You are on page 1of 80

PART 3 PARTICULAR SPECIFICATIONS

LUSAIL DEVELOPMENT
Part 3 PARTICULAR SPECIFICATIONS
Contents
1.0

Scope of Work

1.1

Project Description

1.2

Waste Management

1.3

Definitions

2.0

GENERAL DESIGN REQUIREMENTS

10

2.1

Overview

10

2.2

Design Development

11

2.3

Design Life

13

2.4

Compliance with Regulatory Codes and Authority Requirements

13

3.0

FIELD COMPONENTS REQUIREMENTS

15

3.1

Pedestrian Bins

15

3.2

Storage Section

15

3.3

Discharge Valve

16

3.4

Air Inlet Valve

17

3.5

Sectoring Valve

17

3.6

Waste Diverter

18

3.7

Control Box

18

3.8

Control Cables

19

3.9

Compressed Air Tubes

19

3.10

Waste Pipe

20

4.0

PWC PLANT BUILDING REQUIREMENTS

22

4.1

General

22

4.2

Vehicular Access

23

4.3

Container Loading

23

Project Name: PWC System for Marina District, Lusail Development

2|Page

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
4.4

Structural Design

23

4.5

Noise and Vibration

24

4.6

Air Emissions

25

4.7

Electrical Supply and Distribution

26

4.8

Ventilation and Cooling Requirements

34

4.9

Water and Drainage Requirements

35

4.10

Fire Safety

35

4.11

Fire Alarm and Detection, Security and CCTV system

36

4.12

Telecommunication and Public Address System

37

4.13

Finishes, Fixtures and Fittings

37

5.0

ELECTRICAL CONTROL SYSTEM REQUIREMENTS

42

5.1

PWC System Operation

42

5.2

Container Collection

42

5.3

Control System Interface

43

5.3.1

Graphical User Interface

43

5.3.2

Graphical Display

43

5.3.3

Alarm Handling

43

5.4

Integration with ICT System

44

5.5

Control Equipment Requirements

44

5.5.1

SCADA System

45

5.5.2

Network Architecture

46

5.5.3

System Integration

48

5.5.4

System Security

48

5.5.5

Scope of Work

48

5.5.6

Included In the Work

49

5.5.7

Engineering Scope of Work

50

5.5.8

Installation and Commissioning Scope of Work

51

Project Name: PWC System for Marina District, Lusail Development

3|Page

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
5.5.9

Controllers

53

5.5.10

Input / Output Modules

54

5.5.11

Computers/Servers

54

5.5.12

Panels

55

6.0

PWC PLANT EQUIPMENTS REQUIREMENTS

56

6.1

General Description

56

6.2

Waste Separator and Rotating Screen

56

6.3

Waste Compactor

57

Waste Container

58

Container Conveyer and Overhead Crane

59

6.4
6.5

6.6

Exhausters

60

6.7

Air Filter House

61

6.8

Air Pipes

63

6.9

Non Return Valve

63

6.10

Velocity Regulating

63

6.11

Venturi and Modulating Valve

63

6.12

Pipe Sound Absorber

64

6.13

Compressed Air System

64

6.14

Electric Control Centre, ECC

66

6.15

Power System Emergency Shutdown Sequence

68

7.0

INSTALLATION WORK

69

7.1

General

69

7.2

General Construction Requirements

69

7.3

Construction Programme

70

7.4

Reporting

70

7.5

Drawings

70

7.6

Quality Control

71

Project Name: PWC System for Marina District, Lusail Development

4|Page

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
7.7

Commissioning

72

7.7.1

General

72

7.7.2

Factory Acceptance Test

75

7.7.3

Site Acceptance Test

76

7.7.4

Continuous Run Test

76

7.7.5

Phasing and Future Connection

76

7.7.6

Maintenance Tools

77

7.7.7

Spares and Consumables

77

7.7.8

Operation & Maintenance Manuals

77

7.7.9

Continuous Run Test

78

7.7.10

Handing Over

78

7.8

Environmental Protection

78

7.9

Health and Safety

79

7.10

Operator Training

79

7.11

Public Education

80

Project Name: PWC System for Marina District, Lusail Development

5|Page

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
INTRODUCTION

1.0

Scope of Work
1.0.1

The performance specification included in this document provides the minimum requirements
for the complete design, manufacture, delivery to site, unloading, build, testing,
commissioning and training of the Pneumatic Waste Collection (PWC) System serving the
Marina District of Lusail City development, Doha, Qatar.

1.0.2

The PWCS shall consist of a number of waste inlet points located externally of the buildings
and also connected to all sub-developer; these shall be linked by a single 500mm ND pipe
network located in the wet tunnel or buried underground to a central waste collection plant
room. The PWCS shall transport the wastes through the pipe network using air to a single
plant room where it shall be compacted and stored prior to collection for onward transport to a
nearby materials recovery facility.

1.0.3

The two material streams conveyed by the PWCS shall be:


a) Dry mixed recyclables waste (glass, plastic, metals, paper, thin card, liquid etc.);
b) Organic solid waste (kitchen waste);

1.0.4

Intentionally left blank

1.0.5

These 2 waste streams shall be compacted, and all two streams shall be stored in waste
containers, suitable for collection by Doha Municipality vehicles.

1.0.6

Exhaust air from the PWCS system must be filtered prior to discharge into the ambient
atmosphere to avoid any unacceptable air emissions and to remove dust and odour to within
acceptable limits.

1.0.7

The CONTRACTOR is responsible for the complete design, manufacture, transport to site,
unloading, temporary storage, protection, installation, testing, commissioning, verification,
spare parts, LREDC training, documentation, product support and warranties of all works
associated with the PWC system as per tender drawings and specifications.

1.0.8

The scope of work for the PWC system in this CONTRACT shall include but are not limited to
the following:
a) Pedestrian bins inlet points c/w base plate and air grilles and including the following:
i.
ii.
iii.
iv.
v.

Volume control waste feeding inlet


Stainless Steel make storage section c/w waste level sensor and access cover
Discharge Valves (DV);
Air Inlets Valves (AIV);
Hot Dipped Galvanised (HDG) steel platform for all DV and AIV

b)
c)
d)
e)

Sectoring valves within the completed wet tunnel or RC chamber


Waste diverters c/w isolation valves within the completed wet tunnel
Air flow metering system on the pipe network
Complete control system with control boxes to all pedestrian bins and valves to the PWC
plant room.
f) Compressed air pipe network with common cable trays from plant room to all the field
devices
g) Electrical power supply cabling (4.0mm sq, 3 core) in GI conduit or cable tray from the
existing DB in the tunnel to all the control boxes.
h) Communication cable from plant room to all the field devices control boxes.

Project Name: PWC System for Marina District, Lusail Development

6|Page

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
i)
j)

Construction of PWC plant room including all design, supervisions, obtain approval,
inspection and all fees payable etc. from/to all relevant local authorities.
Building work shall include the following within the plot boundary limit and as specified in
the tender drawings:
i.
ii.
iii.
iv.

All Architectural works


All Structural work
All Mechanical and Electrical (MEP) work
All Landscape Work

k) Fitting out all PWC equipments within the plant room.


l) All PWC equipments shall be manufactured airtight and to withstand the maximum
vacuum pressure of 40kPa.
m) Coordinate PWC pipe work (including final testing and commissioning) from the PWC
plant room plot boundary to the PWC system main equipments and within the plot subdeveloper.
n) Furnish all table and chairs for office space within the plant room offices specs for 15
staff.
o) Furnish kitchen cabinet in the plant room pantry room.
1.0.9

The complete PWCS pipe network within the tunnels shall NOT be in this CONTRACT,
unless indicate otherwise in the tender drawings. Gaps have been allowed on the pipe
network for the CONTRACTOR to install all the sectoring valves, meters, waste diverter and
interconnecting pipes. For pipe installed underground, 4 nos. of 100mmND duct have been
laid parallel to the pipe network to facilitate drawing of auxiliary services by the
CONTRACTOR.

1.0.10 The CONTRACTOR shall be responsible for the coordination of the PWCS design with other
packages of work by other contractors on site.
The CONTRACTOR shall also provide input to and coordinate the PWCS works with the
project program
Items omitted from this document which may be inferred or are necessary for the efficiency,
stability, safety or completion of the work shall be deemed to be included.
1.0.11 LREDC will not be responsible for any costs incurred in the preparation of the proposals by
the COTRACTOR, and reserve the right not to follow up any of the proposal submitted in
response to this RFP in any way and in particular not to enter into any contractual
arrangement. In addition, the CONTRACTOR will undertake the preparation of their
proposals at their own risk with no liability to LREDC.
1.0.12. The pipe work shall also be vacuum tested to ensure that no leakage is detected. CCTV
inspection is also required for the pipe under this CONTRACT.

1.1

Project Description
1.1.1

Lusail City extends across an area of 38 square kilometres and includes four exclusive
islands and 19 multi-purpose residential, mixed use, entertainment and commercial districts.
It is a comprehensive arena with leisure spots, residential buildings, commercial towers,
a1venues and public ports.

1.1.2

Lusail, a true city of the future, accommodates 200,000 residents and 170,000 employees; it
will also welcome over 80,000 visitors. The total estimated population of Lusail will eventually
reach 450,000 people. The city also includes numerous residential units, office buildings of

Project Name: PWC System for Marina District, Lusail Development

7|Page

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
various sizes and 22 hotels with different international star ratings, making it an element of
attraction for investment in Qatar.
1.1.3

The Marina District (which form part of this CONTRACT) a mixed use development with a
Gross Floor Area (GFA) of approximately 3,200,000m2, comprising of the following land
uses:
a)
b)
c)
d)
e)
f)

1.1.4

1.2

1.3

Apartment;
Office;
Retail;
Hotels;
Mosques;
Other community and civic buildings.

All the MEP infrastructure utilities to the sub-development will be housed in wet and dry
tunnel. Each plot sub-development will have only one connection point at the plot boundary.
Some bigger plot will have 2 plot connections. All the utilities will be terminated with an end
cap at 1 meter inside the plot boundary line.

Waste Management
1.2.1

A key objective of the Lusail development is the source separation of recyclables and waste
within the development; this is to assist in achieving the Municipal long-term goal of sending
zero waste to landfill.

1.2.2

The Pneumatic Waste Collection System (PWCS) will collect the majority of waste generated
within the development. Waste suitable for collection through the PWCS shall be source
separated through the provision of suitable chute with volume control hopper door in the subdevelopment buildings. Many pedestrian bins are also provided on the walkway just outside
most sub-development and also in the promenade public area.

1.2.3

Other wastes unsuitable for the PWCS, including bulk glass containers, bulky items such as
furniture, large cardboard and liquid waste are to be separated by residents and tenants and
stored in designated areas prior to being transported by the facilities management team.

1.2.4

Hazardous waste from non-residential tenants is to be taken directly to the centralised area
for collection by the facilities management team and transferred to either landfill or waste
transfer station.

1.2.5

The proposed PWCS plant room shall be located in adjacent to Marina District CP01
development, next to the main high way A1.

1.2.6

Forecast waste arising from the development has been calculated based on master plan
revision 10A. A summary of the expected annual waste generation and composition from the
Marina District is provided below.

1.2.7

The above items only serve as information for the Project and shall not be in the Scope of
Work.

Definitions
1.3.1

The following definitions shall pertain to words or phrases as utilized in this document:
a) "PWCS" acronym for Pneumatic Waste Collection System.
b) "Pipe net" means mild steel pipes used to transport the waste from the inlet stations

Project Name: PWC System for Marina District, Lusail Development

8|Page

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
and discharge valves to the collection station.
c) "MS" shall mean Mild Steel Pipes.
d) "Chute" means garbage chute in the building.
e) "Hopper Door" means volumetric controlled inlet door to allow access to garbage
chute for depositing waste.
f) "Storage Section" means temporary storage section below the garbage chute used to
collect the waste prior to emptying into the pipe net for transportation to the
collection station. This is normally connected to the discharge valve.
g) "Level Sensor" means analogue level indicator in temporary storage section to signal
collection station regarding buildup of waste in storage section. When waste has
reached maximum storage capacity in the storage section or inlet station and needs
emptying.
h) "DV" shall mean Discharge valve and a valve which prevents waste or waste from
entering into the pipe net and normally is closed. Disposed waste is temporarily
stored on or behind the valve. The valve is opened when the waste is collected.
i) "AIV" means Air Inlet Valve or Transport air inlet valve which is opened before the
emptying sequence and this valve opens allowing air to be sucked into the pipe net
from the atmosphere creating the negative pressure and required air speed in the
pipe.
j) "Pedestrian Bins" means outdoor disposal station for retail and public visitor to
deposit waste.
k) ''Sectoring Valve" means a valve in the pipe net which divides the pipe net into
different sections.
l) "Transport Air" means the air that moves the waste through the pipe net.
m) "Collection Cycle" means the collection pattern for the installation.
n) "Central waste collection station or plant room" shall mean the waste receiving station
for the waste delivered through the pipe system.
o) "Waste Separator" means a type of cyclonic separator for removal of waste material /
particles from the air stream. The air laden waste entering the cyclone from the pipe
net is directed to flow in a spiral causing the particles to fall out and collect at the
bottom and the air exits from the top of the cyclone.
p) "Rotating Screen" means a part of a standard separator which prevents coarse and
solid particles from the waste stream from reaching the exhausters.
q) "Compactor" means a device which compact the waste into a container.
r) "Trolley or Conveyor" means a transport wagon for container shifting and movement.
s) "Control System" mean all electrical and electronic equipment units in the collection
station. Control cabinets, control boxes, software, cables and junction boxes are
considered part of the control system.
t) "SCADA" shall mean Supervisory Control and Data Acquisition. Graphical
presentation.
u) "Deo filter" means a filter which removes odor from the exhaust air.
v) "Silencer" reduces noise from the exhaust air before being let out into the
atmosphere.
w) "System Cycle Time" means the optimum cycle time required to empty all the inlets
with waste during one whole working day period e.g. 24 hours.
x) "Downtime" means the time period when the collection process is stopped by an
alarm situation or regular preventive maintenance.
y) "ECC" means Electrical Control Centre cabinet with PLC, operator panel and
instruments.
z) "Exhauster" means transport centrifugal fan used for the PWC transport suction.
aa) MCC" means the cabinet with exhauster starting equipment.
bb) VFD mean variable frequency drive

Project Name: PWC System for Marina District, Lusail Development

9|Page

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
2.0

GENERAL DESIGN REQUIREMENTS

2.1

Overview
The general design requirements for the provision of the WORK are as follows:
a) The CONTRACTOR is responsible for the full detailed design of the PWC work.
b) The CONTRACTOR is responsible for the full detail design, construction, and
submission to local authorities, follow up, obtain all approval, NOC and permits,
arrange inspection by all local authorities, and pay inspection fees etc. for the PWC
plant room.
c) The CONTRACTOR shall hand over the Work and shall be complete in every
respect.
d) The CONTRACTOR shall ensure that the design, construction and testing of the work
enables the PWCS to fully meet and comply with the requirements of all necessary
consents, permits, permissions, regulations and legislation.
e) The CONTRACTOR shall ensure that the design, construction and operation are
sufficient and appropriate in every respect to ensure that the CONTRACTOR can
meet or exceed the CONTRACT Performance Targets.
f) The CONTRACTOR shall ensure that the work is designed to meet the need for
satisfactory operation under the operating loads and local climatic and seismic
conditions.
g) The CONTRACTOR shall ensure that all materials are new, shall be of the best
quality available internationally, and shall be designed to withstand the stresses
imposed by the working and the ambient conditions without deterioration or
premature failure affecting the efficiency and reliability of the PWCS.
h) The Work shall be designed to meet or exceed the requirements for the relevant
design standards and regulations in Qatar, Western Europe or North America.
i) The CONTRACTOR shall provide clear evidence of effective and integrated
interdisciplinary design work with all relevant design teams.
j) The PWCS shall be designed to operate in an automated manner, with minimal input
required from operatives.
k) It shall be the responsibility of the CONTRACTOR to ensure that the electrical
equipment offered is completely satisfactory for use with the mechanical equipment
offered and vice versa
l) Every component and assembly chosen for use shall have been proven in service in
a similar application and under conditions no less arduous than those expected in the
Development. LREDC reserves the right to request the CONTRACTOR to justify his
selection of equipment. Where it is shown that materials or equipment are of a
standard lower than that necessary to meet compliance with the specification, the
CONTRACTOR shall modify or replace the equipment concerned at its own cost.
m) The CONTRACTOR shall make allowance for the phased nature of the Work, as the
sub-developer building will be connected to the PWC system progressively.
n) The CONTRACTOR shall ensure sufficient space is designed and constructed
around all elements of the PWCS to enable any piece of equipment to be maintained
in situ or dismantled for repair without interfering with the operation of adjacent items
of plant, and without compromising the ease or efficiency of access.
o) All equipment performing similar duties shall be of a single type and manufacturer,
and be fully interchangeable in order to limit the stock of spare parts required fully
interchangeable in order to limit the stock of spare parts required.

Project Name: PWC System for Marina District, Lusail Development

10 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
2.2

Design Development
2.2.1

The PWCS design work shall be completed in the following stages:


a) Concept Design The CONTRACTOR shall develop a concept design report with
accompanying sketches, outlining their proposed solution and identifying solutions to
particular challenges.
b) Scheme design the CONTRACTOR shall develop comprehensive schematic
drawings for the PWCS pipe network, identifying all inlet points, valves, air inlets, and
all other significant plant and equipment.
c) Detailed design the CONTRACTOR shall develop detailed pipe and equipment
schematics for the complete PWCS, as well as detailed equipment and distribution
layouts and sections based on final equipment selections.
d) Technical submittals the CONTRACTOR shall compile detailed technical submittals
for all equipment, systems and sub-systems with input from original equipment
manufacturers.
e) Working drawings the CONTRACTOR shall develop working drawings for the
Work.
f) Documentation the CONTRACTOR shall compile and submit operation and
maintenance manuals, testing and commissioning record data and reports, certified
drawings, as built drawings, etc.

2.2.2

The level of detail included at the various stages shall be as per The Building Services
Research and Information Association (BSRIA) guide, A Design Framework for Building
Services as a minimum. All stages of design shall be applied individually to each
construction phase, as per the programme.

2.2.3

The DELIVERABLES produced by the CONTRACTOR at each design stage for each phase
of construction shall include but not limited to:
a) Concept Design Line diagrams and layouts indicating basic proposals, location of
main items of plant, routes of main pipes and electrical distribution in such detail as to
illustrate the incorporation of the engineering services within the project as a whole
and with respect to the development phasing strategy.
b) Scheme design Line diagrams indicating main items of plant and their
interrelationships in such detail as to illustrate the incorporation of the engineering
services within the project as a whole.
c) Detailed design Line diagrams describing the interconnection of components in the
system showing all engineering principles and MEP services. The main features of a
drawings should be:
The drawings should include all the functional components that make the system
work; these shall include all ducts, pipes, cables, bus bars, plant items, pumps,
fans, valves, dampers, air inlets, air exhausts, control devices, filters, terminals,
electrical switchgear, security and fire sensors and control equipment;
Symbols and line conventions should be in accordance either with a recognised
standard, such as ISO or BS, with a supplied legend;
The drawings should be labelled with appropriate pipe, duct, bus bar and cable
sizes, pressures and flow rates;
The drawings should indicate components which have a sensing, control or
measurement function; and
The major components indicated on the schematic drawing should be identified for
cross-referencing purposes.
d) Technical submittals Drawings showing the extent of the services installations. The
main features of the technical design drawings should be as follows:

Project Name: PWC System for Marina District, Lusail Development

11 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT

Plan layouts should be to a scale of at least 1:100;


Show the extent and type of services visible within the occupied space;
Show approximate locations of horizontal and vertical service runs;
Show plant and distribution system sizes, particularly those affecting spatial
allocation, while acknowledging that these may need some adjustment and
refinement in the preparation of the detailed design drawings and equipment
schedules; and
Pipework and electrical containment should be represented by either double line or
single line layouts as required to demonstrate that the routes indicated are feasible.
Symbols and line conventions should be in accordance either with a recognised
standard, such as ISO or BS, with a supplied legend.
Drawings showing the intended locations of plant items and service routes in such detail
as to indicate the design. The main features of detailed technical design drawings
should be as follows:
Plan layouts should be to a scale of at least 1:100. Plant areas should be to a scale
of at least 1:50, and should be accompanied by cross-sections; and
The drawings will not indicate the precise position of services, but should
nevertheless enable installation of the services within the general routes indicated.
It should be possible to produce coordinated working drawings or installation
drawings without major re-routing of the services.
e) Working drawings Drawings showing the inter-relationship of two or more
engineering services and their relation to the structure and building fabric. The main
features of the co-ordinated working drawings should be as follows:
Plan layouts should be to a scale of at least 1:50 and be accompanied by crosssections to a scale of at least 1:20 for all congested areas;
The drawings should make allowance for installation working space and space to
facilitate commissioning and maintenance;
The drawings should be spatially co-ordinated and there should be no physical
clashes between the system components when installed. Critical dimensions,
datum levels and invert levels should be provided;
The spaces between pipe and duct runs shown on the drawing should make
allowance for the service at its widest point. Insulation, standard fitting dimensions
and joint widths should therefore have been allowed for on the drawing; and
The drawing should indicate positions of main fixing points and supports where
they have significance to the structural design or spatial constraints.
Drawings based on the detailed design drawing with the primary purpose of defining the
information needed by the tradesmen on site to install the work. The main features of
the working installation drawings should be as follows:
Allowances should be made for inclusion of all supports and fixings necessary to
install the work;
The drawing should make allowances for installation details provided from
manufacturers drawings; and
Allowances should be made for plant and equipment. This includes any alternatives
to the designers original specified option that have been chosen.
f) Documentation The following documentation shall be produced and submitted
during and after installation of each phase:
Drawings prepared by a manufacturer, fabricator or supplier for particular
components;
Project Name: PWC System for Marina District, Lusail Development

12 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
Drawings showing the provisions required to accommodate the engineering
services which significantly affect the design of the building structure, fabric and
external work;
Drawings showing the requirements for building work necessary to facilitate the
installation of the engineering services; and
Drawings showing the building and services installations as installed at the date of
practical completion.
2.2.4

2.3

The CONTRACTOR shall not commence work on a subsequent phase of design work until
written acceptance of the previous phase has been issued by LREDC.

Design Life
2.3.1

The selected materials shall have a verifiable life expectancy in line with the criteria set out in
this specification.

2.3.2

The WORK shall be designed for a minimum warranted lifespan of 30 years from the
COMPLETION DATE.

2.3.3

All major components of plant shall be constructed to achieve a guaranteed service life to first
major maintenance of 15 years and total design life in excess of 30 years. The technical
lifespan for individual elements shall meet the minimum requirements outlined in the following
table:

2.3.4

2.4

Item

Warranted Years of Lifespan

Waste inlets or pedestrian bins

15

Storage section

10

Discharge valves and air inlet valves

30

Containers

Other mechanical components

15

Electrical and control components

10

LREDC shall not accept the work to which the performance guarantee relates until the
performance has been satisfactorily demonstrated by the CONTRACTOR.

Compliance with Regulatory Codes and Authority Requirements


2.4.1

Where specific codes, standards or authorities are mentioned in the Specifications or where
local, regional or national authorities have jurisdiction over equipment or installations
specified herein, the properties of all plant, equipment and materials and the design,
performance, characteristics, and method of construction of all items shall be in accordance
with the latest edition of applicable standards, guidelines, specifications or requirements
issued by these authorities.

2.4.2

The CONTRACTOR shall adhere to an applicable, consistent and comprehensive system of


international standards, ensuring that he is meeting or exceeding internationally recognised
best practice. All local code requirements including the Qatar National Construction
Standards (2010) shall take precedence, and the most stringent specification shall govern.

2.4.3

Design and fabrication of all plant, equipment and materials are subject to the approval,
inspection, by-laws, and regulations of all applicable authorities, organizations and public
services having jurisdiction. The CONTRACTOR shall be fully responsible for the submittal of

Project Name: PWC System for Marina District, Lusail Development

13 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
all drawings and other documents as necessary to apply for approvals and the subsequent
obtaining of all such approvals from any, and all, authorities having jurisdiction.
2.4.4

Any changes or alterations required by the authorised inspector of any authority having
jurisdiction shall be made without charge by the CONTRACTOR.

2.4.5

Standard specifications, codes or requirements issued by regulatory bodies shall not


decrease the quality of workmanship and material specified herein.

Project Name: PWC System for Marina District, Lusail Development

14 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
3.0

FIELD COMPONENTS REQUIREMENTS

3.1

Pedestrian Bins
3.1.1

Waste inlet in the form of pedestrian bins points shall be provided by the CONTRACTOR to
enable public pedestrian to enter waste into the PWCS in public spaces.

3.1.2

The inlet points shall be designed to accept the following two material streams.
a)
b)

Mixed dry recyclables;


Organic solid waste

3.1.3

Every inlet point shall be fitted with all necessary equipment including waste level sensor,
storage section, access cover, discharge valves, air inlet valves and control panel to facilitate
automated operation.

3.1.4

The design of each inlet point provided by the CONTRACTOR shall pay due consideration to
the types of waste expected to be generated by the pedestrians public users. The feeding
inlet must be fitted with volume control mechanism to prevent large are long object to enter
the storage section below the RC chamber.

3.4.5

The temporary storage capacity below each inlet point provided by the CONTRACTOR shall
be designed to accommodate the expected waste generation. The upper secondary air inlet
is normally used for all types of waste. The air inlet is equipped with a rubber flap valve witch
open when the air-flow created by opened DV opened. The air inlet is welded on the storage
pipe and is made in painted mild carbon steel.

3.1.6

The CONTRACTOR shall provide appropriate and consistent permanent signage on and
adjacent to all pedestrian bins. The labelling and colour coding shall comply with the
development wide standards. The bins shall be provided with laser engraved Lusail logo and
wording Lusail City.

3.1.7

The CONTRACTOR shall provide independently fire certified hopper doors. The hopper
doors shall be fitted with an electric interlocking mechanism that prevents the doors from
being opened following the activation of the fire certified exit door.

3.1.8

Recyclable and waste inlet hoppers shall be fabricated from stainless steel sheet and shall
provide self-closing and self-latching devices.

3.1.9

Access doors are to be fitted with a timed closure to avoid hands being caught in doors.

3.1.10. The features of conventional waste bins shown in the drawings shall act as a guide or
concept for the CONTRACTOR to develop the pedestrian bins for PWC system to match the
existing landscape.
3.1.11 The CONTRACTOR shall submit more than one alternative bin feature from the
CONTRACTORS standard existing design for LREDC consideration.

3.2

Storage Section
3.2.1

A waste storage facility with Grade 316 stainless steel casing with minimum 4 mm thickness
shall be provided by the CONTRACTOR below each pedestrian bin. The storage capacity
shall not be less than 1.5 meter in height. The "system cycle time" shall be the total time (in
minutes) required for collecting sequentially waste in the storage facilities of all the buildings

Project Name: PWC System for Marina District, Lusail Development

15 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
connected to the PWCS including future extension of other phases. Calculations on the
"system cycle time" and "waste storage capacity" shall be submitted to for approval.
3.2.2

A level analogue sensor shall be provided in the waste storage to initiate waste collection by
the central plant before the storage threshold is reached. The level sensor shall monitor the
rising level of the waste in the storage section to provide data to the collection system through
the SCADA network interface so that the collection cycle can be monitored and updated for
optimal cycle times.

3.2.3

Vertical storage pipe with angle deviation, above the DV to store waste before the DV opens,
and the waste falls down in the air-flow of the transport pipe. The storage pipe is equipped
with an inspection opening, and a flexible connection waste chute. The storage pipe is made
of stainless steel. A drain outlet will be provided above the Discharge Valve flap to ensure
that during the eventual cleaning of the waste chute or regular maintenance of the garbage
chute water are not allowed into the pipe transport system. The drain pipe shall be 50mm
diameter connected to a flexible hose and shall lead into a drainage point located close by.

3.2.4

Flexible joints in the form of Linatex rubber or equivalent heavy duty rubber shall be provided
when connecting to the pedestrian bins waste chute.

3.3

Discharge Valve
3.3.1

The Discharge Valves (DV), which separate the waste transport from the vertical garbage
chutes and storage sections. The valves are normally closed and open only for 7 to 10
seconds during the discharge cycles, which are programmed to occur several times a day.
Only one valve can open at a time. When the valves are closed, the waste which is falling by
gravity within the storage section shall be retained by the closing element of the valve. When
a valve opens, the waste falls by gravity/suction into the air stream in the transport pipe.

3.3.2

This valve shall be designed to be installed in a valve-room, wet tunnel or RC chamber below
ground. DV of liquid tight stainless steel (Grade 304) flap valve type for separation of material
in the chute from the main transport pipe. The valve is opened and closed by a pneumatic
cylinder. Waste from the inlet is temporarily stored in the storage section above the valve flap.
Upon receiving an open order from the control system, the valve opens to let the waste fall
into the horizontal pipe where it is transported to the plant room by the rapid air stream. The
valve closes upon receiving closing order from the control system. The valve body is made in
painted mild carbon steel. Other part of DV in contact to the waste shall be made of stainless
steel materials.

3.3.3

The discharge valves shall be airproof and have sufficient strength. The valve in the valve
body shall be flat plate type and there shall be inspection opening outside the valve body for
the convenience of inspection and maintenance. The valves are operated by compressed air
generated in the plant room, and the closing elements are actuated by compressed air
cylinders.

3.2.4

The operation of the valves is controlled by the computer in the central control panel in the
plant room. Electronic terminals in the valve rooms verify and execute the orders transmitted
from the ECC.

3.2.5

Heavy duty discharge valve shall be provided to withstand impacts due to objects falling down
from the upper floors. Anti-vibration isolators shall also be provided at the base of discharge
valve support to isolate any vibration to the pipe network.

3.2.6

Emergency stop buttons shall be provided in the vicinity of the waste discharge valve to lock
off the waste discharge valves operation and PWC system operation respectively. Control
shall also be provided for the discharge valves and the central plant in such way that all DV

Project Name: PWC System for Marina District, Lusail Development

16 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
will remain in or return to the closed position and the central plant will be shut down during
emergency mode or through any open actions of separate dry contacts provided by others.
3.2.7

3.4

The DV components shall be fitted with flanged ends to suit the pipe network flanges.

Air Inlet Valve


3.4.1

The Air Inlet Valves (AIV), situated at the end of each waste transport pipe branch, are
normally installed in close connection to the DV of the branch to provide airflow to the section
in operation. The DV is operated automatically by means of compressed air cylinder. The
valve has a disc of stainless steel (Grade 304), sealed with a specially designed rubber
gasket.

3.4.2

The valves are normally closed and opened only for 1 or 2 minutes during the discharge
cycles. Only one valve can open at a time.

3.4.3

The valves are operated by compressed air, and the closing elements are activated by
compressed air cylinders. The operation of the valves is controlled by the central control
panel in the plant room, and electronic terminals in the air inlet valve rooms verify and
execute the received orders. The sound level caused by the air which enters the valve at high
speed is considerable, and therefore the valves shall be equipped with silencers.

3.4.4

Air inlet(s) at the waste storage section shall be provided, as and where necessary, to
facilitate transport of waste and loosening up of the waste agglomerate to prevent system
blockage. The inlet(s) shall only be opened during collection of waste by the central plant
room and shall remain air tight at other times to prevent smell from leaking out of the system.

3.4.5

Acoustic silencer for AIV and acoustic lagging complete with stainless steel cladding shall be
provided if they are not located within an acoustically scaled room.

3.4.6

Noise level at 1 m from any air intake louver outside the waste chamber room shall in no case
exceed 55 dB (A) during operation of the PWC system. Calculations to substantiate,
compliance shall be submitted for approval.

3.4.7

The AIV shall be fitted with flanged end to suit the pipe network flange

3.5

Sectoring Valve
3.5.1

The sectoring valves are installed in the intersections of the main collection pipes and in part
of air pipe in plant room. The parts with troubles can be cut off without influences on the
operation of other parts. The valves are installed in the pipe system to limit the system in
chosen sections. This is made to reduce the connected pipe system with DV to a suitable
amount.

3.5.2

The section valve is mounted as close to the terminal as the pipe system allows. The valve
will be opened and closed with a pneumatic cylinder.

3.5.3

The valve is made of mild steel. The sectional valve shall be imported whole-set equipment.

3.5.4

Each valve shall be fitted with flanges to suit the flanges on pipe work.

Project Name: PWC System for Marina District, Lusail Development

17 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
3.6

Waste Diverter
3.6.1

The waste diverter is installed in the pipe network to divert waste from one pipe system to
another. The waste from one system with troubles can be temporary diverted automatically to
another system without influences on the operation.

3.6.2

The diverter shall have one inlet pipe and one outlet pipe which can moves alternatively to 2
fixed outlet pipe network. When one outlet pipe is connected to the waste diverter, the other
outlet fixed pipe must be remained capped automatically to prevent smell from leaking from
the pipe network.

3.6.3

The valves are operated by compressed air, and the closing elements are activated by
compressed air cylinders. The operation of the valves is controlled by the central control
panel in the plant room, and electronic terminals in the control box verify and execute the
received orders.

3.6.4

The diverter is made of mild steel of minimum thickness 20mm. The sectional valve shall be
imported whole-set equipment.

3.6.5

Each valve shall be fitted with flanges to suit the flanges on pipe work.

3.6.6

Emergency stop buttons shall be provided in the vicinity of the waste diverter to lock off
during emergency or service and maintenance. Control shall also be provided for the
discharge valves and the central plant in such way that the pipe is always connected to the
pipe network during emergency mode or through any open actions of separate dry contacts
provided by others.

3.6.7

The waste diverter shall be installed with an enclosure for safety and security.

3.7

Control Box
3.7.1

This control box shall be installed adjacent to each field components:


a)
b)
c)
d)
e)
f)
g)

The Air Inlet Valve


The Discharge Valve
The Waste Pedestrian Bin
Waste Level Sensor
Sectoring Valve
Air Flow meter
Waste Diverter

3.7.2

The Control Box shall be designed to communicate with the Electrical Control Centre (ECC)
in the plant room via the fibre optic cable provided by Qtel. The ECC shall interrogate all filed
components in a continuous scan. There may be more than one channel and the ECC
communicates these channels simultaneously.

3.7.3

Communication speed shall be selected so that it is possible for the ECC to collect status
from 20 AV/DV units per second. For valves that have received open orders, the interrogation
scan shall collect the information more frequently. Up to 4 communication channels shall be
used.

3.7.4

The control unit shall send messages to the control panel of the garbage chute supplier and
send and receive signals with the following commands.
a) lock all waste chute inlet door in the building and pedestrian bin when the
emptying cycle is in operation or the DV/AIV is under maintenance.

Project Name: PWC System for Marina District, Lusail Development

18 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
b) lock the DV and AV valve from operation when the waste chute is under cleaning,
maintenance or if there is fire system sprinkler is activated.

3.7.5

The control box shall be of stainless steel metal casing enclosure and to IP54 rating.

3.7.6

The control box shall also house all solenoid valves from the respective equipments eg. DV,
AIV, Sectoring valves, waste diverter, air speed meters.

3.7.7

The control box shall include relays, PLC, repeater, and battery to last for at least 2 hours if
there is a power failure.

3.8

Control Cables
3.8.1

The primary network in the tunnel has the control communication mode of LONWORK. The
control system of the secondary network in the plot sub-developer shall have the same
communication mode. The control cables connected to the primary network shall reach the
following indexes to ensure the control system coherence.

3.8.2

The whole control cables shall have PE as the protection coat to be suitable for the
underground installation and underwater operation for long time.

3.8.3

Control cable that will be inside the protecting tubing (for underground pipe work), along the
pipe system. The control cable is used to connect the control box for the valves with the ECC
in the plant room.

3.8.4

After the secondary network interfaces in the plot sub-developer has been completed
installation data shall be notified with data such as the quantities of the DV, AIV, outdoor
disposal inlets, based on which, the primary network will update the computer data of the
PWC system so as to execute the orders to serve the secondary building network in the
future. The data communication of the primary network and the secondary building network
shall be subject to repeated tests to ensure correctness.
The secondary building network CONTRACTOR, consultants and owners shall have a
cooperation promise agreement with LREDC and the PWC CONTRACTOR for the
abovementioned interaction relationships.

3.9

Compressed Air Tubes


3.9.1

The compressed air pipes shall be provided as necessary to complete the PWCS system.
Type of pipes shall be proposed by the CONTRACTOR for the intended purpose and submit
for approval prior to the installation work.

3.9.2

Air tube that will be inside the protecting tubing (if installed underground), along the pipe
system or on common cable trays in the wet tunnel. The compressed air tube is used to
connect the control unit for the valves with the compressed air unit in the terminal. On the
tube isolation valves are required for points of control, trouble-shooting and control of the
compressed air distribution.

3.9.3

Valves shall also be installed at end of network for draining of water regularly.

3.9.4

The pneumatic pipe shall be made of PB, shall have inflection tension 170 kgf/cm2 rupture
tension 340 kgf/cm2 diameter 25 mm and operation pressure at 50C 14.6 kgf/cm2; The

Project Name: PWC System for Marina District, Lusail Development

19 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
pneumatic pipes and interlaces of the secondary building network shall be subject to the
pressure test and complete flushing.
3.9.5

3.10

The joints of the tubing and fittings shall be as per manufacturers recommendations.

Waste Pipe
3.10.1 General Description
a) The waste pipe from the plant room boundary line to the internal of the plant shall be by
the CONTRACTOR.
b) The planning of the trenches follows the height variations of the terrain since inclinations of
20 degree in both pipe directions are admitted. The maximum inclination admitted in
ascendant direction should be 15 degree and in special case, in the connection with the
plant and if there are no other option, could be 20 degrees.
c) In order to avoid damage due to corrosion in extreme site conditions the pipes are
provided with external 3LPE of not less than 2.0mm. In the case of installation in service
tunnels and basement ceilings the pipes are hung from the slab or beams on hangar
brackets.
d) The transport pipe shall be mild steel of 20mm in thickness and to SPI standard. All joints
are welded.
e) Intermediate joints, bends, Y-pipe connections shall be 20mm thick and made of hardened
steel of Brinell hardness of not less than 500.
f) Straight pipes will be manufactured out of mild carbon steel and will be machine spiral or
longitudinal welded.
g) All pipe bends will be in single piece lengths made of mild steel, hardened steel or cast
alloys and no mitred joints will be allowed. The radius of the bends shall be 2000mm, or as
per the drawings.
h) Y-Pipes are to be pre-fabricated from straight pipes.
i) Inspection manholes shall be installed near bend locations and confluence portions.
j) Pipe will be supplied in lengths no shorter than 6.0 meters. Each length of pipe will bear
markings of identify location, type and grade.
k) If small pipes bend a required to maintain the profile i.e. less than 10 degrees, the same
can be chamfered and welded to achieve the bending radius.
l) All piping shall show no evidence of blisters, grooves or other extrusion marks.
m) The equipment and materials to be installed under this CONTRACT will be finished by
painting and/or protective coating to provide protection from corrosion under the
surrounding conditions. The color of equipment shall be manufacturers standards subject
to the Consultants approval.
n) The primary technical design parameters for the system are as follows:
-

Pipe diameter
Pipe thickness
Pipe material
Carrier speed
System pressure
Normal earth-up depth of pipes
Pipe upward/downward gradients
Pipe curve radius

: DN 500 mm nominal
: min 6.0mm
: GB 235B carbon steel pipes
: 20-22 m/sec
: ~30kPA
: 2000 ~2500 mm
: 15 - 30 degrees
: 2.0m

3.10.2 Inspection Door


a) For the convenience of inspection on the pipe network, the Waste conveying pipes are
provided with inspection openings at every bend of pipe angle change of more than 30
degree. The inspection openings provide possibility to inspect the pipes and a way to
manually clean clogged pipes. The inspection opening is made of mild steel and primed
for exposed installation and SS grade 304 for buried installation.
Project Name: PWC System for Marina District, Lusail Development

20 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT

b) There will be 500380 mm observation holes on the pipe sections in the inspection
openings. The inspection openings will be covered by a rectangular box of 600x450mm
and fully welded onto the pipe. The top cover shall be secured with bolt and nut and
gasket and shall be air tight.
3.10.3 Characteristics of Pipe Coatings
Material
Polyethylene
Minimum thickness
=2.0 mm
Resistance to impact
>10 NM
Resistance to peeling
>38Ncm1
Resistance to indentation
<0.3 mm
Specific sheathing resistance
>102 m2
Density
0.92x103 kg/m3
Yield strength
>12.5 MPa
Tensile strength
>18.0 MPa
Elongation due to shearing
>600%
Vicat softening point
98 C

Project Name: PWC System for Marina District, Lusail Development

21 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
4.0

PWC PLANT BUILDING REQUIREMENTS

4.1

General
4.1.1

The CONTRACTOR shall provide PWC plant room as shown in the relevant drawings. The
gross external floor area and the height of the plant room shall not exceed the foot print
indicated in the drawings.

4.1.2

The CONTRACTOR will be supplied with a bare land. It is the responsibility of the
CONTRACTOR to coordinate the design of the plant room with the relevant Consultant in
Lusail development to ensure that all necessary requirements are adequately designed and
provided for by LREDC.

4.1.3

The central waste collection station shall be designed to operate efficiently and reliably under
the anticipated waste loads and ambient conditions.

4.1.4

The PWCS shall include but not be limited to plant and equipment for:
a)
b)
c)
d)
e)

Generating air flow and negative pressure;


Separating wastes from transport air;
Receiving, compacting and storing wastes;
Filtering and deodorizing the exhausted transport air;
Loading and unloading compacted containers on and off collection vehicles by either
using container trolley or overhead crane;
f) Generating compressed air for pneumatic operated valves;
g) Controlling and monitoring the collection and call-off process.
4.1.5

Inside the PWCS, the two waste streams shall be separated from the transport air by means
of waste separator using cyclonic action. Each of the two recyclable and waste streams shall
be directed to their respective sealed waste container for temporary storage.

4.1.6

Each waste streams shall be compacted into their respective containers.

4.1.7

The PWCS shall be designed and constructed in such a way that all waste storage and
processing takes place within the confines of the building, with appropriate environmental
controls provided. Any additional materials required for use on the development as part of
providing the service should be appropriately contained and stored such that the environment
is protected and the facility can operate efficiently.

4.1.8

The PWCS shall be designed and constructed to include waste storage facilities with a
minimum capacity of one day of waste arising.

4.1.9

The PWCS shall be designed and constructed to include all necessary infrastructure and
utility services required to meet the requirements of the CONTRACT including but not limited
to their connection, security of supply and capacity. Such services shall include high and low
voltage electricity, potable water, process water and fire water supplies, foul water and
surface water drainage, district cooling network, and telephone and Broadband (high speed
data link).

4.1.10 The design of the PWCS should take into account the infrastructure needed to manage the
receiving, transferring and collection of waste and recyclables during scheduled or
unscheduled system downtime.

Project Name: PWC System for Marina District, Lusail Development

22 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
4.2

Vehicular Access
4.2.1

The CONTRACTOR shall provide a central waste collection station designed to be suitable
and efficient for all vehicles collecting and removing waste and recyclable materials accepted
by the PWCS from the Site. The collection vehicle type and container loading arrangements
may change during the CONTRACT Period and therefore the collection station must be
flexible and capable of accepting, or be readily adaptable to accept, a range of vehicles.

4.2.2

The central waste collection station shall be designed and constructed to enable vehicles to
achieve a turnaround time from entering the Site, unloading an empty container and loading a
filled container, to leaving the site in a maximum of 30 minutes per vehicle.

4.2.3

The central waste collection station shall be designed and constructed to provide sufficient
areas for collection vehicles to queue and park in the peak container collection periods
without obstructing loading bays. Queuing above ground level will not be permitted.

4.3

Container Loading
4.3.1

The PWCS shall be designed and constructed to include all necessary containers handling
equipment to facilitate the safe and efficient management of all waste and recyclables
accepted by the PWCS whilst on the Site.

4.3.2

The container loading equipment shall be designed to accept modified ISO shipping
containers, secured using twist locks.

4.3.3.

The replacement of full containers with empty containers shall only be done when a container
is full. Automated information shall be sent to the container collecting company to indicate
when the container needs to be removed, and which material stream requires removal.

4.3.4

Container loading shall be by means of an under hung crane and hoist system fitted in the
PWCS loading bays. The hoist shall be capable of loading and unloading full containers
efficiently, safely and reliably. The container should be able to be loaded onto the truck by the
Municipal standard roll-on-roll-off hook lift.

4.3.5

The CONTRACTOR shall ensure that the crane, hoist and all supports and appurtenances
are designed to withstand all anticipated stresses imposed under the expected operating
conditions. Load bearing parts shall be designed such that the static stress, calculated for
rated load, shall not exceed 20% of the ultimate material strength.

4.3.6

The CONTRACTOR shall install the hoist with a suitable pushbutton control station, fitted with
a dead-man type safety mechanism.

4.3.7

The hoist shall be fitted with both an electric motor brake and a mechanical load brake.

4.4

Structural Design
4.4.1

The CONTRACTOR's structural design shall include the selection, analysis and design of a
structural system making up the framework of the building. The CONTRACTOR's structural
design shall include the preparation of complete calculations, coordinated with other
disciplines where necessary.

4.4.2

The structural design shall be carried out to the appropriate British Standards; where
necessary these should be adapted to accommodate local conditions and the specific
requirements of the Qatar Municipal Authority and LREDC's requirements.

Project Name: PWC System for Marina District, Lusail Development

23 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
4.4.3

4.5

The structural design of the PWC PLANT shall take account of the dynamic loads imposed by
the crane and container trolley during container loading and unloading operations.

Noise and Vibration


4.5.1

General Requirements
4.5.1.1

All elements of the PWCS shall be designed to acoustic and vibratory levels that are
appropriate for users of each area of the development. The environmental noise
nuisance to operators and visitors at the plant and to all neighbours shall be
minimised as far as is practicably possible.

4.5.1.2

The following are used in this section of the performance specification:


a)
b)

4.5.1.3

4.5.2

LAT A-weighted time averaged sound pressure levels as defined by IEC


61672-1; and
NR Noise rating curves are a set of internationally-agreed octave band sound
pressure level curves, based on the concept of equal loudness.

The CONTRACTOR shall take care to include members of their design team who are
suitably knowledgeable and experienced in acoustics and vibratory attenuation to
ensure that the designed mitigation measures enable the PWCS to meet the
specified noise limits.

External Noise
4.5.2.1 Noise emitted from the plant shall be limited to the levels set out in the following table
for all publically accessible.
Day

4.5.3

NR

LAT, dB

NR

LAT, dB

Publicly accessible areas

50

55

45

50

Non-publicly accessible areas

50

55

50

55

4.5.2.2

Noise and vibration shall be maintained at levels appropriate to the local


environment.

4.5.2.3

The CONTRACTOR shall provide appropriate and high quality silencers along the
discharge air pipe, to reduce the noise generated by exhausters to below the
specified limit. This shall include suitable lagging to damp mechanical vibrations.

Internal Noise
4.5.3.1 The CONTRACTOR shall ensure that the acoustic design of the plant minimises
exposure to high levels of noise in the plant rooms to facilitate protection of the
operators hearing.
4.5.3.2

The noise levels in ancillary spaces, such as the control room, corridors and
washrooms shall be appropriate to the use of the spaces and shall be minimised so
far as is practicably possible.

4.5.3.3

It is the responsibility of the CONTRACTOR to ensure that the time sound levels shall
not exceed the following thresholds during active operation.

Project Name: PWC System for Marina District, Lusail Development

24 | P a g e

Night

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
Space

4.5.4

4.6

Noise Limit, dBLAT

Maximum allowable
NR level

Exhauster Room

105

50

Container Hall

55

50

Control Room

40

35

Pedestrian Bins inlet points (1m distance)

55

50

Air Inlet Valves (1m distance)

55

50

4.5.3.4

All walls and ceilings where sound levels exceed acceptable levels should be
covered with acoustic panels with a minimum thickness of 100mm; these shall be
designed so as to reduce noise levels within the space and reduce transmission of
sound to adjacent spaces.

4.5.3.5

All doors shall have a minimum sound reduction effect of 35 dB.

Vibration
4.5.4.1 The CONTRACTOR shall ensure that where practicable, vibration from plant and
equipment within the plant shall not exceed 0.1mm/s route mean square (rms) in
sensitive spaces such as the control room, and shall not exceed 0.4mm/s (rms) in the
remaining spaces (excluding within plant rooms).

Air Emissions
4.6.1

The CONTRACTOR shall ensure that an odour level of not more than 1.5 OUe/m3
(European Odour Units) is measured at key local receptors as a result of the PWCS
and associated air emissions. Local receptors shall include all publicly accessible
spaces in and around the plant.

4.6.2

The CONTRACTOR shall ensure that the final exit of the filtered exhaust air is
located at high level and is located with care to ensure that the specified odour limit is
not exceeded and that an unpleasant environment is avoided for resident, tenants or
visitors to the development. The design of the exhaust emission chimney shall be
coordinated by the CONTRACTOR with the EA and relevant Authority.

4.6.3

Transport air shall be screened and filtered at the air outlet of the waste
separator/cyclone to remove particulates and deodorize the exhaust air. The filtration
systems shall be designed to trap particulates using a system specified and certified
to meet EN779:2002 grade F8 and DIN 24185 grade EU8.

4.6.4

An activated carbon filter bank shall be used to deodorize exhaust emissions prior to
final discharge to ensure that the specified odour limit is not exceeded; this shall be
used in conjunction with other deodorizing treatments such as:
a)
b)
c)

Moisture Eliminator;
Dust Filters; and
Odour treatment.

Project Name: PWC System for Marina District, Lusail Development

25 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
4.7

Electrical Supply and Distribution


4.7.1

High Voltage Supply

4.7.1.1

The PWC PLANT shall be supplied at 11kV via the utility distribution network
established within the service corridors. The 11kV supply cables shall be supplied by
the Utility Provider, Kahramaa, up to the point of connection with the incoming
switchgear as a single 11KV open ring topology.

4.7.1.2

Intentionally left blank

4.7.1.3

The high voltage (HV) design voltages and system characteristics are:

Nominal System Voltage


(rms value, phase to phase voltage)

Um = 11kV

Highest value of system operating voltage


(r.m.s. phase to phase voltage)

Um = 12kV

Highest voltage for equipment


(r.m.s. phase to phase voltage)

Um = 12kV

Standard rated frequency

50Hz

Rated short circuit breaking capacity

40kA rms, 3 seconds

System configuration

3 phase, effectively earthed

Range of highest voltage for equipment


(according to IEC 60071-1, Clause 37)

A (I)

Standard Insulation level for equipment (B.I.L.)


Rated lightning impulse withstand voltage (peak)

75kV

Power frequency short duration withstand voltage (r.m.s)

28kV

Insulation Coordination in accordance with IEC 60071-1 and


IEC 60071-2
The low voltage
characteristics are

(LV)

design

voltages

and

system

415V/240V 6%,
50Hz, three phases, 4 wire

The earthing system shall be TN-S.

4.7.1.4

The CONTRACTOR shall coordinate with LREDC and Kahramaa to agree the supply
configuration and to determine appropriate protection, routing, termination, capacity
and configuration of the 11kV incoming cable feeds and shall be responsible for
obtaining their approval for the design drawings. The CONTRACTOR shall agree the
associated installation testing and commissioning with Kahramaa.

4.7.1.5

Based on the incoming configuration, or an agreed alternative, the CONTRACTOR


shall complete the detailed design of the HV switchboards and associated cabling,
both incoming and outgoing.

4.7.2

General

4.7.2.1

All downstream electrical distribution and equipment shall be provided by the


CONTRACTOR as part of the PWCS package; this shall include the incoming HV
and LV switchboards, transformers and all other electrical distribution equipment.

4.7.2.2

Intentionally left blank

Project Name: PWC System for Marina District, Lusail Development

26 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
4.7.2.3

The CONTRACTOR shall consider the environment and the expected ambient
conditions when selecting the electrical equipment for the Work. All equipment shall
be rated for continuous operation at 50C. cable type and sizing shall be according to
method of laying.

4.7.2.4

The Work shall be constructed in accordance with the Qatar National Construction
Standards (QCS) 2010, supplemented by the Specific requirements of this
Specification. The information provided in this Specification shall be deemed to
supplement or take precedence over any guidance given within the QCS. Copies of
the QCS may be purchased from the Qatar Authority for Standards and Methodology,
PO Box 23277, Doha, State of Qatar and will not be issued to the CONTRACTOR.
In addition to the QCS the electrical installations shall comply with:
a)
b)
c)
d)
e)

The current Edition of the QGEWC Regulations;


BS/EN standards;
Kahramaa (QGEWC) Equipment Standards;
17th Edition of the IEE Regulations: BS 7671; and
All Qatari and local regulations.

4.7.2.5

All wiring devices in Kitchen areas shall be minimum IP54

4.7.2.6

Lighting calculation shall be done by the CONTRACTOR by means of reputed


software such as (Dialux).

4.7.2.7

Voltage drop calculations, cable sizing and current carrying capacity to be verified
and checked by reputed software.

4.7.2.8

QCS 2010 shall be adopted for all electrical installation and materials specifications.

4.7.3

High Voltage Switchgear


The 11KV switchboard shall be withdraw able type and in accordance with KahraMaa specification s.

4.7.4

Intentionally left blank

4.7.5

Intentionally left blank

4.7.6

Intentionally left blank

4.7.7
4.7.7.1

Transformers
Cast resin transformers shall be used for stepping down from 11kV to 415V for low
voltage distribution.

4.7.7.2

Transformers shall be located in dedicated conditioned, rooms to Kahra-Maa


approval. The CONTRACTOR shall ensure that the cooling provision is adequate for
the transformers selected. Cast resin transformers are to be of the copper wound 3limb type mounted on a suitable wheeled frame. The resin shall be vacuum cast to
minimise the risk of voids and consequent defects.

4.7.7.3

Intentionally left blank

4.7.7.4

Intentionally left blank

4.7.7.5

Each transformer shall be provided with a 3-stage cooling control system. The
winding, core and resin temperatures shall be monitored to ensure that the

Project Name: PWC System for Marina District, Lusail Development

27 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
manufacturers limits are not exceeded. At the final stage alarm, the switchboard shall
open the appropriate LV circuit breaker to disconnect load from the LV winding of the
transformer to protect it from being damaged and also inter-trip the HV feeder
breaker.
4.7.7.6

The transformers shall be suitably rated for harmonics profiles associated with 6 and
12 pulse rectifiers. The Contactor shall verify the actual harmonics profiles based on
actual procured equipment and demonstrate to LREDC that the selected
transformers shall be compatible with the calculated harmonic profile.

4.7.7.7

Transformers shall be subject to factory heat rise tests, within an enclosure for cast
resin types, at the manufacturers specified maximum ambient temperature.
Transformers shall be tested for all criteria as per IEC 76 and IEC 726 or relevant BS
Standards. Transformer cooling controls shall also be tested for function, as shall
alarms.

4.7.7.8

The transformer status signals shall be relayed to the control network. It is required
that the transformer shall be capable of relaying the following information:
a)
b)
c)
d)
e)
f)

4.7.7.9

Core temperature (calibrated 4-20mA);


Ambient temperature (calibrated 4-20mA);
Fans running;
Stage 1 temperature reached;
Stage 2 temperature alarm reached; and
Stage 3 critical temperature reached.

Transformers shall be 11kV to 415V/240 volts and shall be of copper winding. Fan
assist and monitoring accessories shall be provided. The transformers shall be
suitable for continuous indoor operation in a tropical climate on a 3 phase, 50Hz
distribution system. The transformers shall be provided with full-capacity voltage taps,
four nominal 2.5 percent taps, 2 above and 2 below rated primary voltage; (+/-5%)
with externally operable tap changer for de-energized use and with position indicator
and padlock hasp. Each transformer shall be provided with a ventilated enclosure
with removable front and rear panels (IP21).

4.7.7.10 The CONTRACTOR shall complete the design, supply and installation of the
transformer based on the following standards:
a) IEC 726 Cast Resin Transformers
b) BS IEC 60076 and 60078 Power Transformers
c) IEC 529/BS 5420 - Specification for Degrees of protection provided by Enclosures.
d) IEC 60076 --- Method of Measurement of Transformer and Reactor
Sound Levels.

4.7.8
4.7.8.1

Earthing and Equipotential Bonding


The CONTRACTOR shall design and install a complete TN-S earthing and
equipotential bonding network, designed to ensure that loops are not formed. The
overall resistance to earth of the combined HV/LV earthing system shall not exceed 1
ohm.
a)

The CONTRACTOR shall complete the design and installation of the earthing
systems based on the results of his resistivity tests and in accordance with
Kahra-Maa rules and regulations.

4.7.8.2

Intentionally left blank

4.7.8.3

The CONTRACTOR shall submit his detailed design and installation proposals for the
earthing systems to LREDC.

Project Name: PWC System for Marina District, Lusail Development

28 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT

4.7.8.4

Intentionally left blank

4.7.8.5

Driven earth rod electrodes shall be used within the earthing system. Design and
installation details shall be defined by the CONTRACTOR and coordinated with
LREDC and Kahra-Maa.

4.7.8.6

A number of rods, of not be less than 20mm, may be connected in parallel to achieve
the desired resistance but they shall be installed with sufficient spacing apart such
that each is essentially outside the resistance area of any other. For worthwhile
results, the mutual separation shall be not less than double the depth of the rod.

4.7.8.7

The depth of the driven rod shall be selected to achieve the required earth electrode
resistance for the individual substation of 1 Ohm or less.

4.7.8.8

The CONTRACTOR shall provide all earthing requirements for the electrical system.

4.7.8.9

Generally all dedicated earthing cables either for power distribution or equipment
bonding shall be single core copper with an overall green/yellow Low Smoke and
Fume (LSF) sheath.

4.7.8.10 All mechanical equipment, skid mounted packages, metallic services and electrical
equipment shall be equipotentially bonded to the earth bars. All pipework and wiring
entering or leaving the PWC PLANT into primary service corridors shall be
equipotentially bonded to the service corridor earthing system at the point of entry or
exit.
4.7.8.11 Connections made between tray or ladder sections crossing a building expansion
joint shall be made with a flexible copper braid or Y/G cable supplied by the
CONTRACTOR. The Earthing System shall be separate from the lightning protection
system.
4.7.9
4.7.9.1

Raceway System
Conduit shall conform to ANSI, NEMA, and UL standards. G.I. conduits shall be
provided where exposed. Rigid PVC conduit shall be provided where embedded in
concrete. Liquid-tight flexible metallic conduit shall be provided at field
instrumentation and vibration-producing equipment. Boxes shall be stamped steel in
indoor office and control room areas only. All other areas shall use cast ferrous, or
cast aluminum back boxes for wiring accessories with gasketed cover and threaded
hubs in wet and outdoor areas

4.7.9.2

Cable tray and ladder shall be galvanized steel and conform to NEMA VE-1 and UL
standards. Trays shall be hot dip galvanized after fabrication and conform to ASTM A
123 specification. Cable tray installed external to the plant and exposed to the outside
atmosphere shall be manufactured from hot dipped galvanized carbon steel to BS
EN 1416, and shall form complete tray systems.

4.7.10
Low Voltage Cables
4.7.10.1 Cable construction shall conform to Kahramaa Rules and regulations. All cables shall
run in cable trays and covered by 20 Gauge G.I. sheet or any other laying method
approved by the Consultants.
4.7.10.2 Conductors shall be copper and in accordance with Kahra-Maa rules and regulations.
4.7.10.3 Cables shall be terminated with compression glands and lugs.
4.7.10.4 Multicores LV cables shall be used where specified
Project Name: PWC System for Marina District, Lusail Development

29 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT

4.7.11

General and Emergency Lighting System

4.7.11.1 That CONTRACTOR shall ensure that the lighting of all areas of the PWC PLANT
meets the requirements of the Chartered Institution of Building Services Engineers
(CIBSE) Code for lighting, as outlined in the following table. The maintained
luminance level values shall be determined at working plane for meeting rooms,
controls room and security and at floor level for other areas. The luminaires shall be
selected as per the guidelines given below. But the Contractor shall submit the
required lighting calculations and ensure that the luminaires selected shall be suitable
for the area of application. Considerations of corrosion shall be given priority where
appropriate.

Minimum lighting levels shall be as follows:


Area Lighting Schedule
Area
Plant rooms

Electrical rooms such as


HV , LV Switchgear,
transformer rooms

Control and office rooms

Toilets And Washrooms

Locker Room

Fire Suppression
System Room

Fixture Type

Lamp Type

High Pressure
Mercury Light
Fixture, high
Bay, Aluminum
body and
Reflector.
Fluorescent
Industrial Light
Fixture, GRP
Body, White
Reflector and
IP 54
Fluorescent
Light Fixture,
Powder coated
steel body and
Mirror Reflector
Fluorescent
Light Fixture ,
Down light,
steel body and
aluminum
reflector. IP 54
Fluorescent
Light Fixture,
Down light,
steel body and
aluminum
reflector. IP 20
Fluorescent
Light Fixture ,
GRP Body,
White Reflector

400 Watt
Maximum

Project Name: PWC System for Marina District, Lusail Development

30 | P a g e

Minimum
Lux
300

T5
Fluorescent
Lamp

300

T5
Fluorescent
Lamp

500

T5
Fluorescent
Lamp

200

T5
Fluorescent
Lamp

200

T5
Fluorescent
Lamp

300

Notes
10% of lights shall
have quartz
instant re-strike

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
and IP 54
Stairways

Circulation Areas

Fluorescent
Light Fixture,
steel body and
aluminum
reflector. IP 23
Fluorescent
Light Fixture,
steel body and
aluminum
reflector. IP 23

T5
Fluorescent
Lamp

150

T5
Fluorescent
Lamp

100

4.7.11.2 The CONTRACTOR shall supply and install normal and emergency lighting
throughout PWC PLANT; this shall include all luminaires, lamps, and wiring,
containment and control systems.
4.7.11.3 Lighting fixtures shall be positioned having regard for ease of maintenance access.
Suspension chains or threaded rods shall be used to suspend fixtures in high spaces
or other means of access shall be provided. Recessed fixtures shall be provided
where false ceilings are proposed.
4.7.11.4 Lighting control panel shall be provided to control lighting in main plant area ,
circulation in addition to local control switches. Other rooms shall be controlled
locally. External lighting shall be controlled by photo cell, timer and over ride
switches.
4.7.11.5 Ballasts:

Fluorescent ballasts, unless otherwise indicated shall be supplied with voltages


matching the supply voltage of the fixtures, and output current and voltage
ratings of the lamp or lamps they are designed to operate.

All ballasts shall be electronic type, high power factor instant starting type, less
than 20% harmonics.

High intensity discharge ballasts shall be low noise and high power factor.

4.7.12
Circuit Breaker
4.7.12.1 Moulded Case Circuit Breakers
a)
Shall have a combination of thermal and magnetic tripping giving an inverse
time delay protection against sustained overloads and instantaneous tripping
under heavy overloads and short circuits. Unless otherwise stated in the
particular specification or drawings, MCCB shall have short circuit
rating in accordance with the short circuit calculations and Kahra-Maa
regulations.
b)
Breakers shall have a quick make, quick break over-center switching
mechanism that is mechanically trip free from the handle so that contacts
cannot be held closed against short circuits and abnormal current.
c)
Tripping due to overload or short circuits shall be clearly indicated by the
handle assuming a position mid-way between the manual ON and OFF
position.
d)
Poles shall be constructed to open, close and trip.
e)
Breakers shall be completely enclosed in a moulded case to IEC No. 157 1A, suitable for installation inside switchboards.
f)
Non-interchangeable trip breakers shall have the trip unit sealed.

Project Name: PWC System for Marina District, Lusail Development

31 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
g)
h)
i)
j)

k)
l)
m)

Breakers with earth leakage relay protection shall be provided with shunt
trips.
Frame sizes shall be as per manufacturers standard size and as
approved by the Engineer.
The magnetic trip shall be adjustable type for rating 200 Amp. and above,
with 8 settings from 1.5 to 10 times the rated current of the circuit breaker.
Each MCCB shall be housed in a separate Compartment with the
operating handle door interlocked when used as an Incomer, feeder or motor
starter isolator, so that access can only be gained to the Compartment with
the MCCB in the OFF position. Padlocking shall be provided in the ON/OFF
positions. When the MCCB is used for control transformers, distribution or
ICA compartments the handle shall be internally mounted with appropriate
shrouding and warning labels.
Each MCCB shall be complete with 2 N/O and 2 N/C spare auxiliary
contacts (10A, 240v rating) in addition to those required for the Contract.
Each MCCB used as an Incomer or feeder shall have facilities for
electrical as well as mechanical interlock.
All incoming circuit breakers shall be provided with electrical & mechanical
interlocking scheme to ensure that only one incoming supply can be
energized at any one time where more than one supply is available.

4.7.12.2 Miniature Circuit Breakers


a)
These shall be selected according to the load requirements and type of load
suitable for the load they feed, and shall have short circuit rating of 9 kA,
unless specified otherwise in the Project Documentation.
b)
They shall be rated in accordance with BS EN 60898, IEC 898.
c)
They shall include the following minimum features:
- Magnetic and thermal trip elements
- Trip-free mechanisms
- Locking of facilities with detachable proprietary brackets and clearly marked
ratings.
d)
RCBO shall comply with BS EN 61008-1 & BS EN 61009-1

4.7.13
Emergency Lighting
4.7.13.1 The CONTRACTOR shall design, supply and install emergency lighting in all areas of
the facility. The system design shall comply with National Fire Protection Association
(NFPA) 101-2009 code requirements.
4.7.13.2 Emergency lighting shall be provided in plant areas and adjacent to final exits from
the building.
4.7.13.3 Illuminated exit signage shall be provided in all escape routes.
4.7.13.4 An automatic test and reporting system shall be provided. The test and reporting
system shall test both the function of the luminaires and battery autonomy.
4.7.13.5 Emergency Fixtures

The unit shall be self-contained, complete with a charger, sealed Ni-Cad


battery, automatic transfer switch.

The luminaires shall be rated for 3 hours illumination, as per QCS 2010
4.7.13.6 Exit Lights

Housing to be injection moulded thermo-plastic construction.

Light source to be light emitting diode (LED).

Units to have knock out directional arrows and be self-powered.

Project Name: PWC System for Marina District, Lusail Development

32 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
4.7.14
Diesel Generator
4.7.14.1 Contractor shall supply and install a Diesel Generator set manufactured by a reputed
manufacturer.The rating and design of the backup power system shall be in
accordance with NFPA 101-Life Safety Code, NFPA 110- standard for backup and
standby power system and local regulations.
4.7.14.2 With respect to environmental concerns, safety issues, leak detection, etc., fuel
tanks shall be designed for eight hours continuous operation at full load and shall
meet the applicable codes and standards ( i.e. WOQOD, Civil defense ).
4.7.14.3 The backup generator shall have an automatic transfer switch (ATS).
4.7.14.4 The generator shall be indoor type with automatic mains failure panels, suitable for 3
phase, 4 wire, 415 volts, 50 Hz., A.C. at 1500 rpm at 0.8 pf.
4.7.14.5 The generator sets shall meet the following limits for satisfactory operation :
a. Voltage limits steady state: 2% at P.F. between 1 to 0.8 lagging.
b. Transient voltage limit: 12% terminal voltage drop with recovery in
0.25 to 0.4 seconds.
c. Frequency Regulation: 1% no-load to full load
d. Voltage Regulation with 100% current unbalance: 6% applicable to all three
live voltages
e. Temperature Rating: 50C after derating at a rate of 0.5% per deg. C. above
40C.
f. Wave form: Line voltage wave form as per BS 4999 Part 40.
g. Harmonic contents at no load : 2.5%
4.7.14.6 The diesel generators shall be designed to the following conditions:
a. Design ambient temperature: 50C.
b. Design relative humidity: 100% humidity
c. Site altitude: Sea level
4.7.14.7 The generators shall be designed for continuous output and shall comply with B.S.
5000 and B.S. 649 - 1958.
References
The following standards are referred to in this part:
*
BS 5514
Engines
*
BS 4999
Alternators

4.7.15

Lighting Switches and Sockets

4.7.15.1 Lighting Switches shall be as follows:


a) to BS 3676
b) to be rated 10, 15 or 20 amps depending on connected load, as stipulated in
the QGEWC regulations
c) recessed with concealed conduit, surface pattern elsewhere
d) quick make and break type
e) single pole, double pole, one way, two way or intermediate

Project Name: PWC System for Marina District, Lusail Development

33 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
f)
g)
h)
i)
j)

Surface mounted switches, metallic.


flush mounted switches to be of the grid fixing type with
to be watertight IP 56 for waterproof type for external and wet areas.
to be made of poly-carbonate for indoor application in damp and wet areas.
where two or more switches are grouped together and connected to the
same phase, multi-gang devices and common plates shall be used.

4.7.15.2 Socket Outlets shall be as follows:


a) to BS 1363 and 546
b) 3 pins (2P+E) shuttered, with combined switch, rated 13A, 250 V
c) to be supplied with plug complete with fuse
d) Neon indicator lamp, unless specified otherwise in the Project
Documentation.
e) switched type socket outlets to be complete with weather proof plugs IP 55
for external area

4.8

Ventilation and Cooling Requirements


4.8.1

The CONTRACTOR shall install all necessary ancillary equipment to remove heat
dissipated by the plant equipment. The CONTRACTOR shall liaise with all relevant
manufacturers to identify the plant room equipment loads.

4.8.2

The CONTRACTOR shall account for conduction loads through the walls, roof and
basement floor when identifying the necessary cooling requirement of the PWC
PLANT.

4.8.3

Where local air handling units are used to remove excess heat, these shall be
connected to the superblocks energy transfer station to transfer cooling energy
between the site-wide district cooling system and the air conditioning system.

4.8.4

Cooling (air conditioning) and heating systems shall be provided by the


CONTRACTOR to all areas of the PWC PLANT and shall be sufficient to ensure an
ambient internal temperature of 24C is capable of being maintained throughout the
year under all anticipated climatic conditions.

4.8.5

The CONTRACTOR shall ensure that the temperature in the control room is be kept
between 18C and 25C.

4.8.6

Ventilation must be provided to all plant, equipment and appliances where such
ventilation is required to allow their normal and safe operation. The heating,
ventilation and air conditioning systems must be logically designed to operate
efficiently and the CONTRACTOR shall ensure heat gain from all equipment and
users and personnel is allowed for in sizing and selection of the systems.

4.8.7

Where grilles or diffusers are used within rooms the CONTRACTOR shall ensure
they are:
a)
b)

Arranged to avoid draughts; and


Designed to minimise noise intrusion into the space.

Project Name: PWC System for Marina District, Lusail Development

34 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
4.9

Water and Drainage Requirements


4.9.1

A potable water connection shall be made available in the plant; the CONTRACTOR
shall coordinate the location, capacity and configuration of the potable water
connections with LREDC.

4.9.2

The CONTRACTOR shall be responsible for extending the potable water system
through the plant as required for the operations of the PWCS and servicing of the
plant building.

4.9.3

The potable water system shall be designed to ensure the protection of the system
from contamination and appropriate backflow prevention shall be provided to local
standards.

4.9.4

Where hot water is required, the CONTRACTOR shall be responsible for providing
equipment for the production of the required hot water and the distribution of the
water to the point of use.

4.9.5

Hot water systems shall be designed to provide adequate flow to satisfy maximum
demand whilst minimizing stored hot water and energy consumption. The provision of
some storage is desirable to minimize the impact of hot water generation on boiler
power.

4.9.6

A drainage system shall be provided as part of the plant building. It shall be the
responsibility of the CONTRACTOR to coordinate with LREDC to ensure that the
design of drainage is adequate for the requirements of the plant.

4.9.7

Sump pumps sizing & discharge calculation shall be included in the final drainage
report. These calculations include the following but are not limited to:
a) Off-site flows that affect the development of the site.
b) Surface and underground retention or detention storage sizing & discharge
calculations.

4.10

Fire Safety
4.10.1

The complete fire protection installation shall be designed, manufactured, supplied,


installed and commissioned by a specialist Fire Protection Contractor in accordance
with NFPA (where relevant) and local Civil Defense requirements.

4.10.2

Fire water pumping systems, water storage tanks, smoke detection, fire protection,
and fire suppression shall be provided. Electrical rooms shall have clean agent fire
suppression. Other areas shall have sprinklers. Fire alarms shall be installed in
stand-alone cabinets. Water storage tanks for fire protection shall be separate from
any other water storage tanks.

4.10.3

Accurate and current water flow information shall be obtained and used to prepare
final hydraulic calculations. The location of test hydrants, actual water service piping
length and pressure drop to building shall be identified and indicated in the
calculations. Area classifications shall be confirmed with the local authority having
jurisdiction. 11 kV switchgear rooms and transformer rooms shall be separated from
other spaces with a minimum of 2 hours fire rated wall or as per local regulations.

Space
Mechanical

Method
Sprinkler

Project Name: PWC System for Marina District, Lusail Development

35 | P a g e

Hazard
Ordinary Hazard

Conditions
0.2 gpm/SF, 130 SF/head

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
Group II

4.11

Electrical
and Control
Room,
Office

Fire
Suppression
or FM200
Sprinkler

Ordinary Hazard
Group II

Storage

Sprinkler

Ordinary Hazard
Group II

Toilets

Sprinkler

Light Hazard

Locker
Rooms

Sprinkler

Light Hazard

Light Hazard

0.10 gpm/SF, 225 SF/head


maximum, 165F sprinklers
( orifice)
0.2 gpm/SF, 130 SF/head
maximum, 165F sprinklers
( orifice)
0.10 gpm/SF, 225 SF/head
maximum, 165F sprinklers
( orifice)
0.10 gpm/SF, 225 SF/head
maximum, 165F sprinklers
( orifice)

4.10.4

The CONTRACTOR is responsible for installing all necessary sprinkler and fire
fighting installations including integration with the site-wide fire safety control network
and fire alarm system.

4.10.5

The CONTRACTOR shall ensure that a specific control sequence is embedded in the
PWCS control system to ensure that the risk of damage and injury to the PWCS, the
development and the tenants, resident and visitors is minimized under fire conditions.

Fire Alarm and Detection, Security and CCTV system


4.11.1

The fire alarm and detection system shall be microprocessor-based, analogue


addressable, field programmable with Master Control Panel. Initiation and notification
devices shall be in accordance with NFPA 72 / BS 5839 and the local Civil Defense
requirements. Dedicated wiring system shall comply with (BS 5839-Part 1 and
B5831-Part 4 latest editions).

4.11.2

The CONTRACTOR shall provide a colour capable Closed-Circuit Television (CCTV)


monitoring system to cover and record at least 70% of the plant Area and all
entrances. The system should cover unauthorised access to the site and be
operational during hours of darkness or poor lighting. Space should be provided for
storing the recorded material for 90 days.

4.11.3

The CONTRACTOR shall provide a direct feed from the CCTV network using an
industry standard protocol this will enable the LREDC to monitor the cameras
remotely.

4.11.4

The CONTRACTOR shall provide an Access Control system to be designed to


ensure entry and exit to all areas of the plant are recorded and monitored through
use of access cards. Control panel / module for CCTV and access control shall be
kept in the control room.

4.11.5

The security control room details shall be in accordance with the latest MOI Guides
and Lusail central command centre requirements.

Project Name: PWC System for Marina District, Lusail Development

36 | P a g e

maximum, 165F sprinklers


( orifice)

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
4.12

4.13

Telecommunication and Public Address System


4.12.1

The Contractor shall design, supply and install the necessary infrastructure (PVC
duct, draw pit or manhole) and block wiring for the further connection Q-Tel telephone
and intercom service to the office, conference room, and control room. Design and
works shall be done fully in accordance with Q-Tel Telecommunication requirements
for the Plant.

4.12.2

The Contractor shall provide a public address system for the Plant covering all areas
of the Plant. The Public address system Amplifier Rack shall be located at the Main
control Room.

Finishes, Fixtures and Fittings


4.13.1
External Doors
4.13.1.1 All external doors and door frames in the buildings shall be selected and installed to
be suitable for their intended purpose of security rating, and be of a size to allow
means of escape for and passage of anticipated pedestrian traffic within the locations
they are installed and areas that they serve.
4.13.1.2 Doors for building compartmentation must be fitted with automatic closing devices set
to ensure that they return to their secure closed state after use and must be fitted with
intumescent strips. Locations and requirements for doors shall be agreed with the
appropriate regulatory authorities and must meet all relevant legislation.
4.13.1.3 All doors shall have vision panels where appropriate.
4.13.1.4 External doors shall meet the requirement of internal doors, and in addition:
a) Each entrance must be fitted with a roll over threshold;
b) Each main entrance door must have head and sill locking devices;
c) Any glazing in an entrance door shall be laminated or toughened safety glass;
and
d) Just inside the door, door mat wells must be flush and thus accessible to people
using a wheelchair.
4.13.1.5 All external doors (unless sliding doors) shall be fitted with automatic closers set to
ensure that doors return to their secure state after use.
4.13.1.6 Doors must be simple to operate.
4.13.1.7 External doors and associated ironmongery must be must be water, wind and
weather tight, and must be able to resist the anticipated ambient conditions without
premature failure or degradation.
4.13.1.8 All external doors except those for escape must be fitted with mechanical locking
devices.
4.13.2
Internal Doors
4.13.2.1 All internal doors and door frames in the buildings shall be selected and installed to
be suitable for their intended purpose of security rating, and be of a size to allow
means of escape for and passage of anticipated pedestrian traffic within the locations
they are installed and areas that they serve.

Project Name: PWC System for Marina District, Lusail Development

37 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
4.13.2.2 The locations and requirements for doors for building compartmentation and means
of escape must meet all relevant legislation.
4.13.2.3 Doors must be fitted with automatic closure set and intumescent strips as required for
building compartmentation and means of escape.
4.13.2.4 All doors shall have vision panels where appropriate.
4.13.2.5 Doors shall be suitable for all end users in terms of door weight and with suitable
closing/opening mechanism.
4.13.2.6 Door handles must not be of knob type and if they are of lever design, they must be
easy to use and sited mid height on the door in the region of 1,000mm from the floor,
must be stainless steel, easy to clean and washable.
4.13.2.7 Where doors are used in wet areas, these must be resistant to humidity and
moisture.
4.13.2.8 All doors, together with their fittings and ironmongery, must be selected and installed
to be suitable for their intended purpose including duty and security rating, and be
sized to meet means of escape and anticipated pedestrian traffic.
4.13.2.9 All doors must be robust.
4.13.2.10 All doors must provide adequate sound reduction.

4.13.3
Interior Design
4.13.3.1 Fittings shall be selected to have a service life appropriate to their function with an
appropriate strength for the application and ambient conditions.
4.13.3.2 The CONTRACTOR must develop an interior design strategy in terms of finishes,
colours, lighting, fittings and signage to cover all areas of central waste collection
station; these must be agreed by the EA and appropriate DAs.

4.13.4
Internal Walls
4.13.4.1 All internal walls below 3m in height must be solid (not plasterboard partitions) in
order to withstand heavy use.
4.13.4.2 All internal walls must have an appropriate level of sound reduction in accordance
with Good Industry Practice.
4.13.4.3 All Internal walls must have a robust, durable finish.
4.13.4.4 Wherever possible buildings services pipes and cables must be concealed.

4.13.5
Internal Glazing
4.13.5.1 Internal glazing must provide an adequate acoustic and security barrier.
4.13.5.2 Laminated or toughened safety glass with a visible etched stamp must be used from
finished floor level to a minimum height of 1,500mm.

4.13.6

Ceilings

Project Name: PWC System for Marina District, Lusail Development

38 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
4.13.6.1 Where suspended ceilings are provided, these must be readily demountable without
suffering damage or becoming soiled and must be easily cleaned. Frequently
accessed voids shall be fitted with robust hinged locking doors or hatches.
4.13.6.2 Suspended ceilings shall be high enough and robust enough to resist vandalism and
degradation.
4.13.6.3 The CONTRACTOR shall ensure that the void above the ceiling is adequate for the
proper installation and co-ordination of the services, and for their future maintenance.
4.13.6.4 The CONTRACTOR shall ensure that the ceiling layouts are co-ordinated with all
services installations; these will include water, drainage, mechanical and electrical
services installations.
4.13.6.5 Ceilings must provide adequate acoustic control and sound insulation.
4.13.6.6 Ceilings must have a robust, durable finish.
4.13.6.7 Wherever possible buildings services pipes and cables must be concealed.
4.13.6.8 Ceilings in general should be out of reach of any normal activities.

4.13.7
Stairs
4.13.7.1 Stairs shall be designed to comply with all relevant Legislation.
4.13.7.2 Staircases these shall be of steel or pre-cast concrete construction, with appropriate
handrails and balustrades.
4.13.7.3 Balustrades and handrails shall be designed and specified to an appropriate standard
consistent with the area they are intended to serve.
4.13.7.4 Stairs must have a handrail on both sides of the stairway to assist mobility.

4.13.8
Finishes - General
4.13.8.1 All finishes must provide adequate acoustic and noise reduction capabilities both
vertically and horizontally.
4.13.8.2 Colour schemes for internal finishes must be agreed with LREDC.
4.13.8.3 Finishes must be robust, durable and easily cleaned, as per the scope of work.
4.13.8.4 Water based paints or paints with low volatile organic compounds (VOC.) must be
used where practical.
4.13.8.5 Fire retardancy of all finishes must be in accordance with all relevant Legislation and
must comply with international best practice.

4.13.9
Wall Finishes
4.13.9.1 Walls should generally be of concrete block work construction, solid and with no
voids to internal partitions, a minimum of 100mm thick. Metal reinforcements should
be applied to splayed corners as required for structural stability.
4.13.9.2 Where a change in surface materials is included within the design, a clear border
shall be incorporated for ease of maintenance and redecoration.
Project Name: PWC System for Marina District, Lusail Development

39 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT

4.13.9.3 All partition walls must extend to full height, to meet the underside at soffit/slab and to
be fully sealed for acoustics and fire as necessary.
4.13.9.4 Internal partitions must control sound transmission between rooms where ambient
levels need to be controlled. Speech privacy is essential in spaces where personal
and confidential discussions are held, such as offices.
4.13.9.5 The partitions and internal walling systems must be of a type that will reduce sound
transmission between adjacent spaces.
4.13.9.6 Skirting boards shall be fitted at the base of all internal walls and shall be finished
with hard-wearing paint or stain.
4.13.9.7 All toilet areas shall have a tiled finish from floor to ceiling with colour contrast.
4.13.10 Floor Finishes
4.13.10.1 Floor finishes must be slip resistant (particularly when wet), non-absorbent, durable,
antistatic, non-marking and easy to clean throughout.
4.13.10.2 Adequate lengths of barrier matting must be provided and maintained at all external
exits and entrances to staff accommodation areas. Matting must be highly absorbent
and extend as a minimum for the extent of the lobby area.
4.13.10.3 Carpets where used must be extra hard wearing.
4.13.10.4 The floor coverings shall be fitted before any of the fixtures or fittings so that the
whole of the floor is covered.
4.13.11 Kitchen and Catering Facilities
4.13.11.1 The CONTRACTOR will be required to provide adequate facilities to comply with the
number of staff specified in the scope of work.
4.13.12 Staff Changing, Toilet and Shower Facilities (for 15 staffs)
4.13.12.1 Toilets and changing rooms shall be designed and maintained in such a way that
they can be cleaned quickly and easily. They shall be well lit and well ventilated and
with measures incorporated to improve energy efficiency such as movement sensor
lights and automatic flushing systems.
4.13.12.2 Cubicles shall be of a height appropriate to the user but with walls and doors of
sufficient size to prevent climbing and peering over. Standard cubicle height shall be
a minimum of 2m.
4.13.12.3 Urinals shall be individually screened and positioned so as not to be seen from
outside of the toilet area.
4.13.12.4 All cubicles shall be robust and capable of resisting vandalism. Cubicles shall be
solid grade laminate.
4.13.12.5 Separate male and female toilets shall be provided and one of each shall have a
cubicle suitable for use by disabled people (or alternatively a unisex toilet for disabled
people).
4.13.12.6 Adequate space shall be provided in all female toilets to allow hygiene units/bins to
be located within.

Project Name: PWC System for Marina District, Lusail Development

40 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
4.13.12.7 Appropriately sized mirrors shall be provided above each basin/unit. Mirror fixing
height (measured from floor to bottom edge) must be at appropriate heights for their
intended users.
4.13.12.8 Suspended ceilings shall be robust, moisture proof and easy to clean and shall resist
unauthorised access to roof voids and services.
4.13.13 Sanitary Fittings
4.13.13.1 All sanitary fittings shall comply with the following requirements:
i. Low-level cisterns to WCs concealed behind duct panels must be provided with push
button or sensor flushing except for disabled toilets.
ii. All WCs shall be fitted with appropriate fittings to enable users to hygienically comply
with Islamic toilet etiquette.
iii. Size and fixing height of sanitary ware shall be appropriate for its location (including
taking into account the needs of disabled persons).
iv. Robust and tamper proof low water use taps must be fitted, with timed delivery and
temperature control set to not more than 43C.
v. Fixtures and fittings in the public toilet areas shall be sufficiently robust and vandal
resistant.
vi. Modesty screens shall be provided as necessary in all toilet areas.
vii. Intact seals and other waterproof joints, such seals and joints shall be free from
staining
viii. Sanitary fittings must be secure and free from chips and cracks which are likely to
affect the functionality of the equipment or likely to produce a build-up of bacteria.
4.13.14 Internal and External Ironmongery
4.13.14.1 The detail of the locking and shutting requirements to individual rooms shall be
agreed with LREDC.
4.13.14.2 All ironmongery shall be vandal resistant, robust and heavy duty.
4.13.14.3 Correctly tensioned hydraulic overhead door closers shall be installed where required
and shall take account of the physical abilities of building users.
4.13.14.4 Thumb turns in lieu of handles shall not be used on any doors.
4.13.14.5 Kick plates to Disabled Persons toilets to be a minimum of 400mm high. On all other
internal doors they are to be a minimum height of 250mm and where necessary to be
to both sides. Push plates shall be installed to all internal doors where lever handles
are not provided.
4.13.14.6 Robust and simply operated locks shall be required on all toilet cubicle doors. An
emergency release for all of these locks is also required.

Project Name: PWC System for Marina District, Lusail Development

41 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
5.0

ELECTRICAL CONTROL SYSTEM REQUIREMENTS

5.1

PWC System Operation

5.2

5.1.1

The CONTRACTOR shall implement a single, comprehensive and fully integrated


control and monitoring system specifically engineered for the Marina District, Lusail
project. A Supervisory Control and Data Acquisition (SCADA) system and any
necessary subsystems shall provide the means to control and monitor the functions
being performed by the discharge valves, air inlets, exhausters, air control damper,
diverter valves, compactors, and all other plant and equipment requiring electrical or
mechanical control. The system shall enable all functions to be operated remotely
from the PWC Plant.

5.1.2

The PWCS shall be designed to be completely automatic in operation. The system


may be started to purge the inlet points of waste through different methods; however
each should be automated and should not routinely require operator intervention.

5.1.3

The basic recyclable and waste collection cycle shall be scheduled to automatically
start at pre-set times during each day, independent of the quantity of waste held in
the inlet points. The collection cycle shall be scheduled to reflect the type and
quantities of each recyclable and waste stream generated at different times during
the day and shall reflect daily, weekly and seasonal variations.

5.1.4

The collection cycle shall also be capable of being triggered automatically when the
volume of waste in one or more inlet points triggers a level switch. When such
switches are triggered the system shall be capable of collecting waste from some or
all of the inlet points, specified to reflect the type and quantities of each recyclable
and waste stream generated at different times during the day.

5.1.5

The system shall be capable of combining the scheduled and triggered collection
modes to enable the optimum collection arrangement to be designed to improve
efficiency and reduce power consumption. The combined collection mode shall
enable the system to start at a scheduled time and collect the material streams only
from inlet points with a high level indication.

5.1.6

In order to empty the recyclables and waste from the inlet points in the most efficient
and effective way, the correct numbers of exhauster fans shall be started
automatically to reflect the type and number of inlets from which recyclable and waste
are to be collected from.

Container Collection
5.2.1

The PWCS shall be capable of automatically diverting a recyclable or waste stream


to an empty container when a sensor indicates the current container is full.

5.2.2

On sensing that a container is full and waste has been diverted to an empty
container, the PWCS shall be capable of sending an automated message to the
relevant container collection CONTRACTOR to alert them that a container requires
removal.

Project Name: PWC System for Marina District, Lusail Development

42 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
5.3

Control System Interface


5.3.1
5.3.1.1

Graphical User Interface


Operators of the PWCS and users of the control system shall be assigned a system
access level, which shall enable the user, once logged on, to access only
predetermined monitoring and configuration functions.
As a minimum the
CONTRACTOR shall provide the following access levels:
a) Senior Engineer - Users at this level shall be allowed access to software
configuration, view and generate graphics, acknowledge, prioritize and reset
alarms, setting up user profiles and passwords for new users and shall also be
able to read passwords of any existing user.
b) Senior Technician - Users at this level shall be able to view all graphical data,
view, acknowledge and reset alarms, set up trends, view and retrieve historical
data.
c) Junior Technician - Users at this level shall be able to view all graphical data and
alarms, but should not be able to acknowledge them.

5.3.2

Graphical Display

5.3.2.1

The CONTRACTOR shall provide colour graphical displays which shall be fully
dynamic and operate on a real time basis.

5.3.2.2

Graphics shall be generated such that the direction of process flow is from left to
right. The graphics shall display all of the required information associated with an
item of mechanical plant or equipment. Graphics shall be representational of the item
of mechanical plant or equipment.

5.3.2.3

The graphical representation shall be configured to allow easy navigation from the
front page to all other graphic pages. The front page shall be a site overview, which
allows the user to click on a building and then navigate to the relevant system they
wish to view. All graphics shall have a home key and connection keys to other
logical graphics.

5.3.3

Alarm Handling

5.3.3.1

Alarms shall be continuously displayed at the bottom of the screen with the user
clicking the alarm icon to view all current alarms, acknowledged alarms and cleared
alarms which shall be date and time stamped. The system shall log time, where and
by whom when alarms have been acknowledged or reset.

5.3.3.2

The SCADA system shall provide as a minimum the following functions:


a)
b)
c)
d)
e)
f)

Alarm management and handling;


Alarm monitoring;
Alarm acknowledgement;
Alarm reset;
Alarm storage; and
Alarm prioritisation

Project Name: PWC System for Marina District, Lusail Development

43 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
5.4

Integration with ICT System


5.4.1

A number of site wide systems are to be monitored and operated by LREDC as part
of the day-to-day running of the development under a Facilities Management (FM)
system. As with other service and utilities systems the PWCS SCADA system shall
be interfaced with the site-wide FM system. The CONTRACTOR shall coordinate with
the ICT CONTRACTOR and facilities management consultant to ensure that both
systems can exchange information reliably and efficiently.

5.4.2

It is the responsibility of the CONTRACTOR to ensure that all database interfaces are
based on industry standard open protocols to facilitate sharing of data between the
plant and LREDCs private control network.

5.4.3

The SCADA software package shall work within a Windows XP, Windows 7 and Vista
environment.
It is required that the SCADA system provide LREDC with access over the
developments Ethernet/IP network. Users shall be able view web graphics, alarm
data and trend logs in real time, without the need to manually refresh the screen to
update the points.

5.5

5.4.4

All necessary routers, cables and other equipment needed for the control system
compatibility with the PWCS control system shall be provided by the CONTRACTOR.

5.4.5

The CONTRACTOR shall provide all necessary engineering tools and software
licences which shall become the property of LREDC after commissioning of the
system without any financial implications.

Control Equipment Requirements


The control system shall take into account that the Plant should be automated including
distribution piping and Sub-developer PWC system controls with a minimum number of
operating personnel. The following sections and subsections contain specific works and
requirements for the Systems Integrator but are the requirements of the Contractor to fulfil.
The following codes and standards shall be applicable for the SCADA and control system:
b) BS EN 10086
c) BS 970,
d) BS 5308,
e) BS EN 60654
f)

BS ISO 572

g) BS ISO 9000.2
h) BS 1646
i)

ISO 3511

j)

BS EN 60073

k) BS EN 60255-2
l)

BS EN 61000-6

m) BS EN ISO 9000-3
n) BE ISO/IEC 6592

Project Name: PWC System for Marina District, Lusail Development

44 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
o) BS ISO/IEC 9075

5.5.1

SCADA System

The system shall comprise of redundant application servers and a dedicated historical server.
A total of three (3) work stations shall be provided as follows:
1.

One work station shall be for monitoring, control and reporting.

2.

One work station shall be dedicated for alarms and in addition

3.

One engineering work station is required for application development, programming


and maintenance.

One laser printer and one line printer shall be provided for the monitoring and alarming
workstations networked together to communicate through an Ethernet switch plus a second
laser printer for the engineering workstation. The workstations shall include a software
package that shall include both run and development software registered in the LREDCs
name. The software shall be customized for this project.

The SCADA system shall have the ability to communicate to a central location in order to
communicate with the LREDCs plant network for integration and reporting for maintenance
and billing purposes. A dedicated web server/software shall be installed in the Plant. The
Plant software must be configured in such a manner that all other plants on the network shall
be able to view Marina data without the need for any additional software.

The SCADA system shall be designed and manufactured to ensure the following:

Easy operability

Personnel safety

Flexibility and service continuity (minimizing the risk of short circuits arising)

Easy installation and assembly

Easy commissioning, trouble shooting and repair

Easy expandability

The SCADA System, in its entirety and all individual components forming part of the supply,
shall be non-unique items produced by the approved manufacturer and shall be of the highest
quality standard of material and workmanship.

The SCADA monitor and control logic shall follow the equipments supplier control logic as
well as concerned P&IDs.

All necessary patch panels, fibre optic switches/Ethernet switches, sockets, terminal strips,
equipment rack cabinets, RS-232/RS-485 converter, fibre optic converter cabinets for a full
functionality of SCADA System shall be provided by approved Vendor.

Project Name: PWC System for Marina District, Lusail Development

45 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
Units of measurement shall be the International System of Units (SI) except thermal energy
shall be in tons refrigeration. Any deviations shall be subject to prior approval.

In the event that the system has to be shipped with Factory Acceptance Test (FAT) issues
unresolved, then these pending issues shall be resolved by the Systems Integrator at the
Site.

Vendor shall in any case conduct all the tests required by IEC standards and produce all
relevant documentation to confirm such.

Data storage shall be provided with a historical data storage system with removable media for
archive and backup. Data storage shall also include alarms, events with time stamp. All
alarms shall be archived in first-in-first-out buffer.

The requirement of UPS system shall be as follows


Application:
-

Control systems

Monitoring systems

Safety systems

Type:
-

Solid state

Single module

Reverse-transfer, with integral maintenance-free battery in matching enclosure

Automatic and manual static switching to and from bypass mode

Ratings:
-

415 volt, 3-phase, +/- 25% nominal voltage tolerance at full load

Output 1-phase voltage adjustable (220V-240V), pure sine wave

Output 3-phase voltage adjustable (380V-415V), pure sine wave, if applicable.

Static bypass switch rating shall be rated for full UPS current capacity and nominal 1phase voltage shall be adjustable (220V-240V); 3-phase voltage adjustable (380V415V)

Maximum 4% Total Harmonic distortion (THD) at full load

Efficiency of 92% at 100% loading

Monitoring with alarms and communications capability connected to SCADA

5.5.2

Network Architecture

Final layout of all systems shall be by the Systems Integrator and approved by the LREDC or
LREDCs Representative.

Project Name: PWC System for Marina District, Lusail Development

46 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
The system shall be a fully integrated monitoring and control system of distributed
processors, controllers, communications modules, concentrators, field sensors, I/O modules,
power supplies, UPS, graphical user interfaces, printers, redundant high-speed network, on a
Microsoft Windows server based platform.

The system shall meet the response time (in second) requirements as per QCS 2010 for the
following:
1.

GUI Display Information Update

2.

Operator Requested Display

3.

Alarm annunciation

4.

Modulating Process Control Loops

5.

Manual Control

6.

Set-point Change

7.

Motor Control

8.

3rd Party Interface Communication

9.

Automatic Failure Recovery

10.

Fault indication

The system shall integrate seamlessly with components of each sub-system (if any), subsystem to sub-system, control network to data network (LAN/WAN and intranet/internet) and
third party interfaces.
The system workstations shall be high performance units that best fit the design needs,
where availability, data protection, and scalability are critical attributes, and shall meet or
exceed the requirements listed below:
1.

Configuration shall allow a workstation to be powered down and replaced without


disruption of service.

2.

Operator Functions:
a. Process System Commands.
b. Process I/O Data.
c. Process System Monitoring.
d. Trending.
e. Alarm Management.
f. Database Point Information.
g. Configuration/Access.
h. Event Messaging.

3.

Engineer Functions:
a. Operator Functions
b. Configuration:
1. Database and Control Logic
2. I/O Points
3. Graphics and Faceplate

Project Name: PWC System for Marina District, Lusail Development

47 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
4. Reports and Historical Data
5. Network Data Links
6. Documentation
7. Administration
8. Security

5.5.3

System Integration

Systems Integrators must quote LREDC preferred products in original proposal in order to
qualify to propose alternates. Standard products that do not meet the functional and technical
requirements of the specification are not acceptable.
The System Integrator shall provide dedicated in house qualified personnel throughout the
duration of this project and shall be capable of offering around the clock extended service
contract after the completion of the warranty period.
Supplier shall produce all project drawings using AutoCAD latest Version. All documentation,
including training documents and drawings shall be delivered in hard copy and also
electronically in one of the formats listed below appropriate to the source document.
a.

AutoCAD Latest Version

b.

MS Word

c.

MS Excel

d.

MS PowerPoint

e.

MS Access

f.

PDF (Only for brochures).

5.5.4

System Security

All access to the system shall be via password for operation and another one for
configuration. A minimum of two (2) storage multi-level security shall be used.
The SCADA switch shall be provided for Console Mode Assigment.
The CONTRACTOR shall provide the plant operational team the ability to limit the use of the
screens to specific level of control and monitoring as required.
5.5.5

Scope of Work

The work specified in this section includes design, coordination, furnishing, installation,
testing and tuning, commissioning and start-up, trouble-shooting and staff training, complete
in every detail, as specified in this Scope of Work.

The CAS requires both control room equipment, Supervisory Control and Data Acquisition
(SCADA) and field instrumentation to measure, monitor, and control the Plant operation. All
equipment furnished under this specification must meet the minimum applicable requirements
listed in the Scope of Work.

Project Name: PWC System for Marina District, Lusail Development

48 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
All equipment, cable and conduit shall be supplied, installed, tested, calibrated and
commissioned by a single Instrumentation and Control System Integrator. The System
Integrator shall assume full responsibility along with the Contractor to provide a functional
system as specified in the Scope of Work.

The Systems Integrator shall be responsible for all details that may be necessary to properly
acquire and install, on Site field adjustment and turn over the proven system to the LREDC.
The System Integrator shall assume full responsibility for all costs that may result from the
misinterpretation of the Contract Documents.

System Integrator is responsible for the correct functionality of the serial communication
between all devices that require communications to and from the PWC and LREDCs SCADA
system inclusive of systems provided by third parties. System Integrator shall include in
scope also necessary clarification and coordination with third-party equipment. The System
Integrator shall provide all necessary hardware such as signal converters, buffer amplifiers
and isolator etc. to ensure interfacing compatibility without downgrading signal quality.

System Integrator is responsible to coordinate all installation requirements with the electrical
and mechanical Contractors, to provide detail drawings, specification and quantity of cable,
connectors, junction boxes and panels, protective conduits and power sources for the SCADA
and instruments installed. If the installation requirements for a particular instrument cannot
be met due to mechanical/physical limitations, then the System Integrator may substitute an
LREDC or LREDCs Representative approved instrument capable of supplying the required
data.

The work also includes coordination with packaged equipment suppliers to interface their
controls with the SCADA. The packaged equipment shall be specified with all necessary
instruments and controls, to operate as self-contained equipment.
5.5.6

Included In the Work

The System Integrator shall supply and install all components of the required SCADA and its
accessories, field instruments and support services as described.

Design and select proper hardware based on I/O requirements and shall include 30%
spare allowance.

Design, supply, install and configure communications interfaces to other equipment


controllers.

Configure and design of all graphics, control logic and databases as detailed in the
specification.

Supply of all configuration, test and hardware documentation.

Provide training programs for operators and LREDCs staff.

Site troubleshooting, start-up and commissioning.

Provide complete design documentation.

Project Name: PWC System for Marina District, Lusail Development

49 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
5.5.7

Engineering Scope of Work

The Systems Integrators role will be to furnish the detail level of design required for
production, installation and programming of the PWC System.
This scope of work shall include but not be limited to the following:
Loop Sheets - The Systems Integrator shall develop individual point-to-point loop sheets for
each physical IO point connected to the PWC System. Loop check shall be applicable for all
input, sensor transmitter, control and final control element.
PLC Panel Riser Diagrams - The Systems Integrator shall develop single line riser diagrams
for each of the PWC System PLC panels. These single line risers shall detail wire type and
conductor quantities required for each field device.
Panel Production Drawings - The Systems Integrator shall develop full-scale detailed panel
production drawings. Drawings shall be developed for each PWC System PLC node, remote
IO node, Hub panels, fiber panels, and PWC System interface panels as required. Panel
design shall be in accordance with all local standards.

PWC System Architecture The Systems Integrator shall develop the PWC System
architecture drawings and specification. The PWC System architecture shall depict all PLC
nodes, remote IO nodes and HMI workstations. Communications risers and protocols shall
be defined by the PWC System architecture.

Computer System Design Specification The Systems Integrator shall develop the Computer
System Design Specification (CSDS) for the project. The CSDS shall define the computer
based HMI hardware and software to be furnished as part of the CAS.

Details Design Specification - The Systems Integrator shall develop the Detail Design
Specification (DDS) for the project. The DDS shall define all PWC System PLC node
programming and sequences of operation. In addition the DDS shall define all of the HMI
programming requirements including alarm summaries, historical trend summaries, graphic
screen listings and all information required for the proper configuration and set up of the PWC
System.

Project Management - The Systems Integrator shall provide a full time dedicated project
manager to oversee the complete PWC System detail design and installation, attend on Site
meetings, and coordinate a timely project completion. This project manager shall be
employed full time for the duration of the construction project.

The Contractor shall provide the following minimum deliverable for both SCADA system and
BMS:

a)

Process Flow Diagram's and Piping & Instrumentation Diagram's drawing

b)

Cause and Effect Diagrams.

c)

Functional Logic Diagrams.

d)

PLC & SCADA and ESD systems architectural diagrams.

e)

List of alarm and trip settings.

f)

Operating control & safeguarding philosophy.

Project Name: PWC System for Marina District, Lusail Development

50 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
g)

Termination diagram

h)

Loop diagram

i)

Input/ Output list

j)

PLC ladder schematic diagram

k)

Pre-commissioning, commissioning, testing plan and procedure

l)

Operation and Maintenance manuals, plans and procedure

m)

Hand over procedure and plan

n)

Instruments, panel, PLC and etc. users manuals

o)

Hook-Up diagram

p)

Isometric drawings and instrumentation

q)

Location layout drawings

r)

Scenario of controls

s)

Installation details of instrumentation supports and instruments

t)

3 nos. SCADA screen

u)

List of the field instruments and signals with special tag numbering system

v)

Cable list with quantities and tag numbering

w)

Calculation within the reports

x)

All details specification and data sheet

y)

Certificates - mill certificates, calibration certificates, ISO certificates, product


certificates, origin of product certificates and etc.

z)

Calculations for instrument usage, UPS requirements, control valves.

aa)

As-built PLC programs.

bb)

Spare parts

5.5.8

Installation and Commissioning Scope of Work

Execution, Installation and Start-up of the PWC System - The Systems Integrator shall
provide hardware, software, instruments, and systems engineering services to execute the
complete production, programming, testing and start-up of the PWC System. This scope of
work shall include the following:

PWC System Panel Production - The Systems Integrator shall fabricate and test all PLC
nodes, remote IO nodes, and communication interface panels. All panels shall be
constructed in accordance with local electrical standards.

PWC System Instrumentation The Systems Integrator shall furnish all instrumentation for
the automatic operation of the system. All instruments shall be checked and verified by The
Systems Integrator prior to shipment.

Project Name: PWC System for Marina District, Lusail Development

51 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
PWC System Installation The Systems Integrator shall provide a turnkey installation
including mounting all instruments, furnishing and installing all conduit and wire for
instrumentation, communications interface wiring, and furnishing and installing all pneumatic
tubing for instrumentation. This shall include all communications cabling required.

Develop and execute the Hardware Factory Acceptance Test (HFAT) - The Systems
Integrator shall develop and submit for approval the HFAT. This document shall detail the
test procedures to be performed on each PWC System panel furnished by the Systems
Integrator. The HFAT shall be conducted at the Systems Integrators facility prior to
equipment shipment. An LREDCs representative shall witness all tests.

PLC Program Development The Systems Integrator shall develop all PLC programs for the
PWC System in accordance with the approved Detailed Design Specification. PLC
programming shall be completed using the latest version of the PLC manufacturers
programming software. A consistent and detailed naming convention and comment structure
shall be incorporated in accordance with the Systems Integrator PLC Programming
Standards. PLC programming shall include the Marina Plant PLCs as well as the means of
integrating the sub-developer PWC system and networks.

Human Machine Interface (HMI) Software - The Systems Integrator shall furnish and install all
of the HMI software for the PWC System as depicted in the Automation Architecture Drawing.
The Systems Integrator shall install and test all of the required PWC System HMI software at
their facility prior to shipping.

HMI Hardware The Systems Integrator shall furnish and install all of the HMI PC hardware
for the PWC System.

HMI Application Development - The Systems Integrator shall develop all of the HMI
applications in accordance with the approved Detailed Design Specification. This shall
include HMI graphics, alarms, historical trends, security management, and automated billing
reports (if required).

Develop and execute the Software Factory Acceptance Test (SFAT) - The Systems Integrator
shall develop and submit for approval the SFAT. This document shall detail the test
procedures to be performed for each PWC System program component. Testing shall be
done on a complete mock-up of the entire CAS servers and workstations and shall be
conducted at the Systems Integrators facility. An LREDCs representative shall witness all
tests.

Application Installation and Testing - The Systems Integrator shall install all PWC System
programs and test proper operation on Site. The Systems Integrator shall commission all
communication trunks for the PWC System.

P&ID The Contractor shall develop the piping and instrumentation system design that will
be installed. The P&ID shall use standard symbols according to the ISA Standard S5.1
Instrumentation Symbol Specification

Project Name: PWC System for Marina District, Lusail Development

52 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
Field Loop Checks - The Systems Integrator shall execute documented field loop checks for
all IO connected to the PWC System. An LREDCs representative shall witness Field loop
checks.

PWC System Start Up and Commissioning - The Systems Integrator shall start up and
commission the entire PWC System. This shall include coordinating with the mechanical
equipment start up group, trouble shooting, loop tuning, and assisting the air and water
balancer.

Develop and execute the Site Acceptance Test (SAT) - The Systems Integrator shall develop
and submit for approval the SAT. This document shall detail the on-Site tests to be
performed by The Systems Integrator to verify the proper functionality of all PWC System
components and subsystems. This testing shall be done in conjunction with the LREDCs
start up team.

Documentation and Manuals - The Systems Integrator shall furnish operation and
maintenance manuals for all of the PWC System equipment. Additionally, the Systems
Integrator shall develop a custom PWC System users manual that is project specific. All
documentation shall be furnished in both hardcopy and digital format.

As Built Drawings The Systems Integrator shall provide a complete set of as built drawings
at the completion of the project. This package shall include as installed revisions to all
drawings submitted by the Systems Integrator.

Project Management - The Systems Integrator shall provide a full time dedicated project
manager to oversee the complete PWC System detail design and installation, attend on Site
meetings, and coordinate a timely project completion. This project manager shall be
employed full time for the duration of the construction project.

5.5.9

Controllers

Provide processor module to monitor and control functions used in the PWC System and to
perform simple or complex modulating and sequential control strategies, data acquisition, and
interfaces to the system network and sub-systems.

Redundant Processors shall be used in all process controls panels. As referenced here,
redundant shall mean that if one processor fails the second processor shall keep the system
running without an interruption.

Controller shall have battery backed memory. The operating systems firmware shall be
contained in non-volatile memory.

All system modules including the processor may be removed from the chassis or inserted into
the chassis while power is being supplied to the chassis without faulting the processor or
damaging the module.

Project Name: PWC System for Marina District, Lusail Development

53 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT

5.5.10 Input / Output Modules


General:
1.

Provide modules for local I/O with the processor

2.

Remote input/output modules shall be plug-in style components, DIN rail mounted,
hot swappable, with LED diagnostic status indicators.

3.

Input/output modules shall have an electronic identifier for the type, group, serial
number, and revision level of the module.

4.

Input/output module types include:


a.

Analogue (4-20mA, 0-5Vdc, 1-5Vdc, 0-10Vdc)

b.

Digital (contact) and shall be capable of accepting volt free (Input)

c.

RTD (receiving 10 ohm, copper or 100 ohm platinum resistance


temperature devices)

d.

Thermocouple (E, J and K input)

e.

Pulse.

f.

Single Loop Interface.

g.

Serial Link Controller.

All digital outputs shall be optically isolated.

5.

Input/output modules may be located close to the field devices (remote I/O) or in the
same cabinet as the controller (local I/O).
a.

Provide ProfiBus I/O modules for smart field transmitters and valve
controllers.

b.

Coordinate actual ProfiBus parameters to be monitored by device type with


LREDC or LREDCs Representative.

6.

PWC components to be controlled and monitored shall be as per tabulation shown in


Appendix H.

7.

The Contractor shall provide SCADA reporting scheme for LREDC approval.

8.

The reporting shall include Statistical Process Control (SPC)

5.5.11 Computers/Servers
A.

The computer hardware for the all operator workstations (Control Room) shall meet
or exceed the requirements listed below (as required to support application):
1.

Operating System: Windows latest edition.

2.

Additional Software: Office Professional with Access latest edition

3.

SCADA switch.

Project Name: PWC System for Marina District, Lusail Development

54 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
B.

C.

D.

The CAS Application servers (two) shall be high-performance units that best fits the
design needs, where availability, data protection, and scalability are critical attributes,
and shall meet or exceed the requirements listed below:
1.

Server configuration shall allow a server to be powered down and replaced


without disruption of service.

2.

Operating System: Microsoft Windows Server (or as approved by LREDC).

The CAS Historical server shall be high-performance units that best fits the design
needs, where availability, data protection, and scalability are critical attributes, and
shall meet or exceed the requirements listed below:
1.

Server configuration shall allow a server to be powered down and replaced


without disruption of service.

3.

Operating System: Microsoft Windows Server

Provide monitors with the following features as a minimum:


1.

Control Room (2 Required for each workstation)


a. Viewable Size: 20.1.
b. Type: Flat Panel, TFT Active Matrix.
c.

E.

Resolution: 1600 x 1200, 80 Hz refresh rate.

Provide printers with the following features as a minimum:


1.

Control Room Report printer:


a. Type: Laser Printer.
b. Print Speed: Colour 17 ppm; Black 17 ppm.
c.

Print Quality: Colour & Black 600 x 600 dpi.

d. Paper Size: A4 & A3.


2. Control Room Alarm printer:
a. Type: Dot Matrix.
b. Print Speed: High Speed Draft, 529 cps.
c.

Print Quality: Dot Matrix continuous feed.

d. Paper Size: A4 & A3.


5.5.12 Panels
A.

B.

Control panel ratings:


1.

IP 52: Indoor rooms without fire protection sprinklers

2.

IP 54: Indoor rooms exposed to fire protection sprinklers

3.

IP 56: Outdoors

All control panels shall be powered from an integral Uninterruptible Power Supply
(UPS) system.

Project Name: PWC System for Marina District, Lusail Development

55 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
6.0

PWC PLANT EQUIPMENTS REQUIREMENTS

6.1

General Description
6.1.1

A PWC plant room is required at the end of each conveying system to separate
between the waste and the air carrying it to the station. The waste will be pushed into
the waste container after being compressed in the compactor. The air will be
discharged after dust removal and deodorization.

6.1.2

The PWC plant room are designed as two floors buildings. The ground floor includes
the fan room, control room, waste compacting area, living sanitation facilities, MEP
rooms, HV rooms and loading area. The first floor includes the waste separation
area, air purification area, general offices and storage room. The air purification area
includes the dust removal, deodorization and silencing facilities.

6.1.3

The process flows are summarized as follows:


a) Air-solid separation
The waste sucked into to the plant room by the draught will first enter the waste
separator to separate it from the air.
b) Waste flow direction
- Waste compression: the waste will be discharged from the unloading outlet
under the separator to the waste compactor for compression after
separation.

6.1.4

6.2

Waste loading: the compacts the waste into the empty container connected
with the waste compactor will automatically separate from the waste
compactor once it is full and another empty container will be loaded.

Waste transportation: the full container will be transported in standard flatbed


hook lift RORO trucks to the waste treatment and disposal yard for further
treatment and disposal.

Exhaust air flow direction


- Dust removal: the transport air from the waste separator air pipe outlet will be
routed through exhausters through the dust filter. The dust filter includes two
sections, that is, the front dust removal net and the back dust removal net.
Both die front dust removal net and the back dust removal net are installed in
a special shell.
-

Deodorization: use the biological media deodorization system, which


includes the biological catalysing & oxidizing device and the deep treatment
device.

Discharge: the air is discharged through the exhaust outlet after dust removal
and deodorization. The exhaust outlet is located at the roof of Floor 2 of the
central collection station.

Waste Separator and Rotating Screen


6.2.1

The waste separator is used to separate the waste and air. It will have a waste
treatment capacity 150 cubic meters / hour, and is installed on the upper level of the
central collection station.

Project Name: PWC System for Marina District, Lusail Development

56 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
6.2.2

Waste and air transported in the transport pipe are separated by the waste separator
in the collection station. The cyclone waste separator is used for the primary
separation of waste from transport air. Bolted on top of the cyclone a rotating
separator helps separating light particles from the outgoing air. Rotating screen or the
like shall be provided in the separator for waste screening and to prevent waste buildup at the air outlet.

6.2.3

The waste separator shall be of cyclone-type with a rotating screen, in order to


maximize separation efficiency.

6.2.4

The separator casing shall be fabricated of mild steel and in 2 parts. Upper part shall
be for waste inlet while the lower part shall be the cone. Abrasion resistant material
shall be used at the separator inlet.
a) The separator shall
be equipped with anti-vibration mountings for noise
reduction.
b) The separator shall be equipped with at least 2 numbers of inspection openings
on the side of body. 2 nos. of clear opening on the top of waste separator shall
also be required for inspection during system operation
Via a feeding hopper, its lower part is vacuum tight connected to the waste
compactor.

6.2.5

The cyclone is made of primed and painted mild steel, with thickness depending on
size and calculated wear.
The rotating screen is situated on top of the cyclone for the separation of light waste
particles and coarse dust from the transport air. The rotating screen protect the:
Basic requirement:
a) Waste treatment Capacity:
150m3/hr.
b) Operating air pressure:
about 40 kPa (negative pressure)
c) Shell materials:
Mild steel, ASTM A36 / BS4360
d) Finish:
Epoxy coat paint, min 200 micron
e) Shell thickness:
Min 10mm

6.2.6

6.3

The bottom part of waste separator shall be connected to the waste compactor below
by means of flexible connection for vibration isolation using Linatex rubber or
equivalent industrial grade rubber.

Waste Compactor
6.3.1

The waste compactor shall be situated below the separator and compact the waste
into the container. Its upper part shall be connected to the separator, and the lateral
parts to the waste container, all vacuum tight.

6.3.2

The opening at the top of the compactor is connected to the separator with a flexible
rubber so as to ensure airproof negative pressure and isolating any vibration from the
waste separator.

6.3.3

There is a hydraulically operated attachment and locking device at the compactor


outlet to lock the Waste container to the compactor so as to keep airproof system and
negative pressure during operation.

6.3.4

The compactor is made mainly of mild steel and is primed and painted. A large logo
(approximately 1200mm high and 3600mm long) will be provided by LREDC to be
painted by the CONTRACTOR on 2 sides of each container.

Project Name: PWC System for Marina District, Lusail Development

57 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT

6.3.5

The compactor is operated under negative pressure and is equipped with an


automatic system for cleaning behind the packer plate. Compaction ratio shall be
designed between three to four times. Completion of compaction shall be detected by
cylinder pressure.

6.3.6

Automatic locking equipment for connection of container and compacter the vacuum
sealing shall be realized when connecting with the container. A drip pan, complete
with floor drain outlet, shall be fitted on each compactor to capture any leachate
during uncoupling of the waste container from the compactor.

6.3.7

The control shall monitor and control the compactor including the container door. The
control shall be utilised by a PLC installed inside the control panel. At the front panel,
switches and indication lamps shall be provided to be used for container shifting.

6.3.8

Basic Requirements:
a) Waste compacting capacity
b) Input Opening
c) Capacity for each stroke
d) Maximum compaction force
e) Cycle Time
f) Compacting Power Normally
g) Compacting Power Finishing
h) Hydraulics Pressure
i) Rated Power
j) Locking
k) connection of container and compacter
l) Sealing requirement
m) Volume of Oil Tank
n) Oil Filter
o) Container Door

6.4

: Heavy duty Linatex rubber


: Min 300 litre
: 10 micron
: Automatic lifting mechanism

Waste Container
6.4.1

The airtight container works as both a storage and transport unit. It has a vacuum
tight connection to the waste compactor that pushes and compacts the waste into the
container. It has a frame made to fit on a truck with a hook device. Storage capacity
of each waste container shall not exceed 24 m3 and minimum 20 m3. Design of the
containers shall be "CE" conformance and suitable for handling by a 24-tonne GVW
vehicle equipped with "Ampliroll arm" or equivalent for roll-on and roll-off operation
and for transportation by the vehicle without violating any Doha Road Traffic
Regulations.

6.4.2

The waste container shall be designed to be lifted by overhead crane for loading onto
the waste trucks.

6.4.3

Dimensions of the containers shall be designed to ensure that the overall height of
the collection vehicle, Ampliroll arm and container assembly does not exceed 5,900
mm during tipping operation to unload the waste. The waste containers shall be
designed and constructed to prevent spillage of foul liquid during handling and
transportation. The opening connecting to the compactor shall be fully closed before
being removed by the waste truck form the plant room.

6.4.4

The containers shall be each equipped with bottom roller at both front and back of the
container.

Project Name: PWC System for Marina District, Lusail Development

58 | P a g e

: 260 m3/hr
: 1500 mm dia
: 1.6 to 1.7 m3
: 280 kN
: 20 to 25 sec
: 250 kN
: 280 kN
: Max 180 bar
: 7.5kw, 3 phase
: automatic locking equipment for

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT

6.5

6.4.5

The CONTRACTOR shall be responsible to ensure after confirming with LREDCs


Supervising Consultant and relevant Government Department or waste collection
contractor that the design and construction of the waste container is compatible and
suitable for use with the collection vehicles employed prior to manufacture.

6.4.6

Capacity and number of container set provided shall be large enough to handle the
total amount of waste arrives in one collection cycle so that no pause of operation is
required before the next cycle is initiated.

6.4.7

The waste container is operated in the airproof status with negative pressure. So, the
design shall satisfy the airproof requirement. And the container shall have sufficient
strength to avoid being staved due to negative pressure during operation. Container
shall be designed to operate under negative pressure of max 40 kPa and to withstand
positive pressure by compaction. In addition, the vacuum pipe waste collection
system conveys all the collected moistures to the container for storage. So, the
design shall ensure water tightness. To satisfy the demand of the trucks, the
container shall have a metal ring with sufficient strength at the end other of the door
to enable operation of pull arm.

6.4.8

To empty the container you open the gable door and tilt the container, and the waste
falls out due to gravity. The container is made of primed and painted (min 250
micron) mild steel of minimum wall thick of 6mm. The container shell shall be of
varying thickness, especially at the bottom portion of the container where wear and
tear will be greater. The container colour finishes (including Marafeq Qatar Company
Logo on the container) shall be subject to Supervision Consultant selection. The
CONTRACTOR shall deem to include all associated cost in the CONTRACT.

6.4.9

Steel track, in the form of steel plate, shall also be provide on the plant room floor for
the removing and returning of waste container by the RORO waste truck. The steel
plate shall be Hot Dipped Galvanized (HDG) and secured to the plant room floor with
replaceable mounting SS bolts. The minimum thickness shall be 10mm.

6.4.10.

A mechanical bar should also be installed in front of each container, complete with
sensor to interlock with the complete PWC monitoring and alarm system.

Container Conveyer and Overhead Crane


6.5.1

Transverse type floor mounted container conveyor system shall be provided for
changing waste containers in the plant if the number of separator/compactor set
installed does not match with the number of waste container provided.

6.5.2

The container trolley moves the container from incoming area (empty container) to
the compactor and further to the outgoing area (full container). The trolley moves
sideways on a rail, powered by an electrical motor.

6.5.3

When the control system, via a pressure sensor in the waste compactor drive unit,
alarms for "full container" the system stops. The container haulage is operated from a
control panel. Most of the container trolley's parts are made of mild steel with HDG
finishes.

6.5.4

Demountable guard rail shall be provided around the pit for the conveyor and it shall
be of HDG finishes.

6.5.5

2 nos of floor traps shall also be provided in the pit and connected to the sewerage or
drainage system.

Project Name: PWC System for Marina District, Lusail Development

59 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT

6.5.6

Basic requirements
Container Conveyor
Installation position
Conveyance mode
Treatment containers quantity
Conveyer load
Horizontal conveyance velocity
Motor performance parameters:
Rated power
Rated velocity
Power supply type
Overhead Crane
Type
Hook Capacity
Type of Control
Length of Runway
Span
Type of Hook
Motor
Standard

6.6

: central collection station


: horizontal conveyance
: 1 piece
: 20,000 kg
: 0.05 - 0.2m/s
: 1.5
: Variable Frequency Driven
: 3 phase, 415V, 50Hz

: Girder, top running, dual motor


: 20,000kg
: Pendant and accessible at lowest floor
: Across the whole container layout
: To suit the length of Container
: To fit standard ISO container frame
: Class F insulation
: CMAA and Qatar Local Authorities

Exhausters
6.6.1

Exhausters shall be provided to generate air flow for transporting the waste.
Exhausters of centrifugal type including motors, mounted on steel frames and are
vibration-isolated from the floor. The exhausters are multiple blowers in series with
variable speed drive and shall be lodged in the central collection station to induce the
necessary air flow and cater for changes in pressure requirements due to differences
in the length of waste conveyance pipe network. A standby blower of similar power
rating to the duty blowers is also required for each blower system.

6.6.2

Operation of the exhausters in stages, control of the variable speed exhausters or


changeover to standby blower operation shall all be automated without the need of
manual intervention.

6.6.3

Data for airflow, pressure (vacuum), motor/fan speed and required power are
enclosed.
The exhausters shall be connected to obtain the required airflow and vacuum for the
transportation of waste.

6.6.4

In addition to the exhausters in operation one stand-by exhauster shall be installed.


The exhausters shall be installed so that anyone of the exhausters can be used as
stand-by and automatically replace anyone of the exhausters in operation.

6.6.5

The exhauster housing shall have a wall thickness of not less than 8 mm and be
provided with inspection openings.

6.6.6

The exhauster impeller shall be electro dynamically balanced. Electric power supply
for the exhauster motor is AC 380 V, 3 phase, 50 Hz.

6.6.7

The system shall be installed with a screen to protect the exhauster fan impeller due
to possible large object from the waste separator.

Project Name: PWC System for Marina District, Lusail Development

60 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT

6.6.8

6.7

The air fans are for creating the appropriate air flow and partial vacuum in the waste
transport pipes. The exhausters are normally connected in series, to achieve
sufficient negative pressure. The size and number of exhausters shall be designed by
the CONTRACTOR at keeping in mind the transport distance of the waste in the
transport pipes. One of the exhausters is normally used as a stand-by unit. The
exhausters are connected to electrical motors via flexible couplings.

Classification

centrifugal exhauster

Rated flow rate

9m3/s

Rated wind capacity

10kPa/each

Motor Capacity

110kW or as per the CONTRACTOR design

Rated velocity
Shell material
Impeller material

49 rev/s
Stainless Steel
Stainless Steel

Driving mode

Direct driving.

Mounting Frame

Hot Dipped Galvanized

Air Filter House


6.7.1

The waste separator and the rotating filter separate the fine wastes from the exhaust
air. But there will still be some fine particles and odors in the exhaust air. So, there
shall be the air purification system in the PWC plant room.

6.7.2

The filter is installed in a concrete room. There are filters for installation in walls made
of concrete. The filters are high efficiency extended surface filters. This gives a low
air flow through the filter media, which ensures low pressure drop, high dust holding
capacity, long lifetime for the filters. The filter consists of a main mild steel frame
with HDG finishes and an easily handled cartridge. The filter holding frame of
galvanized sheet-metal is supplied with internal and external gaskets and retaining
clips to hold the cartridge in place.

6.7.3

The air filtration system includes the following compartments:


a) 1 section of mist eliminator,
b) 2 sections of dust removal device and
c) 2 sections of deodorization device.

6.7.4

Additional requirements are as follows:


i.

The filter unit shall function as a system and shall be the end product of the
manufacturer to achieve standardization in appearance, operation, maintenance,
spare parts and manufacturer's services. It shall be completely air tight as a
whole and across each compartment.

ii.

The manufacturer shall have a minimum of 5 year experience in the design,


fabrication and testing of systems that have not less than 95% efficiencies at
removing trace odor contaminants.

iii.

The Filter unit shall be provided with side access door for servicing of
components. Each access door to be fitted with a switch to monitor the door
status in the main control room.

Project Name: PWC System for Marina District, Lusail Development

61 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT

6.7.5

iv.

All hinges shall be constructed of stainless steel. Stainless steel latches to hold
each cartridge filter shall have a positive locking action.

v.

A stainless steel nameplate shall be provided permanently attached to the unit.


The nameplate shall be engraved with the filter type, serial number and air
handling capacity.

vi.

A pressure difference meter or gauge to measure the pressure loss across each
section of filter panel. Analogue pressure sensor shall be installed across each
filter compartment and signal shall be sent to main control room for monitoring
and alarm notifications.

vii.

Pressure gauges shall be installed to permit a local read out of the pressure drop
across each compartment.

viii.

A reasonable sized pressure relief valves shall be fitted on the incoming air
plenum to release any sudden buildup of air. A switch shall also be installed on
the valve for alarm notification in the main control room.

Mist Eliminator / Pre-filter


a) The mist eliminator / Pre-filter shall be designed to remove 99% of water vapor.
b) The mist eliminator shall be located at the air inlet. Water collected by the mist
eliminator shall drain into a collector pan and into the drain system.
c) Hinged access doors with gaskets shall allow for the mist eliminator to be
removed, cleaned and/or replaced.

6.7.6

Dust Filter
The complete dust filter installation consists of cassette type filters for dry filtration,
which is installed on the pressure side of the exhausters.
Dust filter shall be of box cartridges mounted in a self-supporting frame as follows:
a) The Dust Filter media shall consist of 2 stages of filter media, the Primary Dust
Filter media installed at the upstream of inlet air and the Secondary Dust Filter
installed at the downstream of the inlet air.
b) The Primary Dust Filter shall be 20% - 30% ASHRAE efficiency, particulate prefilters. The pre-filter shall be Pleated panel filters.
c) The Secondary Dust Filter shall be 60% - 90% ASHRAE efficiency, particulate
final filters. The secondary filters shall be extended surface ASHRAE call filters,
d) The filter must be suitable for variable air volume systems where there is
changing air velocity, in units where there is turbulent air, high temperature or
high humidity

6.7.7 Carbon Filter


6.7.7.1 The active carbon filter shall be designed to remove odour from the exhaust air. The
active carbon filter shall absorb all the odorous compounds. The mechanism is by
physical absorption i.e. odorous compounds are attached to the pores of the carbon
material in the filters. The exhaust air after going through the process of passing
through the two stage dust filter process stated above and will pass through two
identical banks of active carbon filters in series.
6.7.7.2 Carbon Media shall consist of premium grade, granular carbon and shall remove
containment gases by means of adsorptive process. The carbon shall be tightly
Project Name: PWC System for Marina District, Lusail Development

62 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
packed and have very fine pores. An efficient pre-filter shall be installed upstream to
prevent the filter from being block by dust particles. Activated Carbon filters shall have
a minimum carbon tetrachloride activity of 60%.

6.8

6.9

6.10

Air Pipes
6.8.1

Air pipes are interconnecting pipe between components in the plant room. HDG
Brackets to support the pipes in terminal will be mounted with a distance not
exceeding 5 meters from each other.

6.8.2

The pipe system is provided with all necessary cut-off valves, non-return valves, pipe
sound absorber and sleeves.

6.8.3

The air pipes are made of spiral or longitudinal welded pipes of stainless steel
grade 439 of minimum 3.0mm thickness. The air pipes are to be joined with flanges
of minimum thickness 6mm with 16 nos. M12 bolts and nuts.

Non Return Valve


6.9.1

The non-return valve is used in installation with several exhausters. The exhausters
are provided with one valve each.

6.9.2

When an exhauster is started, a pressure difference is created that keeps the valve
closed. When an exhauster is stopped while others are running, the valve is opened
by the air stream that flows through it.

6.9.3

To check the function of the valve, there is an inspection window.

6.9.4

The house of the valve is made of Stainless Steel of grade 439 and the valve clack of
rubber.

6.9.5

The non-return valves are to be joined with flanges to match the air pipe flanges.

Velocity Regulating
6.10.1

The purpose of the air speed regulating system is to maintain the air speed in the
system.

6.10.2

The air speed value is compared with the expected value, and the exhauster speed is
adjusted accordingly through the VFD. Should the air speed fall below a pre-set
value, an alarm is issued and the pressure difference switch lights a warning lamp on
the front of the Electric Control Centre.

6.10.3

Then the following will happen:


a) If there is an extra exhauster available, it is started.
b) If no extra exhauster is available, the system is stopped.

6.11

Venturi and Modulating Valve


6.11.1

The Venturi pipe is a part of the pipe system in the collection room. When the air
stream passes the Venturi pipe, a pressure difference is created. The air speed
regulating system uses this pressure difference to calculate the air speed in the

Project Name: PWC System for Marina District, Lusail Development

63 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
system. The nipples to measure the pressure difference are mounted on two different
places on the Venturi pipe. The Venturi pipe is made of mild steel, primed and
painted.

6.12

6.13

6.11.2

The modulating valve unit is operated by the control system. The main valve is used
to facilitate the start-up of the exhausters. During system start, the main valve stays
closed to help the exhausters increase speed. When this has been achieved, the
valve gradually opens.

6.11.3

This modulating valve is also used to adjust the amount of air flow in the system for
some small pressure differences in the PWC system.

Pipe Sound Absorber


6.12.1

The pipe sound absorbers in an air pipe system are mounted before and after the
exhauster to reduce the level of noise.

6.12.2

The sound absorber after the exhauster is made with central body to increase the
reduction of noise.

6.12.3

The sound absorbers are made in mild steel with mineral wool as sound absorbing
material. It is primed and painted.

Compressed Air System


6.13.1

Compressor system for central supply of compressed air to operate the valves in the
pipe system and necessary equipment in collection terminal and pedestrian bins and
associated valves.

6.13.2

The compressor shall produce a working pressure of 600- 800 kPa at appropriate
capacity to maintain the required system working pressure.

6.13.3

The system consists of compressor unit, air-dryer, air-cooled after cooler and shall be
located inside the exhauster room.

6.13.4

The compressor shall be screw air-cooled compressor.

6.13.5

The compressor is designed to work efficiently up to a pressure of 10 bar.

6.13.6

The installation shall include air dryer, after cooler, oil separator, filters, cut-off valves,
electronic operated water drain valve at the air receiver tank etc. for a complete
compressor installation. The dryer is designed for continuous operation to dry
compressed air by adsorption. The cooler is designed for continuous operation, and
to cool the compressed air, an air cooler with fan is used, provided with a water
separator.

6.13.7

All automatically operated valves such as AIV, DV, Waste Diverter, Sectoring Valves
shall be operated by compressed air cylinders.

6.13.8

Basic Requirements:
a) Classification
b) System operating pressure
c) System Maximum Pressure
d) Air Receiver
e) Air Delivered flow rate

Project Name: PWC System for Marina District, Lusail Development

64 | P a g e

: Air cooled screw type compressor


: 600 - 800 kPa
: 1,000 kPa
: 500L
: 16-24 l/s

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
f)
g)
h)
i)

Required power source


Air cooled after cooler
Air Dryer
Filter 1st stage

j)

Filter 2nd stage

: 380V / 3 Ph or 220V / 1 Ph, 50 Hz


: TD after cooler with water separator
: Refrigerant type
: Coalescing filters for general purpose
protection removing liquid to 0.1ppm,
particles down to 1 micron
: Coalescing filters for general purpose
protection removing liquid to 0.1ppm,
particles down to 1 micron

6.13.9

Overheating: Various parts of the air compressor device are ignitable when exposed
to intense heat. Avoiding using the air compressor near other devices that produce
heat will prevent dangerous events from occurring from the improper placement of
the air compressor. Also need to account for the equipment load, but also for any
other additional loads, i.e. surrounding temperature of adjacent spaces and account
for any insulation. The next question is where is the make-up air going to come from
and what is the temperature of the makeup air. This will impact the quantity of air
required. Also watch the temperature and the humidity of the air that will dump into
the space or could have new issues to deal with. Calculation is to be performed
where it accounts for other contributors to heat such as the adjacent spaces, the
outside environment, and also other internal heat generators such as exhaust fan
motor, lights, etc. Provision need to be made for make-up air for exhausted by
locating intake & exhaust to prevent recirculation of exhaust air.

6.13.10

Fail-Safe Concept: Pneumatic circuits shall be designed and components selected,


applied, mounted, and adjusted to provide uninterrupted operation, extended life, and
fail-safe operation.

6.13.11

Circuits shall:
a) Be protected against over-pressure.
b) Be so designed and applied that surge pressure, over- pressure, and loss of
pressure do not cause a hazard or damage to the equipment.

6.13.12

Regulation: Where required for safe, efficient, and economical system performance,
pressure regulators shall be of the relieving type. Gages shall be provided for all
regulated pressures.

6.13.13

Over-Pressure Protection: Over-pressure protection shall be provided on pneumatic


circuits where hazard or damage to the equipment may result if recommended operating pressures are exceeded.

6.13.14

Tamper-Resistant Protection: Where a hazard or damage to the equipment may


result if operating pressures are exceeded, tamper-resistant (e.g., internal positive
stop, non-adjustable, etc.) over-pressure protection shall be provided.

6.13.15

Safe Working Range of Adjustable Controls: Pressure and flow control components
shall be constructed in a manner that prevents adjustment outside their safe working
range. The manufacturers information plate on pressure control components shall be
marked to indicate their safe working range.

6.13.16

Accessibility of Adjustments: Adjustments on flow control and pressure control


components shall be accessible.

6.13.17

Securing Adjustable Component Settings: Provision shall be made for securing the
individual settings of adjustable components.

Project Name: PWC System for Marina District, Lusail Development

65 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
6.13.18

Locking of Adjustable Component Settings: Where requested on the purchasers


inquiry on the Pneumatic Equipment Data Form and confirmed on the suppliers
quotation, means for locking (e.g., by means of a key) the enclosure(s) or
compartment(s) in which flow control and/or pressure control components are
mounted, or for locking their individual settings, shall be provided.

6.13.19

Loss of Working Pressure: Where loss of supply or control pressure could cause a
hazard, damage to the equipment, or loss of accuracy, means shall be provided
to prevent operation when the pressure drops below a safe level. When the control
pressure is restored, manual restart shall be required.

6.13.20

Control Media Failure (Supply Shut-Off -Valve): Pneumatic equipment shall have a
main air-line shut-off valve accessible from the working level. This valve shall have
provision for locking in the off position and shall safely vent, where no hazard exists,
all circuit pressure when off.

6.13.21

Supply Interlocks: Where there is more than one source of air supply on the
equipment and possible hazard or damage could result from failure of any one
source, means shall be provided to protect personnel and equipment if anyone
source fails.

6.13.22

Sequence by Pressure Sensing and Time Lapse: Where a sequence malfunction


cannot cause a hazard or damage to the equipment or to the work in process,
sequencing from pressure sensing and/or time lapse measuring may be used
Emergency Pressure Relief. A pressure relief valve capable of relieving the maximum
output of the compressor shall be provided on the discharge side of each positive
displacement compressor and there shall be no other valve between the compressor
and this relief valve. In multi-stage compressors, or compressors connected in series,
over- pressure protection shall be provided after each stage.

6.13.23

Surge Tanks: Surge tanks pressure vessels may need to be used to provide short
bursts of compressed air for peak demand to a particular device or to minimize
pulsations in a distribution system.

6.13.24

Construction: Air receivers and surge tanks shall be designed:


a) To conform to the ASME Unfired Pressure Vessel Code and to applicable
governmental pressure vessel codes.
b) So that they cannot be dismantled while containing pressure.
c) To facilitate inspection.
d) With hand holes or manholes, as required.
e) With supporting feet, as required.
f) So that inlet and outlet connections are not through tank bottom.
g) With a separate port of adequate size for a safety relief valve.
h) With a separate port for pressure gage.
i) With a drain port at the lowest level of each tank.

6.13.25

6.14

Test Ports in Piping: An accessible test port shall be provided in the piping where a
pressure governing component is not so equipped.

Electric Control Centre, ECC


6.14.1

The ECC cabinet is the basic unit of the system and has the protection grade IP55.
All sub units are electrically connected to it. It distributes the Main power, supplies the
motors and other electromechanical devises. The ECC shall include necessary circuit
breakers and fuses.

Project Name: PWC System for Marina District, Lusail Development

66 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT

6.14.2

Normally all operations are performed from the control panel. There shall be
operators panel provided, which shall be used in case of a computer break down.
Such panel, installed at the front door of the ECC, shall control all machines in the
Control Room, be able to operate the field components.

6.14.3

The equipment in the ECC includes a set of PLC, a set of operator control platform, a
set of urgent control board and monitoring instrument system. In normal cases, all the
operations are collection can be realized through the urgent control board.

6.14.4

The Electrical Control Cabinet (ECC) controls and supervises the automatic waste
collection process. Valves situated along the transport pipe network, are connected
via electric cables, just as those located inside the collection station.

6.14.5

The ECC also houses a PLC-system for the I/O operations to the plant.

6.14.6

Some small power supplies convert the main AC power to 24V and 5V DC used for
operation of small relays and logic circuits. On the front of the ECC cabinet there is
an operators panel containing switches for manual control, lamp indications and
alphanumeric operators terminal with a fluorescent text display and keyboard.

6.14.7

The operators panel will be used at exceptional cases to check the status of
machines and valves. It may also be used to control objects of the plant and to set
parameters for the PLC system.

6.14.8

Pneumatic instruments are located above the operators panel in order for him to see
the immediate response to his operations with respect to the airspeed etc.

6.14.9

PLC includes CPU, I/O module, memory module and communication module and can
realize the data collection and equipment monitoring. Through the following
connections, PLC can realize communications with all the equipment. The
exhauster control screen and the compacter control box are connected to PLC
through Profibus DP.

6.14.10

The operator control platform shall have the following functions:


a)

b)

c)

Display
- Operation status for the all primary components in the plant room,
- Status for all field components in the public area and plot sub-developers,
- System trouble message
- Parameters for programing system and time flows
Manual control
- Primary components in the collection station
- Field components in the public area and plot sub-developers
Interfaces reference
- Parameters setting of control systems
- Parameters setting of time flows

6.14.11

If the automatic control breaks down, the authorized staff shall be able to operate the
system manually. The controllable equipment in urgent cases includes the exhauster,
the waste separator, the compactor, the main valve and the wind speed adjustment
valve.

6.14.12

The ECC has the pressure difference transducer to monitor the airflow pressure
change in the air pipes. There is instrument data display on the panel of the ECC to
display the following parameters:

Project Name: PWC System for Marina District, Lusail Development

67 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
a) Air pressures of the waste separators, wind speed adjustment valve and
exhauster
b) Pressure of compressed air
c) Air pressure difference of air filtration room
d) System operation air pressure
6.14.13

6.15

Each plot sub-developer will provide 3 signal from the waste chute system. The PWC
control system in the main plant room shall also monitor these signals and make all
necessary control to the PWC system.

Power System Emergency Shutdown Sequence


The following shall be work sequence in case of any emergency shutdown:
1. Open any 2 Air Inlet Valve (AIV) from the public area pedestrian bins or feeding inlet. Subdeveloper AIV can be used for this emergency shutdown sequence.
2. Start the rotating screen within the waste separator, if it is not running already.
3. Start compaction sequence of the waste compactor (unlimited cycle) if it is compaction
already.
4. Initiate to lower speed of Variable Frequency Drive (VFD) and/or shut down exhauster fan, if
more than one exhauster fan are in operation.
5. Confirm all exhauster fans are fully in stationary mode.
6. Stop compaction sequence of waste compactor.
7. Stop waste separator rotating sequence.
8. Close all AIV.
9. Check and ensure all PWC equipments are in standby mode.

Project Name: PWC System for Marina District, Lusail Development

68 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
7.0

INSTALLATION WORK

7.1

General
7.1.1

The CONTRACTOR shall be responsible for and carry out the following works:
a) Supply, install, test, commission and verification of all components, sub-systems,
systems and the installation as a whole.
b) Provision of co-ordinated Installation/Working Drawings for all services and
detailed wiring diagrams for all equipment and control panels.
c) Inspecting all plant, equipment and materials as delivered and at the
manufacturers works for all major plants.
d) Arranging delivery, lifting, hoisting and all other storage and movement of all plant
equipment and materials.
e) Fixing or installing correctly all mechanical, electrical, pneumatic, hydraulic and
drainage plant, equipment and materials.
f) Testing and commissioning the complete installation including adjustments as
necessary.
g) Demonstrating that the equipment is capable of the performance and method of
operation specified to the satisfaction and acceptance of LREDC.
h) Demonstrating that the overall and complete systems perform correctly in the
required manner and as intended by the Specification to the satisfaction and
acceptance of LREDC.
i) Providing all installation, working, as-built, builder's work and record drawings,
showing the complete installation and services systems.
j) Providing operating instructions and maintenance manuals for the complete
systems in electronic format. All manufacturers information and drawings are to
be incorporated.
k) Providing the full set of test results in an approved format for all tests and
commissioning operations. Data entries in the various forms and sheets are to be
presented, typed, in the same word processing format in the relevant computer
disk file. Handwritten entries will not be accepted.
l) Handing over all specified tools, keys, spares, service parts, oils, chemicals etc.

7.2

7.1.2

All products shall be of the highest quality and shall be new and factory pre-tested.

7.1.3

The CONTRACTOR shall also follow all the relevant clauses mentioned in the
general specification section.

General Construction Requirements


7.2.1

The CONTRACTOR shall ensure that all fabrication, installation and


testing/commissioning activities are carried out and co-ordinated to the highest
quality standards by specialist-trained CONTRACTORS personnel working in
accordance with appropriate Quality Assurance (QA) and Quality Control (QC)
programmes and methods.

7.2.2

The CONTRACTOR shall ensure that all CONTRACTORs personnel working on the
manufacture and installation of the PWCS, have all required technical qualifications,
and have sufficient experience and training to perform the specified work to the
highest possible standard.

7.2.3

The CONTRACTOR shall undertake all work in a manner which ensures that dust,
vibration and noise are minimised. Any works which may create high levels of noise,
dust and vibration are to be notified to LREDC prior to their commencement so that

Project Name: PWC System for Marina District, Lusail Development

69 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
LREDC can be advised and put in place any necessary measures. Any activities not
properly co-ordinated will be stopped immediately and the work will have to be
reprogrammed.

7.3

7.4

7.2.4

All equipment shall be delivered and stored in protected areas to prevent damage to
components and finishes. All pipes and other large material stored externally shall be
arranged in a safe manner and protected from damage by vehicles.

7.2.5

The CONTRACTOR shall be responsible for repairing any damage to LREDCs


property during the course of the installation of the PWCS at his own expense.

Construction Programme
7.3.1

The CONTRACTOR shall develop and maintain a detailed construction programme


covering all elements of the Work, including a critical path analysis.
The
CONTRACTOR shall submit the construction programme to LREDC for approval
prior to WORK commencing.

7.3.2

The CONTRACTOR shall carry out the Work in accordance with the agreed
construction programme, which shall not be amended without prior consent. The
CONTRACTOR shall prepare the work programme based on the GCOC, Appendix E,
Contract Execution Plan.

Reporting
7.4.1

A daily construction report shall be prepared by the CONTRACTOR, recording the


following information regarding progress of the Work and events at the site:
a)
b)
c)
d)
e)
f)
g)

7.5

Subcontractors working at the site.


Number of personnel at the site, sorted by CONTRACTOR and subcontractor.
Accidents and unusual events.
Meetings and significant decisions.
Potential delays.
Major work activities performed.
Major material or equipment deliveries made.

7.4.2

Two copies of the daily construction report shall be submitted to LREDC at 11:00
a.m. on the following working day.

7.4.3

The CONTRACTOR shall monitor progress of the Work against the construction
programme and shall report to LREDC on a monthly basis.

Drawings
7.5.1

The CONTRACTOR shall maintain a register of all drawings (especially working shop
and as-built) and draft drawings relating to the design and installation of the PWCS.
The register shall be made available to LREDC.

7.5.2.

The CONTRACTOR shall provide working drawings to LREDC, detailing the work
which they will be undertaking on the site. The working drawings shall be prepared
using Computer Aided Design (CAD) software and shall be dimensioned using SI
units.

7.5.3

The CONTRACTOR shall provide to LREDC with two sets of CAD As-Built Drawings.

Project Name: PWC System for Marina District, Lusail Development

70 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT

7.5.4

7.6

The CONTRACTOR shall promptly update the As-Built Drawings supplied to LREDC
to reflect any changes made.

Quality Control
7.6.1

The CONTRACTOR shall fully implement a QC system to verify that the whole of the
Work complies with the requirements of the CONTRACT.

7.6.2

The quality system shall be based on ISO 9000 series certification, unless otherwise
required.

7.6.3

The CONTRACTOR shall ensure that a comprehensive Quality Plan and associated
quality assessment and control procedures are put in place specific to this
CONTRACT. The quality plan shall fully describe the specific practices, resources
and activities for the implementation of the quality system on the CONTRACT.

7.6.4

This plan shall address clearly and specifically the measures to be carried out in
order to ensure that:
a) All aspects of the design meet the requirements of the CONTRACT.
b) All procurement and subsequent fabrication works are carried out in accordance
with the required specifications and to the agreed level of workmanship and
finish.
c) All sub-contractors to the CONTRACTOR and equipment suppliers to the
CONTRACTOR implement an agreed QA/QC system in order to meet the project
needs. The quality system shall be employed for all works executed by subcontractors to the CONTRACTOR and the CONTRACTOR shall ensure that each
Sub-contractors operates the necessary procedures and controls required by the
CONTRACT.
d) All site works are carried out in a controlled manner ensuring that the finished
PWCS meets the requirements outlined in this performance specification and
subsequent design requirements.

7.6.5

The CONTRACTOR shall allocate to a senior member of his staff the responsibility
and resources necessary for ensuring that the quality system is effective. The
CONTRACTOR shall provide details and duties of the personnel to be involved both
on and off site, and of any independent inspecting authorities that he proposes to
employ. The CONTRACTOR shall ensure that all personnel have appropriate
qualifications, experience or training for the tasks allocated to them.

7.6.6

The CONTRACTOR shall ensure that the quality system is periodically and
systematically reviewed to ensure its continued effectiveness. Records of the review
shall be maintained and made available for examination.

7.6.7

Quality control shall be maintained over suppliers, manufacturers, products, services,


site conditions, and workmanship, to ensure that all Works are carried out to the
specified quality.

7.6.8

The CONTRACTOR shall, when required, submit samples that may, where
applicable, be used for the purpose of comparison when inspecting the Work; the
cost or providing such samples shall be deemed to be included in the Tender.

7.6.9

The CONTRACTOR shall maintain records to substantiate conformance to specified


requirements, including samples of components and materials, work carried out by

Project Name: PWC System for Marina District, Lusail Development

71 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
sub-contractors, manufacturers, suppliers and independent inspecting authorities.
The records and samples shall include:
a)
b)
c)
d)

7.7

Identification of the element, item, batch or lot;


The nature and number of observations and tests;
The number and type of deficiencies found; and
Details of any corrective action taken or proposed.

7.6.10

Any records that indicate that material or workmanship in any part of the Work does
not comply with the specified requirements shall be submitted without delay together
with the CONTRACTORs proposals for rectification.

7.6.11

All records and samples shall be retained on Site and made available for
examination. On completion of the Work a copy of all records shall be provided to
LREDC or his designee unless directed otherwise.

Commissioning
7.7.1 General
7.7.1.1

The CONTRACTOR shall carry out full testing of all PWCS Works as described
within this specification and the rest of the Contract Documents.

7.7.1.2

The CONTRACTOR shall ensure that all testing is carried out in accordance with the
relevant standard and the equipment manufacturers guidelines and
recommendations such that the equipment warranties remain valid.

7.7.1.3

The CONTRACTOR shall plan, oversee and coordinate the site phase of the testing
and commissioning works.

7.7.1.4

The CONTRACTOR shall be responsible for the testing of all systems to the
satisfaction of LREDC.

7.7.1.5

The CONTRACTOR shall develop a commissioning programme with the


Commissioning Manager to ensure that all systems are APPROVED for handover in
accordance with the execution programme.

7.7.1.6

The commissioning programme shall set out in detail the programme for undertaking
and demonstrating satisfactory completion of all testing and acceptance procedures
for the civil, mechanical and electrical element of the PWCS.

7.7.1.7

The CONTRACTOR shall use qualified personnel to carry out the commissioning
whether those people be from the equipment manufacturer, in-house personnel or
external consultants. Qualification of the CONTRACTOR personnel shall be
submitted to LREDC for approval prior to the WORK.

7.7.1.8

On completion of the installation the CONTRACTOR shall test and commission the
installation in accordance with:
a)
b)
c)
d)

Local, regional and national regulations;


Relevant British and/or American Standards;
Equipment manufacturers recommendations; and
Utility supplier requirements.

Project Name: PWC System for Marina District, Lusail Development

72 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
7.7.1.9

Certificates of tests must be supplied by the CONTRACTOR for all plant, equipment
and material.

7.7.1.10 The CONTRACTOR shall include all of the automatic controls systems, and other
specialist systems during the testing and commissioning of the PWCS.
7.7.1.11 Tests shall be witnessed by LREDC and all other relevant parties appointed by
LREDC. A programme is to be established by the CONTRACTOR for approval,
covering in detail all testing and commissioning of the installations. This programme
is to clearly identify provision of Test Certificates, which are to be made available in
good time prior to handover.
7.7.1.12 Each installation shall be fully tested and commissioned individually by the
CONTRACTOR who shall ensure that his representative on site is fully conversant
with the various systems and controls and in the handling of the equipment.
7.7.1.13 The CONTRACTOR shall be responsible for ensuring that all tests and approvals
required by the relevant Statutory Authorities are duly performed by an approved
Insurance Authority and the relevant approval documents issued, free of charge, to
LREDC.
7.7.1.14 The CONTRACTOR shall ensure thata) Air intake screens, louvres and valves are unobstructed and clean
b) Waste separator, compactor, container and other equipment chambers are clean
and free of construction debris.
c) Exhausters/ fans have been checked for impeller housing clearance and are free
of foreign objects.
d) Cooling coil condensate trays and drains are clear and water can drain away
satisfactorily.
e) Floor gulley and all drainage traps are clear and operational
f) Ducting, piping and other airways are clean.
g) All filters and strainers have been cleaned.
h) All sensing and monitoring equipment are properly fixed and clear of obstruction,
i) All air dampers and valves are operational
j) All fire and volume control dampers are left in the fully open position
k) All manual control valves are open or pre-set, as required
l) All filter media have been installed
m) All electrical panels have been cleaned of construction dust and debris and have
been checked electrically,
n) All electrical wiring are properly terminated and circuits (power, lighting and
controls are completed, or will be completed at the correct stage during the
commissioning sequence,
o) Insulation tests of motors and cables have been completed.
p) Permanent power supplies are available at the electrical panels to enable all the
connected equipment to be satisfactorily commissioned,
q) All equipment have been checked for
- cleanliness
- lubrication
- belt tension
- motor fixing
- duct flexible connector alignment
- keyway and setscrew tightness .'
- vibration isolation - rotor/ impeller rotation
- normal gear operation - correct amperages and overload
settings
- start-stop, disconnection and circuit interruption device
Project Name: PWC System for Marina District, Lusail Development

73 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
r)

Lighting systems are operational with illumination level not less than that
specified.

7.7.1.15 The PWCS shall be functional tested to verify that the function of individual equipments
in the plant, pipe network and at sub-developer, components and the system as a
whole comply with the stipulated requirements.
a) Verify that the proper control programme is applied to the programmable logic
controller(s).
b) Verify that the personal computer is loaded with proper operating system and
application programmes.
c) Check that the system is configured with the correct parameters
d) Check by manual operation that all motors rotate in the correct direction Watch
out for noise or other abnormal performance.
e) Start the compressed air system. Check the system components operation.
Adjust for proper air pressure and note any air leakage.
f) Set the container conveying facility to manual operation mode. Check the system
can operate in all directions.
g) Check operation of refuse separator.
h) Check operation of the refuse compactor. Operate the pusher forward and
reverse. Check limit switch operation. Check the hydraulic system, oil cooler and
pump for the compactor.
i) Check the compactor operation in automatic mode.
j) Start each exhauster, one by one, and check rotating direction, noise and
vibration. Measure resistance of the air exhauster motor thermostat. Simulate
high motor temperature by a resistor and check that motor stops.
k) Check operation of all valves.
l) Check operation of refuse disposal inlets,
m) Empty each refuse storage facility by manual control.
n) Initiate an emptying programme and check the system operation in automatic
mode.
7.7.1.16 Performance Test
1. The PWCS shall be tested as described in this section to verify that the
performance of individual equipment, components and the system as a whole
comply with the stipulated requirements.
2. The following tests are to be carried out preferably in the sequence indicated
a) No Load Test
b) On Load Test
c) Overall Performance Test
3. In the event of any test indicating failure to comply with the stipulated
requirements, that test and those preceding, of which the results may have been
influenced by the fault indicated, shall be repeated after the fault is rectified.
4. No Load Test
The functions of all components of the system shall be tested with the air
exhausters in operation and charging no sample refuse. The test items shall
include, but not be limited to the following:
a) Put wire mesh in refuse conveyance I air inlet ducts and operate air exhauster
to clean up the inside of ducting. Remove wire mesh and trapped substances
afler the cleaning operation.
b) Measure air temperature, pressure, velocity, noise levels, motor current, etc,
Project Name: PWC System for Marina District, Lusail Development

74 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
at reference locations and different operating points.
c) Identify any air leakage at refuse storage facility, discharge valve, air inlet
valve, refuse conveyance ducts, separator, etc. Adjust and tighten relevant
components when air leakage is found.
d) Verify manual operation of each equipment with air exhauster in operation.
e) Verify automatic operation of each equipment with air exhauster in operation.
f) Verify that the vacuum pressure at each pedestrian bins waste inlet is within
the system operating pressure.
5. On Load Test
The functions of all components of the system shall be tested using sample
refuse with the air exhausters in operation. All refuse conveyance routes from
refuse storage facilities and outdoor disposal inlets to the central refuse collection
station shall be checked. The test items shall include, but not be limited to, the
following
a) Check manual operation of the system with half load and then full load refuse
sample in each of the refuse storage facilities inside refuse chambers.
b) Check automatic continuous operation of the system with half load and then
full load refuse sample in each of the refuse storage facilities inside refuse
chambers.
c) Measure air temperature, pressure, velocity, noise levels, motor current;,etc.
at reference locations and under different operating conditions. Adjust air
velocity and other operation parameters as necessary. Measure refuse
conveyance time of each flow path and the system cycle time for automatic
continuous operation.
6. Overall Performance Test
The overall performance of the system shall be tested using actual refuse. All
refuse conveyance routes from refuse storage facilities to the central refuse
collection station shall be checked. The test items shall include, but not be limited
to, the following
a) Check automatic continuous operation of the system with half load and then
full load refuse in each of the refuse storage facilities inside refuse chambers.
b) Measure air temperature, pressure, velocity, noise levels, motor current, etc.
at reference locations and under different operating conditions. Adjust air
velocity and other operation parameters as necessary. Measure refuse
conveyance time of each flow path and the system cycle time.
c) Check odour level of refuse conveyance air discharged from carbon filter
under different operating conditions.

7.7.2 Factory Acceptance Test


7.7.2.1

All items of plant shall undergo a comprehensive Factory Acceptance Test (FAT).
Tests shall be witnessed by LREDC unless waived in writing.

7.7.2.2

Tests shall be carried out to comply with the requirements of the Statutory
Authorities, approved Insurance Authority and the relevant British Standards. Test
certificates shall be issued as appropriate.

7.7.2.3

All instruments shall be calibrated and tested at the Manufacturers WORK and
LREDC shall be supplied with all copies of calibration certificates.

Project Name: PWC System for Marina District, Lusail Development

75 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
7.7.2.4

All plant and equipment shall be visually inspected to ensure that the details
contained within this specification and any items offered in the accepted tender are
included for.

7.7.2.5

Electrical, control and instrumentation tests shall be performed and certified,


demonstrating all operational functions, safety devices, alarms and interfaces.

7.7.2.6

Factory acceptance test shall be applicable for the following items:


a) Waste separator,
b) Waste Compactor,
c) Waste Divertor,
d) Waste Container
e) Exhauster Fans
f) Transformer,
g) Diesel Generator Set,
h) Main Switch board and Switchgear
i) Main Control Panel

7.7.3 Site Acceptance Test


7.7.3.1

All items of plant shall undergo a comprehensive Site Acceptance Test (SAT).
Details of the test shall be developed by the CONTRACTOR for review by LREDC.
As a minimum the CONTRACTOR shall demonstrate the functionality and controls
and shall demonstrate that the plant can facilitate the system in meeting the
anticipated load.

7.7.4 Continuous Run Test


7.7.4.1

After completion of all testing, pre-commissioning and commissioning for each phase
of development, the CONTRACTOR shall subject the PWCS to a comprehensive
continuous run test. The continuous run test shall be in accordance with an approved
Method Statement prepared by the CONTRACTOR.

7.7.4.2

The Continuous Run Test shall test full operation of the PWCS for not less than 30
days, or longer if necessary to demonstrate full operational cycles of all plant under
load conditions equal the highest expected demand of the system.

7.7.5 Phasing and Future Connection


7.7.5.1

The phased construction of the pipe network shall be coordinated to meet the waste
management demand at completion of each building phase. The CONTRACTOR
shall develop a Phasing Plan to clearly define the works which need to be carried out
in each development construction phase.

7.7.5.2

The CONTRACTOR shall coordinate the construction of the PWCS and all
associated works with the other construction work taking place on the development.
The CONTRACTOR is required to spread the installation of the PWCS over the
projected development period. The CONTRACTOR is responsible for providing any
temporary or intermediate works necessary to enable parts of the system to be
operational prior to completion and commissioning of the entire system.

7.7.5.3

Testing and Commissioning for Future Extension

Project Name: PWC System for Marina District, Lusail Development

76 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
a) Since the entire PWCS equipment shall be designed to allow future connection of
the system to the plot sub-developer, the remaining tests shall be carried out
once the other buildings in the sub-development are completed. The
CONTRACTOR shall ensure that the PWCS system shall be compatible for
future extension. Operation control of the system shall be re-programmed or
adjusted to include the newly completed section in the operation sequence and
another performance test shall be carried out to verify the system performance.
b) When the central plant and other sections are already put in use, testing and
commissioning work to be carried out due to the inclusion of a newly completed
extension section shall be programmed and scheduled in such way as not to
affect the existing waste collection. Provisions for the testing and commissioning
for future extension is deemed to be included in this CONTRACT.
c) The CONTRACTOR shall provide all necessary information and co-ordinate with
the future PWCS contractor for detail interfacing works.

7.7.6 Maintenance Tools


7.7.6.1

The CONTRACTOR shall provide three sets of all special tools required for erecting,
testing, operating, maintaining or dismantling of the plant, equipment and
components supplied. Each set of tools shall be provided in a steel box fitted with a
padlock. The tools shall not be used during the erection or commissioning of the
equipment.

7.7.6.2

Triplicate keys shall be provided for all locks supplied in this package. One master
key shall be provided in addition to the standard keys.

7.7.7 Spares and Consumables


7.7.7.1

The CONTRACTOR shall provide three copies of a comprehensive priced list of


spares for all plant, equipment and components supplied. The CONTRACTOR shall
also supply all spare parts as per specification mentioned in the GCOC.

7.7.7.2

The CONTRACTOR shall prepare a report identifying which spares and consumables
he considers should be held to cover the first year of operation, and operation in the
longer term. The report shall identify how stock levels will be managed during
operation to avoid unnecessary downtime.

7.7.7.3

LREDC maintains the right to purchase spares required after handover of the
installation directly from the manufacturer.

7.7.8 Operation & Maintenance Manuals


7.7.8.1

The CONTRACTOR shall provide comprehensive operation and maintenance


manuals covering all plant, equipment and materials comprising the PWCS and all
associated works; the manuals shall include but not be limited to:
a) A full technical description of all installed systems, written in such a way that
LREDCs staff and any future facilities management personnel are able to fully
understand the scope and facilities provided.
b) Diagrammatic and schematic drawings of all installed systems indicating key
items of plant and equipment, together with designed operational capacities and
load information.
c) Manufacturers technical literature for all items of plant and equipment,
assembled specifically for the project; this shall include but not be limited to

Project Name: PWC System for Marina District, Lusail Development

77 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
detailed drawings, data and specification sheets, and operating and maintenance
instructions.
d) A copy of all commissioning test certificates and certificates of completion.
e) Risk assessments and H&S information covering all plant, equipment and
materials installed as part of the WORK.
f) Procedure for fault-finding.
g) Written procedures for the periodic inspection and test of the all elements of the
PWCS.
7.7.8.2

The operation and maintenance manuals shall be developed in conjunction with the
Lusail Facilities Management Consultant and shall meet all requirements regarding
the contents, format and presentation of the manuals in the Operation and
Maintenance Manual Requirements.

7.7.9 Continuous Run Test


7.7.9.1

After completion of all testing, pre-commissioning and commissioning, the


CONTRACTOR shall subject the PWCS to a comprehensive continuous run test.
The test shall be in accordance with an approved Method Statement as prepared and
submitted by the CONTRACTOR for LREDC approval before proceeding with the
WORK.

7.7.9.2

The continuous run test shall test full operation of the PWC PLANT for at least 30
days, to demonstrate full operation of all plant, equipment and systems installed as
part of the PWCS.

7.7.10 Handing Over


7.7.10.1 Handling over shall not take place until:
a) The equipment has been tested and commissioned to the satisfaction of the
Commissioning Manager, LREDCs Representative, and tests results and
certificates have been submitted to the Project Manager;
b) Possible defects are made good;
c) CE - Marking has been carried out;
d) The documentation required, including any approvals from authorities, has been
handed over to the Construction Manager; and
e) The Operation and Maintenance manuals, including record drawings, have been
handed over to and formally accepted in writing by LREDC and the appointed
Supervising Officer.

7.8

Environmental Protection
7.8.1

The CONTRACTOR shall:


a) Plan for construction so as to minimise waste during construction and operation.
b) Avoid contributing to ozone depletion, global warming, air and water pollution and
non-renewable resource depletion.
c) Respect the local environment and avoid impacting on the natural habitat and
species.
d) Explore the use of prefabricated elements to achieve good quality control and ease
and speed of installation.

Project Name: PWC System for Marina District, Lusail Development

78 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
7.9

7.10

Health and Safety


7.9.1

The CONTRACTOR shall comply fully with all statutory safety, health and welfare
regulations regarding work people, including those employed by sub-contractors.

7.9.2

The CONTRACTOR is responsible for ensuring that statutory requirements for


personal protective equipment standards are met, with adequate protection provided
to all personnel and equipment adjacent to the CONTRACTOR's area of work.

7.9.3

The CONTRACTOR shall be responsible for providing and maintaining a safe and
stable working environment during all works.

7.9.4

The CONTRACTOR is required to provide a safety method statement clearly


indicating the proposed sequence of his works and the precautions he will be taking
at each stage in the works to protect his employees, and those of the main
CONTRACTOR, other sub-contractors, visitors and LREDCs personnel and any
plant and equipment.

7.9.5

Full details of any chemicals or substances proposed to be used in the project


construction process should also be detailed fully and LREDCs prior written approval
received for its use.

7.9.6

The CONTRACTOR shall identify all the risks involved in design, manufacture,
construction and operation of the plant and equipment described in this specification.
The CONTRACTOR shall produce a risk register to demonstrate measures for risk
mitigation.

7.9.7

Risk assessment shall be conducted through the use of HAZOP (Hazard and
Operability) and FMEA (Fault Mode Effective Analysis) at various design phases.

Operator Training
7.10.1

Before the operation of the PWCS is handed over to LREDC, the Contractor shall
explain and demonstrate to the Clients staff the purpose, function and operation of all
installation equipment, including all items and procedures listed in the Operation and
Maintenance manual.

7.10.2

All appliances, mechanical and electrical features, and all health, safety and security
features must be demonstrated and explained by the CONTRACTOR. The
CONTRACTOR shall supply instructions in an accessible format and appropriate
language.

7.10.3

The CONTRACTOR shall ensure that any specialist that may be required to fully
demonstrate the operation of the system to the satisfaction of LREDC and shall be
present during training.

7.10.4

A training programme, detailing who is required to be present for each session, is to


be provided by the CONTRACTOR prior to training being undertaken. The training
programme shall include but not be limited to:
a)
b)
c)
d)
e)
f)

Introduction to and description of the system (class room based);


Introduction to and description of the system (site based);
Starting procedures;
Stopping procedures;
Modification to automation call-off schedule;
Manual inlet point call-off procedure;

Project Name: PWC System for Marina District, Lusail Development

79 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

LUSAIL DEVELOPMENT
g)
h)
i)
j)
k)
7.10.5

7.11

Operation of all safety devices;


Fault report analysis;
Routine maintenance (daily, weekly, monthly, yearly);
Preventative maintenance; and
Cleaning procedures.

In addition, the CONTRACTOR shall submit copies of all training presentations for
the Clients future reference.

Public Education
7.11.1

The CONTRACTOR shall prepare a user guide for the PWCS that is aimed at
explaining the use of the PWCS to residents and other users of the development.
The user guide shall include an easy to understand description of the PWCS
including a diagram of how it works as well as an explanation of the waste separation
into three recyclables and waste streams.

7.11.2

The CONTRACTOR shall develop the user guide in close cooperation with LREDC
and shall be available on first occupation of the development.

7.11.2

Information days to view the PWCS shall be arranged by the CONTRACTOR on a


regular basis explaining the PWCS to residents, other users and interested parties.

Project Name: PWC System for Marina District, Lusail Development

80 | P a g e

PWC Tender Vol 2 of 3, Part 3, Particular Specifications

You might also like