Beruflich Dokumente
Kultur Dokumente
ID:
40-0000520
REV/STATUS:
C / Approved
DATE:
10 Sep 2013
MADE/APPROVED:
SIVAKOMA / JONANYLU
PAGE:
1(29)
NAME:
Technical Specification
SUBJECT:
Revision
A
Made by
Ramaswamy
Neelakantan
Approved by
Jan-Ole
Fagerstrm
B
C
Sivakumar
Komarasamy
CITEC OY AB
P.O. Box 109, FI-65101 VAASA, FINLAND, Tel. +358 6 3240 700 Fax +358 6 3240 850
www.citec.com
DOC. ID:
DATE:
PAGE:
40-0000520
10 Sep 2013
2(29)
TABLE OF CONTENTS
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
GENERAL .................................................................................................................... 3
PROJECT INFORMATION .......................................................................................... 4
EQUIPMENT NUMBERING SYSTEM ........................................................................ 6
GENERAL SCOPE OF CONTRACT ............................................................................. 6
GENERAL SPECIFICATION (COMMON FOR ALL MODULES) ............................... 8
PIPING BASIS & VELOCITY CRITERIA ...................................................................11
GENERAL CODES & STANDARDS COMMON FOR ALL DISCIPLINES .................12
GENERAL ELECTRICAL REQUIREMENTS .............................................................15
I&C SPECIFICATIONS AND REQUIREMENTS .......................................................16
HAZOP ........................................................................................................................22
TIME SCHEDULE ......................................................................................................22
DEVIATIONS ..............................................................................................................23
SPARES, MAIN TOOLS & TACKLES, CONSUMABLES LIST ..................................23
PACKAGING ...............................................................................................................23
MECHANICAL STRUCTURES & PIPING .................................................................24
DOCUMENTATION ....................................................................................................27
QUALITY ASSURANCE .............................................................................................27
DOC. ID:
DATE:
PAGE:
40-0000520
10 Sep 2013
3(29)
1. GENERAL
Tanzania Electric Supply Company Limited (TANESCO) intends to procure and
install on turnkey basis, a power plant with a total power generation capacity of 150
MW (+5%) using Duel Fuel (Jet A1 and Natural Gas) at Kinyerezi site in Dar - es
Salaam, Tanzania.
Jacobsen Elektro AS (JEL) is awarded as the total EPC contractor for this 150 MW
(+5%) fast track Gas Turbine based power project. In this regard, Citec Engineering
Oy Ab (CITEC) has been engaged by JEL as engineering consultant for Concept,
Basic and Detailed engineering for this proposed Power plant.
GE Energy (GE) will supply 4 Sets of LM6000 PF Dual Fuel Gas Turbine s with
complete Auxiliary power module. JEL will supply the balance of plant for the entire
power plant. The proposed power plant is of simple cycle with all necessary balance
of plant systems. The power plant utilizes both gas (Natural Gas) and Liquid fuel
(Jet-A1).
Citec reserves the right to carry out some limited modifications to the Technical
Details, whilst carrying out the detailed engineering. However, these modifications
would not affect the overall performance of the plant.
Vendor can make suitable offers even if there are minor deviations which do not
affect the efficient functioning of the equipment. However, the deviation mu st be
clearly stated.
All documentation and correspondence shall be in English.
DOC. ID:
DATE:
PAGE:
40-0000520
10 Sep 2013
4(29)
2. PROJECT INFORMATION
The following table provides the ambient design conditions and other design criteria
to be considered for selection and performance of proposed Power plant.
S.NO
2.1
2.1.1
PARAMETERS
Site Location
Location
2.1.2
2.1.3
2.1.4
2.1.5
2.1.6
2.2
2.2.1
2.2.2
2.3
2.3.1
2.3.2
2.3.3
2.3.4
2.3.5
2.3.6
C
2.3.7
2.3.7.1
2.3.7.2
2.3.8
2.3.8.1
VALUE
Kinyerezi
Region
site
Dar Es Salaam
Plain Area
Tropical
757.25 mbar
1.00726 Bar
50 m
37C
26C
14C
75%
60%
50%
70 km/h
1100 mm/year
in
Dar-es
Salaam
DOC. ID:
DATE:
PAGE:
40-0000520
10 Sep 2013
5(29)
2.3.8.2
150 mm/hour
March - May
UBC Zone 2A
30 years
Outdoor
220kV & 132kV
50
0.85
+/-10%
Natural gas
Jet A1 Liquid Fuel
Bore well
updated after receipt of site details &
DOC. ID:
DATE:
PAGE:
40-0000520
10 Sep 2013
6(29)
4.2
DOC. ID:
DATE:
PAGE:
40-0000520
10 Sep 2013
7(29)
4.3
The necessary root valves, Impulse piping, drains cocks, valve manifolds
and all other accessories shall be furnished. The contacts of instruments,
sensors, switches, etc. mounted on equipment shall be wired out in
flexible/rigid conduits independently to suitably located local junction
boxes. Cable entry to instruments and junction boxes shall be properly
sealed.
4.4
4.5
4.6
The automatic control systems, using PLC control shall be provided. PLC
based Control Panel including all safety interlocks, control tubing and
control equipment for safe operation of module. The control panel shall be
supplied complete with internal wiring and control air tubing as
applicable. A Microprocessor based Master Controller shall be prov ided to
facilitate operation and control of the system from the local control panel
with facility to 'Start / Stop' The microprocessor based Master Controller
will be interfaced with Plant DCS through communication link as well as
hardwiring as required.
4.7
The necessary root valves, Impulse piping, drains cocks, valve manifolds
and all other accessories shall be furnished. The contacts of instruments,
sensors, switches, etc. mounted on equipment shall be wired out in
flexible/rigid conduits independently to suitably located l ocal junction
boxes. Cable entry to instruments and junction boxes shall be properly
sealed.
4.8
All foundation bolts/ anchor bolts, insert plates, pipe sleeves, embedment,
etc required for skid / any equipment/ foundation/ concrete under the
package.
4.9
All cables including special cables, internal wiring shall be supplied within
the terminal point.
DOC. ID:
DATE:
PAGE:
40-0000520
10 Sep 2013
8(29)
4.10
All required items which ever necessary for the efficient operation shall be
supplied under this contract even though not specified in this technical
specification. A list and specification of these items shall be submitted.
4.11
4.12
All system oriented items like PLC, Analyzer systems etc. shall undergo
factory testing and integrated factory acceptance test. No such items shall
leave manufacturer works without factory acceptance test. Testing shall be
carried out as per approved procedures.
4.13
Vendor shall make all modification and/or changes found necessary during
loop testing/pre-commissioning/ commissioning
All butterfly, gate, seat, ball and hand valves must be equipped with a
position indicator.
5.2
5.3
Double valves must be installed when handling gas to ensure the safety
of the operating and maintenance staff when at work.
5.4
Ball valves must be made so that opening and closing due to vibrations
in the pipe system is prevented.
5.5
5.6
5.7
5.8
DOC. ID:
DATE:
PAGE:
40-0000520
10 Sep 2013
9(29)
5.9
5.10
5.11
5.12
All field instruments & junction boxes shall be with minimum IP-65 or
equivalent and suitable for the local ambient weather conditions. All
transmitters shall be provided with Instrument isolating valve
manifolds. All pressure and differential pressure transmitters will be
indicating type smart transmitters. Local indicators are envisaged only
at places where remote transmitters are not envisaged. However
adequate test pockets / points will be provided. Tap point/instrument
isolation valves shall be of gate type and drain / ven t valves shall be
provided. Material and pressure rating of valves, impulse piping and
fittings shall be so selected to meet the design requirements. All
incoming and outgoing cables of the junction boxes shall be from the
bottom. No openings will be provided on the top of the junction boxes.
All cable connections shall be provided with glands.
5.13
5.14
DOC. ID:
DATE:
PAGE:
40-0000520
10 Sep 2013
10(29)
cable entry connection. RTD shall be 3 wire platinum element type with
100 ohms resistance at 0 C calibrated as per IEC 751 / DIN 4 3760.
RTD shall have an accuracy of + 0.25% element sensors shall be duplex
with 2 separate cable entries.
5.15
All gate valve shall be of full-way type, when in the full open position,
the bore of the valve shall not be constricted by any part of the gate.
Valves performing similar duties and of same size, rating, material and
type shall be interchangeable with one another. All rising stem valves
shall be provided with back seat to permit repacking (of glands) with
valves in operation.
5.16
5.17
5.18
After testing the equipment, all the surfaces and internals shall be
thoroughly cleaned, dried and conserved. All metallic surfaces except
bright parts exposed to whether shall be given a suitable oil resistant
protective coating and then two coats of approved paints (Anti acid
paint). The vendor shall give exact and precise details about the
measures envisaged for surface protection for purchasers Approval
along with this offer.
5.19
While Developing the Skid layout, vendor shall ensure the following
major layout Parameters:
DOC. ID:
DATE:
PAGE:
40-0000520
10 Sep 2013
11(29)
5.20
Suitable lifting legs shall be provided for safe loading & unloading
S.NO
SERVICE
1.
2.
PIPE SIZE
mm
<50
80 - <250
300-<450
>500
<250
VELOCITY
MAX. m/sec
0.6
1.0
1.2
1.5
2.4
>300
3.0
<50
80- <200
>250
<150
200- <300
>300
0.3
0.5
1.0
1.0
1.4
1.8
35
2
V (10000 kg/ms2)
35
V2 (10000 kg/ms2)
35
V2(14000 kg/ms2)
30
V2(14000 kg/ms2)
10
15
18
Compressed Air
<50
80- <150
>200
PRESSURE
DROP bar/100m
0.12
DOC. ID:
DATE:
PAGE:
40-0000520
10 Sep 2013
12(29)
S.NO
SERVICE
7
8
Nitrogen
Boiler
feed
Suction
Boiler Feed
Discharge
pump
Pump
PIPE SIZE
mm
50- <200
>250
<50
80- <150
>200
VELOCITY
MAX. m/sec
20
0.9
PRESSURE
DROP bar/100m
1.2
1.2
2.1
2.5
DOC. ID:
DATE:
PAGE:
40-0000520
10 Sep 2013
13(29)
and
ISA-S5.1
Instrumentation, Symbols and Identification.
ISA-S5.2
Binary Logic Diagrams for Process Operations.
ISA-S5.3
Graphic Symbols for Distributed Control/Shared Display
Instrumentation, Logic and Computer Symbols.
ISA-S5.4
Instrument Loop Diagrams.
ISA-S5.5
Graphic Symbols for Process Displays.
ISA-S50.1
Compatibility of Analogue Signals for Electronic Industrial
Process Instruments.
ISA-S5 1.1 Process Instrumentation Terminology.
ISA-RP55.1 Hardware Testing of Digital Process Computers.
ISA-RP60.1 Control Center.
ISA-RP60.3 Human Engineering for Control Centers.
ISA-RP60.4 Documentation for Control Centers.
DOC. ID:
DATE:
PAGE:
40-0000520
10 Sep 2013
14(29)
Control
Control
Process
Process
Where the vendor proposes alternative codes or standards he shall include in his bid
one copy (in English) of each standards to which materials offered shall comply. In
such case, the adopted alternative standard shall be equivalent to or superior to the
standards mentioned in the specification.
The Plant shall conform to various statutory local regulations, Whenever required,
approval from statutory authorities for the equipments supplied under the
specification shall be responsibility of the vendor.
In the event of any conflict between the codes and standards referred, the
requirements that are more stringent shall govern.
In case of any change of code, standards and regulations between the date of award
of contract and the date the vendor proceeds with manufacturing, the customer shall
have the option to incorporate the changed requirement. It shall be the
responsibility of the vendor to advice customer of the resulting effect.
DOC. ID:
DATE:
PAGE:
40-0000520
10 Sep 2013
15(29)
Motor shall be suitably designed for rated frequency and variat ion
given elsewhere in this specification. Motor shall comply to latest
edition of relevant EN codes and standards. Local Push Button Station
(for motors)(Flame proof) shall be provided within the skid. The
specification given in the table below shall be followed.
S.NO
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
PARTICULARS
Type of Motor
Voltage
Phase
Frequency
Cooling Method
Flame proof
Degree of Protection
Insulation
Starting Method
Mounting
Duty
Terminal Box
DESIGN VALUES
Squirrel Cage Induction Motor
400 V10%
Three
50Hz 5%
TEFC
Yes
TEFC-IP-55 (indoor)/IP 65 (outdoor)
F class
DOL
Horizontal
Continuous
Heavy duty
8.2
Generally motor ratings shall be at least 10% above the maximum load
demand of the driven equipment under entire operating range including
voltage and frequency variations. Motor rating shall be selected for
higher value of Density specified.
8.3
8.4
8.5
8.6
DOC. ID:
DATE:
PAGE:
40-0000520
10 Sep 2013
16(29)
8.8
8.9
8.10
Abbreviations:
Instrumentation & Control System
Balance Of Plant
Programmable Logic Controller
Local Control Panel
Central Control Room
Distributed Control System
Input / Output
Uninterruptible Power Supply
Global Positioning System
Ingress Protection
Instrument Junction Boxe
DOC. ID:
DATE:
PAGE:
9.2
40-0000520
10 Sep 2013
17(29)
Control Philosophy:
Control Philosophy adopted for this Project is that each Package Unit in BOP shall
be controlled by its own standalone Control System PLC supplied by Package
Vendor. PLC shall be installed in LCP located on Package Skid, completely pre wired, integrated with Package Instrumentation, functionally tested with Package
Equipments and supplied by Package Vendor with Package Skid Module. Critical
Signals (Remote Start/Stop, ESD etc..) shall be hard wired to DCS located in CCR.
Less Critical Monitoring Signals shall be transferred to DCS via Modbus TCP/IP
Communication Protocol on Redundant Serial Communication Link.
For DCS interfacing, Package Vendor shall provide dedicated Inst. Junction Box on
Skid for hard wired signals. It shall be pre-wired/connected with LCP at one end for
respective signals. At other end it shall be connected to multi-pair Instrument Cable
coming from DCS Marshalling Cabinet located in CCR.
Any deviations shall be highlighted at bidding stage only, if PLC is not considered
then Package Vendor shall suggest their Proprietary Control System complying the
DCS interfacing requirements. Package Vendor shall submit details about their
Proprietary Control System for approval of the Client.
9.3
Enclosures:
Transmitters:
Switches
All Process Switches shall have Double Pole Double-Throw (DPDT) micro Switches.
All switches shall be rated for 10 A current rating. All Switches used for interlocking
and/or Protection System shall be blind type.
9.6
Pressure Instruments:
Pressure Gauges shall be of Bourdon Tube type with SS sensing element &
movement and 150mm white dial with black scale marking. Local Gauge board
(panel) Instruments shall have 100 mm dial size.
DOC. ID:
DATE:
PAGE:
40-0000520
10 Sep 2013
18(29)
Temperature Instruments:
Temperature Gauges shall be mercury in steel type with SS 316 Thermo Well. Local
Gauge board (panel) mounting Instruments shall have 100 mm dial size and others
150mm dial size.
Temperature Switches shall be filled system type with SS 316 Thermo Well. All
switches shall be blind.
Temperature Elements shall be Pt 100, 3 wires RTD duplex type for Temperatures
up to 600 C. For Temperatures beyond 600C duplex Thermocouples shall be used.
All test Thermo Wells shall be of SS 316.
All Thermo Wells shall be of bar stock with tapered construction. Thermo Wells
connection shall be 1.5 Raised Flanged type.
Temperature Transmitters shall have CS/SS body.
9.8
Level Instruments:
Level Gauges shall be Transparent / Reflex type with 1 isolation valve and offset
ball check connection.
Level Switches shall be of external cage type, float operated, and with 1 connection
size.
Level Transmitters shall be of Differential Pressure type. However, due
consideration shall be given to Ultrasonic Level Transmitter and Radar L evel
Transmitter as per process requirement and same shall be provided by contractor if
required.
9.9
Flow Instruments:
Flow Elements shall be of Orifice Plate / Flow Nozzle type as per ISO 5167 / BS:
1042. Flow Elements shall be made of SS 316. Manufacturer tolerances and isolation
details for Orifice Plates and Flow Nozzles should comply with ISO standards.
Orifice Plate shall be marked/ stamped with basic design information like Tag No.,
DOC. ID:
DATE:
PAGE:
40-0000520
10 Sep 2013
19(29)
Flow rate, Flow direction, Pressure and Temperature of the process flu id, Orifice
diameter, and Differential Pressure.
Flow Transmitter shall be generally of Differential Pressure type with local
indicator.
9.10
Indicators:
Local Control Panel Indicators shall be properly grouped with the respective section
or subsection of the Control Panel related to the system that they are indicating.
The Indicators shall be installed on the vertical plane of the Control Panel
preferably at eye level and the associated Hand Switches, Pushbuttons or
Controllers sufficiently close by so that the operator can easily operate the
controlling devices manually while maintaining visual contact with the Indicators.
Vertical scale edgewise indicators shall be used for indication of process variables.
Round type indicators shall be used for indication of electrical variables (MW,
MVAR, Voltage, Current etc.) having a scale length not less than 250 deg of arc.
Accuracy shall be not less than 1% of full scale.
Back lighted, coloured indicating lights shall be provided for all equipment
controlled from the Local Control Panels.
9.11
Control Valves shall be electric motor or pneumatic diaphragm actuated type with
electro-pneumatic Positioners, Air Filter Regulators and Position Transmitters.
Control Valves shall be generally of Globe type, Cage guided. Valve characteristics
shall be equal percentage / linear as per system requirement.
ON/OFF Valves shall be Ball / Butterfly type with SS Solenoid Valves and Limit
Switches.
All ON/OFF Valves and Prime Mover Breakers shall be pr ovided with Switches
and/or Relays to indicate status remotely. Valve and Breaker status indication logic
shall be as follows:-
- Green Light On
- Red Light Off
Valve in mid-travel
- Amber Light On
DOC. ID:
DATE:
PAGE:
40-0000520
10 Sep 2013
20(29)
9.12
IJBs shall be provided in the field to run Multi-Pair Cables. It shall be made of LM6
material.
It shall be weather proofed to IP 65 minimum. Explosion Proof (Ex-d) IJBs shall be
provided in Hazardous Area. It shall have bottom entry and bottom exit.
Separate IJBs shall be provided for Analogue, Digital, Power, RTD, Thermocouple
Cables.
9.13
LCP shall be supplied by Package Vendor installed on Skid, completely pre -wired,
integrated with Package Instrumentation, functionally tested with Package
Equipments and supplied with Package Skid Module.
Panel shall be procured pre-fabricated from 3 mm thick cold rolled Steel sheet. Panel
shall be of standard make like Rittal or Package Vendors St andard subject to
approval of the Client.
Panel shall normally be of the totally enclosed cubicle type, Free -Standing floor
mounted or skid mounted, Vertical type and weather proofed to IP 54 minimum for
Outdoor installations. It shall comply with the area classification requirements.
Components inside the Panel shall be mounted on C-Rail. Cable entries/exits shall
be from bottom of the Panel via Metallic Cable Glands. Terminals shall be used for
incoming and outgoing Cables, it is not allowed to conne ct Cable directly on
Components. All Cables shall be marked according to Projects numbering system
(KKS System). All internal wires in the panel shall be marked.
Signs/Nameplates/Tag Nos. provided on the Panel Door and inside the Panel shall be
made of Laminated Plastic, industrially approved types. Language shall be English
for the same.
Colour of Indication Lamps on Panel Door shall be as given below:
-
RED
For ON / Activated
GREEN
Outdoor Panels in the field shall be provided with Panel AC. Panel Heater shall be
provided for moisture control. CFL wired with Door Switch for auto ON/OFF with
Door Open/Close shall be provided. Maintenance Receptacle and Drawing Pockets
shall be Provided in the Panel as per the standard / good Engineering Practices.
DOC. ID:
DATE:
PAGE:
9.14
40-0000520
10 Sep 2013
21(29)
Wherever possible, Package Units shall be controlled by PLC. PLC type and
manufacturer shall be subject to approval by Client to ensure that all equipment is
standardised across the Project.
PLC shall be configured to provide the Control and Safety functions for the Package
operation.
The following minimum requirements shall be applied to PLC:
The Processor, Communication to IO racks and the Pow er Supplies must be Hot
Redundant.
Shall have Redundant cross-link Communication with the DCS. Communication
Protocol shall be Modbus ICP/TP.
Shall be Time synchronised with the DCS. GPS based time signal shall be provided
by Client on DCS. It shall be Package Vendors responsibility to synchronise PLC
clock with DCS clock.
CPUs shall be Hot Redundant with simplex I/O modules used for Control
applications. PLC systems shall be of modular design.
Package Vendor shall specify the expansion capabilities of their PLC Systems. PLC
Systems shall allow on line modifications and card replacement.
Transmitter Inputs shall generally be of the 4-20 mA, HART type. Hand held
configurators shall be provided for these devices to assist in factory testing and site
installation.
For each Package Control System, self diagnostic alarms shall be made available in
Central Control Room for hardware failure and maintenance / troubleshooting.
There shall be a provision within the PLC to be connected to a plant wide network
with similar PLC. This network connection shall be separate from that used for DCS
connectivity. The PLC network shall be non-redundant.
Each PLC shall be provided with a programming devise such as a laptop, with
necessary licensed software and HMI display as per the Package requirement.
9.15
All Pressure Instruments shall be provided with root isolation, Instrument isolation
and drain / vent valves with caps (2 way manifold).
DOC. ID:
DATE:
PAGE:
40-0000520
10 Sep 2013
22(29)
DOC. ID:
DATE:
PAGE:
40-0000520
10 Sep 2013
23(29)
Structure and shall identify milestones of key events, and activities of each modules
in the areas of engineering, procurement, manufacture, despatch, and all other
Project Interfaces.
12. DEVIATIONS
Bidder to furnish the list of deviations. Unless otherwise deviation list submitted it
is understood that Bidder is fully in compliance with the Technical Specification.
13. SPARES, MAIN TOOLS & TACKLES, CONSUMABLES LIST
Mandatory and recommended spare parts and wear parts required for five
years trouble free operation shall be supplied. List of spares shall be
submitted for purchasers Approval along with this offer. In addition, vendor
shall also furnish the list of recommended spares for two and five year
operation.
One set of special tools & tackles required for erection, operation and
maintenance of equipment sets specified in maintenance manual shall be
supplied under this contract. The vendor shall include all nece ssary
maintenance tools required for maintenance of the modules in addition to
other special tools and tackles as required. The tools included by the vendor
shall cover all minimum maintenance tools considered necessary by the
vendor. List of spares shall be submitted for purchasers Approval along
with this offer.
Consumables (if any) required for start up, commissioning and one year
operation from taking over shall be supplied under this contract including
Initial fill of Lubricant / oil for anti-friction bearing / others. List of
consumables shall be submitted for purchasers Approval along with this
offer.
The Vendor shall note that if any other tools are found to be necessary
during the engineering and erection stage of the project, the same shall be
supplied by the Vendor with-out any commercial implication.
14. PACKAGING
Packing has to protect the equipment against all kinds of damages (moisture,
rain, rust, corrosion, shocks, rough treatment, sand etc.) during transportation
by different means of transport as truck, railway, ship (corresponding heights of
stacking in the various types of ocean vessels as well as big stress during sea transport have to be taken in consideration).
DOC. ID:
DATE:
PAGE:
40-0000520
10 Sep 2013
24(29)
DESIGN DATA
Design shall be as per Euro Code 3
14.2
14.3
MATERIAL SPECIFICATION
Structural steel material shall comply with EN 10025
Use S355J2 grade for all except angle profile and railing profile.
14.4
STRUCTURAL BOLTING
Bolts, nuts and washers shall be grade 8.8 comply with
requirements of bolts as per EN ISO4014, nuts as per EN
ISO4032 & washers as per EN ISO7091.
Bolts, nuts and washers shall be hot dip galvanized.
14.5
WELDING
Welding used in fabrication work shall be the metallic arc
process, in accordance with EN 5817
Welding symbols shall be as per EN ISO 22553
Inspection and testing shall be as per EN970, EN ISO 5817, EN
1712 & 1714
14.6
14.7
DOC. ID:
DATE:
PAGE:
40-0000520
10 Sep 2013
25(29)
14.8
14.9
FABRICATION
Steel structure shall be fabricated in accordance with good
working practice.
For pipe rack all intermediate beams and bracings which are in
between trusses should be cut in proper size and weld at site.
Manufacturing tolerance according to EN 1090-2
Manufacturing certificate will be issued by the vendor and
submitted to JEL.
DOC. ID:
DATE:
PAGE:
40-0000520
10 Sep 2013
26(29)
Max
allowed
pressure
= Design P
[bar(g)]
-1/86
Max allowed
temperature
= Design T
Material
[ C]
150
CS
Fuel
Gas
after
pressure reduction
65
150
CS
Fuel Gas
after GE
BoP filter
Gas venting lines
65
150
SS
5
14
150
75
75
75
SS
CS
CS
SS
15
50
SS
10
100
CS
15
50
SS
Oil
14
14
DOC. ID:
DATE:
PAGE:
40-0000520
10 Sep 2013
27(29)
Flow media
14.13
Max allowed
temperature
= Design T
Material
Max
allowed
pressure
= Design P
[bar(g)]
15
[ C]
250
CS
Nitrogen
Deminerized water
Potable water
15
15
15
50
50
50
SS
SS
SS
COLOUR PROGRAM
See document: 40-0000693 Colour Program
16. DOCUMENTATION
Required documentation from vendor is presented in Attachment Requirements
for Documentation.
17. QUALITY ASSURANCE
17.1. Quality Assurance Plan (QAP). The vendor shall prepare within four weeks
of the signing of a contract the QAP which relates his own work and in
which defines the quality control and quality assurance operation at the
fabrication and site construction. QAP must be approved by the Contractor
of authorized representative before starting the work. QAP shall contain at
least the following items:
responsibilities
quality control, inspection and testing plan
site inspections and controls
commissioning tests
documentation and non-conformity plan
Special attention and guarantees should be given for following matters:
The vendor guarantees that only suitable and approved materials are
used and that the used materials are free from defects.
The vendor guarantees that engineering and construction is performed
in such a way that proper functioning of the scope of supply and
services is ensured for a period of three years.
The vendor guarantees that the specified scope of supply fulfils the
criteria of the availability of 8300 h/year.
The vendor guarantees of painted surfaces and hot-dip galvanized
surfaces corrosion protection of minimum 5 years.
The vendor guarantees that the specified technical consumption data for
utilities will not be exceeded during 24h of operation for the scope of
supply. Utilities are power consumption, compressed air, tap and
process water.
DOC. ID:
DATE:
PAGE:
40-0000520
10 Sep 2013
28(29)
17.2. Acceptance tests, testing & inspections. The whole of the modules and
their assemblies covered by this project shall be inspected and tested by
the purchaser, should he so require, during manufacture, erection and
after completion. The costs of all tests and inspection , excluding the costs
of the Company, shall be borne by the Vendor.
Where no test or inspection standard is specified, the various items of
modules, their equipments and materials shall be tested in accordance
with the relevant EN standards.
Where necessary, the whole module and its components shall be
additionally inspected, tested, marked and certified to the requirements of
the Local Authorities and other relevant statutory authorities.
All
materials used for the construction shall be of tested quality. Materials
shall be tested as per relevant standards and Test certificates are to be
furnished. In case Mill Certificates are not available, vendor shall carry
out physical and chemical tests from Govt. approved Testing Agency at his
own expenses
The purchaser may appoint inspectors of third party to perform the test
and inspection on behalf of him. The tests and inspections shall cover all
aspects of the manufacturing process, including casting, welding, assembly
and their quality assurance.
A notice of the preparation of modules and their components and materials
for test or inspection shall be provided by the Vendor and sub-vendor
thirty (30) days prior to test or inspection as a minimum, to enable the
purchaser to carry out the inspection and witness the test.
No components shall be packed, prepared for shipment, or dismantled for
the purpose of packing for shipment, unless it has been inspected and
approved (or inspection has been waived) and written instructions have
been received from the purchaser. Prior to inspection and testing, their
components and materials shall be cleaned and protected.
The following activities will be included under the inspection and testing
for all modules & their components if applicable:
DOC. ID:
DATE:
PAGE:
40-0000520
10 Sep 2013
29(29)
4.
5.
6.
7.
8.