You are on page 1of 352

.‫م‬.‫م‬.

‫ﺷﺮﻛﺔ ﻣﯿﺎه اﻷردن – ﻣﯿﺎھﻨـﺎ ذ‬


JORDAN WATER COMPANY – MIYAHUNA LLC

C-T-18-0018 FARA 9
Design, Construction and Commissioning of Supervisory
Control and Data Acquisition (SCADA) System for Amman
and Madaba

2018

TENDER DOCUMENTS
Instruction to Tenderer

VOLUME I
Miyahuna – Procurement Directorate 2

Preface to Volume I

Tender documents for this project include:

 Volume 1

- Invitation to Tender
- Section 1: Instructions to Tenderers
- Section 2: Tender Form, Appendix to Tender
- Section 3: Tender Guarantee Form
- Section 4: Questionnaire

Form 4.1: Power of Attorney


Form 4.2.1(a): Personnel to be employed on the contract
Form 4.2.1(b): Professional Experience of Key Personnel – CV’s
Form 4.2.2: Similar Experience
Form 4.2.3: Work plan, programm and cash flow estimate
Form 4.2.4: Quality Control/Assurance Systems
Form 4.2.5: Drawings and descriptions of Systems Design
Form 4.2.6: Technical Data Sheets for equipment to be
supplied under this contract.
Form 4.2.7: Data concerning subcontractors
Form 4.2.8: List of Deviations
Form 4.3: Financial Capabilities
Form 4.4: Further Information

- Section 5: Technical evaluation criteria and Grid

 Volume 2
‐ Section 1: Form of Contract Agreement
‐ Section 2: General Conditions of Contract
‐ Section 3: Particular Conditions of Contract
‐ Section 4: Template for Advance Payment Guarantee
‐ Section 5: Template for Performance Security
‐ Section 6: Template for Retention Guarantee
‐ Section 7: Declaration of Undertaking
‐ Section 8 : Defects Liability Guarantee

Volume 3: Employer’s Requirements


 ‐ Section 1: Technical Specifications
‐ Section 2: Particular Requirements
‐ Section 3: Preamble and Bills of Quantities

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 3

TABLE OF CONTENTS - VOLUME 1


INVITATION TO TENDER

Section 1: Instructions to Tenderers

Section 2: Form of Letter of Submission, Tender Form, Appendix to Tender

Section 3: Tender Guarantee Form

Section 4: Questionnaire

Form 4.1: Power of Attorney


Form 4.2.1(a): Personnel to be employed on the contract
Form 4.2.1(b): Professional Experience of Key Personnel – CV’s
Form 4.2.2: Similar Experience
Form 4.2.3: Work plan, programm and cash flow estimate
Form 4.2.4: Quality Control/Assurance Systems
Form 4.2.5: Drawings and descriptions of Systems Designs
Form 4.2.6: Technical Data Sheets for all equipment to be
supplied under these contracts
Form 4.2.7: Data concerning subcontractors
Form 4.2.8: List of Deviations
Form 4.3: Financial Capabilities
Form 4.4: Further Information

Section 5: Technical Evaluation Criteria and Grid

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 4

Invitation to Tender

TENDER NO: C-T-18-0018 FARA9

PROJECT NAME: Design, Construction and Commissioning of Supervisory Control and Data
Acquisition (SCADA) System for Amman and Madaba

1. The Jordan Water Company L.L.C Miyahuna (hereinafter called “Employer”), invites :
- Qualified contractors from eligible source countries as per USAID Geographic Code #937.
- Local contractor classified by GTD as grade (1) in the field of electro-mechanic.
To bid for the project of Supervision Control and Data Acquisition (SCADA) System for
Amman and Madaba (hereinafter called “Project”)
2. The eligible Bidders shall have an experience within the last 10 (ten) years of similar works.
3. The eligible Tenderers shall have a clean record for the past 5 (five) years in terms of contract
termination, liquidation of guarantees, and delay in works exceeding 30% duration of the contract
period and must not be blacklisted neither by the GTD in the electro-mechanic sector, nor by
Miyahuna. Upon request, the Tenderer shall submit documentary evidence to proof this requirement.

4. This Invitation for Bids is open to all suppliers and bidders from eligible source countries as per
USAID code #937.

5. Country of origin Refer to USAID code #937 (The United States, the recipient country, and
developing countries other than advanced developing countries). Where this Tender is subjected to
the USAID Geographic Code #937.

6. The bidder shall submit within his proposal a complete methodology describing the whole procedure
for all equipment and software required to complete the tasks under the project.

7. The bidder shall conduct a presentation clarifying the whole procedure and equipment proposed by
the bidder for the project.

8. The bidder shall provide on job training to Miyahuna concerned staff on all new technologies
installed.

9. Scope of Work:

The scope of work includes the design and construction and commission of the Design, construction and
commission of comprehensive Supervisory Control and Data Acquisition (SCADA) system, for both
Amman and Madaba Governorate in order to efficiently monitor and control the functionality of all
water resources and their distribution.

The work shall include but not limited to the following tasks:

1. Replace deteriorated Programmable Logic Controllers (PLCs)/Remote Telemetry Units (RTUs).


2. Replace deteriorated instrument devices such as level meters, flow switch…..etc.
3. Replace deteriorated flow meters in selected sites.
4. Install new electrical panels, soft starter and VFD in selected sites.
5. Install new flow control valves and valve actuators in selected sites.
6. Connect the existing PLC with proposed PLC/RTU, and with the related Local SCADA.
Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 5

7. Install pressure transmitters and Pressure switches on main suction and discharge pipes.
8. Install new turbidity meters.
9. Install operator interface (HMI) at field sites.
10. Connecting I/O signals at field site with proposed PLCs/RTUs.
11. Install Pump Motor protection and connecting the signal to proposed PLCs/RTUs
12. Installing proposed local SCADA System and remote monitor software.
13. All TIER II SCADA applications shall be the same make, model, and version as the TIER I. The
TIER II SCADA applications shall be completely integrated, with the same features and functions,
into the TIER I.
14. Connecting the existing RTU installed by other contractors to main SCADA.
15. It is the responsibility of FARA 9 Contractor to interface the data (Input and Output) from the sub
SCADA of FARA 8 and FARA 11 to the main SCADA.
16. The contractor shall install PLC in Mwaqer Pumping station to collect data from existing PLC in
Mwaqer then send the data to SCADA Amman through ADSL communication
17. Install firewall protection system for Data center and SCADA system.
18. Setpoints, control pushbuttons, and selector switches shall be reserved to popups and faceplates to
avoid accidental operations.
19. The Contractor shall supply install and commission all necessary communications equipment and
software to provide a complete integrated communications network for the SCADA system Install
dashboard and asset management software with integration to main SCADA system.
10. Tender Documents can be purchased at the address noted below starting from (8th of May, 2018),
for the non-refundable fee of (1,000.00 JDs) One Thousand Jordanian Dinars per set. And
shall be submitted in a sealed envelope to the same address below:

The Procurement Manager


Jabel Hussein
P.O.Box 922918
Amman-11192, Jordan
Attn: Mr. Ahmad Lozi
alozi@miyahuna.com.jo
omashharwi@miyahuna.com.jo
mmaayta@miyahuna.com.jo
hashour@miyahuna.com.jo
zeiadzoubi@miyahuna.com.jo
Tel: +962 6 5666111
Fax: +962 6 5680854
Ext: (1603,1624,1627,1628,1605)

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 6

11. The biding documents can be viewed before purchase at Miyahuna website
(www.miyahuna.com.jo).
12. The Employer will organize a pre-bid meeting on (6th of June, 2018) at the offices of Miyahuna.
13. Site visits are scheduled for (27, 28, 29, and 30th of May, 2018) from Jordan Water Company L.L.C
Miyahuna. Bidders are responsible for their own transportation to the site.
14. Any questions regarding the tender documents shall be sent to Jordan Water Company L.L.C
Miyahuna via fax, preferably by email to the above mentioned address before (7th June,20118) .
Bidders are obligated to follow up the issuance of any addenda to the tender documents or
answers to inquiries through Miyahuna web site.

15. All Bids shall be submitted from (08:30 am Until 11:30 am on 25 of June, 2018) Jordan local time, in
one original sealed envelope marked as “Original”; two hard copies each in separate sealed envelope
and placed in one outer sealed envelope marked as “Copy”, and one soft copy in sealed outer
envelope marked as “ Soft Copy”.
16. Both original and Copies outer envelopes shall be placed in an outer package strong enough to
protect the contents during transportation and handling.
17. Each bid shall be comprise of :
- Envelope No.1: Bid Security of (170,000) One Hundred Seventy Thousand Jordanian Dinars
valid for 150 days starting from the submission date from a bank licensed to work in Jordan ,
Original security to be attached to the original offer and copies to be attached to the copies.
- Envelope No.2: Technical Offer
- Envelope No.3: Financial Offer

18. The Bids will be opened in Miyahuna offices on (25th of June, 2018) at (12:00 pm) Jordan local time.
Technical offers to be opened at first and evaluated by the technical committee, then financial offers
of those their technical offers found entirely administratively and technically responsive will be
opened in separate meeting. Technical offers included any reference to the amount of bid will
be rejected.
19. The Employer will not be responsible for lost and/or undelivered documents sent by mail, Fax or
similar means.
20. The Employer reserves the right to accept or reject any offer, and to annul the tender and reject all
offers at any time, without thereby incurring any liability to Bidders.
21. All information provided/submitted by the bidders shall be accurate, correct and duly certified.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 7

22. Tendering Time Frame:

Description Date from Date to


1 Announcement May 8, 2018
May 8,
2 The purchasing of tender documents May 31, 2018
2018
Questions and Inquiries from the bidders about
the Tender, which shall be addressed to all the
following email addresses:
alozi@miyahuna.com.jo
May 8,
3 omashharwi@miyahuna.com.jo June 07, 2018
2018
mmaayta@miyahuna.com.jo
hashour@miyahuna.com.jo
zzoubi@miyahuna.com.jo
rzraikat@engicon.com
Pre bid meeting with Bidders at Miyahuna
4 June 06, 2018
offices at the above mentioned address 10:00am

Answers to Items 3 and 4 above by Jordan Water


5 Company (Miyahuna) and issuing addendum if June 14, 2018
needed.
6 Site Visit May 27,28,29,30, 2018
June 25, 2018
7 Submission of offers by bidders From 8:30Am until 11:30Am
max Jordan local time.
8 Bid opening for technical offers June 25, 2018 at 12:00noon

End of Invitation to Tender

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 8

VOLUME 1
SECTION 1:
INSTRUCTIONS TO TENDERERS

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 9

SECTION 1: INSTRUCTION TO TENDERERS


In submitting a tender, the Tenderer accepts in full and without restriction the special and general
conditions governing this contract as the sole basis of this tendering procedure, whatever his own
conditions of sale may be, which he hereby waives. Tenderers are expected to examine carefully
and comply with all instructions, forms, contract provisions and specifications contained in this
tender dossier. Failure to submit any required information and documentation within the
deadline specified will lead to the rejection of the tender. No account can be taken of any
reservation in the tender as regards the tender dossier; any reservation will result in the immediate
rejection of the tender without further evaluation.

The Tenderers should review all the requirements set forth in the Specification and the Particular
Requirements to ascertain the nature, extent, and detail of the Works. Failure to do so will not
relieve the Tenderers of the responsibility of properly estimating the costs induced by successfully
construction the works and supplying the equipment and services. Neither the Employer nor the
Engineer will assume any responsibility for any misunderstanding or misinterpretations
concerning conditions made by any person prior to the execution of the contract, unless included
in writing in the contract documents.

Any contradictions in tender documents should be definitely interpretation for the Employer.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 10

Contents- Section 1:

A. GENERAL

1 GENERAL INFORMATION ABOUT THE TENDER 4


2 BRIEF DESCRIPTION OF THE CONTRACTUAL WORKS 4
3 ENTITIES CONCERNED WITH THE PROJECT 4
4 GENERAL INSTRUCTIONS 5
5 FINANCING 5
6 PARTICIPATION 5
7 INFORMATION/DOCUMENTS TO BE SUPPLIED BY THE TENDERER 6
8 ONLY ONE TENDER PER TENDERER AND SUB CONTRACTOR 7
9 TENDER EXPENSES 7
10 SITE INSPECTION 7

B. TENDER DOCUMENTS
11 CONTENT OF TENDER DOCUMENTS 9
12 EXPLANATIONS CONCERNING TENDER DOCUMENTS 10
13 CLARIFICATIONS TO TENDER DOCUMENTS 10
14 LABOUR LAW 11
15 LAW 11

C. TENDER PREPARATION
16 LANGUAGE OF TENDERS 12
17 CONTENT AND PRESENTATION OF TENDER 12
18 CURRENCIES OF TENDER AND PAYMENT 15
19 PERIOD OF VALIDITY OF TENDERS 15
20 TENDER GUARANTEE 15
21 VARIANT SOLUTIONS 16
22 PREPARATION AND SIGNING OF TENDERS 16

D. SUBMISSION OF TENDERS
23 SEALING AND MARKING OF TENDERS 18
24 EXTENSION OF THE DEADLINE FOR SUBMISSION OF TENDERS 18
25 LATE TENDERS 18
26 MODIFICATION AND WITHDRAWAL OF TENDERS 18

E. OPENING AND EVALUATION OF OFFERS


27 OPENING OF TENDERS 20
28 SECRECY OF THE PROCEDURE 21
29 CLARIFICATION OF TENDERS 21
30 CHECKING OF TENDERS AND THEIR COMPLIANCE WITH THE
REQUIREMENTS OF THE TENDER DOCUMENTS 21
31 EVALUATION AND COMPARISON OF TENDERS 22
32 CORRECTION OF ERRORS 23

F. CONTRACT AWARD
33 CRITERIA FOR AWARD 24
34 RIGHT OF THE EMPLOYER AND IMPLEMENTING AGENCY TO ACCEPT
OR REJECT ANY TENDER 24
35 NOTIFICATION OF AWARD, CONTRACT CLARIFICATIONS 25
36 CONTRACT SIGNING AND PERFORMANCE GUARANTEE 26
37 COMMENCEMENT OF WORKS 26
38 ETHICS CLAUSES 26

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 11

1. GENERAL INFORMATION ABOUT THE


TENDER

Greater Amman is supplied by water from four resources; Zai, Disi, Zara-Maeen and ground water wells.
Madaba Governorate is supplied from Waleh and Hidan local wells. The water facilities in Greater
Amman and Madaba Governorates are divided into four types:

a. Pumping Stations.

b. Reservoirs.

c. Wells and springs.

d. Boosters.

Miyahuna Amman water system needs upgrade/renewal and expansion of the comprehensive
Supervisory Control and Data Acquisition (SCADA) system, while Madaba requires a new system in
order to efficiently monitor and control the functionality of all water resources and their distribution.

Miyahuna Amman and Madaba Comprehensive SCADA project aims to achieve the following objectives:

a. Monitor and control the quality and quantities of the water supplied from the resources.

b. Monitor and control the quality and quantity of water in the primary network and all facilities.

c. Decrease the maintenance cost for the water facilities.

d. Decrease the running cost for the water facilities.

e. Manage the water resources by monitoring the pressure and flow from the source to consumers.

f. Decrease the water losses in the primary network (physical and commercial) by monitoring the
facilities at real time.

g. Monitor and control the water facilities by detecting emergency faults and reduce the response time
for dealing with them.

h. Construct a database and history record of the water network parameters in order to enhance water
operations and continuously measure the NRW. These parameters include pressure, water levels,
water quantities, etc.

New and existing instrumentation shall be wired into the new PLC and monitored from the new
SCADA system.

i. Control water quality by installing chlorination systems with analyzers or upgrade the existing
systems at the primary network.

The SCADA system is generally very important for the reduction of the NRW, through professional
management and operation of the water resources as well as the primary and distribution networks.
Through SCADA, operators can simply estimate the water losses, can also monitor and regulate the
pressure in the network at critical points, record and analyze abrupt changes in flow rates for identifying
new leaks and bursts, and mostly reduce the actual response time for the maintenance groups, where
Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 12

adjusting of set points can be achieved automatically by SCADA system, as well as, reduce a regular
scheduled maintenance visits.

The SCADA system architecture comprises of a TIER I SCADA system located at Dabouq Main
SCADA Center, and Seven TIER II SCADA systems:

1. Dabouq Booster
2. Dabouq reservoir,
3. Ain Ghazal Pumping Station,
4. Tadj Pumping Station,
5. Abu Alanada Reservoir AA2,
6. Madaba Reservoir
7. Damkhi P.S

2. BRIEF DESCRIPTION OF THE


CONTRACTUAL
WORKS
The scope of work includes the design and construction and commission of the Design, construction and
commission of comprehensive Supervisory Control and Data Acquisition (SCADA) system, for both
Amman and Madaba Governorate in order to efficiently monitor and control the functionality of all
water resources and their distribution.

The work shall include but not limited to the following tasks:

1. Replace deteriorated Programmable Logic Controllers (PLCs)/Remote Telemetry Units (RTUs).


2. Replace deteriorated instrument devices such as level meters, flow switch…..etc.
3. Replace deteriorated flow meters in selected sites.
4. Install new electrical panels, soft starter and VFD in selected sites.
5. Install new flow control valves and valve actuators in selected sites.
6. Connect the existing PLC with proposed PLC/RTU, and with the related Local SCADA.
7. Install pressure transmitters and Pressure switches on main suction and discharge pipes.
8. Install new turbidity meters.
9. Install operator interface (HMI) at field sites.
10. Connecting I/O signals at field site with proposed PLCs/RTUs.
11. Install Pump Motor protection and connecting the signal to proposed PLCs/RTUs
12. Installing proposed local SCADA System and remote monitor software.
13. All TIER II SCADA applications shall be the same make, model, and version as the TIER I. The
TIER II SCADA applications shall be completely integrated, with the same features and functions,
into the TIER I.
14. Connecting the existing RTU installed by other contractors to main SCADA.
Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 13

15. It is the responsibility of FARA 9 Contractor to interface the data (Input and Output) from the sub
SCADA of FARA 8 and FARA 11 to the main SCADA.
16. The contractor shall install PLC in Mwaqer Pumping station to collect data from existing PLC in
Mwaqer then send the data to SCADA Amman through ADSL communication
17. Install firewall protection system for Data center and SCADA system.

18. Set points, control pushbuttons, and selector switches shall be reserved to popups and faceplates to
avoid accidental operations.

19. The Contractor shall supply install and commission all necessary communications equipment and
software to provide a complete integrated communications network for the SCADA system Install
dashboard and asset management software with integration to main SCADA system.

20. The Contractor hasn’t the right to suspend or postponed the Works in any Site without prior
approval of the Employer.

3. ENTITIES CONCERNED WITH THE PROJECT


The Employer: Jordan Water Company
Jabel Hussein
P.O.Box 922918
Amman-11192, Jordan
Attn: Mr. Ahmad Lozi
alozi@miyahuna.com.jo
Tel: +962 6 5666111
Fax: +962 6 5680854

4. GENERAL INSTRUCTIONS
4.1 Tenderers must tender for the whole of the Works required by the Tender Dossier. Any
partial Tenders will be rejected.

4.2 The Tenderer will bear all costs associated with the preparation and submission of the
Tender. The Employer will not be responsible or liable for such costs, whatever the
conduct or outcome of the procedure.

5. FINANCING
5.1 The project is 100% financed by Jordan Water Company L.L.C Miyahuna

6. PARTICIPATION
Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 14

6.1 Participation in tendering is open only to:


- Qualified bidders from eligible source countries as per USAID Geographic Code #937.
- In case of local contractors: they shall be classified by GTD as grade (1) in the field of
electro-mechanic.
- Joint venture between eligible bidders is allowed. Provided that they meet USAID
Geographic Code #937.

6.2 The upper limit authorized for subcontracting is 33% of the value of the tender.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 15

7. INFORMATION/DOCUMENTS TO BE
SUBMITTED BY THE TENDERER
The tendering procedure includes three envelope system comprising of Envelope No. 1
containing the “bid security”, Envelope No.2 containing the “technical offer” and Envelope No.
3 containing the “financial offer”.

7.1 In envelope 1, the bid Security, the Bidder shall submit the following:

7.1.1 Bid Security of (170,000) One Hundred Seventy Thousand Jordanian Dinars) valid
for 150 days starting from the submission date from a licensed bank in Jordan
using the Bid security form attached to the Tender Documents.

7.2 In envelope 2, the Technical offer, the Bidder shall submit the following:

7.2.1 All Tenderers must supply the power of attorney, the letter of submission, and
the following technical information and documents with their tenders:

7.2.1.1 Financial Capabilities:


The Tenderer shall demonstrate that it has access to, or has available, liquid
assets, unencumbered real assets, lines of credit, and other financial means
(independent of any contractual advance payment) sufficient to meet the
construction cash flow requirements estimated as 1.5 million JOD for the
subject contract(s) net of the Tenderer’s other commitments.
The Tenderer shall also demonstrate, to the satisfaction of the Employer, that it
has adequate sources of finance to meet the cash flow requirements on works
currently in progress and for future contract commitments.
The audited balance sheets or, if not required by the laws of the Bidder’s country,
other financial statements acceptable to the Employer, for the last 3 fiscal years
shall be submitted and must demonstrate the current soundness of the
Tenderer’s financial position and indicate its prospective long-term profitability.
Minimum average annual construction turnover of 10 million JOD for each of
the last three fiscal years (years: 2015, 2016 and 2017).

7.2.1.2 A Presentation of the personnel to be employed under the contract, including


numbers of each professional staff to be utilized (Form 4.2.1 (a)).

7.2.1.3 CVs of key staff for the execution of the contract (Form 4.2.1 (b)).

7.2.1.4 List of similar projects during the last 10 years (three SCADA projects with a
value of 7 million USD for each project) using form 4.2.2.

7.2.1.5 Methodology includes:


A Work programme (bar chart) with brief descriptions of major activities (Form
4.2.3.) showing the sequence and proposed timetable for the execution of the works
and showing major milestones concerning the design, procurement and supply and
Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 16

installation, testing and commissioning activities. In particular, the offer shall detail the
temporary and permanent works to be constructed. The Tenderer must take account
of the prevailing weather conditions. The Tenderer must also submit a comprehensive
Method statement (to be read in conjunction with the above mentioned Work
Programme), with drawings if necessary, showing the methods which he proposes to
carry out the works with. In particular, the Tenderer must indicate the numbers, types
and capacities of the Contractor’s Equipment and personnel he proposes to use on the
major activities of work. A Cash-flow estimate for each monthly period covering the
duration of the works is also required.

7.2.1.6 Outline of the Quality Control / Assurance System(s) to be used (Form


4.2.4.).

7.2.1.7 Full details of the Tender Design, Drawings, Proposals (Form 4.2.5.).

7.2.1.8 Technical Data Sheets/Proposal Forms for equipments to be supplied under the
contract (Form 4.2.6.).

7.2.1.9 Data concerning Sub-contractors and the percentage of works to be subcontracted


(Form 4.2.7.).

7.2.1.10 List of Deviations (Form 4.2.8)

7.2.1.11 Financial Capabilities (Form 4.3)

7.2.1.12 Further Information (Form 4.4)

7.3 In envelope 3, the financial offer, the Bidder shall submit the following:

7.3.1 Tender Form


7.3.2 The Contractor shall provide a detailed breakdown of his prices including unit price
analyses where such breakdown is required for any purpose under the contract or during the
tendering stage.

8. TENDER EXPENSES
8.1 The Tenderer will bear all costs associated with the preparation and submission of the
tender.

8.2 The Employer will neither be responsible for, nor cover, any expenses or losses incurred
by the Tenderer through site visits and inspections or any other aspect of his tender.

9. SITE INSPECTION
9.1 The Tenderer is obliged to visit and inspect the Sites of the works and its surroundings for
the purpose of assessing, at his own responsibility, expense and risk, factors necessary for
the preparation of his tender and the signing of the contract for the works.

A Pre-Bid Meeting and site visit will be conducted at the time and place as described in the
Invitation to Tender.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 17

All Tenderers must confirm in writing (e.g. by fax correspondence) their participation.
This meeting is open to all Tenderers who shall make all arrangements and pay for their
own transportation to and from the site and all other costs for attending the Pre-Bid
meeting and site visit.

All questions and answers raised will be recorded in the official minutes and circulated to
all who purchased the Tender Documents.

9.2 All Tenderers must include confirmation with their bids that they have received minutes of
that meeting.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 18

B- TENDER DOCUMENTS

10. CONTENT OF TENDER DOCUMENTS


10.1 The set of tender documents comprises the following documents and should be read in
conjunction with any modification issued in accordance with point 13:

 Request for Prequalification of Contractors

 Volume 1
Invitation to Tender
Section 1: Instructions to Tenderers
Section 2: Tender Form, Appendix to Tender
Section 3: Tender Guarantee Form
Section 4: Questionnaire
Form 4.1: Power of Attorney
Form 4.2.1(a): Personnel to be employed on the contract
Form 4.2.1(b): Professional Experience of Key Personnel – CV’s
Form 4.2.2: Similar Experience
Form 4.2.3: Work plan, programm and cash flow estimate
Form 4.2.4: Quality Control/Assurance Systems
Form 4.2.5: Drawings and descriptions of Systems Design
Form 4.2.6: Technical Data Sheets/Proposal Forms for equipments
Form 4.2.7: Data concerning subcontractors
Form 4.2.8: List of Deviations
Form 4.3 Financial Capabilities
Form 4.4: Further Information

Section 5: Technical evaluation criteria and Grid

 Volume 2
Section 1: Form of Contract Agreement
Section 2: General Conditions of Contract
Section 3: Particular Conditions of Contract
Section 4: Template for Advance Payment Guarantee
Section 5: Template for Performance Security
Section 6: Template for Retention Guarantee
Section 7: Declaration of Undertaking
Section 8: Defects Liability Guarantee

 Volume 3:Employer’s Requirements


Section 1: Technical Specifications
Section 2: Particular Requirements
Section 3: Preamble and Bills of Quantities

 Volume 4: Tender Drawings


 Volume 5: Final Preliminary Design Reports

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 19

10.2 Tenderers bear sole liability for examining with appropriate care the Tender Documents,
including those Design Documents available for inspection and any Modification to the
tender documents issued during the tendering period, and for obtaining reliable
information with respect to any and all conditions and obligations that may in any way
affect the amount or nature of the tender or the execution of the works. In the event that
the Tenderer is successful, no claim for alteration of the tender amount will be entertained
on the grounds of errors or omissions in the obligations of the Tenderer described above.

10.3 The Tenderer must provide all documents required by the provisions of the tender dossier.
All such documents, without exception, must comply strictly with these conditions and
provisions and contain no alterations made by the Tenderer. Tenders which do not comply
with the requirements of the tender dossier will be rejected.

11. EXPLANATIONS CONCERNING TENDER


DOCUMENTS
11.1 Tenderers may submit questions in writing as indicated in the invitation to tender. The
Employer will reply to all Tenderers' questions.

11.2 Copies of written responses will be sent to all Tenderers (including the query but without
identifying the source of the enquiry). The recipient should confirm receipt of these
answers in writing within three days.

12. CLARIFICATIONS TO TENDER


DOCUMENTS
12.1 The Employer may clarify the Tender Documents by publishing clarifications or
amendments to the tender document up to 14 days before the deadline for submission of
tenders.

12.2 Each clarifications published will constitute a part of the Tender Documents and be sent, in
writing, to all Tenderers. The Tenderers must provide written confirmation with their bids
that they have received the clarification.

12.3 The Employer may, as necessary, extend the deadline for submission of tenders to give
Tenderers sufficient time to take clarifications into account when preparing their tenders.

13. LABOUR LAW


13.1 Particular attention is drawn to the conditions concerning the employment of labor in the
Hashemite Kingdom of Jordan and the obligation to comply with all regulations, rules or
instructions concerning the conditions of employment of any class of employee.

14. LAW

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 20

14.1 By submitting their tenders, Tenderers are deemed to know all relevant laws, acts and
regulations of the Hashemite Kingdom of Jordan that may in any way affect or govern the
operations and activities covered by the tender and the resulting contract.

14.2 The Tenderers must, in particular, comply with Jordanian employment, planning,
construction permits, environmental and construction safety regulations, as well as with
the relevant technical norms, regulations and standards.

14.3 The Tenderers must, in particular, comply with the Jordanian Building Law and the Safety
and Hygiene of Work Regulations.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 21

C- TENDERS PREPARATION

15. LANGUAGE OF TENDERS


15.1 The language of the procedure is English

15.2 The tender and all correspondence and documents related to the tender exchanged by the
Tenderer and the Employer must be written in the language of the procedure.

15.3 Supporting documents and printed literature furnished by the Tenderer may be in another
language, provided they are accompanied by an accurate translation into the language of
the procedure. For the purposes of interpretation of the tender, the language of the
procedure will prevail.

16. CONTENT AND PRESENTATION OF


TENDER
16.1 Tenders must satisfy the following conditions:

16.1.1 All tenders must be submitted in one original, marked “original”, and two copies
signed in the same way as the original and marked “copy” and one soft copy
(CD) (with 5 pdf files in maximum).

16.1.2 All tenders must be received at the address of the Employer on the date and
time stated in the invitation to tenders. Tenders must be hand-delivered.

16.1.3 All tenders, including annexes and all supporting documents, must be submitted
in a sealed envelope/package bearing on the label only:

The Employer’s address;


The reference of the invitation to tender concerned;
The words “Not to be opened before the tender opening session"
The Tenderer's name and address.
16.1.4 The sealed main envelope/package shall contain three separate envelopes
marked:

Envelope 1 – Bid Security

Envelope 2 - Technical Offer which contains:

- Letter of Submission in the form provided in Volume 1, section 2


- Appendix to Tender, in accordance with the forms provided in Volume 1, Section 2;
- Documentation as required in the questionnaire in Volume 1, Section 4, including all forms
attached;
- Clarifications (if any);

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 22

- Cash flow estimates for the entire construction period are only to be indicated in percentages per
month but must not be given in total figures; non-compliance will lead to rejection of the offer.
- All other documents requested under section 7.

Envelope 3 - Financial Offer which contains:


- Tender Form
- The Contractor shall provide a detailed breakdown of his prices including unit price analyses where
such breakdown is required for any purpose under the contract or during the tendering stage.

It is mandatory that a) the bid security, b) the technical offer and c) the financial
offer are placed in separate and sealed envelopes.

If the technical offer includes any financial information or indications that


may be interpreted reveals tender price, this will lead to reject the offer
immediately.

Envelope 1 containing the Bid Security will be opened and checked regarding
the amount and validity period.

Envelope 2 containing the Technical Offer and the information / documents to


be supplied by the tenderers in accordance with section 7 of these instructions,
will be opened first.

Envelope 3 containing the financial offer will be opened for those tenderers
who have qualified through the evaluation of their technical offers.

16.2 The works are not divided into lots and must be covered by a single tender.

16.3 The relevant pages of the documents specified above must be signed and stamped as
indicated and where applicable.

17. TENDER PRICES


17.1 The tender price must cover the whole of the works as described in the Tender Documents.

17.2 The Tenderer shall provide a Breakdown of his prices (upon request) in Jordanian Dinar
(JOD).

17.3 No payment will be made for items which have not been priced; such items will be deemed
to be covered by other items on the Breakdown of the overall price.

17.4 The Tender Price is the amount stated in the Tender Form and is deemed to include any
discount if offered. Any discount listed separately elsewhere in the Tender will not be
taken into consideration.

17.5 The Tenderer´s attention is expressively drawn to the fact, that any addition or reduction of
quantities of up to 25% will not allow the Contractor to change his unit rates. Tenderers
Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 23

thus have to include possible additions/ reductions in their scope of works within their
unit rates.

18. CURRENCIES OF TENDER AND PAYMENT


18.1 The currency of the tender is the Jordanian Dinar (JOD). All sums in the requested Prices
Breakdown, the questionnaire and other documents must be expressed in JOD, with the
exception of originals of bank and annual financial statements.

18.2 Payments will be made at the Contractor's request after approval of the Engineer and
acceptance by the Employer.

18.3 All correspondence relating to payments, including invoices and interim and final payment
certificates, must be sent to the Engineer in the language of the procedure.

19. PERIOD OF VALIDITY OF TENDERS


19.1 Tenders must remain valid for a period of 120 days after the deadline for submission of
tenders. Any tender valid for a shorter period will be rejected.

19.2 In exceptional circumstances the Employer may request that Tenderers extend the validity of
tenders for a specific period. Such requests and the responses to them must be made in
writing. A Tenderer may refuse to comply with such a request without forfeiting his tender
guarantee. If the Tenderer decides to accede to such a request, he may not modify his
tender. He is, however, bound to extend the validity of his tender guarantee for the revised
period of validity of the tender.

20. TENDER GUARANTEE


20.1 The Tenderer must provide, as a part of his tender, a tender guarantee in the form set out in
Volume 1, Section 3 of the tender dossier, or in another form acceptable to the Employer
and meeting the essential requirements set out therein. The tender guarantee has to be
issued by a licensed bank in Jordan which is acceptable to the Employer. The tender
guarantee of an amount of 170,000 One Hundred Seventy Thousand Jordanian
Dinars. The original guarantee must be included in the original tender.

20.2 The tender guarantee must be valid for at least 150 days from the deadline for submission of
tenders and be issued to the Employer for the requisite amount. In exceptional cases,
before the period of validity expires, the Employer may ask Tenderers to extend the period
for a specific number of days.

20.3 Any tender not accompanied by an admissible tender guarantee will be rejected by the
Employer.

20.4 The tender guarantees of unsuccessful Tenderers will be released as soon as possible and in
any event no later than 7 days after the expiry of the period of validity of the tender.

20.5 The tender guarantee of the successful Tenderer will be released when the Tenderer has
signed the contract and provided the requisite performance guarantee.
Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 24

21. VARIANT SOLUTIONS


21.1 The construction of works under the project shall be carried out based on the Contractor’s
design.

21.2 Tenderers shall submit offers which comply with the requirements of the tender documents
and shall submit a design as indicated in the Employer’s Requirements and Specifications.
Any offers which are not substantially responsive to the requirements of the tender
documents should be rejected.

22. PREPARATION AND SIGNING OF TENDERS


22.1 Tenders must comprise the documents specified in Point 16 above. Each complete tender
must be prepared in one original and two copies in the English language, clearly marked
"original" or "copy". In the event of any discrepancy between them, the original will
prevail.

22.2 The original of the tender must be typewritten or written in indelible ink, stamped and
signed by a person or persons empowered by the power of attorney submitted in
accordance with Form 4.1 of Volume 1, Section 4 of the tender dossier. Any pages on
which entries or modifications have been made must be initialed by the person or persons
signing the tender. All pages must be numbered consecutively by hand, machine or in any
other way acceptable to the Employer.

22.3 The tender must contain no changes or modifications, other than those made in accordance
with instructions issued by the Employer or necessitated by errors on the part of the
Tenderer. In such cases, modifications must be initialed by the person signing the tender.

22.4 The tender will be rejected if it contains any modification, addition or deletion to the tender
documents not specified in a modification issued by the Employer, or if the tender
documents are not filled in properly.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 25

D- SUBMISSION OF TENDERS

23. SEALING AND MARKING OF TENDERS


23.1 The tenders should be submitted to Jordan Water Company –Miyahuna L.L.C.

23.2 Tenderers must seal the original and all copies of their tenders in an envelope or package
required in point 16.

23.3 If the outer envelope is not sealed and marked as required in point 16; the Employer will
assume no responsibility for the misplacement or premature opening of the tender.

24. EXTENSION OF THE DEADLINE FOR


SUBMISSION OF TENDERS
24.1 The Employer may, on its own discretion, extend the deadline for submission of tenders by
issuing a modification. In such cases, all rights and obligations of the Employer and the
Tenderer regarding the original date specified in the procurement notice will be subject to
the new date.

25. LATE TENDERS


25.1 All tenders received after the deadline for submission specified in the invitation to tender or
these instructions will be kept by the Employer. The associated guarantees may be
returned to the Tenderers upon request.

25.2 No liability can be accepted for late delivery of tenders. Late tenders will be rejected and will
not be evaluated.

26. MODIFICATION AND WITHDRAWAL OF


TENDERS
26.1 Tenderers may alter or withdraw their tenders by written notification prior to the above
deadline. No tender may be altered after the deadline for submission of Tenders.

26.2 Any notification of modification or withdrawal must be prepared, sealed, marked and
submitted in accordance with these instructions, and the envelope must also be marked
with "modification" or "withdrawal".

26.3 The withdrawal of a tender in the period between the deadline for submission and the date
of expiry of the validity of the tender will result in forfeiture of the tender guarantee.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 26

E- OPENING AND EVALUATION OF OFFERS

27. OPENING OF TENDERS


27.1 Submitted offers will be opened in separate session on the date and time indicated in the
Invitation to Tender at the address of the Employer given in the invitation to tender by the
Employer who will assign the Evaluation Committee to evaluate the technical offers. The
committee will draw up minutes of the meeting, which shall be available to Tenderers on
request.

27.2 The official opening of the Tenders (Envelope 1-Bid Security and Envelope 2- Technical
Offer) only shall take place on the date and time indicated in the Invitation to Tender,
During opening of Envelope 1&2; the Tenderer may depute a representative or duly
authorized agent to be present during the official opening session at the place and date
specified in the letter of enquiry. The financial offers of the Tenderer passing the technical
evaluation will be opened later.

27.3 At the tender opening, the Tenderers' names, written notification of modifications and
withdrawals, the presence of the requisite tender guarantee, declaration and any other
information the Evaluation Committee may consider appropriate will be announced.

27.4 Envelopes marked "withdrawal" will be opened first. Tenders, for which acceptable notice
of withdrawal will not be opened but returned to the Tenderer.

27.5 In a first evaluation stage the Tenderers have to pass the Eligibility Requirements and
Technical Offer criteria. At this stage the Evaluation Committee will check the
completeness of the submittals requested as per point 7, 16 and Volume 1 – Section 4.

Technical Offers which are incomplete and which are lacking of relevant documents (e.g.
power of attorney, work program), will be considered to be non-responsive and
subsequently the Financial Offer will not be considered and returned unopened to the
Tenderer.

27.6 Following the opening and evaluation of the technical submittals, the qualified tenderers will
be invited at a date and venue to be announced to the opening of the financial offers.

Unchecked Tender Prices, totals of every tender, any reductions, and any other particulars
the Evaluation Committee considers important must be announced by the Chairman of
the Evaluation Committee at the opening session of the Financial Offers.

27.7 Reductions or modifications to tender prices made by Tenderers after submission will not be
taken into consideration during the analysis and evaluation of tenders.

27.8 After the public opening of the tenders, no information about the examination, clarification,
evaluation or comparison of tenders or decisions about the contract award may be
disclosed before the signing of the contract by the Employer and the successful tenderer.

28. SECRECY OF THE PROCEDURE


Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 27

28.1 Information concerning checking, explanation, opinions and comparison of tenders and
recommendations concerning the award of contract, may not be disclosed to Tenderers or
any other person not officially involved in the process until the name of the successful
Tenderer is announced.

28.2 Any attempt by a Tenderer to approach any member of the Evaluation Committee /
Employer/ Engineer directly during the evaluation period will be considered legitimate
grounds for disqualifying his Tender.

29. CLARIFICATION OF TENDERS


29.1 Tenders which are incomplete, conditional, illegible, and obscure or contain not requested
additions or other irregularities may be rejected.

29.2 When checking and comparing tenders, the Evaluation Committee may, on its own
discretion, ask a Tenderer to clarify any aspect of his Tender.

29.3 Such requests and the responses to them must be made by letter or fax. They may in no
circumstances alter or try to change the price or content of the tender, except to correct
arithmetical errors discovered by the Evaluation Committee when analyzing tenders, in
accordance with point 0.

30. CHECKING OF TENDERS AND THEIR


COMPLIANCE WITH THE
REQUIREMENTS OF THE TENDER
DOCUMENTS
30.1 Eligibility Requirements: Before beginning a detailed analysis of the tenders, the
Evaluation Committee will check that each tender:

30.1.1 Has been properly signed, and

30.1.2 Includes the required Tender Guarantee, and

30.1.3 Substantially complies with the requirements of these Tender Documents.

30.2 An admissible tender is one which conforms to the requirements and specifications
described in the Tender Documents with no substantial deviations or reservations.
Substantial deviations and reservations are those which:

30.2.1 In any way influence the scope, quality or execution of Works, or

30.2.2 Restrict the rights of the Employer or the obligations of the Tenderer under the
contract in a manner inconsistent with the tender documents, or

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 28

30.2.3 Rectification of which would unfairly affect the competitive position of other
Tenderers presenting admissible tenders.

30.3 If a tender does not comply with the requirements of the Evaluation Grid, it will be rejected
by the Evaluation Committee when checking admissibility.

31. EVALUATION AND COMPARISON OF


TENDERS
31.1 The Evaluation Committee must evaluate and compare only those tenders considered
substantially admissible in accordance with point 30.

31.2 The purpose of the evaluation process is to identify the Tenderer most likely to enable the
Employer to achieve its objectives of having a facility that is completed on time, meets the
requisite quality criteria and is within the budget available. If a tender is not substantially
responsive, it will be rejected by the Employer, and may not be made responsive by
correction or withdrawal of the nonconforming deviation or reservation. The contract will
be awarded to the Tenderer whose Tender has thus been determined and proven to be the
most advantageous and best offer.

31.3 The Evaluation Committee reserves the right to ask a Tenderer to clarify any part of his
offer that the Evaluation Committee may consider necessary for the evaluation of the
offer.

31.4 The Evaluation Committee reserves the right to check information submitted by the
Tenderer if the Evaluation Committee considers it necessary.

31.5 The evaluation of the offers will be carried out in two individual steps.

a) Evaluation of the Technical Offers


After the Tenderer has been considered Eligible, the Technical Offers will be
opened and evaluated. Technical Offers have to be completed and shall comply
with the administrative and technical evaluation grid given in Section 5. Technical
Offers which are incomplete and which are lacking of relevant documents will be
considered to be non-responsive. Consequently the Financial Offer will not be
considered for further evaluation and returned unopened to the Bidder.
Technical offers must cover all works covered in these tender documents.
b) Evaluation of the Financial offers.
The qualified and technically responsive Tenderers (the tenderers who
achieve a minimum of 75 points in the technical evaluation) will be invited to the
opening of the financial offers and the pre-verification price will be announced
during the opening ceremony. The date of the opening of the financial offers will
be notified when the occasion arises.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 29

32. CORRECTION OF ERRORS


32.1 Admissible Tenders will be checked for arithmetical errors by the Evaluation Committee.
Errors will be corrected by the evaluation committee as follows:

32.1.1 where there is a discrepancy between amounts in figures and in words, the amount
in words will prevail;

32.1.2 Where there is a discrepancy between a unit price and the total amount derived
from the multiplication of the unit price and the quantity, the unit price as quoted will
prevail.

32.2 The amount stated in the tender will be adjusted by the Evaluation Committee in the event
of error, and the Tenderer will be bound by that adjusted amount. If the Tenderer does
not accept the adjustment, his Tender will be rejected and his Tender Guarantee forfeited.

32.3 When analyzing the Tender, the Evaluation Committee will determine the final Tender
Evaluation Sum after adjusting it on the basis of point 32.1.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 30

F- CONTRACT AWARD

33. CRITERIA FOR AWARD


33.1 The Contract will be awarded to the tenderer who submitted the lowest financial offer and
considered responsive technically (i.e. the tenderers who achieve a minimum of 75 points in the
technical evaluation).

34. RIGHT OF THE EMPLOYER AND


IMPLEMENTING AGENCY TO ACCEPT
OR REJECT ANY TENDER
34.1 The Employer reserves the right to accept or reject any Tender and/or to cancel the whole
tender procedure and reject all tenders. The Employer reserves the right to initiate a new
invitation to tender.

34.2 The Employer reserves the right to conclude the contract with the successful Tenderer
within the limits of the funds available. The Tenderer with lowest price offer will be
invited to contract negotiation prior to awarding.

34.3 In the event of a tender procedure's cancellation, Tenderers will be notified by the
Employer. If the tender procedure is cancelled before the outer envelope of any tender has
been opened, the sealed envelopes will be returned, unopened, to the Tenderers.

34.4 Cancellation may occur where:

34.4.1 The tender procedure has been unsuccessful, namely where no qualitatively
or financially worthwhile Tender has been received or there has been no response at
all;
34.4.2 The economic or technical parameters of the project have been
fundamentally altered;
34.4.3 Exceptional circumstances or force majeure render normal performance of
the project impossible;
34.4.4 All technically compliant tenders exceed the financial resources available;
34.4.5 There have been irregularities in the procedure, in particular where these
have prevented fair competition

In all circumstances the Employer will not be liable for damages, whatever their nature (in
particular damages for loss of profits) or relationship to the cancellation of a tender, even
if the Employer has been advised of the possibility of damages. The publication of a
procurement notice does not commit the Employer to implement the programm or
project announced.
Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 31

34.5 The Tenderer have no right to issue any objection on the results of the evaluation.

35. NOTIFICATION OF AWARD,


CONTRACT CLARIFICATIONS
35.1 Prior to the expiration of the period of validity of Tenders, the Employer will notify the
successful Tenderer, in writing, that his tender has been selected and draw his attention to
any arithmetical errors corrected during the evaluation process.
35.2 This notification may take the form of an Invitation to clarify certain contractual questions
raised therein, to which the Tenderer must prepare himself to reply. This clarification will
be confined to issues that had no direct bearing on the choice of the successful tender.
The outcome of such clarifications will be set out in a Memorandum of Clarifications, to
be signed by both parties and incorporated into the contract.

35.3 This notification may take the form of an invitation to negotiate, in accordance with item
34.2 followed by the issue of the Letter of Acceptance.

35.4 The issuing of the Letter of Acceptance will constitute the formation of the contract and
certain activities may begin including the preparation of the Contract Agreement to be
signed, which must first be approved by the Employer.

35.5 After the Contract has been signed and the Performance Guarantee has been provided by
the successful Tenderer, in accordance with Point 36, the Employer will promptly notify
the other Tenderers that their tenders have not been successful and release their Tender
Guarantees.

35.6 The Contract may not be awarded to Tenderers who, during the procurement procedure:

35.6.1 Are subject to a conflict of interest;


35.6.2 Are guilty of misrepresentation in supplying the information required by the
Employer as a condition of participation in the contract procedure or fail to supply
this information

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 32

36. CONTRACT SIGNING AND


PERFORMANCE GUARANTEE
36.1 Within 14 days of receiving the Letter of Acceptance and the Contract Agreement, the
successful Tenderer will sign and date the Contract Agreement and return it to the
Employer with the Performance Guarantee. After confirmation that the Performance
Guarantee is acceptable the Employer will sign the Contract Agreement.

36.2 If the tenderer fails to sign and return the contract and any financial guarantee required
within 30 days after receipt of notification, the Employer may consider the acceptance of
the tender to be cancelled without prejudice to the Employer's right to seize the tender
guarantee, claim compensation or pursue any other remedy in respect of such failure, and
the successful Tenderer will have no claim whatsoever on the Employer.

36.3 The performance guarantee referred to in the General Conditions and Appendix to the
Tender is set at 10% of the amount of the contract and must be presented in the form
specified in the annex to the tender dossier. It will be released in accordance with the
General Conditions.

37. COMMENCEMENT OF WORKS


37.1 Following the signing of the contract by both parties, Engineer will issue a written Notice to
Commence within 28 days, in accordance with Clause 8.1 of the General Conditions.

37.2 The Contractor must inform the Engineer by return that he has received the notice.

38. ETHICS CLAUSES


38.1 Any attempt by a candidate or Tenderer to obtain confidential information, enter into
unlawful agreements with competitors or influence the Evaluation Committee or the
Employer during the process of examining, clarifying, evaluating and comparing tenders
will lead to the rejection of his candidacy or tender and may result in administrative
penalties.
38.2 Without the Employer's prior written authorization, the Contractor and his staff or any
other company with which the Contractor is associated or linked may not, even on an
ancillary or subcontracting basis, supply other services, carry out works or supply
equipment for the project. This prohibition also applies to any other programmes or
projects that could, owing to the nature of the contract, give rise to a conflict of interest on
the part of the Contractor.

38.3 When putting forward a candidacy or tender, the candidate or tenderer must declare that he
is affected by no potential conflict of interest, and that he has no particular link with other
Tenderers or parties involved in the project. Should such a situation arise during
performance of the contract, the Contractor must immediately inform the Employer.
Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 33

38.4 The Contractor must at all time act impartially and as a faithful adviser in accordance with
the code of conduct of his profession. He must refrain from making public statements
about the project or services without the Employer's prior approval. He may not commit
the Employer in any way without its prior written consent.
38.5 For the duration of the contract, the Contractor and his staff must respect human rights and
undertake not to offend the political, cultural and religious mores of the beneficiary state.
38.6 The Contractor may accept no payment connected with the contract other than that
provided for therein. The Contractor and his staff must not exercise any activity or receive
any advantage inconsistent with their obligations to the Employer.
38.7 The Contractor and his staff are obliged to maintain professional secrecy for the entire
duration of the contract and after its completion. All reports and documents drawn up or
received by the Contractor are confidential.
38.8 The contract governs the Parties' use of all reports and documents drawn up, received or
presented by them during the execution of the contract.
38.9 The Contractor shall refrain from any relationship likely to compromise his independence or
that of his staff. If the Contractor ceases to be independent, the Employer may, regardless
of injury, terminate the contract without further notice and without the Contractor having
any claim to compensation.
38.10 All tenders will be rejected or contracts terminated if it emerges that the award or execution
of a contract has given rise to unusual commercial expenses. Such unusual commercial
expenses are commissions not mentioned in the main contract or not stemming from a
properly concluded contract referring to the main contract, commissions not paid in return
for any actual and legitimate service, commissions remitted to a tax haven, commissions
paid to a recipient who is not clearly identified or commissions paid to a company which
has every appearance of being a front company.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 34

VOLUME 1
SECTION 2:
LETTER OF SUBMISSION
TENDER FORM
APPENDIX TO THE TENDER

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 35

Note: to be included into Envelope 2 (Technical Offer)

FORM OF LETTER OF SUBMISSON

Name of Contract:

Design, Construction and Commissioning of Supervisory Control and Data Acquisition


(SCADA) System for Amman and Madaba

<Place and date>

Attn:
Jordan Water Company
Jabel Hussein
P.O.Box 922918
Amman-11192, Jordan
Attn: Mr. Ahmad Lozi
alozi@miyahuna.com.jo
Tel: +962 6 5666111
Fax: +962 6 5680854
SUBMITTED BY:

Name(s) of tenderer(s) Nationality


Leader
Partner 2 *
ETC…*

* add/delete additional lines for partners as appropriate. Note that a subcontractor is not considered to be a partner
for the purposes of this tender procedure. If this tender is being submitted by an individual tenderer, the name of
the tenderer should be entered as 'leader' (and all other lines should be deleted)

Gentlemen,

We have the pleasure to submit for your consideration our Tender for the above contract. In this
Envelope No. 2 (Technical Offer) of our Tender, we include the following:

Letter of Submission, Signed and Stamped


Power of Attorney
List of Personnel to be employed under the Contract with CV’s of key personnel List of
contractor’s equipment
A work programme
Outline of Quality Assurance system

Full Details of the Tender Design, Drawings and Data Data


concerning Subcontractors
Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 36

List of Deviations

In envelope 3, attached, we have included the Form of Tender and the Price Schedules.

We confirm that our tender is in full compliance with the Tender Documents and all
Amendments issued. We further confirm that our tender does not include any conditions or
modifications or deletions or special conditions or clarifications of any sort. If any such additions
or modifications are noted in our tender, following tender Opening, they are hereby considered
null and void.

This Letter of Submission and the documents included in envelope No. 2 form an integral part
of our Tender.

Signed this ……………….. Day of ……………. 2018

Stamp and Signature

BY:

POSITION:

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 37

Note: to be included in Envelope 3 (Financial Offer)

TENDER FORM

Name of contract:

Design, Construction and Commissioning of Supervisory Control and Data Acquisition


(SCADA) System for Amman and Madaba

<Place and date>

TO: Jordan Water Company

Jabel Hussein

P.O.Box 922918

Amman-11192, Jordan

Attn: Mr. Ahmad Lozi

alozi@miyahuna.com.jo

Tel: +962 6 5666111

Fax: +962 6 5680854

SUBMITTED BY:
Name(s) of tenderer(s) Nationality
Leader
Partner 2 *
ETC…*

* add/delete additional lines for partners as appropriate. Note that a subcontractor is not considered to be a partner
for the purposes of this tender procedure. If this tender is being submitted by an individual tenderer, the name of
the tenderer should be entered as 'leader' (and all other lines should be deleted)

CONTACT PERSON (for this tender):

Name

Address

Telephone

Fax

E-mail

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 38

TENDERER'S DECLARATION(S)

To be completed and signed by the Tenderer (including one from each partner in a consortium).

In response to your letter of invitation to tender for the above contract, we, the undersigned,
hereby declare that:

1. We have examined and accept in full the content of the Tender Documents and all
Clarifications and Addendum issued by the Employer for invitation to tender No
[……………………………….] of […. /…. /…..]. We have examined, understood and
checked these documents and have ascertained that they contains no errors or other
defects. We hereby accept its provisions in their entirety, without reservation or
restriction. We accordingly offer to design, execute and complete the works and remedy
any defects therein, in conformity with these tender documents, and all Clarifications and
Addendum issued by the Employer, and the enclosed proposal for the lump sum of :

...............................................................................................Jordanian Dinar JOD

(In words: ................................................................................................................

.................................................................................................................................

..............................................................................................Jordanian Dinar JOD)

2. We agrees to commence work under the Contract with the issuance of the Notice to
Proceed from the Employer, and to Substantially Complete and deliver the whole of the
Work covered by this Tender, in accordance with the specified requirements, within 540
calendar days calculated from the Commencement Date

3. We confirm that we attended the Pre-Tender Meeting and are in receipt of the
minutes of that meeting dated -------------------------- ref: -------------------.

4. We also confirm receipt of all Clarifications and Addendum issued by the Employer as
included in annexes to this form.

5. No discount is granted.

6. This tender is valid for a period of 120 days from the final date for submission of
tenders, i.e. until […. /…. /…..].

7. If our tender is accepted, we undertake to provide a performance guarantee of


[………..], as required by sub-clause 4.2 of the General Conditions.

8. Our firm/company [and our subcontractors] has/have the following nationality:

[……………………………………………………………………]
Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 39

9. We are making this application in our own right [and [as partner in the consortium led by
< name of the leader / ourselves >]] for this tender. We confirm that we are not
tendering for the same contract in any other form. [We confirm, as a partner in the
consortium, that all partners are jointly and severally liable by law for the performance of
the contract, that the leading partner is authorized to bind, and receive instructions for
and on behalf of, each partner, that the performance of the contract, including payments,
is the responsibility of the lead partner, and that all partners in the joint
venture/consortium are bound to remain in the joint venture/consortium for the entire
period of the contract's performance].

10. We agree to abide by the ethics clauses in point 38 of the Instructions to Tenderers and,
in particular, have no potential conflict of interests or any relation with other candidates
or other parties in the tender procedure at the time of the submission of this Tender. We
have no interest of any nature whatsoever in any other tender in this procedure.

11. We will inform the Employer immediately if there is any change in the above
circumstances at any stage during the implementation of the contract. We also fully
recognize and accept that any inaccurate or incomplete information deliberately
provided in this application may result in our exclusion from this contract.

12. We know that the Employer is not bound to proceed with this invitation to tender and
that he reserves the right to award only part of the contract. It will incur no liability
towards us should it do so.

13. We also understand that You are not bound to accept the lowest or any tender
you may receive

Name and first name: [………………………………………………………………]

Duly authorized to sign this tender on behalf of:

[…………………………………………………………………………………………]

Place and date: [………………………………………………………….…………..]

Stamp of the firm/company:

This tender includes the following annexes:

List of all clarifications received from Employer with dates and references List of all addendums

received from Employer with dates and references

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 40

APPENDIX TO TENDER

FOR A WORKS CONTRACT

Name of Contract: Design, Construction and Commissioning of Supervisory Control and Data
Acquisition (SCADA) System for Amman and Madaba

(Note: Tenderers are required to fill in the blank spaces in this Appendix)

Item Sub-Clause* Data


Employer’s name and address Jordan Water Company
Jabel Hussein
P.O.Box 922918
Amman-11192, Jordan
Attn: Mr. Ahmad Lozi
alozi@miyahuna.com.jo
Tel: +962 6 5666111
Fax: +962 6 5680854

Contractor’s name and address 1.1.2.3 & 1.3

Engineer’s name and address 1.1.2.4 & 1.3 Jordan Water Company
Jabel Hussein
P.O.Box 922918
Amman-11192, Jordan
Attn: Mr. Ahmad Lozi
alozi@miyahuna.com.jo
Tel: +962 6 5666111
Fax: +962 6 5680854
Amount of Bid Security 170,000 One Hundred Seventy Thousand
Jordanian Dinars.
Time for completion of the Works 1.1.3.3 540 calendar days
730 days for all works
Defects Notification Period 1.1.3.7
Telefax and E-mails. E-mails to be confirmed
Communication (Electronic transmission systems) 1.3 in writing
Governing law 1.4 Law of Hashemite Kingdom of Jordan
Ruling language 1.4 English
Language for communications 1.4 English
Time for access to the site 2.1 15 days after Commencement Date
Amount of performance security ** 4.2 10% of the Accepted Contract Amount,
as stated in Contract Agreement

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 41

Item Sub-Clause* Data


Defects Liability Guarantee 4.2 5 % of the Contract Price
Subcontracting max. percentage 4.4 33%
Quality Assurance System 4.9 Required
Normal working hours 6.5 Saturday to Thursday 8 hours daily
Delay damages for the Works 8.7 10% of the Accepted Contract Price
divided by 540, per day
Maximum amount of delay damages 8.7 15% of the final Contract Price
Percentage adjustment of Provisional 13.5(b) 15%
Sums
Adjustment for changes in cost 13.8 Not applicable
Total advance payment ** 14.2 5% of the Accepted Contract Amount
as stated in the Contract Agreement

Number and timing of installments of the 14.2


advance payment The advance payment is 5 % of the Accepted
contract amount and shall be in two instalments as
follows:

1. 2.5 % within two weeks after signing the


Contract Agreement
2. 2.5 % after design approval.

Start repayment of advance payment 14.2(a) First interim payment


Repayment amortization of advance 14.2(b) 5%
payment
Percentage of retention 14.3 10% of Interim Certificate
Limit of retention 14.3 15% of the Accepted Contract Amount
Plan and Materials intended for the Works 14.5
Payment for materials on site 40%

Refer to volume2- section 3- sub clause 14.5:

With reference to BOQ items Nos. (2.1 and 3.1)


regarding the Procurement of Flow Meters,
Control Valves, Valve Actuators and Chlorine
Analyzer Systems and the Procurement of
PLCs/RTUs, VFDs, and Instrumentation; The
Contractor is allowed to procure up to 50% of the
materials that will be used to complete Bill 4
“Supplying and Installing a New Local SCADA
system in Dabouq Booster” and bill 5 “Supplying
and Installing a New Local SCADA system in
Dabouq Reservoir” upon approval of the technical
submittals for all materials and equipment by the
Engineer at the beginning of the project. The
remaining quantities should be procured after the
approval of the design of the whole project.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 42

Minimum amount of interim payment 14.6 N/A

- No monthly payments allowed for this


contract.
- Payments will be certified or paid only for
each completed bill of BOQ bills numbered
from (4-12) , including : Installing, testing,
commissioning, adaptation, and
implementation of PLC/RTUs, VFDs,
Flow Meters (works includes fittings,
chamber, electrical works needed for
installing of the flow meters) ,
Instrumentation Devices, and Chlorine
Analyzer. All cables and accessories, cooling
system for VFDs shall be as per
manufacturer’s recommendations. .Also all
civil works such as trench, electrical
manholes, and concrete base for panels.
Currency 14.15 Jordanian Dinar JOD
Periods for submission of insurance – 18.1(a) By Commencement Date
evidence of insurance
Periods for submission of insurance – 18.1(b) 14 days of the Commencement Date
relevant policies
Maximum amount of deductibles for 18.2(d) JOD 10,000
insurance of Employer’s risk
Minimum amount of third party insurance 18.3 JOD 50,000 fifty
thousand Jordan Dinars per life / accident
occurrence, with the number of occurrences
unlimited
Date by which the DAB (Dispute 20.2 Not Applicable
Adjudication Board) shall be appointed
The DAB shall be 20.2 Not Applicable
Appointment of DAB (Dispute 20.3 Not Applicable
Adjudication Board), if not agreed

Number of arbitrators 20.6 3 persons


Language of Arbitration 20.6 English
Place of Arbitration and law 20.6 Amman according to the Jordanian
Arbitration law

* General and Particular Conditions of Contract


** The advanced payment guarantee and the performance guarantee have to be issued by a Jordanian bank
acceptable to the Employer.

Signature __________________________________________STAMP

Capacity _____________________________________

Duly authorized to sign for and on behalf of

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 43

VOLUME 1
SECTION 3:
TENDER GUARANTEE FORM

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 44

Note: to be included into Envelope 1 (Bid Security)

TENDER GUARANTEE FORM

Works contract
Invitation to tender No […………………]

Name and Address of guarantor bank:


………………………………………………..
………………………………………………..
………………………………………………..
Name and Address of beneficiary (contracting agency):
………………………………………………..
………………………………………………..
………………………………………………..
Name and Address of Tenderer:
………………………………………………..
………………………………………………..
………………………………………………..

We, the undersigned..….…… [guarantor], in order to enable


…………… [Tenderer] to bid for ……………… [Project, object of contract], hereby
irrevocably and independently guarantee to pay to you an amount up to a total of
JOD(……………) waiving all objections and defences.
We shall effect payments under this guarantee on your first written demand, which must be
accompanied by your confirmation that you have accepted the above-mentioned bid and that
the firm ................................................... is no longer
prepared to abide by this bid.

This guarantee shall expire no later than .......................................[150 days after


deadline for submission]. It may be extended by the Employer for a specific period in exceptional
cases, notice of which extension(s) to the guarantor is hereby waived. Should [Tenderer's name
and address] be awarded the contract, this guarantee will be extended for a further 60 days from
the notification of award. It shall be released upon the signing of the contract by the Tenderer
and upon provision of the requisite performance guarantee.

Any demand in respect of this guarantee should reach the guarantor not later than the above
date, or extended date, in accordance with the instructions to tenderers. We note that you will
release the guarantee on expiry or after payment of the total amount.

This guarantee is governed by the laws of the Hashemite Kingdom of Jordan.

Done at ………….. , ...…. /…. / ……


Name and first name: ……………………………On behalf of: …………………
Signature: ……………..

[stamp of the body providing the guarantee]

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 45

VOLUME 1
SECTION 4:

QUESTIONNAIRE

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 46

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 47

VOLUME 1

SECTION 4

QUESTIONNAIRE CONTENTS

ADDITIONAL NOTICE TO TENDERERS

FORM 4.1 POWERS OF ATTORNEY


FORM 4.2 TECHNICAL QUALIFICATIONS

4.2.1 PERSONNEL
4.2.2 SIMILAR EXPERIENCE

4.2.3 WORKPLAN, PROGRAMMEME AND CASH FLOW ESTIMATE

4.2.4 QUALITY ASSURANCE SYSTEM(S)

4.2.5 DRAWINGS AND DESCRIPTION OF SYSTEM DESIGNS.


4.2.6 TECHNICAL DATA SHEETS FOR ALL EQUIPMENT TO BE
SUPPLIED UNDER THE CONTRACT.

4.2.7 DATA CONCERNING SUB-CONTRACTORS


4.2.8 LIST OF DEVIATIONS

FORM 4.3 FINANCIAL CAPABILITIES

FORM 4.4 FURTHER INFORMATION

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 48

VOLUME 1
SECTION 4:
ADDITIONAL NOTICE TO TENDERERS

1. All questions contained in the forms must be answered by the Tenderer.

2. Additional sheets may be attached as necessary.


3. If a question does not apply to the Tenderer, "not applicable" should be entered alongside
with a brief explanation of why.
4. Every single page of each form must be numbered consecutively in the bottom right hand
corner.
5. Attached documentation/certificates must always be accompanied by a relevant translation
in the language of the procedure.
6. The person signing this questionnaire guarantees the truthfulness and accuracy of all the
statements made.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 49

VOLUME 1
SECTION 4:
FORM 4.1: POWER OF ATTORNEY

Please attach here the power of attorney empowering the signatory of the tender and all related
documentation. The Power of Attorney shall be certified by an Authorized Agency such as a
Notary and by the Jordanian embassy in the country of origin of the bidder.

Signature: ..................................................................................STAMP
(person or persons authorized to sign on behalf of the Tenderer)

Date: .....................}

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 50

VOLUME 1
SECTION 4:
FORMS 4.2.1 TO 4.2.8:
TECHNICAL INFORMATION

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 51

VOLUME 1

SECTION 4

FORM 4.2.1(A): PERSONNEL TO BE EMPLOYED ON THE


CONTRACT

Total Experience Experience in Similar Experience Similar


Position Number
(Years) Works (Years) Works (Projects)

10 years in water
Contractor’s
Representative 1 20 supply Projects, or At least two similar
WWTP projects projects*
(Project Manager) including SCADA
5 years in water
supply Projects or At least one similar
Mechanical Engineer 1 15 project*
WWTP projects
5 years in water
At least one similar
Electrical Engineer 1 15 supply Projects or
project*
WWTP projects
5 years in water
Instrumentation supply Projects or At least one similar
&SCADA Engineer 1 15
WWTP projects project*
including SCADA

*similar project defined as a SCADA project with a value of 7 million USD for each project.

Signature: ..................................................................................STAMP
(person or persons authorized to sign on behalf of the Tenderer)

Date: .....................}

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 52

VOLUME 1

SECTION 4:
FORM 4.2.1 (b): PROFESSIONAL EXPERIENCE OF KEY
PERSONNEL CURRICULUM VITAE
(Maximum 3 pages + 3 pages of annexes)

Provide information in the format provided below on candidates [and alternatives], for every
position which you judge to be essential to the successful execution of the Contract. Information
given should clearly indicate candidates’ experience on similar works.

Information requested must be provided on candidates to fill the positions given in the Form
4.2.1. (a).

Proposed Position: …………………………......................................…………………….]

Candidate’s Name: …………………………......................................…………………….

Date of Birth: …………….……….....…. Nationality: ………….………………

Academic Qualifications:

University: …………………………......................................…………………….

Date from (month/year) to


(month/year): …………………………......................................…………………….

Degree obtained: …………………………......................................…………………….

…………………………......................................…………………….

…………………………......................................…………………….

Professional Qualifications: …………………………......................................………

…………………………......................................…………………….

English Language Capability (on a scale of 1 to 5 with 5 being the best)

Written: ………..…….…. Spoken: ………….....…..…………

Arabic Language Capability (on a scale of 1 to 5 with 5 being the best)

Written: ………..…….…. Spoken: ………….....…..…………

Present Employer: …………………………......................................…………………….

Address: …………………………......................................…………………….

…………………………......................................…………………….

Phone: ………..…….…. Fax: …………....…...…………

Present Job Title: ……...…………….. Years with this Employer: ……..........……

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 53

PROFESSIONAL EXPERIENCE
Summarize in reverse chronological order this candidate’s relevant professional experience.
Indicate particular skills appropriate to his proposed assignment to this Contract.

PERIOD: From ……….…. to ………….……. Location: ……….…………..


EMPLOYER: ………………………………………………………………………….…….

POSITION: ………………………………………………………………………….…….

PROJECT: ………………………………………………………………………….…….

EXPERIENCE: ………………………………………………………………………….…….

………………………………………………………………………….…….

………………………………………………………………………….…….
PERIOD: From ……….…. to ………………. Location: ………….………..

EMPLOYER: ………………………………………………………………………….…….

POSITION: ………………………………………………………………………….…….

PROJECT: ………………………………………………………………………….…….

EXPERIENCE: ………………………………………………………………………….…….

………………………………………………………………………….…….

………………………………………………………………………….…….

PERIOD: From ……….…. to ………………. Location: ………….………..

EMPLOYER: ………………………………………………………………………….…….

POSITION: ………………………………………………………………………….…….

PROJECT: ………………………………………………………………………….…….

EXPERIENCE: ………………………………………………………………………….…….

………………………………………………………………………….…….

………………………………………………………………………….…….

Signature: ..................................................................................
(person or persons authorized to sign on behalf of the Tenderer)

Date: .....................

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 54

VOLUME 1

SECTION 4:
FORM 4.2.2: Similar project
Table for the past ten (10) years Similar project, similar project defined as a SCADA project with a
value of 7 million USD for each project

Manufacturers experience will be taken into consideration.

Project Owner Name and Name of Contract or Start Approved Total Number Were there
Number Name Location of Engineer/ Subcontract Date of Completion and Total any Penalties
Project / Consultant Price the Date / Was Amount of imposed,
Description In Charge Project contract Claims Filed litigations or
of Work completed by Your claims filed
on time Organization. against the
organization
for the work

Project (1)

Project (2)

Project (3)

Note: Tenderers are required to provide Performance Certificates or Handing-over Certificate from the Employer
or the Engineer. Similar projects that don’t include the required supportive documents will not be considered for the
technical evaluation.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 55

VOLUME 1

SECTION 4:
FORM 4.2.3:
WORKPLAN, PROGRAMMEME AND CASH FLOW ESTIMATE

4.2.2.1 The Tenderer shall provide a Work Programme Bar Chart (using Primavera Software
P6), including a critical path diagram, with a brief description of major activities
showing the order, procedure and timing envisaged and in particular the offer shall
detail the milestones concerning the design works, procurement process, supplying and
installation, and testing and commissioning works, also permanent and temporary
works to be constructed.
4.2.2.2 The Tenderer shall submit Method Statements for major activities (to be read in
conjunction with the above mentioned work programme), with drawings where
applicable, showing the methods proposed by the Tenderer for carrying out the Works.
4.2.2.3 The Tenderer shall provide a cash-flow estimate for each monthly period covering the
duration of works. Cash-flow statements for the construction period are only to be
indicated in percentages per months, and no total cost figures must be given.

Signature: .................................................................................STAMP
(Person or persons authorized to sign on behalf of the Tenderer)

Date: .....................}

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 56

VOLUME 1

SECTION 4:
FORM 4.2.4:
QUALITY CONTROL /ASSURANCE SYSTEM(S)

Please provide hereunder details of the quality / control assurance system(s) it is proposed to use
to ensure successful completion of the works.

Signature: .................................................................................STAMP.
(person or persons authorized to sign on behalf of the Tenderer)

Date: .....................}

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 57

VOLUME 1

SECTION 4
FORM 4.2.5:
DRAWINGS AND DESCRIPTIONS FOR - DESIGN,
CONSTRUCTION AND COMMISSIONING OF THE
COMPREHENSIVE SUPERVISORY CONTROL AND DATA
ACQUISITION (SCADA) SYSTEM

The Tender Drawings and Proposals to be submitted by the Tenderer with his Tender shall comprise
the following (as hardcopy and in digital format PDF):

The contractor shall describe the following within maximum 10 pages.

• Project understanding and approach to provide the services


• Methodology (design/construction stages with relative tasks and deliverable ) and process/
design/construction specialist involvement including SCADA and control system
design/construction for pumping stations , reservoirs ,wells , main SCADA and Sub-main
SCADA) .
• Sequence of operation
• Design approach
• Technology and innovation
• Project schedule
• P&I Diagram ( the tenderer shall provide P&I Diagram for one of his completed project
during the last ten years)
• Typical details

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 58

VOLUME 1

SECTION 4
FORM 4.2.6:
TECHNICAL DATA SHEETS FOR ALL EQUIPMENT TO BE
SUPPLIED UNDER THE CONTRACT

Note: For the purposes of these tender documents references to ‘technical data sheets’ and
‘proposal forms’ have the same meaning.

PROPOSAL FORM No. 4.2.6.1: Particulars of Equipment for MDB and CP

PROPOSAL FORM No. 4.2.6.2: Particulars of Electrical Panels

PROPOSAL FORM No. 4.2.6.3: Particulars of Measuring devices and Instrumentations

PROPOSAL FORM No. 4.2.6.4: Particulars of Programmable Logic Controller (PLC)/ Remote
Telemetry Unit (RTU) and related Devices

PROPOSAL FORM No. 4.2.6.5: Particulars of Variable Speed Devices

PROPOSAL FORM No. 4.2.6.6: Particulars of SCADA System

PROPOSAL FORM No. 4.2.6.7: Particulars of Motor Protection Reley

PROPOSAL FORM No. 4.2.6.8: Particulars of Electro Magnetic Flow Meter (the contractor shall
provide of filled form for each flow meter diameter and pressure rating)

Note: The Completeness of the Proposal Forms is considered to be a prerequisite for the
responsiveness of Tenders. All forms must be initialed by the Tenderer.

For clarification and additional information the Proposal Forms may be supplemented by
attachments at the discretion of the Tenderer. If any of the forms are not applicable to
the tenderers design then that form should be included with ‘not applicable’ written
across it. In particular, the Tenderer must supply full details of his proposals, including
additional forms if required, to suit his own design to meet the tender requirements and
where these differ from the conceptual designs presented in the tender documents.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 59

Proposal Form 4.2.6.1: PARTICULARS OF EQUIPMENT FOR MDB AND CP

SUPPLIES AND SERVICES CHARACTERISTICS


1 Soft Starter
Manufacturer/Country of Origin
Name
2 MDF
Manufacturer/Country of Origin
Name
3 Contactors
Manufacturer/Country of Origin
Name
Nominal intensity
Coil power supply
4 Protection relays
Manufacturer/Country of Origin
Name
Range of Settings
5 Dry Run Relay
Manufacturer/Country of Origin
Name
Range of Settings
6 Voltage Monitor Relay
Manufacturer/Country of Origin
Name
7 Current Transformer
Manufacturer/Country of Origin
Name
Power Rating
8 Power Monitoring Relay
Manufacturer/Country of Origin
Name
Range of Settings
9 ELM
Manufacturer/Country of Origin
Name
Range of Settings
10 Electronic Motor Overload Relay
Manufacturer/Country of Origin
Name
Range of Settings
11 Surge Arrestor
Manufacturer/Country of Origin
Name
Range of Settings
12 Current Transducer
Manufacturer/Country of Origin
Name
Range of Settings

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 60

SUPPLIES AND SERVICES CHARACTERISTICS


13 Isolating Transducer
Manufacturer/Country of Origin
Name
Range of Settings

The Tenderer shall fill and submit a separate data sheet for each MDB and CP.

Tenderer's stamp and initials: ……………………….…… Date: …………………

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 61

Proposal Form 4.2.6.2: PARTICULARS OF ELECTRICAL PANELS

CHARACTERISTICS BUSBAR DIAMETER


MANUFACTURER COUNTRY STEEL
SUPPLIES & SERVICES NAME NAME THICKNESS IP PHASE VOLTAGE HZ WIDTH THICKNESS
PANEL

- MDB 2mm 54 3 400 50

- Control Panel 2mm 54 3 400 50

2mm 44 3 400 50 ___ ___


- Distribution Boards

The Tenderer shall fill and submit a separate data sheet for each electrical panel

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 62

Proposal Form 4.2.6.3: PARTICULARS OF MEASURING DEVICES AND


INSTRUMENTATIONS

SUPPLIES AND SERVICES CHARACTERISTIC

1) Hydrostatic Level Meter


a. Sensor
- Manufacturer/ Country of Origin
- Name
- Type

- Material
- Measuring Range
- Protection
- Ambient Temperature
- Power Supply
- Output Signals
b. Transmitter
- Display Back-light
- Output signals
- Alarm
- Power supply
- Protection degree
- Ambient temperature
- Accuracy
2) Pressure Transmitters
- Manufacturer/ Country of Origin
- Name
- Output Signals
- Power Supply
- Dial Face Diameter
- Accuracy Class
3) Pressure Switch
- Manufacturer/ Country of Origin
- Name
- Output signals
- Power Supply
- Dial Face Diameter
- Accuracy Class

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 63

SUPPLIES AND SERVICES CHARACTERISTIC


4) Flow Switch
- Manufacturer/ Country of Origin
- Name
- Output Signals
- Power Supply
5) Level Float Switches
- Manufacturer/ Country of Origin
- Name
- Type
-Material
- Measuring Range
- Output signals
- Power Supply

Tenderer's stamp and initials: ……………………….…… Date: …………………

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 64

Proposal Form 4.2.6.4: PARTICULARS OF PROGRAMMEMABLE LOGIC


CONTROLLER (PLC)/ REMOTE TELEMETRY UNIT (RTU) AND RELATED
DEVICES

SUPPLIES AND SERVICES CHARACTERISTIC

1) General
- Manufacturer/ Country of Origin
- Name
- Power Supply
- Current Consumption
- Ambient temperature
- Ambient Humidity
- Index of Protection for The Enclosures
- Housing Materials
- Communication Ports
- Counters
- CPU
- LCD
- Input and Outputs (I/O)
- Dimensions
2) 24 V DC-UPS
- Manufacturer/ Country of Origin
- Name
3) 4G/ADSL Modem
- Manufacturer/ Country of Origin
- Name

4) Ethernet Switch
- Manufacturer/ Country of Origin
- Name
5) PLC Software
- Manufacturer/ Country of Origin
- Name
6) HMI
- Manufacturer/ Country of Origin
- Name

Tenderer's stamp and initials:……………………….…… Date:…………………

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 65

Proposal Form 4.2.6.5: PARTICULARS OF VARIABLE SPEED DEVICES

SUPPLIES AND SERVICES CHARACTERISTIC

1) General

- Manufacturer/ Country of Origin

- Type

- standards

- Power range

Protection degree

- NO. Of Input/output

- Communications Port

Tenderer's stamp and initials: ……………………….…… Date: …………………

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 66

Proposal Form 4.2.6.6: PARTICULARS OF SCADA SYSTEM

Supplies and Services CHARACTERISTICS


1- Software
a- SCADA Software
- Country of Origin
- Type and version
- License
b-dashboard
- Country of Origin
- Type and version
- License
2-Hardware
a- Server
- Country of Origin
-type
- Processor
-Operating system
- memory
b-workstation
- Country of Origin
-type
- Processor
-Operating system
- memory
c-Wall mounted LED screen
- Country of Origin
-type
-Size
- Input
c-firewall
- Country of Origin
-type
- Interfaces capacity
-Licenses

Tenderer's stamp and initials: ……………………….…… Date: …………………

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 67

Proposal Form 4.2.6.70: PARTICULARS OF MOTOR PROTECTION RELEY SYSTEM

Supplies and Services CHARACTERISTICS


1- General
- Country of Origin
- Type
- Standards
- operating Temperature
- humidity range
- Communication

Tenderer's stamp and initials: ……………………….…… Date: …………………

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 68

Proposal Form 4.2.6.8: PARTICULARS OF ELECTROMAGNETIC FLOWMETER

ITEM DESCRIPTION UNIT DATA


1. Number required No
2. Country of Origen
3. Liquid Water
Flanged Electro
4. Type
Magnetic Flow Meter
5. Manufacturer of valves
6. Manufacturer's type designation
7. Class
8. Diameter of valve bore mm
9. Measuring range
Transmitter (Remote or integral to
sensor)
TRANSMITTER Mounting
10.
CONSTRUCTION:
Type ( 2-wire or 4-wire )
Enclosure IP rating
Calibrated Range MG/d
Accuracy at minimum flow ( +/- %
reading )
Bidirectional flow capability required
TRANSMITTER Ambient temperature rating ºC
11.
PERFORMANCE:
Power supply V AC
Output Signal: mA
Totalizer pulse output
Integral Indicator:
Sensor size
Sensor tube
Flange material
12. SENSOR Electrode material
Cable requirements
Sensor/Transmitter IP rating
Electrical Connection
12. Display
13. Wet calibration on calibration rig
14. Flow Totalizer

The Tenderer shall fill and submit a separate data sheet for flow meter size.

Tenderer's stamp and initials: ……………………….…… Date: …………………

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 69

VOLUME 1

SECTION 4:
FORM 4.2.7:
DATA CONCERNING SUB-CONTRACTORS

The Tenderer is requested to submit detailed information concerning sub-contractors and the
type and percentage of the work to be sub-contracted.

Work intended Name and details Value of subcontract as Experience in similar work
to be (address, contact) percentage of the Tender (details to be specified)
subcontracted of subcontractors Price [%]

*Note: Total value of subcontracted work is not to exceed 33% of the tender price

Signature: ..................................................................................STAMP

(Person or persons authorized to sign on behalf of the Tenderer)

Date: .....................}

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 70

VOLUME 1
SECTION 4:
FORM 4.2.8:
LIST OF DEVIATIONS

The table below shall be filled by the Tenderer if he considers deviating any content of the tender
document or if not, the table shall be left empty.

To certify below is an obligation of the Contractor.

[Any bid without signature below this certificate will be rejected].

We, the undersigned

………………………………………………Contractor’s name), certify that all the


documents related …….….………………….. (Contract name) and presented in our offer,
comply with the original tender documents of ……………………………………….Contract
Name & No.)

Except what is mentioned in the table below:

Deviated
No. Page Deviation Detail
Clause no.

For further explanation use white paper which shall be attached and signed to this list

Place, date Signature

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 71

VOLUME 1
SECTION 4:
FORM 4.3:
FINANCIAL CAPABILITIES

The Tenderer shall provide copies of financial statements for 3 fiscal years (2015, 2016, and 2017). The financial
statements shall:

(a) Reflect the financial situation of the Tenderer

(b) Be independently audited or certified in accordance with applicable legislation.

(c) Be complete, including all notes to the financial statements.

(d) Correspond to accounting periods already completed and audited.

The following forms: 4.3.1 , 4.3.2 and 4.3.3 to be filled by the Tenderer.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 72

Form 4.3.1- Financial Situation and Performance

Tenderer’s Name: ________________


Date: ______________________

1. Financial data

Type of Financial information in Historic information for previous _________years,


(currency) ______________
(amount in currency, currency, exchange rate, JOD equivalent)

Year 1 Year 2 Year 3 Year4 Year 5

Statement of Financial Position (Information from Balance Sheet)

Total Assets (TA)

Total Liabilities (TL)

Total Equity/Net Worth (NW)

Current Assets (CA)

Current Liabilities (CL)

Working Capital (WC)

Information from Income Statement

Total Revenue (TR)

Profits Before Taxes (PBT)

Cash Flow Information

Cash Flow from Operating Activities

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 73

Form 4.3.2- Average Annual Construction Turnover

Tenderer’s Name: ________________


Date: ______________________

Annual turnover data (construction only)


Year Amount Exchange rate JOD equivalent
Currency
[indicate year] [insert amount and indicate currency]

Average Annual
Construction
Turnover

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 74

Form 4.3.3- Current Contract Commitments / Works in Progress

Tenderers should provide information on their current commitments on all contracts that have been awarded, or for
which a letter of intent or acceptance has been received, or for contracts approaching completion, but for which an
unqualified, full completion certificate has yet to be issued.

Current Contract Commitments


Value of
Average Monthly
Outstanding Estimated
Name of Employer’s Invoicing Over Last Six
No. Work Completion
Contract Contact Address, Tel, Fax Months
[Current JOD Date
[JOD/month)]
Equivalent]
1

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 75

Financial Resources

Specify proposed sources of financing, such as liquid assets, unencumbered real assets, lines of credit, and other
financial means, net of current commitments, available to meet the total construction cash flow demands of the
subject contract .

Financial Resources
No. Source of financing Amount ( JOD equivalent)

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 76

VOLUME 1
SECTION 4:
FORM 4.4:
FURTHER INFORMATION

Please provide hereunder any additional information that the tenderer wishes to include:

Signature: ..................................................................................STAMP
(person or persons authorized to sign on behalf of the Tenderer)

Date: .....................}

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 77

VOLUME 1
SECTION 5:
TECHNICAL EVALUATION CRITERIA AND
GRID

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 78

Technical Evaluation Criteria


This Section contains all the criteria that the Employer shall use to evaluate tenders. In
accordance with Instructions to Tenderer’s (ITT) 31, no other methods, criteria and factors shall
be used. The Tenderer shall provide all the information requested in the forms included in
Section 4

Table of Contents

1. General
2. Administrative Compliance
3. Technical offer
4. Overall Evaluating and Ranking

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 79

1. GENERAL

Eligibility Requirements: In addition to the criteria listed in the Instructions to Tenderers


(ITT) 30 & 31 the following criteria shall apply:

Before beginning a detailed analysis of the tenders, the Evaluation Committee will check that
each tender:

- Has been properly signed, and


- Includes the required Tender Guarantee, and
- Substantially complies with the requirements of these Tender Documents.

- An admissible tender is one which conforms to the requirements and specifications


described in the Tender Documents with no substantial deviations or reservations.

Substantial deviations and reservations are those which:

- In any way influence the scope, quality or execution of Works, or


- Restrict the rights of the Employer or the obligations of the Tenderer under the contract in a
manner inconsistent with the tender documents, or
- Rectification of which would unfairly affect the competitive position of other Tenderers
presenting admissible tenders.

If a tender does not comply with the above requirements, it will be rejected by the Evaluation
Committee when checking admissibility. The Evaluation Committee will evaluate and compare
only those tenders considered substantially admissible.

2. ADMINISTRATIVE COMPLIANCE

2.1 Completeness and Clearness of Tender

The appearance of the tender, the completeness, and clearness of the information provided, the
numbering of pages, correctness of calculations, and the general readability of the tender will be
assessed.

3. TECHNICAL OFFER

3. 1 Key Personnel

The Tenderer must demonstrate that his personnel foreseen for the key positions meet the
following requirements:

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 80

Total Experience
Num
Position ber Experien Experience in Similar Works (Years) Similar Works
ce (Years) (Projects)

Contractor’s 10 years in water supply Projects, or WWTP At least two


Representative 1 20
(Project Manager) projects including SCADA similar project*

5 years in water supply Projects or WWTP At least one


Mechanical Engineer 1 15
projects similar project*
5 years in water supply Projects or WWTP At least one
Electrical Engineer 1 15
projects similar project*

Instrumentation 5 years in water supply Projects or WWTP At least one


1 15
&SCADA Engineer projects including SCADA similar project*

*similar project defined as a SCADA project with a value of 7 million USD for each project.

The Tenderer shall provide details of the proposed personnel and their experience records in the
relevant Information Forms included in Section 4.

3.2 Programme and Method Statement

The clearness, logical sequence, completeness of the method statement and construction
schedule will be evaluated. The contractor must show that he understood the interrelation of the
various tasks and show clearly how he intends to perform the works, which equipment is
required, the number and composition of working groups etc.

3.3 Quality Control/Assurance System

The clearness, logical sequence, completeness of the quality control/ assurance system will be
evaluated. The contractor must show that his methods and procedures will insure that the works
will be carried out in accordance with the stipulated norms and standards.

3.4 Design Details and Documents

The details provided in forms 4.2.6 are for the employer’s information and will be evaluated.

3.5 Data Sheets, Proposal Forms and List of deviation.

The completeness of information and the compliance with the specifications, as included in the
forms in 4.2.6 (and form 4.2.8 for List of deviation), will be evaluated.

3.6 Information on Subcontracts

This table in form 4.2.7 is for the employer’s information. Subcontracting shall not exceed 33%
of the contract value. Non-fulfillment will lead to exclusion of the tender from further evaluation.
3.7 Financial capabilities
The Tenderer shall demonstrate his financial capabilities current commitments and the average
annual construction turnover that meet the requirements of this contract.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 81

4. OVERALL EVALUATION AND RANKING

The following rules apply to the overall evaluation and the ranking of the tenders.

The technical evaluation of the tender, including the Administrative Compliance, will be
evaluated.
Only such tenders, which achieve a minimum of 75 points in the technical evaluation, will
be considered technically responsive.

Technical Evaluation
Max No. of Tenderer
Criteria Sub-criteria
Points Score
Completeness and
Administrative Compliance 5
Clearness of Tender
Contractor’s Representative
10
(Project Manager
Mechanical Engineer 5
Key Personnel
Electrical Engineer 5

Instrumentation &SCADA
5
Engineer

Project (1) 5
Similar projects,
minimum two Project (2) 5
projects to qualify
Project (3) 5

Methodology
(design/construction stages with
relative tasks and deliverable ) and
process design/construction
10
specialist involvement including
SCADA and control system
design/construction for pumping
Technical Offer stations , reservoirs , wells , main
SCADA and Sub-main SCADA)
Cyber security as per the
Methodology requirements of the technical 5
(Programme , specifications.
presentation and
Method Statements)
as described in presentation conducted by the
section 4- form 4.2.6 bidder as illustrated earlier, if the
work program of the tender is
visible and consistent and
10
compliant with the maximum
performance period given in the
Annex to tender and Instruction
to Tender

Project schedule 10

P&I Diagram ( the tenderer shall


provide P&I Diagram for one of 5
his completed project during the
Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 82

Technical Evaluation
Max No. of Tenderer
Criteria Sub-criteria
Points Score
last ten years)
(Quality
Control/Assurance Yes/No
System)
PF No. 4.2.6.1: Particulars of
1
Equipment for MDB and CP

PF No. 4.2.6.2: Particulars of


2
Electrical Panels
PF No. 4.2.6.3: Particulars of
Measuring devices and 2
Instrumentations

PF No. 4.2.6.4: Particulars of


Programmable Logic Controller
2
(PLC)/ Remote Telemetry Unit
Data sheets , (RTU) and related Devices
Proposal Forms and
List of Deviation PF No. 4.2.6.5: Particulars of
2
Variable speed drive

PF No. 4.2.6.6 : Particulars of


2
SCADA System

PF No. 4.2.6.7: Particulars of


2
Motor protection Reley
PF No. 4.2.6.8: Particulars of
Electro Magnetic Flow Meter (the
contractor shall provide of filled 2
form for each flow meter diameter
and pressure rating)
Financial
Yes/No
Capabilities
Technical Score 100

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate
i

.‫م‬.‫م‬.‫ﺷﺮﻛﺔ ﻣﯿﺎه اﻷردن – ﻣﯿﺎھﻨـﺎ ذ‬


JORDAN WATER COMPANY – MIYAHUNA LLC

C-T-18-0018 FARA 9
Design, Construction and Commissioning of Supervisory
Control and Data Acquisition (SCADA) System for Amman
and Madaba

2018

TENDER DOCUMENTS
Conditions of Contracts
VOLUME II

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate
ii

Preface to Volume II

Tender documents for this project include:

 Volume 1

- Invitation to Tender
- Section 1: Instructions to Tenderers
- Section 2: Tender Form, Appendix to Tender
- Section 3: Tender Guarantee Form
- Section 4: Questionnaire

Form 4.1: Power of Attorney


Form 4.2.1(a): Personnel to be employed on the contract
Form 4.2.1(b): Professional Experience of Key Personnel – CV’s
Form 4.2.2: Similar Experience
Form 4.2.3: Work plan, programm and cash flow estimate
Form 4.2.4: Quality Control/Assurance Systems
Form 4.2.5: Drawings and descriptions of Systems Design
Form 4.2.6: Technical Data Sheets for equipment to be
supplied under this contract.
Form 4.2.7: Data concerning subcontractors
Form 4.2.8: List of Deviations
Form 4.3: Financial Capabilities
Form 4.4: Further Information

- Section 5: Technical evaluation criteria and Grid

 Volume 2

- Section 1: Form of Contract Agreement


- Section 2: General Conditions of Contract
- Section 3: Particular Conditions of Contract
- Section 4: Template for Advance Payment Guarantee
- Section 5: Template for Performance Security
- Section 6: Template for Retention Guarantee
- Section 7: Declaration of Undertaking
- Section 8: Defects Liability Guarantee

 Volume 3: Employer’s Requirements

- Section 1: Technical Specifications


- Section 2: Particular Requirements
- Section 3: Preamble and Bills of Quantities

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman
and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate i

TABLE OF CONTENTS

Table of Contents ................................................................................................................. i

1. SECTION 1: CONTRACT AGreement FORM ......................................................... 1


1.1 CONTRACT AGreement FORM ......................................................................................... 1

2. SECTION 2: GENERAL CONDITIONS OF CONTRACT .................................... 6


2.1 GENERAL CONDITIONS OF CONTRACT (FIDIC PART 1) ................................. 6

3. SECTION 3 PARTICULAR CONDITIONS OF CONTRACT ............................... 7


3.1 PARTICULAR CONDITIONS OF CONTRACT (FIDIC Part II) .............................. 7

4. SECTION 4 TEMPLATE FOR ADVANCED PAYMENT GUARANTEE .......... 40

5. SECTION 5 TEMPLATE FOR PERFORMANCE SECURITY ............................41

6. SECTION 6 TEMPLATE FOR RETENTION GUARANTEE ............................ 42

7. SECTION 7 DECLARATION OF UNDERTAKING ... Error! Bookmark not defined.

8. SECTION 8 DEFECTS LIABILITY GUARANTEE ................................................ i

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 1

1. SECTION 1: CONTRACT AGREEMENT


FORM

1.1 CONTRACT AGREEMENT FORM


Greater Amman is supplied by water from four resources; Zai, Disi, Zara-Maeen and ground
water wells. Madaba Governorate is supplied from Waleh and Hidan local wells. The water
facilities in Greater Amman and Madaba Governorates are divided into four types:

a. Pumping Stations.

b. Reservoirs.

c. Wells and springs.

d. Boosters.

Miyahuna Amman water system needs upgrade/renewal and expansion of the comprehensive
Supervisory Control and Data Acquisition (SCADA) system, while Madaba requires a new
system in order to efficiently monitor and control the functionality of all water resources and
their distribution.

This Agreement made the day of ………………..

Between:

..............................................................................................................................

Address: ..............................................................................................................................

(Hereinafter called “the Employer”) of the one part and

..............................................................................................................................

Address: ..............................................................................................................................

(Hereinafter called” the Contractor”) of the other part. Whereas the Employer is desirous that
certain works should be executed by the Contractor, viz.:

Miyahuna Amman and Madaba Comprehensive SCADA project aims to achieve the following
objectives:

a. Monitor and control the quality and quantities of the water supplied from the resources.

b. Monitor and control the quality and quantity of water in the primary network and all
facilities.

c. Decrease the maintenance cost for the water facilities.

d. Decrease the running cost for the water facilities.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 2

e. Manage the water resources by monitoring the pressure and flow from the source to
consumers.

f. Decrease the water losses in the primary network (physical and commercial) by monitoring
the facilities at real time.

g. Monitor and control the water facilities by detecting emergency faults and reduce the
response time for dealing with them.

h. Construct a database and history record of the water network parameters in order to
enhance water operations and continuously measure the NRW. These parameters include
pressure, water levels, water quantities, etc.

New and existing instrumentation shall be wired into the new PLC and monitored from
the new SCADA system.

i. Control water quality by installing chlorination systems with analyzers or upgrade the
existing systems at the primary network.

The SCADA system is generally very important for the reduction of the NRW, through
professional management and operation of the water resources as well as the primary and
distribution networks. Through SCADA, operators can simply estimate the water losses, can also
monitor and regulate the pressure in the network at critical points, record and analyze abrupt
changes in flow rates for identifying new leaks and bursts, and mostly reduce the actual response
time for the maintenance groups, where adjusting of set points can be achieved automatically by
SCADA system, as well as, reduce a regular scheduled maintenance visits.

The SCADA system architecture comprises of a TIER I SCADA system located at Dabouq Main
SCADA Center, and Seven TIER II SCADA systems:

8. Dabouq Booster
9. Dabouq reservoir,
10. Ain Ghazal Pumping Station,
11. Tadj Pumping Station,
12. Abu Alanada Reservoir AA2,
13. Madaba Reservoir
14. Damkhi P.S

The scope of work includes the design and construction and commission of the Design,
construction and commission of comprehensive Supervisory Control and Data Acquisition
(SCADA) system, for both Amman and Madaba Governorate in order to efficiently monitor and
control the functionality of all water resources and their distribution.

The work shall include but not limited to the following tasks:

21. Replace deteriorated Programmable Logic Controllers (PLCs)/Remote Telemetry Units (RTUs).

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 3

22. Replace deteriorated instrument devices such as level meters, flow switch…..etc.
23. Replace deteriorated flow meters in selected sites.
24. Install new electrical panels, soft starter and VFD in selected sites.
25. Install new flow control valves and valve actuators in selected sites.
26. Connect the existing PLC with proposed PLC/RTU, and with the related Local SCADA.
27. Install pressure transmitters and Pressure switches on main suction and discharge pipes.
28. Install new turbidity meters.
29. Install operator interface (HMI) at field sites.
30. Connecting I/O signals at field site with proposed PLCs/RTUs.
31. Install Pump Motor protection and connecting the signal to proposed PLCs/RTUs
32. Installing proposed local SCADA System and remote monitor software.
33. All TIER II SCADA applications shall be the same make, model, and version as the TIER I. The
TIER II SCADA applications shall be completely integrated, with the same features and functions,
into the TIER I.
34. Connecting the existing RTU installed by other contractors to main SCADA.
35. It is the responsibility of FARA 9 Contractor to interface the data (Input and Output) from the sub
SCADA of FARA 8 and FARA 11 to the main SCADA.
36. The contractor shall install PLC in Mwaqer Pumping station to collect data from existing PLC in
Mwaqer then send the data to SCADA Amman through ADSL communication
37. Install firewall protection system for Data centre and SCADA system.

38. Set points, control pushbuttons, and selector switches shall be reserved to pop-ups and
faceplates to avoid accidental operations.

39. The Contractor shall supply install and commission all necessary communications equipment and
software to provide a complete integrated communications network for the SCADA system Install
dashboard and asset management software with integration to main SCADA system.

40. The Contractor hasn’t the right to suspend or postponed the Works in any Site without prior
approval of the Employer.

And has accepted a tender by the Contractor for the execution and completion of such works
and the remedying of any defects therein.

It is hereby agreed as follows:

1. In this Agreement words and expressions shall have the same meanings as are respectively
assigned to them in the conditions of contracts hereinafter referred to.
2. The following documents shall be deemed to form and be read and construed as part of
this Agreement , in the following order of precedence:
(a) The Contract Agreement
(b) The Letter of Acceptance
(c) The Letter of Tender

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 4

(d) Addenda Nos.


(e) The Invitation to Tender
(f) The Particular Conditions of Contract
(g) The General Conditions of Contract
(h) The Employer’s Requirements (Technical Specifications and Particular
Requirements)
(i) The Design documentation (drawings),
(j) The BOQ and Breakdown of the requested items.
(k) Any other documents forming part of the contract.

Addenda shall have the order of precedence of the document they are modifying.
3. In consideration of the payments to be made by the Employer to the Contractor as
hereinafter mentioned, the Contractor undertakes to design, execute, complete, and
remedy defects, test and commission the works therein in full compliance with the
provisions of the contract.
4. The Contract Sum and Time for Completion
(a) Contract Sum:

The Employer hereby agrees to pay the Contractor in consideration of the execution and
completion of the works and remedying of defects therein the amount of:

• Contract Sum

………….............................................................................................................. JOD

(In words …………………….......................................……………………….…………..

.......................................................................................................................................

...............................................................................................................................JOD

Or such other sum as may become payable under the provisions of the contract at the times and
in the manner prescribed by the contract.

Payments shall be made in JOD to the Contractors JOD bank account:

....................................................................................................................................... (Name of bank, full


bank account number)

(b) Time for Completion:

The Contractor shall commence and complete all works within 540 calendar days.

The Contractor Further Agrees to pay , as delay damages ( Liquidated Damages ), in accordance
with the conditions of contract, the sum stated in the Appendix to Tender for each calendar day

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 5

thereafter , until the date of certified completion up to the maximum sum stated in the Appendix
to Tender .

In witness whereof the parties here to have caused this Agreement to be executed day and year
first above written in accordance with their respective laws.

Authorized signature of EMPLOYER Authorized signature of CONTRACTOR


Signed and sealed by Signed and sealed by
....................................................................... .......................................................................
....................................................................... .......................................................................
....................................................................... Name of the signatory (in block capitals)
Date: .......................................................................
........................................................................ In the capacity of:
.......................................................................
.......................................................................
Being fully authorised by and acting on behalf of:
.......................................................................
.......................................................................
.......................................................................

IN THE PRESENCE OF: IN THE PRESENCE OF:


Name: …………………………………………… Name: ……………………………………………
Signature: ………………………………………. Signature: ……………………………………….
Address: ………………………………………. Address: ……………………………………….

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 6

2. SECTION 2: GENERAL CONDITIONS OF


CONTRACT

2.1 GENERAL CONDITIONS OF CONTRACT (FIDIC


PART 1)
The Contract is subject to the “General Conditions of Contract for Plant and Design-Build for
electrical and mechanical plant, and for building and engineering works designed by the
Contractor” prepared by the Federation Internationale des Ingenieurs-Conseils” (FIDIC),

The Works to be Tendered and executed shall be governed by:

Conditions of Contract for Plant and Design-Build

For Electrical and Mechanical Plant and for Building and Engineering Works designed
by the Contractor

General Conditions, first edition 1999 (ISBN: 2-88432-023-7), published by

FIDIC / Federation Internationale des Ingenieurs-Conseils.

 * P.O.Box 311, CH-1215 Geneva, Switzerland,

 *(+ 41) 22 - 799 4905, fax: (+ 41) 22 - 799 4901

E-mail: fidic.pub@fidic.orgpobox.com

WWW: http:// www.fidic.org

The Tenderer is deemed to be acquainted with and in possession of this version of General
Conditions and may on request of the Employer be required to submit a copy duly countersigned
by the person, authorised to sign the Tender.

The Tenderer shall be deemed to have included in his tender for complying in full with the terms
and requirements therein except insofar as they may be amended by the Particular Conditions as
set out in Part II.

The provisions of Part II shall prevail over those of Part I.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 7

3. SECTION 3 PARTICULAR CONDITIONS OF


CONTRACT

3.1 PARTICULAR CONDITIONS OF CONTRACT


(FIDIC PART II)
The Works to be Tendered and executed shall be governed by:

Conditions of Contract for Plant and Design-Build

For Electrical and Mechanical Plant and for Building and Engineering Works designed
by the Contractor

PARTICULAR CONDITIONS

These Particular Conditions are to be read in conjunction with the General Conditions of
Contract for Plant and Design-Build for Electrical and Mechanical Plant and for Building and
Engineering Works designed by the Contractor, First Edition 1999, published by the Federation
of International des Ingenieurs-Conseils (FIDIC).

The Particular Conditions take precedence over the General Conditions.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 8

CONTENTS –Section 3

1. GENERAL PROVISIONS
1.1 Definitions
1.4 Law and Language
1.5 Priority of Documents
1.6 Contract Agreement
1.8 Care and Supply of Documents
1.9 Errors in the Employer’s Requirements
1.12 Confidential Details

2. THE EMPLOYER
2.1 Right of Access to the Site
2.3 Employer’s Personnel

3. THE ENGINEER
3.1 Engineer’s Duties and Authority

4. THE CONTRACTOR
4.1 Contractor’s General Obligations
4.2 Performance Security
4.3 Contractor’s Representative
4.4 Subcontractors
4.9 Quality Assurance
4.18 Protection of the Environment
4.21 Progress Reports
4.25 Progress Meetings
4.26 Construction Log-Book, Daily Diary, Site Instruction Book
4.27 Training
4.28 Breakdown of Prices

5. DESIGN
5.1 General Design Obligations
5.2 Contractor’s Documents
5.6 As Built Documents

6. STAFF AND LABOUR


6.1 Engagement of Staff and Labour
6.5 Working Hours
6.7 Health and Safety
6.9 Contractor’s Personnel
6.11 Disorderly Conduct
6.12 Alcoholic liquor or drugs
6.13 Arms and ammunition
6.14 Festivals and religious customs
6.15 Expatriate staff and labour
6.16 Reporting of accidents
6.17 Pests and Rodents Control

7. PLANT, MATERIALS AND WORKMANSHIP


7.1 Manner of Execution
7.9 Alternative Materials
7.10 Uncovering and making openings
7.11 Customs Clearance
7.12 Programme for Importing Equipment, Material
7.13 Customs and Import Duties and Material List

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 9

7.14 Income Tax on locally recruited staff


8. COMMENCEMENT DELAYS AND SUSPENSION
8.3 Programme
8.13 Cash Flow Estimate
9. TESTS ON COMPLETION
9.1 Contractor’s obligations
10. EMPLOYER’S TAKING OVER
10.1 Taking Over of the Works and Sections
11. DEFECTS LIABILITY
11.12 Joint Inspection of the Works
13. VARIATIONS AND ADJUSTMENTS
13.8 Adjustment for Changes in Cost
14. CONTRACT PRICE AND PAYMENT
14.1 Contract Price
14.2 Advance Payment
14.3 Application for Interim Payment Certificate
14.5 Plant and Material intended for the Works
14.6 Issue of Interim Payment Certificates
14.8 Delayed Payments
14.9 Payment of Retention Money
14.16 Measurement and Evaluation
14.17 Method of Measurement
14.18 Evaluation
14.19 Omissions
16. SUSPENSION AND TERMINATION BY CONTRACTOR
16.1 Contractor’s Entitlement to suspend Work
17. RISK AND RESPONSIBILITY
17.7 Bribery
17.8 Other Payments
17.9 Prohibited Payments
18. INSURANCE
18.1 General Requirements for Insurances
18.2 Insurance of Works and Contractor’s Equipment
18.3 Insurance against Injury to Persons and Damage to Property
18.5 Professional Indemnity Insurance
18.6 Insurance Against the Dust
20. CLAIM, DISPUTES AND ARBITRATION
20.1 Contractor’s Claims
20.6 Arbitration
21. ETHICS CLAUSE
21.1 Prior Authorisation
21.2 Conflict of Interest
21.3 Professionalism
21.4 Human Rights
21.5 Confidentiality
21.6 Use of Documents
21.7 Code of Conduct

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 10

The General and Particular Conditions define the rights and obligations of the parties (i.e. the
Employer and the Contractor). In case of any discrepancy between corresponding articles of Part
I – General Conditions and Part II – Particular Conditions, Part II – Particular Conditions shall
prevail. Provisions of articles unchanged in Part II – Particular Conditions shall be valid in the
form given in the General Conditions.

CLAUSE 1 GENERAL PROVISIONS

SUB-CLAUSE 1.1 DEFINITIONS

1.1.1.8 “Tender”

Add at the end, “The word ‘tender’ is synonymous with ‘Bid’ and the words ‘Tender Documents’
with ‘Bidding Documents’.

1.1.2.2 "Employer”

The Employer is:

Jordan Water Company


Jabel Hussein
P.O.Box 922918
Amman-11192, Jordan
Tel: +962 6 5666111

Fax: +962 6 5680854

1.1.6 Other Definitions

1.1.6.7 Site

Add to the end of the sentence:

“Site means the lands and other places where in the Works are proposed to be constructed
whether through, upon, underneath, or inside such lands and places and shall also comprise lands
and other places furnished by the Employer for the execution of this Contract.

It also comprise any other place mentioned or designated in the Contract as a part of the Site in
accordance with any coordination made with municipal and official authorities, as well as any
other place which may be agreed upon by the two parties to form part of the Site during the
execution of the Works; the site may be a road course, or public or private land which is not the
property of the Employer. The Contractor shall not carry out works thereon, without first
obtaining a permit and coordinating with the relevant authorities, with the assistance and
knowledge of the Employer”

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 11

SUB-CLAUSE 1.4 LAW AND LANGUAGE

Add to the end of the Sub-Clause:

(a) All correspondence between the Employer, the Employer’s representative and the
Contractor, or their representatives shall be in English language
(b) The language for day to day communication on site shall be the English language
(c) The law of the Hashemite Kingdom of Jordan shall govern the Contract if not otherwise
stipulated in the Contract.

SUB-CLAUSE 1.5 PRIORITY OF DOCUMENTS

Delete the Sub-Clause and replace with:

“The documents forming the Contract are to be taken as mutually explanatory of one another.
For the purpose of interpretation the priority of the documents shall be as the order listed in the
Contract Agreement.

If an ambiguity or discrepancy is found in the document, the Engineer shall issue any necessary
clarification or instruction”.

SUB-CLAUSE 1.6 CONTRACT AGREEMENT

Change ‘28’ to ‘14’ in the first line

Delete the last sentence and replace with the following:

The costs of the stamp duties and similar charges (if any) imposed by the law in connection with
entry into the Contract Agreement shall be borne by the Contractor. A copy of the receipt of the
stamp duty due before contract signature shall be submitted to the Employer to be attached to
the Contract.

SUB-CLAUSE 1.8 CARE AND SUPPLY OF DOCUMENTS

Replace the second paragraph with the following:

“One copy of the contract shall be kept on site by the Contractor and the same shall be available
at all reasonable times for inspection and use by the Engineer and the Engineer’s Representative,
and by any other person authorized by the Engineer in writing. The said documents shall be kept
thoroughly up-to-date at all times”.

SUB-CLAUSE 1.9 ERRORS IN THE EMPLOYER’S REQUIREMENTS

Add to the end of the Sub-Clause:

The Contractor has to check the Employer’s Requirements prior to start of the design. Any
changes proposed by the Contractor have to be approved in writing by the Engineer.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 12

SUB-CLAUSE 1.12 CONFIDENTIAL DETAILS

Add an extra paragraph:

a) Contract to be confidential

“The Contractor shall treat the details of the Contract as private and confidential, save
insofar as may be necessary for the purposes thereof, and shall not publish or disclose the
same or any particulars thereof in any trade or technical paper or to any third party without
the prior written consent of the Employer. If any disputes arises as to the need to publish or
disclose any part of the contract the same shall be referred to the Employer whose decision
shall be final.

(b) Photographs

No photographs of the site or the works or any part thereof shall be published and/or
circulated without the prior written permission of the Employer and no such permission
shall exempt the Contractor from complying with the laws and regulations regarding taking
and publishing photographs.

(c) Publicity

The Contractor shall not give any information concerning the works for publication in the
media without the prior written approval of the Employer.

CLAUSE 2 THE EMPLOYER

SUB-CLAUSE 2.1 RIGHT OF ACCESS TO THE SITE

Add to the end of the Sub-Clause:

The Contractor shall be required and at liberty to identify at his own expenses any private and/or
public lands for the temporary establishment of storage areas and camp sites within the vicinity
of the works. The Contractor will have to make in principle his own arrangements in cooperation
with the Employer as detailed above for any site selected by him.

The Contractor is required to give the Employer or the designated representative free access to
the sites, plant, workshop and the like and make available to them all relevant facilities and
information on an equal basis with the Engineer.

SUB-CLAUSE 2.3 EMPLOYER’S PERSONNEL

Add to the end of the Sub-Clause:

In case that another Contractor, employed by the Employer, is working in the same area, similar
provisions for cooperation shall be reflected in their Contracts. The Employer shall notify the
Contractor of the presence of such other Contractors.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 13

CLAUSE 3 THE ENGINEER

SUB-CLAUSE 3.1 ENGINEER’S DUTIES AND AUTHORITY

Add the following at the end of this sub-clause:

Notwithstanding the above, the Engineer shall obtain the specific approval of the Employer
before taking any of the following actions:

a) Issuing Variation Orders; except that if, in the opinion of the Engineer, an emergency
affecting the safety of life or of the Works or of adjoining property, he may, without
relieving the Contractor of any of his duties and responsibilities under the Contract,
instruct the Contractor to execute such work or to do all such things as may, in the
opinion of the Engineer, be necessary to abate or reduce the risk. The Contractor shall
forthwith comply, despite the absence of approval of the Employer, with any such
instructions, in accordance with Clause 13 and shall notify the Engineer accordingly, with a
copy to the Employer.

b) Application of provisions of Delay Damages;

c) Determining an extension of time for completion of the Works;

d) Approving the appointment of Sub-Contractors;

e) Ordering suspension of Works.

CLAUSE 4 THE CONTRACTOR

SUB-CLAUSE 4.1 CONTRACTOR’S GENERAL OBLIGATIONS

Add extra paragraphs:

“The Contractor shall promptly notify the Employer through the Engineer of any error,
omission, fault or any other defect in the specifications for the Works which he discovers when
reviewing the Contract documents or in the process of execution of the Works.”

“The Contractor shall provide every assistance to the Engineer and his staff in carrying out their
duties.

“The Contractor shall provide for the Engineer and his staff such waterproof clothing, safety
helmets, rubber boots, lights and the like as may reasonably be required by them. These articles
shall remain the property of the Contractor, and shall be repaired and replaced by him to the
extent necessitated by fair wear and tear.”

The costs for the above assistance are deemed to be included in the Accepted Contract Amount.

In addition the Contractor shall give due regard to the following matters:

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 14

General Obligations:

1. The Contractor is required to check the design criteria and calculations (if any) included in
the Employer’s Requirements, to confirm their correctness, in its bid and to assume full
responsibility for them

2. The Contractor shall attempt to decrease noise and environmental pollution as much as
possible.

3. The Contractor shall not use the Site for purposes other than the execution of the Works.

4. The Contractor shall drain flood water and excess water by pumping to prevent damage to
any third party.

5. The Contractor shall preserve trees, planted fields and fences in a suitable manner, and shall
replant or replace those that were damaged or removed, and re-erect fences to their original
condition, in accordance with the Engineer’s instructions.

6. The Contractor shall preserve buildings and structures in the vicinity of the site and shall
repair and make good any damage resulting from his construction activities under this
contract at his own costs.

7. In case of a need to erect scaffolding on any property the Contractor shall contact the owner
of the property and arrange for the proper execution, as well as for the removal of the
scaffolding, and for the performance of all repairs before the Time of Completion expires.

8. All the existing water lines will be kept and utilized to maintain water supply to the area of
work. The contractor shall have a group of skilled workers ready to fix any damages
occurring during the works, in order to keep the water supply and open channels operational
during the works, at his expenses.

9. The taking – over committee has the right to request the Contractor to carry out any tests or
investigations during the taking over period to verify that the quality of the executed works is in
accordance with the Contract specifications, all at the Contractor’s expense.

10. The contractor should take into his consideration that the Employer might hand over the site
partially due to an expected delay. Accordingly the contractor should consider this in his
work plan and in all cases it should be understood that such delay will not be a reason for
any claim against the Employer

Control of Work Management:

If not otherwise specified in the Employer’s Requirements

1. The Contractor shall cooperate with the Engineer in arranging the time and dates of site
meetings, and in preparing the Minutes of Meetings. The minutes of meetings shall be sent to
the Engineer within (3) days after such site meeting.

2. On a daily basis, the Contractor shall run a special construction diary or register for Works
executed, weather conditions. The Engineer will provide a model of a daily work register,

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 15

which shall be discussed and used for the duration of the works. One copy of the Daily
Works Register shall be availed to the Engineer after approval of the Engineer or Engineer’s
Representative.

3. The Contractor shall cooperate with the Engineer in taking photographs for the presentation
of reports on the works progress.

4. The Contractor shall keep a special record, registering the climatic conditions of maximum
and minimum temperatures, humidity, and average rainfall in millimetres including the
number of rainfall hours, for each day.

5. In case of repair works, he shall tabulate the requirements thereof, and inform the Engineer’s
Representative of his completion of each item, one by one.

6. The Contractor shall provide the Site with signs in the number, size and shape as agreed to
with the Engineer showing the name of the Project and the name of the Employer and
Financing Agencies.

7. In case of the Engineer’s or the Engineer’s Representative’s rejection of any material or


work, the Contractor shall, before starting to rectify such condition, submit his proposals to
the Engineer for such rectification to avoid the repetition of the error.

8. The Contractor shall carry out the Works in a way that ensures minimum interruption and
No damage to the existing services, such as water, sewer, electricity, telephone and the like. If
damage should occur, the owner of the damage structure shall be contacted immediately,
jointly by the Contractor and the Engineer, and repairs shall be made by the Contractor and
at his own expenses under the direction and to the satisfaction of the owner.

Contractor’s Professional Conduct and Execution of his Duties in Connection with the Contract.

1. Good Practice: If a full description of any material, product or workmanship was not
specified, then it is nevertheless understood that these materials or works shall be suitable for
the purposes of the Contract or what may be needed to execute the item in conformity with
good practice and whatever is mentioned for the relevant item Bill of Quantities, the
Specifications, and the Standards being used.

2. The Contractor shall place clear signs wherever services are concealed, in order to facilitate
relocation of the said services during testing, maintenance, repair or operation of the same.

SUB-CLAUSE 4.2 PERFORMANCE SECURITY

Delete the second paragraph of this sub-clause and replace with:

“The Contractor shall provide, at his expense, the Performance Security to the Employer within
(14) days from the date of receiving the Letter of Acceptance and shall send a copy of the
Security to the Engineer, otherwise the Contractor shall be considered withdrawing his Bid and
the Employer shall be entitled to forfeit the Tender Guarantee previously submitted by the
Contractor”

“The Performance Security shall be issued by a Jordanian Bank in the Form Provided in Section
5 of this Volume 2 “

“Without limitation to the provisions of the preceding paragraphs, whenever the Engineer
determines an addition to the Contract Price as a result of a variation amounting to more than
twenty-five (25) per cent of the portion of the Contract Price payable in a specific currency, the

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 16

Contractor, at the Engineer’s written request, shall promptly increase the value of the
Performance Security in that currency by an equal percentage”.

“The cost of complying with the requirements of this clause shall be borne by the Contractor”

Add additional paragraph at end of sub-clause:

“Notwithstanding the above, the Performance Security shall not be released until all claims filed
against the Contractor resulting from the performance of the Contract, have been settled by the
Contractor”.

The Contractor shall ensure that the Performance Security remains valid in the value stated until
the Contractor has completed the Works. If the terms of the Performance Security specify a date
for its expiry and it is determined that the Contractor is not entitled to receive either the Taking
Over Certificate or the Performance Certificate at a date of (28) days prior to the final date of
validity of any of them, the Contractor shall extend the validity of the Performance Security until
completion of the Works and remedying defects as the case may be.

After issuing the Taking over Certificate, the Performance Security may be reduced to be 5% of
the Contract Price or be replaced by a Defect Liability Security (Defect Liability Guarantee) for
5% of the Contract Price.

SUB-CLAUSE 4.3 CONTRACTOR’S REPRESENTATIVE

Add at the end of the sub-clause:

The Contractor’s Representative or persons authorised by him, shall have the professional
licences required by the Hashemite Kingdom of Jordan Construction Law in undertaking their
duties under the Contract.

The Contractor’s Representative must be fluent in the English language, writing and speaking
and the key staff must have sufficient command of the English language to communicate with
the Engineer’s staff”.

SUB-CLAUSE 4.4 SUBCONTRACTORS

Add additional items:

d) Each Subcontractor must satisfy the eligibility criteria applicable for the award of the
Contract.

e) The Contractor shall perform, using his own means, particularly personnel and equipment,
for the major part of the works. Consequently, the total aggregate value of work sub-
contracted shall not exceed the amount specified in the Appendix to Tender.

f) During the execution of the Work, the Contractor shall submit to the Engineer and the
Employer copies of all the sub-contract agreements. The Engineer shall ensure not to

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 17

exceed the percentage for sub-contracting specified in the Appendix to Tender and he shall
inform the Employer of any violations in this regard.

g) The maximum limit of subcontracts permitted to be given to Subcontractors by the main


contractor is 33% of the accepted contract amount. The contractor shall attach to his bid a
list showing the works he intends to subcontract, showing the percentage of the contract
value of these works.”

SUB-CLAUSE 4.9 QUALITY ASSURANCE

Delete the first paragraph and replace with:

“The Contractor shall instigate a quality assurance system, to demonstrate compliance with the
requirements of the Contract. The Contractor shall submit details of his system to the Engineer
within 28 days of the signing of the Contract Agreement and it shall include:

a) Quality management procedures to be utilised on the Site


b) Organisation structure for implementing the quality management procedures
c) Evidence of quality management manuals to be used and
d) Procedures to ensure all Sub-contractors comply with the quality management
requirements.

The Engineer shall be entitled to audit any aspect of the system”

SUB-CLAUSE 4.18 PROTECTION OF THE ENVIRONMENT

Add the following paragraphs:

The Contractor shall comply with all applicable current legislation, regulations and specifications
with respect to all measures, operations and administrative steps required for the full protection
and safeguarding of the environment.

During the execution and completion of the works, the Contractor shall protect the environment
on and off the site from contamination. Accordingly, he shall collect all kinds of waste, and
transport them to a waste tip approved by the Engineer.

The Contractor shall not release, or permit to be released into the air, water and land area at or in
the vicinity of the site any toxic or harmful effluent or substance, and shall indemnify the
Employer against any claims or liability arising from any breach of this obligation.

The Contractor shall have full regard for the safety of all persons to be upon the site and keep
the site (so far as the same is under his control) and the Works (so far as the same are not
completed) in an orderly state appropriate to the avoidance of danger to such persons, and

provide and maintain at his cost all lights, guards, fending, warning signs and watching, when and
where necessary or requested by the Engineer or by an duly constituted authority, for the
protection of the Works or for the safety and convenience of the public or others, and

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 18

take all reasonable steps to protect the environment on and off the site and to avoid damage or
nuisance to persons or to property of the public or others resulting from pollution, noise or other
causes arising as a consequence of his methods of operation.

SUB-CLAUSE 4.21 PROGRESS REPORTS

Delete the first sentence of the first paragraph and replace with:

“Monthly progress reports in a format agreed by the Engineer shall be prepared by the
Contractor and submitted to the Engineer in three copies”

Add to the end of the clause:

i) Contract Price forecast to include all items under Clause 13 (Variations and Adjustments)
and Clause 20 (Claims, Disputes and Arbitration).

j) Updated cash flow forecast as required under Sub-Clause 14.4 (Schedule of Payments) on a
quarterly basis.

k) The Contractor shall include in the reports to the Engineer the personnel employed on the
site.

Add New Sub-Clause: -

SUB-CLAUSE 4.25 PROGRESS MEETINGS

Within 7 days of the submission of each Progress Report by the Contractor to the Engineer, a
Progress Meeting will be held at Site and attended by the Engineer and the Contractor’s
Representative to review the Progress Report and any other relevant matters. The Employer’s
Personnel may also attend the Progress Meetings.

The Engineer shall provide within 7 days of the Progress Meeting minutes of the meeting for
agreement by the Contractor’s Representative. These minutes shall not replace any
communications that are required under the Contract relating to Sub-Clause 1.3
(Communications).

The Engineer or the Contractor’s Representative may require additional meetings to the monthly
Progress Meetings, and should provide 7 days notice of such additional meetings, giving the
reasons for the meeting.

Add New Sub-Clause: -

SUB-CLAUSE 4.26 CONSTRUCTION LOG-BOOKS, DAILY DIARY, SITE


INSTRUCTION BOOK

The Contractor’s Representative shall be responsible for keeping the Construction Log-Book, a
Daily Diary and a Site Instruction Book on Site. Information shall be entered into these
documents only by duly authorised persons.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 19

Entries into the Construction Log-Book, the Daily Diary or the Site Instruction Book do not
relieve the Parties and the Engineer from complying with the requirements of Sub-Clause 1.3
(Communications), unless agreed to by the Parties and the Engineer and confirmed in writing.

All entries into the Construction Log-Book, the Daily Diary or the Site Instruction Book by duly
authorised persons not representing the Employer, Contractor, or the Engineer, are to be
reported promptly by the Contractor’s Representative to the Engineer.

Entries into the Construction Log-Book may be used by either Party as contemporary records
under Sub-Clause 2.5 (Employer’s Claims) or Sub-Clause 20.1 (Contractor’s Claims).

Add New Sub-Clause: -

SUB-CLAUSE 4.27 TRAINING

The Contractor shall train Miyahuna engineers/technician assigned to the job for technology
transfer. The Contractor shall train the Employer’s personnel in the operation and maintenance
of installed PLC/RTU, SCADA system, instrumentation, flow control valve, actuator, flow
meters and other installed electrical works in such a way that the staff can be entrusted with the
operation and maintenance of the systems upon the issue of the “Taking Over Certificate” by the
Engineer for a period of one month at least.

Details of training as per sub clause 1.2 of the General Employer’s Requirements.

Add New Sub-Clause: -

SUB-CLAUSE 4.28 BREAKDOWN OF PRICES

The Contractor shall provide a detailed breakdown of his prices including unit price analyses
where such breakdown is required for any purpose under the contract or during the tendering
stage.

CLAUSE 5 DESIGN

SUB-CLAUSE 5.1 GENERAL DESIGN OBLIGATIONS

Add the following paragraphs:

The Contractor shall be responsible for preparation of design which shall meet the Employer
Requirements and the performance criteria. Approval of the design by the Engineer and
acceptance of Contractor’s offer during the tendering stage does not relieve the Contractor of
any of his duties/responsibilities. The tender price shall include all necessary costs (such as
design, equipment/material, construction/installation and workmanship) to complete the project
meeting those requirements and criteria.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 20

SUB-CLAUSE 5.2 CONTRACTOR’S DOCUMENTS

Add the following paragraph:

In case that Contractor’s Documents for a certain aspect of the works have been submitted/re-
submitted more than twice and were not approved by the Engineer since they failed to comply
with the Contract, then the Contractor is responsible to bear the Engineer’s costs for the
additional design reviews required.

SUB-CLAUSE 5.6 As Built Documents

“The contractor shall supply to the engineer the specified numbers and types of copies of the
relevant as-built drawings (including 4 electronic copies CAD Format) in accordance with the
employer requirements. “

CLAUSE 6 STAFF AND LABOUR

SUB-CLAUSE 6.1 ENGAGEMENT OF STAFF AND LABOUR

Add the following paragraph:

“The Contractor shall observe the laws and regulations related to the engagement of foreign
labour, and to comply with the local laws in effect concerning their residency and work permits”.

SUB-CLAUSE 6.5 WORKING HOURS

Add the following paragraph:

The working days during the week shall be (Saturday, Sunday, Monday, Tuesday, Wednesday, and
Thursday) for a period of eight hours per day. Saturday shall not be excluded from weekly
working days.

If the Engineer permits the Contractor to work beyond the official hours, then the Contractor
shall bear the supervision costs and expenses of the overtime hours of any of the Supervision
Staff on Site, in accordance with the decision and approval of the Engineer and the Employer.

SUB-CLAUSE 6.7 HEALTH AND SAFETY

Delete the Sub-Clause and replace with:

“Due precaution shall be taken by the Contractor, and at his own cost, to ensure the safety of his
staff and labour and, in collaboration with and to the requirements of the local health authorities,
to ensure that first aid equipment is available on the Sites at all times throughout the period of
the Contract and that suitable arrangements are made for the prevention of epidemics and for all
necessary welfare and hygiene requirements”.

“In the event of any outbreak of illness of an epidemic nature, the Contractor shall comply with
and carry out such regulations, orders and requirements as may be made by the Government, or
the local medical or sanitary authorities, for the purpose of the overcoming of the same”.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 21

“The Contractor shall make all necessary arrangements for the transport, to any place as required
for burial, of any of his employees who may die, in Jordan. The Contractor shall also be
responsible to the extent required for the local burial of any of his local employees who may die
while engaged upon the Works”.

“The Contractor shall, as far as it is reasonably practicable in the light of local conditions,
provide on the Site and adequate supply of drinking water for use of his staff and labour”.

“The Contractor shall at all times take all reasonable precautions to maintain the health and safety
of the Contractor’s personnel. In collaboration with local health authorities, the Contractor shall
ensure that medical staff, first aid facilities, sick bay and ambulance services are available at all
time at the Site and at any accommodation for Contractor’s and Employer’s Personnel, and as
stated in the Contractor’s safety plan. Suitable arrangements shall be made for all necessary
welfare and hygiene requirements and for the prevention of epidemics.

The Contractor shall within 24 hours of the occurrence of any accident at or about the site, or in
connection with the execution of the Works, report on such accidents to the Engineer. The
Contractor shall also report such an accident to the competent authority, whenever such a report
is required by law”.

SUB-CLAUSE 6.9 CONTRACTOR’S PERSONNEL

Add at the beginning of the Sub-Clause:

“The Contractor should specify the numbers and qualifications of the Contractor’s Personnel,
according to the requirements stated in the tender documents”.

“The staff offered in the tender by the awarded contractor is binding. Replacement of the key
staff can only be made in writing to the Engineer, certification by the Engineer with
recommendation to the Employer, and only with staff of similar or better experience and
education. Any replacement of key personnel requires the approval of the Engineer and
Employer”

“The Contractor’s Personnel shall include persons who have the professional licences required by
the Jordanian Construction Law in undertaking their duties under the Contract”.

SUB-CLAUSE 6.11 DISORDERLY CONDUCT

Add at the end of the Sub-Clause:

“The Contractor shall at all times take all reasonable precautions to prevent any unlawful, riotous
or disorderly conduct by or amongst his staff and labour and for the preservation of peace and
protection of persons and property in the neighbourhood of the works against the same”

“Religious matters must be taken in high consideration and fully respected”

Add New Sub-Clause: -

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 22

SUB-CLAUSE 6.12 ALCOHOLIC LIQUOR AND DRUGS

The Contractor shall not, otherwise than in accordance with the Statutes, Ordinances, and
Government Regulations or Orders for the time being in force, import, sell, give, barter, or
otherwise dispose of any alcoholic liquor or drugs, or permit or tolerate any such importation,
sale, gift, barter, or disposal by his subcontractors, agents, staff, or labour.

Add New Sub-Clause: -

SUB-CLAUSE 6.13 ARMS AND AMMUNITION

The Contractor shall not bring or use on Site, any arms, ammunition or explosive materials
prohibited by the law and shall prevent his labours and employees and the sub-contractors
labours and employees from keeping or using such arms and ammunition on Site.

Add New Sub-Clause: -

SUB-CLAUSE 6.14 FESTIVALS AND RELIGIOUS CUSTOMS

The Contractor shall comply with the official or religious holidays, and observe the customary
religious rituals.

The Contractor shall, in all dealings with his staff and labour, have due regard to all recognised
festivals, days of rest, and religious and other customs.

Add New Sub-Clause: -

SUB-CLAUSE 6.15 EXPATRIATE STAFF AND LABOUR

The Contractor shall obtain and be responsible for arranging all necessary visas, permits, and
licences for expatriate staff and labour and shall pay all taxes, duties and levies on such staff and
labour in accordance with the laws and regulations.

Add New Sub-Clause: -

SUB-CLAUSE 6.16 REPORTING OF ACCIDENTS

The Contractor shall report to the Engineer details of any accident as soon as reasonably possible
after its occurrence. In the case of any fatality or serious accident, the Contractor shall notify the
Engineer immediately by the quickest available means.

Add New Sub-Clause: -

SUB-CLAUSE 6.17 PEST AND RODENTS CONTROL

The Contractor shall at all times take the necessary precautions to protect all staff and labour
working on the Site against pest and rodents nuisance and to reduce their danger to health. The
Contractor shall provide suitable prophylactics for the Contractor’s Personnel and shall comply
with all the regulations of the local health authorities including the use of appropriate pesticides.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 23

CLAUSE 7 PLANT, MATERIALS AND WORKMANSHIP

SUB-CLAUSE 7.1 MANNER OF EXECUTION

Add the following at the end of the sub-clause:

a. If a full description or specification of a work item, material, product or workmanship has


not been provided, then, nevertheless, it is understood that this item or work shall be
suitable for the purposes of the Contract or what can be logically understood from its
contents for a good execution practices, including the scripts of items and the general and
standard specifications in practice.

b. If a standard specification is specified for an item, the Contractor shall submit the certificate
of origin, manufacturers brochures, certified specifications certifying that the items provided
are in conformity with such standards to the satisfaction of the Engineer.

c. The Contractor shall mark with clear signs wherever hidden utilities are in place and prepare
clear survey drawings for them to permit its relocation during testing, maintenance, repair or
its operation.

Add New Sub-Clause: -

SUB-CLAUSE 7.9 ALTERNATIVE MATERIALS

If and when Contractor proposes an alternative material which he considers suitable for the
required use, then he shall notify the Engineer in writing of its Specifications, before its import,
for approval.

Add New Sub-Clause: -

SUB-CLAUSE 7.10 UNCOVERING AND MAKING OPENINGS

Any cost for uncovering, making openings or making good such parts related to the Contractor’s
obligations shall be borne by the Contractor.

Add New Sub-Clause: -

SUB-CLAUSE 7.11 CUSTOMS CLEARANCE

The Contractor shall make all necessary arrangements for the import of materials, supplies and
equipment required for the Works as well as for the import and re-export of all equipment and
temporary works required for the execution of the works, and shall bear all expenses in
connection with the documentation, loading charges, port dues and shipping costs thereof.

Add New Sub-Clause: -

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 24

SUB-CLAUSE 7.12 PROGRAMME FOR IMPORTING EQUIPMENT,


MATERIALS

The Contractor shall procure all materials needed for the project and prepare his programme for
importing materials and equipment incorporated in the overall work program, which are required
for the execution of the works and its delivery on site, shall take into consideration the official
holidays to avoid any delay.

Add New Sub-Clause: -

SUB-CLAUSE 7.13 CUSTOMS AND IMPORT DUTIES AND MASTER LIST

This Works under this Contract shall be tax exempted, the Contractor’s prices are not to include
customs duties and charges on materials, supplies, to be included into the permanent works.

Within two (2) weeks after executing the form of agreement for the Works, the Contract
Signature, the Contractor shall submit to the Engineer a list of order of all goods required by the
Contractor to be imported for the execution and remedying defects of the Works, but also
including all materials and equipment locally procured. This list shall consist of three parts:

a. Materials plant and spare to be incorporated in the Works, or delivered as stock to the
Employer’s stores

b. Materials, plant, spares and consumables internationally and nationally procured, country of
origin, manufacturer, supplier (if applicable), number of items, unit rate exclusive sales tax,
total rate without sales tax, sales tax, and total rate with sales tax.

c. Contractor’s equipment, materials, tools and instruments, including office and engineering
equipment.

Add New Sub-Clause: -

SUB-CLAUSE 7.14 INCOME TAX ON LOCALLY RECRUITED STAFF

The Contractor’s locally recruited staff, personnel and labour will be liable to pay personal
income taxes in the Hashemite Kingdom of Jordan on salaries and wages that are taxable under
the laws and regulations in force and such taxes shall be included in the Contract price. The
Contractor shall comply with all legal obligations that may be imposed on him by such laws and
regulations.

CLAUSE 8 COMMENCEMENT, DELAYS AND SUSPENSION

SUB-CLAUSE 8.3 PROGRAMME

Delete the first sentence of this sub-clause and replace with: “The Contractor shall submit a
detailed time programme to the Engineer according to (e) below.”

Add to (a) after ‘testing’ the following: ‘including commissioning and handing over procedures in
compliance with the Employer’s requirements’.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 25

Insert (e) after (d):

(d) The Contractor shall submit a detailed draft work programme in Primavera Software
within fourteen (14) days of the order of commence to the Engineer, including design
period, procurement period of materials and construction for review and comments or
approval. The final detailed work programme shall be submitted by the Contractor to
the Engineer not more than fourteen (14) days after receiving comments from the
Engineer.

Add at the end of this Sub-Clause:

The Contractor hasn’t the right to suspend or postponed the Works in any Site without prior
approval of the Employer.

Add New Sub-Clause: -

SUB-CLAUSE 8.13 CASH FLOW ESTIMATE

The Contractor shall, within 21 days after the Contract Agreement, provide to the Engineer for
his information a detailed cash flow estimate, in monthly periods, of all payments to which the
Contractor will be entitled under the Contract and the Contractor shall subsequently supply
revised cash flow estimates at monthly intervals, if required to do so by the Engineer.

CLAUSE 9 TESTS ON COMPLETION

SUB-CLAUSE 9.1 CONTRACTOR’S OBLIGATIONS

Add to the end of the first paragraph:

and shall be liable for all costs associated with such tests.

Add new paragraphs:

Costs for all Tests on completion are deemed to be included in the Accepted Contract Amount.

The specifications describe the tests which the Contractor shall carry out before being entitled to
a Taking-Over Certificate. If the Works are to be tested and taken-over in stages, the tests
requirements shall take account of the effect of some parts of the Works being incomplete.

CLAUSE 10 EMPLOYER’S TAKING OVER

SUB-CLAUSE 10.1 TAKING OVER OF THE WORKS AND SECTIONS

Delete the final paragraph.

Delete also the 3rd paragraph starting with “The Engineer shall…” inclusive (a) and (b) of this
sub-clause and replace with the following:

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 26

a. When the whole of the Works and any part of it are completed on the dates given in the
Appendix to Tender and can be used for its intended purpose and determined it passed the
required Tests on Completion as per the Contract , the Contractor may give the Engineer a
notice to that effect (and send a copy of this notice to the Employer) accompanied by an
undertaking in writing to complete any remedies or any outstanding Works as soon as
possible during the Defects Notification (Liability) Period. This said notice and the attached
undertaking in writing shall be deemed to be a request by the Contractor to the Engineer to
issue the Taking over Certificate.

b. The Engineer shall, within fourteen (14) days after receiving the Contractor’s notice inspect
the Works, submit a report (Engineer’s Certificate) about his findings to the Employer
within this period (and send a copy to the Contractor). The Engineer may certify that the
Works have been completed and can be taken over or give written instructions to the
Contractor specifying the Works required to be completed by the Contractor before Taking-
Over of the Works, and to specify to the Contractor the time required to complete the
remaining Works and remedy defects in an acceptable manner to the Engineer. If the
Contractor deems that the Engineer’s report (Engineer’s Certificate) is not accurate, he may
notify this to the Employer, in such a case the Employer shall, within fourteen (14) days
from the date of the Contractor’s notice, investigate the situation, in the way he chooses, to
ascertain the findings mentioned in the Engineer’s report or decide to form the Taking-
Over Committee.

c. The Employer shall, within ten (10) days after receipt of the Engineer’s Certificate (in which
he states that Works have been completed and are in a state ready to be Taken-Over), form
a Taking Over Committee – provided that its members shall not exceed seven (7) members
(the Engineer shall be one of its members), the Contractor shall be notified of the time and
date for carrying out the inspections of the Works. In the meantime, the Engineer and the
Contractor shall prepare all necessary statement lists, data, schedules and drawings needed
to facilitate the work of the Taking-Over Committee.

d. The Taking-Over Committee shall, within ten (10) days after the date of its information,
conduct, in the presence of the Contractor or his authorized representative, and inspection
of the Works. Then the Taking-Over Committee shall prepare minutes for Taking-Over of
the Works to be signed by the Taking-Over Committee members and the Contractor or his
authorized representative. Copies thereof shall be handed over to the Employer, Contractor
and Engineer. In the case that the Taking-Over Committee fails to conduct the inspection
of the Works and prepare a report within a period not more than twenty-eight (28) days
after the lapse of the above mentioned period. In such a case, the Taking-Over Date shall be
the date stated in the Engineer’s report.

e. The Engineer shall, within seven (7) days of the date of signing the minutes for Taking-Over
the Works, issue a Taking-Over Certificate specifying the completion date of the Works
pursuant to the Contract. This date is deemed the date for commencing the Defects Liability
Period (Clause 11). The Engineer shall attach to the Taking-Over Certificate a list (snagging
list) of the unfinished Works and the remedies required to be completed by the Contractor

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 27

within a specified period starting from the commencement of the Defects Notification
(Liability) Period (Sub-Clause 11.3).

f. The Contractor is entitled to comment on or object the Taking-Over Committee report in


writing to the Engineer within seven (7) days. In such case, the Engineer shall study the
situation and submit his findings to the Employer.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 28

CLAUSE 11 DEFECTS LIABILITY

SUB-CLAUSE 11.12 JOINT INPECTION OF THE WORKS

The Contractor shall notify the Employer, 60 days before the end of the Defects Notification
Period to that effect and shall apply for a joint inspection of the Works, together with the
Engineer. The Engineer shall within 15 days from the date of delivery of such notice undertake
the joint inspection. Any defects detected during the joint inspection, which are due to
Contractor’s responsibility and not caused by normal wear and tear shall be corrected by the
Contractor in accordance with Sub-Clauses 11.4.

CLAUSE 13 VARIATIONS AND ADJUSTMENTS

SUB-CLAUSE 13.8 ADJUSTEMNTS FOR CHANGE IN COST


This Sub-Clause shall not apply.

CLAUSE 14 CONTRACT PRICE AND PAYMENT

SUB-CLAUSE 14.1 CONTRACT PRICE

Delete this Sub-Clause, and replace with:

Unless otherwise stated in the Particular Conditions:


(a) The Contract shall be remeasured Contract and shall not be subject to “adjustments for changes in
legislation” under sub-clause 13.7 or “adjustment for changes in cost” under sub-clause 13.8 in
accordance with the Contract;
(b) Quantities of items and materials in accordance with the Bills of Quantities shall be measured and the
Contractor shall be compensated for the quantities performed in order to complete the Works,
provided that no payments shall be made for waste or additional quantities related to such materials or
equipment.
(c) The contract is exempted from any custom duties, taxes and fees or similar costs and charges except
stamp duties.

SUB-CLAUSE 14.2 ADVANCE PAYMENTS

Add the following text after the word “Clause” in the third line:

“and the Contract Agreement has been signed by the Employer and the Contractor”

Add after the first paragraph

“The advanced payment guarantee required under the Contract shall be issued by a registered
Jordanian bank acceptable to the Employer”

The advance payment is 5 % of the Accepted contract amount and shall be in two instalments as
follows:

3. 2.5 % within two weeks after signing the Contract Agreement


4. 2.5 % after design approval.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 29

Add the following behind the second paragraph

The equipment supplied to the Site shall be in good condition and suitable for use and of such
type, size, and capacity which is appropriate for carrying out the work, and must be insured in
accordance with the Conditions of Contract.

If it is discovered beyond doubt that the Contractor has used the Advance Payment for purposes
other than the Project, then the Employer shall have the right to confiscate the Advance Payment
Guarantee not withstanding any objection on the part of the Contractor.

In sub-item (b) replace ‘.amortisation rate of one quarter (25%)...’ with ‘..Amortisation rate of one
tenth (10%).

SUB-CLAUSE 14.3 APPLICATIONS FOR INTERIM PAYMENT CERTIFICATES

Delete paragraph (g) from the end of this sub-clause and replace by the following:

The deduction of the amounts that have been paid to the Contractor according to the previous
payment certificates.

SUB-CLAUSE 14.5 PLANT AND MATERIALS FOR THE WORKS

Add the following text to paragraph (c):

iii. They are in accordance with the specifications;


iv. The Contractor’s records of requirements, usage, orders, and receipts are kept in a form
approved by the Engineer and made available for inspection by the Engineer;
V. the Contractor has submitted with his monthly statement documents required by the
Engineer for their valuation and providing evidence of the Contractor’s ownership and
payment therefore, and;
vi. Ownership of such materials is proven by the Contractor.

In the penultimate paragraph replace ‘eighty’ by ‘forty.

Add the following at the end of this Sub-Clause:

With reference to BOQ items Nos. (2.1 and 3.1) regarding the Procurement of Flow
Meters, Control Valves, Valve Actuators and Chlorine Analyzer Systems and the
Procurement of PLCs/RTUs, VFDs, and Instrumentation; The Contractor is allowed to
procure up to 50% of the materials that will be used to complete Bill 4 “Supplying and
Installing a New Local SCADA system in Dabouq Booster” and bill 5 “Supplying and
Installing a New Local SCADA system in Dabouq Reservoir” upon approval of the
technical submittals for all materials and equipment by the Engineer at the beginning of
the project. The remaining quantities should be procured after the approval of the design
of the whole project.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 30

SUB-CLAUSE 14.6 ISSUING OF INTERIM PAYMENT CERTIFICATES

Add at the end of this sub-clause:

- No monthly payments allowed for this contract.

- Payments will be certified or paid only for each completed bill of BOQ bills numbered from
(4-12), including: Installing, testing, commissioning, adaptation, and implementation of
PLC/RTUs, VFDs, Flow Meters (works includes fittings, chamber, electrical works needed
for installing of the flow meters), Instrumentation Devices, and Chlorine Analyzer. All cables
and accessories, cooling system for VFDs shall be as per manufacturer’s recommendations.
.Also all civil works such as trench, electrical manholes, and concrete base for panels.

SUB-CLAUSE 14.8 DELAYED PAYMENTS

Delete the 2nd paragraph from this sub-clause and replace by the following:

The financing charges shall be calculated at a percentage of five (5) per cent and shall be adjusted
either by increase or decrease according to any modifications enacted on the Civil Procedure Law
and shall be paid in the currency defined.

SUB-CLAUSE 14.9 PAYMENT OF RETENTION MONEY

Add the following paragraphs to this sub-clause:

Upon the Employer’s consent, and if the contractor obtains a guarantee in a form as included in
the tender documents, when the payment of the half of the Retention Money is certified by the
Engineer to the Contractor, the remaining half can be given to the Contractor if the Contractor
obtains a guarantee, in a form and provided by an entity approved by the Employer, in amounts
and currencies equal to the payment.

The contractor shall ensure that the guarantee is valid and enforceable until the contractor has
executed and completed the works and remedied any defects, as specified for the Performance
Security in sub-clause 4.2, and shall be returned to the contractor accordingly. This release of
retention shall be in lieu of the release of the second half of the retention money under the
second paragraph of this sub-clause.

Add New Sub-Clause: -

SUB-CLAUSE 14.16 MEASURMENT AND EVALUATION

The Works shall be measured, and valued for payment in accordance with this Clause.

Whenever the Engineer requires any part of the Works to be measured, reasonable notice shall
be given to the Contractor’s Representative, who shall:

(a) Promptly either attend or send another qualified representative to assist the Engineer in
making the measurement, and

(b) Supply any particulars requested by the Engineer.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 31

If the Contractor fails to attend or send a representative, the measurement made by (or on behalf
of) the Engineer shall be accepted as accurate.

Except as otherwise stated in the Contract, wherever any Permanent Works are to be measure
from records, these shall be prepared by the Engineer. The Contractor shall, as and when
requested, attend to examine and agree the records with the Engineer, and shall sign the same
when agreed. If the Contractor does not attend, the records shall be accepted as accurate.

If the Contractor examine and disagree the records, and /or does not sign them as agreed, then
the Contractor shall give notice to the Engineer of the respects in which the records are asserted
to be inaccurate. After receiving this notice, the Engineer shall review the records and either
confirm or vary them. If the Contractor does not so give notice to the Engineer within 14 days
after being requested to examine the records, they shall be accepted as accurate.

Add New Sub-Clause: -

SUB-CLAUSE 14.17 METHOD OF MEASURMENT

Measurement shall be made of the net actual quantity of each item of the Permanent Works.

The method of measurement shall be in accordance with the Bill of Quantities.

Add New Sub-Clause: -

SUB-CLAUSE 14.18 EVALUATION

The Engineer shall proceed in accordance with Sub-Clause 3.5 [Determinations]to agree or
determine the Contract Price by evaluating each item of work, applying the measurement agreed
or determined in accordance with Sub-Clauses 14.16 &14.17 and the appropriate rate or price for
them.

For each item of work, the appropriate rate or price for the item shall be the rate or price
specified for such item in the Contract or, if there is no such item, specified for similar wok.

The Contractor’s attention is expressively drawn to the fact, that any addition or reduction of
quantities of up to 25% will not allow the Contractor to change his unit rates. The Contractor
thus has to include possible additions/ reductions in the scope of works within his unit rates.

However, a new rate or price shall be appropriate for an item of work if:

1- The Work is instructed under Clause thirteen “Variations and Adjustments” and

2- No unit rate or price is specified in the Contract for this item, and

3- No specific unit rate or price is appropriate because the item of work is not of similar
character, or is not executed under similar conditions, as any item in the Contract

The new unit rate or price shall be derived from any relevant rates or prices in the Contract, with
reasonable adjustments to take account of the matters described in paragraph above as
applicable. If no rates or prices are relevant to the derivation of a new unit rate or price, they shall

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 32

be derived from the reasonable cost of executing the work, together with reasonable profit,
taking account of any other relevant matters.

Until such time as an appropriate rate or price is agreed or determined, the Engineer shall
determine a provisional unit rate or price for the purposes of Interim Payment Certificates.

Add New Sub-Clause: -

SUB-CLAUSE 14.19 OMISSIONS

Whenever the omission of any work forms part (or all) of a Variation, the value of which has not
been agreed, if:
(a) The Contractor will incur (or has incurred) cost which , if the work had not been
omitted, would have been deemed to be covered by a sum forming part of the Accepted
Contract amount;
(b) The omission of the work will result(or has resulted) in this sum not forming part of the
Contract Price; and
(c) This cost is deemed to be included in the evaluation of any substituted work;

Then the Contractor shall give notice to the Engineer accordingly, with supporting particulars.
Upon receiving this notice, the Engineer shall proceed in accordance with Sub-Clause 3.5
[Determinations] to agree or determine this cost, which shall be included in the Contract Price.

CLAUSE 16 SUSPENSION AND TERMINATION BY CONTRACTOR

SUB-CLAUSE 16.1 CONTRACTOR’S ENTITLEMENT TO SUSPEND WORK

Delete the first three paragraphs of this Clause and replace by the following:

If the Engineer fails to certify any payment certificate in accordance with the provisions of Clause
14.6 “Issue of Interim Payment Certificate”, or the Employer fails to comply with the dates for
the Contractor’s due payments in accordance with the provisions of Clause 14.7 “Payment”, the
Contractor may, after giving not less than twenty-one (21) days notice to the Employer, suspend
work (or reduce the rate of works) unless the Contractor has received the Payment Certificate or
the due payment as the case may be and as described in the said notice. The Contractor’s action
shall not prejudice his entitlement to financing charges under Clause 14.8 “Delayed Payment”
and his entitlement to terminate the Contract under Clause 16.2 “Termination by Contractor”.

If the Contractor subsequently receives such Payment Certificate or the due payment before
giving a notice to termination, the Contractor shall resume normal working as soon as reasonable
practicable. The Contractor shall, within three (3) days from the date of submission of the
Application for Interim Payment, notify the Employer of the date of submission of the
application to the Engineer.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 33

CLAUSE 17 RISKS AND RESPONSIBILITY

Add new sub-clause:

SUB-CLAUSE 17.7 BRIBERY

Add new sub-clause:

Bribery, in whatsoever form, whether made by the Contractor or any of his Sub-Contractors or
by any of their employees to any member of the Employer’s staff or the Engineer or his staff,
shall constitute sufficient cause to terminate this Contract and any other Contracts between the
Contractor and the Employer, this in addition to any legal liabilities resulting from such
termination. For the purpose of this Clause, any commission paid or gift given to the Employer
or the Engineer or any of their staff in intent to obtain any modification or change to the Works,
or to the level of workmanship, or to obtain any personal benefit, shall be deemed as Bribery.

The Employer shall be entitled to collect any compensation that falls due to him in respect of any
loss resulting from termination of the Contract for this reason and he can deduct such amounts
from any moneys due to the Contractor or from his Guarantees.

SUB-CLAUSE 17.8 OTHER PAYMENTS

Add new sub-clause:

17.8.1 With regard to others payments paid or agreed to be paid to others, the Contractor
shall give a detailed description for these other payments and of the bases thereof,
whether paid or to be paid directly or indirectly by him or on his behalf or by his sub-
contractors or their agents or their representatives in connection with the invitation to
submit bids for the execution of this Contract or the bidding/auctioning process itself
or the award to the Contractor or the negotiations to sign the Contract or for its actual
execution.

The Contractor also undertakes to promptly present a declaration in writing to the


Employer of the existence of any other payments including, for example, a detailed
description of the reasons thereof, on the date of paying or forced to pay, whichever
occurs first.

17.8.2 In case of any violation or breach of the provisions of above paragraph of this sub-
clause, the Employer at his own option and discretion has the right to take all or any of
the following actions:

I. Terminate the Contract according to Clause 15.2 of this Contract


II. Deduct, from the moneys due to the Contractor under this Contract, and amount
equal to two times the amount of the other payments
III. Demand that the Contractor pays promptly to the Employer an amount equal to
two times the amount of the other payments and the Contractor declares in
accordance to this Clause that he irrevocably agrees to promptly respond to such
claim.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 34

IV. The two contract parties declare that the total amount to which the Employer is
entitled to receive under this paragraph shall not exceed two times the amount
sum of all other payments.

17.8.3 The Contractor agrees that provisions substantially similar (but in no event less
restrictive) to above paragraphs shall be incorporated in all agreements with sub-
contractors, suppliers or consultants relating to this Contract, in a condition that these
provisions shall clearly indicate the Employer’s right to directly enforce these
provisions against any of those sub-contractors, suppliers or consultants. The
Contractor further agrees to promptly supply the Employer with true and complete
copies of such agreements together with evidence of inclusion of such provision in
such agreements, directly upon signing such agreements.

17.8.4 No one is entitled to allege that the text of the hereinabove mentioned sub-clause make
lawful or permissible any of the other payments that are otherwise prohibited under the
applicable laws and regulations, and that the rights of the Employer stated under the
hereinabove sub-clause are in addition to any other rights the Employer or any other
party may have under the applicable laws and regulations in the Hashemite Kingdom
of Jordan.

17.8.5 The text of the paragraphs of the abovementioned sub-clause shall survive the
termination of this contract.

SUB-CLAUSE 17.9 PROHIBITED PAYMENTS

Add new sub-clause:

17.9.1 The Contractor fully declares and undertakes to the Employer that he shall not pay or
promise to pay any prohibited payments directly or indirectly regardless whether paid
by the Contractor or on his behalf or by his sub-contractors or on their behalf or any
of their staff, agents or representatives to the Employer or any Government Official
regardless whether he is acting in an official capacity or not in connection with the
Invitation to submit the Bids for the execution of this Contract or the
bidding/auctioning process itself or the award to the Contractor or the negotiations
to sign the Contract or for its actual execution.

The Contractor also undertakes not to give or promise to give such prohibited
payments directly or indirectly whether made by the Contractor or his Sub-
Contractors or their staff, agents or representatives to any Government Official in
connection with the amendment, renewal, extension or execution of this Contract.

17.9.2 In case of any violation or breach of the provisions of above paragraph of this sub-
clause, the Employer at his own option and discretion has the right to take all or any
of the following actions:

I. Terminate the Contract according to Clause 15.2 of this Contract


II. Deduct, from the moneys due to the Contractor under this Contract, and
amount equal to two times the amount of the prohibited payments

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 35

III. Demand that the Contractor pays promptly to the Employer an amount equal
to two times the amount of the prohibited payments and the Contractor
declares in accordance to this Clause that he irrevocably agrees to promptly
respond to such claim.
IV. The two contract parties declare that the total amount to which the Employer
is entitled to receive under this paragraph shall not exceed two times the
amount sum of all prohibited payments.

17.9.3 The Contractor agrees that provisions substantially similar (but in no event less
restrictive) to above paragraphs shall be incorporated in all agreements with sub-
contractors, suppliers or consultants relating to this Contract, in a condition that
these provisions shall clearly indicate the Employer’s right to directly enforce these
provisions against any of those sub-contractors, suppliers or consultants. The
Contractor further agrees to promptly supply the Employer with true and complete
copies of such agreements together with evidence of inclusion of such provision in
such agreements, directly upon signing such agreements.

17.9.4 No one is entitled to allege that the text of the hereinabove mentioned sub-clause
make lawful or permissible any of the other payments that are otherwise prohibited
under the applicable laws and regulations, and that the rights of the Employer stated
under the hereinabove sub-clause are in addition to any other rights the Employer or
any other party may have under the applicable laws and regulations in the Hashemite
Kingdom of Jordan.

17.9.5 The text of the paragraphs of the abovementioned sub-clause shall survive the
termination of this contract.

CLAUSE 18 INSURANCE

SUB-CLAUSE 18.1 GENERAL REQUIREMENTS FOR INSURANCES

Add the following text at the end of this sub-clause

The Contractor shall be the insuring party, and the insurance policy shall include a provision for
third party, against liabilities for death and injury of any person, including the Employer’s and the
Engineer’s employees and supervision team, as well as loss or damage to any property (other than
the works) arising out of the performance of the Contract, including cross liabilities for each of
the Employer and the Contractor which is considered as two separate entities in the insurance
policies.

The amount of third party insurance is 50,000 JOD per life/accident and for injuries according to
the standard insurance and compensation list of the insurance company per person/per accident,
and third party for properties shall be 100% of the time value unlimited.

The amount of third party insurance shall be per occurrence (per accident) with the number of
occurrences (accidents) unlimited.

The insurance policy shall include a cross liability clause in that the insurance shall be valid for
the Contractor as well as Employer as separate insured.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 36

The goods and civil works are to be insured adequately and to the customary extend against all
risks up to the orderly completion and acceptance of the project, so that in the event of damage,
replacement or rehabilitation is possible.

As regards civil works, plant and machinery, the customary insurance’s cover risks resulting from
the operation of the construction site and the assembly of the structure. Here, the main
insurances are the Contractors All Risk Insurance as well as the insurance’s against damage to
persons. The above regulation applies to for foreign exchange payments by the insurer.

SUB-CLAUSE 18.2 INSURANCE OF WORKS AND CONTRACTOR’S


EQUIPMENT

Add after the first paragraph:

The Contractor shall without limiting his or the Employer's obligations under the General
Conditions; shall insure the Works, together with materials to the full replacement cost.
Furthermore the Contractor shall insure an additional sum of 15% of such replacement cost to
cover any additional costs of loss and damage including professional fees and cost of demolishing
and removing any part of the Works and the removing of debris. The Contractor shall insure his
equipment and others brought to the Site for a sum sufficient to provide for their full
replacement at the Site.

After (e) (IV) add the following text:

“There shall be no obligation for the insurances to include loss or damage caused by the risks
listed under Sub-Clause 19.1 paragraphs (I) to (IV) [Force Majeure]”.

Add at the end of this sub-clause:

The replacement value and addition on it shall be equal to fifteen (15) per cent of the accepted
contract amount. The insurance in total therefore is one hundred and fifteen (115) per cent of the
accepted contract amount.

SUB-CLAUSE 18.3 INSURANCE AGAINST INJURY TO PERSONS AND


DAMAGE TO PROPERTY

Add at the end of this sub-clause:

Insurance cover shall extend to liability to third parties arising from accidents in the country
involving vehicles supplied by the Contractor and used by the Employer, the Contractor or the
Engineer under the Contract.

Add sub-clause:

SUB-CLAUSE 18.5 PROFESSIONAL INDEMNITIES INSURANCE

The Contractor shall affect professional indemnity insurance, which will cover the risk of
professional design of the Works. This insurance shall be for a limit of not less than 10% of the
Accepted Contract Amount. The Contractor shall use his best endeavours to maintain the

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 37

professional indemnity insurance in full force and effect until 10 years from the date stated in the
Performance Certificate. The Contractor shall undertake to notify the Employer promptly of any
difficulty in extending, renewing or reinstating this insurance.

SUB-CLAUSE 18.6 INSURANCE AGAINST THE DUST

As per MPWH circulation No. 49385/1/63 date 18/12/2011 the contractors should provide
insurance policy against any affect of dust on the surrounded area

CLAUSE 20 CLAIM, DISPUTES AND ARBITRATION

SUB CLAUSE 20.1 CONTRACTOR’S CLAIMS

Add at the end of this sub-clause:

Before the issue of the certificate for the final instalment of retention money the Contractor shall
deliver at the office of the Engineer his signed declaration to record that all disturbance, damage
and injury caused by him during and arising out of the execution of the Works has been properly
made good or otherwise compensated for to the satisfaction of the proper authorities and all
interested persons. In the event of the Contractor failing within a reasonable time to compensate
for or properly make good any accidents or damages as aforesaid and unless in the opinion of the
Engineer the Contractor has reasonable grounds for declining to settle, compensate or make
good, the Employer may by his proper officer pay all compensations and make good, satisfy, pay
or settle actions, claims, damages, costs, charges and expenses. The cost of such procedures as
well as the amounts paid shall be deducted from any moneys that may be or may become due to
the Contractor or shall at the option of the Employer be recoverable from the Contractor or his
surety.

SUB CLAUSE 20.6 ARBITRATION

Delete the first paragraph which starts with “unless settled amicably…” and ends with “…
language for communication defined in sub-clause 1.4” and replace with the following:

Unless the dispute is not settled amicably or has not become final and binding, the dispute shall
be settled directly by arbitration according to the following:

20.6.1 The dispute shall be finally settled directly in accordance with the Jordanian Arbitration
Law in effect (unless otherwise agreed by both parties)

20.6.2 The arbitration board shall be formed consisting of three members appointed in
accordance with the applicable law

20.6.3 The arbitration procedure shall be conducted in the language for communication defined
in sub-clause 1.4

20.6.4 The arbitration procedures give the Contractor not the right to interrupt or to delay the
work, the work has to be continued.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 38

The following Sub-Clauses shall not apply:


- Sub-Clause 20.2 : Appointment of the Dispute Adjudication Board
- Sub-Clause 20.3 : Failure to Agree Dispute Adjudication Board
- Sub-Clause 20.4 : Obtaining Dispute Adjudication Board’s Decision
- Sub-Clause 20.7 : Failure to Comply with Dispute Adjudication Board’s Decision
- Sub-Clause 20.8 Expiry of Dispute Adjudication Board’s Appointment

Add New Clauses: -

CLAUSE 21 ETHICS CLAUSE

SUB CLAUSE 21.1 PRIOR AUTHORIZATIONS

Without the Employer’s prior written authorisation, a Contractor and his staff or any other
company with which the Contractor is associated or linked may not, even on an ancillary or
subcontracting basis, perform other services, carry out works or supply equipment for the
project. This prohibition also applies to any other programmes or projects that could, owing to
the nature of the contract, give rise to a conflict of interest on the part of the Contractor.

SUB CLAUSE 21.2 CONFLICT OF INTEREST

When putting forward a candidacy or tender, the candidate or Tenderer must declare that he is
affected by no potential conflict of interest, and that he has no particular link with other
Tenderers or parties involved in the project. Should such a situation arise during performance of
the contract, the Contractor must immediately inform the Employer.

SUB CLAUSE 21.3 PROFESSIONALISM

The Contractor must at all times act honourably and impartially in accordance with the code of
conduct of his profession. He must refrain from making public statements about the project or
services without the Employer’s prior approval. He may not commit the Employer in any way
without its prior written consent.

SUB CLAUSE 21.4 HUMAN RIGHTS

For the duration of the contract, the Contractor and his staff must respect human rights and
undertake not to violate the political, cultural and religious mores of the recipient state.

SUB CLAUSE 21.5 CONFIDENTIALITY

The Contractor and his staff are obliged to maintain professional secrecy for the entire duration
of the contract and after its completion. All reports and documents drawn up or received by the
Contractor in connection with the contract are confidential.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 39

SUB CLAUSE 21.6 USE OF DOCUMENTS

The contract shall govern the contracting parties’ use of all reports and documents drawn up,
received or presented by them during the execution of the contract.

SUB CLAUSE 21.7 CODE OF CONDUCT

The Contractor shall refrain from any relationship likely to compromise his independence or that
of his staff. If the Contractor ceases to be independent, the Employer may, regardless of injury,
terminate the contract without further notice and without the Contractor having any claim to
compensation.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 40

4. SECTION 4 TEMPLATE FOR ADVANCED


PAYMENT GUARANTEE
TEMPLATE FOR ADVANCED PAYMENT GUARANTEE

Address of guarantor bank:


…………………………………………………………………
………………………………………………………………….
Address of beneficiary (contracting agency):
………………………………………………………………….
…………………………………………………………………..

On ...................................... you concluded with ................................... ("Contractor")

a contract for................... (project, object of contract) at a price .........................

In accordance with the provisions of the contract the Contractor receives an advance payment in
the amount of …………………….., which represents ……………… % of the order value.

We, the undersigned ……………………….. (Guarantor), waiving all objections and defences
under the aforementioned contract, hereby irrevocably and independently guarantee to pay on
your first written demand any amount advanced to the Contractor up to a total of
............................................................... (in words: ..............................................)

Against your written declaration that the Contractor has failed to duly perform the
aforementioned contract.

This guarantee shall come into force and effect as soon as the advance payment has been
credited to the account of the Contractor.

This guarantee shall expire no later than …………………………………….

By this date we must have received any claims for payment by letter or encoded
telecommunication.

It is understood that you will return this guarantee to us on expiry or after payment of the total
amount to be claimed hereunder.

This guarantee is governed by the laws of the Hashemite Kingdom of Jordan.


............................................. ...............................................................
Place, date
Guarantor

Note: the advanced payment guarantee has to be issued by a Jordanian bank acceptable to the
Employer.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 41

5. SECTION 5 TEMPLATE FOR


PERFORMANCE SECURITY
TEMPLATE FOR PERFORMANCE SECURITY

Address of guarantor bank:

……………………………………………………

……………………………………………………

Address of beneficiary (contracting agency):

…………………………………………………….

……………………………………………………

On ........................................ you concluded with (name and full address)


......................................................................................................................................................................
(“Contractor”) a contract for .......................................................... (project, subject of contract) at a
price of
................................................
In accordance with the provisions of the contract the Contractor is obliged to provide a
performance bond for ...........................................percent of the contract price.

We, the undersigned....................................................................................... (bank), waiving all


objections and defences under the aforementioned contract, hereby irrevocably and
independently guarantee to pay on your first written demand an amount up to a total of
........................................................................................
(in words) .............................................................)

against your written declaration that the Contractor has failed to perform the aforementioned
contract.

This guarantee shall be renewed automatically and irrevocably for another extended periods each
of them (90) days unless your bank receive from Jordan Water Company ,a written request to
cancel the Performance Bond.

It is understood that you will return this guarantee to us on expiry or after payment of the total
amount to be claimed hereunder.

This guarantee is governed by the laws of the Hashemite Kingdom of Jordan.

............................................. ...............................................................
Place, date Guarantor

Note: the performance security has to be issued by a Jordanian bank acceptable to the Employer.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 42

6. SECTION 6 TEMPLATE FOR RETENTION


GUARANTEE
TEMPLATE FOR RETENTION GUARANTEE

Address of guarantor bank:

……………………………………………………

……………………………………………………

……………………………………………………

Address of beneficiary (contracting agency):

……………………………………………………

……………………………………………………

……………………………………………………

On ........................................ you concluded with (name and full address)

......................................................................................................................................................................
(“Contractor”) a contract for .......................................................... (project, subject of contract) at a
price of................................................

In accordance with the provisions of the contract the Contractor wishes to receive early payment
of (part of) the retention money, for which the contract requires him to obtain a guarantee.

We, the undersigned....................................................................................... (bank), waiving all


objections and defences under the aforementioned contract, hereby irrevocably and
independently guarantee to pay on your first written demand an amount up to a total of
..............................................

(in words) .............................................................)

against your written declaration that the Contractor has failed to carry out his obligations for
which he is responsible under the aforementioned contract.

This guarantee shall be renewed automatically and irrevocably for another extended periods each
of them (90) days unless your bank receive from Jordan Water Company ,a written request to
cancel the Performance Bond.

It is understood that you will return this guarantee to us on expiry or after payment of the total
amount to be claimed hereunder.

This guarantee is governed by the laws of the Hashemite Kingdom of Jordan.


............................................. ...............................................................
Place, date Guarantor
Note: the retention guarantee has to be issued by a Jordanian bank acceptable to the Employer.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate i

7. SECTION 8 DEFECTS LIABILITY


GUARANTEE

Defects Liability Guarantee

To Messrs (The Employer): ---------------------------------------------------------------------

We are pleased to inform you that our Bank ------------------------------------------------------- has


agreed to give a Financial Guarantee to the Contactor: ----------------------------------------------------
------------------------------------------------------------------------------

In pursuance of Tender No. ( / )


Related to the Project: ----------------------------------------------------------------------------

An amount of (JD ) ----------------------------------------------------------------

As a security for his commitment to execute all his obligations regarding remedy and
maintenance in accordance with the provisions of the Contract Agreement.
We undertake to pay you right after receiving your first written demand the said amount or any

part you demand, not withstanding any reservation or stipulation, provided that you mention the

reasons for this demand that the Contractor refused or failed to execute his duties regarding

remedying and maintenance works in accordance with the Contract, without any consideration to

any objection or prosecution by the Contractor on the payment.

This guarantee shall remain valid from the date of issuance until the final Taking-Over of the
Works in accordance with the Contract and the completion of the defects and required remedies
by the Contractor, unless extended or renewed upon the Employer's request.

Guarantor's signature / Bank: --------------------------------------


Authorized to sign: ----------------------------------------------------
Date: ----------------------------------------------------------------------

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate ii

.‫م‬.‫م‬.‫ﺷﺮﻛﺔ ﻣﯿﺎه اﻷردن – ﻣﯿﺎھﻨـﺎ ذ‬


JORDAN WATER COMPANY – MIYAHUNA LLC

C-T-18-0018 FARA 9
Design, Construction and Commissioning of Supervisory
Control and Data Acquisition (SCADA) System for Amman
and Madaba

2018

TENDER DOCUMENTS
Employer Requirements
VOLUME III

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate iii

Preface to Volume III

Tender documents for this project shall include:

 Volume 1

o Invitation to Tender
o Section 1: Instructions to Bidders
o Section 2: Tender Form, Appendix to Tender
o Section 3: Tender Guarantee Form
o Section 4: Questionnaire

Form 4.1: Power of Attorney


Form 4.2.1(a): Personnel to be employed on the contract
Form 4.2.1(b): Professional Experience of Key Personnel – CV’s
Form 4.2.2: Similar Experience
Form 4.2.3: Work plan, program and cash flow estimate
Form 4.2.4: Quality Control/Assurance Systems
Form 4.2.5: Drawings and descriptions of Systems Design
Form 4.2.6: Technical Data Sheets for equipment to be
Supplied under this contract.
Form 4.2.7: Data concerning subcontractors
Form 4.2.8: List of Deviations
Form 4.3: Financial Capabilities
Form 4.4: Further Information

o Section 5: Technical evaluation criteria and Grid

 Volume 2

- Section 1: Form of Contract Agreement


- Section 2: General Conditions of Contract
- Section 3: Particular Conditions of Contract
- Section 4: Template for Advance Payment Guarantee
- Section 5: Template for Performance Security
- Section 6: Template for Retention Guarantee
- Section 7: Declaration of Undertaking
- Section 8: Defects Liability Guarantee

 Volume 3: Employer’s Requirements

- Section 1: Technical Specifications


- Section 2: Particular Requirements
- Section 3: Preamble and Bills of Quantities

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate iv

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate i

TABLE OF CONTENTS

Table of Contents ................................................................................................................. i

1. GENERAL PROVISIONS ......................................................................................... 9


1.1 Specifications.............................................................................................................................. 9
1.2 Location and scope of Works ................................................................................................. 9
1.3 Programme and Methods of Working .................................................................................10
1.4 Commencement of Works .....................................................................................................11
1.5 Contractor’s Representatives .................................................................................................11
1.6 Drawings ...................................................................................................................................12
1.7 Site Investigations ....................................................................................................................12
1.8 Access to the Works ...............................................................................................................13
1.9 Site Restrictions .......................................................................................................................13
1.10 Temporary Sanitary Conveniences .......................................................................................14
1.11 Water Supply ............................................................................................................................14
1.12 Electric Power ..........................................................................................................................14
1.13 Telecommunication service ...................................................................................................14
1.14 Material Supply ........................................................................................................................15
1.15 Quantities of material..............................................................................................................15
1.16 Work Program .........................................................................................................................15
1.17 Construction .............................................................................................................................15
1.18 Building-in ................................................................................................................................16
1.19 Operation and Maintenance during Maintenance Period .................................................16
1.20 Instruction Manuals, "As Built" Drawings ..........................................................................16
1.21 Existing Services ......................................................................................................................18
1.22 Damage to Services .................................................................................................................18
1.23 Protection of the Works from Water ...................................................................................18
1.24 Clearing Up of Sites ................................................................................................................19
1.25 Dimensions and Levels...........................................................................................................19
1.26 Measurement of Quantities....................................................................................................19
1.27 Joint Measurement of Extra Work .......................................................................................19
1.28 Interim Certificates..................................................................................................................20
1.29 Plans and Documents to be returned...................................................................................20
1.30 Project Signboards...................................................................................................................20
1.31 Photographs .............................................................................................................................20
1.32 First Aid ....................................................................................................................................20
1.33 Standards...................................................................................................................................21
1.34 Testing .......................................................................................................................................21
1.35 Certificate ..................................................................................................................................21
1.36 Packing, Marking and Delivery .............................................................................................21

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate ii

2. ORIGIN, QUALITY AND CONDITIONS OF USE FOR EQUIPMENT AND


MATERIALS ..................................................................................................................... 22
2.1 GENERAL ..............................................................................................................................22
2.2 Quality and Origin of Material ..............................................................................................23

3. CIVIL WORKS .......................................................................................................... 24


3.1 Earthworks ...............................................................................................................................24
3.2 Excavation ................................................................................................................................24
3.3 Preparation of Foundation.....................................................................................................25
3.4 Backfilling and Filling .............................................................................................................25
3.5 Disposal of Surplus Material..................................................................................................27

4. Concrete Works ......................................................................................................... 28


4.1 Requirements / Workmanship ..............................................................................................30
4.1.1 Formwork ............................................................................................................................30
4.1.1.1 Design and Construction ........................................................................................30
4.1.2 Construction Tolerances ...................................................................................................31
4.2 Reinforcement..........................................................................................................................33
4.2.1 General .................................................................................................................................33
4.2.2 Storage of Reinforcement .................................................................................................33
4.2.3 Handling of Reinforcement ..............................................................................................33
4.2.4 Cutting and Bending ..........................................................................................................33
4.2.5 Fixing Reinforcement ........................................................................................................34
4.2.6 Laps and Joints ...................................................................................................................34

5. Concrete .................................................................................................................... 35
5.1.1 Grades of Concrete ............................................................................................................35
5.1.2 Concrete Mixes ...................................................................................................................35
5.1.2.1 Mix Design ................................................................................................................35
5.1.2.2 Trial Mixes .................................................................................................................35
5.1.3 Additional Trial Mixes .......................................................................................................36
5.2 Compliance and Quality Control ..........................................................................................36
5.2.1 General .................................................................................................................................36
5.2.2 Records ................................................................................................................................37
5.2.3 Mixing of Concrete ............................................................................................................37
5.2.4 Distribution and Placing of Concrete .............................................................................38
5.2.4.1 General .......................................................................................................................38
5.2.4.2 Compaction ...............................................................................................................39
5.2.4.3 Curing .........................................................................................................................39

6. Site Works...................................................................................................................41
6.1 Scope .........................................................................................................................................41

7. ELECTRICAL/mechanical WORKS ....................................................................... 42


7.1 scope of work ...........................................................................................................................42
7.2 Standards and regulations.......................................................................................................42

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate iii

7.3 Rated Services Conditions......................................................................................................42


7.4 Drawings ...................................................................................................................................42
7.4.1 Design Drawings ................................................................................................................42
7.4.2 Civil Drawings.....................................................................................................................42
7.4.3 Electrical / Mechanical Drawings....................................................................................42
7.5 Equipment Quality ..................................................................................................................44
7.6 Testing and THIRD-PARTY Tests .....................................................................................44
7.6.1 Site Acceptance Tests ........................................................................................................47
7.6.2 Site Cyber Security Audit ..................................................................................................47
7.6.3 Systems Acceptance Test ..................................................................................................47
7.6.4 RTU Start-Up......................................................................................................................47
7.6.4.1 General .......................................................................................................................47
7.6.5 Integrated System Field Test ............................................................................................47
7.6.6 Commissioning ...................................................................................................................48
7.6.7 Operational Availability Demonstration (OAD):..........................................................48
7.6.8 Tests on Completion .........................................................................................................49
7.7 Operation and Maintenance Manuals ..................................................................................49
7.8 Certificates ................................................................................................................................50
7.9 Meetings ....................................................................................................................................50
7.9.1 Site Meetings .......................................................................................................................50
7.9.2 Design Review and Progress Meetings ...........................................................................50
7.9.3 Preliminary Review Meeting .............................................................................................51
7.9.4 Detailed Design Review Meeting .....................................................................................51
7.10 Overall Electrical Requirements............................................................................................51
7.10.1 Basic Design Figures .....................................................................................................51
7.10.2 Abbreviation of Electrical Terms ...............................................................................51
7.11 Electrical Materials ..................................................................................................................52
7.12 Main Distribution Board and Control Panels (MDB & CPs) ..........................................53
7.12.1 MDB and CPs Description ..........................................................................................53
7.12.1.1 General ..................................................................................................................53
7.13 Earthing.....................................................................................................................................57
7.13.1 Earth Bar.........................................................................................................................57
7.13.2 Earthing Connections ...................................................................................................58
7.14 Inspection and Testing ...........................................................................................................58
7.14.1 Testing .............................................................................................................................58
7.14.2 Routine Tests .................................................................................................................58
7.14.3 Type Tests ......................................................................................................................59
7.15 Control Panels Additional Components..............................................................................64
7.16 Distribution Board ..................................................................................................................67
7.17 Uninterruptible Power Supply (UPS) ...................................................................................68
7.17.1 Scope ...............................................................................................................................68
7.17.2 Standards Specifications ...............................................................................................68
7.17.3 Service and Environmental Conditions .....................................................................68
7.17.4 Equipment Arrangement .............................................................................................68
Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate iv

7.17.5 Construction Requirements .........................................................................................69


7.17.6 Operating Principles .....................................................................................................69
7.17.7 Components ...................................................................................................................70
7.17.8 Technical Specifications ...............................................................................................72
7.18 Earthing and Bonding.............................................................................................................73
7.19 Earthing Rods ..........................................................................................................................73
7.20 Mains Distributions.................................................................................................................74
7.21 Mains Connections ..................................................................................................................74
7.22 Electrical Installations .............................................................................................................74
7.23 Earthing System Resistance ...................................................................................................75
7.24 Testing .......................................................................................................................................75
7.25 Low harmonic Variable Speed Drive (VFD) ......................................................................75
7.25.1 Description .....................................................................................................................75
7.25.2 Quality Assurance..........................................................................................................75
7.25.3 Qualification ...................................................................................................................76
7.25.4 Submittal .........................................................................................................................76
7.25.5 Design .............................................................................................................................76
7.25.6 Description .....................................................................................................................76
7.25.7 Harmonics ......................................................................................................................76
7.25.8 Construction...................................................................................................................77
7.26 soft starter .................................................................................................................................82
7.26.1 Electrical Characteristics of the Starter ......................................................................84
7.27 Cables ........................................................................................................................................86
7.27.1 Power Cables Scope ......................................................................................................86
7.27.2 Materials ..........................................................................................................................87
7.27.3 Insulation ........................................................................................................................87
7.28 GENERAL SOFTWARE AND HARDWARE...............................................................89
7.29 Programmable logic controller (plc) / REMOTE TELEMENTRY UNIT (RTU) ....90
7.29.1 General: ...........................................................................................................................90
7.29.2 Communication Protocols: ..........................................................................................93
7.30 SCADA MANAGEMENT SOFTWARE .........................................................................98
7.30.1 Architecture ....................................................................................................................98
7.30.2 GENERAL ....................................................................................................................99
7.30.2.1 On-line Configuration ........................................................................................99
7.30.2.2 Validation ..............................................................................................................99
7.30.3 REAL-TIME DATABASE .........................................................................................99
7.30.3.1 General ..................................................................................................................99
7.30.4 Real-time Database........................................................................................................99
7.30.5 HISTORICAL DATABASE ................................................................................... 100
7.30.5.1 General ............................................................................................................... 100
7.30.6 User Interface.............................................................................................................. 106
7.30.6.1 Graphics Displays............................................................................................. 106
7.30.6.2 Mimic Diagrams ............................................................................................... 106
7.30.7 Alarm Philosophy ....................................................................................................... 108
Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate v

7.30.7.1 General ............................................................................................................... 108


7.30.7.2 Alarm Priorities ................................................................................................. 109
7.30.7.3 Alarm Annunciation......................................................................................... 109
7.30.7.4 Derived Alarms ................................................................................................. 109
7.30.7.5 Naming Convention ........................................................................................ 109

8. Dashboard: ............................................................................................................... 113


8.1 Introduction .......................................................................................................................... 113
8.2 Purpose .................................................................................................................................. 113
8.3 Project Scope......................................................................................................................... 113
8.4 Description ............................................................................................................................ 113
8.4.1 Product Features.............................................................................................................. 113
8.4.2 External Interface Requirements .................................................................................. 114
8.4.3 Training and documentation: ........................................................................................ 114

9. Asset Management System ...................................................................................... 116


9.1 General: .................................................................................................................................. 116
9.2 System description:............................................................................................................... 116
9.3 System functional requirement: .......................................................................................... 116
9.4 Training and documentation: ............................................................................................. 119
9.4.1 Training ............................................................................................................................. 119
9.4.2 Documentation ................................................................................................................ 119
9.4.3 License & support, capacity ........................................................................................... 119
9.5 SCADA Servers .................................................................................................................... 119
9.6 SCADA Operator Workstations ........................................................................................ 120
9.7 Wall Mounted LED Screen ................................................................................................ 120
9.8 Printers ................................................................................................................................... 121
9.9 Monitor 21” ........................................................................................................................... 121
9.10 Operator Interface (HMI) ................................................................................................... 121
9.10.1 General ......................................................................................................................... 121
9.10.2 References.................................................................................................................... 121
9.10.3 Construction –General .............................................................................................. 121
9.10.4 Logic Features–General ............................................................................................ 122
9.10.5 Programming–General .............................................................................................. 122
9.11 Motor protection relay ......................................................................................................... 123
9.11.1 GENERAL ................................................................................................................. 123
9.11.2 REFERENCES .......................................................................................................... 123
9.12 PRODUCT............................................................................................................................ 123
9.12.1 Ratings .......................................................................................................................... 123
9.12.2 Environmental ............................................................................................................ 123
9.12.3 CONSTRUCTION ................................................................................................... 123
9.12.4 Sensing ......................................................................................................................... 123
9.12.5 Electrical connections: ............................................................................................... 124
9.12.6 Control ......................................................................................................................... 125
9.13 Instrumentation Devices ..................................................................................................... 126
Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate vi

9.13.1 General ......................................................................................................................... 126


9.13.2 General Conditions: ................................................................................................... 126
9.13.3 Signals: .......................................................................................................................... 126
9.13.4 Water Proof: ................................................................................................................ 126
9.13.5 Anti-Corrosion:........................................................................................................... 126
9.13.6 Applicable Standards and Codes.............................................................................. 126
9.13.7 Units ............................................................................................................................. 127
9.13.8 Design Considerations and Fabrication requirements ......................................... 128
9.13.8.1 General ............................................................................................................... 128
9.13.9 Selection of Equipment ............................................................................................. 129
9.13.10 Hydrostatic Level Meter ............................................................................................ 130
9.13.11 Insertion turbidity meter ........................................................................................... 131
9.13.11.1 Sensor ................................................................................................................. 131
9.13.12 Transmitter (display) .................................................................................................. 131
9.13.13 Pressure Switches ....................................................................................................... 131
9.13.14 Flow Switch (Dry Run Protection) .......................................................................... 133
9.14 Electromagnetic Flow Meter .............................................................................................. 133
9.14.1 In Line Type ................................................................................................................ 134
9.14.1.1 Construction...................................................................................................... 134
9.14.1.2 Physical Requirements ..................................................................................... 134
9.14.2 Communication Output Specifications .................................................................. 135
9.14.2.1 Pulse output:...................................................................................................... 135
9.14.2.2 Status output: .................................................................................................... 135
9.15
64T 64TNeedle valve (plunger) ...................................................................................................... 135
64T 64T

9.15.1 General ......................................................................................................................... 135


9.15.1.1 Potable Water Certification ............................................................................ 135
9.15.1.2 Toxic Materials.................................................................................................. 135
9.15.2 Valves packaging......................................................................................................... 135
9.15.3 Documents to be provided at Time of Tender ..................................................... 136
9.15.4 Documents to be provided upon delivery.............................................................. 136
9.15.5 Marking ........................................................................................................................ 136
9.15.6 General ......................................................................................................................... 136
9.15.7 Material......................................................................................................................... 137
9.15.8 Design .......................................................................................................................... 137
9.15.9 Coating ......................................................................................................................... 137
9.15.10 Electric valve actuators .............................................................................................. 137
9.16 Next Generation Firewall .................................................................................................... 141
9.16.1 Data Center Next Generation Firewall ................................................................... 141
9.16.2 Operation Mode ......................................................................................................... 143
9.16.3 Url Filtering : ............................................................................................................... 148
9.16.4 Networking.................................................................................................................. 149
9.16.5 High Availability (HA) ............................................................................................... 149
9.16.6 Policy Based Controls ................................................................................................ 149
9.16.7 Internet Protocol Version 6 (IPv6) Requirements:............................................... 149
Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate vii

9.16.8 Warranty & Support:.................................................................................................. 150


 Data I/O Interfaces: ............................................................................................................ 152
 Management I/O Interfaces: .............................................................................................. 152
9.16.9 Centralized Security Management System .............................................................. 163
9.16.10 Reporting ..................................................................................................................... 163
9.16.11 Others........................................................................................................................... 164
9.16.12 Warranty & Support:.................................................................................................. 164
9.16.13 End Points Protection ............................................................................................... 164
9.16.14 Endpoint ...................................................................................................................... 165
9.16.15 Management ................................................................................................................ 165
9.16.16 Exploit Prevention ..................................................................................................... 165
9.16.17 Malware Prevention ................................................................................................... 166
9.16.18 Unknown Malware Analysis ..................................................................................... 166
9.16.19 Reporting ..................................................................................................................... 167
9.16.20 Forensics ...................................................................................................................... 167
9.16.21 Warranty & Support:.................................................................................................. 168
9.16.22 Real Time End-Point Analytics solution ................................................................ 168
9.16.23 Dynamic Inventory .................................................................................................... 168
9.16.24 Warranty & Support:.................................................................................................. 171
9.16.25 Training: ....................................................................................................................... 171
9.16.25.1 Special Conditions: ........................................................................................... 171

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate viii

LIST OF TABLES

Table 2 ...........................................................................................................................................................35
Table 3 ...........................................................................................................................................................51
Table 4 ...........................................................................................................................................................56
Table 5 ...........................................................................................................................................................67
Table 6 ...........................................................................................................................................................81
Table 7 ...........................................................................................................................................................86
Table 8 ...........................................................................................................................................................90
Table 9 ........................................................................................................................................................ 107
Table 10...................................................................................................................................................... 109
Table 11...................................................................................................................................................... 134
Table 12...................................................................................................................................................... 137
Table 13...................................................................................................................................................... 160

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 9

8. GENERAL PROVISIONS
8.1 SPECIFICATIONS
The Specifications cover the materials and works of engineering construction for SCADA,
PLC/RTU, Instrumentation equipment, electrical work, valves, firewall protection, flow meter
…. etc.
Civil Works might carry out in accordance with EN and/or valid Jordanian Specifications. For
any contradiction raised regarding general specifications the international specifications shall
prevail.
Any Works whether or not described in the Specifications but which can reasonably be inferred
as necessary for the completion and proper operation of the works will also form part of the
extent of the Contract.
Materials and works not covered by these specifications will be specified either in the Particular
Requirements, Drawings or in the Bill of Quantities (BOQ).

8.2 LOCATION AND SCOPE OF WORKS


The sites and scope of the proposed works shall be as delineated by specification and set out in
volume III employer’s requirements.
General
The Contractor shall, unless otherwise specified herein, purchase and supply all materials,
equipment, temporary works, plant and labour necessary to install, complete and maintain the
works required under the contract.
The works shall include but not be limited to the following tasks:
• Replace deteriorated Programmable Logic Controllers (PLCs)/Remote Telemetry Units (RTUs).
• Replace deteriorated instrument devices such as level meters, flow switch…..etc.
• Replace deteriorated flow meters in selected sites.
• Install new electrical panels, soft starter and VFD in selected sites.
• Install new flow control valves and valve actuators in selected sites.
• Connect the existing PLC with proposed PLC/RTU, and with the related Local SCADA.
• Install pressure transmitters and Pressure switches on main suction and discharge pipes.
• Install new turbidity meters.
• Install operator interface (HMI) at field sites.
• Connecting I/O signals at field site with proposed PLCs/RTUs.
• Install Pump Motor protection and connecting the signal to proposed PLCs/RTUs
• Installing proposed local SCADA System and remote monitor software.
• All TIER II SCADA applications shall be the same make, model, and version as the TIER I.
The TIER II SCADA applications shall be completely integrated, with the same features and
functions, into the TIER I.
• Connecting the existing RTU installed by other contractors to main SCADA.
• It is the responsibility of FARA 9 Contractor to interface the data (Input and Output)
from the sub SCADA of FARA 8 and FARA 11 to the main SCADA.
• The contractor shall install PLC in Mwaqer Pumping station to collect data from
existing PLC in Mwaqer then send the data to SCADA Amman through ADSL
communication
• Install firewall protection system for Data centre and SCADA system.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 10

• Set points, control pushbuttons, and selector switches shall be reserved to pop-ups and
faceplates to avoid accidental operations.
• The Contractor shall supply install and commission all necessary communications equipment and
software to provide a complete integrated communications network for the SCADA system
Install dashboard and asset management software with integration to main SCADA system.
The Contractor shall supply all labour, supervision and technical services required for the work.
All materials and workmanship shall be in accordance with the requirements of this specification.
In the event of any failure in respect of any tests carried out on any of the materials supplied by
the Contractor, the same shall be replaced or repaired to the entire satisfaction of the Engineer of
the Contractor’s expense.
The Contractor shall Include in their bid for development and integration work, five (5) years of
maintenance for the SCADA system and applications. Maintenance shall include, software
patches, bug fixes, and support calls for system errors.

8.3 PROGRAMME AND METHODS OF WORKING


General
The Contractor shall submit to the Engineer full details of his proposed construction programme
within the period stipulated in the Contract. He shall also submit details both of the construction
plant and labour force which he proposes to employ and shall broadly describe his proposed
design and construction methods.
Details of the labour force shall include senior staff, trade of specialist categories indicating the
proportion of local labour which the Contractor expects to employ and shall show the variation
in staff and labour levels and their distribution throughout the duration of the Contract
consistent with the programme.
Details of Work Program
The Contractor shall furnish the following agreed details of his work programme to the
Engineer.
i. Within two weeks of the Order of Commence, an overall programme of work indicating the
period of executing each section of work. At the same time, they shall provide a more detailed
programme describing his proposal for the first month of work.
ii. Every one month, the Contractor shall submit to the Engineer a detailed programme describing
the areas in which they propose to operate for the following two monthly period including
descriptions of proposed road diversions.
iii. The Contractor shall first discuss with and obtain the approval of the Engineer for the proposed
working methods for each section of work
v. The Contractor shall modify such proposed working methods if directed by the Engineer.
Particular attention shall be given to the following:
• The diversion and control of traffic. Methods for dealing with and the crossing of other services
• The reinstatement of excavated areas
• The discharge of water from excavation if applicable
• Public safety

vi. The work programme shall be elaborated in Primavera Software Using Critical Path Method
(CPM) with all resources required and date of submissions.
vii. The work program shall be in hard copies A0 or A1 as well as be submitted in electronic form.
Precautions against Contamination of the works

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 11

The Contractor shall at all times take every possible precaution against contamination of the
Works. The Contractor shall give strict instructions to all persons employed by him to use
sanitary accommodation provided.
Throughout the Contract the site and all permanent and temporary works shall be kept clean,
tidy and sanitary condition.
The Contractor shall at all times take measures to avoid contamination of existing water sources
and drains by petrol, oil, acids or other harmful materials.

8.4 COMMENCEMENT OF WORKS


The Contractor shall commence the works on site within the period stated in the tender after the
receipt of the Commencement Order by the Engineer in writing to this effect and shall proceed
with the same with due expedition and without delay.
Notice of Commencement of Work Cooperation with Authorities
Before commencing any excavation, the Contractor shall:
a) In railway, public roads, footways or verges, give two weeks’ notice to the Engineer, and
shall also give such notice to the authorities as are required by the official regulations and
shall not break open any road, footway or verge until receipt of approval from the
concerned Authorities.
b) In private land or roads, give necessary notices and make timely and reasonable
arrangements with the occupiers before entry of the land.
c) Give notices to the local Government, the Municipality, Tele-Communication
Corporation the Electric Company, the Army and any other concerned infrastructure
provider, of work which may affect their installations, constructions, cables, manholes,
etc. The Contractor is not allowed to break any cable or manhole without the written
approval of their owner. The Contractor’s attention is also drawn to his responsibility to
obtain approval from the respective institutions.
The Contractor should make full coordination with the related Municipalities /Authorities before the
start of carrying out the works cross the highways or any other Utilities. It must be understood
that the contractor should achieve all requirements of the related Municipalities /Authorities
regarding alternative plan for the traffic (if any). The Contractor should pay on his own expenses
all the costs of these works.
Coordination of Work with Other Contractors
Before commencing any excavation, the Contractor shall coordinate with all other contractors,
working in the same location regarding corridor, time schedule, sequence of work, etc. and take
these circumstances in consideration in his work programme. The Employer should be informed
about this coordination.

8.5 CONTRACTOR’S REPRESENTATIVES


Full information shall be given in the tender about theoretical education and practical experience
of the Contractor’s Representatives to whom is intended to entrust the performance on site of
the works. Changes of Contractor’s representatives (engineers) are not allowed without the
written approval of the Engineer and Employer.
The Contractor will be required to send one or more qualified engineers to all meetings with the
Employer, the Engineer or other parties at which his attendance is deemed necessary by the
Engineer. Such engineer(s) must have the authority to act on behalf of the Contractor and will be
expected to take part in relevant discussions and decisions. All decisions given to or by the said

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 12

Engineer(s) will be deemed to have been given to or by the Contractor and all ensuring will be
based on these decisions and no claims on the part of the Contractor will be entertained on
account of misinterpreted or misunderstood decisions or instructions.
Shall the Contractor fail to send engineer(s) any meeting at which his presence has been
requested, all decisions shall be taken and instructions given as if the Contractor had been
present and subsequent actions and orders based as aforesaid.
8.6 DRAWINGS
Work Drawings
After the award of the Contract, the Contractor is responsible for preparing all detailed Work
Drawings required.
Duplicate copies of the Drawings, amendments, and alterations are to be submitted to the
Engineer for approval. The Engineer will record on the copies his approval and will return one
copy to the Contractor who shall carry out the Work in accordance therewith. The Contractor
shall forward to the Engineer Six additional copies of the Working Drawings and three soft
copies which are also to be submitted (the same procedure being followed as above described), in
respect of any Supply and /or Work proposed to be executed by the Sub-Contractor, the dis-
tribution of Drawings being as directed by the Engineer.
The approval by the Engineer of all or any of the Drawings shall not relieve the Contractor of his
responsibility in connection with the Supplies and Works. All structural design drawings have to
be approved in addition by an authorized office in respect of the Contractor’s civil responsibility.
The costs of this procedure will be paid by the Contractor.
Alteration of the Drawings
In all cases where Drawings are specified or required to be supplied by the Contractor for the ap-
proval of the Engineer any alteration to such Drawings, which the Engineer may require or
which may become necessary during the Work shall be made by the Contractor without extra
charges and follow the same procedure as described above.
As Built Drawings
The Contractor has to supply one original and three copies of the As Built Drawings as well as
electronic copies in CAD format prepared by him, containing the exact measures of the
completed Works as agreed upon with the Engineer. The Contractor has to furnish all required
labour equipment and material for the survey of the Works and to prepare the Drawing. For the
approval of the As Built Drawing the same procedure is applicable as for Working Drawings.
The cost of all work under this clause shall be spread by the contractor over all items in the Bill
of Quantities.

8.7 SITE INVESTIGATIONS


The Contractor shall inspect the sites to acquaint himself fully with local conditions, the nature of
existing roads or other means of communications, access to the Works and availability of land for
storage or other purposes within or without the site, the nature of the ground and sub-soil to be
excavated.
It is anticipated that the Contractor is well acquainted with the climatic and economic conditions
of the Regions in which the Works have to be completed and that, therefore, no additional
information’s are required in the Tender.
The contractor shall inspect all sites equipment, electrical panels, valves, instruments devices,
control devices and familiarised himself prior starting the work.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 13

8.8 ACCESS TO THE WORKS


All work necessary for access to the site shall be performed by the Contractor at his own
expense. The Employer assumes no responsibility for the condition or maintenance of any
existing road or structure thereon that may be used by the Contractor for performing the work
under this Contract and for travelling to and from the site.
No payment will be made to the Contractor for improving, repairing or maintaining any existing
road or structure thereon that may be used by the Contractor for performance of the work under
this contract.
The Contractor shall prepare at his own cost temporary access roads to the Site that may be
required for construction purposes as approved by the Engineer.
Such roads shall be of sufficient width and stability to permit the movement of all vehicles and
equipment and shall be maintained by the Contractor in good and serviceable condition
throughout the period of construction. The Employer and the Engineer and their employees as
well as any other Contractor working on the sites for the Employer shall at all times have the free
use of the temporary roads prepared by the Contractor.

8.9 SITE RESTRICTIONS


The Sites for the Contractor's structures for his own use such as offices, stores, plant yard,
workshops, latrines, messing, accommodation for workers shall be approved in writing by the
Engineer. The Contractor shall be responsible for all charges of any kind arising from his
occupancy of land.
Shall the Contractor consider that he requires additional land for the storage of material etc., or
for any other purpose, in addition to the areas provided by the Employer on the site; he must
arrange with and pay the owners and occupiers for the use thereof.
The Contractor's responsibilities under the General and Special Conditions of Contract shall
apply to the whole of the land occupied or used by the Contractor for the purpose of this
Contract. Shall any event occur which is likely to give rise to liability, the Contractor shall
immediately notify the Employer thereof and shall thereafter keep him informed on the state of
negotiations towards settlement of any claims by third parties and on the way in which he intends
to meet his obligations as aforesaid.
The Employer shall have the right to withhold from any sums due to the Contractor payment of
such sums as may appear to him sufficient to cover the Contractor's liabilities under the General
and Special Conditions of Contract until evidence is produced by the Contractor to the Engineer
to show that the Contractor's liabilities in this respect have been finally settled and discharged
before entering any lands the Contractor shall make all necessary arrangements with the owner
and/or the occupier, and shall temporarily fence off the casement whilst any works are in
progress thereon so as to prevent injury to persons, cattle or stock on the adjoining land, and he
shall take full responsibility for preventing unauthorized persons, cattle or stock, etc., from
straying on to the site of the Works.
Temporary Buildings for Use by the Contractor
The Contractor shall provide and maintain in a perfectly usable and watertight condition
temporary buildings for his general use in connection with the Works as well as buildings for the
temporary accommodation of any labour, and for the use of persons employed by him.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 14

Prior to tendering the Contractor must satisfy himself as to what will be required especially with
regard to labour accommodation. The cost of providing those temporary buildings will be
included in the item for Mobilization in the Bill of Quantities.

8.10 TEMPORARY SANITARY CONVENIENCES


The Contractor shall provide all proper conveniences for his men. The conveniences shall be
disinfected with lime or otherwise and all-night soil shall be cleared out daily; this together with
any organic refuse produced at the Works shall be removed or buried by the Contractor in such a
manner and in such places as will be directed by the Engineer. The cost of all such Work shall be
held to be uniformly spread over the rates for all items in the Bill of Quantities.

8.11 WATER SUPPLY


Water will be required for the purpose of washing gravel, sand or stone, for making mortar and
concrete and for other uses in and about the Works.
The Contractor shall make his own arrangements for obtaining supplies of water, shall erect and
maintain all proper pipes, cocks, tanks, mobile tanks, hoses, and other appliances required to
distribute the water as necessary to the various parts of the Works.
The Contractor shall provide at all times and at his own expense, for his own labour and for the
Engineer and his staff a supply of potable water, which shall be kept cool in proper hygienic
conditions.

8.12 ELECTRIC POWER


The Contractor shall provide all temporary power required for his Work. The Contractor shall
make all necessary applications, obtain required permits and pay all fees and charges for such
services and their use.
The costs for providing electricity are spread over all items of the Bill of Quantities.
The Contractor shall provide all wiring, lamps, switches, fuses, receptacles, etc., as may be
required for his work. Temporary power and light circuits shall be thoroughly isolated and be
waterproof.

8.13 TELECOMMUNICATION SERVICE


General
The Contractor shall supply install and commission all necessary communications equipment and
software to provide a complete integrated communications network for the SCADA system.
Contractor Liaison
The contractor shall provide technical and financial offer (including SLA (Service Level
Agreement)), from the available ISPs (Internet Service Providers) to have the employer approval
Transmission and Protocol the Contractor shall use industry standard open protocols. The
Contractor shall provide full details of the protocol to be used at the time of Tender.
Communication network
The contractor will be responsible to conduct site survey, data rate calculation, cost estimate
calculation and any extra work required to propose a study to establish a VPN network
communication (data only) to 127sites with the following requirements:
a) The contractor must using ADSL communication technology with adequate speed rate if it is
applicable, otherwise the contractor shall provide a solution to accomplish the requirement of the
tender.
b) The study shall include backup line automatically switch in case of primary line failure for 7 sites
(Main SCADA center , Ain gazal Pumping station ,Damkhy Pumping station , Tadj Pumping
station , Dabouq booster , AA2 reservoir , Madaba reservoir and Dabouq reservoir ) .

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 15

c) The network shall be encrypted throw ipsec.


d) All communication devices (e.g. Modems, routers, switches and …etc.) Shall be ruggedized
e) The contractor shall take in his account to prevent interruption between existing communication
in SCADA Amman center and the communication network that will establish within this
contract.
f) The study document shall include the following but not limited to:
i. General Communication network topology in CAD format.
ii. Detailed network architecture drawing (site coordination, data rate…etc.).
iii. Equipment distribution.
iv. General description ,Site survey final result , data rate calculation and cost calculation
v. SLA Agreement.
The study shall be submitted to the Engineer after 60 calendars Day from awarded the contract
for review and approval before establishment.
Communication Fees
The Contractor shall be responsible for communication cost including (installation Fees and
monthly fees) until the issue of taking over certificate.
The contractor shall award the communication ownership to Miyahuna at least one month before
the taking over date
8.14 MATERIAL SUPPLY
All materials used for permanent installation in the Works shall be new and shall conform to the
respective clauses of the Specifications and if not specified they shall conform to best standards
of construction practice, as determined by the Engineer.
Before ordering any items for use and installation in the Works, the Contractor shall submit to
the Engineer the so called “master list of materials” for the approval of the Engineer by an
Engineer’s Certificate. The master list shall contain material, quantity, manufacturer, country of
origin, supplier.
No order shall be placed except with the sanction of the Engineer, who must approve the master
list of materials and equipment to be ordered. The Contractor shall keep the Engineer fully
advised on the orders and delivery dates of materials, and shall provide samples of materials if
required.
For fittings, armatures such as valves, which shall be imported, a pre-shipment inspection at the
manufacturers or loading place shall be held to receive approval by the Engineer of quality
according to specification.

8.15 QUANTITIES OF MATERIAL


Before ordering the materials to be installed, the Contractor shall make a proper survey of all the
material that necessary to complete the works.

8.16 WORK PROGRAM


The Contractor shall submit his proposed works and installation schedule to the Engineer for
approval according to the time set in the Particular Conditions of Contract. This supplies and
installation schedule shall show clearly in a bar chart in weekly stages the proposed progress on
the main items of the Contract and shall indicate where applicable the labour installation crews,
plant and equipment to be employed. The approved program shall thereafter form part of the
contract. The Engineer may require from the Contractor to revise his proposed agreed schedule
at any time.

8.17 CONSTRUCTION
Contractor’s Engineer

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 16

The Contractor's Engineer and employees referred to in the General and Special Condition of
Contract shall include at least one approved expert working Engineer for each and/or major
component part under the Contract, and sufficient skilled, semi-skilled and unskilled workers to
ensure completion of the Contract in the time required. The Contractor's erection staff shall
arrive at the Site on or before the respective dates set out in the approved program of work. The
Contractor shall not remove any Contractor’s representative staff or skilled labour from the Site
without the Engineer's prior approval.

8.18 BUILDING-IN
Before commencing any erection work, the Contractor shall check the dimensions of structures
where the various items of works are to be installed, and shall bring any discrepancy from the
required positions, lines or dimensions to the notice of the Engineer. The Contractor shall also
propose, for the approval of the Engineer, any necessary corrections. The cost of such correc-
tions shall be borne by the Contractor if their necessity has been caused by or has arisen form the
Contractor's failure or neglect to fulfil any of his obligations under the Contract, but not
otherwise.

8.19 OPERATION AND MAINTENANCE DURING


MAINTENANCE PERIOD
Running Maintenance
For three months after the setting to work as above, or so much longer as the Engineer may
require, the Contractor shall continue to train the operators to take over the running. The
running maintenance under this Clause shall not be deemed to be completed until the Engineer
has certified in writing his approval in accordance with requirements of the Specification as
guaranteed by the Contractor.
Further Maintenance
For the rest of the Maintenance Period, i.e. to the end of twenty four months counted from the
date of issue of the Taking Over Certificate (Provisional Acceptance), the Contractor shall
remain liable for making good any defects in the works as provided under defects after Taking
Over of the General Conditions.

8.20 INSTRUCTION MANUALS, "AS BUILT"


DRAWINGS
General
The Contractor's obligations include, as a condition proceeding to applying for a "Taking over
Certificate", the provision of five complete sets of instruction manuals in Arabic and English
language and as a prerequisite to apply for a "Final Certificate" the provision of five complete
"As Built" Drawings as hereinafter specified.
In the event of the Engineer rejecting all or part of the instruction manuals or "As Built"
drawings, the Contractor shall amend them to meet the Engineer's requirements. The corrected
or completed "As Built" Drawings shall be submitted not later than 2 months after the
Contractor has received the "Taking over Certificate" (Provisional Acceptance Certificate).
Instruction Manuals
The instruction manuals shall cover the commissioning, testing, operation and maintenance of all
the systems including control, instruments, valves and SCADA systems. The greatest importance
has to be attached to completeness and clarity of presentation.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 17

It is emphasized that a collection of standard pamphlets of a general nature unaccompanied by


drawings and descriptive matter relating to the sites as installed will not be acceptable. In
particular, information supplied by sub-contractors and manufacturers employed by the
Contractor shall be coordinated and presented in a comprehensive manual. Cross-referencing of
descriptive matter, drawings and spare part lists must be complete. The manuals shall be in
English and Arabic language and shall be bound. An electronic copy of all manuals and as-built
drawings shall be provided too.
The instruction manuals shall describe the installation as a whole, and shall give a step-by-step
procedure for any operation and maintenance or periodical maintenance likely to be carried out
daily, weekly, monthly and at longer intervals to ensure trouble-free operation. Where applicable,
fault location charts shall be included to facilitate tracing the cause of malfunction or breakdown
(trouble shooting procedures).
A separate section of the manual shall be devoted to each size and type of equipment and to each
system of the works. It shall contain a detailed description of its construction and operation and
shall include all relevant pamphlets, and a list of parts with addresses and procedure for ordering
spares. Electrical equipment shall be described in operation step-by-step, giving the complete
sequence of operation. The detailed sections of the manual, if necessary, shall contain further
maintenance instructions and fault location charts.
"As Built" Drawings
The "As Built" drawings shall cover the Works as completed on the Site, incorporating all
modifications carried out during manufacture or testing at the Contractor's or sub-contractors (if
any) and manufacturer's works, and all modifications carried out in the course of erection and
commissioning and testing of the systems. These drawings may be produced by modifying the
drawings produced for manufacture, and the Working Drawings may be produced separately.
Each item of the systems and equipment referring to the various chapters of the Contract and
res. locations - e.g. PLC/RTU , instruments devices , valves, flow meters , starters, panels,
controls cables, etc. - shall be shown on detailed general arrangement drawings clearly marking
the position of the component parts. All parts electrical as well as mechanical shall be numbered
and the numbers given shall correspond to the spare parts list, pamphlets and descriptive matter.
Comprehensive electrical circuit drawings shall be provided showing the relation of one electrical
item of equipment to another. These circuit drawings must be fixed on each electrical board, on
the inside door, and copies to the Employer.
In addition, each item of electrical equipment shall be provided with a schematic drawing and a
wiring drawing. The schematic drawing shall show the connections in a schematic form
permitting the operation to be ascertained, while the wiring drawing shall show the individual
components approximately in their relative physical positions, with the electric connections
shown exactly as wired, to permit a particular component or connection to be located on the
actual equipment. Every connection, relay, complex component, shall be numbered and the
number given for a particular connection, relay and complex component shall be the same on the
schematic drawing, on the wiring drawing and as tagged on the actual equipment itself.
For the approval of the "As Built" drawings the same procedure will be applied as for the
working drawings.
The drawings shall be printed black on white linen and bound in albums of approved size. One
set of the specified drawings shall be reproducible on dimensional stable and moisture resistant
material to permit further prints to be made if required as well as in electronic format.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 18

The as built drawings shall be submitted by the contractor as soon as the cables are laid, tested
and backfilled, according to the specifications of the Engineer. All survey works and elaboration
of the as built drawings shall be included in the price for cables laying for all kind of cables.

8.21 EXISTING SERVICES


Culverts drain pipes, cables or similar services encountered in the course of the construction of
the Works shall be guarded from injury by the Contractor at his own cost so that they may
continue in full and uninterrupted use to the satisfaction of the owners.
The Contractor shall not store materials or otherwise occupy any part of the site in a manner
likely to hinder the operations of such owners.

8.22 DAMAGE TO SERVICES


Prior to commencement of works, the Contractor shall inquire with the local authorities, as to
the existence of pipes or cables for which a Minutes of Meeting shall be issued. Any damage to
such facilities shall be repaired on the Contractor's cost without delay. The repair may be done by
any of the above authorities respectively on the Contractor's cost. The Contractor shall be
deemed to have provided for these contingencies in his prices.

8.23 PROTECTION OF THE WORKS FROM WATER


The whole of the Works at all times during construction shall be kept free, from surface and
ground water.
The protection against and the removal of surface water is solely at the expense of the
Contractor. The Contractor shall take care of drainage water from the construction operations,
and of storm water reaching the Works from any source, so that no damage will be done to
trenches, or structures; the Contractor shall be responsible for any damage to persons or
property on or off the right of way due to such drainage water or to interruption or diversion of
such storm or waste water on account of his operations.
The Contractor shall, at his own expense, make such provision for the discharge of any water
whether fouled or discoloured or otherwise from the Works as shall be satisfactory to the
Engineer and to any persons having rights over the lands or water-courses over or down which
such water are discharged. He shall indemnify the Employer against any claim that may be made
through non-compliance with this Clause.
In the event of there being any interference with the existing land or road drainage due to the
construction of works or to the dumping of soil, etc., within or without the limit of the Works,
the Contractor shall take immediate steps to restore the drainage to the satisfaction of the
Engineer and owners, occupiers, or authority concerned.
At certain locations, along roads which are subject to overflow of storm water the Contractor
may be prohibited from making excavations during rainy weather, and also the Contractor may
be required at his own cost and expense to furnish bags filled with sand and place them wherever
ordered along the roads as a means of protecting the travelling public. Wherever necessary,
adequate frames shall be provided for conveying across the trench the storm water run-off from
all tributary drainage areas.
Groundwater can be eliminated after approval by the Engineer in writing either by drainage dit-
ches or by pumping.
Excavation, backfilling and reinstatement of the surface will be paid for as the applicable items
for trenches. The maintenance of these ditches is included in the unit rates.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 19

The Contractor shall, at his own expense, keep free his works from water coming from existing
treatment plants. He shall make all necessary provisions such as provisional by-passes, deviations,
drainage’s or pumping facilities.

8.24 CLEARING UP OF SITES


During the progress of the Work, the Contractor shall clear up and remove from the surface of
the ground all temporary buildings, material, debris resulting from the demolition of old
structures, litter, rubbish and surplus soil which may be left on the ground or in and about the
Works or land temporarily occupied by the Contractor. On completion of the Works the
Contractor shall clean up all sites and shall leave them in a neat and clean condition to the
satisfaction of the Engineer.
The cost of all Work under this clause shall be spread by the Contractor over all items in the Bill
of Quantities.

8.25 DIMENSIONS AND LEVELS


The dimensions and levels shown on the drawings are believed to be correct but the Contractor
must verify the same on the ground, as well as all other particulars of the Contract and he will be
held responsible for the consequence of any error contained therein or omissions there from.
Shall any discrepancy be discovered in the levels shown on the Drawings and those found on
site, which may affect the levels and dimensions of any part of the Works, or any discrepancy in
dimensions in Drawings, the Contractor shall notify the Engineer in sufficient time to enable him
issue drawings showing the amended levels and dimensions.
Wherever dimensions or levels are marked on the drawings such dimensions or levels shall take
precedence over dimensions scaled from the drawings and scaled dimensions shall be used only
in the absence from the drawings and/or elsewhere of other more precise information. Large
scale drawings shall be taken in preference to drawings of a smaller scale.

8.26 MEASUREMENT OF QUANTITIES


The Engineer, if requested so, assisted by a Contractor's Agent, will survey all quantities on site
of the Works and agree all particulars on which measurements of Works are to be based. Such
surveys shall be recorded in writing by the Engineer and the Contractor's Agent and shall form
the basis of the measurements for the Contractor's certificates.

If these measurements were not taken jointly and not recorded at the time when the aforesaid
procedure would have been possible to be executed, the Contractor's measurements afterwards
will not be recognized by the Engineer.

8.27 JOINT MEASUREMENT OF EXTRA WORK


In the event of the Contractor having to execute any work or provide any material in regard to
which he may propose to claim extras, he shall first obtain a written order from the Engineer and
shall at once make arrangements to take measurements of the said work or materials with the
Engineer.
If these measurements are not taken jointly and booked and agreed at the time of the work being
executed the Contractor's measurements will not afterwards be recognized by the Engineer. The
fact of such joint measurement having been made will in no way commit the Engineer to
recognition of the claim if he considers such a claim without foundation.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 20

The Engineer shall at all times have full access to the Contractor's time book and may daily check
the time of any extra work with the Contractor's timekeeper or otherwise, but the fact of his
agreeing upon any time shall in no way bind the Engineer to value the work other than by
measurement if he thinks fit so to do.

8.28 INTERIM CERTIFICATES


The Contractor shall provide at his own cost the necessary forms and submit his certificates for
payment which are due. The certificate shall be accompanied by the measured and recorded
quantities provided by the Engineer’s Representative in a form to be approved by the Engineer.

8.29 PLANS AND DOCUMENTS TO BE RETURNED


Before the Engineer shall issue the final certificate, the Contractor shall return to the Engineer all
Drawings, Specifications, Bills of Quantities or any other documents which may have been
supplied to the Contractor for the purpose of the work.

8.30 PROJECT SIGNBOARDS


The Contractor shall at his own cost supply, erect and maintain within the working area two
signboards at locations to be determined by the Engineer. The signboards shall be 2.0 m high and
3.0 m wide and shall be lettered according to instructions provided by the Engineer.
• Name and Logo of Employer.
• Contract number and title of project.
• Financing Agency (-ies).
• Name and Logo of Consultant (Engineer).
• Name and Logo of Contractor.
• Contract starting and completion dates.
The structure and framing shall be new wood or metal, in sound conditions, and structurally
adequate and shall be subject to the Engineer’s approval.
Costs for preparation, installation and removal of signboards after completion of construction
works shall be on the Contractor’s account and be included in the respective unit rates of
construction works.

8.31 PHOTOGRAPHS
Five photographs of the work shall be taken monthly, when as required by the Engineer
throughout the construction period. All photographic work shall be done by a qualified
photographer acceptable to the Engineer. The Contractor shall engage the photographer at his
own cost, at the commencement of the Contract and shall instruct him to report to the Engineer
who will direct him thereafter as to the views to be photographed and the times at which the
photographs must be taken.
Prints shall be made on a variable contrast paper and shall exhibit a minimum of grain.
Up to 10 glossy prints of each photograph may be requested by the Engineer. The size of each
print shall be about 9 x 13 cm. The negatives will be the property of the Employer and shall not
be copied without the permission of the Employer.

8.32 FIRST AID


The Contractor shall provide and maintain on the site at locations as required completely
equipped first aid kits in a clean and orderly condition which shall be readily accessible at all times
to his employees and to the Engineer and his staff.
The Contractor shall designate certain employees who are properly instructed to be in charge of
first aid.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 21

Telephone call lists for summoning aid, such as doctor, ambulances and rescue squad from
outside sources shall be conspicuously posted at suitable locations on the site.

8.33 STANDARDS
The European Norm (EN) and any equivalent European standards, and International Standard
Organization (ISO), metric units only, and all international standards mentioned the specification
shall be used for execution of this Contract.
All references to such Standards shall be to the latest edition or revision thereof unless otherwise
stated. Where a specific Standard is referred to in this Specification and/or Bill of Quantities,
another Standard will be acceptable only if it ensures an equal or higher quality of material and
workmanship then referred to the Standard with no extra cost to the Employer.
If the Contractor intends to use such alternative Standard he shall notify the Engineer thereof,
submitting with his notice 2 copies (in English) of the proposed Standard, and shall not order any
material or perform any work unless and until he has obtained the Engineer's approval of such
Standard.
8.34 TESTING
The Manufacture shall prove that all supplies are tested in accordance with the ISO and EN or
other international Standards stated in the Specification and provide respective certificates.

8.35 CERTIFICATE
The Contractor shall provide before dispatching of supplies forward to the Engineer certificates
showing that the specials, fittings and accessories have been tested at the factory by the
Manufacturer and comply with the requirements of the Specification. The furnishing of these
certificates shall be a pre-condition for authorizing the Contractor to ship.

8.36 PACKING, MARKING AND DELIVERY


Prior to dispatch from the place of manufacture, the supplies shall be thoroughly protected
against corrosion and incidental damage, including the effect of rain, high temperature, humidity
and against salty atmosphere or sea spray.
All items to be painted shall receive the treatment specified in the relevant clauses of the
specification, and where applicable a non-stick coating shall be applied (to finished wrapping or
sheeting if any) and all unpainted parts liable to corrosion shall be heavily coated with a suitable
and approved rust preventing compound.
Supplies shall be packed to withstand rough handling in transit, and packages shall be suitable for
export to and storage in the tropics. The Contractor shall be held responsible for the supplies
being packed so that they reach their destination intact and undamaged. The Contractor shall
provide and include in the Contract price the cost of all necessary packing, cases, crates and
labour in packing. All crates and packages shall be correctly, adequately and clearly marked to
facilitate collection at the destination.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 22

9. ORIGIN, QUALITY AND CONDITIONS OF


USE FOR EQUIPMENT AND MATERIALS
9.1 GENERAL
Supply and Quality of Materials
All materials must comply with those standards and specifications laid down by internationally
recognized institutions for the control industry such as EN and ISO.
All control devices are subject to third party tested certificate; Engineer has the right to reject any
material supplied without international third party tested certificate.
All materials supplied shall be subject to the Engineer’s approval as following:
a. Approval of the “master list” provided by the Contractor for all supplies and certified by the
Engineer prior to shipment and
b. Inspection and approval of all supplied materials on arrival on site, of quality and quantity
by the Engineer.
Any or all materials and manufacture articles supplied by the Contractor for use in the works,
shall, if so required by the Engineer, be tested in advance at the Contractor's expenses, in
accordance with the required specifications. Locally manufactured materials in Jordan must be
tested and marked by RSS. European and other international manufacturers, quality certified ISO
9001, which have continues quality control protocols and which are certified by third party
quality control which is efficient for prove of quality of a particular supply or manufacturer’s
batch to be shipped must not be tested in Jordan except for ductile iron pipes and fittings.
Inspection or approval by the Engineer of any equipment or materials shall not release the
Contractor from any of his obligations under this Contract.
All information and specifications relating to products and materials proposed for this Contract,
must accompany each tender submission.
Storage of Materials
The Contractors shall be responsible for the storage and well being of all materials purchased
under this Contract.
The Contractor shall manage and maintain storage that can accommodate all materials purchased
and approved by the Engineer under this Contract.
The materials in storage shall be regularly inspected by the Engineer and maintained to the
Engineer’s satisfaction.
References
Reference to any national standard or publication in these specifications is intended to indicate
general configuration, type and quality.
Goods may be furnished which meet other internationally accepted standards, provided that
overall quality will at least equal to that required by the specified standards. Support
documents/certificates shall be submitted hereto.
Materials and Standards
The Contractor is required to submit a list of suppliers that he intends to deal with together with
his Tender bid in conformity with the manufacturer’s authorisation forms.
The materials offered in the tender in the letter of submission, manufacturer’s authorisation and
particular material specification must match and are binding for the successful Bidders as well as
the suppliers mentioned by the Bidders in his bid.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 23

The Contractor shall submit for the approval of the Engineer, before ordering a Master List
describing in detail:
a. Type of materials.
b. Standards to which the item is manufactured.
c. Country of Origin
d. Supplier
Submittals
The Contractor shall submit:
i. Detailed manufacturer's proposals for PLC/RTU, HMI, protection devices, instrumentation
devices, starter, valves....etc.
ii. Certified copies of manufacturer’s quality for PLC/RTU, HMI, protection devices,
instrumentation devices, starter, valves and other components.
iii. Certified copies of compliance certificates for PLC/RTU, HMI, protection devices,
instrumentation devices, starter, valves and other components.
"This is to certify that devices delivered in this consignment comply with the required
specifications".
No payment shall be made in respect of any consignment of devices and specials in case it is not
accompanied by above mentioned certificates.
9.2 QUALITY AND ORIGIN OF MATERIAL
Only materials approved and accepted by the Engineer shall be supplied and installed.
All materials must be conforming to the materials offered in the tender documents and described
in the letter of submission.
Materials which are refused shall immediately be removed from the construction site at the cost
of the Contractor.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 24

10. CIVIL WORKS


10.1 EARTHWORKS
General
The Contractor shall be responsible for all excavations and the disposal of excavated materials as
required for the construction of the works and referred to herein as earthworks.
No earthworks shall commence until the Contractor has affected all safety measures, including
the provision of barriers and traffic management measures.
The earthworks shall be executed in accordance with the applicable Jordanian standards, norms
and regulations, and if such do not exist the work shall be performed in accordance with
internationally recognized standards and norms approved by the Engineer.
Relocation of Possible Utilities
The Contractor shall take all steps necessary to find, protect and safeguard any drains, pipes,
cables and similar services encountered, already installed or to be installed, for the duration of the
contract in order to keep them in good working condition. Should the services become damaged
during the course of the works, then the Contractor shall be responsible for liaising with the
responsible utility companies or organisations and arranging for the repair of that service and
bear all costs associated with the repair of the service.
Information as may be given in the contract in relation to the present condition and character of
the existing structures, roadways, embankments and the like and in relation to the dimensions of
various parts of the existing structures, the position, extent and particulars of drains, pipes, cables
and the like, is given without guarantee of accuracy and neither the Employer nor the Engineer
will be liable for any discrepancy therein.
The absence of such information shall not relieve the Contractor of this liability for the cost of
any repair work necessitated by damage caused by him to such mains and services in the course
of his work and for the cost of all losses arising from their disruption.
10.2 EXCAVATION
General
Earth excavation shall consist of excavating, removing and disposing of satisfactorily any
material, regardless of the material encountered for all parts of the works. The Contractor's
method of excavation shall be subject to the approval of the Engineer.
Earth excavation is excavation of any naturally occurring or man-made or placed material that
can be removed manually or by mechanical shovel, bulldozer or ripper.
The Contractor shall also remove unsuitable materials/soils or excess soils from the site and
dispose it in a manner and at a location to the approval of the Engineer. Unsuitable material shall
e.g. include:
• Peat, timber and perishable material;
• Material susceptible to spontaneous combustion;
• Clay with a liquid limit exceeding 80 and having a plasticity index exceeding 55; and
• Materials having moisture content greater than the maximum permitted for such materials.
If areas of excavation are not accessible for earthmoving equipment due to limited working
space, traffic or any other reason, excavation shall be carried out manually.
The Contractor shall make records of the position and extent in excavations of every type of
service and obstruction encountered during the construction of the works, and samples taken
and the results of tests on such samples.
The extent of excavations shall be kept to a minimum practicable for construction of the works,
and all over-excavation shall be filled with suitable material and compacted to the satisfaction of
the Engineer.
The earth excavation shall be organised taking into consideration the local conditions as the can
be interpreted from the appended soil investigations or supplementary investigations made by the
Contractor.
Excavation for Structures

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 25

Excavation for structures includes removal and disposal of material for all structural excavation.
Should the surface of excavations at foundation level become deteriorated through any cause
whatsoever, then the Contractor shall further excavate all materials, which in the opinion of the
Engineer has become unsuitable, and replace it- at his own expense- with such material and in
such manner as the Engineer shall direct.
Tolerance
Unless otherwise specified no point of the surface of the completed earthwork shall be more
than +/- 50 mm from the designed surface. Within the above tolerances, the surface shall have a
smooth regular face all to the satisfaction of the Engineer.
Bed levels of drains shall not be higher, (tolerance 0), or more than 200 mm lower than the
correct level.
Slips, fall and Excess Excavations
The Contractor shall prevent slips and falls of materials from the sides of the excavations and
embankments.
In the event of slips or falls occurring in the excavations, and where excavations are made in
excess of the specified dimensions, then any unsuitable material that has entered into the
excavation is to be removed from the excavation, and the additional backfilling that may be
required is to be carried out with selected excavated or imported material and compacted to the
approval of the Engineer.
Safety of Excavation and Adjacent Structures
The Contractor shall provide support necessary to ensure the stability of the excavation and
adjacent roads and structures. The support may be made with sheet-pile walls, holding walls,
open caissons or pneumatic caissons etc.

10.3 PREPARATION OF FOUNDATION


The work under this description shall consist of preparing the foundation, which is to be the base
for structures.
All foundations shall be free of loose material, remoulded debris or other deleterious and organic
materials, all to the satisfaction of the Engineer.
Any foundation areas shall be well-graded for proper drainage and said grading shall be
maintained at all times.
Foundations, except where limited by structures, which are to receive fill or structures shall be
scarified and loosened by means of a disc harrow or plough or other approved methods to a
depth of no more than 200 mm unless such loosening is not needed in the opinion of the
Engineer. Scarifying shall be done approximately parallel to the centre line of the fill.
If any unsound material occurs in the bottom of any excavation, the Contractor shall remove it
and dispose it all to the satisfaction of the Engineer. Unless otherwise specified or ordered by the
Engineer, the Contractor shall fill the voids so formed with concrete grade C16/20 or with
suitable granular material to the approval of the Engineer.
After removal of all unsuitable materials, the entire foundation area shall be graded, moisture
conditioned and thoroughly compacted to the required compaction degree.
The period between completion of preparation of foundation and the construction of the
overlaying works shall be kept as short as possible.

10.4 BACKFILLING AND FILLING


Fill Materials in General
Fill material shall not contain roots, frozen material, organic or otherwise unsuitable materials.
No fill material shall be placed in any of the permanent works until its foundation has been
prepared as specified.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 26

Fill materials shall be handled, placed, spread and compacted in such a manner as to avoid
segregation of the fill and to obtain a stable, homogeneous compacted structure.
When organising his work, the Contractor shall take due account of the climatic conditions,
which may be expected in the area. Should placed material by any cause become unacceptable,
the Contractor shall remove such material or shall process it until all specifications are met. Such
work shall be performed at no additional cost to the Employer.
Unless otherwise specified or approved, the material used for backfill and fill shall be excavated
material of particle size not exceeding 75 mm.
Backfill against the permanent works shall be selected, and free from boulders, cobbles, rock
fragments and the like greater than 50 mm nominal size.
Imported fill materials shall comprise the following materials all in accordance with the relevant
norms:
• Sand in fraction 0-7 mm;
• Gravel in fraction 7-15 mm; and
• River boulders in fraction 8-15 mm.
Where fill will be used below structures and building floors, the material shall consist of durable
gravel, broken stone, crushed concrete or sand with a particle size not exceeding 10 mm. The
grading of the material shall be such that there is no migration of fines into the fill.
Placing and Compaction of Fill and Backfill
The natural ground over which filling is to be placed shall be cleared of all loose boulders, grass,
productive soil, mud, bushes, trees, roots, other vegetation and other unsuitable material.
Unless otherwise specified, fill shall be spread by machine or manually in successive horizontal
layers of not more than 200 mm loose depth and compacted to 100% Standard Proctor.
Operations on earthwork shall be suspended at any time when satisfactory results cannot be
obtained because of rain, or other unsatisfactory field conditions. The Contractor shall drag,
blade, or slope the embankment to provide proper surface drainage.
The material in the layers shall be of the proper moisture content before compaction. Wetting or
drying of the material and manipulation when necessary to secure uniform moisture content
throughout the layer may be required.
The Contractor shall take all necessary precautions to protect exposed faces against deterioration.
The Contractor shall compact the fill using approved compacting methods and equipment.
Backfilling shall not impose uneven or excessive load on a structure.
All material used for filling shall be deposited and compacted as soon as practicable after
excavation in layers of thickness appropriate to the compaction plant used. Filling of areas and
embankments shall be built up evenly over the full width and shall be maintained at all times with
a sufficient camber and a surface sufficiently even to enable surface water to drain readily from
them.
Filling Adjacent to Structures
Filling against the perimeter of structures shall not be carried out until the Engineer agrees that
the construction is sufficiently advanced implying no risk of interferences or damage from either
the compaction equipment or the backfilling material.
Filling material for excavations and for making up levels within the perimeter of structures shall
be suitable material and shall contain no particular size in excess of 50 mm. The compaction of

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 27

fill material within the perimeter of structures shall be carried out with equipment suited to the
area being compacted.
Tolerances for Filling
The fill shall be placed and compacted to a tolerance of –10 mm/+ 15 mm for a final surface.
Where further works will be carried out above the fill the tolerance shall be –25 mm/+0 mm.
Within the above tolerances the surface shall have a smooth regular face all to the approval of the
Engineer.
Control and Testing of Fill
Control testing shall be carried out by members of the Contractor's staff competent to perform
the required tests. Additional testing may be carried out at the discretion of the Engineer.
Soil compaction tests will be carried out according to the relevant standards.
Allowance for Settlement
The Contractor shall make due allowance for consolidation and settlement of fill and compacted
fill such that the levels and dimensions of the finished surfaces at the end of the contract (defects
notification period) are within the tolerances specified.

10.5 DISPOSAL OF SURPLUS MATERIAL


Deposits of surplus suitable material and unsuitable materials are in the following referred to as
"soil dumps". Generally, the Contractor shall transport and dispose of all excavated material not
required for the works. The locations proposed by the Contractor for disposing or storing of
excavated material, whether temporarily or permanently, shall be subject to the approval of the
Engineer.
The Contractor shall compact, trim and drain soil dumps as may be necessary to maintain them
in a slightly and stable condition and to such levels and slopes the Engineer shall direct.
Placing materials in soil dumps shall be such that it will not contaminate or otherwise render less
efficient usable lands or interfere with natural drainage or access. Where required by the
Engineer, drains shall be constructed to prevent the undesirable accumulation of water in or
around soil dumps.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 28

11. CONCRETE WORKS


Materials
Materials used in the works shall be new, good and of the qualities and kinds specified herein and
equal to the approved samples. Delivery shall be made sufficiently in advance to enable further
samples to be taken and tested if required. Materials not approved shall be immediately removed
from the works at the Contractor's cost.
All specified properties of the concrete-making materials shall be tested with a frequency to
ensure continuous compliance with the requirements, and whenever new materials are to be
used.
Materials shall be transported, handled and stored on the site or elsewhere in such a manner as to
prevent damage, deterioration, or contamination.
Cement
Cement shall be from an approved source and shall be low alkali cement and sulphate-resistant
or ordinary Portland cement complying with EN197.
In addition low alkali cement used in the works shall contain less than 0.6% alkali (expressed as
Na2O + 0.658 K2O).
Cement shall be delivered in sealed manufacturer's branded bags or barrels, each consignment
accompanied by the manufacturer's test certificates. Damaged bags or barrels and any cement the
Engineer considers unsatisfactory shall be rejected. Each bag shall be used on the day of opening;
bags opened on the previous day shall be rejected. All rejected cement including that which has
become affected by damp conditions is to be removed from site within 48 hours.
Cement stored on site shall be protected from the weather and raised from the ground.
Cement shall be used in the order in which it is delivered.
Cement temperature shall not exceed 60°C when used.
Cement shall not be used after 6 months from its manufacture date or after it has been held in
store for 3 months, unless it is tested and satisfies the relevant EN Standards. Each re-test
certificate shall be valid for a period of 6 months.
Each consignment of cement delivered to the site must be accompanied by a certificate showing
the place and date of manufacture and the results of standard tests carried out on the bulk supply
from which the cement was manufactured.
Notwithstanding the above requirements and tests, the Engineer may reject any cement which in
his opinion is unsatisfactory for any reason whatsoever.
Water
Water for use in concrete, mortar mixing and curing shall be obtained from an approved source
and shall be of a quality as not to affect the setting time, strength, durability of the concrete or
mortar, or the appearance of hardened concrete or mortar by discolouration or efflorescence, nor
the reinforcement at any age of the concrete or mortar.
Water shall be clean, potable, blended or unblended, with a pH between 5.0 and 9.0 and shall be
tested in accordance with EN 1008. The following limits shall not be exceeded:
• Total dissolved solids (TDS) not greater than 2000 ppm.
• Suspended solids not greater than 2000 ppm.
• Chlorides (Cl) not greater than 500 ppm.
• Sulphates (SO4) not greater than 1000 ppm.
• Alkali (HCO3/CO3) not greater than 1000 ppm.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 29

Water shall be stored in approved, clean containers which are protected from sun, wind, dust,
organic contamination or from contamination by any other source.
Aggregates
Materials used as aggregates shall be obtained from a source known to produce aggregates
satisfactory for concrete and shall be chemically inert, strong, hard, durable, of limited porosity
and free from adhering coatings, clay lumps, coal and coal residues and organic or other
impurities that may cause corrosion of the reinforcement or may impair the strength or durability
of the concrete. Aggregates shall be natural gravels or crushed stone complying with EN 12620.
The aggregates used in the concrete mix shall not cause damage or weakening of the concrete.
Aggregates shall be stored and handled only on approved impervious free draining platforms
with concrete block walls separating different grades. Stock piles shall be built in 1.50 m
(maximum) layers and segregation of the aggregates shall be prevented. All aggregates which have
become segregated shall be removed. All aggregates stored on site shall be covered with
approved sheeting until required for mixing. Aggregates which have become contaminated whilst
stored on site shall be removed.
Fine Aggregates
Sand for concrete shall comply with EN 12620. It shall not contain more than 3% voided shells
(as determined by direct visual separation).
Artificial or manufactured sand will not be acceptable.
The maximum permitted concentration of chlorides and sulphates expressed as percentage by
weight of dry sand are 0.06% (as acid soluble Cl-) and 0,4% (as acid soluble SO4) respectively.
The blending of crushed stone fines may be permitted provided that the blended product meets
all the requirements for fine aggregates. Materials finer than 75 micron size - ISO 3310 test - shall
not exceed 5% by weight. If the materials finer than 75 microns - according to ISO 3310 test -
consist of the dust of fracture, essentially free of clay or shale, the limit can be increased to 7% by
weight.
Absorption shall not Exceed 5%
Magnesium sulphate soundness weight loss shall not exceed 10% after five cycles (ASTM C88).
When tested for organic impurities the colour shall be lighter than the reference standard colour
(ASTM C40).
When tested for potential alkali reactivity (ASTM C 227) the expansion shall be less than 0.05%
at 3 months. Alternatively the potential alkali reactivity can be tested in accordance with ASTM C
289 and the evaluation done in accordance with ASTM C 33, Appendix XI.
Coarse Aggregates
Coarse aggregates for concrete shall be hard and durable stone, produced by mechanical
crushing, e.g. by jaw, impact or cone crushers or other mechanical means to the approval of the
Engineer.
The maximum permitted content of chlorides and sulphates by weight of dry aggregates are
0.03% (as acid soluble Cl-) and 0,4% (as acid soluble SO4) respectively.
Unless otherwise approved by the Engineer, coarse aggregate for use in all classes of concrete
shall be provided for batching as single sized aggregates of 40 mm, 20 mm and 10 mm nominal
size proportioned in such ratio as to give a uniform gradation.
Absorption shall not exceed 2.5% (EN 12620).
Flakiness index and elongation index shall not exceed 25% (EN 12620).
Coarse aggregate shall not contain more than 5% soft fragments (ASTM C 235).

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 30

Magnesium sulphate soundness weight loss shall not exceed 10% after five cycles (ASTM C88).
When tested for potential alkali reactivity (ASTM C 227) the expansion shall be less than 0.05%
at 3 months. Alternatively the potential alkali reactivity can be tested in accordance with ASTM C
289 and the evaluation done in accordance with ASTM C 33, Appendix XI.
Admixtures
Any use of admixtures and additives shall comply with EN 934 and shall be approved by the
Engineer.
Approved admixtures shall be used in accordance with the manufacturer's recommendations,
shall be dispensed by approved equipment, which provides a visible means of checking each
dose, and shall comply with the relevant EN standards.
The proposed dosages, the manufacturer's technical information and the results of trial mixes
shall be submitted to the Engineer before approval is given.
When more than one admixture is to be used in a concrete, the compatibility of the various
admixtures shall have been ascertained by standard tests and certified by the manufacturer(s).
No admixture containing chloride or nitrate shall be used.
Total Chloride and Sulfate Contents
The total acid soluble chloride content of the concrete mix shall be determined in accordance
with EN 12350. Chlorides from all sources shall be included.
For concrete made with sulphate-resistant cement the maximum total acid soluble chloride
content expressed as % of chloride ion by weight of cement shall be 0.200%.
The maximum total acid soluble sulphate content of the concrete mix from whatever source
expressed as % SO4 by weight of cement shall be 4.0.
Reinforcement
Reinforcement shall comply with EN10080.
Reinforcement bars shall have strength equal to high yield steel bars and shall be profiled.
The characteristic yield stress shall be at least 420 N/mm2.
The Contractor shall furnish the Engineer with copies of the manufacturer's certificates of tests
for the steel reinforcement to be supplied.
If required by the Engineer, the Contractor shall submit samples to, and obtain test certificates
from, a recognized testing laboratory approved by the Engineer.
All reinforcement shall be clean and free from pit corrosion, loose rust, mill scale, paint, oil,
grease, adhering earth, or any other material that may impair the bond between the concrete and
the reinforcement or that which may cause corrosion of the reinforcement or may be detrimental
to the quality of the concrete.

11.1 REQUIREMENTS / WORKMANSHIP


11.1.1 Formwork
11.1.1.1 Design and Construction
Formwork for concrete shall be rigidly constructed of approved materials and shall be true to the
shape and dimensions. Formwork shall be constructed of material or lined with materials as may
be necessary to achieve the finishes specified in this section. The formwork design shall be
submitted to the Engineer for approval before construction commences.
All material brought on the site as forms, struts or braces shall be new materials.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 31

Faces in contact with concrete shall be free from adhering grout, projecting nails, splits, or other
defects. Joints shall be sufficiently tight to prevent the leakage of cement grout and to avoid the
formation of fins or other blemishes. Faulty joints shall be caulked. 20 mm by 20 mm chamfers
shall be formed on the external corners of concrete members, unless otherwise specified. Internal
corners shall similarly be provided with 20 mm fillets.
Formworks for exposed surfaces shall be laid out in a regular and uniform pattern with the long
dimension of panels vertical and all joints aligned.
If openings of the formwork for the escape of water used for washing out are made, they shall be
formed so that they can be conveniently closed before placing the concrete.
Connections shall be constructed to permit easy removal of the formwork and shall be strong
enough to retain the correct shape during consolidation of the concrete.
Metal ties or anchors within the form shall be so constructed as to permit their removal to a
depth of at least 50 mm from the face without injury to the concrete. All fittings for metal ties
shall be of such design that upon their removal the cavities which are left will be of the smallest
possible size. Spreader cones or ties shall not exceed 25 mm diameter. The cavities shall be filled
with cement mortar and the surface left sound, smooth, even and uniform in colour.
Formwork shall be true to line and braced and strutted to prevent deformation under the weight
and pressure of the unset concrete, constructional loads, wind, and other forces. Beams spanning
more than 3 metres shall have an upward camber of 1½ mm per m of span.
Concrete shall normally not be placed in lifts deeper than 3 m. For lifts higher than 3 m openings
for placing the concrete shall be provided in order to avoid segregation of the concrete.
An approved mould oil` or other material shall be applied to faces of formwork to prevent
adherence of the concrete. Such coatings shall be insoluble in water, non-staining, and non-
injurious to the concrete. Liquids that retard the setting of concrete shall be used only when
approved. Mould oil, retarding liquid, and similar coatings shall be kept from contact with the
reinforcement or previously cast concrete.
Before any concrete is placed, forms shall be properly cleaned by washing out with water and/or
air under pressure to remove sawdust, shavings, metal and other foreign matter. All water shall
then be drained and mopped out from the formwork. In no case shall concrete be placed in the
forms until such forms have been approved by the Engineer. Such approval shall not relieve the
Contractor of his responsibility for the formwork.
Details of any fixtures to be cast into the concrete shall be to the approval of the Engineer. No
fixtures shall be attached to the concrete by shot-firing without prior permission of the Engineer.
Notwithstanding any such authorization, the Contractor shall take full responsibility for any
damage caused to the structure and make good to the satisfaction of the Engineer.
11.1.2 Construction Tolerances
The tolerances within which concrete work shall be constructed are as summarized below:
• Item of construction Permissible deviation (mm)
• Position in plan: ± 20 mm
Size and shapes:
• Thickness of walls and slab ± 6 mm
• Columns and beams ± 6 mm.
Dimensions of foundations:
• + 50 mm
• - 0 mm.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 32

Variation from plumb:


• (vertically - up to 5 m) ± 12 mm.

Levels to slabs and beams:

• ± 10 mm.
Holes:
• Placement: ± 10 mm
• Sizes: ± 3 mm.
• Cast-in items:
• Placement: ± 10 mm
• Distance between interconnected items: ± 2 mm.
The Contractor is responsible for keeping the deviations of the finished concrete structure within
the limits given, and any rectification of work not constructed within the tolerances set out shall
be entirely at the expense of the Contractor.
Removal of Formwork
Formwork shall be removed by gradual easing without jarring. Before removal of the formwork
the concrete shall be examined and removal shall proceed only in the presence of a competent
supervisor and only if the concrete has attained sufficient strength to support its own weight and
any load likely to be imposed upon it.
The following striking time given in maturity days are the absolute minimum that will be
permitted:
• Soffits 10 days
• Sides 4 days.
Loads shall not be placed on concrete before the following periods after casting:
• Columns, walls, beams, slabs, etc. 14 days
• Foundations 10 days.
The Contractor shall record the date upon which the concrete is placed in each part of the work,
and the date on which the formwork is removed from there. The assessment of the period
elapsing between placing the concrete and removing the formwork and consequences arising
there from shall be entirely the Contractor's responsibility.
Surface Finishes
Type 1 Finish - Standard Rough Form Finish:
Provide standard rough form finish to all formed concrete surfaces that are to be concealed in
the finished work or by other construction, unless otherwise indicated or specified.
Standard rough form finish shall be the concrete surface having the texture imparted by the form
facing material used, with defective areas repaired and patched as specified, and all fins and other
projections exceeding 5 mm in the height rubbed down with hard blocks.
Type 2 Finish - Standard Smooth Form Finish:
Provide standard smooth finish for all formed concrete surfaces, that are visible or in contact
with wastewater.
Standard smooth finish shall be the cast concrete surface as obtained with a smooth form facing
material, with defective areas repaired and patched and all fins and other projections on the
surface completely removed and smoothed.
Related unformed surfaces as top of walls, horizontal offsets to be striked off smooth and
finished with a texture matching the adjacent formed surfaces. Apply float finish or trowel finish
to provide smooth uniform surfaces.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 33

• Blowholes greater than 5 mm to be filled with matching mortar to an approved sample.


• Nos. of blowholes between 1 to 5 mm must not exceed 50 per 10 m2 concrete surface."
Type 3 Finish - Monolithic Slab Finish:
Provide scratch finish to monolithic slab surfaces which are not specified as monolithic smooth
slab finish.
After placing slabs, plane the surface to a tolerance not exceeding 6 mm in 3 m, when tested with
a 3 m straight-edge. After levelling, roughen the surface before the final set with stiff brushes,
brooms or rakes.
Type 4 Finish - Monolithic Smooth Slab Finish:
Provide a smooth finish to monolithic slab surfaces which are not intended to be finished with
flooring materials or which are to be run over by a sludge scraper.
After placing the slabs, the surface has to be levelled and trowelled smooth in one operation with
the casting. The tolerance on the surface plane should not exceed 6 mm in 3 m, when tested with
a 3 m straight-edge.
Type 5 Finish - Monolithic Power Float Slab Finish:
Provide power float finish to monolithic floor slab.
Power Floating shall be undertaken by steel floating the concrete to an even finish with no ridges
or steps. When the concrete has taken a primary set it shall be power trowelled to a uniform
smooth polished surface free from trowel marks or other blemishes. Once power floating is
completed the surface finish must be adequately protected from construction traffic.
The tolerance on the surface plane should not exceed 5 mm in 3 m, when tested with a 3 m
straight-edge.

11.2 REINFORCEMENT
11.2.1 General
The Contractor shall ensure that all reinforcement is checked by a competent person. The
Contractor shall notify the Engineer well in advance about portions of reinforcement work ready
for inspection and shall keep a detailed record of the planning and control of the reinforcement
work.
11.2.2 Storage of Reinforcement
Reinforcement shall be stored on properly constructed racks at least 150 mm above ground level.
The storage, cutting and bending of steel reinforcement shall be carried out under cover on an
approved, free draining concrete platform. The method of storing shall be such as to prevent
contamination or damage by weather or accident. Steel shall be protected from humidity when
stored.
11.2.3 Handling of Reinforcement
Sheets of mesh fabric shall be flat unless specified as bent and any tendency to curve or twist
shall be corrected by the Contractor before fixing. Mesh fabric shall not be supplied in rolls.
11.2.4 Cutting and Bending
Dirt, rust, concrete, scale, paint, oil, grease, salts, etc. shall be removed from the reinforcement by
sand blasting.
Reinforcement shall be bent when cold by hand or by using an approved hand or power operated
bending machine. When bending, the reinforcement should be subjected to a constant even load
and not an impact load.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 34

Welding of reinforcement will only be allowed with the specific written permission of the
Engineer.
Bars incorrectly bent shall be used only if the means used for straightening and re-bending be
such as not to damage the steel. No reinforcement shall be bent when in position in the works
without approval, whether or not it is partially embedded in hardened concrete.
Bending dimensions shall be in accordance with ENV 1992.
11.2.5 Fixing Reinforcement
Bars in contact shall be firmly secured to each other with approved binding wire or proprietary
clips of a type approved by the Engineer. Binding wire shall be 16-18 gauge soft iron wire free
from rust or other contaminants. The reinforcement shall be fixed accurately in position so that
the reinforcement is in the correct position in relation to the formwork to give the specified
concrete cover. The reinforcement shall be securely fixed in position so that it will not be
displaced during the passage of the Contractor's traffic, the placing and compaction of the
concrete or any related operations.
The correct cover shall be maintained by the use of concrete spacers. Concrete spacing blocks
shall be machine pressed, or, if manufactured on site, shall be made from a mix of one part
cement and two parts of sand. Site manufactured blocks shall be well compacted and water cured
for a minimum of 7 days after casting and shall have a 10 minute absorption of less than 3.2% by
weight. Concrete spacers shall be comparable in strength, durability and appearance to the
surrounding concrete. Any wire cast into the spacer blocks shall be positioned well away from the
exposed surface and shall be galvanized. Spacers fixed to parallel reinforcement bars shall not be
located in a line across a section. Timber, stone or metal spacers shall not be used.
The top reinforcement in slabs shall be rigidly supported by mild steel chairs from the bottom
reinforcement. Chair spacing shall be at maximum 1.50 m centres in both directions.
Starter bars to walls must be securely fixed to the reinforcement in the parent concrete and
accurately located to maintain the specified cover. Reinforcement embedded in hardened
concrete shall not be bent.
Reinforcement cages assembled before fixing shall be protected against the weather and shall be
stored and transported carefully so that no distortion or contamination may occur.
Concrete shall be placed within 3 days of fixing reinforcement.
11.2.6 Laps and Joints
Laps are to be staggered in such a manner that maximum one third of the bars are lapped in the
same section, otherwise the lap length shall be increased by 50%.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 35

12. CONCRETE
12.1.1 Grades of Concrete
Grades of concrete shall be in accordance with EN 206. With 25 mm maximum nominal
aggregate size the requirements are:
Table 1:
Target mean free Characteristic
Minimum Cement Maximum free
Concrete Class water/ cement cylinder strength at
Content water/cement ratio
ratio 28 days

C35/45 320 kg/m3 0.45 0.45 35 N/mm2

C30/37 300 kg/m3 0.45 0.45 30 N/mm2

C25/30 280 kg/m3 0.50 0.50 25 N/mm2

C16/20 225 kg/m3 - - 16 N/mm2


The maximum cement content shall not exceed 400 kg/m3.
The concrete shall be capable of being transported and readily compacted by internal vibrators
into a dense impermeable mass without segregation, bleeding or plastic cracking. Subsequently,
the concrete shall be durable and free from crazing, thermal cracks and drying shrinkage cracks.
The slump shall be kept to the minimum compatible with approved placing and compacting
requirements, but in no case shall the concrete be placed at a slump of more than 160 mm or less
than 40 mm, determined in accordance with EN 12390, without the prior approval in writing of
the Engineer.
Concrete mixes shall have the cement content necessary to meet the specified water-cement ratio,
the workability and the compressive strength requirements.
Concrete mixes shall have the lowest possible sand content to meet the workability and water
tightness requirements.
Concrete mixes shall be made with a target air-content equal to 6%. The air-content in any mix
may not be less than 4% or above 8%.
In-situ concrete shall be dense and well-compacted to a minimum of 98% of the density of the
relevant test cylinders.
12.1.2 Concrete Mixes
12.1.2.1 Mix Design

The Contractor will be responsible for the final mix design for each class of concrete. Six weeks
prior to the commencement of concreting operations the Contractor shall submit to the
Engineer for approval samples and test reports proving compliance with this specification of all
materials to be used in the various mixes together with the mix design and the proposed weights
of materials to be incorporated in the mixes.
12.1.2.2 Trial Mixes
The Contractor shall perform a trial mix on site in the presence of the Engineer for the various
classes of concrete specified, using the proposed plant, equipment and batching and mixing
methods.
No structural concrete shall be placed in the works until the relevant mix has been approved by
the Engineer.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 36

Before any grade of concrete is placed in the works three trial mixes of the grade shall be made to
the submitted mix proportions and from each mix six cylinders shall be prepared and cured in
accordance with EN 12390, three for testing at 7 days and three at 28 days by a laboratory
approved by the Engineer.
The mix proportions shall be accepted for use in the works only if the 28 days cylinder strengths
exceed the characteristic strength compliance requirements by at least 4 N/mm2.
These requirements to perform trial mixes may be relaxed by the Engineer on production of
satisfactory evidence of trial mixes previously approved with the same materials used in the same
proportions.
Where the maximum free water/cement ratio is specified preliminary tests shall be made to
establish the relationship between free water/cement ratio and the slump. A maximum allowable
slump value shall be established which includes an appropriate tolerance for variability of
manufacture, sampling and testing.
The preliminary tests shall be repeated and revised and maximum slump values established
whenever necessary due to a change in materials or batching.
When the mix has been approved, no variations shall be made in the proportions, the original
source of the cement and aggregates or in the type, size and grading of the latter without the
consent of the Engineer who may require further tests to be made.
No approval by the Engineer of a trial mix shall relieve the Contractor of the responsibility of
maintaining the working strength required. The Engineer may also require practical tests to be
made on the site by filling trial moulds to confirm the suitability of the mix for the works. In
these tests, the type of plant used and the formwork face to the mould shall be similar in all
respects to those intended for use in the works.
12.1.3 Additional Trial Mixes
During production the Engineer may require additional trial mixes to be made before a
substantial change is made in the materials or in the proportions of the materials to be used.

12.2 COMPLIANCE AND QUALITY CONTROL


12.2.1 General
For assessment of strength a sample shall be taken from a randomly selected batch of concrete
by taking a number of increments in accordance with EN 12390. The minimum sampling
frequency shall be one set per concrete mix per day of concreting. The samples shall be taken at
the site, whenever practicable, to be taken at the point of discharge from the mixer. Four test
cylinders from each sample shall be prepared in accordance with EN 12390 under supervision of
the Engineer.
The test cylinders shall be cured in accordance with EN 12390. Two cylinders will be crushed at
7 days and used for early assessment of the concrete as a guide only.
The test cylinders shall be delivered to, and tested by, a laboratory approved by the Engineer.
Certified copies of the test results shall be supplied to the Engineer.
Compliance with the characteristic strength will be assumed only if the conditions given below
are met:
• The average strength determined from any group of four consecutive test results exceeds the
specified characteristic strength by 3 N/mm2.
• The strength determined from any test result is not less than the specified characteristic
strength minus 3 N/mm2.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 37

The cost of any given mix, poured between the taking of two consecutive samples shall be
represented by the former sample.
Tests covering all specified properties of all materials to be used in the mixes shall be carried out
at a frequency necessary to prove continuous compliance for each property.
The cost of taking and testing concrete samples and materials required to ensure compliance with
this specification shall be borne wholly by the Contractor.
Should the concrete supplied not comply with the characteristic strength requirements, the
Engineer may instruct the removal and replacement of the concrete or other remedial action to
be taken. Any such removal or remedial action will be carried out at the Contractor's own
expense and payment will not be made for such elements until the removal and replacement or
remedial action is completed to the satisfaction of the Engineer.
12.2.2 Records
The Contractor shall keep a complete record of the work of concreting showing the time and the
date of placing the concrete in each portion of the work. The record shall be available for
inspection at any time by the Engineer.
The following information for testing shall be recorded for each cylinder:
• Class of mix.
• Site mixed or ready-mix and supplier.
• Slump.
• Time of mixing and concreting.
• Location in structure of concrete.
• Cylinder identification marks.
• Temperature of concrete.
All cylinders shall be clearly marked prior to leaving site and no cylinder shall leave the site unless
documentation complying with the above has been supplied to the Engineer.
If instructed by the Engineer, the temperature of the concrete sample shall be determined.
12.2.3 Mixing of Concrete
Concrete shall be mixed in accordance with EN 206.
Concrete shall be weight batched and mixed in an approved mixing machine fitted with an
approved water metering device. Volume batching will not be allowed.
The weighing and water-dispensing mechanisms shall be maintained in good order. Their
accuracy shall be maintained within the tolerances described in EN standards and checked
against accurate weights when required by the Engineer.

The weights of cement and each size of aggregate as indicated by the mechanisms employed shall
be within a tolerance of ±2% of the respective weights per batch agreed by the Engineer. The
weights of the fine and coarse aggregates shall be adjusted to allow for the free water contained
in them. The water to be added to the mix shall be reduced by the quantity of free water
contained in the fine and coarse aggregates, which shall be determined by the Contractor by a
method approved by the Engineer immediately before mixing begins.

Mixers which have been out of use more than 30 minutes shall be thoroughly cleaned before any
fresh concrete is mixed in that machine. Mixing plant shall be thoroughly cleaned before
changing from one type of mix to another or before changing from one manufacturer of cement
to another.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 38

Controls shall be provided to ensure that no additional water can be added during mixing except
with the approval of the Engineer. The entire batch shall be discharged before the mixer is
recharged. In no case shall the mixing time be less than 1½ minutes.
A concrete slab with adequate drainage shall be provided as a working platform unless alternative
arrangements are specially permitted by the Engineer in writing.
12.2.4 Distribution and Placing of Concrete
12.2.4.1 General
The Contractor shall notify the Engineer in writing 24 hours before pouring concrete, stating the
times of pouring, and shall not commence pouring operations without his written approval of
excavations, formwork, reinforcement, arrangements for plant and materials on site, installation
of accessories, etc. Any concrete placed before obtaining such approval shall be rejected. The
Contractor shall note that methods of transporting and placing of concrete which necessitate the
carrying and lifting of concrete by manual labour will not be allowed. For major concreting
works, the means of transport from mixer to place of pouring, shall be semi-mechanized, i.e.
vertical transport by crane, hoist or similar and horizontal transport by dumper, wheelbarrows or
similar.
The formwork or area of deposition shall be cleaned as specified. Constructional plant and
materials required, or which may be required, during the concreting work and for curing shall be
on site and fully prepared before concreting commences. All accessories shall be installed and
formwork for holes, chases, etc. shall be provided as specified. Only after all these preparations
and other relevant requirements have been completed, shall the Engineer's written approval to
place concrete be given.
Concrete shall be transported, placed and spread by approved means and in such a way as to
prevent segregation.
Concrete with a temperature above 32°C or below 5°C or with a slump less than 40 mm or more
than 160 mm shall be rejected. Concrete not placed within 60 minutes of the commencement of
mixing or before starting its initial set shall be rejected.
Concrete shall be transported and compacted into a dense impermeable mass without segregation
or bleeding or cracking to ensure that when hard, it is durable, un-cracked and un-crazed.
Except where otherwise agreed by the Engineer concrete shall be deposited in horizontal layers
to compacted depth not exceeding 300 mm. Concrete shall be deposited as near as possible to its
final position to avoid re-handling.
Unless otherwise agreed by the Engineer concrete shall not be dropped into place from a height
exceeding 3 metres. When trunks or chutes are used they shall be kept clean and used in such a
way as to avoid segregation.
The Contractor shall not place concrete in standing or running water.
Concrete shall be deposited continuously. No concrete shall be placed against concrete which has
hardened sufficiently to cause seams, planes of weakness or cold joints.
If for unforeseen reasons it is necessary to stop concreting before completion of the pour then
construction joints as specified shall be formed and further concreting shall be suspended for at
least twenty four hours.
Cutting and chasing of hardened concrete shall not be permitted without the Engineer's
approval.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 39

The Contractor shall provide openings, mortises, chases, sleeves, etc. and fix bolts, anchors, etc.
in concrete as work proceeds and support embedded items against displacement. Items cast shall
have all voids filled with readily removable material to prevent concrete ingress.
The Contractor shall clean and wet then fill tie holes solid with patching mortar. When required
by the Engineer honeycombed and other defective concrete shall be cut back to sound concrete,
with perpendicular or slightly under cut edges and shall be prepared in an approved manner.
The Engineer will reject any concrete which he considers to have been inadequately mixed or in
which the ingredients have segregated or which is no longer capable of being effectively placed or
compacted.
All receptacles used for the transport and deposition of the concrete shall be kept clean and
thoroughly washed out after stopping work and at the end of each shift.
The Contractor shall obtain the Engineer's permission before concreting in air shade
temperatures which exceed 30°C and shall take approved precautions (use admixtures, cool
ingredients, continuously spray formwork with water, erect sunshades, etc.) to prevent early
setting, etc. and to ensure that the concrete temperature when placed does not exceed 32°C.
No concreting shall be carried out in heavy rain.
12.2.4.2 Compaction
Concrete must be carefully and thoroughly compacted during placing to ensure that it completely
surrounds the reinforcement, fills the formwork and excludes voids.
All concrete shall be compacted by using internal vibrators. The size and type of vibrator must be
approved by the Engineer and they shall be used by operators experienced in their use. Concrete
is to be vibrated for the minimum time necessary for thorough consolidation, and the Contractor
shall ensure that excessive vibration, leading to segregation, is avoided. Care must be taken to
ensure that the vibrator does not touch the reinforcement or formwork.
Internal vibrators shall be of the immersion type with a frequency of not less than three thousand
vibrations per minute and sufficient amplitude to consolidate the concrete effectively. The
Contractor shall provide at least fifty percent duplication of all vibration equipment as stand by
during any period of concreting.
Vibrators shall not be employed to move the concrete within the formwork.
12.2.4.3 Curing
Freshly deposited concrete shall be protected from premature drying and excessively hot or cold
temperatures and shall be maintained with minimal moisture loss at a relatively constant
temperature for the proper hydration of the cement and hardening of the concrete.
The materials and methods of curing shall be subject to approval. Concrete surfaces not in
contact with forms, shall be cured before any risk for plastic shrinkage cracking or drying out of
the concrete surface may occur by one of the following materials or methods:
(a): Polythene membrane shall be laid direct on to the concrete in unbroken sheets with
substantial close fitted lap joints. Sheets shall be weighted with timbers to prevent dry
winds blowing under the membrane
(b): Spray applied curing membrane and curing compounds which shall be of approved
manufacture and type and be of the maximum retentively type. Curing compounds used
shall have reflective properties; they shall be applied in accordance with the
recommendations of the manufacturer and are to be used with extreme caution on any
surfaces against which additional concrete or other finishing materials are to be bonded
and shall not adversely affect the concrete.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 40

Application of curing water shall not be able to affect the finished fresh concrete surface by
dilution of the top layer.
Curing shall be continued for a period of at least 7 days when method (a) above are used. Rapid
drying at the end of the curing period shall be prevented.
The Engineer may instruct, in hot, dry weather, that a combination of the above methods shall
be used.
Exposed horizontal surfaces of slabs in hot windy weather may require additional protection
between the initial compaction and final finishing stages to ensure that the concrete is not
exposed for more than twenty (20) minutes after placing.
Formwork exposed to direct sunlight during the curing period shall be shaded.
Steel forms heated by the sun and all wood forms in contact with the concrete during the curing
period shall be kept wet. If forms are to be removed during the curing period, one of the above
curing materials or methods shall be employed immediately. Such curing shall continue for the
remainder of the curing period.
The use of any of these methods of curing shall be subject to the requirements of the Engineer
for meeting a satisfactory curing result. Any method not giving satisfactory results shall be
discontinued and another, to the preference of the Engineer, be applied instead.
Joints
Additional joints may be accepted when discussed with the Engineer at least 7 days before work
commences.
Construction joints shall be formed in either horizontal or vertical planes and located in the work
to suit working stresses. They shall be so located and the quantity of concrete placed at any one
time shall be so limited in size and shape as to minimize shrinkage and temperature effects. All
reinforcing steel shall be continued across construction joins. The surface of the concrete at all
joints shall be straight and shall be thoroughly cleaned with water and air under pressure, to
expose aggregate. The cleaned surfaces shall be well wetted before casting. Approved water stops
shall be provided in joints subject to water pressure, except in horizontal joints in walls.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 41

13. SITE WORKS


13.1 SCOPE
Site works, as specified hereunder, comprise roads and pavements as well as fencing of operation
compounds and the like.
The site works to be carried out include the supply of all materials, all works required, disposal of
surplus materials and cleaning of the site after the works are completed.
Materials and Standards
The Contractor shall carry out the works and provide materials described in this Specification in
accordance with the appropriate DIN standards. The main standards are, but are not limited by,
the following:
• DIN 482, DIN 483 Kerbs of natural stone and concrete;
• DIN 1995, DIN 1996 Testing of bituminous material;
• DIN 18315 - DIN 18318, etc Technical codes for road construction;
• DIN EN 1338, DIN EN 1342 Concrete and natural pavements.
The Contractor may carry out the works or provide materials in accordance to local or other
international standards (ISO, BS, ASTM and others), provided their requirements are superior or
equivalent to the quality described by the standards cited in the Specifications. Deviation from
DIN standard is subject to the Engineers approval.
Reinstatement of Existing Roads and Footpaths
The Contractor shall be responsible for the maintenance and reinstatement of existing roads and
footpaths. He shall maintain and regularly clean the paved surfaces, reinstate them where
required and ensure that the surfaces after execution of works are kept in satisfactory condition
during the period of maintenance. The reinstatement of any settlement shall be carried out
forthwith upon notification of the Contractor.

The reinstatement of the paved surface shall be done by the Contractor and shall include the re-
excavation of the top surface, base and sub-base, the backfilling of base and sub-base with graded
aggregate and the reinstatement of the surface according to surface conditions met before.
Disposal of Surplus Material
Unless otherwise directed by the Engineer, the Contractor shall make his own arrangements to
dispose off all surplus backfill and unsuitable excavated material from any part of the Work. The
material shall be disposed off-site and shall become the property of the Contractor who will be
entirely responsible for its removal from the site and its ultimate disposal.

The Contractor shall clean the site and the surrounding ground immediately and leave the
construction sites clean and tidy to the satisfaction of the Employer.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 42

14. ELECTRICAL/MECHANICAL WORKS


14.1 SCOPE OF WORK
a. The Work described and included in this Specification is for the manufacture works, testing,
supply, delivery to site, connection, site testing, demonstrating, commissioning and
maintaining for required duration, all equipment and installation as described in this
Specifications. Additionally all equipment and installation shall conform to local authorities
Specifications.
b. All Electrical Works complete in all respects shall be provided in accordance with the
requirements of the Contract Documents.
The Contractor shall include all parts, materials and services necessary to ensure that the works is
complete and will be handed over in satisfactory working order, so that it will correctly perform
for the anticipated lifetime of the work.

14.2 STANDARDS AND REGULATIONS


All electrical works should be done upon the requirements of national technical specifications, in
addition to the international codes. These standards are:
a. General Technical Specifications for Buildings, Electrical Installations, Part 3 Ministry of Public
Works and Housing, Jordan.
b) Jordanian Electrical Codes.
c) Requirements for Electrical Installations for Buildings (IEE Wiring Regulations) published by the
Institution of Electrical Engineers, London – UK.
d) IEC International Electrical Commission.
e) (NEC) National Electrical Code.
f) (NEMA) National Electrical Manufacturers Association.
g) In addition, Jordan Electrical Power Company (JEPCO) and the public guidelines and
regulations must be observed.
14.3 RATED SERVICES CONDITIONS
a) Maximum ambient temperature +50ºC
b) Minimum ambient temperature 5ºC
c) Maximum relative humidity 95%

14.4 DRAWINGS
14.4.1 Design Drawings
1. The Contractor shall prepare and submit detailed design report and all civil, mechanical, and
electrical drawings for all required works .These drawings shall include but not limited to the
following:
14.4.2 Civil Drawings
- Manhole plans, details, and sections.
- Trenches details
- Any other drawings suggested by the Contractor or requested by the Engineer.
14.4.3 Electrical / Mechanical Drawings
- Electrical / Mechanical legend and abbreviations.
- Cables routing site layout.
- Instrumentation devices installation details
- Existing power layout of the existing buildings.
- Modified power layout for the existing building.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 43

- Existing / replaced electrical panels layout inside electric rooms.


- New electrical panels layout inside electric rooms.
- MCC panels details
- Power single line diagrams.
- P&IDs.
- PLC/RTU Single line diagram and I/Os schedules.
- Electrical details for trenches and manholes.
- Details of TIER I & TIER II SCADA system including equipment furniture and wiring
connection.
- Chambers plans and sections (If any). The chamber plan shall show valve installation, support,
puddle flange, manufacturer requirements, electrical ducts lead-in....etc.
- Typical installation details for Flow meter, actuator valve, valve actuator flow control valve...etc.
- Any other drawings suggested by the Contractor or requested by the Engineer.
- Design drawings shall be made to a scale of 1/100 or as required by the Engineer.
- The accepted number of resubmitting Design drawing is two times, any resubmission of
workshop drawing in access to two times will be at the expense of contractor. The employer will
charge the engineer expenses accordingly.
Workshop Drawings
1. Prepare and submit for approval, before commencing any portion of the Contract work,
complete shop drawings, which shall show:
• Exact routes of cables and ducts including sizes and details of installation.
• Exact runs of conduits and trunks including sizes, draw boxes and junction boxes and the
number and sizes of wires in each run.
• Switch boards and distribution boards and control panels including location, layout, dimensions,
fixing details, cabling and final connection arrangement.
• Proposed supports and hangers for conduits, cables ...etc. including details of materials, finish,
sizes and method of fixing to structure.
• The contractor shall submit sections and elevations as required by the Engineer to show details
of installation showing plant, equipment, fixtures in true dimensions in relation to furniture and
other elements in the concerned area.
2. Shop drawings shall be made to a scale of 1/100 or as required by the Engineer.
3. Engineering data covering all equipment and fabricated material to be supplied shall include
drawings and descriptive information in sufficient detail to show the kind, size, arrangement and
operation of component materials and devices.
4. The Contractor shall accept full responsibility for the completeness of each submission, and, in
the case of a resubmission, shall verify that all exceptions previously noted by the Engineer have
been taken into account.
6. The Engineer’s review of drawings and data submitted by the Contractor will cover only general
conformity to the drawings and specifications. The Engineer’s review does not indicate a
thorough review of all dimensions, quantities and details of the material, equipment, device or
item shown. The Engineer’s review of submittals shall not relieve the Contractor from
responsibility for errors, omissions, or deviations, nor responsibility for compliance with the
contract documents.
7. When the drawings and data are returned marked “NOT APPROVED” or “APPROVED AS
NOTED”, the corrections shall be made as noted thereon and as instructed by the Engineer and
one corrected copy and one corrected reproducible copy shall be resubmitted. Fabrication shall
not commence until the final drawings have been returned marked “APPROVED” by the
Engineer. When corrected copies are resubmitted, the Contractor shall in writing direct specific

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 44

attention to all revisions and shall list separately any revision made other than those called for by
the Engineer on previous submissions.
8. The accepted number of resubmitting workshop drawing is two times, any resubmission of
workshop drawing in access to two times will be at the expense of contractor. The employer will
charge the engineer expenses accordingly.
As-built Drawings
1. At the conclusion of work, prepare and submit "As Built Drawings".
2. These drawings shall be titled "As Built Drawings" and shall be prepared from the marked
up progress prints. Submit "As Built Drawings" to the Engineer for review and approval.
3. Should there be any difference between the final "As Built Drawings" and the Contract
Drawings, then arrange for obtaining approval of the final "As Built Drawings" from the
local authorities.
4. AS-built drawings shall be made to a scale of 1/100 or as required by the Engineer.
5. The Contractor shall submit "As Built Drawings” as under:
6. 3 sets of computer compact disk (CD) prepared on AutoCAD.
7. 5 sets of paper prints of the "As Built Drawings" each set in binder form.
8. The accepted number of resubmitting As Built drawing is two times, any resubmission of AS
Built drawing in access to two times will be at the expense of contractor. The employer will
charge the engineer expenses accordingly.
14.5 EQUIPMENT QUALITY
Only new equipment of highest quality will be acceptable. The Contractor is to inform the
Engineer in writing, if he knows that a change in the offered or ordered goods due to a change in
production, standards or regulations is to be expected. If there are any doubts about the
equipment mentioned in the tender documents, the Contractor must notify the Engineer in
writing together with the submission of his offer.
If required by the Engineer, samples of the equipment are to be presented to and approved by
the Engineer before it is offered by the Contractor. The Contractor shall on demand supply the
certificates of origin for materials.
If certain brands are particularly stipulated in the specifications, they must be offered. However,
the Contractor may alternatively suggest and quote other brands of equal quality in a separate
document together with his offer.

14.6 TESTING AND THIRD-PARTY TESTS


The Contractor shall test the whole of the system as detailed in the following conditions
Factory Acceptance Testing (FAT)
These tests shall be satisfactorily completed before the Contractor is permitted to start delivery
and installation.
Sufficient test equipment shall be connected to the system to allow simulation of process and
system worst-case conditions.
The FAT shall be broken down into the following phases:
− Hardware visual inspection
− Hardware functional test
− Software incremental module test
− Software integrated test
− Full system test, including functional software, interface to all packages present in Greater
Amman.
Hardware visual inspection shall include, but not be limited to, the following:
• Compliance with approval drawings

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 45

• Quality of manufactured finish


• Equipment
• Equipment mountings
• Labelling, ferruling and colour coding
• Crimp and terminal tests
• Wire sizing
• Earthing and bonding.
Hardware functional test shall include, but not be limited to, the following:
• Voltage levels of power supplies
• All (or sample) inputs from field terminals to RTU database or word/bit location using
programmer to confirm/indicate the change of state at the database or word/bit location.
• All (or sample) outputs from force of output bit/work to field terminals
• On and off state voltage for sample digital inputs
• Point scale and linearity calibration of selected analogue inputs and outputs with various loop
load impedances.
• Programming terminal modes of operation
• Operator interface hardware diagnostics and modes of operation
• RTU hardware diagnostics
• Printer modes of operation and diagnostics.
Software incremental module tests shall include, but not be limited to, the following:
• Inspection of static displays
• Dynamic display test
• Manual control mode test
• Test of each type of plant drive
• Test of each type of equipment control function
• Test of each unit operation
• Test of every alarm/event
• Printer/log test
• A record of Software and revisions tested.
Software integrated tests shall include, but not be limited to, the following:
• System cold start
• System warm start
• Full simulation of automatic operation
• A record of Software and revisions tested.
System testing shall include, but not be limited to, the following:
• Memory usage
• System responses to normal, off normal and emergency conditions
• Alarms and priorities
• Content of reports
• System fault tolerance and failure recovery, including repetitive power failure and restart, and
redundancy changeover under simulated live conditions
• A record of Software and revisions tested
• Verification of the limits of system expansion and network expansion.
Factory Inspections

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 46

The pre-shipment and manufacturer inspection is obligatory and cost for travelling of the
appointed member from the Employer as follows
1) (3 persons) for SCADA and control (Software, PLC, Firewall….)
2) (3 persons) for instrument materials (valves, meters, fittings ….)
("One-week Overseas Pre-shipment and inspection shall include all related expenses including
Visas arrangements and costs, best hotels transportation and all related fees taxes airfare tickets
and per diems equal to one hundred fifty (150) JD for the staff and two hundred fifty (250) JD
for top management, director or CEO per day ") shall be borne by the supplier/contractor and
shall be incorporated in the tender prices.
All costs and expenses related to factory inspection shall be deemed to be included within the
Contract Price.
Factory Acceptance Test Procedures
Testing procedures shall be designed such that each separate testable entity (e.g. hardware
configuration) consists of a well-defined series of tests.
Each test shall be documented to include:
• The purpose of the test.
• Any pre-requisites required allowing the test to be completed successfully.
• Any hardware required allowing the test to be performed successfully.
• A detailed schedule of activities to be performed within the test.
Factory Acceptance Test – Records
A log shall be maintained during the Factory Acceptance Test. This log shall record for each test
performed:
• The test results.
• Any faults which occur.
• Any remedial action taken.
• Re-test results.
• Decisions taken by the witnesses which may affect the test results.
• The witnesses of both parties shall initial all entries within the log.
• When factory tests have been successfully completed a report shall be submitted.
• Copies of the log shall be provided to the Employer on completion of testing.
Failure and Re-test
The success or failure shall be determined as follows:
• If the system performs as laid down in the Functional Design Specification the test shall be
deemed successful.
• Tests shall not be failed due to external conditions, e.g. power fail, provided the system fulfils the
resilience criteria detailed within this tender document and any subsequent project specification.
• The tests shall not be failed through incorrect operation provided the fault can be corrected by
normal operating procedures and provided the test performed satisfactorily in all other aspects
(e.g. printer ribbon failure).
• Any test that is deemed unsuccessful may be retried following any remedial action that may be
necessary.
• If the system should fail any test and it is apparent that the fault may have affected the result of
tests previously regarded as successful any or all of the tests affected may be re-tested.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 47

14.6.1 Site Acceptance Tests


The Contractor shall provide for full site acceptance tests for each outstation to include interface
to the marshalling unit, the communication system, the earthing system and full functionality.
14.6.2 Site Cyber Security Audit
The SAT shall include a Site Cyber Security Audit to ensure that the control centers meets the
cyber security requirements in this Specification.
Refer to vol.3 section 1: “Next Generation Firewall”
14.6.3 Systems Acceptance Test
The Contractor shall provide for full system test on completion to include tests as stated above.
All special test equipment relevant to the Contractor supplied equipment shall become the
property of the Employer on completion.
14.6.4 RTU Start-Up
14.6.4.1 General
The Contractor shall provide all labour, materials, equipment and incidentals as specified and
required to perform field testing and put into operation all equipment furnished under the
Contract.
The Contractor shall supervise and/or perform check-out and start-up of all system components.
A. System Start-Up
The Contractor shall perform the following:
i. Check and approve the installation of all components, cabling and wiring connections between
system components prior to bringing the processes and equipment into operation.
ii. Supervise complete system adjustments, including calibration of instruments, tuning of control
loops, checking operational functions, and testing of final control actions. All defects shall be
promptly corrected to prevent delays in start-up of the unit processes.
iii. Loop testing shall be performed after Installation/testing of wiring.
iv. The Contractor shall submit a report to the Employer documenting all tests and with a clear
statement that all wiring has been fully tested. Loop testing shall be signed off by the Contractor
on a loop by loop basis.
The Contractor shall provide all test equipment necessary to perform testing during system
checkout and start-up.
The Contractor shall be responsible for initial operation of the control system and shall make any
required changes, adjustment or replacements for operation, monitoring and control of the
processes and equipment necessary to perform the functions intended.
The Contractor shall provide an installation inspection report certifying that all equipment has
been installed correctly and is operating in accordance with the manufacturer’s recommendations.
The Contractor shall submit Factory As-built drawings for all equipment a minimum of 28 days
prior to start of field-testing. Field as-built drawings shall be submitted after completion of field-
testing and changes incorporated.
14.6.5 Integrated System Field Test
Following initial operation, The Contractor shall perform a complete system test to verify all
equipment and software is operating as a fully integrated system, and the monitoring and control
functions are fully implemented and operational. Any defects found during test shall be corrected
by The Contractor and retested to demonstrate correct operation.
Following demonstration of system functionality the system, including field instruments, shall be
running and operational for a continuous 100-hour period. The Operational Availability

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 48

Demonstration (OAD) specified shall not begin until the continuous integrated system test has
been successfully completed.
14.6.6 Commissioning
Immediately prior to formal Taking Over but after completion of the installation to all sites there
shall follow a comprehensive period of Tests on Completion where all hardware and software
supplied shall prove its full functionality, the final test on Completion shall be a full reliability test
for a period of 30 consecutive days operation with no significant fault occurring. The Employer,
the Employer’s operational staff and the Contractor will monitor this period of testing.
In the event of any system failures, (i.e. failure requiring hardware replacement or software
configuration to the SCADA Master-station, RTU process control software or communications
network) the 30-day period will be aborted and, following correction, the period restarted at day
1.
Following correction of the problem, a new 30 day shall begin.
A. Failure to repair a hardware or software problem within 72 consecutive hours from the time of
notification of a system failure.
B. Recurrent hardware or software problems: if the same type of problem occurs three times or
more.
C. Software problem causing a processor to halt execution.
D. System Availability less than 99.7%
The Contractor shall provide a full written report to the Employer, notifying them of a defect or
system problem within 2 working days and after resolution of the problem.
14.6.7 Operational Availability Demonstration (OAD):
OAD shall begin following completion of the system field test and continue until a time frame
has been achieved wherein the system (hardware and software) availability meets or exceeds 99.7
percent for 30 consecutive days and no failures have occurred which result in restarting the
commissioning. During the commissioning the system shall be fully available to plant operations.

The system availability shall be calculated based on the following equation:

TTO
A= x 100%
TTO + TTR

A = system availability in %

TTO = total time in operation, and TTR = total time to repair

Time to repair shall be the time between notification of the Contractor of a failure and the time
the system is restored to operation, with an allowance for the following dead times (not part of
the repair period):

a) Actual travel time for personnel to get to the plant up to 6 hours per incident from the time
Contractor is notified of system failure.
b) (Time for receipt of spares to site once requested up to 24 hours per incident. No work shall
be done while waiting for spares.
c) Dead time shall not be counted as part of the system available period. The dead time shall be
logged and the duration of the OAD extended for an amount of time equal to the total dead
time.
d) Force major

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 49

e) Out of working hours (working hours; 6 days from 8:00 am to 4:00 pm.)

In case of faults, the Contractor shall pay all costs for replacement, i.e. delivery, installation and
start-up. If it should be necessary for the Contractor to change the technical solution, any costs
will be to his account, including any increase in costs for electricity, maintenance and
consumption of spare parts for the following two years.

14.6.8 Tests on Completion


The Contractor shall provide for full Site Acceptance Tests on completion of the installation.
Any special test equipment relevant to the Contractor supplied equipment shall become the
property of the Employer on completion.

Completion criteria for Site Acceptance Tests shall be as follows:

i. All tests passed with no failures


ii. 30 days consecutive running of all Equipment installed under the Contract. There shall be no
outstanding defects at the time of starting this running period.
iii. For any one test failure category severity (iii), restricted operation or worse, the Employer
may request that the tests shall be considered void and a full retest required, or if the tests
shall be restarted from a certain point
iv. Certain accumulations of failures, as detailed below, shall require tests to be stopped to allow
rectification with reissued amended documents and successful retest (with regression testing
if appropriate) before continuing to the remaining tests. The remaining tests shall not
proceed until all previously accumulated failures or related failures have been shown to have
been corrected and documents amended.
• More than 10% of tests resulting with test failure category severity (i), minor
inconvenience
• More than 20% of tests resulting with test failure category severity (ii) avoidable by
operational procedure.
14.7 OPERATION AND MAINTENANCE MANUALS
The Contractor shall submit to the Engineer not later than one month before commissioning,
triplicate draft copies of the operating and maintenance instructions in English for all sections of
the works.
The draft operating instructions shall be prepared in such a way as to provide a step by step
description of the preparation and setting to work of the whole of the works and its shutting
down.
Following successful commissioning and before issuing the taking over certificate, the draft
copies, suitably corrected where necessary, shall be assembled into their final form and shall be
submitted to the Engineer for approval prior to handing over to the Employer.
The Contractor shall provide four copies of the final instruction manuals, in English, of those
operating, maintenance and safety procedures necessary for the routine operation of the works.
Any additions, alternations or deletions, which may be required by the Engineer following the
experience, gained during the running period and further maintenance shall be incorporated in
these four copies in the form of additional or complete replacement pages.
The Contractor attention must ensure that the following items are included in the operating and
maintenance instructions manuals:
i. Schedule of equipment supplied giving Manufacture’s name and address and appropriate
make/model number/catalogue number.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 50

ii. Full-year schedule of routine maintenance for all equipment supplied.


iii. Schedule of spares supplied.
iv. Schedule of tools and lubricants supplied.
v. site layout drawings showing the “As Built” installation.
vi. General arrangement and schematic diagrams of the “As Installed” control panels.
vii. “As Built” diagrams of all electrical connections, for the power and control panels and
installed equipment. The wires and connections shall be fully numbered wherever they are
terminated at instruments, relays power and control panels, PLC I/O lists, etc. The
numbering shall be done on site using the numbering scheme shown on the drawings. The
labelling shall be done in a permanent and proper manner using good rubber sleeve type or
other type approved by the Engineer, (hardcopy and softcopy).
viii. Full and comprehensive instructions for all items of equipment supplied.
ix. Test certificates for both works and site tests of site including panels, PLC, instruments and
other electrical equipment where appropriate.
x. Schedule of recommended lubricants and their equivalents.

14.8 CERTIFICATES
Where certificates are required by the relevant section of the technical specification, two copies
of each such certificate under the manufacturer’s letterhead shall be submitted by the Contractor.
Certificates shall be clearly identified by serial or reference number where possible to the material
being certified and shall include, but not limited to, providing the following information:
• Contractor’s name.
• Project name.
• Name of the item.
• Manufacturer’s name.
• Reference to the appropriate drawings.
• Section and paragraph number of the special specification, all as applicable and required
by the relevant quality standards or specification.
Certificates of tests (certificate of compliance to the specification), carried out during the
performance or on completion of parts of the permanent works shall be submitted as soon as the
tests have been completed.

14.9 MEETINGS
14.9.1 Site Meetings
A site meeting shall be convened before the start of any site works by the Contractor or his Sub-
Contractors. The purpose will be to determine the intended manner of executing the Site Works
before any work is undertaken on site, subsequent meetings may be convened during the site
installation as deemed necessary by the Employer.
During the Contract, progress meetings shall be arranged by the Employer and/or his
representatives that shall normally be attended by the following:
The Employer and/or his representatives
Contractor’s personnel (Project Engineer/Contract Manager/Site Foreman)
14.9.2 Design Review and Progress Meetings
A minimum of one design review meeting shall be held, followed by monthly detailed
review/progress meetings, conducted by the Contractor with the Employer's personnel and
Engineer shall be held throughout the entirety of the Contract. This shall ensure design
compliance with all system hardware and software requirements. Other supplemental design
review meetings may be held as required to resolve specific problems, to provide positive

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 51

assurance to the Employer that the design conforms to contractual requirements, and to allow
for concurrent planning activities by the Employer. Design review meetings shall be conducted at
the Contractor’s premises. The Contractor shall provide the agenda.
14.9.3 Preliminary Review Meeting
This shall be a formal meeting to review the overall system design and overall work schedule.
The preliminary review shall be conducted no later than 30 days after the Commencement Date.
Data made available by the Contractor shall include, but not be limited to the following:
1. A block diagram(s) of the proposed distributed control system configuration shall be
provided. A functional description of the block diagram(s) of not less than 25 and not
more than 50 single spaced pages shall also be provided. The functional description shall
describe the overall system operation, interaction between system elements, system
response time estimate.
2. Overview of software design and organization.
3. Identification of critical engineering activities and long lead-time procurement items.
4. A preliminary activity schedule shall be submitted for Employer's review. The schedule
shall show all shop drawing submittal, engineering, deliveries to site, factory testing,
calibration installation, and start-up tasks from start to finish.
14.9.4 Detailed Design Review Meeting
The first meeting shall address the detailed design of the system and implementation of shop
drawings, procurement, factory testing installation and acceptance testing activities with particular
emphasis on coordination with sub-contractors and equipment suppliers. Data shall be made
available to the Employer by the Contractor at least 3 working days before this meeting shall
include but not limited to the following:
1. Answers to all unresolved matters from the preliminary review meeting.
2. Detailed Instrument Activities Schedule.
3. Cyber Security Plan/Audit, Communication study, PCNs, etc…
4. Any other issue will arise during the life of the project

14.10 OVERALL ELECTRICAL REQUIREMENTS


14.10.1 Basic Design Figures
−Nominal Voltage 400/230 VAC, 50 Hz, three phase and neutral earthed
system
− Control voltage 230 VAC, 50Hz single phase for Control Panel
24 VDC for Instruments
Signal voltage 24 VDC
Prime generator rating 250KVA – 275KVA for standby for Borehole3-j4
Prime generator rating 250KVA – 275KVA for standby for Borehole4-j8
14.10.2 Abbreviation of Electrical Terms
Table 2:
Abbreviation Description

L.V Low Voltage (0.4 KV)

V Volt

A Ampere

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 52

Abbreviation Description

mA Mille-Ampere

W Watt

KVA Kilo Volt Ampere

KWh Kilowatt-hour

F Frequency

T Temperature

AC Alternating Current

DC Direct Current

MDB Main Distribution Board

CP Control Panel

PLC Programmable Logic Controller

VFD Variable Frequency Drive

PVC Polyvinylchloride

P-N-E Phase- Neutral- Earth

RTU Remote Telemetry Unit

14.11 ELECTRICAL MATERIALS


Conduit, Boxes and Fittings
1. Rigid Steel Conduit
Unless otherwise specified or indicated on the drawings, all raceways shall be heavy wall,
hot dipped galvanized, rigid steel conduit.
2. Flexible Conduit
Vinyl – jacketed, liquid tight flexible steel conduit with watertight connectors shall be
used where flexible connections are necessary, including each motor without a flexible
cord. Lengths shall be a maximum of 2 meters, without sharp bends.
3. Rigid PVC Conduit
Underground conduits shall be rigid polyvinyl chloride (PVC) equal to schedule 40 iron
pipe dimensions. Also where indicated, heavy gauge PVC conduit conformity to BS 4607
shall be used.
4. Boxes and fittings in exposed and concealed conduit systems shall be hot dipped
galvanized or cadmium plated, malleable iron. Boxes and fittings shall be made
weatherproof in exterior faces of walls, in water – or earth – bearing walls, and where
weatherproof devices are required.
5. Hub arrangements on threaded fitting shall be the most appropriate for the conduit
arrangement required in each case to avoid unnecessarily
Conduit bends and fittings.
Devise Plates

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 53

1. Galvanized or cadmium plated device plates shall be used on surface mounted


outlet boxes where weatherproof plates are not required.
2. Moulded tough PVC device plates shall be used on flush mounted outlet boxes
where weatherproof plates are not required.
3. Device plate mounting hardware shall be countersunk and finished to match the
plate.
4. Oversized plates shall be installed where standard plates do not fully cover the
wall opening.
5. Device plates outdoors or indicated as weatherproof shall be weatherproof with
provisions for padlocking switches “ON “and “OFF “.
6. Flush – mounted weatherproof plates shall allow flush mounting of single gang
device plates on single or multi-gang cast boxes.
7. Engraved device plates shall be provided by the Contractor where required.
Engraving shall be in Arabic and English.
Junction Boxes and Trunks
1. Boxes and trunks shall be constructed of sheet steel galvanized after fabrication in rigid
steel conduit systems.
2. Box and trunk sizes, metal thickness, and installation details shall comply with the
national Electrical Code or equivalent.
3. Where indicated on the drawings, junction boxes with a removable side opposite the
underground conduit shall be provided over building ends of underground conduit
banks.
4. Boxes shall be at least Code Size, including space for full size continuations of all
underground conduits not originally continued. Conduit arrangement shall leave
maximum space for future conduits.

14.12 MAIN DISTRIBUTION BOARD AND CONTROL


PANELS (MDB & CPS)
Scope
This specification covers the general requirements for design, manufacture, testing and supply of
Main Distribution Board (MDB) and Control Panels (CPs).
In case of differences between this specification and the international standard specified in clause
2 below, the more stringent requirements shall prevail.
The specific requirements and details of the board(s) required are given on the tender drawings
drawing(s).
14.12.1 MDB and CPs Description
14.12.1.1 General
The main distribution board and control panels shall be of a standard well tested and proven
design which ensures maximum safety to personnel, maximum service reliability and economic
operation for an operational lifetime of at least 30 years. Design and construction shall be simple
and well laid-out and shall provide good accessibility to components and parts.
Even under extreme conditions of major short circuit or mal-operation, there shall be no danger
to persons in the vicinity of the assembly.
The electrical system for all main distribution board and control panels shall be 5- wire system, 3
Phase, Neutral and Earth.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 54

Unless otherwise specified the neutral conductor size shall be the same size as the phase
conductors.
All incomers and bus coupler shall be mutually interlocked mechanically and electrically.
A. Ratings
i. Main Distribution Board and Control Panels shall be rated on the basis of voltage, current,
frequency and the symmetrical breaking
ii. The capacity of incorporated LV automatic switching devices as defined in appropriate
IEC publication.
a. Low voltage, current-carrying components shall furthermore be capable of
carrying their rated current continuously at rated voltage and under specified
service conditions without exceeding the permissible temperature limits when
mounted in the completely assembled boards.
b. Moulded Case and Miniature Circuit Breakers shall have ampere ratings and
current breaking (interrupting) capacities according to IEC 947-2 and IEC 157-
2. The circuit breakers shall be 3 pole or single, fixed mounted and manually
operated.
iii. All circuit breakers are to be equipped with release and blocking devices for 24 VDC and
with an adequate number of signalling contacts. The rated short circuit capacity of all
circuit breakers according to the necessary requirements is at least 25 KA.
B. Enclosure
i. The main distribution board and control panels shall be of the floor mounting cubicle
type, having a complete metal enclosure of sufficient mechanical strength and high
ingress protection grade, heavy duty, high protection against dust and water penetration.
The materials of construction shall be properly prepared and treated against rust or
corrosion.
ii. The main distribution board and control panels shall be self-supporting and suitable for
front entry and operation and shall be equipped with adequate removal eye bolts for
lifting purposes.
iii. Doors, covers and sides shall be made from galvanized sheet metal at least 2 mm thick,
painted with two primary coats and two finishing coats of gray oil paint. The cabinets are
to be designed for placing against the wall. Doors should be provided with locks for
double bit keys and central locking system. To avoid earthing problems, internal parts
may not be varnished.
iv. All bolts, nuts, screw, hinges, handles, etc. shall be galvanized, stainless steel or
chromate-plated steel.
v. Each vertical section and each functional compartment shall be segregated from the
neighbouring sections.
vi. In case of cable cellar, adequate bottom plates shall be provided which at least prevent
access by rodents.
vii. The degree of protection shall be IP 54, form 4a Type 1 totally in accordance with IEC
publication 60529.
viii. All components requiring periodical maintenance shall be easily accessible.
ix. Effective precautions shall be taken to prevent the formation of harmful condensation
inside the enclosure, under either operating or non-operating conditions or service
conditions.
x. 230V - 1 phase anti-condensation heater shall be installed in each vertical section: the
heater shall be controlled by a common panel-thermostat.
xi. Each vertical section shall be provided with a panel mounted lighting fixture operated
through a dedicated door-limit-switch.
xii. The hinges of the (MDB and CPs) doors shall allow the doors to swing through
approximately 120 degrees from the closed position.
xiii. The door of each main incoming breaker’s compartment shall be interlocked with the
respective circuit breaker so that the door cannot be opened unless the breaker is in the
OFF position.
xiv. All cables shall enter through glands in plate covering the base of the panels.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 55

xv. All the wiring, instruments, devices and all parts of the panel shall be facing the front of
the panels, i.e: it shall not be needed to go to the rear of the panels to do anything to it
anytime (for dismantling, maintenance, reinstallation, etc.).
xvi. Unless otherwise specified the panels shall be natural air cooled.
C. The following are to be included with the Main Distribution Board (MDB) and
Control Panels (CP).
Cable ducts.
• Mounting materials.
• Connecting materials.
• Installation materials.
• Connecting terminals.
Control circuit breakers with signalling contact for 24 VDC and 230 VAC in adequate number
for each panel.
Installation
The MDB and CP shall be divided into compartments with separate doors and installed side by
side. The compartments should be as follows:
a. The electricity company Kilowatt hour meter compartment.
b. Main incomer compartment.
c. Power distribution compartments.
d. UPS unit, 24 DC power supply and control feeders circuit breakers compartment.
e. Motors starters and Control Panels compartments.
Each compartment shall include a confined functional unit to enable diagnosis, maintenance or
repair of the respective functional unit without affecting the operation of other unrelated
functional units.
To ensure a suitable arrangement for easy installation and operation, taking into consideration
the local conditions, the following dimensions shall be used for each compartment:
a. Height 2200 mm
b. Width 800 mm
c. Depth 600 mm
Prior to installation of control panels, all applicable shop drawings and data shall have been
submitted for review by Contractor and accepted by the Engineer.
The control panels shall be installed in the locations indicated on the Drawings.
Each floor channel shall be levelled before grouting and shall be securely anchored to the
concrete equipment base. Each control panel shall be securely anchored to the channels either by
bolting or welding at a minimum of two points for each vertical section.
Installation Check
After the main distribution boards and the control panels have been installed and connected, the
manufacturer’s representative shall thoroughly inspect the installation and make all required
adjustments.
Foundation
Bolt holes shall be provided in the base of each section and the control panel anchored to the
floor channels.
Main, Neutral and Earthing Busbar Systems
Busbar system which is provided shall comprise main 3 phases + Neutral + Earth. Busbars shall
be of tinplated high conductivity electrolytic copper flat bars with round edges, joints by means
of noncorrosive high tensile steel bolts, nuts and washers, and secured against loosening.
Insulated coloured Busbars shall be used. Busbars shall be suitable for extension to the left or to

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 56

the right as required. Busbars shall be accessible for maintenance purposes ...etc. Compound or
oil insulated Busbar systems are not acceptable.
The Busbars shall be supported to withstand the thermal and magnetic forces resulting from the
highest expected short circuit currents inside any panel.
All parts of the Busbar system and the feeders that are under tension are to be covered and must
be safe from accidental touching.
Wiring/Cabling
a. Control wiring shall be minimum 1.5 sq mm, stranded, 750 V AC grade, and colour grey.
b. All power wiring/cabling shall be minimum 2.5 sq mm, stranded, and 1000 VAC grade.
c. Wiring to door mounted devices shall be suitable for hinge wire application.
d. Bundles of single-core cables shall be routed neatly in the vertical and/or horizontal
plane.
e. Individual wires and bundles shall be secured with plastic wire ties, cable lacing or by
enclosing in plastic wiring trays.
f. Compartments shall be completely internally wired.
g. All terminal blocks shall be rated 20A (minimum) at 500 V. All terminal blocks shall
have a white plastic marking strip over the length of
the block.
h. All wiring shall be identified by permanent slip-on plastic sleeves at each terminal point
in addition to the marking on the terminal blocks.
i. Panels shall be provided with undrilled, metal gland plates, which shall be grounded to
the MDB and CPs earth bus.
j. The internal connections between "motor starter" compartment and this connection
compartment shall be executed as internal wiring in the CP.
k. The wires and cables which will be used in the (MDB and CP) should be marked by the
following colour-codes:
Table 3
Cable Type Color Code
Phases L1, L2, L3 Black, marked with phase-colours
(Red, Yellow, Blue)
Neutral conductor N Light Blue
Potential equalization PE Green/Yellow
DC main circuits (24 VDC) Black
AC line control circuits phase (230 V, 50 Hz) Red
AC line control circuits neutral Light Blue
Measuring circuits White
DC control circuits positive: Brown (24 V)
DC control circuits common negative Gray
Signal lines Gray (Screened)
Measuring circuits
Shielded/Gray
(4-20 mA, - 10, 0 + 10 VDC, PT 100)
Potential Free/External Interface Orange
Terminals
Each panel shall be provided with appropriate facilities for the independent terminals to connect
the LV main cables and the auxiliary cables.
a. The terminals for different voltages shall be effectively separated.
b. The terminals shall be so arranged that all connections can be made safely, even when
the assembly is energized.
c. Suitable terminating facilities of adequate dimensions and thermal rating shall be
provided for each conductor.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 57

d. Inside the compartments separate terminals or bolts, one for each cable, are required for
earthing purposes.
e. Efficient means to prevent strain on the actual conductors and cable lugs shall be
provided.
f. Terminal blocks fitted with tubular type contacts with non-loosening screws shall be
provided for termination of cables.
g. Within the panel compartments suitable clamping devices shall be provided for securing
of the cables.
h. Terminals in current measuring circuits shall be special purpose with suitable bridging
links and measuring facilities.
i. Specified auxiliary contacts for remote circuits shall be wired and connected to an
accessible terminal block in the vicinity of the cable entries.
j. Termination compartments for main and control cables shall have adequate dimensions,
with ample accommodation for the required number of terminals.
k. Two or more conductor terminations on one terminal are not acceptable unless the
terminals are designed for more than one conductor.
l. Cable glands suitable for the cables specified shall be included in the supply of the
assembly.
m. Signalling lines and measuring signals are to be put on terminal blocks to guarantee a
clearly arranged connection to the PLC. The terminals shall be designed as terminal
strips or e.g. as wire wrap technology, according to the number of signals.
n. Over-voltage protection devices, coupling relays and optical couplers are to be included
in the terminal level.
Instruments, Relays and Accessories
The following are to be provided on the open instrument compartment door:
a. Measuring instruments.
b. Control knobs, Position signalling device.
c. The following can be mounted inside the instrument compartment:
d. Auxiliary relays.
e. Pack circuit breakers.
f. Alarm horns.
g. Thermostat and /or humid state for anti-condensation heater.

Each measuring signal is to be transmitted standardized and potential free by 4 to 20 mA.


Indicating instruments are mainly analogue indicators. Measuring units must be easily accessible
for maintenance and calibration.
All measuring and controlling devices must be tested and they should mainly be built up of a
modular structure with easily replaceable groups.
14.13 EARTHING
14.13.1 Earth Bar
a. A bare copper, adequate horizontal earthing bar shall be provided at the bottom of the
main distribution boards, along the entire length.
b. Similar size earthing bars shall be provided in each CP cable compartment. These vertical
bars shall be connected to the horizontal earthing bar.
c. Joints in the earth bar shall be bare copper and bolted with galvanized steel bolts, nuts
and washers, secured against loosening.
d. For direct connection to the station earthing grid, earthing bolts (M12) with nuts and
spring washers shall be provided at both ends of the main earth bar.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 58

14.13.2 Earthing Connections


In addition to ensure adequate electrical continuity between all metal parts of the main
distribution board and its cables and the earth bar particular care shall be taken to ensure that:
a. Housings of withdrawal switching devices shall be positively earthed in the service
position by appropriate earthing connections.
b. The earth connections of current transformers shall be made directly from the terminal
board to the earth bar.
Safety of Personnel and Operation
Even if the doors of the panels are open, the safety of personnel against accidental touching of
live parts will be insured through the insulation of live parts by installation of insulated barriers of
insulated material.
The electrical layout, the protection scheme of the system shall ensure safety operation for man
and material.
Rating Plates and Nameplates
a. Main Distribution Board and Control Panels shall have a rating plate permanently fixed
in the front of the equipment giving at least the following information:
i. Rated voltage and frequency.
ii. Rated short circuit and current capacity of the Busbars.
iii. Standard to which equipment conforms.
iv. Year of manufacture.
v. Manufacturer's name, type and serial number.
vi. Weight.
b. All components (switching devices, contactors protection relays, instruments etc.) shall
be fitted with a rating plate in accordance with the relevant IEC requirements.
c. All functional units shall be clearly labelled to identify the service.
d. All relays, meters, switches etc. shall be labelled in accordance with the wiring diagrams.
e. Labels inscribing "CAUTION LIVE PARTS INSIDE" shall be fixed on the doors.
f. Rating plates shall be made of corrosion-resistant metallic material and have indelible
inscriptions in the language specified in the requisition.
g. Enamelled plates are not acceptable.
h. Each panel shall be provided with nameplates, mounted on the front of a non-
removable part. The nameplates shall be of black non-deteriorating material and shall
permit inscriptions with characters in white in the English language.
Mimic Diagram
The front of the main distribution boards and control panels shall be provided with a plastic or
equivalent line mimic diagram illustrating the main circuit and its components.

14.14 INSPECTION AND TESTING


14.14.1 Testing
Main Distribution Board and Control Panels shall be tested by the manufacturer according to the
requirements of the specified standards. The tests shall be witnessed by the Engineer and the
Miyahuna representative.
The witnessed tests shall be indicated on accompanying documents and the manufacturer has to
inform the Engineer and the Miyahuna representative at least 3 weeks in advance of the test dates
as specified. The manufacturer shall provide facilities, equipment and personnel to perform the
inspection and tests.
14.14.2 Routine Tests
Main Distribution Board and Control Panels shall be subjected to the following routine tests:

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 59

a. Dielectric tests of all electrical components of the boards. These shall consist of applying
AC voltage test in accordance with IEC 60439 for one minute between poles, poles to
frame and poles connected to frame.
b. Insulation resistance test of all electrical components using DC Megger. The insulation
resistance shall not be less than 1000 ohms per volt of rated voltage.
c. Performance tests of all mechanical and electrical equipment and components of the
board, including the operations of control and protection circuits, measuring devices,
CT's, etc.
d. Interchangeability tests, spot checks shall be made to verify interchangeability of identical
components.
14.14.3 Type Tests
The manufacturer shall carry out the following type tests if required on accompanying
document(s), if not, evidence of such tests carried out on similar boards, equipment or
components of the board(s) will be accepted:
a. Short circuit making and breaking compatibilities of incomer(s).
b. Short circuit withstands compatibility for 3 sec. of the incomer(s) Busbar system and
buscoupler(s).
"Type test" certificates as proof of compliance with requirements regarding short circuit capacity
and enclosure in accordance with respective IEC publications, shall be made available for the
board and circuit breakers. "Type test", certificates shall show that circuit breakers have been
tested when mounted within the types of enclosures incorporated in the switchboard.
D. MDB and CPs Components
The following devices and components shall be assembled in the Main Distribution Board
(MDB) and Control Panels (CPs).
I. Surge Arrestor
At the main incomer of the Main Distribution Board (MDB) , CPs and all PLC/RTU
components; surge arrestor protected by suitable HRC fuses for over voltage protection shall be
installed.
II. Current Transformers
In general, current transformers shall be designed as plug-on transformers through which both
Busbars and cables can be routed.
Current transformers shall comply with IEC 60044-1 and shall be insulated in resin with either a
wound core or a pushing bar with one or two cores.
Current transformers shall have the following characteristics:
a. Rating and Type
Rated primary current shall preferably be selected from the range of standard values.
Rated secondary current shall be either 5 or 1 A; for remote metering 1 A only is acceptable.
Short-time thermal current rating of the transformers shall be 1 sec.
Power rating shall be established in accordance with the instruments and devices to be
connected, the minimum power rating being 10 VA. For each starter, separate two sets of current
transformers shall be provided, one for protection functions and other for instrumentation
measuring duties.
b. Class of Accuracy
Measuring current transformers shall be classified as Class 3.The over current factor "n"
shall be < 5 in order to prevent damage of instruments at maximum fault current.
Protective current transformers are to be Class 5 P; however, Class 10 P is acceptable for
the protection of e.g. electric motors.
c. Terminals and Connections

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 60

Secondary terminals of current transformers shall be wired up to a terminal block with


short-circuiting links, located at an accessible place. One side of the secondary winding
of each current transformer shall be connected at this terminal block to the earth bar.
III. Current Transducer
One current transducer shall be installed for each starter in the respective Control Panel, the
input of the transducer shall be 5A from the secondary of one of the measuring current
transformer the output shall be 4-20mA.
IV. Isolating Transformer
Isolating transformer for generating the control voltage 400/230 VAC is to be installed inside the
(MDB).
V. Moulded Case Circuit Breakers (MCCBs)
A. General
i. Moulded-Case Circuit Breakers (MCCB) shall comply with IEC 60947-1 and 60947-2
standards or with the corresponding applicable standards such as (VDE 0660 and BS
4752) and as follows:
ii. MCCB shall be of category A with a rated service breaking capacity (Ics) equal to the
ultimate breaking capacity (Icu) - on all the operational voltage range for the ratings up
to 250A, up to 500V for the greater ratings.
iii. MCCB shall have a rated operational voltage of 690 V AC (50 Hz).
iv. MCCB shall have a rated insulation voltage of 750 V AC (50Hz).
v. MCCB shall be suitable for isolation, as defined by IEC 60947 –1 and -2, § 7-27 for the
Overvoltage Category IV for a rated insulation voltage up to 690 V according to IEC
60664-1.
a. MCCBs shall be designed according to Eco-design complying with ISO 14062
Especially MCCB’s materials shall be of halogen free type. They shall be
supplied in recyclable packing complying with European Directives.
b. MCCBs shall be available in fixed or plug-in/withdrawable types as well as in 3-
pole and 4-pole versions. For plug-in/withdrawable versions, a safety trip shall
provide advanced opening to prevent connection and disconnection of a closed
circuit breaker.
c. MCCBs shall be designed for both vertical and horizontal mounting, without
any adverse effect on electrical performance. It shall be possible to supply power
either from the upstream or downstream side.
d. MCCBs shall provide class II insulation (according to IEC 60664-1 standard)
between the front and internal power circuits.
B. Construction, Operation, Environment
i. Production site organisation shall be certified to comply with ISO 9002 and ISO 14001
standards.
ii. For maximum safety, the power contacts shall be insulated in an enclosure made of a
thermosetting material from other functions such as the operating mechanism, the case,
the trip unit and auxiliaries.
iii. All poles shall operate simultaneously for circuit breaker opening, closing and tripping.
iv. MCCBs shall be actuated by a toggle or handle that clearly indicates the three positions:
ON, OFF and TRIPPED.
v. In order to ensure suitability for isolation complying with IEC 60947-2 § 7-27:
vi. The operating mechanism shall be designed such that the toggle or handle can only be in
OFF position (O) if the power contacts are all actually separated.
vii. In OFF position, the toggle or handle shall indicate the isolation position. Isolation shall
be provided by a double break on the main circuit.
viii. MCCBs shall be equipped with a “push to trip” button in front to test operation and the
opening of the poles.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 61

ix. MCCB rating, “push to trip” button, outgoing circuit identification and contact position
indication must be clearly visible and accessible from the front, through the front panel
or the door of the switchboard.
C. Current Limiting, Discrimination, Endurance
i. MCCBs shall be capable of greatly limiting currents. For short-circuits, the maximum
thermal stress I2t shall be limited to:
- 106 A2s for ratings up to 250 A.
- 5 x106 A2s for ratings between 400 A and 630 A. These characteristics will allow high
cascading performance with moulded-case or miniature circuit-breakers downstream.
ii. MCCBs shall comprise a device, designed to trip the circuit-breaker in the event of high-
value short-circuit currents. This device shall be independent of the thermal-magnetic or
electronic trip unit. The breaking will be carried out in less than 10ms for short-circuit
currents above 25In.
iii. MCCBs, the current ratings of which are identical with the ratings of their trip units, shall
ensure discrimination for any fault current up to at least 35 kA rms, with any
downstream circuit-breaker having a current rating less or equal to 0.4 times that of the
upstream circuit-breaker.
iv. The electrical endurance of MCCBs, as defined by IEC 60947-2 standard, shall be at
least equal to 3 times the minimum required by the standard.
D. Auxiliaries and Accessories
i. It shall be possible to equip MCCBs with a motor mechanism for electrically controlled
operation. An “auto/manual” switch in front shall, when set to the “manual” position,
lock out electrical control; remote indication of “manual” or “auto” mode shall be
possible. Closing shall take place in less than 80 ms. Following tripping due to electrical
faults (overloads, short-circuit, earth fault), remote reset shall be inhibited. It shall
however be possible if opening was initiated by a voltage release.- The operating
mechanism shall be of the stored-energy type only
ii. The addition of a motor mechanism or a rotary handle shall in no way affect circuit
breaker characteristics:
- Only three stable tripping mechanism positions (ON, OFF and TRIPPED) shall be
possible with the motor mechanism.
- Suitability for isolation shall be provided by positive contact indication (ON and OFF)
in front of the motor mechanism module.
iii. MCCBs shall be designed to enable safe on-site installation of auxiliaries such as voltage
releases (shunt and under voltage releases) and indication switches as follows:
They shall be separated from power circuits.
All electrical auxiliaries shall be of the snap-in type and fitted with terminal blocks.
All auxiliaries shall be common for the entire range.
Auxiliary function and terminals shall be permanently engraved on the case of the circuit
breaker and the auxiliary itself.
The addition of auxiliaries shall not increase the volume of the circuit breaker.
iv. The addition of a motor mechanism module or a rotary handle, etc., shall not mask or
block device settings.
v. It shall be possible to assemble earth fault protection moulded-case circuit breakers by
adding a residual current device (RCD) directly to the circuit breaker case. The resulting
device shall:
Comply with appendix B of IEC 60947-2 standard.
Be immunised against nuisance tripping as per IEC 255 and IEC 61000-4 standards.
Be capable of working normally down to -25 °C ambient temperature.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 62

Operate without an auxiliary power supply, i.e. it shall be capable of operating normally
on any 2-phase or 3-phase power network with a voltage between 200 V and 440 V, and
of tripping the circuit-breaker even in the event of voltage dips down to 80 V
vi. It shall be possible to equip MCCBs with devices indicating faults without tripping the
circuit breaker.
E. Protection Functions
1. General
MCCBs with ratings up to 250 A shall be equipped with fully interchangeable trip units in order
to ensure the protection against overcharge and short-circuit. The trip units shall be either of:
Thermal-magnetic.
Electronic
2. MCCBs with ratings over 250 A shall be equipped with electronic trip units
a. Electronic and thermal-magnetic trip units shall be adjustable and it shall be
possible to fit lead seals to prevent unauthorised access to the settings.
b. Electronic trip units shall comply with appendix F of IEC 60947-2 standard
(measurement of rms current values, electromagnetic compatibility, etc.).
c. Protection settings shall apply to all circuit breaker poles.
d. The trip units shall not augment overall circuit breaker volume.
e. All electronic components shall withstand temperatures up to 125 °C
3. Thermal-magnetic trip units (up to 250 A) characteristics:
a. Adjustable thermal protection.
b. Fixed magnetic protection for current ratings up to 200 A.
c. Adjustable (from 5 to 10 times the current rating) for current ratings greater
than 200 A.
d. It shall be possible to ensure neutral protection. The tripping threshold shall be
equal to that of the phases or to a reduced value (generally half of that of the
phases).
4. Electronic trip units (up to 250 A):
Characteristics
a. Long time protection (LT).
b. Selectable Ir threshold with forty-eight settings from 40 to 100 % of the trip unit
rating.
c. Short time protection (ST).
d. Im threshold shall be adjustable from 2 to 10 times the thermal setting Ir, The
time delay shall be fixed at 40 ms.
e. Instantaneous protection
The threshold shall be fixed (between 12 and 19 times in, depending on the
rating).
Four-pole devices shall be equipped for neutral protection:
a. As standard with a 3-position setting: - neutral not protected - neutral tripping
threshold equal to half the phase value - neutral threshold equal to the phase
value.
b. If required by harmonic 3 neutral current circulation with a specific 3-position
setting: - neutral not protected – neutral setting according to the rating of the
phases in a ratio of 0.8 or 1.6 (Oversized Neutral setting up to avoid tripping
nuisances due to the natural Harmonic currents circulation in the Neutral
conductor)
Load monitoring function
The following monitoring functions shall be integral parts of electronic trip units:
a. LED for load indication, lighted above 95 % of Ir, flashing above 105 % of Ir.
b. A test connector shall be installed for checks on electronic and tripping
mechanism operation using an external device.
Thermal memory

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 63

In the event of repeated overloads, the electronic trip unit shall optimise protection of cables and
downstream devices by memorising temperature variations.
5. Electronic trip units (above 400 A and greater):
Characteristic
a. Short-time protection.
b. Selectable Ir threshold with thirty-two settings from 40 % to 100 % of the trip
unit rating.
c. Adjustable time delay.
d. The breaking threshold shall be at 1.2 Ir and the no-breaking threshold after 2 H
at 1.05 Ir.
e. Short time protection (ST).
f. Im threshold shall be adjustable from 2 to 10 times the thermal setting Ir. The
time delay shall be selectable among 3 values, with or without the constant I2t
function.
g. Instantaneous protection threshold adjustable from 1.5 to 11 times in.
Thermal memory
In the event of repeated overloads, the electronic trip unit shall optimise protection of cables and
downstream devices by memorising temperature variations.
Four-pole devices shall be equipped for neutral protection:
a. As standard with a 3-position setting : - neutral not protected - neutral tripping
threshold equal to half the phase value - neutral threshold equal to the phase
value,
b. if required by harmonic 3 neutral current circulation with a specific 3-position
setting: - neutral not protected - neutral setting according to the rating of the
phases in a ratio of 0.8 or 1.6 (Oversized Neutral setting up to avoid tripping
nuisances due to the natural Harmonic currents circulation in the Neutral
conductor).
Load monitoring function
A load monitoring function shall be an integral part of universal trip units, indicating four load
levels (60 %, 75 %, 90 % and 105 %) by LEDs, (flashing LED for 105 %).
Miniature Circuit Breakers (MCBs)
Type:
Thermal magnetic non-adjustable type, tested in accordance with the BSEN 60898 Standard.
Minimum Short-Circuit Breaking Capacities are to be as follows:
6-32A MCB: 10 kA at 240/415 V A.C.

Construction:
MCBs are to be in operation at ambient temperatures up to 70ºC within panel board enclosure
and humidity up to 95%, and are to be constructed from high quality, high temperature, molded
insulating materials. Guaranteed duties and characteristics are to be submitted for temperatures
above 40ºC. MCBs and combinational devices are to be modular, of unified profile and mounted
to a standards DIN rail.
Operation:
Under overload conditions, thermal tripping is to provide close protection on insulated
conductors.
Under short-circuit conditions; magnetic trip is to operate at 7-10 times normal rated current.
Magnetic operation is to be in the current limiting region and opening time is not to exceed 5
milliseconds.
VI. Motor Circuit Breakers

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 64

The motor circuit breakers shall be inherently safe, capable of being installed at any random
location without the need to be protected by a fuse. Making and breaking shall be performed by
two push-buttons provided for this purpose, which simultaneously indicate the switch position.
The motor circuit breakers shall be provided with adjustable overload tripping and high-speed
short-circuit tripping. Auxiliary contacts shall be provided for control and signalling purposes, at
least in 1 normally open and 1 normally closed contact.
VII. Instruments
a. Ammeter (for 400 V, 3 Phase Boards)
The ammeter shall be moving iron type, flush pattern with dust and moisture
proof enclosure. The ammeter shall comply with BS 89 and the dial size shall be
(96 x 96 mm). The range of ammeter shall be according to the rating of the
incoming switch. Ammeters in the motor circuit shall have an overload scale of
6 x In. Accuracy for Ammeters shall be of Class 1.5 and as specified in IEC
publication 60051 and 60521.
b. Voltmeter (for 400 V, 3 Phase Boards)
The voltmeter shall be moving iron type, flush pattern with dust and moisture
proof enclosure and the range shall be 0 – 500 Volts unless otherwise specified.
The size of dial shall be (96 x 96 mm) and the meters shall comply with BS 90.
The Voltmeter selector switch shall read line-to-line voltages and line to neutral
voltages. Accuracy for Voltmeters shall be of Class 1.5 and as specified in IEC
publication 60051 and 60521.
c. Indicating Lights
Indicating lights shall be heavy – duty, 18 mm, oil tight type, which utilizes a low
voltage lamp and built – in transformer. Legends shall be engraved on the lens
or on a legend faceplate. Lamps shall be easily replaceable from the front of the
indicating light. Indicating lights shall be the Push – to- Test type.
14.15 CONTROL PANELS ADDITIONAL
COMPONENTS
In addition to those components which are mentioned in the last section, the following devices
and components shall be assembled in the Control Panels (CPs).
a) Variable Speed Drive
a) All controls for the motor and its related pump.
b) All alarms indication lamps for the motor and its related pump.
c) Visual and audible alarm devices for all faults with acknowledge, and reset systems.
d) Miniature circuit breakers (MCBs) for protection of control circuits and protection
relays. The MCB’s shall have interrupting capacity not less than 10 KA according to IEC
157-1 P1.
e) Illuminated push buttons as described.
f) Indication lamps for the three phase with Red-Yellow-Blue colours respectively.
The control panels shall incorporate the following monitoring and protection units:
A. Digital, Line Metering and Protection Unit
This device shall consist of a single microprocessor based unit capable of monitoring and
protection the functions which are listed below.
Direct reading metered values shall be displayed by the device as follows:
− AC amperes in each phase with 1% accuracy.
− AC voltage, phase to phase and phase to neutral with 1% accuracy.
− Megawatts.
− Megavars.
− Power Factor.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 65

− Frequency.
− Megawatt demand (5, 10, 15, 30, minute interval field programmable).
The device shall trip and / or alarm on the following conditions as indicated:
− Voltage phase loss, if any phase rms is less than 50% of the nominal line voltage.
− Current phase loss, if the smallest phase value is less than 1/16 of the largest
phase value.
− Line voltage phase unbalance, selectable from 5 to 40% of nominal in 5%
increments.
− Under voltage, selectable from 95 to 60% in 5% increments.
− Phase sequence.
− Over voltage.
1. The device shall have a time delay for the trip and / or alarm settings for over voltage,
and phase unbalance. The delay shall range from 0 to 8 seconds in 1second intervals.
2. Input ranges of the device shall accommodate external current transformers with range
from 100 / 5 through 5000 / 5. Potential transformers shall not be necessary up to 600
volts. Above 600 volts, external potential transformer inputs shall be provided up to 14.4
KV Current and potential transformer ratios shall be field settable on the metering
package.
3. Outputs shall have trip / alarm contacts with ratings of 10 amperes. Separate trip and
alarm relay contacts shall be provided.
4. Display screen and LED shall indicate both trip and alarm conditions. The cause of a
trip or alarm shall be indicated on the display window. The device shall also signify
reverse power flow, negative power factor, and negative KVAR. The unit shall trip in the
event of an internal malfunction.
5. Control power shall be drawn from the monitored incoming AC line terminal
connection.
6. The device shall have non – volatile memory and not require battery backup. In the
event of power failure, the device shall retain preset parameters.
7. The device shall allow the user to disable undesired values / functions and to later
reactivate them if required.
8. A neutral terminal shall be provided for 4 wires, earthed systems.
9. The Voltage Power Module shall be detachable from the chassis.
10. In the event of a trip or alarm condition, a built – in reset button shall allow a manual
reset of the device. The device shall also be capable of being remotely reset via its
communication port.
B. Adjustable Electronic Overload Protection Relay
The electronic overload protection relay, with suitable adjustable range, shall be installed between
the running contactor and motor. The overload range shall be approximately from (80%) –
(120%) of the nominal current rating of the motor.
The electronic overload shall have the following protection functions:
a. Over current.
b. Phase failure.
C. Dry Running Protection Relay
Each control panel shall have its own dry running relay connected to dry running sensor
for each pump, which shall be connected in series with them as a protection.
D. Motor Thermal Protection Relay

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 66

The function of this relay is to protect the motor against overheating. If the motor is
heated by a clogged cooling system or by sun radiation, this relay shall be energized,
immediately interrupting the control of the motor drive. At the front of the starter panel
three protections PT100 relays and one PTC should be installed as follows:
a. Motor windings relay with 4-20mA output for RTU monitoring.
b. Pumps bearing PTC relay with 4-20mA output for RTU monitoring.
These devices shall be connected to three temperature sensors integrated in the motor three
windings , and two temperature sensors for each of the pump front and rear bearings. The
sensors which are provided shall be 3- wire PT100 resister sensor. Thermal protection relay shall
have the following features:
a. Digital indication on LCD with signal lamp.
b. Adjustable from 0Cº to 100Cº. Trip on 70Cº.
c. Two change over contacts.
d. Apply on 3-wire resistor sensor.
e. Supply voltage 230V.
Acknowledgement or resetting of the relay shall be effected by a push-button installed on the
relay.
The auxiliary contact shall be of the reversing type. Alarm trip with 2 set points, 2 relay input
with digital temp indication and 4-20mA output.
1. Complete circuit diagrams shall be provided together with service instructions, and spare
parts list for all components used in the Control Panel, and they shall be supplied in
transparent plastic case inside a pocket on the backside of the panel door.
2. The front of the CP shall contain the following signalling control and instruments:
a) A selector switches (Manual, OFF, Auto) for the pumps’ motors.
b) A set of “ON” and “OFF” push buttons.
c) One voltmeter 0-500 VAC with selector switches to monitor the 3 phases and
neutral voltages.
d) Three ammeters and three current transformers one per phase.
e) Indication lamps to show the following:
f) Motor “ON” and “OFF” and “FAULT”.
g) The motor is overloaded.
h) Motor windings high temperature trip.
i) One audible alarm re-settable hugger for all faults of motor and pumps.
j) One running hour's recorder without resetting facility to record up to 9999
hours.
k) One stay-put push button for emergency stopping.
l) 3 digital LCD display units for motor and pumps temperatures.
m) The manufacturer shall submit with the panels test report (certificate) for each
panel showing that the starters were completely tested, and setting of relay was
adjusted.
3. Controls, Indication and Alarms
The following features and components will be provided at the Control Panel deemed to be
included in the price of the control panel. The separate control panel shall comprise the
indicating lamps, measuring instruments (e.g. Ammeters, Voltmeters, Alarm and Fault Signals).
The control panel should illustrate the components of the pump station, as well as indication to
show the operation status of each power consuming equipment (e.g. on, off, faulty, open, close
etc.). The control panel is to be equipped with a facility to be connected with the RTU.
a) The operating push buttons, switches, or handles of all circuit breakers, motor
starters, isolators, etc. shall be located on the doors of the control panel, and
there shall be visual indications of the “ON” and “OFF” positions.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 67

b) All operations of fault and alarm circuit shall be clearly and individually indicated
on the front of the control panel by lamp operation.
c) Fault and alarm indication lamps shall remain ON until the causes have been
cleared and the system has been manually reset.
d) Indication lamps and push buttons shall be coloured as follows:
Table 4:
Indication Lamp Color
On Green
Off Red
Fault Red
Alarms Yellow
Heaters Blue

Push Buttons Colour


Start Green
Stop Red
Alarm Accept Black or White
Emergency Stop Red

e) For the purpose of remote indication, voltage free contact shall be provided to
duplicate the ON, OFF, fault and all other alarm indications. The contacts shall
be wired to outgoing terminals and shall be rated for 2 Amps at 24 volts DC as
required by the RTU, Manual, Automatic, OFF, 3 positions selector switch shall
be provided, to all or for remote operation of RTU supplier.
f) Each indicating lamp shall incorporate a push-to-test feature.
g) The Contractor shall supply and install control cable (“4-20” mA signal) from
the location of the field instruments (i.e. transmitters) to suggested location of
Programmable Logic Control or (RTU).
h) The contractor shall supply and install control cable (free contact signal) from
the location of the field instrument switches (i.e. Float switches, ON/OFF
control valves …etc) to suggested location of Remote Terminal Unit (RTU).
14.16 DISTRIBUTION BOARD
a. Distribution boards shall be provided to serve lighting, fans, socket outlets, and other
appliances, 400/230 Volt, 3 phases, 4 wire panel board.
b. Distribution Boards shall be surface mounted type, totally enclosed, dust protected,
vermin proof type (3) and corrosion resistant.
c. Enclosure shall be fabricated from robust galvanized sheet steel fully rust-proofed, stove
enamelled, of minimum thickness of 1.5mm and shall be protected to IP 32 for internal
use with neoprene gaskets for the doors. Hinged door with a lock and key shall be integral
part of the fixed cover.
d. The cabinet shall be constructed so that it is necessary to open the door to operate
Miniature Circuit Breakers or ELCB. Access to interior components and internal wiring
shall be gained by removing a separate barrier within the enclosure.
e. All distribution boards shall be controlled by an adequately rated on-load isolator or circuit
breaker to interrupt the supply to the entire distribution board.
f. A circuit label shall be provided to indicate the area served by each MCB.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 68

g. Busbars shall be of high electrical conductivity copper and be of appropriate current


carrying capacity at least equal to the rating of the main incoming isolator or circuit
breaker.
h. Earthing stud bolt shall be provided through the cabinet with a removable 25 mm2 bond
to the panel earth bus and an external clamp connector for a station earth cable.
i. The distribution boards shall be provided with fixed cover and a hinged door with padlock
which can be opened without any obstruction about 120 degrees and conduit knockouts
from the top and bottom.

14.17 UNINTERRUPTIBLE POWER SUPPLY (UPS)


14.17.1 Scope
This specification covers the design, manufacture and testing of A.C. Uninterruptible Power
Supply (UPS) to be installed within the Main distribution board compartments.
Uninterruptible power supplies (UPS) shall be provided for equipment (server , workstation ,
PLC , firewall , communication equipment , instrumentations) which does not have intrinsic
back-up (at least 3 hours under full load) from a loss of power and where loss of power would
cause:
14.17.2 Standards Specifications
The Uninterruptible Power Supply (UPS) shall conform in design, materials and performance
(except where otherwise specified) with all relevant Statutory Regulations and the latest editions
(at time of order) of all relevant British and Harmonized European standards and international
standards including:
− IEC 76 Power transformers.
− IEC 85 Recommendations for the classification of materials for the insulation of
electrical machinery and apparatus in relation to their thermal stability in service.
− IEC 269 Low voltage fuses.
− IEC 529 classification of degree of protection provided by enclosures.
− IEC 51 Recommendations for direct acting indicating electrical, Measuring instruments
and their accessories.
− IEC 146 Semiconductor converters.
− IEC 408 Low voltage air-break switches, disconnectors, air-break switches disconnectors
and fuse combination units.
14.17.3 Service and Environmental Conditions
UPS shall, in all respects, be suitable for operation under service conditions stated on Electrical
Standard Specification.
The system, in particularly the batteries, shall be located within a compartment of the MDB panel
which shall be suitably ventilated and cooled.
14.17.4 Equipment Arrangement
A. The UPS system shall comprise of the following modules:
1. Constant voltage, current limiting single rectifier.
2. Battery charger.
3. Inverter.
4. By pass regulating transformer.
5. Static switch.
6. Maintenance switch.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 69

7. Distribution board.
8. Battery isolation and protection.
B. It shall supply clean, uninterrupted power to the critical loads and meet the
specifications.
C. Where a UPS is to be installed and the electronic components within the equipment
being supplied by the UPS are likely to become damaged by mains borne power
disturbances or fluctuations, then the UPS shall be fitted with Galvanic Isolation.
D. The UPS shall be located and mounted to enable easy maintenance.
E. For the purpose of testing batteries it is essential that covers and doors providing access
to the battery terminals can be opened and/or removed without need to isolate or switch
off the UPS. Equally such covers or doors shall be locked (requiring a special tool or key
to open) to prevent access to the enclosure and fitted with suitable “Danger Live” labels.
F. Batteries shall have a design life of 10 years.
G. The Contractor shall assess the electrical load capacity of the UPS taking into account
de-rating for non-linear loads and worst case ambient temperature conditions.
14.17.5 Construction Requirements
a. The UPS system shall be housed in an enclosure, heavy duty; reinforced steel,
freestanding cabinet which requires access only from the front (hinged front panels).
b. Unless specified otherwise, make provisions for Employer control and power cables to
enter either the top or the bottom of the cabinet.
c. The UPS system shall be designed in such a way that any spare part, printed circuit
board, sub-assembly or component, can be replaced without any adjustment.
d. All materials and components making up the UPS shall be new, of current manufacture,
and shall not have been in prior service except as required during factory testing. The
UPS shall be constructed of replaceable subassemblies. All active electronic devices shall
be solid-state.
e. The core shall be earthed at one point only with a readily accessible removable
connection which may be conveniently opened to check the core insulation.
f. The UPS shall be forced air cooled by internally mounted fans. The fans shall be
redundant in nature to ensure maximum reliability. The fans shall be easily replaceable
without the use of special tools.
g. The bypass transformer and distribution board shall be contained in a separate cabinet
adjacent to the UPS cabinet.
h. The cabinets shall be arranged for front access. A removable undrilled gland plates shall
be provided with entry position.
i. Front opening doors shall be provided with locking facilities. Equipment shall be
arranged in a logical manner for ease of operation, inspection and maintenance.
j. Printed circuit boards shall be of plug-in modular type. The modules shall be coded to
prevent cross plugging of dissimilar modules and be located in the sub racks by guide
rails to ensure positive connection.
k. The battery shall be installed on a free standing support rack.
14.17.6 Operating Principles
a. The overall configuration shall comprise of UPS units arranged to supply exclusive
loads.
b. The bypass supply will be fed via a 400/230Vac transformer and provides an alternative
power source in the event of an inverter fault.
c. The output of each UPS and bypass transformer shall be 230V, single phase and neutral,
50Hz.
d. The criteria for load transfer shall be as follows:
1) Load transfer from the inverter to the bypass shall only possible when:
2) The bypass voltage is within ± 10% of the rated inverter output voltage.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 70

3) The bypass frequency is within the tolerances specified in the data sheet.
4) The inverter output and bypass voltages are synchronized.
5) Automatic transfer of the load shall be initiated when:
6) The inverter output voltage drops below 95% of the nominal output voltage.
7) The inverter output voltage exceeds 105% of the nominal output voltage.
8) The inverter output current limit is exceeded.
9) Retransfer of the Load from the bypass to the inverter shall only possible when:
10) The inverter output voltage is within ± 10% of the nominal output voltage for more
than 5 seconds and The inverter output and bypass voltages are synchronized.
14.17.7 Components
1. Battery Subsystem
A. Sealed maintenance-free batteries and sized for the pre-selected time with the
UPS operating at rated load shall be provided.
B. The batteries shall have an expected life of ten (10) years.
C. The batteries shall be fully wired and contained within either the UPS cabinet or
a separate battery cabinet. Battery run time (based on 100% full load) shall be no
less than the specified time. Optional extended battery run times shall be
available.
D. The battery shall be arranged to provide ease of access for maintenance
purposes.

2. Inverter
A. The inverter shall convert power supplied, from the utility, when within
specified limits or from the batteries, when within the battery manufactures’
specified limits to AC power. It shall be a pulse width modulated (PWM) type
design without the need of a transformer.
B. The unit shall have a single power PCB for maximum reliability (multiple PCB’s
decrease reliability).
C. The inverter shall be capable of delivering its rated output within the specified
voltage and frequency limits with the battery disconnected.
3. Rectifier
A. The battery voltage and rectifier output voltage shall be in accordance with
manufacturer’s standard. The rated output current of the rectifier shall supply
simultaneously, the inverter rated output power and the battery charge
requirements when operating in either float-charge or rapid charge mode.
B. A DC circuit earth-fault monitoring unit shall be provided to automatically
initiate the relevant indications and alarms in the event of an earth fault.
C. The rectifier shall restart automatically upon restoration of the power supply
following the mains power interruption.
D. During transient input voltage depressions down to 80% of nominal voltage, the
rectifier DC output voltage variations shall be controlled to a value that will at
least prevent the initiation of battery discharge.
E. Facilities shall be provided for manual and automatic initiation of battery rapid
charge operation. Automatic initiation of battery rapid charge-operation shall
occur following any period of battery discharge with duration of more than 20
seconds.
4. Static Bypass Switch

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 71

A. The unit shall contain a Static Bypass Switch (SBS) as a standard feature. The
normal operating mode of the SBS is to connect the Inverter to the critical load
with the utility in a standby mode; in case of any converter/rectifier or Inverter
failure the SBS will transfer to the Utility without interruption to the critical
load.
B. The use of a transformer, to convert the utility, is permitted when the input
utility voltage is not the same as the units output voltage requirements.
5. E. Charger
The battery charger shall maintain the batteries at full charge. The standard battery charger shall
recharge the battery in 10 times the discharge time maximum.
6. F. Power Connections
The UPS shall be hard wired input and output.
7. Protective Devices, Monitoring and Control
A. All circuits, AC input, rectifier DC output, battery circuits, inverter AC output and
outgoing circuits shall be adequately protected by switches and fuses.
B. The UPS unit shall incorporate all the necessary control equipment to achieve the
performance requirements of this specification, and to protect the unit and its
components from excess current under all operating conditions. Selectively operating
protective devices shall be as required to safeguard the unit from the consequences of
internal and external short circuits, overvoltage, load short circuits, external or internal
over-temperature and any main or control circuit malfunctions.
C. Inverter shall sustain 125 % overload for at least 10 minutes and 150 % overloads for 1
minute. After delay, if overload persists, the load shall be transferred to bypass.
D. Supply without break if Mains voltage is within tolerance limits. The UPS shall check the
load and if the load is below overload threshold, the inverter shall restart automatically
and load shall be transferred back to the inverter.
E. Facility to inhibit automatic re-transfer shall be provided.
F. The inverter AC monitoring unit shall activate the “inverter AC output deviation
LED’s” and shall initiate the changeover to the mains supply if the inverter AC output is
outside its tolerances.
G. The following status information shall be monitored by indicating lights on the front
panel of the UPS:
• Rectifier-charger “on”.
• Load on inverter.
• Load on Battery.
• Load on bypass.
• Alarm.
• Inverter shutdown imminent.
• Boost charge.
• Inverter/Charger Fault.
• Low Battery Voltage.
An audible alarm shall warn the user of faults or operating problems. The system shall be
equipped with an alarm off button.
The following measurements shall be available:
• Inverter output voltage (L-L).

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 72

• Inverter output frequency.


• Inverter output currents.
• Voltage across battery terminals.
• Battery current (charge/discharge).
• Mains (rectifier/charger) input voltages (L-L).
• Rectifier/charger input currents.
Remote Control and Monitoring:
Remote transmission shall be possible for all controls, monitors and measurement indication on
the UPS unit to the SCADA system.
8. Inspection and Testing
A. Tests shall be carried out by the manufactures at his works in accordance with
the relevant standards.
B. The UPS manufacturer shall provide proof of a Quality Assurance Program. In
particular the main equipment manufacturing stages sanctioned by appropriate
tests such as: incoming components inspection, discrete sub-assembly tests and
complete functional checks on the final product.
C. Final inspection and calibration operations shall be documented in a report
drawn up by the supplier’s Quality Inspection department.
9. Drawings and Data
The specified UPS system shall be supplied with user's manual. Manuals shall include installation
drawings and instructions, a functional description of the equipment with block diagrams, safety
precautions, illustrations, step-by-step operating procedures, and routine maintenance guidelines.
14.17.8 Technical Specifications
1. System Technical Specifications:
a. Technology: Double Conversion True Online.
b. 1 phase input/1 phase output.
c. Transformer less Technology - Using IGBT technology.
d. Transfer UPS to By-pass mode.
e. Noise @ 1 meter<50dBA.
f. LCD Control Panel with LED Indicator.
2. Rectifier Technical Specifications:
a. Nominal Voltage: 230VAC Single Ph +N.
b. Input Power Factor >0.95.
c. Input voltage range: from 180VAC to 250VAC.
d. Nominal Frequency 50-60Hz (Auto sensing).
e. Input Frequency Tolerance 45-65Hz.
3. Inverter Technical Specifications:
a. Nominal Apparent power– P.F 0.9.
b. Nominal Active power 2.7KW.
c. Inverter Overload capacity: 100–109% continues, 110–129% for 5 minutes, 130–149%
for 15 second, >150% for 300mSec.
d. Nominal output Voltage 230VAC.
e. Nominal Output Frequency 50/60 Hz (Auto sensing).
f. Voltage Regulation ±2%.
4. Battery Technical Specification:
a. Hot swappable batteries for easy maintenance & continues operations.
b. Optimum Battery Temperature 15 to 40 °C
c. Backup time 120 min at full load and 240 min at half load.
5. Static Bypass Technical Specifications:

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 73

a. Nominal Bypass Voltage 230VAC.


b. Nominal Frequency 50/60 Hz (Auto sensing).
c. Voltage Range -15 % to + 10%..
d. Transfer Time with inverter synchronous to bypass = 0 msec.
14.18 EARTHING AND BONDING
General
This section covers furnishing and installing earthing cable, earthing rods, and earthing materials
as indicated on the Drawings and as specified herein for the electrical system and equipment
grounding.
The earthing installations shall provide that all extraneous conducting materials in the buildings
are equi-potential bonded, so that in the event of an electrical fault potential differences are not
present.
Earthing arrangements and protective conductors shall be in accordance with the “Regulations
for Electrical Installations” issued by the institute of Electrical Engineers, London, Sixteenth
Edition Parts 4 and 5 and subsequent revisions.
The installations shall have separate neutral and protective conductors.
The system will also ensure that the conductors carrying earth fault currents are of adequate cross
sectional area to enable the protective device to operate in timed period so that damage is not
caused to any installation equipment and that discrimination between protective devices is
maintained.
The complete earthing system shall be protected against damage by corrosion.
Local air and soil conditions are aggressive and saline; neither steel nor copper shall therefore be
protractedly exposed to the environment. Steel parts shall be hot dipped galvanized; copper shall
be tinning plated.
Earthing System
Earthing system shall be installed as indicated in the Jordanian General Technical Specifications
for Buildings “Chapter 4’.
The earthing system shall comply with the standards of BS7430,IEC-364-5-54,IEEE-81
regulations.
Main earthing conductors shall consist of tin copper bar of hard drawn, high conductivity copper
strip (or equivalent tinned or lead coated bare copper, hard drawn wire).
Earthing conductors shall be adequately sized for maximum fault current.
Each connection shall be identified using engraved laminated plastic labels which may be fixed to
the conductor using nylon cable ties.
Bolted connections shall be made using brass bolts, washers, nuts and locknuts. Alternatively
electrically plated steel components may be used.

14.19 EARTHING RODS


Earth rods shall be of 20 mm in diameter by 3 meters long power driven vertically into the
ground apart with heads located at a depth to suit the position of the disconnecting chamber.
Earth rods shall be copper plated steel cord with a metallic bonded outer surface, rods shall be
provided with special hardened tips and caps, to avoid distortion when driven into the ground.
Approved non-ferrous clamps for connecting the rod to the copper strip (or the bare wire),
between rod and final earth lead test link shall be provided.
The head of each rod shall be brought to a concrete chamber to enable each electrode to be
disconnected for testing purposes.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 74

Concrete disconnecting chambers with removable cover and disconnecting link, for location and
test purposes, shall be provided over each rod. The top of the chamber shall be at finished
ground level.
The earth rod interconnections shall be an electrically unbroken ring and interconnections shall
be tinned or lead coated copper tapes of hard drawn high conductivity copper strips (or
equivalent tinned or lead coated bare copper hard drawn wire) sweated to the test links. The
conductor shall be adequately sized and sufficient low resistance to carry the maximum fault
current for a period equivalent to the clearing time of the protective equipment without undue
temperature rise.
Joints at the head of the earth rods shall be easily accessible for periodic inspection.
Where armoured cables are installed above ground level for the purpose of running sub-main or
final distribution circuits, then the armouring may be used as the earth conductor provided that
the following requirements of the next paragraph are complied with.
Where armoured cables are installed directly in the ground then the armouring must be bonded
to earth using suitable glands. The armouring must not be used as the sole earthing conductor.
Additional earthing shall be provided by means of a separate insulated PVC-copper cable whose
insulation is green/yellow. This cable shall follow the same route as the supply cable and shall be
taped to it at regular intervals. Alternatively an integral earth conductor shall be provided where
Multicore-armoured cables are provided.
The test link shall be of tinned copper and not be less than the connecting cables cross sectional
areas and have a generous contact area.
Disconnecting bolts, nuts, locknuts and washers shall be made from phosphor bronze.
The copper PVC insulated wires connecting the earth rods to the test link shall be exothermically
welded at the test link and sweated to the top of the earth rod.

14.20 MAINS DISTRIBUTIONS


Where the armour of cable is used as the earth conductor for remote switchboards and
equipments, the Contractor shall ensure that the earth resistance taking account of the cross
sectional area of the armour and the lengths of cable is satisfactory. Where necessary steel
conductors shall be replaced by copper in the armour cables or separate earth conductors shall be
installed.
Particular care shall be taken to ensure earth continuity across items of equipment situated within
a cable run, and should the design of such equipment not give adequate and lasting continuity
through its structural body then additional earthing clamps and conductors shall be provided to
bond the cable sheaths together independently.
Earth electrodes shall be of high carbon steel with a copper bonded finish installed below
concrete inspection covers marked “EARTH”.

14.21 MAINS CONNECTIONS


Connections between the earth bar and principle items of equipment shall be made using copper
tape or stranded cable of appropriate size cross sectional area with an overall green or
green/yellow PVC sheath.

14.22 ELECTRICAL INSTALLATIONS


Cubicle switchboards shall include a continuous copper conductor connected to each section of
the cubicle and extended to the incoming outgoing cable gland plate and armour clamping rings.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 75

Site assembled panels and boards shall have items of equipment, the frame and cable armour
rings bonded with copper tape.
Conduit or trunks shall not be used for earth continuity but all conduit or trunks shall be
connected to earth. Flexible conduits shall have an additional external earth connection
adequately bonded at both ends. Where conduits and/or trunks is used to connect equipment
not separately bonded to the earthing system a separate internal earth conductor shall be run,
which shall be securely bonded directly to the respective equipment by means of a separate
recognized earth terminal.

14.23 EARTHING SYSTEM RESISTANCE


The earthing resistance shall not exceed 2.0 ohms at each structure. All earthing resistance
measurements shall be made with a three terminal “Megger” type earthing tester which applies
alternating current to the electrodes and which gives a reading in direct current ohms. Two
reference earth probes shall be used, and all tests shall be made in accordance with the
instrument manufacturer’s instructions for ground resistance testing.
The earthing resistance measurement data may indicate that additional earthing rods are required.
The Contractor shall install and connect additional earthing rods to achieve the required ohms
needed.

14.24 TESTING
During the progress of the work and particularly for those installations to be buried or concealed,
continuity test shall be performed. These tests shall not replace any tests required at the end of
the Project.
The procedures shall include a visual inspection by senior personnel followed by testing using
appropriate test instruments. Test instruments shall be regularity and recently calibrated before
tests commence and all test results shall be included in the commissioning manuals.

14.25 LOW HARMONIC VARIABLE SPEED DRIVE


(VFD)
14.25.1 Description
− This specification describes a complete Variable Frequency AC Drive (VFD) used to
control the speed of NEMA design B induction motors used in areas where low
harmonic content is desired or mandated.
− The drive manufacturer shall supply the VFD and all necessary controls as herein
specified.
- The VFD shall be manufactured by a company with at least ten (10) years of experience
in the production of this type of equipment.
14.25.2 Quality Assurance
− The VFD manufacturing facility shall be ISO 9001 and ISO 14001 certified.
− All printed circuit boards shall be completely tested before being assembled into the
complete Drive. The Drive shall be subjected to a functional test and load test. The load
test shall be at full rated load, or cycled load. All printed circuit boards shall have
conformal coating.
− The drive manufacturer shall have an analysis laboratory to evaluate the failure of any
component.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 76

14.25.3 Qualification
The VFD shall meet the following specifications:
−UL 508A and 508C - Underwriter's Laboratory. The VFD shall be UL listed and
carry the UL mark.
− CAN/CSA-C22 No. 14-M91 - Canadian Standards Association. The VFD shall
be C-UL or CSA listed and carry the appropriate mark.
Institute of Electrical and Electronic Engineers (IEEE). Standard 519, IEEE Guide for
Harmonic Content and Control.
The VFD shall comply with the following European Union’s CE directives. The VFD shall carry
CE mark.
A. EMC Low Voltage Directive 73/23 EEC
B. EMC Directive 89/336 EEC
C. Machinery Directive 98/37 EC
14.25.4 Submittal
The Submittals shall include the following information:
1) Outline Dimensions and Weight.
2) Customer connection and power wiring diagrams.
3) Complete technical product description including a complete list of options provided.
4) Compliance to IEEE 519 – Harmonic analysis for particular jobsite including total
voltage harmonic distortion and total current distortion. In case an alternative low
harmonics solution is offered, the drive manufacturer shall provide calculations, specific
to this installation, showing total harmonic current distortion (TDD), at the Point of
Common Coupling (PCC), is less than required.
14.25.5 Design
14.25.6 Description
The drive shall be an Ultralow Harmonic Adjustable Speed AC Drive that complies with
standard IEEE 519 at the VFD input power terminals. Any Ultra Low Harmonic drive
submitted for review must be constructed with a minimum of an input LCL filter and 6 IGBTs
within the rectifier or convertor section.
14.25.7 Harmonics
The Ultra Low Harmonic construction of the VFD shall maintain current distortion levels at the
VFD’s input terminals to levels at or below those listed in “Harmonic Control in Electrical
Power Systems, IEEE Std. 519.”The input current to the VFD shall have a total harmonic
content less than 5% of full rated capability at the input terminals of the VFD on power system
sized according to IEEE 519 at line voltage unbalance up to 3% and under all motor load
conditions. All harmonic management devices must be internal to the VFD enclosure and
supplied as a complete solution.
The VFD must maintain IEEE519 compliance, at the input terminals of the VFD, without
exception, with up to and including a 3% voltage imbalance, phase to phase.
The VFD shall have an active line supply unit which controls the waveform of the input current
and reduces the low order harmonic current drawn from the power line. Line currents and
voltages shall be nearly sinusoidal. IGBTs shall be used in the rectifier and inverter circuits.
Each input phase of the VFD shall incorporate a symmetrical LCL filter arranged in a T-
configuration. The inductors are to be series power components that carry the full current of the
VFD, internally built within the input section of the VFD to prevent high level harmonics.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 77

The VFD shall operate at fundamental power factor 1.0 on the supply side under all motor load
conditions. The input power factor shall be programmable from 0.8 lagging to 0.8 leading,
allowing the VFD to be used as a compensating device for installations that are excessively
inductive or excessively capacitive in reactive power.
Ratings
The VFD shall be rated to operate from 3-phase power at 380 to 415V ±10%, 50/60 Hz ±5.
The overvoltage trip level shall be a minimum of 30% over nominal, and the under voltage trip
level shall be a minimum 35% under the nominal voltage.
The VFD shall be rated to operate at the following environmental operating conditions: ambient
temperature 0 to 40°C continuous. VFDs that can operate at 40° C intermittently (during a 24
hour period) are not acceptable and must be oversized. Altitude 0 to 3300 feet above sea level
without derating, less than 95% humidity, non-condensing.
Output voltage and current ratings shall match the adjustable frequency operating requirements
of standard NEMA design A or NEMA design B motors.
The normal duty overload current capacity shall be 110% of rated current for one (1) minute out
of five (5) minutes.
The heavy duty overload current capacity shall be 150% of rated current for one (1) minute out
of five (5) minutes.
The VFD efficiency shall be 97% or better of the full rated capability of the VFD at full speed
and load. In case an alternative low harmonics solution is offered, the overall efficiency of the
VFD and the harmonic mitigation components shall meet the efficiency requirement.
14.25.8 Construction
− All models shall provide a complete, ready-to-install solution.
− The VFD shall use the same main control board for all ratings.
− Control connections shall remain consistent for all power ratings.
− The VFD shall employ an active AC to DC rectifier constructed of a minimum of 6
IGBTs.
− The VFD shall be offered in NEMA Type 1, and configurable into additional enclosures
NEMA Type 3R, 4, 4X and 12.
− Desired optional features shall be furnished and mounted by the VFD manufacturer and
shall also be available as field installable kits as an alternative. All optional features shall
carry all of the necessary certifications as described. Field installed kits shall not affect
the VFD’s certification.
Operator interface
− The VFD shall be equipped with a front mounted operator control panel consisting of a
four- (4-) line by 20-character back-lit alphanumeric LCD display and a keypad with keys
for Run/Stop, Local/Remote, Increase/Decrease, Reset, Menu navigation and
Parameter select/edit.
− The keypad shall be removable, capable of remote mounting and allow for uploading
and downloading of parameter settings as an aid for start-up of multiple VFDs.
− The display of the control unit shall have the following features:
1) The LCD display shall have contrast adjustment provisions to optimize viewing at angle.
2) All parameter names, fault messages, warnings and other information shall be displayed
in complete American English words or standard American English abbreviations

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 78

3) During normal operation, one (1) line of the control panel shall display the speed
reference, and run/stop forward/reverse and local/remote status. The remaining three
(3) lines of the display shall be programmable to display the values of any three (3)
operating parameters. The selection shall include at least the following values:
A. Speed/torque in percent (%), RPM or user-scaled units
B. Output frequency, voltage, current and torque
C. Input voltage, power and kilowatt hours
D. Heat sink temperature and DC bus voltage
E. Status of discrete inputs and outputs
F. Values of analog input and output signals
G. Values of PID controller reference, feedback and error signals
An intelligent start-up assistant shall be provided as standard. The Start-up routine will guide the
user through all necessary adjustments to optimize operation.
1) The Start-Up routine shall include “plug and produce” operation, which automatically
recognizes the addition of options and field bus adapters and provides the necessary
adjustment assistance.
2) The Start-Up routine shall prompt the user for Motor Nameplate Data including power,
speed, voltage, frequency and current.
3) An auto-tune function shall identify the optimal motor tuning parameters for typical
applications.
4) An auto-tune function shall also be available to tune the PID speed regulator loop.
Manual adjustments shall also be allowed.
5) A selection of at least five (5) pre-programmed application macro parameter sets shall be
provided to minimize the number of parameter adjustments required during start-up.
Macros offered shall include Hand/Auto, Level Control, PFC (Pump, fan control)
traditional, Multi-pump, Anti-Jam, A selection of two (2) user defined macros shall are
also be available.
Protective Features
For each programmed warning and fault protection function, the VFD shall display a message in
complete English words or Standard English abbreviations. The five (5) most recent fault
messages and times shall be stored in the VFD’s fault history.
The VFD shall include internal MOV’s for phase to phase and phase to ground line voltage
transient protection.
Output short circuit and ground fault protection rated for 100,000 amps without relying on line
fuses shall be provided per UL508C.
Motor phase loss protection shall be provided.
The VFD shall provide electronic motor overload protection qualified per UL508C.
To ensure continuous protection during a low input voltage condition, the Active Front End
Drive must maintain UL approved overload protection of the motor, without exception and
without nuisance overload trip, continuously, with up to and including a 10% voltage drop.
Protection shall be provided for AC line or DC bus overvoltage at 130% of maximum rated
voltage or under voltage at 65% of min. rated voltage.
The VFD shall protect itself against input phase loss.
A power loss ride through feature shall allow the VFD to remain fully operational after losing
power as long as kinetic energy can be recovered from the rotating mass of the motor and load.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 79

Stall protection shall be programmable to provide a warning or stop the VFD after the motor has
operated above a programmed torque level for a programmed time limit.
Under load protection shall be programmable to provide a warning or stop the VFD after the
motor has operated below a selected under load curve for a programmed time limit.
Over-temperature protection shall provide a warning if the power module temperature is less
than 5°C below the over-temperature trip level.
Input terminals shall be provided for connecting a motor thermostat (PTC type) to the VFD’s
protective monitoring circuitry. An input shall also be programmable to monitor an external relay
or switch contact.
Control Inputs & Outputs
Discrete Inputs
1) A minimum of six (6) discrete inputs shall be provided.
2) A minimum of six (6) of the inputs shall be independently programmable with function
selections (run/stop, hand-off-auto, etc.).
3) Inputs shall be designed for use with either the VFD’s internal 24 VDC supply or a
customer supplied external 24VDC supply.
Discrete outputs
1) Minimum of two (3) form C relay contact outputs shall be provided.
2) All outputs shall be independently programmable to activate with at least 30 function
selections including;
A. Operating conditions such as drive ready, drive running, reversed and at set speed
B. General warning and fault conditions
C. Adjustable supervision limit indications based on programmed values of operating speed,
speed reference, current, torque and PID feedback.
D. Relay contacts shall be rated to switch 2 Amps at 24VDC or 115/230VAC.
Analog Inputs
1) Minimum of two (3) analog inputs shall be provided:
2) Resolution of analog inputs must be at least 11 bit total resolution.
3) All inputs shall be independently programmable with input function selections.
4) A differential input isolation amplifier shall be provided for each input.
5) Analog input signal processing functions shall include scaling adjustments, adjustable
filtering and signal inversion.
6) If the input reference is lost, the VFD shall give the user the option of the following.
The VFD shall be programmable to signal this condition via a keypad warning, relay
output and/or over the serial communications bus.
A. Stopping and displaying a fault
B. Running at a programmable preset speed
C. Hold the VFD speed based on the last good reference received
D. Cause a warning to be issued, as selected by the user.
When inputs are used as speed references, reference signal processing shall include
increase/decrease floating point control and control of speed and direction using a “joystick”
reference signal. Two (2) analog inputs shall be programmable to form a reference by addition,
subtraction, multiplication, minimum selection or maximum selection.
Analog Outputs
Minimum of two (2) 0 / 4-20 mA analog outputs shall be provided.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 80

Outputs shall be independently programmable to provide signals proportional to output function


selections including output speed, frequency, voltage, current and power.
Serial Communications
The VFD shall be capable of communicating with other VFDs or controllers via a serial
communications link. A variety of communications interface modules for the typical overriding
control systems shall be available.
Interface modules shall be available for a wide selection of protocols including but not limited to:
1) ControlNet
2) DeviceNet
3) Ethernet IP
4) Modbus RTU
5) Profibus-DP
6) Profinet
Interface modules shall mount directly to the VFD control board or be connected via fiber optic
cables to minimize interference and provide maximum throughput.
I/O shall be accessible through the serial communications adapter. Serial communication
capabilities shall include, but not be limited to:
1) Run-Stop control
2) Speed Adjustment
3) PID (proportional/integral/derivative)control adjustments
4) Current Limit
5) Accel/Decel time adjustments
The VFD shall have the capability of allowing the overriding controller to monitor feedback such
as process variable feedback, output speed/frequency, current (in amps), % torque, power (kW),
kilowatt hours (resettable), operating hours (resettable), relay outputs, and diagnostic warning and
fault information.
A connection shall also be provided for personal computer interface. Software shall be available
for VFD setup, diagnostic analysis, monitoring and control. The software shall provide real time
graphical displays of VFD performance.
Control Function & Adjustments
Output frequency shall be adjustable between 0Hz and 300Hz. Operation above motor
nameplate shall require programming changes to prevent inadvertent high-speed operation.
The VFD shall be capable of controlling deceleration of a load without generating an overvoltage
fault caused by excessive regenerated energy. Overvoltage control on deceleration shall extend
the ramp time beyond the programmed value to keep the amount of regenerated energy below
the point that causes overvoltage trip.
The VFD shall be capable of starting into a rotating load (flying start) regardless of motor
direction. It should then accelerate or decelerate to the active reference without tripping on fault
or causing component damage. The VFD shall also be capable of flux braking at start to stop a
reverse spinning motor prior to ramp.
The VFD shall have the ability to automatically restart after an over current, overvoltage, under
voltage, or loss of input signal protective trip. The number of restart attempts, trial time, and time
between reset attempts shall be programmable.
Control functions shall include two (2) sets of acceleration and deceleration ramp time
adjustments with linear and an s-curve ramp time selection.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 81

Speed control functions shall include:


1) Adjustable min/max speed limits.
2) Selection of up to 15 preset speed settings for external speed control.
3) Three sets of critical speed lockout adjustments.
4) A built-in PID controller to control a process variable such as pressure, flow or fluid
level.
Functions shall include flux optimization to limit the audible noise produced by the motor and to
maximize efficiency by providing the optimum magnetic flux for any given speed operating
point.
The VFD shall be capable of sensing a loss of load (broken belt / broken coupling) and signal
the loss of load condition. The VFD shall be programmable to signal this condition via a keypad
warning, relay output and/or over the serial communications bus. Relay output shall include
programmable time delays that will allow for VFD acceleration from zero speed without
signaling a false under load condition.
Three (3) programmable critical frequency lockout ranges shall be provided to prevent the VFD
from operating the load continuously at an unstable speed.
The VFD shall have fifteen (15) internal adaptive programming blocks capable of twenty (20)
different functions. These blocks shall be connectable to VFD’s actual signals and functions
allowing the user to tailor the VFD to the specific application requirements without additional
hardware. These blocks shall be programmable through the standard operator panel and through
the use of programming software.
Table 5:
Description Specification
Applicable motor size Must be suitable with selected motors, with 15% safety factor

Duty Class S1 (Continuous duty)


Rated capacity (400V) Must be suitable with selected motors, with 15% safety factor

Rated input voltage 3- phase (3-wire) 380 to 415V ±10%, 50/60 Hz ±5%
Rated output voltage 3- phase (3-wire) 380 to 415V (corresponding to input voltage)
Output frequency range 0.1 - 500 Hz
Frequency accuracy Digital command: ±0.01% of the maximum frequency
Analog command: ±0.2% (25°C ± 10°C)
Overload capacity (output current) The normal duty overload current capacity shall be 110% of rated current for
one (1) minute out of five (5) minutes.
The heavy duty overload current capacity shall be 150% of rated current for
one (1) minute out of five (5) minutes.

Acceleration/deceleration time 0.01 to 3600 sec.

operator keypad up and down keys / value settings

Input freq.
signal setting
external signal 0 to 10 VDC(input impedance 10kΩ), 4 to 20 mA (input impedance
100Ω), potentiometer (1k to 2kΩ, 2W)
serial port RS485 interface
Thermostat input one terminal (PTC characteristics)
Output Intelligent monitor output Analog voltage monitor, analog current monitor, PWM output
signal terminals

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 82

Description Specification
Output frequency, output current, motor torque, scaled value of output
Display monitor frequency, trip history, I/O terminal condition, input power, output voltage

Over-current, overload, braking resistor overload, over-voltage, EEPROM


error, under-voltage error, CT (current transformer) error, CPU error,
Protective functions external trip, USP error, ground fault, input over-voltage, instantaneous
power failure, inverter thermal trip, phase failure detection, IGBT error,
thermostat error, expansion cards error, under voltage waiting error
Protective enclosure N/A for modules installed inside existing enclosure
IP42 or higher if new enclosures to be installed.

Temperature Operating (ambient): 0 to 40°C / Storage:-2 to 65°C


Humidity 5 to 95% humidity (non-condensing)
Environment
Vibration 2
1.96 m/s (0.2G), 10 TO 55 Hz
Location Altitude 1000m, indoors (no corrosive gasses or dust)
Coating color N/A for modules installed inside existing enclosure
Grey (RAL7035) if new enclosures to be installed.
12 or equivalent that generates fewer harmonic without affect
Minimum No. of Pulses Near unity power factor. (Not more than 5% THDI), without installing any
external filters.

Power Factor >0.95


Efficiency >96%
Technical Documentation Operation, Maintenance Manual & brochures, Spare Parts Manual
Included with the offer.

14.26 SOFT STARTER


Introduction
The motors of the pumps in the said project shall be started and stopped by using of electronic
motor soft starters. These soft starters perform the soft starting, reduction of starting current,
soft stopping, breaking, energy saving and motor protection functions.
If not otherwise specified, the soft starters shall be connected in series with contactor to enable
emergency shut off. In parallel to the soft starter there shall be another contactor to bypass the
soft starter after starting is complete to reduce power losses. The latter shall also allow running
the connected motor directly in case the soft starter is malfunctioning. The soft starters are to be
delivered, installed, and carefully programmed according to the connected machines.
The starter assures the starting and stopping of three phase 400 Volts, 50 Hz AC asynchronous
squirrel cage IEC or NEMA type motors. The possible stopping modes will be: freewheel,
braked or decelerated.
General Requirements
The controller shall provide the following starting modes as standard:
A. Soft Start with Selectable Kick start.
B. Current Limit Start.
C. Full Voltage Start.
D. Dual Ramp Start.
E. Soft Stop.
F. Pump Control.
Quality of Products

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 83

A. The soft starter shall be developed and qualified in conformity with international
standards and, in particular, with the product standard EN/IEC 60947-4-2 for starters.
B. The soft starter shall be CE marked in accordance with the harmonised standard
EN/IEC 60947-4-2.
C. With regards to electromagnetic compatibility, the starter shall conform to the class A
level for radiated and conducted emissions as detailed in the product standard EN/IEC
60947-4-2, and this applies to all available standard functions within the starter.
D. The starter shall be UL 508 and CSA certified “Industrial Control Equipment”.
E. Product Description
F. The operating principle of the starter shall not rely simply on motor current limitation
during the transitory phases or on a voltage ramp, but on motor torque control. The
starter shall provide a torque ramp throughout the accelerating phase. Therefore, it will
be able to control the torque throughout the entire starting phase and, if necessary,
provide a constant motor torque throughout the accelerating phase.
G. For pumping applications, the deceleration shall depend on a torque ramp.
H. All the starters shall incorporate means whereby the actual current is measured in order
to ensure protection of the motor.
I. The incoming power supply terminals shall be positioned at the top of the starter and the
terminals for connecting the motor will be at the bottom (through wiring).
J. The starter shall have connection terminals for the starter bypass contactor. The current
measurements will have to be maintained when the starter is bypassed by the contactor.
K. The starter shall have a separate control supply.
L. The control terminal block for logic and analogue commands shall be removable type.
Main Functions
A. The starter shall be able to start and decelerate several motors in cascade.
B. In order to protect the motor against condensation when stopped for long periods, the
starter shall have a pre-heating function that does not involve rotation of the motor. The
pre-heating current shall be adjustable.
C. The starter shall pilot the bypass contactor control: closing of the bypass contactor on
completion of start-up and opening on receipt of the stop instruction. This function will
have to be compatible with the stop modes: freewheel, braked and decelerated.
D. The starter will be able to control the line contactor. The contactor will have to close
following the start instruction and open when the motor is coming to stop.
E. Access to the settings will be able to be code locked. The monitoring parameters will
have to remain visible.
Environment
A. The starter shall be capable of operating, without de-rating, at an ambient temperature
range between –10 and +40°C and between 40 and 60°C with a de-rating factor of 2%
per degree C above 40°C.
B. The maximum relative humidity shall be 95%, without condensation or dripping water,
conforming to the standards IEC 60947-4-2.
C. The storage temperature shall range between -25°C and +70°C.
D. The maximum operating altitude will be 1000 metres. Above this, the starter shall be de
rated by 2.2% per 100 metre increase.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 84

E. The manufacturer is needed to indicate the noise level of the starter, which must not
exceed 65 dBA.
F. If the starters incorporate fans for cooling, their continuous operation will have to be
avoided. They will have to be switched automatically in relation to the temperature of the
heat sink.
G. The maximum ambient degree of pollution will be degree 3 conforming to IEC 60664-1
(or IEC 60947-4-2).
H. The Contractor shall provide the wiring diagrams of the starters.
14.26.1 Electrical Characteristics of the Starter
A. The utilisation category of the starters shall be AC 53a conforming to the product
standard EN/IEC 60947-4-2.
B. The starter shall operate at 50 Hz, with a tolerance of +/-5%.
C. Logic inputs: the starter shall include a minimum of 4 x 24 V isolated logic inputs.
D. Outputs: the starter shall include a minimum of 3 relays with a N/O contact. Maximum
switching capacity on inductive load: 1.8 A at 230 V a.c. and 30 V d.c. Minimum
switching capacity: 10 mA for 6 V d.c.
E. Outputs: the starter shall include a minimum of 2 x 24 V logic outputs.
F. Analogue outputs; the starter shall include 1 analogue output with either a 0 - 20 mA or
4 - 20 mA signal. This signal should be able to be scaled.
G. The starter shall include its own 24 V power supply for the logic inputs/outputs.
Protective Functions
A. The starter shall incorporate PTC probe processing.
B. The starter shall continuously calculate the heating of the motor from the actual current
measured (the current having to be measured and not estimated). Several classes of
thermal protection to be offered conforming to the standard EN/IEC60947-4-2: classes
10A, 10, 20, 30 as well as the intermediary classes; one inferior to class 10A, one between
classes 10 and 20 and one between classes 20 and 30. The calculation of the thermal
protection must be performed even when the starter is not being supplied.
C. The starter shall be protected against thermal overloads.
D. The starter shall detect an under load from the motor torque information. The detection
threshold as well as the allowed duration of the under load shall be adjustable. This
protection shall be able to lead to either a fault on the starter or simple indication in the
form of an alarm via a logic output.
E. The starter shall detect an overload from the motor current information. The detection
threshold as well as the allowed duration of the overload shall be adjustable. The
duration of the overload will be able to be adjusted from 0.1 seconds. This protection
will be able to lead to either a fault on the starter or simple indication in the form of an
alarm via a logic output.
F. The starter shall have protection against supply line phase inversion and also against
phase failure of the supply or motor.
G. The starter shall take into account management of an external fault. When the contact is
open, the starter goes to fault mode.
H. The protective functions will have to be maintained even when the starter is bypassed by
contactor.
I. The following protections shall be provided as standard with the controller:

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 85

Power loss (with phase indication; pre-start).


Line fault (with phase indication; pre-start) advising:
− Shorted SCR.
− Missing load connection.
Line fault (running protection) advising:
− Power loss.
− Shorted SCR.
− Missing load connections.
• Voltage unbalance.
• Phase reversal.
• Under voltage.
• Over voltage
• Overload
• Under load
• Excessive starts/hour
• Open gate (with phase indication)
• Controller over temperature
Overload Protection
Overload protection shall be as follows:
Meets applicable standards as a motor thermal protective device.
Three-phase current sensing shall be utilized; the use of two current transformers shall be
unacceptable.
Overload trip classes of 10,15,20 and 30 shall be provided and user-programmable.
Electronic thermal memory shall be provided for enhanced motor protection.
Overload protection shall be available through the controller, even in a bypass configuration.
When fault conditions are detected, the controller shall inhibit starting or shut down SCR pulse
firing.
Fault diagnostics shall be indicated in descriptive text on the built-in LCD display. The exclusive
use of fault codes shall be unacceptable.
An auxiliary contact that is programmable for fault indication shall be provided for customer use.
Supervision
The standard starter shall have a dialogue screen and programming keys.
The following information shall be accessible on the dialogue screen:
− Phase-to-phase supply voltage.
− Three-phase line current.
− Motor current
− Motor torque
− Thermal state of motor
− Power factor
− Active power in kW
− Current status (accelerating, decelerating, etc.)
− Elapsed operating time of starter
− Last fault detected
The following information shall be accessible on the analogue output:
− Motor current

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 86

− Motor torque
− Thermal state of motor
− Power factor
− Active power
Communication
The starter shall be able to be connected to Ethernet and other networks, with connection to
communication bus.

14.27 CABLES
14.27.1 Power Cables Scope
This specification defines the requirements for supply of electrical cables 600/1000V
XLPE/SWA/PVC type for the system voltage of 415/240 V, 3 phase and neutral and Frequency
50 Hz.
Applicable Codes and Standards
The following codes and/or standards (latest editions inclusive of all amendments) are applicable.
− IEC 60502-1 Power cables with extruded insulation and their accessories for rated
voltages of 1 kV (Um = 1.2 kV) and 3 kV (Um = 3.6 kV).
− IEC 60332-1 Tests on electric cables under fire conditions- Part 1: Test on a single
vertical insulated wire or cable.
− IEC 60228 Conductors of insulated cables.
− IEC 60230 Impulse tests on cables and their accessories.
− IEC 60724 Guide to the short-circuit temperature limits of electric cables with a rated
voltage not exceeding 0.6/1.0 kV.
− IEC 60811 Common test methods for insulating and sheathing materials of electric
cables.
− IEC 60287-1 Calculation of continuous current rating of cables - current rating
equations.
− IEC 60287-2 Calculation of continuous current rating of cables - thermal resistance.
− IEC 60287-3 Calculation of continuous current rating of cables - operating conditions.
The Contractor shall also note that it is not the intent of this specification to deviate from good
engineering practices. The absence of specifications shall imply that the best engineering practices
shall prevail, utilizing first quality materials and workmanship.
The Contractor shall seek clarification from the Engineer of any confusing or conflicting
information contained in this specification and the accompanying documents.
Any deviation from this specification shall be indicated by the Contractor along with his bid.
Otherwise the Engineer shall assume full compliance with this specification while accepting the
bid.
Design and Construction
The design and construction of electrical power and control cables shall be in accordance with
the codes and standards as specified.
All electrical power and control cables shall have coloured cores as shown in table 5 and as
specified in IEC 60173.
Table 6:
Cable Type Power Cables Control Cables
Single core red or black red or black

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 87

Cable Type Power Cables Control Cables


Two cores red and black red and black
Three cores red, yellow, blue red, yellow, blue
Four cores red, yellow, blue, black red, yellow, blue, black
Five cores red, yellow, blue, black, green white numerical printed on black insulation
The black sheath is for the neutral and the other colours are for the phase conductors.
For multi-core cables (i.e. above 4 cores) for control applications, the core numbers shall be
printed on each cable core for identification (i.e. nos. 1,2,3,4,5,6,7..... upwards).
All cables shall be suitable for operation under the following conditions:
− Directly buried in ground.
− Run in buried P.V.C., concrete or all steel ducts.
− Runs fastened to cable rack or tray in open air.
The cables shall be capable of continuous operation at highest system voltage as specified with
maximum conductor operating temperature of 90 C and maximum temperature under fault
conditions of not more than 250 C.
14.27.2 Materials
Conductors
The cable conductors shall be of stranded, annealed high conductivity copper conductors laid up
and rendered smooth and free from defects likely to injure the insulation.
Conductors shall be of high conductivity copper and meet the requirements of IEC 60228.
Smaller sizes shall be circular in formation and comprise several strands.
Larger conductors to be stranded and shaped to produce a compact, less costly design. For cables
having two or more than two core, shall have all cores of uniform cross section.
14.27.3 Insulation
Power and control cables shall be insulated with cross-linked polyethylene (XLPE) compound
and insulation thickness complying with the requirements of IEC 60502-1
Laying and Bedding
The laying of cores of cables and bedding shall be as per IEC 60502-1.
Armour
The power cables having two or more cores shall comprise a single layer of spirally applied
galvanised steel wires.
The electrical conductivity of the armour shall be such that it is capable of carrying the earth fault
current specified in data schedule.
Wire armour for single core cables shall consist of a single layer of aluminium wires.
Outer Sheath
The outer sheath of cables shall be an extruded layer of black PVC, intrinsically flame retardant
and anti termite protected. The cables shall meet the requirements of IEC60502-1 and IEC
60332-1.
Marking
The external surface of the cover-sheath shall be embossed along two or more lines with
electrical cable 600/1000V according to IEC 60502-1. Also manufacturer's name and year of
manufacture shall be provided through out the cable length.
Sealing and Drumming
Both ends of every length of cable shall be sealed properly immediately after tests at
manufacturer's premises.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 88

The cables shall be rolled on suitable wooden or steel drums. The drum shall be marked to
indicate the direction of rolling, type of cable, voltage and cable length. For all cut lengths of
cables which are to be delivered to the Engineer, approved sealing caps of correct size shall be
supplied and properly mounted immediately after the respective cable length is cut.
Inspection and Testing
Performance and acceptance tests for electrical power and control cables shall be carried out at
manufacturer's works which shall be witnessed by the Engineer or alternatively subject to the
Engineer's prior approval, factory test certificates shall be accepted.
Copies of type test certificates as per IEC-60502 shall be furnished by the cable manufacture
along with the bid.
The required tests, test conditions and acceptance criteria for the cables shall be in accordance
with the latest edition of IEC-60502-1 .
The required tests on the cables shall include but not limited to the following:
− High Voltage Test.
− Conductor Resistance Test.
− Armour Resistance Test.
− Thickness of Insulation.
− Test for Flame Retardant.
− Insulation Resistance Test.
Documentation
The contractor shall provide the following documents as minimum:
Detailed technical particulars for the cables including current carrying capacity, short circuit
current ratings, de-rating factors, thickness of each material and composition, weighting, etc.
Test certificates for all type tests and materials if specified on data sheets.
Installation data.
Control and Instrumentation Cables
Control and instrumentation site cables shall be manufactured in accordance with BS 6346 with
steel wire armouring and polyethylene or PVC with 0.38mm thickness insulation. The cable shall
be twisted pair, shielded with (1) mm2 cross sectional area per core.
Each cable shall have its individual cores identified along their entire length by permanently
printed numerals or letters. At every point of termination, core identification shall be carried out
using an approved system of ferrule markers. At any point of interconnection of wiring at which
a change of numbering is unavoidable, double ferrules shall be provided on each wire.
Any change of numbering shall be recorded on the wiring diagrams of the equipment at which
the change is made.
Where it is proposed to use junction boxes for the marshalling of control and instrumentation
cables to a common item of equipment, etc., any such junction box shall be of the wall mounted
type, purpose made, complete with double terminal blocks of the pressure plate pattern.
Cabling Method
Each cable shall be installed in accordance with the relevant codes of practice and shall be neatly
run in all situations. Cables which are to run on walls, ceilings or other structures shall be
supported on cable trays.
Where cables are surface run on the external faces of structures or above ground level, suitable
protection from the radiation of the sun shall be provided by means of covers or canopies.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 89

Where cables enter or leave structures or panel plinths, the ducts shall be sealed at the point of
entry or exit. Caulking shall be carried out with an approved compound and followed by not less
than 40 mm of epoxy resin, two mix-cold waterproof compounds or a weak sand/cement
mixture as directed by the Engineer. This shall include any spare ducts. The Contractor shall be
responsible for temporarily sealing all cable ducts into structures during the installation stage to
prevent accidental flooding of the structures.
Cables shall be delivered on robust cable drums which shall bear details of manufacturer, size,
length and insulation and shall be offered to the Engineer for inspection prior to installation.
When a cable is cut from a length on a drum, the drum length shall be immediately sealed. All
cables once cut and laid shall be terminated in their final position or effectively sealed.
The general routing of cables shall be as generally indicated on the contract drawings but the final
routes shall be those agreed with the Engineer before any cable installation work is carried out.
All cables shall be installed strictly in accordance with the requirements of this specification.
The laying of all cables shall satisfy the following requirements: Cable depths shall be assessed
from the finished ground level unless otherwise directed by the Engineer. Cables hall be laid at a
depth of 0.7 meters, less bedding. A layer of soft sand, 10 cm thick shall be laid under and over
the cable, and a 7 cm thickness of solid blocks and warning tape shall be placed above the sand
along the cable trench.
Cable Installation
Care shall be taken to protect the cable and avoid kinking of conductor cutting or puncturing the
jacket, contamination by oil or grease, or damaging in any manner. Cable installation shall
conform to the following requirements:
1) Stranded conductor cable shall be terminated by lugs, cup washer, or pressure
connectors. Stranded cables shall not be wrapped around screw type terminal.
2) Stranded conductor cable shall be spliced by pressure type connectors. Wire screw type
connectors shall not be used on stranded cable.
3) Cables may be spliced only at readily accessible locations.
4) Cable terminations and splices shall be made as recommended by the cable
manufacturer for the particular cable and service conditions.
5) Cable shall not be pulled tight against bushings not pressed heavily against enclosures.
6) Cable pulling lubricants shall be as recommended by the cable manufacturer for that
particular type cable.
7) Buried cables shall have molded warning marker on posts every 20 m and at points of
direction change along the route.
14.28 GENERAL SOFTWARE AND HARDWARE
The distributor, manufacturer or vendor that supplies, produces, develops, licenses, or
manufactures the SCADA/HMI software and/or PLC hardware shall not have responsibility for
installation, programming and/or configuration of said software and/or hardware. The
distributor, manufacturer or vendor that supplies, produces, develops, licenses, or manufactures
the hardware and/or software may provide technical assistance to the subcontractor as required.
All security, passwords, and encryption keys created for the project shall be securely turned over
to the OWNER upon completion. The OWNER shall have full ability to edit, monitor, and re-
configure code after completion; no code shall be locked-out from the OWNER’s personnel for
edit, monitoring, troubleshooting, configuration, deleting, or any other common programming
functions required to support the system. The OWNER shall have complete ownership of all
software and code for upon completion.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 90

The following position/personnel shall have the software licenses and hardware registered in
their name upon completion of the project:
Table 7:
REGISTERED USER INFORMATION:

Name/Position:
Title:
Email:
Phone:
Address:
The CONTRACTOR shall provide SCADA as-built documentation. The document shall
contain configuration parameters set for the SCADA system. Each software installed shall have
an as-built document showing configuration parameters and set-points.
The CONTRACTOR shall provide PLC as-built documentation. The document shall contain
configuration parameters set for each PLC. Each PLC installed and configured shall have an as-
built document showing configuration parameters and set-points.
The CONTRACTOR shall provide detailed data flow documentation. The data flow shall be
defined from the end device to the TIER I SCADA. Hops in between shall also be captured in
the data flow documentation to assist in troubleshooting.
The data flow documentation shall contain, at a minimum:
• Source Information; name, IP address, and data registers
• Destination Information; name, IP address, and data registers
• Protocol used
• Port
• Media type
Documents shall have searchable text; the use of images is acceptable for illustration, but the
configuration shall be documented in the native document to allow for searching of keywords for
later reference.

14.29 PROGRAMMABLE LOGIC CONTROLLER (PLC) /


REMOTE TELEMENTRY UNIT (RTU)
14.29.1 General:
The Remote controller shall be intelligent, modular unit, capable of both data acquisition and
local data processing. It shall monitor and control local equipment in a standalone mode as well
as being an intelligent node in a distributed system. It shall be based on multiprocessor
architecture, in which a co-processor is used for handling on-board input/output channels. To
facilitate initial installation, maintenance and future expansion, all external input/output modules
shall connect to the basic controller using a high-speed bus.
The SCADA controller shall be configured with a modern Windows application and
programmed with open standard IEC 61131-3 programming languages. Programs shall be
developed and downloaded either directly to the controller using USB, Ethernet and remotely
through the communication network media such as phone lines, dedicated lines, mobile IP
systems or wireless radios.
The controller must be supplied with the number and type of input/output modules and
communication ports as indicated elsewhere in the specifications. Expansion shall be by
plugging in additional input/output modules to the I/O bus.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 91

Reference:
The PLC/RTU shall be listed by the following registration:
− UL
− CE compliant with
− EN 61326-1 – Measurement , control and laboratory
− EN 61000-6-2 – Industrial immunity
− EN 61000-6-4 – Industrial Emissions
− PLC/RTU shall meet IEEE applicable standards.
Controller hardware specifications:
The controller shall include the following:
Central Processing Unit (CPU):
The central processing unit shall consist of a high speed 32-bit microprocessor with 32-bit
internal and external bus. The design should incorporate a separate co-processor for controlling
input/output channels.
RAM shall have a minimum of 40% spare capacity upon completion.
Memory shall have a minimum of 25% spare capacity upon completion.
Steady-state CPU utilization shall not exceed an average of 40% during a one minute duration.
The CPU shall include a real time clock/calendar, accurate to within one minute per month, with
lithium battery backup. The battery will maintain the memory and clock/calendar for Five years
of power off time. The controller shall provide an adjustable period for updating time from
SCADA protocols in order to achieve accurate clock time.
The CPU shall include an internal clock with at least 10ms resolution and be capable of applying
timestamps at this resolution to internal and externally obtained data.
Redundant CPU shall be supported in main and sub main stations (hot and standby).
Mixed process input/output:
The controller shall be available in a number of basic configurations. As a minimum, the I/O
points shall be as per each location with 25% spare capacity for each type of I/O. However, the
spare analogue input shall not less than 8 inputs (or 25% of capacity, which is higher), as well as,
3 spare slots are requires for future installation.
Digital inputs shall be available in the following ranges (VDC or VAC): 12/24V, 48V, 115/125V,
240V and shall tolerate 150% over-voltage. Digital inputs must be configurable for inverting the
point state, input de-bounce, reporting of time-stamped events (including unsolicited reporting of
state changes), and alarm time dead-bands.
Digital inputs shall be electrically isolated from other inputs in the same card. Inputs in the same
card shall not share a common wire or bus.
Digital input points shall include point quality such that an I/O module or other failure will
indicate bad point quality if the point values cannot be updated. Point quality shall be indicated in
the point database and through status flags on individual points in SCADA protocols.
The controller shall include high speed counters (up to 5 kHz) rated at 12/24 VDC. Counter
input points shall include point quality such that an I/O module or other failure will indicate bad
point quality if the point values cannot be updated. Point quality shall be indicated in the point
database and through status flags on individual points in open SCADA protocols.
Digital outputs shall be dry contact relay.
Digital outputs must be configurable for pulse output trains controlled by both protocol
messages and user programming.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 92

Digital outputs shall be electrically isolated from other inputs in the same card. Outputs in the
same card shall not share a common wire or bus.
Analog inputs shall be able to be calibrated as 0-5V, 0-10V, 0-20mA and 4-20mA on any channel.
Analog inputs must be configurable for reporting of time-stamped events including unsolicited
reporting, deviation event filtering, alarm limits, no-change alarm reporting, exceed rate of rise or
fall, and alarm time dead-bands. These reporting facilities shall be available by parameter
configuration and not require any user programming.
Analog input changes on the controller’s local I/O shall be time-stamped to at least 200mS
resolution, with an internal resolution of 10mS between detectable events. Value and timestamp
change shall be accessible by a user application and reported through open protocols (ref to
communication protocols clause (1.10.4)).
Analog Input points shall include point quality such that I/O module or other failure will indicate
bad point quality. Point quality shall be indicated in the point database and through status flags
on individual points in DNP3 and IEC60870-5 SCADA protocols.
Analog inputs shall be electrically isolated from other inputs in the same card. Inputs in the same
card shall not share a common wire or bus.
The controller shall include one internal temperature measurement channel, scalable in deg.C to
indicate the operating temperature, for remote monitoring via the communication network, or
use within the application software.
The controller shall include monitoring of the RAM battery which can be monitored and alarmed
remotely via the communication network.
Analog outputs will support at least 12 bit resolution, 0-20mA 0r 4-20mA on any channel, +/-
0.25% accuracy over the operating temperature range.
Analog Output points shall include point quality such that I/O module failure or other failure
will indicate bad point quality. Point quality shall be indicated in the point database and through
status flags on individual points in SCADA protocols.
Analog outputs shall be electrically isolated from other inputs in the same card. Outputs in the
same card shall not share a common wire or bus.
The controller I/O shall be controlled by an independent co-processor.
The state of digital and/or analog output shall be configurable to hold last output value or go to
off condition when the application program is stopped.
Terminal blocks shall be removable and can accommodate solid or standard wires from 22 to 12
AWG (0.6 to 2.0mm). This allows module replacement without disturbing the field wring.
Communication:
The controller shall possess a minimum of built-in communication ports with the following
characteristics:
− One Ethernet port
− One USB device port
The controller shall support multiple data communication by using open communication
protocols.
The controller shall support asynchronous operating mode, half and full duplex transmission for
controlling external communication devices.
Mechanical Design:

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 93

The controller shall be DIN rail mountable. Front access to all controls, indicators,
communication ports and power supply connection shall be provided. Ethernet communication
ports shall use standard RJ style connectors to allow easy access using standard cables.
All boards shall be coated with conformal coating, for protection against humidity and corrosion.
Current carrying components must be constructed of corrosion resistant zinc plated steel.
Environment:
The controller shall operate over an ambient temperature range of -10°C to 70°C with a relative
humidity 5% to 95%, non-condensing.
The controller shall operate from nominal power supplies 12-26 VDC, but shall tolerate a wider
range than this. 230 VAC operations shall be provided.
14.29.2 Communication Protocols:
Open Standard Protocols
The controller shall support the following industry standard protocols:
a) DNP3 protocol (IEEE 1815-2012 , and IEC 60870-6)
b) Hart protocol
c) Modbus
d) Ethernet TCP/IP
TCP/IP communications shall be supported over Ethernet, asynchronous serial PPP, GPRS,
1xRTT and 4G cellular IP networks.
Protocol Capabilities
The controller shall provide the following capabilities:
a) Allow up to 500 stations to be addressed in one system.
b) Ability to transfer complete configurations and IEC61131-3 application programs and data
over the communication network to the controller using DNP3 and IEC60870-5 protocols.
The controller shall support these facilities via TCP/IP PPP serial links, TCP/IP Ethernet,
PSTN, radio, cellular IP, etc.
Support high data integrity techniques such as Cyclic Redundancy
Support for multiple masters capability for all Slave protocols. I.e. fully support simultaneous
connection from at least two master systems of the same protocol, simultaneously. Time-
stamped event data shall be independently provided to all masters. The controller shall also
support simultaneous connection from Masters using different open standard protocols from the
above list.
Proprietary protocols (owned by single organization) will not be allowed.
Flexible Communications
Routing
The controller shall be able to intelligently route DNP3 messages across all its communication
ports and interfaces. This shall include the ability to filter messages based on source port, source
and destination addressing, and include connection information for the destination device such as
communications port, PSTN telephone number, IP address, UDP port number, etc.
Store and Forward
The controller shall be able to receive information from other sites and retransmit the message to
another site, using the same communication port. This shall be integrated with the controller’s
routing configurations.
The controller shall allow flexible communications on all communication ports. All ports shall
be able to act as Master, Slave or Store-and Forward. DNP3 serial ports shall be capable of

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 94

Master and Slave communications, including Peer controller communications, simultaneously.


TCP/IP ports (Ethernet and Serial) shall be capable of multiple protocols including master and
slave operation, simultaneously.
The controller shall be able to function as an interconnection point between different
communication systems such as radio, leased lines, and radios with different frequencies.
The controller shall be able to perform report-by-exception (event driven communications) and
unsolicited messaging without requiring the use of a user application program. Time-stamped
data shall be provided using native event data objects supported for the open standard protocol
The controller shall provide integrated communications capability for peer to peer
communications between controllers across the wide area communication link. This facility shall
allow data to be transferred between devices for purposes such as control coordination between
IEC61131-3 applications. Each controller participating in peer communications shall be capable
of requesting data, or sending data to other peer controllers.
Communications between the controller and a SCADA host system (master station) shall support
the SCADA host system using redundancy.
The controller shall support other open protocols.
The controller shall support programming of custom protocols for data interchange on any of
the communication ports, and multiple ports simultaneously.
The controller shall be configurable with a unique station number for each communication
protocol.
Configuration capabilities, as described elsewhere in this specification, shall be provided via local
or remote communications.
Data concentrator capability
When acting as a master for its open protocols, the controller shall be able to instigate
communications with remote device and concentrate data from the multiple remote devices in to
the controller database. This shall include processing, integration and storage of current value
data, point quality flags and historic data by means of time-stamped events, i.e. sequence of
events with timestamps received from a remote device shall be preserved for each individual
event and incorporated in to the controller database for later extraction, including via a different
protocol. Further the controller shall provide for the mapping of controls to multiple remote
devices including transparent mapping of controls from a slave protocol to a master protocol
without requiring user programming.
Data concentration shall include as a minimum:
DNP3 over IP (TCP and UDP) as a master
Ability to put remote device communications in service and out of service on an individual
device basis
Ability to enable and disable setting remote device time (on a per device basis)
A variety of polling algorithms for requesting event and static data
Accept Unsolicited message reports from remote devices
Full support for integrating point quality and event timestamps from remote device in to the
controller’s database without loss of information
Independent polling strategy to minimize delays and recover from loss of communication with a
remote device
Time synchronization

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 95

When operating as a slave the controller shall be capable of updating its time from any or all of
the following time sources:
a) Open protocol over IP communications (TCP and UDP)
b) IEC60870-5-101 protocol over serial communications
c) IEC60870-5-104 protocol over IP communications
d) NTP over IP communications
e) NMEA-0183 protocol from GPS device connected to a controller serial port
When operating as a master the controller shall be capable of providing time synchronization to
remote devices via the following protocols:
a) Open protocol over IP (TCP and UDP)
b) NTP
Operating System:
Multitasking
The software shall be based on a multi-tasking executive system optimized for real-time
environment. This shall include:
Controller Hardware watchdog management
Individual software task watchdog management
File System
The operating system shall include a file system for controller facilities such as configuration,
application loading, firmware patching, data logging. File transfer to and from the file system
shall be by way of SCADA protocol (IEC60870-5) and IP standard FTP.
Firmware Upgrades
The operating system firmware shall be capable of being upgraded locally and remotely, utilizing
compression techniques to minimize the communications transaction size for loading of
firmware patches or a new firmware image.
User Programming Software:
The controller configuration and programming software shall be IEC 61131-3 compliant.
The programming software shall run on Windows Server 2012 R2 or later.
The controller configuration and programming software shall be accessible from a single user
interface. The software shall allow the user to develop and then download the application and
system configuration locally via serial port or Ethernet interface, and over the communication
network via TCP/IP OR DNP3, OR IEC60870-5.
The controller programming software shall allow two separate instances to run concurrently.
Incorrect operation of one application shall not affect the other application running or the
communication capability of the controller.
On-line monitoring of user application data including function block and ladder logic application
code shall be included to facilitate debugging of programs.
On-line remote monitoring and modification of application code shall be supported through at
least one of the standard protocols, and over any communication medium. The software shall
allow the user to debug applications via TCP/IP communication networks. Support shall include
the ability to download and debug over radio, mobile IP, leased and dial-up communication
circuits.
The software shall be capable of writing a value to any object in the controller database but
continue to allow the protocol or application software to modify the contents of the object.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 96

The software communication settings must allow a configurable number of retries in addition to
message time-out of up to 99 seconds.
Event Capability:
The controller shall natively support event facilities without the need for user programming.
Open protocol event capabilities shall be fully integrated with the controller’s event facilities. The
number of events stored by the controller shall be configurable, with a maximum up to at least
20,000 events (or three days recording events, which is higher). When restoring the
communication channel all logged data shall transfer to SCADA system (historian).
The event facilities shall be fully integrated with controller support for multiple master
connections. I.e. report events and individually track event deletion when confirmed from
individual master stations.
The controller shall provide the following capabilities:
• Generate events from physical or derived data objects
• Accept, process and chronologically sort events from external devices
• Merge external events using the original timestamp information provided by an external
device
• Where a timestamp is not supplied externally, the controller shall add a timestamp to all
event data
• Utilize the original point quality supplied from external devices
• Where point quality is not supplied externally, the controller shall natively add point
quality to all event data
• Accept and merge events from multiple open protocols
• Report consolidated event data through multiple open protocols
• Prioritize reporting of event data
• Report Binary, Counter, Integer analog and Floating point analog events as a minimum
Configuration shall be provided to allow events to be generated locally by the controller for any
controller data. This is required for both internally and externally derived data. Configuration
shall provide for events to be generated through:
• Changed state
• Significant changed value (deviation) expressed in floating point engineering units
• Over-range and under-range detection
• Exceeded analog alarm threshold – as a minimum 4 separate “low” alarms and 4 separate
“high” alarms are required per analog object in addition to over-range and under-range
• Report events for analog points on rate of rise exceeded, rate of fall exceeded and no
change after a period of time. This functionality shall be provided natively without the
need for user programming.
• Event configuration for each data object shall include an event priority
• Individual event configurations (e.g. each alarm limit) shall provide a selection for
enabling an unsolicited communication transaction when the event is generated
• To facilitate event integration from third party protocols and other user defined data
sources, a programming interface shall be provided to enable time-stamped events to be
inserted in the controller’s event lists by a user application.
Data Logging functionality:

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 97

The controller is required to have the following data logging functionality in addition to its event
capabilities. The controller must support both event and data log operation simultaneously,
including both event generation and logging on the same controller data objects.
The software and hardware shall provide time stamped data logging supporting.
Logging shall be selectable on digital input, digital output, analog input and analog output
controller data objects.
Analog logging shall be by 32-bit floating point engineering values.
Analog logging shall also include data compression through a deviation configuration for each
log trend, i.e. prevent storage of a log sample at the prescribed time if the value has not
sufficiently changed.
Current value and statistic types shall be logged at the defined interval including average,
maximum and minimum logging trends.
Logging frequency shall be selectable by the user for each logging trend and vary from 1 second
to 1 month.
The controller shall support at least 5 days storage for logged data.
Configuration of the data log function shall be made through the controller configuration.
Logs shall be enabled or triggered by timers or process events. Process events must include as a
minimum digital point status without requiring user programming.
Variable rate logging shall be supported for “incident trending” whereby a process event can
force faster trending for the duration of an “incident”.
All data shall be retrieved and made available as a .csv file for use in Excel, Access, or HMI
software. Data uploaded to a PC shall be supported using direct connection port, leased
telephone lines, radio, dial-up modem, external memory media and via the SCADA
communication link.
Security:
The controller shall provide communications security using recognized SCADA and IT security
open standards.
Communication link security shall be provided for the open protocol as a minimum, supporting
operation on serial and network links. Security standards shall be aligned to FIPS-120 standards
and include AES-128 encryption and HMAC SHA-1 hash algorithms as a minimum (or
equivalents). This shall be an integrated part of the controller and not require external hardware.
An administration application shall be provided for the Security Administrator to issue and track
security keys.
The administrator application and the controller shall provide a mechanism for securely loading
encryption and hash keys without exposing the raw key values to the end user.
Each controller pair that is required to communicate shall be capable of being given a unique key
set. Where a controller communicates with more than one other controller, the controller shall be
capable of using multiple key sets.
Once security is enabled on a controller, communication link security must not be disabled unless
a controller’s configuration is completely erased.
All communication ports on the controller shall be secured except a single “local access” port for
use by the configuration application. Bridging of unprotected communication from this port to
the secure communication ports is not permitted.
All communication ports shall be capable of being disabled through user programming on the
controller to provide custom communication security solutions for peripheral devices.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 98

14.30 SCADA MANAGEMENT SOFTWARE


14.30.1 Architecture
The SCADA architecture shall provide the following:
• Client / Server architecture based on TCP/IP networking and report-by-exception
(RBE) technology
• Standalone single server operation.
• Symmetric main-standby & capacity for triple standby server functionality.
• Additional servers for client load sharing and remote locations.
• Permanent Standby Server designed to be placed outside corporate firewalls providing a
read-only access to the server while ensuring corporate security.
• Fully automated data transfer between servers to provide complete server redundancy.
This transfer shall include configuration, real-time data, historic data and event lists.
Database updates shall be on an incremental basis with tuneable parameters
• A scalable fully distributable architecture shall have the capability of:
a) Unlimited number of server systems.
b) Unlimited number of display clients.
• Where multiple servers are deployed, the system shall be capable of being configurable
from a single client.
• All redundancy shall be handled by the database, with the operational state of systems
preserved through a server changeover. The system shall not rely on driver redundancy
for data transfer when providing redundant server. The system shall present a uniform
view of data including communication status after a fail over.
• Forced changeover between main and standby allowing seamless changeover between
main and standby servers without shutting down either server.
• Clients to connect to a synchronizing server as soon as the configuration and current
data in the database has synchronized. Incomplete data sets as per clients request on
event or trend provide indications that the synchronization is still in progress to ensure
that conclusions are not drawn from incomplete data sets.
• Configurable compression of data communications between client/server and
server/server to allow optimisation of communications performance over WAN
networks.
• Change reporting on Client/Server and Server/Server links rather than polled
communication to permit operation on WAN networks.
• Capable of operating Client/Server and Server/Server links over low to medium speed
channels depending upon database size (e.g. 128K)
• Application shall be 64-bit version and supported on standards-based technology
including PC platforms with a Windows operating system (supporting Server 2012 R2 or
later), Ethernet communications, TCP/IP, OPC for interconnectivity of multiple
systems from different suppliers, field mountable control system, remote I/O
subsystem, and bus-based serial communication with smart field devices over FieldBus,
HART, Profibus, DNP3 and Modbus networks.
• The system should provide direct access to HART instruments via the Control and I/O
development software. Access to HART instrument variables shall be available through
controller tag data structures and configuration and calibration should be accomplished
via instrument profiles.
Cross platform compatibility – PC, tablet, Smartphone and web interface feature
Database
The SCADA database shall be of true relational database design and optimized for real-time
SCADA operation. The database shall be object oriented and organized in a hierarchical
structure. It shall support user-created “Templates” that allows management of common

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 99

configuration from a single point in the database. Instances of templates shall be used for
repetitive, standard configuration.
Templates of standard configuration shall support multiple object types including, but not limited
to:
• Point / Tag objects
• PLC or RTU objects
• Mimics or Graphic display objects
• Trend objects
• Logic programs
• Schedules
• Link objects
The SCADA database shall allow users to extend the database schema to store custom data, in
either the configuration or data stream. These changes can be performed online without need for
server restart.
The contractor must do what is necessary to transfer a copy from SCADA Database table to pre
prepared oracle database server related to Miyahuna Company.
14.30.2 GENERAL
14.30.2.1 On-line Configuration
The SCADA system shall be provided with privileged and secure on-line utilities to allow
modifications on the databases without stopping the scanning and alarm presentation facilities.
14.30.2.2 Validation
New configurations shall not be installed into an active database until completed, verified and
authorized by the user. A reliable verification procedure shall be required to prevent the creation
of invalid files and the deletion of in-use files.
14.30.3 REAL-TIME DATABASE
14.30.3.1 General
The real time database shall form part of the real-time SCADA subsystem, which manages all the
mechanisms to acquire and process the data from the field including, RTU polling, system
supervisory, system control, data processing, alarm detection, as well as the execution of
automatic control routines, within others. It shall be readily accessible to authorized users
connected to the SCADA system through the LANs of the SCADA Master Stations (Main
Control Centres) and other communication systems as defined elsewhere in this specification.
14.30.4 Real-time Database
The Contractor shall supply each SCADA Station (Tier I and Tier II) with a centralized database
for the storage of all real-time data. This database shall contain all telemetry data, manually
entered data, system configuration data, and online calculated data in a common and accessible
format.
To accommodate system changes, an interactive editor shall add, delete, or modify system
parameters.
Modified portions of the database shall be in effect when they are loaded into the system
memory, and in no case, these modifications shall require a shutdown, failover, or recompilation
of the SCADA system.
The real time database shall have the following features:

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 100

− On-line value modification capability via an editor (e.g. coefficients, factors, limits,
etc.).
− On-line record modification capabilities via an editor (e.g., modify, add, replace or
delete RTUs, data points, units, etc.).
− Common management of all functional areas of the database in order to update any
change in all the database components with a single modification command.
− Intelligent alarming including alarm disturbance modes and alarm suppression.
− Shall support definable data types including nested data structures.
− Shall be compatible with ODBC accessible databases such as Excel, Access and SQL
servers.
− Shall support the replication of all, or part, of the real-time services into other real-time
server on the network.
The real time database shall persist in the RAM memory for a maximum access speed.
The Contractor shall minimize data redundancy through proper database structure normalization.
Such database normalization requires that records in any table be accessible by a key name. The
database should support multiple key fields in a table.
The design of the real-time database shall accommodate industry standard interfaces using
ODBC, SQL, etc., with relational and object oriented database models.
The real-time database shall be accessible via ANSI SQL calls. SQL commands shall have the
ability to define tables, index fields, data types and stored procedures.
14.30.5 HISTORICAL DATABASE
14.30.5.1 General
Historical data plays an important part in analysing and optimizing the use of plant/system
resources and provides and important support tool for the corporate decision-making process.
To support this, the Contractor shall provide the SCADA system with an extensive historical
data storage and retrieval capabilities.
Archiving and Access
Historical data shall derive from real-time data, calculated data, operator-entered data and RTU
files. It shall be readily accessible to authorized users connected to the SCADA system through
the Master Stations LANs and other communication systems as defined elsewhere in this
specification.
The historical database shall store the field data at the end of each polling cycle or other pre-
defined time intervals (e.g. minutes, hours, days), as required for each type of variable/parameter.
Instantaneous data and field data shall flow from the real-time database to the historical data
subsystem, and shall be stored and maintained for a minimum of 6 months.
The SCADA system shall also maintain and store for longer periods of time, summarized data
and other pre-defined data to be agreed with the Employer at the moment of implementation.
Historical Database Basic Features
The SCADA Relational Database Management System (RDBMS) must provide facilities for
importing and exporting data from and to other RDBMS systems. The RDBMS must support
the following minimum features:
− Report editing/generation capabilities
− Forms editing/generation capabilities
− Data integrity checking, transaction recovery capabilities
− The RDBMS must support a complete implementation of the SQL Interface language.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 101

− The RDBMS must use an ANSI compliant implementation of SQL.


− The RDBMS must support network access to the database from other clients on the
network.
− The RDBMS shall support client/server architecture with multiple servers operating
independent from one another.
− The RDBMS must support mirroring/shadowing of the on-line database to a backup
storage device.
− The RDBMS must be ODBC compliant.
The SCADA system must have live access to the historical data for use in reports and on
displays.
The database size limitation must be only the physical capacity of the storage media available.
There shall be no license limitations impeding future expansion of the system.
The RDBMS shall support the storage of data in more than one physical device partition. This
will allow the possibility of distributing data across more than one partition/device to reduce the
likelihood of data loss cause by device failures.
On-line Historical Data
On-line historical data shall flow and stored periodically and shall be accessible to operators for
reports, queries, analysis, display, and trending. It shall be possible to save the following data
types as on-line historical data:
• Status point values
• Analogue point values
• Cumulative point values
• Alarms
• Events
Messages
Historical data shall flow on a periodic basis with a minimum resolution of one minute. It shall
also be possible to configure historical data collection to occur by exception when a value
changes by more than a user-defined dead band amount.
Data stored by exception shall flow at least once per hour whether it has changed or not. All
data, whether acquired or calculated by the system, shall be eligible for historical data storage.
The following attributes shall be configurable on a point-by-point basis:
− Enable collection for trending
− Trending collection interval (configurable between 1 minute to 1 hour or on an
exception basis)
− Enable trend averaging (for smooth transitions between points on the trend)
− Type of collection for long term storage (sample period or by exception)
− Long term storage collection interval (configurable between 1 minute and 1 hour)
− Exception dead band (if collection by exception is chosen)
− Enable summary processing (summarizing data into hourly, daily, monthly and yearly
averages, with minimum and maximum values)
Sufficient information shall be stored to enable the retrieval of the data value with its associated
point ID, the timestamp, and any data quality attributes attached to the value.
Tele-metered data, which is missing for some reason (such as telemetry failure) then subsequently
available, shall be stored with the correct time-tag (for field devices, which support time tagging
such as PLC/RTU). Any summary calculations, which have run, shall update with this
information.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 102

When volume information is not available from the field, the SCADA system shall store the last
good volume reading and mark it with a questionable quality flag. It shall be possible for
appropriately authorized personnel to edit the on-line historical database and manually overwrite
questionable or missing data.
Archived Historical Data
Archived data is older data, which is transferred from the on-line database to the off-line optical
storage device to make room for newer data.
If it becomes necessary to view archived data, it shall be possible to restored or “de-archived”
historical data.
Archiving & De-archiving of Historical Data
The SCADA system shall have a mechanism for automatically archiving historical data that has
aged beyond a user-configurable period. The data shall archive to an optical storage device.
The archiving function shall ensure that the correct media is loaded in the archive drive prior to
transferring any data. If the correct media is not present, an alarm shall be generated requesting
operator intervention. No data shall transfer until the correct media is available. All archive
media shall have a software label that the system must validate before data archiving can begin.
When insufficient space remains on the archive media for further data storage, an alarm shall
sound, prompting the operator to insert new media.
No data shall be lost in case there is a problem with the archiving function. Deletion of on-line
historical data shall not occur until the data has been successfully stored on the archive media.
In addition, the historical archiving system shall support the following features:
− The SCADA system shall generate an alarm when RBDMS tables are near its limit
capacity. This alarm will serve to indicate a requirement for additional fine-tuning of the
frequency of data archiving and purging.
− The SCADA system shall support selectable archived data output formats, including
common databases and spread sheet program files such as Microsoft Excel or
equivalents.
− The SCADA system shall generate an alarm when the long-term archive storage device is
near the limit storage capacity, and continue to generate the alarm, until additional
storage becomes available.
− The SCADA system shall support the on-line access to historical archived data.
Archived data must be easily recoverable in case future analysis is required. An interactive utility
shall access archived information. The user shall specify a data type, and start and end times for
the recovery process. Once the data has been de-archived, all of the report and query facilities
available for the on-line historical data shall be available for the de-archived data.
An on-line catalogue shall maintain a list of the existing files. When de-archiving, the system shall
prompt for the correct archive media based on the media label. Multiple media de-archiving shall
take place by prompting for each archive medium, as it is required.
A “clean-up” utility shall remove de-archived data from the system. This utility shall execute
automatically after the user completes any queries or reports that make use of the de-archived
data.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 103

Engineering Workstation Functions


Engineering workstation necessary to perform all of the traditional configuration tasks (Control,
HMI, Batch, and History), intelligent device configuration (transmitters, drives, analyzers, etc.),
database generation, and editing. However, it shall also be possible to use multiple engineering
workstations simultaneously for this work.
The central engineering workstation shall be capable of supporting all of the following functions:
− I/O configuration
− SCADA/PLC hardware configuration (controller, operator stations)
− Configuration of plant and field communication networks
− intelligent device instrument configuration and maintenance
− Configuration of Drives, Weigh scales and Motor Management Equipment
− Configuration of continuous and sequential control operations
− Configuration of the plant process structure/hierarchy
− HMI Graphics display generation and modification
− Configuration of historical and real-time trends
− Management of alarm and event configuration
− Report creation, generation and modification
− Configuration of operator security and access privileges
− Batch Configuration and Planning (Recipes, Procedures, Formulas, etc.)
− A controller simulator tool to enable logic debugging and testing without requiring
any hardware.
Operator Interfaces
− SCADA software shall provide the ability to support multiple local and remote
display clients.
− Display facilities shall be available via LAN, WAN and dial-up connection.
− Display clients shall be supported as Rich Clients without the requirement of a
database resident at the display node.
− Rich Clients shall support database management and configuration changes.
− Rich Clients shall support multiple monitors (multi-head display), allow logon for all
heads from a single location. The system should also provide navigation facilities
such that displays on each head can be controlled from any head. (yoking)
− Integrated Web Sever capability shall be available, providing all display and
operational facilities of the Rich Client without the need for additional software to
be installed.
− Web Clients shall allow users to view Mimics, Trends, Database Objects, and
Reports as well as perform control functions using a standard web browser.
− Changes made to the SCADA server shall require no additional steps to be
performed in order for those changes to be available to Rich Clients and Web
Clients.
− Each full function Rich Client shall be configurable to connect to one, or multiple
server systems
− Full function display clients shall automatically fail-over & reconnect to a redundant
server node when server change-over occurs.
− Current generation Windows® look and feel shall be provided by the SCADA
system operator interfaces, including provision for “favourites’ lists” comprising

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 104

links to any server object. This includes, but is not limited to: Mimics, Graphs, List
Queries
− SCADA software shall provide the ability to support remote, secure and Windows
Terminal Services.
MIMICS / Graphics
SCADA system Mimics shall support a wide range of graphical facilities. Scalable Vector
Graphics are required in order to permit operation of the SCADA system with different
resolution clients operating simultaneously. Fixed resolution bitmap graphics are not acceptable.
Mimics shall be multi-layered, object oriented and permit mimics to be embedded in other
mimics. Other objects that must be available for embedding in a mimic include:
− Button objects
− Hyperlinks
− Disk images (e.g. JPG, motion JPEG)
− Remotely updated images
− Hyperlinks with embedded queries (for generating filtered lists directly from a mimic)
− Object menus
Graphical facilities within a mimic must also be object oriented including the ability to
manipulate attributes of embedded objects in real time, supporting animation including but not
limited to:
− Fill factors
− Fill colour
− Rotation
− Position
− Line thickness
− Text attributes
− Transparency
− Alpha blending
− Multi-rate Flashing
Text entry boxes shall support on screen keyboard
24-bit Colour shall be supported on mimics as standard.
A suite of Graphical Symbols shall be provided for integration with configuration templates and
embedding within other mimics.
Import of mimics shall be supported from DXF format, including integration of multi-layered
DXF drawings in to native SCADA mimics.
Adding Custom database fields dynamically to Metadata where the server does not have to be
restarted after adding or modifying.
Mimics shall support the ability to specify OPC data source information to display directly on the
mimic. This permits data from other systems to be seamlessly integrated in to the SCADA
display.
Other facilities required to be supported by mimics includes:
− Context sensitive object menus available from mimic
− Accept an alarm from a mimic
− Issue a control from a mimic
− Operator Notes (as a native feature)
− ToolTips

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 105

− Hyperlinks to external documents (e.g. HTML, PDF, MS Office® suite documents)


Objects embedded and displayed on any mimic shall be viewable through both the full function
client and web client displays.
Start-up
The SCADA system shall start up unattended, and without compromising system security. The
SCADA server process shall operate as a Windows® Service. The SCADA server shall start
without the requirement for an HMI client to start. Windows® logon shall be available prior to
display client start up which must provide additional security.
Shutting down a display client (including on the server node) shall not affect other users or the
server. Administrative privilege shall be required to shutdown a SCADA server.
Configuration
The SCADA software shall provide full seamless On-line configuration of all database
parameters including but not limited to:
− Communication channels
− PLCs and RTUs
− Motor protection relay reading configuration and event alarm
− Points / Tags
− Sequences
− Schedules
− Alarm redirection
− Mimics / Graphics
− Trends/graphs
− Reports
Configuration changes shall be capable of being made from local and remote workstations using
Rich Clients, with appropriate privilege. Configuration changes are to be applied to the Main
SCADA server and seamlessly applied to Standby server and other SCADA server nodes such as
user performance sharing SCADA nodes.
Further, configuration changes made to mimics and other display objects shall be immediately
available to local and remote Rich and Web display Clients without any manual intervention.
Changes should be updated automatically in local caches where appropriate. This facility shall be
a native feature of the product and not require external scripts or customisation.
All aspects of the look and feel of the SCADA system, including default field values, shall be
configurable. It is not acceptable for colour regimes, communication parameters and other
aspects of the system to be hard-coded.
It shall be possible to add user defined fields to the SCADA database. These fields should be
accessible both internally and externally to the SCADA system; being exposed via OPC, ODBC,
OLE Automation, XML/SOAP, etc.
The SCADA server shall provide detailed diagnostics concerning its internal operation. The
diagnostics shall be available through capture to a log file as well as online locally on a server and
remotely via Telnet and Web interface.
The SCADA software shall provide the ability to perform a complete audit trail of all database
changes down to the individual property level of objects to ensure complete system integrity and
safe system operation. These details shall be provided as a built-in integrated part of the system
and shall include, but not be limited to the following:
• Time of change

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 106

• Object on which change was performed


• Property of the object that was modified
• Property value before and after the change
• User that made the change
• Reason for the change
Stored configuration records should be maintained in the historic database for a configurable
time period, support redundant SCADA server configurations and allow access from standard
database interfaces such as queries and simple mechanisms for displaying and filtering the
configuration records.
14.30.6 User Interface
14.30.6.1 Graphics Displays
The following display types shall be available on all colour graphics terminals:
− Mimic diagrams
− Help pages
− Graphs
− Bar charts
− Alarm and event log listings
− System configuration and maintenance displays
14.30.6.2 Mimic Diagrams
Mimic diagrams are required to present a pictorial representation of the plantand its present
status. Features required are as follows:
− Display of fixed (background) diagrammatic plant information and text.
− Navigation icon between MIMIC Depend on operational structure.
− Display of variable information i.e. symbols or text displaying plant status
− Easy picture creation.
− Help files behind each mimic.
− O&M manual information behind each mimic.
Display of Variables
− Variables can be considered as digital on/off parameters, analogue or Rate.
− Digitals may be either status (e.g., running/stopped) or alarm points, and shall be
displayed by:
i. Text changing.
ii. Symbol colour changing.
iii. Symbol shape changing.
iv. Text or symbol flashing.
It must be possible to associate more than one digital point with a symbol, so that more than two
colours/shapes can have operational meaning. For example, a pump may be shown in four
colours indicating running/stopped/failed/non-operational. In addition, it shall be possible to
associate any number of symbols within different mimics with a particular digital point.
Analogues and Rate shall be displayed by:
i. Numeric value
ii. Bar chart
iii. Graph

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 107

iv. it shall be possible to display all these three types of indication in mimic diagrams.
Colour changes shall be used to indicate further information about a point, e.g. if an
alarm limit has been exceeded.
Display Attributes
Using the display facilities described above, the mimic diagrams shall indicate the following
attributes for analogue, digital and Rate points:

Table 8:
Attribute Point Type
Status On/Off Digital Status
Alarm/Normal Digital Alarms
1st Stage Alarm (High, Low) Analogues
2nd Stage Alarm (High-High, Low-Low) Analogues
Communications Failure All
Alarm Manually Suppressed (out of service) All
Alarm Automatically Suppressed All
Out of Range Analogues

Picture Creation
it is essential that picture creation is straightforward; a CAD type package would be suitable. It
must be possible to create symbols which may then be used in any orientation, size and colour
and to create a symbol library, i.e. a part of a diagram which may then be used many times. It
must be possible to display, on any single mimic diagram, information from anywhere within the
SCADA system.
Help Pages
Help pages shall be available within the system, to assist the Miyahuna operators in dealing with
received alarm conditions. These pages will be compiled by the operational managers and will
provide advice as to which staff shall be notified of which alarms. Help pages may be presented
as individual pages accessed from a mimic, or as a window superimposed on a mimic.
Graphs
Graphical representation of historical data is required, with a selectable time base and the ability
to put multi graphs on display at once on the same axes, using different colours.
The system must be easy to use, with automatic default facilities so that only a minimum of
instructions need be given to the system to obtain each plot. Features that will be required are:
− Pre-configured and ad-hoc trend displays.
− Ability to compare graphs over different time spans, e.g. today's flow compared
against yesterday's flow.
− Read-out of the actual value of a graph at a given time point.
− Ability to roll a graph forward and backwards in time.
− Ability to set the scale for each graph.
− Trend graphs giving a plot of the selected variable up to the last scan,
updating when a new value is received.
− Ability to incorporate a trend graph as a feature on a mimic diagram.
− Graphical output of both analogue and digital signals (real and derived).

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 108

− Digital signals will produce a square wave type plot indicating for instance when
a pump started and stopped.
− Auto ranging scale unless manually overridden.
− Ability to display data from different sites within the same trend display.
Bar Charts
A bar chart type representation of analogue variables is required. This is required on mimic
diagrams, and must be capable of horizontal or vertical orientation, with selectable scaling. Width
of bars must be selectable so that the feature can also be used for such items as tank level
pictorial representations.
Alarm and Event Log Listings
all alarms and changes of status (i.e. digital events) in the system shall belogged to disc. It shall be
possible to recall this information to the screen via a select and sort program. This program shall
sort and display information on at least the following bases:
− Process Area
− Site type
− Site name
− Time period.
− Signal identification numbers.
− Signal state (on/off).
− Alarm status i.e. cleared, accepted and unaccepted.
− Alarms or status occurrences required
− Any sort parameters not entered shall default to "all".
− Description
System Set-up and Maintenance Displays
Suitable displays of information shall be provided to display all set-up features of the SCADA
system. These displays will be closely associated with the SCADA system set-up facilities.
Logging On/Off
Every user of the SCADA system shall be required to log on (i.e. activate) his terminal when he
wishes to operate on it. The system will be aware of which terminals are logged on and the access
rights of the user and will therefore be aware of where to send certain information.
14.30.7 Alarm Philosophy
14.30.7.1 General
Digital points within the SCADA system shall be capable of operating as either status (e.g.
running/stopped) or alarm points (e.g. normal/failed). A digital alarm point shall enter the Alarm
State when it is either a logical `1' or logical `0' as designated in the system set-up for each point,
the opposite state being the normal condition.
Analogue points shall be provided with two high alarm limits (high and high-high), and two low
alarm limits (low and low-low). Should an analogue value either rise or fall from a value
considered to be normal, a first stage high or low alarm limit will be encountered resulting in a
new alarm condition.
Should the value continue to rise/fall it will then encounter the second stage high-high or low-
low alarm limit again resulting in a new alarm condition.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 109

14.30.7.2 Alarm Priorities


every alarm generated within the SCADA system shall be allocated a priority to indicate the
importance. Whereas a digital point will have only one alarm priority, an analogue point will have
three. This will allow the relative importance of the first and second stage high and high-high
(low and low-low) alarms to be set. The alarm priority is used in conjunction with the ‘area of
interest’ of the users logged on the system to determine where and when a new alarm is triggered.
The priority of an alarm shall change if required depending on the time and date.
14.30.7.3 Alarm Annunciation
Alarms are to be triggered on the appropriate operator workstations both visually and audibly,
and have clear and unambiguous acceptance procedures. High priority alarms shall be presented
for acceptance before low priority ones.
14.30.7.4 Derived Alarms
a combinational and sequential logic package is required within the SCADA system, allowing
signals to be combined to form derived alarms. These may be combinations of analogue and
digital information obtained from different sites (e.g., a pump running at pumping station but no
flow entering the associated inlet works resulting in derived alarm indicating a potential burst).
14.30.7.5 Naming Convention
A naming convention shall be developed by the ENGINEER and with the OWNER’s approval.
The naming convention shall provide a systematic way for creating unique device names in the
SCADA application.
The contractor shall provide the Engineer for review a table of SCADA full point name that shall
be as a following naming convention:

Table 9: <Group>.<Site>.<Equipment>.<Point>
Name Definition Example
<Group> Group in the database structure Dabouq_ Booster
the site is located
<Site> The name of the site Safout_Lower
<Equipment> The name of the device on site. Pump1
<Point> The name of the device Auto*
attributes.
*The contractor shall submit a table of descriptor along with the description that will be used for
the creation of object name.
Alarm Management
The alarm system shall provide facilities where actions can be triggered by alarms. These facilities
shall be provided as a built-in integrated part of the system and shall include, but not be limited
to the following:
− Configuration criteria for alarm actions
− Escalate Alarm priority
− Delivery of alarm to users via SMS
− Delivery of alarm to users via E-mail
− Trigger other actions including sequences
Integrated paging facilities shall be provided without the need for additional software. The paging
facilities shall include calendar operation for roster based user lists with flexible interface for
reconfiguration of alarm management.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 110

Tracking of alarms shall provide as a minimum:


− Alarm activation including point name, state, timestamp, priority
− Alarm de-activation
− Alarm acceptance including time, user responsible, optional comment
− Custom alarm fields for display of additional or operations specific information
Where a full function Rich Client is connected to multiple SCADA systems, alarms from all
systems shall be combined and filtered, based on user privilege and areas of responsibility.
System administrators shall be able to configure user accounts with default filters so that operator
alarm lists can be confined for users to those areas where they assume responsibility.
Full function Windows & Web clients shall provide indication of alarm condition, with the ability
to change alarm tone, colour, and other attributes based on alarm priority.
Full page and window display of the current alarm list to be shown. It shall also be possible to
modify the background colour of alarm lists.
Alarm display, acceptance, query and comment entry shall be available via an integrated product
Web interface.
Alarm limit time profiles allowing analog set point levels to vary over the course of a day to
account for conditions at the site.
Consequential alarms to allow one (or more) alarms to be suppressed as the result of another
alarm occurring. Suppressed alarms will be received and processed by the SCADA Server and
recorded in the event journal for future auditing, however the operator shall not be forced to take
an action on an alarm where the cause is known.
Event Journal
The system shall provide, as a built in feature and without the requirement for custom or external
software, facilities for event logging. These facilities shall be separate from the alarm list and
include the capability to insert user comments at any place in the event list.
Event lists shall be obtainable through an SQL-like query or filtered through user entry on a
forms-based display.
Event data is to be stored in a time-series relational database. Each event record shall comprise a
timestamp, responsible user, point name, message, and reason for event log.
The event journal shall support the following:
− ODBC / SQL interface to event data
− Filter and browse via full function display client
− Filter and browse from Web client interface
System Security & Access
The SCADA system shall provide a high level of inherent security. To this end the SCADA
software shall provide security access down to data point level, and support individual Users,
User Groups and a matrix of system capability and access to any level of the SCADA database.
Full function Rich & Web client interfaces shall require explicit administrative configuration to
valid connection to the SCADA server.
Web interface facilities shall provide the capability to operate the Web interface using SSL and
encrypted data. The Web functionality shall be provided in an integrated way with the web
server facility tightly coupled with the SCADA database. It is not acceptable for the system to
utilize IIS (Internet Information Services) or similar external web interfaces, or require web pages
to be “published” from the SCADA system. Changes in configuration to the SCADA system

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 111

shall not require additional steps in order to provide modified information to the SCADA Web
interface.
The SCADA system security shall provide the ability to be integrated with Windows domains to
authenticate logon attempts against a trusted domain. Validation should occur across all client
interfaces, ensuring that users utilizing all types of clients are subject to the built in system
security policies.
Open Connectivity
To provide easy access for customized reports and external data manipulation the SCADA
software shall provide inherent OPC and ODBC database connectivity without the need for
additional software options or modules. Integration with desktop Microsoft products is essential.
The following Open interfaces shall be provided as integrated components of the SCADA
system are required:
− OPC Data Access (OPC-DA) to the SCADA server real-time and configuration database
− ODBC and OLE-DB to the SCADA server real-time database, historian, event /
parameter journal and configuration database
− OPC Historic Data Access (OPC-HDA) to historian
− OPC Alarm & Event (OPC-AE) to event sub-system
− OLE Automation interface to the SCADA server database
Reports
The system shall provide, as a built in feature and without the requirement for custom or external
software, facilities for reporting.
GENERAL requirements
The SCADA system shall be capable of generating regular and event driven reports, as well as
any other particular reports requested by the users. Reports must be easily configured and
altered.
The selection of a SELECT REPORT button from a system key panel shall bring up a scrollable
list of configurable reports. Selection of a desired report style shall bring up a popup where
report parameters such as start and stop times must be filled in. Selecting a list button shall bring
the report up on the operator’s console.
Reports shall have available to them all real-time, historical and calculated data.
Regular reports should be provided for both, the operation and maintenance personnel.
• The Operator Interface shall provide an integral reporting used to report both current and
archived data.
• The reporting shall utilize standard a Windows tree/list view presentation techniques for
management and administration of reports.
• The reporting shall provide the capability to define reports for both visualization and printed
format. Report templates shall be supplied which can be modified or used as should be.
• The reporting shall provide the capability to define both the dynamic and static properties
reports, including but not limited to: archived data, alarm data, or event data.
• Configuration of automatic report generation, including frequency, destination of the report.
• Configuration to show specific energy for all pumping unit (KWh/m³)
• Configuration to show specified pump efficiency at online mode or from historian
• The reporting shall not impose limits on the number of reports that can be configured.
• The system shall support the use of optional third-party applications (i.e., MS Office® suite
format, CSV format Microsoft Excel, PDF format, HTML for viewing via Web interface,
Crystal Reports) for generation of reports.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 112

Report Generation
Hourly, daily, monthly, end-of-month, quarterly and yearly reports shall be supported. Reports
shall be capable of being printed and/or saved to disk when a process event occurs. It shall be
possible to activate a report in any of the following manners: upon demand by operator request,
scheduled (shift, daily and monthly), and upon predefined events.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 113

15. DASHBOARD:

15.1 INTRODUCTION

15.2 PURPOSE
The purpose of a dashboard is to provide real-time results by aggregating and extracting value
from all data in SCADA AMMAN SYSTEM, otherwise known as key performance indicators
(KPIs). It simplifies data into more manageable chunks of visual information that allows the
decision maker to take appropriate decision and where you need to improve. Also the dashboard
summarizes the events with easy-to-understand, real-time data visuals, through monitoring,
analyzing and reporting.

15.3 PROJECT SCOPE


The project scope is to design a dashboard as a web application with four (4) users to display the
Water reading of Miyahuna with simple graphical presentation to make it easier for users to
monitor the status. The dashboard will also provide a detailed comparison customized on user
need.

15.4 DESCRIPTION
15.4.1 Product Features
The dashboard system shall have these basic features and not be limited to:
1. Reading display in different time scales (hourly, daily, weekly, monthly, yearly)
2. Administrator login to modify or download the displayed data
3. Cross platform compatibility – PC, tablet, Smartphone
4. OS independent, works with, Windows, Android, iPhone iOS, others
5. No additional software required on client side
6. Easier for mobile devices to access key data.
7. Reports are organized in user customizable dashboards with trending, maps, alert thresholds,
and tables.
8. Alarms can be triggered on escalating levels with reports sent by voice, email, and/or text
message to multiple users.
9. Exports can be periodically scheduled / on demand to send by email, ftp, or web service on
different file Extensions like (txt, docx, xlsx, jpg, pdf, csv….etc).
10. Import capability through Excel format or manually entered.
11. Collect data from thousands of devices using many of different protocols.
12. Analysing is organized in user customizable dashboards.
13. Combine multiple charts into one view.
14. provides numerous chart options
15. Ability to create tabs.
16. Row-level security; to control user access on a per-row basis (e.g. create Dashboard for all
users, yet limit their data access based on their role)
17. Printing options
18. Ability to filter by name, site, date ...etc.
User Classes and Characteristics
The website will be available for three different classes of users:

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 114

1. The first class is public users who would like to check the status of the available
information, by using user name and password. Unlimited users.
2. The second class is managers. The user name and password given by the administrator
will limit how much information is available for managers. Totally four (4) users.
3. The third class is administrator will have unlimited access to all features in the website.
One (1) user.
Operating Environment.
The dashboard will be displayed as a website and published on MIYAHUNA server which will
be compatible with most web browsers and available to work on any operating system.
Design and Implementation Constraints
The dashboard will be implemented to instantly simulate and retrieve data from the SCADA
Amman control systems.
15.4.2 External Interface Requirements
Hardware Interfaces
The dashboard will be a website displayed in browsers and has direct interface with the SCADA
Amman control systems installed in SCADA Amman buildings with the ability to get instant
measured values from it.
Software Interfaces
The website will be able to function in common web browsers and any operating system without
installing any additional software.
Non-functional Requirements
Performance Requirements
The web site will be able to work without any unnecessary time delay.
Safety & Security Requirements
All information available in the web site will be Jordan water company "MIYAHUNA" property
with copyright reservation. Public users will not have access to download any graphs or data
from the website without the administrator’s approval (all data are user name and password
protected).
Software Quality Attributes
The administrator will be able to edit the web site or perform regular maintenance without
contacting the designers.
15.4.3 Training and documentation:
Training:
The contractor shall provide the employee full dashboard administrator training one course (12
Hours) 3 days for 3 participants, covering all topics that allow the administrator to be mentioned
bellow:
1. Able to linking data from different data sources.
2. Install software
3. Edit graphics
4. Customize KPIs, reports, trends and graphics.
5. adding new data
6. give privileges to user
7. preventive maintenance and troubleshooting
8. Recovery Procedure
Documentation:

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 115

The contractor shall provide all the necessary documents and manuals needed for maintenance
and operation issues, including (3 copies):
1. Operation and maintenance manual
2. SOPs
3. Recovery Backup
4. Software manual
5. License
6. Program software with license
PRINTING
The operator shall be able to printer any available report, summary, display or screen, in any of
the printing devices supplied under this contract. It shall be possible to choose on which printer
to execute a print job.
It shall also be possible to generate an automatic printing of reports on a pre-defined time
interval (daily, monthly, etc.).
Server Cabinets:
The contractor shall install a new server cabinet as site requirement with minimum require
The cabinet shall have all accessories and equipment needed e.g. Fan, heater, power socket, etc.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 116

16. ASSET MANAGEMENT SYSTEM


16.1 GENERAL:
The Asset Management System shall be designed for integrated real-time monitoring, reliability,
configuration management and calibration management.
The system shall interface with field instruments, PLC/RTU, SCADA, HMI and standard
Databases through Standard protocols on continues basis to capture preventive maintenance
information and conduct appropriate remote servicing activates.

16.2 SYSTEM DESCRIPTION:


The objective with the real-time Asset Management System is to reduce total plant maintenance
costs; therefore the system shall not be limited to field devices assets. The software shall be
capable of supporting the maintenance of all plant assets including field devices, instruments,
major plant equipment and processes, and IT assets.

16.3 SYSTEM FUNCTIONAL REQUIREMENT:


Audit trail for programming and parameter changes. Who made what, when, where and why?
− Control access to automation devices according to skills and responsibilities
− Configuration Management
− Automation device monitoring.
− Disaster recovery plan for automation devices & file archiving
− Calibration Management
− Reporting
The system shall provide a constant and automatic audit trail of asset changes while also
controlling access to these assets; it should be able to verify automatically what it is running
against what was qualified.
Device diagnostic information should be regularly collected by the system. Status and trouble-
shooting information should be constantly displayed.
Configuration Management to configuring field devices: Ability to centrally configure and
troubleshoot smart process devices
The Asset management software shall
− Manage installed DTM’s (Device Type Manager)with a DTM Catalogue
− Build the DTM Networks from SCADA Server to the physical devices
− View and edit the configuration for a device (online or offline)
− Upload and download the configuration for a device
− Print the configuration for a device
The asset management shall have the ability to perform automated control system backup that is
integrated with source control to provide reliable and easy access to the latest control system
configuration files. The backup system can be configured to provide a comparison of the
configuration file retrieved from the plant floor with the master file stored in source control so
users can determine any changes that have been made on the plant floor. These operations are
executed on a repeating date or time basis as scheduled to fit your operational needs.
The software shall monitor asset performance by using real-time plant information as inputs. the
Owner will implement predictive and proactive maintenance strategies as much as possible. The
system will be the enabler for these strategies and shall be capable of:

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 117

− Detecting asset health and performance conditions,


− Assisting in the diagnosis of the asset performance problem,
− Providing correction recommendations
Monitoring capabilities shall be flexible and vary in complexity from simply identifying status
changes or deviation limit conditions in traditional field devices and leveraging advanced on-
board diagnostics of intelligent field devices to identifying abnormal conditions using advanced
process equipment condition monitoring techniques.
Monitoring capabilities shall extend to third party automation or condition monitoring systems.
Over the life of the system, the Owner may expand the scope of the assets maintained by the
Asset management software. The Supplier shall describe how the proposed solution can be
modified to support this expanded scope. The Supplier shall also describe how its solution will
accommodate the exchange of vendor specific device types (i.e. replace Vendor A Flow meter for
Vendor B Flow meter).
Asset monitoring shall be hierarchical and described using an expanding tree structure. Higher-
level plant assets may be composed of sub-assets. For these cases, the most severe performance
conditions at the sub-asset level shall propagate up to the tree to the parent asset / group / unit,
etc. At each level of the tree, it shall be possible to access detailed asset information through a
single user action.
Asset performance alerts / alarms shall be displayed using alarm and events features.
To enhance response time, remote personnel shall be notified of critical asset alerts via mobile
phone, e-mail account, or SMS (Short Messaging Service). Asset condition alerts shall be
distinguished by condition severity level. The severity level for each condition shall be user
configurable.
To assist maintenance personnel with root cause analysis, each performance alert shall include
current condition details, severity, and a description of the recommended maintenance action
Asset events and corresponding maintenance actions shall be included in the system’s audit trail.
An Asset Calibration feature shall allow for a paperless calibration solution; managing calibration
requirements, specifications, schedules, calibration results and reporting. Capability using Field
Device Type (FDT) technology, shall allow access to instrument parameters, aid in configuring
and operating process devices, and help with diagnostics.
The system’s device management functions shall be enhanced with an integrated calibration
management system for those devices with an analog component (as specified in Attachment 1).
The integrated calibration functions shall include the management of such items as alarms,
synchronization of topology, device instances, and device specific parameters required for
calibration procedures.
For HART devices, a single handheld device shall allow the in-place calibration of the field
devices. The handheld shall be capable of providing the reference signals to the device,
measuring the mA values from the device, and communicating with the device using the HART
protocol. For PROFIBUS and Foundation Fieldbus based devices, the handheld shall include
the means to provide reference signals and enter the measurement value by the user. For all
cases, the device shall guide the user through the calibration procedure and electronically
document all user activities. When used in regulated industries, the handheld shall support
enhanced access control.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 118

The user workplace shall provide single click context navigation to calibration information for a
given device. At a minimum, the following information shall be available for quick reference and
in the calibration audit trail:
− As left / as found test results
− Calibration equipment used
− Calibration performed by
− Date /time
Calibration management system shall alert user in advance of calibration need and when
calibration is past due. These calibration alerts shall possess the asset condition monitoring and
reporting features.
Calibration management user credentials/privileges shall be known upon user login to the system
workstation.
Calibration management shall support equipment tracking for the recertification of calibration
standards
To eliminate paperwork, it shall be possible to initiate the calibration work process by generating
work orders from the system user interface and then electronically submitting these work order
requests to the calibration management system.
The generated work order shall contain the information reported by the calibration alert
described above (i.e. calibration time exceeded, time stamp, recommended action, and
submitter’s name). Upon assignment in calibration management system, the system shall receive
receipt notification with the assigned work order number.
From any workstation, it shall be possible to view the status of a calibration request. As a
minimum, the following work steps shall be monitored and communicated to plant personnel
using the system’s alarm and events features:
− Calibration technician assigned
− Field calibration in process
− Field calibration performed – pending manager approval
− Approved by manager - calibration work order closed
Calibration management shall include support for an industry standard data interface with a
documenting hand-held calibrator
Once field calibration is complete, it shall be possible to upload calibration results from the
handheld to the Asset management server where the results can be reviewed and approved by the
maintenance supervisor or manager.
Before approving field calibration, the manager shall have the opportunity to review all actions
that have taken place. These actions shall be readily available from the calibration audit trail.
Approval shall initiate the following sequence:
− Clear the calibration alert
− Create “calibration approved” event
− Close the work order
− Generate calibration certificate document with “as found / as left” results (electronic
and printer friendly version required)
Owner will add / delete / modify field devices on a routine basis. Supplier shall describe the
procedure in place to ensure synchronization of calibration management functions when field
devices are modified.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 119

The system shall provide summary reports to refine the current preventive maintenance
schedules and assist in pro-active maintenance. As a minimum, these reports shall include:
• Asset condition history reports that identify critical assets with high failure rates (i.e.
identify repeating asset condition offenders). This report shall assist by providing a
detailed list of faults for a given asset over a specific time period
• Device calibration reports shall summarize the current calibration state for each device
(i.e. calibration due, work in progress, waiting for approval).
• Running time reports shall summarize an asset’s actual hours of operation (i.e. motors,
pumps, etc.).
16.4 TRAINING AND DOCUMENTATION:
16.4.1 Training
The contractor shall provide the employee full administrator and operator training one course (25
Hours) 5 days for 6 participants, covering all topics that allow the administrator and operator to
deal with all system feature and component including (installing , configuration , recovery ,
calibration , report .....etc).
16.4.2 Documentation
The contractor shall provide all the necessary documents and manuals needed for maintenance
and operation issues, including (3 copies):
1. Operation and maintenance manual
2. SOPs
3. Recovery Backup
4. Software manual
5. License
6. Program software with license
16.4.3 License & support, capacity
The contactor shall determine the license's capacity required with guarantee to implement all
assets within the project in addition 30% free capacity for future expansion.
The contractor shall offer a support to the system (update, modification, bug fix ...etc) for a 5
years.

16.5 SCADA SERVERS


Each server shall have following minimum requirements:
• Utilize RAID 10
• Have a minimum of eight (8) 1GB Ethernet ports with failover and load balancing
• Be rack mountable, can installed in a rack, existing or new
After the servers are commissioned and just before certificate of completion, servers shall have
the spare capacity below, with all applications required for a running system and in a steady-state
as defined below. In a redundant server installation, no load balancing shall be allowed to meet
these requirements. The standby server shall be shut down during testing. While testing the
standby server the primary shall be shut down. The servers shall be sized accordingly to meet the
following requirements:
• Minimum of 60% spare CPU capacity per core
• Minimum of 75% spare memory, storage per disk
• Minimum of 50% spare RAM
• Solid state drives, or better, shall be used for storage devices

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 120

16.6 SCADA OPERATOR WORKSTATIONS


Each workstation shall have following minimum requirements: Have a minimum of two (2) 1GB
Ethernet ports with failover and load balancing
After the workstations are commissioned and just before certificate of completion, servers shall
have the spare capacity below, with all applications required for a running system and in a steady-
state as defined below. The workstations shall be sized accordingly to meet the following
requirements:
• Minimum of 60% spare CPU capacity per core
• Minimum of 75% spare memory, storage per disk
• Minimum of 50% spare RAM
• Solid state drives, or better, shall be used for storage devices
16.7 WALL MOUNTED LED SCREEN
− 50” Diagonal Screen Size
− 16:9 Screen Aspect Ratios
− WXGA 1366 x 768 native resolution
− 0.966mm square pixel pitch
− 1.07 billion Colours, 1024 levels colour processing
− 180° viewing angle
− 15000:1 contrast ratio (typical)
− 1500cd/m² Brightness
− Horizontal scan rate :31 - 108.5 kHz auto, step scan
− Vertical scan rate: 24 - 120.4 Hz auto, step scan
− Supported video: PAL (B,G,N,M), PAL60, SECAM, 3.58/4.43 NTSC
− SD/HD Video Signal Compatibility: 480i, 480p, 525i, 525p, 720p, 1080i, 1080p
− PC Signal Compatibility: VGA, SVGA, XGA, SXGA, UXGA, Wide VGA (848x480,
852x480), Wide XGA (1360x768, 1365x768, 1366x768)
− Macintosh Compatibility
− Video Input : 24-pin DVI-D HDCP (EIA/CEA-861-A) RGB (analogue) , 15-pin mini
D-sub RGB (analogue) , RGB (digital) , composite RCA(video) ,S-video 4-Pin DIN
(video), 2x RCA Component (Y, Pb, Pr/Y, Cb, Cr) HD (Video) and HDMI w/ HDCP
(Ver1.2) HD(Video)
− Audio Input: 3 sets RCA stereo, HDMI
− RS232, IR external control
− Video Output: RGB Loop-out & Video Loop Out
− Split Screen / Picture-in-Picture
− 120 - 240V 50/60 Hz power supply
− Complete accessories for fitting to trolley/ wall (as per BOQ).
− 2X8 Watt speakers
− UL/C-UL, PCT, C-tick, FCC CLASS B/CANADIAN DOC, RoHS, TUV GS, WEEE,
CE approval

Note: LED Video System screen included in Amman main SCADA is not included on
above specification.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 121

16.8 PRINTERS
− The printer shall be accessible from any Operator’s Workstation.
− The printer is used at the same time for the editions of newspapers, assessments and
screen printings (hardware Copy).
− Technology: Laser Colour
− Resolution: at least 600 dots per inch (dpi)
− Network administrable (MIB SNMP).
− Integrated Network Interface: at least 10/100 Mb/S with SNMP status.
− Print speed: 2 minutes maximum for a hard-copy (time separating the request from
impression of the operator and the printed page); 10 pages / minute for text editions.
− Format: A4 and A3.
− Capacity: Vat for 250 sheets with Automatic sheet launcher
16.9 MONITOR 21”
− Type: Widescreen Flat Panel HD Monitor.
− Viewable Size: 21.5" diagonal display.
− Panel Type: In-Plane Switching (IPS).
− Resolution: 1920 x 1080 .
− Contrast Ratio: 1000:1.
− Brightness: 218 cd/m2.
− Response Time: 8 ms.
− Interface: VGA, DVI-D, 4USB ports.

16.10 OPERATOR INTERFACE (HMI)


16.10.1 General
Specialize in manufacturing products specified in this section.
16.10.2 References
The operator interface terminal (HMI) shall be designed to meet the following agency approvals:
UL listed
• CE marked for all applicable directives
16.10.3 Construction –General
The operator interface terminal shall combine the display, logic communication, and power
supply.
The operator interface terminal shall be designed with interchange ability provided for models
with 15-inch display sizes (located at pumping stations) , 12 – inch display size (located at
reservoir) and 10.4-inch display (located at wells). It shall be Backlit colour TFT touch screen,
1024*768 Pixel resolutions (XGA).
The operator interface terminal shall have downward compatibility whereby all new model
designs can be interchanged with similar models to reduce obsolescence.
The operator interface terminal shall be designed for the following environmental parameters:
• Operating temperature range of 0 to 50 ºC.
• Humidity range of 5 to 95% non-condensing

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 122

The operator interface terminal shall operate on power input of 24 VDC (19 to 28 VDC) and/or
230 VAC.
The operator interface terminal shall be provided with clamps for installing the display in the
enclosure’s cut-out. The clamps shall compress the bezel gasket to form a permanent seal against
the panel.
The operator interface terminal shall be designed to provide free air flow convection cooling
without a fan.
Display Features–General
The operator interface terminal shall have:
A flat panel display with Active Matrix Thin Film Transistor (TFT) colour
Easy maintenance for all parts of the display
Touch screen operator interface terminals shall have the entire display available for object usage.
16.10.4 Logic Features–General
The operator interface terminal memory shall have a minimum total capacity of 1GB flash
memory
The back of the operator interface terminal shall have a slot for a Secure Digital (SD) memory
card for loading the application, for upgrading firmware and for backing up, restoring, and
cloning system images. The operator terminal shall operate with the memory card removed.
The operator interface terminal shall have Universal Serial Bus (USB) .
The operator interface terminal shall have a Back Up and Restore Utility which allows creation of
a clone image of the terminal’s configuration, including firmware, application, and network
settings. This cloned file can be put on a USB Flash Drive or SD Card, allowing complete
restoration of a replacement terminal without the need for a computer or software.
The operator interface terminal shall use communicate over an Ethernet connection.
The operator interface terminal shall include a battery-backed real-time clock.
• Access to the time and date shall be from the user program.
• Message generation and alarm generation shall be time-stamped.
The operator interface terminal shall include indicators for the following:
• CPU status information
• Communications status information for the logic module channel
16.10.5 Programming–General
The programming software shall be:
• Compatible with the logic controller programming
• The possibility to modify the parameters through the screen
• Compatible with communications systems driver software.
A single programming package shall be capable of programming the family of specified graphical
operator interfaces.
A configuration mode on the operator interface terminal shall be provided to adjust display
characteristics, memory card (if used), terminal presets, terminal information, date and time, and
printer setup on demand, and be available from run mode if required.
Run mode object shall be available to place the operator interface terminal in Run mode on
demand from the configuration mode.
The software package shall serve the following minimum operator devices:
• ASCII entry devices
• Diagnostic indicators

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 123

• Message displays
• Embedded numeric and ASCII variable displays
• Analogue and digital gauges
• Trends
• Alarms
• Historian data
• Animation of objects
16.11 MOTOR PROTECTION RELAY
16.11.1 GENERAL
The manufacturer shall have a suitable experience in the manufacture of solid-state overload
relays.
16.11.2 REFERENCES
The motor protection relay shall be designed to meet or exceed the applicable requirements of
the following standards:
• EN 60947-4-1, Low voltage switchgear and control gear-contactor and motor starter
• EN 60947-5-1, Low voltage switchgear and control gear-devices and switching elements
• EN 60947-8 , Low voltage switchgear and control gear-built in thermal protection
16.12 PRODUCT
16.12.1 Ratings
The motor protection relay shall have a current operating range of 0.5 to 3000 A.
The motor protection relay shall be capable of accepting the following nominal voltage for
control power and activating digital inputs 24 VDC, 240 VAC 50 Hz
16.12.2 Environmental
• Capable of operating in an environment with a relative humidity range of 0 to 95%, non-
condensing.
• Able to withstand a shock of 30 G (per IEC 68-2-27).
• Able to operate without disruption for vibration levels up to 3 G (per IEC 68-2-6).
• Able to operate without de-rating to an elevation of 2000 m.
• Rated for an operating environment of -10 to +60°.
16.12.3 CONSTRUCTION
The motor protection relay shall be modular in construction includes:

16.12.4 Sensing
Motor protection relay sensing module shall measuring 0.5 to 200 A of current without the use of
current transformers. The sensing module shall provide three of signal measurement:
a) Current
b) Current and Ground Fault Current
c) Voltage, Current, and Ground Fault Current
The motor protection relay shall have available to sense voltage internally for nominal low
voltage applications up to 600 VAC 50/60 Hz.
The motor protection relay shall offer the following metering functions:
• Individual phase currents in amperes

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 124

• Average current in amperes


• Average motor load as a percentage of the motor full load ampere rating
• Percent current imbalance or asymmetry
• Zero sequence (core balance) ground fault current in amperes
• Phase-to-phase voltage measurements
• Three-phase average phase-to-phase voltage measurements
• Phase-to-neutral voltage measurements
• Three-phase average phase-to-neutral voltage measurements (2% accuracy)
• Percent voltage imbalance
• Real three-phase power expressed in kW
• Reactive three-phase power expressed in kVAR
• Apparent three-phase power expressed in kVA
• Power factor
• Real energy expressed in kWh
• Reactive energy consumed expressed in kVARh
• Reactive energy generated expressed in kVARh
• Reactive energy net expressed in kVARh
• Real demand expressed in kW
• Reactive demand expressed in kVAR
• Apparent demand expressed in kVA
• Frequency (0.1 Hz of reading)
16.12.5 Electrical connections:
• The motor protection relay shall work with three-phase or single-phase
applications.
• The motor protection relay shall be capable of direct connection and mounting
to contactors in low voltage applications.
• In medium and high voltage applications, the motor protection relay shall be
wired in series with secondary windings from primary current transformers with
a secondary current rating of 1 or 5 amperes.
• The relay shall continue to provide a high level of motor protection in the event
of saturation of primary current transformers when used.
• Terminal connections and monitoring circuitry for connection of a zero
sequence (core balance) current transformer for measuring ground fault current
down (range from 20 to 500) mA shall be available.
• An internal zero sequence (core balance) current transformers for measuring
ground fault current down to 500 mA shall be available.
• For medium and high voltage applications, the motor protection relay shall
accept input from potential transformers in wyes, delta or open delta
configurations for secondary voltages up to 400 VAC 50/60 Hz per IEC.
• For nominal low voltage applications, the motor protection relay shall be able to
internally measure a voltage up to 600 VAC 50/60 Hz per UL standards or 690
VAC,
• Wiring terminals shall provide IEC IP20 finger protection.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 125

16.12.6 Control
The motor protection relay shall provide current measurement-based protection functions with
voltage measurement-based and temperature measurement-based functions.
The motor protection relay shall incorporate the following protection function capabilities:
Current Elements
a) Thermal Overload
b) FLA setting range of 0.5 to 3000 A
c) Trip Class setting range of 5 to 30
d) Reset mode adjustable for manual or automatic reset
e) Reset level setting range of 1 to 100% TCU
f) Warning level setting range of 0 to 100% TCU
g) Current Imbalance / phase loss
h) Ground Fault – zero sequence method (50N)
i) Undercurrent – load loss
j) Over current – load jam
Voltage Elements
a) Under voltage
b) Overvoltage
c) Phase Reversal – voltage based
d) Over and Under Frequency – voltage based
e) Voltage Imbalance
Power Elements
a) Over and Under Power
b) Over and Under Leading/Lagging Power Factor
c) Over and Under Reactive Power Generated
d) Over and Under Reactive Power Consumed
e) Over and Under Apparent Power
Current (except Thermal Overload), voltage (except Phase Reversal) and power elements shall
have individually adjustable:
a) Trip settings
b) Trip inhibit settings
c) Trip delay settings
d) Warning settings
The motor protection relay shall incorporate the following temperature elements
Emergency Start – The motor protection relay shall have provisions to perform an emergency
override of a thermal trip through contact closure to an assigned input or via a command on the
communications network.
The motor protection relay shall incorporate the following control function capabilities:
The motor protection relay shall have provisions to reset a trip through contact closure to an
assigned input.
The motor protection relay shall have provisions to reset a trip through a command via the
communications network.
Communication
a) EtherNet/IP with RJ communication Port
b) Modbus
c) Profibus

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 126

d) Hart
16.13 INSTRUMENTATION DEVICES
16.13.1 General
This section shall cover the design and manufacture of instruments at field. All the instruments
shall be based on 4 – 20mA as output signals and of analog or digital display with local panel of
logical controller, transmitter, field indicator and any other necessities. Unless noted otherwise,
electrical power supply to the instrumentation equipment will be 230 Volts, 50 Hz, single phase,
at the locations noted on the one – line and functional diagrams Panel and signals and also
supplied as recently manufactured goods. Sunshields shall be provided where required to protect
outdoor mounted instrumentation.
16.13.2 General Conditions:
• Ambient temperature -20°C - 60°C
• Room Temperature 0°C - 40°C
• Relative humidity of room 20 – 80%

16.13.3 Signals:
All analogue signals shall be 4 – 20mA except any special conditions.
16.13.4 Water Proof:
The sensor shall be designed as water tight type under the conditions of high humidity and
required area.
16.13.5 Anti-Corrosion:
The sensor shall be resistant against corrosion like as acid and alkali conditions.
All equipment furnished under this section shall be expressly selected by the equipment suppliers
for its superior quality for its intended performance and shall be installed in accordance with the
manufacturer’s instructions.
16.13.6 Applicable Standards and Codes
Adhere to the Codes and Standards as applicable from Institutions and Organizations listed
below. Equivalent International Standards are acceptable. Adhere to the latest editions of all
other Codes and Standards of these organizations, as they may apply.
• International Electro technical Commission (IEC)
• International Standards Organisation (ISO)
• Instrument Society of America (ISA)
• American National Standards Institute, Inc. (ANSI)
• American Society for Testing and Materials (ASTM)
• British Standard (BSI)
• European Norm (EN)
• Insulated Power Cable Engineering Association (IPCEA)
• National Electrical Manufacturer's Association (NEMA)
• National Fire Protection Association (NFPA)
• Scientific Apparatus Manufacturer's Association (SCMA)
• American Standard Association (ASA)
The following list of standards indicate the requirements as minimum any other standard not
listed below or elsewhere in this tender documents shall be subject to review and approval.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 127

Methods of evaluating the performance of transmitters for use in


IEC 60770
industrial process control systems
Electromagnetic compatibility for Industrial Process measurement &
IEC 61000-4
Control Equipment (Supersedes IEC 60801).
Operating conditions for Industrial Process Measurement and Control
Equipment.
IEC 60654 Part 1 : Temperature, humidity and barometric pressure
Part 3 : Mechanical influences
Part 4 : Corrosive and erosive influences
Thermocouples
IEC 60584 Part 1 : Reference tables (584/1)
Part 2 : Tolerances (584/1)
IEC 60751 Industrial Platinum resistance thermometer sensors
IEC 60529 Classification of degrees of protection provided by enclosures (IP code)
Guide for field measurement of vibrations and pulsations in hydraulic
IEC 60994
machines
IEC 60625 Interface system for programmable measuring instruments
Methods of evaluating the performance of transmitters for use in
IEC 60770
industrial process control systems
IEC 60902 Industrial process measurement and control – Terms and definitions
IEC 60534 CV General considerations, sizing, dim. etc.
IEC 60839 Alarm and warning systems
ISO 5167 Measurement of fluid flow by means of pressure differential devices
ISO 5168 Measurement of fluid flow – Evaluation of uncertainties
ISA 5.1 Process Instrumentation terminology
Process measurement control functions and instrumentation symbolic
ISO 3511/1
representation

16.13.7 Units
The instrument ranges and scale calibration shall be in metric units according to the international
system of units (SI) as listed below:
• Flow - liquids and vapour m3/hr
• Gases Nm3/hr
• Volume m3
• Pressure bar
• Head mwc
• Low pressure, draught or low diff. mmWC
• Pressure Vacuum (1) bar
• (Low) abs. pressure (2) mm Hg abs.
• Temperature deg. C
• Conductivity micro S/cm
• Rotating speeds rpm
• Frequency Hz
• Currents A
• Voltage V

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 128

16.13.8 Design Considerations and Fabrication


requirements
16.13.8.1 General
Where possible, use one instrument manufacturer of International standing for the supply of all
similar instrumentation included in the Contract and shall obtain the maximum uniformity of
equipment.
The equipment shall be constructed to operate accurately and safely under the operating
conditions described or implied in this standard and the project specifications, without undue
strain, wear, heating, vibration, corrosion or other operating troubles.
All parts shall be made accessible and capable of convenient removal. Parts subject to wear shall
have adequate means of adjustment and replacement.
Parts subject to substantial temperature changes shall be designed and supported to permit free
expansion and contraction without causing fluid leakage, harmful distortion or misalignment.
Equipment shall continue to operate to the required performance and suffer no damage when
subjected to shock or vibration within the test limits detailed in BS EN 60770-1 / (IEC 770).
Unless otherwise specified, the instrument transmitter shall be supplied integral with the sensor
in a common assembly. This shall only apply where the transmitter is installed above the site
flooding level. When the sensor is installed below flood level, the transmitter shall be installed in
a separate enclosure remote from the sensor above the flood line.
When a transmitter is remote from the sensor it shall be fixed to a suitable frame positioned 1.4
metres above ground or floor level. Where the instrument must be located above 2 metres high a
separate local indication shall be provided at 1.4 meters above floor level.
Calibration sheets shall be supplied with each instrument showing that the instrument has been
tested and calibrated on a certified test rig or instrument. The sheets shall show test results and
confirm that the instrument is within the specified accuracy limit across the whole of its range.
Where a test instrument is used, a verification test certificate shall be provided and reference to
the certificate number shall be included on the test sheet of the instrument under test.
Any relays used to augment the I/O facilities shall be plug-in, of at least 11 pin design, DIN rail
mounting and fitted with transparent protective covers. Clear identification of relay state and
means of manual test operation shall also be provided. Coil and contact suppression shall be
provided.
Where more than one device utilizes the same measurement or control signal, the transmitter or
other signal source shall be fully equipped to provide all signal requirements. The system shall be
arranged so that failure or any recorder, indicator, control component, etc. shall not open the
signal loop nor cause loss or malfunction of signal to other devices using the same signal. The
design shall permit removal from service of any indicating or recording device without upsetting
the control systems or requiring readjustment.
All instrument parts (such as Bourdon tubes, pressure capsules, bellows, etc.) in contact with salt
water, shall be fabricated from Monel or Alloy 20.
Dissimilar metals, where galvanic action may occur, shall be electrically insulated.
All pipe threads shall be protected by Teflon tape. (First 3 threads shall be left bare).
Locally mounted instruments shall be provided to indicate pressure, temperature, liquid levels,
etc., where necessary for maintenance, local monitoring and control valve bypass operation.
Embossed or engraved I.D. tags made of Stainless Steel and clearly showing the instrument
identification number shall be permanently affixed to all instruments.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 129

All the transmitters, receiving instruments and electrical control devices to have one standard
signal range as follows:
Analogue Inputs:
− Analogue inputs shall be 4-20 mA continuous, linear signals capable of
supporting floating 250 ohms load impedance with Hart able. Per each channel
external isolators which will provide safety and increase the transmission
qualities for the loop control circuits.
− Analogue to digital conversion should be at least 10 bit resolution having
linearity within ±0.1% span or better
− Analogue Outputs: Analogue output with HART able and the range shall be 4-
20 mA capable of driving into an impedance of 1000 ohms.
− Digital to analogue conversion shall be at least 10 bit resolution having an
accuracy of ±0.1% span or better.
− All instruments shall be 4 - 20 mA signal connectivity output signals of the
SMART type transmitters shall offering two types of communication, one with
the standard 4 - 20mA analogue signal and the other FSK Frequency Shift
Keying (FSK) type digital communication (HART Protocol) which can be either
superimposed in the analogue signal or used for digital field architectures
without interrupting the 4– 20 mA signal, potential separated without reference
to ground.
The output shall be electrically isolated from other outputs and earth. It shall have an insulation
resistance of at least 1 Meg-ohm when tested for one minute at 500 V dc. On multiple output
units, system functionality shall be maintained when each output is earthed in turn.
Output current shall not vary by more than 0.1% of span when load resistance is varied from 0 to
1 000 ohms.
Peak to peak amplitude of internally generated ripple, noise or other unwanted component
appearing on the output signal, shall not exceed 0.1% of the selected output span.
All digital inputs shall be isolated, preferably by optical coupling, from other signals and circuits.
Such inputs shall compromise volt free contacts wetted by 24 V DC at 5 to 25 mA nominal
current. Input filters should be providing where contact bounce may occur such de bouncing
may be carried out in either hardware or software.
16.13.9 Selection of Equipment
During engineering, the instruments, materials and systems, shall be properly selected to provide
suitable, reliable and fail safe instrumentation, requiring only a minimum of maintenance;
moreover, the variety in type shall be held to a minimum. Use shall be made of exclusively new
and modern materials suitable for the intended purpose. The selection of equipment shall be
subject to approval of the /ENGINEER.
All instruments shall be suitable for continuous operation at the ambient temperatures of Jordan
climate.
Every precaution shall be taken in the installation of the instruments to protect them and their
electronic components against the extremely harsh weather condition prevailing in the Libya, site
location. All instruments selected shall be suitable for tropical conditions and resistant to
corrosion.
The electric signals of the electronic control system shall support HART Communications. The
power supply for the local instruments shall be 24V DC or 230 AC.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 130

Transmitters shall be suitable for field installation, and when mounted outside shall be housed in
casings to protect them against direct sun radiation and unauthorized operation.
The process connections of pressure transmitters and switches should be to NPT or BSS
standards.
Selection of materials for the wetted parts of instruments shall be compatible with the operating
conditions.
The selected materials shall ensure a good measurement and be resistant to corrosion.
The material and rating of the instrument piping shall, in general, conform to the relevant piping
specification.
The choice of other materials shall be considered in special cases.
Instruments shall have suitably threaded openings to accommodate the required cable gland.
Glass cover shall be provided on membrane transmitter to avoid accidental touch to the
membrane.
Instruments susceptible to ingress of water shall be of IP 68 grade of protection.
All transmitters shall be installed above pump hall ground level shall be of IP 67 grade of
protection.
Transmitters shall be of the latest technology with setting/calibration key pad and local digital
display.
16.13.10 Hydrostatic Level Meter
1. The transmitter shall comprise a hydrostatic pressure sensor suitable either for
mounting on a flanged connection located in the water reservoir or for insertion
through a borehole into water well by means of a connecting cable. This specification
is based on the latter application, which requires the most stringent features.
2. Junction box shall be used for systems with long transmission lines, the junction box
shall be supplied from the same manufacturer of the hydrostatic level meter.
3. The level probe will be used to measure the water level in reservoir. It uses a capacitive
ceramic sensor. The water head converted into standard electrical signal proportional
to span.
4. The Hydrostatic Level meter should be designed for measurement under rough
conditions in all water applications.
5. The Hydrostatic Level meter should have piezo-resistive measuring system with direct
air pressure compensation through a tube in the cable.
6. The primary element is required as a hydrostatic sensor. All components in contact
with the water must be of non-corrodible material.
7. The sensor needs to be close to the bottom of the tank and either fitted on the outside
via a thread or a flange, or entering into the top of the tank and then attached to the
bottom.
8. The wall mounted transmitter is to be encased for the protection class IP 54. The cable
connection from the primary element is to be provided as a shielded cable with four
cores and to be quoted with the item of the measurement device.
9. The Hydrostatic level meter should have the following features:
• Application: Ideally suited to water plants.
• High mechanical resistance to overload and aggressive media.
• High-precision robust ceramic measuring cell with long-term stability.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 131

• Heavy duty version, stainless steel (1.4404/AISI 316 L) easy clean flush-
mounted process diaphragm, which prevents from the build up of solids of time
and makes it easy to clean.
• Programmable zero point and span with flexible measuring ranges.
• Measuring ranges between 0 – 10m (span),(0-10bar).
• Measurement and stability accuracy better than ± 0.25 %
• 4 to 20 mA two wire analog output signal with integrated overvoltage
protection.
• Electrical Connections: IP68 waterproof sealed gland and vented with PVC,
PUR or FEP sheath and steel reinforced to achieve very high tensile strength
cable.
• Process medium is chlorinated water in reservoir.
• Ceramic sensor diaphragm material for Teflon Head.
• Ceramic sensor diaphragm, Hastelloy C-276, Teflon or Stainless Steel.
• Working area, performance (EN 600-14).
• IP68 protection degree.
• Long term stability, maximum of 1cm /year deviation
• Weight not less than 250gm
• Hart Communication protocol
16.13.11 Insertion turbidity meter
16.13.11.1 Sensor
Measuring principle 90° scattered light
Measuring ranges: 0-1000 NTU, Accuracy: ± 2%
Operating temperature: 0 - 50°C
PN: 25 bar
Material: SS, PVC, Glass Pyrex
Ingress protection: IP68
Complete with water proof cable
16.13.12 Transmitter (display)
Measuring ranges: 0-1000
Accuracy: 0.5% full scale
Graphic display to visualize simultaneously: measurement, temperature, analog and digital
outputs (set point) condition, alarms.
Hardware technical features:
− Graphic display LCD. With keys programming keyboard.
− Data logger with Flash memory (5 days records).
− 2 analog outputs 4-20mA
− 2 digital outputs– Dry contact Relay
− hart or TCP/IP protocol
16.13.13 Pressure Switches
The pressure-sensing element may be of the Bourbon tube, spiral, helical, bellows or diaphragm
type, depending upon the application requirements. The pressure sensing element shall be of
AISI 316 SS.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 132

Pressure switches shall withstand the maximum pressure of the system to which it is connected.
In addition, over range protection, (at least 1.5 times the maximum scale reading), shall be
included for all instruments. Gauge protectors shall be included wherever required to withstand
maximum surge pressure.
Set point for pressure switches shall be adjustable throughout the operating range.
Transistor or relay outputs for On/Off control or alarm function
Pressure switches shall have ½" NPT (M) process connection.
Pressure switches generally be used for ON-OFF applications with an adjustable set point and a
differential gap with a reference or calibrated scale.
The switch shall also be hermetically sealed with gold plated contacts. Degree of protection shall
be NEMA type 4X, IP67 or better.
Where isolating transformers are not used, the rated fused short-circuit current shall be not less
than the short-circuit strength assigned to the control gear.
Pressure Transmitter
Pressure transmitter shall be of the direct sensing type with the sensing element as per
manufacturer’s standard.
The diaphragm shall be hermetically welded to the measuring element assembly, which shall be
suitable for the operating temperature limits of -20 to 60 deg C.
The transmitter shall be of a smart type with modular design and piezo-resistive sensor. The
measuring element shall be able to withstand a temporary/permanent overpressure to at least
150% of the specified range limits without calibration shift.
All wetted parts and the diaphragm shall be compatible with the process fluid and shall be of
minimum AISI 316 SS. The measuring assembly fill fluid shall be silicon oil, unless otherwise
specified and non-toxic certificate shall be provided for filling fluid. Alternatively dry capacitance
sensor shall also be acceptable.
PTTE gaskets shall be applied as a standard, unless otherwise specified. The bolts and nuts shall
be high tensile stainless steel ASTM A564 - T630 - H1150 unless otherwise specified.
The transmitter cover material shall be low copper aluminium. Enclosure class shall be according
to IP 67 of IEC 60529, as a minimum.
The process connection shall be 1/2" NPT (M) and the electrical signal cable entry connection
shall be M20 x 1.5 metric. Unused electrical connections shall be plugged off with a recessed
head screw in compliance with the specified electrical safety requirements. The screw material
shall be of stainless steel for stainless steel enclosures. The signal cable termination points shall of
the screw type.
The transmitter output signal shall be 4-20 mA with hart protocol.
The transmitter power supply voltage shall be 24 VDC, for two-wire transmission system with a
minimum power supply voltage of 13.5 VDC.
The transmitter electronics shall be microprocessor based. Printed circuit board(s) should be of
replaceable modular construction, shall be hermetically sealed or protected by a corrosion-
resistant coating and vibration-free supported in case of plug-in type circuit boards.
Signal wiring terminals and electronics shall be housed in separate compartments, so that the
electronics remained sealed during electrical connection of the transmitter to the signal cable.
The electronics system shall be provided with a reverse polarity protection circuit.
Zero and span shall be non-interacting, easily and continuously accessible. The external
adjustment(s) should be provided with an environmental protection cover. It shall be possible to

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 133

calibrate the transmitter locally through dedicated push buttons for zero and span with digital
accuracy.
The transmitter shall be provided with integral digital indicator with scale identical to the
calibrated range as indicated in the instrument data sheet.
MID (Measuring Instruments Directive) , according to 2004/22/WE directive and OIML R49-
2013 recommendations or equivalents.
Hart Communication
The performance of the transmitter shall be as follows:
i. The transmitter accuracy including combined effect of linearity, hysteresis and
repeatability shall be equal to or better than ± 0.075% of calibrated span.
ii. The dead band shall be equal to or better than ± 0.05% of span.
Stability (not including temperature or pressure effect) shall be Long-term stability < 0.5% / 5
years
The total effect of the radio frequency interference's shall be equal or less than 0.1% of the
output span, with the transmitter enclosure cover in place. The transmitter shall be provided with
EMI/RFI integral transient protection also when the cover has been removed. The protection
level shall be as EMC directive compliance.
Transmitter long term stability effect to be less than 0.5% for 5 years.
16.13.14 Flow Switch (Dry Run Protection)
Dry run protection switches shall be of the vibrating fork type switches. A piezo-electric crystal
oscillates the forks at their natural frequency, and changes to this frequency are continuously
monitored. The frequency of the vibrating fork sensor changes depending on the medium in
which it is immersed. The switch shall have a Built-in diagnostics continuously check the health
status of the electronics and the fork.
The switch shall be able to detect abnormal frequency deviations and responses from the fork
sensor, and to detect abnormal deviations in the loop power through the device.
Electrical connection shall be M20 x 1.5 with weather proof cable glands to suit the connecting
cable.
Fork shall be able to provide HART communication protocol.
wetted material : SS 316L
Process connection: - 1-Inch Threaded connection

16.14 ELECTROMAGNETIC FLOW METER


Specified for Groundwater with turbidity up to 100 NTU management, .example, a rubber-lined
steel tube
Flow meters must be certificated as MID – Measurement Instrument Directive, according to
European Directive 2004/22/CE, MI-001, for cold drinkable water measurement according to
MI-001.
Flow meters must be compliant to OIML R-49:1-2013, or equivalent.
Flow meters or components in contact with drinkable water must have a Sanitary Compliance
Certificate, from a European Origin. (e.g. ACS France), or equivalent.
The Manufacturer has to be certified an ISO 9001: 2008 quality certificate and present proof of
certificate.
The Manufacturer has to be certified an ISO 14001: 2004 quality certificate and present proof of
certificate.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 134

16.14.1 In Line Type


16.14.1.1 Construction
The flow meter shall comprise of 2 parts: the flow sensor and the converter.
The flow meter shall be delivered either in compact configuration where the converter is
mounted on the flow sensor with no cable connecting between them or remote version with
cable connecting between them depending on the configuration required.
For remote version, the cable connecting between the flow sensor and converter shall be double
shielded twin-core type or higher with a length from 5m to 100m maximum.
The flow meter shall be mains-powered (integrated) with a voltage range of 110-230VAC
50/60Hz or 24 VDC.
Water temperature range of flow meter shall be between -5 C to 55C.
Ambient temperature range of flow meter shall be between --10C to55 C.
The flow meter shall be compatible with any Automatic Meter Reading system measuring
instantaneous flow rate by time measuring between 2 pulses.
For compact version, the flow sensor and converter of the flow meter shall be IP68 hermetically
sealed against water ingress or condensation including the connector for Automatic Meter
Reading systems. For the remote version, the flow sensor shall be IP68 and suitable for buried
installation, and the converter shall be at least IP67 and suitable for wall mounting.
The lining of flow sensor shall be constructed of hard rubber.
The flow sensor electrodes shall be made of suitable nickel alloys for durability in abrasive water.
The flow sensor shall be of no internal moving parts.
The flow sensor shall be of cone shaped design to ensure reliability in metrological accuracy.
The flow sensor shall be configured to be installed in any orientation without affecting the
accuracy of the meter.
The flow meter status information, such as flow direction and empty pipe detection must be
available and displayed on the converter display.
The flow meter pressure loss shall not be more than 0.006 bar at 2 m/s and 0.1 bar at 4 m/s.
The electrical conductivity of the medium measured shall be not less than 20 uS/cm (drinking
water, raw water, and irrigation water).
The accuracy shall be better than Class 1 of OIML R-49:1-2006.
A calibration certificate for each delivered flow meter shall be provided.
The flow meter installation shall not require more than 5D of straight length upstream and more
than 2D downstream of the meter to secure its accuracy.
The flow meter shall offer lifetime stable zero so that routine zeroing is not required.
The flow meter shall indicate empty pipe detection when no water is present.
16.14.1.2 Physical Requirements
The flow meter shall be built as follow:
Table 10:
Sizes From DN25 to DN800
Medium Compatibility Compatible with raw, ground & surface water, potable water & irrigation water.
Electrical conductivity ≥ 20 µS/cm -5°C to +55°C
Sensor Housing Sheet polyurethane coated
Electrodes Stainless steel
Flange Steel

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 135

Environment IP68 to 2m submergence in water


Connections DIN, ASME

16.14.2 Communication Output Specifications


The meter should have at least one or two pulse output (passive) and one or two status output
(passive):
16.14.2.1 Pulse output:
2 Passive pulse outputs
f ≤ 500 Hz; I ≤ 10 mA; U: 2.7...24 VDC (P ≤ 100 mW)
Volume / pulse is programmable
Pulse width is selectable: 1 ms, 5 ms, 50 ms, 100 ms
16.14.2.2 Status output:
2 Passive status outputs
I ≤ 10 mA; U: 2.7...24 VDC (P ≤ 100 mW)
Function [selectable]: self checking,
Output/input communication: 4-20mA + frequency (pulse out), Alarm contacts, interface with
RTU and Hart Communication

16.15 NEEDLE VALVE (PLUNGER)


16.15.1 General
16.15.1.1 Potable Water Certification
All valves and its coating materials shall be certified for potable water use and shall contain no
ingredients that may migrate into water in amounts that are considered to be toxic or otherwise
dangerous for health, All material in contact with or likely to come into contact with water for
public shall introduced with the requirements of Jordanian standard (JS 286) Whenever
regulation changed it is the supplier /contractor responsibility to ensure conformity with any new
requirements. Whenever potable water certificate is submitted for the coating material not the
valve, the supplier shall furnish a document that relates this certificate with the valve itself.
All valves shall be certified as safe for transporting potable water by an independent testing
laboratory.
16.15.1.2 Toxic Materials
All valves, coating, sealing and lining material shall be certified for potable water use and shall
contain no ingredients that may migrate into water in amounts that are considered to be toxic or
otherwise dangerous for health. The Contractor is prohibited to import or to use any of toxic or
poisonous materials or sub materials used in piping, kinds of concrete or in soil in any kind of
usage.
16.15.2 Valves packaging
All valves must be packed in such a way to allow instant use on site without additional cleaning.
All valves shall be securely packed in crates and boxes to prevent damage during delivery. The
cost of packing shall be deemed to be included in the Contract Rates and crates will not be
returned.
Valves are normally supplied in separate cartons together with any associated small items, such as
bolts and gaskets.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 136

16.15.3 Documents to be provided at Time of Tender


All certificates must be from an accredited third party and the accreditation logo must be
stamped on the certificate as per the requirements of IAF. No certificate will be accepted unless
it is from an accredited third party.
• Conformity to Standard certificate from accredited third party.
• Potable water certificate
• The CONTRACTOR shall provide detailed repair manuals for the gate valves
supplied;
• Quality assurance certificate (ISO 9001).
• Upon request, the Contractor has to provide test certificates from the
manufacturer’s internal quality control.
• The supplier/ contractor shall supply full technical specifications and catalogues
for the items to be supplied at the time of tender.
16.15.4 Documents to be provided upon delivery
The contractor shall submit at least the following documents:
• Certificate of origin.
• Packing list
• Third Party certificates
• Any other documents requested by the Engineer and the hand over committee
All above documents must be valid and in English.
16.15.5 Marking
Markings shall be in accordance with EN 19 and shall include size, working pressure, name of
manufacturer, and year of manufacture.
Technical Specifications Needle valve (plunger)
16.15.6 General
Valves must be Face-to-face length acc. to EN 558-1, basic series 15 - from DN 500 1.5 x DN
conformity to standard certificate must be submitted at time of the tender.
All valves shall have flanged ends design both sides acc. to EN 1092-2.
Control valve in straightway type.
All valves shall be customized with control device depending on operating conditions (With
electric actuator)
All valves shall be manufactured and designed with low actuating torque due to pressure balanced
valve piston
All valves shall be manufactured and designed with rotationally symmetrical flow guidance
All valves shall be manufactured and designed with annular flow cross section in each position
All valves shall be manufactured and designed with axial movement of the plunger by means of
crank gear mechanism
All valves shall be manufactured and designed with self-locking worm gear unit including
position indicator
All valves shall be manufactured and designed with No blocking due to long piston guide rails
All valves shall be manufactured and designed with Elastic profile sealing ring located in the no-
flow zone for high durability
All valves shall be manufactured and designed with Wear-resistant, corrosion-resistant and
infiltration-proof piston guides in the body by micro-finished bronze weld overlay

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 137

All valves shall be manufactured and designed with Piston sealed by Quad Ring
The valve must be submitted with the following accessories:
1) Gaskets
2) Bolts
16.15.7 Material
Table 11:
Part Name Material

body Minimum ductile cast iron- EN 1563- EN-JS1050 -EN-GJS-500-7 (GGG 40), or
equivalent

Piston guide rails Bronze overlay welded

Piston and Rod Stainless steel 1.4021, AISI 420


Valve sealing: EPDM
Shutter
Fork
Stainless steel1.4301, AISI 304
Seal Ring
Body Seat
Bolts: Stainless steel A4 (DIN EN ISO 3506)
Bearing bush Bronze
Eye bolts for lifting: Galvanized steel 1.0401 (C15)

16.15.8 Design
Face to face dimension for the pressure range basic series 14 or 15 for PN 10 and PN 16, And
basic series 15 for PN 25, PN 40.
Gate valve shall be flanged design on request according to EN 1092-1 for the Steel flanges, and
in accordance with EN1092-2 cast carbon steel for pressure range (10-25) bar
ROTATION OF OPENING: All valves shall open by turning to the left or counter clockwise,
when viewed from the stem.
16.15.9 Coating
All Inside and outside ferrous metal surfaces shall be fully epoxy coated, blue colour, holiday
free, to a minimum thickness 250 microns epoxy coating. Side coating shall be non-toxic, impart
no taste to water, and shall be coated in accordance with EN standards. The colour is Blue and
the grade code is RAL 5005 or RAL 5015, any other grade must be subjected to Miyahuna
approval on time of tender.
16.15.10 Electric valve actuators
Electric valve actuators shall conform to AWWA Standard C540, insofar as applicable and as
herein specified.
Actuators shall be O-ring sealed, watertight to standard NEMA 4X/6, submersion to 6 feet for
30 minutes. Actuators shall be operated on 400 Volt, 50 Hertz, 3 phase power supply. Actuators
shall be configured as required to provide for quarter turn valve actuation, and shall be coupled
with gearboxes as required to obtain the speed and operating torque as required for the valve it
controls. Valve stroke time shall be three minutes.
1) The valve manufacturer shall supply, mount and test actuators on the valves at the
factory. The valves and their individual actuators shall be shipped as a unit.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 138

2) Actuators shall be capable of moving the valve from the full open to full close position
and in reverse and holding the valve at any position part way between full open or
closed.
3) Actuators shall be capable of being removed from the valve without dismantling the
valve or removing the valve from the line.
4) Gear actuators for quarter turn valves shall be of the helical or helical worm gear type
with machine cut steel gearing designed for smooth operation. Bearings shall be
permanently lubricated, with bronze bearing bushings provided to take thrusts and
mechanical shaft seals to contain lubricants. Housings shall be sealed to exclude moisture
and dirt, allow the reduction mechanisms to operate in lubricant and be constructed of
cast iron, ASTM A126, Grade B, or of ductile iron, ASTM A536. Gear actuators shall
adjustable stops. Position indication and direction of opening arrows shall be embossed,
stamped, engraved, etched or raised castings. Decals or painted indications shall not be
allowed.
5) Operators utilizing multiple reduction power gearing shall consist of spur, helical, or
bevel gearing and worm of hardened alloy steel, and the worm gear shall be alloy bronze.
Operators utilizing single-stage reduction shall be single-stage worm gear totally enclosed
in a fully lubricated gear case, with filling and drain plugs. Non-metallic, aluminum, or
cast gearing shall not be allowed. The output shaft shall incorporate thrust bearings of
the ball or roller type at the base of the actuator.
6) An operating wheel shall be provided for manual and/or emergency operation, engaged
when the motor is declutched by a lever or similar means, the drive being restored to
power automatically by starting the motor. The operating wheel drive must be
mechanically independent of the motor drive, and any gearing shall be such as to permit
emergency manual operation, using a 40 pound force in a reasonable time. Clockwise
operation of the hand wheel shall give closing movement of the valve unless otherwise
stated.
7) Continuous mechanical dial indication of valve and position shall be provided. The
mechanical dial position indicator shall be in step with the actuator at all times in both
the hand wheel and motor operation. For modulating applications, the mechanical dial
position indicator shall include graduations of 0-100 percent scale.
8) Actuators shall have separately sealed motor and control compartments. Operators shall
have space heaters in their limit switch, motor, and control compartments.
9) Electric operators arranged for modulating control and/or for intermediate open/close
positioning shall provide Open and Close control in response to a 4-20 mA DC remote
signal, utilizing a completely solid state modulating control.
a) The operator shall utilize a 400 VAC, 3 Phase, 50 Hertz reversing motor controlled by
a solid state reversing starter to position the valve. Overshoot of the operator shall be
controlled by pulsing the motor once the valve position approaches the desired
position to decelerate the motor speed. The motor shall be sized by the actuator
manufacturer to provide the required output torque for the service intended. The
motor shall have Class F insulation, with a duty rating of at least 15 minutes at 40
degrees C ambient temperature. The motor shall be specifically designed and built by
the actuator manufacturer for electric actuator service. Commercially available motors
shall not be acceptable. The actuator shall include a device to ensure that the motor

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 139

runs with the correct rotation for the required direction of valve travel regardless of
the connection sequence of the power supply.
b) The motor operated valve controller shall include the motor, operator unit gearing,
limit switch gearing, limit switches, control power transformer, position transmitter
(when required), torque switches, bored and key-wayed drive sleeve for non-rising
stem valves, declutch lever and auxiliary hand wheel as a self-contained unit. Valve
contacts shall be capable of handling the current equivalent of a NEMA 1 size starter.
c) Reversing starters shall be integral with the actuator, and shall be solid-state starters
for modulating service.
d) Limit switches and gearing shall be an integral part of the valve control. The limit
switch gearing shall be made of bronze or stainless steel and shall be fully lubricated,
intermittent type and totally enclosed to prevent dirt and foreign matter from entering
the gear train. Limit switches shall be of the adjustable type capable of being adjusted
to trip at any point between fully opened valve and fully closed valve. Limit and torque
switches shall be provided for stopping valve in both directions. Mid-travel switches
shall be provided as required. Set position shall not be lost if over travel occurs in
either manual or electric modes of operation.
e) A 4 to 20 mA DC analog transmitter shall be provided to indicate valve position
throughout its entire range of travel. The transmitter shall be contact-less with an
internally fed signal proportional to valve position. The signal shall be selectable over
the entire range of valve travel, from minimum 4 mA representing fully closed
position to 20 mA representing the fully open position, and with automatic zero and
span setting. The maximum connected external loop resistance shall not exceed 500
ohms. Potentio-metric or slide wire type signal transmitters will not be acceptable.
Repeatability shall be within plus or minus one percent and linearity plus or minus 2.5
percent for total valve travel.
f) Each valve controller shall be provided with a minimum of two limit switch functions,
one for opening and one for closing. Each limit switch shall have two normally open
and two normally closed contacts. Gear limit switches must be geared to driving
mechanism and in step at all times whether in motor or manual operation. Provision
shall be made for two extra sets of limit switches as described above, each to have two
normally open and two normally closed contacts. Each valve controller shall be
equipped with a double torque switch. The torque switch shall be adjustable and shall
be responsive to load encountered in either direction of travel. The limit and torque
switch contacts shall be silver inlay type.
g) Each actuator shall include monitor relays to remotely indicate fault signal for
indication of power failure, phase failure, thermal switch tripped, torque switch
tripped between travel stops and Local-Off-Remote selector switch position.
h) When in Remote, the controller shall compare the incoming 4-20 mA DC signal from
an external source with an integral position feedback signal generated by a position
feedback source connected to the valve stem drive, and shall drive the operator to
match these signals. The controller shall have an adjustable dead band to determine
the difference between the reference signal and position signal at which the operator
will readjust position. The controller shall output a 4-20 mA DC signal to an external
source for remote position indication.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 140

i) The controller shall incorporate adjustments for span, zero, gain, and dead band.
Power supply shall be 400 Volts, 3 Phase, 50 Hz. A control power transformer for
230 Volt, single phase control power shall be provided.
j) A Local-Off-Remote selector switch and an Open-Stop-Close pushbutton selector
shall be provided as an integral part of the controls.
k) Provide a normally open dry contact for remote indication that the Local-Off-Remote
is in the "Remote" position.
10) The operator shall be equipped with open-stop-close push-buttons, a local-off-remote
selector switch and indicating lights all mounted on the operator. Furnish a remote
control station for each valve suitable for mounting remotely from the actuator. The
remote mount control station shall include a Local - Off - Remote selector switch, an
Open - Close or Open - Stop - Close pushbuttons (as detailed) and Open - Close
indicating lights. Control station operators shall be heavy duty devices mounted in a cast
iron, cast aluminium, or stainless steel NEMA 4 enclosure suitable for wall mounting.
The Local - Off - Remote selector switch shall have auxiliary contacts for remote
indication of switch position. The Local - Off - Remote selector switch shall have
provisions for padlocking in the off position
11) Wiring and Terminals
a) Internal wiring shall be of tropical grade PVC insulated stranded cable of 5 amp
minimum rating for control circuits and of appropriate size for the motor 3 phase
power. Each wire shall be clearly identified at each end.
b) The terminals shall be of the stud type embedded in a terminal block of high tracking-
resistance compound. The 3-phase power terminals shall be shrouded from the
control terminals by means of an insulating cover.
c) The terminal compartment shall be separated from the inner electrical components of
the actuator by means of a watertight seal. The terminal compartment of the actuator
shall be provided with three threaded cable entries.
12) Each actuator shall be provided with a commissioning kit consisting of a wiring diagram
and installation and operation manual. A separate wiring diagram shall be provided
inside the terminal cover. No special tools, devices or parts shall be required for
commissioning.
13) Each actuator shall be shop performance tested, and individual test certificates shall be
supplied without additional charge to the Owner. Test certificates shall be submitted
prior to shipment of valve actuators. The test equipment shall simulate a typical valve
load, and the following parameters shall be recorded:
a) No load current
b) Current at maximum torque setting
c) Stall current
d) Torque at maximum torque setting
e) Stall torque
f) Test voltage and frequency
g) Flash test voltage
h) Actuator output speed

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 141

16.16 NEXT GENERATION FIREWALL


16.16.1 Data Center Next Generation Firewall
The proposed firewalls shall be able to:
Safely enable applications through granular use access controls and prevention of known and
unknown cyber-attacks for all users on any device across any network
Permit or deny network transmissions based upon a set of configurable security rules based on
Layer 7 applications;
Protect Miyahuna networks from unauthorized access whilst permitting legitimate
communications to pass through the solution should be recognized in the most recent Gartner
Magic Quadrant challengers or leaders for Enterprise Firewalls
The proposed firewalls shall comprise of TWO (2) units of Next Generation Firewall with threat
Prevention with High Availability Redundancy with a capability of supporting:
• At least 8.8 Gigabits per second of application firewall throughput utilizing 64K
HTTP transactions.
• At least 4.7 Gigabits per second for threat prevention protection. utilizing 64K
HTTP transactions.
• Threat prevention should include the following features:
− The NGFW firewalls shall support at least 3,000,000 concurrent sessions and at least
135,000 new sessions per second.
− The NGFW firewalls shall deliver a predictable steady threat prevention performance
of 4.7 Gbps with single-pass processing when all of IPS, Antivirus, Anti-spyware, File
Blocking, CnC, DNS filtering and Advanced Malware Protection services are enabled
with real traffic pattern based on 64k http requests.
− The NGFW should support Threat prevention and content inspection over clear-text
tunnel protocols:
• GRE up-to 2 levels,
• GTP-U,
• Unencrypted IPSEC: ESP-null, or AH.
• The NGFW should be built on positive security model basis to white list
applications rather than blacklisting
• Simplify policy management. Restore visibility and control with easy-to-use
graphical tools and a policy editor that ties applications, users, and content
together in a unified manner.
• The NGFW must have separate management (control) plane and data
processing plane to avoid any disruption to traffic processing while managing
the box, generating logs &reports or committing configuration changes
• The NGFW should have single management interface to manage application
security policies, security services (Profiles), and device and network settings. No
dedicated management appliance is required
• The NGFW should have on-box reporting and logging facility. The solution
should not consider external reporting/log analyzer engine
• Platform should be optimized for layer 7 application level content processing
• The NGFW should have on-box 200 GB SSD system drive and a Hard disk
• The NGFW should have a redundant Power supply.
• Unlimited Concurrent User License

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 142

• Application Detection, and application match should be done as the main policy
match criteria not with an add on profile or blade
• Possibility to support internally developed applications with an on-box
application customization tool.
• Application customization tool should be able to build application signatures
based on context including but not limited to: DNS request/response, email
headers, file body for any type, FTP request parameters, FTP response message,
HTTP request headers, HTTP request body message, HTTP request MIME
data, HTTP request parameters, HTTP request URI path, HTTP response
header and body, IMAP request parameters, IRC request parameters and
prefixes, JPEG file data, ms-ds-smb request share-name, msrpc request bind-
data, mssql-db request body, oracle request data-text, rtmp request message-
body, rtsp request headers, rtsp request uri-path, smtp request argument, smtp
response content, ssh request banner, ssh response banner, ssl request
certificate, ssl request client-hello, ssl request random-bytes, ssl response cert-
subject publickey, ssl response certificate, ssl response server-hello, telnet
request client-data, telnet response server-data, unknown request tcp-payload,
unknown request udp-payload, unknown response tcp-payload, unknown
response udp-payload, pe body-data, pe dos-headers, pe file-header, pe optional-
header and pe section-header
• IPS, Antivirus and Anti-Spyware scanning with single stream scanning with
6M+ signature applied at the same time
• Anti-Virus should not reduce the IPS inspection throughput and should be able
to give full threat prevention capabilities with single pass parallel processing
• Anti-Spyware should not reduce the IPS inspection throughput and should be
able to give full threat prevention capabilities with single pass parallel processing
• The proposed NGFW platform must support the following techniques to
protect against Credential Theft Attacks:
• Identify the phishing websites that used for credential theft.
• Configure security profile to detect corporate credential submissions to websites
that are allowed by the corporate.
• Configure Multi-Factor Authentication (MFA) to ensure that each user responds
to multiple authentication challenges of different types (factors) when accessing
highly sensitive services and applications
• Support IPSec VPN, and dynamic site to site VPN support with LSVPN
• The NGFW shall support 6,000 site to site IPSEC VPN peers and up to 2000
Client SSL VPN.
• The NGFW shall support 4.8 Gbps of IPSEC VPN throughput
• The NGFW shall support 400 Clientless SSL VPN
• The NGFW shall be able to create 5,000 security policies.
• High Availability, Active / Active with Asymmetrical Routing support, and
Active/Passive
• The NGFW should have the capability to be virtualized Upto 6 Virtual Systems.
Each virtual system should support with full security features and interface
combinations (L2, L3, Tap, and Virtual wire (L1) interface configurations in the
same virtual system)
• Each Virtual System can mix different operation modes (TAP, L1, L2 and L3)

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 143

• The NGFW platform shall support multiple virtual routers to run different set
of routing protocols (Interfaces can be bound to different virtual routers)
• The NGFW should have QoS (marking and/or traffic shaping) for 8 classes at
the same time
• The NGFW should have on-box SSL Decryption for all application traffic, and
ability to block any unknown encryption standard
• The NGFW should have SSH Decryption for all application traffic, and ability
to block any unknown encryption standard
• Ability to block any detected unknown application
• Supports multiple logically separate virtual systems / contexts on a physical
firewall
• Identify users, not just IP addresses. Leverage information stored in Active
Directory for visibility, policy creation, reporting, and forensic investigation.
• Inspect content in real-time. Protect the network against attacks and malware
embedded in application traffic at low-latency, high throughput speeds. All
signatures over 6 Million plus applied at the same time
• The proposed firewalls shall be able to protect a minimum of 60 security zone
segments.
• The proposed firewall shall come with:
− Data I/O Interfaces:
a) Twelve (12) 10/100/1000 Cu UTP
b) Eight (8) Gig/10Gig SFP/SFP+
c) Four (4) 40G QSFP+
− Management I/O Interfaces:
a) One (1) 10/100/1000 Out-of-Band Management
b) One (1) RJ45 Console Port
• Should have 2 x 1Gbps and 1 x 10 Gbps dedicated High Availability interfaces.
• The proposed firewalls must allow policy rule creation for application identification, user
identification, threat prevention, Uniform Resource Locator (URL) filtering, traffic
management Quality of Service (QoS) per policy and scheduling in a single unified rule
and not in multiple data-entry locations in the management console.
• The firewall policy engine should take decision based on different matching parameters
not based on layer4 parameters. It should be based on applications, URL categories,
device state/posture, IP addresses, security zones, and username/group.
• The proposed firewalls shall have the hardened Operating System (OS) and built as a
firewall appliance (i.e. not on generic server hardware) and shall handle traffic in a single
pass stream-based manner with all features turned on. It shall be optimized for layer 7
application level content processing and have special purpose-built hardware (FPGA) to
handle signature matching and processing in a single pass parallel processing
architecture. It should not be running a sequential processing engine architecture
• The proposed firewalls shall be administered locally on the appliance without additional
management or logging software.
16.16.2 Operation Mode
The proposed firewalls shall support policy-based Network Address Translation (NAT) and Port
Address Translation (PAT) and able to operate in routing/NAT mode.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 144

The proposed firewalls shall support Denial of Service (DoS) and fragmented packet
Transmission Control Protocol (TCP) reassembly, brute force attack, “SYN cookie”, “IP
spoofing” and malformed packet protection.
The proposed firewalls shall support L3, L2 transparent, virtual wire L1 and Tap/mirror within
the appliance.
The proposed firewalls shall support 802.1Q Virtual Local Area Networks (VLANs) tagging (in
tap, transparent, layer 2 and layer 3).
The proposed firewalls shall support dual IPv4 and IPv6 stacks application control and threat
inspection support in Tap/mirror, transparent mode, layer 2 and layer 3.
The proposed firewalls shall support standards based link aggregation (IEEE 802.3ad) to achieve
higher bandwidth.
The proposed firewalls shall support logical Ethernet sub-interfaces tagged and untagged.
The proposed firewalls shall support static, Routing Information Protocol version 2 (RIPv2),
Open Shortest Path First (OSPF) and Border Gateway Protocol version 4 (BGPv4) routing
protocols. The proposed firewall should also support Bidirectional Forwarding Detection (BFD)
The proposed firewalls shall support policy based forwarding based on zone, source or
destination address, source or destination port, application and Active Directory (AD)/
Lightweight Directory Access Protocol (LDAP) Remote Authentication Dial In User Service
(RADIUS) user or user groups.
Should support network traffic classification which identifies applications across all ports
irrespective of port/protocol/evasive tactic
Should support network traffic classification which identifies applications across all ports
irrespective of port/protocol/evasive tactic
The proposed firewalls shall support Domain Name System (DNS) proxy and Dynamic Host
Configuration Protocol for IPv6 (DHCPv6) relay
The proposed firewalls shall support IPv6 routing for virtual routers.
QoS Policy-based traffic shaping (priority, guaranteed, maximum)
QoS Policy-based diffserv marking
QoS Policy-based on application category, url-category, source/destination IP addresses
countries, users/groups or any combination of them.
The proposed firewalls shall support in-box logging and reporting mechanism to generate
comprehensive reports like “but not limited to” (User Activity Reports, Top Applications, Top
Attackers, Top victims, possible bots in network, Applications running in port 80, Threats
discovered on application context…)
The proposed firewall shall store reports on HDD and have the ability to schedule PDF report
generation and send it over email
Should Integrate user-identification allowing Active Directory groups, and specific users to access
a particular application, while denying others
Should Integrate user-identification allowing RADIUS groups, or users to access a particular
application, while denying others
Should support XML API that would allow the firewall to be integrated with any known NAC,
and WLAN controllers for user identification
Should support Syslog Receiver feature that would allow the firewall to be integrated with any
known Authentication system, NAC, and WLAN controllers for user identification (SSO)
Firewall should support Voice based protocols (H.323, SIP, SCCP, MGCP etc.)

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 145

Should identify at least 2250+ commercial applications


• The firewall should be capable of identifying and optionally preventing the transfer of
various files (i.e. MS Office, PDF, etc.) via identified applications (i.e. P2P, IM, SMB,
etc.)
• Supports block and continue (i.e. allowing a user to access a web-site which potentially
violates policy by presenting them a block page with a warning with a continue option
allowing them to proceed for a certain time)
• Tap/mirror, V-wire Layer1, Layer 2, and Layer3 (should be supported in the same virtual
system at the same time)
• The firewall should take decision based on different matching parameters not based on
layer4 parameters. It should be based on applications, URL categories, IP addresses,
security zones, username/group(s)
• Policies based on L7 Application and port-and-protocol as the match criteria (application
decision should not be done separately in add –on scanning profile or blade)
• Policy-based control by URL category - as a policy matching criteria
• Policy-based control by user, group or IP address (user control should be flexible to
support a single user not only AD groups)
• Block files by type: PE, bat, cab, dll, exe, pdf, and reg
• Data filtering: Social Security Numbers, Credit Card Numbers any regex pattern
• Data filtering: Custom Data Patterns can be defined and matched on top of allowed
applications content
• Support Geographical Location policy in a security rule, where connections going to a
country or countries can be blocked
• Policy support of IPv6 rules/objects, multicast rules/objects, scheduled time of day
enablement
• Should support XML API that would allow the firewall to be integrated with any known
NAC, and WLAN controllers for user identification
• Dynamically updating the Address Groups/Objects used in the firewall security policies
by integrating the firewall with a 3rd party solution like VMware Vcenter (for example:
provisioning a new SQL server in VMware will trigger the Vcenter to contact the firewall
which result in updating the "SQL servers address group" in the firewall with the new
SQL server IP address)
• Should Integrate user-identification allowing RADIUS groups, or users to access a
particular application, while denying others
• The NGFW shall be able to integrate with dynamic black list and IP reputation services
to provide a proactive control on incoming connections coming from bad IPs and
domains
Threat Prevention
• Block viruses, spyware, malware and network worms and vulnerability exploits
• File blocking by type and application
• Data Leakage Prevention (scan for keywords and credit card numbers)
• Anonymous Botnet Detection
• Blocks application vulnerabilities
• Block known network and application-layer vulnerability exploits
• Block buffer overflow attacks
• Block DoS/DDoS attacks

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 146

• Supports attack recognition for IPv6 & IPv4


• Stream-based protection and scanning for Anti-Virus & Antispyware
• Built‐in Signature and Anomaly based IPS engine
• Ability to create custom user-defined signatures
• Deliver a predictable Threat Prevention Throughout of at least 4.7 Gbps
• Supports CVE‐cross referencing where applicable
• Supports automatic security updates directly over a secure connection (i.e. no
dependency of any intermediate device)
• All Threats should be part of application context
• The platform should be capable to enforce various threat prevention profiles on
different applications running on same L4 session
Antivirus/Anti-Spyware:
• Per-application scanning options – Anti Spyware
• Per-category scanning options
• Phone-home detection/blocking
• Malware site blocking
• DNS-based botnet signatures
• DNS Sink holing for malicious domains
• Per-application antivirus scanning options
• DNS protection signatures to stop CnC communications to possible malicious domains
Data Filtering:
• Files should be identified by file extension or by signature
• The firewall should be capable of identifying and optionally preventing the transfer of
various files (i.e. MS Office, PDF, etc.) via identified applications (i.e. P2P, IM, SMB,
etc.)
• Compressed information stored in zipped files should be able to be unpacked and
filtered per policy
• The firewall should be capable of identifying and optionally preventing the transfer of
files containing sensitive information (i.e. credit card numbers) via regular expression
• Should not have any file size limitation in checking content for keywords
• The platform should be capable to enforce file blocking on different applications
running on same L4 session
• Control Drive-By Download (Files which are downloaded/transferred via web
applications without knowledge of the user - it might have a malicious content that can
exploits end-user’s workstation)
Advanced Persistent Threats Analysis & Protection:
• Advanced Persistent threats (APT) solution shall support Analysis of files exchanged
over Web, Email and file sharing traffic using a single network enforcement point
through NGFW.
• The firewalls shall support True in-line blocking of exploitive and malicious files, as well
as command-and-control traffic across all applications with no restriction.
• The solution shall Identify unknown malware and zero-day exploits using advanced
static and dynamic analysis techniques

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 147

• The solution shall combine the complete visibility and control over known threats and
applications with dynamic analysis of unknown threats to ensure accurate, safe and
scalable malware analysis
• Enabling Advanced Malware Protection on NGFW firewall should not degrade
performance. it should remain steady at least 4.7 Gbps
• Being able to decrypt SSL based applications to prevent tunnelled attacks and encrypted
command and controls (c&c).
• The solution shall support file identification by signature and not file extensions.
• Analysis of files transferred within the web traffic, email protocols (SMTP, IMAP, POP)
and FTP, regardless of ports or encryption.
• Analysis of files transferred within SSL encrypted traffic (irrelevant to the TCP port
number)
• File Analysis using multiple versions of the same application at the same time (like
analyzing a pdf file on Adobe reader version 10 and 11 at the same time)
• Ability to decide which files to be sandboxed/analyzed based on the application
transferring the file, User/IP address, file direction like downloading/uploading, file
Type, file location (country), and URL Website Category.
• Manual file submission support
• File Analysis verdict outcome to specify if the file is Benign, Malicious or Grey-ware
• XML-API support for integrating the sandboxing technology with Third Party file
submitters like End Point solutions, and Email Gateways
• The solution shall support analysis for Windows Executables (EXE, DLL, SCR…etc.),
Java (Jar, applets and class), PDF, Adobe Flash (.swf and .swc), MS-office Documents
(Word, Excel and Power Point), Android APK, MAC-OS executables (mach-o, dmg,
and pkg)
• Analyze embedded Objects like JavaScript, Flash, and images
• Analyze Compressed files like .tar, Zip, Gzip, and .tgz
• Analysis of embedded links within emails
• Analysis of embedded links within emails
• The solution shall not analyze files that have already been submitted previously. It will
indicate that the file is identical and has been submitted earlier.
• The solution is able to provide detection for unknown Malware by using custom built
sandboxing technology with a simultaneous execution on multiple Operating Systems.
• The sandboxing solution shall analyze these files using at least Windows XP, Windows 7
(32 and 64bit), MAC-OS, and Android Sandboxing OS
• Full forensic report for each Malicious file including File Information, Malware Coverage
status, Session information, Dynamic analysis, and Behaviour Summary
• Ability to report Incorrect verdicts
• Dynamic Analysis should include but not limited to: changes made to hosts, suspicious
network traffic, anti-analysis detection plus more potentially malicious behaviours
• The solution performs code analysis to detect VM or Sandbox evasion techniques.
• The solution shall provide PCAP file of the network activity of the Malware in the
Sandbox.
• The proposed solution shall allow download of the Malicious file Sample.
• Drive-by Download Detection & Protection

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 148

• The solution shall provide to verify and compare with other popular or common Anti-
Virus vendors whether they have detected the Malware.
• The solution shall have a security feeds back to the NGFW firewalls to share newly
created protection signatures upon confirming the file being malicious
• The solution should create locally these protection signatures
– Antivirus signatures prevent malware downloads
– DNS signatures block command-and-control traffic
– URL malware category blocks command-and-control traffic
User Identification:
Should support the following authentication services for user-identification:
− Active Directory
− Exchange
− LDAP
− E Directory
− Radius
− Kerberos
− Client Certificate
− Captive Portal
− Sys-log Receiver to support 3rd party NAC, Proxy and Wireless solutions
− REST API to support 3rd party NAC, Proxy and Wireless solutions
− Terminal Server
− Supports the creation of security policy based on Active Directory Users and
Groups in addition to source/destination IP
− Users from Citrix and terminal services environments should be supported in
policy and logs
− Populate all logs with user identity (traffic, IPS, URL, data, etc.)
− Logged user-identification correlated in real-time
Should support REST XML API that would allow the firewall to be integrated with any known
NAC, and WLAN controllers for user identification
Ability to create custom ldap group based on specific filters (i.e. user age, OU…)
Should support built in sys=log server for collecting user identification logs from unix, and any
network controller (WLAN, NAC) for user identification
16.16.3 URL Filtering:
Support of URL-Filtering on the NGFW
Customizable allow and block lists
Customizable block page & coaching pages
Custom categories
Supports block and continue (i.e. allowing a user to access a web-site which potentially violates
policy by presenting them a block page with a warning with a continue option allowing them to
proceed for a certain time). Also supports override option to allow the user to provide a
password to continue.
The proposed NGFW platform must support the following techniques to protect against
Credential Theft Attacks:
Identify the phishing websites that used for credential theft.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 149

Configure security profile to detect corporate credential submissions to websites that are allowed
by the corporate.
Configure Multi-Factor Authentication (MFA) to ensure that each user responds to multiple
authentication challenges of different types (factors) when accessing highly sensitive services and
applications
16.16.4 Networking
Tap/mirror, V-wire Layer1, Layer 2, and Layer3 (should be supported in the same virtual system
at the same time)
Can be deployed as virtual wire (Layer 1 with no change to MAC nor Ip addresses). Bump in the
wire technology
802.1Q VLAN tagging (Layer 2, Layer 3)
Network address translation (NAT)
DHCP server/ DHCP relay
RIPv2, OSPFv2, OSPFv3 and BGP
Bidirectional Forwarding Detection (BFD).
Policy based routing
Policy based routing with application as matching criteria
16.16.5 High Availability (HA)
The proposed firewalls overall solution shall be available in High Availability Configuration
The proposed firewalls solution shall support active/active and active/passive HA configuration
The proposed firewall solution shall be capable of detecting link and path failure in addition to
device failure
The proposed firewall solution shall be capable of supporting encryption of HA heartbeat and
control traffic
The proposed firewalls shall synchronize all sessions, decryption certificates, all VPN security
associations, all threat and application signatures, all configuration changes and Forwarding
Information Base (FIB) tables for HA
16.16.6 Policy Based Controls
The proposed firewalls shall support:
− Policy control by port and/or protocol;
− Policy control based on application or application category;
− Policy control based on user or user group;
− Policy control based on IP address;
− Policy control by country/region code;
− Policy control by url category;
− Policy control based on time and schedule basis;
− Per policy Secure Shell (SSH) decryption and inspection;
− IPv6 rules/objects; and
− Multicast rules/objects
16.16.7 Internet Protocol Version 6 (IPv6) Requirements:
Capability
− The Bidders should preferably have experience in designing and/or
implementing IPv4 and IPv6 projects.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 150

− The Bidders shall have experienced and certified personnel for the proposed
solution.
Required SFP
− 8x SFP+ transceivers.
− 16x SFP transceivers.
Required licenses
− Threat prevention License (antivirus, antimalware and IPS)
− Anti-spyware (command and control communication, Vulnerabilities scan and
scan all types of bad door communication).
− Zero day attack (optional).
16.16.8 Warranty & Support:
Proposed solution must include five (5) Years parts ,required licenses and labour warranty based
on OEM vendor provided 24x7 support contract. Proposal must include the delivery,
installation, deployment/implementation, knowledge Transfer to Miyahuna staff.
Edge Next Generation Firewall
The proposed firewalls shall be able to:

• Safely enable applications through granular use access controls and prevention of known
and unknown cyber-attacks for all users on any device across any network
• Permit or deny network transmissions based upon a set of configurable security rules
based on Layer 7 applications;
• Protect Miyahuna networks from unauthorized access whilst permitting legitimate
communications to pass through.
• The solution should be recognized in the most recent Gartner Magic Quadrant
• The proposed firewalls shall comprise of TWO (2) units of Next Generation Firewall
with threat Prevention with High Availability Redundancy
• The proposed firewalls shall comprise of TWO (2) units of Next Generation Firewall
with threat Prevention with High Availability Redundancy
Platform
The Bidders shall propose 2 Next Generation Firewalls (proposed firewalls) with a capability of
supporting:

− At least 1.9 Gigabits per second of application firewall throughput utilizing 64K HTTP
transactions.
− At least 780 Megabits per second for threat prevention protection. Utilizing 64K HTTP
transactions.
− Threat prevention should include the following features:
− The NGFW firewalls shall support at least 190,000 concurrent sessions and at least 9,500
new sessions per second.
− The NGFW firewalls shall deliver a predictable steady threat prevention performance of
780 Mbps with single-pass processing when all of IPS, Antivirus, Anti-spyware, File
Blocking, CnC, DNS filtering and Advanced Malware Protection services are enabled
with real traffic pattern based on 64k http requests.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 151

− The NGFW should support Threat prevention and content inspection over clear-text
tunnel protocols:
− GRE up-to 2 levels,
− GTP-U,
− Unencrypted IPSEC: ESP-null, or AH.
− The NGFW should be built on positive security model basis to white list applications
rather than blacklisting
− Simplify policy management. Restore visibility and control with easy-to-use graphical
tools and a policy editor that ties applications, users, and content together in a unified
manner.
− The NGFW must have separate management (control) plane and data processing plane
to avoid any disruption to traffic processing while managing the box, generating logs
&reports or committing configuration changes
− The NGFW should have single management interface to manage application security
policies, security services (Profiles), and device and network settings. No dedicated
management appliance is required
− The NGFW should have on-box reporting and logging facility. The solution should not
consider external reporting/log analyzer engine
− Platform should be optimized for layer 7 application level content processing
− The NGFW should have on-box 240 GB SSD system drive and a Hard disk
− The NGFW should have a redundant Power supply.
− Unlimited Concurrent User License
− Application Detection, and application match should be done as the main policy match
criteria not with an add on profile or blade
− Possibility to support internally developed applications with an on-box application
customization tool.
− Application customization tool should be able to build application signatures based on
context including but not limited to: DNS request/response, email headers, file body for
any type, FTP request parameters, FTP response message, HTTP request headers,
HTTP request body message, HTTP request MIME data, HTTP request parameters,
HTTP request URI path, HTTP response header and body, IMAP request parameters,
IRC request parameters and prefixes, JPEG file data, ms-ds-smb request share-name,
msrpc request bind-data, mssql-db request body, oracle request data-text, rtmp request
message-body, rtsp request headers, rtsp request uri-path, smtp request argument, smtp
response content, ssh request banner, ssh response banner, ssl request certificate, ssl
request client-hello, ssl request random-bytes, ssl response cert-subject publickey, ssl
response certificate, ssl response server-hello, telnet request client-data, telnet response
server-data, unknown request tcp-payload, unknown request udp-payload, unknown
response tcp-payload, unknown response udp-payload, pe body-data, pe dos-headers, pe
file-header, pe optional-header and pe section-header
− IPS, Antivirus and Anti-Spyware scanning with single stream scanning with 6M+
signature applied at the same time
− Anti-Virus should not reduce the IPS inspection throughput and should be able to give
full threat prevention capabilities with single pass parallel processing
− Anti-Spyware should not reduce the IPS inspection throughput and should be able to
give full threat prevention capabilities with single pass parallel processing

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 152

− The proposed NGFW platform must support the following techniques to protect against
Credential Theft Attacks:
− Identify the phishing websites that used for credential theft.
− Configure security profile to detect corporate credential submissions to websites that are
allowed by the corporate.
− Configure Multi-Factor Authentication (MFA) to ensure that each user responds to
multiple authentication challenges of different types (factors) when accessing highly
sensitive services and applications
− Support IPSec VPN, and dynamic site to site VPN support with LSVPN
− The NGFW shall support 2,000 site to site IPSEC VPN peers and up to 1000 Client SSL
VPN.
− The NGFW shall support 500 Mbps of IPSEC VPN throughput
− The NGFW shall support 200 Clientless SSL VPN
− The NGFW shall be able to create 1,500 security policies.
− High Availability, Active / Active with Asymmetrical Routing support, and
Active/Passive
− The NGFW should have the capability to be virtualized Up to 6 Virtual Systems. Each
virtual system should support with full security features and interface combinations (L2,
L3, Tap, and Virtual wire (L1) interface configurations in the same virtual system)
− Each Virtual System can mix different operation modes (TAP, L1, L2 and L3)
− The NGFW platform shall support multiple virtual routers to run different set of routing
protocols (Interfaces can be bound to different virtual routers)
− The NGFW should have QoS (marking and/or traffic shaping) for 8 classes at the same
time
− The NGFW should have on-box SSL Decryption for all application traffic, and ability to
block any unknown encryption standard
− The NGFW should have SSH Decryption for all application traffic, and ability to block
any unknown encryption standard
− Ability to block any detected unknown application
− Supports multiple logically separate virtual systems / contexts on a physical firewall
− Identify users, not just IP addresses. Leverage information stored in Active Directory for
visibility, policy creation, reporting, and forensic investigation.
− Inspect content in real-time. Protect the network against attacks and malware embedded
in application traffic at low-latency, high throughput speeds. All signatures over 6 Million
plus applied at the same time
− The proposed firewalls shall be able to protect a minimum of 40 security zone segments.
− The proposed firewall shall come with:
• Data I/O Interfaces:
a) FOUR (4) 10/100/1000 Cu UTP
b) Four (4) Gig SFP
c) Four (4) Gig SFP/SFP+ 1/10G ports
• Management I/O Interfaces:
a) One (1) 10/100/1000 Out-of-Band Management
b) One (1) RJ45 Console Port
• Should have 2 x 1Gbps dedicated High Availability interfaces.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 153

• The proposed firewalls must allow policy rule creation for application identification, user
identification, threat prevention, Uniform Resource Locator (URL) filtering, traffic
management Quality of Service (QoS) per policy and scheduling in a single unified rule
and not in multiple data-entry locations in the management console.
• The firewall policy engine should take decision based on different matching parameters
not based on layer4 parameters. It should be based on applications, URL categories,
device state/posture, IP addresses, security zones, username/group(s)
• The proposed firewalls shall have the hardened Operating System (OS) and built as a
firewall appliance (i.e. not on generic server hardware) and shall handle traffic in a single
pass stream-based manner with all features turned on. It shall be optimized for layer 7
application level content processing and have special purpose-built hardware (FPGA) to
handle signature matching and processing in a single pass parallel processing
architecture. It should not be running a sequential processing engine architecture
• The proposed firewalls shall be administered locally on the appliance without additional
management or logging software.
Required SFP
• 8x SFP transceivers.
Required licenses
• Threat prevention License (antivirus, antimalware and IPS)
• Anti-spyware (command and control communication, Vulnerabilities scan and scan all
types of bad door communication).
• Zero day attack (sandboxing technology service).
• URL.
Operation Mode
• The proposed firewalls shall support policy based Network Address Translation (NAT)
and Port Address Translation (PAT) and able to operate in routing/NAT mode.
• The proposed firewalls shall support Denial of Service (DoS) and fragmented packet
Transmission Control Protocol (TCP) reassembly, brute force attack, “SYN cookie”, “IP
spoofing” and malformed packet protection.
• The proposed firewalls shall support L3, L2 transparent, virtual wire L1 and Tap/mirror
within the appliance.
• The proposed firewalls shall support 802.1Q Virtual Local Area Networks (VLANs)
tagging (in tap, transparent, layer 2 and layer 3).
• The proposed firewalls shall support dual IPv4 and IPv6 stacks application control and
threat inspection support in Tap/mirror, transparent mode, layer 2 and layer 3.
• The proposed firewalls shall support standards based link aggregation (IEEE 802.3ad) to
achieve higher bandwidth.
• The proposed firewalls shall support logical Ethernet sub-interfaces tagged and
untagged.
• The proposed firewalls shall support static, Routing Information Protocol version 2
(RIPv2), Open Shortest Path First (OSPF) and Border Gateway Protocol version 4
(BGPv4) routing protocols. The proposed firewall should also support Bidirectional
Forwarding Detection (BFD)
• The proposed firewalls shall support policy based forwarding based on zone, source or
destination address, source or destination port, application and Active Directory (AD)/

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 154

Lightweight Directory Access Protocol (LDAP) Remote Authentication Dial In User


Service (RADIUS) user or user groups.
• Should support network traffic classification which identifies applications across all ports
irrespective of port/protocol/evasive tactic
• Should support network traffic classification which identifies applications across all ports
irrespective of port/protocol/evasive tactic
• The proposed firewalls shall support Domain Name System (DNS) proxy and Dynamic
Host Configuration Protocol for IPv6 (DHCPv6) relay
• The proposed firewalls shall support IPv6 routing for virtual routers.
• QoS Policy-based traffic shaping (priority, guaranteed, maximum)
• QoS Policy-based diffserv marking
• QoS Policy-based on application category, url-category, source/destination IP address,
countries, users/groups or any combination of them.
• The proposed firewalls shall support in-box logging and reporting mechanism to
generate comprehensive reports like “but not limited to” (User Activity Reports, Top
Applications, Top Attackers, Top victims, possible bots in network, Applications
running in port 80, Threats discovered on application context…)
• The proposed firewall shall store reports on HDD and have the ability to schedule PDF
report generation and send it over email
• Should Integrate user-identification allowing Active Directory groups, and specific users
to access a particular application, while denying others
• Should Integrate user-identification allowing RADIUS groups, or users to access a
particular application, while denying others
• Should support XML API that would allow the firewall to be integrated with any known
NAC, and WLAN controllers for user identification
• Should support Syslog Receiver feature that would allow the firewall to be integrated
with any known Authentication system, NAC, and WLAN controllers for user
identification (SSO)
• Firewall should support Voice based protocols (H.323, SIP, SCCP, MGCP etc.)
• Should identify at least 2250+ commercial applications
• The firewall should be capable of identifying and optionally preventing the transfer of
various files (i.e. MS Office, PDF, etc.) via identified applications (i.e. P2P, IM, SMB,
etc.)
• Supports block and continue (i.e. allowing a user to access a web-site which potentially
violates policy by presenting them a block page with a warning with a continue option
allowing them to proceed for a certain time)
• Tap/mirror, V-wire Layer1, Layer 2, and Layer3 (should be supported in the same virtual
system at the same time)
• The firewall should take decision based on different matching parameters not based on
layer4 parameters. It should be based on applications, URL categories, IP addresses,
security zones, username/group(s)
• Policies based on L7 Application and port-and-protocol as the match criteria (application
decision should not be done separately in add –on scanning profile or blade)
• Policy-based control by URL category - as a policy matching criteria
• Policy-based control by user, group or IP address (user control should be flexible to
support a single user not only AD groups)

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 155

• Block files by type: PE, bat, cab, dll, exe, pdf, and reg
• Data filtering: Social Security Numbers, Credit Card Numbers any regex pattern
• Data filtering: Custom Data Patterns can be defined and matched on top of allowed
applications content
• Support Geographical Location policy in a security rule, where connections going to a
country or countries can be blocked
• Policy support of IPv6 rules/objects, multicast rules/objects, scheduled time of day
enablement
• Should support XML API that would allow the firewall to be integrated with any known
NAC, and WLAN controllers for user identification
• Dynamically updating the Address Groups/Objects used in the firewall security policies
by integrating the firewall with a 3rd party solution like VMware Vcenter (for example:
provisioning a new SQL server in VMware will trigger the Vcenter to contact the firewall
which result in updating the "SQL servers address group" in the firewall with the new
SQL server IP address)
• Should Integrate user-identification allowing RADIUS groups, or users to access a
particular application, while denying others
• The NGFW shall be able to integrate with dynamic black list and IP reputation services
to provide a proactive control on incoming connections coming from bad IPs and
domains
Threat Prevention
• Block viruses, spyware, malware and network worms and vulnerability exploits
• File blocking by type and application
• Data Leakage Prevention (scan for keywords and credit card numbers)
• Anonymous Botnet Detection
• Blocks application vulnerabilities
• Block known network and application-layer vulnerability exploits
• Block buffer overflow attacks
• Block DoS/DDoS attacks
• Supports attack recognition for IPv6 & IPv4
• Stream-based protection and scanning for Anti-Virus & Antispyware
• Built‐in Signature and Anomaly based IPS engine
• Ability to create custom user-defined signatures
• Deliver a predictable Threat Prevention Throughout of at least 780Mbps
• Supports CVE‐cross referencing where applicable
• Supports automatic security updates directly over a secure connection (i.e. no
dependency of any intermediate device)
• All Threats should be part of application context
• The platform should be capable to enforce various threat prevention profiles on
different applications running on same L4 session
Antivirus/Anti-Spyware:
• Per-application scanning options – Anti Spyware
• Per-category scanning options
• Phone-home detection/blocking
• Malware site blocking

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 156

• DNS-based botnet signatures


• DNS Sink holing for malicious domains
• Per-application antivirus scanning options
• DNS protection signatures to stop CnC communications to possible malicious domains
Data Filtering:
• Files should be identified by file extension or by signature
• The firewall should be capable of identifying and optionally preventing the transfer of
various files (i.e. MS Office, PDF, etc.) via identified applications (i.e. P2P, IM, SMB,
etc.)
• Compressed information stored in zipped files should be able to be unpacked and
filtered per policy
• The firewall should be capable of identifying and optionally preventing the transfer of
files containing sensitive information (i.e. credit card numbers) via regular expression
• Should not have any file size limitation in checking content for keywords
• The platform should be capable to enforce file blocking on different applications
running on same L4 session
• Control Drive-By Download (Files which are downloaded/transferred via web
applications without knowledge of the user - it might have a malicious content that can
exploits end-user’s workstation)
Advanced Persistent Threats Analysis & Protection:
• Advanced Persistent threats (APT) solution shall support Analysis of files exchanged
over Web, Email and file sharing traffic using a single network enforcement point
through NGFW.
• The firewalls shall support True in-line blocking of exploitive and malicious files, as well
as command-and-control traffic across all applications with no restriction.
• The solution shall Identify unknown malware and zero-day exploits using advanced static
and dynamic analysis techniques
• The solution shall combine the complete visibility and control over known threats and
applications with dynamic analysis of unknown threats to ensure accurate, safe and
scalable malware analysis
• Enabling Advanced Malware Protection on NGFW firewall should not degrade
performance. it should remain steady at least 780Mbps
• Being able to decrypt SSL based applications to prevent tunnelled attacks and encrypted
command and controls (c&c).
• The solution shall support file identification by signature and not file extensions.
• Analysis of files transferred within the web traffic, email protocols (SMTP, IMAP, POP)
and FTP, regardless of ports or encryption.
• Analysis of files transferred within SSL encrypted traffic (irrelevant to the TCP port
number)
• File Analysis using multiple versions of the same application at the same time (like
analyzing a pdf file on Adobe reader version 10 and 11 at the same time)
• Ability to decide which files to be sandboxed/analyzed based on the application
transferring the file, User/IP address, file direction like downloading/uploading, file
Type, file location (country), and URL Website Category.
• Manual file submission support
• File Analysis verdict outcome to specify if the file is Benign, Malicious or Grey ware

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 157

• XML-API support for integrating the sandboxing technology with Third Party file
submitters like End Point solutions, and Email Gateways
• The solution shall support analysis for Windows Executables (EXE, DLL, SCR…etc.),
Java (Jar, applets and class), PDF, Adobe Flash (.swf and .swc), MS-office Documents
(Word, Excel and Power Point), Android APK, MAC-OS executables (mach-o, dmg,
and pkg)
• Analyze embedded Objects like JavaScript, Flash, and images
• Analyze Compressed files like .tar, Zip, Gzip, and .tgz
• Analysis of embedded links within emails
• Analysis of embedded links within emails
• The solution shall not analyze files that have already been submitted previously. It will
indicate that the file is identical and has been submitted earlier.
• The solution is able to provide detection for unknown Malware by using custom built
sandboxing technology with a simultaneous execution on multiple Operating Systems.
• The sandboxing solution shall analyze these files using at least Windows XP, Windows 7
(32 and 64bit), MAC-OS, and Android Sandboxing OS
• Full forensic report for each Malicious file including File Information, Malware Coverage
status, Session information, Dynamic analysis, and Behaviour Summary
• Ability to report Incorrect verdicts
• Dynamic Analysis should include but not limited to: changes made to hosts, suspicious
network traffic, anti-analysis detection plus more potentially malicious behaviours
• The solution performs code analysis to detect VM or Sandbox evasion techniques.
• The solution shall provide PCAP file of the network activity of the Malware in the
Sandbox.
• The proposed solution shall allow download of the Malicious file Sample.
• Drive-by Download Detection & Protection
• The solution shall provide to verify and compare with other popular or common Anti-
Virus vendors whether they have detected the Malware.
• The solution shall have a security feeds back to the NGFW firewalls to share newly
created protection signatures upon confirming the file being malicious
• The solution should create locally these protection signatures
– Antivirus signatures prevent malware downloads
– DNS signatures block command-and-control traffic
– URL malware category blocks command-and-control traffic
User Identification:
Should support the following authentication services for user-identification:
a) Active Directory
b) Exchange
c) LDAP
d) eDirectory
e) Radius
f) Kerberos
g) Client Certificate
h) Captive Portal
i) Syslog Receiver to support 3rd party NAC, Proxy and Wireless solutions
j) REST API to support 3rd party NAC, Proxy and Wireless solutions

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 158

k) Terminal Server
l) Supports the creation of security policy based on Active Directory Users and Groups in
addition to source/destination IP
m) Users from Citrix and terminal services environments should be supported in policy and logs
n) Populate all logs with user identity (traffic, IPS, URL, data, etc.)
o) Logged user-identification correlated in real-time
p) Should support REST XML API that would allow the firewall to be integrated with any
known NAC, and WLAN controllers for user identification
q) Ability to create custom ldap group based on specific filters (i.e. user age, OU…)
r) Should support built in syslog server for collecting user identification logs from unix, and any
network controller (WLAN, NAC) for user identification
URL Filtering:
• Support of URL-Filtering on the NGFW
• Customizable allow and block lists
• Customizable block page & coaching pages
• Custom categories
• Supports block and continue (i.e. allowing a user to access a web-site which potentially
violates policy by presenting them a block page with a warning with a continue option
allowing them to proceed for a certain time). Also supports override option to allow the
user to provide a password to continue.
• The proposed NGFW platform must support the following techniques to protect against
Credential Theft Attacks:
• Identify the phishing websites that used for credential theft.
• Configure security profile to detect corporate credential submissions to websites that are
allowed by the corporate.
• Configure Multi-Factor Authentication (MFA) to ensure that each user responds to
multiple authentication challenges of different types (factors) when accessing highly
sensitive services and applications
Networking
• Tap/mirror, V-wire Layer1, Layer 2, and Layer3 (should be supported in the same virtual
system at the same time)
• Can be deployed as virtual wire (Layer 1 with no change to MAC or Ip addresses). Bump
in the wire technology
• 802.1Q VLAN tagging (Layer 2, Layer 3)
• Network address translation (NAT)
• DHCP server/ DHCP relay
• RIPv2, OSPFv2, OSPFv3 and BGP
• Bidirectional Forwarding Detection (BFD).
• Policy based routing
• Policy based routing with application as matching criteria
High Availability (HA)
• The proposed firewalls overall solution shall be available in High Availability
Configuration
• The proposed firewalls solution shall support active/active and active/passive HA
configuration

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 159

• The proposed firewall solution shall be capable of detecting link and path failure in
addition to device failure
• The proposed firewall solution shall be capable of supporting encryption of HA
heartbeat and control traffic
• The proposed firewalls shall synchronize all sessions, decryption certificates, all VPN
security associations, all threat and application signatures, all configuration changes and
Forwarding Information Base (FIB) tables for HA.
Policy Based Controls
• The proposed firewalls shall support:
• Policy control by port and/or protocol;
• Policy control based on application or application category;
• Policy control based on user or user group;
• Policy control based on IP address;
• Policy control by country/region code;
• Policy control by url category;
• Policy control based on time and schedule basis;
• Per policy Secure Shell (SSH) decryption and inspection;
• IPv6 rules/objects; and
• Multicast rules/objects
Internet Protocol Version 6 (IPv6) Requirements

Capability
The Bidders should preferably have experience in designing and/or implementing IPv4 and IPv6
projects.
The Bidders shall have experienced and certified personnel for the proposed solution.
Warranty & Support:
Proposed solution must include five (5) Years parts ,required licenses and labour warranty based
on OEM vendor provided 24x7 support contract. Proposal must include the delivery,
installation, deployment/implementation, knowledge Transfer to Miyahuna staff.
SCADA Next Generation Firewall
The proposed firewalls shall comprise of:
− Three firewalls for main SCADA Aamman centre (Dabouq).
− Two for L7 firewalls.
− One remote access firewall.
− Eight firewalls for local SCADA sites
− One firewall cold spare.
− The proposed firewalls shall be able to:
• Safely enable applications through granular use access controls and prevention of known
and unknown cyber-attacks for all users on any device across any network
• Permit or deny network transmissions based upon a set of configurable security rules
based on Layer 7 applications;
• Protect Miyahuna networks from unauthorized access whilst permitting legitimate
communications to pass through.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 160

• The solution should be recognized in the most recent Gartner Magic Quadrant
challengers or leaders for Enterprise Firewalls
Required licenses:
− Main SCADA Amman Centre (Dabouq)/L7 firewalls:
− Threat prevention License (antivirus, antimalware and IPS).
− Anti-spyware (command and control communication, Vulnerabilities scan and scan all
types of bad door communication).
− Zero day attack (sandboxing technology service).
− Main SCADA Amman Centre (Dabouq)/remote access firewall:
− Remote SSL VPN with NAC control (L7 policy) for 30 users.

Local SCADA Firewalls:


− Threat prevention License (antivirus, antimalware and IPS).
− Anti-spyware (command and control communication, Vulnerabilities scan and scan all
types of bad door communication).
Features Compliance
Table 12:
Compliance
Description
(yes/no)

Next Generation Firewall Capacity

Firewall Throughput 400Mbps – Application Control


Firewall Throughput 150Mbps of combined throughput when enabling all the
following NGFW features together: Application control + IPS + Anti-Virus (or
Anti-Malware Protection) + CnS + DNS filtering + and File Blocking (or DLP)
Throughput numbers must be based on real-world deployment scenario
Number of concurrent session 64,000 session
Number of new session per second 4,000
Interfaces capacity:
Data I/O Interfaces:
Eight (8) 10/100/1000
Management I/O Interfaces:
One (1) 10/100/1000 Out-of-Band Management
One (1) RJ45 Console Port
One (1) USB Port
Supports Site-to-Site VPN
All Licences for Application Control, Anti-Virus (Anti-Malware), IPS, File Blocking
(DLP)
Controlling application categories (i.e. P2P, Proxy Avoidance, Video…)
Application specific ICS control:
• Modbus

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 161

Compliance
Description
(yes/no)

• CIP EtherNet IP
• DNP3
• IEC 60870-5-104
• ICCP (IEC 60870-6 / TASE.2)
• Synchrophasor
(IEEEC.37.118)
• Elcom 90
• DLMS / COSEM / IEC 62056
• RTCM (GPS/IP)
• Foundation Fieldbus
• OPC UA
• OSIsoft PI Systems
• BACnet
• GE iFIX
• GE EGD
• ABB Network Manager
• Siemens S7
• Siemens Profinet IO
• Siemens FactoryLink
• Schneider OaSys
• Schneider Wonderware SuiteLink
• Rockwell FactoryTalk
• Honeywell Matrikon OPC Tunneller
• Cygnet SCADA
• MQTT
• r-goose
• GE-Historian
• Fanuc-focas
• Fisher-ROC
Support IPSec termination/initiation
Routing (BGP, OSPFv2, OSPFv3, RIP, Static, Multicast)
IPv6 dual stack support
NAT (Static, DIPP, Source, and Destination)
Policy Based Forwarding (Based on src, dst, app, URL..)
QoS (Marking and Traffic Shaping) based on application
Ability to control traffic from/to countries (Geo-location control)

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 162

Compliance
Description
(yes/no)

Support LACP
Must have separate management system with dedicated CPU, memory and disk
(must not share with the data plane)
Must be able to deploy a single device in multiple network deployment modes
simultaneously including Layer 1, Layer 2, Layer 3 and passive transparent.
Must be able to perform SSL decryption inbound and outbound for threat
inspection without additional device
Must be able to selectively identify which SSL traffic is decrypted to address privacy
concerns
Solution should be leader in the most recent Gartner Enterprise Next generation
Firewall
Blocks application vulnerabilities on all NGFW models
Blocks spyware and malware on all NGFW models
Block known network and application-layer vulnerability exploits
Block buffer overflow attacks
Block DoS/DDoS attacks
Anti-Virus must be based on vendor recommendation for best security
Block Malicious DNS request
Must Support File Blocking or DLP
Anti Botnet
Must be able to analyse JAR, SWF, APK, EXE, PDF, DLL and standard office
document files for zero-day threats
Must be able to deny unknown traffic

The solution must permit the operator to create custom application signatures.

Protect against user credential theft via a firewall policy


Command-and-control (C2) protection
Integrate with MS AD, LDAP, RADIUS, and client certification
Supports the creation of security policy based on Active Directory Users and Groups
in addition to source/destination IP
Captive Portal for unauthenticated users
Syslog receiver to read username from any syslog message
Must be able to map users to IP addresses by Captive Portal, Manual, Active
Directory, Microsoft Exchange and Syslog information stores
Receive syslog message from in at least 10 formats
Dual Power Supply
Support Active-Active and Active-Passive deployment
Link and Path failure monitoring to trigger fail-over

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 163

Compliance
Description
(yes/no)

Separate Management Plane vs. Control plane


Device management via SSL, SSH, http, and telnet
Support API
SysLog, SNMP, and Netflow
Integrates with third-party SIEM vendors
(Ability to customize syslog message)
Integrated Log analysis of all information at one view (Applications, Users, Src/Dst
IP’s , Threat, Country..)
Solution must have on-box reporting and logging

Warranty & Support:


Proposed solution must include five (5) Years parts, required licenses and labour warranty based
on OEM vendor provided 24x7 support contract. Proposal must include the delivery,
installation, deployment/implementation, knowledge Transfer to Miyahuna staff.
16.16.9 Centralized Security Management System
Central Management
The proposed firewall solution shall support a centralized management server for enterprise
management of the firewall devices and have feature parity from the management GUI.
The management server shall manage the network security with a single security rule base for
firewall, threat prevention, URL filtering, application awareness, user identification, sandboxing,
file blocking and data filtering.
The management server shall control the proposed firewalls from same vendor as well as future
private and public cloud virtual firewall deployments, all from one single console.
The management server shall provide the ability to generate and deploy numerous policies to
multiple firewalls through intuitive policy management user interface.
The management server shall deploy policies centrally to be used in conjunction with regional or
functional policies.
The management server shall Group devices into logical, hierarchical device groups.
− The management server shall utilize template stacks for easy device and network
configuration.
− The management server shall Delegate appropriate levels of administrative control at the
regional level or globally with role-based management.
− The management server shall easily import existing device configurations.
− The management server should run the same proprietary operating system as the
firewalls being managed
16.16.10 Reporting
− The proposed reporting management system shall be capable of allowing updating of the
latest signatures update manually or automatically. Rich reports shall be generated based
on application, users and threats or in any combination.
− The proposed reporting management system shall Centrally analyze, investigate and
report network traffic, security incidents and administrative modifications

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 164

− The proposed reporting management system shall support report generation on a


manual ad-hoc or schedule (daily, weekly, monthly etc.) basis.
− Through the proposed reporting management system GUI, Administrators should be
able to view a highly customizable graphical summary of applications, users, content and
security threats
− The proposed reporting management system shall generate actionable, customizable
reports to view application and threat traffic, SaaS usage, and user behaviour across the
firewalls’ configuration
− The proposed reporting management system shall automatically correlate indicators of
threats for improved visibility and confirmation of compromised hosts across the
network.
− The proposed reporting management system shall support custom tabs should be
created, to include widgets to drill down into the information that is most important to
the administrator.
− The proposed reporting management system shall have URL categories and threats to
provide a complete and well-rounded picture of network activity
− A SaaS usage and threat report provides detailed visibility into all SaaS activity on the
firewalls, and related threats.
− The proposed reporting management system shall identify compromised hosts and
surfaces correlated malicious behaviour Logging
− The proposed reporting management system should pull in logs from firewalls, both
physical as well as virtual, and from an advanced endpoint protection solution as well.
− The logs from the management server shall allow for archiving and backup of
configurations and historical logs to tapes or similar devices.
16.16.11 Others
− The management server/hardware should have the flexibility to run on hyper-v, if not
the bidder should provide appropriate hardware includes required license.
− The management server/hardware should be running in High Availability;
Active/Standby.
− The management server/hardware should have the capability to attach local or cloud
base storage up to 8Tbps
− License to manage and report at least 25 devices.
16.16.12 Warranty & Support:
Proposed solution must include five (5) Years parts, required licenses and labour warranty based
on OEM vendor provided 24x7 support contract. Proposal must include the delivery,
installation, deployment/implementation, knowledge Transfer to Miyahuna staff.
16.16.13 End Points Protection
The proposed Advanced Endpoint Solution shall be able to:
− Prevent all exploits, including those utilizing unknown Zero-Day vulnerabilities;
− Prevent all malicious executable, without requiring any prior knowledge;
− Provide detailed forensics against prevented attacks on the endpoint;
− Be effective in preventing Exploits and Malwares without connectivity or updates from
Management Server(s) and/or cloud-based resources.
− Be able to expand the existing advanced endpoint solution implemented.
The Bidders shall propose the following for implementation in Miyahuna environment:

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 165

− Advanced Endpoint Protection (800 Workstations, 100 Servers)


− Refer to subsequent paragraphs for detailed requirements.
− Advanced Endpoint Protection Functional Requirements
16.16.14 Endpoint
The Bidders shall propose solution supporting at least 800 Advance Endpoint Solution for
endpoints and 100 Advance Endpoint Solution for Servers.
The proposed solution shall replace and/or co-exist with the existing endpoint security solution
(i.e. Anti-Virus, Host-based Intrusion Prevention Systems, Software Delivery, etc.) in the
MIYAHUNA environment in terms of threat and malware prevention.
16.16.15 Management
The proposed solution shall be managed from Web-based Graphical User Interface (GUI).
The proposed solution shall have 3-tier management architecture that consists of Console,
Management and Database. The solution shall provide option for installing all three components
into single hardware or distributed deployments.
The proposed solution might be able to install multiple management servers for distributed
deployments and still be managed by a single web console.
The proposed the solution is able to export its logs out in syslog format to any log management
solution.
The proposed solution shall be able to be deployed in virtual environment (ie. Hyper-v).
16.16.16 Exploit Prevention
The proposed solution shall support process protection and applications with the capability to
add applications to that list.
The proposed solution shall provide a function to specifically perform monitoring or learning of
the MIYAHUNA environment (i.e. processes and applications installed and running on the end-
points).
The proposed solution shall be able to provide real-time prevention against exploits of any
application vulnerabilities by blocking exploit techniques not limited to Software Logic Flaws,
Memory Corruptions, DLL Hijacking, etc.
The proposed solution shall be able to prevent zero-day or undiscovered exploits of any
application vulnerabilities by blocking exploits techniques.
The proposed solution should provide the capability to perform exploit monitoring and
prevention based on a number of exploit techniques without requiring a connection to the
Management Server and/or Cloud Service and without relying on signatures (offline Exploit
protection)
Once the proposed solution prevent or block an exploit technique, it shall freeze the process,
collect forensic information (not limited to process name, file source and path, time stamp,
memory dump, OS version, User ID, vulnerable application version, etc.) and terminate only this
particular process.
The proposed solution shall utilize exploit technique modules to prevent or block. It shall not be
based on signatures, reputation and heuristics of file. The exploit technique modules can be
applied to known and popular applications as well as authorized unknown or in-house developed
applications.
The proposed solution shall update the exploit technique modules not more than once in SIX (6)
months, as to minimize administrative and operational overheads when downloading the updates.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 166

The proposed solution shall be able to simultaneously protect all applications and processes
against exploit techniques.
The proposed solution shall be able to create exclusion rules to exclude specific endpoints for
specific processes from the security threat event log from the proposed solution management
console.
The proposed solution should have an application protection module which protects Microsoft
Internet Explorer and Edge browsers from an exploit kit activity known as fingerprinting.
The proposed solution should protect from Kernel privilege escalation which is designed to
prevent exploits of the operating system kernel. This protection module should be able to
prevent an attacker from using the privilege information of another process with greater
privileges to run a process with system permissions
16.16.17 Malware Prevention
The proposed solution shall support protection against the execution of malicious executables.
The proposed solution shall provide a function to specifically perform monitoring or learning of
the MIYAHUNA environment (i.e. processes and applications installed and executing on the
end-points). This is for initial deployment and the pilot phase (with test users).
The proposed solution should provide the capability to control what is allowed to be executed on
the MIYAHUNA endpoints (such as be not limited to, folder location, network location,
removable media, unsigned executables, …)
The proposed solution shall provide the capability to do control and restrict the parameters on
how executables can run (not limited to file location of execution, external media, network
location, spawning of multiple child processes, unsigned executables, etc.).
The proposed solution should prevent a process from launching a legitimate process that can be
used for malicious purposes (for example, a script engine). This technique is commonly used by
ransomware or other malware to bypass traditional security approaches. For increased flexibility,
you should be able to configure the module to operate in one of two ways: Use a white list to
block all child processes initiated by a process except for those specified in the white list, or, use a
blacklist to allow a process to run all child processes except for those specified in the blacklist.
The proposed solution shall be able to prevent the execution of malware by using malware
modules to target common process behaviours triggered by malware.
The proposed solution shall provide the capability to configure global white lists to allow certain
executable files to be run within a certain scenario within the Miyahuna.
16.16.18 Unknown Malware Analysis
The proposed solution shall have the option to integrate with the Miyahuna cloud-based
Advanced Persistent Threat (APT) solution. Conversely, the proposed solution is still able to
provide effective prevention against Malware and Exploits even if it’s not connected to the
cloud-based APT solution or if the management policy to query the hash value is disabled.
The proposed solution shall have the capability to query the cloud-based APT solution or
intelligence for hash values to verify whether it is malicious or benign.
The proposed solution shall have the capability to submit potential malicious files to the cloud
APT solution through the endpoint management server.
The proposed solution shall have the capability to view the malware analysis report natively from
the endpoint management server.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 167

The proposed solution shall not analyze files that have already been submitted previously. It will
indicate that the file is identical and has been submitted earlier.
The proposed solution is able to provide prevention for unknown Malware by using APT
sandbox technology. Furthermore, it is able to provide verdict with full analysis report after
submission.
The proposed solution should provide the capability to manually change or override a decision
taken by the Cloud Services for a particular hash.
The proposed solution should provide the capability to prevent execution of a file when its hash
value is unknown from the vendor Cloud Services.
The proposed solution should provide the capability to prevent execution of a file when the
endpoint cannot query the Cloud Services for and the hash value is locally unknown.
The proposed solution should provide the capability to perform static analysis (machine learning)
in offline mode.
16.16.19 Reporting
The proposed solution shall have the following natively built dashboards to monitor the security
posture and status of the Miyahuna:
− Endpoint Security Manager Dashboard
− Security Event Dashboard
− Threat Details Dashboard
− Provisional Mode Details Dashboard
− Security Error Log Details Dashboard
The proposed solution shall have the following natively built dashboards to monitor the health of
the individual endpoints in the Miyahuna:
• Endpoint Health Details Dashboard
• Endpoint Status Details Dashboard
• Endpoint Rule History Dashboard
• Endpoint Security Policy Change Dashboard
• Endpoint Service Status History Dashboard
The proposed solution is able to provide a Web-based view of the threats and malware and also
provide exporting of the data logs for threats or endpoint health in CSV format.
The proposed solution should have the ability to be recognized by Windows Security centre as an
official AV software product
The proposed solution should be able to support TLS 1.2 as the preferred communication
protocol between and the management infrastructure and the agent
16.16.20 Forensics
The proposed solution shall support the collection of forensic data captured by the advanced
endpoint solution to a centralized location.
The proposed solution shall support the collection of the following forensic information for
further investigation purposes:
a) Memory Dump
b) Accessed Files
c) Loaded Modules
d) Accessed URI
e) Ancestor Processes

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 168

The proposed solution shall support the tuning of the forensic policies within the management
server to dictate the type of forensic information to collect when a threat occurs.
The proposed solution shall have the capability to view high level system information about the
endpoint after the threat has been detected and also provide the capability to retrieve the
prevention data for further analysis and investigation.
The proposed solution shall have the capability to automatically create an exclusion hash and
exclusion rule from the detected threat report to allow the process to run on a particular
endpoint.
16.16.21 Warranty & Support:
Proposed solution must include five (5) Years parts, required licenses and labour warranty based
on OEM vendor provided 24x7 support contract. Proposal must include the delivery,
installation, deployment/implementation, knowledge Transfer to Miyahuna staff.
16.16.22 Real Time End-Point Analytics solution
The End-Point Analytics platform should be easy to implement, capable of providing end-user
IT analytics across all endpoints, users, applications and network connections, all the time, in
real-time. The solution should have the following features:
− Continuous Audit of the workstations / Laptop from the end user perspective;
− Malware and non-compliant applications detection in real-time;
− Allow the research and identification of malware (e.g. Conficker);
− New applications (installed and/or executed) compliance monitoring;
− USB devices monitoring;
− Support and integration of metrics defined by the IT team;
− Mapping users/applications interaction with the internal infrastructure;
− Providing information over time of how the infrastructure is used;
− Decision support for new IT projects through metrics.
− Real-time business services monitoring and analysis.
− Build scores on endpoint performance, infrastructure health, and service quality.
The solution should be able to support 750 workstations and support future growth.
The platform should have a simple architecture, non-intrusive and capable of interacting with
third-party solutions. It is required that the monitoring is carried passively on the workstations
via DLL or driver rather than the implementation of an agent that may interfere with operations.
In order to be able to measure accurately the users and systems behaviour and define
management strategies, the solution should be able to create and visualize metrics to support
strategic decisions in the following areas:
16.16.23 Dynamic Inventory
Planning and change management in order to cause the least impact on users and workstations
and/or laptops.
− Identify which users will be affected by the migration of a particular server;
− Identify the various versions of software installed on workstations and locations.
Monitoring the usage of IT resources (licenses, bandwidth, computers not used).
− Identify and quantify the number of users of each software to optimize the management
of licenses;
− The identification must be made for all applications and not by request;

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 169

− Identify the different Operating system on the Desktops.


Monitoring the hardware and usage of physical assets
− Identify Desktop hardware specifications like CPU, Memory RAM, Disks, Computer
Model and Chassis Number;
− Real-time Monitoring of Memory RAM usage;
− Identify the number of active desktops vs. known desktops.
Application and Updates Monitoring
− Identify the number of Machines with or without Applications and Updates;
− Identify all the desktop installations and un-installations activities;
− Identify usage, distribution, load and QoS of servers responsible for software
deployment.
Import and export data to and from other applications.
− Interact, export and import data with applications from vendors such as HP, Microsoft,
IBM and others.
Performance and Availability

Permanent performance and availability visibility from the end users perspective
− Measure the average response times of applications.
− Measure the response times of servers from the end user perspective (local computer or
laptop).
− Measure the availability of servers from the end user perspective (local computer or
laptop).
− Measure the response times of applications from the end user perspective (local
computer or laptop).
− Measuring the number of connections accepted or rejected by application/server from
the end-user perspective (local computer or laptop).
Software Metering
Permanent visibility of the software licenses usage
• Identify the usage of the corporate software usage;
− Identify users with under-usage of the software licenses;
− Thresholds and alerts definition for the usage of the corporate licenses;
− Capacity to identify in detail the software used inside software packages like Microsoft
Office (e.g. user1 using only Word and Excel).
Software Migration Projects
Microsoft Windows 7 Migration
− Identify machines and categorize the readiness of desktops for the Microsoft Window 7
Migration by CPU, Memory RAM, Disk Space;
− Identify all the applications to migrate and their compatibility with the Microsoft
Windows 7.
− Follow-up on real time the Microsoft Windows 7 migrations;
− Post-Migration preventive problem identification;
Helpdesk Support
Helpdesk teams support

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 170

− Reduce the time to identify and solve problems by helpdesk teams;


− Flexible solution capable of providing support teams with 360º problem visibility;
− Automatic identification of desktops problems and Helpdesk notification;
− One solution capable of monitoring problems from desktop, users, applications and
servers.
Risk and Compliance
Validation of the application security policies and real-time detection non-compliance with these
policies.
− Monitor all executable’s used and activities carried out on systems;
− Monitor the local and network activity of all executable’s;
−Monitor applications running from unconventional locations (e.g. USB drives, temporary
folder).
Management of the Acceptable Use Policies Compliance
− Identify and quantify the network traffic to the internet, inbound and outbound;
− Identifying P2P applications and other non-allowed software;
− Identify the applications that access the Internet.
Define and evaluate the compliance of users and desktops
Monitor all the software active on workstations and laptops;
− Monitor systems that are not running security software;
− Monitor systems that are running unauthorized software (e.g. mobile 3G USB);
− Monitor systems that are not using the corporate proxy and/or using direct connections
to the internet.
Audit and control the usage of system, network and local accounts
− Automatically identify local users;
− Automatically identify domain users;
− Automatically identify system users.
− Access to information and access control.
− Portal for technical and non-technical users;
− Web Portal customization;
− Granular access control;
− Security measures to ensure the privacy of the collected information.
Reporting & Alerts capabilities:
− The solution has to have the capability to generate and send reports for any chosen
subject and investigation object. These reports have to configurable by users.
− Automatic Alerts by email or SMS: The solution has to have the capability to send an
alert by Email and SMS. The alert has to be configurable by users, the subject and the
text should be configurable
− Reports and Alert Customization: Reports and alerts have to be customizable easily by
user in terms of content and format
− Dashboard and metrics: The solution has to have a web portal with customizable
dashboards and metrics that are refreshed automatically.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 171

16.16.24 Warranty & Support:


Proposed solution must include five (5) Years parts, required licenses and labour warranty based
on OEM vendor provided 24x7 support contract. Proposal must include the delivery,
installation, deployment/implementation, knowledge Transfer to Miyahuna staff.
16.16.25 Training:
In-depth training covering all aspects of solution features (firewalls ,end point and real time end-
point analytics), configuration, advanced configuration, management, advance management,
troubleshooting, advance troubleshooting, for three (3) Miyahuna staff at an official certified
training centre by the vendor.
16.16.25.1 Special Conditions:
− Bidders are required to provide a list of employee’s C.V's who are candidate to install
and configure all devices, the candidate must be certified by the provided vendor. Two
certified employee’s is a must.
− The bidder must be an authorized partner of the mother company (vendor) he
represents; original authorization letter from the Mother Company must be provided.
− Bidder shall present their reference for the same delivered items in Jordan, at least three
enterprise customers.
− It will be the bidder’s responsibility and on his own expenses to understand the site
nature and environment and all requirement that are related to the tender or that may
influence it's pricing.
− The Bidder should comply with above requirements and show the reference of each
point in the proposal, where any proposal does not include the compliance sheet will be
discarded.
− Design and implementation for pilot project: Main SCADA Amman (Dabouq) and one
Local SCADA is required from the vendor.
− Health check and post full implementation is required from the vendor.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 172

TABLE OF CONTENTS

TABLE OF CONTENTS ................................................................................................ 172

1. General requierments ............................................................................................... 173


1.1 Drawings, Reports, ANDSOFTWARES ......................................................................... 173
1.2 Training of Engineer’s Personnel ...................................................................................... 174
1.3 Structural Design requirements .......................................................................................... 178
1.3.1 Structural Methodology .................................................................................................. 178
1.4 Valves Requirements............................................................................................................ 179
1.4.1 Valves General Requirements ....................................................................................... 179

2. Contractor Scope of Works For Proposed SCADA System ...................................... 180

3. Annex 1 ..................................................................................................................... 187

4. Annex 2 ............................................................................. Error! Bookmark not defined.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 173

17. GENERAL REQUIERMENTS

17.1 DRAWINGS, REPORTS, ANDSOFTWARES


A. Contractor's Design Report and Drawings: The Contractor shall prepare and submit
detailed design report and all civil, mechanical, and electrical drawings for all required works
.These drawings shall include but not limited to the following:

o Civil Drawings
i. Manhole plans, details, and sections.
ii. Trenches details
iii. Any other drawings suggested by the Contractor or requested by the Engineer.
o Electrical / Mechanical Drawings
i. Electrical / Mechanical legend and abbreviations.
ii. Cables routing site layout.
iii. Instrumentation devices installation details
iv. Existing power layout of the existing buildings.
v. Modified power layout for the existing building.
vi. Existing / replaced electrical panels layout inside electric rooms.
vii. New electrical panels layout inside electric rooms.
viii. MCC panels details
ix. Power single line diagrams.
x. P&IDs.
xi. PLC/RTU Single line diagram and I/Os schedules.
xii. Electrical details for trenches and manholes.
xiii. Details of TIER I & TIER II SCADA system including equipment furniture and
wiring connection.
xiv. Chambers plans and sections (If any). The chamber plan shall show valve installation,
support, puddle flange, manufacturer requirements, electrical ducts lead-in....etc.
xv. Typical installation details for Flow meter, actuator valve, valve actuator flow control
valve...etc.
xvi. Any other drawings suggested by the Contractor or requested by the Engineer.

B. Contractor's Shop Drawings: Contractor shall submit all civil, electrical / mechanical
detailed shop drawings for any required structural, electrical / mechanical works after
achieving approvals on the design drawings. Approval on the shop drawings should be
achieved.

C. Contractor's as Built Drawings: Contractor shall submit all civil, mechanical, and
electrical as Built drawings - in Auto CAD forms after finishing the execution of works.
Approvals on the as Built drawings should be achieved.

D. The accepted number of resubmitting Design, workshop and As-built drawings is


two times, any resubmission of mentioned drawings in access to two times will be at
the expense of contractor. The employer will charge the engineer expenses
accordingly.

o Software

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 174

The contractor shall submit all the software's and maintenance programs for all components
used in this project .all the software provided under this contact shall have legal and registered
licenses.

i. The contractor shall supply as a minimum 3 copies of full backup set proven
operational software , on suitable archival media (e.g. CD,DVD , ...etc) this shall
apply for all the SCADA Systems , RTUs/PLCs , HMI , and other component
requiring software programs to be installed. The contractor shall also keep himself a
full backup of all the supplied software.

ii. Free download of the update versions shall be provided during the defect liability
period for all software implemented.

17.2 TRAINING OF ENGINEER’S PERSONNEL


The Contractor shall train Miyahuna engineers/technician assigned to the job for technology
transfer. The Contractor shall train the Employer’s personnel in the operation and maintenance
of installed PLC/RTU, SCADA system, instrumentation, flow control valve, actuator, flow
meters and other installed electrical works in such a way that the staff can be entrusted with the
operation and maintenance of the systems upon the issue of the “Taking Over Certificate” by the
Engineer for a period of one month at least.

Training

A. SCADA Training

The Contractor shall provide training for the Employer's staff which shall be conducted in the
training room within the SCADA Amman building as part of the Tests on Completion. Training
shall be in all aspects of the system including the SCADA system (Mimics, Database, Reports,
Trends) communications equipment, instrumentation, RTUs and remote HMIs and any other
aspect that the Employer is required to know in order to successfully operate the complete
system. The purpose of training is to give the Employer the knowledge and experience to run the
project and this experience includes both operational experience & maintenance.
The Contractor shall present, structured training courses on site with regular full time training
instructors covering both operation and maintenance of the system equipment furnished by the
Contractor.
The same course may have to be run several times to accommodate the shift working of the
Employer’s staff. The number of courses required and the number of trainees are stated below
for each training topic. The training shall be in English unless stated otherwise below.
The Employer will send the following personnel to attend courses for each session:

(i) Operator Training Course (Three (3) courses for 10 No people in total):

Provide course covering the structure and the functions of the System components and devices.
The course shall familiarize the student with the procedures for applying the system to process
control problems and develop participant programming capability.
As a minimum, each course shall be of one week’s duration, include not less than
25 hours of tuition, and shall cover the following topics:
• Overview of Systems Functional Capabilities.
• Equipment overview including system component functions, operating principals and proper use.
• Loading and start-up of the digital system hardware components.
• Use of system commands.
• Development of programs and control schemes.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 175

• Development and use of system displays.


• Programming concepts and techniques.
• Use of bulk storage device for system backup.

(ii) Maintenance Training Course (2 courses for 6 No people in total):

Provide course covering preventive and troubleshooting maintenance for the system
components. The course shall familiarize the participant with diagnostic capabilities of the
system, both software and hardware, and also the routine maintenance procedures on the system
and the common peripheral devices.

As a minimum each course shall be of two weeks’ duration, include 50 hours of tuition, and shall
cover the following topics:
• System overview description including the power subsystems and logic components of the
processor bus.
• Description of the maintenance and troubleshooting aids of the system including software
diagnostic programs.
• Description of all bus operations.
• Description of peripheral and process interface devices.
• The use of hardware diagnostic routines, test equipment/test procedures as required to enable the
Employer's personnel to detect and isolate system faults to the circuit board or module level and
to implement repairs by replacing failed circuit boards or modules.

(iii) System Supervisory/(SCADA Software) Engineer Training (6 No Personnel):

Provide training in the use and configuration of the SCADA software. An instructor certified by
the manufacturer shall perform this training.
System supervisor/engineer training shall be completed a minimum of 30 days prior to system
start-up.
Training shall be of two weeks’ minimum duration, include 50 hours of tuition, and shall be
provided in the following subjects:
• System installation and start- up.
• System overview and capabilities.
• Database configuration.
• Graphic display configuration, including linking of data to displays.
• Historical data configuration (collection, manipulation, and display).
• Real-time and historical trending.
• Report configuration, generation, printing, and customization.
• Alarm configuration and management.
• System security.
• I/O driver use and configuration.
• System backup and recovery.
• Dynamic Data Linkage (DDL) software modules for Integration with Windows operating system
and Office Applications (DDE linking, where applicable).
• System command language.
• Troubleshooting.
• System optimization.
• System start-up and shutdown procedures.
• LAN and WAN communications, as appropriate.
• Preventive maintenance procedures.

The course shall be structured as follows:

(a) Fundamentals – 15 hours (minimum) shall be provided which shall serve as a digital control
system familiarization course for project management personnel, engineers, and key
operating/maintenance personnel. This course shall be a prerequisite for the advanced course
described below in Item b.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 176

(b) Advanced – 20 hours (minimum) digital system configuration and operating course shall be
provided. The level of training shall be sufficient to familiarize the Employers personnel with the
configuration and application of all system programs. All essential system operating procedures
shall be described as required to enable the Employer’s personnel to operate the system via the
various workstations and local control panels.

B. Field Instruments, Electrical and Control Systems Training

Instrumentation, flow control valve, actuator, flow meters and other installed electrical
components:
Provide on-site operation and maintenance training, one week minimum duration, 30 hours by
system supplier and the equipment manufacturer representatives prior to placing the equipment
in continuous operation. The services of equipment manufacturer's representatives shall be
provided for each type of instrument provided.

Training shall accomplish the following:

Provide instruction covering use and operation of the equipment to perform the intended
functions.
Provide instruction covering procedures for routine, preventive and troubleshooting maintenance
including equipment calibration.
Explain procedures for placing the equipment in and out of operation and explain necessary
actions and precautions to be taken regarding the overall plant monitoring and control system.

Training covering control equipment:

The Contractor shall provide operations training covering all system components.
The training course shall accomplish the following:

• Provide all instructions necessary to operate and utilize all system components.
• Provide all instruction necessary to monitor and control the system processes from the designated
control panel.
• Explain procedures for control of the system during scheduled or rescheduled shutdown and the
subsequent start-up.
• Provide instructions for regular caretaking operations.

C. RTU Training

Fundamentals of Programmable Controllers, a one week 30 hours (minimum) course shall


complete the objectives as follows:
Courses Objectives:
Upon completion of this course participants will have a fundamental understanding of RTUs.
Specifically, they will be able to:
• Identify the main components of programmable controller systems and describe their functions.
• Describe the flow of information through an RTU
• Navigate through the RTU software.
• Transfer monitor and run projects using an RTU
• Build a complete logic program using PLC language
• Interpret logic programs.

Topical Outline:
• Understanding programmable controller systems.
• Identifying common hardware components of processors
• Understanding I/O systems.
• Setting up communications between the processor and the I/O system

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 177

• Getting started with programming systems.


• Setting up communications between the programming system and the processor.
• Using RTU I/O addresses.
• Interpreting logic instruction

Maintenance and troubleshooting using RTU Software

Course Objectives:

Upon completion participants will have experienced and be able to perform the following:

• Make changes to RTU programs and hardware as specified by others using the function of RTU
software.
• Apply various monitoring functions of the RTU software
• Isolate and safely correct problems in RTU system.
Topical Outline:
This course shall consist of the following:
• Establish communications
• Copying, restoring and saving programs
• Modifying logic programs
• Modifying data table information
• Troubleshooting (including interpreting program logic)
Programming an RTU
Upon completion of the course participants will be able to program the RTU processor using
RTU software by performing these tasks:
• Write bit level, timer, counter element and file level instructions in logic project
• Document Projects
• Configure and print reports.
Topical Outline:
• Identifying RTU system components
• Getting started with RTU software
• Creating a new project
• Organizing the data table
• Configuring RTU communications
• Downloading, going online and saving
• Documenting and monitoring I/O
• Drafting logic using bit instructions.
• Entering, editing and verifying logic
• Selecting and programming timer instructions
• Selecting and programming counter instructions
• Determining program flow and creating subroutines
• Entering and searching for documentation
• Selecting and programming conversion instructions
• Selecting and programming compute instructions
• Selecting and programming compare instructions
• Selecting and programming data manipulation instructions
• Configuring and previewing a printout.
Services Training:
The Contractor shall arrange for his employees and those of all specialists employed on the
Contract to visit (20) selected sites to train the user in the operation and maintenance procedures
of each item of equipment installed. The following training visits shall be undertaken:
• 1 visit at completion.
• 1 return visit 30 days after the initial visit.
• 1 visit 30 days prior to the end of the Defects Liability period.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 178

At the time of the visits, the specialists shall also inspect the systems for which they are
responsible to ensure they are being operated correctly. Any reset/system adjustments shall be
recorded in a logbook to be kept on site.

17.3 STRUCTURAL DESIGN REQUIREMENTS


17.3.1 Structural Methodology
17.3.1.1 Introduction
The Contractor will be in charge of design all structural elements in the project in full compliance
with the applicable codes and standards and through adopting the most appropriate, safe and
feasible structural systems.
17.3.1.2 Design Standards
• Loading criteria and loading combinations for all structures shall conform to the Jordanian
Code for Loads and Forces and/or British Code BS 6399-1 (Loading for Buildings) unless
more severe loadings are required by the applicable building code.
• Design and placement of structural concrete shall conform to the Jordanian Code for
Reinforced Concrete (Part 1 and 2), British Code BS 8110-1, 2, 3 and/or American Concrete
Institute ACI-318.
• Design and placement of concrete for liquid containment structures shall follow the British
Code for Design of Concrete Structures for Retaining Aqueous Liquids BS 8007 and/or ACI
350.
• Design and placement of concrete for earth retaining structures shall follow the British Code
for Design of Earth Retaining Structures BS 8002: 1994
• Design, fabrication, and erection of structural steel shall follow the Jordanian Code for Steel
Structures.
• Welding procedures and qualifications for welders shall follow the recommended practices of
the American Welding Society D1.1 Structural Welding Code.
17.3.1.3 Loading
• Dead Load: represents the own weight of the structural members themselves and any
imposed loads of finishes materials.
• Live Load: represents any movable and transitory loads such as mass of people, portable
equipment and tools, planking and small equipment or parts which may be moved over or
placed on floors during maintenance operations.
• Impact Loads: represents dynamic forces created by reciprocating or rotating machines,
elevators, hoists, cranes. Impact is considered live load.
• Hydrostatic Load: represents liquids lateral pressure.
• Hydrodynamic Load: represents liquids lateral pressure under the effect of earthquake.
• Earth Pressure: represents soil lateral pressure.
17.3.1.4 Structural Materials
• Concrete: Normal weight cast-in-place concrete will be used with the following grades:
− Reinforced concrete grade 30: Minimum compressive strength for cubes not less than 30
N/mm2after 28 days. This type will be used for walls and foundation.
− Plain concrete grade 15: Minimum compressive strength for cubes not less than 15
N/mm2after 28 days. This type will be used for blinding.
• Reinforcement Steel: All reinforcing steel bars will be high tensile deformed bars grade 60,
with minimum yield strength of 420 N/mm2.
17.3.1.5 Concrete Cover
Clear concrete cover for reinforcement shall be:
• 70 mm for foundation in contact with soil, blinding

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 179

• 50 mm for concrete surface in contact with water

17.4 VALVES REQUIREMENTS


17.4.1 Valves General Requirements
The contractor must provide the following:
a) Product data sheets for model, size, pressure rating and service.
b) Complete catalogue information, descriptive literature, specifications, and identification of
materials of construction.
c) Power and control wiring diagrams, including terminals and numbers.
d) Complete motor nameplate data.
e) Sizing calculations for open-close/throttle and modulating valve actuators.
f) Detailed calculations for the flow control valve taking into consideration all flow conditions.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 180

18. CONTRACTOR SCOPE OF WORKS FOR


PROPOSED SCADA SYSTEM
The Contractor scope of work includes design, construction and commissioning of Supervisory
Control and Data Acquisition (SCADA) System for Amman and Madaba. The works include
detailed design construction and commissioning of all project’s components, in accordance with
the tender documents and all applicable codes and regulations. The scope includes works related
to all field sites mentioned on Table-1, as well as, main SCADA system (TIER I) and seven
Local-SCADA systems (TIER II). The contractor is completely responsible for the preparation
of the detailed design, construction and commissioning of all project’s components as per
technical specification, requirements and conditions, which are the minimum acceptable
requirements, the design shall show all required equipment, sizing of all devices, wiring, ducts,
trenches, manholes, camber (if any), connection between site devices and PLCs/RTUs and any
material , equipment , appliances and incidental work not specifically mentioned in tender
documents and essential to complete the objective of the project. The scope also includes supply,
executing/installing, labelling, testing, and commissioning and handover the systems/equipment
in the operational state to the client. Also the scope of works includes test reports, list of
recommended spare parts, and training of Miyahuna staff. Annex 1, show site devices schedule as
a guidance only, contractor responsibility to visit all the sites and verify all the requirements.

The contractor shall be responsible for the design, construction and commissioning of the
project including but not limited to the following tasks:

• Replace deteriorated / add new Programmable Logic Controllers (PLCs)/Remote Telemetry


Units (RTUs) as per site devices schedule.
- The PLC/RTU shall be equipped with a certain number of I/O's as detailed below to
control/monitor pumps, VFD’s, soft starters, autotransformer starter, flow meters, level
meters, pressure transmitters / switches , valve actuators , control valves , flow control valve ,
motor protection relay , chlorine analysers ...etc.
- The controller I/O points’ numbers shall be calculated in accordance with each location
components requirements with a minimum of 25% spare capacity. However, the spare analog
inputs shall not be less than 8 or 25% (whichever is higher), and 3 spare slots are required for
future installation in each PLC/RTU.

• Replace deteriorated material such as level meters, floaters, flow switches pressure switches and
measuring devices (All pump protections) . The contractor is responsible for the provision,
installation, labelling, testing and commissioning of the measuring devices including the power
and control wiring from these devices to related panels and PLC/RTU, including all civil work
such as ducts, trenches and manholes.
• Replace deteriorated electro-magnetic water flow meters in accordance with site devices schedule.
The contractor is responsible for the verification and sizing of the meter.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 181

- The works shall include construction of reinforced concrete chamber (if any), flanges,
dismantling joints, and all necessary fittings and civil works.
- The flow meter shall have monitoring display panel (FMDP) to read the water flow, and this
display shall be fixed inside the electrical room.
- The works include power and control cables through heavy duty galvanized conduits between
the flow meter inside the chamber and the MDB, PLC/RTU and the display unit inside the
electrical room.
- Contractor shall submit calculation data sheet for the flow meter guaranteeing the best
accuracy for the flow meter, the data sheet calculation for the proposed flow meter shall be
submitted for approval of the Engineer. A survey sheet including the condition and
specifications of the existing meter shall also be submitted.
- Contractor also shall submit shop drawings that fulfil all manufacturer requirements taking
into consideration the required minimum straight-pipe runs upstream and downstream.
- The contractor is responsible for any changes needed in flow meter chamber to meet the
above-mentioned requirements.
- Contractor also shall provide and install all accessories and fittings required for the installation
of the meter in accordance with the tender documents.
• Replace or Install new electrical panels, soft starter and VFD. The contractor is responsible for
the sizing and rating of the devices regardless of any sizing mentioned elsewhere in the tender
documents. Supply and Install new flow control valves at selected sites.
• Supply and Install actuator at selected sites (New).
- The contractor responsibility to inspect the selected Flow control valve, , specified the
actuator type including torque and force requires for the actuator.
- The contractor shall provide an adequate enclosure if the valve is exposed to protect actuator
from weather conditions.
- All civil & Electrical work Needed for Valve installation such as (Chambers , wiring ,….etc.)
• Connect the existing PLC in (AA2 Reservoir & intermediate, Mwaqer P.S , Yasmeen Booster ,
Shmesani P.S , Zara P.S 6 ,Dabouq new Booster ) with proposed PLC/RTU; this PLC/RTU shall
communicate with related Local SCADA and main SCADA.
• Replace and / or Install new pressure transmitters and Pressure switches on main suction and
discharge pipes.
• Replace and / or install new flow switches at suction pipes of each pump.

• Replace and / or install new hydrostatic level and electrical floaters at each reservoir.

• Replace and / or install new chlorine analysers at selected sites as per site devices schedule.
• Install new turbidity meter at selected sites as per site device schedule.
• Install operator interface (HMI) at field sites as specified below:

- The operator interface terminal shall include the display, logic communication, and power
supply.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 182

- The operator interface terminal shall be designed with interchangeability provided for models
with 15-inch display sizes (located at pumping stations sites), 12–inch display size (located at
reservoir sites) and 10.4-inch display (located at wells sites).
• Connecting I/O signals at field site with proposed PLCs/RTUs, the job includes wirings, ducts,
trenches, manholes and all required works.

• Supply and Install Pump Motor protection relay as specified and connect the signal to the
proposed PLCs/RTUs at each site.

• Supply and Install Earthing system as per BOQ for selected sites as specified to achieve an earth
resistance not more than 2 ohms. Work includes earthing rods, earthing conductors, earthing pits
and any accessories needed.
• Install PLC in Mwaqer PS to collect data from the devices and the existing Mwaqer PS PLC.
• Upgrade the newly installed autotransformer starter panels (at Madaba sites) to enable them to
communicate with the PLC.
• Remove the existing electrical panels at selected sites and replace them with VFD or Soft Starter
panels, the removed panels shall be handled to Miyahuna stores in Amman.
• Install Firewall protection system as follows:

- Two (2) (one is active and the other is standby) Data Centre Next Generation Firewalls with
Application Control, Anti-Malware Protection, IPS, and File Blocking (or DLP) as specified.
- Install Two (2) (one firewall is active and the other is redundant) Edge Next Generation
Firewalls with Application Control, Anti-Malware Protection, IPS, and File Blocking (or
DLP) as specified.
- Install twelve (12) SCADA Next Generation Firewalls with Application Control, Anti-
Malware Protection, IPS, and File Blocking (or DLP) as specified :

• Three firewalls for TIER I main SCADA Amman centre (Dabouq).


- Two for L7 firewalls one firewall is active and the other is redundant.
- One remote access firewall.
• Eight firewalls for TEIR II SCADA sites
• One firewall cold spare.

- Install Two (2) of a centralized security management system that provides global control over
a network of next-generation firewalls. Using the same graphical look and feel that individual
device management interface as specified.
- Install Advanced End Point Protection.
- Install Real Time End-Point analytics Solution.
• Install main SCADA (TIER I) at Control room/SCADA Building - Dabouq. The main SCADA
system shall include but not limited to the following:
- Main SCADA server alongside a redundant backup Server.
- One domain controller server include (asset management, dashboard)

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 183

- A SCADA Software with unlimited I/O. License shall be installed on both the main and the
backup (redundant) server.
- Four workstation PCs equipped with required software.
- Indoor LED Wall Screen (3 * 1.5 m) including mounting/hanging system, video processor
and video management and/or HDMI Matrix switcher and HDMI distributor amplifier as
needed.
- Ethernet switches (UTP and Fiber ports).
- Patch panels (both UTP and Fiber).
- Racks.

- Wooden Console suits the four workstation PC and suitable for 4 persons/operators (2
monitor screen for each workstation).
- UPS and UPS panel.
- The main SCADA (TIER I) system shall communicate with seven local SCADA (TIER II)
systems and field data interface devices via ADSL modems (Communication Channels and
service provider connection fees are included in this contract, so the contractor responsibility
to provide communication channel to connect the ADSL modems until taking over stage).
• Supply and Install new local SCADA situated at different locations to communicate (monitor and
control) with the related field data interface devices (the PLCs/RTUs) through ADSL modems, as
well as, with existing main SCADA. Each one of the Local SCADA systems shall consist of a
SCADA server and SCADA Software with a license covering the needed number of inputs and
outputs plus 25% as spare or 5000 input/output whichever is higher. Furthermore, TIER II local
SCADAs 1, 2, 3, 4, 5 , 6 and 7 ( Dabouq Booster , Dabouq reservoir , Ain Ghazal , Tadj , Abu
Alanda (AA2) , Damkhy Pump station and Madaba respectively) each TIER II Local SCADA
shall include One workstation PC (2 monitor screen for each workstation) equipped with the
required software and Two 50-inch wall mounted LED screens, as well as , Ethernet switches,
patch panels, Racks, HDMI distributor, UPS , UPS panel and any other devices that might be
required.
• 3 PCs including monitoring software, Dashboard and 50-inch wall mounted screen shall be installed
at Miyahuna head office Amman, Miyahuna office Madaba and third PC / license at WAJ/ministry (or
as per client request).

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 184

Tier I
Main SCADA

Abu Alanda

Tier II
Dabouq Booster Dabouq Ain Ghazal P.S. Madaba Damkhi
Tadj P.S. (4) Reservoir (AA2)
(1) Reservoir (2) (3) Reservoir (6) Pumping station
(5)
(7)

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 185

1. Kharabsheh 1. Dabouq 1. Ain Ghazal 1. Tadj Pumping 1. Abu Alanda 1. Waleh 1.Qastal Pumping
Pumping Reservoir. Pumping Station. Reservoir. Pumping Station
Station. 2. Bader Upper Station. 2. Ashrafieh 2. Sahab Station. 2-Msaitbeh
2. Khalda Reservoir. 2. Marka Reservoir. Reservoir. 2. Diban Pumping
Reservoir. 3. Bader Lower Reservoir. 3. Jofeh 3. Qweismeh Pumping Station
3. Daheyet Al- Reservoir. 3. Tabarbour Reservoir. Reservoir. Station. 3-Urainabeh
Rasheed 4. Rabahyeh Reservoir. 4. Qalaa 4. Yadoudeh 3. Waleh 5 Well. Booster and
Reservoir. Reservoir. 4. Hashmi Reservoir. Reservoir. 4. Hidan 5 Well. well
4. Swaileh 5. Wadi sair West Upper 5. Naser 5. Muntazah 5. Hidan 9 Well. 4-Hammam
Reservoir. Reservoir. Reservoir. Pumping Pumping 6. Hidan 6A Well. Shammout
5. Safout Upper 6. Wadi sair East 5. Hashmi Station. Station. 7. Hidan 18 Well. Booster
Reservoir. Reservoir. Lower 6. Hizam 6. Zara Ma’en 8. Hidan 7 Well. 5-Zmailah Booster
6. Safout Lower 7. Wadi sair Reservoir. Reservoir. Pumping 6-Jmail Booster
9. Hidan 12B Well.
Reservoir. Upper 6. Tabarbour 7. Nafaq Station 6. 7-Damkhi Pumping
10. Hidan 12A
7. Kamalyeh Reservoir. Well. Pumping 7. Abu Alanda 2 Station
Well.
Reservoir. 8. Naour Upper 7. Mazra'a Station. (AA2) reservoir 8-Swaqa Well 3A
11. Hidan 16B
8. Shafa Badran Reservoir. Well. 8. Muhajreen and 9-Swaqa Well 5A
Well.
Upper Reservoir. 9. Naour Lower 8. 1A Well. Well. Intermediate 10-Swaqa Well 21
reservoir. 12. Hidan 16A
9. Shafa Badran Reservoir. 9. 17 Well. 9. Ras Al Ain Well. 11-Swaqa Well 22
Lower Reservoir. 10. Iraq al-Ameer 10. 10 Well. Spring. 8. Sahab
13. Hidan 2 (Al- 12-Swaqa Well 23
10. Shafa Badran Upper 11. 4 Al-Ameeq 10. Tadj Collector Booster9.
Faisale Ameeq) Well. 13-Swaqa Well 24
Upper Booster. Reservoir. Well. 12.
yeh Booster. 14. Hidan 13 Well. 14-Swaqa Well 25B
11. Abu Nusair 11. Iraq al-Ameer 12. 2 Al-Nab'a 11. Tadj Collector
15. Hidan 15 Well. 15-Swaqa Well 26

Tier III
Reservoir. Lower Well. and well 17. 10. Mwaqer PS and
Reservoir. wells. 16. Hidan 17 Well. 16-Swaqa Well 27
12. Um- Alshujayrat 13. Gas Station 12. Tadj Collector
Reservoir. 12. Marj Elhamam and well 22. 11. Abu Alanda 17. Lib Pumping 17-Swaqa Well 28
Well.
East Reservoir. Tower Station. 18-Swaqa Well
13. Dabouq Booster. 14. Ain Ghazal 7 13. Tadj Well 7.
13. Marj Elhamam 18 Lib Booster. 3(Army)
14. Waha Booster. Well. 14. Tadj Well 7A.
West 19. Al Areed 19-Swaqa Well 9
15. Tariq Reservoir. 15. Rusaifa 11 15. Tadj Well 14.
Reservoir. Pumping 20-Swaqa Well 10
16.Shmasani Booster. 16. Tadj Well 18.
14. Um-Uzainah Station.
Pumping Station 16. Abu siah 17. Tadj Well 27.
Reservoir. 20. Madaba
Booster. 18. Tadj Well 28.
15. Yasmeen Reservoir
17 Nuzha 19. Tadj Well 29. Pumping
Reservoir. Reservoir. 20- Tadj Well 33 Station.
16. Nazzal
Reservoir. 21. Naser 2 Well.
17. Wadi Al Sir 22. Mercury Well
Spring 3.
23. Mercury Well
7.
24. Mercury Well
8.
25. Sebaq 3 Well.
26. Ras El-Ain (Al-
Akhdar)
Reservoir.

Table 1: -SCADA architecture The SCADA groups are divided as follows:

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 186

19. ANNEX 1
Annex 1, show site devices schedule as a guidance only, contractor responsibility to visit all sites
and verified the all requirements.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 187

20. ANNEX 2
Annex 2, show SCADA Configuration.

PROJECT NAME: Design, Construction and Commissioning of Supervisory


Control and Data Acquisition (SCADA) System for Amman and Madaba
BILL No. 1 : Design of SCADA System

Item Rate Amount


Description Unit Quantity
No. (J.D) (J.D)

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 188

1.1 Design of SCADA System


1.1.1 Allocate a provisional sum to be paid for the
assigned Consultant in order to prepare the
tender documents for Comprehensive
SCADA Project, the job shall include but not
limited to conduct the survey of all sites for
gathering data ,prepare assessment report
includes description for each site ,the
recommended upgrade for each site, prepare
the scope of work for the Contractor,
prepare the technical specifications for all
needed items, prepare the bills of quantities
for all needed items, prepare drawings for all
sites, architectural diagrams for the each
SCADA system and the related PLC/RTUs,
architectural diagram for:
a. Amman Governorate No. 1
b. Madaba Governorate No. 1

1.1.2 Any other items not described elsewhere but


deemed necessary for the satisfactory
completion of the works. Bidders to detail L.S L.S
and to provide breakdown for the cost of
such items

Carried to Summary

BILL No. 2 : Procurement of Flow Meters, Control Valves, Valve Actuators and Chlorine
Analyzer Systems

Item Rate Amount


Description Unit Quantity
No. (J.D) (J.D)

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 189

Procurement of Flow Meters, Control


2.1 Valves, Valve Actuators and Chlorine
Analyzer Systems
2.1.1 Amman Governorate
2.1.1.1 Exported Electromagnetic Flow Meter at Um
No. 1
Rummaneh Site (150 mm) - Amman
2.1.1.2 Exported Electromagnetic Flow Meter at
No. 1
Harbaj Site (50 mm) -Amman
2.1.1.3 Electromagnetic Flow Meter (50 mm) -
No. 2
Amman
2.1.1.4 Electromagnetic Flow Meter (75 mm) -
No. 1
Amman
2.1.1.5 Electromagnetic Flow Meter (100 mm)-
No. 8
Amman
2.1.1.6 Electromagnetic Flow Meter (150 mm) -
No. 17
Amman
2.1.1.7 Electromagnetic Flow Meter (200 mm) -
No. 25
Amman
2.1.1.8 Electromagnetic Flow Meter (250 mm) -
No. 8
Amman
2.1.1.9 Electromagnetic Flow Meter (300 mm) -
No. 25
Amman
2.1.1.1 Electromagnetic Flow Meter (350 mm) -
No. 3
0 Amman
2.1.1.1 Electromagnetic Flow Meter (400 mm) -
No. 12
1 Amman
2.1.1.1 Electromagnetic Flow Meter (500 mm) -
No. 13
2 Amman
2.1.1.1 Electromagnetic Flow Meter (600 mm) -
No. 9
3 Amman
2.1.1.1
Electromagnetic Flow Meter (800 mm) No. 1
4
2.1.1.1 Electromagnetic Flow Meter (1000 mm) -
No. 1
5 Amman
2.1.1.1
Pulsar for Mechanical Flow Meter - Amman No. 39
6
2.1.1.1
Chlorine Analyzer - Amman No. 40
7
2.1.1.1 Mechanical Flow Meter (100 mm) -Amman
No. 7
8
2.1.1.1 Mechanical Flow Meter (150 mm) -Amman
No. 5
9
2.1.1.2 Flow Control Valve with actuator) - Amman
No. 2
0

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 190

Note: the final flow meter diameter shall be


verified by contractor and subject to the
Engineer approval

2.1.2 Madaba Governorate


2.1.2.1 Electromagnetic Flow Meter (150 mm) -
No. 5
Madaba
2.1.2.2 Electromagnetic Flow Meter (200 mm) -
No. 4
Madaba
2.1.2.3 Electromagnetic Flow Meter (300 mm) -
No. 2
Madaba
2.1.2.4 Electromagnetic Flow Meter (600 mm) -
No. 2
Madaba
2.1.2.5 Mechanical Flow Meter (100 mm) -Madaba No. 1
2.1.2.6 Mechanical Flow Meter (150 mm) -Madaba No. 2
2.1.2.7 Mechanical Flow Meter (200 mm) -Madaba No. 11
2.1.2.8 Flow Control Valve with actuator) - Madaba No. 3
2.1.2.9 Pulsar for Mechanical Flow Meter - Madaba No. 14

Carried Forward

BILL No. 2 : Procurement of Flow Meters, Control Valves, Valve Actuators and Chlorine
Analyzer Systems

Item Rate Amount


Description Unit Quantity
No. (J.D) (J.D)
Brought forward from previous page

Note: the final flow meter , flow control


valve and valve actuator diameter shall be
verified by contractor and subject to the
Engineer approval

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 191

2.1.3 Any other items not described elsewhere but


deemed necessary for the satisfactory
completion of the works. Bidders to detail
and to provide breakdown for the cost of L.S L.S
such items.

Carried to Summary

BILL No. 3: Procurement of PLCs/RTUs, VFDs, and Instrumentation

Item Rate Amount


Description Unit Quantity
No. (J.D) (J.D)

3.1 Procurement of PLCs/RTUs, VFDs, and


Instrumentation
3.1.1 Amman Governorate
3.1.1.1 VFD Control Panels for Amman No. 13
3.1.1.2 Motor Protection Relay - Amman No. 88
3.1.1.3 Hydrostatic Level Meter - Amman No. 100
3.1.1.4 Pressure Transmitter - Amman No. 229

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 192

3.1.1.5 Pressure Switch - Amman No. 229


3.1.1.6 Flow Switch - Amman No. 91
3.1.1.7 Well PLC/RTU - Amman No. 39
3.1.1.8 Reservoir PLC/RTU - Amman No. 26
3.1.1.9 Tower PLC/RTU - Amman No. 9
3.1.1.10 Pumping Station PLC/RTU - Amman No. 33
3.1.1.11 Pulsar for Mechanical Meter - Amman No. 40
3.1.1.12 Electrical floaters -Amman No. 398
3.1.1.13 Turbidity Meter - Amman No. 7

3.1.2 Madaba Governorate


3.1.2.1 VFD Control Panels - Madaba No. 4
3.1.2.2 Soft Starter Control Panels - Madaba No. 2
3.1.2.3 Hydrostatic Level Meter - Madaba No. 5
3.1.2.4 Pressure Transmitter- Madaba No. 34
3.1.2.5 Pressure Switch - Madaba No. 34
3.1.2.6 Flow Switch - Madaba No. 10
3.1.2.8 PLC/RTU for Madaba - Madaba No. 22
3.1.2.11 Pulsar for Mechanical Meter - Madaba No. 14
3.1.2.12 Turbidity Meter - Amman No. 1

3.1.3 Any other items not described elsewhere but


deemed necessary for the satisfactory
completion of the works. Bidders to detail
L.S L.S
and to provide breakdown for the cost of
such items.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 193

Carried to Summary

BILL No. 4 : Supplying and Installing a New Local SCADA system in Dabouq Booster

Item Rate Amount


Description Unit Quantity
No. (J.D) (J.D)

Supplying and Installing a New Local


4.1 SCADA system in Dabouq Booster
4.1.1
Installing, testing, commissioning, adaptation,
and implementation of PLC/RTUs, VFDs,
Flow Meters (works includes fittings,
chamber, electrical works needed for
LS LS
installing of the flow meters) ,
Instrumentation Devices, and Chlorine
Analyzer. Also all civil works such as trench,
electrical manholes, concrete base for panels.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 194

4.1.2 Supply and install new Local SCADA system


in Dabouq Booster site to be connected to No. 1
Main SCADA System.
4.1.3 Implemented the needed and necessary
adaptation to transmit the following signals
to the related PLC/RTU in each site:
i. Motor's three windings temperatures.
ii. Pump's front and rear bearings
temperatures. No. 16
iii. Soft Starter signals.
iv. VFD signals.
v. Motor's current.
Price shall include the needed devices to
complete the job.
4.1.4
Remove the existing Programmable Logic
Controllers (PLC/RTUs), enclosure ,
Communication Devices (Modems, Repeater,
No. 16
Antenna), flow meters, level meters…etc for
each site and transported them to Miyahuna
stores in Amman.
4.1.5 Remove the existing electrical panels,
enclosures for each site and transport them No. 4
to Miyahuna stores in Amman.
4.1.6 Earthing System No. 1

4.1.7 Any other items not described elsewhere but


deemed necessary for the satisfactory
completion of the works. Bidders to detail
L.S L.S
and to provide breakdown for the cost of
such items.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 195

Carried to Summary

BILL No. 5 : Supplying and Installing a New Local SCADA system in Dabouq Reservoir

Item Rate Amount


Description Unit Quantity
No. (J.D) (J.D)

Supplying and Installing a New Local


5.1 SCADA system in Dabouq Reservoir
5.1.1
Installing, testing, commissioning, adaptation,
and implementation of PLC/RTUs, VFDs,
Flow Meters (works includes fittings,
chamber, electrical works needed for
installing of the flow meters),
Instrumentation Devices, and Chlorine LS LS
Analyzer. All cables and accessories, cooling
system for VFDs shall be as per
manufacturer’s recommendations. .Also all
civil works such as trench, electrical
manholes, and concrete base for panels.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 196

5.1.2 Supply and install new Local SCADA system


in Dabouq Reservoir site to be connected to No. 1
Main SCADA System.
5.1.3 Implemented the needed and necessary
adaptation to transmit the following signals
to the related PLC/RTU in each site:
i. Motor's three windings temperatures.
ii. Pump's front and rear bearings
temperatures. No. 17
iii. Soft Starter signals.
iv. VFD signals.
v. Motor's current.
Price shall include the needed devices to
complete the job.
5.1.4
Remove the existing Programmable Logic
Controllers (PLC/RTUs),enclosure ,
Communication Devices (Modems, Repeater,
No. 17
Antenna), flow meters, level meters…etc for
each site and transported them to Miyahuna
stores in Amman.

5.1.5 Any other items not described elsewhere but


deemed necessary for the satisfactory
completion of the works. Bidders to detail L.S L.S
and to provide breakdown for the cost of
such items.

Carried to Summary

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 197

BILL No. 6 : Supplying and Installing a New Local SCADA System in Ain Ghazal Pumping
Station

Item Rate Amount


Description Unit Quantity
No. (J.D) (J.D)

Supplying and Installing a New Local


6.1 SCADA System in Ain Ghazal Pumping
Station
6.1.1
Installing, testing, commissioning, adaptation,
and implementation of PLC/RTUs, VFDs,
Flow Meters (works includes fittings,
chamber, electrical works needed for
installing of the flow meters),
Instrumentation Devices, and Chlorine L.S L.S
Analyzer. All cables and accessories, cooling
system for VFDs shall be as per
manufacturer’s recommendations. .Also all
civil works such as trench, electrical
manholes, and concrete base for panels.
6.1.2
Supply and install new Local SCADA system
in Ghazal Pumping Station site to be No. 1
connected to Main SCADA System.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 198

6.1.3 Implemented the needed and necessary


adaptation to transmit the following signals
to the related PLC/RTU in each site:
i. Motor's three windings temperatures.
ii. Pump's front and rear bearings
temperatures. No. 17
iii. Soft Starter signals.
iv. VFD signals.
v. Motor's current.
Price shall include the needed devices to
complete the job.
6.1.4 Remove the existing Programmable Logic
Controllers (PLC/RTUs),enclosure ,
Communication Devices (Modems, Repeater,
No. 17
Antenna), flow meters, level meters…etc for
each site and transported them to Miyahuna
stores in Amman.
6.1.5 Remove the existing electrical panels,
enclosures for each site and transport them No. 4
to Miyahuna stores in Amman.
6.1.6 Earthing System No. 1
6.1.7 Any other items not described elsewhere but
deemed necessary for the satisfactory
completion of the works. Bidders to detail L.S L.S
and to provide breakdown for the cost of
such items.

Carried to Summary

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 199

BILL No. 7 : Supplying and Installing a New Local SCADA System in Tadj Pumping Station

Item Rate Amount


Description Unit Quantity
No. (J.D) (J.D)

Supplying and Installing a New Local


7.1 SCADA System in Tadj Pumping Station
7.1.1 Installing, testing, commissioning, adaptation,
and implementation of PLC/RTUs, VFDs,
Flow Meters (works includes fittings,
chamber, electrical works needed for
installing of the flow meters),
Instrumentation Devices, and Chlorine No. 1
Analyzer. All cables and accessories, cooling
system for VFDs shall be as per
manufacturer’s recommendations. .Also all
civil works such as trench, electrical
manholes, and concrete base for panels.
7.1.2 Supply and install new Local SCADA system
in Tadj Pumping Station site to be connected No. 1
to Main SCADA System.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 200

7.1.3 Implemented the needed and necessary


adaptation to transmit the following signals
to the related PLC/RTU in each site:
i. Motor's three windings temperatures.
ii. Pump's front and rear bearings
temperatures. No. 26
iii. Soft Starter signals.
iv. VFD signals.
v. Motor's current.
Price shall include the needed devices to
complete the job.
7.1.4 Remove the existing Programmable Logic
Controllers (PLC/RTUs),enclosure ,
Communication Devices (Modems, Repeater,
No. 26
Antenna), flow meters, level meters…etc for
each site and transported them to Miyahuna
stores in Amman.

7.1.5 Any other items not described elsewhere but


deemed necessary for the satisfactory
completion of the works. Bidders to detail
L.S L.S
and to provide breakdown for the cost of
such items.

Carried to Summary

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 201

BILL No. 8 : Supplying and Installing a New Local SCADA System in Abu Alanda Pumping
Station

Item Rate Amount


Description Unit Quantity
No. (J.D) (J.D)

Supplying and Installing a New Local


8.1 SCADA System in Abu Alanda Pumping
Station
8.1.1 Installing, testing, commissioning, adaptation,
and implementation of PLC/RTUs, VFDs,
Flow Meters (works includes fittings,
chamber, electrical works needed for
installing of the flow meters) ,
Instrumentation Devices, and Chlorine No. 1
Analyzer. All cables and accessories, cooling
system for VFDs shall be as per
manufacturer’s recommendations. .Also all
civil works such as trench, electrical
manholes, and concrete base for panels.
8.1.2 Supply and install new Local SCADA system
in Abu Alanda Pumping Station site to be No. 1
connected to Main SCADA System.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 202

8.1.3 Implemented the needed and necessary


adaptation to transmit the following signals
to the related PLC/RTU in each site:
i. Motor's three windings temperatures.
ii. Pump's front and rear bearings
temperatures. No. 11
iii. Soft Starter signals.
iv. VFD signals.
v. Motor's current.
Price shall include the needed devices to
complete the job.
8.1.4
Remove the existing Programmable Logic
Controllers (PLC/RTUs),enclosure ,
Communication Devices (Modems, Repeater,
No. 11
Antenna), flow meters, level meters…etc for
each site and transported them to Miyahuna
stores in Amman.
8.1.5 Remove the existing electrical panels,
enclosures for each site and transport them No. 3
to Miyahuna stores in Amman.
8.1.6 Earthing System No. 1
8.1.7 Any other items not described elsewhere but
deemed necessary for the satisfactory
completion of the works. Bidders to detail L.S L.S
and to provide breakdown for the cost of
such items.

Carried to Summary

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 203

BILL No. 9 : Supplying and Installing a New Local SCADA System in Damkhi Pumping
Station

Item Rate Amount


Description Unit Quantity
No. (J.D) (J.D)

Supplying and Installing a New Local


9.1 SCADA System in Damkhi Pumping
Station
9.1.1
Installing, testing, commissioning, adaptation,
and implementation of PLC/RTUs, VFDs,
Flow Meters (works includes fittings,
chamber, electrical works needed for
installing of the flow meters),
Instrumentation Devices, and Chlorine No. 1
Analyzer. All cables and accessories, cooling
system for VFDs shall be as per
manufacturer’s recommendations. .Also all
civil works such as trench, electrical
manholes, and concrete base for panels.
9.1.2
Supply and install new Local SCADA system
in Damkhi Pumping Station site to be No. 1
connected to Main SCADA System.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 204

9.1.3 Implemented the needed and necessary


adaptation to transmit the following signals
to the related PLC/RTU in each site:
i. Motor's three windings temperatures.
ii. Pump's front and rear bearings
temperatures. No. 20
iii. Soft Starter signals.
iv. VFD signals.
v. Motor's current.
Price shall include the needed devices to
complete the job.
9.1.4 Remove the existing Programmable Logic
Controllers (PLC/RTUs),enclosure ,
Communication Devices (Modems, Repeater,
No. 20
Antenna), flow meters, level meters…etc for
each site and transported them to Miyahuna
stores in Amman.

9.1.10 Any other items not described elsewhere but


deemed necessary for the satisfactory
completion of the works. Bidders to detail L.S L.S
and to provide breakdown for the cost of
such items.

Carried to Summary

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 205

BILL No. 10 : Supplying and Installing a New Local SCADA System in Madaba

Item Rate Amount


Description Unit Quantity
No. (J.D) (J.D)

Supplying and Installing a New Local


10.1 SCADA System in Madaba
10.1.1
Installing, testing, commissioning, adaptation,
and implementation of PLC/RTUs, VFDs,
Flow Meters (works includes fittings,
chamber, electrical works needed for
installing of the flow meters),
Instrumentation Devices, and Chlorine L.S L.S
Analyzer. All cables and accessories, cooling
system for VFDs shall be as per
manufacturer’s recommendations. .Also all
civil works such as trench, electrical
manholes, and concrete base for panels.
10.1.2 Supply and install new Local SCADA system
in Madaba site to be connected to Main No. 1
SCADA System.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 206

10.1.3 Implemented the needed and necessary


adaptation to transmit the following signals
to the related PLC/RTU in each site:
i. Motor's three windings temperatures.
ii. Pump's front and rear bearings
temperatures. No. 20
iii. Soft Starter signals.
iv. VFD signals.
v. Motor's current.
Price shall include the needed devices to
complete the job.
10.1.4 Upgrade the newly installed autotransformer
starter panels to enable them to communicate
with the PLC/RTU. No. 7

10.1.5 Remove the existing electrical panels, replace


them with VFD and Soft Starter panels, and
No. 6
transport them to Miyahuna stores in
Amman.
10.1.6 Earthing System No. 6

10.1.7 Any other items not described elsewhere but


deemed necessary for the satisfactory
completion of the works. Bidders to detail L.S L.S
and to provide breakdown for the cost of
such items.

Carried to Summary

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 207

BILL No. 11: Supply and Install New Main SCADA Amman System in Dabouq

Item Rate Amount


Description Unit Quantity
No. (J.D) (J.D)

Supply and Install New Main SCADA


11.1 Amman System in Dabouq
11.1.1 Supply and install new Main SCADA
Amman system in Dabouq Main SCADA LS LS
Centre

11.1.2 Any other items not described elsewhere but


deemed necessary for the satisfactory
completion of the works. Bidders to detail L.S L.S
and to provide breakdown for the cost of
such items.

Carried to Summary

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 208

BILL No. 12 : Supply and Install New Next Generation Firewall

Item Rate Amount


Description Unit Quantity
No. (J.D) (J.D)

Supply and Install New Next Generation


12.1 Firewall
12.1.1 Supply , install, test commission and maintain
Data Centre Next Generation Firewall with
Application Control , Anti-Malware
Protection , IPS, and file blocking (or DLP) No. 2
Note: One firewall is active and other is
redundant
12.1.2 Supply , install, test commission and maintain
Edge Next Generation Firewall with
Application Control , Anti-Malware
Protection , IPS, and file blocking (or DLP) No. 2
Note: One firewall is active and other is
redundant
12.1.3 Supply , install, test commission and maintain
Centralized Security Management System
that provides global control over a network
of Next Generation Firewalls using the same
graphical look and feel that individual No. 2
management interface Note: One firewall is
active and other is redundant

12.1.4 Supply , install, test commission and maintain


SCADA Next Generation Firewall with
Application Control , Anti-Malware
Protection , IPS, and file blocking (or DLP) No. 12
Note: One firewall is active and other is
redundant
12.1.5 Supply , install, test commission and maintain
Advance End Point protection Solution No. 1
12.1.6 Supply , install, test commission and maintain
Real Time End Point Analytics Solution No. 1

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 209

12.1.7 Any other items not described elsewhere but


deemed necessary for the satisfactory
completion of the works. Bidders to detail
and to provide breakdown for the cost of L.S L.S
such items.

Carried to Summary

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 210

BILL No. 13 : Maintenance for SCADA & Next Generation Firewall Systems
Item Rate Amount
Description Unit Quantity
No. (J.D) (J.D)

13.1 Maintenance for SCADA System


13.1.1
The Contractor shall provide minimum five
years maintenance for SCADA system and
applications, maintenance shall include: L.S L.S
software patches, bug fixes and support calls
for system errors.

Note: five years maintenance shall start after


the Defects Notification Period under Sub-
Clause 1.1.3.7 has been completed.

13.2 Maintenance for Next Generation


Firewall System
13.2.1
The Contractor shall provide minimum five
years maintenance for Next Generation
Firewall, including required licenses and
labour warranty based on OEM vendor
L.S L.S
provided 24x7 support contract. Proposal
must include the delivery, installation,
deployment/implementation, knowledge
Transfer to Miyahuna staff.

Note: five years maintenance shall start after


the Defects Notification Period under Sub-
Clause 1.1.3.7 has been completed.

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 211

Carried to Summary

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 212

Grand Summary

From
No. Description Amount (JD)
Page
1 Design of SCADA System 1
2 Procurement of Flow Meters, Control
Valves, Valve Actuators and Chlorine 3
Analyzer Systems
3 Procurement of PLCs/RTUs, VFDs, and
Instrumentation 4
4 Supplying and Installing a New Local
SCADA system in Dabouq Booster 5
5 Supplying and Installing a New Local
SCADA system in Dabouq Reservoir 6
6 Supplying and Installing a New Local
SCADA System in Ain Ghazal Pumping 7
Station
7 Supplying and Installing a New Local
SCADA System in Tadj Pumping Station 8
8 Supplying and Installing a New Local
SCADA System in Abu Alanda Pumping 9
Station
9 Supplying and Installing a New Local
SCADA System in Damkhi Pumping 10
Station
10 Supplying and Installing a New Local
SCADA System in Madaba 11
11 Supply and Install New Main SCADA
Amman System in Dabouq 12
12 Supply and Install New Next Generation
Firewall 13
13 BILL No. 13 : Maintenance for SCADA &
Next Generation Firewall Systems 14

a Grand total of Bills


b Percent Addition / Reduction for (a)
c Value for Addition or Reduction =(axb)
d Total after Addition or Reduction =(a+c)
e Provisional Sum

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Miyahuna – Procurement Directorate 213

f Total = (d+e)
Total Amount including provisional sum
JD (Writing & Numbering)

Contractor Name:
Address:

Design, Construction and Commissioning of Supervisory Control and Data Acquisition (SCADA) System for Amman and Madaba
\10.0.1.99\\nexthink\omar\C-T-18-00018-FATA 9 Volume 1&2&3 .docx
Site Components and Structures Components and Devic

Ground
Tower Pumping Station Booster Well Electromagnetic Flow Meter
Reservoir

No. of
No. of Ground No. of No. of Station No. of Booster 50mm 75mm 100mm 150mm 200mm 250mm 300mm 350mm 400mm 500mm 600mm 800mm 1000mm 1400mm Hydrostatic Pressure Transmitter and Flow
No. Site Name Submersible Eelectical floaters
Reservoir Towers Pumps Pumps EMFM EMFM EMFM EMFM EMFM EMFM EMFM EMFM EMFM EMFM EMFM EMFM EMFM EMFM Level Meter Switch Switch
Pumps

Dabouq Booster Local SCADA 2 0


1 Kharabsheh Pumping Station 1 4 2 1 1 1 2 8 12 6
2 Khalda Reservoirs 2 1 3 1 1 4 16 6 3
3 Daheyet Al-Rasheed Reservoir 3 1 4 1 1 1 5 20 8 4
4 Swaileh Reservoir 1 1 3 1 1 3 12 6 3
5 Safout Upper Reservoir 1 1 1 1 4
6 Safout Lower Reservoir 1 2 1 4
7 Kamalyeh Reservoir 1 2 2 8
8 Shafa Badran Upper Reservoir 1 1 1 4
9 Shafa Badran Lower Reservoir 1 1 1 4
10 Shafa Badran Upper Booster 2 1 0 4 2
11 Abu Nusair Reservoir 1 1 2 1 1 3 12 4 2
12 Um-Alshujayrat Reservoir 1 1 2 2 3 12 4 2
13 Dabouq Booster 11 1 0 6 3
14 Waha Booster 4 1 0 8 4
15 Tariq Reservoir 1 1 2 8
16 Shmisani Pumping Station 1 3 0
Dabouq Booster Total 16 5 21 19 0 1 0 1 7 5 1 7 2 2 2 0 0 0 0 28 112 58 29
Dabouq Reservoir Local SCADA 0
1 Dabouq Reservoir 1 1 1 1 1 4 16
2 Bader Upper Reservoir 1 1 1 4
3 Bader Lower Reservoir 1 1 1 4
4 Rabahyeh Reservoir 1 1 1 4
5 Wadisair West Reservoir 1 1 1 4
6 Wadisair East Reservoir 1 2 1 1 2 8 4 2
7 Wadisair Upper Reservoir 1 1 2 1 1 3 12 4 2
8 Naour Upper Reservoir 1 1 1 4
9 Naour Lower Reservoir 1 1 1 4
10 Iraq Al-Ameer Upper Reservoir 1 1 1 4
11 Iraq Al-Ameer Lower Reservoir 1 1 1 4
12 Marj Elhamam East Reservoir 1 1 2 1 3 12 4 2
13 Marj Elhamam West Reservoir 1 1 2 1 3 12 4 2
14 Um-Uzainah Reservoir 1 1 2 1 1 3 12 4 2
15 Yasmeen Reservoir 1 1 3 3 1 1 1 3 12 6 3
16 Nazzal Reservoir 1 2 1 12
17 Wadi Al Sir Spring 0
Dabouq Reservoir Total 16 6 13 3 0 0 0 1 1 12 0 3 0 2 4 1 0 0 0 30 128 26 13
Ain Ghazal Local SCADA 0
1 Ain Ghazal pumping Station 1 7 2 1 1 2 2 8 14 7
2 Marka Reservoir 1 1 2 2 1 1 3 12 4 2
3 Tabarbour Reservoir 1 1 2 8 0
4 Hashmi Upper Reservoir 1 2 2 1 1 1 1 4 4 2
5 Nuzha Reservoir 1 1 2 8 0
6 Hashmi Lower Reservoir 1 2 1 1 1 4 2
7 Tabarbour Well 0 1
8 Mazra'al Well 0 1
9 1A Well 0 1
10 17 Well 0 1
11 10 Well 0 1
12 4 Al-Ameeq Well 0 1
13 Al-Nab'a Well 0 1
14 Gas station Well 0 1
15 Abu siah Booster 2 1 0 4 2
16 Ain Ghazal 7 Well 0 1
17 Rusaifa 11 Booster 4 1 0 8 4
Ain GhazalTotal 6 1 11 6 4 1 0 0 2 1 2 5 1 2 3 2 0 0 0 11 44 45 17
Tadj Local SCADA 0
1 Tadj Pumping Station 2 7 1 2 1 1 1 2 8 14 7
2 Ashrafeyeh Reservoir 1 3 1 2 8
3 Jofeh Reservoir 1 1 1 4
4 Qala'a Reservoir 1 1 1 4
5 Naser Pumping Station 1 1 1 4
6 Hizam Reservoir 1 1 1 1 4
7 Nafaq Pumping Station 2 1 0 4 2
8 Ras al-Ain(Al-Akhdar) Reservoir 1 1 2 8 1
9 Muhajereen Well 1 1 0 1 0
10 Ras al-Ain Spring 1 9 5 1 0
11 Collector 12 1 2 1 1 2 2
12 Collector and Well 17 1 1 1 1 0 1
13 Collector and Well 22 1 1 1 1 0 1
14 Tadj Well 7 1 0 1
15 Tadj Well 7A 1 0 1
16 Tadj Well 14 1 0 1
17 Tadj Well 18 1 0 1
18 Tadj Well 27 1 0 1
19 Tadj Well 28 1 0 1
20 Tadj Well 29 1 0 1
21 Tadj Well 33 1 0 1
22 Mercury Well 3 1 0 1
23 Mercury Well 7 1 0 1
24 Mercury Well 8 1 0 1
25 Nasr 2 Well 1 0 1
26 Sebaq 3 Well 1 0 1
Tadj Total 12 0 18 0 23 0 1 1 3 3 4 5 0 2 2 1 0 0 0 13 42 37 9
Abu Alanda Local SCADA 0
1 Abu Alanda Reservoir 2 0 0 1 4 16 0 0
2 Abu Alanda Tower 0 1 2 1 1 1 4 4 2
3 Sahab Booster 0 0 2 1 1 0 0 4 2
4 Sahab Reservoir 1 1 2 2 8
5 Qwaismeh Reservoir 1 2 2 8
6 Yadoudeh Reservoir 1 1 2 3 12 4 2
7 Muntazah Pumping Station 1 3 1 1 2 8
8 Zara Ma'een Pumping Station 6 5 0
Site Components and Structures Components and Devic

Ground
Tower Pumping Station Booster Well Electromagnetic Flow Meter
Reservoir

No. of
No. of Ground No. of No. of Station No. of Booster 50mm 75mm 100mm 150mm 200mm 250mm 300mm 350mm 400mm 500mm 600mm 800mm 1000mm 1400mm Hydrostatic Pressure Transmitter and Flow
No. Site Name Submersible Eelectical floaters
Reservoir Towers Pumps Pumps EMFM EMFM EMFM EMFM EMFM EMFM EMFM EMFM EMFM EMFM EMFM EMFM EMFM EMFM Level Meter Switch Switch
Pumps

9 Abu Alanda (AA2 & Intermediate) 1 4 0


10 Faisaleyeh Booster 3 1 0 6 3
11 Mwaqer Pumping station 1 4 1 2 0 8 4
Abu Alanda Total 7 2 12 5 4 0 0 0 2 1 1 0 0 4 2 1 1 1 0 14 56 26 13
Damkhi Local SCADA 1 3 2
1 Qastal Pumping Station 1 2 1 1 1 1 4 4 2
2 Msaitbeh Pumping Station 1 3 1 2 1 1 4 6 3
3 Urainabeh Booster and well 1 2 1 1 1 4 5 2
4 Hammam Shammout Booster 2 1 0 4 1
5 Zmailah Booster 1 1 0 2 1
6 Jmail Booster 2 1 0 2 1
7 Damkhi Pumping Station 1 4 1 1 2 1 4 1
8 Swaqa Well 3A 1 0 1
9 Swaqa Well 5A 1 0 1
10 Swaqa Well 21 1 0 1
11 Swaqa Well 22 1 0 1
12 Swaqa Well 23 1 0 1
13 Swaqa Well 24 1 0 1
14 Swaqa Well 25B 1 0 1
15 Swaqa Well 26 1 ` 0 1
16 Swaqa Well 27 1 0 1
17 Swaqa Well 29 1 0 1
18 Swaqa Well 3(Army) 1 0 1
19 Swaqa Well 9 1 0 1
20 Swaqa Well 10 1 0 1
Damkhi Total 4 0 9 7 15 0 0 5 2 3 0 5 0 0 0 4 1 0 0 4 16 37 10
Waleh Local SCADA
1 Waleh Pumping Station 1 5 2 1 1 3 0
2 Lib Pumping Station 1 5 0 2 0
3 Diban Pumping Station 1 2 2 4 2
4 Lib Booster 3 1 2 2 1 0
5 Al-Areed Pumping Station 3 2 1 1 1 3 2
6 Madaba Reservoir Pumping Station 1 1 4 2 1 1 7 6
7 Waleh 5 Well 1 1
8 Hidan 5 Well 1 1 1
9 Hidan 9 Well 1 1
10 Hidan 6A Well 1 1
11 Hidan 18 Well 1 1
12 Hidan 7 Well 1 1 1
13 Hidan 12B Well 1 1
14 Hidan 12A Well 1 1
15 Hidan 16B Well 1 1
16 Hidan 16A Well 1 1 1
17 Hidan 2 (Al-Ameeq) Well 1 1
18 Hidan 13 Well 1 1 1
19 Hidan 15 Well 1 1
20 Hidan 17 Well 1 1
Waleh Total 7 1 21 4 14 0 0 0 5 4 0 2 0 0 0 2 0 0 0 5 34 10
Grand Total 2 1 8 22 29 8 27 3 12 13 11 2 1 0 105 398 263 101
Components and Devices Needed

Actuated
Instrumentation Mechanical Flow Meter Upgrading
Valve

Chlorine Tower Auto


No. Site Name Turbidity Meter Pulser for Mechanical Meter Well PLC Reservoir PLC Pumping Station PLC Motor Protection Relay VFD Panel PLC for Madaba Soft Starter 100mm MFM 150mm MFM 200mm MFM FCV
Analyzer PLC transformer

Dabouq Booster Local SCADA


1 Kharabsheh Pumping Station 1 6
2 Khalda Reservoirs 1 1 3
3 Daheyet Al-Rasheed Reservoir 1 1 4
4 Swaileh Reservoir 1 1 3
5 Safout Upper Reservoir 1 1 0
6 Safout Lower Reservoir 1 0
7 Kamalyeh Reservoir 1 1 0
8 Shafa Badran Upper Reservoir 1 0
9 Shafa Badran Lower Reservoir 1 1 0 1
10 Shafa Badran Upper Booster 2 2
11 Abu Nusair Reservoir 1 1 2
12 Um-Alshujayrat Reservoir 1 1 2
13 Dabouq Booster 1 1 3
14 Waha Booster 1 1 4 4
15 Tariq Reservoir 1 1 0
16 Shmisani Pumping Station 0 1 0
Dabouq Booster Total 0 11 0 0 4 3 8 29 6 0 0 0 0 0 1 0
Dabouq Reservoir Local SCADA
1 Dabouq Reservoir 1 1 1 0 1
2 Bader Upper Reservoir 1 0
3 Bader Lower Reservoir 1 0
4 Rabahyeh Reservoir 1 0
5 Wadisair West Reservoir 1 1 0
6 Wadisair East Reservoir 1 1 1 2
7 Wadisair Upper Reservoir 1 1 1 2
8 Naour Upper Reservoir 1 1 0
9 Naour Lower Reservoir 1 1 0
10 Iraq Al-Ameer Upper Reservoir 1 1 0
11 Iraq Al-Ameer Lower Reservoir 1 1 0
12 Marj Elhamam East Reservoir 1 1 2
13 Marj Elhamam West Reservoir 1 1 2
14 Um-Uzainah Reservoir 1 1 2
15 Yasmeen Reservoir 1 2 3
16 Nazzal Reservoir 1 1 0
17 Wadi Al Sir Spring 1 0
Dabouq Reservoir Total 3 13 0 0 11 3 4 13 0 0 0 0 0 0 1 0
Ain Ghazal Local SCADA
1 Ain Ghazal pumping Station 1 1 3
2 Marka Reservoir 1 1 2
3 Tabarbour Reservoir 1 1 0
4 Hashmi Upper Reservoir 1 1 2
5 Nuzha Reservoir 1 1 0
6 Hashmi Lower Reservoir 1 1 0
7 Tabarbour Well 1 1 0 1
8 Mazra'al Well 1 1 0 1
9 1A Well 1 1 0 1
10 17 Well 1 1 0 1
11 10 Well 1 1 0 1
12 4 Al-Ameeq Well 1 1 0 1
13 Al-Nab'a Well 1 1 0 1
14 Gas station Well 1 1 0 1
15 Abu siah Booster 0 1 2
16 Ain Ghazal 7 Well 1 1 0 1
17 Rusaifa 11 Booster 0 1 4 4
Ain GhazalTotal 1 5 9 9 2 1 5 13 4 0 0 6 3 0 0 0
Tadj Local SCADA
1 Tadj Pumping Station 1 1 1 7
2 Ashrafeyeh Reservoir 1 1 0
3 Jofeh Reservoir 1 1 0
4 Qala'a Reservoir 1 1 0
5 Naser Pumping Station 1 1 0
6 Hizam Reservoir 1 1 0
7 Nafaq Pumping Station 0 1 2
8 Ras al-Ain(Al-Akhdar) Reservoir 1 1 0
9 Muhajereen Well 1 0
10 Ras al-Ain Spring 1 0
11 Collector 12 1 0
12 Collector and Well 17 1 1 0
13 Collector and Well 22 1 1 0
14 Tadj Well 7 1 1 1 0
15 Tadj Well 7A 1 1 0
16 Tadj Well 14 1 1 0
17 Tadj Well 18 1 1 0
18 Tadj Well 27 1 1 0
19 Tadj Well 28 1 1 0 1
20 Tadj Well 29 1 1 0
21 Tadj Well 33 1 1 0 1
22 Mercury Well 3 1 1 0
23 Mercury Well 7 1 1 0
24 Mercury Well 8 1 1 0
25 Nasr 2 Well 1 1 0 1
26 Sebaq 3 Well 1 1 0
Tadj Total 2 7 15 17 6 0 3 9 0 0 0 1 2 0 0 0
Abu Alanda Local SCADA
1 Abu Alanda Reservoir 1 0 0
2 Abu Alanda Tower 0 1 2
3 Sahab Booster 0 0 1 2
4 Sahab Reservoir 1 1 0
5 Qwaismeh Reservoir 1 0
6 Yadoudeh Reservoir 1 1 2
7 Muntazah Pumping Station 1 0 1 3
8 Zara Ma'een Pumping Station 6 1 0
Components and Devices Needed

Actuated
Instrumentation Mechanical Flow Meter Upgrading
Valve

Chlorine Tower Auto


No. Site Name Turbidity Meter Pulser for Mechanical Meter Well PLC Reservoir PLC Pumping Station PLC Motor Protection Relay VFD Panel PLC for Madaba Soft Starter 100mm MFM 150mm MFM 200mm MFM FCV
Analyzer PLC transformer

9 Abu Alanda (AA2 & Intermediate) 1 0


10 Faisaleyeh Booster 1 1 3 3
11 Mwaqer Pumping station 1 3 1 3
Abu Alanda Total 1 4 3 0 3 2 6 12 3 0 0 3 0 0 0 0
Damkhi Local SCADA
1 Qastal Pumping Station 1 1 1 2
2 Msaitbeh Pumping Station 1 1 3
3 Urainabeh Booster and well 1 1 2
4 Hammam Shammout Booster 1 1 1 2
5 Zmailah Booster 1 1 1
6 Jmail Booster 1 1 2
7 Damkhi Pumping Station 1 1 1 1
8 Swaqa Well 3A 1 1
9 Swaqa Well 5A 1 1
10 Swaqa Well 21 1 1
11 Swaqa Well 22 1 1
12 Swaqa Well 23 1 1
13 Swaqa Well 24 1 1
14 Swaqa Well 25B 1 1
15 Swaqa Well 26 1 1
16 Swaqa Well 27 1 1
17 Swaqa Well 29 1 1
18 Swaqa Well 3(Army) 1 1
19 Swaqa Well 9 1 1
20 Swaqa Well 10 1 1
Damkhi Total 1 16 13 0 0 7 12 0 0 0 0 0 0 0 0
Waleh Local SCADA
1 Waleh Pumping Station 1 1 2
2 Lib Pumping Station 1 1
3 Diban Pumping Station 1 2 1
4 Lib Booster 1 0 2
5 Al-Areed Pumping Station 2 1
6 Madaba Reservoir Pumping Station 1 1
7 Waleh 5 Well 1 1 0 1
8 Hidan 5 Well 1 1 0 1
9 Hidan 9 Well 1 1 0 1
10 Hidan 6A Well 1 1 1 1
11 Hidan 18 Well 1 1 0 1
12 Hidan 7 Well 1 2 0 1
13 Hidan 12B Well 1 1 0 1
14 Hidan 12A Well 1 2 1 1
15 Hidan 16B Well 1 1 1 1
16 Hidan 16A Well 1 1 1 1
17 Hidan 2 (Al-Ameeq) Well 1 2 0 1
18 Hidan 13 Well 1 1 1 1
19 Hidan 15 Well 1 1 1
20 Hidan 17 Well 1 1 1 1
Waleh Total 1 2 14 0 0 0 0 0 4 22 2 1 2 11 3 7
Grand Total 9 42 57 39 26 9 33 88 17 22 2 11 7 11 5 7
Tier I (Main SCADA)

Local SCADA
Site (Tier II)
Greater SCADA
Amman
GPRS
DATA Logger &
RTU
SCADA

VPN/internet access GPRS


Backup Line
Hot server Standby server DC Server FARA 8 & 11
RT & Historical RT & Historical Dashboard & Asset Mgmt. Existing SCADA Server

ADSL Zai Plungers


Primary Line/ADSL RTU

Existing Site
VPN/Data Only Primary Line

VPN/Data Only GPRS


Backup Line
WS1 WS2 WS3 ES
ADSL Active SCADA
ADSL

FARA 8 & 11
Sites

Tier III SCADA Site Standby SCADA


(scenario I & II)

LED Wall Screen (3 * 1.5 m )


Miyahuna Network

Remote Access

HQ Legend
Legend Subtitle
Edge Active Data center Active Symbol Description
WAN
Ethernet
Dashboard PC
Server
Edge Standby Data center Standby

Cloud

Madaba PC
WAJ HQ

Firewall
Remote Access

Router

Dashboard PC Dashboard PC
Screen
Tier II (Local SCADA Sites)

Tier I (Main SCADA)

New instrument

Backup Line
(RT & Historical) Existing instrument

SCADA

VPN Data Only ADSL


ADSL

Backup Line

WS 1

ADSL

Tire III Sites (Ref. Table 1: -SCADA Legend


architecture in Vol.3 Section.2 Legend Subtitle
“Particular Requirements ) Symbol Description

Ethernet

Server

Screen

PC

PLC

Modem

Cloud

Firewall
Tier III (Scenario I )

Tier I (Main SCADA)

New instrument

Existing instrument

VPN/Data Only

HMI

Tire II LOCAL SCADA

Legend
Legend Subtitle
Symbol Description

Ethernet

PLC

Modem

Cloud
Tier III (Scenario II )

Tier I (Main SCADA)

Existing instrument
Existing PLC

Existing instrument

VPN/Data Only

HMI

Tire II LOCAL SCADA

Legend
Legend Subtitle
Symbol Description

Ethernet

PLC

Modem

Cloud

You might also like