tbc01 rev a_dk engineering (dk response 1)

65
TECHNICAL BID CLARIFICATION # 1 PROJECT SU TU TRANG FULL FIELD DEVELOPMENT – PHASE 1 CLIENT CUU LONG JOINT OPERATING COMPANY EPCI CONTRACTOR PTSC MECHANICAL & CONSTRUCTION RFQ NO. STFFD-P1-004112 RFQ TITLE HOT WATER SKID BIDDER NAME DK ENGINEERING BIDDERS REF & DATE CT15-037 TBC REF. & DATE TBC#01 Rev. A Date of Issue : 10/09/15 Date of Response : 16/09/15 TOTAL PAGES: 42 BIDDER SIGNATURE . (name/position/date) Note: BIDDER shall CONFIRM COMPLIANCE to all requirements in these Technical Clarifications (TC). If BIDDER is unable to meet any requirements, BIDDER shall provide sufficient reasoning for NOT COMPLYING to the requirements. BIDDER may provide COST or SCHEDULE IMPACT if any for meeting requirements (BIDDER to furnish additional details wherever required). BIDDER shall NOT use replies like “O.K”, “FOLLOW”, etc. Where the cost impact is involved, the price information shall be submitted after all clarifications closed and upon receipt of Buyer’s request.

Upload: vu-tran

Post on 04-Jan-2016

16 views

Category:

Documents


2 download

DESCRIPTION

qrqrq

TRANSCRIPT

Page 1: TBC01 Rev A_DK Engineering (DK Response 1)

TECHNICAL BID CLARIFICATION # 1

PROJECT SU TU TRANG FULL FIELD DEVELOPMENT – PHASE 1

CLIENT CUU LONG JOINT OPERATING COMPANY

EPCI CONTRACTOR PTSC MECHANICAL & CONSTRUCTION

RFQ NO. STFFD-P1-004112

RFQ TITLE HOT WATER SKID

BIDDER NAME DK ENGINEERING

BIDDERS REF & DATE CT15-037

TBC REF. & DATE TBC#01 Rev. ADate of Issue : 10/09/15Date of Response : 16/09/15

TOTAL PAGES: 42

BIDDER SIGNATURE . (name/position/date)

Note:BIDDER shall CONFIRM COMPLIANCE to all requirements in these Technical Clarifications (TC). If BIDDER is unable to meet any requirements, BIDDER shall provide sufficient reasoning for NOT COMPLYING to the requirements. BIDDER may provide COST or SCHEDULE IMPACT if any for meeting requirements (BIDDER to furnish additional details wherever required). BIDDER shall NOT use replies like “O.K”, “FOLLOW”, etc.

Where the cost impact is involved, the price information shall be submitted after all clarifications closed and upon receipt of Buyer’s request.

Page 2: TBC01 Rev A_DK Engineering (DK Response 1)

TECHNICAL BID CLARIFICATION # 1

TBC REF. & DATE:TBC #1 Rev. A_DK ENGINEERINGDate of Issue : 10/09/15Date of Response : 16/09/15

TOTAL PAGES: 46

ITEM TECHNICAL POINT BIDDER CONFIRMATION / REPLYCOST

IMPACT (YES/NO)

SCHEDULE IMPACT

(YES/NO)STATUS

Rev

I.GENERAL CLARIFICATION

1.1What company is engineering and manufacturing for hot water pressure tank package (HWPT package)?

DK Engineering Company is engineering and manufacturing for Hot water pressure tạnk package

No No

1.2Bidder to point out the factory where the package to be designed, fabricated, and Factory Acceptance Test (city, country).

The factory is designed, fabricated, and Factory Acceptance Test is DK Engineering workshop, Dong xuyen industrial zone, Vung tau city, Vietnam

No No

1.3The mark-up data sheet for hot water pressure tank package (for base / optional scope) for further evaluation.

1.4

Bidder to note that only deviation/exception submitted with proposal shall be reviewed by Company. Deviation/exception written elsewhere in the proposal shall not be considered and shall not be construed for Bidder to have the right for any claim that may arise during the contract execution. Only deviation/exception which has been submitted and approved in writing by Company shall become effective.

We noted No No

1.5 Bidder proposes alternative to change material of hot water tank from SA 516 Gr 70 to SA240 TP316L.

In the Bid, Bidder propose hot water tank for both carbon steel and stainless steel. Bidder to confirm, Bidder proposed carbon steel tank for base scope and stainless steel for optional scope.

We confirm the proposed carbon steel tank is base scope and stainless steel is optional scope.

No No

Page 3: TBC01 Rev A_DK Engineering (DK Response 1)

TECHNICAL BID CLARIFICATION # 1

TBC REF. & DATE:TBC #1 Rev. A_DK ENGINEERINGDate of Issue : 10/09/15Date of Response : 16/09/15

TOTAL PAGES: 46

ITEM TECHNICAL POINT BIDDER CONFIRMATION / REPLYCOST

IMPACT (YES/NO)

SCHEDULE IMPACT

(YES/NO)STATUS

Rev

Bidder to confirm.

1.6

Bidder propose alternative to change design standard for pump from ASME B73.2 to use ISO 5199.

In the Bid, Bidder propose hot water tank for both ASME B73.2 and ISO 5199 pump code. Bidder to confirm, Bidder proposed ASME B73.2 pump for base scope and ISO 5199 pump for optional scope.

Bidder to confirm.

We confirm proposed ASME B73.2 pump is base scope and ISO 5199 pump is optional scope.

No No

1.7

Bidder to propose marked-up “Confirmation of compliance with reference documents” per INQ-1 of Technical requisition (2014-4966-1W-1002_C_Technical Requisition for Hot Water Pressure Tank Package) and submitted for further evaluation.

Please kindly find our response as attached file (Attachment 1)

No No

1.8

Bidder to provide Pump manufacture experience list showing specific type of pump, model application.

Bidder is requested to provide country of origin and sub-vendor list for major component items of pumps (coupling, bearing, and mechanical seal) for further evaluation.

Bidder to note that sub-vendor list shall be without “or Equal” for evaluation.

Please kindly find experience list as attached file (Attachment 4)

1.9Bidder to confirm that hot water pressure tank package (HWPT package) have been suitably designed for ease of

We confirm No No

Page 4: TBC01 Rev A_DK Engineering (DK Response 1)

TECHNICAL BID CLARIFICATION # 1

TBC REF. & DATE:TBC #1 Rev. A_DK ENGINEERINGDate of Issue : 10/09/15Date of Response : 16/09/15

TOTAL PAGES: 46

ITEM TECHNICAL POINT BIDDER CONFIRMATION / REPLYCOST

IMPACT (YES/NO)

SCHEDULE IMPACT

(YES/NO)STATUS

Rev

operation & maintenance, and have 20 years design life and the spare parts for the proposed models shall be available for the complete design life period.

1.10

It is noted that Bidder has submitted the Inspection and Testing Plan (ITP).

However, this ITP shall be further finalised during kick-off meeting.

Bidder to confirm.

We confirm No No

1.11

It is noted that Bidder has submitted the proposed Vendor Document List.

However, this Vendor Document list shall be further finalised during kick-off meeting.

Bidder to confirm.

We confirm the Vendor Document List will be followed with ITB

No No

1.12

Bidder proposed commissioning and start-up spares part list is noted.

Bidder also to confirm these spares part are enough for commissioning and start-up.

Any issues during commissioning and start-up due to missing of commissioning and start-up spares part will be under bidder responsibility.

We confirm spares part are enough for commissioning and start-up.

No No

Page 5: TBC01 Rev A_DK Engineering (DK Response 1)

TECHNICAL BID CLARIFICATION # 1

TBC REF. & DATE:TBC #1 Rev. A_DK ENGINEERINGDate of Issue : 10/09/15Date of Response : 16/09/15

TOTAL PAGES: 46

ITEM TECHNICAL POINT BIDDER CONFIRMATION / REPLYCOST

IMPACT (YES/NO)

SCHEDULE IMPACT

(YES/NO)STATUS

Rev

1.13

Material certificates shall be furnished as follow:

- Level 1, equivalent to BS EN 10204 - 3.1 for pressure retaining components

- Level 2, equivalent to BS EN 10204 - 2.2 for non-critical and non-pressure components such as supports (unless highly stressed), external clips, platforms and ladders (where supplied).

We noted and confirm No No

1.14

Transportation load shall be as follow.

Lateral acceleration in any horizontal direction : +/- 0.808 g (g: gravity acceleration)

Vertical accelerations : 1.317 – 1.083g

Bidder to confirm compliance.

We confirm compliance No No

1.15The overall noise level of the combined equipment supplied in a package shall not exceed 85 dBA @ 1 m from the edge of the package.

We confirm No No

1.16Bidder to provide Start / Stop push button stations (02 e.a) for pump motors in the scope of supply as base scope.

We confirm to provide the Start / Stop push button stations (02 e.a) for pump motors is our scope of supply

No No

1.17In the Bid, Bidder stated the ‘instrument and piping for seal system’ is not applicable in the Appendix A scope of supply.

However, in the data sheet for Omel pump, Bidder stated

Page 6: TBC01 Rev A_DK Engineering (DK Response 1)

TECHNICAL BID CLARIFICATION # 1

TBC REF. & DATE:TBC #1 Rev. A_DK ENGINEERINGDate of Issue : 10/09/15Date of Response : 16/09/15

TOTAL PAGES: 46

ITEM TECHNICAL POINT BIDDER CONFIRMATION / REPLYCOST

IMPACT (YES/NO)

SCHEDULE IMPACT

(YES/NO)STATUS

Rev

the primary flush plan is 11. The plan 11 has a line that connected from the discharge side of the pump and recirculated through an orifice in to the gland flush connection.

Bidder to advise if the instrument and piping for seal system required. If the instrument and piping for seal system is required, it shall be supply in base scope.

1.18

Hot water pressure tanks shall be provided with Third party (CA) Inspection Services Category A in accordance with “Categories for Vendor Inspection and Vietnam Register for LLI & SLI Package” (Doc No.: 2014-4800-0U-1006).

Bidder to confirm compliance and include the third party certification in base scope.

Third party agency shall be from Six recognized certifying authorities (ABS, DNV, BV, GL, LR and NKK).

We confirm compliance and include the third party certification in base scope.

No No

1.19

The application of hot conservation insulation shall be in accordance with “Insulation and Personnel Protection Specification” (Doc. No.: 2014-4800-1L-0005).

Bidder to confirm compliance.

We confirm compliance No No

1.20Bidder to note that the insulation MTO and insulation service shall be quoted separately in detailed design.Bidder to confirm compliance.

We confirm compliance No No

1.21Bidder to confirm to provide performance and mechanical We confirm compliance No No

Page 7: TBC01 Rev A_DK Engineering (DK Response 1)

TECHNICAL BID CLARIFICATION # 1

TBC REF. & DATE:TBC #1 Rev. A_DK ENGINEERINGDate of Issue : 10/09/15Date of Response : 16/09/15

TOTAL PAGES: 46

ITEM TECHNICAL POINT BIDDER CONFIRMATION / REPLYCOST

IMPACT (YES/NO)

SCHEDULE IMPACT

(YES/NO)STATUS

Rev

guarantee/ warrantee as per Data sheet.

1.22

Scope of HWPT packages shall be completed with full process, tanks/vessels, structural, mechanical, piping, E&I, handrail, ladder, insulation..... outlet fluid requirement guarantee. Bidder to confirm.

We confirm compliance No No

1.23

Preservation systems for HWPT package shall be suitable for 12 months outdoor storage in a tropical marine environment.

Preservation system shall be supplied by Bidder in base scope.

Bidder to confirm compliance.

We confirm compliance No No

1.24Lifting equipment such as lifting beams, slings, shackles etc. with necessary third party certificates is required as base scope (revise quotation if any to reflect).

Bidders to confirm provide and list out the necessary handling equipment.

Certified Spreader Frame with Accessories for lifting shall be complied with the attachment (attachment 2). Bidder to confirm compliance

We confirm compliance No No

Page 8: TBC01 Rev A_DK Engineering (DK Response 1)

TECHNICAL BID CLARIFICATION # 1

TBC REF. & DATE:TBC #1 Rev. A_DK ENGINEERINGDate of Issue : 10/09/15Date of Response : 16/09/15

TOTAL PAGES: 46

ITEM TECHNICAL POINT BIDDER CONFIRMATION / REPLYCOST

IMPACT (YES/NO)

SCHEDULE IMPACT

(YES/NO)STATUS

Rev

1.25 Bidder to advise technical support location.The technical support location is DK Engineering, Vung tau city.

1.26All electrical and instrument equipment and devices shall be certified suitable for Zone 2, IIA, T3.

We confirm compliance No No

1.27

Bidder to note that the preliminary drawings of HWPT package which submitted by bidder are for reference during proposal stage only. Any changing by Purchaser comment due to code & specification requirement shall be of no cost and schedule impact.

Our proposal is based on the code & specification of ITB. If any comments from Purchaser is out of scope & specification will make cost impact

1.28Bidder to note material SS 304 shall not be used for any components. The minimum grade of stainless steel shall be SS 316. Bidder to confirm compliance.

We confirm compliance No No

1.29

All pipe, fittings, valves within HWPT package shall be SS316/SS316L.

Bidder to confirm compliance.

We confirm compliance No No

1.30Bidder shall be refer to the “Environment and Available Utility Datasheet” 2014-4800-9M-0010 for the utilities

We confirm compliance No No

Page 9: TBC01 Rev A_DK Engineering (DK Response 1)

TECHNICAL BID CLARIFICATION # 1

TBC REF. & DATE:TBC #1 Rev. A_DK ENGINEERINGDate of Issue : 10/09/15Date of Response : 16/09/15

TOTAL PAGES: 46

ITEM TECHNICAL POINT BIDDER CONFIRMATION / REPLYCOST

IMPACT (YES/NO)

SCHEDULE IMPACT

(YES/NO)STATUS

Rev

available within the platform.

Bidder to confirm compliance.

1.31Bidder proposed skid dimension is noted, Bidder to confirm if any changing during detail stage shall be no cost impact.

We confirm compliance No No

Pumps

1.32

Pumps shall be shall be supplied, designed, fabricated, inspected, tested, preserved, packed and delivered in accordance with Specification for Non-API centrifugal pump (2014-4800-1L-1007) Specification for Hot water heater package (2014-4966-1L-1003).

We confirm compliance No No

1.33Bidder proposed ASME B73.2 pump, vertical in-line, as base scope is noted. Bidder to advise following pump data for further evaluation

- The head raise from operating point to shutoff head.

- Number of stages

- NPSHr at rated flow

- Wear ring material

- Mechanical Seal Design Code

- Seal design

- The head raise from operating point to shutoff head: 23m

- Impeller type : Closed

- Number of stages: 1

- Casing MAWP, barg: TBA

- Hydrotest Pressure: 24 barg

- Wear ring material: AISI316L

- Mechanical Seal Design Code: Roten L4K

Page 10: TBC01 Rev A_DK Engineering (DK Response 1)

TECHNICAL BID CLARIFICATION # 1

TBC REF. & DATE:TBC #1 Rev. A_DK ENGINEERINGDate of Issue : 10/09/15Date of Response : 16/09/15

TOTAL PAGES: 46

ITEM TECHNICAL POINT BIDDER CONFIRMATION / REPLYCOST

IMPACT (YES/NO)

SCHEDULE IMPACT

(YES/NO)STATUS

Rev

- Material of seal faces (static/rotating face)

- Coupling type

- Coupling safety factor

- Seal design: Single Plan 02

- Material of seal faces (static/rotating face): SIC/ Carbon/ EPDM

- Coupling type: Flexible

- Coupling safety factor: 1.8

1.34

For ASME B73.2 pump, Bidder to correct the NPSHr at rated flow. That is not consistent between pump data sheet and pump curve.

Bidder to check and confirm.

1.35Bidder proposed ISO 5199 pump, horizontal type, as optional scope is noted. Bidder to advise following pump data for further evaluation

- The head raise from operating point to shutoff head.

- Impeller type (closed/open)

- Number of stages

- Casing MAWP, barg

- Hydrotest Pressure, barg

- Wear ring material

- Mechanical Seal Design Code

- The head raise from operating point to shutoff head: 23m

- Impeller type : Closed

- Number of stages: 1

- Casing MAWP, barg: TBA

- Hydrotest Pressure: 24 barg

- Wear ring material: AISI316L

- Mechanical Seal Design Code: Roten L4K

- Seal design: Single Plan 02

- Material of seal faces (static/rotating

Page 11: TBC01 Rev A_DK Engineering (DK Response 1)

TECHNICAL BID CLARIFICATION # 1

TBC REF. & DATE:TBC #1 Rev. A_DK ENGINEERINGDate of Issue : 10/09/15Date of Response : 16/09/15

TOTAL PAGES: 46

ITEM TECHNICAL POINT BIDDER CONFIRMATION / REPLYCOST

IMPACT (YES/NO)

SCHEDULE IMPACT

(YES/NO)STATUS

Rev

- Seal design

- Material of seal faces (static/rotating face)

- Coupling type

Coupling safety factor

face): SIC/ Carbon/ EPDM

- Coupling type: Flexible

- Coupling safety factor: 1.8

1.36

All parts of the seal flushing system shall be 316 stainless steel

Bidder to confirm compliance.

We confirm compliance No No

1.37

Bidder proposed the material of coupling guard is Aluminium for base ASME pump.

Bidder to note that the project does not prefer aluminium.

Bidder to confirm compliance.

We confirm the coupling guard shall be SS 316 material

No No

1.38

Bidder proposed the material of coupling guard is AISI 304 for ISO pump. It is not acceptable.

Bidder to note that material SS 304 shall not be used for any components. The minimum grade of stainless steel shall be SS 316. Bidder to confirm compliance.

Bidder to confirm compliance.

We confirm the coupling guard shall be SS 316 material

No No

1.39Net Positive Suction Head Available (NPSHA) shall exceed the Net Positive Suction Head Required (NPSHR)

We confirm compliance No No

Page 12: TBC01 Rev A_DK Engineering (DK Response 1)

TECHNICAL BID CLARIFICATION # 1

TBC REF. & DATE:TBC #1 Rev. A_DK ENGINEERINGDate of Issue : 10/09/15Date of Response : 16/09/15

TOTAL PAGES: 46

ITEM TECHNICAL POINT BIDDER CONFIRMATION / REPLYCOST

IMPACT (YES/NO)

SCHEDULE IMPACT

(YES/NO)STATUS

Rev

throughout the pump performance curve.

Bidder to confirm compliance.

Bidder to specify in here the NPSH margin.

1.40

Refer to the catalogue and the datasheet attached with the bid, it appears that the pump has two stages.

Bidder to confirm

We confirm complianceNo No

1.41

In the datasheet, mechanical seal is specified with material Silicon Carbide vs Silicon Carbide. However, in the catalogue it is specified hard carbon vs silicon.

Bidder to check and re-confirm the material.

Material for mechanical seal is SIC/ Carbon/ EPDM

1.42

The dynamic and static pressure rating of the seals and auxiliary systems shall exceed the maximum pump shutoff discharge pressure for all operating cases.

Bidder to confirm compliance.

Not necessary as external flushing pressure is not needed for the seal

1.43

Bidder to advise following pump data for further evaluation.

- Coupling type

- Coupling safety factor

- Coupling guard material

- Flexible AB trasmmissioni GB model

- SF 1.8

- Coupling guard material: SS 316

Page 13: TBC01 Rev A_DK Engineering (DK Response 1)

TECHNICAL BID CLARIFICATION # 1

TBC REF. & DATE:TBC #1 Rev. A_DK ENGINEERINGDate of Issue : 10/09/15Date of Response : 16/09/15

TOTAL PAGES: 46

ITEM TECHNICAL POINT BIDDER CONFIRMATION / REPLYCOST

IMPACT (YES/NO)

SCHEDULE IMPACT

(YES/NO)STATUS

Rev

1.44

The coupling guard shall be of slotted metal, non-sparking type.

Bidder to confirm compliance.

We confirm complianceNo No

1.45 Bidder to provide experience list of pump manufacture.

We confirm compliance. Please kindly refer to the experience list of pump as attached file (Attachment 5).

No No

1.46Bidder to recheck with performance curve for both base and alternative pump (% shut off head and % rate impeller).

We noted, 22.26

1.47 Pressure vessels

1.48

The MAWP of pressure vessel equipment shall be calculated based on total metal thickness less corrosion allowance. The MAWP selection base on design pressure is not acceptable. Bidder to confirm compliance.

We confirm complianceNo No

1.49Bidder to propose the forming method for pressure vessel heads whether hot or cold forming and also provide name of subcontractor for shell and head forming.

1.50Bidder to advise the number of piece plate for each of formed vessel head.

1.51 The tolerance of formed head shall be in accordance to the We confirm compliance

No No

Page 14: TBC01 Rev A_DK Engineering (DK Response 1)

TECHNICAL BID CLARIFICATION # 1

TBC REF. & DATE:TBC #1 Rev. A_DK ENGINEERINGDate of Issue : 10/09/15Date of Response : 16/09/15

TOTAL PAGES: 46

ITEM TECHNICAL POINT BIDDER CONFIRMATION / REPLYCOST

IMPACT (YES/NO)

SCHEDULE IMPACT

(YES/NO)STATUS

Rev

UG-81, ASME VIII Div.1. Bidder to confirm compliance.

1.52

The minimum thickness required as per Specification shall be 9mm excluding corrosion allowance for vessel with ID < 2286mm.

So the thickness shall be min 9+3 CA mm for base cope, 9+0 CA mm for optional scope.

Bidder to confirm compliance.

We confirm complianceNo No

1.53

Bidder to provide the sub-contractor for rolling/ forming works of vessel shell and head.

The preliminary forming and rolling procedure shall be provided for review in bid stage also if any.

The sub-contractor for rolling/ forming works of vessel shell and head is Nui Thanh Mechanical/Tan Thanh Company/APEM.

The forming and rolling procedure will be supplied in detail design for review.

No No

1.54

External loads to be accommodated by vessel nozzles shall be not less than the values defined in Appendix C of Specification for Pressure Vessels (2014-4800—1L-1001).

Bidder to confirm compliance.

We confirm complianceNo No

1.55Vessels shall be self-supporting and designed to withstand wind loads, transportation and in-place dynamic loads in accordance with COMPANY specifications and data sheets. The 3 seconds gust velocity per data sheet 2014-4800-9M-0010 (Environment and available utility datasheet) shall be

We noted No No

Page 15: TBC01 Rev A_DK Engineering (DK Response 1)

TECHNICAL BID CLARIFICATION # 1

TBC REF. & DATE:TBC #1 Rev. A_DK ENGINEERINGDate of Issue : 10/09/15Date of Response : 16/09/15

TOTAL PAGES: 46

ITEM TECHNICAL POINT BIDDER CONFIRMATION / REPLYCOST

IMPACT (YES/NO)

SCHEDULE IMPACT

(YES/NO)STATUS

Rev

used as the design wind load.

1.56Wind loads shall be determined in accordance with API RP 2A - WSD.

We noted No No

1.57All vessels designed to full vacuum shall be suitable for an external pressure of 1.02 barg.

We noted No No

1.58

Bidder to advise if the internal support is required for heater bundle. If the internal support for heater is required, the material of support shall be SS 316.

Bidder to confirm.We confirm the material of internal support will be SS 316

No No

1.59

Material of external attachment (lifting & tailing lugs, reinforcing pad, and cleats for insulation, etc.) to the pressure vessel shall be same as tank material.

Bidder to confirm compliance.

We confirm complianceNo No

1.60

Bidder to propose head and shell thickness is noted however Bidder to provide mechanical calculation to verify thickness proposed or Bidder to confirm the final thickness shall be based on mechanical calculation at detail stage without any cost impact if changing.

We have submitted the Mechanical calculation for Hot water Tank in Proposal (Item 2.2.5). Please kindly refer to the attached file for your further information (Attachment 2a & 2b)

1.61Bidder confirm to provide insulation Kits for all location which is connect between SS and CS.

We confirm complianceNo No

Page 16: TBC01 Rev A_DK Engineering (DK Response 1)

TECHNICAL BID CLARIFICATION # 1

TBC REF. & DATE:TBC #1 Rev. A_DK ENGINEERINGDate of Issue : 10/09/15Date of Response : 16/09/15

TOTAL PAGES: 46

ITEM TECHNICAL POINT BIDDER CONFIRMATION / REPLYCOST

IMPACT (YES/NO)

SCHEDULE IMPACT

(YES/NO)STATUS

Rev

Heaters

1.62

Heaters shall be designed, fabrication, inspection and testing in accordance with Specification for Hot water heater package (2014-4966-1L-1003) and "ST-LQ Datasheet for Heater" (Doc. No.: 2014-4969-3M-0007).Bidder to confirm compliance.

We confirm complianceNo No

1.63Emergency Stop Push Button Station shall be installed on skid near the each heater bundle.Bidder to confirm compliance.

We confirm complianceNo No

1.64

Thyristor Control Panel shall be supplied as a single, front access only, separate free-standing enclosure with minimum IP 42.

We noted and confirm No No

1.65

The push button station “STOP” shall have two contacts, one wired to COMPANY’s BPCS and the other wired to COMPANY’s MCC. The “STOP” contact to MCC shall be wired to a skid edge junction box and “STOP” contact to BPCS shall be wired to another skid edge junction box.Bidder to confirm compliance.

We confirm complianceNo No

1.66

Heater elements shall be constructed from 80/20 NiCr (Incoloy 800) resistance wire surrounded by compacted magnesium oxide powder.Bidder to confirm compliance.

We confirm complianceNo No

1.67Terminal boxes/junction boxes shall be of SS 316L. Bidder to confirm compliance.

We confirm complianceNo No

Page 17: TBC01 Rev A_DK Engineering (DK Response 1)

TECHNICAL BID CLARIFICATION # 1

TBC REF. & DATE:TBC #1 Rev. A_DK ENGINEERINGDate of Issue : 10/09/15Date of Response : 16/09/15

TOTAL PAGES: 46

ITEM TECHNICAL POINT BIDDER CONFIRMATION / REPLYCOST

IMPACT (YES/NO)

SCHEDULE IMPACT

(YES/NO)STATUS

Rev

II.PROCESS CLARIFICATION

2.1 -

III. PIPING/3D MODEL CLARIFICATION

3.1

The piping system of the Hot Water Pressure – Tank Package shall be designed, fabricated and tested in accordance with ASME B31.3, Specification No. 2014-4800-1L-0009,” Piping Fabrication Specification”. Specification No. 2014-4800-1L-0006,” Valve Specification and Material Requirements”. Piping material classes specification (Doc No: 2014-4800-1L-0007). Piping Design Basis (Doc No: 2014-4800-1L-0008). Bidder to confirm.

We confirm complianceNo No

3.2Hot Water Pressure – Tank Package Tie in point’s number shall be comply P&ID 2014-4966-01-0088. Bidder to confirm.

We confirm No No

3.3Size, schedule & type of flange for Hot Water Pressure – Tank Package tie-in points follow P&ID No 2014-4966-01-0088. Bidder to confirm

We confirm No No

3.4Bidder to provide fix support inside package as close as possible to Tie-in points. Bidder to confirm.

We confirm No No

3.5Allowable loads at all the tie in points and nozzle will be designed as per Doc No. 2014-4800-1H-004,”Pipe Stress Analysis Philosophy” section 4.10. Bidder to confirm.

We confirm No No

Page 18: TBC01 Rev A_DK Engineering (DK Response 1)

TECHNICAL BID CLARIFICATION # 1

TBC REF. & DATE:TBC #1 Rev. A_DK ENGINEERINGDate of Issue : 10/09/15Date of Response : 16/09/15

TOTAL PAGES: 46

ITEM TECHNICAL POINT BIDDER CONFIRMATION / REPLYCOST

IMPACT (YES/NO)

SCHEDULE IMPACT

(YES/NO)STATUS

Rev

3.6

Dimension from T.O.S of LQ roof to B.O.S of Helideck is 3380mm as per Living Quarters Elevation Looking North Document No.: 2014-4992-91-6010. Bidder to consider how to access and handling for manual valve and PSV.

The overall height of skid is 3310mm included handing for manual valve and PSV.We will use removable ladder to access manual valve and PSV

YES No

3.7Tie-in point location will be comply with Living Quarters Roof Floor Plan At EL +38000 Document No.: 2014-4991-91-6005. Bidder to confirm.

We confirm No No

3.8Bidder to ensure that all the tie in points and components are located at the Skid face and would not protrude out of skid limits.

We confirm No No

IV. INSTRUMENT CLARIFICATION

4.1

There is no limitation or restriction on country of origin of the Goods. However, the Goods must be produced by a proven quality tracked manufacturer. The Origin of raw materials from EU, G7 are considered preferable. Other origins shall be deeply evaluated and assessed following the project requirements.Bidder to confirm compliance.

We confirm complianceNo No

4.2The equipment / instruments and installation shall have a design lifetime of minimum 20 years.Bidder to confirm.

We confirm No No

4.3 All materials shall be new, unused, undamaged, and free of moisture and dirt. All materials, valves, and instruments shall be purchased in accordance with the Buyer’s approved

We confirm compliance No No

Page 19: TBC01 Rev A_DK Engineering (DK Response 1)

TECHNICAL BID CLARIFICATION # 1

TBC REF. & DATE:TBC #1 Rev. A_DK ENGINEERINGDate of Issue : 10/09/15Date of Response : 16/09/15

TOTAL PAGES: 46

ITEM TECHNICAL POINT BIDDER CONFIRMATION / REPLYCOST

IMPACT (YES/NO)

SCHEDULE IMPACT

(YES/NO)STATUS

Rev

project specifications and datasheets/ sizing (where required).Bidder to confirm compliance.

4.4

All quoted field instruments shall be suitable for the environmental conditions as well as the process conditions. Offshore Vietnam installations require special environmental consideration. Bidder to confirm compliance.

We confirm complianceNo No

4.5

Bidder to confirm compliance that instrumentation in this package shall be designed basing on specifications no.

- 2014-4806-4L-0001_Instrument Design Specification.- 2014-4806-4L-0005_Instrument Requirements for

Package Equipment Specification.

We confirm complianceNo No

4.6

Cabling supplied by Bidder within this package shall be in accordance with specification no. 2014-4869-3L-0007 Electrical, Instrument, Telecommunication Cables and Wires Specification”. Bidder to confirm compliance.

We confirm complianceNo No

4.7

Instrument installation/calibration, etc. within this package shall be followed specification no. 2014-4806-4L-0002 Instrument installation specification.Bidder to confirm compliance.

We confirm complianceNo No

4.8

Minimum test types with certificates shall be listed into instrument datasheets which shall be done by Bidder’s supplier/ third party and these certificates shall be provided to Buyer for review/ approval during detail design stage.Bidder to confirm compliance.

We confirm complianceNo No

Page 20: TBC01 Rev A_DK Engineering (DK Response 1)

TECHNICAL BID CLARIFICATION # 1

TBC REF. & DATE:TBC #1 Rev. A_DK ENGINEERINGDate of Issue : 10/09/15Date of Response : 16/09/15

TOTAL PAGES: 46

ITEM TECHNICAL POINT BIDDER CONFIRMATION / REPLYCOST

IMPACT (YES/NO)

SCHEDULE IMPACT

(YES/NO)STATUS

Rev

4.9

All critical test types with certificates/reports and drawings (ex: material certificate, functional test, calibration certificate, hydrotest report, leakage test report, painting report, GA drawing, etc. where required) shall be submitted to Buyer for review and the goods shall be only shipped/ released after these documents have been approved by Buyer. Bidder to confirm compliance.

We confirm complianceNo No

4.10

Manufacturer standard for painting are just acceptable for transmitters which shall suitable for salt laden, marine offshore environment. Others such as HCP, PSVs, etc. have to be followed specification no. 2014-4800-1L-0004_Painting and Coating Specification.Bidder to confirm compliance.

We confirm complianceNo No

4.11

Material for PSVs & flange rating for all instruments/valves (LGs, TWs, PSVs , etc.) which install directly to piping/vessel shall be selected/ designed following specification no.:

- 2014-4800-1L-0006_Valve Specification & Material Requirements.

- 2014-4800-1L-0007_Piping Material Class Specification (A-L).

Bidder to confirm compliance.

We confirm complianceNo No

4.12 Bidder to confirm that all project specifications/ documents provided for available instruments within Hot Water package by Buyer for Bidder to comply/ follow (where required). Any deviations/ exceptions shall be list out in Form T4 for Buyer’s review/ evaluation, otherwise Buyer assumes Bidder

We confirm No No

Page 21: TBC01 Rev A_DK Engineering (DK Response 1)

TECHNICAL BID CLARIFICATION # 1

TBC REF. & DATE:TBC #1 Rev. A_DK ENGINEERINGDate of Issue : 10/09/15Date of Response : 16/09/15

TOTAL PAGES: 46

ITEM TECHNICAL POINT BIDDER CONFIRMATION / REPLYCOST

IMPACT (YES/NO)

SCHEDULE IMPACT

(YES/NO)STATUS

Rev

fully comply to follow.

4.13

Bidder to refer to attached some instrument datasheets (PSV, TT, PT, PDT, TG, PG) which available/ reviewed by Client during detail engineering (DE) for Bidder’s compliance with all general notes for each applicable instruments and the attached sample datasheet is to Bidder’s reference as a sample.The instrument datasheet format for all instruments shall be provided by Buyer during detail design stage for Bidder’s submission.

Bidder to confirm compliance.

We confirm complianceNo No

4.14

At this stage, Bidder to advise the list of manufacturer and country origin of raw materials for all instrument types below:

1. PSVs.

2. Differential Pressure & Pressure Transmitters.3. Level Gauge & Transmitters (Magnetic type).4. Temperature Transmitters.

5. Temperature Gauges.

6. Pressure Gauges.

7. Cables

8. Junction Box (field JBs)

Please kindly find the list of manufacturer as attached file (Attachment 3)

No No

4.15 At this stage, the completed instrument datasheets/ sizing We confirm compliance No No

Page 22: TBC01 Rev A_DK Engineering (DK Response 1)

TECHNICAL BID CLARIFICATION # 1

TBC REF. & DATE:TBC #1 Rev. A_DK ENGINEERINGDate of Issue : 10/09/15Date of Response : 16/09/15

TOTAL PAGES: 46

ITEM TECHNICAL POINT BIDDER CONFIRMATION / REPLYCOST

IMPACT (YES/NO)

SCHEDULE IMPACT

(YES/NO)STATUS

Rev

(where required) is for review/ information only. Bidder to note that all of them shall be submitted after signed PO for review/ comment/ approval and the goods shall only be purchased after approved these documents by Buyer. Bidder to confirm compliance.

4.16Refer to instrument list on item 5.14, Bidder to submit the catalogue for all quoted instruments for review along with this TBC response.

We confirm compliance. Please kindly refer to equipment catalogue as attached file (Attachment 4)

No No

4.17For safety valves, the calculated sound power level shall not exceed 85 dBA measured at 1 metre from the valve. Bidder to confirm compliance.

We confirm complianceNo No

4.18

All field instrument devices located in hazardous areas shall be suitable and certified by third party for Zone 2, Gas Group IIA, Temperature Class T3 and the enclosure rating shall be IP66 as minimum.Bidder to confirm compliance.

We confirm complianceNo No

4.19

a. RTD elements shall be 4-wire type and shall be connected to measuring instrument by three-wire cable.

b. RTD elements shall be platinum with a standard resistance of 100 ohm at 0C and shall be in accordance with IEC 751, alpha = 0.00385 ohms/ohm/degree C.

c. Accuracy for RTD elements shall be to IEC 751, Class A or better.

Bidder to confirm compliance or advice for all temperature elements.

We confirm complianceNo No

Page 23: TBC01 Rev A_DK Engineering (DK Response 1)

TECHNICAL BID CLARIFICATION # 1

TBC REF. & DATE:TBC #1 Rev. A_DK ENGINEERINGDate of Issue : 10/09/15Date of Response : 16/09/15

TOTAL PAGES: 46

ITEM TECHNICAL POINT BIDDER CONFIRMATION / REPLYCOST

IMPACT (YES/NO)

SCHEDULE IMPACT

(YES/NO)STATUS

Rev

4.20Housing material for all transmitters shall be SS 316 and suitable for Zone 2, Gas group IIA, Temp. Class T3.Bidder to confirm.

We confirm complianceNo No

4.21Housing material for temperature transmitters shall be dual housing.Bidder to confirm.

We confirmNo No

4.22

For Hot Water HeaterA minimum 3 skin temperatures for element and 1 tube-sheath temperature for flange shall be provide for each heater.Bidder to confirm compliance.

We confirm complianceNo No

4.23

Bidder to note that the intrinsic safety (IS) instruments shall be avoided, if required Bidder shall obtain written approval from Buyer.Bidder to confirm compliance.

We confirm complianceNo No

4.24

Material certificate for instruments shall meet ISO EN-10204 type 3.1 and this certificate shall be submitted to Buyer after signed PO.Bidder to confirm compliance.

We confirm complianceNo No

4.25All transmitters shall be SIL-2. These SIL certificates shall be submitted after signed PO.Bidder to confirm compliance.

We confirm complianceNo No

4.26 All transmitters within Hot Water package shall be Ex’d’, Smart Type transmitter, 2 wires, 24VDC-Loop Powered, 4-20mA output with HART protocol (compulsory). If external powered (4 wires) transmitters or 4-20mA without HART protocol to be used then Bidder must obtain prior approval

We confirm compliance No No

Page 24: TBC01 Rev A_DK Engineering (DK Response 1)

TECHNICAL BID CLARIFICATION # 1

TBC REF. & DATE:TBC #1 Rev. A_DK ENGINEERINGDate of Issue : 10/09/15Date of Response : 16/09/15

TOTAL PAGES: 46

ITEM TECHNICAL POINT BIDDER CONFIRMATION / REPLYCOST

IMPACT (YES/NO)

SCHEDULE IMPACT

(YES/NO)STATUS

Rev

from Buyer.Bidder to confirm compliance.

4.27All transmitters shall have 3 digit lines LCD. Bidder to confirm.

We confirm complianceNo No

4.28Accuracy/ Stability for instruments shall be followed as per specifications where required.Bidder to confirm compliance.

We confirm complianceNo No

4.29

The transmitter calibration ranges shall be chosen such that any trip set-point must be between 10% and 90% of the transmitter calibration ranges.100% transmitters shall be calibrated by Bidder at 5 points (0%, 25%, 50%, 75% and 100%) as minimum. Bidder to confirm compliance.

We confirm complianceNo No

4.30Level Instruments LG/LT-6690A/B-1 shall be magnetic type for level gauge & magnetostrictive type for level transmitter. Bidder to confirm.

We confirm.No No

4.31

All signals for Emergency Shutdown, Control, Monitoring and Alarm Functions shall be carried out by the Facility Control System (FCS) via hardwired signals. The interface signal via serial link cable is not required.Bidder to confirm compliance.

We confirm complianceNo No

4.32 Unit Control Panel for Hot Water package shall not be used. All remote control and external shutdown for this package shall be carried out from Platform FCS (By Others)All electric heaters shall be controlled by its dedicated Heater Control Panel (HCP) which shall be located in IER room (Safe area), basing on remote set-point from FCS via

We confirm compliance No No

Page 25: TBC01 Rev A_DK Engineering (DK Response 1)

TECHNICAL BID CLARIFICATION # 1

TBC REF. & DATE:TBC #1 Rev. A_DK ENGINEERINGDate of Issue : 10/09/15Date of Response : 16/09/15

TOTAL PAGES: 46

ITEM TECHNICAL POINT BIDDER CONFIRMATION / REPLYCOST

IMPACT (YES/NO)

SCHEDULE IMPACT

(YES/NO)STATUS

Rev

TIC-6690A/B-1 to maintain water temp. & auto shutdown when water temperature reached HH alarm via TZT-6690A/B-1. Bidder to confirm compliance.

4.33

Bidder to confirm compliance that Heater Control Panel (HCP) shall be designed following specifications no. 2014-4806-4L-0005_Instrument Requirements for Package Equipment Specification.

We confirm complianceNo No

4.34 Bidder shall provide interposing relays or volt free contacts as indicated for the following interface signals as a minimum for each HCP.

ESD Shutdown from SIS (24 VDC Interposing relay) Remote set-point - Control Input Signal from FCS

(Analog Input, 4-20mA, Power Supply from FCS) Local / Remote selection to FCS (Volt free contact) Remote Start / Stop from FCS (24 VDC Interposing

relay) Emergency Stop status to FCS (Volt free contact) Heater Running / Stopped status to FCS (Volt free

contact) Common Faults Alarm to FCS (Volt free contact) Heater Element / Flange Over. temp. Trip status to FCS

(Volt free contact) Shutdown Signal from FCS (24 VDC Interposing relay)

Note 1: All volt-free contacts shall be fitted with EOL Resistor devices of 3 wire encapsulated type.Note 2: Due to interface issues with FCS, Company prefers

We confirm compliance No No

Page 26: TBC01 Rev A_DK Engineering (DK Response 1)

TECHNICAL BID CLARIFICATION # 1

TBC REF. & DATE:TBC #1 Rev. A_DK ENGINEERINGDate of Issue : 10/09/15Date of Response : 16/09/15

TOTAL PAGES: 46

ITEM TECHNICAL POINT BIDDER CONFIRMATION / REPLYCOST

IMPACT (YES/NO)

SCHEDULE IMPACT

(YES/NO)STATUS

Rev

to use OMRON Type G2R-2-SNDI (24DC) interposing relays.

Bidder to confirm compliance.

4.35

HCP shall receive 4-20mA output signal from FCS such as remote set-point only (in remote mode). HCP shall be configured with independent loop and completed with their scope of work by controlling the thyristor to maintain water temperature.Bidder to confirm compliance.

We confirm complianceNo No

4.36

Heater Control Panels (HCP) shall cut power supply to heater upon receipt of element temperature high-high signal, flange temperature high-high signal or manual Stop command from field. Power to HCP will be supplied from MCC.Bidder to confirm compliance.

We confirm complianceNo No

4.37

All cables from temperature sensors (at element, flange) to transmitters at each heater shall not go through terminal box. They shall run directly to transmitters.Bidder to confirm compliance.

We confirm complianceNo No

4.38

Based on requirements as mentioned in this TBC & project specifications, Bidder is required to submit block diagram identifying clearly all hardwired signal between the Hot Water package (including provided field junction boxes, HCPs) and Buyer’s BPCS/SIS system along with this TBC response for review/ evaluation.

4.39 The detail interconnection is not required at this stage but We confirm compliance No No

Page 27: TBC01 Rev A_DK Engineering (DK Response 1)

TECHNICAL BID CLARIFICATION # 1

TBC REF. & DATE:TBC #1 Rev. A_DK ENGINEERINGDate of Issue : 10/09/15Date of Response : 16/09/15

TOTAL PAGES: 46

ITEM TECHNICAL POINT BIDDER CONFIRMATION / REPLYCOST

IMPACT (YES/NO)

SCHEDULE IMPACT

(YES/NO)STATUS

Rev

for block diagram is required to submit for review in bidding stage.Bidder to comply.

4.40

The completed package skid assembly shall undergo a full functional test including instrumentation and electrical equipment at Bidder's works. During the test all alarms, shutdown and remote signals shall be simulated.Functional test requirements shall be per section 5.8 of specification no. 2014-4800-1L-1005_Specification for package Equipment.Bidder to confirm compliance.

FIELD JUNCTION BOXES

4.41

All field instrument signals within Hot Water Package shall be routed to field junction boxes which shall be suitable for area classification, located at skid edge by steel support and shall go through to FCS/ HCP by home run cable (by Others).Bidder to confirm compliance.

We confirm complianceNo No

4.42

The field junction boxes shall be segregated based on the signal types and signal destination. For more details, refer to section 4.0 of specification no. 2014-4806-4L-0005_Instrument Requirement For Package Equipment Specification.Bidder to confirm compliance

We confirm complianceNo No

4.43All instrument Junction boxes shall be of same size, 316SS material, shall be certified Ex’e’ (increased safety), IP56 as

We confirm complianceNo No

Page 28: TBC01 Rev A_DK Engineering (DK Response 1)

TECHNICAL BID CLARIFICATION # 1

TBC REF. & DATE:TBC #1 Rev. A_DK ENGINEERINGDate of Issue : 10/09/15Date of Response : 16/09/15

TOTAL PAGES: 46

ITEM TECHNICAL POINT BIDDER CONFIRMATION / REPLYCOST

IMPACT (YES/NO)

SCHEDULE IMPACT

(YES/NO)STATUS

Rev

minimum. Bidder to confirm compliance.

4.44

All field run cables (by Bidder) shall be from sides (left and right side) and home run cables (by Others) shall be from bottom of the skid Junction Boxes. All gland plates shall be removable type.Bidder to confirm compliance.

We confirm complianceNo No

4.45Spare space capacity of 25% shall available in all trunking after completion of wiring.Bidder to confirm compliance.

We confirm complianceNo No

4.46Spare terminals of each terminal strip shall be 10% as minimum of the used terminals.Bidder to confirm compliance.

We confirm complianceNo No

4.47

Cable glands shall be nickel plated brass, IP56 as minimum, dual certified to Ex’e’ and Ex’d’ (flameproof) in accordance to the junction box certification and thread shall be ISO (metric thread) with lock nut. Cable glands will be suitable for use with armoured/braided cables.Bidder to confirm compliance.

We confirm complianceNo No

4.48For all unused cable entries, Bidder to provide certified plugs, nickel plated brass type.Bidder to confirm compliance.

We confirm complianceNo No

ACCESSORIES

4.49 Bidder’s scope of supply shall be included supplying, pulling and termination. Excepted for the below items:

Power cables between terminal box of Electric Heater

We confirm compliance No No

Page 29: TBC01 Rev A_DK Engineering (DK Response 1)

TECHNICAL BID CLARIFICATION # 1

TBC REF. & DATE:TBC #1 Rev. A_DK ENGINEERINGDate of Issue : 10/09/15Date of Response : 16/09/15

TOTAL PAGES: 46

ITEM TECHNICAL POINT BIDDER CONFIRMATION / REPLYCOST

IMPACT (YES/NO)

SCHEDULE IMPACT

(YES/NO)STATUS

Rev

and Heater Control Panel (HCP) Instrument home run cables between field Junction

Boxes of Hot Water package and FCS/HCP Cables between MCC and HCP Instrument cables between FCS and HCP.

Bidder to confirm compliance.

4.50Cable ladder/tray for instrument and electrical shall be separated.Bidder to comply.

We confirm complianceNo No

4.51

Bidder shall be responsible for all cable routing, cable tray routing, segregation, installation, termination and tagging within the skid.Bidder to confirm compliance.

We confirm complianceNo No

4.52

Small atmospheric vents, e.g., on venting instruments and pilot valves (where required), shall have 316 stainless steel bug screens fitted. Bidder to confirm compliance.

We confirm complianceNo No

4.53

All Tubing shall be cold drawn, seamless, 316SS/316SSL with molybdenum content minimum 2.5% to ASTM A269 shall be used also, the hardness shall exceed 80RB) with TPU (Thermoplastic Polyurethane). encapsulated/ jacket as coating layer or Client approved coating.Bidder to confirm compliance.

We confirm complianceNo No

4.54Tubing sizes/ thickness shall be as attached file named “Table of Instrument Tubing Sizes”.Bidder to confirm.

We confirm complianceNo No

4.55 All instrument threaded connections shall be as follows: We confirm compliance No No

Page 30: TBC01 Rev A_DK Engineering (DK Response 1)

TECHNICAL BID CLARIFICATION # 1

TBC REF. & DATE:TBC #1 Rev. A_DK ENGINEERINGDate of Issue : 10/09/15Date of Response : 16/09/15

TOTAL PAGES: 46

ITEM TECHNICAL POINT BIDDER CONFIRMATION / REPLYCOST

IMPACT (YES/NO)

SCHEDULE IMPACT

(YES/NO)STATUS

Rev

Process connection: ½” NPT. Single pair cable entry: M20. Multi pair cable entry: M25/ M32/ M40,

Bidder to confirm compliance.

4.56

Process connection sizes for instrument nozzles shall be as per document no. 2014-4800-1H-0005_Piping Standard Details.Bidder to confirm compliance.

We confirm complianceNo No

4.57Tube fittings shall be 316 stainless steel of double ferrule design, manufactured by Swagelok or Buyer approval.Bidder to confirm compliance.

We confirm complianceNo No

4.58Stauff clamps shall be used to support/ retain tubing, Snap-in type clamps shall not be used.Bidder to confirm compliance.

We confirm complianceNo No

4.59

The control/ interface block diagram for each hot water circulation pump shall be followed logic-2 as capture below or P&ID legend no. 2014-4800-01-0001 (sheet#6).Bidder to confirm compliance.

We confirm complianceNo No

Page 31: TBC01 Rev A_DK Engineering (DK Response 1)

TECHNICAL BID CLARIFICATION # 1

TBC REF. & DATE:TBC #1 Rev. A_DK ENGINEERINGDate of Issue : 10/09/15Date of Response : 16/09/15

TOTAL PAGES: 46

ITEM TECHNICAL POINT BIDDER CONFIRMATION / REPLYCOST

IMPACT (YES/NO)

SCHEDULE IMPACT

(YES/NO)STATUS

Rev

V. ELECTRICAL CLARIFICATION

GENERAL CLARIFICATION

5.1

Bidder to confirm:1. Electrical equipment in package shall comply with 2014-

4869-3L-0002 2. Cable shall comply with 2014-4869-3L-00073. Motor shall comply with 2014-4869-3L-0004.

4. Fill up form T4 for all deviation/ exception and submit along with TBC response for review and evaluation (if any).

We confirm complianceNo No

5.2

The raw material shall be required from tracked famous manufacturer origin in EU, North America, Korea, and Japan. 1. There are catalogue information from Exheat and

Vulcanic for Heater in bid proposal. We understand that Vulcanic option will not be considered since only Exheat is recored in bid form T7. Bidder to re-check and confirm

2. Bidder to country of origin for raw material of Heater.3. Bidder to advise manufacturer name and country of

origin for raw material of motor.

We confirm the Exheat Manufacturer for heater.

Raw material for heater is from UKManufacturer of Motor (base scope) is WEG/Country of origin material is USA.

HEATER AND HEATER CONTROL PANEL

5.3 Heater requirement:

Page 32: TBC01 Rev A_DK Engineering (DK Response 1)

TECHNICAL BID CLARIFICATION # 1

TBC REF. & DATE:TBC #1 Rev. A_DK ENGINEERINGDate of Issue : 10/09/15Date of Response : 16/09/15

TOTAL PAGES: 46

ITEM TECHNICAL POINT BIDDER CONFIRMATION / REPLYCOST

IMPACT (YES/NO)

SCHEDULE IMPACT

(YES/NO)STATUS

Rev

1. Bidder to provide sample certificate for its proposed heater suitable for Zone 2, IIA, T3, IP56 min.

2. Cable entry shall be from bottom. Bidder to confirm3. Sunshade protection shall be provided. Bidder to

confirm.

5.4

Space heater:1. Space heater shall be provided in Heater terminal box

and heater control panel. 2. 230VAC, 60Hz shall be provided to Control panel by

project. 3. 110VAC, 60Hz shall be provided to space heater in

terminal box by Control panelBidder to confirm.

We confirm complianceNo No

5.5Bidder to advise dimension of Heater control panel(Note: 600mm Length is maximum as per project requirement).

5.6

Heater control panel shall be IP42 protection for indoor installation, Free standing, Front Access only, Top entry with gland plate and RAL 7035 light grey.Bidder to check and confirm

We confirm.No No

5.7 Heater control panel shall complete with following equipment as minimum1. Supply isolating 3-pole circuit breaker with Panel door

interlock, Overload and short circuit protection, shunt trip

No No

Page 33: TBC01 Rev A_DK Engineering (DK Response 1)

TECHNICAL BID CLARIFICATION # 1

TBC REF. & DATE:TBC #1 Rev. A_DK ENGINEERINGDate of Issue : 10/09/15Date of Response : 16/09/15

TOTAL PAGES: 46

ITEM TECHNICAL POINT BIDDER CONFIRMATION / REPLYCOST

IMPACT (YES/NO)

SCHEDULE IMPACT

(YES/NO)STATUS

Rev

and auxiliaries contacts.2. Thyristor controllers3. Contactor4. Control relays & Over temperature protection unit for

heating element & flange5. Temperature controller 6. Current transformers, Voltage transformer7. Earth fault trip unit8. Fuses, current limiting9. Equipment mounted on panel door as min.:

a. Main heater “ON / OFF”b. Earth leakage tripc. Heater over temperature trips for both element and flanged. Push buttons for Heater “ON” / “OFF”/ ”RESET”/ ”LAMP TEST”/ “EMERGENCY STOP”e. Labels for equipment itemsf. Panel Power Supply “ON / OFF”g. Local/Remote setting for setting at panel or setting for BPCSh. Temperature adjustment device (for local setting at panel)i. Voltmeter and Ammeter.k. Temperature display units for process temp., Heater elements temp. and Heater Flange temp.

Bidder to confirm.

Page 34: TBC01 Rev A_DK Engineering (DK Response 1)

TECHNICAL BID CLARIFICATION # 1

TBC REF. & DATE:TBC #1 Rev. A_DK ENGINEERINGDate of Issue : 10/09/15Date of Response : 16/09/15

TOTAL PAGES: 46

ITEM TECHNICAL POINT BIDDER CONFIRMATION / REPLYCOST

IMPACT (YES/NO)

SCHEDULE IMPACT

(YES/NO)STATUS

Rev

5.8

Total Harmonic Distortion (THD) created in Thyristor Control Panel shall not exceed 5%.

Bidder to confirm.Note: If Bidder proposes Burst or Single cycle zero crossover firing thyristor control, Bidder to add this to deviation list and submit along TBC response for evaluation.

No No

5.9

Insulation resistance testing, high voltage withstand (flash) testing, performance test, functional test shall be performed during FAT.

Bidder to confirm.

No No

MOTOR (BOTH OPTIONS)

FOR MOTOR OF ASME B73.2 PUMP OPTION

5.10

Bidder to fix motor info and provide:1. WEG Manufacturer model or datasheet2. Confirmation for rated power as 3kW and absorbed

power as 2.24kW3. Confirmation of direct online starting method4. Sample type examination certificate of proposed motor

serial for evaluation

No No

FOR MOTOR OF ISO 5199 PUMP OPTION

5.11 Bidder to fix motor info and provide:1. CEMP Manufacturer model or datasheet2. Confirmation for rated power as 1.5kW and absorbed

We confirm motor for pump info as below:1. CEMP Manufacturer model 2. Absorbed power 1kW and rated

No No

Page 35: TBC01 Rev A_DK Engineering (DK Response 1)

TECHNICAL BID CLARIFICATION # 1

TBC REF. & DATE:TBC #1 Rev. A_DK ENGINEERINGDate of Issue : 10/09/15Date of Response : 16/09/15

TOTAL PAGES: 46

ITEM TECHNICAL POINT BIDDER CONFIRMATION / REPLYCOST

IMPACT (YES/NO)

SCHEDULE IMPACT

(YES/NO)STATUS

Rev

power as 1.4kW3. Confirmation for direct online starting method4. The proposed motor can start the load with 80% rated

voltage in normal operation5. Sample type examination certificate of proposed motor

serial for evaluation

power 1.5kW3.The starting method is direct online4.Confirm motor can start the load with

80% rated voltage in normal operation

5.Please kindly refer to the attached file (Attachment 6)

FOR MOTOR IN BOTH OPTIONS

5.12

Bidder to confirm:

1. Motor shall be suitable for hazardous area, zone 2, gas group IIA, T3. Motor protection shall be EEx’d’ or EEx’de’ or EEx‘nA’ type. Bidder to confirm selected protection type IP56 as minimum

We confirm.No No

5.13

Bidder to confirm that authorized third party type examination certification (for standard compliance, hazardous area classification and IP protection) shall be provided during vendor data submission.

We confirm.No No

5.14

Bidder to confirm for following motor requirements:

1. Cooling method IC441

2. Enclosure material: Cast iron or coated fab. steel

3. Maximum noise level as 85dB@1m

4. Duty Cycle S1

5. Insulation class FTemperature raise class B

We confirm.No No

Page 36: TBC01 Rev A_DK Engineering (DK Response 1)

TECHNICAL BID CLARIFICATION # 1

TBC REF. & DATE:TBC #1 Rev. A_DK ENGINEERINGDate of Issue : 10/09/15Date of Response : 16/09/15

TOTAL PAGES: 46

ITEM TECHNICAL POINT BIDDER CONFIRMATION / REPLYCOST

IMPACT (YES/NO)

SCHEDULE IMPACT

(YES/NO)STATUS

Rev

5.15

Cable size shall be 3C x 4mm2 suitable for M20 entry. 1. Bidder to confirm motor cable entry shall be M20.2. Bidder to confirm that un-used cable entry shall be

plugged by certified plug nickel plated brass material

We confirm.No No

5.16Bidder to confirm that motor shall be painted as per project painting procedure.

We confirm.No No

5.17

Vendor to provide following motor tests (un-witnessed):1. Type Test: Certificate only required (certification by a

recognized testing authority, the test documents shall include Winding temperature rise, Locked rotor current and torque tests).

2. Performance Test: IEC600343. Routine Test: IEC600344. Bidder to confirm that motor routine test report, type test

cert shall be provided during vendor data submission

We confirm.No No

5.18Bidder to confirm that the Lifting eyes shall be furnished for the proposed motor

We confirm.No No

5.19 LCS

5.20Quantity of Local Control Station (LCS) shall be required as follows:

- Two (2) LCS type 1 for pump motors.- Two (2) LCS type 2 for heaters

Page 37: TBC01 Rev A_DK Engineering (DK Response 1)

TECHNICAL BID CLARIFICATION # 1

TBC REF. & DATE:TBC #1 Rev. A_DK ENGINEERINGDate of Issue : 10/09/15Date of Response : 16/09/15

TOTAL PAGES: 46

ITEM TECHNICAL POINT BIDDER CONFIRMATION / REPLYCOST

IMPACT (YES/NO)

SCHEDULE IMPACT

(YES/NO)STATUS

Rev

Bidder to confirm compliance

5.21LCS type 1 (Start/stop function) shall meet following requirements:

- Enclosure Type : Ex "ed", IIA, T3, IP56 min- GRP material Flame Retardant & UV Resistant, Black

color c/w surface mouting accessories- Rating Equipment 24VDC, 2A rating- Breather Drain.- 2 nos. brass threaded cable entries of 1xM20 and

1xM25 (bottom entry)- 12 nos. Ex'e' terminal block for wire up to 2.5 sq mm- 1 no. START Push Button (NO Contact) - SPDT,

Momentary Green Color- 1 no. STOP Push Button (2 NC Contact), Latch Contact

Mushroom Type - DPDT, Red Color

- Padlock for STOP push button

- Terminal Rail and End Bracket

- Brass Gland Plate and External earth stud c/w SS316 nut & washer

Page 38: TBC01 Rev A_DK Engineering (DK Response 1)

TECHNICAL BID CLARIFICATION # 1

TBC REF. & DATE:TBC #1 Rev. A_DK ENGINEERINGDate of Issue : 10/09/15Date of Response : 16/09/15

TOTAL PAGES: 46

ITEM TECHNICAL POINT BIDDER CONFIRMATION / REPLYCOST

IMPACT (YES/NO)

SCHEDULE IMPACT

(YES/NO)STATUS

Rev

- Non Corrosive Name Plate for Tag. "START" & STOP".

- SS316 mounting accessories

- Complete internal wiring using Flame Retardant with minimum size of 2.5 Sq.mm.

Bidder to check and confirm compliance.

5.22LCS type 2 (Stop function) shall meet following requirements:

- Enclosure Type : Ex "ed", IIA, T3, IP56

- GRP material Flame Retardant & UV Resistant, Black color c/w surface mouting accessories

- Rating Equipment 24VDC, 2A rating

- Breather Drain.

Page 39: TBC01 Rev A_DK Engineering (DK Response 1)

TECHNICAL BID CLARIFICATION # 1

TBC REF. & DATE:TBC #1 Rev. A_DK ENGINEERINGDate of Issue : 10/09/15Date of Response : 16/09/15

TOTAL PAGES: 46

ITEM TECHNICAL POINT BIDDER CONFIRMATION / REPLYCOST

IMPACT (YES/NO)

SCHEDULE IMPACT

(YES/NO)STATUS

Rev

- 2 nos. brass threaded cable entries of M20 (bottom entry)

- 7 nos. Ex'e' terminal block for wire up to 2.5 sq mm

- 1 no. STOP Push Button (2 NC Contact), Latch Contact Mushroom Type - DPDT, Red Color

- Padlock for STOP push button

- Terminal Rail and End Bracket

- Brass Gland Plate and External earth stud c/w SS316 nut & washer

- Non Corrosive Name Plate for Tag. "STOP".

- SS316 mounting accessories

- Complete internal wiring using Flame Retardant cable of

Page 40: TBC01 Rev A_DK Engineering (DK Response 1)

TECHNICAL BID CLARIFICATION # 1

TBC REF. & DATE:TBC #1 Rev. A_DK ENGINEERINGDate of Issue : 10/09/15Date of Response : 16/09/15

TOTAL PAGES: 46

ITEM TECHNICAL POINT BIDDER CONFIRMATION / REPLYCOST

IMPACT (YES/NO)

SCHEDULE IMPACT

(YES/NO)STATUS

Rev

2.5 sq mm

.

Bidder to check and confirm compliance.

VI. STRUCTURAL CLARIFICATION

6.1All Structural material for skid shall be as per specification for Structural material (Doc. No.:2014-4891-6L-0001). Bidder to confirm compliance

We confirm complianceNo No

6.2 Bidder to advise the skid structural material.Material for Structural skid will be SS 400 or SA 36

No No

6.3

The skid shall be designed, fabricated and inspected in accordance with specification No. 2014-4889-6L-0005_Structural skids for package equipment. Bidder to confirm compliance.

We confirm complianceNo No

6.4The design load criteria shall be as per specification for structural skid for package equipment Do. No. 2014-4889-6L-0005

We confirm complianceNo No

6.5Bidder requested to comply with following Structural Skid design scope:

-In-place analysis -Lifting to be considered for onshore (yard) lift at PTSC

site.-Transportation analysis (include Transport from Bidder

We confirm compliance No No

Page 41: TBC01 Rev A_DK Engineering (DK Response 1)

TECHNICAL BID CLARIFICATION # 1

TBC REF. & DATE:TBC #1 Rev. A_DK ENGINEERINGDate of Issue : 10/09/15Date of Response : 16/09/15

TOTAL PAGES: 46

ITEM TECHNICAL POINT BIDDER CONFIRMATION / REPLYCOST

IMPACT (YES/NO)

SCHEDULE IMPACT

(YES/NO)STATUS

Rev

site to PTSC site and from PTSC Site to field site). -Load-out analysis from Bidder site to PTSC site-Sea-fastening analysis

6.6The structural skid shall be fabricated in accordance with 2014-4891-6L-0004_ Specification for Structural Fabrication & Welding. Bidder to confirm compliance

We confirm complianceNo No

6.7

All weld shall be subject to 100% Visual examination and 10% UT of all skid full penetration welds of skid main members and 100%UT of lifting lugs/padeye. Bidder to confirm compliance

We confirm complianceNo No

6.8

The lifting equipment shall be tested and inspected by 3rd party as specified requirements in following document: 2014-4800-5P-1007 Rev 0 Inspection and Maintenance of Lifting.

Bidder to confirm compliance.

We confirm complianceNo No

6.9

Painting and Coating in accordance with Document No.: 2014-4800-1L-0004.

BIDDER to confirm compliance.

We confirm complianceNo No

6.10

Grating and handrail (if requested) shall be hot dip galvanized in accordance with Doc. No. 2014-4800-1L-0004_ Painting and coating specification. Bidder to confirm compliance.

We confirm complianceNo No

Page 42: TBC01 Rev A_DK Engineering (DK Response 1)

TECHNICAL BID CLARIFICATION # 1

TBC REF. & DATE:TBC #1 Rev. A_DK ENGINEERINGDate of Issue : 10/09/15Date of Response : 16/09/15

TOTAL PAGES: 46

ITEM TECHNICAL POINT BIDDER CONFIRMATION / REPLYCOST

IMPACT (YES/NO)

SCHEDULE IMPACT

(YES/NO)STATUS

Rev

VII. QA/QC CLARIFICATION

8.1

Inspection and testing shall be fully complied with TR, Datasheet and Specification requirement.

Bidder to confirm compliance.

We confirm complianceNo No

8.2

Material certificates shall be furnished as follow:

- Level 1, equivalent to BS EN 10204 - 3.1 for pressure retaining components.

- Level 2, equivalent to BS EN 10204 - 2.2 non-pressure components & other parts.

Bidder to confirm compliance.

We confirm complianceNo No

8.3

PMI is required for all Stainless Steel & Duplex Stainless Steel material (PMI is applicable 100% for pressure retaining parts)

Bidder to confirm provide.

We confirm complianceNo No

8.4 The following testing shall be provided for this package.

-Hydraulic test-Performance Test-Factory Acceptance test-Function Test-Lifting equipment testing and marking-Noise Test

We confirm compliance No No

Page 43: TBC01 Rev A_DK Engineering (DK Response 1)

TECHNICAL BID CLARIFICATION # 1

TBC REF. & DATE:TBC #1 Rev. A_DK ENGINEERINGDate of Issue : 10/09/15Date of Response : 16/09/15

TOTAL PAGES: 46

ITEM TECHNICAL POINT BIDDER CONFIRMATION / REPLYCOST

IMPACT (YES/NO)

SCHEDULE IMPACT

(YES/NO)STATUS

Rev

-Vibration test (for pumps)Bidder to confirm compliance and clarify the testing in details for further evaluation.

8.5Pressure testing shall be maintained long enough to permit complete inspection but shall not be less than 60 minutes.Bidder to confirm compliance.

We confirm complianceNo No

8.6

Piping shall be subjected to NDT in accordance with ASME B31.3 code and the “Piping fabrication specification for ST-PIP, ST-LQ, WHP-C” (Doc. No.: 2014-4800-1L-0009).Bidder to confirm compliance.

We confirm complianceNo No

Pumps

8.7Pump witness test minimum require for below

-Performance test-NPSH (required if NPSHa-NPSHr<1m)-4-hr mech. run test

Non-Witness test:

-Vibration-Hydrostatic test.-Noise reading.

Certificate:

-NPSH (required if NPSHa-NPSHr<1m)-Hydrostatic test.-Performance test

We confirm compliance No No

Page 44: TBC01 Rev A_DK Engineering (DK Response 1)

TECHNICAL BID CLARIFICATION # 1

TBC REF. & DATE:TBC #1 Rev. A_DK ENGINEERINGDate of Issue : 10/09/15Date of Response : 16/09/15

TOTAL PAGES: 46

ITEM TECHNICAL POINT BIDDER CONFIRMATION / REPLYCOST

IMPACT (YES/NO)

SCHEDULE IMPACT

(YES/NO)STATUS

Rev

All testing above shall be in base scope and apply for each pump.

Bidder to confirm compliance.

8.8

All welds shall be subjected to 100% visual examination and 10% MPI/DPI. Acceptance criteria for visual inspection shall conform to ASTM A 802/ A 802M Level II as minimum.

Bidder to confirm compliance.

We confirm complianceNo No

Pressure vessels

8.9

The testing of pressure vessels shall be in accordance with ASME Section VIII, TCVN 8366 and the Specification for Pressure Vessels (Doc. No.: 2014-4800-1L-1001).

Bidder to confirm compliance.

We confirm complianceNo No

8.10After forming and heat treated, vessel head shall be carried out 100% MT/PT for surface crack detection. Bidder to confirm compliance.

We confirm complianceNo No

8.11

All pressure vessel but weld joint (all circumferential and longitudinal butt welds) shall be 100% RT.

Bidder to confirm compliance.

We confirm complianceNo No

8.12The joint of nozzle to vessel shell and head shall be 100%UT. Bidder to confirm compliance.

We confirm complianceNo No

Page 45: TBC01 Rev A_DK Engineering (DK Response 1)

TECHNICAL BID CLARIFICATION # 1

TBC REF. & DATE:TBC #1 Rev. A_DK ENGINEERINGDate of Issue : 10/09/15Date of Response : 16/09/15

TOTAL PAGES: 46

ITEM TECHNICAL POINT BIDDER CONFIRMATION / REPLYCOST

IMPACT (YES/NO)

SCHEDULE IMPACT

(YES/NO)STATUS

Rev

8.13

Vessel lifting lug welds shall be subject to 100% radiography/ultrasonic and MPI testing for butt-welds and 100% MPI or DPI for fillet welds.

Bidder to confirm compliance.

We confirm complianceNo No

8.14

The Vietnam Register (VR) inspection scope shall be followed Category A, 2014-48-0U-1006 CATEGORIES FOR VENDOR INSPECTION AND VIETNAM REGISTER FOR LLI & SLI PACKAGES- Rev 1.

Bidder to confirm compliance.

We confirm complianceNo No

Lifting equipment

8.15

For spreader beams, prior to corrosion protection and proof load testing, the following testing shall be performed:

-100% of all completed welds shall be subject to certified visual inspection.

-Randomly selected primary full penetration welds, 10% as a minimum, shall be subjected to ultrasonic testing (UT)

-Randomly selected primary fillet welds, 10% as a minimum, shall be subjected to magnetic particle inspection (MPI) or dye penetrant inspection (DPI)

-100% of all padeye / lifting point welds shall be subject to UT for butt welds and MPI or DPI for fillet welds

Bidder to confirm compliance.

We confirm complianceNo No

Page 46: TBC01 Rev A_DK Engineering (DK Response 1)

TECHNICAL BID CLARIFICATION # 1

TBC REF. & DATE:TBC #1 Rev. A_DK ENGINEERINGDate of Issue : 10/09/15Date of Response : 16/09/15

TOTAL PAGES: 46

ITEM TECHNICAL POINT BIDDER CONFIRMATION / REPLYCOST

IMPACT (YES/NO)

SCHEDULE IMPACT

(YES/NO)STATUS

Rev

IX. VENDOR CLARIFICATION/ DEVIATION

9.1 N/A.