lusail specification

80
PART 3 – PARTICULAR SPECIFICATIONS

Upload: ahmed-reda

Post on 09-Nov-2015

290 views

Category:

Documents


40 download

DESCRIPTION

Lusail Specification

TRANSCRIPT

  • PART 3 PARTICULAR SPECIFICATIONS

  • LUSAIL DEVELOPMENT

    Project Name: PWC System for Marina District, Lusail Development PWC Tender Vol 2 of 3, Part 3, Particular Specifications

    2 | P a g e

    Part 3 PARTICULAR SPECIFICATIONS

    Contents

    1.0 Scope of Work 61.1 Project Description 71.2 Waste Management 81.3 Definitions 82.0 GENERAL DESIGN REQUIREMENTS 102.1 Overview 102.2 Design Development 112.3 Design Life 132.4 Compliance with Regulatory Codes and Authority Requirements 133.0 FIELD COMPONENTS REQUIREMENTS 153.1 Pedestrian Bins 153.2 Storage Section 153.3 Discharge Valve 163.4 Air Inlet Valve 173.5 Sectoring Valve 173.6 Waste Diverter 183.7 Control Box 183.8 Control Cables 193.9 Compressed Air Tubes 193.10 Waste Pipe 204.0 PWC PLANT BUILDING REQUIREMENTS 224.1 General 224.2 Vehicular Access 234.3 Container Loading 23

  • LUSAIL DEVELOPMENT

    Project Name: PWC System for Marina District, Lusail Development PWC Tender Vol 2 of 3, Part 3, Particular Specifications

    3 | P a g e

    4.4 Structural Design 234.5 Noise and Vibration 244.6 Air Emissions 254.7 Electrical Supply and Distribution 264.8 Ventilation and Cooling Requirements 344.9 Water and Drainage Requirements 354.10 Fire Safety 354.11 Fire Alarm and Detection, Security and CCTV system 364.12 Telecommunication and Public Address System 374.13 Finishes, Fixtures and Fittings 375.0 ELECTRICAL CONTROL SYSTEM REQUIREMENTS 425.1 PWC System Operation 425.2 Container Collection 425.3 Control System Interface 435.3.1 Graphical User Interface 435.3.2 Graphical Display 435.3.3 Alarm Handling 435.4 Integration with ICT System 445.5 Control Equipment Requirements 445.5.1 SCADA System 455.5.2 Network Architecture 465.5.3 System Integration 485.5.4 System Security 485.5.5 Scope of Work 485.5.6 Included In the Work 495.5.7 Engineering Scope of Work 505.5.8 Installation and Commissioning Scope of Work 51

  • LUSAIL DEVELOPMENT

    Project Name: PWC System for Marina District, Lusail Development PWC Tender Vol 2 of 3, Part 3, Particular Specifications

    4 | P a g e

    5.5.9 Controllers 535.5.10 Input / Output Modules 545.5.11 Computers/Servers 545.5.12 Panels 556.0 PWC PLANT EQUIPMENTS REQUIREMENTS 566.1 General Description 566.2 Waste Separator and Rotating Screen 566.3 Waste Compactor 576.4 Waste Container 586.5 Container Conveyer and Overhead Crane 596.6 Exhausters 606.7 Air Filter House 616.8 Air Pipes 636.9 Non Return Valve 636.10 Velocity Regulating 636.11 Venturi and Modulating Valve 636.12 Pipe Sound Absorber 646.13 Compressed Air System 646.14 Electric Control Centre, ECC 666.15 Power System Emergency Shutdown Sequence 687.0 INSTALLATION WORK 697.1 General 697.2 General Construction Requirements 697.3 Construction Programme 707.4 Reporting 707.5 Drawings 707.6 Quality Control 71

  • LUSAIL DEVELOPMENT

    Project Name: PWC System for Marina District, Lusail Development PWC Tender Vol 2 of 3, Part 3, Particular Specifications

    5 | P a g e

    7.7 Commissioning 727.7.1 General 727.7.2 Factory Acceptance Test 757.7.3 Site Acceptance Test 767.7.4 Continuous Run Test 767.7.5 Phasing and Future Connection 767.7.6 Maintenance Tools 777.7.7 Spares and Consumables 777.7.8 Operation & Maintenance Manuals 777.7.9 Continuous Run Test 787.7.10 Handing Over 787.8 Environmental Protection 787.9 Health and Safety 797.10 Operator Training 797.11 Public Education 80

  • LUSAIL DEVELOPMENT

    Project Name: PWC System for Marina District, Lusail Development PWC Tender Vol 2 of 3, Part 3, Particular Specifications

    6 | P a g e

    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. Volume control waste feeding inlet ii. Stainless Steel make storage section c/w waste level sensor and access cover iii. Discharge Valves (DV); iv. Air Inlets Valves (AIV); v. Hot Dipped Galvanised (HDG) steel platform for all DV and AIV

    b) Sectoring valves within the completed wet tunnel or RC chamber c) Waste diverters c/w isolation valves within the completed wet tunnel d) Air flow metering system on the pipe network e) 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.

  • LUSAIL DEVELOPMENT

    Project Name: PWC System for Marina District, Lusail Development PWC Tender Vol 2 of 3, Part 3, Particular Specifications

    7 | P a g e

    i) Construction of PWC plant room including all design, supervisions, obtain approval, inspection and all fees payable etc. from/to all relevant local authorities.

    j) Building work shall include the following within the plot boundary limit and as specified in the tender drawings:

    i. All Architectural works ii. All Structural work iii. All Mechanical and Electrical (MEP) work iv. 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 sub-developer.

    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

  • LUSAIL DEVELOPMENT

    Project Name: PWC System for Marina District, Lusail Development PWC Tender Vol 2 of 3, Part 3, Particular Specifications

    8 | P a g e

    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) Apartment; b) Office; c) Retail; d) Hotels; e) Mosques; f) Other community and civic buildings.

    1.1.4 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.

    1.2 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 sub-development 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.

    1.3 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

  • LUSAIL DEVELOPMENT

    Project Name: PWC System for Marina District, Lusail Development PWC Tender Vol 2 of 3, Part 3, Particular Specifications

    9 | P a g e

    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

  • LUSAIL DEVELOPMENT

    Project Name: PWC System for Marina District, Lusail Development PWC Tender Vol 2 of 3, Part 3, Particular Specifications

    10 | P a g e

    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.

  • LUSAIL DEVELOPMENT

    Project Name: PWC System for Marina District, Lusail Development PWC Tender Vol 2 of 3, Part 3, Particular Specifications

    11 | P a g e

    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:

  • LUSAIL DEVELOPMENT

    Project Name: PWC System for Marina District, Lusail Development PWC Tender Vol 2 of 3, Part 3, Particular Specifications

    12 | P a g e

    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 cross-

    sections 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;

  • LUSAIL DEVELOPMENT

    Project Name: PWC System for Marina District, Lusail Development PWC Tender Vol 2 of 3, Part 3, Particular Specifications

    13 | P a g e

    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 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.

    2.3 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:

    Item Warranted Years of Lifespan

    Waste inlets or pedestrian bins 15

    Storage section 10

    Discharge valves and air inlet valves 30

    Containers 5

    Other mechanical components 15

    Electrical and control components 10

    2.3.4 LREDC shall not accept the work to which the performance guarantee relates until the

    performance has been satisfactorily demonstrated by the CONTRACTOR.

    2.4 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

  • LUSAIL DEVELOPMENT

    Project Name: PWC System for Marina District, Lusail Development PWC Tender Vol 2 of 3, Part 3, Particular Specifications

    14 | P a g e

    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.

  • LUSAIL DEVELOPMENT

    Project Name: PWC System for Marina District, Lusail Development PWC Tender Vol 2 of 3, Part 3, Particular Specifications

    15 | P a g e

    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) Mixed dry recyclables; b) 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

  • LUSAIL DEVELOPMENT

    Project Name: PWC System for Marina District, Lusail Development PWC Tender Vol 2 of 3, Part 3, Particular Specifications

    16 | P a g e

    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

  • LUSAIL DEVELOPMENT

    Project Name: PWC System for Marina District, Lusail Development PWC Tender Vol 2 of 3, Part 3, Particular Specifications

    17 | P a g e

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

    3.4 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.

  • LUSAIL DEVELOPMENT

    Project Name: PWC System for Marina District, Lusail Development PWC Tender Vol 2 of 3, Part 3, Particular Specifications

    18 | P a g e

    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) The Air Inlet Valve b) The Discharge Valve c) The Waste Pedestrian Bin d) Waste Level Sensor e) Sectoring Valve f) Air Flow meter g) 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.

  • LUSAIL DEVELOPMENT

    Project Name: PWC System for Marina District, Lusail Development PWC Tender Vol 2 of 3, Part 3, Particular Specifications

    19 | P a g e

    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

  • LUSAIL DEVELOPMENT

    Project Name: PWC System for Marina District, Lusail Development PWC Tender Vol 2 of 3, Part 3, Particular Specifications

    20 | P a g e

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

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

    3.10 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 : DN 500 mm nominal - Pipe thickness : min 6.0mm - Pipe material : GB 235B carbon steel pipes - Carrier speed : 20-22 m/sec - System pressure : ~30kPA - Normal earth-up depth of pipes : 2000 ~2500 mm - Pipe upward/downward gradients : 15 - 30 degrees - Pipe curve radius : 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.

  • LUSAIL DEVELOPMENT

    Project Name: PWC System for Marina District, Lusail Development PWC Tender Vol 2 of 3, Part 3, Particular Specifications

    21 | P a g e

    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 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

  • LUSAIL DEVELOPMENT

    Project Name: PWC System for Marina District, Lusail Development PWC Tender Vol 2 of 3, Part 3, Particular Specifications

    22 | P a g e

    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) Generating air flow and negative pressure; b) Separating wastes from transport air; c) Receiving, compacting and storing wastes; d) Filtering and deodorizing the exhausted transport air; e) 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.

  • LUSAIL DEVELOPMENT

    Project Name: PWC System for Marina District, Lusail Development PWC Tender Vol 2 of 3, Part 3, Particular Specifications

    23 | P a g e

    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.

  • LUSAIL DEVELOPMENT

    Project Name: PWC System for Marina District, Lusail Development PWC Tender Vol 2 of 3, Part 3, Particular Specifications

    24 | P a g e

    4.4.3 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.

    4.5 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) LAT A-weighted time averaged sound pressure levels as defined by IEC 61672-1; and

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

    4.5.1.3 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.

    4.5.2 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 Night

    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.

    4.5.3 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.

  • LUSAIL DEVELOPMENT

    Project Name: PWC System for Marina District, Lusail Development PWC Tender Vol 2 of 3, Part 3, Particular Specifications

    25 | P a g e

    Space 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.

    4.5.4 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).

    4.6 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) Moisture Eliminator; b) Dust Filters; and c) Odour treatment.

  • LUSAIL DEVELOPMENT

    Project Name: PWC System for Marina District, Lusail Development PWC Tender Vol 2 of 3, Part 3, Particular Specifications

    26 | P a g e

    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 (LV) design voltages and system characteristics are

    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

  • LUSAIL DEVELOPMENT

    Project Name: PWC System for Marina District, Lusail Development PWC Tender Vol 2 of 3, Part 3, Particular Specifications

    27 | P a g e

    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) The current Edition of the QGEWC Regulations; b) BS/EN standards; c) Kahramaa (QGEWC) Equipment Standards; d) 17th Edition of the IEE Regulations: BS 7671; and e) 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 Kahra- Maa specification s.

    4.7.4 Intentionally left blank 4.7.5 Intentionally left blank 4.7.6 Intentionally left blank

    4.7.7 Transformers 4.7.7.1 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 3-limb 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

  • LUSAIL DEVELOPMENT

    Project Name: PWC System for Marina District, Lusail Development PWC Tender Vol 2 of 3, Part 3, Particular Specifications

    28 | P a g e

    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) Core temperature (calibrated 4-20mA); b) Ambient temperature (calibrated 4-20mA); c) Fans running; d) Stage 1 temperature reached; e) Stage 2 temperature alarm reached; and f) Stage 3 critical temperature reached.

    4.7.7.9 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 Earthing and Equipotential Bonding 4.7.8.1 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.

  • LUSAIL DEVELOPMENT

    Project Name: PWC System for Marina District, Lusail Development PWC Tender Vol 2 of 3, Part 3, Particular Specifications

    29 | P a g e

    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 Raceway System 4.7.9.1 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

  • LUSAIL DEVELOPMENT

    Project Name: PWC System for Marina District, Lusail Development PWC Tender Vol 2 of 3, Part 3, Particular Specifications

    30 | P a g e

    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 Fixture Type Lamp Type Minimum Lux

    Notes

    Plant rooms High Pressure Mercury Light Fixture, high Bay, Aluminum body and Reflector.

    400 Watt Maximum

    300

    10% of lights shall have quartz instant re-strike

    Electrical rooms such as HV , LV Switchgear, transformer rooms

    Fluorescent Industrial Light Fixture, GRP Body, White Reflector and IP 54

    T5 Fluorescent

    Lamp

    300

    Control and office rooms Fluorescent Light Fixture, Powder coated steel body and Mirror Reflector

    T5 Fluorescent

    Lamp

    500

    Toilets And Washrooms Fluorescent Light Fixture , Down light, steel body and aluminum reflector. IP 54

    T5 Fluorescent

    Lamp

    200

    Locker Room Fluorescent Light Fixture, Down light, steel body and aluminum reflector. IP 20

    T5 Fluorescent

    Lamp

    200

    Fire Suppression System Room

    Fluorescent Light Fixture , GRP Body, White Reflector

    T5 Fluorescent

    Lamp

    300

  • LUSAIL DEVELOPMENT

    Project Name: PWC System for Marina District, Lusail Development PWC Tender Vol 2 of 3, Part 3, Particular Specifications

    31 | P a g e

    and IP 54

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

    T5 Fluorescent

    Lamp

    150

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

    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.

  • LUSAIL DEVELOPMENT

    Project Name: PWC System for Marina District, Lusail Development PWC Tender Vol 2 of 3, Part 3, Particular Specifications

    32 | P a g e

    g) Breakers with earth leakage relay protection shall be provided with shunt trips.

    h) Frame sizes shall be as per manufacturers standard size and as approved by the Engineer.

    i) 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.

    j) 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.

    k) 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.

    l) Each MCCB used as an Incomer or feeder shall have facilities for electrical as well as mechanical interlock.

    m) 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.

  • LUSAIL DEVELOPMENT

    Project Name: PWC System for Marina District, Lusail Development PWC Tender Vol 2 of 3, Part 3, Particular Specifications

    33 | P a g e

    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

  • LUSAIL DEVELOPMENT

    Project Name: PWC System for Marina District, Lusail Development PWC Tender Vol 2 of 3, Part 3, Particular Specifications

    34 | P a g e

    f) Surface mounted switches, metallic. g) flush mounted switches to be of the grid fixing type with h) to be watertight IP 56 for waterproof type for external and wet areas. i) to be made of poly-carbonate for indoor application in damp and wet areas. j) 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) Arranged to avoid draughts; and b) Designed to minimise noise intrusion into the space.

  • LUSAIL DEVELOPMENT

    Project Name: PWC System for Marina District, Lusail Development PWC Tender Vol 2 of 3, Part 3, Particular Specifications

    35 | P a g e

    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 locati