Download as pdf or txt
Download as pdf or txt
You are on page 1of 18

SCHEDULE “B” RFX NO.

4000071113

SCOPE OF WORK AND TECHNICAL PROVISIONS

1. INTRODUCTION

1.1 This Schedule establishes the scope of WORK and means of initiating the work to be
performed by CONTRACTOR pursuant to this Contract, and describes or references in
Attachment I of this Schedule “B”, the technical requirements, specifications, and
instructions, standards that CONTRACTOR shall satisfy or adhere to in accomplishing the
work.

1.2 Because of the technical nature of the documents referenced in this Schedule “B”, these
documents have not been translated into Arabic. Both the CONTRACTOR and the
COMPANY agree to be bound by the English text.

2. SCHEDULE REQUIREMENTS

CONTRACTOR shall complete all WORK specified in this CONTRACT as per the attached milestone
dates specified in the Attachment II to this Schedule B. Separable portions of the WORK specified
in Attachment II to this Schedule “B” shall be completed by the dates specified therein (“Critical
Milestone Date”).

3. COMPANY-SUPPLIED MATERIALS, TOOLS AND EQUIPMENT

3.1 COMPANY-Supplied Materials

COMPANY shall furnish only the following materials to be incorporated in the PROJECT or
used in the WORK:

Plant Number Tags, for each individual item of equipment and independent components
to be tagged. Normally the COMPANY Plant Tags are made of Brass however; COMPANY
may issue Plant tags made from other material in cases where brass tags are not suitable
for particular type of equipment.

3.2 COMPANY-Supplied Tools and Equipment

COMPANY shall furnish only the following tools and equipment:

None

4. GENERAL DESCRIPTION OF THE WORK

4.1 The Scope of Work includes the Upgrade of the fire fighting and fire alarm detection
systems and their auxiliaries associated to fuel tanks of power plants to improve the
efficiency of the fire alarm detection & protection systems and gain higher loose
prevention factors.

4.2 CONTRACTOR shall provide the engineering design, supply, dismantling, installation,
testing, commissioning and put in service the new installed automatic systems in the
listed power plants of SEC Central Operating Area.

4.3 CONTRACTOR shall perform any modifications required to fix all the existing system
devices or to link any tool/equipment, any instrumentation, mechanical equipment,

B-1
electrical devices, or any other related installation works, in order to fulfill the existing
functions.

4.4 The equipment and material to be supplied for the firefighting, detection and alarm
installations shall be brand new of the highest grade and proven quality and approved by
Factory Mutual (FM) and Underwriter's Laboratory (UL). except for locally manufactured
materials such as galvanized rigid steel pipes, G I conduits, cables, junction boxes & hose
cabinets etc. but these materials shall be manufactured in conformity with one of the
international standard & also approved by SASO standard, and in addition, subject to
approval of COMPANY Representative.

4.5 CONTRACTOR shall provide the design, supply, dismantling, installation, testing and
commissioning of firefighting and fire alarm detection and protection systems for the fuel
tanks of PP9, PP10, QCPP and HAIL 2 power plants listed in the below table:

Power Location Approximate Distance (KM)


No. Coordinates
Plant (City) from Center of Riyadh City

24.942849, 55-km towards East on Riyadh-


1 PP-9 RIYADH
47.065106 Dammam Road

24.422242, 60-km towards South-East on


2 PP-10 RIYADH
47.021807 Riyadh-AlKharj Road

26.204674, 335-km towards North-West on


3 QCPP QASSIM
44.007462 Riyadh-Madinah Road

HAIL 2 27.468698,
4 HAIL 625-km towards North-West
PP 41.739287

4.6 All Deluge Valves shall be controlled by electrical actuation. Through cross zoning
detection system unless otherwise specified in details and provided with manual
mechanical actuation device and external reset facilities.

4.7 Electrical equipment located in hazardous areas shall be explosion proof, flame proof,
intrinsically safe or otherwise designed to be suitable for the location and zone.

4.8 CONTRACTOR shall carryout a fire risk evaluation analysis/report and submit the same
for review and approval by the Company/Engineer as per NFPA 850.

4.9 The following associated equipment and the Contractor shall provide services: -

4.9.1 Shop and site testing.


4.9.2 Fire system control and instrumentation, including fire detection and alarms
notification system.
4.9.3 Fire equipment electrical systems.
4.9.4 Fire system civil work.

B-2
4.10 The CONTRACTOR shall submit for approval a comprehensive quality control plan
covering the erection, flushing, hydro testing, and testing, cleaning, blowing and
commissioning activities. This document shall identify the degree of inspection and
testing to be carried out by the CONTRACTOR’s personnel.

4.11 The CONTRACTOR shall permit access to the equipment to verify that the manufacturers
recommended clearances are set. Drawings clearly identifying such dimensions shall be
available to the COMPANY and/or the ENGINEER.

4.12 Deluge valve shall be located near each protected area and provided with inlet Y Strainer
and isolation valves on inlet and outlet sides, main pipeline bypass manual valve at deluge
valve and 65 mm Ø test line and sunshade for weather protection.

4.13 Flow through any deluge shall not exceed the manufacturer’s recommended flow.

4.14 Nozzles shall be provided with a suitable cap or spring-loaded plug supplied by nozzle
manufacturer for protection against insects entering and clogging the orifices. The
material for the caps or plugs shall be the same as that used for the nozzles.

4.15 Each spray nozzle shall be provided with minimum two elbows.

4.16 Spray nozzle insert/angle shall be preferably 90º or below.

4.17 Facility for periodic routine flushing of the water lines shall be provided, including piping
drainage facility.

4.18 Adequate drainage facilities shall be provided as per NFPA for all main transformers to
safely drain away fire water/oil during and after fire fighting.

4.19 The whole system shall be thoroughly flushed, cleaned and pressure tested after
installation.

4.20 CONTRACTOR shall be responsible for all civil and mechanical work.

4.21 Paintings- All exposed pipes shall be painted, post office red color for water line, yellow
for foam lines, remaining in line with COMPANY approval.

4.22 CONTRACTOR shall be responsible for the safety of materials and equipment existing in
the working area including non relevant system.

4.23 CONTRACTOR shall arrange to remove the excavated soil and transport it to the area
designated by the Municipality.

4.24 CONTRACTOR shall arrange thick steel sheet to cover area under construction allowing
vehicle access

4.25 CONTRACTOR shall submit detailed engineering drawings complete with hydraulic
calculation for approval. Prior to submit for approval contractor shall obtain preliminary
check at site such as tap off point etc. with COMPANY REPRESENTATIVE. All calculations
shall be in MKS unit.

4.26 A control panel shall be provided for each fire pump and pressure maintaining system to
facilitate maintenance and allow all pumps and compressors to be started both manually
and automatically in sequence for even utilization and only stopped manually. Pump
controls and status/alarm indication shall be duplicated at the master fire control panel
located in the CCR.
B-3
4.27 Detector's coverage area and quantity

Adequate number of detectors shall be provided in each room, floor and ceiling voids.
Minimum area coverage of each detector shall not exceed as given below:
Detector Coverage areas:

4.27.1 Areas Protected with automatic extinguishing system


Smoke Detector - 6m x 6m
Heat Detector - 5m x 5m
4.27.2 Areas provided with Fire alarm & detection system only
Smoke Detector - 8m x 8m
Heat Detector - 6m x 6m

4.28 Fire resistant cables shall be double jacketed insulated pair of stranded conductors,
according to B.S standards #7629, # 6387, #5839 close 17.3 (b) part one and IEC441
thermosetting insulated cables with limited circuit integrity when affected by fire. Typical
for all safety / fire projects.

4.29 Cable lugs and cable terminals shall be of heat resistant and high performance in severe
conditions to avoid rust and corrosion.

4.30 Transfer of all signals such as but not limited to a fire alarms, fault signals and release
indications shall be similar to those already existing in the power plants.

4.30.1 SEC-5 Star color coating shall be applied wherever required (roads, curbstone,
metals) as per instructions from power plant.

4.31 The general instrumentation and control requirements for the fire detection and
protection systems shall be in accordance with this specification and the separate
Instrumentation and Control Specifications, including DCS monitoring.

4.31.1 All local panels shall be provided with the necessary alarms and indications to
show the status of the fire protection system. This shall include, but not be
limited to, the following as applicable to the individual panel;

4.31.1.1 Fire pump running


4.31.1.2 Fire pump trip
4.31.1.3 Fire pump fail to start
4.31.1.4 Diesel tank fuel level low
4.31.1.5 Fire water tank level low
4.31.1.6 Foam tank level low
4.31.1.7 Jockey pump running
4.31.1.8 Jockey pump trip
4.31.1.9 Jockey pump fail to start
4.31.1.10 Hydro-pneumatic tank pressure low
4.31.1.11 Air compressor running
4.31.1.12 Air compressor trip
4.31.1.13 Air compressor fail to start
4.31.1.14 Foam tank level low
4.31.1.15 Status of valves position as required
4.13.1.16 Initiation of alarms by high/low level switches or system
malfunction
4.13.1.17 Initiation and malfunction of foam systems, spray deluge systems
and gas extinguishing systems

B-4
4.13.2 The extent of control indication and alarms shown on the panel shall be subject
to approval by the Company. Monitoring of the fire detection and protection
systems shall be provided at the master (mimic) fire panel in the CCR.

4.32 It is the responsibility of the CONTRACTOR to collect all the required information from the
COMPANY by requesting (in writing), mandatory site visits before submitting the bids and
meetings. CONTRACTOR shall visit the site, identify the nearest available points for
tapping for fire water, size of piping, existing fire pumps details, flow & pressure available
at tie in point, available control panels I/Os, cable trenches, power connection types and
locations etc.

4.33 CONTRACTOR shall be responsible for providing Certified Consultant by the Higher
Authority for Industrial Security for reviewing and approval of this Scope of work.

5 DETAILED DESCRIPTION OF THE WORK

5.1 Work at Riyadh Power Plant 9 (PP9)

5.1.1 In PP9 Tank#11-16 and Tank#71, 72 having capacity of 20,000 m3 with floating
roof and oily water tank 51 & 52 having capacity of 1,000 m3 fixed roof and
sludge tank capacity 1000 m3 fixed roof all these tanks are protected only by
fire alarm system and manual foam and water sprinkler system. The foam and
water is activated by turning on manual valves in case of fire alarm.

5.1.2 CONTRACTOR shall perform comprehensive functional and operational testing of


all Fire Protection and Detection systems, including portable fire protection
equipment. This shall also include detecting of deficiencies, problems, trouble
shooting, investigating to determine the basic cause of system
problems/deficiencies and finally rectifying the problems in order to restore the
system to normal operating condition.

5.1.3 CONTRACTOR shall perform engineering and design calculations to upgrade the
fire detection and protection system of Tank#11-16 and Tank#71, 72 and oily
water and sludge tanks according to the latest SEC and NFPA requirements.

5.1.4 CONTRACTOR shall supply new Fire alarm control system, deluge system for
foam and water, power and control cables and any other material required to
make the system functional according to the latest requirements of SEC and
NFPA.

5.1.5 CONTRACTOR shall supply new flame and heat detectors (as per the COMPANY
and NFPA STANDARDS) and configure them with the complete automatic system.

5.1.6 CONTRACTOR shall confirm that the existing capacity of foam tanks, pumps, and
other equipment is sufficient according to the latest COMPANY specifications and
shall supply, install configure, commission and put into service the new
equipment to make the system acceptable according to SEC specifications. The
CONTRACTOR’s technical proposal shall include the study of existing system and
shall include all the required upgrades and modifications.

5.1.7 The deluge skids and power supply panels should be installed on concrete
pedestals with shed to protect the equipment from sun and rain.

5.1.8 CONTRACTOR shall lay all the power and control cables in the existing cable
trenches. In case the use of existing cable trenches is not possible, then then
B-5
contractor shall construct new trenches according to the requirement of the
project and the COMPANY specifications.

5.1.9 CONTRACTOR shall rehabilitate the pump houseroom equipment including


electrical and diesel pumps to operate in automatic mode with the heat and flame
detector signals and equipment functionality should comply the requirements of
related NFPA standards.

5.1.10 Each deluge system shall employ open head spray nozzles connected to the fire
water supply via automatic water control valves. A separate fire
detection/actuation system shall be installed in the same area as the nozzles.

5.1.11 The detection and alarm system shall be as described in the specification GEMSS-
I&C-31 - General I&C requirements for Control and Instrumentation.

5.1.11.1 Each deluge station shall typically include;

5.1.11.1.1 Manual isolation valves (upstream and


downstream)
5.1.11.1.2 Deluge valve with electric actuation trim and all
required alarm trim
5.1.11.1.3 Flow and pressure switches
5.1.11.1.4 Downstream sectional valve for testing
5.1.11.1.5 Spray pipe distribution and supports
5.1.11.1.6 Spray nozzles (open head type)
5.1.11.1.7 Dual action manual release valves shall be located
in valve boxes, fitted with a wire or nylon strap to
prevent unauthorized operation and located behind
the firewalls at a safe distance.

5.1.11.2 A common local supervisory control panel shall be located at the


valve stations.

5.1.12 The sprinkler systems installation shall be in accordance with NFPA 13, and KSA
Fire Department regulations for sprinkler installations. Alarm valves shall be
provided with a retarding chamber.

5.1.13 Operation of each individual sprinkler zone shall initiate an alarm on the fire
alarm system specified in the ‘Control and Instrumentation General
Requirements Specification’.

5.1.13.1 Each sprinkler system shall typically include:

5.1.13.1.1 Manual isolation valves


5.1.13.1.2 Alarm valves
5.1.13.1.3 Wet-pipe alarm check valve with trim
5.1.13.1.4 Retarding chamber
5.1.13.1.5 Flow and pressure switches
5.1.13.1.6 Pipe distribution and support
5.1.13.1.7 Closed head sprinklers with a nominal temperature
rating of at least 79oC

5.1.14 CONTRACTOR shall provide foam/water monitors as per the latest requirements
of SEC and NFPA standards.

B-6
5.1.15 CONTRACTOR shall check the chemistry of firewater and propose solutions (in
the technical proposal) if the chemistry is not according to the COMPANY
specifications.

5.1.16 CONTRACTOR shall install commission and put into service the new system in
accordance with Original Equipment Manufacturer's standard procedures,
international standards and COMPANY requirements

5.1.17 The oil tank foam injection, foam monitors and cooling water spray systems shall
be controlled remotely from a control and monitoring desk with mimic panels
provided in the foam building with monitoring at the master fire and alarms panel
located in the CCR. Operation and monitoring of the systems including initiation
of the operation of all system valves, monitoring of the foam systems, etc. shall
be from the local desk in the foam building. Operation of the deluge valve shall
start the foam concentrate pump and open the foam concentrate isolating valve
and all other associated valves. Local manual release push button stations shall
also be provided.

5.1.18 CONTRACTOR shall propose a method of fire detection within the tanks and tank
farm area, which shall include consideration of UV and line (linear heat) type
detection.

5.1.19 CONTRACTOR shall submit a comprehensive Test & Inspection (T&I) Plan
containing schedule and detailed Preventive Maintenance procedure for each new
installed facility/system, which shall be based on the prevailing industry
standards, such as National Fire Protection Association (NFPA) Codes / Manual
and pertinent International/Industrial standards. CONTRACTOR shall obtain
approval to this plan from the COMPANY REPRESENTATIVE before commencing
the WORK. The plan should be specific to power plant, depending upon the
systems and equipment, used at each plant.

5.2 Work at Riyadh Power Plant 10 (PP10)

5.2.1 CONTRACTOR shall perform comprehensive functional and operational testing of


all Fire Protection and Detection systems, including portable fire protection
equipment. This shall also include detecting of deficiencies, problems, trouble
shooting, investigating to determine the basic cause of system
problems/deficiencies and finally rectifying the problems in order to restore the
system to normal operating condition.

5.2.2 CONTRACTOR shall provide two proper automatic foam-balanced pressure


proportioning Skid systems, install one per each existing fire pump house.

5.2.3 CONTRACTOR shall assure that Automatic foam-balanced pressure proportioning


Skid systems including but not limited to two Foam tanks, with capacity of 1100
gallons in addition to the existing bladder system, Foam tanks, Positive
displacement foam transfer pumps, controllers, pressure control valves, gauges,
junction boxes interconnecting pipes, valves, fittings, skid boundary, piping,
actuators and supports, etc.,.

5.2.4 CONTRACTOR shall visit the WORK SITE to inspect the existing systems and
components to familiarize with the system, and then coordinate with COMPANY
REPRESENTATIVE to determine the proper techniques for connecting new system
with the existing Bladder System.

B-7
5.2.5 CONTRACTOR shall not dismantle the existing Bladder System Control Panels,
modules, and all other related modules, power supplies, accessories, and any
equipment or system parts that are obsolete.

5.2.6 CONTRACTOR shall properly crane or pack and handle, in accordance with
COMPANY REPRESENTATIVE Instructions, all the dismantled materials and
equipment and then transport them to COMPANY designated warehouse[s] at PP
10.

5.2.7 CONTRACTOR shall be fully responsible for repair or replace any material or
equipment that may be damaged due to CONTRACTOR's own fault.

5.2.8 CONTRACTOR shall ensure that the proper automatic foam-balanced pressure
proportioning Skid systems including electrical and diesel pumps to operate in
automatic mode and equipment functionality should comply the requirements of
related NFPA standards. The installation shall be complete in all respects and
shall include all equipment necessary for safe, reliable and efficient operation of
the system.

5.2.9 CONTRACTOR shall justify selection of the balanced pressure proportioning


systems for the fire hazard areas

5.2.10 CONTRACTOR shall ensure that balanced pressure proportioning system with
aqueous film forming foam (AFFF), stored in foam concentrate storage tank(s).
The capacity of the tank(s) shall be twice the size of the calculated foam charge,
and designed in accordance with ASME unfired Pressure Vessel code and UL/FM
approved.

5.2.11 CONTRACTOR shall ensure that the design engineering, selection and supply of
materials, fabrication, construction, installation, inspection, testing, performance
and operation of the system comply with the latest rules, regulations, standards
and codes.

5.2.12 CONTRACTOR’s proposed system for the facility, together with all associated
ancillaries, shall be designed in accordance with the recommendations of the
applicable standards, along with the National Fire Protection Association (NFPA)
codes and standards and shall be subject to the approval of Company/Engineer.
In particular, the recommendations of KSA’s Ministry of the Interior’s High
Commission for Industrial Security (HCIS), and the particular standards
referenced therein, shall be followed.

5.2.13 CONTRACTOR shall ensure that Electrical equipment located in hazardous areas
shall be explosion proof, flame proof, intrinsically safe or otherwise designed to
be suitable for the location and zone.

5.2.14 CONTRACTOR’s proposed foam balanced pressure proportioning system shall be


monitored from the Fire alarm control System, DCS in the fire control center and
as well as Main Control room.

5.2.15 The CONTRACTOR shall provide all calculations for the complete foam balanced
pressure-proportioning system required to cover the plant area.

5.2.16 CONTRACTOR shall conduct the design, procurement, equipment and system
installation and subsequent testing. All shall comply with the applicable NFPA and
related design Code requirements, applicable national and local Codes and

B-8
Standards and local SEC Fire Department (ISD) regulations and shall be subject
to approval by the Company/Engineer.

5.2.17 CONTRACTOR’s proposed foam balanced pressure proportioning system


equipment’s and materials shall be selected from Company’s approved list of
manufacturers/brands.

5.2.18 CONTRACTOR shall conduct construction, supply, testing in works, packaging for
export, shipping, transport, delivery to Site, unloading at Site, complete erection,
painting, commissioning and putting into normal operation, performance and
reliability testing on completion and instruction of the Company’s personnel for
the Fire Detection and Protection System. All equipment, spare parts and
materials covered in this scope shall be new and unused.

5.2.19 CONTRACTOR shall provide calculations to demonstrate correct sizing of the


tanks and number of skids, for Company approval. The design, fabrication,
installation and testing of the tanks shall be as per applicable Codes,

5.2.20 CONTRACTOR shall provide two (2) sets of licensed software packages, in DVD
format MS Windows compatible, used in the design for the complete foam
balanced pressure proportioning system and they shall be submitted with the
design calculations.

5.2.21 CONTRACTOR shall prepare and submit to the COMPANY a minimum of three (3)
complete sets of documents, drawings and calculations relating to the complete
foam balanced pressure proportioning system for onward submission to KSA Fire
Department by the COMPANY. It shall be the CONTRACTOR’s responsibility to
follow up, secure the necessary certification from KSA Fire Department, and
provide such evidence of compliance to the COMPANY.

5.2.22 The CONTRACTOR shall ensure that all provided equipment and valves, etc., shall
be FM approved and/or UL listed as appropriate. Only reliable equipment
requiring minimal maintenance shall be used. Skid mounted equipment shall be
provided where appropriate.

5.2.23 The new installation shall be compatible with the existing firefighting system to
enhance interchangeability of parts, tools and hose fittings, where applicable.

5.2.24 All equipment and components shall be new, designed, and manufactured for the
specific purpose for which they shall be used within the plant.

5.2.25 The Tender shall provide with his Tender a description of the system, together
with details regarding the design and proposed arrangement in order to meet
the design/operating requirements specified herein.

5.2.26 An analogue indicator shall provide local indication of tank level. Housed in a
weatherproof enclosure. Tank low-level signals shall be provided for
alarms/interlock of the foam pumps. Remote indication/alarms of tank level shall
be provided at the master fire panel located in the MCR.

5.2.27 All instruments, control devices and cabling shall be included for complete and
secure operation of the system, and shall be in accordance with the requirements
of the specification GEMSS-I&C-31 , General Requirements for Control and
Instrumentation.

B-9
5.2.28 The painting system shall be in accordance with the requirements of the ‘Painting
and Coatings Protection Systems Specification’. All piping connections to the
tank(s) shall be protected by suitably reinforced rubber expansion joints, which
shall be furnished and installed by the CONTRACTOR.

5.2.29 CONTRACTOR scope shall include an automatic local control panel to be located
in each protected area, with complete alarm indication/annunciation to the
master fire panel located in the CCR. Local and remote manual release push
button stations shall also be provided.

5.2.30 The extent of usage of the balanced pressure proportioning system will be
subject to the review and approval of the Company.

5.2.31 CONTRACTOR shall justify selection of the balanced pressure proportioning


systems for the fire hazard areas as detailed in section 6.8 at GEMSS-M-23 Rev
01 during the design stage of the project.

5.2.32 CONTRACTOR shall ensure that the foam balanced pressure-proportioning


system including but not limited to the following:

5.2.32.1 Two (2) positive displacement foam concentrate pumps (duty and
standby) with automatic regulating valves shall draw foam and
inject into the water supply via foam proportioners. The foam
concentrate tank, pumps and proportioning equipment shall be
located in the Foam Building.

5.2.32.2 Operation of the deluge valve shall start the foam concentrate pump
and open the foam concentrate motor operated isolating valve and
all other valves associated with the system. Local manual push
button station shall also be provided

5.2.33 CONTRACTOR shall be responsible for the new system SITE ACCEPTANCE TEST
(SAT), SAT shall be subject to approval by the Company/Engineer.

5.2.34 CONTRACTOR shall provide sunshade for the skid assembly and subject to
approval by the Company/Engineer.

5.2.35 The CONTRACTOR is responsible for delivering the Equipment’s to PP10 Site
including shipping/transportation.

5.2.36 Any civil/mechanical/electrical modification required to complete the PROJECT is


sole responsibility of the CONTRACTOR.

5.2.37 The general instrumentation and control requirements for the fire detection and
protection systems shall be in accordance with this specification and the separate
Instrumentation and Control Specifications, including DCS monitoring.

5.2.37.1 All local panels shall be provided with the necessary alarms and
indications to show the status of the fire protection system. This
shall include, but not be limited to, the following as applicable to the
individual panel:

5.2.37.1.1 Fire Pump running


5.2.37.1.2 Fire pump trip
5.2.37.1.3 Fire pump fail to start
5.2.37.1.4 Diesel tank fuel level low
B-10
5.2.37.1.5 Fire water tank level low
5.2.37.1.6 Foam tank level low
5.2.37.1.7 Jockey pump running
5.2.37.1.8 Jockey pump trip
5.2.37.1.9 Jockey pump fail to start
5.2.37.1.10 Hydro-pneumatic tank pressure low
5.2.37.1.11 Air compressor running
5.2.37.1.12 Air compressor trip
5.2.37.1.13 Air compressor fail to start
5.2.37.1.14 Foam tank level low
5.2.37.1.15 Gas storage pressure low
5.2.37.1.16 Status valves positions as required
5.2.37.1.17 Initiation of alarms by high/low level switches or
system malfunction
5.2.37.1.18 Initiation and malfunction of foam systems spray
deluge systems and gas extinguishing systems

5.2.37.2 The extent of control indication and alarms shown on the panel shall
be subject to approval by the Company. Monitoring of the fire
detection and protection systems shall be provided at the master
(mimic) fire panel in the CCR.

5.3 Work at Qassim Central Power Plant (QCPP)

5.3.1 CONTRACTOR shall perform comprehensive functional and operational testing of


all Fire Protection and Detection systems, including portable fire protection
equipment. This shall also include detecting of deficiencies, problems, trouble
shooting, investigating to determine the basic cause of system
problems/deficiencies and finally rectifying the problems in order to restore the
system to normal operating condition.

5.3.2 Qassim Central Power Plant (QCPP) has seven tanks that are protected by fire
detection and protection foam and water sprinkler system. Foam system is
automatic controlled by pneumatic control, while water is operated manually.
The existing system is old and has obsolete parts, which can only be operated
by manual inputs.

5.3.3 The sludge tank in the power plant is only protected by foam system, which also
needs upgradation to automatic foam and water systems.

5.3.4 The contractor shall perform engineering and design calculations to upgrade the
fire detection and protection system of seven old tanks according to the latest
SEC and NFPA requirements.

5.3.5 The deluge skids and power supply panels should be installed on concrete
pedestals with shed to protect the equipment from sun and rain.

5.3.6 The CONTRACTOR shall rehabilitate the pump houseroom equipment including
electrical and diesel pumps to operate in automatic mode with the heat and flame
detector signals and equipment functionality should comply the requirements of
related NFPA standards.

5.3.7 There is only one foam concentrate pump with the foam tank. The contractor
shall provide a similar pump compatible with the complete system and to work
in 2 x 100% capacity for the design requirement.

B-11
5.3.8 The CONTRACTOR shall provide two diesel pumps as the existing pumps are not
serviceable due to obsolete and discontinued parts. The new pumps capacity
should be calculated in the system design requirements.

5.3.9 The flame detectors of fuel tanks No 202 D and H falsely activate water sprinklers
when the sun shines in the detector at the afternoon time during the summer
months. The CONTRACTOR shall provide a mechanism to avoid the false
activation of the flame detectors in all new tanks.

5.3.10 The CONTRACTOR shall provide foam/water monitors as per the latest
requirements of SEC and NFPA standards.

5.3.11 The study of existing capacity according to SEC latest requirements, proposal for
supply of new material/equipment, upgradation and rehabilitation of equipment
and system shall be provided in the technical proposal at the time of bidding.

5.3.12 The CONTRACTOR shall install commission and put into service the new
automatic system for Tank #1-7.

5.4 Work at Hail-II Power Plant

5.4.1 CONTRACTOR shall perform comprehensive functional and operational testing of


all Fire Protection and Detection systems, including portable fire protection
equipment. This shall also include detecting of deficiencies, problems, trouble
shooting, investigating to determine the basic cause of system
problems/deficiencies and finally rectifying the problems in order to restore the
system to normal operating condition.

5.4.2 In Hail Power Plant Tank # 1-7 having capacity of 7,700 m3 are protected by old
foam and water sprinkler system. The foam and water system are currently in
manual operation. The automatic FDPS control system for these tanks is out
dated and out of service.

5.4.3 The CONTRACTOR shall perform engineering and design calculations to upgrade
the fire protection system of Tanks 1-7 according to the latest SEC and NFPA
requirements.

5.4.4 The CONTRACTOR shall supply new control system, deluge system for foam and
water, power and control cables and any other material required to make the
system functional according to the latest requirement of SEC and NFPA.

5.4.5 The new control panel and power supply shall be installed in the switchgear room
located to the East of unlading bays.

5.4.6 The CONTRACTOR shall lay all the power and control cables through cable
trenches. In case the use of existing cable trenches is not possible then then
contractor shall construct new trenches according to the requirement of the
project and the COMPANY specifications.

5.4.7 The deluge skids and power supply panels should be installed on concrete
pedestals with shed to protect the equipment from sun and rain.

5.4.8 CONTRACTOR shall supply new flame and heat detectors (as per the COMPANY
specifications).

B-12
5.4.9 The CONTRACTOR shall confirm that the existing capacity of foam tank, pumps,
and other equipment is sufficient according to the latest COMPANY specifications
and shall supply, install configure, commission and put into service the new
equipment to make the system acceptable according to SEC specifications.

5.4.10 The CONTRACTOR shall rehabilitate the equipment/system of pump house and
supply missing equipment, parts, instruments, fittings, etc.

5.4.11 The study of existing capacity and SEC latest requirements, proposal for supply
of new material/equipment, upgradation and rehabilitation shall be provided in
the technical proposal at the time of bidding.

5.4.12 The CONTRACTOR shall install, commission and put into service the new
automatic system for Tank #1-7.

5.4.13 The fuel oil tanks dike area, which includes the perimeter of the tank farm, shall
be, adequately protected with a remote controlled and/or manually operated
fixed foam monitor system. System shall comprising of adequately spaced foam
hydrants and/or monitors distributed outside and Around the tank area to
comply with the requirement of NFPA 24 , Standard for the installation of private
fire service mains and their appurtenances

6 WORK REQUIREMENTS AND SPECIFICATIONS

6.1 General Requirement

6.1.1 CONTRACTOR shall, prior starting the WORK, shall be fully acquainted and
informed about the PROJECT and site conditions and the amount and nature of
WORK required for this PROJECT.

6.1.2 CONTRACTOR shall arrange with COMPANY REPRESENTATIVE the outage [s]
required for the performance of the WORK.

6.1.3 CONTRACTOR shall be responsible for the safety of COMPANY Equipment,


manpower as well as for the safety of Contractor’s manpower and equipment

6.2 Specifications and Features

6.2.1 All fire alarm devices, conduit, cabling & junction boxes in the vicinity shall be
explosion-proof & SEC approved.

6.2.2 The proposed system shall be equipped with a "Manual" switch in order to
operate the system electrically for periodic testing of the foam system or to
trigger the foam water injection if the auto injection malfunctions.

6.2.3 Design shall also comply to manufacturers of Foam spray nozzles requirements
for area coverage, height of nozzle from the floor & design density of discharge
etc.

6.2.4 All distribution piping shall be arranged to drain and shall have pitch towards
drainage. Foam system piping shall be normally empty and, where exposed to
corrosive influence, shall be protected against corrosion.

B-13
6.2.5 Provision shall be made in the design to permit flushing of the complete piping
system with clean water after use and shall be tested hydrostatically at 16 bar
for two (2) hours.

6.2.6 CONTRACTOR shall provide a certificate from the manufacturer of the foam
system devices for proposed foam system that spray nozzles are tested for the
proposed foam concentrate and a dilution ratio.

6.2.7 The control panel shall be installed in the nearest air conditioned / Ventilated
room (Location of the control panel shall be subject to COMPANY approval). The
new system shall display alarm in the local area and fire room and shall be
connected to the fuel control management building and to the main control room.
CONTRACTOR shall provide and test, provision to interface the new alarms to
the existing DCS/control system. CONTRACTOR shall add and upgrade graphics
for new FA/FF devices in existing workstation in control room/Fire room/Fire
center.

6.2.8 Hose Cabinets for Outside Mounting – Each water hydrant and foam hydrant shall
be provided with one hose cabinet specified as follows

6.2.8.1 One steel storage cabinet. The cabinet shall be heavily galvanized and
afterwards painted red and plainly marked in large letters with the
fire hydrant number.
6.2.8.2 The cabinet shall not be located in front of hose connection of hydrant.
In case it is to be located in front of coupling, its nearest corner shall
be at least 2.5 m away from the hydrant.
6.2.8.3 Each hose cabinet shall be installed on approved concrete pedestal.

6.2.9 Hose cabinet for hydrant system shall be equipped with the following equipment.

6.2.9.1 2 X 30 m of 65 mm Ø, single jacketed Duraline/ equivalent rubber


lined coated fire hose, red color, complete with light alloy 65 mm Ø
British standard instantaneous female couplings.
6.2.9.2 One fog nozzle light alloy branch pipe with combination nozzle, spray,
jet, shut off, to fit above hoses.
6.2.9.3 2 nos. adjustable hydrant wrench
6.2.9.4 2 nos. spare hose jacket
6.2.9.5 1 no. pinch point crowbar
6.2.9.6 1 no. fire axe
6.2.9.7 1 no. sealed beam lantern with batteries
6.2.9.8 1 no. cabinet door lock

7 APPLICABLE CODES AND STANDARDS

7.1 The Fire Detection and Protection System shall be designed and manufactured in
accordance with the general requirements for codes and standards defined in Section 3
of GEMSS-G-01 General Requirements for Equipment/Materials. Specific requirements
applicable to Fire Detection and Protection System including but not limited to specified
in the Attachment II to this Schedule B.

7.2 All plant/equipment supplied under this contract shall comply with the latest NFPA, Saudi
Civil Defense requirements and Safety and Security Directives (SSD) from Higher
Commission of Industrial Safety and Security (HCISS) standards in full during the design
of fire protection systems.

B-14
7.3 It is the Contractor’s responsibility at the date of Contract Award, to comply with the
prevailing laws, statutes or regulations of KSA applicable, and any other codes and/or
standards mentioned within this specification.

7.4 COMPANY and NFPA codes and standard but not be limited to the following are
summarized for reference for the fire protection system.

8 TESTING AND COMMISSIONING

8.1 Testing, Commissioning & Start up activities shall be undertaken by the CONTRACTOR in
coordination and with the participation of the COMPANY/ENGINEER.

8.2 All necessary tests including functional tests shall be conducted by the CONTRACTOR in
coordination and with the participation of the COMPANY/ENGINEER in accordance with the
agreed Test protocol.

8.3 Performance Tests of the system shall be carried out to establish the system performance
at site conditions as stipulated in the agreed Test protocol and the Contract.

8.4 Field Quality Control shall be managed in accordance with specification GEMSS-G-03 –
Factory Inspection and testing, Testing Start-up and Commissioning GEMSS-G-04 and
specification GEMSS-G-05 - Quality Control and Quality Assurance.

8.5 Field Quality Control shall be managed in accordance with specification GEMSS-G-03 –
Factory Inspection and Testing, Testing Start-up and Commissioning GEMSS-G-04 and
specification GEMSS-G-05 - Quality Control and Quality Assurance.

8.6 CONTRACTOR shall, after complete installation of each project portion, test and
commission the entire system inline as given below-.

8.6.1 Functional test for each individual device/system.

8.6.2 Test and commission the entire system in accordance with the manufacturer's
specifications, NFPA standards and procedures as well as with COMPANY
applicable standards and procedures and approval.

8.6.3 Testing shall include pneumatic test of all clean agent and CO2 extinguishing
system piping, room integrity test of all gas protected areas and random
concentration test of one CO2 protected area. Concentration test in all areas will
be done in case of failure of the designated random test.

8.6.4 As a general, all consumable materials required for testing shall be included by
bidder such as foam concentrate, water etc.

9 START UP SPARE PARTS

9.1 CONTRACTOR shall provide all start-up spare parts for the PROJECT that required during
testing and commissioning up to Preliminary Acceptance of the PROJECT pursuant to
Paragraph 6.1 of Schedule “A”. The compensation payable to CONTRACTOR for provision
of all these items is included in the Contract Price indicated in Paragraph 1.1 of Schedule
“C” and specifically included in the relevant materials/equipment price components
indicated in Pricing Attachment to Schedule “C” of this CONTRACT.

B-15
9.2 CONTRACTOR shall prior to delivery of the equipment, provide the list of manufacturers,
type, model and quantity of all start-up spares that will be delivered to the WORK SITE
for review by the COMPANY REPRESENTATIVE. However, the review and approval by the
COMPANY REPRESENTATIVE shall not relieve CONTRACTOR of its obligation to provide
whatever type and quantity of start-up spare parts that may actually be required during
testing and commissioning up to Preliminary Acceptance of the PROJECT.

9.3 CONTRACTOR shall, prior to the start of testing and commissioning, ensure that it has at
the WORK SITE sufficient quantity of all start-up spares, that may be required during
testing and commissioning up to Preliminary Acceptance of the PROJECT.

9.4 CONTRACTOR shall, turn over to COMPANY all unused start-up spare parts upon Final
Completion and Acceptance of the PROJECT.

9.5 “Start-Up Spare Parts” are defined as spare parts or components, which may be required
during testing and commissioning up to Preliminary Acceptance of the PROJECT at the
WORK SITE.

10 OPERATIONAL SPARE PARTS AND SPECIAL TOOLS

10.1 CONTRACTOR shall furnish a list of all operational spare parts for all systems and
Equipment’s to be installed by the CONTRACTOR during engineering & construction stage
of the project.

10.2 The list shall include the spare part number, Part description & quantity, unit price, name
and addresses of original manufacturers and suppliers, (Telephone Nos. , PO Box Nos., E-
Mail Address & Contact Persons).

10.3 The above mentioned conditions shall be taken care of by CONTRACTOR during
procurement phase with the manufacturer/supplier and to be included in the terms and
conditions of procurement.

10.4 The list of recommended operation spare parts, shall be submitted during engineering &
construction phase for review and approval.

10.5 CONTRACTOR shall supply a list of special tools for all new installed provided systems.

10.6 Prior to equipment delivery, CONTRACTOR shall provide the list of Special Equipment
and/or Tools for the equipment required of CONTRACTOR to provide and install under this
CONTRACT for review by the COMPANY REPRESENTATIVE. However, the review and
approval by the COMPANY REPRESENTATIVE shall not relieve CONTRACTOR of its
obligation to provide whatever Special Equipment and/or Tools that may actually be
required for subsequent maintenance of the equipment provided and installed by
CONTRACTOR under this CONTRACT.

11 AS BUILT-DRAWINGS, REPORTS AND O&M MANUALS

CONTRACTOR shall, upon Final Completion and Acceptance of the PROJECT as specified in
Paragraph 17.7 of Schedule "A" prepare and submit to COMPANY the following:

11.1 As-Built mechanical Drawings. Six [6] sets in hard copies and three [3] sets in CD [soft
copies].

11.2 Operation and Maintenance Manuals Three [3] sets each for both hard and soft copies.

B-16
12 SUMMARY OF DOCUMENTS

This Schedule “B” includes all of the documents listed below which are hereby made part
of this CONTRACT.

12.1 Technical Specifications

The Technical Specification define the technical scope of the WORK to be performed by
CONTRACTOR pursuant to this CONTRACT. It defines the standards, codes and
regulations to be applied throughout the CONTRACT duration. It also defines the basic
design criteria for the PROJECT.

12.2 Technical Proposal, Commercial Proposal and Clarification

12.2.1 Technical Proposal, Commercial Proposal and Clarification Letters

The Contractor's Technical Proposal dated 14 May 2013 and the


Commercial Proposal dated 14 May 2013, as clarified by the clarification
correspondence listed below and by the Minutes of the Bid Clarification
Meeting(s), are made part of this CONTRACT and may not be changed
except by a CHANGE ORDER or an AMENDMENT.

The Technical proposal is a Supplement to the Technical Specifications.

If there is a conflict between the provisions of the Clarification


correspondence and the Technical Proposal, Technical Specification, the
Commercial Proposal, or the Scope of Work, the clarifications shall
govern. Except for the Technical Proposal, Technical Specification,
Commercial Proposal, and the Scope of Work, the clarification
correspondences do not govern over any other part of this CONTRACT.
The Clarification Correspondences are part of this CONTRACT, and may
not be altered except by a Change Order or and AMENDMENT.

The Technical Proposal and Commercial Proposal shall not govern over
the Technical Specification, Scope of Work or any other part of this
CONTRACT.

CLARIFICATION CORRESPONDENCES

A. COMPANY Correspondence (s)

Letter Number Letter Title Date

B. CONTRACTOR’s Correspondence (s)

Letter Number Letter Title Date


None

C. CONTRACTOR’s Replies in Response to COMPANY Clarification


Correspondence (s).

B-17
Letter Number Letter Title Date

12.2.2 Minutes of Bid Clarification Meetings (“The Minutes”)

The Minutes of the Bid Clarification Meetings dated None, and signed both
by CONTRACTOR and COMPANY; describe modifications and clarifications
of the Technical Proposal and clarifications of the Commercial Proposal
agreed to between the parties. If there is a conflict between the
provisions of the Minutes and the Technical Proposal, Technical
Specification, Commercial Proposal, or the Scope of Work, the Minutes
shall govern. Except for the Technical Proposal, Technical Specification,
Commercial Proposal, and the Scope of Work, the Minutes do not govern
over any other part of the Contract. The Minutes are part of this Contract,
and may not be altered except by a Change Order or and AMENDMENT.

12.2.3 Instructions to Bidders, Clarifications, Minutes of Meetings, and Addenda


to Bid Documents

This Schedule “B” includes the Instructions to Bidders for Commercial


Proposal (Form CD 013A), Instructions to Bidders for Technical Proposal,
and the clarifications and addenda to the bid documents, which was
issued to CONTRACTOR during the preparation of its Commercial and
Technical Proposals for this CONTRACT, and is part of this CONTRACT.

Pre-bid Clarification Issued to Bidders

Letter Number Letter Title Date

Addenda

Letter Number Letter Title Date

End of schedule "B"

B-18

You might also like