You are on page 1of 48

Republic of Iraq ‫ﻮر&ﺔ اﻟﻌﺮاق‬#‫ﺟﻤ‬

Ministray of Oil/ South Reefineires Co. ;:‫ ﺷﺮﻛﺔ ﻣﺼﺎ‬/‫وزارة اﻟﻨﻔﻂ‬


(S.C.) (‫ا<=ﻨﻮب )ﺷﺮﻛﺔ ﻋﺎﻣﺔ‬

Scope of work
1-PROCESS

Technical Details
Description of Operation
Electrostatic coalescer (Desalter)
Horizontal electrostatic coalescers (desalters) are used to help facilitate oil/water
separation by speeding up emulsions separation through applying heat coupled with
electrostatic separation.
Heating can also be carried out by using In this offer, the pre-heat is provided by upstream
exchangers (by others) before entering the electrostatic coalescers to dehydrate and desalt
the crude oil.
The crude is heated for the following reasons:
Oil density is reduced, thus giving better gravity separation
The viscosity is reduced thus reducing the flow resistance of water droplets falling
through the oil layer
Heat improves coalescing and breaks down emulsions that would otherwise prevent
separation to necessary degree
The recycled effluent water will be added upstream and a static mixer is provided to
enable efficient mixing of oil and water.
The heated crude is fed each stage of treatment. The electrostatic field helps reduce the
residence time required to coalesce water droplets, hence enabling bulk separation of
water and with it salt that is in the water phase. Wash water of lower salinity is added to
help achieve the required salt outlet spec in crude.

Bid No. [__________________________________] [__________________________________] :‫رﻗم‬/‫ﻣﻧﺎﻗﺻﺔ‬


Contracting Entity [______________] [______________] :‫ﺟﮭﺔ اﻟﺗﻌﺎﻗد‬
178
Republic of Iraq ‫ﻮر&ﺔ اﻟﻌﺮاق‬#‫ﺟﻤ‬
Ministray of Oil/ South Reefineires Co. ;:‫ ﺷﺮﻛﺔ ﻣﺼﺎ‬/‫وزارة اﻟﻨﻔﻂ‬
(S.C.) (‫ا<=ﻨﻮب )ﺷﺮﻛﺔ ﻋﺎﻣﺔ‬

We are South refineries company (SRC) declare this tender to design & supply & install
( Turn Key Job ) three De-salter units ( single stage ) which is used to decrease the salt
content in crude oil feed to crude distillation units.
The specification of crude oil at current condition are attached below in table N0.1.
We have three (CDU) crude distillation units (exist) , the configuration of our crude
distillation units (CDU) are attached in diagram N0.1,2 (PDF File) which clarify that CDU
capacity is 70000BPD with a De-Salter ( single stage ) fed by booster pump at crude oil
tank yard to the battery limit then the feed is pumped by feed pump.
The Design of De-Salters Units (exist) in our distillation units are attached below in
diagram N0.3 Which shows the PFD of desalter unit according to the design of the units
and table No.2 he appears design criteria .
We need from contractor company to present technical proposal includes to Install Three
De-Salters unit location and capacity according to the following :
1- Install two main De-Salters unit 70000 BPD to treat salt content of crude oil 250
ppm (Normal) and outlet of crude oil with salt content 25 ppm (Max.) in train (one ,
two) and connect direct with Old De-Salters unit which regard second stage
(existing) after install new De-Salters and doing this job after site survey by
contractor .
SRC (client) will evaluate the offer regarding to process severity , utility
requirements and coasts.
2- Install main De-Salters unit 70000 BPD to treat salt content of crude oil 250 ppm
(Normal) and outlet of crude oil with salt content 25 ppm (Max.) in train (Three)
and connect direct with Old De-Salters unit which regard second stage (existing)
after install new De-Salters and doing this job after site survey by contractor .
SRC (client) will evaluate the offer regarding to process severity , utility
requirements and coasts.
3- In order to obtain the lowest operating costs, the contracting company shall have to
reuse the wash water that comes out of the desalter unit for the second stage
(existing ) and use it in the desalter unit for the first stage (New).
4- The plan of the desalters unit (existing) with its operational conditions has been
included below as more information for the contracting company .
Bid No. [__________________________________] [__________________________________] :‫رﻗم‬/‫ﻣﻧﺎﻗﺻﺔ‬
Contracting Entity [______________] [______________] :‫ﺟﮭﺔ اﻟﺗﻌﺎﻗد‬
179
Republic of Iraq ‫ﻮر&ﺔ اﻟﻌﺮاق‬#‫ﺟﻤ‬
Ministray of Oil/ South Reefineires Co. ;:‫ ﺷﺮﻛﺔ ﻣﺼﺎ‬/‫وزارة اﻟﻨﻔﻂ‬
(S.C.) (‫ا<=ﻨﻮب )ﺷﺮﻛﺔ ﻋﺎﻣﺔ‬

5- The contracting company shall conduct a site survey of the units and inspect the tie
in with all the required works before submitting the technical offer .
6- The contracting company shall provide 5 printed copies with soft copy in English
language of the operation manual, maintenance manual , inspection manual and the
design manual .
7- The contractor responsible to supply , installation all equipment with add all
technical details without addition cost for any part from the project which were not
mentioned in the bidding document inadvertently

Basic of design & Performance Guarantees


The requirements are met in the table below during the primary operating period and
for 72 hours continuously

UNIT Desalter units CDU1,2,3


NORMAL BPSD 70000
TURN DOWN %60%
MAX. CAPACITY 110%

Salt content 25 ppm vol (max) for CDU 1,2

Salt content 25 ppm vol (max) for CDU 3

Water content <0.1 vol% for CDU 1,2,3

Water &sediment <o.2 vol% for CDU 1,2,3

Capacity
- Main De-Salters unit 70 000 PBD
- Maximum capacity 110%.
- Turn down capacity 60%.
Bid No. [__________________________________] [__________________________________] :‫رﻗم‬/‫ﻣﻧﺎﻗﺻﺔ‬
Contracting Entity [______________] [______________] :‫ﺟﮭﺔ اﻟﺗﻌﺎﻗد‬
180
Republic of Iraq ‫ﻮر&ﺔ اﻟﻌﺮاق‬#‫ﺟﻤ‬
Ministray of Oil/ South Reefineires Co. ;:‫ ﺷﺮﻛﺔ ﻣﺼﺎ‬/‫وزارة اﻟﻨﻔﻂ‬
(S.C.) (‫ا<=ﻨﻮب )ﺷﺮﻛﺔ ﻋﺎﻣﺔ‬

Spare parts
The contractor must provide a list of the main spare materials sufficient for two operating years and
priced within the total price of the project implementation (installation of the removal units)

Product specification:
The target impurities in feed after De-Salters unit
- Water content <0.1 vol%
- Water &sediment <o.2 vol%
- Salt content 25 ppm vol (max) for CDU 1,2
- Salt content 25 ppm vol (max) for CDU 3

Sediment Removal System


- The contractor should take into account in the design of the main receptacle of the desalination
system the existence of a mechanical cleaning system through the use of salt water outside the
system and inject it through a specialized pump to dissolve and displace the deposits inside the
receptacle by a high-pressure spraying system.
- All details are discussed at the design validation stage

Philosophy of Process
1- Crude Distillation Unit 1,2

Bid No. [__________________________________] [__________________________________] :‫رﻗم‬/‫ﻣﻧﺎﻗﺻﺔ‬


Contracting Entity [______________] [______________] :‫ﺟﮭﺔ اﻟﺗﻌﺎﻗد‬
181
Republic of Iraq ‫ﻮر&ﺔ اﻟﻌﺮاق‬#‫ﺟﻤ‬
Ministray of Oil/ South Reefineires Co. ;:‫ ﺷﺮﻛﺔ ﻣﺼﺎ‬/‫وزارة اﻟﻨﻔﻂ‬
(S.C.) (‫ا<=ﻨﻮب )ﺷﺮﻛﺔ ﻋﺎﻣﺔ‬

The origin of this two train do not have Desalter Unit (DESIGN) , the Desalter unit
(existing) install in 2012 and depend on charge pump of the unit as the following
configuration:

Bid No. [__________________________________] [__________________________________] :‫رﻗم‬/‫ﻣﻧﺎﻗﺻﺔ‬


Contracting Entity [______________] [______________] :‫ﺟﮭﺔ اﻟﺗﻌﺎﻗد‬
182
Republic of Iraq ‫ﻮر&ﺔ اﻟﻌﺮاق‬#‫ﺟﻤ‬
Ministray of Oil/ South Reefineires Co. ;:‫ ﺷﺮﻛﺔ ﻣﺼﺎ‬/‫وزارة اﻟﻨﻔﻂ‬
(S.C.) (‫ا<=ﻨﻮب )ﺷﺮﻛﺔ ﻋﺎﻣﺔ‬

CDU 1,2

Bid No. [__________________________________] [__________________________________] :‫رﻗم‬/‫ﻣﻧﺎﻗﺻﺔ‬


Contracting Entity [______________] [______________] :‫ﺟﮭﺔ اﻟﺗﻌﺎﻗد‬
183
Republic of Iraq ‫ﻮر&ﺔ اﻟﻌﺮاق‬#‫ﺟﻤ‬
Ministray of Oil/ South Reefineires Co. ;:‫ ﺷﺮﻛﺔ ﻣﺼﺎ‬/‫وزارة اﻟﻨﻔﻂ‬
(S.C.) (‫ا<=ﻨﻮب )ﺷﺮﻛﺔ ﻋﺎﻣﺔ‬

2-Crude Distillation Unit-3


The origin of this train have Desalter Unit (DESIGN) , the Desalter unit
(existing) install in 2014 and the unit have two charge pump ( first before
Desalter unit , the second after Desalter unit ) as the following
configuration:

Bid No. [__________________________________] [__________________________________] :‫رﻗم‬/‫ﻣﻧﺎﻗﺻﺔ‬


Contracting Entity [______________] [______________] :‫ﺟﮭﺔ اﻟﺗﻌﺎﻗد‬
184
Republic of Iraq ‫ﻮر&ﺔ اﻟﻌﺮاق‬#‫ﺟﻤ‬
Ministray of Oil/ South Reefineires Co. ;:‫ ﺷﺮﻛﺔ ﻣﺼﺎ‬/‫وزارة اﻟﻨﻔﻂ‬
(S.C.) (‫ا<=ﻨﻮب )ﺷﺮﻛﺔ ﻋﺎﻣﺔ‬

Utility specification :

Item Pressure bar (g) Temperature °C

Cooling water supply 3 min – 4 max 34 min – 50 max

High pressure steam 25 min – 27 max 300 min – 370 max

Low pressure steam 4 min – 6 max 170min – 250 max

Nitrogen 5 Nor. Amb.

Instrument air 3 min – 5 max Amb.

CLIMATIC CONDITIONS

• Maximum ambient temperature. +550C


• Minimum ambient temperature -50C
• Relative humidity (20 – 90) %
• Wet bulb temperature +28.50C
• Ambient atmosphere corrosive dusty sand storms
with windblown dust
• Black body temperature Under direct sunlight 830C
• Wind speed at 10m he 45 m/s
• Prevailing wind direction west – north – west

Bid No. [__________________________________] [__________________________________] :‫رﻗم‬/‫ﻣﻧﺎﻗﺻﺔ‬


Contracting Entity [______________] [______________] :‫ﺟﮭﺔ اﻟﺗﻌﺎﻗد‬
185
Republic of Iraq ‫ﻮر&ﺔ اﻟﻌﺮاق‬#‫ﺟﻤ‬
Ministray of Oil/ South Reefineires Co. ;:‫ ﺷﺮﻛﺔ ﻣﺼﺎ‬/‫وزارة اﻟﻨﻔﻂ‬
(S.C.) (‫ا<=ﻨﻮب )ﺷﺮﻛﺔ ﻋﺎﻣﺔ‬

• Seismic horizontal ground acceleration according to UBC Code


1997
• Raining
Duration total rainfall intensity
mm/hour mm
1hour 15 -
12hours - 11
24hours 87.5 3
1year 250

Guarantee
-The system must working at limited feed in case of two options ( crude oil
specification as table below (1) ) .
- Products must be matched the specification in product item.
- Salt content 25 ppm vol (max) for CDU 1,2
-Salt content 25 ppm vol (max) for CDU 3

Bid No. [__________________________________] [__________________________________] :‫رﻗم‬/‫ﻣﻧﺎﻗﺻﺔ‬


Contracting Entity [______________] [______________] :‫ﺟﮭﺔ اﻟﺗﻌﺎﻗد‬
186
Republic of Iraq ‫ﻮر&ﺔ اﻟﻌﺮاق‬#‫ﺟﻤ‬
Ministray of Oil/ South Reefineires Co. ;:‫ ﺷﺮﻛﺔ ﻣﺼﺎ‬/‫وزارة اﻟﻨﻔﻂ‬
(S.C.) (‫ا<=ﻨﻮب )ﺷﺮﻛﺔ ﻋﺎﻣﺔ‬

Item Test Result METHOD


1 Density at 15c° g/cm³ 0.8705 ASTM D-1298
2 API 31.05 ASTM D-1298
3 Sulpher content wt% 5 ASTM D-4294
4 Water and sediment vol % 1 ASTM D-4007
5 Water content vol % 0.5 ASTM D-4006
6 Salt content ppm as Nacl 250 IP- 77
7 Kin.Vis. at 40C°cst 9 ASTM D-445
8 Pour point C° < -30 ASTM D-5853
9 Carbon residue (conrd)WT% 5.2 ASTM D-189
10 R.V.P@ 37.8C°kg/cm² - ASTM D-323
11 Asphaltenes wt% 2.3 IP-143
12 Ash content wt% 0.01 ASTM D-482
13 Distillation IP-24
IBP C° 52
Recovery@50%ml -
%ml75 75 2
%ml 100 6
%ml 125 11
%ml 150 16
%ml 175 21
%ml 200 26
%ml 225 30
%ml 250 34
%ml 275 39
%ml 300 43
Total distillation vol % 45
Table N0.1

Bid No. [__________________________________] [__________________________________] :‫رﻗم‬/‫ﻣﻧﺎﻗﺻﺔ‬


Contracting Entity [______________] [______________] :‫ﺟﮭﺔ اﻟﺗﻌﺎﻗد‬
187
Republic of Iraq ‫ﻮر&ﺔ اﻟﻌﺮاق‬#‫ﺟﻤ‬
Ministray of Oil/ South Reefineires Co. ;:‫ ﺷﺮﻛﺔ ﻣﺼﺎ‬/‫وزارة اﻟﻨﻔﻂ‬
(S.C.) (‫ا<=ﻨﻮب )ﺷﺮﻛﺔ ﻋﺎﻣﺔ‬

Diagram N0.3

Bid No. [__________________________________] [__________________________________] :‫رﻗم‬/‫ﻣﻧﺎﻗﺻﺔ‬


Contracting Entity [______________] [______________] :‫ﺟﮭﺔ اﻟﺗﻌﺎﻗد‬
188
Republic of Iraq ‫ﻮر&ﺔ اﻟﻌﺮاق‬#‫ﺟﻤ‬
Ministray of Oil/ South Reefineires Co. ;:‫ ﺷﺮﻛﺔ ﻣﺼﺎ‬/‫وزارة اﻟﻨﻔﻂ‬
(S.C.) (‫ا<=ﻨﻮب )ﺷﺮﻛﺔ ﻋﺎﻣﺔ‬

Bid No. [__________________________________] [__________________________________] :‫رﻗم‬/‫ﻣﻧﺎﻗﺻﺔ‬


Contracting Entity [______________] [______________] :‫ﺟﮭﺔ اﻟﺗﻌﺎﻗد‬
189
Republic of Iraq ‫ﻮر&ﺔ اﻟﻌﺮاق‬#‫ﺟﻤ‬
Ministray of Oil/ South Reefineires Co. ;:‫ ﺷﺮﻛﺔ ﻣﺼﺎ‬/‫وزارة اﻟﻨﻔﻂ‬
(S.C.) (‫ا<=ﻨﻮب )ﺷﺮﻛﺔ ﻋﺎﻣﺔ‬

CDU 1 CDU 2
Feed properties
gravity@15.6C 0.855 0.855
API 34 34
viscosity
at 50 F 15.8cst 15.8cst
at 70F 10.6cst 10.6cst
at 100F 6.5cst 6.5cst
wax content(BP)wt 7.2% 7.2%
wax melting point 5F 5F
salt content ptb 12 12
salt content ppm 34.2 34.2
H2S negligible negligible
Sulfur content 1.95 wt % 1.95 wt %
Water 0.1vol% 0.1vol%
Water and sediment 0.5 vol % 0.5 vol %

Delivery
Crude stream 70000 BpSD 70000 BpSD
Temperature 139.5 ºC 132 ºC
Pressure 31 Kg/cm2 31 Kg/cm2
Wash water
quality Plant water Plant water
Nacl content <1000 ppm <1000 ppm
PH 6-8 6-8
Oil content nil nil
Solids TBA TBA

Bid No. [__________________________________] [__________________________________] :‫رﻗم‬/‫ﻣﻧﺎﻗﺻﺔ‬


Contracting Entity [______________] [______________] :‫ﺟﮭﺔ اﻟﺗﻌﺎﻗد‬
190
Republic of Iraq ‫ﻮر&ﺔ اﻟﻌﺮاق‬#‫ﺟﻤ‬
Ministray of Oil/ South Reefineires Co. ;:‫ ﺷﺮﻛﺔ ﻣﺼﺎ‬/‫وزارة اﻟﻨﻔﻂ‬
(S.C.) (‫ا<=ﻨﻮب )ﺷﺮﻛﺔ ﻋﺎﻣﺔ‬

Rate 5 vol % 5 vol %


Effluent water PH To be kept <6.5 To be kept <6.5
Pressure drop
Across package 1.7 Kg/cm2 1.7 Kg/cm2
Utilities
Instrument air as required as required
Electricity 60-70 KW 60-70 KW
Dem.type Petreco Petreco
Dem.dosing rate 2-6 ppm 2-6 ppm

Table No.2

Engineering meetings, factory acceptance test and training tables


The Bidder will bare all expenses for obtaining Visa, air plane tickets, accommodation and
food for travel outside Iraq (abroad) for the Employers’s personnel only that will
participate on the engineering meetings, factory acceptance tests (FAT) and training
courses in extent as specified in the following .

• Kick-off meeting for 5 person ( process , instrument , electrical , inspection , rotary


mechanical , contract ) Abroad on the place agreed by both Parties .
• Control system, inspection and process should be subjected to SRC approval and
FAT for 5 person ( one week ) 5 in manufacturing country should be included.
• Training for 5 person ( one week ) 5 for process (control room , out site) Abroad on
the place agreed by both Parties should be .

Bid No. [__________________________________] [__________________________________] :‫رﻗم‬/‫ﻣﻧﺎﻗﺻﺔ‬


Contracting Entity [______________] [______________] :‫ﺟﮭﺔ اﻟﺗﻌﺎﻗد‬
191
Republic of Iraq ‫ﻮر&ﺔ اﻟﻌﺮاق‬#‫ﺟﻤ‬
Ministray of Oil/ South Reefineires Co. ;:‫ ﺷﺮﻛﺔ ﻣﺼﺎ‬/‫وزارة اﻟﻨﻔﻂ‬
(S.C.) (‫ا<=ﻨﻮب )ﺷﺮﻛﺔ ﻋﺎﻣﺔ‬

2-CIVIL WORKS
The mentioned attachments and Tender Drawings shall be read in conjunction with this
Specification. Matters described in one are not necessarily repeated in the others.

1-GENERAL REQUIREMENTS

The bidder’s proposal shall cover all requirements of the Tender Documents and any other
items not specifically mentioned but which are deemed to be necessary for the satisfactory
design, supply of materials, construction, supervision, and maintenance of the civil works
on the basis of a turnkey contract. The Contractor must ensure that all Works required by
this project, should be performed and completed in a professional manner, properly recorded
on drawings and documents where applicable, as EPCC (Engineering, Procurement,
Construction and commissioning & Maintenance) Contract.

The Contractor shall design the foundations and other structures, develop and prepare the
detailed design and the construction drawings of all civil structures for the approval of the
employer which shall meet the equipment and structures specification, to be supplied by the
Contractor for the Project.
The employer shall reserve the right to examine the Contractor's design and to instruct a
change or modification by the Contractor. These modifications shall be carried out by the
Contractor without additional cost as a result of any claims made by the Contractor on the
employer. Approval of the design by the employer shall not relieve the Contractor of liability
for the construction works.

The bidder shall familiarize himself with the site, levels, subsoil and any other data
necessary to enable him to estimate the foundation requirements, for use in the preparation
of his tender. It is the Contractor's entire responsibility to search for filling material for land
reclamation work and to make all arrangements necessary for the satisfactory completion of
the land reclamation work within the Project. No additional cost will be considered for any
item which the Contractor has over looked but are essential for the full completion of the
Project in every respect.

The contractor must submit with his tender the following:


Bid No. [__________________________________] [__________________________________] :‫رﻗم‬/‫ﻣﻧﺎﻗﺻﺔ‬
Contracting Entity [______________] [______________] :‫ﺟﮭﺔ اﻟﺗﻌﺎﻗد‬
192
Republic of Iraq ‫ﻮر&ﺔ اﻟﻌﺮاق‬#‫ﺟﻤ‬
Ministray of Oil/ South Reefineires Co. ;:‫ ﺷﺮﻛﺔ ﻣﺼﺎ‬/‫وزارة اﻟﻨﻔﻂ‬
(S.C.) (‫ا<=ﻨﻮب )ﺷﺮﻛﺔ ﻋﺎﻣﺔ‬

1- Preliminary drawings showing general layout of the unit


2- Clearly state that he will execute the civil works according to the contractor
responsibilities ,scope of civil works ,materials origin ,codes and standards
,requirements , specification mentioned in civil works section.
3- Clearly explain that he warrants that his work shall be free from defects in the design,
engineering, materials, and workmanship supplied and execution.

2- CONTRACTOR RESPONSIBILITIES:

In addition to general contractor responsibilities and in conjunction with the works


summarized in the SCOPE OF WORK, CONTRACTOR shall also be emphasized to carry
out the following for the WORK:

1- Perform site survey before submitting his tender

2- Provision of basic and detail engineering drawings, shop drawings, and calculation sheets
of the project to employer for review and approve. The signing, countersigning or other
endorsements of any drawings and documentation by employer’s representatives shall not
be interpreted as implying the responsibility for the correctness of such documents or
relieving the CONTRACTOR of its obligations to review all information, data, drawings,
and specifications provided by employer.

3- Provision of equipment & materials procurement, construction, installation, maintenance,


project control services, administration, accounting and reporting to employer or its
representatives as defined in CONTRACT. The construction materials origin as the
following:
a- sand , gravel ,sub-base , concrete reinforcement, cement, concrete , precast concrete
products ,ceramic , granite ,tiles, fill earth material, and masonry block, should be from the
best local suppliers from Iraq market and have the employer's approval. These materials
should be tested according to requirements of this tender
b- Epoxy coating, grouting materials, and sealing materials, should be from Western Europe
and tested according to requirements of this tender.
4- Site preparation work, including temporary access, roads, tracks etc, as required for the
work. Contractor shall be responsible about any remediation work for soil. The existing site
soil contaminated with oil and organic materials.

5- Provision of instrument, tools & facilities for the employer or its representative as
required and including all inspection tools for civil site works.

Bid No. [__________________________________] [__________________________________] :‫رﻗم‬/‫ﻣﻧﺎﻗﺻﺔ‬


Contracting Entity [______________] [______________] :‫ﺟﮭﺔ اﻟﺗﻌﺎﻗد‬
193
Republic of Iraq ‫ﻮر&ﺔ اﻟﻌﺮاق‬#‫ﺟﻤ‬
Ministray of Oil/ South Reefineires Co. ;:‫ ﺷﺮﻛﺔ ﻣﺼﺎ‬/‫وزارة اﻟﻨﻔﻂ‬
(S.C.) (‫ا<=ﻨﻮب )ﺷﺮﻛﺔ ﻋﺎﻣﺔ‬

6- Provision of all materials required for execution of WORK.

7- All the services and facilities to employer and its representatives shall be provided by the
CONTRACTOR.

8- Disposal of construction surplus and scrap during execution and upon completion of the
WORK to a designated place approved by employer.

9- The Contractor shall provide a site laboratory to carry out quality control tests of material
accordance with the procedures and tests as described in the relevant ASTM Standard or
other approved Standard. He may as an alternative to the provision of laboratory equipment,
make arrangement for all necessary tests to be carried out by personnel with relevant
experience from an approved laboratory. The tester of structural or non-structural material
should be Iraqi official authorized tester or international tester.

10- The Contractor shall keep at the Site accurate and up to-date records and drawings of
the Works, and shall submit these records to the employer at the end of every week. Such
record shall include the amount of labor, plant and materials employed upon the Site during
that week
.
11-The Contractor should submit the design criteria as a part of the required documents of
basic design which include but not limited to:
a- structural design criteria (note: earthquake load must be included in design in addition to
other types of loads. Seismic zone 1(Z=0.075), code UBC
b- Foundation design criteria
c- Structural steel design criteria: generally structural steel should be according ASTM A36
d- Foundation for vibration equipment design criteria
e- Roads, paving, and miscellaneous design criteria
f- Site preparation design criteria
g- Building design criteria
h- Drainage system design criteria

12- Prepare time schedule which should be submit to owner approval

3- SCOPE OF CIVIL WORKS

The civil works shall include collection of site data, basic design, detailed design,
production of working drawings, provision of labour, supply of construction plant

Bid No. [__________________________________] [__________________________________] :‫رﻗم‬/‫ﻣﻧﺎﻗﺻﺔ‬


Contracting Entity [______________] [______________] :‫ﺟﮭﺔ اﻟﺗﻌﺎﻗد‬
194
Republic of Iraq ‫ﻮر&ﺔ اﻟﻌﺮاق‬#‫ﺟﻤ‬
Ministray of Oil/ South Reefineires Co. ;:‫ ﺷﺮﻛﺔ ﻣﺼﺎ‬/‫وزارة اﻟﻨﻔﻂ‬
(S.C.) (‫ا<=ﻨﻮب )ﺷﺮﻛﺔ ﻋﺎﻣﺔ‬

and materials, construction and rectification of defects during the Warranty Period
of the Works .The Scope of Work shall include, but not be necessarily limited to,
the following:
Site Works: Survey works ,soil investigation works ,Site clearance, excavation and
filling including running surplus excavated materials to disposal area, soil
improvement work and piles works (if required according to soil investigation
report ), plain and reinforced concrete works , foundations , structural and
miscellaneous steel, sunshade for equipments , grouting for structural steelwork and
equipment works , reinforced concrete paving for site and access road...etc,
drainage system and painting works .
A- within the battery limit:

1-collection of site data and prepare site survey report and soil investigation
report.

2-Perform basic and detailed design, production of approval drawings and


construction drawing. As built drawings must be prepared at the end of civil
construction work. The Civil Works shall be designed and constructed in
accordance with the following Specifications. Any conflict between the
referenced codes and standards, contract documents and this specification shall
be brought to the attention of the employer, in writing, for clarification prior to
any action by the Contractor. The most stringent requirement shall govern until
written clarification is provided by the employer.

- NFPA 101 - Life Safety Code


- International Code Council (ICC)
- International Building Code (IBC)
- International Fire Code (IFC)
- International Plumbing Code (IPC)

• American National Standards Institute ANSI


- ANSI / ASCE 7- 95 – Minimum Design Loads for Buildings and Other Structures.
• American Association of State Highway and Transportation Officials (AASHTO)
- AASHTO Standard Specifications for Highway Bridges

•Uniform Building Code ( UBC ) – 1997 – Volume 2


•American Concrete Institute (ACI)
- ACI 318/318R - Building Code Requirements for Structural Concrete and
Commentary
-ACI 350/350R - Code Requirements for Environmental Engineering Concrete
Structures and Commentary.
Bid No. [__________________________________] [__________________________________] :‫رﻗم‬/‫ﻣﻧﺎﻗﺻﺔ‬
Contracting Entity [______________] [______________] :‫ﺟﮭﺔ اﻟﺗﻌﺎﻗد‬
195
Republic of Iraq ‫ﻮر&ﺔ اﻟﻌﺮاق‬#‫ﺟﻤ‬
Ministray of Oil/ South Reefineires Co. ;:‫ ﺷﺮﻛﺔ ﻣﺼﺎ‬/‫وزارة اﻟﻨﻔﻂ‬
(S.C.) (‫ا<=ﻨﻮب )ﺷﺮﻛﺔ ﻋﺎﻣﺔ‬

-ACI 530/ASCE 5/TMS 402 - Building Code Requirements for Masonry structures.
• American Institute of Steel Construction (AISC)
- AISC Steel Construction Manual Allowable Stress Design (ASD) and Load.
And Resistance Factor Design (LRFD)
- Specification for Structural Joints Using ASTM A325 or A490 Bolts Structures.
• American Society of Civil Engineers (ASCE)
-ASCE/SEI 7-05 - Minimum Design Loads for Buildings and Other Structures.
- SEI/ASCE 37-02 - Design Loads on Structures During Construction.
• ASTM International (ASTM)
-ASTM A36/A36M - Standard Specification for Carbon Structural Steel
-ASTM A82/ A82M - Standard Specification for Steel Wire, Plain, for Concrete
Reinforcement
- ASTM A 185/ A 185M - Standard Specification for Steel Welded Wire
Reinforcement, Plain, for Concrete
-ASTM A193/A193M - Standard Specification for Alloy-Steel and Stainless
Steel Bolting Materials for High Temperature or High Pressure Service and
Other Special Purpose Applications
-ASTM A307 - Standard Specification for Carbon Steel Bolts and Studs,
60 000 PSI Tensile Strength
-ASTM A325 - Standard Specification for Structural Bolts, Steel, Heat Treated,
120/105 ski Minimum Tensile Strength
-ASTM A354 - Standard Specification for Quenched and Tempered Alloy Steel
Bolts, Studs, and Other Externally Threaded Fasteners
-ASTM A490 - Standard Specification for Structural Bolts, Alloy Steel, Heat
Treated, 150 ski Minimum Tensile Strength
- ASTM A615/A615M - Standard Specification for Deformed and Plain
Carbon-Steel Bars for Concrete Reinforcement
- ASTM A 706/ A 706M - Standard Specification for Low-Alloy Steel Deformed
And Plain Bars for Concrete Reinforcement
-ASTM A992/A992M - Standard Specification for Structural Steel Shapes
-ASTM F1554 - Standard Specification for Anchor Bolts, Steel, 36, 55, and
105-ksi Yield Strength
-ASTM C 136 - Standard Test Method for Sieve Analysis of Fine and Course
Aggregates
- ASTM D422 - Standard Test Method for Particle-Size Analysis of Soils
- ASTM D698 - Standard Test Methods for Laboratory Compaction Characteristics of
Soil Using Standard Effort (12,400 ft-lbj/ft3 (600 kN-m/m3))
- ASTM D 1140 - Standard Test Methods for Amount of Material in Soils Finer Than
the No. 200 (75-Jim) Sieve

Bid No. [__________________________________] [__________________________________] :‫رﻗم‬/‫ﻣﻧﺎﻗﺻﺔ‬


Contracting Entity [______________] [______________] :‫ﺟﮭﺔ اﻟﺗﻌﺎﻗد‬
196
Republic of Iraq ‫ﻮر&ﺔ اﻟﻌﺮاق‬#‫ﺟﻤ‬
Ministray of Oil/ South Reefineires Co. ;:‫ ﺷﺮﻛﺔ ﻣﺼﺎ‬/‫وزارة اﻟﻨﻔﻂ‬
(S.C.) (‫ا<=ﻨﻮب )ﺷﺮﻛﺔ ﻋﺎﻣﺔ‬

- ASTM D1556 - Standard Test Method for Density and Unit Weight of Soil in Place by
the Sand-Cone Method
- ASTM D 1557 - Standard Test Methods for Laboratory Compaction
Characteristics of Soil Using Modified Effort (56,000 ft-lbf/ft3 (2700 kN-m/m3))
- ASTM D2167 - Standard Test Method for Density and Unit Weight of Soil in Place
by the Rubber Balloon Method
- ASTM D2922 - Standard Test Methods for Density of Soil and Soil-Aggregate in
Place by Nuclear Methods (Shallow Depth)
- ASTM D2937 - Standard Test Method for Density of Soil in Place by the Drive
Cylinder
Method
- ASTM D4253 - Standard Test Methods for Maximum Index Density and Unit
Weight of Soils Using a Vibratory Table
- ASTM D4254 - Standard Test Methods for Minimum Index Density and Unit
Weight of Soils and Calculation of Relative Density
- ASTM D4318 - Standard Test Method for Liquid Limit, Plastic Limit, and
Plasticity Index of Soils.
ASTM A74 - Standard Specification for Cast Iron Soil Pipe and Fittings
ASTM C76 - Standard Specification for Reinforced Concrete Culvert, Storm Drain, and
Sewer Pipe
ASTM C478 - Standard Specification for Precast Reinforced Concrete Manhole
Sections
ASTM C564 - Standard Specification for Rubber Gaskets for Cast Iron Soil Pipe and
Fittings
- ASTM D1248 - Standard Specification Polyethylene Plastics Molding and Extrusion
Materials
- ASTM D2321 - Standard Practice for Underground Installation of Thermoplastic Pipe
for Sewers and Other Gravity Flow Applications
- ASTM D 1785 - Standard Specification for Poly (Vinyl Chloride) (PVC) Plastic Pipe,
Schedules 40, 80, and 120
- ASTM D2564 - Standard Specification for Solvent Cements for Poly (Vinyl Chloride)
(PVC)
Plastic Piping Systems
- ASTM D2855 - Standard Practice for Making Solvent-Cemented Joints with Poly
(Vinyl Chloride) (PVC) Pipe and Fittings
- ASTM D3212 - Standard Specification for Joints for Drain and Sewer Plastic Pipes
Using Flexible Elastomeric Seals
- ASTM D3350 - Standard Specification for Polyethylene Plastics Pipe and Fittings
Materials

Bid No. [__________________________________] [__________________________________] :‫رﻗم‬/‫ﻣﻧﺎﻗﺻﺔ‬


Contracting Entity [______________] [______________] :‫ﺟﮭﺔ اﻟﺗﻌﺎﻗد‬
197
Republic of Iraq ‫ﻮر&ﺔ اﻟﻌﺮاق‬#‫ﺟﻤ‬
Ministray of Oil/ South Reefineires Co. ;:‫ ﺷﺮﻛﺔ ﻣﺼﺎ‬/‫وزارة اﻟﻨﻔﻂ‬
(S.C.) (‫ا<=ﻨﻮب )ﺷﺮﻛﺔ ﻋﺎﻣﺔ‬

- ASTM F477 - Standard Specification for Elastomeric Seals (Gaskets) for Joining
Plastic Pipe
• Steel Joist Institute (SJI)
- SJI Standard Specifications, Load Tables and Weight Tables for Steel Joists and Joist
Girders
• American Welding Society (AWS)
-AWS D 1.1 /D 1.1 M - Structural Welding Code – Steel

The Contractor shall submit together with his bid a schedule of standards and codes of
practice to be followed in the design and construction of the Work.

3- Provision of labor, supply of materials, and construction the civil work which
include but not limited to the following
a- Prepare topographical report, and soil investigation report.
b- Site preparation, soil remediation, and earth filling with structural fill type (B)
according to Iraqi specification of roads and bridges (SORB) to design level.
each layer of embankment should be compacted and tested according to
(SORB)
c- Foundation and concrete works including all equipments, tanks, frames,
ladders, ….etc
d- Steel structures work.
e- Shelters for pumps.
f- Pipe racks and pipe slippers ( to be decided according design requirements)
L- Drainage System should consist of the following systems:-
- Storm water system
Storm water system: Storm water drainage from roads, buildings, sheds, and
roof should be discharged to sewage sump.
- Other systems as design requirements.

M- Concrete Pavement / Concrete area paving shall be provided around process


equipment, and yards to collect spillage, leaks, rainwater and firewater where there is a
risk of contamination or erosion of the soil. Paving shall be provided where required for
maintenance access areas, walkway.
N- For lifting facilities (overhead crane if need).
O-painting works for steel structure.

4- Rectification of defects during the Warranty Period of the Works.

5-Temporary works as necessary to construct the permanent works.

Bid No. [__________________________________] [__________________________________] :‫رﻗم‬/‫ﻣﻧﺎﻗﺻﺔ‬


Contracting Entity [______________] [______________] :‫ﺟﮭﺔ اﻟﺗﻌﺎﻗد‬
198
Republic of Iraq ‫ﻮر&ﺔ اﻟﻌﺮاق‬#‫ﺟﻤ‬
Ministray of Oil/ South Reefineires Co. ;:‫ ﺷﺮﻛﺔ ﻣﺼﺎ‬/‫وزارة اﻟﻨﻔﻂ‬
(S.C.) (‫ا<=ﻨﻮب )ﺷﺮﻛﺔ ﻋﺎﻣﺔ‬

6- Any concrete with contact with water, wastewater, and soil (from inner face our
outer face) must be coated with epoxy not less than two layers and according
manufacturer’s instructions.
4-Notes
Available areas for three units is [Area1(15*20)m, Area2(12*29)m, Area3(12*20m)] as
shown in the attached drawings and the required final floor level of the new units should be
equal to existing final site elevation for nearby units.

Bid No. [__________________________________] [__________________________________] :‫رﻗم‬/‫ﻣﻧﺎﻗﺻﺔ‬


Contracting Entity [______________] [______________] :‫ﺟﮭﺔ اﻟﺗﻌﺎﻗد‬
199
Republic of Iraq ‫ﻮر&ﺔ اﻟﻌﺮاق‬#‫ﺟﻤ‬
Ministray of Oil/ South Reefineires Co. ;:‫ ﺷﺮﻛﺔ ﻣﺼﺎ‬/‫وزارة اﻟﻨﻔﻂ‬
(S.C.) (‫ا<=ﻨﻮب )ﺷﺮﻛﺔ ﻋﺎﻣﺔ‬

Bid No. [__________________________________] [__________________________________] :‫رﻗم‬/‫ﻣﻧﺎﻗﺻﺔ‬


Contracting Entity [______________] [______________] :‫ﺟﮭﺔ اﻟﺗﻌﺎﻗد‬
200
Republic of Iraq ‫ﻮر&ﺔ اﻟﻌﺮاق‬#‫ﺟﻤ‬
Ministray of Oil/ South Reefineires Co. ;:‫ ﺷﺮﻛﺔ ﻣﺼﺎ‬/‫وزارة اﻟﻨﻔﻂ‬
(S.C.) (‫ا<=ﻨﻮب )ﺷﺮﻛﺔ ﻋﺎﻣﺔ‬

Bid No. [__________________________________] [__________________________________] :‫رﻗم‬/‫ﻣﻧﺎﻗﺻﺔ‬


Contracting Entity [______________] [______________] :‫ﺟﮭﺔ اﻟﺗﻌﺎﻗد‬
201
Republic of Iraq ‫ﻮر&ﺔ اﻟﻌﺮاق‬#‫ﺟﻤ‬
Ministray of Oil/ South Reefineires Co. ;:‫ ﺷﺮﻛﺔ ﻣﺼﺎ‬/‫وزارة اﻟﻨﻔﻂ‬
(S.C.) (‫ا<=ﻨﻮب )ﺷﺮﻛﺔ ﻋﺎﻣﺔ‬

Bid No. [__________________________________] [__________________________________] :‫رﻗم‬/‫ﻣﻧﺎﻗﺻﺔ‬


Contracting Entity [______________] [______________] :‫ﺟﮭﺔ اﻟﺗﻌﺎﻗد‬
202
Republic of Iraq ‫ﻮر&ﺔ اﻟﻌﺮاق‬#‫ﺟﻤ‬
Ministray of Oil/ South Reefineires Co. ;:‫ ﺷﺮﻛﺔ ﻣﺼﺎ‬/‫وزارة اﻟﻨﻔﻂ‬
(S.C.) (‫ا<=ﻨﻮب )ﺷﺮﻛﺔ ﻋﺎﻣﺔ‬

3-Inspection Requirements for desalter


This inspection requirement is a minimum requirements for design ,materials,
fabrication ,inspection, testing and erection for desalter in order to achieve good
quality . additional requirements may be added later according to the agreements
between SRC and contractor.
Site survey may be conducted by contractor to get more information.
This requirements should cover the following items:
1. Codes and standards
2. Materials
3. Welding requirements
4. Inspection
5. Documentation and certificates
6. General inspection requirements.

1- CODES AND STANDARDS:

This system shall be fabricated ,inspected and testing according to the followings code
and standard at the time of purchaser including but not limited, other standard may be
used after agreement between SRC and contractor .

• API
• AWS
• ASME
• ASTM

2- MATERIALS:
• Selection of materials should be according to data sheets.
• All materials should be according to ASME ,ASTM standard unless otherwise
specified.
• All materials which is not mentioned here should be according to design after
approval or agreement between SRC and contractor.
• PWHT should be performed for all joints.
Bid No. [__________________________________] [__________________________________] :‫رﻗم‬/‫ﻣﻧﺎﻗﺻﺔ‬
Contracting Entity [______________] [______________] :‫ﺟﮭﺔ اﻟﺗﻌﺎﻗد‬
203
Republic of Iraq ‫ﻮر&ﺔ اﻟﻌﺮاق‬#‫ﺟﻤ‬
Ministray of Oil/ South Reefineires Co. ;:‫ ﺷﺮﻛﺔ ﻣﺼﺎ‬/‫وزارة اﻟﻨﻔﻂ‬
(S.C.) (‫ا<=ﻨﻮب )ﺷﺮﻛﺔ ﻋﺎﻣﺔ‬

• Hardness testing should be done after PWHT.

3- Welding Requirements :
• WPS(welding procedure specification),PQR(procedure qualification
records),WPQ(welder performance qualification) must be prepared for approval
by SRC before starting the welding activities.
• WPS,PQR,WPQ must be done according to ASME sec.IX
• Certificate of welding electrodes and rods should be issued to SRC for approval.
• The welding imperfections should be judge according to ASME sec.VIII.
• The welding process should be according to design data sheet.
• Fabrication of pressure vessel should follow ASME BPVC sec.VIII DIV.1

4- Inspection:
• All the inspection activities listed below should be done by manufacturer
and/or contractor .the results should be approved by SRC .
• The SRC inspectors have the right to witness of inspection activities for all
desalter components during fabrication ,welding and assembly at any period
time in the time schedule, even in the site of manufacturer.
• All person in charge of inspection activities must be qualified and certified
(including sub-contractor persons).
• All the certificate above should be issued for approve.

- type of inspection required :


1. Visual inspection for all parts.
2. Radiograph testing should be perform as a 100 percent.
3. PMI (positive material identification )including OES(optical emission
spectroscopy) should be performed for under pressure materials used in this
desalter.
4. Ultrasonic testing must be done for all parts which is more than 40mm
thickness
5. Paint testing for external and internal side should be according to design.

Bid No. [__________________________________] [__________________________________] :‫رﻗم‬/‫ﻣﻧﺎﻗﺻﺔ‬


Contracting Entity [______________] [______________] :‫ﺟﮭﺔ اﻟﺗﻌﺎﻗد‬
204
Republic of Iraq ‫ﻮر&ﺔ اﻟﻌﺮاق‬#‫ﺟﻤ‬
Ministray of Oil/ South Reefineires Co. ;:‫ ﺷﺮﻛﺔ ﻣﺼﺎ‬/‫وزارة اﻟﻨﻔﻂ‬
(S.C.) (‫ا<=ﻨﻮب )ﺷﺮﻛﺔ ﻋﺎﻣﺔ‬

6. Panting should be according to requirements of SRC (SIGMA


,INTERNATIONAL ,JOTUN).

6- Documentations and certificates:


The manufacturer shall submit for review and construction the general
arrangement drawings for desalter. The final general arrangement shall include
the following information related to inspection activities:
• ITP (inspection test plan) in details and should be approved by SRC.
• Material specifications in details.
• design pressure ,hydrostatic test pressure, design fluid and corrosion
allowance .
• Welding, examination and test procedure.
• As-manufactured data sheet and drawings as-built drawings.
• MTC (mill test certificate) according to EN 10204 type 3.1 have to be
approved by SRC.
• WPS, PQR, and WPQ
• Welding assembly sequence in details.
• Hydrostatic test report
• NDT examination reports.
• PWHT procedure required.
• Any other documentation which is related to the design ,fabrication,
supply and erection.

7- General inspection requirements:


1-In case of conflict between the contract specification and /or code requirement
(referred to in the contract) the most stringent (hardest) requirement shall be apply.

Bid No. [__________________________________] [__________________________________] :‫رﻗم‬/‫ﻣﻧﺎﻗﺻﺔ‬


Contracting Entity [______________] [______________] :‫ﺟﮭﺔ اﻟﺗﻌﺎﻗد‬
205
Republic of Iraq ‫ﻮر&ﺔ اﻟﻌﺮاق‬#‫ﺟﻤ‬
Ministray of Oil/ South Reefineires Co. ;:‫ ﺷﺮﻛﺔ ﻣﺼﺎ‬/‫وزارة اﻟﻨﻔﻂ‬
(S.C.) (‫ا<=ﻨﻮب )ﺷﺮﻛﺔ ﻋﺎﻣﺔ‬

2- The compliance with the specifications contained in the contract documents shall be
the responsibility of the contractor in accordance with the terms of the contract.
3-The contractor shall be responsible for the supply, inspection completion and
expediting of materials and equipment required to complete the work and arrange for
the safe transportation of the same to the job site
4- internal coating should be cover all vessel with nozzles.
5- internal coating should be approved by SRC before use.
7- all internals materials of vessel must be according to design and data sheet.

Bid No. [__________________________________] [__________________________________] :‫رﻗم‬/‫ﻣﻧﺎﻗﺻﺔ‬


Contracting Entity [______________] [______________] :‫ﺟﮭﺔ اﻟﺗﻌﺎﻗد‬
206
Republic of Iraq ‫ﻮر&ﺔ اﻟﻌﺮاق‬#‫ﺟﻤ‬
Ministray of Oil/ South Reefineires Co. ;:‫ ﺷﺮﻛﺔ ﻣﺼﺎ‬/‫وزارة اﻟﻨﻔﻂ‬
(S.C.) (‫ا<=ﻨﻮب )ﺷﺮﻛﺔ ﻋﺎﻣﺔ‬

4-Electrical scope of work


General

The following scope of work is the contractor responsibly that requirement according to
the design (Design, supplying, installation and commissioning all the electrical works).

- All outdoor electrical equipment must be explosion proof (ExdeIIBT4) IP55 and weather
conditions according to hazardous area classification (zone 1).

suppling ,instillation and extension cables into trench and In case of the existing trench
could not accommodate the new cables the contractor is responsible for expanding
accommodations for the new cables (according to design might you need new trench).

Note: Available voltage (380V, 50Hz, 3ph)

Item 1: Supply and install two LV electrical container (E-House): one for CDU 1 and CDU
2:

Weather proof, industrial type, multi door, steel frame contained the following:

1- LV panel (MCC) with Specification and detail as below:

• Metal clad 2mm heavy steel sheet , service voltage 380V , 50Hz , 3ph+N and grounding
bus bar , four wires , copper bus bar , rated Current as design - Breaking capacity not less
than 40KA. IP4X

• Bus bar should be fully PVC insulated and contact area is silver plated.

• One incoming feeder: air circuit breaker, 4-poles rated current as design, with all
protections. Digital multimetter and signaling lamps (R-S-T) must be installed in front
door

• -Motors starter:

Three position drawable type (service, test and draw out) each starter contain
(motor MCCB , contactor , L.V. motor protection device with LCD operation panel (
all protection and monitoring parameters ) current transformer ratio to 1A to
measuring the current motors in the site , MCB for control voltage , signaling lamps

Bid No. [__________________________________] [__________________________________] :‫رﻗم‬/‫ﻣﻧﺎﻗﺻﺔ‬


Contracting Entity [______________] [______________] :‫ﺟﮭﺔ اﻟﺗﻌﺎﻗد‬
207
Republic of Iraq ‫ﻮر&ﺔ اﻟﻌﺮاق‬#‫ﺟﻤ‬
Ministray of Oil/ South Reefineires Co. ;:‫ ﺷﺮﻛﺔ ﻣﺼﺎ‬/‫وزارة اﻟﻨﻔﻂ‬
(S.C.) (‫ا<=ﻨﻮب )ﺷﺮﻛﺔ ﻋﺎﻣﺔ‬

(on- off –trip) , selector switch for operation auto/manual , control voltage 220V ,
50HZ .

Softstarter with external bypass should be supplied for motor with power more
than 50KW

2- Accessories for the container:

• Distribution panel , 3 phase , 380V , 50Hz , supply voltage and outgoing feeder (three
phase and single phase MCBs ) for the lighting , air conditioner , Ventilator .... , etc.

• Two air conditioner, one in operation and one stand by (as design).

• Lighting system and emergency lighting.

• Ventilator.

• Earthing system (pure copper made).

• Firefighting system.

Item 2. Supply and install one LV panel (MCC) for CDU3 with same Specification and
detail as above

Item3.Supply and install transformers: specification

The specifications as your design (the design have to be fulfilled all above-mentioned
general specification and standards and follow the hazardous area classification of the
projects

item4. Supply and install electrical motors:

Specification:
Three phase 380v 50Hz copper winding cast iron induction motor , IP55 , heavy duty(S1)
, ambient temperature 55C0 , TEFC , insulation class F , temperature rise class B , RTD
sensors (bearings & winding) , cooling method IC411 ,Power capacity for motor shall be
cover (120%) of the required design power.

Item5- Local Control Box:

Bid No. [__________________________________] [__________________________________] :‫رﻗم‬/‫ﻣﻧﺎﻗﺻﺔ‬


Contracting Entity [______________] [______________] :‫ﺟﮭﺔ اﻟﺗﻌﺎﻗد‬
208
Republic of Iraq ‫ﻮر&ﺔ اﻟﻌﺮاق‬#‫ﺟﻤ‬
Ministray of Oil/ South Reefineires Co. ;:‫ ﺷﺮﻛﺔ ﻣﺼﺎ‬/‫وزارة اﻟﻨﻔﻂ‬
(S.C.) (‫ا<=ﻨﻮب )ﺷﺮﻛﺔ ﻋﺎﻣﺔ‬

Supply and install explosion proof LCB near each electrical motor consist of:

Start push, stop push and ammeter (for the motor ≥10KW), CT ratio 1/n, IP=55.

Item 6: Supply and install earthing system:

The required resistance should be ≤ 4 Ω in each point and all the material for the earthing
system must be pure copper.

Item 7.Supply and install cables .


Power and control cables specification

1- Cables construction have to be CU\XLPE\LEAD\PVC\GSWA\PVC


2- The size of each cable has to consider 50% of the load as safety margin.
3- The exit of cable from the trench should be by galvanized sleeve
4- All cables have to lay on cable trays and ladder which will fixed on over ground
steel structures
5- separate cable routing for electrical and instrument
Item8.Supply and install lighting system (container, and site).
• The outdoor lighting fixture has to be explosion proof, fluorescent type with
double tubes and can be operated by photocell.

Documents:

All documents (datasheets, catalog, specification, installation drawing , wiring


diagrame,..etc) should be supplied in 3 printed and soft copies (CD)

Approval of systems
In case of commitment and before starting the manufacturing of equipment, the detailed
design will be approved by SRC staff before manufacturing:

Bid No. [__________________________________] [__________________________________] :‫رﻗم‬/‫ﻣﻧﺎﻗﺻﺔ‬


Contracting Entity [______________] [______________] :‫ﺟﮭﺔ اﻟﺗﻌﺎﻗد‬
209
Republic of Iraq ‫ﻮر&ﺔ اﻟﻌﺮاق‬#‫ﺟﻤ‬
Ministray of Oil/ South Reefineires Co. ;:‫ ﺷﺮﻛﺔ ﻣﺼﺎ‬/‫وزارة اﻟﻨﻔﻂ‬
(S.C.) (‫ا<=ﻨﻮب )ﺷﺮﻛﺔ ﻋﺎﻣﺔ‬

Inspections and tests:

Provide SRC with third party inspection certificate from one of the an international
inspection companies fixed below :

1- BUREAU VERITAS

2- TUV RHEINLAND

3- LIOYD’S REGISTER

4- INTERTEK GLOBAL

5- DNV

Bid No. [__________________________________] [__________________________________] :‫رﻗم‬/‫ﻣﻧﺎﻗﺻﺔ‬


Contracting Entity [______________] [______________] :‫ﺟﮭﺔ اﻟﺗﻌﺎﻗد‬
210
Republic of Iraq ‫ﻮر&ﺔ اﻟﻌﺮاق‬#‫ﺟﻤ‬
Ministray of Oil/ South Reefineires Co. ;:‫ ﺷﺮﻛﺔ ﻣﺼﺎ‬/‫وزارة اﻟﻨﻔﻂ‬
(S.C.) (‫ا<=ﻨﻮب )ﺷﺮﻛﺔ ﻋﺎﻣﺔ‬

5-TECHNICAL SPECIFICATION FOR ROTARY MACHINES

Specification for Centrifugal pumps


1-Heavy duty complete centrifugal pumps according to API610 slandered (last
edition)
2- All pumps must be lubricated by oil & electrical motors by grease
3- Pumps seal type cartridge mechanical seal according to API 682 last edition
4- Spacer coupling type must be flexible coupling type TSKS and choosing
according to API 671 standard
5- Pump grads are non-sparking type
6- ALL pump must be fitted with isolating valves & pressure gauges on suction
and discharge
7- All pumps must be provided with non-return valve on the discharge line
8- All pumps must be provided with basket type strainer on suction lin.
9- All pump and motor must be coming on base plat
10-All pumps must be preliminarily aligned by the pump manufacturer
11 -Drain / Vent for casing with isolation valves must be provide for all pumps
12- Factory acceptable test for pumps must be witness according to API 610

Name plates
The following information (min) must be fixed on name plat for all rotary
equipment

Bid No. [__________________________________] [__________________________________] :‫رﻗم‬/‫ﻣﻧﺎﻗﺻﺔ‬


Contracting Entity [______________] [______________] :‫ﺟﮭﺔ اﻟﺗﻌﺎﻗد‬
211
Republic of Iraq ‫ﻮر&ﺔ اﻟﻌﺮاق‬#‫ﺟﻤ‬
Ministray of Oil/ South Reefineires Co. ;:‫ ﺷﺮﻛﺔ ﻣﺼﺎ‬/‫وزارة اﻟﻨﻔﻂ‬
(S.C.) (‫ا<=ﻨﻮب )ﺷﺮﻛﺔ ﻋﺎﻣﺔ‬

1 -Serial No. of (pumps, turbines, compressors, mixers, blowers, fans)


2- Model No. & type
3 -Rated capacity
4 -Pumping head, suction pressure, discharge pressure
5 -Sp. Gravity of fluid
6 -Speed in RPM
7 -Driver rating
8 -Direction of rotation.
9 -Manufacturer year
10- Manufacturer name
11-Front & rear bearings no.
12- NPSHr

Two complete heavy duty centrifugal pump with electrical motor for three de-salter
units on common baseplate according to API 610 last edition , With three copies of
operation and Maintenance manual in English containing pump sectional drawing ,
datasheet , part lists and characteristic curves.

MANUFACTURER OF SEAL :-

JOHN CRANE , FLOWSERVE , FLIUTEN , AES SEAL

Bid No. [__________________________________] [__________________________________] :‫رﻗم‬/‫ﻣﻧﺎﻗﺻﺔ‬


Contracting Entity [______________] [______________] :‫ﺟﮭﺔ اﻟﺗﻌﺎﻗد‬
212
Republic of Iraq ‫ﻮر&ﺔ اﻟﻌﺮاق‬#‫ﺟﻤ‬
Ministray of Oil/ South Reefineires Co. ;:‫ ﺷﺮﻛﺔ ﻣﺼﺎ‬/‫وزارة اﻟﻨﻔﻂ‬
(S.C.) (‫ا<=ﻨﻮب )ﺷﺮﻛﺔ ﻋﺎﻣﺔ‬

Spare parts for pumps : -


QTY. Description N0.

2 Shaft with nuts and key 1

2 Impeller 2

4 Impeller wear ring 3

4 Case wear ring 4

4 Case gasket 5

4 VXB oil seal 6

4 Mechanical seal Complete 7

4 Repair kit for seal with shaft sleeve 8

4 Set of bearing for pump and motor 9

4 Complete coupling 10

Bid No. [__________________________________] [__________________________________] :‫رﻗم‬/‫ﻣﻧﺎﻗﺻﺔ‬


Contracting Entity [______________] [______________] :‫ﺟﮭﺔ اﻟﺗﻌﺎﻗد‬
213
Republic of Iraq ‫ﻮر&ﺔ اﻟﻌﺮاق‬#‫ﺟﻤ‬
Ministray of Oil/ South Reefineires Co. ;:‫ ﺷﺮﻛﺔ ﻣﺼﺎ‬/‫وزارة اﻟﻨﻔﻂ‬
(S.C.) (‫ا<=ﻨﻮب )ﺷﺮﻛﺔ ﻋﺎﻣﺔ‬

Dosing pump
Spare parts for pumps :

1-discharge valve assembly QTY: 6

2- Suction valve assembly QTY: 6

3-set of O-rings and oil seals QTY: 4

4-Plunger QTY : 2

5- Coupling complete QTY :2

6- set of packing QTY: 6

Material :

Pump housing , Plunger, Valve seat and Valve ball

are made of stainless steel.

Bid No. [__________________________________] [__________________________________] :‫رﻗم‬/‫ﻣﻧﺎﻗﺻﺔ‬


Contracting Entity [______________] [______________] :‫ﺟﮭﺔ اﻟﺗﻌﺎﻗد‬
214
Republic of Iraq ‫ﻮر&ﺔ اﻟﻌﺮاق‬#‫ﺟﻤ‬
Ministray of Oil/ South Reefineires Co. ;:‫ ﺷﺮﻛﺔ ﻣﺼﺎ‬/‫وزارة اﻟﻨﻔﻂ‬
(S.C.) (‫ا<=ﻨﻮب )ﺷﺮﻛﺔ ﻋﺎﻣﺔ‬

6-INSTRUMENT

CONTROL SYSTEM :
The required control system for each crude desalter unit, so the contractor
shall take into account supplying and installing the following requirement:
1- the control system shall be based on PLC with the capability of exercising
two stages of control
• Remote /Auto /manual control.
• local / Auto/Manual control.
The control system shall achieve (control , monitoring , start ,stop and record
of reports ….etc ) With Industrial PC (consol Type) ,the control system shall
install inside shelter , while the industrial PC shall install in the control room (
safe area ) for each crude desalter unit .The control system (PLC) shall be
mounted in the steel cabinet (Control Panel) with local Industrial HMI mounted
in the panel, the cabinet designed with suitable dimension to housing all control
system hardware, PLCs, Power supplies, I/Os cards, Communication Hubs and
all associated parts like din real, circuit breakers, I.S barriers, lightings,
ventilation fans with filters, the main power supply for the control panels is 110
V, 50 Hz (from UPS that located in the control room so the contractor should
take into account the distance mentioned below under the address Route of the
communication cable between PLC & PC) .The control panel shall be consisting
of two 24V DC Power Supplies, Parallel connected to feed field instruments.
2- The contractor shall supply and install three control systems which is used
to control of the processing for crude desalter units 1,2 and 3, each control
system shall be mounted in the cabinet ( control panel) while the cabinet
mounted inside shelter.
3- Contractor should supply and install all cabinets (Control Panel) mounted
inside the shelters
4-All special tools (communication, interface, software with license no expire
time… etc) shall be provided.
5- the Content of Graphic display like( trend ,trend history, event , event
history , No. of pages …….etc) that is required and approval after
discussion with SRC engineers .
Bid No. [__________________________________] [__________________________________] :‫رﻗم‬/‫ﻣﻧﺎﻗﺻﺔ‬
Contracting Entity [______________] [______________] :‫ﺟﮭﺔ اﻟﺗﻌﺎﻗد‬
215
Republic of Iraq ‫ﻮر&ﺔ اﻟﻌﺮاق‬#‫ﺟﻤ‬
Ministray of Oil/ South Reefineires Co. ;:‫ ﺷﺮﻛﺔ ﻣﺼﺎ‬/‫وزارة اﻟﻨﻔﻂ‬
(S.C.) (‫ا<=ﻨﻮب )ﺷﺮﻛﺔ ﻋﺎﻣﺔ‬

6-Progress Display:The progresses of the unit shall be displayed clearly on


PC and HMI.
7-the communication cable between PLC and PC(safe area) shall be
redundant inside conduit .
8- Contractor shall supply and install all Connection cables between
control panel(shelter) and crude desalter units (skid).
9 - Safety Barrier required for all I/O signals.
10 - supply power relays for All discrete inputs and output signals (DI & DO)
for control system so that verify potential free contact from field , so
protection diod should be connected to power relays .
11 - fused terminal for all I/Os signals.
12 - Numbers and labels for all fuses and signals.
13 - black white printer shall supply for each unit.
14 - Contractor shall do all setting and configurations for control system.
15 - Supply equipment , materials and any required spare parts to achieve
commissioning .
16 - Parameter Adjustment :-Any necessary parameter shall be adjusted easily
by privilege level users for engineers , administrator and operators
17- the contractor shall supply all necessary materials and guarantee the
abundance of materials in which ensure the completion of the system and
the materials are not limited so any other required materials shall be
included in the offer of vender.

INSTRUMENT SPECIFICATION
1- Instrument air pressure:( 3 to 7) kg/cm2.
2- Control Valves with smart valve positioner.
3- Smart Differential pressure and level Transmitters :
-Type: HART (4-20 mA).
-Power Supply: 24 VDC.
-Local Display: included.
-Electrical connection: ½"NPT.
- body material: st . steel .
5 - Pressure Switch:
- measuring Element: St-Steel.
Bid No. [__________________________________] [__________________________________] :‫رﻗم‬/‫ﻣﻧﺎﻗﺻﺔ‬
Contracting Entity [______________] [______________] :‫ﺟﮭﺔ اﻟﺗﻌﺎﻗد‬
216
Republic of Iraq ‫ﻮر&ﺔ اﻟﻌﺮاق‬#‫ﺟﻤ‬
Ministray of Oil/ South Reefineires Co. ;:‫ ﺷﺮﻛﺔ ﻣﺼﺎ‬/‫وزارة اﻟﻨﻔﻂ‬
(S.C.) (‫ا<=ﻨﻮب )ﺷﺮﻛﺔ ﻋﺎﻣﺔ‬

- Electric connection: 1/2" NPT.


- Body material: cast aluminum.
6- Level gauge:
- Body Material : carbon steel.
- Assemble with isolating valves , drain valve and vent plug .

7- Level Switch .
- Wetted material : St-Steel.
- Electric connection: 1/2" NPT.
- Body Material : carbon steel .
8- Pressure Gauge.
- Dial size : 6″(150mm).
- Dial color:White.
- Dial lettering : Black.
- Dial material: aluminium .
- Pointer color : Black .
- Pointer material : aluminium.
- Zero adjustment pointer: yes.
- Case and ring material : St.Steel.
- Pressure element material : St. Steel or Brass.
- Window material : Safety Glass.
- Connection material :St. Steel.
- Process connection : 1/2″ NPT male.
9-Indicating thermometer
- Bimetallic indicating thermometer.
- body case :St.steel.
- Mounting : every angle.
- Dial Size :4″.
- Stem Material : St. Steel.
- Window : Safety Glass.
- Dial : Aluminum with black marking .
- Pointer :Black with zero Adjustment .
- connection : stem Adjustable Gland 1/2″ NPT.
- In additional st. steel material thermowell.
Bid No. [__________________________________] [__________________________________] :‫رﻗم‬/‫ﻣﻧﺎﻗﺻﺔ‬
Contracting Entity [______________] [______________] :‫ﺟﮭﺔ اﻟﺗﻌﺎﻗد‬
217
Republic of Iraq ‫ﻮر&ﺔ اﻟﻌﺮاق‬#‫ﺟﻤ‬
Ministray of Oil/ South Reefineires Co. ;:‫ ﺷﺮﻛﺔ ﻣﺼﺎ‬/‫وزارة اﻟﻨﻔﻂ‬
(S.C.) (‫ا<=ﻨﻮب )ﺷﺮﻛﺔ ﻋﺎﻣﺔ‬

10- Conrtol Cable.


- Conductor :(7strand) bare copper class B for control and solid bar for T/C.
- Insulation : 105 C° flame retardant PVC,0.016″ nominal.
- Construction ; twisted pair or triads.
- Color code : pair (balck & white), triads ( black,white & red).
- Pair & triads are numbered.
- Pair & triads : polyster backed aluminum tape with drain wire .
- Communication wire ripcord : include inner and outer jacket ,90C° flame
retardant PVC.
- Armor: galvanized steel wire ANSI 1006.
- Outer colour : blue for I.S signal and black for non I.S signal .
- Cable Standard : IEC 60332.
11- Signal Junction Box.
- Junction Box Material : St . Steel.
- Hazardous Area Classification : Explosion Proof .
- Protection Degree: Not Less Than IP65.
- Copper Bar : Ground Insulated With Non-Loosing Screws For Cable
Shields.
- Internal And External Earthing Bolt.
- Stirrup for multi cable fastening ( placed inside ).
- Non hydroscopic and non - loosening compatible 2,5 mm² din type
And numbered up to 20 pair .
- Main cable entry bottom side , signals cables on left and right side .
12- all necessary instrument like (LT,FT,FCV,LCV, PS ,LS,PI,TI ,PDT,
LG,.etc) shall be supplied and installing in the skids ( hazardous area)
13-All instrumentation that required cabling shall connect to junction boxes.
14-The junction boxes that installed in skids should be separated depend on
type of signals for example : analog signals are connected inside J.B,
Discrete signals are connected inside J.B...etc
15-Cable tray will be designed and installed in the skids.
12- the contractor shall supply cable glands with material : St. Steel and size
According to cable size that will used in the project.

SHELTERS
Bid No. [__________________________________] [__________________________________] :‫رﻗم‬/‫ﻣﻧﺎﻗﺻﺔ‬
Contracting Entity [______________] [______________] :‫ﺟﮭﺔ اﻟﺗﻌﺎﻗد‬
218
Republic of Iraq ‫ﻮر&ﺔ اﻟﻌﺮاق‬#‫ﺟﻤ‬
Ministray of Oil/ South Reefineires Co. ;:‫ ﺷﺮﻛﺔ ﻣﺼﺎ‬/‫وزارة اﻟﻨﻔﻂ‬
(S.C.) (‫ا<=ﻨﻮب )ﺷﺮﻛﺔ ﻋﺎﻣﺔ‬

Our request include supplying and installing three explosion proof shelters
with HVAC system for crude desalter unit 1, crude desalter unit 2 and crude
desalter unit 3 according to applied refinery standards and will be suitable for
the climatic conditions , the shelter must be supplied with industrial air
conditioning system as appropriate with the hard climate ,each of shelter shall
install in( hazardous area) close to crude desalter unit. the shelter shall be
designed with suitable dimension to housing the control system cabinet(control
panel)for crude desalter unit. while the main power either 3P,380V,50 HZ or
1P,220 V, 50 HZ the shelters shall include all necessary materials to ensure
complete protection for control system and (analyzers if analyzers installed
inside shelter according to design) .

NOTE:
If it is possible and according to design of shelter use a dual cooling (one of
the air conditioner in normal operation and the other stand by).

ANALYZERS
our request included supplying and installing two on-line salt
analyzer & two on-line water content analyzer for each crude
desalter unit that continuously measure concentration of SALT &
WATER CONTENT to the crude oil inside and outside of crude
desalter units , it can be configured, calibration and adjusted locally at
the front panel screen and reading of results locally during screen and
during PC that located in the control room , the analyzers of salt and
water content installed either in the shelter or in (hazardous area)
installed in the outdoor inside stainless steel enclosure according to
design, and power required for analyzers 1P,110V, 50HZ . the probes
of analyzers and any calibration and reference tools shall work in a
period not less than two years .

NOTE 1:
Our request include two on-line salt analyzer & two on-line water
content analyzer for each Desalter unit, if the design requires
reduction the quantity of analyzers to achieve reading salt and
Bid No. [__________________________________] [__________________________________] :‫رﻗم‬/‫ﻣﻧﺎﻗﺻﺔ‬
Contracting Entity [______________] [______________] :‫ﺟﮭﺔ اﻟﺗﻌﺎﻗد‬
219
Republic of Iraq ‫ﻮر&ﺔ اﻟﻌﺮاق‬#‫ﺟﻤ‬
Ministray of Oil/ South Reefineires Co. ;:‫ ﺷﺮﻛﺔ ﻣﺼﺎ‬/‫وزارة اﻟﻨﻔﻂ‬
(S.C.) (‫ا<=ﻨﻮب )ﺷﺮﻛﺔ ﻋﺎﻣﺔ‬

water content inside and outside of crude desalter units it will be


acceptable.

NOTE 2:
If the design of unit require the on- line explosion proof analyzers of
salt and water content are installed in hazardous area. So the designer
shall take into consideration to protect analyzers by install
Them in the outdoor inside stainless steel enclosure.

NOTE 3:

Analyzer must correspond completely 100% with the specifications of the


crude oil mentioned in the requirements of process .

ROUTE OF COMMUNICATION CABLE BETWEEN PLC &PC


1- Crude desalter unit 1 :
• the distance between Crude desalter unit to control room Approximately
(200M),this distance included existing trench, to complete this trench it
is require additional trench so the contractor shall do it according applied
refinery standards . the contractor can be use existing trench with
additional trench for communication cable between PC&PLC .
2- Crude desalter unit 2 :
There are two existing routes between Crude desalter unit to control
room:
• one of them included two parts the first part of route include trays with
length Approximately (300M) and other part is trench between the
end of trays route to control room with the length Approximately
(100M).
• the other route include existing trench ,to complete this trench to
control room it is required additional trench so the contractor shall do
it according to applied refinery standards to be the total length of trench
Approximately (100M),
the contractor can be chose one of them above to using for
communication cable between PC&PLC.
3- Crude desalter unit 3 :
Bid No. [__________________________________] [__________________________________] :‫رﻗم‬/‫ﻣﻧﺎﻗﺻﺔ‬
Contracting Entity [______________] [______________] :‫ﺟﮭﺔ اﻟﺗﻌﺎﻗد‬
220
Republic of Iraq ‫ﻮر&ﺔ اﻟﻌﺮاق‬#‫ﺟﻤ‬
Ministray of Oil/ South Reefineires Co. ;:‫ ﺷﺮﻛﺔ ﻣﺼﺎ‬/‫وزارة اﻟﻨﻔﻂ‬
(S.C.) (‫ا<=ﻨﻮب )ﺷﺮﻛﺔ ﻋﺎﻣﺔ‬

There is only one route existing between Crude desalter unit to control
Room and included two parts the first part of route include trays with
length Approximately (200M) and other part is trench between the
end of trays route to control room with the length Approximately
(100M), the contactor can be use this route for communication cable
between PC&PLC .

ENVIROMENT CONDITIONS:
1- All field instrumentation shall be explosion proof intrinsically safe and
protection degree not less than IP65 suitable to operate in Hazardous Area
Class I, Div. 1, Group C&D, Zone 2 and temperature class T4.
2- ambient temperature for field instrument will be ( - 5 to 55 °C ), 83 °C Under
sun light and maximum humidity is 90%.

STANDARDS
1- Instruments standards according to: API 550,551, 552,553, 554 ,555
and ANSI 1006.
2- American petroleum institute (API)
3- International electro – technical commission (IEC).
4- Institute of electrical and electronic engineers(IEEE).
5-Instrument society of America (ISA).
6- National fire protection association (NFPA).
7- International organization for standardization (ISO)
8- American society for testing and materials (ASTM).
9- American society of mechanical engineering (ASME).

Others Requirements :
1- The control system should be subjected for SRC Approval after final design.
2- installation , commissioning ,testing , startup and 72 hours test run.
3- supplying two years recommended spare parts.
4- Documents in 3 - hard copies and CDs in English language.
5- one year guarantee.
Bid No. [__________________________________] [__________________________________] :‫رﻗم‬/‫ﻣﻧﺎﻗﺻﺔ‬
Contracting Entity [______________] [______________] :‫ﺟﮭﺔ اﻟﺗﻌﺎﻗد‬
221
Republic of Iraq ‫ﻮر&ﺔ اﻟﻌﺮاق‬#‫ﺟﻤ‬
Ministray of Oil/ South Reefineires Co. ;:‫ ﺷﺮﻛﺔ ﻣﺼﺎ‬/‫وزارة اﻟﻨﻔﻂ‬
(S.C.) (‫ا<=ﻨﻮب )ﺷﺮﻛﺔ ﻋﺎﻣﺔ‬

6- Factory Acceptance Test (FAT) for two Instrument engineers for A


period of (Five Working Days).
7-supplying laptop used to diagnosing and software calibration and
programming , installed on it all software of system.
8- original certificate for all instrument and control system should be
Submitted
9- supplying any special tools used to programming of configuration
Instrument.
10- supplying all cable trays if the work required .
11- the contractor shall do all trench that required for cabling route.
12- provide suitable furniture for PC ( console type ) .
13- supplying all documents that include explanation the specifications of
instruments .

- Interconnecting pipes between the units (desalters new ,


old (existing)) & utility & source of RAW MATERAILS ( crude
oil , process water , steam , instrument air , safety valves)

Bid No. [__________________________________] [__________________________________] :‫رﻗم‬/‫ﻣﻧﺎﻗﺻﺔ‬


Contracting Entity [______________] [______________] :‫ﺟﮭﺔ اﻟﺗﻌﺎﻗد‬
222
Republic of Iraq ‫ﻮر&ﺔ اﻟﻌﺮاق‬#‫ﺟﻤ‬
Ministray of Oil/ South Reefineires Co. ;:‫ ﺷﺮﻛﺔ ﻣﺼﺎ‬/‫وزارة اﻟﻨﻔﻂ‬
(S.C.) (‫ا<=ﻨﻮب )ﺷﺮﻛﺔ ﻋﺎﻣﺔ‬

1- Contractor responsible for design and supply material and construct all
interconnecting pipes scope of work , but not limited to, the following:-
a- Between utility units and the process units (inside unit).
b- Between process units (new & old desalter unit).
c- Between new desalter and oily water effluent system .
d- Between new desalter and safety valves system according to design unit.

2- Contractor responsible to install all routes piping works inside battery limit for unit after
investigation site survey with SRC supervision and approval this routes.
3-Work includes engineering, procurement, and construction for all required
interconnecting pipe work (routes , fitting, valves, painting, and insulation include, clamps
support, tracing ..…etc ) .
4- For estimation work see civil part and inspection part for more information .
5-Civil work of piping should be highly coordinated in design to avoid conflict in
construction work .
6- Work should be done under SRC supervision and approval ..
7- For tests detail see inspection part .
8- All work should be done according to modern environmental standers .
9- For any pipe the contractor should be construction type C.S extends underground must
be planned and constructed to cathode protection .
10- The steel structures erection works shall include, but not limited to, Erection of pipe-
rack and interconnecting pipe-rack steel structures or auxiliary steel structures
depending on actual location .
11- Contractor responsible to supplying certificate of manufacture for all ( piping works ,
fitting , painting , insulation , aluminum sheet , steel structure for pipe rack ) and two
persons from SRC ( interconnecting piping ) must observation during manufacturing site
for above activities .
12- Contractor responsible to supplying the procedure of hydrostatic test for piping works .
13- Contractor responsible to clean Site preparation before and after work, including
temporary access roads, remove debris and, scrap ….etc., as required for the work.
14- All the services for team interconnecting piping and facilities to employer and its
representatives shall be provided by the contractor .
15- The Contractor shall keep at the Site accurate and investigation for up to-date records
and drawings of the Works, and shall submit these records to the employer at the end of
every week. Drawings for constructions shall be hard copies and soft copies drawings
size A3 (P&ID , Isometric, General-layout , Piping layout) and hard copies in addition to
AutoCAD and 3D model ( Naves Work ) for all the project .
16- The contractor shall draw up the complete piping system required for process and
utilities. Piping assembly and isometric drawing to be made on a graphical basis with any
attendant details required to clarify assembly drawings the fabrications drawings to be
made for the pipelines, which are prefabricated, are the site and /or shop.

Bid No. [__________________________________] [__________________________________] :‫رﻗم‬/‫ﻣﻧﺎﻗﺻﺔ‬


Contracting Entity [______________] [______________] :‫ﺟﮭﺔ اﻟﺗﻌﺎﻗد‬
223
Republic of Iraq ‫ﻮر&ﺔ اﻟﻌﺮاق‬#‫ﺟﻤ‬
Ministray of Oil/ South Reefineires Co. ;:‫ ﺷﺮﻛﺔ ﻣﺼﺎ‬/‫وزارة اﻟﻨﻔﻂ‬
(S.C.) (‫ا<=ﻨﻮب )ﺷﺮﻛﺔ ﻋﺎﻣﺔ‬

17- Prepare time schedule which should be submit to owner approval. Schedule shall
contain planed progress for each month. s-curved shall be submitted. half month
progress report shall submit to the owner. meeting shall hold to discuss the progress
weekly. Updating the schedule revision and issue new version shall be contractor
responsibility. if there are more than one subcontractor another schedules shall be
prepared by each subcontractor for his work

18- Provision of basic and detail engineering drawings, shop drawings, and calculation
sheets. The employer shall reserve the right to examine the Contractor's design and to
instruct a change or modification by the Contractor. These modifications shall be carried
out by the Contractor without additional cost as a result of any claims made by the
Contractor on the employer. The signing, countersigning or other endorsements of any
drawings and documentation by employer’s representatives shall not be interpreted as
implying the responsibility for the correctness of such documents or relieving the
CONTRACTOR of its obligations. The interconnecting piping Works shall be designed and
constructed in accordance with the Specifications in civil and inspection part. Any
conflict between the referenced codes and standards, contract documents and this
specification shall be brought to the attention of the employer, in writing, for
clarification prior to any action by the Contractor. The most stringent requirement shall
govern until written clarification is provided by the employer. Any requirement or scope
necessary to complete the work according to the standers or good engineering practices
shall be the contractor responsibility.

PART 3. ‫اﻟﺠﺰء اﻟﺜﺎﻟﺚ‬


Contract Conditions and documents ‫ﺷﺮوط وﻣﺴﺘﻨﺪات اﻟﻌﻘﺪ‬
The Conditions of Contract comprise of two :‫ﺗﺘﺄﻟﻒ ﺷﺮوط اﻟﻌﻘﺪ ﻣﻦ ﺟﺰﺋﯿﻦ‬
parts:
General Conditions – GCC (Section VII of the ،("‫ )اﻟﻘﺴﻢ اﻟﺴﺎﺑﻊ ﻣﻦ "وﺛﯿﻘﺔ اﻟﻤﻨﺎﻗﺼﺔ‬.‫ع‬.‫ ش‬-‫اﻟﺸﺮوط اﻟﻌﺎﻣﺔ‬
Bidding Document), and
Bid No. [__________________________________] [__________________________________] :‫رﻗم‬/‫ﻣﻧﺎﻗﺻﺔ‬
Contracting Entity [______________] [______________] :‫ﺟﮭﺔ اﻟﺗﻌﺎﻗد‬
224
Republic of Iraq ‫ﻮر&ﺔ اﻟﻌﺮاق‬#‫ﺟﻤ‬
Ministray of Oil/ South Reefineires Co. ;:‫ ﺷﺮﻛﺔ ﻣﺼﺎ‬/‫وزارة اﻟﻨﻔﻂ‬
(S.C.) (‫ا<=ﻨﻮب )ﺷﺮﻛﺔ ﻋﺎﻣﺔ‬

Special Conditions – SCC (Section VIII of the (" ‫ )اﻟﻘﺴﻢ اﻟﺜﺎﻣﻦ ﻣﻦ "وﺛﯿﻘﺔ اﻟﻤﻨﺎﻗﺼﺔ‬.‫خ‬.‫اﻟﺸﺮوط اﻟﺨﺎﺻﺔ – ش‬
Bidding Document).
The General Conditions contain general Clauses ‫ ﯾﺠﺐ‬.‫ ﻣﻮاد ﻋﺎﻣﺔ ﺗﻄﺒّﻖ ﻋﻠﻰ ﺟﻤﯿﻊ اﻟﻌﻘﻮد‬،‫ﺗﺘﻀﻤﻦ اﻟﺸﺮوط اﻟﻌﺎﻣﺔ‬
to be applied on all contracts. The General ‫ﻗﺮاءة اﻟﺸﺮوط اﻟﻌﺎﻣﺔ ﻟﻠﻌﻘﺪ ﻓﻲ ھﺬا اﻟﻘﺴﻢ ﺑﺎﻟﺘﺮاﺑﻂ ﻣﻊ اﻟﺸﺮوط‬
Conditions (Section VII of the Bidding ‫اﻟﺨﺎﺻﺔ ﻟﻠﻌﻘﺪ اﻟﻮاردة ﻓﻲ اﻟﻘﺴﻢ اﻟﺜﺎﻣﻦ ﻛﻤﺎ واﻟﻮﺛﺎﺋﻖ اﻷﺧﺮى‬
Document in this Section, shall read in ‫ وﺗ ُﺸِﻜﻞ ﻣﻊ ھﺬه اﻟﻮﺛﺎﺋﻖ وﺛﯿﻘﺔ ﻣﺘﻜﺎﻣﻠﺔﺗﺤﺪد‬،‫اﻟﻮاردة ﻓﻲ اﺗﻔﺎﻗﯿﺔ اﻟﻌﻘﺪ‬
conjunction with the Special Conditions in .‫ﻛﺎﻓﺔ ﺣﻘﻮق وواﺟﺒﺎﺗﻄﺮﻓﻲ اﻟﻌﻘﺪ‬
Section VIII) and other documents listed
therein, form a complete document expressing
all the rights and obligations of the contracting
parties.
The General Conditions of the contract herein ‫ﯾﺠﺐ اﻟﻤﺤﺎﻓﻈﺔ ﻋﻠﻰ اﻟﺸﺮوط اﻟﻌﺎﻣﺔ ﻟﻠﻌﻘﺪ ﻣﻦ دون أي‬
shall not be altered. .‫ﺗﻐﯿﯿﺮأوﺗﻌﺪﯾﻞ‬
The Special Conditions of the contract take ‫ ﺗﺴﻮد اﻷﺣﻜﺎم اﻟﻮاردة ﻓﻲ‬،‫ﻓﻲ ﺣﺎل ﻛﺎن ھﻨﺎك اﺧﺘﻼف ﺑﯿﻦ اﻹﺛﻨﯿﻦ‬
precedence over the General Conditions. .‫اﻟﺸﺮوط اﻟﺨﺎﺻﺔ‬
The Special Conditions of the contract are ‫ﺗﺴﺘﺨﺪم اﻟﺸﺮوط اﻟﺨﺎﺻﺔ ﻟﻠﻌﻘﺪ ﻟﺘﺤﺪﯾﺪ ﻣﺘﻄﻠﺒﺎت اﻟﻌﻘﺪ اﻟﺨﺎﺻﺔ‬
intended to be used to introduce country or ‫واﻟﻤﺮﺗﺒﻄﺔ ﺑﺎﻟﻈﺮوف اﻟﺨﺎﺻﺔ ﺑﺎﻟﻤﺸﺘﺮي اﻟﻌﺮاﻗﻲ )ﺻﺎﺣﺐ‬
project specific provisions if so required. ‫ ﻛﻠﻤﺎ ﻛﺎن ذﻟﻚ‬،‫ واﻟﺴﻠﻊ ﻣﻮﺿﻮع اﻟﻌﻘﺪ‬،‫ وﺑﺎﻟﻘﻄﺎع‬،(‫اﻟﻌﻤﻞ‬
.ً ‫ﺿﺮورﯾﺎ‬
{Whoever drafts the Special Conditions of the ّ ‫}ﯾﻔﺘﺮض ﺑﻤﻦ ﯾﻌﺪّ "اﻟﺸﺮوط اﻟﺨﺎﺻﺔ ﻟﻠﻌﻘﺪ" أن ﯾﻜﻮن ﻣ‬
‫ﻄﻠ ﻌ ﺎ ً ﻋﻠ ﻰ‬
contract shall be thoroughly familiar with the .‫أﺣﻜﺎم "اﻟﺸﺮوط اﻟﻌﺎﻣﺔ ﻟﻠﻌﻘﺪ" ﻣﻊ "اﻟﻤﺘﻄﻠﺒﺎت اﻟﺨﺎﺻﺔ " ﺑﺎﻟﻌﻘﺪ‬
provisions of the General Conditions of the ‫ﻛﻤﺎ وﯾﻔﻀﻞ اﻹﺳﺘﻌﺎﻧﺔ ﺑﺎﻹﺳﺘﺸﺎرة اﻟﻘﺎﻧﻮﻧﯿﺔ ﻋﻨﺪ ﺗﻌﺪﯾﻞ أﺣﻜﺎم اﻟﻌﻘﺪ‬
contract and with any specific requirements of {.‫أو إﻋﺎدة ﺻﯿﺎﻏﺔ ﺷﺮوط ﺟﺪﯾﺪة‬
the Contract. Legal advice is recommended
when amending provisions or drafting new
ones}
Clause No.s in the Special Conditions of the ‫ﺗﻌﺘﻤﺪ أرﻗﺎم اﻟﻤﻮاد ﻓﻲ "اﻟﺸﺮوط اﻟﺨﺎﺻﺔ ﻟﻠﻌﻘﺪ" ﻧﻔﺲ أرﻗﺎم ﻣﻮاد‬
contract correspond to those in the General ."‫"اﻟﺸﺮوط اﻟﻌﺎﻣﺔ ﻟﻠﻌﻘﺪ‬
Conditions of the contract.

Bid No. [__________________________________] [__________________________________] :‫رﻗم‬/‫ﻣﻧﺎﻗﺻﺔ‬


Contracting Entity [______________] [______________] :‫ﺟﮭﺔ اﻟﺗﻌﺎﻗد‬
225

You might also like