You are on page 1of 12

Power and Water Utility Company for Jubail and Yanbu (MARAFIQ) Specification MQ-SP-M-4037

Project Name: MARAFIQ SPEC DEVELOPMENT Date: 08 Mar 2011


Contract Number: A5MU Page 1 of 12
Revision 1

SPECIFICATION - CRANES – OVERHEAD BRIDGE

This specification has been revised as indicated below and described in the revision record on the following
page. Please destroy all previous revisions.

Revision Date Originator's Reviewed/Checked By Pages


No. Name & Initials Name & Initials
A 6/15/10 L.STREEB T.WOOD ALL
0 10/15/10 L. STREEB T. WOOD ALL
1 3/8/11 L. STREEB T. WOOD ALL

APPROVALS SIGNATURES DATE

Lead Engineer
Engineering Manager:
Client Approval:

ISSUED FOR : Construction X Other ISSUED APPROVED


Power and Water Utility Company for Jubail and Yanbu (MARAFIQ) Specification MQ-SP-M-4037
Project Name: MARAFIQ SPEC DEVELOPMENT Date: 08 Mar 2011
Contract Number: A5MU Page 2 of 12
Revision 1

SPECIFICATION - CRANES – OVERHEAD BRIDGE

Record of Revisions
Revision Date Description
No.

A 6/15/10 CLIENT REVIEW - TOC

0 10/15/10 ISSUED FOR REVIEW/APPROVAL - SPECIFICATION

1 3/8/11 ISSUED APPROVED


Power and Water Utility Company for Jubail and Yanbu (MARAFIQ) Specification MQ-SP-M-4037
Project Name: MARAFIQ SPEC DEVELOPMENT Date: 08 Mar 2011
Contract Number: A5MU Page 3 of 12
Revision 1

SPECIFICATION - CRANES – OVERHEAD BRIDGE

TABLE OF CONTENTS
1.0 SCOPE…………………………………………………………………………….……….……..5

2.0 APPLICABLE CODES, STANDARDS AND REFERENCES……………..………………..5

2.1 ASME (AMERICAN SOCIETY OF MECHANICAL ENGINEERS.……………...…….……5

2.2 AWS (AMERICAN WELDING SOCIETY).………………………………………..…………..5

2.3 CMAA (CRANE MANUFACTURERS ASSOCIATION OF AMERICA).………………..…5

2.4 NEMA (NATIONAL ELECTRICAL MANUFACTURERS ASSOCIATION)…….…..........5

2.5 NFPA (NATIONAL FIRE PROTECTION ASSOCIATION)……………………..…………..5

2.6 SSPC (STEEL STRUCTURES PAINTING COUNCIL)…….……………..…………………5

2.7 OSHA (OCCUPATIONAL SAFETY AND HEALTH ADMINISTRATION)…….……..……5

3.0 GENERAL REQUIREMENTS………………………………………………………...…...…..6

4.0 TECHNICAL REQUIREMENTS………………………………………………………………..6

4.1 SYSTEM DESCRIPTION…………………………………….……………..…………………..6

4.2 MECHANICAL DESIGN………….……………………………………………………….........6

4.3 BRIDGE……………………………..…………………………………………………………….7

4.4 TROLLEY/HOIST…………..……………………………….……………..………..……………8

4.5 ELECTRICAL….………………………….…………..…………………………….……...........8

4.6 ELECTRIC MOTORS………………………………….…………………………………………8

4.7 STRUCTURAL…….………….………………………….…………………………….…..........9

4.8 NOISE.……………………………..……………………….……………………………………..9

4.9 WELDING………………..………………………..…….………………..………..……………..9

4.10 PAINTING….………………………….………….……………………………..………….........9

4.11 LUBRICATION….………………………………...………………………….…………………10
Power and Water Utility Company for Jubail and Yanbu (MARAFIQ) Specification MQ-SP-M-4037
Project Name: MARAFIQ SPEC DEVELOPMENT Date: 08 Mar 2011
Contract Number: A5MU Page 4 of 12
Revision 1

SPECIFICATION - CRANES – OVERHEAD BRIDGE

4.12 SPARE PARTS……………..……………………………….………………………………….10

4.13 TOOLS…….………………………….………………………………………...…………........10

4.14 PERFORMANCE….……………………………………………………………………………10

5.0 INSPECTION AND TESTING……………………………….………………………………..10

5.1 INSPECTION………………………….……………………………………..…………….......10

5.2 TESTING.………………………….…………………………………………….….……….....11

6.0 DOCUMENTATION……………………………………………………………………….......11

7.0 PREPARATION FOR SHIPMENT…………………………………………………………...11


Power and Water Utility Company for Jubail and Yanbu (MARAFIQ) Specification MQ-SP-M-4037
Project Name: MARAFIQ SPEC DEVELOPMENT Date: 08 Mar 2011
Contract Number: A5MU Page 5 of 12
Revision 1

SPECIFICATION - CRANES – OVERHEAD BRIDGE

1.0 SCOPE

This specification describes the general requirements for electric top-riding double girder
overhead bridge cranes with top-riding trolley and wire rope hoist. The requirements herein
supplement the Bridge Crane Datasheets which specify the operating requirements and space
constraints applicable to the specific bridge crane. Where conflicts exist, the Datasheet shall
govern.

2.0 APPLICABLE CODES, STANDARDS, AND REFERENCES

The following Codes, Standards, and References shall, to the extent specified herein, form a part
of this specification. Where a specific edition date is not indicated, it shall be taken that the most
current edition (including addenda) in effect at the time of contract award shall apply.

2.1 ASME (American Society Of Mechanical Engineers)

ASME B30.2.0 Below the Hook Lifting Devices

2.2 AWS (American Welding Society)

AWS A2.4 Welding Symbols


AWS A3.0 Terms and Definitions
AWS D14.1 Specification for Welding Industrial and Mill Cranes

2.3 CMAA (Crane Manufacturers Association Of America)

CMAA 70 Specifications for Electric Overhead Traveling Cranes

2.4 NEMA (National Electrical Manufacturers Association)

ICS 6 Industrial Control and System Enclosures


MG 1 Motors and Generators

2.5 NFPA (National Fire Protection Association)

NFPA 70 National Electric Code

2.6 SSPC (Steel Structures Painting Council)

SSPC SP6 Commercial Blast Cleaning

2.7 OSHA (Occupational Safety And Health Administration)

29CFR1910 General Industry


Power and Water Utility Company for Jubail and Yanbu (MARAFIQ) Specification MQ-SP-M-4037
Project Name: MARAFIQ SPEC DEVELOPMENT Date: 08 Mar 2011
Contract Number: A5MU Page 6 of 12
Revision 1

SPECIFICATION - CRANES – OVERHEAD BRIDGE

3.0 GENERAL REQUIREMENTS

3.1 Bridge cranes shall be designed and fabricated in strict accordance with this specification
and CMAA 70. The Bridge Crane Datasheets list the specific design criteria for each
crane and are an integral part of this specification.

3.2 Bridge cranes shall be designed to operate with at least the minimum building clearances
required in Section 70-1 of CMAA 70. Dimensional information on the supporting
structure and potential interferences are shown on the Bridge Crane Datasheets. The
side and end approaches shown on the Datasheets are the maximum dimensions
acceptable and shall be minimized to provide maximum hook coverage subject to the
space constraints of the building or other specified restrictions.

4.0 TECHNICAL REQUIREMENTS

4.1 System Description

A. Bridge cranes shall be provided with all features listed in the Datasheets and,
unless otherwise noted, all necessary equipment for operation including, but not
limited to, the bridge assembly, end trucks, wheels, bridge and trolley bumpers,
top-riding trolley with hoist, motors, brakes, electrical equipment, pendant control
station, runway power conductors and collectors or festooned cabling, festooned
bridge power/control cabling, and all accessories necessary to make a complete
self-contained unit.

B. Bridge Cranes shall operate on runway rails provided by the Purchaser. Unless
otherwise noted, Supplier shall submit the recommended runway rail size
compatible with the maximum wheel load, wheel diameter, and class of service.

C. Unless otherwise noted, the Supplier shall furnish a power supply junction box at
a runway location and with electrical area classification listed in the Bridge Crane
Datasheets or supplementary drawings/sketches. Supplier shall also provide all
remaining electrical components required to operate the full length travel of the
bridge crane in the environment listed in the Datasheets.

D. Unless otherwise noted, the Purchaser will provide a pair of runway stops at
each end of the runway to stop bridge movement in the event of limit switch
failure. Supplier shall provide dimensional and design data for these stops
including supporting calculations used to establish maximum impact forces.

4.2 Mechanical Design

A. Bearings shall be anti-friction type with a minimum L-10 life expectancy per
Section 70-4 of CMAA 70.
Power and Water Utility Company for Jubail and Yanbu (MARAFIQ) Specification MQ-SP-M-4037
Project Name: MARAFIQ SPEC DEVELOPMENT Date: 08 Mar 2011
Contract Number: A5MU Page 7 of 12
Revision 1

SPECIFICATION - CRANES – OVERHEAD BRIDGE

B. Bridge and trolley wheels shall be rolled or forged steel and compatible with the
runway / bridge rails. Bridge wheels shall be double flanged with straight treads.
Trolley wheels shall be double flanged with straight treads. Minimum tread
hardness shall be 260 BHN for Class A, B, and C service.

C. Drives shall include electric motors sized to move the applicable load at the full
rated speed and travel specified in the Datasheet. Drive mechanism shall be
heavy duty type with gearing having a minimum service factor as specified in
Section 70-4 of CMAA 70.

D. All brakes shall have the minimum rated torque capacities listed in Section 70-4
of CMAA 70. In addition, a controlled braking means for the hoist shall be
provided to control the lowering speed with rated load without overheating while
operating in the specified duty cycle.

E. If the Datasheet indicates spark-resistant construction, the Supplier shall provide


complete data on all exposed metal-to-metal running surfaces that are potential
ignition sources. As a minimum, the following components shall be addressed:

1. Wheels (Bridge and Trolley)

2. Sheave Bearings

3. Wire Rope

4. Hook

5. Motor

Data shall include alternate materials of construction and depth and method of
application, if applicable.

4.3 Bridge

A. The bridge shall be of the double girder, top running type and shall be of welded
construction designed in accordance with Section 70-3 of CMAA 70. Bridge
girders shall be provided with trolley rails, securely fastened to the top of each
girder to maintain a center-to-center distance within a tolerance of 3.175 mm (1/8
inch). Trolley end stops shall be securely fastened at each end of the rail.

B. A full length service platform shall be provided on the drive girder for
maintenance of drive components and electrical control panels. Service platform
shall be designed in accordance with OSHA regulations and Section 70-3 of
CMAA 70.
Power and Water Utility Company for Jubail and Yanbu (MARAFIQ) Specification MQ-SP-M-4037
Project Name: MARAFIQ SPEC DEVELOPMENT Date: 08 Mar 2011
Contract Number: A5MU Page 8 of 12
Revision 1

SPECIFICATION - CRANES – OVERHEAD BRIDGE

4.4 Trolley/Hoist

A. The trolley frame shall be an independent, top-riding unit designed in accordance


with Section 70-3 of CMAA 70. Trolley shall be provided with bumpers located to
impact fixed trolley end stops.

B. The hoist, unless otherwise specified in the Datasheets, shall include, but not be
limited to, an electric motor, motor brake, fully enclosed self-lubricating gearing,
cross mounted grooved winding drum, a controlled braking means, upper and
lower limit switches, and lifting tackle, all assembled as a compact unit mounted
on the trolley frame.

C. Hoist shall include an upper and lower limit switch that shall be factory set for the
specified hook travel. A paddle or plunger type limit switch which opens the
power circuit to the hoist shall also be provided as a backup. The switches shall
stop the motor in the direction of travel, but shall allow the motor to operate in the
reverse direction.

D. The lifting tackle shall include a hook with safety latch, lower block and
necessary sheaves and wire rope. The hook shall be capable of 360 degree
swivel rotation. The lower block shall be fully enclosed with openings for cable
only. The hoist ropes shall be in accordance with Section 70-4 of CMAA 70 with
fleet angles that do not exceed 4 degrees throughout the specified lift.

4.5 Electrical

A. Electrical equipment shall be constructed, wired, and tested in accordance with


NFPA 70, NEMA ICS 6, and Section 70-5 of CMAA 70 for the electrical area
classification specified in the Datasheet. Supplier shall supply all electrical items
required for operation including, but not limited to, electric motors, motor brakes,
starters, relays, control panels, circuit breakers, pendant control station, and
conductors and collectors for power electrification. Overload relays shall be
provided with automatic reset features.

B. Unless otherwise noted, the pendant control station shall be supported on an


independent support track with a festooned control cable feed configuration. If
specified on the Datasheets, runway power conductors shall be double insulated
type with semi-enclosed nonconductive sheath or duct.

4.6 Electric Motors

A. Motors shall comply with Marafiq Motor Specification and Section 70-5 of CMAA
70.
Power and Water Utility Company for Jubail and Yanbu (MARAFIQ) Specification MQ-SP-M-4037
Project Name: MARAFIQ SPEC DEVELOPMENT Date: 08 Mar 2011
Contract Number: A5MU Page 9 of 12
Revision 1

SPECIFICATION - CRANES – OVERHEAD BRIDGE

B. Motors shall be crane-hoist duty type (NEMA Design D), and have a minimum
motor time rating of 30 minutes with the temperature rise in accordance with the
latest NEMA standards for the class of insulation and enclosure used.

C. Motor service shall be as specified in the Bridge Crane Datasheet.

D. Supplier shall furnish Purchaser with the electrical and mechanical


characteristics of the motor on the Electric Motor Datasheet.

E. Supplier shall supply the motor starters in a suitable enclosure for both the
service and the environment as stated in the Datasheet. Enclosure shall comply
with NEMA ICS 6.

4.7 Structural

A. Supplier furnished full length service platform shall conform and comply with all
OSHA regulations and shall include grating, toe boards, mid-rail, handrail, posts
and supports.

B. Supplier shall provide a sufficient number of adequately sized lifting attachments


for proper handling of the equipment during transporting, handling and
installation.

4.8 Noise

The Bridge Cranes shall meet the noise limits as specified on the Equipment Noise
Datasheet.

4.9 Welding

A. Welding shall conform to the latest issue of AWS D14.1, Specification for
Welding Industrial and Mill Cranes.

B. Supplier's drawings shall use only AWS A2.4, Welding Symbols as well as AWS
3.0, Welding Terms and Definitions.

4.10 Painting

A. Exposed machinery including gear reducers, control panels, motors, flexible


couplings, bearing assemblies, electrical equipment, and hoists shall be painted
with the Manufacturer's standard finish.

B. All structural members including platforms, equipment supports, bridge girders,


trolley frames, and end truck assemblies shall be cleaned and painted with a
prime and finish coat. Cleaning shall be in accordance with SSPC SP-6
"Commercial Blast Cleaning." Prime coat shall be inorganic zinc rich paint with a
Power and Water Utility Company for Jubail and Yanbu (MARAFIQ) Specification MQ-SP-M-4037
Project Name: MARAFIQ SPEC DEVELOPMENT Date: 08 Mar 2011
Contract Number: A5MU Page 10 of 12
Revision 1

SPECIFICATION - CRANES – OVERHEAD BRIDGE

minimum applied dry film thickness of 76.2 µm (3 mils). Finish coat color shall be
OSHA approved safety yellow.

4.11 Lubrication

A. The crane(s) shall be provided with all necessary lubrication fittings, externally
located, or extended where required, for accessible servicing.

B. Supplier shall submit a Lubrication Datasheet, indicating factory recommended


types of lubricants, frequency and amounts of each lubricant required.

4.12 Spare Parts

Supplier shall provide a unit priced list of recommended spare parts for start-up and
commissioning and one year operation.

4.13 Tools

Supplier shall supply any special tools needed for field installation, maintenance and
servicing of Bridge Crane(s). Tools shall be new and not used.

4.14 Performance

Supplier shall guarantee the crane(s) to meet both the load and service requirements, as
well as the quality specified herein and in the Bridge Crane Datasheet.

5.0 INSPECTION AND TESTING

5.1 Inspection

A. Supplier shall furnish the Purchaser copies of Supplier's inspection and quality
control plan.

B. Materials and workmanship shall be subject to inspection by the Purchaser in the


shop and/or in the field.

C. Purchaser's inspector will check, as a minimum, equipment components,


dimensions, and quality of workmanship against certified drawings, data, and
purchase order documents.

D. Supplier's weld inspector shall be qualified to AWS D1.1-CWI.


Power and Water Utility Company for Jubail and Yanbu (MARAFIQ) Specification MQ-SP-M-4037
Project Name: MARAFIQ SPEC DEVELOPMENT Date: 08 Mar 2011
Contract Number: A5MU Page 11 of 12
Revision 1

SPECIFICATION - CRANES – OVERHEAD BRIDGE

5.2 Testing

A. The bridge crane shall be assembled and functionally tested at no load prior to
shipment. All wiring shall be checked for continuity. The trolley shall be
operated over its full travel and speed range. The hoist drive shall be operated at
no load without reeving to hoist block. All limit switches shall be functionally
tested. Any deficiencies discovered shall be corrected by the Supplier prior to
shipment. After testing and before dismantling for shipment, all wiring and
mechanical connections shall be match-marked or tagged to insure proper field
assembly.

B. Unless otherwise noted, the Purchaser will assemble the bridge crane at the
installation site and perform the load test specified in ASME B30.2.0.

C. Unless otherwise noted, the Purchaser shall provide the load for this test.

D. Supplier shall be responsible for any deficiencies discovered and any repairs or
modifications necessary for successful completion of the load test.

6.0 DOCUMENTATION

Supplier shall supply the type and quantity of drawings and documentation for Purchaser's
authorization or information as listed on the Supplier Drawing and Data Commitment Form.

7.0 PREPARATION FOR SHIPMENT

Supplier shall be solely responsible for providing adequate preparation for shipment. Preparation
shall be subject to inspection and rejection by the Purchaser's inspectors. Minimum preparation
for shipment shall be as described in the following paragraphs.

7.1 Adequate protection shall be provided against mechanical damage and atmospheric
corrosion in transit and for at least six months of outdoor storage at jobsite prior to
installation.

7.2 Shipping saddles, bracing, supports, and rigging connections shall be provided to prevent
damage during shipment, lifting, or unloading.

7.3 Bearings and seal assemblies shall be fully protected from the entry of moisture and dirt.

7.4 Exposed unpainted surfaces, including bolting, shall be given a heavy coating of rust
inhibiting compound.

7.5 Separate, loose, and spare parts shall be completely boxed. All pieces of equipment and
spare parts shall be identified by item number and service and marked with Purchaser's
Power and Water Utility Company for Jubail and Yanbu (MARAFIQ) Specification MQ-SP-M-4037
Project Name: MARAFIQ SPEC DEVELOPMENT Date: 08 Mar 2011
Contract Number: A5MU Page 12 of 12
Revision 1

SPECIFICATION - CRANES – OVERHEAD BRIDGE

order number, item number, and weight both inside and outside of each individual
package or container. Supplier shall furnish packing lists for each package or container
prior to shipment to Purchaser.

7.6 One complete set of installation, operation, and maintenance instructions shall be packed
in the boxes or crates and shipped with the equipment.

7.7 Equipment tagging and marking shall conform to the following requirements:

A. The rated load and equipment tag number of each crane shall be permanently
marked on each side of the bridge. Lettering shall be clearly legible from
operating level.

B. In addition to the Supplier's standard identification, tags shall be furnished to


show the service, Purchaser's item number, and Purchaser's order number for
each tag item listed on the Purchase Order.

C. Instrument and equipment tags shall be impression stamped stainless steel with
4.76 mm (3/16 inch) (minimum) characters and permanently mounted with
stainless steel drive screws or 16 gauge (minimum) wire.

End of Specification

You might also like