TOR - Design-Supply & Installation of Additional Pump, Piping and Accessories For Raw Water Tank A, B, C & Filtration Trench-1
TOR - Design-Supply & Installation of Additional Pump, Piping and Accessories For Raw Water Tank A, B, C & Filtration Trench-1
TOR - Design-Supply & Installation of Additional Pump, Piping and Accessories For Raw Water Tank A, B, C & Filtration Trench-1
A. PROJECT BACKGROUND
Water Treatment Plant were installed to support the rolling mill equipment with an annual capacity
of 800,000 tons of rebar located in Cebu, Philippines. The system consists of Direct and Indirect
Cooling water which will require raw water supply to make up the losses.
C. PROJECT OBJECTIVE
The proposed transfer pump will be built to lift the water from Raw Water Tank C to Raw Water
Tank B, with an average capacity based on the computed total makeup water requirement for the
WTP. Raw Water Tank C water source will be rain water which will be collected from the main
building roofing.
And the pump normal operation will be one operating and one stand-by and instrument such level
switch will be installed at Raw Water Tank C to protect, and another set of pumps will be installed
to Raw Water Tank B to provide signal to the Pumps from Tank C which will run once the water
reaches below high level and this will provide signal as well to the Pump at Tank B to stop when
the water reaches the critical level.
The Pump B will run according to the signal provided by the level switch of make-up water tank,
once the water is below high the Pump on Tank B will run and will pass through the AOP filter
and Revere Osmosis for treatment process.
Pump A has an existing one-unit operating pump and will be needing one additional stand by
These pumps will be used to supply the Cooling Tower Tank Direct System which will be
controlled by its level switch.
Lastly the Filtration Trench Pump also has one-unit operating pump and will be needing one
additional stand by unit. These pumps will be used to supply the Cooling Tower Tank Direct
System which will be controlled by its level switch.
The project will involve the Design and Build scheme leading to construction of additional pumps
with main piping system, power supply and controls. The works covered by this section comprise
the materials, design and engineering, specified equipment including manufacture, supply,
setting out, construction, installation, testing and commissioning of water transfer system.
The drawings and this Technical Specification identify the system design, plant layouts, standards
of performance and required quality of the Client – Compostela Steel Incorporated (CSI).
The meeting of these standards and performance shall remain the responsibility of the Bidder.
By submitting a tender, the Bidder warrants that he is competent to work with the type specified,
and that all work will be suitable for the stated purpose and complies with all relevant local,
national, and international regulations as stated in this document.
The Bidder is to make all necessary checks against Vendor Package equipment and other pre-
installed utility equipment and satisfy himself that all relevant installation information is available
prior to commencing the works.
The Bidder shall be responsible for identifying any ambiguity or incompleteness in the Technical
Specification document and Drawing sets and obtaining any clarifications prior to proceeding with
any work that may be affected by the ambiguity or incompleteness. The Bidder shall be pro-active
in dealing with such ambiguity or gray areas. Providing options to the Client based on good
engineering practice and Tender direction shall be considered for fast approval or turn around
decision making.
The work shall be complete, with full allowance made for all minor and incidental items necessary
for the proper functioning as per design intent, even though not specifically detailed or mentioned.
The installation shall allow ready access for operation and maintenance.
Note that the schedules submitted with this tender document are a summary of the design criteria.
Where discrepancies may arise between the specification and the schedules it is the Bidder’s
responsibility to notify the Client Engineer and ask for clarification.
Staging of all equipment per trades’ scope shall be carefully considered and planned with proper
coordination. The Bidder shall ensure knowledge of all owner-supplied equipment for a better
understanding of the scope of works.
D. BIDDING KEY DATES
Listed are the important events and the target dates and times by which the events are expected
to be completed by unless stated as a must completed by elsewhere in this document.
Description Date
Issue of Request of Proposal April 22, 2024
F. PROPOSAL SUBMISSION
The proposals must be submitted via email (thru We Transfer, Google Drive or any Sharing
Platforms that are available) and must be attention to the following:
□ Jomar Tandayu [email protected]
Project Procurement Manager
The questions received in this format and before the deadline along with the answers from CSI
will be issued not later than May 06, 2024 in written form as an addendum. All Addendums will
be posted thru Bid Bulletin and will be emailed to all bidders by CSI’s Procurement Department.
A. QUALIFICATION REQUIREMENTS
The bidder must have the necessary experience and expertise in the design, supply, installation,
testing and commissioning of equipment by submitting proofs of the following as part of the
technical proposal:
a. Permit / licenses of the Bidder (certified copy of business registration, place of registration
and principal address of business).
b. List of completed projects with works of similar in nature undertaken over the past ten
(10) years.
c. Engaged in the business for at least five (5) years.
d. Certification issued by at least three (3) different clients attesting to the satisfactory
services/completion rendered by the Bidder.
e. Appropriateness of the implementation timetable to Project Schedule.
In cases of conflicting information, CSI Engineer shall be notified at once in writing complete
with sound recommendation which should be used. Where incidental equipment or
appurtenances required and not listed as shown, same shall be furnished as required to
complete the works without cost additional implication from CSI.
The Bidder has to furnish any other additional information considering the overall requirements.
ADDITIONAL PUMPS
Req.
Dura
Flow Pressure (Bar) Temp (°C)
No User tion Remarks
rate
(h/d)
m³/h Pi Po ΔP Ti ΔT
TOTAL 100 --
NOTE:
ATMS: Atmospheric Pressure; Pi: Inlet Pressure, Po: Return Pressure, ΔP: Delta Pressure, Ti: Inlet
Temperature, ΔT: Delta temperature, Q: Flowrate.
S – To specified by the Seller.
B. DETAILED SPECIFICATION
a. MECHANICAL ATTACHMENT:
CSI-RW-FTABC-0-00 – Drawing Index, Abbreviations, Legend &
Symbols, Construction Notes & Location Map
CSI-RW-FTABC-0-01 – Plan Layout
CSI-RW-FTABC-0-02 – Schematic Diagram
CSI-RW-FTABC-0-03 – Raw Water Tank A, B & C Photo
CSI-RW-FTABC-0-04 – Filtration Trench & Pump (Photo)
CSI-RW-FTABC-0-05 – Raw Water C Proposed Piping Route
CSI-RW-FTABC-0-06 – Isometric Layout RWA-Suction
CSI-RW-FTABC-0-07 – Isometric Layout RWA-Discharge
CSI-RW-FTABC-0-08 – Isometric Layout FT-Suction
CSI-RW-FTABC-0-09 – Isometric Layout FT-Discharge
CSI-RW-FTABC-0-10 – Isometric Layout RWC-Suction
CSI-RW-FTABC-0-11 – Isometric Layout RWA-Discharge
CSI-RW-FTABC-0-12 – Isometric Layout RWC-TankC to TankB
b. ELECTRICAL ATTACHMENT:
CSI-RW-EE-01 – Cable Routing and SLD
ELECTRICAL REQUIREMENT
B. Electric Motors - All motors shall be selected in compliance with the following:
Motor Standard NEMA MG-1
Design Classification B
For motors rated above 75kW shall use inverter while remaining
Motor Control motors shall be with soft starter or magnetic starter pending
buyer’s approval. Refer to item 2.c and 2.d below.
2. Electrical Notes
a) The available power supply, 3P, 460V, 500AT circuit breaker, where these additional pumps
would be connected is located in MDP- Normal Panel in WTP Electrical Room.
b) All the motors rated > 80kW shall be equipped with PT100 sensor for bearing & winding
temperature protection. Actual values shall be monitored from the SCADA system with graphical
representation.
c) All motors rated from 25kW up to 74kW should be used Softstarter while motors rated 75kW
and up should use inverter drive. Exemption, 25kW to 74kW may use inverter drive based on
its function and operations.
d) All motors rated below 25kW should be used a conventional motor starter like direct online, wye-
delta connection and so on.
e) Bidders shall also provide additional shed as protection of the outdoor local control station. Shed
should have lighting.
f) Raw water tanks should have float less rod type level switch.
g) Supplier shall provide the following for all motors
● Complete technical datasheet (e.g. duty rating, efficiency rating)
● Test report
h) Acceptance and energization shall depend on the completeness of document submittals and
bidder’s compliance to all basic information provided by CSI
3. Geotechnical Conditions
a) The project site is founded by deposits of sand and gravel. Five different soil layers
were observed including, poorly graded sand, which is the dominant soil at the site,
well graded sand, silty sand, poorly graded gravel and well graded gravel.
b) Soil liquefaction generally occurs in saturated loose/soft to moderately dense/stiff
sand, silty sand and sandy silt soil.
c) Detailed geotechnical report will be provided upon awarding of project.
4. Occupancy Category
a) Occupancy Category II – Hazardous Facilities (from NSCP-2015)
5. Seismic Conditions
a) Seismic Zone: 4 (from NSCP-2015)
b) Seismic Source Type: A (from Geotechnical Investigation Report)
6. Design Load
a) Basic wind speeds: 260 km/hr (values are nominal design 3-second gust wind speed
in kilometers per hour at 10m above ground for Exposure C category; Wind speeds
correspond to approximately a 15% probability of exceedance in 50 years)
b) Roof live loads: 0.60 kPa (tributary area over 60sq.m. A concentrated gravity load of
9kN is placed on any span supporting a tributary area greater than 18sq.m to create
maximum stresses in the member.)
7. Material
a) Concrete
Main structure/foundation: fc=20.7 N/mm² @ 28days curing period
Lean concrete: fc=10.5 N/mm²
With waterproofing (PVC waterstop at construction joints)
b) Steel Reinforcement
Grade 40, fy =276 N/mm² (D<16mm)
Grade 60, fy =414 N/mm² (D≥16mm)
c) Steel
ASTM A36 or equivalent
9. Design
a) The Bidder is expected to come up with the detailed design of the pump’s shed,
foundation of the pumps and pipe support foundation including the other civil works
that are identified to be essentials for daily plant operations. Specifically, the following
are the main structures that will be designed:
b) The bidder shall coordinate and have overall responsibility for the quality, work and
performance of all secondary and specialist sub-consultants and for the effective
integration of all project outputs.
BD BE DE
MECHANICAL
BD BE DE
ELECTRICAL
BD BE DE
CIVIL
Note: This table is a template. The actual content must be filled in full by the Bidder. All equipment or
components missed will be within the Bidder's scope of supply.
B. GENERAL
C. PROCESS
D. MECHANICAL
This TOR shall provide all the requirements for the design, supply, manufacture, manufacturer’s
works supply, transportation, delivery at site, installation, inspection, testing, commissioning,
supervision services and all related works necessary for the completion the Mechanical Systems.
The design shall be in accordance with the appropriate and applicable codes and standards.
E. ELECTRICAL
The Electrical and Automation / Instrumentation Works shall be designed under R.A 7920
Electrical Engineer Law, Philippine Electrical Code (PEC), National Electrical code and the New
Fire code of the Philippines which shall be designed and approved by a Professional Electrical
Engineer.
E3 PLC SIEMENS -
A. GENERAL DESCRIPTION
After finishing the installation, the Bidder shall arrange the non-load test run and the Buyer will
supply the assistance. The pre-test run includes individual test and non-load joint test run. The
Buyer shall supply sufficient water, electricity and gas, etc. free of charge.
1. Performance guarantee figures shall be indicated in the proposal for each type of
equipment.
2. The warranty period shall be 24 months from the date of turn-over of the units to buyer.
B. ACCEPTANCE TEST FOR TEST RUN
The test items and test method given in the section is the basic requirement of the Client. The
Bidder can supply more scientific and accurate test method, and items based on their experience
and performance of equipment without limit by the basic requirement. Also, results should confirm
to submitted calibration certificate to the Client.
3. Phase Sequence
a) Phase sequence should be in R, Y, B sequence from MVSG up to the
downstream.
4. Motors
a) Winding Resistance Test
b) Insulation Test (Winding)
c) Direction of Motor’s rotation
5. Motor Starter
a) Functionality Test for the following Starters:
Inverter
Softstarters
Conventional motor starter (Direct on line, Wye Delta starter and so on)
6. Item cost will be all included to the bidder but not limited on the above list, bidder shall
provide all testing and commissioning procedure once the purchase of equipment is on
process.
4. Any problems occur during combined test run shall be treated by the Bidder, and the
Buyer shall supply the support.
6 Motor & Pump To define by the To guarantee by the HMI Display & Pyrometer
Temperature winning bidder winning bidder
8 Cable & Motor Insulation To define by the To guarantee by the Insulation Tester
winning bidder winning bidder
a) After adjusted by hot load commissioning, the PLC system can meet the
requirement of operation in function. When the state of equipment operation is
normal, the performance assessment should be carried out. The following
requirements shall be met during the function examination period:
b) The processing precision of both analog input and output signals of the system
shall meet relevant requirements to ensure the input and output signals of
system switches are correct.
Standard Description
American Society of Mechanical Engineers (ASME)
ASME B31.3 Process Piping
ASME B31.9 Building Services Piping
ASME B1.1 Unified Inch Screw Threads (UN and UNR Thread Form)
ASME B16.5 Pipe Flanges and Flanged Fittings
ASME B16.9 Factory-Made Wrought Steel Butt-welding Fittings
ASME B16.25 Butt-welding Ends
ASME B36.19M Stainless Steel Pipes
American Water Works Association (AWWA)
AWWA M11 Steel Pipe - A Guide for Design and Installation
American Society for Testing & Materials (ASTM)
American National Standard Institute (ANSI)
British Standard (BS)
German Institute for Standardization (DIN)
Japan International Standard (JIS)
International Organization for Standardization (ISO)
ISO 2017-1 Mechanical Vibration and shock - Resilient Mounting Systems
PHILIPPINE LOCAL CODES
Revised National Plumbing Code of the Philippines
National Building Code
Philippine Mechanical Code of the Philippines
Philippine Electrical Code 2017 Edition
National Fire Protection Association (NFPA)
NFPA 14 Standard for the Installation of Standpipe & Hose System
NFPA 20 Standard for the Installation of Stationary Pumps for Fire Protection
Standard for the Inspection, Testing, and Maintenance of Water-
NFPA 25
Based Fire Protection Systems
International Electrotechnical Commission (IEC)
Institute of Electrical and Electronics Engineers (IEEE)
The Association of Electrical Equipment and Medical Imaging Manufacturer (NEMA)
Weather-resistant. Protects against falling dirt and windblown dust,
against weather hazards such as rain, sleet and snow, and is
NEMA 3 undamaged by the formation of ice. Used outdoors on ship docks, in
construction work, and in tunnels and subways.
CIVIL Design Standards
The detailed designs must be developed in accordance with current local standards and other
internationally accepted specifications as listed but not limited to the following.
NSCP 2015 7th Edition (National Structural Code of the Philippines
ACI 318-14 Building Code Requirements for Structural Concrete
Design Considerations for Environmental Engineering Concrete
ACI 350.4R-04
Structures
Seismic Design of Liquid-Containing Concrete Structures and
ACI 350.3-06
Commentary
EM 1110-2-2906 Engineering and Design, Design of Pile Foundations
ASCE/SEI 7-10 Minimum Design Loads for Buildings and Other Structures
The other equivalent references and other standards shall be endorsed to CSI and approval must
be obtained prior to its application in the project. For other design works that has no equivalent
standard, the Bidder may use foreign standard upon approval of CSI. All materials that will be
used for civil and structural works shall be in accordance with ASTM standards or equivalent.
D. PAINTING
1. The color of painting must be accord with color card provided by CSI.
2. All the equipment painting shall be suitable for sea transportation.
E. PACKAGING
1. Packing Requirement
All equipment to be packed to a standard affording protection against modern handling
hazards and for storage under severe climactic conditions, the latter including exposure
to wind-driven rain and fine dust or sand with a very high environmental humidity. The
contents of all cases or crates to be secured to ensure uncontrolled free movement in
any direction within the case is impossible. Care is taken to place heavy items at the
bottom of the crate and lighter articles nearer the top.
2. Types and Methods of Packing
a) Special steel cradles
b) All suitable materials to be palletized
c) Bundling of cables and hoses. Will thereafter be packed in wooden boxes or
pallets
d) All goods packed to a standard affording protection against modern handling
hazards and for storage under severe climactic conditions
e) Cardboard/fiberboard cartons consolidated on standard pallets
f) Wooded cases, strapped with two steel bands, secured under tension with the
crimped steel fasteners
3. Marking Requirements
All containers, units, structures, bundles, pallets, and wooden cases are to carry shipping
marks. Each piece/case/crate must in addition to the above shipping mark bear the
following information:
a) Project Title
b) The gross and net weight in kg
c) The length, width, and height in metric units
d) Guidance instructions such as “TOP”, “FRAGILE”, and/or “THIS WAY UP” etc.
together with internationally recognized symbols to be painted on all four sides.
F. RECEIVING INSPECTION
Inspect all delivered items carefully for any sign of damage. Inspect crates for external damages.
If external damages of crates or any other information gives reason for suspecting contents to be
damaged, open crate and inspect contained parts. If any damage, immediately report to the
Client.
H. STORAGE
Upon receipt of the equipment, the Client representative warehouse staff shall check the delivery
for any transport damage. If transport damage is discovered, the Client representative warehouse
staff shall write a report back to the Bidder detailing the extent of the damage. The Client
representative warehouse staff shall be solely responsible for the care and treatment of the
equipment, guards and walkways during off-loading, handling, and storage period. The Client
representative warehouse staff shall furthermore ensure a standard care for the items received.