SPP Book 2 PDF
SPP Book 2 PDF
CONTENT
2a General CS-4
2b Process CS-5
2c Mechanical CS-6
2d Electrical CS-7
8 Annexure-1: HWB/SPP(T)/CIVIL/0001A CS 24
SPP facility is a chemical process plant. The process involves various organic chemical
reactions in the Glass lined and Nickel lined reactors provided with agitators. The capacity of
the reactor varies from 2 KL to 5 KL. The solvent production process involves a single step or
multiple step reaction to achieve the crude product. The crude products are purified by washing
and distillation in the reactors to get the final product.
Various raw materials in the form of liquid are kept in Bulk storage tanks, day tanks,
drums etc., whereas the solid raw materials are kept in bags or suitable drums. Hazardous
materials handling system & area are provided with fire protection & fire fighting
system/ventilation system. The gases leaving from the reactors during the reaction are scrubbed
in vent scrubber system for removal of hazardous gases before discharging to the atmosphere.
The liquid effluents are collected and sent to ETP for treatment and disposal.
The utilities system like Vacuum system, Electrode boiler system for steam production,
Cooling water system, Vapour compression refrigeration system to produce chilled water are to
be provided to maintain the operating parameters like pressure and temperature at the desired
level. Operating pressure varies from 0.1 Torr to 10 kg/cm2. Operating temperature varies from
170 °C to -10 °C. Transportation of process fluid from one vessel to the other is carried out by
pressure transfer or pumps. Centrifugal & diaphragm pumps are to be used for pumping as per
the requirement.
Some of the raw materials like Butanol are used as excess reactant during the solvent
production reaction. The same is to be recovered and recycled back to the system by
employing distillation in a Butanol recovery system.
Plant equipment are to be erected in a Main building & Utility building (closed RCC
structure cladded with cement sheets), open outdoor structure for Butanol recovery unit and
dyked area for Bulk storages of flammable chemicals. There is a separate civil tender for
carrying out major civil works for the above.
As the plant handles corrosive chemicals like POCl3 & PCl3 and flammable chemicals
like Butanol, Iso amyl alcohol etc., the MOC and Electrical & Instrumentation equipment &
fittings are to be selected accordingly.
2) SCOPE OF WORK:
The Scope of Work of the EPC contractor is given below. It is broadly indicated in
Dwg. No HWB/SPP(T)/CIVIL/0001A , REV.00. All equipment, machinery, piping, electrical,
instrumentation and control come under the scope of the EPC contractor. Detailed scope of
work is given in the tender document under Technical Specification for Process, Mechanical,
Instrumentation and Electrical disciplines.
2a) GENERAL:
1. Residual design & engineering :
i) Review and development of final P&I diagrams, conducting a HAZOP study
and development of equipment layouts.
ii) Preparation of technical specification for procurements of listed items.
iii) Design & development of fabrication drawing of equipment and piping
including piping isometrics.
iv) Design & development of control logic, DCS and field instrumentation.
v) Design & development of electrical power distribution systems.
4. Construction:
i) Erection and installation of all equipment, machinery, instruments & control
systems, electrical systems as specified in the tender.
ii) Fabrication, welding and erection of interconnection piping work including
hooking up with the respective equipment & machineries as per approved
isometric drawings.
iii) Supply & Erection of all support structures & access to equipment for safe
operation and maintenance
iv) Preparation of schedule for the construction and erection, field co-ordination,
field engineering, construction and installation supervision, field inspection
and verification, review of change notices and quantity certification.
v) Final hook up of the piping at the battery limits of various headers or any
other equipment wherever applicable.
vi) Assistance for Statutory Clearances by providing necessary documents.
5. Quality assurance:
i) Preparation of detailed Quality Assurance Plan for all items and activities and
submit the same to HWB for approval.
ii) Stage and final inspection and testing at manufacturer’s work and at site as per
approved QAP to ensure quality assurance of supply items as well as site
fabrication, erection, assembly work.
iii) Carrying out all NDTs as per approved QAP. Providing inspection tools as
recommended in equipment manufacturer manual, scaffoldings and temporary
lighting etc., for carrying out inspection. Calibration of all test instruments at
site.
iv) Maintain records of all the works and inspection reports.
2b) PROCESS
1. For detailed scope of work, Process Technical specification of this document shall
be referred.
2. Review of adequacy of design/ basic engineering.
3. Preparation of final Piping & Instrumentation diagrams.
4. Design, engineering, supply, erection of Auxiliary & Package utility systems.
5. Design basis report.
6. HAZOP study for process operation.
7. Cause and Effect diagram.
8. Preparation of line lists, valve list, equipment, machinery list etc.
9. Technical Specification & Process Data Sheets.
10. Preparation of Equipment layout.
11. Documentation for conducting commissioning, performance testing, schedule of
testing, operational procedures.
12. Deliverable as per the list indicated in process technical specification.
13. Preparation of operation & maintenance manual(s).
2c) MECHANICAL
1. For detailed scope of work, Mechanical Technical specification of this document
shall be referred.
2. Equipment & machineries: Design and development of fabrication drawing,
engineering, procurement & supply of items including spare parts, testing,
inspection, safe delivery to HWB’s site, storage, erection at HWB’s premises, piping
hooking up and commissioning of the machineries.
3. Piping: Design and engineering, supply & erection of pipes, fittings, flanges, valves
as per approved isometric drawings and P&ID.
4. Structural Steel: Supply of all the structural steel required during erection of (i)
Equipment, (ii) Rotating / Reciprocating machineries, (iii) Package / Utility Systems
(iv) Piping including supports (v) platforms, walkways/stairs including supply of
consumables.
5. EOT Crane:Supply, erection and commissioning of EOT Crane as per the technical
specifications given in the tender.
6. Spares: Supply of all spares required for commissioning and maintenance of
equipment & machineries as listed in Tender document.
7. Project Management: Activity scheduling, work progress monitoring, variance
reports, milestones status, constraints, rescheduling of activities, catch-up plan,
implication of rescheduling on expenditure pattern, final project completion reports,
cost statements etc. PRIMAVERA or equivalent tool may be employed
8. Site Execution: Selection of work method, schedule for the construction and
erection, field co-ordination, field engineering, construction and installation
supervision, field inspection and verification, review of change notices, quantity
certification etc. Deployment of manpower. Preparation of Material Accounting
Statement & return of left over materials to stores with proper return vouchers.
9. Quality Assurance Plan: Preparation of detailed QAPs for fabrication of equipment,
piping and bought out items based on the tentative QAPs included in the tender. All
testing procedures shall be prepared and submitted for HWB’s approval.
10. Preparation of Equipment & Piping Layout: Preparation of Equipment & Piping
Layout Drawings, piping design and codal analysis, Isometric Drawings with full
details indicating Supports, final "AS BUILT" drawings, Bill of Material and Weld
Joint etc.
11. Ducting: Design & Supply of entire material, fabrication & erection for non metallic
hoods & ducting, supports required to complete the job, if any.
12. Machineries, Tools & Tackles for Erection: Arrangement of required machinery
like master level, torque wrench, electric welding sets and diesel generator welding
sets, diesel and electrically operated dewatering pumps, Hydro-testing pumps, air
compressors, winches, wooden sleepers, derricks, crane and other lifting tackles,
tractors and trailers, etc. as required for erection.
13. Testing and Inspection: Stage and final inspection and testing at manufacturer’s
works and at site ensuring quality assurance of supply items as well as site
fabrication, erection, and assembly work.
14. Passivation & Cleaning: All SS lines shall be properly cleaned and passivated,
where ever required, Acid cleaning for process piping and all equipment before
erection, detergent cleaning for utility piping and local passivation, Cleaning of the
piping after assembly by air.
15. Pre-commissioning, Commissioning and Testing: All equipment/ systems/
packages & interfaces. Purging of equipment / machinery by nitrogen gas.
Preservation after erection, as per directions of owner/ equipment manufacturer.
16. Insulation (Cold and Hot as required) and Painting.
2d) ELECTRICAL
1. For detailed scope of work, Electrical Technical specification of this document shall be
referred.
2. Design and Detailed Engineering: The EPC contractor has to carry out design and
detailed engineering for all the electrical equipments listed under the scope of supply.
Preparation and submission of detailed Technical specification, data sheets, QAP,
detailed drawings etc.
4. Factory Acceptance Test (FAT): EPC contractor shall carry out Factory Acceptance
Test i.e. Inspection and Testing at supplier’s works for all the equipment as per approved
QAP in presence of HWB or third party inspector (TPI) appointed by HWB.
5. Supply &Storage at Site: EPC contractor has to supply all the items to SPP site in a
safe manner without any damage. Items shall be packed with suitable materials to
prevent damage in the transit. EPC contractor has to ensure safe transportation to SPP
site and storage of all the equipments at SPP site.
6. Erection: EPC contractor has to carry out erection of all the equipments under the
scope of supply including cable laying & termination, mounting of push button etc.
7. Site Acceptance Test: The EPC contractor has carry out pre-commissioning test,
commissioning test at site as per approved QAP for each equipment.
8. Clearance from Regulatory Authorities: EPC contractor has to obtain clearance from
regulatory authorities like State / Central Electricity Authority etc. as applicable before
taking the electrical system into service.
9. Commissioning: After safe erection of the equipments, EPC contractor shall carry out
pre-commissioning and commissioning test as applicable as per the approved check
list/procedure.
10. Charging and handing over: The EPC contractor has to hand over the equipments to
HWB after successful completion of commissioning and performance tests acceptable
to the HWB. The EPC contractor has to ensure that all the equipments can be taken into
service.
11. Retrofitting of 3.3KV feeders: Electrical power for SPP plant is to be tapped from two
dummy panels available in the existing 3.3KV switchgear at HWP site. 2nos of 3.3KV
VCB of 630A rating are to be supplied by the EPC contractor as per the technical
specification and to be retrofitted in the existing dummy panel of 3.3KV feeder along
with measuring and protective CT and necessary wiring shall be done. Detailed
Technical specification for 3.3 KV Breaker is given in Annexure – IV of Electrical
technical specification.
12. Cabling: Supply, laying & termination of all cables, cable trays, support structures,
under ground trenches shall be carried out by EPC contractor.
13. Associated Minor Civil Works: All the equipments shall be erected in the existing
RCC room in the SPP main plant building by the EPC contractor. Associated minor
civil works like chipping, grouting, providing oil soak pits, transformer rails etc.
14. Additional requirements: The EPC contractor has to supply the structural steel for
providing support for installation of electrical equipments, cable trays etc. wherever
required.
15. Drawings: After design and detailed engineering, the data sheets &drawings have to be
duly approved by the HWB and all the work should be executed as per the approved
Data Sheet and drawings.
16. Spare parts: Spare parts shall be supplied as per the list enclosed with the tender.
Maintenance tools for the above shall also be included in the scope of supply.
17. Tools & tackles: All tools & tackles shall be arranged by EPC contractor for erection
& commissioning.
2e) INSTRUMENTATION
Supply, Installation, cabling and hookup with pipes / vessels/ pumps and all other
equipment. The instrument shall be mounted with suitable isolation valves, drain
valves, bleeders and manifolds after first root valves.
5. Submission & approval of Documents:EPC contractor has to submit detailed
specification of all instruments & accessories, Layout Drawings, installation drawing,
wiring diagram, loop schematics, QAP & other required documents mentioned in
tender
6. QAP: Preparation of QAP and submission for approval by HWB. QAP includes
Factory Acceptance Test (FAT), Site Acceptance Test (SAT), Functional testing
7. Safe transportation to SPP site and Storage: EPC contractor has to supply all the
items to SPP site in a safe manner without any damage. Items shall be packed with
suitable materials to prevent damage in the transit and also ensure safe transportation
and storage of all the equipments at the SPP site.
9. Commissioning: The EPC contractor has to prepare and submit check list/procedure
for pre-commissioning test, commissioning test and charging the equipment or taking
it into service. EPC contractor shall carry out pre-commissioning and commissioning
test as applicable as per the approved check list/procedure. Calibration before and
after installation, Commissioning, loop checking of Instruments which include
sensors/final control elements of package plants also.
10. System handing over after commissioning: The EPC contractor has to hand over
the Instrumentation system after successful completion of commissioning and
performance tests acceptable to the purchaser or as per approved commissioning
procedure/manufacturer guidelines. The EPC contractor has to ensure that all the
Instruments can be taken into service.
11. Associated Minor Civil Works: All the instruments, cables, cable trays and DCS
system shall be erected in the existing RCC room by the EPC contractor. Associated
minor civil works are to be carried out by the EPC contractor like chipping, grouting
etc.
12. As Built Drawings: Preparation of “As Built” drgs. for Installation drawings, Cable
schedule drawing, Air supply network drawings, Isometric showing mainly the
installation of instruments, Loop drawings, Earthing network, GA drawing for Panels
etc.
13. Training: The EPC contractor shall arrange for in-depth training on operation and
maintenance/trouble shooting/ calibration of all types of instruments by experts from
respective instrument manufacturer.
14. Supply of Spares: EPC contractor shall supply the list of spares mentioned in the
Tender.
Tender No.: HWB/SPP/e-Tender/2016/01 Combined Scope Page CS-9 of
128
Chapter-9 Technical specification
Jacketed Reactor
60 43RV03 1 2 CS-Ni
with Agitator & Motor
S.No DESCRIPTION TAG QTY CAPACITY MOC REMARKS
NO.
61 Reactor 44 RV01 1 5 MSGL
62 Reactor 44 RV02 1 5 MSGL
63 Reactor 44 RV03 1 5 MSGL
(v) Rotating Machinery
64 2EHA Pump 43 P01 A/B 2 5 SS 316 L
43 P05
65 2 1.5
HEXANE Pump A/B PP
43 P06
66 2 0.5
RCL Feed Pump A/B PP
ALKALI Charging 43 P07
67 2 0.8 SS 316 L
Pump A/B
ALKALI Charging
68 1 0.8 SS 316 L
Pump 43 P08 A
43 P09
69 2 0.5 PP
HCL Charging Pump A/B
DM WATER Feed 43 P10
70 2 2 SS 316 L
Pump A/B
Dump Tank 43 P17
71 2 6 pp
Recirculation A/B
43
72 1 --- Glass Lined
Agitator of RV01 ARV01
43
73 1 --- Glass Lined
Agitator of RV02 ARV02
43 Ni clad carbon
74 1 ---
Agitator of RV03 ARV03 steel
Na2CO3(aq) Dosing 44 P04
75 2 0.6 SS304l
Pump A/B
Na2CO3(aq) Dosing
76 1 0.6 SS304l
Pump 44 P05
Dump Tank 44 P06
77 2 6 pp
Recirculation A/B
Na2CO3(aq) Dosing 44 P07
78 2 3 SS304l
Pump A/B
44 P08
79 2 5 SS 316
I-Butanol Feed Pump A/B
44
80 1 --- Glass Lined
Agitator of RV01 ARV01
44
81 1 --- Glass Lined
Agitator of RV02 ARV02
44
82 1 --- Glass Lined
Agitator of RV03 ARV03
Organic Column Feed 45 P01
83 2 0.7 SS 304L
Pump A/B
Tender No.: HWB/SPP/e-Tender/2016/01 Combined Scope Page CS-13 of
128
Chapter-9 Technical specification
Purified Butanol
84 1 0.7 SS 304L
Transfer Pump 45 P02
45 P03
85 2 0.7 SS 304L
Purified Butanol Pump A/B
Aqueous Phase 45
86 2 0.1 SS 304L
Transfer Pump P04A/B
OrganicPhase Transfer 45 P05
87 2 0.7 SS 304L
Pump A/B
S.No DESCRIPTION TAG QTY CAPACITY MOC REMARKS
NO.
49 P01
88 EHA Feed Pump 2 5 SS 316
A/B
49 P02
89 IAA Feed Pump 2 5 SS 316
A/B
Dumped Liquid
90 49 P03 1 5 SS 316
Transfer Pump
49 P04
91 N-Butanol Feed Pump 2 5 SS 316
A/B
(vi) Piping & fittings
MSGL
4.0-
As per Piping SS 304 L
92. Pipes 0.5”-10” 4.5km
Specifications A 106 Gr B
(Approx.)
HDPE
Pipe Fittings (Elbows, MSGL
2500
Tees, Flanges, SS 304 L
93. 0.5”-10” Nos. As per Piping
Reducers & other A 106 Gr B
(Approx.) Specifications
miscellaneous fittings) HDPE
94. Diaphragm Valves As per As per As per Piping MSGL
P&ID P&ID Specifications
PP
As per
95. Ball Valves SS
P&ID
CS
As per PP
96. NRV P&ID SS
CS
As per SS
97. Gate Valve P&ID CS
As per As per Piping
98. Globe Valve As per P&ID Specifications SS
P&ID CS
(vii) EOT Crane
As per
As per Tender
99. EOT Crane Tech 1 10 Tons
Specifications
Specs
(viii) Miscellaneous
100. Spares As per LOT As per Specifications
Tech
Tender No.: HWB/SPP/e-Tender/2016/01 Combined Scope Page CS-14 of
128
Chapter-9 Technical specification
Specs
(Refer Process technical specification & Mechanical technical specification for detailed
specification)
clause no-18.
Note: The qty. indicated as lot in the above table has to be calculated by the EPC contractor during
detailed engineering. Accordingly, schedule for each item to be worked out by EPC contractor and get
them approved by HWB and based on that, detailed final SOQ should be prepared by them. Quantity &
size of items mentioned in this SOQ are not changeable.
Supply and Installation of Operator console with cut out and fixing
2 as per dimension given in Annexure-II of the Inst. & control 3 Nos.
Specification.
25 KVA UPS System as per detailed specification given in electrical
3 1 system
technical specification.
Control Valve
As per specification mentioned in Sl. No. 10 to 11 as list of instruments
4 mentioned in Sl. No. 1 to 7
PTFE lined Control valve with accessories 4
SS Control valve with accessories 16
Level Transmitter
As per specification mentioned in Sl. No. 10 to 11 as list of instruments
mentioned in Sl. No. 1 to 7
5 Radar type 9
Ultrasonic type 1
Remote seal type 3
Non contact type RADAR 6
RTD PT 100(Temp transmitter)
As per specification mentioned in Sl. No. 10 to 11 as list of instruments
6 mentioned in Sl. No. 1 to 7
RTD with SS thermo well( With transmitter) 31
RTD with Hastelloy-C thermo well ( With transmitter) 19
Temperature gauge
7
As per specification mentioned in Sl. No. 10 to 11 as list of instruments 14
mentioned in Sl. No. 1 to 7
Pressure Transmitter
8 As per specification mentioned in Sl. No. 10 to 11 as list of instruments
mentioned in Sl. No. 1 to 7
Normal Pressure Transmitter 4
Cable trays
As per specification mentioned in Sl. No. 12 to 13 as list of instruments
mentioned in Sl. No. 1 to 7
33
100mm/50mm 1000 meters
Junction boxes
34 As per specification mentioned in Sl. No. 12 to 13 as list of instruments 18 nos.
mentioned in Sl. No. 1 to 7
Misc. Items like hard wares , components required for interfacing and
35 1 lot
total system integration.
Spares Required
1
Diaphragm seal type PG 5
2 Without diaphragm PG 5
3 Pressure transmitter 1
4 Pressure Transmitter with diaphragm seal 1
6 PTFE Control valve with accessories 1
7 SS Control valve with accessories 1
8 Electro pneumatic positioner 2
9 Air filter regulator 10
10 LG mounted switch 3
11 Control Valve spares 1 lot 1
12 RADAR LT 1
Process
Mechanical :
Electrical :
TECHNICAL SPECIFICATIONS
PROCESS
CONTENT
P-5
3 Site Description
P-5
4 Process and Plant Description
P-9
6 Equipment and Machinery List
P-16
7 Process Data Sheets
P-94
8.1 Specification of Alkali Dissolution Unit (Unit 46)
8.2 Specification of Vacuum & Vent Scrubber Unit (Unit 47) P-96
P-104
8.3 Specification of Electrode Boilers (Unit 48)
P-106
8.4 Specification of Chilled Water System (Unit 50)
P-110
9 List of Spares
P-111
10 List of Recommended Vendors
P-113
12 Schedule of Quantities
1. INTRODUCTION
The following process details has been prepared for carrying out design and detailed
engineering, procurement and construction (EPC) of the Solvent Production Plant(SPP)
facility at HWP (Heavy Water Plant), Tuticorin. SPP is intended to produce various types of
organo phosphorous solvents for captive consumption of Department of Atomic Energy.
The plant will be located in the premises of Heavy Water Plant, Tuticorin in Tamil
Nadu state. The utilities like electrical power, raw water, nitrogen, instrument air, fire water
& DM water (as per requirement) will be tapped from HWP Tuticorin.
2. SCOPE OF WORK
The scope of work of EPC contractor covers residual process design & engineering,
procurement, supply, erection, testing, pre-commissioning, commissioning & documentation
of the auxiliary and package utility system covered under process and mechanical technical
specifications. The Schedule of Quantity (SOQ), process data sheet & technical specification
given in the document is the minimum requirement for the project. The scope of work of EPC
contractor for Process & utility system is given below (but not limited to):
2.9. Documentation:
Preparation and submission of documents for conducting commissioning,
performance testing, schedule of testing, operational procedures and precautions.
Participation in system testing & commissioning as well as plant start-up activities.
Preparation of commissioning reports, test reports and operation manuals shall be carried
out by the EPC contractor.
2.10. Deliverables: The following is the list of deliverables by the EPC contractor:
1. Equipment layouts.
2. Design Basis Report.
3. P&IDS.
4. Equipment list.
5. Machinery list.
6. Line list with consolidated pressure drop tables.
7. Instrument list.
8. Valve list.
9. Electrical load list.
10. Tank datasheets.
11. Machinery datasheets.
12. Reactor datasheets.
13. Heat exchanger datasheets.
14. Datasheets of Safety valves and rupture discs.
15. HAZOP report.
16. Cause and effect diagram.
17. Procedure and schedules for systems/Plant commissioning.
18. Systems/plant test and commissioning reports.
19. Operation manuals for plant equipment, machinery and package systems.
However, during the execution of the project, minor changes and rectification of
deficiencies arising out of detailed engineering, HAZOP, testing & commissioning shall be in
the scope of EPC contractor.
3. SITE DESCRIPTION
Heavy Water Plant is located at a longitude of 78° - 8’ - 44’’E and latitude of 8° - 44’ -
16’’N at an elevation of 2.85m above sea level. The area of the plant is 8.5 hectares. It is
situated at a distance of 14 KM from Tuticorin Railway Station and about 4 KM from
Tuticorin – Thiruchendur high way running on the west side of the plant. On the east lies the
Bay of Bengal about 3 KM away. The fertilizer plant of M/s. SPIC is situated adjacent on the
north side and extends on the east and west side. To the south of the plant, lies an open
lagoon and gypsum yard of M/s Southern Petrochemical Industries Corporation (SPIC).
4. PLANT DESCRIPTION
SPP is intended to produce various solvents in different campaigns in batch mode as per
the requirement. The plant shall be operated in round the clock shift throughout the year. The
process operations shall be carried out in stirred tank jacketed reaction vessels with heating &
cooling for different steps. In view of multiple solvents being produced in the same facility,
the reactors & vessels shall be positively connected or blinded as per the requirement. A
schematic diagram (No: HWB/SPP/PROC/0002, Rev 01 ) of the SPP facility is enclosed in
the tender.
The plant shall consist of equipment viz. reactors, vessels, day tanks, bulk storage tanks,
heat exchangers, columns etc. machinery viz. pumps, agitators, blowers, compressors etc.
auxiliary and package utility systems. The operating pressure ranges from vacuum to
2
10 kg/cm and temperature ranges from -10 °C to 170 °C. To maintain the above operating
conditions, the main SPP facility shall be installed with required auxiliary units viz. vacuum
system, scrubber system, alkali preparation unit and package utility units namely chiller unit,
steam generation unit and cooling water unit. Other utilities such as power, raw water, DM
water, Instrument Air & nitrogen shall be drawn from HWP. The facility shall also be
provided with bulk storage tanks (5 nos.) for storing n- Butanol, 2 EHA, IAA. These tanks
shall be located at about 300 m away from the SPP plant building and shall be connected to
the appropriate daytank in the main plant of SPP. Other liquid chemicals like PCl3 and POCl3
shall be stored in drums in the dedicated chemical storage building and the other chemicals
like Na2CO3, KOH, NaOH etc. shall be stored in the chemical storage shed.
Various types of Corrosive fluids are to be handled in this facility. The respective
equipment of the facility shall be designed to handle the chemicals namely POCl 3, PCl3,
2Ethyl Hexanol, n- Butanol, Sodium, Magnesium, KOH, n- Hexane, Xylene, THF, Bromo
Octane, aq. HCl, aq. Sodium carbonate & Sodium hydroxide solution, Tri Ethyl Amine, Di
Hexyl Amide, Octyl chloride, Iso Amyl alcohol and intermediate products of acidic &
alkaline nature. Material of Construction for the respective vessels, piping, machinery &
equipment has been suitably selected based on the fluid compatibility.
List of chemicals used in the facility and broad specification of utility and auxiliary
systems in SPP is given below:
i) POCl3
ii) PCl3
iii) 2 Ethyl Hexanol
iv) n- Butanol
v) Iso Amyl alcohol
vi) Sodium
Raw water:
Turbidity : less than 2 NTU
PH : 7.8-8.0
Total hardness : 184 mg/l as CaCO3
Calcium hardness : 80 mg/l as CaCO3
Total Na + (incl. K+) : 182 mg/l as CaCO3
Total alkalinity : 260 mg/l as CaCO3
P-alkalinity : Nil
Chloride : 95 mg/l as CaCO3
Silica : 26 mg/l as CaCO3
Sulphate : 13 mg/l as CaCO3
Nitrate : nil
COD : less than 2 mg/l as O2
Instrument Air:
Pressure : 6.0 to 7.0 kg/cm2 (g)
Dew point : - 40 °C
Nitrogen:
Pressure : 3 kg/cm2 (g)
Oxygen : 10 - 100 ppm
Oil : nil
Fire Water:
A complete Fire water system consisting of fire hydrant at 7.0 Kg/cm2 (g) pressure is
available in SPP facility.
Vent scrubber :
Scrubbing duty :
HCl : 100 Kg/hr
Organics : 1-2 % ( not dissolved )
Vacuum System:
Consisting of two trains of vacuum pumps. Each train shall comprise of 1 booster
pump, two Oil Seal Rotary Vacuum (OSRV) pumps and with a chiller trap and a
Knock Out Drum.
Charging Full
7 43V07 1 SS 304L Vessel Na2CO3 (soln.)/KOH V vac-2 Vac-6 Ambient 100
Charging Full
8 43V08 1 SS 304L Vessel Na2CO3 (soln.)/KOH V vac-2 Vac-6 Ambient 100
Day Static
9 43V09 1 PPFRVE Tank HCL Charging Vessel V Atm Fill Ambient 70
Day Full
10 43V10 1 SS 304L Tank DM Water V 0-2 Vac-6 Ambient 100
Product Full
11 43V11 1 MSGL Tank D2EHPA II, DHOA V 0-2 Vac-6 Ambient 100
Full
12 43V12 1 MSGL Receiver Hexane V vac-2 Vac-6 Ambient 100
Full
13 43V13 1 MSGL Receiver RCL+ROH V vac-2 Vac-6 Ambient 100
Full
14 43V14 1 MSGL Receiver Xylene V vac-2 Vac-6 Ambient 100
Full
15 43V15 1 MSGL Receiver RCL+ROH V vac-2 Vac-6 Ambient 100
Excess Full
16 43V16 1 SS 304L Receiver RCL+ROH V vac-2 Vac-6 Ambient 100
POCl3/PCL3/TEA/OC/
Dump DHA/Hexane/. Full
17 43 V 17 2 MSGL Tank Xylene H vac-2 Vac-6 Ambient 100
Drain Static
18 43 V 18 1 PPFRVE Tank Reactor Drain H Atm Fill Ambient 70
Drain Static
19 43 V 19 1 PPFRVE Tank Reactor Drain /H Atm Fill Ambient 70
Refer
Data CW Hexane, Process:vac-1 Process:vac-5 Process:150-45
1 43R01 Sheet Graphite Condenser DOP,2EHA,BO V Utility:3 Utility:5 Utility:32-37 180
Refer Process:vac-5
Data CHW Hexane, DOP, Process:vac-1 Utility:5 Process:45-10
2 43R02 Sheet Graphite Condenser 2EHA, BO V Utility:2.5 Utility:-5-0 180
Refer Process:vac-5
Data CW RCl, ROH, Xylene, Process:vac-1 Utility:5 Process:150-45
3 43R03 Sheet Graphite Condenser Hexane V Utility:3 Utility:32-37 180
Refer Process:vac-5
Data CHW RCl, ROH, Xylene, Process:vac-1 Utility:5 Process:45-10
4 43R04 Sheet Graphite Condenser Hexane V Utility:2.5 Utility:-5-0 180
Refer Process:vac-5
Data CW THF, Hexane, Process:vac-1 Utility:5 Process:80-40
5 43R05 Sheet SS 316L Condenser DOP, RCL V Utility:3 Utility:32-37 180
Refer Process:vac-5
Data CHW THF, Hexane, Process:vac-1 Utility:5 Process:40-10
6 43R06 Sheet SS 316L Condenser DOP, RCL V Utility:2.5 Utility:-5-0 180
Design
Design
Capacity, H/ Pressure,
S.No. Tag No. MOC Service Fluid 2 Temperature, °C
m3 V Kg/cm ,a
Process Jacket Process Jacket
Full Full
1 43RV01 2 MSGL Reactor POCl3/PCl3/TEA/OC/DHA/ V Vac-6 Vac-8 200 200
Hexane/Xylene/Sodium/HCl/ Full Full
2 43RV02 2 MSGL Reactor EHA/Na2CO3 (soln.) V Vac-6 Vac-8 200 200
Full Full
3 43RV03 2 CS-Ni Reactor TOP/KOH/Xylene /Sodium V Vac-6 Vac-8 200 200
1 44 V01 5 SS 304L Day Tank Butanol V 0-2 Full Vac-6 Ambient 100
Charging
2 44 V02 1 MSGL Vessel POCl3 V vac-2 Full Vac-6 Ambient 100
Charging
3 44V03 1 MSGL Vessel POCl3 V vac-2 Full Vac-6 Ambient 100
SS 304L
4 44V04 2 Feed Tank Na2CO3 (soln.) V 0-2 Full Vac-6 Ambient 100
SS 304L
5 44V05 2 Feed Tank Na2CO3 (soln.) V 0-2 Full Vac-6 Ambient 100
6 44V06 4 MSGL Dump Tank Butanol, aq HCl H vac-2 Full Vac-6 Ambient 100
SS 304L
7 44V07 2 Feed Tank Na2CO3 (soln.) V 0-2 Full Vac-6 Ambient 100
SS 304L
8 44V08 3 Storage Tank Impure Butanol V 0-2 Full Vac-6 Ambient 100
9 44V09 2 SS 304L Product Tank Solvent V vac-2 Full Vac-6 Ambient 100
10 44V10 2 PPFRVE Drain Tank Wash Water H atm Static Fill Ambient 60
11 44V11 2 PPFRVE Drain Tank Wash Water H atm Static Fill Ambient 60
Process: Process
Process: Process: 110-40 :0-150
Refer Data SS Condenser, Butanol + Moisture vac-atm vac-5 Utility: Utility:-
1 44 E 1-A Sheet 304L S&T (3-15 %) v Utility:3.5 Utility:5 -32-37 5-60
Process
Process: Process: Process: :0-150
Refer Data SS Condenser, Butanol + Moisture vac-atm vac-5 40-10 Utility:-
2 44 E 1-B Sheet 304L S&T (3-15 %) V Utility:2.5 Utility:5 Utility: -5 -0 5-60
Process
Cold Trap, Butanol + CO2 Process: Process: Process: :0-150
Refer Data SS Double Pipe vac-atm vac-5 40-0 Utility:- Utility:-
4 44 E4 Sheet 304L Type V Utility:2.5 Utility:5 5-0 5-60
3 44 RV03 5 MSGL Reactor Butanol + TBP V Full Vac-6 Full Vac-8 200 200
Organic
1 45 R 1 Refer Data column Butanol Process:2 Process:5 Process:117 Process:200
Sheet SS304L reboiler V Utility:3 Utility:5 Utility:135 Utility:200
Aqueous Process:5
2 45 R 2 Refer Data column Effluent water Process:2 Utility:5 Process:117 Process:200
Sheet Graphite reboiler V Utility:3 Utility:135 Utility:200
Butanol + Process:5
3 45 E 1 Refer Data SS304L Head Water Process:1 Utility:5 Process:93-70 Process:180
Sheet Condenser H Utility:3 Utility:32-37 Utility:50
Process:5 Process:180
SS304L Utility:5 Pure Butanol: Utility:50
4
45 E2 Refer Data + Cooler Butanol Process:1 117-40
Sheet H Utility:3 Utility: 32-37
Process:5 Process:180
5 45 E3 Refer Data Graphite Cooler Effluent water Process:1 Utility:5 Process:117-45 Utility:50
Sheet H Utility:3 Utility:32-37
Butanol + Process:5 Process:180
6 45 E4 Refer Data Graphite Condenser Water Process:1 Utility:5 Process:117-45 Utility:50
Sheet H Utility:3 Utility:32-37
Capacity,
S.No. Tag No. m3/hr Head, m Qty. Description Type MOC
Unit - 43
1 43 P01 A/B 5 40 2 2EHA Pump Centrifugal SS 316
Capacity,
S.No. Tag No. m3/hr Head, m Qty. Description Type MOC
Unit - 48(Package system)
1 48 P01 A/B 5 25 2 Raw water feed Pump Centrifugal
7.1.1. Tanks
NOTES :
a) Nozzle elevations are from the bottom tan line.
NOTES :
a) Nozzle elevations are from the bottom tan line.
NOTES :
a) Nozzle elevations are from the bottom tan line.
NOTES :
a) Nozzle elevations are from the bottom tan line.
NOTES :
a) Nozzle elevations are from the bottom tan line.
NOTES :
a) Nozzle elevations are from the bottom tan line.
43 V10 REV
00
NOTES :
a) Nozzle elevations are from the bottom tan line.
NOTES :
a) Nozzle elevations are from the bottom tan line.
NOTES :
a) Nozzle elevations are from the bottom tan line.
43 V16 REV
00
NOTES :
a) Nozzle elevations are from the bottom line.
43 V17 REV
00
Service : To carry out chemical Operating drive : Tag No : 43 RV 01/ 02/03 and
reactions / unit operations under Flame proof Motor 44 RV 01/ 02/03
heating and cooling. with VFD for the Agitator No of Equipment : 06
1 Agitating system/Drive Motor Glass lined Impeller type agitators for 43 RV01,2 and 44
RV01,2,3 for agitation of the reactants. For 43 RV03 the MOC
of the shaft shall be ASME SB-160-UNS NO. 2200, MOC of the
impeller shall be ASME SB-162-UNS NO. 2200, for stud SA
193 B7 and nuts SA1942 H drive unit should be adequate for
the above load and consists of an asynchronous three phase
explosion proof Motor, gear box. Lantern stool houses self-
aligning double ball bearing and specially design three piece
muff coupling for perfect alignment.
2 Agitator speed 1. 0 - 100 rpm for the agitator with VFD for controlling of the
speed.
2. The VFD panel shall be provided in the field control panel
of explosion proof for all agitator motors.
3. Speed control shall be provided both from site as well as
from PLC/DCS control panel.
4. The drive unit is to be designed to facilitate easy and quick
replacement of components without disturbing alignment
or dismantling of major drive components.
3 Gear Box Flange mounted helical gear box of reputed brand like
BONFIGLIOLI.
4 Agitator shaft sealing Double mechanical seal at the shaft with cooling arrangement
( indirect cooling ) for removal of sealing heat
* Vendor to indicate
* Vendor to indicate
* Vendor to indicate
* Vendor to indicate
NOTES :
a) Nozzle elevations are from the bottom tan line.
NOTES :
a) Nozzle elevations are from the bottom tan line.
NOTES :
a) Nozzle elevations are from the bottom tan line.
NOTES :
a) Nozzle elevations are from the bottom tan line.
NOTES :
a) Nozzle elevations are from the bottom tan line.
b) Instrumentation to confirm nozzles N5A/B.
NOTES :
a) Nozzle elevations are from the bottom tan line.
Material For Nozzle Pipe : : Enamel Quality Forging SA 836 Class I /SA Material For Leg Support : IS-2062
181M Class 60
Material For Manhole Flange : A 516 M Grade 380 Manhole Details :500 mm X 150 lb
Material For Stud Bolts : A-193 Gr-B7 Material For Nuts : A-194 Gr-2H
Glass Lining of Wetted Parts :1.5-2.0 mm Type Of Insulation : None
NOZZLE & CONNECTION
Mark No Size Elevation Rating Service
mm mm
N1 2 100 Top 150 Sight Glass
N2 1 40 Top 150 Butanol In
N3 1 40 Top 150 Na2CO3 (soln.) In
N4 1 25 Top 150 POCl3 In
N5 1 600 Top 150 Man Hole
N6 1 50 Top 150 Safety Valve
N7 1 50 Top 150 Rupture Disc
N8 1 100 Top 150 Vapour Out
N9 1 50 Top 150 Level Transmitter
N10 1 I/S* Top 150 Temp Element
N11 1 15 Top 150 Presuure Transmitter
N12 1 * Top 150 Agitator
N13 1 50 Top 150 Spare
N14 1 50 S 150 CW In
N15 1 50 S 150 CW Out
N16 1 50 S 150 CW Out
N17 1 50 B 150 Outlet
N18 1 I/S* Bott 150 Temp Element
Accessories
1.A flush bottom valve for outlet fluid.
2.A tantalum tip with RTD sensor & thermo well from top for temperature
measurement of the bottom most charge of vessel.
3. A tantalum tip with RTD sensor for temperature measurement with flush bottom
valve.
4.A PTFE dip pipe.
5. Safety valve whose MOC shall be PTFE lined for the wetted part compatible with
PROCESS DATA SHEET process fluid & Inconel 600 rupture discs with PTFE envelopes.
44 RV01 & 44 RV02 6. .Spiral shall be provided in the jacket for distributed utility ( steam, cooling
water, chilled water, etc.) flow in the jacket for heating & cooling.
Material For Stud Bolts : A-193 Gr-B7 Material For Nuts : A-194 Gr-2H
Glass Lining of Wetted Parts :1.5-2.0 mm Type Of Insulation : None
NOZZLE & CONNECTION
Mark No Size Elevation Rating Service
mm mm
* Vendor to indicate
* Vendor to indicate
* Vendor to indicate
NOTES :
a) Nozzle elevations are from the bottom tan line.
b) 3 sctions of SS 304 lstructured packing each of height 4000mm .with all
accessories like distributers, redistributers, packing support trays,
collecors etc.
NOTES :
a) Nozzle elevations are from the bottom tan line.
b) SA 516 Gr 70 to have 1 mm PTFE lining wetted parts.
c) 2 sctions of random packing (1’’ ceramic pall rings) 0f 4000 mm each.
with all accessories like distributers, redistributers, packing support trays,
collecors etc.
NOTES :
a) Nozzle elevations are from the bottom tan line.
PROCESS
Process fluid : Dumped Alcohol Process Vol. : 30 m3
3
Liquid density : 833 kg/m Liquid Viscosity : 9.8 cP
Operating Pressure : 0-1 kg / cm2 (g) Design Pressure: Full Vacuum to 5 Kg/cm2(g)
Operating Temperature : 35 °C Design Temperature : 100 °C
MECHANICAL
Design Code : ASME Sec-VIII-Div-I Hydro Test Pressure : As per code
Type Of Shell : Cylindrical Minimum Thickness : 10 mm, Vendor to confirm
Side Dish End (1) : 2:1 Ellipsoidal Side Dish End (2) : 2:1 Ellipsoidal
Dish thickness: 8mm
Type Of Installation : Outdoor Radiography : 100 %
Shell Inside Diameter : 2675 mm Orientation : Horizontal
TL To TL Length : 5350 mm Material For Shell : SA-516 Gr 70
Material For End Covers : SA-516 Gr 70 Material For Nozzle Flange : SA-105
Material For Nozzle Pipe : SA-106 Gr B Material For Saddle Support : IS-2062
Material For Manhole Flange : SA-105 Manhole Details : 600 mm X 150 lb
Material For Stud Bolts : A-193 Gr-B8M Material For Nuts : A-194 Gr-8M
Type Of Insulation : None
NOZZLE & CONNECTION
Mark No Size Elevation Rating Service
mm mm
* Vendor to indicate
* Vendor to indicate
* Vendor to indicate
* Vendor to indicate
8. PACKAGE UNITS
OPERATING CONDITIONS
1 Service required Preparation of aqueous Na2CO3, NaOH and KOH solution ( different
batches ) at different concentration level .
Alkali solution shall be prepared in 2 number of jacketed stirred tank
by mixing of Na2CO3 or NaOH or KOH in the form of flakes or
powder and water under stirring. The mixed charge shall be stirred
with a electric motor operated agitator fitted with this tank. The heat
generated in the system shall be removed by cooling with cooling
water to be circulated through the spiral jacket of the stirred tank.
The agitator shall be of overhung design. It’s RPM shall be 105. The
in-line-helical gearboxes shall be of Bonfiglioli make.
2 System configuration The agitator motors shall be 415 V/ 3 phase/50 hertz/4 pole/TEFC
induction type. Local Start/Stop push button station to be provided in
the field.
3 Capacity of the tanks 2 KL x 2 ( nominal volume ) with standard baffling, for preparation
of about 1600 lit of alkali solution at a time.
1) The reactors shall be provided with a 3 bladed hydrofoil impeller
Agitator (with non-flame proof electric motor), local temperature
indicator ( bi-metallic ), Level gauge. Alkali feed port at top (for
filling system as well as manual).
2) Cooling water/steam supply & return line for the jacket with
valves.
8) Inter connected piping (2” SS 304L Sch.40, 100 °C) for the pumps
& drains, process water and cooling water feed lines up to battery
limit, valves, strainers, NRV and other pipe fittings.
5 Type of Installation Indoor. Steel required for structural work and support during
erection shall be in scope of the vendor.
6 Operation mode The Unit will be operated intermittently as and when required basis.
Therefore flushing lines shall be provided to flush the entire suction
& discharge line after the unit is taken shutdown for larger time
period.
7 Operating temperature 50- 70 °C
8 Operating pressure Atmospheric
9 Design temperature 150 °C
10 Design pressure 2.0 Kg/cm2 g (sufficient to take dynamic and static load of the
charge). It is the contractor’s scope to decide for the design pressure
under this static and dynamic load condition.
11 Material of MOC of the jacket shall be IS-2062 Gr A/B. Pumps: SS 316.
Construction ( MOC ) 2 KLVessel-SS 304L.
Pipes valves fittings agitator and agitator shaft : SS 304.
Cooling Water : Pressure : 3.0 Kg/cm2 (g)
Temperature: :Supply:32°C,
:Return : 37°C
Nitrogen : Max. at the rate of 40 Nm3/hr
12
Utility available at site Instrument Air : Pressure : 6.5 Kg/cm2(g)
Electrical Power: 415 V, 50 Hz with emergency backup
feeder of 250 KW load .
Hot water : Steam condensate at 75 – 90 °C
Instrumentation 3 no. of pressure gauges & 3 no. of pressure transmitter, 2 no. of
13
Level gauges, 2 nos. of local temperature indicator
Electrical 3 no. of pump motors & 2 no. of agitator motors with VFD including
14
cabling from the MCC located 60 metre away from the unit.
15 Civil Foundation for 2 nos.of 2 KL vessel and 3 no. of pumps
8.2.1. Scrubber
Scope: Design, manufacture, inspection, testing, supply, erection & commissioning
Note:
All lining and equipment design, fabrication & inspection shall be as per BS
4994 code of practice and fabrication drawing for all these components is to be
submitted to the Department for verification and final clearance before
fabrication of the same .
While designing, general safety aspect shall be considered with respect to use
of the item in hazardous chemicals and conditions.
A schematic diagram of the unit is enclosed. However the successful vendor
shall subsequently submit a detailed P&ID.
3 Capacity To scrub HCL @ 100 Kg/hr (1-5 % of Hexane, 2Ethyl hexanol, iso-amyl
alcohol, xylene, etc). HCL traces in scrubber outlet shall be nil.
(v) Two blowers along with their motors (capacity: 700 Nm3/hr; Head: 200 mm
water column) Local Start/Stop push button station to be provided in the field.
(vi) Connected piping –for liquid piping and for column inlet and outlet
vapour.
(viii) Instruments such as gauges and transmitter for level measurement of the
column sump, flow measurement for the liquid circulation, compound pressure
gauges on the column inlet and pump discharges, delta pressure transmitter
across the column, vacuum gauges on blower suction, temperature indicators
for of the column sump. The system shall be operated from the field and DCS.
All logics and interlocks shall be configured though the DCS.
(ix) All other accessories as required for smooth operation of the unit to be
designed by the supplier.
(x) Structural steel required for erection and supports shall be in the scope of
the vendor.
5 Type of Outdoor
Installation
6 Operation mode Continuous
7 Operating 40- 70 °C
temperature
8 Operating Atmospheric
pressure
9 Design 70 °C
temperature
10 Design pressure Vacuum of 350 mm WC to atmospheric
Pressure drop across the column: 50 mm of water column maximum
Hydro test pressure: Water Filled
13 Instrumentation 2 no. of pressure gauges, 1 no. of Temp. Indicator, 1 no. of Level gauge, 1 no.
of HCl monitor & 1 no. of H2 monitor with DCS connectivity and necessary
cabling.
14 Electrical 2 no. of alkali circulation pumps motors & 2 no. of blower motors with
cabling from MCC located 60 metre away from the unit.
15 Civil Foundation for one Scrubber column, one Heat exchange and 2 no. of
circulation pumps.
P&I diagram, GA drawing, equipment lay out indicating the space requirement,
total weight of the system, utilities needed for this, electrical power requirement, etc.
Equipment data sheets of pumps, agitators, tanks.
Electrical / Instrument control logic diagram.
Specification/make/model of instruments, pumps, agitators and tanks.
QAP & delivery schedule.
Note:
1. Recommended spares for the trouble free operation for a period of 2 years shall be supplied.
2. Vendor shall take reference of the schematic drawing for meeting the minimum requirement of
the system.
3. Final QA plan including stage inspection shall be submitted for HWB’s approval prior to
manufacture.
4. Guarantee test runs shall be carried out for final acceptability. Guarantee test runs shall be carried
5. out for final acceptability. Test conditions shall be approved by HWB prior to placement of order.
6. 5. Four sets of Operation and maintenance manual of the equipment and machinery along with a CD
7. containing one set of the above mentioned documents shall be submitted.
8. 6. Material Test certificate, Equipment Internal Performance test report, etc. shall be sent along with
9. the consignment.
ii) Interconnected chiller traps/ vessels (as required for the system),
piping, fittings, valves, Instrumentation & controls,accessories and
2 System spares suitable for the hazardous area.
configuration
iii) A 1 m3 SS304 L suction buffer vessel designed for full vacuum and
5 kg/cm2 (g).
3. All the above equipment shall be skid mounted on common base frame
and inter-connecting piping & bellows shall be provided in between the
equipment.
4. Necessary Electrical and Instrumentation cabling shall be in vendors
scope. The MCC is located 60 metre away from the unit.
Other Accessories
1.Electropneumatic operated high vacuum valves at different isolation
points of the system like suction, discharge, bypass etc.( 6” size )
2. Vacuum measuring instruments – i) Pirani gauge. ii) Mcleod gauge
3. Interconnected piping along with required equipment within the system.
4. Bellows for connecting the rotary and stationary items of the system.
5. Other equipment like intermediate vessels as required in the system.
Accessories
4 6. Necessary spares to be indicated and supplied by the supplier for five
years of trouble free operation.
7. Chilled water trap
8. Condensate tank with level indicator,
9. Air & electrical operated Admittance valves
10. Non return valves
11. Vacuum switch, Temperature switch
12. 1 m3 suction knock out drum.
Cooling water :
Pressure : 3.5 Kg/cm2 g ;
Temperature : In/Out : 32 °C /37 °C
Pressure drop allowed: 0.2 Kg/cm2 (max.)
10 Utility available at Chilled water :
site Pressure : 3.0 Kg/cm2 g ;
Temperature : In/Out : -5°C / 0 °C
Nitrogen : At 2.0 kg/cm2 g
Instrument Air: at 6.5 Kg/cm2g
11 Other details
Electric Motor -Explosion/Flame proof VFD compatible Motor
-Suitable power rating for the continuous duty
- Powers supply :415 V, 3 Phase, 50 Hz.
- IP 55 for gas group II B, Zone 1,
Insulation class : F,
Make: Crompton/Kirloskar/BharatBijlee/ABB/
Siemens
System Controls The system shall be configured with the DCS. It shall be provided with all
interlocks for automatic starting/stopping of Booster pumps,VFD control,
By-pass valves, Booster Suction/Discharge isolation valves, Booster High
Temperature Tripping and Overload tripping of boosters and OSRVs with
indications in the DCS.
External surface Painting with Epoxy Red oxide primer and final painting by polyurethane
preparation paint.
Instrumentation & Supplier to provide all necessary Instrumentation & Control items
Control compatible with Gas group IIB, Zone 1 for smooth operation and safety of
the system. Apart from the others following should be provided :
12 Test to be carried
out
Details of Test Test to be carried out by To be witnessed by
Pumping capacity Manufacturer Department
and other
functional test for
checking of all the
interlocks.
Hydro test for the Manufacturer Department
Intermediate
equipment and
pipelines at 9 ata
Other NDT test as Manufacturer Department
specified in
standard code of
practice.
Material test Mil test certificate Review
13 Electrical 2 no. of Booster pump motors through VFD, 4 no. of OSRV pump motors.
The two VFDs shall be housed in one panel in MCC located 60 metre
away from the unit.
14 Civil Foundation for 2 no. of vacuum suction buffer vessel(Knock out drum), 2
no. of Intermediate condensers, 2 no. of Booster pumps & 4 no. of OSRV
pumps.
2. In case the item requires outsourcing by the party, for safeguard of the item and interest of the
Department the same should be procured from a reputed Manufacturer or it’s Authorized agencies
in this field (Preferably from M/S Hick Hargreeves U.K, Hind Hivac, Precise vacuum, J.B.
Sawant, or it’s authorised agency), having experience in manufacturing and supplying the item at
least 3 to 5 Industries in last five years. The list of such Manufacturers along with their design
details should be submitted to the department for issuing final clearance for
manufacturing/procurement of the item.
3. While detail designing of the item general safety aspect should be considered.
4. Following documents shall be submitted during detailed engineering:
P&I diagram, GA drawing, equipment lay out indicating the space requirement,
total weight of the system, utilities needed for this, electrical power requirement, etc.
Equipment data sheets of pumps, agitators, tanks.
Electrical / Instrument control logic diagram.
Specification/make/model of instruments, pumps, agitators and tanks.
QAP & delivery schedule.
Note:
1. Recommended spares for the trouble free operation for a period of 2 Years shall be supplied.
2. Vendor shall take reference of the schematic drawing for meeting the minimum requirement of the
system
3. Final QA plan including stage inspection plan shall be submitted for HWB’s approval prior to
manufacture/procurement.
4. Guarantee test runs shall be carried out for final acceptability.
5. Four sets of Operation and maintenance manual of the vacuum system along with a CD containing
one set of the above mentioned documents shall be submitted.
6. Material Test certificate, Equipment Internal Performance test report, etc. shall be sent along with
the consignment.
S. No Parameters Description
Quantity: 2nos.(sets)
1. System configuration - Complete skid mounted package unit
- Fully automatic operation ( auto start & stop for capacity control
with ampere based water level controller, pressure controller and
blow down
- Non IBR type
- Automatic blow down and cleaning system
- Automatic blow down and pressure control Operation / fault
status of the units shall be available in the DCS.
2. Steam quality Super-heated steam ( 5-100C )
Press : 6.0 kg/ cm2 g
2 a) Steam generation capacity 400 Kg/ hr from each boiler
3. Type of system Non IBR; Electrode type of boilers
4. Accessories to supply - Water feed tank with level gauge and necessary valves
- Motorized Water feed pump with valves
- All valves including manual & auto valves for blow down
- Steam stop valve.
- Safety valves
- Steam pressure control valves
- Pressure gauges & switches
- Pressure controller
- All field instruments & control system
- Control panel
- Cabling for Electrical & Instrumentation.
- All insulation
- connected pipe, pipe fittings & valves
- Water softener(one softener for both units) from process water
- feed water day tank (one tank for both units) with valves
- Pre-wired control panel (one panel for both units) complete with
contactors, overload relay, Ampere controller, indicating lamps,
cam switches, ammeters, voltmeters, selector switches, switches
and indication lamps for pumps heaters pressure controllers fuses
etc.
- Isolation transformer: For electrode boiler one no. of suitable
415V/415V isolation transformer of 500KVA rating (continuous
rating) is to be supplied with each set.. The transformer should be
dry type with natural air cooling. The class of insulation of
transformer should be class H. The purpose of isolation
transformer is to isolate main system from the neutral voltage
variation which is likely to arise during the operation of electrode
boiler.
- Boiler vessel seamless fitted with special alloy electrodes, Teflon
insulators, neutral shiel
5. MOC - A106 Gr B piping
- Valve body: A 105 gr II
- Stem: A 182 Gr 304
6. Special features - Fully automatic ampere-based water level controller
- Quick steaming
P&I diagram, GA drawing, equipment lay out indicating the space requirement,
total weight of the system, utilities needed for this, electrical power requirement, etc.
Equipment data sheets of pumps, agitators, tanks.
Electrical / Instrument control logic diagram.
Specification/make/model of instruments, pumps, agitators and tanks.
QAP & delivery schedule.
Note:
1. Recommended spares for the trouble free operation for a period of 2 Years shall be supplied.
2. Vendor shall take reference of the schematic drawing for meeting the minimum requirement of the system
3. Final QA plan including stage inspection plan shall be submitted for HWB’s approval prior to
manufacture/procurement.
4. Guarantee test runs shall be carried out for final acceptability.
5. Four sets of Operation and maintenance manual of the system along with a CD containing one set
of the above mentioned documents shall be submitted.
6. Material Test certificate, Equipment Internal Performance test report, etc. shall be sent along with
the consignment.
Basis Of Design :
Capacity : 60 TR x 2
Flow rate (within chiller unit) : as reqd.
Supply Water/Brine Temp. : -5°C.
Return Water/Brine Temp. : 0°C.
Supply Water/Brine Flow : 40 m3/hr.
Supply Water/Brine pr. : 3 Kg /cm2
Type of system : Skid mounted water cooled Chilling system
Refrigerant : R- 134a / 404a (CFC free refrigerant )
Location : HWP, Tuticorin
TECHNICAL SPECIFICATIONS:
Note:
1 Recommended spares for the trouble free operation for a period of 2 Years shall be supplied.
2 Vendor shall take reference of the schematic drawing for meeting the minimum requirement of the system.
3 Final QA plan including stage inspection plan shall be submitted for HWB’s approval prior to
manufacture/procurement.
4 Guarantee test runs shall be carried out for final acceptability. Test conditions shall be approved by HWB
prior to placement of order.
5 Four sets of Operation and maintenance manual of the chilled water system along with a CD containing one
set of the above mentioned documents shall be submitted.
6 Material Test certificate, equipment internal performance test report, etc. shall be sent along with the
consignment.
S. No Description Specification
1 System Complete package unit of FRP Cooling Tower consisting of its casing (shell),
configuration fills, water distribution header with spray nozzles, fan with motor & guard in
each cell, drift eliminator and air Intake mesh and supporting structures for
erection of entire cooling tower unit. Which will be erected in the existing hot
well of HWP, Tuticorin. The system shall also consist of 3 nos. of cooling
water supply pumps along with it’s suction and discharge isolation & non-
return valves and piping.
2 Technical Specification
2.1. Type FRP induced draft counter flow cooling tower
2.2. No. of cell 2 Nos.
2.3. Water Circulating 200 m3/hr i.e. 100 m3 / hr through each cell
Rate
2.4. Inlet Water 42 °C
Temperature
2.5. Outlet Water 32 °C
Temperature
2.6. Wet Bulb 28 °C
Temperature
2.7. Approach 4 °C
2.8. Fan Axial Flow, Multi blade direct mounted/ belt driven, adjustable pitch
Galvanised steel hub with S.S. 304 Clamps, Bolts & Nuts., EN 8 shaft.
2.9. Pump Centrifugal, Flow -100 m3/hr/ Head -40 m 3 nos. of pumps along with base
plates supply as per approved vendors list for pumps.
MOC casing SA 216, Gr WCB, Shaft SS410, Graphoil packing
2.10. Motor Squirrel cage TEFC weather proof induction motor, IP-55, Class F Insulation,
415 V, 3 phase, 50 Hz –supply as per approved vendors list for motors.
3 Scope of supply and material specification
3.1. Casing (shell) FRP ( minimum 3mm thick)
3.2. Fan Cylinder FRP ( minimum 3mm thick)
3.3. Fan Blades Al Alloy
3.4. Fan Guard SS 304
4.5. Fan Hub Galvanised steel hub with S.S. 304 Clamps, Bolts & Nuts.
4.6. Fan shaft EN 8
4.7. Fills and Spray Honey comb PVC
Nozzles
4.8. Drift Eliminator PVC
4.9. Water Galvanised Steel.
Distribution
Headers
4.10. Fasteners, Bolts, S.S. 304
Nuts and
miscellaneous
hardware
4.11. Pipes supports & S.S. 304
Clamps
9. LIST OF SPARES
3 Vent Scrubber Unit 1. Coroseal Chemical Equipment Private Limited, Mumbai. (For
scrubber system)
2. Jr Fibreglass Industries Private Limited, Mumbai (For
scrubber system)
Following drawings are enclosed in the tender under the respective Annexures :
No.
Annexures Unit
Drawing Number Description Of
No.
sheets
PROCESS SCHEMATIC
P1 HWB/SPP(T)/PROC/0002, REV 01 DIAGRAM FOR SPP 43 & 44 1
SITE PLOT PLAN FOR SPP AT
HWB, TUTICORIN
P II HWB/SPP(T)/CIVIL/0001, REV.00 - 1
PIII EQUIPMENT LAY OUT UNIT
HWB/SPP(T)/MECH/ 0003,REV.00 43 & UNIT 44 43 & 44 1
P IV HWB/SPP(T)/PROC/0010,REV0 P&ID OF MAIN PLANT 43 3
PV HWB/SPP(T)/PROC/0011,REV0 P&ID OF MAIN PLANT 44 2
P&ID OF BUTANOL
P VI HWB/SPP(T)/PROC/0012,REV0 RECOVERY UNIT 45 2
P VII HWB/SPP(T)/PROC/0016,REV0 P&ID OF STORAGE TANKS 49 1
SCHEMATIC OF UNIT 46(
PVIII HWB/SPP(T)/PROC/0013,REV0 ALKALI DISSOLUTION) -46 1
SCHEMATIC OF UNIT 47(
VACUUM & VENT
P IX HWB/SPP(T)/PROC/0014,REV0 SCRUBBER) -47 1
SCHEMATIC OF UNIT
48(ELECTRIC BOILER
P-X HWB/SPP(T)/PROC/0015,REV0 PACKAGE UNIT) -48 1
SCHEMATIC OF UNIT
P-XI HWB/SPP(T)/PROC/0017,REV0 50(CHILLER PACKAGE UNIT) -50 1
SCHEMATIC OF UNIT
P-XII HWB/SPP(T)/PROC/0018,REV0 51(COOLING TOWER UNIT) -51 1
TECHNICAL SPECIFICATIONS
MECHANICAL
6.2 Special Requirements For Motors & Other Electrical Items: M-81
M – VII Specification For Painting: Piping & Equipment M-84
7.1 General M-84
7.2 Scope M-84
7.3 Extent Of Work M-84
7.4 Codes & Standards M-85
7.5 Equipment M-85
7.6 Surface Preparation, Non Compatible Shop Primer, Coating M-86
Procedure, Application & Repair And Documentation
7.7 Paint Materials M-93
party Inspection / HWB etc. All testing procedures shall be prepared and submitted for
HWB’s approval.
11) Preparation of Equipment & Piping Layout: Preparation of Equipment & Piping Layout
based on the tentative plant layout as given in the tender. Based on the tentative layout, the
contractor shall carry out following activities for preparing final layout:
a. Develop the layout in 3-D using PDMS, PDS or equivalent layout software.
b. Equipment Layout Drawings, piping GA drawings Isometric Drawings shall be
extracted from 3 D layout with full details indicating Supports, Weld Joints, Bill of
Material etc.
c. Modify the 3-D Model at the end to incorporate “As-Built” Drawings for Equipment
Layout, Piping GA and Piping Isometrics (for all pipe sizes).
d. Submit the “Navis Works” or equivalent walk through model to HWB for future
references.
The final layout & Bill of Material shall be submitted to HWB for approval prior to
preparation of final Material Take Off.
12) Piping Stress Analysis: Contractor shall carry out the Flexibility & Code analysis for entire
piping & submit the design & analysis for HWB’s approval prior to commencement of
piping fabrication. Supports are also required to be considered / provided for ease of
maintenance.
13) Ducting: Design & Supply of entire material, fabrication & erection for non-metallic hoods
& ducting, supports required to complete the job, if any.
14) Miscellaneous Items: Supply of gaskets, O-Rings, grout materials of various categories, as
required. Supply of shims of stainless steel required for leveling / aligning of rotating /
reciprocating equipment on foundations is in the scope of the contractor.
15) Machineries, Tools & Tackles for Erection: Arrangement of required machinery like
master level, theodolite, dumpy level, torque wrench, electric welding sets and diesel
generator welding sets, diesel and electrically operated dewatering pumps, Hydro-testing
pumps, air compressors, winches, wooden sleepers, derricks, crane and other lifting tackles,
tractors and trailers, etc. as required for erection. Arrangement of all necessary scaffolding
required for all the jobs including erection of piping, equipment, inspection, testing etc. is
also included in the scope of the contractor.
16) Transportation of Material at Site: Sorting of pipes and piping materials from stores,
Withdrawal of equipment / associated piping and structure and any other material within
factory site, visual checking and reporting of the condition of the equipment, transportation
of the same at work site including handling, unloading, loading, unpacking etc. till erection
is completed and accepted by owner.
17) Prefabrication: Prefabrication of the piping system as per isometrics / layout drawings and
as per instructions given by HWB. Modification / rectifications if required to suit site
conditions shall be done by contractor.
18) Erection: Erection including grouting (which includes excavation of earth work, providing
concrete pedestal/ footings etc.) if any, pipe supports including spring supports, Fabrication
and / or erection of equipment, piping etc. This includes alignment, leveling, grouting of
structures viz. platforms, ladders, railing, walkways, staircases, gratings etc. Fabrication &
Erection of piping, supports, temporary supports in addition to permanent supports where
ever required for testing and other purpose. Erection including placement on foundations
and / or structures, drilling of holes on structure for equipment bolting, finishing, fitting,
assembling etc. of all equipment like vessel, tanks, columns, heat exchangers, condensers
etc. and piping erection. Cutting of transportation cleats provided on inside / outside of the
equipment and grind off irregularities.
19) Pipe Laying: Cutting / chipping of floor and making of holes / cut-outs in the walls to
facilitate pipe-laying. Chipping the wall to expose reinforcement and welding insert plates.
Deviations in piping to suit equipment position and marking of offsets if required.
20) Branching: Stub in connections i.e. making of all unequal branches from the main headers.
21) WPQ / WPS: Welder's qualification and weld procedure qualification tests shall be carried
out by the EPC contractor before fabrication of piping.
22) Stress relieving, Pre and post weld Heat Treatment.
23) Testing of Piping: Hydro / Pneumatic testing for each loop after installation. It includes
spool pieces, instruments, drain / vent valves, control valves, safety valves, orifice plates
etc. removal and reinstallation, flushing.
24) Installation of Piping: Installation of all piping elements including isolation valves,
regulating valves, control valves, vent valves, drain valves, sample valves, line filters and
strainers etc. wherever required as per drawing / instruction of HWB. Valve installation,
includes handling, rigging, lifting placing in position, final alignment, bolting up to
companion flanges or making of weld joint/ screw joint after and preparation etc.
25) Tapping Points: Forming of tapping points for instruments and samples lines.
26) Testing and Inspection: Stage and final inspection and testing at manufacturer’s works and
at site ensuring quality assurance of supply items as well as site fabrication, erection, and
assembly work. Arrangement for special tests at site (eg. DP Test, radiography as per the
approved QA plan). It includes arrangement of inspection tools as recommended in
equipment manufacturer's manual, scaffoldings, calibrated instruments and temporary
lighting etc. for carrying out the inspection. Maintaining records of all the works and
inspection reports
27) Passivation & Cleaning: All SS lines shall be properly cleaned and passivated, where ever
required, Acid cleaning for process piping and all equipment before erection, detergent
cleaning for utility piping and local passivation, cleaning of the piping after assembly by air.
During the course of such cleaning all the control valves, safety valves, orifice plates, flow
nozzles and other in-line instruments installed shall be removed except for such items,
which are directly welded with the pipelines and reinstalled after cleaning. Cleaning of
pipes as required above shall be done after hydraulic testing / pneumatic testing
28) Pre-commissioning, Commissioning and Testing: All equipment/ systems/ packages &
interfaces. Purging of equipment / machinery by nitrogen gas. Preservation after erection, as
per directions of owner/ equipment manufacturer.
29) Insulation: Design & application of Insulation (Cold and Hot as required) and Painting as
specified in the tender.
30) Documentation: Prepare & supply of all documents, as built drawings and imparting of
training to Employer’s personnel.
31) Security: Arrangement of security for contractor's office and stores, distribution of
electricity and water from supply point to work spots, floodlights and other facilities for
working on round the clock basis.
32) Good Practice: Requirements arising due to good engineering practice shall be followed.
33) Hook-Up: Final hook up of the joints within the battery limits of various headers or any
other equipment (wherever applicable).
34) Co-ordination with other contractor's works as required by owner.
35) Safety & Cleanliness: Maintaining safety, cleanliness, security, hygiene, accessibility to
work place, clearing of site after completion of work.
36) Specific Facility: No equipment / facility whatsoever will be provided by owner unless
specifically provided for in the tender.
37) Protection to Facility: There shall be no damage to the existing facility during the
execution of the contract. Repairs required, if any, and painting etc for protection /
aesthetics purpose.
under scope of work in reduced form together with descriptive data on the equipment,
quality control plan, component and equipment test reports, complete instructions for
installation, recommended settings, operation and maintenance of the equipment and parts
catalogue. The manuals shall be specific to the equipment furnished and not of a general
nature. The instructions for assembly and installation shall show the identification part
numbers of the dismantled apparatus or equipment. Four (4) copies of the above in draft
form shall be submitted for approval. After acceptance of the draft, Contractor shall supply
six (6) hard copies in bound form along with a soft copy on CD.
The Solvent Production Plant is being built for the synthesis of variety of solvents. The plant is
coming in the premises of Heavy Water Plant, Tuticorin. The detailed process description of the
project is indicated in other part of this tender.
With reference to Mechanical, the system of the plant may be divided into two parts:
1) Main Process System
2) Utilities
The Main Process System consists of the following units
SN Unit No. Description
1. Unit 43 & Unit 44 Solvent(s) Production Unit
2. Unit 45 Butanol Recovery Unit
3. Unit 46 Alkali Dissolution Unit
4. Unit 47 Vacuum & Vent Scrubber Unit
5. Unit 49 Bulk Storage Unit
For Units 43 & 44 Glass Lined –Carbon Steel and Nickel Cladded Carbon Steel Reactors are
envisaged for the project. The connecting lines, fittings, diaphragm valves for these units are
also to be glass lined.
Stainless Steel Tanks and Carbon Steel tanks and vessels are considered for other units. Butanol
recovery unit has PTFE Lined Carbon Steel Columns. Butanol Bulk Storage Unit has 5 nos. of
Carbon Steel tanks of varied capacities. Process piping are generally SS 304 piping. Non-
metallic (HDPE & PP-FRVE) tanks are also considered. Non-metallic HDPE piping, PP Ball
Valves and PP-FRVE duct are also required in the system.
Detailed specifications, requirements and process parameters are given in other parts of this
tender.
This document indicates major consideration and basis which are to be used while
designing the systems. Though the detailed specifications, requirements and considerations
are indicated in the Process Data Sheet, Technical Specifications, Quality Assuarance Plans
given in the tender of this chapter serves to give a broad requirement for carrying out the
design for mechanical system of the plant.
3. Quality Assurance: Tentative Quality Assurance Plans are included in the tender with
following considerations:
RECORDS / DOCUMENTS:
A. Approved QAP
B. Approved WPS, PQR, Welder Qualification.
C. Approved Test Procedures (Wherever required)
D. Records of Stage and Final Inspection & Testing
E. Original Material Test Certificates
F. Radiographs
MAJOR TESTS: Major tests which are indicated in the QAP consist of the
following
A. DP – 100%
B. Radiography for Butt-Weld joints – Process Lines - 100%, Utility Lines – 10%.
C. Leak Test - Soap Bubble.
D. Hydro-test.
Tender No.: HWB/SPP/e-Tender/2016/01 Mechanical Tech. Specs. Page M-13
of
Chapter-9 Technical specification
Description Clearance
Over rail roads, top of rail to bottom of any obstruction. 7M
Over Plant roads for major mobile equipment 6M
Over secondary roads (Bottom of pipe or structure) & Access ways for 5M
mobile equipment
Over grades and bottom of pipe or structure (inside battery limit) at pump 3M
row access way.
Over walk ways, pass way and platform to nearest obstruction and inside 2.2 M
building
Over exchangers at grade, shell cover and channel. 1.5 M
Description Clearance
Clear space centrally under main pipe rack both vertically and 3M
horizontally for mobile equipment to service pumps
Pipe berthing Under Ground minimum clear gap between pipes 0.3 M
Pipe Berthing (Above ground) clear gap between same lines carrying 0.75 M
clear and contaminated fluid
Minimum clearance between finished grade/ pavement level and lowest 0.3 M
piping item (drip legs, drains etc.)
Equipment Spacing:
Equipment Spacing
Small Pumps (3.75 KW & Less) Common
foundation
Minimum clear aisle for Medium Pumps (22.5 KW & Less) 900 mm
Minimum clear aisle for Exchangers and other equipment on structure 900 mm
From edge of equipment to wall (as per vendor recommendation) 750 mm
Electrical motors from walls 750 mm
Horizontal Exchanger:
Vertical Exchanger:
Distance of platform below top flange of channel or 1500 mm
bonnet.
Width of platform from three sides of flange 900 mm
Operating Aisles:
Centerline of block valves located above 2.0 meter from the operating floor which are required
for normal operation shall be provided with chain Wheels. Chain wheel operation shall not be
used on screwed valves and on pump discharge lines. The use of chain operation shall be kept
to a minimum.
Present tender includes the scope for the fabrication of equipment with MOC of Stainless Steel
/ Carbon Steel, Glass Lined and HDPE. Thus, the technical specifications for vessel of each
MOC are described separately in this Technical Specifications.
2.1.A. SPECIFICATIONS FOR STAINLESS STEEL / CARBON STEEL EQUIPMENT
2.1.3 MATERIALS:
a) All materials, whatsoever, required to complete the supplies shall be procured by the
supplier and all such materials shall be covered with due identifiable material test
certificates. If required, the HWB may ask for retesting of the raw materials for
verification, through Govt. approved test laboratories and it shall be carried out by the
contractor at no extra cost.
b) Materials indicated in data sheets are required for the specified service conditions.
Supplier however may use better or equivalent material with prior approval of
purchaser.
c) Equipment Material Specification: The material of construction of equipment shall be
as per the equipment data sheets / drawings.
grinding to ensure smooth & gradual change in thickness. Such length of transition
shall not be less than 4 times the difference in thicknesses.
c) Production control coupons when required as per code & specification shall be
subjected to all tests like impact test for Inter Granular Corrosion Test for austenitic
S.S. material in addition to Mechanical test required as per material specification. In
case of heat treated equipment, test coupons shall be given similar heat treatment as
proposed for the equipment.
d) All welding neck flanges shall be bored to suit nozzle I.D. Flange facing shall have
suitable concentric serrations for gasket seating in case of plain, male, female & raised
faces. In case of spiral wound gaskets no serrations are to be provided on gasket
seating faces, however, suitable nubbin/raised face shall be provided. Surface finish
shall be 125 RMS.
e) All nozzles reinforcing pads shall be tested by using pneumatic pressure of 2.0 kg /
cm2 (g) pressure with soap solution on attachment welds. Each reinforcement pad shall
be provided with minimum two tell-tales holes (⅛” NB BSP female threads) and shall
be plugged by using removable type threaded S.S. Plugs.
f) All nozzles shall be tagged as per the “functional tag” indicated in the data sheets.
g) All internals fabricated in pieces shall be shop assembled and properly match marked
for easy assembly at site.
h) In case of equipment involving site assembly / fabrication the entire site job including
fabrication, radiography, heat treatment, inspection, testing and transportation to site
shall be in supplier’s scope of work.
i) All flange bolts & skirt bolts shall be either in vertical or in horizontal plane unless
otherwise stated.
j) All nozzles less than or equal to 40 NB shall be stiffened with three equi-spaced ribs
of the same material as that of shell / nozzle. For all nozzles ≥ 50 NB shall be provided
with reinforcement pad having OD equal to twice the OD of nozzle.
k) For the studs to be tightened with hydraulic tensioner, removal type caps shall be
provided for protection.
l) DP examination shall be carried out on all weld overlays and weld seam of alloy
lining and to ensure / show that no evidence of any crack and surface defects, exist.
m) DP examination shall be carried out on welds attached nozzle to shell, nozzle to
flange, flange to shell and supports like skirts, lugs, brackets etc. to shell and non-
pressure parts to pressure parts. Dissimilar weld shall be avoided in pressure parts.
n) DP examination shall be carried out on all weld chamfers and reverse side of double
welded joint after back gouging.
o) DP examination of finished welds, wherever specified shall be carried out after heat
treatment and such examination shall cover base metal adjacent to weld.
p) In the absence of radiography or ultrasonic examination, D.P. check shall be carried
out progressively at the lesser of One third of thickness of weld joint or 10 mm weld
deposit.
q) D.P. Examination shall be carried out on all flange faces and gasket faces.
r) Coil to coil, coil to bend joints and nozzle to shell joints shall be of full penetration
weld.
s) All butt weld joints shall be 100% radiographed.
t) DP examination shall be carried out after forming of fittings to check for cracks.
u) Radiography examination shall be carried out as specified in the respective drawing.
2.1.7 Technical Specifications for Shell & Tube Type Heat Exchangers
A. Scope
Supply of all materials, fabrication, inspection and testing as per technical specifications
and enclosed drawings shall be in the scope of contractor.
All required materials such as pipes, tubes, pipe fittings, welding consumables, tube
sheet, flanges, fasteners, partition plate, tie rod etc. shall be procured by the supplier
from reputed manufacturers.
Fabrication, inspection & testing shall be as per ASME Sec VIII . Div – I and TEMA
class – B / R .
Design Calculation and the GA drawings shall be submitted for the approval of the
HWB.
B. Material of Construction :
All material of construction shall be as per the data sheet. If not otherwise mentioned,
following M.O.C may be used corresponding to Stainless Steel
Shell: SA240 type 304L
Tube sheet and Flanges: SA182 type 304 L
Nozzle pipe: A312 type 304L seamless
Tube: confirming to A213 type 304L. Tube shall be cold drawn and annealed. All
tubes shall be 100% eddy current and hydrostatically tested.
Pass partition plate: SA 240 type 304L
Fasteners : Studs with two nuts – SA 193 Gr B7M / SA 194 Gr 2HM
Gasket : PTFE enveloped CAF with corrugated metal ring.
All the test details for mechanical tests and chemical composition, NDE procedure,
mock up test, personnel qualification and performance qualification for welding shall
be made available to the purchaser.
C. Fabrication:
Fabrication generally shall meet code requirement of ASME Sec. VIII-Div.1 and TEMA
CLASS-A / B.
Welding procedure and welder qualification shall be as per ASME section IX.
All NDE requirements shall be carried out by qualified personnel in level not less than
ISNT/ASNT Level 2.
The gasket surface also shall have smooth matching finish.
Number of nozzles and its orientation shall be as per the enclosed tender drawings.
No carbon steel to Stainless steel welding is permitted. Any CS welding to
shell/channel shall be through a pad plate.
Tube holes shall be made with two grooves in the tube sheet as per TEMA standard.
Tube shall be extended for a length equal to total tube sheet thickness minus 3mm.
After completion of expansion, tube ends shall be seal welded with tube sheet as per
TEMA standard.
Procedure shall be established for tube to tube sheet joint and the pull out test shall be
conducted in the presence of HWP inspection agency to establish the procedure. Mock
up test shall be done in presence of purchaser/authorized agency. Mock up test shall be
done as per ASME sec.VIII division 1 and pull out strength shall meet the code
requirement.
Procedure as established in mock up test for tube to tube sheet joint and shall be
deployed in production weld of tube to tube sheet joint.
Tender No.: HWB/SPP/e-Tender/2016/01 Mechanical Tech. Specs. Page M-26
of
Chapter-9 Technical specification
Tube sheet flange gasket face shall be lapped to have perfect, 100% blue matching, with
gasket. This has to be established before hydro test.
All the welding consumables used shall have proper test certificates. TIG welding shall
be having inert gas back up and no oxidation shall occur.
The production of weld coupon shall be attached with the shell and tested (one tensile
test and two numbers of face bend and root bend each). Hardness survey shall be carried
out on the production coupon on parent metals HAZ and on welds.
All the fasteners shall be of very good quality capable of withstanding the service
conditions and shall be procured form manufacturer only. All test certificates having
material composition, mechanical properties like T.S., Yield strength, hardness,
elongation, etc. shall be furnished with necessary correlation.
Prior approval of the department shall be taken by the supplier for any deviation in the
materials, during fabrication and also for sub-contracting.
No repair will be permitted without the approval of purchaser / authorized inspector.
Liquid penetrant examination shall be carried out on the edges of all the joints to be
welded at root weld and on final welds. While doing one inch on either side of weld
shall be checked with D.P. D.P. test shall be conducted for all tube to tube sheet joints
also. The materials used for DP shall not contain free halogen or sulphur in excess of 26
ppm.
Fabrication shall be done in dust free atmosphere.
Complete work shall have good workmanship. The stainless steel weld shall be
passivated after welding.
A tentative Quality Assurance Plan is given in the tender. Detailed QA plan shall be
submitted by the contractor for the approval of the HWB.
D. HYDRO TEST:
Tube to tube sheet joints: After completion of expansion and seal welding, tube to tube
sheet joints shall be subjected to hydro-test to test integrity and leak tightness.
Necessary fixtures shall be fabricated to conduct shell side hydro-test to check the
integrity of the leaking tube. This test shall be conducted as per the codal requirement.
Pneumatic test: Shall be conducted to identify leak tightness of tube to tube sheet joints.
This test shall be conducted at 2 kg/cm2.
Shell side hydro-test: To check the integrity of all gasket joints, welded joints on shell
side in final test assembled condition, testing shall be done at a pressure as per the
requirement of the code.
Tube side hydro test: To conduct hydro test on tube side after completion of final
assembly. Testing shall be done as per the requirement of the code.
Preservation, Packing and transportation:
After completion of final hydro test both shell and tube side, Exchanger shall be drained
thoroughly and flushed with moisture free air. Exchanger shall be charged with N2 (on
both shell and tube sides) at a pressure of 1 kg/cm2. All nozzle flanges shall be blinded
with SS flanges and gasket. Pressure gauge shall be provided on both shell and tube
side in order to indicate the pressure.
c) Equipments shall be dispatched with N2 filling at 0.5 kg / cm2 (g). Nitrogen filling
arrangement drawing to be supplied for approval.
d) Cleaning and Sand Blasting shall be carried out as specified in drawing / data sheet.
Calculation-of-Thermoplastic-Tanks-and-
2. DVS-2205-2-1997 Appatatus-Vertical-Cylindrical-Non-
pressurised-Tanks
1. HDPE material used for the equipment shall be virgin HDPE without any fillers. Use of
recycled HDPE is strictly prohibited.
2. Design & the construction for the vessel shall be above mentioned code DVS 2205.
3. Hydro test for the vessel shall be conducted as per DVS 2210-1 (Supplement 2)
GLASS CHARACTERISTICS
Glass lining thickness : 1 mm to 2 mm
Thermal Conductivity : 1.2 W/mK
Density : 2.5 gms/cc
Softening temperature : 5700 C
Compressive strength : 900 N/mm2
Tensile strength : 80N/mm2
Hardness : 600 Vickers
Dielectric strength : 20 – 30 kv/mm
Modulus of elasticity : 75000 N/mm2
Electrical Resistivity : 1013ohm/cm
Specific heat : 0.835 KJ/kgK
Surface roughness : 0.08 – 0.18 micrometers
Surface resistance : 5 x 109 ohms
Elongation : 0.1 %
Adhesion strength : > 100 N/mm2 (Glass on steel)
Thermal shock resistance : 1500 C (minimum)
(Temp. difference)
Linear co-eff. of expansion : 88 x 10-7/C
1. Spark Test for Glass Lining shall be conducted as High voltage test shall be carried out as
per DIN ISO 2746 at 10,000 Volts after glass lining, to establish the integrity of glass
lining. Lining thickness test and dimensional test shall be carried out during final
inspection.
1. The tank shall be designed, fabricated and hydro tested as ASME Sec VIII Div 1.
2. Quality Assurance Plan for the Glass Lined Vessels is attached with this specification.
3. Reactor shall be designed for operating under pressure and full vacuum.
4. Reactor shall be hydro tested before and after glass lining.
5. Reactor and Jacket shall be designed independently for maximum pressure.
The plant consists of few vessels made out of PP-FRVE. This specification defines
specifications for the fabrication of these vessels.
D.1 Codes:
The recommendation of resin suppliers for the usage of hardener, catalysts and accelerators
shall be strictly followed.
The requisite amount of resin, catalyst or hardener and any other ingredient, such as
accelerator or permitted filler shall be accurately measured and thoroughly mixed. The
amount of mixed resin and reinforcement used in each layer of the laminate and the number
and types of layers applied shall be recorded.
Consistency in both material and fabrication shall be ensured and appropriate supervision
shall be provided all stages of manufacturing.
Outer layer shall be FRP as per BS4994 standard and minimum 3mm thickness shall be
maintained.
The equipment shall be subjected to the inspection and test as per Section V of BS 4994.
All surfaces shall be smooth, continuous and irregularities which may cause high local loads
shall be repaired. There shall be adhesion between PP and FRP layers.
After completion of all fabrication equipment shall be cleaned from inside to be free of all
traces of release agents, fibers, dust and other foreign matters.
Copy of Material test certificate for PP and FR shall be submitted along with the materials.
For final acceptance, hydro test /water fill test shall be carried out at the pressure stipulated
by the code. Any joint, nozzle or fittings found leaking during hydro test will be welded at
free of cost and hydro tested again.
Welding shall be done in an open space or well ventilated room.
Regular welding/jointing will be done after establishing a welding procedure at site.
PTFE gaskets resistant to the process fluid are to be provided in between the stub ended
flanges.
vii. Supply structural steel and fabricate & erect the structures required for erection of
equipment & piping along with necessary platforms and ladders etc. The platform and
foundation shall be designed considering operating weight, live load, load of various
attachments to the equipment etc.
viii. Fabricate the piping & its supports. Carry out erection and testing of equipments and
piping as per the technical specification of this tender, Codes/Standards indicated in the
tender and good engineering practice. The testing includes system leak test. The
contractor shall make good all leaky joints to achieve desired leak tightness.
ix. The contractor shall carry out prefabrication of the piping system as per the
isometric / layout drawing and as per instructions given by the owner. Modification /
rectifications if required to suit site conditions, shall be done by contractor.
x. Offer stage inspection & finial testing / inspection to the HWB as per approved QAP.
xi. On satisfactory fabrication and erection of the piping, obtain final hydro testing
clearance from the Engineer-in-Charge (EIC).
xii. Prepare “As-Built” / “As-Erected” Drawings and submit to owner.
xiii. On satisfactory completion of work, obtain necessary certificate of completion from the
EIC.
xiv. After completion of work, statement for material accounting, if any, shall be prepared
by the contractor. The statement shall be submitted to the EIC for his review and
approval.
xv. Carry out design and detailing of working platform based on the equipment layout
drawing, submit the design calculation and BOM for the structural steel, plates etc. for
review of purchaser.
3.1.3 FLANGES
a) Flanges shall be in accordance with ANSI B 16.5. However for achieving leak
tightness, special consideration will have to be made with respect design,
manufacturing, installation and testing. To achieve leak tightness, special arrangement
may have to be incorporated at certain places.
b) Minimum Brinell Hardness for ring joint facing shall be as follows. Hardness shall be
measured as near to the groove as practicable without spoiling the flange.
c)
Type 304 or 316 180
3.1.5 VALVES
a) All high points and low points in piping shall be provided with vents and drains to be
used during start up, shut down or test operations. All process vents and drains shall be
as per process and utility piping respectively as called out in piping specification. All
vents & drains in process / steam lines shall be provided with valve and blind flange.
b) Vent at high points and drains at low points shall be shown on the piping isometrics for
line size 2” NB and above. For line size 1 ½” NB and below if isometric is not
available, contractor shall provide the same at field in accordance with the piping
specifications. Vents and drains valves & its hardware/fittings shall be indicated in the
piping material lists.
c) General :
Valve types are specified in P&IDs.
The valves should be designed, preferably, to ANSI-B-16.34 & 16.10 and tested as
per API-598. End connections shall be maintained as per HWB’s requirements as
specified against each item.
Extended stem for valves (if asked for in case of very high temperature lines) shall
be provided.
e) Material:
I. Material types used for the valve shall be as specified in the individual valve specification
sheets.
II. MARKING: Valves shall be marked on the body with Primary pressure rating in kg/cm2 (g)
or lbs as the case may be. Material identification, Melt identification (Cast number shall
also be indicated). Nominal size in inches (a raised arrow marking on the body to
indicate direction of flow for globe and check valves) and the valve Tag No.
piping adequate flexibility shall be provided by the use of bends, loops etc. Use of
expansion joint shall be avoided (except for vibrating equipment). The Flexibility
Analysis shall be carried out as per ANSI B 31.3 Category M Fluid. For Flexibility
Analysis CAEPIPE software may be used.
b) Vent at high points and drains at low points shall be shown on the piping isometrics for
line size 2” NB and above. For line size 1½” NB and below if isometric is not
available, contractor shall prepare field sketches in accordance with the specification.
However, considering the requirement of a compact layout, isometrics may preferably
be generated for all sizes upto ½”. Vents and drains details shall be as specified in the
piping material specifications.
xvi. The welding end dimensions shall be checked to meet the requirements of Code /
Standard. Groove / Edge face shall be free from oil, paint, dust. rust & other
detrimental materials to welding.
xvii. The welding conditions such as voltages, current & speed shall be checked to meet
the requirement of approved WPS.
Reinforced-Plastics-Pipes-Fittings-and-Joints-for-
9. BS 6464: 1984
Process-Plants
a) HDPE Pipes as per IS 4984 – 1995 & material grade PE – 100, PN-16 to with stand a
pressure of 16 kg/cm2(g) shall be supplied.
b) HDPE pipe and pipe fittings shall be of M/s. Reliance/ M/s Nocil / M/s. Masti brands as
per following data sheet and technical specifications.
c) HDPE flanges shall confirm to the dimension of #150 ANSI B 16.5 and provide with
10mm thick metallic back up flange from IS 2062 MS plate.
d) Miter bend and stubbed TEES are not permitted.
e) PP Ball Valves shall be of reputed brand only.
f) HDPE welding shall be done by the Hot Plate Butt Welding and by hot gas filler
technique for fillet joints. In that case inert gas to be used which is free from moisture.
g) Electrodes to be used shall meet the minimum requirements of applicable code. HWB
shall approve the vendors for the procurement of electrodes for which a list of
manufacturer of electrodes shall be submitted. Approved Test procedures by HWB
shall be carried out by you.
h) Welders engaged in the HDPE fabrication shall carry out specified approval test before
commencement of fabrication.
i) The flange shall be square to the axis of the branch to within 1º up to 100 mm diameters
and to within 0.5º above 100 mm diameter.
j) The stub ends and full face flanged pipe connection and bolting shall be designed to
connect Class 150 of ANSI 16.5.
k) Consistency in both material and fabrication shall be ensured and appropriate
supervision shall be provided all stages of manufacturing.
l) All surfaces shall be smooth, continuous and irregularities which may cause high local
loads shall be repaired.
m) After completion of all fabrication pipes shall be cleaned inside to be free of all traces of
release agents, fibers, dust and other foreign matters.
n) Copy of Material test certificate for HDPE shall be submitted along with the materials.
o) HWB reserves the right to check the HDPE material by FTIR and Thermogravimetric
Analysis. HDPE used for pipes and fittings shall be pure and there shall be no addition
of fillers etc.
NB 300 &
NB<40 NB 50 TO 100 NB 100 TO 250
OVER
Pipes 20 15 10 5
Valves 20 10 20 15 5 10 10 2 5 10 1 3
Stem 20 5 50 2 25 1 10
Plug/ gate 20 5 50 2 25 1 10
Gland follower 10 5 20 2 10 1 5
Packing 50 20 100 10 50 5 20
Stem Nut 20 5 50 5 20 2 5
Bonnet Gasket 25 10 50 5 25 5 15
b) Technical Specifications
i. The complete job shall be executed in accordance with latest relevant drawings.
ii. Co-ordinates of foundations / supporting structures/pockets etc. shall be checked with
respect to general layout drawings.
iii. Orientation of all foundations, elevations, depth and orientation of anchor bolt holes for
supports / saddle foundations etc. shall be checked by the contractor well in advance and
minor rectification as may be necessary shall be carried out free of cost by him after
obtaining approval of the owner. Before equipment is placed on foundations, orientation
shall be checked with respect to drawings.
iv. After erection, the equipment shall be leveled and aligned with packing materials,
shims etc. which shall be supplied by the contractor. Vessels shall be plumbed to the
tolerances indicated in the drawings/standards and as per the instructions of owner. The
equipment shall be set level and square so that pipe connections can be made without
strain. If required provision for free expansion of vessels shall be kept as per drawings
and specifications. After approval from the owner, the contractor shall carry out
grouting and final finishing of the foundation base. The anchor bolt for the sliding
saddle shall be kept in the middle of slotted hole. The nuts for the sliding saddle are
loosened approx. 3 mm and the counter nuts are blocked.
v. Wherever grouting is required, grouting of anchor bolt pockets and under base plates of
equipment will be carried out. All grouting shall be properly cured so as to achieve full
strength and grouting shall be done only after Owner’s written clearance. Max. grouting
flange faces of nozzle shall be checked for level with precision level.
c) Inspection & Acceptance Limits for Level & Alignment
i. Verticality of the columns shall be checked with theodolite. Elevation of equipment
shall be checked by means of `U’ tube at Four Corners with respect to standard
benchmark. The machined flange faces of nozzle shall be checked for level with
precision level.
ii. Permissible limits for level and alignment shall be in accordance with the values
given in standards / sketches. Levels shall also be checked with respect to standard
benchmark.
iii. Specification for Fabrication / Erection of structures i.e. Ladder & Platforms, Stairs,
Handrails, Gratings, Davits & Columns / Trusses etc.
iv. Fabrication of above items shall be in accordance with IS:800 and standard
fabrication practices approved by the owner.
v. Fabrication shall be done in accordance with fabrication drawings approved by
owner. The connections shall be welded or bolted as per design drawings.
vi. Welding shall be carried out by trained and experienced welders duly approved by
the owners.
vii. Erection of structures shall be done in accordance with IS:800 and relevant drawings
with approval of owner.
viii. The erection work shall be permitted only after the foundations or other structure
over which the steel work will be erected, is accepted and is ready for erection.
ix. The contractor shall satisfy himself about the levels, alignment etc. for foundations
in advance before taking up erection. Defects / Discrepancies if any shall be pointed
out to the owner in time. However minor rectification shall be carried out by the
contractor at his cost.
x. Grouting of foundation bolt’s pockets and below base plates shall be done.
xi. Maximum tolerance for line and level of steel work shall be + 3mm on any part of
the structure. The structure shall not be of plumb more than 3.5 mm on each 10-
meter section of height and not more than 7 mm per 30M Section height. Verticality
of columns shall be checked with theodolite and the verticality shall be achieved
within 1 mm/meter or better on cumulative basis.
NOTE: The above mentioned tolerances apply to all parts of the structure unless the drawings
issued indicate otherwise.
3.3.2 Scope of Work and Technical Specifications for Erection of Piping System
(Above Ground)
a) Sorting of pipes and piping materials from owner’s stores. Return of left over pieces,
left over fittings and valves and other materials etc. to stores with proper return
vouchers.
b) Transportation of pipes and piping materials such as pipes, fittings, valves and all other
materials required in the fabrication, erection, testing and pre-commissioning, from
owner’s stores/storage yard within factory site to work site and /or contractor’s stores
required till erection is completed and accepted by owner.
c) Pre-fabrication piping system including all type of fittings viz. flanges, elbows,
reducers, tees, reinforcement ring/pads., caps, couplings etc. as per drawings and
reference standards.
d) Pre and post heating where specified/required as per code, as per reference standards,
drawings and technical specifications.
Tender No.: HWB/SPP/e-Tender/2016/01 Mechanical Tech. Specs. Page M-44
of
Chapter-9 Technical specification
e) Hydro / Pneumatic testing in the presence of owner for each loop after installation.
During testing of pipes some direct in line instruments, control valves, safety valves,
orifice plates etc. may be required to be removed and reinstalled after testing and
flushing. Spool pieces to facilitate hydro-test shall also have to be provided. Spool
pieces shall be fabricated from off-cuts and waste pieces available. All pressure gauges
for hydro-test shall also be arranged by contractor after due calibration and certification
by owner. All test loops shall be prepared in consultation with owner. Wherever drain /
vent valves are to be installed to facilitate hydro-test (not shown in the drawings) same
shall be done by the contractor free of charge. Any flange joint on valves or equipment
found leaking during the test shall be rectified and the complete system shall be re-
tested till all leakage in such system are arrested to the satisfaction of the owner.
f) Installation of isolation valves, regulating valves, control valves, vent valves, drain
valves, sample valves, line filters and strainers etc. wherever required as per drawing /
instruction of owner.
g) Cleaning of the piping after assembly by air shall be done. During the course of such
cleaning all the control valves, safety valves, orifice plates, flow nozzles and other in-
line instruments installed shall be removed except for such items which are directly
welded with the pipe lines and reinstalled after cleaning. Cleaning of pipes as required
above shall be done after hydraulic testing / pneumatic testing. During cleaning,
temporary connections and spool pieces / test pieces, shall be provided by contractor.
h) Preparation of connection details, fabrication and erection of piping supports as per bill
of quantities in accordance with drawing sketches, with materials including bolts, nuts.
Washers, supplied by owner as free issue. For small bore pipes below 2” requirement
i.e. location and type of pipe supports shall be decided by the contractors in
consultation with Owner.
i) Erection, including grouting if any of all type of pre-fabricated pipe supports including
spring supports. All grouting materials as required shall be arranged by the contractor.
Contractor shall have to provide without any extra cost temporary supports in place of
permanent supports. All spring supports shall be adjusted after hydro-test to the
required setting after removal of present pin.
j) Chipping of piping supports foundation up to required level wherever required to the
extent of 50 mm only.
k) Cutting/chipping of floor and making of holes/cut-outs in the walls to facilitate pipe-
laying shall be done by the contractor. Chipping the wall to expose reinforcement and
welding inert plates is also to be done, when required.
l) Forming of tapping points for instruments and samples lines inclusive of installation of
first isolation valves on all piping networks.
m) Stub in connections i.e. making of all unequal branches from the main headers in
accordance with reference standards.
n) Pipe end machining for preparation of weld and also pipe end machining and lapping
the same to form lens gaskets facing, lapping of flanges supplied by owner.
o) All machined seats metallic rings/lens gaskets shall be properly lapped on mating
surfaces with the corresponding gaskets, if required.
p) Pickling and passivation of outer surface including inner surfaces, wherever accessible,
of welded-joints on SS pipes in accordance for such work shall be carried out by
contractor at his own cost.
q) Edge preparation of pipes with dissimilar thickness for proper I.D. matching.
r) Cutting of gaskets from Asbestos sheets, PTFE.
s) Deviations in piping to suit equipment position and marking of offsets if required.
t) During erection of piping, the contractor shall install proper size of bolts and nuts as per
drawings and specifications. The contractor shall provide approved quality grease
Tender No.: HWB/SPP/e-Tender/2016/01 Mechanical Tech. Specs. Page M-45
of
Chapter-9 Technical specification
mixed with graphite powder thoroughly on all the bolts, nuts and washers during
storage in his stores and immediately after erection and when the flanges are opened for
purpose like hydro-test, flushing and seal test, alignment with equipment etc. to prevent
rusting. The grease and graphite powder shall be supplied by contractor for piping
work.
w) Submission of drawings and documents.
x) Valve installation, including handling, rigging, lifting placing in position, final
alignment, bolting p to companion flanges or making of weld joint/screw joint after and
preparation etc. valves include all type of valves, line filters, and strainers of any
rating and construction.
y) The pipes and fittings tack welded shall be offered for inspection to check proper gap,
beveling and other surface defects.
r) Rectification of any work or re-testing, after such rectification shall also be carried out
the satisfaction of owner. Test pressure for different piping network shall be as
specified, if the erected piping or any portion there of before or after trial runs is found
defective or inferior in quality or workmanship, the contractor shall be responsible to
make the defects good. All blanks, nuts and bolts, hydro test pumps, pressure gauges
for hydro/pneumatic test shall be arranged by contractor, blanking arrangement shall
also be removed by the contractor after hydro/pneumatic testing is completed. Such
open ends of pipes will be plugged with suitable wooden plugs, which will be left in
position till the ends are hooked up with equipment required for the trial runs to attend
piping leakages. The Contractor shall have to stay during start up and commissioning of
plant and take up maintenance jobs on the piping erected by him. The contractor shall at
all time during commissioning make available the maintenance staff as required by
owner.
iii. Wherever less than 100% radiography is stipulated, the joints as well as location of
welds for radiography shall be selected by Engineer-in-Charge at his sole
discretion and shall be performed in his presence, if desired and contractor shall
submit the radiographs along with their interpretation immediately to Engineer-in-
Charge who shall evaluate the same and communicate the results to contractor for
needful.
iv. All tools & tackles, films etc. dark room with the required facilities, scaffolding,
approaches, personnel etc. shall be arranged by contractor.
v. The contractor shall be required to fulfill all the statutory safety requirements in
handling the X-ray and/or Gamma-ray equipment.
vi. The full radiography shall be performed for weld to the extent shown.
vii. Number of welds to be radiographed shall not be less than one as minimum
irrespective of percentage shown.
viii. The radiography and acceptance criteria shall be as per ANSI B31.3 standard.
ix. Full care & precautions shall be taken for management of radiation by establishing
hazardous area depending on results of measurement of scattered radiation. Use of
source of radiation shall be subject of agreement with HWB.
x. Liquid penetrates examination after completion of the root run shall be done as per
ANSI B31.3. Liquid Penetrant Examination is sufficient.
xi. Number of radiographs per one circumferential weld shall be as follows :
Nominal Pipe
Film Length (mm) No. of Radiographs (no. of film)
Size (mm)
Up to 75 150 2
100 - 150 300 3
15 1.6 1.6
15 - 50 3.2 3.2
Up to 12 1.6
Over 12 to 25 2.4
Over 25 to 50 3.2
Over 50 4.0
vi. Throat thickness of fillet welds: Nominal thickness of thinner component x 0.7 or
more.
Weld having any imperfection which exceeds the items specified above shall be
repaired by welding, grinding or overlaying etc. The maximum numbers of times of
such repairs shall be restricted to 1.
vii. Workmanship:
Unless otherwise specifically mentioned, dimensional tolerance for various piping
assembled in a shop or in the field shall be as specified below:
1 Length + 30 mm
2 Inclination of flange face, the angle + 0.50 but not exceeding 1.0 mm at
between pipe axis & flange face flange end
3 Perpendicularly 2/1000
4 Horizontality 2/1000
Instrument Air, Process Air, Gas and fluid lines above Card Board Bursting
ND 50
Lines
Gas Piping Inter Stage and within Battery Limits Preferably pickling/ blowing with
air or steam
b) Preliminary Steps:
i. The following shall be ensured before cleaning operation:
1. Completion of erection of piping including pipe supports.
2. Completion of hydraulic testing.
3. Completion of insulation of lines which are to be steam blown.
4. Process instruments connected to the piping shall be blanked or removed. Control
valves on the line shall be removed, control valves with butt-welding ends shall
be installed after cleaning operation.
5. Connected equipment shall be isolated by means of suitable blind.
6. Necessary piping for cleaning operation is completed.
7. Necessary instruments like pressure gauges, temperature indicators etc. shall be
installed at suitable location.
c) Water Cleaning:
i. Service water, Steam condensate, process water etc. shall be used. Sea water shall not be
used for cleaning, if use of sea water is unavoidable, piping shall be washed with water
at least twice to prevent corrosion. In no case, chloride content of water shall exceed 5
ppm for austenitic stainless steel.
ii. All cooling water lines shall be flushed with water after installation during cooling
water pumps commissioning. The process of water flushing shall continue till the clean
water starts coming from the open end.
iii. After cleaning operation is over, pipes shall be dried by blowing compressed air or for
natural drying.
d) Air Cleaning:
i. Air cleaning shall be performed by blowing pressurized air.
ii. Pipe line below ND 50 shall be simply blown with compressed air. The pipelines above
ND 50 and up to ND 800 shall be blown with air by card board bursting or by sudden
opening of a globe valve of ND 50 provided at the outlet.
with a blind flange having one nozzle for air inlet from compressor and other for
pressure gauge mounting.
iv. Gradually air pressure is increase till card board bursts and loose materials are carried
along with high velocity escaping in air. This procedure is to be repeated 3 or 4 more
times till no more dirt or loose matter comes out. Light hammering of the weld joins and
along the entire pipe length hastens the removal of scales.
e) Steam Blowing:
i. The quantity of steam required for effective steam blowing should be calculated. It shall
be ensured that blowing pressure and temperature do not exceed the design pressure and
temperature. The blowing pressure shall normally be 50% of the operating pressure.
1. Heating:
Initial heating of pipe line shall be done at 30˚ C/hr up to working temperature. During
heating up flange connections, pipe hangers, movable and fixed supports shall be checked.
Further heating rate for blowing after intermittent cooling shall be 4˚ c/minute for alloy steel
lines.
2. Blowing:
Increase the pressure in the Boiler to the normal working pressure and temperature. The
temperature of the pipe line at the blowing end should be equal to the normal temperature of
the steam in the line. The blowing shall be started by opening the outlet isolation valves till
50% of the normal working pressure is attained. This slow heating can be achieved by the
either controlled firing of the boiler or by throttling the bypass valve of main steam line.
The rate of pressure reduction in the boiler shall not be more than 1 kg/cm2/minute. The
steam flow shall be measured from the consumption of boiler feed water if the steam flow
meter is not lined (orifice plate is removed). Blowing shall be continued for 20-30 minutes
and then stopped by closing the isolation valve. The test plate with aluminum foil shall be
put at the steam outlet during blowing and after each cycle of blowing shall be examined for
indents.
3. Cooling:
Pipe line shall be allowed to cool to a temperature of 150˚ C and then the second blowing
cycle shall be started. The process of blowing shall be continued till the test plate is found
without any indent or impression on it. Light scratch mark with maximum depth of 0.2 mm
is acceptable.
The temporary blow off line shall be properly supported and shall be designed for the steam
blowing pressure and temperature.
The test plate shall be thin copper/aluminum plate backed by support in a frame and could
be mounted on the blow off at a distance of 200 mm from the open.
On completion of each blowing operation the drain valve at the bottom most point in the
circuit shall be operated to drain of condensates and then closed before starting the next
blowing off operation.
All installed piping, prior to initial operation shall be pressure tested in accordance with
the requirements of this specification. However, piping built in conformance with the
ASME code or Indian Boiler Regulation etc. shall be pressure tested in compliance of
such code or regulations.
Piping systems open to atmosphere, such as drains, vents, outlet piping for relief valve
discharging to atmosphere and underground sewers shall not require any pressure
testing. These lines hall be examined to determine that all joints are properly made up.
b) Test Methods:
The following test methods are included in this specification:
i. Hydrostatic Testing
ii. Pneumatic Testing
d) Test Fluid:
Test fluid shall normally be water.
Hydraulic testing of austenitic material shall preferably be carried out using normal
water.
h) Pneumatic Testing :
Piping may be tested pneumatically if these cannot be safety filed with water, or where
traces of water cannot be tolerated or if these have been preciously tested hydrostatically.
i. Pneumatic test pressure and procedure:
The test pressure for piping shall be 110% of maximum working pressure. Any pneumatic
test shall include a preliminary check at not more than 2 kg/cm2 (g) for detection of any
major leaks. The pressure subsequently shall be increased gradually in steps to the
specified test pressure, providing sufficient time to allow the piping to equalize the strains
during the test and to check for leakage. After reaching maximum test pressure, pressure
shall be reduced to design pressure and kept for sufficient time to inspect the piping.
Hammering is strictly prohibited in case of Pneumatic tests.
i) Retest :
Any leaks shall be repaired and the system retested to the extent required by the
provisions of this standard.
j) Duration of Test :
Test pressure shall be maintained for half an hour or the time taken for inspection
whichever is more.
l) Test Records:
Records shall be made of each piping installation during the testing. These records
shall include:
i. Date of test
Tender No.: HWB/SPP/e-Tender/2016/01 Mechanical Tech. Specs. Page M-54
of
Chapter-9 Technical specification
b) Procedure :
i. For the sake of early detection of gross defect or leaky paths, like left out weld joint,
gasket or un-blanked tapping and consequent saving in time and labour, test is done
two or more stages.
ii. In first stage whole system is pressurized to 5 kg/cm2 (g) or operating pressure
(whichever is lower) and checked for leak tightness. Defects if any rectified and
system is again pressurized to 5 kg/cm2 (g) or operating pressure shall be gradually
raised to the operating pressure and pressure retained for 24 hours. Pressure drop shall
be noted and checked against the permissible pressure. Exceed pressure drop indicates
leakages taking place from the system. Various sealing surfaces, valve glands and
isolating valves, including those of drains and vent lines shall be checked for leakages.
After rectification of the leaky-joints, system shall be again pressurized and checked.
iii. Ensure use of more than two calibrated pressure gauges for monitoring pressures as
well as to arrive at the extent of leakages. Start & finish pressures, at the end of
pressure test, shall be considered at same time of the day or night to avoid
environment’s temperature differences.
4.2 COUPLING
a) Connection between pump and driver shall be of reputed make.
b) Mesh type removable coupling guard shall be supplied and mounted so that they cover
rotating parts within 1/2" of stationary housing.
c) Coupling shall be of flexible and spacer type statically and dynamically balanced.
4.3 BEARINGS
a) Anti-friction bearings shall be standard type and shall be selected for minimum L-10
rating. The bearings should be selected to give 3 years (25,000 hrs) life with continuous
operation at rated operating conditions but not less than 16,000 hrs at maximum axial
and radial loads at rated speed.
b) The rise in bearing grease / oil temperature with continuous running of the pump shall
be within the allowable limit which shall not exceed 20 deg. C for grease and 30C for
oil lubricated bearing above ambient. Cooling arrangements shall be provided, if
required. Bearings shall be equipped with constant level sight feed oilers.
c) LUBRICATION and COOLING:
i. Pump shall be suitable for dry start under normal condition.
ii. All instruments required for lubrication system and cooling system shall be
provided by contractor.
d) Bearing in the pump shall be arranged so as to permit measurement of shaft vibration
adjacent to at least one bearing.
4.7 MATERIALS
a) The material of construction of parts shall be as per the data sheets.
b) Only the best quality and type of material shall be used. Castings used for any part shall
be sound, free from shrink or blow-holes, scale, blisters etc. Similarly forgings shall be
free from flaw and objectionable imperfections, machined true and in a workman like
manner.
c) Welding of fabricated part shall be entrusted to only qualified welders.
i. Unless otherwise specified, all pumps shall be inspected and testing witnessed
by the employer / third party inspection agency or their authorized
representative.
ii. Employer or their authorized representative shall have access to the plant
including sub-vendor's plants where work is being carried out, or testing of,
equipment is being performed.
iii. No surfaces of parts of pumps are to be painted until the inspection is completed.
iv. Contractor shall give to the Employer at least 5 days’ notice prior to
commencement of testing. Contractor shall carry out all running test and
mechanical test and satisfy himself prior to Employer's arrival for inspection and
shall maintain desired log of tests.
v. Acceptance of shop test shall not constitute the waiver of requirement to meet
field test under operating conditions, nor does inspection relieve the Contractor
of his responsibility in any way whatsoever.
b) Testing Requirements:
As a minimum, following tests shall be performed. The basic reference standard shall
be as per the data sheet. Pump shall be shop tested with job motor.
i. HYDROSTATIC TEST
ii. PERFORMANCE TEST
iii. NPSH TEST
iv. VIBRATION MEASUREMENT
v. STRIP TEST
c) Final Inspection:
i. The pump will be checked for visual inspection.
ii. As a result of any or all of the above tests, if dismantling is necessitated
requirement of retest shall be at the discretion of the employer.
iii. Various tests carried out as described above shall be properly recorded, plotted
and shall be extrapolated for speed, specific gravity, viscosity, etc. Such
documents duly signed by contractor's inspector and Employer's inspector shall
be submitted to the employer with requisite number of sets for their record.
e) Pump with auxiliaries, shall be suitably packed, fastened to avoid damage during transit
and crated for shipment and storage for a period of 6 months. Lifting, unpacking and
handling instructions shall be securely attached to the exterior of the largest packing in a
well-marked, weather proof container. The up-right position of lifting points, gross
weights and dimensions shall be clearly marked on each package. Each Package shall
clearly identify the equipment contained therein.
4B.1 This specification covers the design, manufacture, inspection, testing and supply of
Metering Pumps with drive.
4B.2 Process parameters and other requirements (MOC etc.) are mentioned elsewhere in the
tender. If the data sheet for the pump is not enclosed, the same shall be decided during the
detailed engineering.
4B.3 Except as modified herein, the pumps shall be designed, fabricated, tested and supplied
in accordance with API (675-Positive displacement pump-Controlled volume-1980 edition.
4B.4 Positive displacement controlled volume pumps shall conform to API standard 675-
1980 edition, except as modified in this section.
Reference is made in this section only to those paragraphs of API-675-1980 where additions
or modifications are made and to wholly new paragraphs which are inserted in
alphanumeric order in API-675-1980. Other paragraphs of API 675-1980 which are not
mentioned in this section are to be followed without change
4B.5 Inspection and tests shall be conducted under witness of HWB, Mumbai. For this
purpose, QAP shall be submitted along with technical officer.
4B.6 Performance Guarantee
Vendor shall guarantee the performance of the equipment as below:
Pump Head and capacity at rated point without negative tolerance
Any shortfall in performance shall be rectified by the vendor within a reasonable
time mutually agreed, free of cost, to Purchaser. If the defects are not rectified
within the agree time, Purchaser shall have the right to carry out the necessary
modifications at the risk and cost of vendor.
Guarantee shall be for 18 months from date of supply or 12 months from the
date of commissioning whichever is earlier.
4B.7 Vendor shall quote for spares for the equipment for two years normal operation and
commissioning spares. Item-wise list with price shall be furnished along with the officer
(suggested list of spares for two years operation is indicated in the spares list).
4B.8 Vendor shall quote per item rates for supervision of erection/commissioning of the
equipment at site. Total estimated number of stay of vendor’s serviceman shall be
indicated.
4B.9 Companion flanges along with gaskets and fasteners shall be supplied for non standard
nozzles sizes.
4B.10 Pump shall be tested at shop with job motor
4B.11 Base plate shall cover full length of pump and motor
4B.12 Equipment shall be dispatched to site in fully assembled and aligned condition
4B.13 Compliance Statement, duly filled in, shall be furnished along with the quotation.
4B.14 Unless otherwise specified, equipment shall be suitable for outdoor installation, without
roof.
4B.15 Unless otherwise specified, pump flow rate shall be adjustable over a range of 10% to
100% of rated capacity, while the pump is running.
4B.16 Pump rated capacity shall be equal to the maximum capacity specified by the purchaser.
The liquid cylinder design shall be based on volumetric efficiency of 90% or less.
4B.17 Inlet and outlet connections shall be flanged connections suitable for maximum
allowable working pressure.
4C.01 Mechanical agitators and auxiliaries, as indicated in the detailed specifications, are
required to be supplied and shall be suitable for continuous full load duty for at least two
years of operation. These equipments shall be suitable for outdoor (unsheltered)
installation, unless otherwise specified.
4C.02 Motors shall be IP-55 type & shall have horsepower ratings at least equal to the
following percentage of agitator brake horsepower including all the transmission losses.
Gear horsepower ratings shall be at least equal to driver ratings.
Motor name plate rating, KW Percentage of BHP
Above 75 110
4C.03 In case of liquid - liquid mixing and slightly contaminated liquid, bending moment
calculation for the power shaft should be based on 2.5 times the maximum horsepower
of the driving unit. But in case of slurry service, the bending moment calculation must
be based on 3.5 times the maximum HP of the driving unit and gearbox be selected
accordingly.
4C.04 Vendor shall guarantee the horsepower requirements for operation at specified speed
when mixing fluid or fluids of the specified specific gravity.
4C.05 The corrosion allowance for the agitator components (wetted parts) shall be equal to the
corrosion allowance of the related vessel but shall be minimum 3.0 mm.
4C.06 Other general Mechanical components of the agitator assembly shall be designed
considering the operating duty as 150% of the indicated rated load, to take care of any
fluctuations.
If lubrication is pressurized type, the furnished system shall include the oil reservoir,
pump, coolers, strainer, necessary controls and instruments. Preferably, the oil pump
should be driven by a direct connection from main agitator drive.
Antifriction bearing shall be of standard type and selected to give minimum 3 years
(25000 hr) rating life.
Peak-to-peak vibration measured on bearing housing shall be less than 75 microns.
When stuffing boxes are required and specified as for pressure or vacuum service, the
assembly shall be designed with split gland and large accessible opening to stuffing
box. Two extra sets of packing shall be included.
In case of conventional packing, stuffing boxes shall be preferably integral with the
cover. If bolted stuffing boxes are used, those shall be constructed to maintain
alignment.
Stuffing boxes shall be provided with connections for the introduction of a cooling
medium or lubricant.
Ample space shall be provided for the packing replacement without removing or
dismantling any part other than the gland and the seal cage.
Stuffing boxes shall have not less than six rings of packing plus seal cage. The
minimum packing size permitted shall be 6 mm square; however 10 mm square or
larger is preferred.
Glands shall be designed so that the bolts cannot slip off, if the packing becomes
loose. Where split glands are used, the halves shall be bolted together.
Drains shall be provided to remove stuffing box leakage.
4C.015 Couplings
Flexible steel couplings shall be furnished between motor and reducer and rigid
coupling between the agitator shaft and driver.
Couplings shall be properly keyed in place and cylindrical interference fits shall be
light enough to permit easy and rapid removal of the hub without the need for heating
above 120°C.
When a solid shaft drive unit is used on vertical units, a spacer type coupling shall be
provided for units equipped with mechanical seals. The spacer shall be sufficient
length to permit replacement of the seal assembly without removing the drives.
Couplings shall be as per vendors standard, unless otherwise specified. Flexible
coupling shall be selected with a min. service factor of > 2.
A dependable lubrication system shall furnish lubrication to all bearings and gears and
provide for an oil reservoir of sufficient capacity to prevent overheating including
means for cooling, if necessary.
The lower output shaft bearing may be grease lubricated but shall have a high quality
lip type seal to prevent any possible grease leakage or contaminated from external
sources.
Following service factors shall be applied to motor horsepower in fixing the agitator
gear assembly.
Class of equipment
Load Hours / day
Gear motor Speed reducer
10 1.0 1.0
Uniform
24 1.4 1.25
10 1.4 1.25
Moderate shock
24 2.0 1.5
10 2.0 1.75
Heavy shock
24 2.0 1.75
4C.018 Guards
Guards shall be provided by vendor for couplings to prevent any safety hazard to
personnel by accidental contact or due to any flying pieces in case of failure. Guards
for outdoor service shall be weather proof. All such guards shall be bolt-able with the
equipment base frame.
4C.020 Tools
The vendor shall furnish all specials tools necessary to service the shaft sealing
devices and to dismantle and assemble the unit.
4C.021 Materials
Purchaser shall specify the materials of the shafts, shaft sleeves and mixing element
on the data sheet.
Materials of the vendor’s standards suitable for the specified operating conditions are
acceptable, if materials are not specified on the data sheet.
Unless otherwise specified on the data sheet, material test certificates (chemical
analysis and mechanical properties) shall be supplied for impeller, shaft, mounting
stool, mounting flange, auxiliary tank coupling, spacer coupling and shaft coupling.
c. The bearing temperatures shall be measured on the bearing housings until they reach
almost constant value during the running test. The bearing temperatures shall n ot
exceed ambient temperature plus 40oC or 70oC whichever is less.
d. The temperature of gear box oil shall not exceed ambient plus 40oC.
e. Bearing housing vibrations (by a seismic probe) shall not exceed 50 microns.
f. Vibration of agitator unit at any point shall not exceed 80 microns.
g. Noise levels shall be checked and recorded.
h. Agitator shall RPM and motor RPM.
i. During the shop run checking for oil leaks shall be made. Any indicated leaks shall
be corrected.
a. The shaft or shaft sleeve run out shall be measured immediately above the stuffing
box or mechanical seal by a dial indicator when the agitator is turned by hand. The
total indicator reading shall not exceed the limits mentioned earlier.
b. The bearing temperatures shall be measured on the bearing housings until they reach
almost constant value during the running test. The bearing temperatures shall not
exceed ambient temperature plus 40°C or 70°C whichever is less.
c. The temperature of gear box oil shall not exceed ambient plus 45°C
d. Bearing housing vibration shall not exceed 60 microns.
e. Vibration of agitator unit at any point shall not exceed 100 microns.
f. Noise measurements shall be made all around the agitator during the running test
with a calibrated sound level meter. The microphone shall be located at the distance
of 1.0m from the nearest surfaces of the agitator and at the height of about 1.0m
above the floor.
g. Ampere, voltage and power consumption shall be measured.
h. Agitator shaft RPM and motor RPM.
i. Check of satisfactory operation of shaft and retracting arrangements.
j. Gear ratio shall be confirmed by measuring input and output shaft rotational speed.
k. Unusual sound arising from gearing shall be checked with sound detector.
l. The mechanical shaft seals shall be checked for tightness.
4. After completion of the running tests, all mech. Shaft seals shall be removed and
inspected and reassembled in the agitator.
5. If dismantling is necessitated for some corrections such as improvement of mechanical
or performance deficiencies, the initial tests will not be acceptable and the final shop
tests shall be done after such corrections are made.
6. Each pressure part like stuffing box housing or oil reservoir of a pressurized lubrication
system etc. shall be hydrostatically tested with water at a pressure not less than one and
half time the max. operating pressure. The duration of the test shall be 30 minutes.
Criteria for acceptance shall be ‘no leaks’.
7. Acceptance of shop tests shall not constitute a waiver of requirements to meet field tests
under specified operating conditions, nor does inspection relieve the manufacturer of his
responsibilities in any way whatsoever.
5.1 Scope:
This standard covers the requirement for supply and application of the materials for thermal
insulation of equipment, piping and other items.
5.3 Deviations:
i. Should unforeseen difficulties arise to comply with requirements of the standard.
ii. Alternative materials and application techniques superior to the requirements of this
standard be submitted with complete details for approval of owner.
5.4 Limitations:
i. TEMPERATURE LIMITS
This standard deals with insulations applied externally on piping, equipments etc. as
per the table below:
SN Maximum Operating Temperature Type of Insulation
i. ALUMINUM JACKET
1. Horizontal Vessels:
99% pure aluminum sheet as per IS-737 shall be used for jacketing insulation on
overall piping, vessel and equipment. The thickness will be as follows:
Jacket Insulation
Insulatio Over rigid Over resin bonded
Over unbounded
n O.D insulation like mattresses
mattresses
(mm) Calcium Silicate (Semi rigid)
Less 28 SWG (0.38 mm) 26 SWG (0.46 mm)
24SWG(0.56mm)
than 325
325 to 26 SWG (0.46 mm)
24 SWG (0.56 mm) 22SWG(0.71mm)
900
More
24 SWG (0.56 mm) 22 SWG (0.71 mm) 20SWG(0.91mm)
than 900
2. Vertical Vessels:
Jacket material for vessels with insulation O.D 900 mm and less shall be the same
as for pipes. For vessels above 900 mm insulation O.D. 22 SWG corrugated
aluminum sheet to IS: 1254 with deep corrugation may be used for vertical
installations only.
ii. SCREWS
Screws used with aluminum sheeting shall be of self-tapping type, ½” No.7 of high
quality.
iii. S-CLIPS
Aluminum, 20x1.5 mm bent to form a shape of to provide a minimum lap of 50
mm.
iv. BANDS FOR SECURING JACKET
Aluminum of dimensions 20mm width x 0.5 mm thick.
v. QUICK RELEASE CLIPS FOR REMOVABLE COVERS
Suitable quick release clips will be made as per standard arrangement from 20mm
width x 20 SWG aluminum sheet and some suitable rectangular ring.
5.8 INSPECTION
a) All insulation materials shall be subject to inspection by owner before application. In
case of doubt Owner’s representative will have the liberty to get the material tested by
the contractor at any approved test laboratory. Any material not meeting specified
requirement will be rejected and the rejected material shall have to be replaced by the
contractor with materials of specified type and quality. Insulation found to be
improperly installed shall be removed and reinstalled properly.
b) Inspection of materials and/or installation by owner shall not relieve the contractor of
his responsibility to ensure that finished insulation conform to specified requirements
and is free from defects. Contractor shall correct and defects due to poor workmanship.
c) Tests for thickness shall be carried out after application. Thickness at any point shall not
be less than indicated thickness and shall not be more than 115% of the specified
thickness.
d) Testing of Bulk density of the insulating materials shall be carried out before the
application of insulation. This should be within +/- 15% of the specified value. Test
location shall be selected by owner and its repair shall be done by contractor.
5.9 APPLICATION
a) Insulation thickness shall be as specified in the insulation schedule
/specification/isometric drawings prepared for equipments / piping. Wherever the
thickness is not indicated the same may be selected from Specification for Hot.
b) No. of Layers:
When insulation thickness exceeds 80 mm, the insulation shall be applied in multi-
layers with all joints staggered. Each layer will be separately secured with metallic
bands/wires.
Up to 80 mm 1 Layer
80 to 160 mm 2 Layers
c) General requirements:
i. SURFACE PREPARATION
1. Surface to be insulated shall be cleaned of all dirt, oil, loose scale etc. by wire
brushing. All insulation shall be applied at ambient temperature and both the
metal surface and insulation material shall be dry prior to application of
insulation.
2. The surface for cold insulation shall be then coated with a bitumen emulsion.
3. If the vessel is made of stainless shall steel, it shall be wire-brushed with
stainless steel wire brush.
ii. EXPANSION/CONTRACTION JOINT
1. Depending on the type of insulation used the operating temperatures and the
nature of material, it may be necessary to provide expansion/contraction joints
on vessels or pipes to prevent the insulation from rupturing/buckling when the
surface expands/contracts.
2. It is recommended that expansion joints will be provided in the intervals as
follows:
Temperature Intervals Remarks
d) Insulation Procedure:
Insulation procedure shall be as per Specification for Hot service.
e) Metal Jacketing:
i. GENERAL
1. All joints shall have minimum 75 mm overlap arranged such as to shed water.
For horizontal vessels and pipes, horizontal overlap shall be installed within 5-6-
7’O-clock.
2. Jacket shall be secured to the spacer rings and to itself by self-tapping screws,
described earlier, at a pitch of 150 mm for longitudinal joints and 100 mm for
circumferential joints or by metal bands.
3. All outlets and cut outs shall be cut as close as possible to nozzles, manholes,
supports, branch connections etc. and sealed to be weather proof.
4. At all joints, edges of the jacket will be grooved.
5. All openings through insulation finish shall be flashed weather tight by vapour
seal mastic, particularly where connections are not insulated.
6. Insulation of flange assemblies, valves, manholes, hand-holes, removable heads
of heat exchangers etc. shall be of removable type.
ii. HORIZONTAL VESSELS
Jacketing for dished heads shall be fabricated in form with the radial overlapped
joint (with adequate overlap) secured by self-taping screws 100 mm pitch where it is
not possible, suitable metal bands shall be provided as approved by Engineer-in-
charge. The ends shall be secured to the vessels surface (Cylindrical shell) by
circumferentially tensioned bands and reinforced by self-tapping screws set at 150
mm pitch.
iii. VERTICAL VESSEL
1. Corrugated aluminum sheeting shall be adequately rolled and installed parallel to
the axis of the vessels and shall be secured to the insulation supports available on
the vessels. Otherwise they shall be secured to themselves and rings provided by
the contractor by self-tapping screws. All individual sheets shall be overlapped
by at least 75 mm on longitudinal joints and two corrugations on circumferential
joints, to shed water wherever possible. All joints shall be staggered.
2. Circumferential end laps shall be supported with S-clips so that top section can
rest on the lower one and top section.
Heads: Guide lines for horizontal vessels will be followed.
vi. TANKS
Corrugated aluminum sheet shall be fixed with the help of suitable pop rivets on the
sides of the tank. Flat sheet will be used for top of tank. Sheet to sheet longitudinal
joints shall be sealed only with pop rivets and no screws shall be used.
Circumferential joints need not be riveted.
Whenever sheeting will be required it will be specifically asked for and contractor
shall submit his proposed details for each equipment for approval of the Engineer-
in-charge.
x. PIPING ITEMS
1. Elbows/Bends:
On piping, jacketing shall be supplied with longitudinal and circumferential
laps of 50 mm and secured by aluminum bands spaced 300 mm centers or by
aluminum self-tapping screws at 150 mm centers. Longitudinal laps on
horizontal pipes shall be arranged minimum 300 mm below the horizontal
centers line to shed water. Circumferential lap joints should be sealed with
suitable adhesive sealer.
Jacketing of insulation over large bends shall be as per standard practice.
Jacketing of insulation over elbows shall be spun aluminum jacket and the
joint with jacketing of adjacent straight pipe shall be flashed and banded.
2. Valves & Flanges:
Where flanges and valves are not insulated, the end of insulation on both
sides shall be suitably covered. When these are required to be insulated they
will have removable box insulation.
5.11 GUARANTEE
a) Contractor shall produce 12 copies of test certificates as per relevant IS/ASTM
Standard. Contractor shall certify that
i. All materials are new and unused and are as per specifications called for in this
standard.
ii. The thermal conductivity shall be as specified
iii. The workmanship shall be in accordance with good practice
Other terms & conditions of the guarantee clause shall be as per Work Order.
5.12.1 GENERAL
a) Scope:
This standard covers the requirement for supply and application of the materials for
thermal insulation of equipment, piping and other items for Hot Service.
b) Reference Standards:
IS 3690 Specification for Glass wool mats for Thermal Insulation
IS 3677 Specification for un-bonded Rock and Slag wool for thermal
insulation.
up to 700° C
ASTM C 592 Mineral fiber blanket insulation and blanket type pipe insulation
(Metal mesh covered) (industrial type)
c) Deviations:
i. Should unforeseen difficulties arise to comply with requirements of the standard.
ii. Alternative materials and application techniques superior to the requirements of this
standard be submitted with complete details for approval.
d) Limitations:
i. TEMPERATURE LIMITS
This standard deals with insulations applied externally on piping/equipments etc. for
temperature ranging from 60°C to 800°C.
e) General Requirements:
i. PERSONNEL PROTECTION (PP)
Insulation for personnel protection is usually called for when the surface
temperature is above 65°C and process requirements does not necessitates any
insulation. Wherever, requirement of such insulation for P.P. is indicated, extent of
insulation will be as follows:
1. Insulate all such portions of the surface which could be touched in the course of
normal operating/maintenance duties.
2. Insulate up to a height of 2.5 M above grade level/working platform level.
3. Insulate all portions of the surface within a distance of 600 mm from the edge of
any walkway/operating platform/ladder.
ii. Application of rigid insulation like calcium silicate may be considered for vibration
prone pipelines / equipment and where foot traffic is expected over the insulation
surface.
Max.
Applied
Service
Composition, Shape & Thermal
Density in Remarks
Specification Cond. in
Kg/m3
mw/cm OC
b) Auxiliary Materials:
i. PAINTS
Heat resisting (for application on surfaces Hot Service.)
When the layers are to be applied the first layer may be secured by means of
galvanized wire in lieu of the bands.
On flat surfaces, blanket-blocks shall be applied by impaling them over 9 gauge
galvanized wire pins welded perpendicular to the surface. The extending ends of the
wires shall than be bent upward at right angles and pressed into the blanket. The
edges of blankets shall be tightly butted and laced together with galvanized wire,
where more than one layer of insulation is applied; securing bands of the layers shall
not coincide with each other. All joints in successive layer shall be staggered.
2. Vessel heads:
Insulation on heads shall be secured by radial bands from a floating ring (made by 2-
3 loops of wire) centered at the crown of head and tied to a circumferential band
placed approx 300mm inside the tangent line on insulation O.D. On to heads of
vertical vessels, these radial bands protecting the blanket insulation shall be
provided with distance pins placed every 300mm and of length equal to insulation
thickness. The pins shall be welded or riveted to the strip steel.
For bottom heads, in all skirt supported vessels insulation supports are provided
inside the skirt as indicated in the equipment drawings. Floating rings or wire loops
around the nozzle and bands may be used to support downward facing of insulation.
Such a floating ring may be supported from the lagging support ring fixed inside the
skirt. Blanket shall be shaped and secured on to the head by means of bands
stretched across the floating ring and insulation support rings. The netting firmly
laced together and secured in place. All wire ends shall be cut short and turned into
the insulation.
For vertical vessels having temperatures more than or equal to 450°C, the upper
600mm of the supporting skirt shall be insulated both on inside and outside.
ii. TANKS
1. Mineral wool mattresses faced with galvanized iron wire netting shall be pressed
onto the supporting pins of 8SWG GI. Wire. All joints shall be closely butted.
2. For the top of tank the following procedure shall be adopted where angle
supports/wire lugs are not provided by fabricator. All these will be supplied by
insulation contractor.
3. Laying of central and peripheral angle rings.
4. Welding M6 studs of length T + 6 mm (Where T= thickness of insulation) at
300mm pitch to MS flats (15x6mm) on ground. The flats shall then be laid on
the tank top connecting the central and peripheral rings riveted/welded at both
ends. Fix the 15x6mm flat cross stiffeners with the stud welded.
5. Fix resin bonded mineral wool slabs of required thickness by pressing on to the
studs.
6. Stretch 20 SWG chain link mesh, anchoring it to the M.S. studs by means of
speed washers.
7. Apply approx 19 mm thick hard setting plaster trowelled to a smooth and even
finish.
In general these will be insulated in such a way that the same is of removable type to
allow easy maintenance. The contractor shall supply insulation detail to engineer-in-
charge for approval.
v. PIPING
1. General:
Vertical lines shall be provided with welded support rings spaced at approximately
4000mm. Expansion/contraction joints shall be provided under each support ring for
hot/cold service.
Insulation around support shoes etc. shall be trimmed closely and thoroughly sealed
with vapor seal mastic. For hanger support special care shall be given for weather
proofing jacket and sealing mastic.
2. Hot Services:
The blankets shall be wrapped round the pipe closely, completely covering the outer
surface. Edges shall be tightly butted and laced with galvanized wire. The blankets
shall be secured in place with galvanized bands/wires spaced at 300 mm. Ends of the
wire loops shall be twisted and pressed back into the insulation. All voids,
irregularities and joints shall be painted up and trowelled smooth with insulating
cement. Longitudinal joints on horizontal pipes shall be located 30°below centerline
of pipe
In consideration of possible pipe line movement with change in fluid temperature
different pipes should be separately insulated.
Flanges, valves & Expansion joints shall be insulated with removable type
arrangement as per requirements of Clause 6.1.
Structure mounted EOT crane shall be designed, manufactured & tested as per applicable
IS-Codes (IS-807 & IS-3177). Contractor shall arrange erection of this hoist at the location
decided during detailed engineering. Contractor shall indicate the guaranteed Electric Power
consumption of the crane motor during idle run as well as during full load operation. Crane
motors are to be tested at contractor’s works for routine tests. Contractor shall ensure major
parameters for site conditions also. Thorough Load testing of the Crane shall be conducted
by the contractor at site. Required test load shall be arranged by the contractor. (Concrete
test loads are available at site and can be spared for testing)
Prior to placement of order on Crane contractor by the EPC contractor, response to the
technical stipulations of the Check List (at the end of this spec) shall be submitted to the
employer for their review / approval.
a) Safe Working Load, Travel Length, Hoisting-Length & Quantities: Safe Working
Load of the crane shall be 10 Ton. However, it is to be decided based on maximum
weight of an individual component which is required to be handled during maintenance.
Other details are to be decided during detailed engineering.
b) Travel: Total travel length of EOT shall be between the terminal stoppers, with stopper
cum shock absorbers at both terminals of both the Beam. Trolley track wheel alignment
shall be within 2 mm & straightness of the Beam shall be within 2 mm over a length
of 3 M, after installation at Site.
c) Hook Pulley Arrangement: Each hook shall have in built sling locking facility. Hook
body shall be of forged construction, 360O rotating type with suitable thrust bearing.
Multiple pulley arrangement shall be provided for maximum mechanical advantage.
d) Rails: These shall be made from high quality steel (EN-8 material), duly Impact
tested for a maximum load situation.
e) Crane Hook Raising / Lowering Height: Each Crane Hook shall have travel from
floor level when rope is in 90% of fully wound position (Limit switch activated
condition) to the specified height. The rope drum centre line shall be accordingly fixed.
However there shall be at least 03 rounds of rope left on the respective Rope drum when
any one of the Hoist hook touches the floor of the building, during lowering operation.
f) Hoist ropes & Rope Drum: Wire ropes shall be well lubricated with Cardium
compound and shall be kink free type. Drum shall be round in construction with
multiple Sheaves/groves on it for guiding the hoist rope correctly during winding. Rope
shall be joint less, multiple strands type and free end suitably held, to prevent unwinding
of strands. Wire rope shall be rust free and of suitable diameter for the Design/Test load.
Size of Pulley grooves/sheaves shall be such that it exactly matches with the rope
diameter. Rope alignment shall be as straight as possible. Rope drum shall be made of
M.S. seamless construction & shall meet requirements of IS-3177. All gear boxes shall
be totally enclosed splash lubricated type. Gears shall be made from EN-8 material and
properly heat treated. Flexible couplings shall be provided for Torque transmission.
g) Travel Speed: Travel speed of the crane shall not exceed 12 M/Minute. Wire ropes
hoisting/lowering speed, with full load on-hook, shall not exceed 6 M/Minute. Torque
checking of the base bolts of the Hoist components shall be demonstrated by the
Contractor at installation site.
h) Brake Arrangement: The Crane shall be provided with Fail-safe type hoisting/lowering
brake arrangement. Electric power should be required to release the brake against spring
pressure. Thruster type brake arrangement is preferable for Hoist. Solenoid braking
arrangement shall be provided in Trolley travel.
i) Capacity Name Plate: Safe Working Load (SWL) Capacity shall be displayed over the
Hoist body/Girder by writing on a name plate (300 mm long x 150 mm wide x 3 mm
thick M.S. plate duly painted) and fixed at a conspicuously visible location on the main
body of the hoist. This name-plate shall also show Date of Installation, Date of next
Load test due.
j) Power supply & Pendant: 415 V 10 %, 3-phase, 3-wire, A.C 50 Hz 3% Electric
power supply should be used for the main power supply. There shall be a Pendant-panel
hanging from the hoist crab-unit, with moveable wire sling for sliding the pendant
across the Cross travel span. Height of the Pendant Panel shall be 1.25 M above the
floor. The Pendant shall have a suitable hand grip arrangement & should be suitably
earthed.
It must have following push buttons: (a) Trolley motor “ON” (b) Trolley motor
“OFF” (c) Main Power Supply “ON” (d) Main Power supply “OFF”. All such push
buttons shall have lamp indications also, just adjacent to the respective push buttons.
k) Safety features: Trolley travel shall be fitted with limit switches at either ends of the
travel. Hoisting & lowering of the Hook, under load, shall have inching provision in
both directions. There shall be limit switches in hoisting operation as well as in lowering
operation. All limit switches shall automatically get activated & cut off power supply to
the respective motors.
l) Slings: Wire Slings shall have thimbles at both ends, well lubricated with Cardium
compound and shall be kink free type. Slings shall be round in construction with
multiple strands. It shall be joint less and free end suitably held by a metallic socket, to
prevent unwinding of strands. Slings shall be rust free, lengths suitably matched and
sling capacity punched on the Metallic Socket.
m) Class Designation – Class 4.
n) Slings & D-Shackles : Following lifting accessories are required to be supplied along
with each hoist (Slings shall be in matched pairs) :
1. 2 M long metallic thimbles (both ends) slings.
2. D-shackles --- 02 Nos.
o) Pre-dispatch Inspection: Pre-dispatch inspection at contractor’s works is mandatory.
p) Operators’ training: Contractor shall ensure that the Crane Contractor sends
experienced service Engineer/personnel to installation site, for providing operational
training, on this hoist, to departmental operators. Such training shall be imparted after
commissioning the hoist for three days or more (which will be mutually decided by
contractor / employer).
q) Recommended Contractors for bought out items:
a) Thruster Brake (A. C. disc type): Electromag make or equivalent,
b) Limit Switches (roller lever type): Siemens make or equivalent,
c) Limit Switches (Gravity type): Electromag make or equivalent.
r) Technical Confirmation: Contractor must fill up the technical confirmations sheet and
submit to employer for approval before placement of order.
transformer shall be provided for getting control supply from main 415 Volts supply. The
transformer shall be provided with suitable rating fuse switches separately on primary &
secondary winding.
The motor control wiring shall be done with interlocks wired up in opposite direction
movements. Also the interlocks for limit switches shall be wired up. Similar interlocks to
prevent operation in opposite direction shall also be wired up in pendant push buttons &
testing push button station to be installed over the Hoist girders. A push button station for
testing purpose, from the hoist, shall be provided along the side of control panel for the
purpose of testing the movements of hoist on board. A selector switch wired up in control
supply for testing push button station & pendant push button unit at the testing push
button station on board of the hoist. Intrinsically safe circuit shall be provided for the
testing push button station and pendant push button.
The hoist shall be supplied with fail-safe brakes for all the motors. For hoist, in addition
to the conventional rack & pinion operated limit switch, separate limit switch with
operating device near the hook shall be provided for protection of wire rope. The hoist is
to be provided complete with required cables, flexible cables, trailing cable &
arrangement with rail & rollers for trolley travel. All the cables shall be 1100 Volts rated.
The trailing cables shall be multistrand copper conductor with galvanized screen wire
armored & overall FRLS sheathed.
The rollers shall be provided with clamping arrangement for the power & control cables
separately. The rollers shall move over the rails smoothly. A multistrand wire rope to be
provided between the rollers for to & fro movement & rollers are pulled by wire rope and
not by the cables.
The cables to be provided on fixed parts shall also be 1100 Volts rated, galvanized round
wire armored, FRLS overall sheathed. The control wiring shall be suitably numbered &
ferrule to be provided for convenience of trouble-shooting. The control panel doors,
components, terminals, push buttons shall be suitably labeled for easy identification.
A complete wiring diagram shall be sent along with the offer with full technical
particulars, details of electrical equipment e.g. motors, Limit switches, brakes, push
buttons, control panel, fuse switch units, contactors, thermal overload relays, timers,
indicating lamps, terminals etc. giving type, make, capacity, rating, confirming whether
these are according to any IS-specification numbers or not etc. T-track current collection
system to be supplied with necessary cable looping (cable shall be total length of travel +
6 m extra).
7.1 General
7.1.1 This technical specification shall be applicable for the work covered by the contract, and
without prejudice to the various codes of practice, standard specifications etc. It is
understood that contractor shall carry out the work in all respects with the best quality of
materials and workmanship and in accordance with the best engineering practice and
instructions of Company Site Representative.
7.1.2 Wherever it is stated in the specification that a specific material is to be supplied or a
specific work is to be done, it shall be deemed that the same shall be supplied or carried
out by the contractor. Any deviation from this standard without written deviation permit
from appropriate authority will result in rejection of job.
7.2 Scope
7.2.1 Scope of work covered in the specification shall include, without being limited to the
following.
7.2.2 This specification defines the requirements for surface preparation, selection and
application of paints on external surfaces of piping, vessels, etc. The items listed in the
heading of tables of paint systems is indicative only, however the contractor is fully
responsible for supply of all paint materials, carrying out all the necessary painting,
coating and lining on external and internal surfaces as per the tender requirement.
7.3.2 The following surfaces and materials shall not require painting in general. However, if
there are any specific requirements by the owner, the same shall be painted as per the relevant
specifications:
7.4.3 The paint manufacturer's instructions shall be followed as far as practicable at all times.
Particular attention shall be paid to the following:
Instructions for storage to avoid exposure as well as extremes of temperature.
Surface preparation prior to painting.
Mixing and thinning.
Application of paints and recommended limit on time intervals between coats.
7.5 Equipment
All tools, brushes, rollers, spray Guns, blast material, hand power tools for
cleaning and all equipments, scaffolding materials, shot / sand blasting
equipments & air compressors etc. required to be used shall be suitable for the
work and all in good order and shall be arranged by the contractor at site and in
sufficient quantity.
Mechanical mixing shall be used for paint mixing operations in case of two pack
systems except that the Company Site Representative may allow the hand mixing
7.6 Surface Preparation, Non Compatible Shop Primer, Coating Procedure, Application
& Repair and Documentation
7.6.1 General
In order to achieve the maximum durability, one or more of following methods of
surface preparation shall be followed, depending on condition of steel surface and as
instructed by Company Site Representative. Adhesion of the paint film to surface
depends largely on the degree of cleanliness of the metal surface. Proper surface
preparation contributes more to the success of the paint protective system.
a. Manual or hand tool cleaning.
b. Mechanical or power tool cleaning.
f.
RH and Dew point for proper curing of internal coating of storage tanks.
Blast cleaned surface shall be coated with one complete application of primer as
soon as practicable but in no case later than 4 hrs. the same day.
To the maximum extent practicable, each coat of material shall be applied as a
continuous film uniform thickness free of probes. Any spots or areas missed in
application shall be recoated and permitted to dry before the next coat is applied.
Applied paint should have the desired wet film thickness.
Each coat shall be in proper state of cure or dryness before the application of
succeeding coat. Material shall be considered dry for recoating when an
additional coat can be applied without the development of any detrimental film
irregularities, such as lifting or loss of adhesion of the under coat. Manufacturer
instruction shall be followed for inter coat interval.
When the successive coat of the same colour have been specified, alternate coat
shall be tinted, when practical, sufficiently to produce enough contrast to
indicate complete coverage of the surface. The tinting material shall be
compatible with the material and not detrimental to its service life.
Air spray application shall be in accordance with the following:
The equipment used shall be suitable for the intended purpose, shall be
capable of properly atomizing the paint to be applied, and shall be
equipped with suitable pressure regulators and gauges. The air caps,
nozzles, and needles shall be those recommended by the manufacturer of
the equipment for the material being sprayed. The equipment shall be
kept in satisfactory condition to permit proper paint application.
Traps or separators shall be provided to remove oil and condensed water
from the air. These traps or separators must be of adequate size and must
be drained periodically during operations. The air from the spray gun
impinging against the surface shall show no condensed water or oil.
Ingredients shall be kept properly mixed in the spray pots or containers
during application by continuous mechanical agitation.
The pressure on the material in the pot and of the air at the gun shall be
adjusted for optimum spraying effectiveness. The pressure on the material
in the pot shall be adjusted when necessary for changes in elevation of the
gun above the pot. The atomizing air pressure at the gun shall be high
enough to properly atomize the paint but not so high as to cause excessive
fogging of paint, excessive evaporation of solvent, or less by over spray
Spray equipment shall be kept sufficiently clean so that dirt, dried paint,
and other foreign materials are not deposited in the paint film. Any
solvents left in the equipment shall be completely removed before
applying paint to the surface being painted.
Paint shall be applied in a uniform layer, with overlapping at the edge of
the spray pattern. The spray patterns shall be adjusted so that the paint is
deposited uniformly. During application, the gun shall be held
perpendicular to the surface and at a distance, which will ensure that a
wet layer of paint is deposited on the surface. The trigger of the gun
should be released at the end of each stroke.
All runs and sags shall be brushed out immediately or the paint shall be
removed and the surface repainted.
Areas inaccessible to the spray gun shall be painted by brush; if not
accessible by brush, daubers or sheepskins shall be used.
All nameplates, manufacturer’s identification tags, finished flange faces,
Tender No.: HWB/SPP/e-Tender/2016/01 Mechanical Tech. Specs. Page M-88
of
Chapter-9 Technical specification
control valve items and similar items shall be masked to prohibit coating
deposition. If these surfaces are coated, the component shall be cleaned
and resorted to its original condition.
Edges of structural shapes and irregular coated surfaces shall be coated
first and an extra pass made later.
No coat shall be applied until the preceding coat dries off completely. The
material shall be considered dry for re-coating when another coat can be applied
without the development of any film irregularities such as lifting or loss of
adhesion of undercoats. Drying time of the applied coat should not exceed
maximum specified for it as a first coat; if it exceeds the paint material has
possibly deteriorated or mixing is faulty.
No paint shall be force dried under conditions, which will cause cracking,
wrinkling, blistering formation of pores, or detrimentally affect the conditions of
the paint.
No drier shall be added to paint on the job unless specifically called for in the
manufacturer’s specification for the paint.
Paint shall be protected from rain, condensation, contamination, snow and
freezing until dry to the fullest extent practicable.
Where paint has been damaged in handling and in transportation, the repair of
damaged coating of pre-erection/fabrication shall be as given below.
Repair of damaged inorganic zinc silicate primer or Etch Primer after
erection/welding:
Quickly remove the primer from damaged area by mechanical scraping and
emery paper to expose the white metal. Blast cleans the surface if possible.
Feather the primer over the intact adjacent surface surrounding the damaged area
by emery paper.
Repair of damaged pre-erection and shop priming in the design temperature
range of -90° C to 300° C.
Notes:
1. Application and arrangement of colour bands shall be as per IS 2379 – 1990.
2. Color Code for other process services shall be decided during detailed engineering.
3. Service wise selection of colour is as per IS 2379 – 1990, colour shades as per IS - 5
8.1.1 The entire comprising of Graphite (Block Type) comes under vendor scope.
8.1.2 Design/selection, fabrication & supply, inspection & testing, erection & assembly at site
and guarantee run of the entire system based on the P& ID, data sheets & specifications
and the location plan listed in the “Attachments” sheet.
8.1.3 Detailed engineering of entire system is in vendor’s scope.
8.1.4 Submission of Calculations, Drawings/documents as per the QAP attached.
8.1.5 The Graphite Plate Heat Exchanger shall be Box Type heat exchanger suitable for the
service conditions mentioned in the heat exchanger data sheet.
8.1.6 Preparation and obtaining approval of welding Procedure Specification and Procedure
Qualification record.
8.1.7 Inspection and testing of all components of the system. The detailed quality Assurance
plan shall be submitted to the HWB for the approval. Pre-dispatch inspection of critical
bought-out items such as the graphite plate heat exchanger, condensers and coolers etc.
shall be carried out at the manufacturer’s works. All inspection should be witnessed by
HWB.
8.1.8 Quality assurance plan for site activities shall be submitted separately to HWB for
approval.
8.1.9 Non-Destructive testing of the equipment / component of the system as per relevant
code requirements/ good engineering practice.
8.2 Design
8.2.1 The vendor shall do the design and detailed engineering of the entire system. Vendor
shall obtain purchaser’s approval for the mechanical design calculations before starting
fabrication.
8.2.2 The layout plan and the piping isometric shall be submitted to HWB sufficiently for
approval. Foundation loadings and foundation details shall be submitted HWB
sufficiently in advance.
8.2.3 Submission of manufacturer’s design calculations and fabrication drawings of the
Graphite Plate Heat Exchanger for review by HWB.
8.3 Materials
8.3.1 MOC of the items shall be as per the relevant equipment data sheet attached with the
TPS.
8.3.2 Vendor shall furnish complete, Item wise MTO in the in the drawing.
8.3.3 Structural steel shall conform to IS 2062 or equivalent of weldable quality.
8.3.4 All material including structurals supplied by the vendor shall meet the requirements of
codes and standards.
8.3.5 Test certificate for the materials shall be submitted to RCF for review and approval.
8.3.6 Prior written permission shall be obtained from HWB for any change in material
specification.
8.4.2 Approval of work by HWB shall in no way relieve the vendor of his responsibility in
meeting all the provisions of the Enquiry conditions.
8.5 Spares
The following spares are included in the vendor’s scope of supply.
a. 200% gasket for every type installed
b. 10% bolts / nuts / washers / clamps (minimum 2 Nos. of each size).
S.NO.
ITEM TYPE END/ DIAMETER RANGE SCH / FINISH/ STANDARD
FACING LOW HIGH THK / RADIUS DESCRIPTION NOTE
RATING
Inch Inch
SEAMLESS PE 0.5 1.0 40 S ANSI B – 36.19 A 312 TP 304 L
PIPE
WN / Slip-On RF All Sizes 150 # 63-85 RMS ANSI B – 16.5 A 182 F 304 L
FLANGES
BLIND RF All Sizes 150 # 63-85 RMS ANSI B – 16.5 A 182 F 304 L
NOTE HEAVY WATER BOARD, 5TH FLOOR, V.S. BHAVAN, MUMBAI 400094
Prepared by PROJECT: SPP
Reviewed by PIPING TECHNICAL SPECIFICATION SS
Approved by SHEET 2 OF 4
ITEM
NO.
TYPE END/ DIAMETER RANGE SCH / FINISH/ STANDARD
NO.
SR.
EM
FACING LOW HIGH THK / RADIUS DESCRIPTION NOTE
RATING
Inch Inch
GATE BW 0.5 1.5 800 API – 602 A 182 F 304 L
GLOBE BW 0.5 1.5 800 BS – 2995 TRIM HARDNESS
35 HRC
CHECK BW 0.5 1.5 800 BS – 2995
VALVES
ANSI B – 16.21
T
STD A 351 GR CF 8
STRAINER BW 0.5 1.0 150 # Y-TYPE MNF’S STD TRIM HARDNESS
STRAINER FLANGED 1.5 12.0 150 # Y-TYPE MNF’S STD 35 HRC
NOTE HEAVY WATER BOARD, 5TH FLOOR, V.S. BHAVAN, MUMBAI 400094
Prepared by PROJECT: SPP
Reviewed by PIPING TECHNICAL SPECIFICATION SS
Approved by SHEET 3 OF 4
E E E E W W W 3 P
E E E W W W W W 2 I
½
E E E E W W W W W 2 P
T E E E E W H H H H 1 E
½
T T E E H H H H H H H 1
T T E H H H H H H H H H ¾
T T T H H H H H H H H H H ½
½ ¾ 1 1 2 2 3 4 5 6 8 10 12 14 16 18 20 24
½ ½
RUN PIPE
NOTE HEAVY WATER BOARD, 5TH FLOOR, V.S. BHAVAN, MUMBAI 400094
Prepared by PROJECT: SPP
Reviewed by PIPING TECHNICAL SPECIFICATION SS
Approved by SHEET 4 OF 4
3. SW TO BE DP / MP CHECKED.
4. SW BALL VALVES SHALL HAVE 150 MM LONG SMLS. NIPPLES WELDED TO THE BOTH ENDS OF THE VALVE.
S.NO.
FITTINGS
BW 2.0 6.0 SCH 40 R= 1.50 ANSI B – 16.9 A234 GR.WPB
NOTE HEAVY WATER BOARD, 5TH FLOOR, V.S. BHAVAN, MUMBAI 400094
Prepared by PROJECT: SPP
Reviewed by PIPING TECHNICAL SPECIFICATION CS
Approved by SHEET 2 OF 4
THREADED) WITH 2 B7
NUTS
G
E 16
14
E B.W. TEES
E W B H SW HALF COUPLING
E W W 12 R
10
P PIPE TO PIPE
E W W W A R REINFORCED
E W W W W 8 N
6
S SOCKETLETS
E W W W W W C T SW TEES
E W W W W W W 5 H
4
W WELDOLETS
E W W W W W W W
E W W W W W W W W 3 P
E W W W W W W W W W 2½ I
E W W W W W W W W W W 2 P
T E E H H H H H H H H H 1½ E
T T H H H H H H H H H H H 1
T T T H H H H H H H H H H H ¾
T T T T H H H H H H H H H H H ½
½ ¾ 1 1½ 2 2½ 3 4 5 6 8 10 12 14 16 18 20 24
RUN PIPE
NOTE HEAVY WATER BOARD, 5TH FLOOR, V.S. BHAVAN, MUMBAI 400094
Prepared by PROJECT: SPP
Reviewed by PIPING TECHNICAL SPECIFICATION CS
Approved by SHEET 4 OF 4
EQUIPMENTS
Reference Agency
Sr. Quantum of Format of
Component & Type of Document
Characteristics
Operation Check Acceptance
No. Check Records P W R
Criteria
1 2 3 4 5 6 7 8 9 10
Measure/ Report
Fit-Ups, 100% 3,4 3 1/2
Support, Lugs, Visual.
5
Cleats Etc Report
LPT NDT 100% 3,4 1/2/3 1/2
PWHT, Sol.
6 Heat Cycle Visual 100% HT Chart 3 1/2/3 1/2
Annealing
TRA ID Visual 100% Report 3,4 1/2/3 1/2
HT VIS 100% HT Chart 3 1/2
RVW
RT NDT 100% 4 1/2/3 1/2
Formed
7
Components Report
Knuckle LPT NDT 100% 4 1/2/3 1/2
APD DWG /
Measure/ Report
DIM & VIS 100% APD PRO / 4 1/2/3 1/2
Visual.
Report
TRA ID Visual 100% Material 3,4 1/2/3 1/2
Measure/ Specification /
Assembly of Dish- FIT-UPS, Orientation 100% List 3,4 1/2/3 1/2
Visual.
8 End, Shell, Nozzle, ASME Code Report
Supports Etc. LPT Root & Final NDT 100% 4 1/2/3 1/2
RVW
RT NDT 100% 4 1/2/3 1/2
Measure/
DIM, Visual, Helium Leak Report
9 Final Inspection Visual, 100% 3 1, 2 1,2
Test & Hydraulic, RVW
Integrity
Surface Prep,
Report
10 Painting, Stamping, Visual, ID Visual 100% 3 1, 2 1,2
N2 Filling
Final Doc. & Verify,
11 Verify 100% Report 3 1,2
Release Compilation
Sr.
Type Of Weld Examination Level
No.
Root Pass 100% Visual + 100% Supplementary Exam. (LPT On Others)
1 Butt Completed 100% Visual + 100% Supplementary Exam. (LPT On Others) + 100%
Welds Weld Radiographic Examination
Root Pass 100% Visual + 100% Supplementary Exam. (LPT On Others)
Nozzle
2 Completed 100% Visual + 100% Supplementary Exam. (LPT On Others) + 100%
Welds
Weld Radiographic Examination
Seal First Pass 100% Visual + 100% Supplementary Exam. (LPT On Others)
3
Welds Final Pass 100% Visual + 100% Supplementary Exam. (LPT On Others)
Socket Welds / Slip First Pass 100% Visual + 100% Supplementary Exam. (LPT On Others)
4
On Flange Joints Final Pass 100% Visual + 100% Supplementary Exam. (LPT On Others)
Structural First Pass 100% Visual + 100% Supplementary Exam. (LPT On Others)
5
Attachment Welds Final Pass 100% Visual + 100% Supplementary Exam. (LPT On Others)
Hanger & Support First Pass 100% Visual + 100% Supplementary Exam. (LPT On Others)
6
Welds Final Pass 100% Visual + 100% Supplementary Exam. (LPT On Others)
Characteristics Endorsement
SrNo Activity Reference back-up document
to be checked Supplier TPI /HWB
Visual & Dimensions, Physical /Chemical
1 Material Inspection Properties of MTC. Refer MTCs H R
4 Release of Equipment for Glass lining Visual &Dimension Fabrication inspection Report H R
In-process Inspection at Jacket Fitting Section:
Fit-up exam. i.e. Root Gap,Offset,
Weld fit up of Jacket, Jacket Nozzles,Side
5 Dimensions. Refer Log sheet H R
Brackets, Earthing Cleats, N/P Bracket,Overall
Surveillance of WPS/WPQ & weld visuals
Dimension.
6 Visual Inspection before Final Testing Visual Final Dimension inspection Report H W
Hydro test of Equipment*, Jacket* & Bottom Outlet Factory Acceptance Test
7 Water tightening + deformation (if any) H W
Valve (After Glassing Operation) Certificate
Factory Acceptance Test
8 Running Trial Test of Equipment Alignment, Current, RPM,Temperature. H W
Certificate
Spark test at 10 KVA & GL Thicknessas Factory Acceptance Test
9 Glass Lining & Inside Visual Inspection H W
per DIN 28721-1 (2011)Std. Certificate
Issuing Final Inspection Release Note /Dispatch Factory Certificate & Bought outTest Factory Acceptance Test
10 H W
clearance Certificates Certificate
Explanation of Abbreviations:
H=Hold Point:
Stage shall be kept hold until respective agencies have accepted and cleared the stage for
further processing.
R=ReviewPoint:Work can proceed after carrying out the inspection activity and
documenting the results.
Stages Type of check Quantity Specification / Reference / Records / Vendor TPI HWB Remarks QAP
Acceptance norms Documents Compliance
1.1 Inspection: Check
1.2 Raw
Material Review of certificates
-Material test 100% As per applicable ASTM Mill test reports, R R - -
certificates( standard/PO requirements dimensional
Review of
Chemical and check reports,
certificates
mechanical) HT charts, NDT
-Heat treatment reports reports
-NDT reports
-Hydro test reports
-Identification &
correlation/transfer of
markings.
2.0 Finished Chemical Testing:
Tubes Chemical analysis Sampling as As per applicable Test/ P&W R - -
per ASTM standard / PO Analysis
applicable requirements report/PO
ASTM
standard
(Min. 1 No.
Per each
heat)
3.0 Hydrostatic test Hydro test 100% As per applicable ASTM Test P&W RW -
standard / PO certificate
requirements
4.0 Drying and Drying by air blowing 100% As per standard - P&W W R
preservation Cleanliness & proper practice
preservation
5.0
Documentation Verification for 100% PO/QAP Final report P&W R - -
completeness, compilation
of inspection test records
of TPI certified documents
for submission to
customer
B. STEEL PARTS
MATERIAL
IDENTIFICATION Material as per Manufacturer’s Material as per Declaration for P R
1.
drawing drawing drawing fabricated
specification specification components
STAGE INSPN DESCRPTION CHARACTERISTICS CLASS TYPE OF QUANTUM REFERENCE ACCEPTANCE FORMAT OF Agency
CHECK OF CHECK DOCUMENT NORMS RECORDS
VQ C
RAW MATERIAL Casings, Piston, Chemical Composition Critical Reviewing of 100 % 1 Per Material as per Relevant Standard Foundry T C V V
CASTINGS Plunger Foundry TC , Heat specification
Mechanical sheet
Mechanical properties Test & V V
Heat Treatment Chemical V V
Surface Defects Analysis W -
Dimensional Check Major Measurement 100 % Vendor Drg . Vendor Drg . W -
PMI Wetted part with Mechanical properties Major Chemical 100% ASME material Relevant Standard PMI W W
stainless steel as composition code W W
MOC
WROUGHT Major parts such Chemical Composition Major Chemical 1 NO / Batch Relevant Relevant Standard Vendor T C W V
as casing, shaft, Analysis Standard
impeller,
Connecting rod
Mechanical properties Mechanical
Crank shaft (as
Test
applicable)
IN PROCESS Dimension of Dimension Check / Major Mechanical / 100 % Vendor Drg . Vendor Drg . Inspection Report W -
Components Cleaning & Deburring Visual
listed above
ASSEMBLY Casings Hydro Test ( Pressure Major Visual 100 % As per code No leakage Vendor T C W W
&TESTING test)
ERFORMANCE Pump Assembly Q Vs Stroke Length (for Critical Performance 100 % Pump Datasheet Pump Datasheet Performance Test W W
TEST WITH SHOP diaphargm) Test with test Report
CALIBRATED bed motor
MOTOR Q Vs H, NPSH (for
centrifugal pump)
Vibration Noise Level
Bearing Oil Temperature
FINAL Pump Assembly Overall Dimensions & Major Measurement & 100 % Approved Drgs. Approved Drgs. Vendor Drg. W W
Workmanship
Painting & Packing Major Visual 100 % Vendor Standard Vendor Standard - W -
Following is the recommended List of Codes which may be used for design, fabrication,
installation or testing purpose. Where the codes are mandatory, the same have been mentioned
in the technical specifications. The contractor may also suggest codes other than those listed
subjected to the approval of the HWB.
2. ASME SEC II Part C Specifications for Welding Rods, Electrodes and Filler
Metals
11. IS 875 Part 3 Code of Practice for Design Loads for (Other Than
Earthquake) Buildings and Structures.
20. IS 2102 Part 1 General Tolerances - Part 1: Tolerances For Linear And
Angular Dimensions Without Individual Tolerance
Indications
27. API STD 675 Positive Displacement Pumps - Controlled Volume for
Petroleum, Chemical, and Gas Industry Services
35. DIN ISO 2746 Vitreous and porcelain enamels -- Enameled articles for
service under highly corrosive conditions - High
voltage test
37. DVS 2205-1 (along with Design Calculations for containers and apparatus made
Supplement-1) from thermoplastics – Characteristic Values
TAG CAPACITY
S. No. DESCRIPTION QTY MOC
NO. (m3)
23 Feed Tank 44V04 1 2 SS 304L
24 Feed Tank 44V05 1 2 SS 304L
25 Dump Tank 44V06 1 4 MSGL
26 Feed Tank 44V07 1 2 SS 304L
27 Storage Tank 44V08 1 3 SS 304L
28 Product Tank 44V09 1 2 SS 304L
29 Drain Tank 44V10 1 2 PPFRVE
30 Drain Tank 44V11 1 2 PPFRVE
31 Feed Tank 45 V01 1 5 SS 304 L
32 Product Tank 45 V02 1 5 SS 304 L
33 Decanter 45 D01 1 5 SS 304 L
34 Organic Column 45 C1 1 - SS 304 L
SA 516 gr
35 Aqueous Column 45 C2 1 - 70+1mm
PTFE lining
36 Storage Tank 49 V01 1 20 A 516 Gr 70
37 Storage Tank 49 V02 1 20 A 516 Gr 70
38 Dump Tank 49V03 1 30 A 516 Gr 70
39 Storage Tank 49V04 1 30 A 516 Gr 70
40 Storage Tank 49V05 1 30 A 516 Gr 70
(ii)
Heat Exchangers
As per
Cooling Water
41 43R01 1 Process Data Graphite
Condenser
Sheet
As per
Chilled Water
42 43R02 1 Process Data Graphite
Condenser
Sheet
As per
Cooling Water
44 43R03 1 Process Data Graphite
Condenser
Sheet
As per
Chilled Water
45 43R04 1 Process Data Graphite
Condenser
Sheet
As per
Cooling Water
46 43R05 1 Process Data SS 316L
Condenser
Sheet
As per
Chilled Water
47 43R06 1 Process Data SS 316L
Condenser
Sheet
TAG CAPACITY
S. No. DESCRIPTION QTY MOC
NO. (m3)
48 Condenser, S&T 44 E 1-A 1 Refer Data SS 304L
Sheet
Refer Data
49 Condenser, S&T 44 E 1-B 1 SS 304L
Sheet
Cold Trap,
Refer Data
50 Double Pipe 44 E3 1 SS 304L
Sheet
Type
Cold Trap, Refer Data
51 44 E4 1 SS 304L
Double Pipe Type Sheet
Organic column Refer Data
52 45 R 1 1 SS 304L
reboiler Sheet
Aqueous column Refer Data
53 45 R 2 1 Graphite
reboiler Sheet
Refer Data
54 Head Condenser 45 E 1 1 SS 304L
Sheet
Refer Data
55 Cooler 45 E2 1 SS 304L
Sheet
Refer Data
56 Cooler 45 E3 1 Graphite
Sheet
Refer Data
57 Condenser 45 E4 1 Graphite
Sheet
(iv) Reactors
58 Jacketed Reactors 43RV01 1 2 MSGL
with Agitator &
59 Motor and Flush 43RV02 1 2 MSGL
Bottom valves
Jacketed
60 Reactor with 43RV03 1 2 CS-Ni
Agitator & Motor
61 Reactor 44 RV01 1 5 MSGL
62 Reactor 44 RV02 1 5 MSGL
63 Reactor 44 RV03 1 5 MSGL
TAG CAPACITY
S. No. DESCRIPTION QTY MOC
NO. (m3)
TAG CAPACITY
S. No. DESCRIPTION QTY MOC
NO. (m3)
49 P01 As per Data
88 EHA Feed Pump 2 SS 316
A/B Sheet
Tender No.: HWB/SPP/e-Tender/2016/01 Mechanical Tech. Specs. Page M-129
Chapter-9 Technical specification
B Procurement, inspection & testing as per approved QAP, transportation, safe delivery at
Client's premises & supply of following Piping and its accessories as per tender specifications
& data sheets
MSGL
SS 304 L
1. 0.5”-10” As per Piping
A 106 Gr B
Specifications
Pipes 4.0-4.5km
HDPE
(Approx)
Pipe Fittings MSGL
(Elbows, Tees,
SS 304 L
Flanges,
2. Reducers & 0.5”-10” As per Piping A 106 Gr B
other Specifications
2500 Nos HDPE
miscellaneous
(Approx)
fittings)
Diaphragm As per MSGL
3.
Valves P&ID
As per As per Piping PP
As per P&ID Specifications SS
4.
Ball Valves P&ID
CS
As per PP
5. P&ID SS
NRV CS
SS
As per As per As per Piping
6. Gate Valve CS
P&ID P&ID Specifications
7. As per SS
C. Procurement, inspection & testing as per approved QAP, transportation, safe delivery at
Client's premises & supply of EOT Crane along with its Erection & Commissioning
As per
As per Tender
1. EOT Crane Tech 1 10 Tons
Specifications
Specs
D. Procurement, inspection & testing as per approved QAP, transportation, safe delivery at
Client's premises & supply of Spares of various equipment & machines
E. Procurement, transportation, safe delivery at Client's premises & supply of Hot & Cold
Insulation
F. Supply of Structural Steel for supports, equipment platforms, Columns supports etc
II Fabrication of Stainless Steel, Carbon Steel, MSGL, HDPE, PP-FRVE Piping along with
provision of Piping supports as per approved Isometrics, painting of Carbon Steel Piping,
Supports, Structures, Inspection & Testing including application of insulation etc.
1 SS Piping 0.5”-10”
2 CS Piping
III Erection of Stainless Steel, Carbon Steel, MSGL, HDPE, PP-FRVE Piping along with
provision of Piping supports as per approved Isometrics, Inspection & Testing including
hydro testing & application of insulation etc
1 SS Piping 0.5”-10”
2 CS Piping
IV Erection of Stainless Steel, Carbon Steel, MSGL, HDPE, PP-FRVE equipment and rotating
machineries as indicated in SN I(A) & I(B), inspection and testing along with providing
insulation, structural supports, platforms etc
5 PP-FRVE Tank
Sub Total ( I to Rs
V)
Taxes for Rs
Supply Part
Taxes for Rs
Service Part
GRAND Rs
TOTAL
(VI+VII)
1 Bearings 1 set
2 Bushings 1 set
3 Set of Gaskets /Packing rings of special type 2set
4 Piston Rings 1 set
Valves - Spare for each type
The recommended sub-vendors and sub-suppliers are given in the technical specification of the
respective items and below . However contractor can suggest and supply from other reputed sub
vendors, or where sub-vendors are not indicated , subject to prior approval from the department
which shall be reviewed and approved by the department as per the criteria given elsewhere in
the tender specification .
1) For Glass Lined Reactors, Glass lined Vessels and Glass lined Piping, Valves :
a) M/S GMM PFAUDLER LTD. Vithal Udyonagar, Karamsad, Gujarat
b) M/S SWISS GLASS COAT EQUIPMENT LTD. Vithal Udyognagar, Anand, Gujarat
c) De-Dietrich Process System, Andheri, Mumbai
2) For Cs-Ni cladded reactor
a) M/s Tinita Engineering (P) Ltd., Mumbai
b) M/s Dynatherm Alloys (P) Ltd., Chennai
c) M/s Titanium (P) Ltd. Chennai
5) CS SEAMLESS PIPES
a) BHEL (Valves division)
b) Maharastra seamless Ltd.
c) The Indian seamless metal tubes Ltd.
d) TISCO (tube divn.)
6) SS SEAMLESS PIPES
a) Choksi tube company Ltd.
b) Nuclear fuel complex
c) Ratnamani metals & tubes Ltd.
8) COMPRESSION FITTINGS
a) Baldota valve & fitting Co. Pvt. LTd.
Tender No.: HWB/SPP/e-Tender/2016/01 Mechanical Tech. Specs. Page M-134
Chapter-9 Technical specification
ANNEXURE – I
DRAWING FOR BATTERY LIMIT (HATCHED PORTION ARE IN BATTERY LIMIT FOR MECHANICAL)
ANNEXURE-2
TECHNICAL SPECIFICATIONS
ELECTRICAL
CONTENT
1. Scope E-4
4. Documentation E-12
1. SCOPE:
The scope of work for electrical package to be carried out by EPC contractor is listed below
but not limited to:
i) Design and Detailed Engineering: The EPC contractor has to carry out design and
detailed engineering for all the electrical equipment listed under the scope of supply.
Adequate margin shall be kept in all parameters to sustain operation during fluctuation
in the system, grid, emergencies etc. All the equipment shall conform in all respect to
high standard of engineering design and workmanship and shall be capable of
performing continuous operation in a manner acceptable to HWB. EPC contractor has
to prepare detailed Technical specification, data sheets, QAP; detailed drawings etc.
based on the information given in this tender document and obtain approval of HWB
prior to procurement /manufacture. All electrical items should comply with relevant
latest IS.
iii) Factory Acceptance Test (FAT): EPC contractor shall carry out Factory Acceptance
Test i.e. Inspection and Testing at supplier’s works for all the equipment as per
approved QAP in presence of HWB or third party inspector (TPI) appointed by HWB.
iv) Supply & Storage at Site: EPC contractor has to supply all the items to SPP site in a
safe manner without any damage. Items shall be packed with suitable materials to
prevent damage in the transit. EPC contractor has to ensure safe transportation to SPP
v) Erection: EPC contractor has to carry out erection of all the equipment under the
scope of supply including cable laying & termination, mounting of push button etc. as
mentioned in this tender in a safe manner as per standard engineering practices and
manufacturer’s guide lines. Erection and commissioning activities should be carried
out by the licensed Electrical personnel as per safety procedures prevailing at HWP
site.
vi) Site Acceptance Test: The EPC contractor has carry out pre-commissioning test,
commissioning test at site as per approved QAP & check list of each equipment.
vii) Clearance from Regulatory Authorities: EPC contractor has to obtain clearance
from regulatory authorities like State / Central Electricity Authority, as applicable
before taking the electrical system into service. However formal application will be
submitted by the owner.
viii) Commissioning: The EPC contractor has to submit check list/procedure for pre-
commissioning test, commissioning test and charging the equipment or taking it into
service as per the technical specification and get them approved from the HWB. After
safe erection of the equipment, EPC contractor shall carry out pre-commissioning and
commissioning test as applicable as per the approved check list/procedure.
ix) Charging and handing over: The EPC contractor has to hand over the equipment to
HWB after satisfactory completion of commissioning and performance tests
acceptable to the HWB.
x) Retrofitting of 3.3KV feeders: Electrical power for SPP plant is to be tapped from
two dummy panels available in the existing 3.3KV switchgear at HWP site. 2 nos. of
3.3KV VCB of 630A rating are to be supplied by the EPC contractor as per the
technical specification and to be retrofitted in the existing dummy panel of 3.3KV
feeder along with measuring and protective CT, PT etc. and necessary wiring shall be
done. Detailed Technical specification for 3.3 KV Breaker is given in Annexure – IV.
xi) Cabling: Supply, laying & termination of all cables, cable trays, support structures,
underground trenches shall be carried out by EPC contractor. Supply, laying &
termination of 3.3KV cable from existing 3.3KV substation located at HWP site to
SPP transformers. 415V Cabling from SPP transformer secondary terminal box to
PMCC and to other MCC/panel, motors located in SPP main plant & utility area, DG
set to EMCC, panels to light fitting/AC/fans/sockets etc. are to be carried out by EPC
contractor. Cabling from MCC located in SPP to all the motors of distant units
(outside of main plant building) like SPP pump house panel, Bulk storage tanks, PCl3
storage area, ETP etc. For tapping class – I power supply, cable to be laid from
existing class I power source of HWP site to SPP class-I power distribution board.
xii) Associated Minor Civil Works: All the equipment shall be erected in the existing
RCC room in the SPP main plant building by the EPC contractor. Major civil works
like foundation of transformer, DG set, soak pit, etc. are not included in the scope of
this tender. However EPC contractor has to submit foundation/GA/lay out drawing for
required civil jobs. Associated minor civil works like chipping, grouting etc. are in the
scope of this tender and to be carried out by the EPC contractor. Supply of Hume pipe
for underground cabling, preparation of trench, construction of Earth Pit and
associated minor civil works is also included in the scope of EPC contractor.
xiii) Structural requirements: The EPC contractor has to supply the structural steel for
providing support for installation of electrical equipment, cable trays, wherever
required for successful completion of erection of entire system.
xiv) Drawings: After design and detailed engineering, the data sheets & drawings have to
be duly approved by the HWB and all the work should be executed as per the
approved Data Sheet and drawings.
xv) Spare parts: Spare parts shall be supplied as per the list enclosed with the tender.
xvi) Tools & tackles: Sufficient Tools & tackles, testing equipment for Transformers,
Motors, cables, etc. required for successful erection, commissioning and making the
equipment operational are to be brought by the vendor.
i) Field electrical equipment shall confirm to the hazardous area classification of the plant
(Zone-2).
ii) The plant lighting shall have 30% lighting on class-III and remaining lighting on class-
IV.
iii) Adequate panic lights in control room and stair case of the plant shall be on class-I
supply.
iv) The motor selection shall be based on 80% of full load as normal operating load.
v) The dedicated earth pits shall be provided for control system, power system &
equipment/ vessels body earth. Adequate nos. of earth pits shall be provided on each of
above as per relevant IS.
vi) Protection against static electricity shall be provided by bonding flanges of metallic
pipelines and by connecting vessels/ equipment with earth grid.
vii) Adequate passive fire protection shall be provided to cables with the help of fire
barriers and fire breaks at zone crossover.
viii) The various load requirements have been divided into four classes of power as follows:
a. Class IV Supply: Majority of loads on 415V and all the loads on 3.3 KV bus
may be interrupted on the loss of power supply from TNEB Grid.
b. Class III Supply: Loads which are required for emergency operation of plant
but may be interrupted for briefly for less than 30 seconds duration. These
loads shall be supplied through the new 250KVA Diesel Generator during
normal supply failure.
c. Class II Supply: The most essential control and instrumentation loads needing
AC supply which must not be interrupted. These loads are very critical for
plant safety and operation. These loads shall be supplied through an un-
interruptible power supply (UPS).
d. Class I Supply: Essential DC loads where no interruption can be tolerated shall
be supplied through class-I, 110V DC supply. Class-I power to be extended
from existing rectifier backed up through dedicated battery bank.
2.1 Electrical system for SPP plant shall be designed taking into consideration
tapping of power as mentioned below:
i. Class IV power supply from existing 3.3 KV Bus, through new separate VCB for
plant load and lighting requirement.
ii. Class III supply for critical plant load and lighting will be from the new DG (3ph,
415V 250KVA) which is to be procured and installed under this tender.
iii. Class II supply (110V 50Hz AC) - to be supplied and installed by the EPC
contractor.
iv. Class I supply (110V DC) from the existing Class-I DC Bus as indicated in the single
line diagram for control requirement.
Equipment selection shall be done keeping in view of hazardous nature of POCl 3, PCl3, Iso-
amyl alcohol, 2 ethyl hexane , hexane , xylene , RCL, ROH and other chemicals being
handled in the plant after carrying out necessary studies for hazardous area classification.
Cable and equipment shall be selected after considering voltage drop up to 15% at equipment
terminals during start-up of biggest motor with the maximum base load on the transformer.
Size of cable shall be done to ensure that the voltage drop in operating condition shall not be
more than 3% of rated voltage at the terminals of the equipment. Voltage drop for the
lighting circuit shall be restricted to 1 volt + 2% of the supply voltage as per IEE Regulation
No. 204. Direct –on-line starting feature shall be incorporated in the motors of rating less
than 37 kW and Star Delta starter shall be provided for all motors of 37kW rating and above
except for VFD driven motors.
Distribution of loads on 415V bus shall be done in a manner to provide adequate redundancy
for plant operation. Short circuit impedance of the transformers shall be kept such that the
short circuit current and voltage spared at output terminals should remain within permissible
limits.
Short circuit calculations for the system shall be carried out based on IS-13234 or equipment
standards. Existing fault level on 3.3 KV bus is 200 MVA.
2nos. of power transformers of 2000 KVA capacity each shall be supplied under this tender
for bringing down the voltage level from 3.3 KV to 415 Volt for utilization loads.
2nos of 3.3KV VCB 630A are to be supplied by EPC Contractor and shall be fixed
(retrofitting) in the existing dummy panel of 3.3KV feeder along with measuring and
protective CT, PT, relay, meter and necessary wiring shall be done.
Detailed Technical specification for 3.3 KV Breaker is given in Annexure-IV.
A DG set of 250KVA shall be supplied along with AMF control panel with change over
contact and the same shall be installed by the party.
The plant grounding system design has been based on the recommendation of IEEE-80
and has been designed with the following objective:
i. To limit the touch and step potentials between the different non-current carrying parts
and earth to a safe value under all normal and abnormal conditions.
ii. To provide low impedance path for the earth fault current so that it is of sufficient
magnitude to operate the protective relays.
iii. To effectively discharge the accumulation of static charge.
iv. All flanges of pipe lines which carry chemicals shall be provided with earth brides.
v. All electrical equipment, vessels, power panels, shall be provided with double
earthing by GI flats as per relevant IS.
vi. Lighting spike shall be provided in main plant building and vent scrubber stack. This
shall be connected to earth through copper flats as per relevant IS.
EPC Contractor shall design the grounding system for SPP plant for achieving above
objectives.
Plant site may get polluted with POCl3, PCL3, Iso-amyl alcohol, 2 ethyl hexane, hexane,
xylene, RCL, ROH and other chemicals through leakages or due to accidental release.
Equipment is to be selected, keeping in view of hazardous nature of these chemicals.
Note: The qty. indicated as lot in the above table has to be calculated by the EPC contractor
during detailed engineering. Accordingly schedule for each item to be worked out by EPC
contractor and get them approved by HWB and based on that detailed final SOQ should be
prepared by them. Quantity and size of items mentioned in this SOQ are not changeable.
4. DOCUMENTATION
4.1 Documents to be submitted with bid: Following document are to be submitted along
with the bid;
i) The single line diagram furnished in this document is tentative. The bidder has to
prepare and submit actual Single Line Diagram (SLD) for Class -I, II, III & IV power
supply system with their interconnections.
ii) Make, model, catalogue and manufacturer’s data sheet for all the electrical equipment
for the scope of supply like Transformer, HT Panel, Protective relays VCB, LT Panel,
ACB, Variable Frequency Drive, Motor, UPS, Battery bank, DG Set, Light fittings ,
Push button station, Cables, Air Conditioners and other auxiliaries as applicable.
Make of the equipment shall be one among the recommended EPC contractor list.
iv) All the filled up datasheets, Single Line Diagrams for class-IV, class-III, Class-II
power supply & class-I power supply, load lists etc. shall be submitted along with
bid.
v) Load list given in this document is tentative. Based on approved P&ID EPC
contractor has to prepare appropriate load list for class- I, II, III & IV loads (including
VFD feeders for class-III) with spare feeders showing typical Bill of Material of each
type of feeder. Supply of equipment like pump and motors of ETP is not included in
the scope of this tender but supply, erection, commissioning of ETP MCC, supply and
installation of local push button stations and cabling from ETP MCC to motors and
push button station of ETP and termination are in the scope of this tender.
vi) The EPC contractor shall submit all supporting information and technical
data as requested in tender so that employer can make detailed technical comparison
and evaluation of the offers without the need of request for further information from
the EPC contractor.
4.2 Documents to be submitted by EPC contractor after award of contract for approval
before manufacturing:
Detailed single line diagram with all the feeders and bill of material for each type of
feeder
Over all cable lay out (for all class of power supply)
Class-III load
Interconnection drawing
In addition to the documents mentioned here all other documents as mentioned in respective
Technical Specifications for each equipment shall be supplied by the EPC contractor for
approval before manufacture.
4.4 Specifications and data sheet to be submitted by contractor after placement of order
for approval: After placement of order, documents are to be supplied as listed here and
elsewhere of this document. The contractor may, in addition furnish any other supporting
information, technical data, drawing or catalogue which, in his view, are necessary to
assist the HWB to make a detailed technical evaluation of his offer.
Technical Specifications, detailed data sheet, QAP, guide lines for erection of electrical
equipment, pre-commissioning check list, final testing and commissioning procedure for
Transformer, DG set, VCB, LT Switch board, ACB, cable (LT/HT power & control)
cable tray, LT motor, LT push button station, lighting earthing & lightning protection,
lighting distribution board, VFD, ups & battery, battery banks, fire sealing & fire breaks,
lamp and light fittings, etc. are to be furnished by the contractor.
4.5 Foundation drawings of the equipment: The EPC contractor has to submit detailed
foundation drawings for all electrical equipment for approval from the HWB.
5. ELECTRICAL SYSTEM:
Heavy Water Plant, Tuticorin is receiving power from Muthiapuram 110 KV Auto sub-station
through a single 110 KV feeder, ‘DOG’ ACSR conductor has been used for incoming feeder and
in HWP switchyard ‘PANTHER’ ASCR conductor has been used for inter-connection of 2 nos.
of 10 MVA power transformers through two separate 110 KV MOCBs.
In existing plant power utilization levels for the various types of loads are as follows:
3.3 KV, 3 Phase, 3-wire, 50 cycles, high voltage distribution and power supply for motors over
200 KW and up to 2600 KW.
415V, 3 phase, 4 wire, 50 cycle medium voltage plant power for the following:
Motors – over fraction KW to 200 KW.
Miscellaneous individual loads.
Motor Control Centers.
Lighting Loads
Un-interruptible Power Supply distribution boards.
DC distribution boards.
6. BATTERY LIMIT:
Battery limit for erection and commissioning of the electrical equipment are given below.
i) Retrofitting of 3.3 KV feeders with VCB in existing 3.3KV switchgear in Main plant.
HT, control and other associated cables are to be laid from these feeders to
Transformers to be installed in SPP. Detailed Technical specification for 3.3 KV
Breaker is given in Annexure-IV.
ii) Class-I power to be tapped from existing class-I power supply panel located in 3.3KV
substation. Associated cables are to be laid from existing Class-I power supply panel
to DCDB to be installed in SPP.
iii) Pump house panel to be installed in existing cooling water pump house near cooling
tower for SPP. Associated cables are to be laid from PMCC to be installed in SPP
MCC Panel Room to Pump house panel and from this panel to the motors.
iv) Transfer pumps will be located near Bulk storage tank and PCl3/POCl3 storage Tanks.
Associated power and the control cables are to be laid for the pumps.
v) Supply of equipment like pump and motors of ETP is not included in the scope of this
tender but supply, erection, commissioning of ETP MCC, supply and installation of
local push button stations and cabling from ETP MCC to motors and push button
station of ETP equipment and termination are in the scope of this tender.
vi) All the above mentioned locations are marked as hatched in the attached plot plan
drawing No. HWB/SPP(T)/CIVIL/0001.
7. PLANT LOADS:
A. EXISTING LOADS:
At Present plant loads being fed through 2 nos. of 10MVA, 110/3.45 KV transformers
are as below:
Tender No.: HWB/SPP/e-Tender/2016/01 Electrical Tech. specs. Page E-14
of 7
of
Chapter-9 Technical specification
B. SPP LOADS: SPP Plant shall have following loads and any other loads that may be
required for consideration after detailed engineering. Feeders of adequate capacity shall
be provided to feed power to UPS, Class-1 system and other panels as required
Elect. Power
Equipment
S. No. Name (Tentative) Remark(s)
Tag No.
(KW)
LIST OF MACHINERY OF UNIT 43
1. 43 P01 A 2EHA Pump 2.2
2. 43 P01 B 2EHA Pump 2.2
3. 43 P05 A Hexane Pump 0.75
4. 43 P05 B Hexane Pump 0.75
5. 43 P06 A RCL Feed Pump 0.75
6. 43 P06 B RCL Feed Pump 0.75
7. 43 P07 A Alkali Charging Pump 0.75
8. 43 P07 B Alkali Charging Pump 0.75
9. 43 P08 A Alkali Charging Pump 0.75
10. 43 P09 A HCL Charging Pump 0.75
11. 43 P09 B HCL Charging Pump 0.75
12. 43 P10 A DM WATER Feed Pump 0.75
13. 43 P10 B DM WATER Feed Pump 0.75
14. 43P17 A Dump liquid recycle pump 0.75
15. 43P17 B Dump liquid recycle pump 0.75
16. 43 AG01 Agitator of RV01 5.5 To be provided
17. 43 AG02 Agitator of RV02 5.5 with 7.5KW
VFD. To be
18. 43 AG03 Agitator of RV03 5.5 connected to class
III supply
Equipment Tag Elect. Power
S. No. Name Remark(s)
No. (KW)
LIST OF MACHINERY OF UNIT 44
Conc. Sod. Carbonate charging
19. 44 P04 A 0.75
pump.
Conc. Sod. Carbonate charging
20. 44 P04 B 0.75
pump.
Conc. Sod. Carbonate charging
21. 44 P05 A 0.75
pump
22. 44 P06 A Dump liquid recycle pump 2.2
Other
83. unexpected 50
Loads
Total 1600.25
All the ratings given in this document are tentative in nature, EPC contractor has
to calculate actual rating based on process design and submit for approval before
manufacture.
Total power requirement for entire new system may be of the order of 1800 KW.
Other feeders are to be provided as per plant requirement.
Tender No.: HWB/SPP/e-Tender/2016/01 Electrical Tech. specs. Page E-18
of 7
of
Chapter-9 Technical specification
8. POWER TRANSFORMER
2 Nos. of power transformer of 2000 KVA capacity shall be provided for bringing down the
voltage level from 3.3.KV to 0.433KV. Transformer shall be two winding, three phase,
Dy11 vector group with secondary neutral solidly grounded. The transformer shall be
designed and manufactured as per relevant standards for the ambient conditions specified in
the tender document. Transformer shall have Off Load Tap Changer for making correction
of output voltage from +5% to -5% through 5 tap positions. Percentage impedance shall be
selected such that biggest motor connected at output terminal can start smoothly in direct-
on-line (DOL) mode with maximum permissible base loads. Transformers shall be oil filled
and shall have ONAN type cooling. 2MVA transformer protective relay shall be provided in
the existing 3.3KV panel.
DETAILED TECHNICAL SPECIFICATION FOR TRANSFORMER AND
PROACTIVE RELAYS IS GIVEN IN ANNEXURE-I.
1. Along with the power cable 2 Nos. of 24 c x 2.5 sq.mm, of length 375mtrs copper
armoured cables to be laid from existing 3.3KV substation to SPP MCC for providing
tripping provisions.
2. 2 nos. of 24c x 1.5 Sq.mm of length 80mtrs copper armoured cables to be laid from SPP
transformer to SPP MCC panel.
9. CLASS-IV POWER & MOTOR CONTROLCENTER and ETP MCC
The Power & motor control centers (PMCCs) are planned to cater to various motors (fraction
KW to 75 KW), electrode boiler (300KW), chiller (75KW), vacuum pump (50KW) and
lighting loads. The short circuit rating of the PMCCs shall be 50 KA (sym) and making
current as 125KA (peak). The PMCCs shall be totally enclosed in modular construction. It
shall have out going feeders as per SLD and load list given in this document. Given SLD and
load list are tentative, EPC contractor has to prepare final load list required for completeness
of the project. Direct –on-line starting feature shall be incorporated in the motors of rating
less than 37 kW and Star Delta starter shall be provided for all motors of 37kW rating and
above.
Each electrical Panel shall be provided with specially compounded Insulation Electrical
Safety Mats by the EPC Contractor suitable as per their voltage rating.
ETP MCC panel shall have 26 feeders of rating from fraction KW to 15KW. Each feeder
shall consist of fuse, CT, Contactor, Overload relay, as per the motor rating. The panel should
have power cable camber and control cable chamber. The panel shall be provided with a main
Tender No.: HWB/SPP/e-Tender/2016/01 Electrical Tech. specs. Page E-19
of 7
of
Chapter-9 Technical specification
incoming 400A isolator. Panel construction and indications shall be as per Class-IV PMCC
panel.
Pump house panel shall have incomer and outgoing feeders as given in SLD. Its
constructional features shall be in line with that of PMCC. Required protections shall be
incorporated in the up stream breaker.
Control supply for the PMCCs shall be fed though separate 415/110 volts AC transformer
mounted in a separate module.
Every feeder shall have SERVICE / ISOLATE / TEST positions, and current indications.
Cable entry shall be from top. Link type HRC fuses (having dual characteristics), Over
Load Relays with resetting provision through “push –button” & single-phase prevention
feature shall be used for motors 40KW and above. Enough potential free contacts shall be
provided for interlocking. Selection of HRC fuses, OLR relays shall be done to ensure full
protection to motor and smooth starting.
PMCC shall be fed & controlled through manual ACBs in 415 volts switch gear.
Electrode boiler 300KW rating each shall be provided with 415Volts 800A ACBs.
PMCC shall be indoor and draw-out type, double front execution to suit operation and
optimum space requirements. The PMCC shall be dust proof & vermin proof and shall
conform to requirements of degree of protection of IP42.
Annunciation panel with hooter shall be provided in 415V Incomer-I and II panel.
The switchgear components like ACBs, Contactors, Thermal overload relays, CTs, Fuse
switch units etc shall of make one among the vendor list given in this document.
DETAILED SPECIFICATION FOR PMCC PANEL IS GIVEN IN ANNEXURE-II.
10. CLASS III LOAD CENTRE, EMCC FOR EMERGENCY LIGHTING AND
CERTAIN MACHINERIES :
The class III load center shall be designed to feed the essential lighting loads VFD panel
meant for agitator and also certain machineries. Loads on Class III bus shall include
emergency lighting, instrument supply, agitator motors, cooling water pumps etc... Class III
bus shall be fed from class-IV MCC and during normal power failure the EMCC panel will
be fed by the 250KVA DG set to be installed at SPP through change over contact.
DETAILED SPECIFICATION FOR EMCC PANEL IS GIVEN IN ANNEXURE-III.
Remarks: All the cables meant for 3.3 KV supply and class I supply can be laid on
existing cable trays from existing sub-station to chemical lab. From the road it is to be
brought by underground up to the MCC room as well as transformers. All civil jobs
involved in this job are under the scope of contractor.
Various Organic chemicals such as POCl3, PCL3, Iso amyl alcohol, 2 ethyl hexane , hexane ,
xylene, RCL, ROH and other chemicals used in process form explosive mixture with air and
as such is a fire and explosive hazard. The points of potential leakage are valve packing,
valve seat, flanges, leaking piston packing, compressor seals etc.. The possibility of
explosion exists mainly in the case of fault or disturbances in the process and prevails mainly
in the plant areas.
Selection of equipment in the plant areas such as motors, local push button stations, local
control panel, light fittings, cables, cable glands, instruments etc.. shall be done considering
the above fire hazard in this area. Classification studies and shall be as per relevant
national/international codes.
13. BREAKERS:
The panel at SPP shall be provided with the flowing Air Circuit breakers 3phase 415V
ACBs.
1. INCOMERS : 3200A rating : 2 Nos.
2. BUS COUPLER : 3200A Rating : 1 No.
3. EMCC INCOMER : 800A Rating : 2 Nos.
4. Electrode Boiler : 800A Rating : 2 Nos.
5. Pump House : 400A Rating : 1 No.
6. Incoming from DG Set : 800A Rating : 1 Nos
All ACBs shall be of drawn out type and it shall be provided with manual and
electrical operation.
Every breaker should have service/ Isolate/ Test positions.
In case of any fault it has to trip.
Overload trip provision shall be provided with trip current adjustment.
Breaker should ON and TRIP by using 110V DC Class-I supply.
ON indication, OFF indication and TRIP indication shall be provided.
Single phasing, under voltage protection shall be provided.
Electrical interlock shall be provided in-between Incomer breakers (3200A) and Bus
coupler (3200A).
14. MOTORS :
Since chemicals used are highly corrosive, all the motors shall be with die cast
aluminum rotor or copper bar rotor brazed with phosphorous free alloy. In view of
high ambient conditions at site all the motors shall have class “F” insulation but the
temperature rise in the motor shall be restricted to the temperature rise permissible for
class “B” insulation. All the motors should be rated for continuous duty i.e. “S1”
duty. All the motors shall be of flameproof construction in Main Plant area, chemical
Tender No.: HWB/SPP/e-Tender/2016/01 Electrical Tech. specs. Page E-21
of 7
of
Chapter-9 Technical specification
storage area, and chemical handling area and in Effluent treatment plant. They should
be suitable for gas group IIB , Zone I and Temperature class T-3. The remaining
areas motor suitable for Zone II areas can be selected i.e. Increased safety type motors
can be selected.
All the motors shall have terminal box of adequate size to accommodate the cable
terminal comfortably and without causing undue stress on the motor terminals.
Enough space inside the terminal box shall be available for ventilation. All motors
shall have external provision for of grease nipples for greasing of the bearings.
However for small motors it is not applicable as they may be fitted with sealed
bearings. Space heaters shall be provided for motors having 30 KW and above rating.
Motors shall have TEFC enclosures and having IP55 degree of protection. Windings
insulation shall be given anti corrosive treatment.
Motor rating for centrifugal pumps and compressor shall be sized as per
recommendation of relevant API codes.
Motors for operation with VFD shall be compatible for running at different
speed/VFD.
All Motors shall be high efficiency type (IE2) conforming to IS 12615 (2011).
Specification and requirement of canned motor pumps, if any, may be referred in
mechanical part of this document.
EPC Contractor has to prepare checklist for Pre-Commissioning test, commissioning
and performance tests and get them approved from HWB. This list should include the
following;
A visual check to be carried out to verify is any damage has occurred and free
rotation of the motor.
The motor body should have its body paint intact.
The motor if put in long storage the motor; moisture should be removed from the
motor. Before putting the electric motor in to operation the motor is to be checked for
the healthiness of its insulation by the help of 500V megger.
Check the name plate details of the motors and that should match the approved
specifications
For all 12 Nos. of agitators suitable VFDs are to be provided. In total 12 Nos. of
VFDs to be provided (11 Nos. – 1 for each agitator + 1 No. spare). These VFDs
should be enclosed in a separate panel with adequate ventilation. All VFDs should
have standard features and they should be operable through external 0-10V& 4-20mA
signal for speed variation. All VFDs should have under current features as in-built
protection. All drives shall be fixed inside the panel and HMI control/display shall be
mounted in front side of the panel for monitoring / controlling / setting. Power cable
and control should have separate compartment and the cable entry to the panel is from
top.
The VFD panel shall be mounted with suitable 415V bus bar along with neutral and
earth bus. The panel should be of dust / vermi proof.
The VFD shall be provided with suitable choke filters at incoming and outgoing.
Each VFD feeder shall be provided with suitable space heater and 4/5W LED lamp
with separate switch control.
For controlling and monitoring of the agitators motor speed RPM meter shall be fixed
in control room.
Adequate illumination shall be provided in the plant areas and buildings. Emergency
lighting will be provided near the critical equipment / machines (Reactor, Vacuum
system, package units of Chiller unit, boiler unit, storage tank, and chemical store)
sub-station, control rooms as well as in the escape route. All the light fittings, junction
boxes, motors, switches used shall be of flameproof construction in Main Plant area,
chemical storage area, chemical handling area and in Effluent treatment plant. They
should be suitable for gas group IIB and Zone I. The remaining areas light fittings
suitable for Zone II areas can be selected i.e. Increased safety type fittings can be
selected. Other non-hazardous areas weather proof light fittings should be provided.
The emergency lighting shall be provided from Class III switchgears. In addition 110
VDC panic lamps should be provided in main plant, ETP, Recovery unit, control
room, MCC room, escape routes and stair cases.
The illumination levels for the various area shall be maintained as follows:
frequently used
Other stairways 20
All the RCC rooms 100
connected with main
SPP plant ( to be
constructed under this
EPC contract )
The general lighting in the plant is broadly divided into three categories
a) Street lighting
b) Indoor lighting
c) Outdoor lighting
The fixtures are of two categories, flame proof and non-flame proof.
a) Street lighting :
The basis of the lighting design shall be to obtain an illumination level of 8 to 10 lux
on streets. Mercury, LED Lights of suitable rating shall used for street lighting. The
street light poles will be of swaged poles as per IS 2713(P-III)-1980. The height of
the poles should be of 8 meters.
b) Indoor Lighting:
The indoor lighting design shall be based on IS:3646 – Part II. The fittings of
fluorescent industrial type or LED type shall be used in the general plant area and
decorative type in offices and other areas. Lighting in office shall be decorative type
recessed in false ceiling and shall have efficient fluorescent lamp or equivalent LED.
Compact fluorescent type lamps or equivalent LED shall be used in corridor areas.
30% of the light provide in plant, control room, etc are to be connected to class-III
supply.
All plant light and building lights (class-IV & Class-III) are connected from MCC and
EMCC panel through suitable isolator and MCB.
Panic lamps are connected from 110V DCDB.
c) Outdoor Lighting :
High pressure mercury vapour (HPMV) 125 Watts lamp or equivalent LED fixtures
shall be used for plant areas. Increased safety type /Flameproof type shall be used in
main plant areas. As explained above, all the light fittings, cable gland, junction
boxes, switches used shall be of flameproof construction in Main Plant area, chemical
storage area, chemical handling area and in Effluent treatment plant. They should be
suitable for gas group IIB and Zone I. The remaining areas light fittings suitable for
Zone II areas can be selected i.e. Increased safety type fittings can be selected.
Other non-hazardous areas weather proof light fittings should be provided. In the
transformer yard of sub-station, weatherproof 125W HPMV shall be provided. While
general lighting is planned to be provided by flood light fittings mounted on towers,
local fittings will be provided wherever required along the railings and on structures/
Tender No.: HWB/SPP/e-Tender/2016/01 Electrical Tech. specs. Page E-24
of 7
of
Chapter-9 Technical specification
platforms at suitable locations. Yard lighting shall be provided, flood lights as well as
post top lanterns. The light fittings in crucial areas shall be fed from the A.C.
emergency lighting system. All the light fittings shall be as per area classification and
shall be weather proof.
17. CABLES
a) 3.3. KV Cables :
The incoming HT cable for each transformer shall be supplied and laid from the
existing 3.3 KV switch-gears in the existing sub-station at HWP Site. The
approximate distance between existing substation and SPP is around 375mts. In total
4 Nos. (4run x 375M length) of 3.3 KV, 3Core x 300 sq.mm Aluminum armoured
FRLS; XLPE cables are to be laid from the existing 3.3KV sub-station. Hence the
total length of the cable will be around 1500 mts.
General specification of Cables is enclosed in Annexure-VI.
b) L.V Cables :
Cables shall comply with the requirements laid down in the latest issues of relevant
standards wherever applicable along with other related standards.
All cables shall be HR-PVC insulated, PVC sheathed, armoured, Fire Resistant Low
Smoke (FRLS), 1.1 KV grade, multi-stranded type. Minimum size for Aluminium
cable shall be 16 sq.mm, below which copper cable shall be used. Minimum size of
Copper cable shall be of 4 sqmm. The selection of cable sizes is to be done by EPC
Contractor based on required current capacity, voltage drop and de-rating due for
higher ambient, grouping etc as per prevailing site condition mentioned elsewhere.
Cables are to be laid from the SPP PMCC, EMCC, ETP MCC Panel to the individual
motors and loads with the proper selection of cable size and length. For all motors
cable should be selected such that the voltage drop at the motor terminals shall not be
more than 15% during starting and 3% during running.
While in the lower sizes (Up to 70 sq.mm) the predominant criterion has been to limit
the voltage drop at motor terminals, for higher sizes above 70 sq.mm de-rating for a
higher ambient of 45 °C (0.9) and due to grouping (0.7) about 30 cables touching each
other will be predominant.
Cables of suitable size to be supplied and laid between existing class-I DC power
source to the DCDB to be installed at SPP and there from to the respective loads.
Similarly cables of suitable size and length to be laid from UPS Panel to respective
loads e.g. DCS, etc
For the plant lighting, plant power supply and building electrification proper cabling is
Tender No.: HWB/SPP/e-Tender/2016/01 Electrical Tech. specs. Page E-25
of 7
of
Chapter-9 Technical specification
to be done from their respective feeders to the distribution board/switch board. For
lighting, ACs and power sockets, copper cables/wires should be used. They will be of
PVC insulated and FRLS cables.
1. Along with the power cable 2 Nos. of 24 c x 2.5 sq.mm, of length 375mtrs copper
armoured cables to be laid from existing 3.3KV substation to SPP MCC for providing
tripping provisions.
2. 2 nos. of 24c x 1.5 Sq.mm of length 80mtrs copper armoured cables to be laid from
SPP transformer to SPP MCC panel.
3. Multicore copper conductor 1100 volts, PVC insulated PVC sheathed armoured Fire
Resistant Low Smoke (FRLS) cables are shall be used for control, indication,
annunciation, interlocking, logic circuitry, connection with Local Push Button
Stations, PMCC/MCC/Panels to JB for interfacing with DCS etc. Individual multicore
cables shall be used between central control panel, local control stations and
interconnection of Electrical Panels and DCS.
4. Cabling for lighting, ACs and power sockets are also included in the scope.
Tests: Routine & Acceptance shall be carried out on cables for FRLS and other
property as per relevant IS in presence of HWB representative and report shall be
submitted by EPC contractor. Type test shall be carried out or report shall be submitted
as per relevant IS.
Supply of required cable trays and their erection for successful completion of the
project is in the scope of EPC Contractor. All the cables for 3.3KV and class-I
supply shall be laid over the existing cable tray (i.e. from 3.3KV substation to
chemical lab) and to be clamped properly. Cable from chemical lab to SPP
Transformer is to be laid in trenches. Excavation and trench preparation jobs required
for this cable and other cable are in the scope of the EPC Contractor. Pump house
cable from SPP MCC shall be laid over the existing tray from chemical lab to pump
house. Wherever cable tray is not existing trenches/trays are to be constructed by EPC
Contractor for cable laying. The cables shall be properly fixed and dressed. Where
ever road crossing is involved Hume pipe shall be laid so as to accommodate the
power and control cables and clearance shall be there for laying cables in future. The
materials required for the job is in scope of contractor.
Cables, other than ancillary buildings shall be routed in overhead cable trays
(Slotted GI Tray) throughout the plant area. The cable tray arrangement shall be
based on cable de-rating factors under normal operating condition and overall
economy.
Cables in ancillary buildings area (i.e. off-site facilities) shall be laid in trenches with
sand bedding and filling and layer of bricks on top and depths between 1500 mm to
750 mm depending on cable sizes and their voltage grades. Power cables of various
voltage level i.e. 3.3. kV, 415 volts, 110 volts etc and control cables shall be separated
from each other by brick barriers. Due consideration should be taken for economical
selection of cables while planning the cable arrangements in the trenches.
Cables for the plant area shall be arranged in trays with recommended spacing
between them. 3.3. kV, 415 volts and 110 volts shall be laid in the separate trays.
Cable trays shall be arranged in multi-tiers with control cable trays normally at top
except for 3.3.kV cable trays which shall be laid at top.
Sizes of cable trays shall be standardize as 500 mm, 300 mm 150 mm 75mm and
50mm wide with 2400 mm in length. Cable trays including fasteners shall be of GI.
The thickness galvanization shall not be less than 75 micron. Various standard
fittings e.g. tee, cross, reducer, elbows (vertical and horizontal) shall be used to suit
the routing.
Structural design to support cable trays will be based on two columns with a top
beam, when the supports for cable trays at different levels (for multi-tier
arrangements) will be provided to suit the required cable tray arrangements.
Similarly, for intermediate supports of cable trays (i.e. @ 2 metre between two rows
of columns) the structural design will provide a top beam only.
Cable laying for street lights to be done by the contractor.
CABLE TERMINATION:
The grounding/Earthing electrodes shall be provided at various areas within the plant
area and these electrodes shall be inter-connected to bring down the earth resistance.
Electrodes for boiler grounding should be separate. Each electrode boiler shall be
provided with double earthing.
transformer shall be provided with three earth pits apart from neutral earthing pit. All
body earthing shall be linked using GI Flats as per relevant IS. Neutral earthing shall
be of copper flats as per relevant IS.
Power transformer neutral earthing and Electrode boiler earthing should not be linked.
Both power transformer body earthing shall be linked.250KVA DG set shall be
provided with separate grounding. Separate neutral grounding shall be done for the
new 250KVA DG set.
The earthing design should be done in such a way that the system resistance should be
less than 1ohm.
Separate earth pits shall be made for instrumentation / DCS system with adequate
numbers of earth pits.
The lightning protection for the various structures in the plant and other buildings of
the plant shall be based on IS 2309.
flush mounting or rigid steel panels. Control power monitoring shall be provided.
Annunciation and indicating panel should be provided in the MCC itself.
Each of the above circuit breaker shall be protected with combined inverse time over
current (51) and earth fault (64) relay.
The breakers shall also be provided with under voltage protection scheme.
Suitable multifunction meter shall be provided in each breaker.
Each motor should be provide with local push button station in field with ON and
OFF facility, local push button station should be fixed in vicinity to the motor and
shall be of flame proof type.
Each feeder panel shall have ON/OFF/Over Load indication. Analog Ammeter of
suitable range shall be provided. Each feeder panel shall have OVER LOAD reset
push button. Each panel shall be provided with local remote switch. Philosophy for
controlling each motor from local, electrical panel and DCS is to be prepared by EPC
contractor and submit for approval from HWB.
Electrification of all the buildings including installation of light fittings, ceiling fan,
exhaust fan, power sockets, etc is in the scope of the contractor. For control room,
MCC room I & II, UPS room, Engineers room and conference room the wiring should
be done as a concealed wiring. For other areas in Main plant, utility, ETP, Recovery
unit, chemical storage shed etc. open type cable wiring is to be done. All the items
required for the above electrification is in the scope of contractor. Scheme for Local
distribution for lighting, Air conditioners etc is to be configured by the EPC
Contractor and get it approved from HWB.
22. AIR CONDITIONING AND PLANT VENTILATION
Air-conditioning of control room, UPS room, conference room is in the scope of
contractor. For this purpose 10Nos. of 1.5 TR, split ACs are to be supplied and
installed at location as per direction of Engineer in charge. In case of surplus or
shortfall owner will take care.
As the plant is handling highly volatile substances a proper fume extraction system
needs to be installed in all the buildings. For this purpose, sufficient numbers of
exhaust fans to be installed to maintain air changes of at least 6 changes per hour
needs to be installed in all the buildings. In addition, mobile fume extractors approx.
of rating of 3000 m3 per hour capacity with FRP construction for the blower shall be
supplied at least 4 Nos. These fume extractors can be utilized in all the buildings
whenever required.
23. POWER SWITCHES, SOCKETS and PUSH BUTTON STATION
type as per plant requirement. Each Push Button should have 1 NO+1 NC Contact.
All the push buttons will be suitable for 230V. Material of Construction should be
suitable for the corrosive environment prevailing at the site. Enclosure should be
PP/FRP/Aluminium Alloy etc of proper thickness. For Flameproof Push Button
Station CMRI certificates should be submitted. Vendor has to work out quantity of
Flameproof and Non-Flameproof PBS required for completeness of the system. The
push button station shall have provision of cable gland at the bottom. Non Flameproof
PBS shall have proper ingress protection. Name plate, legend, wiring diagram should
be provided on each push button station.
24. D.G SET
The SPP facility will be having a CLASS-III load of 150KW approx. So for meeting
the CLASS-III power requirement of SPP a new 415V, 250KVA DG set is to be
supplied, installed, tested and commissioned. For operation and control of DG set one
AMF (Auto Mains Failure) panel is to be procured and installed along with change
over switch by the EPC contractor.
AMF PANEL:
AMF panel should have incomer breaker and change over contactor.
The change over contact should operate automatically when CLASS-IV supply fails
and vice versa when CLASS-IV supply resumes. When class-IV supply fails DG set
should feed power to EMCC panel through Change over contactor.
The change over contactor shall be provided with electrical interlocks.
AMF panel shall have all the indications control of DG set Energy meter, Running
hour meter, battery charger, and ammeter, voltmeter, and DG protective relays.
DG set shall be supplied, installed, tested and commissioned along with AMF panel,
battery charger, battery, power and control cables for connecting AMF panel are in
the scope of contractor.
Associated minor civil works involved for erection of DG and AMF panel is under the
scope of the EPC contractor.
The UPS system shall be an integrated system comprising static rectifier, battery
bank, static inverters, static switches, manual bypass switch, AC distribution board,
voltage stabilizer in bypass, isolating and protection devices and all other
equipment/accessories required for completeness of the system.
The UPS system shall be suitable to feed all loads connected to output which are
primarily DCS & instruments. The UPS system shall be complete in every respect
and shall comprise following major sections.
General Requirements:
IS 732 Code of practice for electrical wiring installations (system voltage not expending
650 Volts).
IS 900 Code of practice for installation and maintenance of Induction Motors.
IS 1271 Classification of insulating materials for electrical machinery and apparatus in
relation to their thermal stability in service.
IS 1646 Code of practice for fire safety of buildings (general)
- Electrical installation
IS 1866 Code of practice for maintenance of insulating oil.
IS 1882 Code of practice for outdoor installation of public address systems.
IS 1886 Code of practice for installation and maintenance of transformers.
IS 1931 General and safety requirements of electric lighting fittings.
IS 2032 Graphical symbols used in electric technology.
IS 2148 Flame proof enclosure for electrical apparatus.
IS 2165 Guide for insulation coordination.
IS 2274 Code of practice for electrical wiring installations (system voltage exceeding 650
volts).
IS 2309 Code of practice for protection of buildings and allied structures against lighting.
IS 3034 Code of practice for fire safety of industrial buildings – electrical generating and
distributing stations.
IS 3043 Code of practice for earthing.
IS 3072 Code of practice for installation and maintenance of switchgear (system voltage
Part-I not exceeding 1000 volts)
IS 3106 Code of practice for selection, installation and maintenance of fuses (voltage not
exceeding 650Volts)
IS 3638 Application guide for gas-operated relays.
IS 3646 Code of practice for interior illumination.
IS 3716 Application guide for insulation coordination – equipment located in hazardous
situations.
IS 3842 Application guide for electrical relays for AC system.
IS 4004 Application guide for non-linear resisted type lightning arrestors for AC system.
IS 4146 Application guide for voltage transformers
IS 4201 Application guide for current transformers.
IS 5571 Guide for selection of electrical equipment in hazardous area.
IS 5572 Classification of hazardous areas for electrical installations.
IS 5780 Intrinsically safe electrical apparatus and circuits.
IS 5908 Method of measurement of electrical installations in buildings.
IS 13346 General requirement for enclosures for electrical apparatus for explosive gas
atmosphere.
II – EQUIPMENT:
2. Switchgear:
(a) General:
IS 375 Marking and arrangement for switchgear bus-bars, main connections and
auxiliary winding.
IS 694 Part-I PVC insulated cables (for voltages up to 100V) with Copper Conductors.
IS – 1248 Direct acting electrical indicating instruments.
IS 13947 Degree of protection provided for enclosures for low voltage switchgear
and control gear.
IS 2208 HRC cartridge fuse links up to 650V.
IS 2705 Part – I, II & III – Current transformers
IS 3156 Part-I, II & III voltage transformers.
IS 3202 Code of practice for climate proofing of electrical equipment.
IS 3231 Electrical relays for power system protection.
IS 4047 Heavy duty air break switches and composite units of air break switches
and fuses for voltages not exceeding 1000 Volts.
IS 4237 General requirements for switchgear for switchgear and control gear for
voltages not exceeding 1000V
IS 5987 Code of practice for selection of switches (voltage not exceeding 1000V).
(b) 3.3KV
IS 2516 Part I – Sec. 2 and Part II – sec. 2 – Alternating current circuit breakers –
Requirements and tests for voltage ranges 1000 to 11000 volts.
IS 3427 Metal enclosed switchgear and control gear for voltages above 1000V but
not exceeding 11000V.
(d) M.C.C:
IS 1554 Part I – PVC insulated (heavy duty) electric cables for working voltages
up to and including 1100 Volts.
IS 1822 AC motor starters of voltage not exceeding 1000 Volts.
IS 2959 AC contactors of voltage not exceeding 1000V.
IS 3961 Part-II – Recommended current ratings for PVC insulated and PVC
sheathed cables.
IS 5124 Code of practice for installation and maintenance of AC induction motor
starters (voltage not exceeding 1000V).
IS 13947 (Part 3 & 4) LV switchgear and control gear.
IS 8544 (Part I & II) motor starter.
IS 12640 Residual current operated CBs.
IEEE 519 Harmonic control and reactive compensation of static power converters.
IS-3700
Essential ratings and characteristic of semi conductor Devices.
IS-3715
Letter symbols for semi conducting devices
IS-4411
Code of designation of Semi-conducting devices
IS-5001
Guide for preparation of drawings for semi conductor devices
IS-5469
Code of practice for the use of Semi-conducting Junction devices
IS-13947
Low voltage switch gear and control gear: General rules
IEC-146
Semi conducting converter
IEC-297
Dimensions of panels and racks
IEC - 326 General requirements and measuring methods for printed wiring boards
IEC-352
Solder less wrapped connection
IEEE 44
Protection standards for converter
IS 13947 Specification for low voltage switch gear and control gear
IEC 146
Semi-conductor converters
IS 3700 Essential rating and characteristic of Semi-conductor Device
(i) Transformers:
(j) Motors:
(k) Cables:
IS 1554 Part I&II – PVC insulated (heavy duty) electric cables for working voltages
up to and including 110 Volts and from 3.3 KV to 11 KV.
IS 1753 Aluminium conductors for insulated cables.
IS 3961 Part-II – Recommended current ratings for cables.
IS 3975 Mild steel wires, strips and tapes for armouring cables.
IS 5819 Recommended short-circuit ratings of high voltage cables.
IS 5831 PVC insulation and sheathed of electric cables.
IS 7098 Cross linked Polyethylene Insulated (Part I & II) PVC Sheathed Cables
IS 694 PVC Insulated Cables for working voltage upto and including 1100V.
IS 10418 Drums for Electric Cables
IS 8130 Conductors for insulated electric cables and flexible cords
IS 10810 Methods of testing for cables
(l) DG Set
BS 649 Diesel engines for general purpose
IS-10000 Methods of test for internal combustion engine
ASM E codes(applicable to Diesel Generator)
IS 4722 Rotating Electrical Machines
Oil coolers as per TEMA class “C”
BS : 2623 Alternator
IS: 1460 Diesel Fuels
IS: 4691 degrees of protection provided by enclosures for rotating electrical
machinery
IS 10002 Performance requirements of Diesel Engine for General purpose above 20
KW o Indian Electricity Act & Rules.
Sr.
Item Description Qty.
No.
G. Spares for VCB
1 Closing coil 2
2 Tripping coil 2
3 Auxiliary contact switch 2
4 Spring charging motor 2
5 Consumables like washer, pin etc.. 4 set
6 Handling trolley suitable for VCB 1 no
Sr.
Item Description Quantity
No.
I. Spares for Diesel Generator Set
1 All Engine Bearings/Bushes 1 Set
Piston Assembly including piston rings, connecting rods, bolts
2 2 Nos.
etc.
3 Piston rings(all types)- 1 Set
4 Inlet valve and exhaust valve 1 Set
Sr.
Item Description
No.
J. Spares for Transformers
1 HT Bushing 1 Set
2 LT Bushing 1 Set
3 Temperature gauges cum Protection Relay 1 Set
4 Magnetic Oil Gauge 1 Set
5 Silica Gel 1 Set
6 Safety Relief Valve 1 Set
7 Drain Plug 1 Set
A) SWITCH GEAR:
B) TRANSFORMER
D) DG SET
Tender No.: HWB/SPP/e-Tender/2016/01 Electrical Tech. specs. Page E-41
of 7
of
Chapter-9 Technical specification
1. M/s Kirloskar
2. CUMMINS
3. MTU
4. CATERPILAR
E) VACUUM CIRCUIT BREAKER:
5. Philips
6. Crompton Greaves Limited
7. GE
I) MICROPROCESSOR RELAY
1. L&T
2. Schneider
3. Siemens
4. Areva
5. GE
6. ABB
J) ANALOG METERS
1. AE
2. Conzerv
3. Secure
4. L&T
5. Rishabh
6. MECO
K) INSTRUMENT TRANSFORMERS AND CONTROL TRANSFORMERS
1. Kappa
2. Silicon
3. Prayog
4. Pragati
5. AE
L) CONTROL TERMINALS
1. Elemex
2. ConnectWell
M) MULTI-FUNCTION METER
1. Swift-Encore
2. Siemens
3. HPL-Socomec
4. Merlin Gerin
5. MECO
6. Rishabh
7. Secure
N) GLANDS AND LUGS
1. Dowells
2. Comet
3. Braco
29.
ANNEXURE – I
2.0. STANDARDS:
2.1 The equipment and accessories covered by this specification shall be designed,
manufactured and tested in compliance with the latest relevant standards published by the
Indian Standards institution wherever available in order that specific aspects under Indian
conditions are taken care of.
2.2 The equipment and accessories for which Indian Standards are not available shall be
designed, manufactured and tested in accordance with the latest standards published by any
other recognized national standards institution.
2.3 The equipment shall also conform to the latest Indian Electricity Rules as regards safety,
earthing and other essential provisions specified therein for installation and operation of
electrical plants.
3.2.1 The transformer tank shall be made of steel plate, shaped in such a way that
minimum of welding is required. The tank shall be electrically welded and all welding
stresses shall be properly relieved. Tank walls shall be reinforced by adequate stiffeners
to ensure mechanical rigidity permitting hoisting of complete transformers filled with oil
and also to damp transformer noise.
3.2.2 Tank cover shall be bolted on to the flanged rim of the tank with a suitable weather-
proof, hot-oil-resistant gasket in between for oil tightness
3.2.3 The exterior of tank and other steel surface exposed to the weather shall be
thoroughly cleaned and have a priming coat of zinc chromate applied. The second coat
shall be of an oil and weather resistant nature preferably of distinct colour from the prime
and finish coats. The final coat shall be of glossy, oil and weather resisting non-fading
paint of specified shade. The interior of the tank shall be cleaned by shot blasting and
painted with two coats of heat resistant and oil insoluble paint.
3.2.4 Steel bolts and nuts exposed to atmosphere shall be galvanized however; surfaces of
the transformer or other parts of the transformer or auxiliary equipment which are in
contact with oil shall not be galvanized.
Tender No.: HWB/SPP/e-Tender/2016/01 Electrical Tech. specs. Page E-46
of 7
of
Chapter-9 Technical specification
3.3 CORE:
3.3.1 The magnetic circuit shall be built of transformer grade cold rolled grain oriented
low loss steel stampings having high permeability and conforming to adopted standards.
Stampings shall be insulated from each other with material having high inter-lamination
insulation resistance and rust inhibiting property and also capable of withstanding
pressure, mechanical vibration and action of heat and oil, thus reducing the possibility of
sludge formation to a minimum.
3.3.2 The framework, clamping arrangement and general structure of the cores of each
transformer shall be of robust construction and shall be capable of withstanding any
shock to which they may be subjected during transport, installation and service. The
assembled core shall be securely clamped, on the limbs and the yoke, to build up a rigid
structure. The clamping pressure shall be uniform over the whole of the core and so
adjusted as to minimize noise and vibration in the core when the transformer is in service.
The framework and the core bolts shall be efficiently insulated from the core so as to
reduce the circulating currents to a minimum.
3.3.4 An approved type of core grounding system shall be used; the grounding
connections being located at the top of the core for easy access from the inspection hole.
3.4 WINDING:
3.4.1 The coils used for transformer winding shall be circular in shape, made of paper
insulated, continuous and smooth, tinned or enamelled electrolytic copper conductors of
high conductivity.
3.4.2 The end turns on the high voltage winding shall have reinforced insulation to take
care of the voltage surges likely to occur during switching or any other abnormal system
condition.
3.5 INSULATING MATERIALS:
3.5.1 The insulating oil shall conform to IS-335 and shall be suitable in all respects for
operating the transformer at the rating and under conditions specified in the main
equipment specification. Sufficient oil shall be supplied for the first filling of transformer,
the oil circulating equipment and the tank containing tap-changing mechanism and an
extra 10% shall be supplied in non-returnable drums. The tender shall contain information
about the grades of oil recommended by the transformer manufacturer for use in the
transformer. Test certificates for the oil shall be furnished before dispatch of transformer
and acceptance by owner.
3.5.2 “Class A” insulating materials specified in latest IS shall be used. Paper insulation
shall be new and free from punctures. Wood insulation, where used shall be well
seasoned and treated.
3.6 COOLING EQUIPMENT:
3.6.1 Natural cooling by means of banks of detachable type radiators made from
pressed/round tubes around transformer tank shall be provided. The tubes shall be of
seamless mild steel sheet with clean bright internal surface and shall be suitably braced to
protect them from shock.
3.6.2 The radiators shall be provided with butterfly type of shut off valves.
3.6.3 Cooling tubes/radiators shall permit every part of the cooling surface to be cleaned
by hand.
3.7 TERMINAL ARRANGEMENT
3.7.1 High Voltage Side (3.3 KV)
Cable box shall be provided suitable for terminating two runs 3C x 300 sq.mm FRLS,
XLPE insulated armoured 3.3 KV UE cable complete with disconnecting chamber,
compression glands, tinned copper lugs, Armour earth clamp and body earth terminal.
Cable box shall be fitted with bushing insulators for H.T. cable termination side.
3.7.2 Low Voltage Side (433V)
Secondary terminal box shall accommodate 8 runs of 3Cx400sq.mm FRLS aluminium
armoured cable. (Seven runs of cable for 3phase and one run cable for neutral).
Secondary terminal box should be weather proof and vermin proof. Suitable
disconnecting arrangements should be available in the terminal Box to remove
transformer without disconnecting cable.
3.7.3 Bushing:
Bushings shall confirm to IS: 2099 and other relevant standards.
Bushings shall be supplied with terminal connector clamp suitable for connecting the
bushing terminal to the owner's conductor.
Creepage distance of bushing shall be (41mm/kv phase ground) adequately.
3.8 MARSHALLING BOX
3.8.1 The supplier shall provide temperature indicators, with auxiliary contacts; Buchholz
Relay and CT's are to be connected to Marshalling box. Contacts terminals of all other
electrical devices mounted on the transformer shall be connected to Marshalling box.
Steps shall be incorporated to prevent open circuit of CT.
a) The interconnection cabling between the Marshalling box and the accessory devices
either by PVC insulated copper wire in G.I. conduits or PVC insulated copper conductor
armoured cables.
b) Necessary compression type brass cable glands at the Marshalling box for above
cables.
3.8.2 The Marshalling box shall be tank mounted, water/dust tight sheet steel (2mm thick)
enclosed with hinged door having padlocking facility. All doors, covers and plates shall
be fitted with neoprene gaskets. Top surface shall be sloped and bottom shall be at least
600mm from floor and provided with gland plate and cable glands as required.
3.8.3 Terminals shall be clip on type rated for 10A. All contacts for alarm/trip indication
shall be potential free, wired up to the terminal block. Wiring shall be done with stranded
copper conductor wires of sizes not less than 1.5 sq.mm for control and 2.5 sq.mm for CT
circuits.
4.0. SPECIFICATION FOR 3.3 KV /433V of 2MVA OUT DOOR POWER
Transformer (OFTC TYPE)
Capacity : 2000 KVA
Voltage No load HT : 3300 V
Voltage No load LT : 433 V
Ampere HT : 320 A
Ampere LT : 2666 A
Phase :3
Frequency : 50 Hz
Vector Group : Dyn11
Maximum Temp. Raise : 45oC
Type of cooling : ONAN
Mounting : Outdoor on Rail.
TYPE : OFTC
IS ref. : IS 2026/1962 or latest edition
The transformer should be provided with the following:
b) The neutral terminals of the winding with star connection shall be designed for the highest
over current that can flow through the winding.
Transformer should conform to overloading requirement as specified in relevant IS
c) Temperature Rise shall be continuously rated for full load. The temperature rise shall not
exceed 45 °C by thermometer in oil or 55 °C by resistance over an ambient temperature.
6.0. EARTHING:
6.1 Two separate earthing terminals to be provided at the bottom of the tank on opposite
sides. The terminals shall be of clamp type suitable for connection to earth grid.
6.2 Internal Earthing:
The frame work and clamping arrangements of core and oil shall be securely earthed inside
the tank by adequately sized copper strip connections to the tank.
8.0. TECHNICAL DATA SHEET FOR OUT DOOR TYPE TRANSFORMER (OFTC)
2. Manufacturer VTS
3. Type of Transformer Oil Type
4. Type of Cooling ONAN
5. Rating KVA 2000
6. Primary Voltage KV 3.3
7. Secondary Voltage KV 0.433
8. No of Phases 3
9. Frequency Hz 50
10. Vector Group Dyn11
11. Location Outdoor
12. Cable Entry Bottom
13. Secondary Neutral Earthing Solid
14. Winding material Copper
15. Degree of Protection VTS
16. Off Load Tap Changer +/- 5%, 5 Taps
17. Compliance to Tech Specs As per Tender
in the Transformer
18. Ref Standard IS 2026
8.2. EPC Contractor prepare detailed data sheet and submit to HWB for
approval before manufacturing
9.3.Along with the above documents/drawings, the EPC Contractor has to submit
the following documents after commissioning :
Manual with complete, operation, maintenance and repairs circuit diagrams,
foundation and trenching details shall be provided with the transformers. List of
spare parts shall also be indicated. O & M manuals which broadly includes
following minimum information:
o General description of equipment
o Approved Technical Data Sheet
o Salient constructional features
o Technical leaflets of fittings/ important parts
o All drawings
o Type and routine test certificates
o Commissioning Reports
o Withdrawal arrangement/ material handling instructions
o Operation instructions
o Maintenance instructions.
o Trouble-shooting.
o Safety instructions.
o Maintenance schedule
Reproducible copy of the above drawings for records
Test Reports
EPC Contractor has to prepare checklist for Pre-Commissioning test, commissioning and
performance tests and get them approved from HWB. This list should include the
following;
Insulation Test and Polarization Index Test: The power transformer the 2500V
megger will be used to check the insulation healthiness of the windings. The values
will be checked for each winding to winding, windings to transformer body.
Voltage ratio/ Turns ratio test will be performed on each winding.
Vector Group Test
Magnetic balance/Core balance test to be carried out.
Before the topping up of the oil the Transformer should totally dried up and be fitted
with all the gauges, valves, thermometers etc.. The oil should be filled up to proper
marking.
Functional checks shall be carried out on all Protection relays and report to be
submitted. CT secondary injection test, Polarity test etc. to be carried out.
Buchholz relay contacts/trips should be thoroughly checked before mounting it in the
transformer.
30.
ANNEXURE-II
1. SCOPE
This specification covers the Design, manufacture, testing, supply, installation
and commissioning of Low voltage power control centre along with supply of
spares as specified. Scope also includes supply, installation and commissioning of
Junction Box for interfacing with DCS.
bus compartment and breaker compartment & breaker compartment and cable
compartment, non-perforated flame retardant partitions shall be provided.
l. Suitable GI strip should be provided on the backside of the panel with
adequate holes (13mm dia. each) with nuts, bolts and washers for making
earth connections for all panels and cables. Length of GI strip should be same
as panel length. Zinc plated and passivated double earthing studs with nuts,
bolts and washers should be provided on the earthing strips.
m. Danger plates (415 VAC) should be fixed on both front and rear of panel
including the busbar chambers.
n. The panel should be suitable for ambient temp and relative humidity 95%.
Panel should be of IP-42 protection.
o. Relays, meters and control switches shall be located at height which shall be
convenient for monitoring and operating. Relays shall be selected to ensure
proper coordination with upstream relays.
p. Shrouding shall be done in the front and top of the terminal of each feeder.
q. Bolted doors to cover front and back of busbar alley shall also be provided.
Busbar alley shall be covered with screwed perforated sheet to avoid direct
access to the vertical bus bars on opening of the busbar alley door. Doors of
bus bar alley shall be fitted to board frame with special screw / bolts such that
same can be opened with special key only. Vertical cable alley covering the
entire height with hinged door shall be provided.
r. Continuous current rating of various switchgear components/ busbars is in
panel rating at full load condition for design ambient temperature and site
conditions. All hardware shall be zinc-passivated or cadmium plated.
s. All hinged doors should be earthed with copper flexible loops / braids as per
IS-3043.
t. All the hardware should be of high tensile steel duly zinc passivated for
corrosion protection & fitted with proper sized heavy duty spring washer &
two nos. heavy duty flat washers.
i. The panel should house three nos. of 3200 amps ACB (Incomer-I, Incomer-II,
Bus coupler). There will be 1(one) incomer (draw out type) in each bus, with 3
pole, with neutral link, 3200A, 415V +/-10%, 50 kA breaking capacity rated
ACB with inbuilt thermal magnetic release protection. In addition each breaker
should have separate microprocessor based relays with over current, short-
circuit and earth fault protection with distinct fault indication The ACBs should
conform to IEC60947-2/IS 13947-2, tropicalized to Class-II (high humidity);
breaking capacity 50 KA at rated service voltage; the overload (long time), short
circuit (short time) and earth fault current settings should be selectable including
individual time settings.
ii. All incoming and outgoing terminals of ACB should be fitted with spreader
links supplied by ACB manufacturer or brought out phase & neutral links of
aluminum in rectangular sections with hole. Zinc passivated nut bolts with flat
and spring washers for connection should be provided for cable termination The
Neutral link rating should be 100% of the phase bar rating.
b. O/G Feeders
i. T-2 section of PMCC will have ACB Outgoing feeder of 800 amps to feed
power to EMCC PMCC shall also have 2 Nos ACB outgoing feeders of 630
Amps; One in T1-sec and other in T2-sec for feeding power to Electrode
Boilers. All other feeders shall be of DOL type of Star Delta Type as indicated
in Tentative SLD and Load list.
ii. Motor feeders shall be provided in the panel as given in Load list/ SLD with
proper protection for O/C, E/F & S/C fault.
Each motor feeder shall be provided with Switch Disconnector Fuse Unit
(SDFU) of minimum 25 amps rating, Contactor minimum 16 amps rating,
Over Load relay/intelligent relay with resetting provision on panel, Ammeter
with CT and auxiliary relay as required for indication and feedback in DCS.
Secondary current of all CT shall be same and primary current shall be in
grouped in different ranges.
Feeders shall be of DOL, Star/Delta or VFD type as indicated in load list &
SLD.
Duty of the contactor shall be as per process requirement.
Control supply shall be of 110 V AC tapped through transformer with
redundancy.
All ACBs should be of draw out type and should be housed in individual
cubicles.
ACB with micro processor based relay with protection features for O/C,
E/F & S/C fault
01 no.- Digital multifunction meter indicating Voltage, Current,
Frequency, Power factor, Power and Energy with RS-485 capability. RS
485 port.
CTs for metering & protection as per feeder capacity.
d. Busbars:
blue colour shall be used for phase busbars and black colour shall be used
for neutral busbars Main busbars should be full length of the panel.
ix. Vertical bus bars for feeding individual feeder should be full height of the
panel. Sufficient clearance should be maintained in the bus chamber for
proper cooling of the busbar. Busbar should be extensible type to facilitate
future extensions.
x. Removable links shall be provided on feeders to permit isolation of the
neutral bus bar.
xi. A separate Cu / GI horizontal earth bar of adequate cross section shall be
provided all along the length of the switchboard with necessary
terminating arrangement for connecting external earth conductor. The
earth bus shall be rated for faults withstand capacity of 50KA for 1 sec.
xii. Auxiliary busbars each of minimum size 18mm² copper shall be provided
for control supply of 110 V DC for ACB. And 110V AC bus for other
feeders.
xiii. The control busbars shall be insulated. The busbars shall run horizontally
in a separate compartment or in the same compartment of power busbars.
Necessary Tee off connectors shall be used for distributing auxiliary
supply to each vertical panel. Rubber grommets shall be used for all wire
entries to make the entries and vermin proof.
e. Panel wiring:
i. Control wiring shall be carried out with flexible heat resistant switchboard
wires (standard type) of minimum size 1.5 mm² for control circuits and 2.5
mm² for CT circuits preferably be enclosed in plastic channels or neatly
bunched together. The wiring shall with proper lugs. All wires and cable
should have proper ferrule numbers for easy identification.
ii. All wire termination except for Elmex type terminal blocks shall be made
with ring/fork tongue compression type connectors. Wires shall not be
tapped in between terminal points. Type of lug shall suit relevant
application. All wires for connecting with DCS and local push button
station shall be terminals box from where it is to be connected to junction
Box
iii. The terminal block shall be grouped and segregated according to circuit
functions and different voltage levels, and shall have 20% spare terminals.
Individual terminals in each block in each group shall be serially
numbered in accordance with the drawings. Such numbering shall be
legible, permanent and indelible. Terminal block for CTs shall be provided
with drop out facility for testing purposes for shorting and shall be
segregated from other terminals. Sufficient clear space shall be provided
between gland plate and terminal blocks.
f. Earthing
i. All cubicles shall be connected to an earth bus bar running throughout the
length of the switchboard. The earth bus bar size shall be minimum 50x6
mm² aluminum. Provision shall be made to connect the same to the plant
earthing grid at two ends.
ii. Vertical earth bus shall be provided for earthing of all feeders.
iii. All doors are movable parts shall be connected to the earth bus with
flexible copper connections.
iv. All non-current carrying metallic parts of the equipment and components
shall be earthed.
g. Space heaters
i. Each switchboard panels shall be provided with space heaters with
thermister to prevent moisture condensation.
ii. The space heaters shall be located at the bottom of the switchboards, and
shall be controlled through a thermostat with an adjustable setting and a
manually operated switch. The thermostat shall preferably be located in
the metering or relay chamber.
h. Painting
LT switchboards shall be painted using standard 7 – tank process. Unless
otherwise specified, the finishing shade shall be light grey having shade no. 631 as
per IS: 5.
Junction Box (JB) shall be installed in PMCC room for interfacing with DCS. In one
side of JB, cable from each motor feeder shall be connected for ON/OFF & Trip Feed
Back, signaling and control from DCS and in other side multicore cable shall be
connected up to DCS. Supply, laying, termination of this multicore cable shall be in
scope of instrumentation section. Junction Box shall be provided with 20% spare
terminal blocks. Scheme for control from DCS, Local and panel shall be designed by
EPC contractor and approval to be obtained from HWB.
5. DATA SHEET
5.1 Data Sheet to be submitted along with Bid:
5.2 Detailed Data Sheet to be prepared and submitted by EPC contractor for
approval before manufacturing.
6. DOCUMENTATION
6.1. Following shall be submitted along with the offer:
i. The enclosed Data Sheet filled up completely
ii. Clause – wise deviation, if any other wise nil deviation statement to be
submitted.
6.3. Along with the above documents/drawings, the EPC Contractor has to
submit the following documents after commissioning :
Manual with complete, operation, maintenance and repairs circuit diagrams. O &
M manuals which broadly includes following minimum information:
31.
ANNEXURE-III
1. SCOPE:
This specification covers the Design, manufacture, testing, supply, installation and
commissioning of Low voltage power control centre along with supply spares as
specified. Scope also includes supply, installation and commissioning of Junction Box
for interfacing with DCS.
General requirements for this panel shall be in line with that of PMCC.
i.There will be 1(one) incomer (draw out type), with 3 pole, 800A, 415V +/-10%, 50
kA breaking capacity rated ACB with inbuilt thermal magnetic release protection. In
addition each breaker should have separate microprocessor based relays with over
current, short-circuit and earth fault protection with distinct fault indication The ACBs
should conform to IEC60947-2/IS 13947-2, tropicalized to Class-II (high humidity);
breaking capacity 50 KA at rated service voltage; the overload (long time), short
circuit (short time) and earth fault current settings should be selectable including
individual time settings.
ii. All incoming and outgoing terminals of ACB should be fitted with spreader links
supplied by ACB manufacturer or brought out phase & neutral links of aluminum in
rectangular sections with hole. Zinc passivated nut bolts with flat and spring washers
for connection should be provided for cable termination The Neutral link rating
should be 100% of the phase bar rating.
iii. The change over contact should operate automatically when CLASS-IV supply fails
and vice versa when CLASS-IV supply resumes. When class-IV supply fails DG set
should feed power to EMCC panel through Change over contactor. The change over
contactor shall be provided with electrical interlocks.
iv. Scheme incorporating the required features for supply from DG set and PCC has to be
prepared by EPC Contractor and get it approved from HWB
b. Metering/ Instrumentation for the Incomer:
i. 02 no.- Digital multifunction meter indicating Voltage, Current, Frequency, Power
factor, Power and Energy with RS-485 capability
ii. Current transformer of appropriate rating for metering and control.
iii. LED indication lamps for indication of ‘Supply ON’ (for R/Y/B phases), ‘CB Off/CB
On/Trip-OC/Trip-SC/Trip-EF’; As required- Moulded HRC fuse holders with suitably
rated fuse links for control circuit and instrument circuit protection; make GE/
Telemecanique/ Bussman.
iv. Any other required materials.
c. O/G Feeders
i. The panel should house one nos. of 400 amps ACB (three pole). It shall be of draw
out type and should be housed in individual cubicles. It shall be provided with
proper protection for O/C, E/F & S/C fault.
Tender No.: HWB/SPP/e-Tender/2016/01 Electrical Tech. specs. Page E-65
of 7
of
Chapter-9 Technical specification
ii. Motor feeders shall be provided in the panel as given in Load list/ SLD with proper
protection for O/C, E/F & S/C fault.
Each motor feeder shall be provided with Switch Disconnector Fuse Unit (SDFU),
Contactor, Over Load relay/intelligent relay with resetting provision on panel,
Ammeter with CT and auxiliary relay as required for indication and feedback in
DCS.
Secondary current of all CT shall be same and primary current shall be in grouped in
different ranges.
Feeders shall be of DOL, Star/Delta or VFD type as indicated in load list & SLD.
Minimum rating of the power contactor shall be 16 A.
Duty of the contactor shall be as per process requirement.
Control supply shall be of 110 V AC tapped through transformer with redundancy.
e. Busbars
i. The main busbars shall be of high conductivity aluminium (E91E) & of uniform
cross–section throughout their length. The standard busbars and supporting
arrangement shall be designed and tested to withstand a short circuit fault level of
50 kA for 1 second.
ii. Current density for bus bars shall be 0.78A/sq. mm.
iii. The busbars should consist of 1 set of hard drawn, high conductivity, TPN (neutral
equally rated to phase bars), electrolytic grade, aluminium bars rated minimum 800
Amps
iv. The maximum operating temperature of busbars including joints, at design ambient
temperature shall not exceed 95ºC for normal operating condition & 200ºC for short
circuit condition.
v. The bus bars shall be rigidly supported at equal intervals to withstand the stresses
due to full short circuit and also to take care of thermal expansion.
vi. Only high tensile electro galvanized cadmium plated bolts, nuts and washers shall
be used. The washers shall be spring and plain type. Both vertical and horizontal
busbars shall be capable of withstanding dynamic & thermal stresses of specified
short circuit currents for 1 sec.
vii. Bus chamber should be steel clad having front and rear bolted covers.
viii. The Bus bar supported at sufficient intervals on non-hygroscopic, non-inflammable
SMC supports.
ix. All bus bars shall be encased throughout with colour coded insulated sleeving and
joints shall be fitted with insulated shrouds. Red, yellow & blue colour shall be used
for phase busbars and black colour shall be used for neutral busbars Main busbars
should be full length of the panel.
x. Vertical bus bars for feeding individual feeder should be full height of the panel.
Sufficient clearance should be maintained in the bus chamber for proper cooling of
the busbar. Busbar should be extensible type to facilitate future extensions.
xi. Removable links shall be provided on feeders to permit isolation of the neutral bus
bar.
xii. A separate Cu / GI horizontal earth bar of adequate cross section shall be provided
all along the length of the switchboard with necessary terminating arrangement for
connecting external earth conductor. The earth bus shall be rated for faults
withstand capacity of 50KA for 1 sec.
xiii. Auxiliary busbars each of minimum size 18mm² copper shall be provided for
control supply of 110 V DC for ACB and 110V AC for other feeders.
xiv. The control busbars shall be insulated. The busbars shall run horizontally in a
separate compartment or in the same compartment of power busbars. Necessary Tee
off connectors shall be used for distributing auxiliary supply to each vertical panel.
Rubber grommets shall be used for all wire entries to make the entries and vermin
proof.
f. Panel wiring:
i. Control wiring shall be carried out with flexible heat resistant switchboard wires
(standard type) of minimum size 1.5 mm² for control circuits and 2.5 mm² for CT
circuits preferably be enclosed in plastic channels or neatly bunched together. The
wiring shall with proper lugs. All wires and cable should have proper ferrule
numbers for easy identification.
ii. All wire termination except for Elmex type terminal blocks shall be made with
ring/fork tongue compression type connectors. Wires shall not be tapped in between
terminal points. Type of lug shall suit relevant application.
Tender No.: HWB/SPP/e-Tender/2016/01 Electrical Tech. specs. Page E-67
of 7
of
Chapter-9 Technical specification
iii. The terminal block shall be grouped and segregated according to circuit functions
and different voltage levels, and shall have 20% spare terminals. Individual
terminals in each block in each group shall be serially numbered in accordance with
the drawings. Such numbering shall be legible, permanent and indelible. Terminal
block for CTs shall be provided with drop out facility for testing purposes for
shorting and shall be segregated from other terminals. Sufficient clear space shall be
provided between gland plate and terminal blocks.
g. Earthing
i. All cubicles shall be connected to an earth bus bar running throughout the length of
the switchboard. The earth bus bar size shall be minimum 50x6 mm² aluminum.
Provision shall be made to connect the same to the plant earthing grid at two ends.
ii. Vertical earth bus shall be provided for earthing of all feeders.
iii. All doors are movable parts shall be connected to the earth bus with flexible copper
connections.
iv. All non-current carrying metallic parts of the equipment and components shall be
earthed.
h. Space heaters
i. Each switchboard panels shall be provided with space heaters with thermister to
prevent moisture condensation.
ii. The space heaters shall be located at the bottom of the switchboards, and shall be
controlled through a thermostat with an adjustable setting and a manually operated
switch. The thermostat shall preferably be located in the metering or relay chamber.
i. Painting
LT switchboards shall be painted using standard 7 – tank process. Unless otherwise
specified, the finishing shade shall be light grey having shade no. 631 as per IS: 5.
5. DATA SHEET
A. Data Sheet to be submitted along with Bid:
6. DOCUMENTATION
A. Following shall be submitted along with the offer:
C. Along with the above documents/drawings, the EPC Contractor has to submit
the following documents after commissioning :
Manual with complete, operation, maintenance and repairs circuit diagrams. O &
M manuals which broadly includes following minimum information:
EPC Contractor has to prepare checklist for Pre-Commissioning test, commissioning and
performance tests and get them approved from HWB. This list should include the following;
Visual check to be carried out on all the electrical equipment to determine if any
transit damage/erection damage has occurred.
All relays will be visually checked if there is no dirt, packing loss, metal chips etc.
For all the installations the CTs will be checked for short circuit of secondary.
IR value of the busbars, circuit breakers, incoming and outgoing terminals,
The busbar surface should be smooth to have a proper electrical connection.
Conductive jelly should be applied at the bolted contacts to avoid any corrosion. All
the enclosure fittings should be tightened with the torque wrench.
Functional checks to be carried out for all the protective relays. Secondary injection
test to be carried out.
32.
ANNEXURE-IV
1. SCOPE :
i. The scope of this specification is to define the requirements of supply, testing (pre
dispatch), proper packing, safe delivery, installation, commissioning, pre & post
commissioning test at site and guarantee of indoor type 3.3KV, 630A, 250MVA VCB
(Vacuum Circuit Breakers) to be retrofitted in the existing panel. Scope also include
supply, installation and commissioning of protective relays along with CT, PT, surge
suppressor etc. for transformers as mentioned in clause no. 20. Termination of HT
cable on both sides are in the scope of EPC Contractor.
ii. It is not the intent to specify herein all the details of design & manufacture. However,
the equipment shall conform in all respect to high standards of design engineering and
workmanship and shall be capable of performing in continuous efficient operation and
confirming to all relevant standards.
3. GENERAL REQUIREMENT:
1. The VCB panel along with CT, PT, Control, indication, meter & relay shall be
suitable for indoor Installations with vacuum as interrupting media incorporating
separate interrupters of 630 A rating for each phase mounted on single frame.
There shall be a common drive mechanism actuating for interrupters, which must
work in synchronism. These breakers shall be provided with suitable local control
while provision shall be made for remote control.
2. The operating mechanism of the circuit breaker shall be motor wound spring
charged type. It shall be electrically and mechanically trip free with anti-pumping
device. All working parts in the mechanism shall be of corrosion resistant
material. Self-lubricating, wearing resistant bearings shall be provided in the
mechanism.
3. The mechanism shall fully close the circuit breaker and sustain it in the closed
position against the forces of the rated making current and shall fully open the
circuit breaker without undue contact bounce at a speed commensurate with that
shown by tests to be necessary to achieve the rated breaking capacity in
accordance with IEC:56 or IS:13118. The mechanism shall be capable of being
locked in either the open or closed position. The mechanism shall be capable of
fully closing and opening again after the auto-reclose time interval specified as 0.3
second in this specification
4. The entire circuit breaker with its operating mechanism shall be mounted on a
horizontal draw out type trolley. This circuit breaker trolley has to be retrofitted in
the existing panel which would be suitable for withstanding electromagnetic/
electro-dynamic forces of both symmetrical and asymmetrical faults. It shall have
plug-in off load type isolating main and auxiliary contacts with all necessary
safety features, door limit switch etc..
5. The VCB shall be provided with three distinct positions namely service, Test and
Isolate in the panel and in all the position VCB should remain in the cubicle.
6. A mechanically operated circuit breaker position indicator shall be provided in a
location visible from the operating side of the breaker without the necessity to
open the mechanism door. The word ‘OFF’ in white letter on green background
shall be used to indicate that the breaker is in the opening position and the word
‘ON’ in white letters on a red background to indicate that the breaker is in the
closed position. These indications are in addition to the electrical indication.
7. The state of charge of the operating springs shall be indicated by a mechanical
device showing ‘SPRING CHARGED’ when closing spring is fully charged and
operation is permissible and ‘SPRING FREE’ when closing spring is not fully
charged.
2 Cable entry
4. DATA SHEET
4.2 Detailed Data Sheet to be prepared and submitted by EPC contractor for
approval before manufacturing.
5. DOCUMENTATION
5.6. Along with the above documents/drawings, the EPC Contractor has to
submit the following documents after commissioning :
Manual with complete, operation, maintenance and repairs circuit diagrams. O &
M manuals which broadly includes following minimum information:
Visual check to be carried out for any transit damage/erection damage has
occurred and all items, components, accessories etc are conforming to the
technical Specifications
Perform startup tests in accordance to the manufacturers instruction manual
Tripping on protections as given in this document
ANNEXURE-V
33.TECHNICAL SPECIFICATION
FOR
VFD MCC
1.0 SCOPE
General requirements and constructional features for this panel shall be in line with that
of PMCC. Special requirements for VFDs like facility for Cooling shall be provided.
VFD MCC incoming shall be provided with MCCB of required capacity.
3.6 The frequency regulation shall be ±0.02% of rated maximum frequency under
steady state and ±5% during transient condition.
3.7 It shall operate on constant V/F supply with required voltage boost
capability in low frequency mode of operation. Short time voltage dips up to 80%
of nominal system voltage shall not cause the control to stop
functioning.
3.8 The system shall be suitable for 3 cold / 2 hot start for the motor without
affecting the performance and life of controller.
3.9 The system shall be regulated to always start the motor in the forward direction.
Logic shall be provided to prevent the motor from being started in the reverse
direction. The length of power cable from the system to motor shall be assumed
as 50 meters and system shall be designed accordingly so as to avoid voltage surges
etc..
3.10 It shall be possible to vary the speed of the drive either manually or in auto mode.
3.11 The drive shall be self-cooled.
3.12 The starting, operating and stopping logic of the system shall produce potential
free contacts, required for owner's use.
3.13 The drive system shall have the following additional features:
4.2.1 Harmonic filters shall be provided at the supply side of the drive system on the
maximum allowable level of current and voltage distortion as stated below.
4.2.1.1 Current Harmonics
Based on the short circuit capacity of the supply system, the percentage
of the individual harmonics in the line current shall be limited to maximum
allowable value as specified in IEEE-519.
4.4.1.2 Voltage Harmonics
Based on the short circuit capacity of the supply system, the percentage of
the individual harmonics in the line voltage shall be limited to maximum
allowable value as specified in IEEE-519.
the drive panel. The display of fault diagnostic in plain English instead of fault
codes shall be preferred. Fault history for at least 10 faults shall be stored in
memory in the operator keypad so that it can be retrieved, whenever required.
For annunciations a solid state hooter along with accept, test and reset push
buttons shall be provided on front of the panel only.
7.4 Provision for auto start and run up to required speed for stand by pump shall be
made in the system. The auto/manual selection shall be from local/Remote. The
required inter facing with existing system is in the scope of EPC contractor.
7.5 PROTECTION REQUIREMENT
The system offered shall incorporate adequate protection and alarms properly
coordinated by the EPC contractor for the drive control and for motor but not
limited to the following.
7.5.1 FOR MAIN DRIVE MOTOR AND SUPPLY CABLES.
a) Over current
b) Over voltage Short circuit
c) Phase unbalance/single phasing
d) Earth fault
e) Locked rotor
f) Phase reversal
g) Over speed-105%
h) Incoming supply breaker trip.
i) Speed deviation
j) Speed reference loss
k) Under current
7.5.2 FOR CONVERTER
a) Loss of incoming line voltage
b) Transient voltage fluctuations
c) DC link over voltage
d) Loss of control voltage
e) Earth fault
f) High temperature inside enclosure (value to be specified by bidder)
g) Over current
7.6 Following minimum control are envisaged on front of panel unless otherwise
specified:
a) Start/Stop
b) Speed control -raise / Lower
c) Local/Remote Selector
d) Acknowledge/accept/test push buttons for annunciator
e) Emergency stop
f) Trip remote breaker
h) Bypass starter, if specified,
7.7 The system shall monitor the status of following and provide indications:
a) Drive On (two LEDs shall be used)
b) Drive Off( two LEDs shall be used)
c) Motor over speed
d) AC mains ON
e) Rectifier output ON
f) System ready to start
g) Motor zero speed
h) Remote breaker trip
7.8 Fault annunciation for clause 7.5.2 and following shall be provided.
Alarm shall also be annunciated through solid state hooter. Display of minimum
five most recent faults shall also be provided.
a) Rectifier fuse failure
b) Main AC failure
c) Inverter overload
8.0 PAINTING
All metal surfaces shall be thoroughly cleaned and degreased. Fabricated
structure shall be pickled and then rinsed to remove any trace of acid. The under
surface shall be prepared by applying a coat of paint and coat of yellow zinc chromate
primer.
After preparation of the under surface, the board shall be spray painted with two coats
of final paint. Colour shade of final paint shall be grey shade 693 as per IS 5. The
finished panels shall be dried and baked in ovens in dust free atmosphere. Panel
finish shall be free from imperfection like pin holes, orange peel, run off paints
etc. All unpainted steel parts shall be cadmium plated or suitably treated to prevent
rust formation.
Junction Box (JB) shall be installed in VFD MCC room for interfacing with DCS. In
one side of JB, cable from each motor feeder shall be connected for ON/OFF & Trip
Feed Back, signaling and control from DCS and in other side multicore cable shall be
connected up to DCS. Supply, laying, glanding and termination of this multicore
cable should be in scope of instrumentation section. Junction Box shall be provided
with 20% spare terminal blocks. Scheme for control from DCS, Local and panel shall
be designed by EPC contractor and approval to be obtained from HWB.
a) Technical particulars/catalogues for the offered system & detailed description of the
system. The description should be self-explanatory with required sketches/diagrams and
prove the technical competence of the item offered. For this purpose the bidder can
give, if so desired, a brief detail/ history of various technology used for VFD
systems with their merits and demerits. Bidder shall also explain clearly how the system
offered, shall be able to drive the equipment from zero speed and during coasting down
period without affecting life of driven equipment.
b) Block diagram of the system with technical particulars of equipment
and with brief write up on various interlocks and logics.
c) Complete filled in data sheet for all equipment
d) Clause wise deviations if any to the technical specification
e) Reference list of clients to whom such system has been supplied.
f) Copy of Type tests carried out on similar system.
g) Recommended list of spares for two years of normal operation
h) Tentative layout showing the overall dimensional requirement.
i) Detailed list of tests to be carried out at various stages i.e. tests during
manufacturing, routine tests with complete system before dispatch, pre
commissioning tests, tests for performance guarantee etc..
10.2 The successful bidder shall submit the following drawings and data for
approval/review.
a) Block diagram along with write up for the system.
b) Single line diagram and control schematic showing equipment rating and
interlocks and wiring details for interfacing with existing system. Control schematic
for interfacing with existing system shall be submitted for approval by HWB.
c) GA drawing showing overall dimension with cut out details for all equipment.
d) Technical particular as per data sheet
e) Bill of material
f) Technical details of individual items/ equipment along with the quality control
plan/inspection schedule to be followed during manufacture/assembly of VFD
and the details of subsequent tests to be conducted at works/site.
g) Protection coordination diagram
h) Torque/speed current/power factor of the system under various operating
condition.
Make:
Manufacturer's reference/Model:
10.3.2 RATED OUTPUT CAPACITY : as per load list (Suitable for three phase
induction motors)
10.3.3. MOTOR DETAILS
NOTE: Speed - torque characteristics curve and tech. details of the motor are for
general 3-phase, 415V motors.
10.6 Detailed Data Sheet to be prepared and submitted by EPC contractor for
approval before manufacturing.
11. DOCUMENTATION
11.2 EPC Contractor has to submit following documents/drawings for approval from
HWB before manufacturing:
11.3 Technical data sheet, overall General Arrangement Drawing clearly showing
accessories, termination details, foundation details, BOM etc.
11.4 Original equipment manufacturer certificate
11.5 Wiring Diagrams of power and Control circuit indicating control interlocks etc.
11.6 Along with the above documents/drawings, the EPC Contractor has to submit the
following documents after commissioning :
Manual with complete, operation, maintenance and repairs circuit diagrams. O &
M manuals which broadly includes following minimum information:
33.
ANNEXURE-VI
POWER CABLES
1. SCOPE
This specification covers the requirement of fabrication/ manufacture, inspection and testing at
manufacturer works, transportation to site, testing installation and commissioning of cable for
3.3 KV system for supplying power from 3.3KV substation located at main plant of HWP
(Tuticorin) to Transformers of SPP unit.
2. TECHNICAL SPECIFICATION
3. DATA SHEET
3.1 Data sheet to be submitted along with Bid
1. Manufacturer
2. Type of cable with
3. Insulation material
4. FRLS properties categories
5. ELECTRICAL PARAMETERS
6. Rated voltage of Cable.
7. Test Voltage.
8. Conformity to IS
3.2 Detailed Data Sheet to be prepared and submitted by EPC contractor for
approval before manufacturing.
EPC Contractor has to prepare checklist for Pre-Commissioning test, commissioning and
performance tests and get them approved from HWB. The cable, conductors and wires are to
be checked for visible damage to impair safety. All live conductors and their methods of
insulation, in relation to design currents of circuits and to the operating currents of the
protective devices, are properly selected and erected. All conductors are correctly and
securely connected and identified. Armoured cables properly terminated to metal casing or
trunking by proper cable glands. Cables and ductings adequately supported. Cables at
distribution board or busbar terminated with cable lugs. Cables protected against mechanical
damage and suitably supported. All exposed metal parts including the armour effectively
Earthed. This list should include the following tests:
5. DOCUMENTATION
5.1 Following shall be submitted along with the offer:
i. The enclosed Data Sheet filled up completely
ii. Clause – wise deviation, if any other wise nil deviation statement to be
submitted.
5.2 EPC Contractor has to submit following documents/drawings for approval from
HWB before manufacturing:
i. Technical data sheet,
ii. Original manufacturer certificate
Tender No.: HWB/SPP/e-Tender/2016/01 Electrical Tech. specs. Page E-94
of 7
of
Chapter-9 Technical specification
5.3 Along with the above documents/drawings, the EPC Contractor has to submit the
following documents after commissioning :
34.
ANNEXURE-VII
1. SCOPE:
This Scope covers the requirements of design, manufacture, assembly, shop testing,
supply, delivery to project site, installation & commissioning of 1 Nos. 250 KVA/
200 KW Diesel Generating Set along with Acoustic enclosure and all other related
accessories with AMF Panel and change over switch.
This specification covers the technical requirements of design, engineering manufacture,
assembly, testing at works and delivery in well packed condition of silent type diesel
generator set CPCB compliant complete with all required accessories and control
equipment to supply continuous electrical power. The scope shall also include provision
of associated AMF panel and supply of mandatory spares as per List of Spares.
This standard shall be read in conjunction with job schedule.
(a) Diesel engine (complete with all the required accessories and
components)
(b) Generator set for operation with the above diesel engine, complete
with all the required accessories and components.
(c) Fuel oil system comprising of fuel oil tank, supply pump, filter,
piping, valves fittings etc.
(d) Air intake system comprising of air blower, air filter, turbo charger
etc..
(e) Lubrication oil system comprising of lube oil pump, filter, cooler,
piping, valves fittings etc.
(i) Torsional vibration damper at the free end of the crank shaft.
(m) All necessary instruments for monitoring and safe starting, running
and stopping of the D.G. set their auxiliaries complete with tubing
and cabling.
(o) Cabling material between control & protection panel and all
equipment within the battery limit including cables, racks, earthing
terminating materials etc.
(q) All other items not specified here but, necessary for safe,
satisfactory and uninterrupted operation of D.G. set.
(r) Set of special tools and tackles required for installation and
maintenance.
(s) All other services for making DG set with its control and
protection features complete in all respect.
3. SPECIFICATION
ENGINE Direct injection, water cooled engine, rated at 1500 RPM, conforming to
ISO 3046 / BS 5514 has the following specifications:
> Silencer
> Radiator
> Dry-type, heavy duty replaceable paper element air cleaner with restriction
indicator
The DG supplier to ensure that in the guarantee period all required accessories and
components that are required for a fully functional power generating station are
available at site.
The scope shall include supply, design, supervision and commissioning of efficient
acoustic enclosure to the D.G sets in such a manner that the sound levels with all
the D.G sets operating simultaneously will be less than 75 dB within 1 mtr. At
nearest boundary of the DG set during day time. Bidder shall note that the specified
acoustic performance shall be guaranteed by him.
The D. G. Sets shall be rated for 24 hours continuous duty.
The D.G. Sets shall be capable of generating a power output of 250 KVA at 0.8
PF on continuous operation under the environmental conditions prevailing at site
as mentioned elsewhere. All engine driven auxiliaries should run to their full
capacity.
Engine de ratings from the standard (N.T.P.) rating to obtain site rating shall be
carried out in accordance with latest edition of BS-5514.
The Diesel Engine and Alternator field characteristics shall be suitable for
facilitating parallel operation of similar Diesel Generating Sets with equal load
distribution.
Since the Diesel Generating Sets will be utilized for emergency services, it shall be
designed without any limitation on the number and frequency of starts in any given
period.
4. OPERATIONAL PHILOSOPHY
The specified DG Set is required for Emergency Power Supply requirement. These
DG set shall start automatically upon failure of the normal power supply and also
stopped automatically in case of restoration of EB supply after the mandatory checking
of the supply parameters. The DG sets shall also be able to start & stop manually
through a push button.
Tender No.: HWB/SPP/e-Tender/2016/01 Electrical Tech. specs. Page E-99
of 7
of
Chapter-9 Technical specification
5. ACCESSORIES
6. DATA SHEET
6.1 Data Sheet to be submitted along with Bid
6.2 Detailed Data Sheet to be prepared and submitted by EPC contractor after
award of contract for approval before manufacturing.
7. DOCUMENTATION:
7.2 Along with the above documents/drawings, the EPC Contractor has to submit the
following documents after commissioning:
Manual with complete information for operation, maintenance and repair circuit
diagrams, foundation and trenching details etc. O & M manuals which broadly
includes following minimum information:
EPC Contractor has to prepare checklist for Pre-Commissioning test, commissioning and
performance tests and get them approved from HWB. This list should include the following;
A visual check will be carried out to ensure that no damage has occurred in transit.
Ensure that the diesel generator installation is complete and mechanical completion is
approved
Ensure that no damage has occurred in between mechanical installation and pre-
commissioning
Check for the proper installations of vibration isolators.
Ensure that the air intake system of the DG set, exhaust system, fuel oil system
including fuel pimping, fuel pump and filter is complete and approved
Ensure all the ducting, piping, conduiting to the generator are done properly to avoid
the transmission of the vibration and heat from the engine
Ensure that the power cable and the control cables to the AMF panel and the EMCC
Panel, Protection system, and generator sensing panel are properly terminated with
sleeves for protection from the high temperatures as per the approved drawing, logic
and circuit diagram
Check proper earthing of the generator and connection to the existing system earthing
Ensure that the battery charger functioning and batteries are properly terminated to the
starter.
ANNEXURE-VIII
35.
1.0 SCOPE
Design, manufacture, supply, testing and commissioning of complete system 110V,
50Hz, 25 KVA Uninterrupted Power System (UPS) along by pass transformer &
stabilizer, as per applicable standards and specifications. The offered system shall
comply with all the requirements, technical specifications and data sheets given in this
document.
diesel generator set. UPS system shall also operate satisfactorily on input
power supply having, the ratio of negative to the positive sequence
components not exceeding 5% and total harmonic distortion not more than
5%.
3.2 The incoming power supply to UPS will be provided by 2 Nos. of feeders.
One feeder shall feed the rectifier(s) while other shall supply power to
stabilized bypass supply.
RECTIFIER:
3.4.1 Incoming AC supply shall be converted to DC through three phase full
wave controlled rectifiers. The rectifiers shall operate according to the
constant voltage current limiting principle and shall incorporate a “Soft
Start” feature to gradually accept load on initial energizing.
3.4.2 The rectifier section of the UPS system shall be capable of precise
regulation to prevent damage to the battery. The output voltage of
rectifier’s DC bus without the battery shall be stabilized to within +/- 2%
of set value during load variation between 0 to 100% and specified
mains input supply voltage variation.
3.4.3 Suitable protection shall be provided in the control circuits to guard
against instability of phase controlled rectifiers due to electrical
oscillations which may be present in the input supply as caused by
emergency DG set.
3.4.4 An R.F. Filter shall be provided at the input and output of UPS to
suppress the ratio frequency interference to permissible limits as
specified in IEC.
3.4.5 Transient/surge protection circuit shall be provided in the input circuit to
rectifiers to protect the UPS from surges & voltage spikes.
3.4.6 The UPS system shall be designed to draw power from mains supply at a
minimum power factor of 0.85 while working at rated load in normal
operating.
3.4.7 Facility for initial charging of batteries shall also be provided. The
inverters shall be disconnected during initial charging of the battery.
3.4.8 The rectifiers/chargers shall be designed to completely charge the battery
in a maximum time of 10 hours after complete discharge. Facilities shall
be provided to initiate battery rapid charge operation by Manual &
Automatic means. An auto charging sequence should be provided for the
boost and float charging based on current sensing. In addition to above,
the charging shall be transferred from boost to float mode after a pre-set
time adjustable through 0-24 hours timer.
3.4.9 The battery may be taken out of service for maintenance, during which
period it shall be possible for the inverter to continue operation by
drawing power from the rectifier. Ripple content at the DC link shall not
exceed 5% even with battery disconnected.
INVERTER:
3.4.10 The inverter shall be suitable for supplying power to the loads
specified for the UPS.
3.4.11 The inverter shall be able to operate satisfactorily on rated load (25
KVA) with power factors in the range of 0.6 lag to 1.0. The overall
efficiency of the UPS system shall not be less than 80% at rated load and
0.8 p.f.
3.4.12 The inverter shall be of pulse width modulation type and shall consist of
IGBT based circuits as specified in the data sheet.
3.4.13 It shall be possible to vary the inverter output voltage steplessly within
+/- 5% of the specified output voltage. This adjustment shall be possible
to be made when the inverter is in operation.
3.4.14 The steady state output voltage and frequency (free running) variation of
inverters shall not exceed +/- 1% from the set value for specified input
power supply conditions from no load to full load condition and load
power factor variation from 0.6 lag to 1.0.
3.4.15 The UPS output voltage waveform shall be sinusoidal. The total
harmonic content in the output be limited to 3%.
3.4.16 The UPS shall have capacity to deliver a minimum overload of 10%
continuously, 25 % for 10 minutes & 50% for 10 sec. UPS shall be
provided with current limit circuit to avoid excessive loading beyond its
permissible overload withstand capability.
3.4.17 Facility shall be provided to manually and automatically initiate transfer
of the load from inverters to the stabilized bypass supply and manually
from stabilized bypass supply to the inverters. Under voltage and over
voltage sensing levels to initiate transfer shall be adjustable. The
maximum transfer time between inverters and bypass supply shall be
within ¼ cycle in synchronous.
3.4.18 All breakers shall be adequately rated for continuous rating as well as
breaking capacity as applicable. All output isolating device shall be
double pole type.
3.4.19 All electronic power devices including transistors, diodes etc.. shall be
rated under operating conditions for approximately 200% of the
maximum current carried by the device. All other electrical components
such as transformers, reactors, breakers, contractors, switches, bus bars
etc.. shall be rated for at least 125% of the maximum required rating.
3.4.20 All the diodes and other electronic devices of UPS shall be protected
with high speed semiconductor fuses.
3.4.21 Each inverter shall be designed to clear a fault in any of the branch
circuits up to a maximum rating of 20% of the system capacity without
the assistance of the stabilized bypass supply. In case of any fault in
branch circuits, the load connected to the healthy circuits shall not get
affected. The fault clearing time shall be less than 4 milli second.
3.4.22 All PCBs shall be provided with a transparent epoxy coating for
environmental protection and tropicalisation. They shall be suitably
located away from heat sources.
3.4.23 All electronic control and monitoring printed circuit cards shall be
suitable for easy replacement. Monitoring points shall be provided on
each of the PCBs and the PCB shall be firmly clamped in position so that
vibration or long usage do not result in loose contacts. All PCBs shall be
placed in a manner to avoid replacement of a PCB with a wrong spare
PCB. Failure of each PCB shall be indicated by visual alarms. Visual
fault diagnostics shall preferably identify faults up to various sections in
the card.
3.4.24 Forced ventilation of panel, if provided, shall be supplemented by 100%
redundant fans. In normal operation, normal & redundant fans shall run
together. The power supply for the fans shall be tapped from the inverter
output. However, the rating of the UPS as specified in the data sheet
shall be the net output of UPS after deducting power consumption for
fans etc.. However, in case of non-operation of 50% of running fans the
UPS output shall not get effected. The fan shall be arranged to facilitate
removal of faulty fan for maintenance without taking system shutdown.
3.4.25 Maximum noise level from UPS system at 1 metre distance, under rated
load with all normal cooling fans shall be as per relevant code.
4.0 Construction
4.1 Rectifier/charger and inverter, stabilized bypass supply and static switch
sections shall be suitably housed in sheet steel panels complete with all
interconnections. The panels shall be fabricated with 3 mm. thick cold
rolled sheet steel for structural support and gland plate. Doors and side
wall shall be fabricated out 2.0 mm CRSS.
4.2 The panels shall be free standing, fitted with suitable louvers for
ventilation and cooling fans as required. Hinged doors shall be
provided at the front and back with dust tight gaskets. Inter panels sheet
steel barriers shall be used. The enclosure shall provide minimum IP-52
degree of protection. The maximum and minimum operating height of
the switches shall be 1800 mm and 300 mm respectively.
4.3 Power cables above 16 sq. mm size shall be of aluminium conductors
and up to 6 sq mm shall be of Cu conductor, multi-strand shall be used.
Control cables shall be of copper conductor, multi-strand type. All the
cable connections shall be from bottom of the panel. A removable
bolted gland plate shall be provided along with double compression type
nickel plated brass cable glands for external cable connections. Clamp
type terminals shall be used for connection of all wires up to 10 sq. mm.
Bolted type terminals suitable for cable lugs shall be provided for wire
size above this. Copper lugs for all external connections shall be
provided with the panels.
4.4 Inside the panels, the control connections shall be done with 660V grade
PVC insulated wires having stranded copper conductors. 1.5 mm2 size
wire shall normally be used for circuits with control fuse rating of 10
Amp. or less. For circuit control fuse of 16 Amps., 2.5 mm2 size wire
shall be used. Wire size of 0.75 mm2 may be used for wiring to
electronic components.
4.5 Bus bars shall be colour coded and live parts shall be shrouded to ensure
complete safety to personnel intending routine inspection by opening the
panel doors. All the equipment inside the panel and on the doors shall
have suitable name plate and device tag numbers. All wires shall be
ferruled and terminals shall be numbered.
4.6 All power MCCB/MCB/switches will be mounted inside the panel
(accessible after opening the door) except those in ACDB. 100W
incandescent lamps shall be provided in each panel.
4.7 The outgoing feeders of ACDB shall be provided with MCB of suitable
capacity.
4.8 A suitably sized earth bus shall be provided at the bottom of the panels
including ACDB running through the panels with provision for earth
connection at both ends to the main earth grid. All potential free metallic
parts of various equipment shall be earthed suitably to ensure safety.
4.9 All panels shall be of same height so as to form a panel line up which
shall have good aesthetic appearance.
4.10 All control wiring shall preferably be enclosed in plastic channels or
otherwise neatly bunched together. Each wire shall be identified at both
ends by PVC ferrules. Ferruling of wires shall be as per relevant IS.
4.11 All metal surfaces shall be thoroughly cleaned and de-greased to remove
mill scale, rust, grease and dirt. Fabricated structures shall be pickled
and then rinsed to remove any trace of acid. The under-surface shall be
prepared by applying a coat of phosphate paint and a coat of yellow zinc
chromate primer. The under surface shall be made free from all
imperfections before undertaking the finished coat.
4.12 After preparation of the under-surface, the panels shall be spray painted
with two coats of epoxy and final paint or shall be powder coated. The
colour shade of the final paint shall be shade 631 (light grey) as per IS:5
unless otherwise specified. Spray painted finished panels shall be dried
in storing ovens in a dust free atmosphere. Panel finish shall be free
from imperfection like pinholes, orange peels, runoff paint etc.
5.2 While sizing the battery capacity, factors such as aging, temperature,
inverter efficiency, and de rating of nominal capacity on higher
discharges, etc. shall be taken into consideration to have adequate
margin on the capacity. Complete calculation for battery sizing
supported by curves, tables etc. for arriving at capacity factor shall be
furnished.
5.3 The battery shall have adequate short time current rating to meet the short
time current duty of inverter specified in the data sheet.
5.4 The battery shall be complete with inter-cell, inter-row, inter-tier
connections and end take off. Interconnecting cables from battery to
UPS panels are to be supplied along with battery if so specified in the
data sheet.
5.5 The lead-acid batteries shall be supplied in dry uncharged condition with
necessary quantities of electrolyte and distilled water in separate sealed
containers.
5.7 The battery shall be complete with all accessories and devices as
specified in data sheet.
72x 72 mm. square of reputed make & analogue/digital type. Analogue instruments
scale shall have red mark indicating maximum permissible operating rating. Separate
test terminals shall be provided for measuring and testing of the equipment to check
the performance.
9. Protection: UPS supply and battery bank shall be provided with separate sensitive
earth leakage protections.
11. Bidder has to submit Manufacturer Make and other features of UPS as given
below along with offer.
Detailed Data Sheet to be prepared and submitted by EPC contractor after award of
contract for approval before manufacturing.
Battery Room lighting and exhaust arrangement are in the scope of the EPC contractor.
These should be of flameproof type.
36.
NOTE:
1. Tentative, broad QAP for important electrical items is enclosed herewith.
However, successful EPC contractor should submit detailed QAP for each
electrical item for approval of HWB before commencing manufacturing.
2. All type of test reports wherever asked shall not be more than five years
old.
QAP-1 for
2000KVA 3.3KV/ 433V TRANSFORMER
1. QUALITY ASSURANCE, TESTING & INSPECTION
a) Bidder shall furnish valid type Test certificates as per relevant IS already carried out
on similar transformers from a government recognised institute. If certificate for heat
run test/Temperature rise test is not available for similar transformer this test to be
carried out on one of the transformer.
b) All routine tests shall be carried out as per latest relevant standards (IS 2026) in
presence of HWB representative.
c) In addition to above the EPC Contractor has to carry out other tests/acceptance test
to meet the specifications given in this document.
QAP-II
QUALITY ASSURANCE PLAN FOR
PMCC, EMCC AND OTHER MCC PANEL
i. Type Tests: Type test certificates for the switchgear panel and circuit breakers shall be
furnished during detailed engineering.
ii. Routine Tests :All routine tests as specified by the applicable codes and standards shall
be conducted
iii. Acceptance and other tests: Acceptance and other tests shall be carried out to comply
with the technical specifications given in this document along with the tests listed below
at manufacturer’s works.
contacts , mechanical and electrical operation, voltage rating of the closing coil,
antipump feature etc.
f. Protecting and isolating devices: The voltage and the current rating, Mounting
and support arrangement, number of contacts, electrical and mechanical operation
(wherever applicable) for HRC fuse, SDFU, Protective relays etc. The protective
relays shall be checked for the current rating, resetting and different contact
arrangements
g. Instrument Transformers: The mounting and support details, dimensions, Ratio,
ratings, class of accuracy, verification of polarity of CTs and PTs in the panel is to
be checked.
QAP-III
QUALITY ASSURANCE PLAN For HT & LT Cables
a) The successful bidder shall submit the QAP for HWB’s approval. There shall be no
commercial implication to HWB on account of QAP approval.
b) All materials, components and accessories of the cable shall be procured,
manufactured, inspected and tested by EPC contractor/ sub-EPC contractor as per
approved quality plan.
c) All routine tests on each cable as per relevant standards (IS 7098 part-2) and
specification shall be carried out in presence of HWB’s representative. Charges for all
these tests for all the equipment & components shall be deemed to be included in the
bid price.
d) Bidder shall furnish valid type Test certificates already carried out on similar cables
from a reputed institute (other than bidder) along with offer. This Test certificates shall
not be older than 5 years. In absence of this certificate the offer is liable to be rejected.
Type of
insulation
Sheath
thickness
Screen
Thickness
Armour
material
Zinc Coating
Capacitance/Inductance Relevant IS
75% at 0.8pf
100% at 0.8pf
Alternator conductor
insulation test
Control Cable, Circuit
insulation Test, Busbar
trunking
AVR Response Test
Voltage stability
test
Voltage Regulation
tests
Phase rotation Tests
Injections Tests
Protection logic and
Circuits
Droop characteristics
Transient dip in
Voltage
Frequency
Recovery Time
Operational tests
Auto Mode
Manual Mode
Meter Performance
Charging of Batteries
3.4 Chemical Tests Quality of exhaust as
per emission norms
2.
The following Single Line Diagrams (SLD) are enclosed with this document. These SLD
are tentative with minimum numbers of feeders. EPC contractor have to prepare exact SLD
based on P&ID, actual load list etc. and get them approved from.
TECHNICAL SPECIFICATIONS
C O N TE N T S
Scope IC-04
1 Scope of Work IC 05
5 System description IC 18
DCS IC– 27
9 DCS Specifications IC 35
16 Recommended QAP IC 89
Documentation IC 95
Annexure I IC 112
22
Annexure II IC 113
SCOPE OF
INSTRUMENTATION JOB
1.1 Detailed Engineering: EPC contractor shall carryout the design, detailed engineering
(including making of logics and control schemes as per HWB’s approved
specifications, drawing and incorporating the same in DCS), preparation of data
sheets & schematics of the instrumentation systems & Associated auxiliary systems
required to complete entire instrumentation and automation system for the plant as per
details indicated in the control philosophy and SOQ are in the scope of work.
1.2 Supply, installation, pre-commissioning, commissioning & documentation of
DCS system and all associated panels
Supply and installation of DCS system, associated panels in control room including
power distribution panel, operator consoles, remote consoles, engineering
workstation, printers as per detailed specifications and Hookup with MCC, VFD,
UPS, field instrumentation, all utility systems (vacuum system, package utility,
auxiliary units, scrubber unit, underground effluent pit, Effluent treatment unit ( ETP),
PCl3/POCl3 storage unit, Bulk storage unit, Butanol purification unit and sub-systems
etc.), Calibration, Testing, Total system integration, Pre-commissioning,
Commissioning and documentation etc.
1.3 Supply & Installation of complete field instrumentation and all associated
components.
Supply, installation, cabling and hookup with pipes / vessels/ pumps and all other
equipment. The instrument shall be mounted with suitable isolation valves, drain
valves, bleeders and manifolds after first root valves.
1.4 Selection criteria of instrumentation system: All the instruments and automation
system are as per the schematics of various systems and package units referred in the
tender document are in the scope of EPC contractor. Hence systems to be supplied as
per the detailed engineering for monitoring, controlling and interlocking of the
parameters, based on DCS. The DCS shall have upward communication facility for
communicating with other systems for all parameters to repeat information by open
collector method (4 to 20 mA) without conditioning the signal. Selection of DCS &
field instrumentation shall be done based on the detailed engineering to satisfy the
specified control philosophy, service requirements & suitability for the
environmental conditions(corrosive/hazardous) prevailing at site as mentioned
elsewhere in the tender document.
1.9 Site Acceptance Test (SAT): After installation of total instrumentation and control
system including filed instruments and DCS, end to end checking will be carried out
jointly. All the SAT reports to be signed by EPC contractor’s representative and
HWB’s representative.
1.10 Functional testing: Functional testing will be carried out jointly with contractor for
all the instrumentation and associated components. HWB shall carry out 100%
functional checking of all hardware/software modules.
1.11 Total system integration: Total system integration will be checked after
commissioning of the system to verify the specified control philosophy and system
integrity. Contractor to co-ordinate with sub-contractors/manufacturers of all items for
system integration.
1.12 Safe transportation to SPP site and Storage: EPC contractor has to supply all the
items to SPP site in a safe manner without any damage. Items shall be packed with
suitable materials to prevent damage in the transit and also ensure safe transportation
and storage of all the equipments at the SPP site. Each package shall be limited to size
and weight that are permissible under the existing rail and road limitations . All lifting
points shall be clearly marked
1.13 Site Execution: EPC contractor shall depute suitable authorized Supervisor/Engineers
and staff at site for erection, pre-commissioning checks, commissioning of total
system. Adequate Supervision for Safe working by bidder’s personnel is to be
ensured. All Safety & Security rules in vogue at HWP-Tuticorin site shall be
complied during the execution of work at Site. Execution of instrumentation work at
site shall be as per the drawings and documents prepared by the contractor &
approved by the HWB. Scope of site execution work by the EPC contractor shall
cover but not limited to the following:
- Unloading, Unpacking, Assorting, Physical checking, Cleaning and drawal of
instruments accessories and erection material, safe storage at contractors own risk.
- Transportation and handling of instruments, instruments accessories and erection
materials from stores / or from places of storage to work site.
- To make arrangements and supply of consumables like welding electrodes,
industrial gases, cleaning fluids such as (CTC, Rustolene and Kerosene), primer for
structural, Teflon tapes, insulation tape, sealing compound, all clamping materials
(for cables, tubes, trays, racks), screws, strips, washers, GI nuts of different sizes,
cable lugs, all other identification ferrules for cables /wires, structural of MS/CS.
- Supply and cutting gaskets of various materials like PTFE, Neoprene, CAF etc. to
suitable sizes including making additional cut-outs on panel or any other supports
and accessories.
- Supply of structural steel & fabrication of frames, supports, mounting, stands,
clamps, brackets, cable racks and corners, tees and crossing etc.
- Minor civil jobs like grouting, chipping, fixing involved in the installation of
conduits for cables, Cable trays, supports, mounting etc.
- Laying and supporting of multi core and single core electrical cables, multi core &
single core signal cables and any other special cables.
- Supply of stainless steel material, fabrication and laying of distributing air headers
(air distribution pots and lines) fixing distribution air headers lines and its testing ,
cleaning and blowing of all distribution lines , pneumatic tubing impulse tubing.
- Supply of alloy aluminum cable trays, fabrication and erection of cable trays for
above ground and underground cabling (trenches).
- All steel structures shall be painted with one coat of red oxide zinc chromates
primer to IS: 2074 ( 25 Microns) and two coats of synthetics enamel paint to IS :
2932 ( 50 Microns)
- Supply & installation of fire barriers at all the instrument cable entry points to
Control Room etc..
- Supply & installation of Auxiliary Console.
- Testing, calibration, functional checking of instruments, accessories control and
sequence logic loops to the satisfaction of the HWB.
- Sealing of cables entries to control room / control panel.
- Minor modifications in erection arising out of rerouting, relocation etc. in panel or
in field during testing and calibration and functional testing, if any.
- Trench cutting (Wherever applicable)
Trench cutting, refilling and closing after cable lying as per details given below if
overhead rack is not available for instrumentation cable trays and pipes.
Excavating trenches suitable for cable laying with HDP pipe including excavation
for sockets and dressing of sides ramming of bottoms, depth up to 1.5 meter,
including getting out excavated soil and then returning the soil as required brick
work with common burnt clay modular bricks class designation 7.5 in layers not
exceeding 20 cm depth, including consolidating each deposited layer by ramming,
watering etc., and disposing surplus excavated soil as directed within a lead of
50m. Supply of sand and bricks required for filling are in the scope of the vender.
Cable marker shall be provided throughout the cable route from the auxiliary unit
to main plant ( SPP).
- The network components lay out and Site Plot plan is tentative which may require
minor change as per detailed engineering of the work which is the contractor’s
scope. This minor change shall be considered during execution of the job without
any financial impact of the work.
- Carryout minor modification at no extra cost as suggested by the Purchaser for
completion of entire project.
- Parts found unsatisfactory either due to workmanship or materials shall be removed
by the Contractor and replaced by parts, which are satisfactory, with no extra cost
to be paid by the Purchaser.
- Any components damaged/consumed during testing (before mechanical completion
and final acceptance) shall be borne by the contractor.
- The Contractor shall submit a monthly detailed progress report on the design,
detailed engineering, tendering & ordering, manufacture/assembly or erection and
commissioning of all equipment covered by these tender documents in the
Contractor’s or Sub-Contractor’s work. Detailed erection schedule shall be
prepared and submitted covering following or any other major activity:
a) Design and detailed engineering work.
b) Tendering, evaluation and order placement.
c) Drawing, design approval and manufacture.
d) Assembly and testing.
e) Packing, shipping and transportation.
f) Erection & commissioning.
1.14 Supply of all types of gaskets required for installation: EPC contractor shall supply
all types of gaskets, O-rings of various sizes suitable to process parameters such as
Teflon and rubber gaskets, O-rings, spiral wound asbestos filled and O-rings of
special material (Neoprene, Viton, EPDM) etc..
1.15 Earth pit: Supply of items pertaining to earth pit & Earth pit preparation for system
earth, panel earth and instrument earth as per IS 3043.Testing, pre-commissioning and
commissioning of earth pit.
1.16 Commissioning: The EPC contractor has to prepare and submit check list/procedure
for pre-commissioning test, commissioning test and charging the equipment or taking
it into service and get them approved from HWB. After safe erection of the
equipments, EPC contractor shall carry out pre-commissioning and commissioning
test as applicable as per the approved check list/procedure. Calibration before and
after installation, Commissioning, loop checking of Instruments which include
sensors/final control elements of package plants also. All the documents related to
erection (2 sets of Hard copy and one set of soft copy) will have to be submitted.
Documents shall be approved by HWB before the work is taken up.
1.17 System handing over after commissioning: The EPC contractor has to hand over
the Instrumentation system after successful completion of commissioning and
performance tests acceptable to the purchaser or as per approved commissioning
procedure/manufacturer guidelines. The EPC contractor has to ensure that all the
Instruments can be taken into service.
1.18 Associated Minor Civil Works: All the instruments, cables, cable trays and DCS
system shall be erected in the existing RCC room by the EPC contractor. Associated
minor civil works are to be carried out by the EPC contractor like chipping, grouting
etc.
1.19 As Built Drawings: Preparation of “As Built” drgs. for following (but not limited to)
shall be provided to the client in 3 sets of hard copy & 2 set of CD after erection job is
over. Installation drawings for all the type of instruments also showing the complete
BOM. Instrument Bulk Material list, Cable schedule drawing, Typical Installation of
Instrument supports, Electrical connection, Pneumatic connection, Air supply network
drawings, Isometric showing mainly the installation of instruments, Loop drawings
from filed up to cabinets in control room showing all the termination details, Loop
drawing from Cabinets to DCS/ showing terminations at all the levels such as
Isolators, relays etc., Power supply distribution drawings, Typical Loop drawings,
Earthing network schematics, Isometric showing mainly the installation of
instruments.GA drawing for Panels, Panel Foundation details, Any other drawing
related to erection of the system, Power supply distribution drawings (generated from
soft model) shall be provided.
1.20 Training: The EPC contractor shall arrange for in-depth training on operation and
maintenance/trouble shooting/ calibration of all types of instruments by experts from
respective instrument manufacturer. The training shall be imparted at site to at least 4
numbers of representatives of the client and the duration of the training shall be at
least 5 days. The contractor shall also arrange for comprehensive training on both
hardware and software of DCS system by experts of the manufacturer of DCS system.
The details of the same are mentioned in the specifications of DCS.
1.21 Supply of Spares: EPC contractor shall supply the list of spares mentioned in the
SOQ Sl.no - 4. In addition to above, the recommended list of spares required for 15
years of maintenance shall be indicated in the offer.
1.22 Laying of cables: Sizing, supply & laying of signal cables and power cables (110V
A.C/DC) from Field to DCS through JB and Marshalling panel , UPS to DCS panel
for distribution of the same in DCS panels, DCS panel to MCC panel and other
required laying of cables to auxiliary panel are in the scope of vendor. The cables
covered under this enquiry shall be used in hazardous plants instrumentation job. The
cable shall be laid on the open trays and shall be exposed to direct sun light, heat, rain
and seasonal changes. The area is wet tropical coastal climate and shall be as per
specifications mentioned in sl. no 12.
1.23 Auxiliary systems / Panels: Supply, installation, commissioning and connection with
main DCS of all the auxiliary panels such as Hardwired Alarm panel, Local panels
and panels for package units etc.
1.24 Guarantee: Guarantee should be given by the vender that the DCS system along with
accessories and instruments shall perform as per the design intent of accuracies,
performances as specified etc. as per the codes and practices indicated earlier. In
absence of the relevant codes in the area if any, the manufacturer’s specification shall
be complied with to the satisfaction of purchaser. If any deviation is noticed, the EPC
contractor shall rectify the same in a period not exceeding 30 days and if he is not able
to rectify, then the contractor should substitute the entire system with a new system.
All the above equipment and systems are to be connected as per P&ID drawings,
along with the respective headers, Instruments and sensors, Power supply etc. Distant
units like Bulk storage tank and cooling water unit are also to be connected with the
main building of SPP as per the scope of this tender work.
All the parameters of the package units mentioned above to be integrated with DCS
for monitoring/controlling.
Instrument air system and all classes of power supplies shall be supplied by HWB at
Approx. 10 m distance from main SPP plant building. The contractor has to start his
Cabling / Tubing /piping work from this point onwards for respective utility piping for
the SPP main plant.
S. No Statement Yes/No
7 The Detailed specifications for the work, design and procurement of the
items are considered in the offer.
9 The total offered price for the respective items are inclusive of all testing at
supplier’s work as per QAP of the tender, packaging & forwarding,
transportation & safe delivery and cost of spares as listed in the tender.
10 The QA with Factory Acceptance Test (FAT) and Site Acceptance Test
(SAT) plan for the respective items is to be submitted for approval and
same shall be confirmed and is considered in the offer.
11 The network components lay out and Site Plot plan is tentative which may
require minor change as per detailed engineering of the work which is the
contractor’s scope. This minor change shall be considered during execution
of the job without any financial impact of the work.
Supply and Installation of Operator console with cut out and fixing
2 as per dimension given in Annexure-II of the Inst. & control 3 Nos.
Specification.
Control Valve
As per specification mentioned in Sl. No. 10 to 11 as list of
instruments mentioned in Sl. No. 1 to 7.
4
PTFE lined Control valve with accessories 4
Ultrasonic type 1
14 Pressure switch 8
Level gauge
As per specification mentioned in Sl. No. 10 to 11 as list of
instruments mentioned in Sl. No. 1 to 7.
15
SS 316 21
PTFE lining 16
Pressure gauges
As per specification mentioned in Sl. No. 10 to 11 as list of
instruments mentioned in Sl. No. 1 to 7.
16
SS PG 57
PTFE Lining PG 25
Vacuum gauge
As per specification mentioned in Sl. No. 10 to 11 as list of
instruments mentioned in Sl. No. 1 to 7.
17
Mcleod 6
Spares Required
1
Diaphragm seal type PG 5
2 Without diaphragm PG 5
3 Pressure transmitter 1
4 Pressure Transmitter with diaphragm seal 1
6 PTFE Control valve with accessories 1
SYSTEM OVERVIEW
5.2.3 The design and selection of process control and instrumentation systems shall
include consideration of the following:
Application suitability
Reliability
Quality
Accuracy
Repeatability
Flexibility of use
6.1 The SPP operations shall take place from SPP control room. It is planned to have
common control room for different solvent production facility at HWPT in future.
6.2 The Distributed Control System (DCS) of SPP shall form the central control system
to provide a plant-wide integrated system for control and monitoring. The control
systems are designed on a top down principle with plant control, monitoring and
operations under normal operating conditions being performed from the DCS
workstations located in the SPP unit control room. This integrated approach permits a
single control point for plant process operation through the DCS as opposed to
controlling by a number of different systems.
6.3 Local start / stop push button stations shall be provided for all main plant pumps,
agitators, compressors, heater etc and shall be terminated in DCS panel so that all the
trip logics will be applicable in the status of Local start.
6.4 Package unit control system such as Chilled water unit, Thermic fluid heating system,
HCL scrubber unit, Steam generation unit, vacuum system, POCl3/PCl3 storage unit,
Bulk storage unit, Butanol purification unit, underground effluent pit, and Effluent
treatment unit ETP etc. Above package unit shall have its own control panel which
shall be housed locally near the unit. All the operations of unit will be performed from
unit’s control panel locally. The parameters required for monitoring the status of the
unit shall be communicated to the SPP DCS system through hardwire connectivity.
6.5 Instrument/ Electrical Interface
6.5.1 The interface between instrument and electrical systems shall generally be
achieved by use of interposing relays located within the instrument/electrical
interface section of each MCC cabinet.
6.5.2 All signal /cable interfaces between C&I and Electrical Groups, shall take place
at an Instrument/Electrical Interface Cabinet.
6.5.3 All field start/Stop for Electrical equipments like pump, compressor, heater etc.
shall be terminated in Instrument cabinet and configuration of control
philosophy is in the scope of contractor.
6.6 The Operator Workstation will facilitate operator performance for the following
activities:
7.4 Instrument scales/ranges shall be selected so, that the normal operating point will be
at approximately 50% of the full scale/range for pressure, temperature and density,
and at 70% for flow rate and level.
7.5 All Field instruments shall be 24VDC Loop powered from DCS.
7.6 Upstream and Downstream pipe lengths shall be based on ISO 5167.
7.7 All RTDs shall be calibrated as per IEC 60751. Temperature Transmitters shall be
utilized with the RTDs and shall be head mounted type. Thermo wells for the RTD’s
shall be used with immersion length as 70% internal dia. of pipeline and full length
for Vessels.
7.8 Transmitters and manifolds shall be supported in a way to allow safe de pressurization
of transmitter and removal for maintenance.
7.9 Sun shields shall be provided for all electronic instrumentation under direct solar
exposure.
7.10 The accuracy shall be as mentioned below:
Pressure Gauges: 1 % of span for Burdon type, 1.5 % of span for Diaphragm
type.
Level transmitter: ± 6 mm
IEC 60534 control valve leakage standard shall be generally followed in specification
of control valves. Leakage Class IV/V will be used as per process requirement.
Actuators shall be normally single action (spring opposed) pneumatic diaphragm
operated type. Actuators are to be designed to withstand maximum shutoff differential
pressure existing across the valve during operation, as well as to overcome frictional
forces.
Valves in control service will be equipped with electro-pneumatic positioners
wherever applicable. Positioner shall be suitable for the climatic conditions, and shall
have mechanical protection class of minimum IP54. It shall have metallic enclosure.
All control valves and actuators shall be provided with individual filter-regulator as
required.
7.12 Switches: Switches shall be of snap acting DPDT contacts rated at 1A at 24V DC,
adjustable set points and adjustable dead bands.
Position activated switches, e.g. status switches etc.., shall be used for logic function.
Proximity type Limit Switches shall be used for shutdown valves and control valves
(as applicable).
Hand actuated switches e.g. push buttons, selector switches etc.. shall be used for
logic function.
Contacts from position feedback switch (limit switches of valves, etc..) will be closed
when position is reached.
Switch modules shall be hermetically sealed and vibration resistant.
7.13 Fail Safe requirements
The failure of any power supply, instrument air supply, signal or instrument shall
cause the final control element to move to a safe operating position. The system shall
have redundancy as per the criticality of application.
Control Valve actuator design shall take care of failsafe condition i.e. bringing valve
to full open/full close or stay put mode, on signal (pneumatic/electric) failure. In order
to avoid undesired position of control valve with interlock on return of interlock to
healthy condition, controller shall go to “Manual” and output of controller shall go to
a value corresponding to interlock position of the valve when interlock occurs.
Digital input and output for interlocking and annunciation system shall be used in fail-
safe manner i.e., in normal operating conditions contact shall be closed and solenoid
valve and relays shall be energized to operate.
7.14 Instrumentation Pneumatic Supply requirements. For pneumatic on-off and control
applications, the actuating signal shall be derived from 5-7Kg/cm2 (g) header through
Air filter regulator for each instrument.
7.15 Instrumentation Power Supply requirements: Power supplies for all transmitters,
controllers, signal converters, electric system and components in shutdown system
shall be supplied from uninterruptible power supplies. Instrument power supply
voltage shall be as follows:
PE : Protective Earth
7.18.5 All proposed standard plastic components if any shall be non-toxic and fire
resistant, UV stabilized and compatible with the environmental conditions.
7.18.6 All spindles, bushings, bolting, screws, brackets, etc.., shall be manufactured
from a suitable grade of stainless steel as a minimum.
7.18.7 Stand pipes, supports for instruments and any other item directly welded to the
structure shall be CS galvanized.
7.19 Instrumentation Connection requirements
7.19.1 All threads shall be to “NPT” (ASME B 1.20.1 taper). Where the instrument
item is not available with NPT connections, suitable adapter to NPT shall be
provided irrespective of the scope of installation.
7.19.2 Electric connections shall be “ISO metric”.
7.19.3 Flanges shall be per ASME B16.5.
7.19.4 Piping Vent and Drain Valves associated with Instruments on vessels or
standpipes shall be 3/4” or ½”.
7.19.5 Gasket types and flange face finishes shall match the requirements of the piping
specification.
7.19.6 In-line instruments shall match the associated piping or vessel or mechanical
equipment mating connection.
7.19.7 Where multiple connections for power input, signal input and signal output on a
single instrument or accessory, separate electrical connections shall be provided
for each of them.
7.20. Instrument Installation requirements
7.20.1 Installation shall be carried out in accordance with Hook up and Installation
detailed drawings.
7.20.2 Visibility and accessibility shall be maintained for both maintenance and
operations purpose.
7.20.3 All instruments and valves shall be free from vibration or within the acceptable
limit of the instrument or valve.
7.20.4 Where process fluid or moisture can accidentally leak into electrical circuits,
instruments and controls shall be installed with necessary seals, drains and
isolating valves.
7.20.5 Removal of instruments and controls must be possible without stopping the
process, the necessary isolating valves and by-pass valves shall be installed.
7.20.6 Instrument orientation shall suit the operator’s use of the associated data, for
example: pump discharge pressure indicator shall be readable at the starter
controls; level indicator/level gauge shall be visible from the platform (or level
control valve if possible), etc..
7.20.7 Instruments and controls shall be located for direct accessibility and easy
removal to provide safe, convenient access for operators and maintenance
personnel. As a rule, they shall be located in such a way that their axis is at 1.4
meter from the floor or the platform. Careful consideration shall be given to
such requirements as equipment isolation, maintenance disassembly, in-place
connection of test equipment and calibration, line slopes, seals, vents, drains,
etc.. Maintenance work must be made as convenient and comfortable as
practicable. Maintainability shall be considered just as important as operability.
7.20.8 Impulse lines for remote mounted instruments shall be 15mm OD, 1.65mm wall
thickness, seamless, annealed 316 SS/compatible with fluid handled, with SS
316/compatible with fluid handled compression fittings. Pneumatic signal and
air supply tubing shall be 6mm (minimum), seamless, annealed 316/304 SS,
with 316/304 SS fittings, unless otherwise specified.
7.20.9 Instruments and impulse tubing shall not be supported from process lines.
7.20.10 Individual instruments that are not line mounted shall be located on pedestals,
50mm diameter Instrument Pipe Stands or equal, on structural steel or set in
concrete.
7.21 Instrument Spares requirement
7.21.1 List of recommended spares to be submitted for fifteen year’s trouble free
operation.
7.21.2 All spare parts shall comply with the same standards and specifications as the
original equipment and shall be fully interchangeable with original parts.
7.21.3 All spare parts shall be marked with the manufacturer’s part number, name and /
or reference number.
DISTRIBUTED
CONTROL SYSTEM (DCS)
8.2 The system shall enable process monitoring, control, safety detection & protection to
be achieved, at several equipment nodes, with serial high-speed communications to
the operator's console employing VDU's, keyboards, print server & printer, data
storage devices, etc. All VDU shall be standard 21” square model or 24” wide screen
LED type colour monitor.
8.3 The DCS shall employ Dual redundant (single fault tolerant) communications links.
The system supplier shall prove that the system hardware redundancy, will achieve an
availability better than 99.99% using this chosen hardware configuration.
8.4 Process and sequential control shall be achieved using plant wide multi-loop
microprocessor based digital controllers, with full functional interfaces being
provided by the operator's consoles.
8.5 Minimum one set of controllers are envisaged for DCS. Controllers should not be
loaded more than 60%. If more number of controllers are required to meet 60%
controller loading criteria, the same should be included.
8.6 The operator's VDU shall provide MS windows HMI. All VDU shall be 21” square
model or 24” wide screen LED type colour monitor as a minimum.
8.7 The system shall be fully configurable without specialized programming knowledge,
using proven, fully de-bugged and tested Supplier's standard software packages.
Sufficient online storage shall be included to accommodate the database and alarm,
event, Trends, Reports and historic data logs. To achieve the reliability/availability
targets required, redundancy requirements shall be calculated and employed.
Operational control of the plant will normally be from the CCR. Facilities shall be
provided such that in the event of failure of operator workstations, the controllers
shall continue to provide control operation at the last known set point.
8.8 The system shall be built on the latest state-of- the-art hardware and software platform
and hardware/software/firmware revisions of complete system will be latest at the
time of supply. The system architecture shall have Microsoft Windows (latest version)
operating systems and compatible RISC hardware. All the operator station and
engineering station shall equipped with 21” square model or 24” wide screen LED
type colour monitor. Conventional CRTs are not acceptable. Number of consoles
envisaged is indicated elsewhere in this document. Client Server Architecture is not
acceptable. All Workstations should be directly sitting on Plant Communication Loop
8.9 The system shall be 100% fault tolerant and dual redundant for control processor,
system bus, data highway, I/O for closed loops, power supply and communication.
This means, all central control processors, all communication processors and all other
rack and individual node’s common cards, all the communication cards, networks and
cables, etc. shall be 100% fault tolerant. All the hardware including
control/communication processors, networks, cables, all type of system cards, all type
of I/O cards shall be hot replaceable.
8.10 All the I/O cards shall have individual channel to channel as well channel to field
isolation. Analog input/output cards shall be galvanically isolated and digital
input/output cards shall be optically isolated. Group isolated type or bulk I/O cards
shall NOT be accepted in the whole system architecture. All I/O cards shall be
intelligent type with microprocessor/microcontroller based hardware and capable of
all type of signal conditioning, self diagnostic, fail safe value configurable
(programmable) and time stamping at I/O card level.
8.11 I/O cards’ Channel density shall not exceed the following limits Analog Input – 16
Channels Analog Output – 8 Channels Digital Input -16 Channels Digital Output -16
Channels All I/O cards in individual category shall be of same type/model/revision
only. No different bulk I/O cards or I/O cards with degraded features shall be accepted
in any of the category in a mix mode supply.
8.12 The scan time of all type of analog/digital inputs cards & DCS algorithm (Scan time
means the sum of total time required for reading an input, running control algorithm
and writing the output values) shall be less than 250 milli-seconds for any type of
channel.
8.13 There shall be one engineering station in overall DCS architecture, from where the
complete DCS project can be developed and deployed on any other operator/control
station, independently. Non-availability of engineering station shall not affect the
plant normal operation and shall neither cause any historical/trend data loss. All
operator station shall be independent of engineering stations, self bootable and do not
require engineering station for putting them into normal operation or restoring them
after rebooting, once the developed project is deployed. System should allow on-line
modification, addition / deletion or change in any control loop or part thereof.
8.14 All operator stations and engineering stations shall be OPC compliant without any
upper limit on number of tags. However, if there is any specific limit applicable on the
proposed system, it is to be specified.
8.15 Complete system hardware/software and communication load shall not exceed 50%
system load even after the complete implementation of project and running at peak
load. This includes redundant control processor load also.
8.16 System shall have 50% spare margin in software memory/load for future spare
addition without replacing/upgrading any existing system hardware/software at all the
levels. System shall be capable of loading up to 100% without any
overrun/degradation of performance, etc. System shall report all type of load limit
alarms, diagnostic alarms up to channel level, communication alarms, system
hardware failure alarm and other global information with alarm facility on
engineering/operator station in real time with 1 second resolution.
8.17 The system shall support all various type of control/interlock/sequence algorithm and
shall also support various high level programming language like VB, C/C++ in real
time control application, in addition to standard control algorithms available in the
DCS.
8.19 System shall support 1 second time resolution real time trend for all the system
tag/parameters, without any time limit. Also, all PID loop face plate display shall have
real time/historical trend window by default for min. three parameters, i.e. measured
or process variable, operator entered or remote/calculated set-point and output value
or manipulated value for that particular loop.
8.20 DCS system shall have latest; windows based alarm manager with 1 second or better
time resolution with time stamping. In addition to various process alarms, the system
shall also store operator action journal, system error messages, any other event, etc.
Alarm manager shall also have historian facilities and there shall not be any storage
limit except hard disk size for retention period of various alarms/events.
8.21 Complete system hardware shall be certified for ISA G3 class corrosion level
protection and shall be compatible with various RFI/EMI immunity as per IEC. The
complete system shall be supplied with either 1200 mm (W) x 800 mm (D) x 2200
mm (H) or standard RITTAL make panels with RAL7032 colour shade. Marshalling
philosophy and panel segregation for various type of I/O shall be as per HWB’s
requirement, which is described in tender.
8.22 Floating power supply 110 V AC +/- 10% at 50 Hz -3/+1 Hz, UPS grade, for
complete DCS system will be available at one location in cabinet room up to PDB
panels. All digital input shall have 24 V DC interrogation voltage level. All Analog
cards shall be capable of accepting 2 wire and 4 wire analog inputs and shall supply
24 V DC to field transmitters. All Digital output cards shall drive 24 V DC, Omron/
Phonix make, 4 NO/NC, socket mounted, interposing relays with 230 VAC/5 Amp
contact ratings. All field loads from Digital Output cards, including Solenoid valves,
MCC switch gear signals, etc. shall be interfaced via these interposing relays only.
The digital output cards driving the MCC related output relays (which are to be wired
to MCC/Sub station) shall be accommodated in Digital Interface panel, separately to
avoid any interference problems in low voltage instrument signal cables. There shall
be intrinsically safe active barriers of MTL3000 series / P&F make for analog inputs
& outputs, and all NAMUR sensors (proximity switches).
8.23 For various categories of I/O cards, 20% (minimum one set where 20% works out to
be less than one) of each type of spare I/O modules as ware house spares shall be
considered. These spare modules shall also include related termination assembly,
isolating barriers and all system pre-fab cables. For modules, (controllers,
communication modules, power supplies etc.) which are specified as redundant, 20%
ware house spares shall be considered or 1 pair of each type if 20% works out to be
less than one. However spare I/O cards required is elaborated at point no 9.5 and the
detailed requirement of number of AI,AO,DI,DO will be intimated during the
approval of DCS system.
8.24 The offered system shall be supported by the DCS EPC contractor for min. 15 years
for all type of hardware and software spares and service supports.
8.25 While preparing DCS database, all configuration like graphic symbols, colour codes,
control/logic schematics, etc. shall be based on ISA standards.
8.26 The DCS based system shall consist of dual redundant power supply cards for each
I/O rack as well as controller rack, dual redundant hot standby controller, dual
redundant hot standby communication at all level. The no. of all type cards required
shall be rounded off to next higher number. All communications like between
redundant CPUs, controller unit and I/O cards shall be through redundant high-speed
(not less than 12 mbps) highly deterministic communication protocol so as to achieve
scan times mentioned in this document. All stations namely Controller Stations,
Operator Stations, Engineering station, shall be connected through fiber optic based
dual redundant (high-speed not less than 100 mbps) Industrial Ethernet protocol
communication. All field input / output signals will be hardwired to control stations
(via its I/O card). The human interface with the system shall be via Operator station,
engineering station and hardwired alarm. The function of Operator station shall be to
provide supervisory and control functions under password protection. The function of
engineering station shall be to enable Instrument Engineer to modify the existing or
add new control capability to suit the day-to-day operational requirements of the
complex.
8.26.1 The DCS shall provide process control and monitoring for the SPP. At the
process control level the DCS shall perform basic regulatory and sequential
control, process monitoring, alarm management, data archiving, reporting, etc..
8.26.2 The DCS shall function as a central information centre, controlling and
monitoring devices and equipment throughout the facility. The DCS shall
integrate and facilitate information gathering for package units.
8.26.3 The DCS shall be provided with redundant communication and processor
architecture to provide uninterrupted automatic control and increased reliability.
Communication between processors can be non-redundant.
8.26.4 There shall be sufficient spare capacity incorporated into the DCS such that
reasonable future expansion can take place without the need for additional
hardware.
8.26.5 DCS components shall be linked together via redundant separate data highways.
8.26.6 All electronic module/equipments should meet the environmental classification
class G3 as per ISA-S71.4.
8.26.7 Functionality: The DCS shall provide the primary operating window to the plant
and monitoring window in case of package unit control systems. Plant
monitoring and control for start-up, normal operation, and shutdown operations.
Functions as required for instrument set-up, diagnostics and testing for the DCS
and Alarm Systems.
Alarm Management, Logging and Trending in both real-time and historical.
The DCS shall provide reports to support operational, maintenance, and
management needs. These shall be available on demand or printed automatically
at specific intervals, all reports shall be logged and archived within the system
for future reference.
The DCS shall provide Historisation for the selected variables.
The DCS shall have ability to communicate with SMART field devices on 4-20
mA line.
One of operating workstation shall provide engineer level access to
configuration and programming functions of the DCS system with password
protection.
In general all alarm conditions, from DCS, other package shall annunciate
through the DCS.
There shall be a minimum of three levels of priority for alarms, e.g. Low,
High, and Emergency.
8.26.10 Control System interfaces: Communication interfaces from the DCS to other
control systems shall be through signal duplication and hardwire connectivity.
Printers(one colour laser printer for printing document up to A3 size and one
laser (A4 size black & white) for alarm, log printing), and hardwire Alarm
system shall be located in the SPP control room. Provision shall be made in
the control system, so that in future SPP can be operated and controlled from
common control room which is located away from SPP control room.
Operating layer.
8.27 SPP plant shall be controlled by a dedicated Control system. The essential
components for safe operation of the plant shall be redundant.
8.28 The normal mode of operation shall be from the operator workstation in the SPP
Control Room.
9.1 DCS System Overview: Independent DCS shall be the Central Control system for
Control and Monitoring of SPP.Design, Engineering (including making logics and
control schemes as per owner’s drawings and incorporating the same in DCS),
Supply, Installation and commissioning of DCS System including operator consoles,
remote consoles, engineering workstation, printers as per details specifications.
Design, engineering, and incorporation of control schemes in DCS, Field instruments
as per List of Field Instruments and associated hardware.
Cables, Cable Trays, structural material for cable laying as per annexure. Respective
EPC contractors should visit site to assess material requirement. It is envisaged that
the cables will be laid on over ground.
Process Input / Output modules (for all types of signals listed under I/O
counts).
Operator stations.
Communication network.
System cabinets.
Network laser Printer (one number) with colour and black & white print
facility. (for printing in pages upto A3 sizes).
Network laser black & white printer (A4 size one number).
Network Switches.
9.2.2 System Cabinet
DCS system cabinets shall be Rittal make, free standing type of dimension
( Approx) 800mm wide x 800mm deep x 2100mm high including 100mm plinth
with cable entries from the bottom. Lifting lugs shall be provided at the top of
the cabinets.
All free standing cabinets shall have only front and rear access with single leaf
hinged lift off door.
The system cabinets shall have an ingress protection of IP32 as a minimum.
The cabinet layout shall be such as to provide clear access to the internals for
maintenance.
Ventilation fans and louvers backed by dust filters shall be provided in each
cabinet.
Panel temperature monitoring shall be provided.
Each cabinet shall be provided with internal illumination activated by door
switch.
All electronic cards shall have unique serial number and node number (where
applicable) which shall be indicated on the hardware test report.
All unused card locations shall be fitted with cover plates.
20% wired spare I/O space on each I/O rack shall be provided in all DCS
system cabinets.
Cables entering the DCS system cabinets shall be properly clamped with armour
grounding.
Each DCS system cabinet shall have its own independent protection against
Radio Frequency Interference (RFI) with door open in accordance with IEC
61000-4.
The following shall be applicable to both System cabinets as well as
Marshalling cabinets:
Cable entry to cabinets will be from below via standard Rittal fixing/sealing
arrangement. All openings remaining after entry of all cables shall be sealed.
The seals shall be easily removable to enable entry of cables for future use.
The 110-VAC power distribution to I/O panels shall include a main circuit
breaker. Individual breakers shall be provided for the following circuits: 24-
VDC-power supply, rack power supply, output modules. Each output shall be
individually fused.
Panel lighting and receptacles for maintenance shall be provided with 230
VAC, 50 Hz which shall be derived from UPS supply. Each panel shall be
provided with separate incoming breaker for 230VAC & 110VAC incoming
power isolation.
Cooling fans shall be provided wherever required. Cooling fan noise level
shall not be higher than 65 dBA measured at a distance of 1 meter from source
with cabinet doors closed. Filters associated with cooling mechanisms should
be readily and easily accessible and replaceable.
Each DCS Controller and I/O panel with a power supply shall provide a high
temperature alarm, ventilation fan failure alarm.
Power supplies shall be equipped with internal short circuit protection and shall
have thermal overload self-resetting protection unit. Every power failure shall
generate a system alarm and have LED status indication integral with the unit.
Power supplies shall be mounted at the top of the racks.
9.2.6 Spare Philosophy and Spare Parts
Spare philosophy shall be as follows:
I/O level (Wired): 20% or rounded off to the next higher integer
Spare in rack space – I/O racks: 20% or rounded off to the next higher integer.
Marshaling rack: 20% or rounded off to the next higher integer
Mandatory spares: 10 % or rounded off to the next higher integer of each type of
non I/O module DCS card. 20 % or rounded off to the next higher integer of
each type of I/O module. Spare cores of all field cables minimum 10 % shall be
terminated in the marshaling cabinets. Commissioning spare parts shall not be
counted within spare philosophy and special tools (if any) shall be provided.
Availability of spares shall be guaranteed for at least 15 years from the date of
completion of the SAT.
Controller sub-system;
Communication sub-system;
The functional requirements of these sub-systems are described in the following
sections.
A. Input/ Output Sub-system
The input/output sub-system shall consist of I/O modules located inside the
DCS system cabinets located in the SPP Control Room.
The input/output sub-system shall be microprocessor based and shall consist of
different modules for different types of input and output signals like analogue,
digital, contacts, etc. mixed type I/O module (i.e. input and output
functionality in single card or analogue type and digital type input output in
single card) is not considered.
The I/O modules shall be on-line replaceable with the system energized
without causing spurious effects on other modules in the system.
The I/O modules shall be capable of accepting the following types of inputs
and outputs:
Digital outputs;
The digital outputs activating relays shall have 24V DC power supply with
minimum contact rating of 1.0 amperes at 24V DC. The digital inputs shall
sense potential free contacts of field switches with 24V DC power supplied
from the DCS system.
Each input shall be provided with appropriate filters.
The analogue input cards shall provide 24 VDC power supply to field
transmitters. Each transmitter power supply shall be protected against short
circuit.
Isolators-barriers as per area classification shall be provided for Analog inputs/
outputs & Digital inputs whereas interposing relays shall be provided for
Digital outputs in addition to the built in isolation in cards.
Digital I/O shall be configured with dead band filters to prevent chattering.
The process input / output modules shall be capable of supporting process
signals from all types of process sensors and contact closure devices without
external or auxiliary signal conditioning devices.
Analogue to Digital conversion shall have:
NMRR - 60 dB at 50Hz
i. Resolution & Accuracy: For Analog input cards A/D conversion resolution
and accuracy shall be as given below:
Type of input card A/D conversion Accuracy
Resolution
Wired spare rack capacity and loose spare shall be provided as mentioned earlier in this
document.
Display of all information related to open and closed loops of analogue and digital
process variables.
Manipulation of control loops, e.g. changing set point, mode, configuration, output,
and tuning (with password protection).
Display of alarms;
Trend recording;
The DCS system Operator Workstations (OWS) and Operator cum engineering
Workstations (OWSs) shall be located in an air-conditioned SPP Control Room. For
switching to engineering mode from operator mode engineer password shall be
required.
It is envisaged that there will be two (02) DCS OWSs located in the SPP Control
Room. Each OWS shall be equipped complete with one (01) twenty-one inch (21”)
Flat screen LED Monitors each, to monitor and control the complete Plant facilities.
Out of two OWSs, one OWS can switch to engineering mode for programming in
HMI application package and logic application package.
and I/O modules shall continue to operate while configuration changes are being
made. Access to the DCS EWS shall be controlled by password protection. The
control strategies built in the DCS EWS shall be capable of being directly loaded into
the system. Also following software shall be loaded as required:
9.15 Electronic documentation facility shall be available in EWS. Electronic
documentation shall be provided for the following:
Input data like P&IDs, Cause & Effect diagram, I/O schedules and descriptions,
process functional descriptions, sequence and logic diagrams, etc..
Acknowledgement of alarms
Changing parameters
Control of cursor
The DCS shall have an audible alarm. High Priority and equipment protection related
alarms shall be configured for first out and subsequent alarm sequencing.
The DCS EWS keyboard and optical mouse shall enable the Instrument engineer to
take the followings actions and programming of the system through the keyboard and
mouse:
Changing of displays.
The user shall be capable of building a library of shapes for use in configuring
displays. All shapes shall be capable of being rotated and scaled.
An operator control function will require at least two (2) steps (i.e., no single
operator action shall initiate a control change). Access to specify displays and pick
points is restricted by password.
The capability shall exist at the Engineer’s Console to configure, upload and
download (to a hard disk, floppy/CD/DVD or other removable storage media)
configurations of database, control and graphic displays.
Graphic displays shall be stored in each Operator Console in hard disk. Each
Operator Console shall have its own dedicated memory, as opposed to a central
storage area for graphic displays.
Display data (including alarms) shall be updated at least at one second intervals. The
DCS EPC contractor shall guarantee that no value or status on any display shall be
more than one second old regardless of its origin in the DCS.
A display hierarchy can be built by allowing the user to target points, page up, down,
left, and right as well as recall the last display.
Each Operator Console shall be able to access all historical trend data for all tags in
the system.
The following cursor control devices shall be available; keyboard and mouse .
a. Overview Display
The overview display shall enable operator to have overall information of the
process and shall consist of a single page display which will be divided into a
number of groups.
Each group shall consist of a number of instrument tags. Information related to
analogue inputs shall be represented by deviation bars with alarm limits.
Information related to discrete inputs shall be shown with tag numbers.
Any tag number on the overview display, which is alarm shall be identified by
flashing or any colour change. The operator shall be capable of directly calling up
the group display, corresponding to a tag number, which is in alarm, from the
overview display by a single click of mouse.
Overview display shall incorporate a minimum of 128 analogue or discrete inputs
which can be monitored simultaneously on the screen (referred as page).
All analog points in overview display shall be represented as variable lengths
indicating deviation above or below the normal operating value or set point.
It shall not be possible to acknowledge alarms directly from the overview display.
View a bar indication of controller process variable, set point and output.
Change the mode of the control loop selected (manual/auto mode, remote/local
selection).
c. Point Display
The point display shall provide a separate detailed display for each of the points
in the system. The display shall depict the face plate and all other information
displayed for that point in the group display including the associated trend of that
single point. These displays shall be automatically available for all points/tags
without the requirement for configuration. The display shall allow the user to
view on-line a control strategy in the same format in which it has been
configured.
Additionally, the following shall also be included in the point display:
All configuration parameters of the point e.g. process variable zero and span
values, alarm limits, rate of change of parameter alarm, set point limits,
controller action, computational constants, etc.. The engineer actions shall be
under a password to prevent unauthorized changes to these vital parameters.
A high resolution (1 second) trend display with a time base of 60 seconds which
will be used for tuning of control loop.
A fast trend (5-10 minutes) consisting of a minimum of 300 data samples for the
loops measured variable, set point and output. Loop trends shall have dynamic
range scaling.
d. Trend Display: The trend display shall present the data in the format of a strip
chart on the screen. The Trend Display shall allow the user to interact with up to
8 control loops or devices via a multi-line display. This display shall include all
the capabilities of the Group Display with the exception of bar indication of
variables.
The trend display shall consist of two types:
Historical trend
The real time trend package shall be capable of storing and displaying real time
data for at least 100 variables with a time base of 30 minutes and sampling rates
of 2 to 10 seconds.
It shall be possible to assign any tag number including package unit tags numbers
to real time trend.
The historical trend package shall be capable of collecting 200 to 100,000 trend
points at selectable sample rates of 2, 5, 10, 20, 30, seconds, 1, 2, 5 and 10
minutes. It shall be possible to assign any variable like process variable, set point,
output, etc.., to real time or historical trending. It shall be possible to trend either
instantaneous or average date for a particular variable. It shall be possible to store
all analogue parameters including those received from package units.
All trend data shall be stored on non-volatile memory (hard disk) of the system so
that the trend data can be archived and subsequently recalled. The selection of
trend tag number and time base shall be possible from the operator’s keyboard.
The detail trend display shall contain the information on tag number, engineering
unit, span, present value of the point being trended, alarm status, etc..
Capability shall exist to save and play back historical trends by means of
removable storage media.
By selection with the cursor or numeric entry of time and date, the operator shall
have the capability of retrieving a “snapshot” of the process variable or status in
direct digital value. Scrolling of the trend shall be possible.
A minimum of 90 days limited to 50% of the hard disk capacity whichever is less,
shall be available and there shall be provision to back-up it on High density media
device.
e. Graphic Display
The trend display shall present the data in the format of a strip chart on the screen.
The Trend Display shall allow the user to interact with up to 8 control loops or
devices via a multi-line display. This display shall include all the capabilities of
the Group Display with the exception of bar indication of variables.
The graphic display shall be multi-page display with each page providing a flow
diagram of a certain section of the plant in a dynamic fashion. It shall show the tag
numbers of important analogue / digital variables at their respective locations on
the process and shall display their dynamic behavior through instantaneous values,
alarm status, control modes, etc.. Position of control valves and pump running
status shall also be shown. Operator shall be able to control the process from
graphics display in a similar fashion as the group or point displays.
Full Custom Graphic Display capability shall exist such that the user can combine
shapes, text, and process variables to mimic the actual process based upon the
P&ID’s. The graphic display shall support dynamic display symbols, dynamic
values, control targets, page link targets and dynamic bars. The display symbols
shall be capable of changing to reflect process data status as follows:
Dynamic display functions shall be used for depicting level changes in vessels
etc..
The graphic displays shall be capable of being configured from engineer’s
keyboard by using standard graphic symbols of process equipment and valves to
be available in graphic symbols library, which will be part of graphic building
software. It shall also be possible to develop user defined symbols in the graphics.
The graphic building software shall be user friendly and interactive. It shall allow
building graphic displays at a central location and download files to individual
operator consoles.
The graphic building software shall have the ability to setup a graphic display
hierarchy for navigating efficiently through the process.
The graphic display shall have a minimum of 256 colours / True colour
capability.
The console subsystem shall have a facility of viewing multiple windows on one
screen enabling the operator to conveniently access and control all the necessary
factors at the same time.
The plant graphics shall consist of the following types and overall content;
Loop display;
Plant profile;
f. Alarm Display
All alarms generated shall be displayed on operator’s console by a flashing
symbols and/or distinctive colours to attract Operator’s attention to colour change
and audio signal. The audible alarm signal shall have multiple different tones to
distinguish between alarms of different priorities. Irrespective of the current
display, this initial advice of an alarm shall be displayed on the screen, with a
screen display banner to indicate the group or area in which the alarm has
occurred.
All alarms shall latch until acknowledged individually by the operator, after
which they will change to “steady mode" until the alarm condition no longer
exists. It shall be ensured that any keystroke to acknowledge or clear an alarm is
only associated with a single alarm (e.g. do not have a repeat key facility on
alarm acknowledgement.
Each type of alarm, whether acknowledged or unacknowledged, shall be listed in
the alarm summary. Removal of the alarm from the system shall take place
automatically after it has been acknowledged and has returned to normal status.
However the operator shall be able to access history of cleared alarms.
The system must alert the operator to each alarm regardless of the current display
on the screen. The operator shall be able to call up the relevant display with
maximum two key strokes.
An area on the screen shall allow for display of alarms when the alarm is not
displayed.
It shall be possible to assign different priorities e.g. high, normal, low etc.., to
individual alarm points. Alarms shall be prioritized to allow the operator to make
judgments about relative importance of alarms. The operator shall have the
capability to segregate alarms by process area at each operator workstation.
Separate priorities shall be available for each value’s high-high, high, low, low-
low and rate of change of process parameter alarm. A minimum of three alarm
priorities shall be available. Alarm priority display shall be colour segregated,
with a separate colour for each alarm level.
The system shall provide a current alarm summary and a historical alarm
summary, which may be displayed and printed by the operator.
The current alarm summary shall contain a minimum of 500 most recent alarms
in order of appearance. Alarms shall be acknowledged on a page at which the
alarm appears.
The resolution of alarms shall be at least 2 second.
The historical alarm summary shall contain minimum 5000 alarms. This
summary shall be updated on FIFO basis.
It shall be possible to suppress alarms on a group basis or on an individual basis.
The system shall allow alarms to be suppressed and unsuppressed automatically
by applying specific rules.
The system diagnostic alarms shall be displayed to the operator irrespective of the
display on the screen and will help pinpoint fault in any sub-system to the I/O
level.
The alarm displays shall list the following for each alarm as a minimum:
1. The date and time of occurrence.
The system model offered shall have range of modules to interface third party system
via Modbus/ Profibus etc. for bi-direction communication. In present scope of work
these modules shall not be offered in the bid.
k) Provision shall be included for adding user defined ‘custom’ algorithms to the
standard predefined set of algorithms for cases where standard algorithms do not
meet the project requirements.
l) Algorithms for device control shall be provided to handle a wide variety of devices
requiring multiple input/output channels and states.
The event summary report shall consist of the operator actions like auto / manual
changeover manual overrides, resets, etc..
A daily report shall be provided to log the important process parameters. The report
shall be printed at 12 hourly intervals.
It shall be possible for the operator to modify / update certain fields in a report prior to
printing.
It should be possible to retrieve this data and be able to manipulate it to produce
displays and reports.
Alarm and return to normal shall be printed as they occur. Alarm message shall
contain time, tag number, service description, process data and the type of alarm.
Operator actions i.e. set point change, auto/manual changeover etc.., shall be logged
as they occur.
Alarms associated with DCS equipment shall be logged as they occur.
Alarm Time stamping shall be carried out at Server level with one second resolution.
All alarms and operator actions printed in the log report shall have date and time
printed alongside the action.
9.24 Diagnostics
The DCS shall have extensive off-line and on-line diagnostics. The self-diagnostics
shall detect the following minimum faults.
a) Data highways and communication lines.
b) Power supplies.
c) All cards (I/O, controllers, CPU, etc.).
d) Other peripheral cards.
Wherever fault tolerant/redundant paired equipment is provided, the equipment shall
continue functioning in case of failure of one of the pair.
The diagnostic alarm message for any failure shall appear on the operator’s work
station.
It shall be possible to get accurate and detailed diagnostic information through system
status displays which can be called from operator’s keyboard.
The self-diagnostic software shall be capable of detecting and reporting fault up to
card level.
The operator stations shall have the same capability in respect of displaying
diagnostic messages.
In addition to the above, all modules shall be provided with diagnostic LEDs to
indicate their status at a local level.
The off-line diagnostic programs shall consist of a library of programs used to verify
operation of a device or to aid in the troubleshooting of a device.
Off-line diagnostics shall be provided for every device in the system.
9.29.2. Alarm Response: Within 1 or 2 seconds after a new alarm has occurred, the
system shall annunciate the alarm and have the alarm ready for display.
9.29.3 Command Action Response: Command from the operator shall result in an
output to the control device within 2 seconds following the command to
execute.
9.29.4 Display Call-up time: This is time that elapses between operator’s command
and appearance of the display on the screen. This time shall not exceed 2 to 3
seconds including graphic display.
The LED update time requirements are as follows:
New screen call-up time - 2 secs.
Screen updates time – 1 to 2 secs. (Refreshment of process data on a display
screen)
9.29.5 Display Refresh Rate: This is the rate at which the value of a particular input to
the system gets updated on the display of the screen. This rate shall not exceed 2
seconds.
FIELD
INSTRUMENTS
10.1 Scope
This specification gives directives for the basic design criteria for instrumentation in
general. The specific design requirements for each type of instrument or instrument
system are covered by the individual specification of that particular item/category.
Any conflict between the requirements of this specification and related codes,
standards, data sheets, drawings, requisition, etc.., shall be referred to the HWB for
clarification. HWB’s approved EPC contractor list shall be followed strictly for
procurement of various instruments.
The contractor shall supply the field instrument and spare instrument as per Section 4.
Acceleration m/s2
Analysis % or ppm or ppb
Conductivity µS/cm
Current mA, A
Density Kg/m3, gm/cc
Displacement M
Flow, Liquid (by Volume) m3/hr
Flow, Liquid (by weight) Kg/hr
Frequency Hz
Gas and vapors (by volume) Nm3/hr
Gas and vapors (by weight) Kg/hr
Heat Kcal
Length m or mm
Level (relative) %
Mass Flow Kg/hr, t/hr
Mass Kg, t
Molecular Weight MW
Power kW
Pressure (vacuum) mm Hg
Pressure mmWC, Kg/cm2 g, Kg/cm2 a
Speed (Linear) m/s,
Speed (Rotation) °ree/s, radian/s, rpm
Steam Kg/hr, t/hr
0
Temperature C
Time sec, hr
Vibration µm
Viscosity Cp
Volume Flow m3/hr, Nm3/hr
Volume m3
Voltage V
The pressure gauge shall be diaphragm seal type with wetted material lined
with PTFE when SS316 is not compatible with process fluid being handled.
The seal protects the gauge by placing a diaphragm between the process and
the gauge. The cavity between the gauge and the diaphragm is filled with a
stable, low thermal expansion, low viscosity and non-corrosive fluid.
The selection criteria for Pressure transmitter shall be the following:-
All pressure transmitter shall be provided with local indication and wetted
MOC compatible with process fluid. Turn ration shall be 100:1. Instrument
shall be 2-wire system.
Pirani gauge shall be used for vacuum measurement. The transmitter shall be
capable of measuring vacuum up to 0.001 torr. Transmitter shall be provided
with local indication in engineering unit apart from 4-20 mA transmission to
control system.
f. Flow/Mass transmitter with totalizer : Following are the considerations
for Flow measurement.
All Flow/Mass transmitter shall be provided with local indication and 4-20
mA o/p for control room indication for instantaneous indication as well as
totalizer wherever applicable.
Orifice type flow transmitter/vortex type mass flow meter shall be used for
steam application. It shall also be ensured that at maximum flow with beta
ratio between 0.3 to 0.7 delta P is 2500 mm WC, and this pressure drop
does not affect process. This type of instrument shall be only used where
density of fluid remains constant.
Variable area type flow meter with totalizer (local display of flow rate and
totalized flow, reset facility for totalizer reset shall be locally available) shall
be used where rangebility requirement is in the ratio of 10:1. Wetted MOC
of SS316/PTFE lined SS 316/304 shall be used as per compatibility of the
process fluid. This type of instrument shall be only used where density of
fluid remains constant.
g. Level transmitter/gauge/switch
For continuous level measurement in reactor vessel Guided Wave radar with
stilling well shall be used. MOC of the guided rod shall be SS316 with
PTFE coated.
For continuous level measurement in other vessel where there is no boiling
of process fluid is taking place unguided radar type or ultrasonic type can be
used.
Level gauges shall be magnetic coupled float type with rotocyl/bicolour
flapper indicator. MOC of the wetted part shall be compatible with
process/utility fluid being handled. All the level gauges shall be provided
with two numbers of level switches adjustable throughout the range.
All the level transmitter shall be provided with local indication also apart
from remote transmission.
The thermo well (up to 4” insertion length) shall be drilled from bar stock,
tapered type with thermo well material as SS316 or Hastelloy C as per
process compatibility. Above 4” size thermo well can be fabricated from
pipe of appropriate schedule of SS 316 or Hastelloy C as per process
compatibility.
i. Control Valve
Electro-pneumatic globe valve shall be used for flow control application.
Valve shall be provided with electro-pneumatic positioner, AFR(15 micron
min.), SOV in air supply line and two limit switch with two potential free
contact for each position for showing 100% open and close position. All
valve actuator shall be spring loaded with diaphragm type actuator. All valve
shall be air actuated. Wetted MOC shall be SS 316 in case of utilities and
Metal jacketed PTFE or equivalent in case for process fluid wherever SS
316 is not compatible. Valve shall be provided with hand wheel for manual
operation. End connection shall be flange type and 1 set of companion
flanges shall be provided. Packing material shall PTFE and grafoil in case of
steam.
h. pH Measurement:-
The pH sensor and transmitter with local and remote indication suitable for
services in agitated vessels shall be used. The sensor body material shall be
compatible with fluid being handled. pH measurement range shall be 2-12.
The system shall consist of temperature compensation circuits with suitable
RTD to take care of effects of temperature variation on emf generation.
i. Load Cell:-
Electronic portable load cell for drum weighing of suitable range shall be
provided. Portable load cell shall provide 4-20 mA DC signal transmission
and local display. Fixed load cell based on strain gauge principle on all the
support leg shall be used for measuring the weight for vessels with fluid
which are fixed in position. Provision for transmitting 4-20 mA Dc signal
shall be provided.
10.3.4.Environmental Conditions: All instruments and Instrument items shall be
tropicallized and suitable for outdoor installation in climatic conditions. All
electronic instrument shall be intrinsically safe for gas group IIC. In summary,
all Instruments, Instrument accessories and enclosures shall be suitable for
location outdoors for the following worst case conditions:
Hand held communicating devices with facility for digital communication with
transmitter for functions such as remote range change; span & zero adjustment,
diagnostics etc. are to be provided.
11.1.1. Pressure Transmitters, Differential Pressure Transmitters and Remote
seal type DP Transmitter.
Differential pressure transmitters shall be used for measurements of differential
pressures, fluid flow rates and liquid levels (except for vacuum and low pressure
application). The range of the Differential pressure transmitters offered for flow
measurement shall match with the design parameters of the primary flow
element.
Pressure transmitters and differential pressure transmitters shall be of the
following specification.
differential pressure,
level)
For corrosive liquids Diaphragm seals with minimum 3 meter capillary
unless specified for bigger length and DIP ring
The technical features and materials for manifolds shall be suitable for intended
service conditions.
Pulsation dampeners, syphon etc.. shall be provided as required by service and
operating conditions.
Relays 2
Hart protocol Yes
Integral LCD display 4 digit LCD
Process connection 2” BSPT
Cable Entry 2 x M20 x 1.5mm entries
Type of RTD 3 wire Pt – RTD, 100 0.1 0hm at 0 ° C, 18 AWG wire for
temperature 0-400 ° C
Number of elements Duplex
Application Standard ANSI MC 96.1 for Thermocouple, IEC-751 for RTD
Sheathing 8mm OD, 316 SS seamless tube, using Magnesium Oxide
Packing for insulation and minimum insulation resistance of 5
Mega Ohms at 5400C.
Calibration and RTD – as per DIN IEC 751 (class – A)
accuracy
Characteristics Linear with respect to temperature within 0.5% of top range
value
Head Beveled type – IP-65/Die Cast Aluminum
Standard
Element ½ “ NPT (M) to suit the element
connection
Insertion length Based on maximum pressure, temperature, velocity and
piping dimensions, as per ASME PTC 19.3.
Meter enclosure housing the electrical parts shall be of IP- 65 protection class.
Scale: Feet and inches are standard with 1/2 inch scale divisions; resolution
is approximately 1/4 inch. Custom scales for elevation, volumetric and other
calibrations are available.
Indicator: 7/8 inch diameter by 1-1/4 inch long. Brightly colored for long-
distance viewing. Optional Flipper/Roller is available.
Pressure: Up to 4000 psig.
Temperature: From -200 to 1100 ° F continuous.
T90 < 30 s
Operating Temperature -10 to +35 ºC
Humidity 0 – 100 %
Lower Detection Limit 0.5 ppm
Installation Angle Maximum 45 º
Height 3 1/2″
Dimensions
Depth 1 3/8″
Housing Material PVC / PTFE
Electrical data
Supply voltage 110 VAC ± 15% 50/60 Hz
Power consumption :
12 VA transformer 10.5 VA
17 VA
6W
10-200 mV as measuring range
spread 4-20 mA
System response time < 0.5 seconds for 100% measuring range (without
sensor)
Zero and sensitivity drift < ± 0.5% of measuring range ± 1 digit /month
(without sensor)
Repeatability < ± 1% for 100% measuring range (excluding
sensor)
Analog output signals ( repeater 4-20 mA (linear), to connect to
output)
Analog error signals 0, 2 , 4 , 20 mA or frozen (selectable)
Sensor connection 2, 3 or 4 wire connection
Permitted wire cross section 0.75 – 2.5 sq.mm
Switched outputs
Relay outputs SPDT Warning “W” Alarm “A” Failure “F” and Horn
Relay outputs DPDT Failure “F”
Maximum contact load 5A/24 VDC and 250 VAC - resistive load (relay
outputs are common to both channels)
Opto-isolated outputs Caution “C”
Warning “W”, Alarm “A” Failure “F”, Horn
(optional)
Maximum load 30 mA / 24 VDC – open collector
Mechanical Data
Notes:
13.0. Specification of cables, cable trays, air tubes to be used for instrumentation and
automation system
13.1. Cables: The cables covered under this enquiry specification shall be used in
hazardous plants instrumentation jobs. The most of cables shall be laid on open cable
trays and shall be exposed to direct sunlight, heat, rain, and seasonal changes. The
area is wet tropical coastal climate.
Applicable standards:
Mutual Capacitance
Mutual Capacitance
Before the system is delivered to the site, satisfactory performance of the entire
system shall be demonstrated. The system shall simulate the final onsite
configuration as closely as possible. The technician and test equipment shall be
made available full time during testing.
The tests undertaken shall demonstrate each of the following responsibilities has
been fulfilled.
The system satisfies the requirements of this specification and the particular
project application.
The test procedures shall be developed as system engineering proceeds and shall
be submitted for approval at least one month before commencement of the first
factory test.
No material or equipment shall be transported until all required tests are
successfully completed and certified "Ready for Shipment".
During acceptance tests of integrated systems, formal testing of all operating
and application software shall be conducted. Tests shall be based on established
software reliability test procedures. As a minimum, test procedures shall be
based on recognized industry standards for development and testing of the
system and application software.
A log of all failed components/modules in a sub-system shall be maintained
which shall give description of the failed component/module, effect of failure on
the sub-system cause of failure and number of hours of operation before if
failed.
Supplier shall perform tests at his works to ensure that all components function
in accordance with their respective specifications for each type of test. A test
report shall be submitted to the owner for review within two weeks of
completion of each type of test giving details.
All the Test Reports shall be reproduced to the Owner for verification two
weeks prior to the Test witness.
The test log book shall contain the following information about the tests:
Date/Time
Test input
All the equipment shall be checked thoroughly after its receipt at site. The
tests, as a minimum, shall include:
Checking of proper functioning of all printers and hard copy units, sample
printing of all types of log reports.
Checking of all disc drives, historical trending points, alarm summary and
alarm history.
The field inputs and shutdown devices shall be connected and exercised to
confirm the correct connection and compatibility of the field components.
The system will be interfaced and tested with other systems (Package unit.)
equipment all such equipment shall be disconnected at both ends of the cable
prior to the cable test and reconnected prior to the functional test of the
system.
o Grounding shall be tested for faults, continuity and conformity with the
Contractor’s requirements.
o Terminations, glands, junction boxes and equipment enclosures shall be
inspected for correct application, installation assembly and closure.
o Power supply tests over the required range.
o Series and common mode noise rejection on input signals to required
specifications.
STAGE: II MANUFACTURING
drawing
Power supply
diagnostics
OS diagnostics
21 Complete Continuous Run 100% Full system be kept No single failure should
system test running for 100 be reported
hours on
continuous basis
STAGE: IV FAT
22 Complete All the test 100% As per specification As per specification for
system mentioned in the for hardware & hardware & software
PRE FAT should software
be conducted
during FAT
including the
following tests and
the tests as
mentioned in
specification under
FAT
STAGE: V OSAT
23 Complete The OSAT will be 100% As per specification As per specification for
system conducted after for hardware & hardware & software
system installation software
on site and is
intended to assure
that no damage
occurred to the
system during
shipment, that the
system is correctly
installed and that
the system
requirements are
satisfied when
connected to
“live” field
inputs/outputs.
DOCUMENTATION
a. Detailed Specifications sheet of DCS & all the field instruments before freezing
and placing the work order.
b. QAP for DCS and all other field instruments.
c. Intimations for Pre dispatch inspection of all the items should be communicated.
Inspection of all the items (100%) shall not be waived off without clients
approval.
d. Inspection should be done as per the details mentioned in Section 20 and
approved QAP.
e. Application development.
f. FAT, DELIVERY and SAT details of DCS.
g. Cable schedule of
- Interconnection diagram between field instruments and control room
- Interconnection cables with MCC.
JB details
h. Installation details with isometric drawings of field instruments.
i. Power distribution schemes in single line diagram.
j. Proposed architects of the total systems.
k. Specification of UPS.
18.0. Technical documents to be supplied for the system
a. Terminal strip wiring diagram showing the termination details of field cables to
the input/output interfaces, intrinsic safe barriers , control cable and operator
consoles.
b. Final loop diagram with complete wiring and terminal identification, power
supply, and distribution drawings.
c. Operator consoles, Marshalling cabinet, isolator panel, CPU cabinet, Power
supply cabinet etc. dimensional drawing and mounting details in control room.
d. Internal GA drawing for all the cabinets and panels as mentioned above.
e. Signal wiring diagram
f. Earthing drawings with termination references.
g. Total power requirement for complete instrumentation job has been envisaged
well within 25 KVA. However party shall calculate the total power requirement
for the instrumentation system to be supplied for SPP and submit for approval by
HWB.
h. Input / Output list data bases.
i. \Tag data bases for HMI and DCS.
j. Control programme for each loop.
k. Description of the function of each programme. This shall include the logic
configuration requirement and constraints and sub programmes used up to
component level.
l. List of softwares and detail manuals.
scope by client
ii. Supply of spares for 15 years from the date of
commissioning of system
iii. System shall not become obsolete for at least15
years.
iv. Period for which technical support shall be
available after 15 years .
19.4 System Overview
a) Analog input
b) Digital input
c) Digital output
d) Serial ports
e) Parallel ports
f) Tag names
g) Power requirements
h) Dimensions
i) Environmental requirements
j) Noise immunity
k) Grounding
l) Performance data
m) MTTR
n) MTBF
o) Availability
p) Intrinsic safety
q) Standards
r) Diagnostic features of system
s) Programming languages
t) Accuracy
u) Redundancy
v) Expansion
w) Speed
x) Storage devices
y) Printers
z) Algorithms
aa) Security
bb) Interface
cc) Central computer
dd) Man-machine interface
ee) Communication
ff) Data highway type
gg) Data highway speed
hh) Data highway concept
ii) Alarming
jj) Interlocks
19.5 Expansion Requirements
a) Maximum size
b) Tags
c) Analog inputs
d) Digital inputs
e) Digital outputs
f) Serial ports
g) Parallel ports
h) Slots
i) Nests
j) Displays
19.6 SYSTEM ARCHITECTURE
a) Architecture conforming to spec EPC contractor to
indicate deviation & submit their architecture
19.7 SYSTEM SECURITY
a) Automatic switch over from primary to secondary
bus
b) Errors Checks on all parallel data transfer.
c) Priority Check on all serial data transfer.
d) Automatic retries in the event of errors.
e) Dual power for communication processor
f) Built in cable fault detection.
g) System level fault diagnosis.
h) Status indication of all devices with history of
errors.
19.8 CONTROLLER SECURITY
Status & error detection of
a) Input over or under range.
b) Computational Check & error
c) CPU bus time out.
d) Watch dog timer error
e) Power supply status & error detection.
f) Automatic Change over from primary to
secondary controller detection
19.9 SECURITY AT CONSOLE LEVEL
Status & error detection of
a) Console electronics failure/error detection.
b) Error detection & identification of each type of
modules
c) Security at operator/Engineer level.
19.10 PRINTER AND KEY BOARD
a) EVENT LOG & ALARMS PRINTER with
COVER
i. Make :
ii. Model:
iii. Type
iv. Printing speed
v. Noise level(<50 dBa)
vi. Number of Printer
19.11 SOFTWARE
i. Programming language
ii. Configuring language
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 100
of
Chapter-9 Technical specification
b) MONITOR
i. No. of monitor
ii. Screen size
iii. Furniture
iv. Antiglare screen
v. Key board
c) LED
i. Resolution in Pixels
ii. Colour 256/more
iii. Touch Screen /light pen
iv. Type of touch screen
v. Display access time
d) MAIN CPU MEMORY: Capacity in MB(RAM)
e) AUX. MEMORY
i. Hard disc capacity
ii. DVD’S/ any other latest storage device.
iii. Tape drive/digital audio tape
f) SOFTWARE FACILITY
i. Loop built up facility
ii. On-line addition deletion
iii. History report of maintenance
iv. Logging report of load/save facility
v. Historical documentation o/p
vi. Software revision management
vii. Detailed diagnosis of fault cause.
viii. System start up support
ix. Database backup/recovery facility
x. Hard disk back up to & from
xi. Facility Electronic documentation
xii. Reports
xiii. Display generation
xiv. Level of expertise required
xv. Alarm acknowledgment
xvi. Report writing program
xvii. Logic/sequence program
xviii. Changing algorithms
xix. Changing alarm parameters
19.15 AUXILIARY CONSOLE
i. Size, Thickness of sheet
ii. Self-illuminating push buttons for pump start/stop
19.16 CONTROLLER SUBSYSTEM
a) CONTROL PROCESSOR & I/O
PROCESSOR
i. Make, Model
ii. Min 32 bit
iii. Clock speed
iv. Single/redundant
b) I/O SUB SYSTEM
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 101
of
Chapter-9 Technical specification
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 102
of
Chapter-9 Technical specification
v. Grounding
vi. Isolation
vii. UPS requirements
viii. Redundancy
ix. Frequency
x. Feeder rating
xi. Earthing system required
xii. System earth in ohms.
19.19 Alarm Requirements
a) Number of alarms per unit
b) Total number of alarms
c) Types of alarm
i. Process variable absolute
ii. Deviation
iii. Calculated
iv. Digital input
v. Electrical signal limit
vi. Self diagnostic
vii. Highway
d) Alarm priority
e) Key to acknowledge
f) Hardcopy required
g) Printer information
19.20 Storage Requirements
a) DVD storage
b) Hard disk storage
c) Tape storage
d) Memory storage
e) Historical trending
f) Recovering old data
19.21 CALCULATED & SIZING DETAILS WITH
OFFER.
a) Controller CPU loading
b) Power consumption
c) Bus loading
d) Heat dissipation rate by system (for A/C system
sizing).
19.22 ON-LINE HELP
a) system configuration details
b) Maintenance manuals /procedures
c) Software and it’s features
d) Process manual including P & I Diagram
19.23 Grounding
a) Specification
b) Ground loop avoidance
c) Other
19.24 Power failure
a) Failsafe mode
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 103
of
Chapter-9 Technical specification
b) Power up
c) Power supply failure
d) Restore memory
e) Restore clock
f) Restore configuration
g) Restore graphics
h) Restore trending
i) Restore interlock logic
19.25 Documentation
a) Operation
b) Programming
c) Installation
d) Dimensions
e) Description
f) Software
19.26 Maintenance
a) Special tools
b) Special training
c) Parts availability
d) Card replacement procedures
e) Documentation
f) Service contracts
g) On Line card testing
h) Response time
19.27 Training
a) Locations
b) Courses
c) Schedules
19.28 FUNCTIONAL CAPABILITIES
a) Logic function
b) Timing/counter function
c) Delay function
19.29 INTERFACING CAPABILITIES OFFERED:
a) With supplied DCS
b) Type of interface with Engineering PC/SOE PC( if
any)
19.30 SYSTEM REQUIREMENT
a) TUV certified.
b) All communication shall be dual redundant.
c) free from obsolescence for at least another 15
years.
d) No single failure within the system component or
field I/O s shall lead to a shutdown of the plant.
e) The system design shall have dual redundant
architecture with 1002D voting according to
Safety Integrity Level SIL-2 as per ANSI/ISA
84.01 standards.
f) The system design and architecture shall follow
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 104
of
Chapter-9 Technical specification
CH.
b) Emergency pushbutton provided to trip the entire
process safely as per the logic.
19.35 EVENT RECORDING SYSTEM
a) System with inbuilt sequence of events (SOE)
capability
b) Logging of analog trip value change
c) Time stamping resolution of 100 msec
d) Synchronization between and DCS timings
e) No duplicate wiring needed for configuring any
particular channel for event recording
19.36 ALARMS
a) First up trip alarm shall be flashing. Succeeding
alarms shall be indicated by steady display
b) Manual forcing On / Off of any input from
keyboard.
c) Forced I/Os indication on the LED screen
d) Audible alarm different from the trip alarm for
system alarms
e) Alarms gets printed with time stamping up to a
resolution of 100 msec in the order of its
appearance with first up indication on each
Interlock Group
19.37 Maintenance support features
a) Live viewing of Ladder execution
b) Forcing of input & output
c) Concept of existing Programme Matrix is be
maintained in software form
d) System shall have simulation facility.
19.38 CODES AND STANDARDS:
a) Latest copies of all relevant standards as per
specification , e.g. IEC 61508, TUV
certification test etc. including applicable
Company standards, ISA standards , Factory
manuals, and Underwriters Laboratories test
procedures is supplied by EPC contractor along
with the quotation.
b) List of codes and standards for which system has
compliance
19.39 Circuit details of all PCBs: 3 copies of Circuit
details of all PCBs of the system with various test
point voltages details & their maintenance
procedures.
19.40 Tests: List of various tests, with their procedures
details and relevant code reference along with
the copy of that code/standard, which were
carried out on components, PCBs and on system.
19.41 MTBF: (Mean Time Between Failure) of their
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 106
of
Chapter-9 Technical specification
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 107
of
Chapter-9 Technical specification
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 108
of
Chapter-9 Technical specification
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 109
of
Chapter-9 Technical specification
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 110
of
Chapter-9 Technical specification
Signal cable (1.0 sq. mm) - Fire Retardant as per IEC 332 Part III CAT –A Voltage
grade 600 Volts.
Control cable (1.5 sq. mm)-as per IEC 332 Part III CAT–A Voltage grade 600
Volts.
Instrument power cable (2.5 sq. mm) -)-as per IEC 332 Part III CAT –A Voltage
grade 1100 Volts.
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 111
of
Chapter-9 Technical specification
22.0.DRAWINGS
Annexure-I
Control System Architecture
OWS EWS/OW
S
SW1 SW2
CONTROLLER-1 CONTROLLER-2
P P U U C D D P P P P U U C D D P P
C C P C C C C C C P C C C C
S S O O U O O O O S S O O U O O O O
M M M M M M M M M M M M
D D I I P P
C C
O O O O S S
M M
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 112
of
Chapter-9 Technical specification
ANNEXURE-II
PROPOSED TENTATIVE OPERATOR CONSOLE AND SYSTEM PANELS FOR
SPP AT HEAVY WATER PLANT ( TUTICORIN)
Total 6000 mm
800 1200
mm mm
2200
mm
100 mm with 15 mm
Anti-vibration pad
Total
1500 mm
2200 mm
MTR
400 mm
600 mm
200 mm
PREPARED BY : P.D.ROY ( SO/F) TDP, Mumbai
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 113
of
Chapter-9 Technical specification
ANNEXURE III
PLOT, PLAN LAYOUT OF SPP
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 114
Chapter-9 Technical specification
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 115
Chapter-9 Technical specification
Type of
Normal op. Operating/ Indication Operating Wetted
S. no. Tag no. Description / Location Type Range Line size
range. Design temp local/control /Design press MOC
room
to indicate flow / quantity from 500 to 1500 kg/hr
1 43 FT 01 43V01 to 43RV01 & 43RV02 / on Coriolisis 50/80 ° C 100 to 2000 kg/hr Local & CR 2/6 Kg/cm2(g) 25 SS
line no. 25-ROH-1003-SS-UI 500 to 1100 Kg/hr
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 116
Chapter-9 Technical specification
Type of
Normal op. Operating/ Indication Operating Wetted
S. no. Tag no. Description / Location Type Range Line size
range. Design temp local/control /Design press MOC
room
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 117
Chapter-9 Technical specification
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 118
Chapter-9 Technical specification
To measure discharge
pressure of pump 43P01A / 0 to 2
9 43-PG-22 PG Ambient 0 to 6 Kg/cm2(g) Field 6 Kg/cm2(g) 80 ° C 25 SS
on discharge line of Kg/cm2(g)
43P01A
To measure discharge
pressure of pump 43P01B / 0 to 2
10 43-PG-23 PG Ambient 0 to 6 Kg/cm2(g) Field 6 Kg/cm2(g) 80 ° C 25 SS
on discharge line of Kg/cm2(g)
43P01B
To measure discharge
pressure of pump 43P07A / 0 to 2
11 43-PG-24 PG Ambient 0 to 6 Kg/cm2(g) Field 6 Kg/cm2(g) 80 ° C 25 SS
on discharge line of Kg/cm2(g)
43P07A
To measure discharge
pressure of pump 43P07B / 0 to 2
12 43-PG-25 PG Ambient 0 to 6 Kg/cm2(g) Field 6 Kg/cm2(g) 80 ° C 25 SS
on discharge line of Kg/cm2(g)
43P07B
To measure discharge
pressure of pump 43P08A / 0 to 2
13 43-PG-26 PG Ambient 0 to 6 Kg/cm2(g) Field 6 Kg/cm2(g) 80 ° C 25 SS
on discharge line of Kg/cm2(g)
43P08A
To measure discharge
pressure of pump 43P05A / 0 to 2 PTFE lined
14 43-PG-27 PG Ambient 0 to 6 Kg/cm2(g) Field 6 Kg/cm2(g) 80 ° C 25
on discharge line of Kg/cm2(g) SS
43P05A
To measure discharge
pressure of pump 43P05B / 0 to 2 PTFE lined
15 43-PG-28 PG Ambient 0 to 6 Kg/cm2(g) Field 6 Kg/cm2(g) 80 ° C 25
on discharge line of Kg/cm2(g) SS
43P05B
To measure discharge
pressure of pump 43P06A / 0 to 2 PTFE lined
16 43-PG-29 PG Ambient 0 to 6 Kg/cm2(g) Field 6 Kg/cm2(g) 80 ° C 25
on discharge line of Kg/cm2(g) SS
43P06A
To measure discharge
pressure of pump 43P06B / 0 to 2 PTFE lined
17 43-PG-30 PG Ambient 0 to 6 Kg/cm2(g) Field 6 Kg/cm2(g) 80 ° C 25
on discharge line of Kg/cm2(g) SS
43P06B
To measure the pressure in
(-)1 to 4 PTFE lined
18 43-CPG-12 Receiver 43V12 / on PG 100 torr 20 ° C Field 6 Kg/cm2(g) 80 ° C 25
Kg/cm2(g) SS
Receiver (43V12)
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 119
Chapter-9 Technical specification
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 120
Chapter-9 Technical specification
VACUUM gauge
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 121
Chapter-9 Technical specification
To measure Nitrogen
Press 0 to 4
43PT07 pressure / on Nitrogen Ambient 0 to 6 Kg/cm2(g) CR 6 Kg/cm2(g) 100 ° C 80 SS
12 trans Kg/cm2(g)
header
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 122
Chapter-9 Technical specification
43 LG 01
level 0 to 2
1 with 2 To indicate level in 43V01 Ambient 0 to 100% Field /CR 6 Kg/cm2(g) 80 ° C SS
gauge Kg/cm2(g)
switches
43 LG 02
level 0 to 2 PTFE lined
2 with 2 to indicate level in 43V02 Ambient 0 to 100% Field /CR 6 Kg/cm2(g) 80 ° C
gauge Kg/cm2(g) SS
switches
43 LG 03
level 0 to 2 PTFE lined
3 with 2 to indicate level in 43V03 Ambient 0 to 100% Field /CR 6 Kg/cm2(g) 80 ° C
gauge Kg/cm2(g) SS
switches
43 LG 04
level 0 to 2 PTFE lined
4 with 2 to indicate level in 43V04 Ambient 0 to 100% Field /CR 6 Kg/cm2(g) 80 ° C
gauge Kg/cm2(g) SS
switches
43 LG 05
level 0 to 2 PTFE lined
5 with 2 To indicate level in 43V05 Ambient 0 to 100% Field /CR 6 Kg/cm2(g) 80 ° C
gauge Kg/cm2(g) SS
switches
43 LG 06
level 0 to 2 PTFE lined
6 with 2 To indicate level in 43V06 Ambient 0 to 100% Field /CR 6 Kg/cm2(g) 80 ° C
gauge Kg/cm2(g) SS
switches
43 LG 07
level 0 to 2 PTFE lined
7 with 2 To indicate level in 43V07 Ambient 0 to 100% Field /CR 6 Kg/cm2(g) 80 ° C
gauge Kg/cm2(g) SS
switches
43 LG 08
level 0 to 2 PTFE lined
8 with 2 To indicate level in 43V08 Ambient 0 to 100% Field /CR 6 Kg/cm2(g) 80 ° C
gauge Kg/cm2(g) SS
switches
43 LG 09
level 0 to 2 PTFE lined
9 with 2 To indicate level in 43V09 Ambient 0 to 100% Field /CR 6 Kg/cm2(g) 80 ° C
gauge Kg/cm2(g) SS
switches
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 123
Chapter-9 Technical specification
43 LG 10
level 0 to 2 PTFE lined
10 with 2 To indicate level in 43V10 Ambient 0 to 100% Field /CR 6 Kg/cm2(g) 80 ° C
gauge Kg/cm2(g) SS
switches
43 LG 11
level 0 to 2 PTFE lined
11 with 2 To indicate level in 43V11 Ambient 0 to 100% Field /CR 6 Kg/cm2(g) 80 ° C
gauge Kg/cm2(g) SS
switches
43 LG 12
To indicate level in level PTFE lined
12 with 2 100 torr 20 ° C 0 to 100% Field /CR 6 Kg/cm2(g) 80 ° C
Receiver 43V12 gauge SS
switches
43 LG 13
To indicate level in level PTFE lined
13 with 2 0.1 torr 20 ° C 0 to 100% Field /CR 6 Kg/cm2(g) 80 ° C
Receiver 43V13 gauge SS
switches
43 LG 14
To indicate level in level PTFE lined
14 with 2 10 torr 20 ° C 0 to 100% Field /CR 6 Kg/cm2(g) 80 ° C
Receiver 43V14 gauge SS
switches
43 LG 15
To indicate level in level PTFE lined
15 with 2 0.1 torr 20 ° C 0 to 100% Field /CR 6 Kg/cm2(g) 80 ° C
Receiver 43V15 gauge SS
switches
43 LG 16
To indicate level in level
16 with 2 10 torr 20 ° C 0 to 100% Field /CR 6 Kg/cm2(g) 80 ° C SS
Receiver 43V16 gauge
switches
Type of
Normal op. Normal op. Indication Wetted
Sr. no. Tag no. Description / Location Type Range Design press Design temp C-C, mm
press. temp local/control MOC
room
ultrasoni
0 to 2
1 43 LT 01 to indicate level in 43V01 c/unguid Ambient 0 to 100% CR 6 Kg/cm2(g) 100 ° C SS/PTFE/PP
Kg/cm2(g)
ed radar
0 to 2
2 43 LT 18 to indicate level in 43RV01 G radar Ambient 0 to 100% CR 6 Kg/cm2(g) 200 ° C Hastelloy-C
Kg/cm2(g)
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 124
Chapter-9 Technical specification
0 to 2
3 43 LT 19 to indicate level in 43RV02 G radar Ambient 0 to 100% CR 6 Kg/cm2(g) 200 ° C Hastelloy-C
Kg/cm2(g)
0 to 2
4 43 LT 20 to indicate level in 43RV03 G radar Ambient 0 to 100% CR 6 Kg/cm2(g) 200 ° C Hastelloy-C
Kg/cm2(g)
0 to 2
5 43LT02 to indicate level in 43V02 G radar Ambient 0 to 100% CR 6 Kg/cm2(g) 200 ° C Hastelloy-C
Kg/cm2(g)
Temperature Indicator RTD/temp gauge (Temperature element with thermo well and transmitter)
Type of
Indication Design Wetted
Sr. no. Tag no. Description / Location Type Normal op. pt. Range Design press Line size
local/control temp MOC
room
to measure temperature in
64-67 / 90-145
1 43TI01 43RV01 / on top of RTD 0 to 200 °C CR 6 Kg/cm2(g) 200 °C 80 Hastelloy-C
°C
43RV01
to measure temperature in
64-67 / 90-145
2 43TI02 43RV01 / on bottom of RTD 0 to 200 °C CR 6 Kg/cm2(g) 250 °C 80 Hastelloy-C
°C
43RV01
to measure utility
temperature from/to jacket
3 43TI03 RTD 38 / 8 / 165 °C 0 to 200 °C CR 6 Kg/cm2(g) 250 °C 50 SS
of 43RV01 / on utility line
of 43RV01
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 125
Chapter-9 Technical specification
to measure temperature of
condensed process liquid in
6 43TI06 RTD 45 °C 0 to 100 °C CR 6 Kg/cm2(g) 100 °C 50 Hastelloy-C
condenser 43R01 / on line
50-PRL-0191-GL-UI
to measure temperature of
condensed process liquid in
7 43TI07 RTD 20 °C 0 to 100 °C CR 6 Kg/cm2(g) 100 °C 50 Hastelloy-C
condenser 43R02 / on line
50-PRL-0191-GL-UI
to measure temperature in
9 43TI09 43RV02 / on top of RTD 80-140 °C 0 to 200 °C CR 6 Kg/cm2(g) 250 °C 80 Hastelloy-C
43RV02
to measure temperature in
10 43TI10 43RV02 / on bottom of RTD 80-140 °C 0 to 200 °C CR 6 Kg/cm2(g) 250 °C 80 Hastelloy-C
43RV02
to measure utility
temperature from/to jacket
11 43TI11 RTD 38 / 8 / 165 °C 0 to 200 °C CR 6 Kg/cm2(g) 250 °C 50 SS
of 43RV02 / on utility line
of 43RV02
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 126
Chapter-9 Technical specification
to measure temperature of
condensed process liquid in
14 43TI14 RTD 45 °C 0 to 100 °C CR 6 Kg/cm2(g) 100 °C 50 Hastelloy-C
condenser 43R03 / on line
50-PRL-0191-GL-UI
to measure temperature of
condensed process liquid in
15 43TI15 RTD 20 °C 0 to 100 °C CR 6 Kg/cm2(g) 100 °C 50 Hastelloy-C
condenser 43R04 / on line
50-PRL-0191-GL-UI
to measure temperature in
17 43TI17 43RV03 / on top of RTD 220 °C 0 to 300 °C CR 6 Kg/cm2(g) 350 °C 80 Hastelloy-C
43RV03
to measure temperature in
18 43TI18 43RV03 / on bottom of RTD 220 °C 0 to 300 °C CR 6 Kg/cm2(g) 350 °C 80 Hastelloy-C
43RV03
to measure utility
temperature from/to jacket
19 43TI19 RTD 225 °C 0 to 300 °C CR 6 Kg/cm2(g) 350 °C 50 SS
of 43RV03 / on utility line
of 43RV03
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 127
Chapter-9 Technical specification
to measure temperature of
condensed process liquid in
22 43TI22 RTD 45 °C 0 to 100 °C CR 6 Kg/cm2(g) 100 °C 50 SS
condenser 43R05 / on line
50-PRL-0191-SS-UI
to measure temperature of
condensed process liquid in
23 43TI23 RTD 20 °C 0 to 100 °C CR 6 Kg/cm2(g) 100 °C 50 SS
condenser 43R06 / on line
50-PRL-0191-SS-UI
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 128
Chapter-9 Technical specification
Type of
Indication Design Wetted
Sr. no. Tag no. Description / Location Service fluid Normal op. point. Range
local/control temp MOC
room
Type of
Indication Design
Sr. no. Tag no. Description / Location Service fluid Normal op. point. Range
local/control temp
room
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 129
Chapter-9 Technical specification
type of
Description / Allowable Range (min / Indication Design Design Wetted
Sr. no. Tag no. Service fluid Normal op. point. Line size
Location DP Nor / Max) local/control press temp MOC
room
Tin = Ambient °C
Tout = Ambient °C
Flow = 10.26 / 102.6 0.05 to 0.1 Flow = 10 to
POCl3
/ 128.25 Kg/hr Kg/cm² 130 kg/hr
(min / Nor / Max)
Press=1.5 kg/cm2 (g)
Tin = Ambient °C
Tout = Ambient °C
Flow = 17.65 / 176.5 0.05 to 0.1 Flow = 15 to
PCl3
/ 220.6 Kg/hr Kg/cm² 225 kg/hr
(min / Nor / Max)
43RV01 Reaction Press=1.5 kg/cm2 (g) metal
43TCV01/FC temperature control
1 Tin = Ambient °C CR 6 Kg/cm².g. 70 °C 25 jackete
V valve on feed line
Tout = Ambient °C d PTFE
(Also to act as FCV)
Flow = 24.16 / 241.6 0.05 to 0.1 Flow = 20 to
TEA
/ 302 Kg/hr Kg/cm² 305 kg/hr
(min / Nor / Max)
Press=1.5 kg/cm2 (g)
Tin = Ambient °C
Tout = Ambient °C
Flow = 24.75 / 247.5 0.05 to 0.1 Flow = 20 to
OCL
/ 309.4 Kg/hr Kg/cm² 310 kg/hr
(min / Nor / Max)
Press=1.5 kg/cm2 (g)
Tin = Ambient °C
sodium carbonate Tout = Ambient °C
43TCV02/43 from 43 V07 inlet Flow = 56.45 / 564.5 0.05 to 0.1 Flow = 50 to
2 Sodium carbonate CR 6 Kg/cm².g. 70 °C 25 SS
FCV07 temperature control / 705.63 Kg/hr Kg/cm² 800 kg/hr
valve to 43RV01 (min / Nor / Max)
Press=1.5 kg/cm2 (g)
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 130
Chapter-9 Technical specification
Tin = Ambient °C
Tout = Ambient °C
Flow = 10.26 / 102.6 / 128.25 0.05 to 0.1 Flow = 10 to
POCl3
Kg/hr Kg/cm² 130 kg/hr
(min / Nor / Max)
Press=1.5 kg/cm2 (g)
Tin = Ambient °C
Tout = Ambient °C
Flow = 24.49 / 244.9 0.05 to 0.1 Flow = 20 to
DHA
/ 306.13 Kg/hr Kg/cm² 350 kg/hr
(min / Nor / Max)
Press=1.5 kg/cm2 (g)
Tin = Ambient °C
sodium carbonate Tout = Ambient °C
43TCV04/43 from 43 V07 inlet Flow = 56.45 / 564.5 / 705.63 0.05 to 0.1 Flow = 50 to
4 Sodium carbonate CR 6 Kg/cm².g. 70 °C 25 SS
FCV08 temperature control Kg/hr Kg/cm² 800 kg/hr
valve to 43RV02 (min / Nor / Max)
Press=1.5 kg/cm2 (g)
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 131
Chapter-9 Technical specification
CS-IC Flow = 1500/
2000/3000 Kg/hr 0.05 to 0.1
chilled water
(min / Nor / Max) Kg/cm²
Press=3.5 kg/cm2 (g)
pH Transmitter
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 132
Chapter-9 Technical specification
Description / Design
Sr. no. Tag no. Service fluid Normal op. point. Range Indication Design press Line size
Location temp
to measure pH of
effluent discharged
from reactors
1 43PH01 Aqueous with salts 2 to 10 pH 0 to 14 pH CR 6 Kg/cm2(g) 100 ° C 50
43RV01 / 43RV02
during draining
operation
to measure pH of
effluent discharged
from reactors
2 43PH02 Aqueous with salts 2 to 10 pH 0 to 14 pH CR 6 Kg/cm2(g) 100 ° C 50
43RV03 / 43RV04
during draining
operation
Monitors
Sr. no. Tag no. Description Location Service fluid Range Design temp Indication
Online Hydrogen
1 43AI01 At scrubber vent Hydrogen 0 to 0.5% 80 ° C CR & Field
monitor
4 43AI04 online HCl monitor Inside the SPP building HCl 1 to 5 ppm 80 ° C CR & Field
5 43AI05 online HCl monitor At scrubber vent HCl 1 to 5 ppm 80 ° C CR & Field
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 133
Chapter-9 Technical specification
6 43AI06 online HCl monitor PCl3 storage area HCl 1 to 5 ppm 80 ° C CR & Field
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 134
Chapter-9 Technical specification
Type of
Normal op. operating/design Indication operating/design Wetted
Sr. no. Tag no. Description / Location Type Range Line size
range. temp local/control pressure MOC
room
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 135
Chapter-9 Technical specification
Type of
Normal op. operating/design Indication operating/design
Sr. no. Tag no. Description / Location Type Range Line size Wetted MOC
range. temp local/control pressure
room
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 136
Chapter-9 Technical specification
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 137
Chapter-9 Technical specification
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 138
Chapter-9 Technical specification
VACUUM gauge
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 139
Chapter-9 Technical specification
1 44 LG 01 To indicate level in 44V01 level gauge 0-2 kg/cm2 Ambient 0 to 100% Field 5 kg/cm2 100 ° C 2950 SS
44 LG 04
2 with 2 to indicate level in 44V04 level gauge 0-2 kg/cm2 Ambient 0 to 100% Field /CR 5 kg/cm2 100 ° C 2150 SS
switches
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 140
Chapter-9 Technical specification
44 LG 05
3 with 2 To indicate level in 44V05 level gauge 0-2 kg/cm2 Ambient 0 to 100% Field /CR 5 kg/cm2 100 ° C 2150 SS
switches
44 LG 06
PTFE lined
4 with 2 To indicate level in 44V06 level gauge 0-2 kg/cm2 Ambient 0 to 100% Field /CR 5 kg/cm2 100 ° C 1000
SS
switches
44 LG 07
5 with 2 To indicate level in 44V07 level gauge 0-2 kg/cm2 Ambient 0 to 100% Field /CR 5 kg/cm2 100 ° C 2150 SS
switches
44 LG 08
6 with 2 To indicate level in 44V08 level gauge 0-2 kg/cm2 Ambient 0 to 100% Field /CR 5 kg/cm2 100 ° C 2950 SS
switches
44 LG 09
PTFE lined
7 with 2 To indicate level in 44V09 level gauge 0-2 kg/cm2 Ambient 0 to 100% Field /CR 5 kg/cm2 100 ° C 2150
SS
switches
Type of
Sr. Normal op. Normal op. Indication Design Wetted
Tag no. Description / Location Type Range Design press C-C, mm
no. press. temp local/control temp MOC
room
Remote seal
1 44 LT 01 to indicate level in 44V01 0-2 kg/cm2 Ambient 0 to 100% CR 5 kg/cm2 100 ° C SS
DPT
Non contact
2 44 LT 02 to indicate level in 44V02 0-2 kg/cm2 Ambient 0 to 100% CR 5 kg/cm2 100 ° C PTFE
RADAR type
Non contact
3 44 LT 03 to indicate level in 44V03 0-2 kg/cm2 Ambient 0 to 100% CR 5 kg/cm2 100 ° C PTFE
RADAR type
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 141
Chapter-9 Technical specification
Temperature Indicator RTD/temp gauge (Temperature element with thermo well and transmitter)
Type of
Sr. Normal op. Normal op. Indication Design Wetted
Tag no. Description / Location Type Range Design press Line size
no. pt. temp local/control temp MOC
room
Vessel
to measure temperature in 0.5 to 2 Hastelloy-
4 44TI04 RTD 35 to 170 oC 0 to 200 °C CR 5 kg/cm2 200 ° C manufacturer
44RV01/ on bottom of 44RV01 Kg/cm2(g) C
scope
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 142
Chapter-9 Technical specification
Vessel
to measure temperature in 0.5 to 2 Hastelloy-
5 44TI05 RTD 35 to 170 oC 0 to 200 °C CR 5 kg/cm2 200 ° C manufacturer
44RV02 / on bottom of 44RV02 Kg/cm2(g) C
scope
to measure temperature in
8 44TI08 RTD 0-2 kg/cm2 Ambient 0 to 200 °C CR 5 kg/cm2 100 ° C 50 SS
44V01/ on bottom of 44V01
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 143
Chapter-9 Technical specification
CONTROL/ON-OFF VALVE
Type of
Sr. Normal op. Range (min / Indication Design Wetted
Tag no. Description / Location Service fluid Allowable DP Design press Line size
no. point. Nor / Max) local/control temp MOC
room
Flow = 100/
150/302
To control temperature of
Kg/hr metal
44RV01 by controlled addition 0.05 to 0.1 Flow = 50 to
1 44TCV01 POCL3 (min / Nor / CR 5 kg/cm2 100 ° C 25 jacketed
of POCL3 /On the line 25-POC- Kg/cm² 350 kg/hr
Max) PTFE
1104-GL-UI
Press=3.5
kg/cm2 (g)
Flow = 2500/
3500/4326
To control temperature of Kg/hr
0.05 to 0.1 Flow = 2000
2 44TCV02 44RV02 by controlled addition Na2CO3 (min / Nor / CR 5 kg/cm2 100 ° C 25 SS
Kg/cm² to 5000 kg/hr
of Na2CO3 Max)
Press=3.5
kg/cm2 (g)
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 144
Chapter-9 Technical specification
Flow = 2500/
3500/4326
To control temperature of Kg/hr
0.05 to 0.1 Flow = 2000
3 44TCV03 44RV01 by controlled addition Na2CO3 (min / Nor / CR 5 kg/cm2 100 ° C 25 SS
Kg/cm² to 5000 kg/hr
of Na2CO3 Max)
Press=3.5
kg/cm2 (g)
Flow = 100/
150/302
To control temperature of Kg/hr metal
0.05 to 0.1 Flow = 50 to
4 44TCV04 44RV02 by controlled addition POCL3 (min / Nor / CR 5 kg/cm2 100 ° C 25 jacketed
Kg/cm² 350 kg/hr
of POCL3 Max) PTFE
Press=3.5
kg/cm2 (g)
Flow = 1000/
2000/4500
Kg/hr
0.05 to 0.1
chilled water (min / Nor /
Kg/cm²
Max)
Press=3.5
To control flow rate of chilled kg/cm2 (g)
water/cooling water to the jacket Flow = 1000
44FCV08 CR 5 kg/cm2 100 ° C 80 SS
5 of 44RV01 for cooling /On the to 8000 kg/hr
line 80-CHS--0140-CS-UI Flow = 1500
/ 3840 / 6000
Kg/hr
0.05 to 0.1
cooling water (min / Nor /
Kg/cm²
Max)
Press=3.5
kg/cm2 (g)
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 145
Chapter-9 Technical specification
Flow = 1500/
2000/3000
Kg/hr
0.05 to 0.1
chilled water (min / Nor /
Kg/cm²
Max)
To control flow rate of chilled Press=3.5
water/cooling water to the jacket kg/cm2 (g) Flow = 1000
44FCV09 CR 5 kg/cm2 100 ° C 50 SS
6 of 44RV02 for cooling /On the to 8000 kg/hr
line 50-CHS--0142-CS-UI
Flow = 1500
/ 3840 / 6000
Kg/hr
0.05 to 0.1
cooling water (min / Nor /
Kg/cm²
Max)
Press=3.5
kg/cm2 (g)
Flow = 49/
To control flow rate of steam to 80/104 Kg/hr
the jacket of 44RV03 for heating (min / Nor / 0.05 to 0.1 Flow = 20 to
44FCV10 steam CR 5 kg/cm2 100 ° C 50 SS
7 / on line no. 50-SLS-0187-CS- Max) Kg/cm² 150 kg/hr
IH Press=3.5
kg/cm2 (g)
Solenoid valve
Type of
Sr. Normal op. Indication
Tag no. Description / Location Service fluid
no. temp local/control
room
Control Valve
1 44EV01 44TCV01 Ambient CR
Accessories
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 146
Chapter-9 Technical specification
Control Valve
2 44EV02 44TCV02 Ambient CR
Accessories
Control Valve
3 44EV03 44TCV03 Ambient CR
Accessories
Control Valve
4 44EV04 44TCV04 Ambient CR
Accessories
Type of
Sr. Normal op. Indication Design Wetted
Tag no. Description / Location Service fluid Range
no. point. local/control temp MOC
room
Type of
Sr. Indication
Tag no. Description / Location Service fluid Range
no. local/control
room
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 147
Chapter-9 Technical specification
pH Transmitter
to measure pH of effluent
discharged from reactors Aqueous with
1 44PH01 2 to 10 pH 0 to 14 pH CR 6 Kg/cm2(g) 100 ° C 50
44RV01 / 44RV02 during salts
draining operation
Monitors
Type of
Sr. Indication Design
Tag no. Description Location Service fluid Range
no. local/control temp
room
Xylene /
2 44AI02 online hydrocarbon monitor hexane / 0 to 1 CR & Field 80 ° C
ROH
Xylene /
3 44AI03 online hydrocarbon monitor hexane / 0 to 1 CR & Field 80 ° C
ROH
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 148
Chapter-9 Technical specification
Type of
Sr. Normal op. operating/design Indication operating/design Wetted
Tag no. Description / Location Type Range Line size
no. range. temp local/control pressure MOC
room
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 149
Chapter-9 Technical specification
Type of
Sr. Normal op. operating/design Indication operating/design Line
Tag no. Description / Location Type Range Wetted MOC
no. range. temp local/control pressure size
room
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 150
Chapter-9 Technical specification
0 to 6
2 45PG02A To measure discharge PG 0-2 kg /cm2 Ambient Field 6 Kg/cm2(g) 80 ° C 25 SS
Kg/cm2(g)
pressure of pump 45P02A/ on
discharge line of 45P02A
0 to 6
3 45PG02B To measure discharge PG 0-2 kg /cm2 Ambient Field 6 Kg/cm2(g) 80 ° C 25 SS
Kg/cm2(g)
pressure of pump 45P02B/ on
discharge line of 45P02B
0 to 6
4 45PG04 To measure discharge PG 0-2 kg /cm2 Ambient Field 6 Kg/cm2(g) 80 ° C 25 SS
Kg/cm2(g)
pressure of pump 45P03A/ on
discharge line of 45P03A
0 to 6
5 45PG05 To measure discharge PG 0-2 kg /cm2 Ambient Field 6 Kg/cm2(g) 80 ° C 25 SS
Kg/cm2(g)
pressure of pump 45P03B/ on
discharge line of 45P03B
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 151
Chapter-9 Technical specification
0 to 6
6 45PG06A To measure discharge PG 0-2 kg /cm2 Ambient Field 6 Kg/cm2(g) 80 ° C 25 SS
Kg/cm2(g)
pressure of pump 45P02A/ on
discharge line of 45P02A
To measure discharge
0 to 6
7 45PG06B pressure of pump 45P02B/ on PG 0-2 kg /cm2 Ambient Field 6 Kg/cm2(g) 80 ° C 25 SS
Kg/cm2(g)
discharge line of 45P02B
0 to 6
9 45PG09 To measure discharge PG 0-2 kg /cm2 Ambient Field 6 Kg/cm2(g) 80 ° C 25 SS
Kg/cm2(g)
pressure of pump 45P01/ on
discharge line of 45P01
0 to 6
12 45PG12 To measure discharge PG 0-2 kg /cm2 Ambient Field 6 Kg/cm2(g) 80 ° C 25 SS
Kg/cm2(g)
pressure of pump 45P5 / on
discharge line of 45P5
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 152
Chapter-9 Technical specification
0-2 kg /cm2/
1 45PT02 To measure the pressure in Diaphragm seal PT 70-93 ° C/30-40 ° C 0-6 kg/cm2 CR 6 Kg/cm2(g) 200 ° C 25 SS
0-3 kg/cm2
Head condenser 45E1 / on
Head condenser 45E1
2 45DPT02 To measure the pressure Remote seal DPT 0-2 kg /cm2 0-100 ° C 0-6 kg/cm2 CR 6 Kg/cm2(g) 200 ° C 50 SS
difference across the
distillation column 45C2
3 45DPT01 To measure the pressure Remote seal DPT 0-2 kg /cm2 0-100 ° C 0-6 kg/cm2 CR 6 Kg/cm2(g) 200 ° C 50 SS
difference acr4oss the
distillation column 45C1
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 153
Chapter-9 Technical specification
45 LG 01
1 with 2 To indicate level in 45V01 level gauge 0-2 kg /cm2 Ambient 0 to 100% Field 6 Kg/cm2(g) 150 ° C 2950 SS
switches
2 45 LG 02 To indicate level in 45C2 level gauge 0-2 kg /cm2 0-100 ° C 0 to 100% Field 6 Kg/cm2(g) 200 ° C SS
3 45 LG 03 To indicate level in 45C1 level gauge 0-2 kg /cm2 0-100 ° C 0 to 100% Field 6 Kg/cm2(g) 200 ° C SS
45 LG 04
4 with 2 To indicate level in 45V02 level gauge 0-2 kg /cm2 Ambient 0 to 100% Field /CR 6 Kg/cm2(g) 150 ° C 2950 SS
switches
LEVEL Transmitter
1 45 LT 01 to indicate level in 45C1 Remote seal DPT 0-2 kg /cm2 0-100 ° C 0 to 100% CR 6 Kg/cm2(g) 200 ° C SS
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 154
Chapter-9 Technical specification
2 45 LT 04 to indicate level in 45C2 Remote seal DPT 0-2 kg /cm2 0-100 ° C 0 to 100% CR 6 Kg/cm2(g) 200 ° C SS
Temperature Indicator RTD (Temperature element with thermo well and transmitter)
Type of
Sr. Normal op. Indication Design Line Wetted
Tag no. Description / Location Type Normal op. temp Range Design press
no. pt. local/control temp size MOC
room
RTD,PT-100,3
to measure temperature in the
1 45TI01 wired sensor 0-2 kg /cm2 0-100 ° C 0-200 ° C CR 6 Kg/cm2(g) 200 ° C 100 SS
line from 45R1 to 45C1
system
RTD,PT-100,3
to measure temperature in
2 45TI03 wired sensor 0-2 kg /cm2 0-100 ° C 0-200 ° C CR 6 Kg/cm2(g) 200 ° C 100 SS
outlet line of 45C1
system
RTD,PT-100,3
to measure temperature at the
3 45TI04 wired sensor 0-2 kg /cm2 Ambient 0-200 ° C CR 6 Kg/cm2(g) 100 ° C 100 SS
bottom of 45D1
system
RTD,PT-100,3
to measure temperature in
4 45TI05 wired sensor 0-2 kg /cm2 0-100 ° C 0-200 ° C CR 6 Kg/cm2(g) 200 ° C 100 SS
outlet line of 45C2
system
RTD,PT-100,3
to measure temperature at the
5 45TI06 wired sensor 0-2 kg /cm2 0-100 ° C 0-200 ° C CR 6 Kg/cm2(g) 200 ° C 100 SS
bottom of 45C1
system
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 155
Chapter-9 Technical specification
RTD,PT-100,3
to measure temperature at the
6 45TI08 wired sensor 0-2 kg /cm2 0-100 ° C 0-200 ° C CR 6 Kg/cm2(g) 200 ° C 100 SS
bottom of 45C2
system
Type of
Sr. Normal op. Indication Design Line Wetted
Tag no. Description / Location Type Normal op. temp Range Design press
no. pt. local/control temp size MOC
room
to measure temperature of
bimetallic/Capillar
5 45TG06 outlet of 45E2 / on line no- 0-2 kg /cm2 0-100 ° C 0-200 ° C Field 6 Kg/cm2(g) 200 ° C 25 SS
y type
25-BUP-0352-SS-IH
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 156
Chapter-9 Technical specification
Pressure Switch
Type of
Sr. Normal op. Indication Design Line Wetted
Tag no. Description / Location Type Normal op. temp Range Design press
no. pt. local/control temp size MOC
room
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 157
Chapter-9 Technical specification
Type of
Sr. Normal op. Indication Design Line Wetted
Tag no. Description / Location Type Normal op. temp Range Design press
no. pt. local/control temp size MOC
room
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 158
Chapter-9 Technical specification
CONTROL/ON-OFF VALVE
Type of
Range
Sr. Normal op. Indication Design Line Wetted
Tag no. Description / Location Service fluid Allowable DP (min / Nor Design press
no. point. local/control temp size MOC
/ Max)
room
To control temperature of
1 45TCV01 Steam 0-2 kg /cm2 0.05 to 0.1 Kg/cm² Flow = 10 CR 6 Kg/cm2(g) 200 ° C 50 SS
Reboiler 45E1
to 100
kg/hr
Solenoid valve
Type of
Sr. Indication
Tag no. Description / Location Service fluid Range
no. local/control
room
Control Valve
1 45EV04 45LCV04 CR
Accessories
Monitors
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 159
Chapter-9 Technical specification
Type of
Sr. Indication Design Line Wetted
Tag no. Description Location Service fluid Range Design press
no. local/control temp size MOC
room
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 160
Chapter-9 Technical specification
0 to 6
49PG01A To measure discharge PG 0-2 kg /cm2 Ambient Field 6 Kg/cm2(g) 100 ° C 40 SS
6 Kg/cm2(g)
pressure of pump 49P01A /
on discharge line of 49P01A
0 to 6
49PG02A To measure discharge PG 0-2 kg /cm2 Ambient Field 6 Kg/cm2(g) 100 ° C 40 SS
7 Kg/cm2(g)
pressure of pump 49P02A/
on discharge line of 49P02A
0 to 6
49PG03A To measure discharge PG 0-2 kg /cm2 Ambient Field 6 Kg/cm2(g) 100 ° C 40 SS
8 Kg/cm2(g)
pressure of pump 49P03A /
on discharge line of 49P03A
0 to 6
49PG04A PG 0-2 kg /cm2 Ambient Field 6 Kg/cm2(g) 100 ° C 40 SS
9 Kg/cm2(g)
To measure discharge
pressure of pump 49P04A /
on discharge line of 49P04A
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 161
Chapter-9 Technical specification
To indicate level in
5 49LG05A/B level gauge 0-2 kg /cm2 Ambient 0-100 % Field 6 Kg/cm2(g) 100 ° C 25 SS
49V05
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 162
Chapter-9 Technical specification
LEVEL TRANSMITTER
1 49LT01 to indicate level in 49V01 Remote seal DPT 0-2 kg /cm2 Ambient 0-100 % Field 6 Kg/cm2(g) 100 ° C 25 SS
2 49LT02 to indicate level in 49V02 Remote seal DPT 0-2 kg /cm2 Ambient 0-100 % Field 6 Kg/cm2(g) 100 ° C 25 SS
3 49LT03 to indicate level in 49V03 Remote seal DPT 0-2 kg /cm2 Ambient 0-100 % Field 6 Kg/cm2(g) 100 ° C 25 SS
4 49LT04 to indicate level in 49V04 Remote seal DPT 0-2 kg /cm2 Ambient 0-100 % Field 6 Kg/cm2(g) 100 ° C 25 SS
5 49LT05 to indicate level in 49V05 Remote seal DPT 0-2 kg /cm2 Ambient 0-100 % Field 6 Kg/cm2(g) 100 ° C 25 SS
Type of
Sr. Normal op. Indication Design Line Wetted
Tag no. Description / Location Type Normal op. temp Range Design press
no. pt. local/control temp size MOC
room
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 163
Chapter-9 Technical specification
Monitors
Type of
Sr. Indication Design Line Wetted
Tag no. Description Location Service fluid Range Design press
no. local/control temp size MOC
room
Tender No.: HWB/SPP/e-Tender/2016/01 Inst. & control Tech. Specs. Page IC - 164
Chapter-9 Technical specification
(16 Sheets)
VACUUM SYSTEM /
N2
DM WATER
CHWS
STEAM
SCRUBBER
CWS
COND.
CHWR
CWR
~ ~
VENT HEADER
FROM BUTANOL/IAA
STORAGE TANK
(44-V-1)
FROM BUTANOL
PFN.UNIT
ALKALI SOLN.
44-R-3A 44-R-3B
~ ~
HEXANE RCl+ROH MSGL MSGL EXCESS ALKALI /
BUTANOL/
RECEIVER RECEIVER (1KL) (1KL) RCl+ROH WATER
+DOP
IAA
MSGL MSGL RECEIVER DAY TANK
(1KL) (1KL) SS(5KL) VESSEL
DRUM DRUM SS(1KL) SS(2KL)
DRUM
44-P-1A/B
M M 44-P-7 A/B
M
M M
44-V-4 44-V-8
ALKALI / IMPURE
44-V-2 WATER BUTANOL
43-RV-1 43-RV-2 43-RV-3 TANK
POCl 3
VESSEL SS(3KL)
MSGL MSGL
CSNL 44-RV-1 44-RV-3
SS(2KL)
MSGL TO BUTANOL
(2KL) (2KL) (2KL) 44-P-4 MSGL
(1KL) MSGL PURIFICATION UNIT
(5 KL)
(5 KL)
OCL
FROM DRUM
44-P-8A/B
POCl3/PCl3
FROM DRUM/TEA
M
44-V-5
2EHA FROM
BULK STORAGE TANK 44-V-3 ALKALI /
POCl 3 WATER 44-V-6 44-V-9
DUMP TANK
VESSEL 44-RV-2 MSGL(4KL) PRODUCT
MSGL SS(2KL) TANK
43-V-1 43-V-2 43-V-3 43-V-7 43-V-8 43-V-9 43-V-10 (1KL)
POCl3/ 43-V-4 43-V-5 43-V-6 DM
MSGL
POCl3/
ALKALI ALKALI HCl 43-V-11 (5 KL) SS(2KL)
2EHA PCl3/TEA DHA/DOP OCl HEXANE RCl WATER
FEED FEED PROD.
DAY TANK FEED FEED
FEED DAY VESSEL VESSEL VESSEL TANK 44-P-5
TANK TANK TANK VESSEL TANK
TANK
SS(2KL) MSGL MSGL MSGL MSGL SS SS(1KL) HDPE MSGL TO PRODUCT
(0.5KL) (0.5KL) (1KL) (1KL) SS(1KL) (1KL) (1KL) DRUMS
(1KL)
RECYCLE AS PER
DRUM REQUIREMENT
43-P-5A/B 43-P-6A/B 43-P-7A/B 43-V-17
43-P-1A/B DUMP TANK 43-P-8A/B 43-P-9A/B 43-P-10A/B 44-P-6
MSGL(2KL)
43-P-17
GOVERNMENT OF INDIA
HWB/SPP(T)/PROC/0002
AUTO GARAGE
72M X 8M
(EXISTING)
NORTH
GATE
3.5 11.10
20
WORK SHOP
46M X 20M
(EXISTING)
SPIC FENCING
RAMP
TRASFORMER
FOR SPP 14.5
12.5M x 5M
440-S
6,5
6,5
36
1755-E
5M R O A D
U/G CW PIPE
36M X 6M
451-S
MCC
PANEL
20M X 5M
6X6
MCC SHED
PANEL
STORES
(EXISTING)
6X6
2
SPIC
RECOVERY
1812-E
FUTURE
FENCING
ETP
10
EXPANSION
M/S
11M X 10M
7.75M R O A D
FUTURE
YC SX PLANT
12
EXPANSION
(EXISTING)
36M X 10M
SX
MCC
6,5
5M R O A D
503-S
R O A D
1755-E
PCl3/POCl3
1770-E
STORAGE
WARE HOUSE
511-S (EXISTING)
6M
6
STEEL YARD
58M X 79M
(EXISTING)
SPIC FENCING
FENCING
77.7
MAIN
GATE
HWB/SPP(T)/MECH/0003
MS PLATFORM
ANNEXURE P III
REACTION REACTION REACTION
VESSEL VESSEL VESSEL
REACTION REACTION REACTION
VESSEL VESSEL VESSEL
43RV03 43RV02 43RV01
44RV01 44RV02 44RV03
FFL
44P1A
44 V 01
44RV01
44P1B
44V 06
44V 02
UNIT-44
TBP / TiAP
44RV02
44P8B
44V 08
44P06 A/B
44V 03
44P8A
44V 04
44V 09
44RV03
44P4A/B
RCC RCC
44P5
44V 05
RAFT RAFT
44R1/R2
44P7A
44V 07
SYSTEM - 2
VACUUM
44P7B
43R06
43V16
43R05
SYSTEM - 1
43V08
43P08
VACUUM
43P07A/B
43RV03
43V15
43V07
43P10B
D2EHPA-II / DHOA / TOPO
43P17A/B
43R04
43P10A
43V10
43V11
43V17
43V06
43P06A/B
UNIT-43
43R03
43V04
43V14
43RV02
43P09A 43P09B
43V09
43V03
43V13
43R02
43P05B
43V02
43V05
43P05A
43R01
43P01B
43V12
43V01
43RV01
43P01A
OPERATOR
ROOM
MCC ROOM
MCC ROOM
ENTRANCE
LOBBY
PLAN
SECTIONAL ELEVATION
GOVERNMENT OF INDIA
ANNEXURE P IV
H H
TO 43RV01
G G
F F
E E
P N 01 P N 02
43PSV06
43PSV05
43SOV01
43PSV01
43V08
43V07 43V05 43V06
ALKALI RCl + ROH
ALKALI HEXANE
CHARGING VESSEL
43V0I CHARGING FEED TANK
VESSEL (MSGL.1KL)
2EHA (SS. 1KL) VESSEL (MSGL.1KL)
FEED TANK 43V03 (SS. 1KL)
D (SS 2.K.L) 43V02 POCL3/DHA/ 43V04 D
DOP/BO OCl/THF
FEED TANK FEED TANK FEED TANK
MSGL 0.5KL (MSGL. 1KL) (MSGL.0.5KL)
C
43P07A 43P07B 43P08A
43P01A
C
43P01B
B B
GOVERNMENT OF INDIA
HWB/SPP(T)/PROC/0010
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
ANNEXURE P IV
H H
TO 43RV01
G G
TO 43RV02
43TCV01 43FCV03
43FCV02 43TCV03
43TCV04
43TCV02 43FCV08
43FCV07
F F
43FCV09 43FCV12
43 RV 01 43 RV 02
( MSGL 2KL ) ( MSGL 2KL )
43AG01 43AG02
E E
D D
43-PN-03
43PSV15
43PSV13
FRESH
XYLENENE
43PSV14 DRUM
43PSV12
(CPVC)
43 V 14 43 V 15
C 43 V 12 43 V 13 RECEIVER RECEIVER
(MSGL 1 K.L) (MSGL 1.0KL)
RECEIVER RECEIVER
(MSGL 1 K.L) (MSGL 1 K.L)
43PH01
PH MEASUREMENT C
UNIT
1000LTR.
INTERMEDIATE AQUEOUS
COLLECTION TANK
B B
GOVERNMENT OF INDIA
HWB/SPP(T)/PROC/0010
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1
ANNEXURE P IV
H H
G G
43FCV12
F F
43 RV 03
( 2KL )
CSNL
43AG03
E E
PN 04
43V09
D AQ. HCl 43V10 D
FEED TANK DM
(PPFRVE. 1KL) WATER TANK
43V17 (SS. 1KL)
DUMP TANK
43PSV16 (MSGL. 2KL)
CON.
HCl.
DRUM
43V11
PRODUCT
TANK
(MSGL. 1KL)
43P17A
C HEXANE/ 43 V 16
WATER
RECOVERY TANK
CIRCULATION 43P17B
DRUM (SS 1.K.L)
43PH02
PH MEASUREMENT C
UNIT 43P10 A/B
43P09 A/B
500LTR.
INTERMEDIATE AQUEOUS
COLLECTION TANK
B B
GOVERNMENT OF INDIA
HWB/SPP(T)/PROC/0010
DRG. NO :
HWB/SPP(T)/PROC/0010 00 SPP-PROC-0010
12 11 10 9 8 7 6 5 4 3 2 1
ANNEXURE P V
FC
44SDV01
44PSV01
N1 N9 N7
N4 N8
N5A
44V01
INTERMEDIATE
STORAGE TANK
N2
N5B
N3
44PSV02 44PSV03
N8 N3 N7 N1 N8 N3 N7 N1 N8 N2 N1
N5A N5A
44V04 44V05 44 V07 N5A
CONC.SODIUM CONC.SODIUM DILUTE
CARBONATE CARBONATE SODIUM
CHARGING CHARGING CARBONATE
N3 N2 N3 N2 CHARGING
VESSEL VESSEL
N6 N10 N9 N6 N10 N9 (SS 2KL) (SS 2KL) VESSEL
(SS 3KL)
44V02 44V03 N2 N6 N5B N2 N5B N5B
N6 N6
44WT02 POCL3 44WT03 POCL3
CHARGING CHARGING
VESSEL VESSEL
44WI (GL 1KL) 44WI (GL 1KL)
02 03
L L
44WI 44WI
02 03
44P7 A/B
44P4A/B 44P5
GOVERNMENT OF INDIA
HWB/SPP(T)/PROC/0011
44E3 44E4
44TCV01 44TCV02
44TCV03 44TCV04
44 44
RV01 SG RV02 SG 44
44TSV01 RV02 SG
44TSV02
44TSV03
44 RV 02
44 RV 01 44FCV10
ESTERIFICATION
ESTERIFICATION 44 RV 03
& NEUTRALIZATION
& NEUTRALIZATION FINAL NEUTRALIZATION
REACTOR
REACTOR WASHING & RECOVERY
( GL 5KL )
( GL 5KL ) REACTOR
( GL 5KL )
ST01
44 FBV 03
44PSV08
44PSV09
VENT
44PSV06
N9 N7 N2 N5 N3
44 V 06 44 V 08 44 V 09
DUMP TANK IMPURE BUTANOL PRODUCT
( GL 4KL) TANK
RECEIVER TANK
N10 N6
(SS 3.K.L) (SS 2.K.L)
44P6 A/B
DUMP LIQUID
44 V10 RECYCLE PUMP
44 V11
2KL(PP) 2KL(PP)
44P8 A/B
INTERMEDIATE EFFLUENT INTERMEDIATE EFFLUENT
COLLECTION TANK COLLECTION TANK
44WM04
SP SAMPLE POINT
GOVERNMENT OF INDIA
HWB/SPP(T)/PROC/0011
45PSV01
45PSV03
HEAD
CONDENSER
45E1
ORGANIC COLUMN
FEED TANK
5 KL, SS
45V01
ORGANIC
COLUMN
FEED PUMPS
45P1A/1B
ORGANIC
PHASE
DISTILLATION
I COLUMN
ORGANIC
PHASE
DISTILLATION 45C1
COLUMN
REBOILER
I 45R1
BUTANOL 45E2
PURIFIED PRE-COOLER
BUTANOL
TANK
5 KL, SS
PURE
BUTANOL(44V1) 45V02
PURIFIED
BUTANOL
T/F PUMP
AQUEOUS
45P2 PHASE T/F
I PUMP I
45P4 A/B
ORGANIC
PHASE
T/F PUMP
45P5 A/B
TO CONDENSER
COLLECTION TANK
GOVERNMENT OF INDIA
HWB/SPP(T)/PROC/0012
45E4
AQUEOUS
PHASE
DISTILLATION
COLUMN
45C2
45E3
AQUESOUS
EFFLUENT
H.E.
GOVERNMENT OF INDIA
HWB/SPP(T)/PROC/0012
49 49 49
PG03 PG03 PG03
2EHA STORAGE TANK (49V01) IAA STORAGE TANK (49V02) DUMP TANK (49V03)
(A516 Gr. 70, 20KL) (A516 Gr. 70, 20KL) (A516 Gr. 70, 30KL)
2EHA UNLOADING / TRANSFER PUMPS IAA UNLOADING / TRANSFER PUMPS DUMP TANK TRANSFER PUMP
49 49
PG03 PG03
49 P 04A 49 P 04B
GOVERNMENT OF INDIA
GOVERNMENT OF INDIA
HWB/SPP(T)/PROC/000
47V1A 47K1
1M3 BLOWER HCL MONITOR TO TRIP TCV OF
THERMIC HWB
FLUID SYSTEM
I
H2 MONITOR
N2 HEADER
VENDOR
CHW OUTLET
SWITCH
CHW INLET
VS FROM VACUUM UNIT B
PG SS304L
TI
CPVC
HWB FROM MAIN PLANT
MG MCLEOD VENT HEADER
GAUGE
CPVC
VENDOR
TI
AIR CPVC
PT PIRANI ADMITTENCE
VACUUM VALVE
TRANSMITTER 47C1
M
VENT SCRUBBER
M
CW
47P2A
BOOSTER 47P3A LG
47E2
VACUUM PUMPS GRAPHITE
TS TEMP. (OSRV)
WATER COOLER
SWITCH AIR
ADMITTENCE
VALVE PG
M
CPVC
HWB
47P4A 47P1A PG
DRAIN
VACUUM PUMPS TO ETP
(OSRV)
LG
CONDENSATE
COLLECTION TANK
47E1A/B VENDOR
CATCH POT VACUUM
47P1B
CONDENSERS
PI
PT
ATM
PCV
VENT
SV SV
SOFTNER
1 2
PG PS
2 1
HEATING
COIL
VENDOR
48V01 SCOPE
FEED WATER LG HWP(T)
TANK 1A SCOPE
LG
1
HWP(T) VENDOR
SCOPE SCOPE LG LG
PG 1C 1B
FEED WATER
48B1
M BOILER
AMP.
AMP.
CONTROLLER
CONTROLLER
48P2A/B
FEED WATER
PUMP
Ev
D.MAJUMDAR
HWB/SPP(T)/PROC/0015
TI HWP ANNEXURE P XI
CS
CHILLED WATER FROM PLANT
CS
PG
LI LI
PG
PG
STR 2"
COLD WELL
PG
HOT WELL
STR
PG TI CHILLED WATER TO PLANT
CS
STR FI
2" PG
STR
STR
50P1A/B/C 2"
CS
CHILLED WATER
RECIRCULATION PUMPS
CS
STR
SUCT.Pr. DISCH.Pr.
50P2A/B/C
50V01 CHILLED WATER
CHILLED WATER SUPPLY PUMPS
T
TANK
M
50K1A/B LEGENDS:
COMPRESSOR FS - FLOW SWITCH
TS AFT PV PG - PRESSURE GAUGE
SV TI - TEMPRATURE INDICATOR
FI - FLOW INDICATOR
TI
C.S LI - LEVEL INDICATOR
C.W OUTLET STR - Y TYPE STRAINER
C.S PV - PURGE VALVE
50E2A/B FS
TO TRIP C.W INLET SV - SAFETY VALVE
CHILLER THE COMPR. 50E1A/B AFT - ANTI FREEZE THERMOSTAT
CONDENSER FS TO TRIP
TS - THERMOSTAT
THE COMPR.
50V02 T - TRANSMITTER
ACCUMULATOR
SOLENOID VENDOR
VALVE
DRAWING ISSUED FOR TENDERING
S.PARASURAMAN
JAMES
SCHEMATIC OF UNIT 50 S. K. NAYAK
D.MAJUMDAR
HWB/SPP(T)/PROC/0017
ANNEXURE P XII
CT-51
MAIN COOLING TOWER
Fluid handled : Cooling Water
Capacity : 200.0 m^3/hr
HWB
RV
RV
51K01A 51K01B
VENDOR
PG
CT51
51P01C
PG
51P01B
PG
51P01A
3 Ø 415V , 3200A
BC (ACB-III)
3 Ø 415V , PMCC T2 BUS
3 Ø 415V , T1 PMCC
415 V , 800A
BUS
ACB-IV
35 Feeders
G 250 KVA
415 V AC
415V , 400A
ACB-VIII
80KW VACU.SYSTEM-I
10 KW CRANE
3 Ø 415V , T1 BUS
3.7KW AIR BLOWER
12 KW SPARE
R.C Pump
250 MVA VCB-I
3.3KV/415V △ /
45 KW SPARE
2MVA TRANSFORMER
Transfer Pump
COUPLER
80KW VACU.SYSTEM-II
7 KW LIGHTING LOADS
10 KW SPARE
13 KW POWER LOADS
415V , 3200A
Charg.Pump
3.3 KV , 630A,
250 MVA VCB-II
3.3KV/415V △ /
365 KW EMCC
80 KW SPARE
50 KW SPARE
4. EMCC - SLD
48 KW CHILLER C.W.
MOTOR
FRLS ALU.
ACB-VII
3 1/2 x 400 Sq.mm
Cable
415 V , 800A
ACB-IV
G
415 V , 800A
ACB-VIII
415 V , 800A
16.5KW SPARE
5. VFD PANEL - SLD
5.5 KW 43 AG 02
Agitator of RV02
5.5 KW43 AG 03
Agitator of RV03
7.5 KW 44 AG 01
Agitator of RV01
7.5 KW 44 AG 02
Agitator of RV02
7.5 KW 44 AG 03
3 Ø 415V, VFD PANEL BUS
Agitator of RV03
1.1 KW 46 AG 01
Dissolution Tank agita.
5 KW 53-AG- 1-V2
Agitator of 53V02
FeCl3
5KW 53-AG-5-R-11
EMCC BUS
Agitator of 53 R 11
SDFU
5KW 53-AG-6-R12
SDFU
Agitator of 53 R 12
5KW 53-AG-7-R21
Agitator of 53 R 21
5KW 53-AG-8-R-22
Agitator of 53 R22
Transfer Pump.
Filtrate Pump
Filtrate Pump.
415V Supply from T1
15KW 53VP13
Vacuum Pump For
RVDF
1.5KW 53RVF/AG11
RVF- Vat Agitator.
1.5KW 53RVF/AG12
RVF- Vat Agitator
3KVA Control
Transformer
15KW SPARE
7. PUMP HOUSE PANEL - SLD
FROM EMCC
PANEL
415V , 400A
ACB-VIII
3 1/2 x 240 Sq.mm
FRLS ALU.
CABLE - 1 Run
SDFU
15KW ID FAN-II
15KW ID FAN-I
15KW SPARE
15KW SPARE
15KW SPARE
Pump-II
Pump -I
MCB
ENTRANCE (S.B)
CONFERENCE ROOM
(SB)
SPARE
SPARE
SPARE
SPARE
SPARE
SPARE
Total Load = 13KW
TANK FORM AREA
9. POWER DB-II - SLD
RECOVERY UNIT
ETP UNIT
MAIN PLANT
MAIN PLANT
MAIN PLANT
MAIN PLANT
PDB-II 3Ø 415V BUS
TRANSFORMER I
TRANSFORMER II
UPS ROOM AC
3Ø 415V FROM
ENTRANCE (S.B)
SPARE
SPARE
SPARE
SPARE
SPARE
.SPARE
MCB
Total Load = 40 KW
SPARE
INDUSTRIAL SOCKET
INDUSTRIAL SOCKET
10. POWER DB-I - SLD
3Ø ISOLATOR
3Ø ISOLATOR
EXHAUST FAN
PDB-I 415V BUS (UTILITY BUILDING)
EXHAUST FAN
EXHAUST FAN
TUBE LIGHT
MCC
3Ø 415V FROM
TUBE LIGHT
T-I
TUBE LIGHT
TUBELIGHT
SPARE
SPARE
SPARE
SPARE
SPARE
MCB
SPARE
Street Lights
LIGHTING LOADS -T1
SPARE
SPARE
SPARE
SPARE
SPARE
MCB
DCDB
CONFERENCE ROOM.
CHEMICAL STORAGE
ROOM
TRANSFORMER YARD
SPARE
110V DCDB LOADS
SPARE
TRANSFORMER-II
TRANSFORMER-I
MMCC ROOM DB
DG SET ROOM
VFD ROOM DB
110V-DCDB LOCATED AT 400KVA
UTILITY BUILDING
MAIN BUILDING
LIGHTING
e‐Tender checklist for PQ and Technical bid
CHECKLIST FOR E-TENDER
PQ AND TECHNICAL BIDS
(3 Sheets)
To be uploaded in Excel sheets
8 Certificates:
i) Registration Certificate, if Any. ATTACH SCAN COPY
SEPARATELY
ii) Certificates of Work Experience / Performance certificates ATTACH SCAN COPY
SEPARATELY
iii) Certificates of Registration for Sales Tax / VAT / WCT and Service ATTACH SCAN COPY
Tax SEPARATELY
iv) TIN Registration Certificates ATTACH SCAN COPY
SEPARATELY
v) PAN (Permanent Account Number) Registration ATTACH SCAN COPY
SEPARATELY
vi) Other License(s) ATTACH SCAN COPY
SEPARATELY
9 Whether the eligible similar work(s) were done on back to back
basis.(Yes/No)
13 I/We have downloaded and gone through the prebid clarifications issued
by the Department after close of sale of tenders and submitting tender
accordingly. (Yes / No)
GOVERNMENT OF INDIA
DEPARTMENT OF ATOMIC ENERGY
HEAVY WATER BOARD
5th floor, Vikram Sarabhai Bhavan, Anushaktinagar, Mumbai – 400 094
E-TENDER CONFIRMATION & DOCUMENTS FOR TECHNICAL BID
NIT No.: HWB/SPP/2016/01
NAME OF THE WORK: Engineering, Procurement, Construction (EPC) of Solvent Production Plant (SPP) consisting of
Glass-Lined reactors, Nickel cladded reactor, CS bulk storage tanks, SS & Graphite heat exchangers, SS & CS columns, SS &
GL process vessels;Package utility systems like cooling water system, vacuum system, vent scrubber system, chilled water
system, alkali dissolution system and electrode boiler; Centrifugal & diaphragm pumps along with the associated piping,
supports, fitting & valves in metallic, glass-lined and non-metallic material; Electrical system,Instrumentation & Control
system;Complete project management & execution; Supply & erection; QA testing; Pre-commissioning, Commissioning and
Performance testing at Heavy Water Plant, Tuticorin, Tamil Nadu.
Bidder is required to specifically confirm the following by uploading signed scan copy in the offer:-
Confirmation of Combined scope of work along with equipment and item list ( Chapter 9 -
1
Technical specification - Combined scope of EPC work for SPP )
Acceptance of Design basis, data sheets, drawings & technical specifications as given in the
6
tender document.
10 Confirmation that HAZOP study has been considered in the scope of work.
Confirmation for detailed plan about project execution with respect to Engineering,
13 Procurement & Construction, including agreement, consortium, undertaking made
with outsourced agencies.
Confirmation of placement of purchase order for long delivery item (as listed in CS-
14 23 of Combined scope of work) within three months from the date of issue of work
order by HWB
Note: 1. Please write "Yes" or "No" as applicable.
2. Please upload all the relevant documents as above.
3. Technical evaluation of the bids shall be made based on above documents.
Part-III Financial/Commerical bid
COMMERCIAL CONDITIONS
This part of tender is for filling the rates against Schedule of Quantities enclosed. Some of
the Clauses of tender document have been reproduced in this part also, so that, bidders do not
quote the rates without accounting the facilities to be provided by the department and they
make themselves aware of the site conditions. All technical aspect including technical
deviation shall be recorded/submitted in technical part of tender i.e. Part-II. All Commercial
aspects shall be brought out in this commercial part (Part-III) of tender. This part of the
tender shall be opened after finalization of technical part of the tender i.e. Part-II of the
tender.
The contractor shall make his own arrangement for providing all facilities like
accommodation and transport for his employees at his own cost. However, accommodation
and transport facilities can be provided on chargeable basis subject to its availability.
Department shall not be responsible for any risk faced by the contractor while transporting
the personnel to and fro from site.
No medical facilities will be provided to the employees of the contractor by the department.
4.0 INSURANCE
While carrying out the above work, necessary insurance coverage for contractor workmen
and material should be done by the contractor. If any accident/injury occurs to the working
personnel, the contractor only has to bear all the expenses for any sort of the compensation
payable to the injured person. The department will not be responsible in any manner in this
regard.
Contract employees can avail food from the departmental canteen at the specified rates for
the contract employees subject to availability of food at the canteen.
6.0 STORAGE
The Contractor shall arrange his own storage facility for all his belongings at his cost at plant
site in the place allotted to him by the department.
The Contractor shall be responsible for all the materials, which he is storing in the storage
room and the department will not bear any responsibility for the loss/damage to the
contractors material by any reasons whatsoever it may be.
The General Shift working hours of the plant is from 09.00 hours to 17.00 hours. The
Contractor should follow these working hours. If a particular job can not be completed
within the stipulated period, contractor can continue beyond the above mentioned hours with
the permission of the competent authority. All workers of the contractor working inside
plant premises have to follow safety and security instructions issued from time to time. All
workers have to acquire entry-pass from designated authority as per requirement/rules.
9.0 ELECTRICITY
Temporary single phase 230 Volt or 3 phase 415 volt will be provided to the contractor
depending upon the requirement at the Applicable tariff prevailing from time to time.
Contractor should also see that all his electrical equipment are maintained in excellent
condition and no sparking/burning etc. should occur as the plant is having ignitable materials
such as n-hexane and other inflammable organic chemicals. Contractor should obtain
necessary certificate by the Electrical Engineer before starting work.
10.0 WATER
The tenderer/tenderers should keep his/their quotation opened for a minimum period of 240
days from the date of opening of the tender. If the tenderer/tenderers withdraw or modify
his/their tenders with in the period of 240 days, his/their EMD shall be liable to forfeiture.
The tender should be submitted in three parts along with EMD. The three parts are
Prequalification bid (Part-I), technical bid (Part-II) and commercial bid (Part-III).The
Prequalification bid should contain the necessary forms/document for the eligibility criteria
as per PQ document. The technical bid should contain all the technical details required and
also all the relevant details which are all related to the tender, while the commercial bid will
include only the rate details. First the Prequalification bid will be opened and the suitability
of the bid will be assessed. The prequalified bidders will be further evaluated for Technical
bid. After the assessment of the technical part (Part-II) only, commercial bid will be opened.
The tenderer shall insure the plant & machinery for which mobilization advance sought &
given at his own cost for all the materials during transit as well as during storage at site.
Department shall not reimburse any insurance charges.
15.0 Any part of the tender document shall not be detached. The entire document shall be
submitted signed on each page, filling the rates and other details. Deviations and other
conditions shall be spelled out along with the tender in the enclosed format mentioned
elsewhere of this document.
16.0 No compensation shall be paid to the bidder on account of stoppage of work due to
unsafe and non-compliance to the statutory rules and regulations.
17.0 Liquidated damages for delay in completing the job for the reasons not attributable to the
department shall be as indicated elsewhere in the tender.
18.0 If at any time after commencement of the work, the department for any reason or
whatsoever not requires the whole or part thereof as specified in the tender the bidder shall
not claim any payment or compensation.
19.0 After the completion of work, site clearance is the responsibility of the bidder and shall
hand over the area allotted to him in a neat and hygienic manner.
20.0 The bidder, while execution of the job shall take necessary precautions not to cause any
loss or damage to the departmental property and such loss/damage if any, shall be recovered
from the bidder’s bill estimated as per the prevailing rate/standard accounting method
depending upon the criticality and value of the item as will be decided by the department
case to case.
21.0 Complete offer but not in line with the format given by us would be summarily rejected.
The bidder shall quote separately for each of the items as indicated under break up price
schedule. Clubbing of price for more than one item would be considered as incomplete offer
and is liable for rejection.
22.0 The bidder should adhere to all labour laws such as minimum wages Act, 1948, Payment
of Wages Act, 1956, Contract Labour Regulation and Abolition Act 1970, Workmen’s
Compensation Act 1923, EPF and Miscellaneous Provision Act 1962 and such other Acts.
In the case of non-fulfillment of any of the above Act or any notification issued by the
Labour Department therein, Department has the full right to with held any type of payment
or recover such sum of as may be required for liquidating the bidder’s above availability.
Following terms of payment are offered to the contractors as per Clause 2.0 of Terms of
payment indicated in VI. Special requirement of Chapter-6:
2.1. 10% of contract value as mobilization advance as per clause 10-B (ii) of GCC
against Bank Guarantee of 110% of advance.
2.2. 80% of quoted value of engineering work against the completion of engineering
work and placement of Purchase Orders for long delivery item as listed in page
CS-23. Service tax on engineering work will be reimbursed on production of
documentary evidence.
2.3. 80% of the quoted value (Supply value) along with 100% taxes & duties against
the supply of items upon receipt at site and its acceptance.
2.4. 80% of the quoted value (Erection value) along with 100% taxes & duties against
the erection work of the items covered under above point 2.3. However, Service
Tax on erection will be reimbursed on production of documentary evidence.
2.5. 10% of the quoted value (supply + erection) against mechanical completion
2.6. Balance of the contract value after completion of commissioning activities.
2.7. Total no. of payments would be restricted to maximum 15.
2.8. The recovery of advance would commence after 10% payment is made and the
entire amount together with interest shall be recovered by the time 80 % payment
is made.
24.0 Stage payment as above shall be made on pro-rata basis on submission of certified
documents & bills.
25.0 Paying authority shall be Pay & Accounts Officer, Heavy Water Plant, Tuticorin under
the approval f competent authority as per DAE guidelines.
26.0 Shri S.K.Nayak, AD(SET) shall be Nodal Officer of the work from HWB Central Office
and GM, HWP, Tuticorin or his authorized person shall be Engineer-in-Charge (EIC) of the
work.
27.0 Income tax, Surcharge on IT, EC on IT & SC and Sales Tax shall be deducted from
running bills and final bills as per the prevailing rates. The service tax shall be reimbursed
on production of proof that the same has been paid by the party. TDS will be effected as per
rules.
Note: No Foreign Exchange payment shall be made by us and also no extra payment due to
variation in F.E. shall be permitted on imported components.
Responsibility of entire work of the SPP facility under scope of work i.e. design of all
equipment, machineries & piping, electrical system, instrument & control system, thermal
design of heat Exchangers, procurement & erection and functional & performance guarantee
test run of all the items under schedule of quantity lies on the contractor. The contractor
shall stand Guarantee for functioning of all the items supplied for a minimum period of 12
months from the date of acceptance of the system or 18 months after the mechanical
completion & acceptance of the same by the department whichever is later.
If contractor fails to maintain the required progress on or before the time schedule or
extended date of completion, he shall without prejudice to any other right or remedy
available under the law to the government on account of such breach, pay as agreed
compensation the amount calculated at the rates stipulated in CPWD 2014.
The bidder shall comply with all the technical as well as General Terms & Conditions of this
Work without any reservation, except those which have been specified/agreed to and
mentioned herein.
The contractor shall deposit an amount equal to 5% of the tendered and accepted value of the
work as performance guarantee under performance security bank guarantee bond within a
period of ranging 4 to 15 days of issue of Letter of Acceptance. For further details General
Conditions of Contract shall be referred.
The security deposit of the work is 2.5% of the tendered and accepted value of the work.
The same amount will be recovered from the running bill & final bill (stage payment) at the
rate of 2.5% of each bill amount till complete deduction of security deposit is made. The
security deposit will be returned after guarantee period of 12 months after commissioning of
the plant or 18 months from mechanical completion (erection, testing & performance test
run).
BREAK UP OF PRICES :
( This is for making progressive payment )
Refer technical
Manufacture / Procurement and specification and
2 supply of following (A detailed scope of work
to E) under technical tender
document
A. PRICE BREAK UP FOR MAIN PLANT EQUIPMENT & MACHINERIES
Sl.
Item description Qty.* Broad Specification Unit Cost # Total cost #
No
Jacketed MSGL Reactors with Agitator & Motor
1 and Flush Bottom valves, 43 RV1, 43 RV2 (2 2
KL each)
Jacketed CS-Ni cladded Reactor with Agitator
2 & Motor (43 RV 03 ) (2 KL) 1
Sl. No Item description Qty.* Broad Specification Unit Cost # Total cost #
1 MSGL pipe, pipe fitting & valves lot
*Refer mechanical
2 SS pipe, pipe fitting & valves lot
specification in tender
3 CS pipe, pipe fitting & valves lot
document
4 Non metallic pipe, pipe fitting & valves lot
Total of 2C
D. PRICE BREAK UP FOR ELECTRICAL SYSTEM
Sl. No Item description Qty.* Broad Specification Unit Cost # Total cost #
2000 KVA 3.3 KV/415 Volt. DY11, 3 Phase,
1 2
50 c/s, Power Transformer
2 3.3 KV, 25 KVA VCB panel 2
3 250KVA DG set 1
415V Power & Motor Control Centers(with 2
4 1
No. Bus section & Bus coupler)
5 415V ETP MCC 1
6 415V Pump House Panel 1
7 CLASS-III power panel EMCC 1
8 VFD Panel for agitator motors 1
9 Class-I load center 110VDCDB 1
10 Light Fittings lot
11 Supply of cables lot
(a) 3.3KV 3Cx300sq.mm armoured FRLS ,
XLPE UE aluminum power cable (~ lot
4Runsx375mt) *Refer Electrical
(b) 415V 2MVA Power Transformer sec. cable specification in tender
3Cx400sq.mm armoured FRLS aluminum lot document
power cable (16runsx85mt)
(c) Other 415 V cables meant for motors, light
lot
fitting and all other electrical loads.
(d) Control cable lot
Total of 2D
E. PRICE BREAK UP FOR UTILITIES & PACKAGE SYSTEM
Sl. No Item description Qty.* Broad Specification Unit Cost # Total cost #
Total of 2E
Sub Total of 2 ( 2A to 2 E)
Total of 3
4 Spares for Mechanical, Electrical, Refer technical
Instrumentation & control and package lot specification for list of
system spares
Total of 4
Grand Total of 1 to 4
Note: # Unit cost and total cost shall be inclusive of all applicable taxes and duties.