.
All components with the possibility of mounting rail installation shall be installed on
symmetrical mounting rail (non perforated steel 35 mm x 7.5 mm according to EN
50022)
The supplier shall install perforated cable trays of galvanized steel or make similar
provisions for the routing and installation of dabbles to the connector terminal
boards.
The cable entry shall preferably be at the bottom of the panel. Cable clamp bars
shall be installed to provide strain relief at the cable entry-clamping bar shall
preferably be fitted in the plinth of the panel.
Specific requirements regarding dimensions, erection, accessibility and the like of
the panels will be mentioned in the inquiry.
155.3 Electrical design:
The electrical wiring within the panel, both external fields wiring and internal wiring,
shall be installed in wire ducts with removable covers.
Wire ducts shall be made of plastic having self-extinguishing properties and being
non-toxic in case of fire.
The dimensions of wire ducts for external field wiring shall be sufficient to allow
wiring installation in loops.
The wire ducts shall not be more than 50% full on delivery Recommended wire duct
dimension are (width x height): 200mm x 80mm, 120 mm x 80 mm, 100mm x 80
mm and 80 mm x 50 mm.
All wire ducts shall be fastened by means of non-metal (plastic) blind rivets.
After completion of the wiring in ducts, provisions shall be made to insure that all
wiring will remain in the ducts after removal of the covers.
Gas RMS Bib-III
283
Wiring between the panel and movable parts of panels such as doors, auxiliary
equipment racks and the like shall preferably be installed in flexible conduits. Other
solutions shall be chosen in consultation with Purchaser/Employer. If flexible
conduits are used, a pull wire shall be installed in the conduit.
Unless otherwise mentioned in the inquiry each panel compartment shall be fitted
with starteriess fluorescent lighting operated by limit switches on the doors and
powered by separate 230 VAC mains voltage.
For panels accessible from two sides fluorescent lighting fixtures shall be installed
at the front and rear
The limit switches shall be installed in such a way that terminals and the like are
accessible at all times.
The fluorescent lighting fixtures shall have a rim-earthed socket connected to the
230 VAC mains supply.
Voltages equal to or greater than 120 VDC and equal to or greater than 50 Vac
should be treated as dangerous and shall be covered by a plate where risk of touch
is present. Terminal strips and equipment with position signaling facilities (for
example switches) carrying the above mentioned voltages shall be covered with a
transparent plate. Plates covering switching devices shall be provided with holes in
order to remain operable.
Where external inductive loads can occur a suppresser diode shall be used in
terminal strips.
24 VDC supply units shall preferably be installed in auxiliary equipment racks.
Signal isolators, converters, amplifiers and the like shall preferably be installed in 19
inch racks housed in auxiliary equipment racks. The use of connections with crimp
contacts is preferred. Other connection systems shall only be used after
consultation with Purchaser/Employer.
Spare slots in 19-inch racks shall be fitted in blanking plates. the pre wiring of spare
slots shall be executed in consultation with Purchaser/Employer.
155.4 External Connections:
Terminals shall be applied for external field connections unless otherwise specified.
Connector and terminal boards and / or terminals shall be used for connection to
other system parts or panels.
Multi core cables shall be used for all connection via connectors. All cores and
screens shall be connected at the plugs. The cores shall be adequate cross section
and shall incorporate screening. A cable core cross section of 0.5 mm2 (flexible)
according to cable specification is preferred (for power circuits like solenoids 1.5
mm2 is preferred). The cables shall contain numbered or coloured cores. In order to
avoid a rigid connection between a multi core cable and a connector, a flexible
sleeve shall be installed between the cable sheath and the strain relief of the
connector. The flexible sleeve shall have a minimum length of 300mm.
The polarization code for connector plugs and sockets shall be different for ex(i)
and non Ex(i) cables and shall be indicated in the loop drawings.
155.5 Internal Connections and wiring:
The internal wiring shall be executed in flexible wire with a minimum cross
section of 0.75 mm2 , the tails finished with insulated sleeves.
For power circuits like solenoids, minimum cross section of 1.5 mm2 shall be used.
Only one wire shall be fitted to each terminal.
The wiring within the panel shall be of adequate length and shall be in one piece.
Joints in the wiring are not allowed.
Loose wiring within the panel shall be of adequate length and shall be in one piece.
Joints in the wiring are not allowed.
Loose wiring in the panel will not be allowed.
Wiring used for analog signals shall be twisted. Wiring used for pulse signals shall
be screened or twisted.
Gas RMS Bib-III
284
The colour coding used for the wiring shall be as follows:
Intrinsically safe circuits blue
• 0-120 VDC
positive
red
negative
White
switch wire
gray
• 50-1000 VAC
phase
brown or black
neutral
light blue
switch wire
black
• Analog and pulse signals
orange
• Externally contact
powered
• Lamps and the like
transparent
• Safety earth
green/yellow
• Instrument earth
yellow/black
Note :
Colour coding for deviation voltages will be mentioned in the inquiry.
Separate terminal strips shall be used for different voltages and signals. If this is not
possible, partitions shall be fitted.
The internal wiring of analog and digital signals, except those carrying intrinsically
safe signals, shall be installed in the same cable duct.
The internal wiring of power signals shall be routed separately to prevent
interference due to input and / or output control signals or electrical and/or
electromechanical fields emanating from other sources.
Connection wiring between elements mounted on a clamping rail (e.g. logic
elements, circuit breakers) shall be of adequate length and installed within wire
ducts.
155.6 Intrinsic Safety:
Terminals, wiring, cabling, cable ducts and covers for intrinsically safe signals Shall
be coloured blue and shall be physically separated at a sufficient distance from
other wiring and cables. Consult EN 50020 for distances.
For terminal connections, solder connections and plug connections no specific
requirements are made for materials, however the direct environment of the
connection shall be coloured blue (e.g. blue terminals, blue sleeve around solder or
crimp connection).
155.7 Electrical Supplies:
165.7.1 230 VAC Supply Voltage:
The 230 VAC supply voltage shall be conditioned (filtering, protecting
against over-voltages and the like) in accordance with EMC requirements as
stated in clause 4.1 in case components are applied which do not comply
with EMC requirements.
The panel shall incorporate circuit breakers for the external 230 Vac supply
voltage.
A separate 230 VAC circuit will be available for panel lighting and supplying
wall sockets. The panel shall incorporate an earth leakage circuit breaker
(30 ma) for this supply.
155.7.2 24 VDC Power Supply Units:
The panel shall incorporate 24 VDC power supply unit to supply the panel,
including external loads.
The backup 24 VDC power supply which is connected to the UPS power
source shall be capable of supporting the normal operating load.
The proper operation of the power supplies shall be assured in case of
mains voltage fluctuations of :
+ 20% of the mains voltage on a continuous basis;
+ 20% of the mains voltage for 50 ms;
+ 25 of the mains voltage for 20 ms;
Gas RMS Bib-III
285
total interruption of the mains voltage for 20 ms;
presence of higher harmonics up to maximum of 5% of the nominal mains
voltage superimposed on the above mains voltage limits :
Variations of the mains frequency ranging between 98% and 102% of the
nominal value.
The 24 VDC system shall be subdivided with disconnect fuses. The
disconnect fuses which protect the individual circuits shall be easily
accessible. If auxiliary equipment racks are used, the disconnect fuses shall
preferably be installed on the front of these racks.
The panel shall incorporate a signal lamp (multiple type) for each 24 VDC
power supply unit to indicate malfunction of a power supply unit.
In case a power supply units has an open structure, a cover shall be
provided over the top of the power supply unit to prevent small object
(screws and the like) falling inside.
155.7.3 Voltage Distribution:
The voltage distribution within the system shall meet the following minimum
requirements:
The fuses and circuit breakers shall be selective
Note: For the 24 VDC voltage distributions, disconnect fuses shall be used
(maximum rating 4A fast acting).
-Switching off in individual parts of circuits shall be possible (to be
accomplished by disconnect fuses).
-Looping of circuits is not permitted on power output such as solenoids.
-Blown fuse and circuit breaker warnings shall result in an alarm.
-The rating of components shall be adequate to permit for future expansion
of 30 %
The Supplier/Contractor is responsible for the correct circuit arrangement for
power to the individual circuits.
Any other power supply required shall be equipped with systems for
detecting high and low voltage. The detection system shall be arranged in
such a way that resetting is automatic after a detected high or low voltage
returns to an acceptable level.
155.8 Earthing:
The panel shall incorporate earthing rails for the safety earth and instrument earth
suitable for at least 125 A. The safety earthing rails shall be electrically connected
to the chassis. The instrument earthing rail shall be isolated from the chassis .
Both rails shall be provided with threaded holes of suitable diameter and a sufficient
number of clamping bolts cable Armour and shield (see annex A).
The earthing rails shall preferably be mounted at the bottom of the panel on the
mounting plate and shall be positioned so as not to obstruct the cable inlet to the
wire ducts. The earthing rails for the safety earth and instrument earth shall be
spaced at least 50mm apart.
The safety earth is to serve as connection point for the field cable Armour. The
Armour of the field instrumentation cables for intrinsic safe signals shall be
connected to the safety earth. The drain wire (shield) on instrument cables shall be
connected to the instrument earth. The supplier shall provide sufficient clamping
bolts.
The panel doors and auxiliary equipment racks shall be earthed to the chassis with
a braided copper strap.
155.9 Labeling:
All instruments, power supplies, terminal strips relays and the like shall be properly
labeled.
Labeling shall be indelible. Use of dymo tape is not allowed.
Gas RMS Bib-III
286
Labels shall be installed on fixed places to avoid losing or exchanging labels of
panel parts due to maintenance or repair. In this way the labeling system is
preserved in all situations.
155.9.1 Components:
All equipment installed in the panels shall be provided with legend plates
(white-black white laminated plastic) stating the tag number and/or functions
and in case of switches, the meaning of the switch position.
155.9.2 Terminals:
The terminals shall be provided with original indelible terminal numbers. The
terminals shall be numbered on both sides, vertical from top to bottom in
rising sequence or horizontal from left to right.
The tag number of the terminal strip shall be clearly stated on the top of the
terminal strip (in case of vertical mounting or on the left side in case of
horizontal mounting).
155.9.3 Internal wiring:
All internal wiring shall be labeled. The wiring connected to terminal strips
and/or equipment shall be provided with the same coding as the terminal to
which they are connected.
A legend plate in white-black white laminated plastic giving the wiring colour
code (see clause 4.5) shall be installed in the panel in a visible place.
155.9.4 Dangerous Voltage:
Cover plates protecting against dangerous voltages (voltage equal to or
greater than 120 VDC and equal to or greater than 50 VAC) shall be labeled
with the international dangerous voltage symbol (IEC 417 B, Symbol 5036).
155.9.5 Panel:
A legend plate stating the panel code shall be fitted on the front of each
panel section (and on the rear of each panel section when the panel is
accessible from bath sides).
155.10 Special Tools:
Tools necessary for special connection (crimp, wire-wrap thermo-point and the like)
shall be subject to a quality control system. This quality control system shall
indicate when and how these tools are checked on a sound performance.
Checks shall be executed periodically.
For each individual tool, the date and the result of the last check shall be known.
156.
Inspection and Testing:
Procedures for inspection and testing shall be provided by the Supplier/Contractor
/Manufacturer.
V.
157.
Specification: Uninterruptible Power Supply (UPS).
Scope:
Supplier/Contractor shall be responsible for final sizing of the uninterruptible power
supplies in accordance with industry standards. The sizing calculation shall be submitted to
Purchaser/Employer for review and approval.
Gas RMS Bib-III
287
158. Definitions:
The following words shall have the meaning indicated when used herein:
Supplier/Contractor : Engineering, procurement and construction Supplier/Contractor
selected by Purchaser/Employer to perform the RMS detailed design, procurement and
construction on behalf of Purchaser/Employer.
Vendor : UPS supplier, Fabricator and or Manufacturer.
159.
Codes, Standards and Specifications :
The Supplier/Contractor shall comply with the requirements of the applicable provisions of
the latest edition of the following codes, standards and specifications:
IEC 44
Instrument transformers
IEC 76
Transformers
IEC 146, 146A
And 146-2
Semiconductor rectifiers & converters
IEC 157-1
Low-voltage switchgear & control-gear
IEC 185
Current transformers
IEC 529
Classification of degrees of protection provided by enclosures
IEC 726
Dry type power transformers
IEC 947-2
Circuit breakers.
IEE 587
Guide for Surge Voltage in Low – Voltage AC Power circuits.
160.
Operating and design Conditions:
The uninterruptible power supplies shall furnish continuous 24 VDC auxiliary power for vital
electrical loads in the station or substation.
Supplier/Contractor is responsible for sizing of the UPS during detail design.
UPS system will consist of a rectifier, charger, batteries and distribution/supervision panel.
The UPS/rectifier will be supplied with 220 VAC from public supply grid.
Battery charger/rectifier:
The rectifier shall be capable of recharging the batteries within 8 hours, under full load
conditions after a failure of mains, while allowing simultaneous normal operation.
161.
Detailed Requirements:
161.1 Rating:
The output rating of uninterruptible power supplies shall be 24 VDC, supplied by
maintenance free batteries.
The equipment shall be suitable for 8 (eight) hours continuous operation at the full
rated load in an ambient temperature range of 20 0 C to 40 0 C, and for intermittent
operation at ambient temperatures up to of 50 0 C.
The equipment shall be capable of carrying overloads, at the rated output voltage.
All components shall be matched to the specified rating and the equipment shall be
heavy-duty type for industrial applications.
The DC outlets shall have fuses in both lines (positive and negative). The outlet
terminals shall allow for cables up to 16mm to be connected.
The terminals shall be of the screwed type, colo red through and unambiguous
marked.
The cable outlet shall be top of the cabinet.
Over voltage protection shall protect the DC installations against dangerous voltage.
As a general protection lightning arrestors shall be placed at a central point in front
of the outlets. Good access and easy inspection is required. Under all operating
conditions no dangerous over-voltage shall occur at the DC outlets. Also short
circuits in the consumer cables following release of fuses shall be considered.
The charger system shall be equipped with voltage sensing device that detects
decreasing battery voltage and remove the load from the battery before the battery
Gas RMS Bib-III
288
can be damaged. All incoming AC supply lines shall have such transient protection
as will prevent lighting induced line transients from causing damage to components.
161.2 Solid-state Rectifier Unit:
The rectifier shall be used to supply normal DC power to the consumers.
The rectifier shall be voltage regulated, full wave silicon type. The rectifier shall be
capable of carrying the continuous, short time (over load) and short circuit currents
specified for the UPS system (to be determined during detail design).
The rectifier output voltage shall be 24 VDC adjustable over a range.
Status of main breakers of rectifier and the voltage output voltage shall be supplied
to annunciator.
The voltage regulation shall be less than ± 1% from no load to full load with a
variation in supply voltage, the rectifier shall function as specified with a ± 3 percent
variation in supply voltage frequency.
The rectifier shall be isolated from the AC power systems by an isolating
transformer.
The rectifier shall be provided with disconnecting links or other approved means of
isolating it from the auctioneering diodes.
161.3 Battery Charging:
An automatic procedure to charge the battery shall be implemented.
Up to an adjustable voltage the battery shall be charged with a constant current (1
characteristic). Above this limit a constant voltage (U characteristic) shall come in
force.
The rectifier shall be equipped with a manual charging function. In this mode the
charging shall follow a W characteristic with adjustable voltage between 1.8 and
2.65 V/cell. The following pairs of values shall apply:
• max current at 2.4 V/cell = 100% nominal current of rectifier
• max current at 2.65 V/cell = 10% nominal current of rectifier.
The rectifier shall be built into the cabinet. Also the instrumentation and signals
listed below shall be integrated in this cabinet.
Battery Charger Specifications:
Input Voltage
:
220 VAC (stabilizer required)
Input frequency
:
50 Hz (47-53 Hz range)
Phase
:
single
Output voltage
:
24 VDC as required
Output regulation
:
+/-0.5% no to full load;
+/-10% input voltage variation
Output limiting
:
current limiting during overload 90 to 125% of
maximum adjustable
Metering
:
DC voltmeter and DC ammeter
Metering accuracy
:
2%
DC protection
:
DC breaker and blocking diode
AC protection
:
AC circuit breaker
Mounting
:
rack floor mountable
Equalize
:
24 hour timer
Relays
:
Low DC voltage high DC voltage rectifier failure
161.4 Batteries:
Type
Case
Mounting
Gas RMS Bib-III
: Closed maintenance free, nickel cadmium
: Transparent, high impact
: Spark or flame prove
: heavy duty battery rack
289
161.5 Miscellaneous Requirements:
These devices shall include but not be limited to the following:
Provisions shall be available for testing operation of rectifier/charger while in
operation without inadvertently cutting off power to the load;
Supplier/Contractor shall state in his proposal how this function is accomplished.
Bypass switch shall be provided for cutting out and isolating the various
components of the system without interrupting service to the load.
Instruments of Accuracy class 2 and of appropriate ranges shall be furnished for the
following services:
Voltmeters: One for UPS supply input, suitably fused, One for each battery input to
equipment, suitably fused. One for rectifier out put, suitably fused. One
for distribution panel input, suitably fused.
Ammeters:One for UPS supply input, suitably fused. One for each battery input to
equipment with suitable shunt.
One for rectifier output with suitable shunt.
One for distribution panel input with suitable current transformer.
Frequency meter:One for rectifier input suitably fused.
The following alarm contacts, shall be furnished for use with remote annuanciator :
-Low DC battery input voltage;
-High ambient air temperature inside the cabinet;
-Failure of a cooling system (if applicable):
-Rectifier failure, and;
-Other alarms at the option of the manufactures.
161.6 Instruments :
Instruments shall be rectangular type with a black finish. The meter dials shall be
white with black scales, black figures and black pointers.
Instrument potential coils shall be 500 V for AC and 300 VDC and AC current coils
shall be 5 ampere.
Current transformer shall have accuracy in accordance with IEC standards.
The DC ammeters shall have 50 or 100 milli-volt shunts and the necessary shunt
leads.
The equipment may be convection or forced air cooled at manufacturers option. If it
is forced air cooled, filters and redundant fans shall be furnished. Fan motors shall
be induction type.
If filters are used, each filter shall be provided with a differential pressure switch
with contacts to close on excessive pressure or a flow switch with contacts to close
on reduced airflow. Contact shall be wired to terminal blocks. The fans shall
pressurize the cabinet. Each fan shall be furnished with a separate fused power
feed.
The equipment shall be constructed so that each component can be replaced from
the front or rear of the enclosure without the use of a soldering iron or special tools.
All cables shall be faced and or damped. All bolts shall be secured with lock
washers and all steel hardware shall be cadmium plated.
Provisions shall be made for periodically testing the semiconductor power switching
devices for proper operation without disconnecting or removing the devices from
the unit. Provisions shall be made for testing the control equipment independent of
the power equipment without disconnecting or removing the equipment form the
inverter. Test points shall be provided to allow easy adjustment and servicing of the
controls. All adjustments and tests shall be possible with the use of a standard voltohm milli-ammeter and oscilloscope.
Gas RMS Bib-III
290
162.
163.
Performance Testing and Guarantees:
The completely assembled equipment shall be given a simulated operational test at the
factory in order to ensure compliance with the operational requirements of this specification.
The tests, including extended burn-in run, shall be made by the Vendor on the completely
assembled equipment, before shipment, to ensure that all electrical equipment and wiring
furnished and installed by the Vendor is in proper, operating condition and that the wiring is
in accordance with the wiring diagrams. The Supplier/Contractor shall be responsible for
co-coordinating with the Vendor for performance testing.
The input and output insulation levels shall be capable of withstanding a test potential of
1000 volts plus two times the line voltage between current-carrying and non-current
carrying pads for one minute on the power circuits.
The test results shall be submitted to Purchaser/Employer for review and approval
Documentation:
163.1 Documentation for Tender:
Vendor shall submit drawings with tender showing the proposed UPS design,
complete with full description and material components identification. Vendor shall
also submit an itemized list of Vendors deviations from Specification and a delivery
schedule.
163.2 Design documentation:
Design documentation shall be supplied in accordance with requirements. This
shall include, as a minimum, the following:
- Completed data sheets;
- Users reference list;
- General arrangement and cross-sectional drawings complete with parts list,
materials of construction and description;
- Operating and maintenance manuals;
- Price list of recommended commissioning spares;
- Price list of recommended spare parts for two years operation;
- Price list of special tools and
- Weights.
163.3 Final documentation:
A Manufacturing record book shall be complied concurrently with fabrication such
that a full record of the fabrication, materials, and inspection and testing is available.
All items in the Manufacturing Record Book shall be numbered.
Contents shall include, but not be limited to, the following:
- Front cover sheet detailing:
Project Title, Equipment Title, and Equipment item No.
- Index;
- A list of all applicable codes, standards and specifications;
- All drawings and data sheets, “as built”
- All performance test results;
- Photocopy of nameplate/nameplates, and;
- Final signed quality plan.
Document Marking:
The following shall be consciously marked on all documents:
Jalalabad Gas, Bangladesh
Bibiyana-III, 400MW Combined Cycle Power Plant ,Habiganj.
Item Number/Type.
Gas RMS Bib-III
291
164.
Warranty:
Warranty provisions are specif
e Standard Terms of Conditions t
Supplier/Contractor, Vendor and to Vendor’s subcontractors and / or suppliers.
165.
Marking and Tagging:
The UPS shall have a tag number as indicated on the project drawings. Nameplates shall
be die-stamped stainless steel plates permanently attached at an easily accessible point
on the equipment.
The UPS nameplate shall include the following information:
- tag number;
- vendor’s name;
- catalogue number or type;
- rectifier input voltage, amperage, frequency and number of phases;
- rectifier output voltage and amperage;
- inverter input voltage and amperage;
- inverter output voltage, amperage, frequency and number of phases;
- total load rating, and;
- evidence of approval.
W.
166
SCOPE:
166.1
167
Equipment Specification: Condensate Storage Tank
This specification provides minimum requirements for buried pressurized
Gas Liquid Storage Tank for the Bibiyana-III, 400MW Combined Cycle
Power Plant RMS,Habiganj
REFERENCES:
167.1
The Condensate Tank and its equipment shall comply with the requirements
of the following documents:
• ASME B 31.8 Guide for Gas Transmission and Distribution Piping
system;
• ASME Boiler and Pressure Vessel Code, Section VIII’
• “Environmental data”;
• “Pressure gauges”.
168
PURPOSE:
168.1
169
The tank shall store liquefied gas condensate separated from sweet natural
gas. The liquids will be stored under moderate pressure. The tank will be
skid mounted and installed above the ground.
FUNCTIONAL REQUIREMENTS:
169.1
The tank shall be suitable for storage of liquid gas condensate with a flash
point below 21 o C (refer to ASTM D56-70) and the resultant high safety
requirements. The condensate will be stored at a pressure of 10 to 14 bar
(150 to 200 psig). The tanks shall have adequate facilities for collecting the
liquids from the Knock-out Drum, Filter separators and liquid separators and
for unloading to a drum/tank.
The tank shall be equipped with suitable over-pressure protection and
monitoring devices.
Gas RMS Bib-III
292
170
DESIGN REQUIREMENTS:
170.1
The tank shall be designed, fabricated, tested and stamped in accordance
with the ASTM Boiler and Pressure Vessel Code, section VIII and this
specification. The tanks shall be designed for an over-pressure of 19 bars.
All studs shall at the upper third of the shell. Welded studs shall have full
penetration welds. Welding studs shall be welded from the inside and
outside.
The tank shall be equipped with two lifting lugs suitable for lifting the empty
tank.
Stiffening rings shall have full circumferential welds from both sides. On top
and bottom the stiffener shall have an opening of at least 6 cm2 .
The tank shall be equipped with the following studs and auxiliary equipment
(not less than the items mentioned in ref. drawing JG/ Bibiyana-3, 400MW
Combined Cycle Power Plant RMS, Condensate Tank):
• 2" discharge pipe equipped with basket strainer, flame arrestor made of
stainless steel, a spring closed valve wire operated from the loading bay
of the road tanker. The wire shall have fusible string, which melts in case
of fire and release the spring-closed valve.
• An insulating flange connection with ex-prove spark gap.
• A positive displacement meter with mechanical counter. The counter shall
have manual reset to zero. Accuracy shall be + 1% or better. The
counter shall indicate m3 and tenth of a m3 . The shaft revolution of the
meter shall be transmitted via a gas tight magnetic drive unit.
• A 2" Manual Control Valve, Gate Valve with V-port or Globe Valve ANSI
150 RF.
•
2" Blind Flange ANSI 150 RF.
A lug for connecting a 50 mm2 copper cable for bonding with the lorry.
• Stud with level indicator and level switch high in accordance with relevant
clause of bid document. The level switch shall be triggered at 2/3 of the
max. Filling height and above.
• 1" drain line connection from the high-pressure separators equipped with
dip pipe.
1" Isolating Flange ANSI 300 RF with ex-prove spark gap.
throttle orifice with 8 mm hole
1" metallic sealed Plug Valve ANSI 300 RF.
1" Weld Neck Flange ANSI 300 RF.
Gas RMS Bib-III
•
1" drain line connection from the low-pressure separators equipped with
dip pipe.
1" isolating flange ANSI 150 RF with ex-prove spark gap.
1" metallic sealed plug valve ANSI 150 RF.
1" Weld Neck Flange ANSI 150 RF.
•
1" breathing or blanket line connection equipped with :
1" Isolating Flange ANSI 150 RF with ex-prove spark gap.
1" metallic sealed Plug Valve ANSI 150 RF.
1" weld neck flange ANSI 150 RF.
293
•
2" line equipped with flame arrestor made of stainless steel
2" metallic sealed Plug Valve ANSI 150 RF.
2" Isolating Flange ANSI 150 RF with ex-prove spark gap.
2" Blind Flange ANSI 150 RF.
•
Vent line equipped with :
Flame arrestor made of stainless steel.
Safety Relief Valve ANSI 150 RF in accordance with ASME BVP
Section VIII. The valve shall be sized assuming full upstream gas
pressure at the 8 mm throttle orifice and all other line closed.
The Relief Valve shall have stainless steel trim.
The set point shall be adjustable for a least + 5%.
The vent stack or the tip of the vent stack shall be sized for an exit
velocity of at least 150 m/s at the maximum relief rate to provide good
dispersion. Multiple valve arrangements with staggered stings may also
be used. Reseating shall at 3% above maximum normal operation
pressure.
•
171
stud with instrument block valve and pressure indicator shall have a
diameter of 160 mm, an accuracy of + 1% and be in accordance with
relevant clause of bid document
TESTING REQUIREMENTS:
171.1
In addition to the tests required in the ASME Boiler and Pressure Vessel
Code, Section VIII the following test shall be carried out at the
Manufacturer’s plant.
•
All stud welds shall be inspected for cracks by wet magnetic particle
inspection. The examination procedure shall be in accordance with
ASTM A275. Any linear indication must be removed and repair4d by a
suitable repaired procedure. The repaired area shall be re-examined by
the wet magnetic particle method.
• The completed tank shall after the strength test be tightness tested to 1.1
times the design pressure. The test shall be performed using
compressed air or inert gas.
172
INSPECTION AND CERTIFICATION:
172.1
173
PAINTING/COATING:
173.1
174
At all times during which work on the order is being carried out, the
Employer or his representative shall have free access to those parts of the
Contractor/Manufacturer’s premises where the separators are being
manufactured and tested.
Tank surfaces and other equipments shall be coated in accordance with the
standard specification of “Painting” as applicable.
DOCUMENTATION:
174.1
175.
All documentation shall be in SI units and shall be in English.
The Contractor shall submit the required documentation.
IDENDIFICATION:
175.1
176
The tank shall be fitted with durable identification plates in accordance with
the code or standard to which they are constructed. The text of such plates
shall be in English and shall include the Employer’s Identification Number.
DELIVERY:
176.1
Gas RMS Bib-III
The Contractor shall not be deemed to have delivered the tank until the
294
Employer has received the tank and the associated documentation and
certificates.
After testing, tank shall be prepared for export shipment.
All nozzles shall blank off and all flange faces shall be protected against
corrosion and damages. Such protection shall be adequate for long-term
storage (up to six months under site conditions).
X. Specification of API pipes, Pipe materials and Fitting
177
These are the minimum specification of API pipes, Pipe materials and Fitting required
for the RMS Construction.
16?
Pipe
14?
Pipe
10?
Pipe
DN : API 5LX52 Line Pipe, SCH/80, Seamless, MS, Uncoated, Beveled
End (30° ), End Protector Cap, (equivalent to Sch-80).
b) Length of each pipes : 12 ± 0.2m
c) Hydrostatic Pressure Testing: 200 Bars.
DN : API 5LX52 Line Pipe, SCH/80, Seamless, MS, Uncoated, Beveled
End (30° ), End Protector Cap, (equivalent to Sch-80).
b) Length of each pipes : 12 ± 0.2m
c) Hydrostatic Pressure Testing: 200 Bars.
DN : API 5LX52 Line Pipe, SCH/80, Seamless, MS, Uncoated, Beveled
End (30° ), End Protector Cap, (equivalent to Sch-80).
b) Length of each pipes : 12 ± 0.2m
c) Hydrostatic Pressure Testing: 200 Bars.
8? DN Pipe
: API 5LX52 Line Pipe, SCH/80, Seamless, MS, Uncoated, Beveled
End (30° ), End Protector Cap, (equivalent to Sch-80).
b) Length of each pipes : 12 ± 0.2m
c) Hydrostatic Pressure Testing: 200 Bars.
6? DN Pipe
API 5LX52 Line Pipe, SCH/80, Seamless, MS, Uncoated, Beveled
End (30° ), End Protector Cap, (equivalent to Sch-80).
b) Length of each pipes : 12 ± 0.2m
c) Hydrostatic Pressure Testing: 200 Bars.
API 5LX52, SCH/80 Seamless pipe,
b) Length of each pipes : 12 ± 0.2m
c) Hydrostatic Pressure Testing: 200 Bars.
4” DN Pipe
178.
These are the minimum specification of pipe material and fitting required for the RMS
Construction.
Flange
10? Ø X 600 RF, 300 RF
8? Ø X 600 RF, 300 RF
Weld neck, dimension and drilling in accordance with ANSI
B.16.5. Materials to be forced carbon steel ASTM A105, EP:
ANSI 16.25
8? Ø X 300 RF, 300 RF
6? Ø X 600 RF, 300 RF
4? Ø X 600 RF,300 RF
2? Ø X 300 RF
Gas RMS Bib-III
295
14? Ø X 600 RF, 300 RF
12? Ø X 600 RF, 300 RF
16? Ø X 600 RF, 300 RF
Blind Flange
10? Ø X 600 RF, 300 RF
8? Ø X 600 RF, 300 RF
8? Ø X 300 RF, 300 RF
14? Ø X 600 RF, 300 RF
12? Ø X 600 RF, 300 RF
16? Ø X 600 RF, 300 RF
Metallic/Asbestos Gasket
600/300 class
Elbow
Reducer
Tee
Socket, Nipple, P lug
1/2´´Ø, 1´´Ø
Stud Bolt
Gas RMS Bib-III
Materials to be forced carbon steel ASTM A105, dimension and
drilling in accordance with ANSI B.16.5. EP: ANSI 16.25
Spiral wound stainless steel gasket according to ANSI B16.21 for
use with RF flanges to ANSI B16.5.
Short ANSI B 16.9 and ASTM A234 Gr. WPB Butt weld,
Sch-40
ANSI B 16.9 ASTM A234 Gr. WPB Butt-welded,
Concentric with guided bar, Butt Weld ANSI B 16.9 and ASTM
A234, Sch-80
3000lb, ASTM A105, ANSI B 16.11
ANSI B 16.5/ ANSI B 18.2.2
296
Section 8: Particular Specifications
Electrical Power:
RMS Contractor shall make necessary arrangement for supply of electric power from 415 V
system of the Power Station (to be finalized later) including cabling and supply and installation of
necessary equipment;
Gas RMS Bib -III
297
Section 9: Drawings
[Attached Drawings in Hard Copy]
Gas RMS Bib-III
298
Gas RMS Bib-III
299
Gas RMS Bib-III
300
Gas RMS Bib-III
301
Gas RMS Bib-III
302
Gas RMS Bib-III
303