Professional Documents
Culture Documents
Section VI -
Technical Specifications
TABLE OF CONTENTS
CLAUSE NO.
TITLE
PAGE NO.
TS-4.0
DESIGN REQUIREMENTS.................................................................................8
TS-4.1
General................................................................................................................ 8
TS-4.2
TS-7.0
TS-8.0
DOCUMENTS TO BE SUBMITTED..................................................................10
TS-9.0
GUARANTEE ...................................................................................................11
TS-10.0
MISCELLANEOUS............................................................................................11
Prepared by:
VI-TS-1
BID DOCUMENTS
SECTION VI TECHNICAL SPECIFICATIONS
E-MAIL ADD.:
GENERAL
This specification covers the technical requirements for the furnishing of all
labor, materials, equipment, tools and other incidentals for all the
works enumerated herein during the dry docking of NPC POWER
BARGE (PB) 119 for repair within the Contractors docking site in
Visayas or Mindanao.
The PB 119 shall be towed by NPCs tugboats at NPCs expense from its point of
origin at Tabuk, Isabela City, Basilan to the Contractors dockyard and after the
completion of all repair works shall be delivered back to its place of origin.
Upon arrival of the towed PB 119 at the Contractors dockyard, all mooring/demooring and PB119 movements using the Contractors tugboat to secure the
barge safely shall be the Contractors responsibility.
No work shall be done without the presence of NPC representative/s.
All replacement materials and auxiliary equipment to be used and incorporated
into the PB119 shall be new and unused. They shall be suitable for the intended
purpose and shall comply with all applicable regulations, quality, and standards.
The Contractor shall accept full responsibility for his works including
performance qualifications, documentation, reports, repairs,
corrosion
protection, shop testing, field testing, warranty provisions and compliance with
the applicable codes and standards and the requirements of this Specification.
Utmost care shall be strictly observed by the Contractor during the conduct of
works within the contract to avoid damage of any kind to the other existing
equipment & components of the vessel which are not part of the contract scope.
In the event that any such damage should occur due to the carelessness,
negligence or fault of the Contractor, the Contractor shall repair or replace all
damaged portions at his own expense and to the satisfaction of NPC.
VI-TS-2
BID DOCUMENTS
TS-2.0
SCOPE OF WORK
The scope of work shall cover the furnishing of all labor, materials, equipment,
tools and other incidentals required to complete the work in accordance with the
specification contained in this section.
The work shall include all and every work and service although not specifically
mentioned herein but are required to fully complete the works for the safe and
reliable operation of the PB 119.
The works and services to be performed by the Contractor under this contract
shall essentially consist of but not limited to the following:
1. Docking/Undocking Works (of Vessel) and Mooring/De-mooring
within shipyard premises including provision of other general services:
1.1 Shoreline Handlers
1.2 Use of Tugboat
1.3 Power Supply
1.4 Fresh Water Supply
1.5 Fire Line
1.6 Garbage Disposal
1.7 Gangway
1.8 Quarters/Bunkhouse for 20 NPC Personnel
1.9 Fill-up the PB Fresh Water Tank with 100,000 liters of fresh water prior
to PB departure at shipyard premises.
After the removal of the PB 119 from the water, the Contractor and NPCs
representative/s shall conduct a joint inspection to asses the condition of the
vessel underwater body surfaces.
2. Hull Preservation Work
2.1 Scrape barnacles/marine growth and jet wash with fresh water from Keel
to DLL of the barge.
Bottom plate surface area = 608 sq.m
Side shell surface area = 245 sq.m
3. Repair Works
3.1 Hull
a) Conduct Ultrasonic Gauging (random) at 400 points from PB bottom
plate to all side shell with NPC authorized representative/s (witness).
b) Remove existing damaged/thinner plates found during inspection,
supply and replace those plates with new materials as follows:
Location
Hull Bottom
Plate
Hull Side Shell
Plate
Quantity
5
Unit
Pcs
Dimensions
4ft x 8 ft x in
Pcs
4ft x 8 ft x in
Material Specs
Grade A 36 Mild
Steel Plate
Grade A 36 Mild
Steel Plate
VI-TS-3
BID DOCUMENTS
SECTION VI TECHNICAL SPECIFICATIONS
Plate Location
Bottom Deck
Plate
Quantity
8
Unit
Pcs
Dimensions
4ft x 8 ft x thk *
Material Specs
Grade A 36
Checkered Steel
Plate
Estimated Area
608 sq.m.
245 sq.m.
313 sq.m.
199 sq.m.
480 sq.m.
Shop
Primer
Tar
Epoxy
Anti-Corrosive
Paint
Flat Bottom to
1 coat
Waterline,
(776 sq.m.)
Side Shell above
1 coat
Waterline,
(204 sq.m.)
Exposed
Deck 1 coat
(out pass) & Side
Rail,
(199 sq.m.)
Engine Deck and 1 coat
False Floor
(425 sq.m.)
Flat Bilge &
1 coat
Auxiliary Area
3 coat
Anti-Fouling
Paint
Color
1 coat
3 coat
3 coat Epoxy
paint (Dark
Green)
3 coat Epoxy
paint (Dark
Green)
2 coat
3 coat Epoxy
paint (Dark
Green)
3 coat Epoxy
paint (Dark
Green)
Bottom Deck,
(313sq.m.)
1 coat
1 coat
1 coat Epoxy
Finishing Paint
(Battleship Gray)
VI-TS-4
BID DOCUMENTS
SECTION VI TECHNICAL SPECIFICATIONS
Qty.
2
1
2
1
Quantity
4
Unit
Pcs.
Dimensions
Material Specs
3.6m x 1.8m x Grade A 36 Mild
6mm thk.
Steel Plate
8.2 Remove and replace 4 units of existing vent fan louvers with dimensions
of 1.8m x 1.53m per unit of the same material specs as the existing.
8.3 Remove and replace comfort room existing floor tiles, walls and ceilings
including set of lavatory and exhaust fan.
9. Upper Deck Construction Works
9.1 Construct new Comfort Room having dimensions of 4ft x 4ft x 7 ft ht.
complete with:
Walls shall be made of MS plate, A 36. 4ft x 8ft x
Flooring shall be made of 8 x 8 ceramics tiles
Steel door complete with hinges and door knob
Exhaust Fan, Lighting and water fixtures
Lavatory sets
All steel surfaces shall be coated with epoxy paint
10. Miscellaneous Mechanical Works
10.1 Engine Smoke Stacks 4 units
Repair of Engine Smoke Stack insulation
Repainting of smoke stack with heat resistant paint
VI-TS-5
BID DOCUMENTS
SECTION VI TECHNICAL SPECIFICATIONS
1. The material for pipes and elbows must be ASTM 53, Grade A, Hot Dipped
Galvanized. Likewise, all pipes shall be Schedule 40 and seamless type.
2. All pipes inside surface shall be coated with rubberized paint
11.1.2 Remove, supply and replace the following existing valves with new
materials:
Valves to be Replaced
1) Angle Valve, flange end, 150 lbs
2) Angle Valve, flange end, 10 k
3) Gate Valve, flange end, 10 k
4) Gate Valve, flange end, 10 k
5) Butterfly Valve, flange end, 10k
6) Butterfly Valve, flange end, 10k
7) Butterfly Valve, flange end, 10k
Size
(diameter)
1.5 (40 mm)
2.5 (65 mm)
2.5 (65 mm)
3 (80 mm)
3 (80mm)
4 (100 mm)
10 (250 mm)
Materials
Brass
Brass
Brass
Brass
Brass
Brass
Brass
Qty.
(pc.)
4
1
1
6
4
8
2
VI-TS-6
BID DOCUMENTS
11.1.3 Remove, supply and replace the existing strainer with new
material:
Strainers to be Replaced
1) Strainer, 10 (250 mm) dia., 10k, complete with casing,
flange type, coated with rubberized paint inside & outside at
starboard suction line
Qty. (unit)
3
11.1.4 Fabricate and install debris strainer at main inlet suction 2 sets
Qty.
(unit)
1
1
2
2
11.1.6 Remove and replace the following Pump Base & Supports
Pump Base & Support to be Replaced for the Following Pumps:
Qty.
(unit)
1
1
2
2
Qty.
17 pcs.
32 pcs.
4 pcs.
28 pairs
16 lengths
28 pcs.
4 pcs.
32 pcs.
Note:
The pipes and elbows must be ASTM 53, Grade A, Hot Dipped Galvanized.
VI-TS-7
BID DOCUMENTS
SECTION VI TECHNICAL SPECIFICATIONS
11.2.2 Remove and replace four (4) units of freshwater header return pipe
and turbocharger fresh water line
11.3 Heavy Fuel Oil (HFO) System Repair Works
11.3.1 De-clogging/ Servicing of 2 (50 mm) dia. x 30 meters long HFO
line and remove, supply & replace defective valves (2 pcs.) and strainers
(2 pcs.).
11.3.2 Insulate HFO line and steam lines with (12 mm) thick
insulation material.
12. Repair/Build-up of 22 Gunshot Holes at Starboard Side
12.1 Repair/build-up the 22 gunshot holes located at Starboard side. The
material to be used shall be the same as material composition of the
existing plate material. .
13. Other Services Required of Contractor
13.1 Provide equipment/tools and consumables necessary for satisfactory
completion of the works under the contract
13.2 Provide services of highly qualified and experienced technical personnel
having expertise in vessel dry docking and ship repair during the
conduct of works.
13.3 Place all the replaced/removed materials or equipment to a secured
place within the dockyard premises which shall remain the properties of
NPC. Disposal of such materials shall be the responsibility of the NPC.
14. Submission of pertinent documents per Clause TS-8.0, DOCUMENTS TO BE
SUBMITTED
TS-3.0
DESIGN REQUIREMENTS
General
The vessel dry docking and repair works shall be in accordance with the
Contractors ship/vessel standard practice and other applicable codes and
standards.
VI-TS-8
BID DOCUMENTS
SECTION VI TECHNICAL SPECIFICATIONS
TS-4.2
Category
Classification
TS-5.0
DIMENSION/WEIGHT
32.0m
19.0m
4.80m
2.80m
1,697.0 tons
1,994.57 tons
PERFORMANCE REQUIREMENTS
The vessel shall satisfactorily meet the requirements specified in Clause TS-4.0,
Design Requirements and the Contractor shall guarantee the seaworthiness of the
vessel and the functional/performance capability of the replaced/repaired and
installed equipment and/or components.
TS-6.0
The Contractor shall perform at his own expense all tests required to ensure
adequacy of repair, material, workmanship and conformance to the requirements
of the specifications and standards.
All equipment and/or components to be supplied by the Contractor shall be
subjected to the manufacturers standard factory tests prior to delivery and
installation.
VI-TS-9
BID DOCUMENTS
SECTION VI TECHNICAL SPECIFICATIONS
DOCUMENTS TO BE SUBMITTED
VI-TS-10
BID DOCUMENTS
SECTION VI TECHNICAL SPECIFICATIONS
GUARANTEE
The Contractor shall guarantee that he will repair and/or replace, at his own cost,
all repair works and supplied equipment/components against defect in design,
workmanship and materials for one (1) year after issuance of Acceptance
Certificate by NPC.
The Contractor shall submit a Warranty Certificate effective from the date of
acceptance by NPC.
After the lapse of the warranty period, provided that there are no defects found, NPC
shall release the warranty security/certificate.
TS-10.0
MISCELLANEOUS
a) Measurement of Payment
Measurement of payment for all works shall be based on the bid price of each
item as shown in the Bid Price Schedule. The cost shall cover all works
required and described in the pertinent provisions of the specifications
No separate payment shall be made by NPC for the following works:
1. Other services, i.e. security, lay days, wharfage, preparation of side blocks,
ladder, scaffolding & staging, etc.
2. Consumables, i.e. welding rod, chemical solution for tank cleaning,
acetylene, etc.
3. Other incidental works stated in the specifications.
Corresponding cost of the above works shall be included by the Contractor in
the bid price for various pay items under the contract.
b) Drawings & Photos
Attached are the drawings and photos of PB 119 for the Contractors reference
and information.
VI-TS-11