Technical FF PRT C 20181016 1715231
Technical FF PRT C 20181016 1715231
JHBDPL Project
(Document No : B035-001-81-41-FP-T-8106)
Page 1 of 851
Click on the Document Title to go to that section of the document
Table of Contents
Document Number Rev. Document Title Page
Number
B035-001-81-41-FP- A Fire Protection and Fire AlarmSystem for DDPL (Part-C) 5
T-8106
B035-001-83-41- G SCHEMATIC ARRANGEMENT OF PIPELINE FACILITIES 6
30001-G
B035-001-81-41- A SCOPE OF WORK & SUPPLY 7
SOW-8106
B035-001-81-41-SP- A ANY DOCUMENT TYPE SPECIFIC TO DEPT. 17
8106
B035-001-81-41-1- 2 ARCHITECTURAL DRAWINGS (PLANS ,ELEVATIONS 39
2101 ,SECTIONS ) OF SV STATION BUILDING
B035-001-81-41-1- 1 ARCHITECTURAL DRAWINGS (PLANS ,ELEVATIONS 40
2103 ,SECTIONS ) OF IP STATION/ RT BUILDING
B035-001-81-41- 1 IP Station/Repeater Bldg. Door window details 41
12104
B035-001-81-41-1- 0 ARCHITECTURAL DRAWINGS (PLANS ,ELEVATIONS 42
2105 ,SECTIONS ) OF GUARD ROOM
B035-001-81-41- A VENDOR DATA REQUIREMENT 43
VDR-8106
B035-001-81-41-LL- A LIST OF ATTACHMENTS 46
8106
B035-001-16-50- 0 SCOPE OF WORK- ELECTRICAL (FA SYSTEM) 52
SOW-8106
B035-000-16-50-SP- 1 JOB SPECIFICATION 63
0003
B035-001-16-50-VR- 0 VENDOR DATA REQUIREMENTS- FA SYSTEM 71
8106
B035-001-16-50- 0 TECHNICAL COMPLIANCE-FIRE PROTECTION AND FIRE 75
TCL-8106 ALARM SYSTEM
B035-000-16-50-DS- 4 DATA SHEET FA SYSTEM 78
0006
B035-001-16-50-VL- 0 VENDOR LIST- ELECTRICAL (FA SYSTEM) 83
8106
B035-001-16-50- 0 EQUIPMENT,CABLE,EARTHING & LIGHTNING PROTECTION 97
01102 LAYOUT- SV STATION (TYPICAL) CONTROL ROOM BULIDING
B035-001-16-50- 0 OVERALL LIGHTING, CABLE, EARTHING & FIRE ALARM 98
01105 LAYOUT- SV STATION-19A
B035-001-16-50- 2 EQUIP, CAB, EARTH, LIGHTINING PROTECTION LAYOUT OF 99
01130 IP/RT BUILDING
6-44-0012 4 Standard specification for fabrication and erection of piping 100
6-44-0013 5 Standard specification for inspection, flushing and testing of piping 115
systems.
6-44-0016 7 Standard specification for non destructive examination 124
requirements of piping
6-44-0051 6 Technical notes for pipes. 145
6-44-0052 7 Technical notes for valves. 155
6-44-0053 6 Technical notes for flanges, spectacle blinds and drip rings. 175
6-44-0054 6 Technical notes for butt welded, socket welded and screwed 182
fittings.
6-44-0056 5 Technical notes for gaskets. 191
6-44-0057 5 Technical notes for bolts and nuts. 196
6-44-0067 1 Technical notes for strainers 201
6-51-0051 8 Specification for medium and high voltage cables & accessories. 210
6-51-0052 6 Specification for communication and fire alarm cables. 220
6-51-0076 5 Specification for fire detection and alarm system. 230
6-51-0081 4 Specification for electrical equipment installation. 256
Page 2 of 851
Click on the Document Title to go to that section of the document
Table of Contents
Document Number Rev. Document Title Page
Number
6-51-0087 3 Specification for field inspection, testing and commissioning of 271
electrical installations
6-65-0006 3 Standard specification for earthwork for underground piping. 279
6-65-0030 5 Standard specification for fabrication and Laying of Underground 286
piping.
6-65-0035 3 Standard specification for misc. civil & structural works for U/G 297
piping & other civil works
6-66-0004 1 Standard specification for portable fire extinguisher 304
6-66-0012 4 Standard specification for standard post type fire hydrant (with or 309
without pumper connection)
6-66-0018 4 Standard specification for first aid hose reel 315
6-66-0047 4 Standard specification for hose cabinet. 319
6-66-0061 4 Standard specification for 50 kg. & 75 kg. capacity dry chemical 324
powder extinguisher.
6-66-0074 3 Standard specification for fire hydrant system. 329
6-68-0009 4 Standard specification - civil & structural works - brick masonary. 338
6-77-0001 4 Welding specification for fabrication of piping. 347
6-77-0005 4 Welding specification charts for piping classes. 387
6-78-0001 1 Specification for quality management system requirements from 417
bidders
6-78-0002 1 Specification for documentation requirement from contractors 424
6-78-0003 1 Specification for documentation requirement from suppliers 433
6-79-0011 2 Standard specification for tape coating for underground steel 442
pipelines
6-79-0020 0 Standard specification for surface preparation and protective 456
coating (new construction)
6-81-1052 3 ITP for communication & fire alarm cables 515
6-81-1076 3 ITP for fire detection & alarm system 522
6-82-0001 8 Standard specification for health, safety & environment (HSE) 529
management at construction sites
6-82-3100 0 Inspection & test plan (ITP) for civil, structural & architectural 619
works (item rate contracts - with categorization)
6-82-3200 0 Inspection & test plan (ITP) for mechanical works (item rate 683
contracts - with categorization)
6-82-6100 2 Standard QA plan construction division (item rate contracts) 788
7-44-0002 4 Abbreviations. 801
7-44-0003 4 Symbols of piping elements on drawings. 803
7-44-0032 4 Stub-in standard. 807
7-44-0033 5 Details of mitered elbow. 809
7-44-0303 6 T-strainer type-1 2"-4" (150CL RF, 300CL RF & RTJ, 600CL RF & 811
RTJ)
7-44-0304 6 `T' strainer type-1 6" to 24" ( 150# RF, 300# RF & RTJ, 600# RF 812
& RTJ)
7-44-0350 4 Vent & drains (on lines 1 1/2" & below). 813
7-44-0351 4 Vents and drains (on lines 2 and above). 814
7-44-0352 4 Orientation of orifice taps (class 600 & below. 815
7-44-0476 4 Welding of pipe with different thickness. 817
7-44-0477 4 Butt welding end preparation. 818
7-44-0478 4 Fillet weld details. 819
7-44-0479 4 Welding details for branch connections (not breaking into). 820
7-44-0480 4 Butt weld details (dimensions). 821
7-44-0481 4 Butt weld details (sequence of welds). 822
Page 3 of 851
Click on the Document Title to go to that section of the document
Table of Contents
Document Number Rev. Document Title Page
Number
7-44-0482 4 Welding detail for branch connections (stub in). 823
7-44-0483 4 Branch connection (breaking into). 824
7-44-0484 4 Branch connection (not breaking into). 825
7-44-0485 4 Method of cutting and dimensions of field manufactured concentric 826
reducers.
7-44-0486 4 Tolerances for fabrication. 827
7-44-0487 5 Method of cutting & dimensions of field manufactured eccentric 828
reducers.
7-44-0621 5 Low support sliding for bare & insulated pipe size 2" thru 36" type 829
L1 & L1A
7-52-0002 4 Instrument connection on pipes. 830
7-52-0041 4 Orifice plates and flanges dimensional details. 833
7-65-0001 3 Abbreviations, legends and equipment symbols. 847
7-65-0420 4 Installation details of fire water hydrant. 851
Page 4 of 851
TENDER No. B035-001-81-41-FP-T-8106
Page 5 of 851
SIZE LENGTH PIPELINE
S.NO. PART DESCRIPTION INSTALLATION
(INCH) (KM) AGENCY
DOBHI - DURGAPUR PIPELINE SECTION 1 A DOBHI - DURGAPUR MAINLINE SECTION 30 188.412 CORRTECH
2 B DOBHI - DURGAPUR MAINLINE SECTION 30 158.796 ILFS
DPL DURGAPUR
5 D SAIL DURGAPUR 12 5.190
MID EAST
they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use.
PART B
STATE BOUNDARY
SPREAD 1
BY EIL
DAMODAR RIVER
JAMUNIYA RIVER
JAMUNIYA RIVER
JAMUNIYA RIVER
MATCHLINE A-A
CH. 363.509
SY-2
CH. 533.710
SY-1
IPS-5 (GAINRA)
CH. 534.000
CH. 533.071
CH. 475.529
CH. 492.500
CH. 511.344
CH. 361.478
CH. 385.405
CH. 407.905
CH. 430.918
CH. 457.610
CH. 483.200
CH. 498.800
CH. 519.100
CH. 527.880
CH. 472.555
CH. 347.928
CH. 424.113
CH. 445.679
CH. 469.172
CH. 475.305
CH. 530.377
TAP OFF CONNECTION FOR
CH. 423.115
CH. 529.199
BOKARO ANGUL SECTION
CH. 531.525
RAILWAY
RAILWAY
SV-19A
RAILWAY
NH-100
SV-27
SV-19
SV-20
SV-21
SV-22
SV-23
SV-24
SV-25
SV-26
NH-2
NH-2
NH-2
NH-2
CH. 533.680
SH
G
30" 30" 30"
CP CP CP CP CP
IPS-6 (DANDUA)
STATE BOUNDARY
SY-3
GOBAI RIVER
CH. 534.000
CH. 578.760
CH. 562.742
CH. 593.182
CH. 539.423
CH. 568.795
CH. 671.038
CH. 673.312
CH. 551.120
CH. 614.855
CH. 593.750
CH. 663.700
CH. 639.700
CH. 540.958
CH. 562.689
CH. 602.786
CH. 665.962
CH. 686.601
CH.648.365
CH.678.724
CH. 666.572
CH. 677.060
CH. 680.392
CH. 551.924
CH. 575.911
CH. 604.450
CH. 647.035
CH. 677.733
CH. 567.937
RAILWAY
RAILWAY
RAILWAY
RAILWAY
RAILWAY
IPS-7 (DURGAPUR)
NH-32
NH-60
SH-12
SH-14
SV-28
SV-29
SV-34
SV-30
SV-31
SV-32
SV-33
SH-5
SH-9
NH-2
SY-5 CH. 692.300
NOTE-6
30"
CH. 692.500
CP SY-6
CP CH. 0.00 CP CP CP
NOTE-5
CH. 0.00 CP
24"
CH. 0.00 CH. 0.00 12"
12"
SH-8 RAILWAY
SPREAD 2
RAILWAY CH. 6.450 12"
PART B
CH. 3.390
SPREAD 1
CH. 3.420
PART B
PART D
SPREAD 2
SV-1E DAMODAR RIVER DAMODAR VALLEY CORP. CANAL
STATE BOUNDARY WEST BENGAL
CH. 5.739 JHARKHAND CH. 18.100 CH. 8.910 RAILWAY CH. 0.299
SH
NOTE-5 CH. 3.820
12"
PART D
CH. 27.550 RAILWAY
SPREAD 1
DAMODAR SV-1F
SPREAD 1
RAILWAY
CH. 2.810
CH. 31.247 RAILWAY
CH. 5.918
CP SV-2E CH. 4.473 CH. 1.690
CH. 33.593 RAILWAY
NH-60A
CH. 10.075 DPL DURGAPUR
FCI SINDRI CH. 34.790 CH. 6.15 LINE PIPE DELIVERY LOCATION
G KASAI RIVER 18"
CH. 9.378
PART C
CH. 40.880
SH-5 SAIL IISCO (ISP) SY No. LOCATION
HFC DURGAPUR
WEST BENGAL
CH. 45.100
CH. 14.076 PART D
CP SV-3E NOTE-7 CH. 6.626
SY- 1
CH. 0.00
PIPELINE PARAMETERS CH. 53.016 NOTE-8 SPREAD 2 12" CH. 0.00
SPREAD 2
API 5L GR X 70 PSL2 KUMARI RIVER
PART D
S.NO. SIZE 3LPE THK (MM) CCW THK (MM) CA (MM)
WALL THICKNESS (MM) CH. 57.650
LINED CANAL SY- 2
1 30 12.5/ 14.8/ 18.5/ 20.6 2.8 120/ 100/ 80 0.5 CP SV-4E CH. 4.450
2 24 10.3/ 12.7/ 15.0/ 17.5 2.8 80 0.5 CH. 75.000 SY- 3
3 18 7.9/ 9.5/ 11.9/ 12.7 2.5 60 0.5 RAILWAY
4 12 6.4/ 7.1/ 8.7/ 9.5 2.5 50 0.5 STATE BOUNDARY CH. 75.270 SY- 4
NH-32
LIST OF HDD CH. 80.534 CH.86.950 SAIL DURGAPUR
SY- 5
JHARKHAND
Page 6 of 851
NEW DELHI
JOB NO : B035 REV. DATE REVISION BY CHK APPROVED APPROVED
SCOPE OF WORK & SUPPLY DOCUMENT No.
FOR FIRE PROTECTION & FIRE B035-001-81-41-SOW-8106
ALARM SYSTEM Rev. A
(STRUCTURAL) Page 1 of 10
FOR
FOR
OWNER : GAIL
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 7 of 851
SCOPE OF WORK & SUPPLY DOCUMENT No.
FOR FIRE PROTECTION & FIRE
ALARM SYSTEM B035-001-81-41-SOW-8106
(STRUCTURAL) Rev. A
Page 2 of 10
Contents
1.0 SCOPE OF WORK .................................................................................................................... 3
2.0 SCOPE OF SUPPLY ................................................................................................................. 6
3.0 LIST OF ATTACHMENTS ........................................................................................................ 6
4.0 SPECIFICATIONS: .................................................................................................................... 6
5.0 STANDARDS:............................................................................................................................. 8
6.0 APPROVED VENDOR LIST: ................................................................................................... 9
7.0 JOB SPECIFICATION: .............................................................................................................. 9
8.0 SCHEDULE OF RATES: .......................................................................................................... 9
9.0 ARCHITECTURAL DRAWINGS : .......................................................................................... 10
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 8 of 851
SCOPE OF WORK & SUPPLY DOCUMENT No.
FOR FIRE PROTECTION & FIRE
ALARM SYSTEM B035-001-81-41-SOW-8106
(STRUCTURAL) Rev. A
Page 3 of 10
1. IPS-6
2. SV-30
3. SV-31
4. SV-32
5. SV-33
6. SV-34
7. IPS-7
8. RT SAIL IISCO
9. RT HFC-DURGAPUR
10. RT DPL DURGAPUR
11. RT SAIL DURGAPUR
12. RT MATRIX FERTILISERS
1.1.1 Supply and installation of first aid firefighting equipments/extinguishers as per OISD-
226 and PNGRB including supply of related brackets, nuts, bolts, rain shed (for
outdoor installation) transportation to site including supply of all related material etc.
all complete as per standards, specifications, drawings, codes and direction of
Engineer-in-charge.
1.1.2 Design, supply of all materials, installation, fabrication, testing and Commissioning,
puff test, performance guaranteeing of total flooding (below false floor + main room +
above false ceiling) centralised Clean Agent Fire Extinguishing System as per
specifications & NFPA-2001(latest addition) and schedule of rate attached for Control
room building at Dhobi- Durgapur- Haldia Pipeline project.[Refer Job specification
Doc. B035-001-81-41-SP-8106 Architectural drawings of Control room building
i.e. Plan, Elevation & Section shall be given to successful bidder)
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 9 of 851
SCOPE OF WORK & SUPPLY DOCUMENT No.
FOR FIRE PROTECTION & FIRE
ALARM SYSTEM B035-001-81-41-SOW-8106
(STRUCTURAL) Rev. A
Page 4 of 10
1.1.3 Providing Firewater piping Network System: Supplying, fabrication and erection
of required size C.S. pipes (as per PMS, to be laid partly above ground and
underground), Isolation/ Drain/ Vent valves (Carbon Steel as per VMS), bends,
elbows, flanges, gaskets, nut and bolts etc., as required, providing firefighting
accessories, anti-corrosive tape coating for underground firewater piping and painting
on above ground pipes, piping within firewater pump house etc., including supply of
all consumables, tools, machinery required all complete as per drawings, standards,
specifications and direction of Engineer-in-Charge. The details scope of work shall be
as follows:
a) Supply of piping materials (as described in Cl. 1.1.3.b below) and pipe support
materials (as described in Cl. 1.1.3.d) and all other necessary piping materials
including its transportation from CONTRACTOR’s storage point/OWNER’s
storage point/ workshop/ warehouse to work site for complete Firewater piping
including supply of all other material for providing RCC sleepers, supports,
including providing machinery, tool, tackles, labours consumable, non-
consumables as required to complete the job.
b) Piping materials include the following but is not limited to the same
i. Pipes (All sizes and schedules)
ii. Flanges (All sizes, types and Pressure ratings)
iii. Fittings (All sizes, types and schedules)
iv. Valves (All sizes, types and ratings)
v. Gaskets (All sizes, types and ratings)
vi. Studs, Nuts or M/c Bolts (all types)
c) Fit up, Shop & field fabrication, transportation and erection of piping in
accordance with documents listed under Cl. 1.2 i.e. 'BASIS OF WORK' including
erection/ installation / laying of all piping materials enumerated above.
d) Fabrication and erection of pipe supports like shoe, saddle, guide, stops anchors,
clips, cradles, supporting fixtures, brackets, cantilevers, struts, tee-posts etc.
e) Radiography, stress relieving, dye penetration, magnetic particle test etc., as per
specification 6-44-0016.
f) Painting of complete above ground piping system and supports including supply
of all materials, consumables.
g) Flushing and testing of all piping systems as per standard specification for
inspection, flushing and testing of piping systems. (Specification No. 6-44-0013).
Drying by compressed air, cardboard blasting, flushing with water/ air, draining as
required.
1.1.4 Underground Piping Works: Supplying, laying and jointing of required size C.S.
pipes (as per PMS), wrapping coating of underground pipes, and supply and
installation of isolation/drain/vent valves (as per VMS), spectacle blind, funnel,
reducer, bends, elbows, flanges, gaskets, nut and bolts etc. as required.
1.1.5 Supply and Installation of Hose box chamber (Type-II) including all items inside
the chamber as per Specifications, including transportation of material , all Civil
works and supply of all material including cement etc.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 10 of 851
SCOPE OF WORK & SUPPLY DOCUMENT No.
FOR FIRE PROTECTION & FIRE
ALARM SYSTEM B035-001-81-41-SOW-8106
(STRUCTURAL) Rev. A
Page 5 of 10
1.1.6 Supply and Installation of Stand post type fire hydrant ( Double outlet) including
transportation, fixing of nuts, bolts, washers, gasket needed for fixing the
equipment with matching flange, welding etc. complete as per drawings,
specification and direction of Engineering In-Charge.
1.1.8 Supply and Installation of medium velocity spray nozzles with fixing arrangement,
testing etc. all complete as per specification , drawings, data sheet and direction of
Engineer In-Charge.
1.1.10 Brick Masonry works in sub-structure and super-structure for all depths and all
heights in platforms and plastering works etc. as per specifications
1.1.11 Collection of debris, surplus/ unserviceable earth and disposal of same for all lead
inside the plant boundary limit including transportation, loading, unloading, clearing
of site etc. all complete as per specifications and direction of Engineer-in-charge
.
Any other Works, not specifically mentioned herein, but required for the
satisfactory and successful completion of the project as per directions of the
Engineer-in-Charge shall also be in the scope of the CONTRACTOR.
The complete piping work shall be carried out in accordance with the following:
Page 11 of 851
SCOPE OF WORK & SUPPLY DOCUMENT No.
FOR FIRE PROTECTION & FIRE
ALARM SYSTEM B035-001-81-41-SOW-8106
(STRUCTURAL) Rev. A
Page 6 of 10
NIL
CONTRACTOR shall carry out all works strictly in accordance with the drawings /
documents / specifications indicated in subsequent paragraphs.
4.0 SPECIFICATIONS:
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 12 of 851
SCOPE OF WORK & SUPPLY DOCUMENT No.
FOR FIRE PROTECTION & FIRE
ALARM SYSTEM B035-001-81-41-SOW-8106
(STRUCTURAL) Rev. A
Page 7 of 10
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 13 of 851
SCOPE OF WORK & SUPPLY DOCUMENT No.
FOR FIRE PROTECTION & FIRE
ALARM SYSTEM B035-001-81-41-SOW-8106
(STRUCTURAL) Rev. A
Page 8 of 10
5.0 STANDARDS:
3 7-44-0002 4 2 Abbreviations
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 14 of 851
SCOPE OF WORK & SUPPLY DOCUMENT No.
FOR FIRE PROTECTION & FIRE
ALARM SYSTEM B035-001-81-41-SOW-8106
(STRUCTURAL) Rev. A
Page 9 of 10
23
Method of cutting & dimensions of field
7-44-0487 5 1
manufactured eccentric reducers.
Low support sliding for bare & insulated
24 7-44-0621 5 1
pipe size 2" thru 36" type L1 & L1A
Instrument connections on piping
25 7-52-0002 4 3
Orifice plates and flanges dimensional details
26 7-52-0041 4 14
Sl. No. of
Document Number Rev. No. Title of Document
No Sheets
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 15 of 851
SCOPE OF WORK & SUPPLY DOCUMENT No.
FOR FIRE PROTECTION & FIRE
ALARM SYSTEM B035-001-81-41-SOW-8106
(STRUCTURAL) Rev. A
Page 10 of 10
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 16 of 851
SPECIFICATION No.
JOB SPECIFICATION FOR B035-001-81-41-SP-8106
CLEAN AGENT SYSTEM Rev A
Page 1 of 22
JOB SPECIFICATION
FOR
FOR
OWNER : GAIL
Page 17 of 851
SPECIFICATION No.
JOB SPECIFICATION FOR B035-001-81-41-SP-8106
CLEAN AGENT SYSTEM Rev A
Page 2 of 22
CONTENTS
ANNEXURE - I ......................................................................................................................................... 18
Page 18 of 851
SPECIFICATION No.
JOB SPECIFICATION FOR B035-001-81-41-SP-8106
CLEAN AGENT SYSTEM Rev A
Page 3 of 22
Abbreviations:
AC Alternate Current.
ANSI American National Standards Institute
ASME American Society of Mechanical Engineers
CRCA Cold Rolled Cold Annealed
F&G Fire and Gas.
FM Factory Mutual
LED Light Emitting Diode
LOAEL Lowest Observable Adverse Effect Level
LPC Loss Prevention Council
NFPA National Fire Protection Association
NOAEL No Observable Adverse Effect Level
OEM Original Equipment Manufacturer
PESO Petroleum Explosive Safety Organization
(Formerly known as CCOE)
PVC Poly Vinyl Chloride
RCC Reinforced Cement Concrete
SRR Satellite Rack Room
SMPV Static and Mobile Pressure Vessels
TAC Tariff Advisory Committee
UL Underwriters Laboratory
V Volts.
Vds Verband Der Sachversicherer
Page 19 of 851
SPECIFICATION No.
JOB SPECIFICATION FOR B035-001-81-41-SP-8106
CLEAN AGENT SYSTEM Rev A
Page 4 of 22
1.0 SCOPE
The scope of work envisaged under Fire Protection and fire alarm tender covers the
Clean Agent system protection for the Dhobi Durgapur Pipeline Section as per
specifications, drawings, codes, standards and good engineering practice etc. complete.
The contractor shall be responsible to complete the entire work in all respects and any
other work necessary to complete the job whether specifically mentioned or not in the
scope of work.
Contractor’s scope shall include design, supply of all materials, installation, fabrication,
testing and Commissioning, puff test, performance guaranteeing of total flooding (below
false floor + main room + above false ceiling) centralised total flooding Clean Agent Fire
Extinguishing System as per this specification & NFPA-2001(latest addition). Clean
Agents to be considered are IG-541, IG-100, IG-55 and IG-01 as per NFPA-2001 for Fire
Protection of various risks. The list of various buildings ( IPS Building / Receipt terminal /
despatch Terminal and SV - Station ) for which the Clean agent system to be provided
along with the risks is listed below:-
1. IPS-6
2. SV-30
3. SV-31
4. SV-32
5. SV-33
6. SV-34
7. IPS-7
8. RT SAIL IISCO
9. RT HFC-DURGAPUR
Page 20 of 851
SPECIFICATION No.
JOB SPECIFICATION FOR B035-001-81-41-SP-8106
CLEAN AGENT SYSTEM Rev A
Page 5 of 22
RISK VOLUME
S.
RISK DESCRIPTION (MINIMUM)
No.
(cum)
Telecom & Scada room (Main room + False ceiling
1 RISK -1 182
+ False floor)
Control Room (Main room + False ceiling+ False
2 RISK -2 318
Flooring )
RISK -3 UPS Room (Main room + False ceiling+ False
3 127
Flooring )
4 RISK -4 Electrical room (Main room) 207
5 RISK -5 Battery room (Main room) 181
RISK VOLUME
S.
RISK DESCRIPTION (MINIMUM)
No.
(cum)
1 RISK -1 Battery room (Main room) 162
2 RISK -2 Electrical room (Main room) 243
Instrument / Scada room (Main room + False
3 RISK -3 153
ceiling + False floor)
Clean agent shall also be provided in the cable trenches. Volume of clean agent
required for cable trenches shall be added to the risk volume as mentioned in
Table-1 & Table 2 above.
The actual net volume of the risk shall be calculated based on the Architectural,
Structural & Electrical drawings of the building by the bidder. However, the risk
volume given in Clause 1.0 shall be considered as minimum (i.e. Equivalent
number of main and stand-by cylinders shall be provided as minimum).
1.1 BIDDER shall design the system to meet the minimum requirements of total
flooding fire extinguishing Clean Agent system as per NFPA-2001 and having
design concentration as specified at 70ºF (21ºC) for the single largest risk area of
the control room/ SRR to be protected.
1.2 The system design shall be total flooding and Clean Agent requirement shall
correspond to the single largest risk area of Control Room/SRR to be protected.
1.3 No deviation from specification will be acceptable.
1.4 System supplied and software for design calculation shall be approved by
UL/FM/Vds/LPC. All the equipment’s shall be approved by UL/FM/Vds/LPC.
Cylinders along with cylinder valve assemblies shall also be PESO approved in
addition to UL/FM/Vds/LPC approval.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved
Page 21 of 851
SPECIFICATION No.
JOB SPECIFICATION FOR B035-001-81-41-SP-8106
CLEAN AGENT SYSTEM Rev A
Page 6 of 22
1.5 Clean Agent system to be provided shall meet the requirements of NFPA-2001
(Latest). Hence any thing specified as “Mandatory” in NFPA-2001, although not
specifically mentioned in this specification, shall form part of this specification.
1.6 The system shall be designed based on the single largest risk area of the Control
Room/ SRR to be protected. However, the grouping of cylinders shall be made in
such a way that discharge takes place corresponding to the volume of the risk
under fire.
1.7 The system shall include electrically actuated automatic Clean Agent Fire
Extinguishing System complete with filled up Clean Agent cylinders, cylinder
rack, manifolds, pressure reducing devices, cylinder valves, directional valves,
pipes, discharge nozzles, bracket supports, hangers and such other fittings as
necessary for complete installation of the system, including chipping of existing
RCC / brick walls / cutting of steel plates etc. or removal & re-fixing of false
ceiling and false floor of risk areas, fixing fasteners and other activities required to
install the system.
1.8 The system shall also comprise of the different modes of operation, actuation and
cancellation facility etc. with necessary local control panel as per specification.
1.9 Operating devices and Local control panel shall be provided as per Clause 3.7
and Clause 3.8 respectively.
1.10 The bidders shall provide 100% Clean Agent filled standby cylinders. (i.e. A
reserve bank of Clean Agent filled cylinders with manifold, directional valves and
automatic change over to any of the two banks after actuation of main cylinders
to be provided in each risk area i.e. 100% reserve.)
1.11 The bidder shall very clearly mention in his offer that he has considered total
flooding centralised system with directional valves and have also offered 100%
standby cylinders.
1.12 The design requirements as given in Clause 3.0 shall be met.
1.13 The material of construction shall be as per Clause. 4.0.
1.14 Bidder shall furnish valid collaboration certificate with OEM (if applicable) in his
bid.
1.15 Bidder shall submit valid certificates of agencies who have approved/ listed the
system design , design concentration, equipment’s/ components offered.
Page 22 of 851
SPECIFICATION No.
JOB SPECIFICATION FOR B035-001-81-41-SP-8106
CLEAN AGENT SYSTEM Rev A
Page 7 of 22
3.1.1 System
The centralised system shall be designed to protect the single largest risk area (volume
wise) of all the three portions simultaneously i.e. main room + above false ceiling +
below false floor/ in trenches. Volume for main room, above false ceiling and below false
floor/ trenches shall be calculated based on the relevant Architectural , Structural and
Electrical drawings.
Automatic/ manual mode selection shall be provided for all risks individually from clean
agent control panel.
The Clean Agent shall be discharged / actuated automatically after an adjustable time
delay based on the detection signal received. The delay shall be minimum 30 seconds;
however it shall be adjustable from 30 to 120 seconds. In the local control panel of Clean
Agent system, there shall be one hooter, which shall operate once the gas is released.
During time delay, there shall be a pre-discharge alarm (audio + visual). Hooter shall
follow the alarm once the gas is discharged.
Page 23 of 851
SPECIFICATION No.
JOB SPECIFICATION FOR B035-001-81-41-SP-8106
CLEAN AGENT SYSTEM Rev A
Page 8 of 22
The quantity of Clean Agent gas provided shall be sufficient to protect the single largest
risk with 100% standby. The system for every individual risk shall have its own
distribution piping, nozzles, alarm, and actuation system, etc.
Suitable combination of cylinders shall be made to cater to all the risk areas individually.
Both main and standby cylinders shall be permanently connected to the distribution
piping through manifold and arranged for easy and auto changeover.
Since the system is designed for the largest risk and there are several risk areas varying
in size in a particular building, the system shall permit the use of required no. of cylinders
for any individual risk involved so that the concentration of gas in that risk area does
not exceed the NOAEL specified.
AGENT
AGENT
CONTAINE
NAME OF GAS
CONTAINER
R
CHARGING DESIGN
FORMULA CHARGING
PRESSURE CONCENTRATION
PRESSURE
NOAEL%
0 0
AT 70 F (21
AT 1300F
C)
(550 C)
N2 (50%)
IG-55 43 4350 psig 5222 psig (*) Design
AR (50%)
Concentration for
N2 (52%) type of clean agent
IG-541 AR (40%) 43 4503 psig 5359 psig selected shall be in
CO2 (8%) accordance to
IG-100 N2 (100 %) 43 4061 psig 4754 psig approval taken from
UL/ FM/ Vds/ LPC
Page 24 of 851
SPECIFICATION No.
JOB SPECIFICATION FOR B035-001-81-41-SP-8106
CLEAN AGENT SYSTEM Rev A
Page 9 of 22
BIDDER shall also provide sufficient measure/ (like properly designed fire rated louvers
etc.) facilities in the risk areas to dissipate over pressurisation due to release of Clean
Agent and also provide calculation in support of same for each protected area.
Clean Agent concentration requirement and quantity shall be computed as per NFPA-
2001 considering the volume of the hazard as specified.
Page 25 of 851
SPECIFICATION No.
JOB SPECIFICATION FOR B035-001-81-41-SP-8106
CLEAN AGENT SYSTEM Rev A
Page 10 of 22
The design pressure for cylinder shall be suitable for the maximum pressure developed
at 1300 F (550 C).
The cylinders shall be charged to a fill density or super pressurisation (super
pressurisation means the addition of a gas to fire suppression agent cylinder necessary
to achieve the pressure required for proper system operation) within the range specified
in the manufacturers listed manual.
BIDDER shall select the capacity of cylinder based on the storage space available and
for better replacement and inter changeability. The BIDDER shall preferably select the
capacity of cylinder keeping in view the filling ratio as per NFPA 2001.
The cylinder shall be seamless, brand new (date of manufacturing of cylinders shall not
be older than 1 year from the date of bid opening) never retested and month & year of
manufacture shall be latest (or as specified in the requisition).
Each cylinder shall have a permanent name plate, specifying the agent, tare and gross
weight in addition to the pressurisation level, nominal agent volume.
Cylinder shall bear the mark of manufacturer, serial number, test certificate issued by
authority having jurisdiction and shall be duly approved by competent authority
providing approval of the system i.e. UL/ FM/ Vds/ LPC. A reliable means of
indication shall be provided to determine the pressure in refillable cylinders. PESO
Approval of the cylinders along with cylinder valve is a must irrespective of the
country of Origin. Cylinder shall conform to the requirement of NFPA 2001 and shall be
compatible with the engineered system being provided along with design analysis.
Cylinders without approval shall not be accepted.
Each cylinder shall have pressure relief valve to protect the cylinders against excess
pressure conditions.
Pressure gauges with isolation valves on manifold shall be provided.
Automatic means such as check valve shall be provided to prevent agent loss if the
system is operated when any cylinders are removed for maintenance.
Layout of Cylinders:
Clean Agent cylinders shall be arranged in the following manner:
i) In a battery of cylinders manifold together, leading to distribution piping and discharge
nozzles for the risk to be protected, including below false floor and above false ceiling
Page 26 of 851
SPECIFICATION No.
JOB SPECIFICATION FOR B035-001-81-41-SP-8106
CLEAN AGENT SYSTEM Rev A
Page 11 of 22
spaces, along with a reserve battery of Clean Agent filled cylinders with manifold and
directional valves, including arrangement for automatic change over to any of the two
banks after actuation of main cylinders to be provided in each risk area i.e. 100%
reserve.
ii) The cylinder storage racks shall be provided for main as well as for reserve cylinders.
iii) The manifold cylinders referred above shall be securely mounted on the floor and
suitably supported in a rack with provision for convenient individual servicing, according
to the manufacturers installation manual. Such servicing shall be possible without
shutting down the system.
A space marked as cylinder location on the drawing will be made available to the
Contractor for placing Clean Agent Cylinders and Piping Manifold. Contractor shall
accommodate the storage of Gas Cylinders and Manifold Piping in the space provided
and confirm the adequacy of space (along with technical bid).
3.5.1.1 Seamless CS pipe as per ASTM A106 GR. B shall be provided as per the requirements
specified in clause 4.2.1 of NFPA-2001. Pipe thickness calculation shall be as per ASME
B31.1 power piping code. Normally welded joints shall be provided. Threaded pipes, if
used, shall have threads in joints and fittings conforming to ANSI B1.20.1.
3.5.1.2 Pipe fittings shall be provided as per clause no. 4.2.3 of NFPA-2001.
3.5.1.3 All CS Studs, Bolts and Nuts shall be Hot Dip Galvanised as per ANSI A153 for
corrosion resistance.
3.5.1.4 The Pressure Reduction device shall be easily identifiable.
3.5.1.5 The Clean Agent piping layout shall be such that the pipes of one risk shall not pass
through that of another risk.
3.5.1.6 All Valves shall be approved for intended use. The Gaskets, O-Rings and other Valve
material shall be compatible to the Clean Agent.
3.5.1.7 The Clean Agent piping and nozzles shall have to be planned clearing following facilities
coming on its route, in the areas where protection is being envisaged.
a. The beams and ribs which criss-cross the ceiling. The Clean Agent piping shall be
routed considering clearing structural beams / columns or any other facilities coming
in the areas where Clean Agent system is being envisaged. All necessary civil works
Page 27 of 851
SPECIFICATION No.
JOB SPECIFICATION FOR B035-001-81-41-SP-8106
CLEAN AGENT SYSTEM Rev A
Page 12 of 22
including taking support from Structural steel members, blast resistant RCC walls or
breaking brick walls for routing the piping, installing pressure relief vent etc. and
making them good, shall be in the scope of work of contractor.
b. Path of AC ducts.
c. Cabling in false flooring.
d. Light fittings, detectors etc.
3.5.1.8 If required, the exposed piping works shall be camouflaged to match with the interior of
the protected room.
3.6 Painting
Painting and colour scheme of pipelines, Clean Agent storage cylinders, supports etc.
shall be as specified in the Specification for Shop and Field Painting attached with the
Bid.
Page 28 of 851
SPECIFICATION No.
JOB SPECIFICATION FOR B035-001-81-41-SP-8106
CLEAN AGENT SYSTEM Rev A
Page 13 of 22
e. In addition to Automatic actuation, there shall be a normal manual control for actuation,
which shall be located so as to be conveniently and easily accessible at all times
including the time of fire. This control shall cause the complete system to operate in its
normal fashion.
f. Manual controls shall not require a pull of more than 40 lb nor a movement of more than
14 inches to secure operation. Each remote manual control for activation shall be located
not more than 4 feet above the floor.
g. Weight of Clean Agent shall be monitored by Pressure Transmitter along with local
pressure indicator for each cylinder. All local pressure indicators in a bank of cylinders
(main / stand by) shall be connected in a signal loop and shall give a common
indication/signal of loss of pressure in that particular bank in the Control Panel for Clean
Agent system located inside Control Room. Contractor's scope of supply includes
complete system, interconnecting cables and installation of all equipments and
accessories.
h. Contractor shall also provide sufficient measure (like properly designed fire rated louvers
etc.) facilities in the risk areas to dissipate over pressurisation due to release of clean
agent and also provide calculation in support of the same for each protected area.
3.8.1 The local control panel shall be free standing, floor mounted type and shall be suitable
for both auto and manual operation. The panel shall be made out of minimum 16 gauge
CRCA sheets. Doors and covers shall be made out of 14 gauge CRCA sheets. The
panel shall be naturally ventilated, totally enclosed, dust and vermin proof, with IP-41
enclosure as a minimum.
The Clean Agent system shall be actuated automatically by the signal received from the
fire alarm & detection system and shall provide feedback to the fire alarm & detection
system for actuation of clean agent system for each zone. Fire alarm & detection system
shall be separate system from clean agent system and Main Fire alarm panel shall be a
separate panel from clean agent Control Panel. Fire alarm & detection system, after
detecting the fire in the protected area/ zone, shall provide an actuating signal to Clean
Agent control panel, which in turn shall energise the solenoid valve to trigger the
dumping operation in the respective protected area / zone. Necessary control / interlock
cabling between Fire Alarm & Detection system and Clean Agent system panel, for each
protected area / zone for command & feeder using multi-core 2.5mm2, Cu conductor
Page 29 of 851
SPECIFICATION No.
JOB SPECIFICATION FOR B035-001-81-41-SP-8106
CLEAN AGENT SYSTEM Rev A
Page 14 of 22
XLPE insulated flame retardant low smoke (FRLS) cable, shall be provided by the Clean
Agent Vendor. The interface point with fire alarm & detection system shall be located in
room where the control panel for clean agent system is to be installed.
The control panel shall be located either just outside the entry/ exit gate of main control
room or in cylinder room or any other place as decided by owner at the time of detailed
engineering.
However, control panel shall be equipped with adequate rating battery charger and
VRLA battery with 24 hour back up, for efficient operation of the system during mains
power failure. Battery sizing shall be done considering end cell voltage as 1.75V
3.8.2 Control panel shall be provided with all alarms, indicators, caution/sign board and relays/
control switches meeting all the requirements of NFPA-2001 and shall include but not be
limited to the following:
a) i) Two alarms and one fault indicator lamp for each zone to be protected.
ii) Combination of alarm silence and alarm off switch.
iii) Combination of fault silence and trouble lamp switches.
iv) Alarm test switch
v) Alarm re-set switch.
b) The system shall have a positive warning device by sounding alarm to alert
personnel of the impending discharge and also a positive indication to show that
the system has actuated. Two numbers potential free contacts shall be provided
for owner’s use, one contact for indication of start of dumping operation and other
contact for indication of end of dumping operation.
c) Alarm indicating failure of supervised devices of equipment shall give prompt and
positive indication of any failure and shall be distinctive from alarm indicating
operation of hazardous conditions.
d) One number potential free contact for owner’s use shall be provided for each
protected area/zone for indicating the actuation of dumping operation in the
respective area.
e) Provision for receiving auto actuation command through potential free contacts
from owner’s fire alarm & detection system shall be provided for each protected
area/zone for imitating dumping operation in the respective protected area/ zone.
Page 30 of 851
SPECIFICATION No.
JOB SPECIFICATION FOR B035-001-81-41-SP-8106
CLEAN AGENT SYSTEM Rev A
Page 15 of 22
f) All indication lamps shall be LED type with minimum size of 10 mm.
g) Following alarms (through contacts) are required to be provided to purchaser
RTU system for centralized monitoring purpose:
a) System Actuation alarm
b) System Inhibit/Fault Alarm
c) Clean agent Cylinder Weight loss alarm
3.8.3 Warning and instruction signs at entrance to and inside protection areas shall be
provided.
3.8.4 A Control Box shall be provided for manual control at the exit doors of each risk area,
comprising of abort switch and Auto/Manual Push buttons for Clean Agent release
3.8.5 Automatic/ manual mode selection shall be provided for all risks individually from clean
agent control panel. Selector switches for selection of Main/Reserve cylinders shall be
provided for all risks individually from clean agent control panel.
3.8.6 Potential free contacts shall be provided from the Clean Agent Control Panel to shut off
the fire dampers / louvers and Air Conditioning System.
3.8.7 Supervision of automatic systems shall be provided and shall include electrical
supervision of the actuating device and the wiring connecting the actuation device and
the detection system.
3.8.8 Operating instructions shall be displayed on a name plate fitted permanently on the
Clean Agent skid.
3.8.9 Clean Agent extinguishing system shall incorporate a pre-discharge alarm with a time
delay, sufficient to allow personnel evacuation prior to discharge. The delay shall be
minimum 30 seconds. However it shall be adjustable from 30 to 180 seconds.
Page 31 of 851
SPECIFICATION No.
JOB SPECIFICATION FOR B035-001-81-41-SP-8106
CLEAN AGENT SYSTEM Rev A
Page 16 of 22
Approval of Installation
Only listed or approved equipment and devices shall be used in the systems i.e. all
equipments & devices shall be approved by UL/FM/Vds/LPC. The complete system shall
be tested to meet the approval of Owner.
In order to determine that the system has been properly installed and will function as
specified, the following tests shall be performed:
The approval of installation shall be subject to satisfying the requirements of
Clause 7 of NFPA-2001.
a. A thorough visual inspection of the installed system and hazard area. The piping,
operational equipment and discharge nozzles shall be inspected for proper size and
location. The locations of alarms and manual emergency releases shall be
confirmed. The hazard area shall be inspected closely for un-closable openings and
sources of agent loss. The supplier shall furnish the composition certificate of Clean
Agent satisfying the requirements of Table 4.1.2(b) for IG Agent Quality
requirements of NFPA-2001. Filling certificate should be provided specifying from
which original Clean Agent drum the gas has been taken and which cylinder is filled.
b. A check of labeling of devices for proper designations and instructions. Name plate
data on the storage cylinders shall adhere to specifications.
c. A test for mechanical tightness of the piping shall be conducted as per NFPA-2001
d. The cylinder along with cylinder valve assembly shall be PESO, Nagpur
approved in addition to listing/ approval by UL/FM/Vds/LPC.
e. A flow test (puff test) using nitrogen shall be performed on the piping network to
verify that flow is continuous and that the piping and nozzles are unobstructed as per
NFPA-2001.
Page 32 of 851
SPECIFICATION No.
JOB SPECIFICATION FOR B035-001-81-41-SP-8106
CLEAN AGENT SYSTEM Rev A
Page 17 of 22
Spares for two years AMC shall be separately quoted in a separate envelope.
Page 33 of 851
SPECIFICATION No.
JOB SPECIFICATION FOR B035-001-81-41-SP-8106
CLEAN AGENT SYSTEM Rev A
Page 18 of 22
ANNEXURE - I
(Data sheets shall be filled in separately for each clean agent as per NFPA-2001)
c) Capacity : V
Page 34 of 851
SPECIFICATION No.
JOB SPECIFICATION FOR B035-001-81-41-SP-8106
CLEAN AGENT SYSTEM Rev A
Page 19 of 22
Page 35 of 851
SPECIFICATION No.
JOB SPECIFICATION FOR B035-001-81-41-SP-8106
CLEAN AGENT SYSTEM Rev A
Page 20 of 22
i. Approved by FM/UL/Vds/
LPC (Yes/No) : V
h) Cylinder along with cylinder valve
i. Make : V
ii. Manufacturer : V
iii. Type : V
iv. Size : V
v. Rating : V
Page 36 of 851
SPECIFICATION No.
JOB SPECIFICATION FOR B035-001-81-41-SP-8106
CLEAN AGENT SYSTEM Rev A
Page 21 of 22
i. Manufacturer : V
v. Cable Entry : V
e) Charger rating : V
Page 37 of 851
SPECIFICATION No.
JOB SPECIFICATION FOR B035-001-81-41-SP-8106
CLEAN AGENT SYSTEM Rev A
Page 22 of 22
i) Alarm : V
ii) Reset : V
iii) Test (Yes/ No) : V
k) Audio visual indication for AC
supply failure provided (Yes/No). : V
n) Painting (External/Internal) : V
Page 38 of 851
B035-001-81-41-12101
REF. DWG. NO. REFERENCE DRAWING TITLE
SCHEDULE OF FINISHES
A-EXTERNAL :-
500 HIGH R.C.C. PLAIN CEMENT PLASTER WITH EXTERIOR ACRYLIC EMULSION PAINT
PARAPET WALL AS/APPROVED DESIGN.
WATER PROOFING
AS/TENDER SPECS. WATER PROOFING
4mm thk APP MODIFIED REINFORCED BITUMINOUS MEMBRANE
1000 HIGH R.C.C. R.C.C. SLAB AS/STRL.
WATERPROOFING OVER RCC SLAB AS/SPECIFICATIONS NOTES :-
PARAPET WALL
500
WATER PROOFING B-INTERNAL 1. DIMENSIONS, CO-ORDINATES, LEVELS
AS/TENDER SPECS. A. ALL DIMENSIONS ARE IN MILLIMETRES.
ROOM/AREA FLOORING WALLS CEILING B. DRAWING IS NOT TO BE SCALED FOR ANY MISSING DIMENSION.
R.C.C. SLAB AS/STRL.
FIRE FIGHTING HEAVY DUTY CEMENT PLASTER CEMENT C. ALL LEVELS & CO-ORDINATES ARE IN METRES.
2400
750 WIDER.C.C. GUTTER STAIRCASE
ROOM, ELECTRICAL FLOORING WITH OIL BOUND PLASTER WITH
D. LEVEL 100.00 CORRESPONDS TO TOP OF APPROACH/ACCESS ROAD
ROOM DISTEMPER OIL BOUND
1000
DISTEMPER NEAR THE BUILDING ENTRY, CROSS REFERENCE TO STRUCTURAL
30 DRAWING SHALL BE MADE.
1000
750 CHEMICAL & CHEMICAL CEMENT
BATTERY ROOM UNLESS SPECIFICALLLY INDICATED.
20 ABRASION RESISTANT EPOXY PLASTER WITH
RESISTANT EPOXY DADO UPTO F. LOCATION/ORIENTATION/CO-ORDINATES OF THE BUILDING SHALL BE
OIL BOUND
FALSE CEILING COATING OVER 2500mm HEIGHT & DISTEMPER CROSS-CHECKED WITH STRUCTURAL AND GENERAL CIVIL DRAWINGS.
CLEAR
4000
INSTRUMENT/SCADA ROOM HEAVY DUTY OIL BOUND IN CASE OF ANY MIS-MATCH THE SAME SHALL BE GOT RESOLVED
3000
900 1200
10 FLOORING DISTEMPER ABOVE BEFORE CONSTRUCTION.
2. FLOOR
izLrqr vkjs[k ,oa blesa fufgr fMt+kbu bathfu;LkZ bafM;k fyfeVsM dh LkaifRr gSA ;s ek= m/kkj fn, x, gSa vkSj m/kkjdrkZ us ;g Li"V Lke>kSrk fd;k gS fd u rks mUgsa iqu% eqfnzr fd;kk tk,xk] u udy dh tk,xh]
u m/kkj fn, tk,axs] u iznf'kZr fd, tk,axs vkSj u gh Lkhfer vkSj futh iz;ksx ds vykok budk dksbZ vU; iz;ksx gksxk vkSj ;g iz;ksx m/kkj nsus okys }kjk m/kkjdrkZ dks fyf[kr :i esa nh xbZ Lkgefr Lks gksxk A
450
(WITH HIGH WITH PLASTIC PANEL FALSE AREA, PANTRY / KITCHEN SHALL BE 12MM LESS THAN ADJOINING
600
A.R.L. A.R.L. SCADA TELECOM
ROOM PRESSURE EMULSION PAINT CEILING AREAS AND SHALL HAVE PROPER SLOPE FOR FLOOR DRAINAGE.
LAMINATE) B. FLOOR OF CABLE CELLAR, AC PLANT/AHU, BATTERY ROOM SHALL
FALSE FLOORING
2000 6000 6000 2000 2000 6000 6000 2000 HAVE PROPER SLOPE FOR FLOOR DRAINAGE.
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that
STAIRCASE KOTA STONE CEMENT PLASTER CEMENT C. REFERENCE SHALL BE MADE TO RELEVANT DRAWINGS BEFORE
they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use.
ELEVATION E2 ELEVATION E4 SECTION B-B SECTION A-A VERANDAH, KOTA STONE EXTERIOR ACRYLIC EXTERIOR
3. WALL
RAMP & STEPS FLOORING EMULSION PAINT ACRYLIC A. THICKNESS OF ALL BRICK MASONRY WALLS (EXCEPT WC/BATH
EMULSION CUBICLES) SHALL BE 230MM IF NOT SPECIFICALLY INDICATED.
PAINT B. INTERNAL PARTITION WALLS OF WC/BATH CUBICLE SHALL
BE 2500MM HIGH FROM FLOOR LEVEL.
C. ALL OTHER WALLS SHALL BE UPTO ROOF/ROOF BEAM IF NOT
SPECIFICALLY INDICATED.
D. CUT-OUTS/OPENINGS FOR CABLES/DUCTS ETC. SHALL BE PROVIDED
AS/PER PED/STRUCTURAL/EQUIPMENT, CABLE, DUCTING DRAWINGS.
4. CABLING/CONDUITS
A. ALL CONDUITS SHALL BE CONCEALED TYPE EXCEPT IN AREAS CONCEALED
BY FALSE CEILING AND SHALL BE LAID AS PER RELEVANT DRAWINGS.
B. IN CASE OF CONDUITS CONCEALED IN ROOF/BEAM/FLOOR, THEY
SHALL BE LAID BEFORE CASTING.
5. FINISHING
A. IN CASE OF ANY CONFLICT WITH TENDER/PACKAGE, THE SAME
SHALL BE GOT RESOLVED BEFORE PROCUREMENT AND EXECUTION.
1 2 3 E2 4 5 6 1 2 3 4 5 6 NOTE :-
28000 28000 ALL GLAZED DOOR (FAN LIGHT), WINDOWS & VENTILATORS
4000 7000 7000 6000 4000 4000 7000 7000 6000 4000 SHALL BE PROVIDED WITH ALUMINIUM GRILL.
UP
LOCATION, NO. OF AC SHALL BE AS PER MED DRAWING.
STEPS
B TREAD-300
A RISER-150
A B
3X3 NOS.100 DIA
RAMP GI PIPE SLEEVE
100.000
A.R.L. (SLOPE 1:8) 1000MM HIGH RAILING
C C
VERANDAH
100.450
2000
2000
SLOPE 1:80
SLOPE 1:80
SLOPE 1:80
20 UP GI PIPE SLEEVE 20 1 17.04.18 ISSUED FOR CONSTRUCTION BR PD NK
8000
8000
6000
Page 39 of 851
3-1641-0501 REV.2 A1-841x594
B035-001-81-41-12103
REF. DWG. NO. REFERENCE DRAWING TITLE
B035-001-81-41-12104TERRACE PLAN & ELEVATIONS
SCHEDULE OF FINISHES
A-EXTERNAL :-
PLAIN CEMENT PLASTER WITH EXTERIOR ACRYLIC EMULSION PAINT AS/APPROVED DESIGN.
WATER PROOFING NOTES :-
4mm thk APP MODIFIED REINFORCED BITUMINOUS MEMBRANE WATERPROOFING 1. DIMENSIONS, CO-ORDINATES, LEVELS
OVER RCC SLAB AS/SPECIFICATIONS A. ALL DIMENSIONS ARE IN MILLIMETRES.
500 HIGH R.C.C. B. DRAWING IS NOT TO BE SCALED FOR ANY MISSING DIMENSION.
PARAPET WALL B-INTERNAL C. ALL LEVELS & CO-ORDINATES ARE IN METRES.
WATER PROOFING
AS/TENDER SPECS. ROOM/AREA FLOORING WALLS CEILING D. LEVEL 100.00 CORRESPONDS TO TOP OF APPROACH/ACCESS ROAD
R.C.C. SLAB AS/STRL. FIRE FIGHTING HEAVY DUTY CEMENT PLASTER CEMENT PLASTER NEAR THE BUILDING ENTRY, CROSS REFERENCE TO STRUCTURAL
1000 HIGH R.C.C. ROOM/ CLEAN AGENT FLOORING WITH OIL BOUND WITH OIL BOUND DRAWING SHALL BE MADE.
500
PARAPET WALL ROOM, ELECTRICAL DISTEMPER DISTEMPER
WATER PROOFING ROOM E. PLINTH LEVEL OF THE BUILDING SHALL BE SAME THROUGHOUT
AS/TENDER SPECS. UNLESS SPECIFICALLLY INDICATED.
CHEMICAL & ABRASION CHEMICAL RESISTANT CEMENT PLASTER F. LOCATION/ORIENTATION/CO-ORDINATES OF THE BUILDING SHALL BE
R.C.C. SLAB AS/STRL. BATTERY ROOM RESISTANT EPOXY EPOXY DADO UPTO WITH OIL BOUND CROSS-CHECKED WITH STRUCTURAL AND GENERAL CIVIL DRAWINGS.
2400
STAIRCASE 600 WIDE R.C.C. GUTTER COATING OVER HEAVY 2500mm HEIGHT & OIL DISTEMPER
BOUND DISTEMPER IN CASE OF ANY MIS-MATCH THE SAME SHALL BE GOT RESOLVED
DUTY FLOORING
BEFORE CONSTRUCTION.
1000
ABOVE
2. FLOOR
izLrqr vkjs[k ,oa blesa fufgr fMt+kbu bathfu;LkZ bafM;k fyfeVsM dh LkaifRr gSA ;s ek= m/kkj fn, x, gSa vkSj m/kkjdrkZ us ;g Li"V Lke>kSrk fd;k gS fd u rks mUgsa iqu% eqfnzr fd;kk tk,xk] u udy dh tk,xh]
u m/kkj fn, tk,axs] u iznf'kZr fd, tk,axs vkSj u gh Lkhfer vkSj futh iz;ksx ds vykok budk dksbZ vU; iz;ksx gksxk vkSj ;g iz;ksx m/kkj nsus okys }kjk m/kkjdrkZ dks fyf[kr :i esa nh xbZ Lkgefr Lks gksxk A
30
R1 A. FINISHED FLOOR LEVEL OF WC/BATH CUBICLES, DRINKING WATER
SCADA TELECOM FALSE FLOORING CEMENT PLASTER ALUMINIUM PANEL AREA, PANTRY / KITCHEN SHALL BE 12MM LESS THAN ADJOINING
1000
ROOM, CONTROL (WITH HIGH WITH PLASTIC FALSE CEILING AREAS AND SHALL HAVE PROPER SLOPE FOR FLOOR DRAINAGE.
20
ROOM, UPS PRESSURE LAMINATE) EMULSION PAINT AND UNDERDECK B. FLOOR OF CABLE CELLAR, AC PLANT/AHU, BATTERY ROOM SHALL
4500
ROOM INSULATION
4000
FALSE CEILING HAVE PROPER SLOPE FOR FLOOR DRAINAGE.
CERAMIC TILES CERAMIC TILES DADO ALUMINIUM PANEL
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that
TELECOM CORRIDOR ENGINEER'S ROOM TOILET, PANTRY C. REFERENCE SHALL BE MADE TO RELEVANT DRAWINGS BEFORE
3000
900 1200
10 450 FLOORING UP TO 2100MM FALSE CEILING
they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use.
100.00 F.F.L
100.00 VITRIFIED TILE CEMENT PLASTER ALUMINIUM PANEL
A.R.L. ENGINEERS ROOM 3. WALL
800
A.R.L. WITH PLASTIC FALSE CEILING AND
,I/C ROOM
EMULSION PAINT UNDERDECK A. THICKNESS OF ALL BRICK MASONRY WALLS (EXCEPT WC/BATH
6000 2500 2350 3500 INSULATION CUBICLES) SHALL BE 230MM IF NOT SPECIFICALLY INDICATED.
6000 2500 2350 3500 CEMENT PLASTER ALUMINIUM PANEL
LOBBY/ VITRIFIED TILE B. INTERNAL PARTITION WALLS OF WC/BATH CUBICLE SHALL
CORRIDOR WITH PLASTIC FALSE CEILING BE 2500MM HIGH FROM FLOOR LEVEL.
E D C B A E D C B A EMULSION PAINT C. ALL OTHER WALLS SHALL BE UPTO ROOF/ROOF BEAM IF NOT
CEMENT PLASTER CEMENT PLASTER SPECIFICALLY INDICATED.
STAIRCASE KOTA STONE
FLOORING WITH PLASTIC WITH PLASTIC D. CUT-OUTS/OPENINGS FOR CABLES/DUCTS ETC. SHALL BE PROVIDED
1000
FIXED/PARTLY LOUVERED TYPE AS/EIL STD.
MALE
TOILET FIRE FIGHTING TELECOM & SCADA CONTROL ROOM
6000
1000
2 NOS.100 DIA 2 NOS.150 DIA POWDER COATED ALUMINIUM GLAZED
D1 D1 2100 02
1
ROOM GI PIPE SLEEVE GI PIPE SLEEVE V1 1200 X 0600 1180 X 0580 VENTILATOR AS/EIL STD., WITH 6mm TH.
2170 TOUGHENED GLASS, FIXED/LOUVERED TYPE.
UP
1800
3000
3000
BEAM TOUGHENED GLASS, FIXED TYPE.
D SCADA ROOM CORRIDOR LOBBY VERANDAH
AL3
6 NOS.150 DIA 4 NOS.150 DIA
2100MM WIDE CORRIDOR 100.600
14350
2 NOS.100 DIA
FALSE FLOORING F.F.L
FC
100.600 AL1 GI PIPE SLEEVE
100.00
2 A.R.L. ALL GLAZED DOOR (FAN LIGHT), WINDOWS & VENTILATORS
F.F.L. R1 230 TYP.
SD1 SHALL BE PROVIDED WITH ALUMINIUM GRILL.
C AL3 AL3 AL3
800
STEPS SINK 6000 2600 2500 3250
FT LOBBY LOCATION, NO. OF AC SHALL BE AS PER MED DRAWING.
1050
RISER-150
GI PIPE SLEEVE
100.00 E D C B A
A.R.L. AL1
ENGINEER'S DOCUMEN I/C ROOM 1 18.09.18 ELECTRICAL COMMENTS INCORP. & RE-ISSUED FOR CONSTRUCTION BR PD NKP
BATTERY ELECTRICAL
B ROOM -TATION 0 27.02.18 ISSUED FOR CONSTRUCTION BR PD NKP
ROOM
450 Ø EXHAUST FAN ROOM
TRENCH/ SLEEVE AS /ELECTRICAL AC FC
UD
ROOM
AC FC
UD SECTION C-C C 08.12.17 CLIENT'S COMM. INCORPORATED & REISSUED FOR ENGG BR PD NKP
DWG B 14.07.17 ISSUED FOR ENGINEERING MLT PD NKP
3250
W2 W2 W2 W1 W1 W1 W1 W1 W1 W1 W1 W1 100.600
F.F.L.
A
2000
160 Ø PVC RAIN WATER PIPE 750 1200 EQ 1200 EQ 1200 750 3X4 NOS.100 DIA RAMP
EMBEDDED IN CONC. (TYP.) GI PIPE SLEEVE (SLOPE 1:8)
450 Ø EXHAUST FAN 2000mm WIDE
Page 40 of 851
3-1641-0501 REV.2 A1-841x594
B035-001-81-41-12104
REF. DWG. NO. REFERENCE DRAWING TITLE
B035-001-81-41-12103GROUND FLOOR PLAN & SECTIONS
NOTES :-
4000 3450 1825 1725 2275 1725 4000 4000 3000 4000 3000
izLrqr vkjs[k ,oa blesa fufgr fMt+kbu bathfu;LkZ bafM;k fyfeVsM dh LkaifRr gSA ;s ek= m/kkj fn, x, gSa vkSj m/kkjdrkZ us ;g Li"V Lke>kSrk fd;k gS fd u rks mUgsa iqu% eqfnzr fd;kk tk,xk] u udy dh tk,xh]
u m/kkj fn, tk,axs] u iznf'kZr fd, tk,axs vkSj u gh Lkhfer vkSj futh iz;ksx ds vykok budk dksbZ vU; iz;ksx gksxk vkSj ;g iz;ksx m/kkj nsus okys }kjk m/kkjdrkZ dks fyf[kr :i esa nh xbZ Lkgefr Lks gksxk A
1 2 3 3' 4 4' 5 6 7 8 9 10
ELEVATION E1
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that
they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use.
3000 4000 3000 4000 4000 1725 2275 1725 1825 3450 4000
10 9 8 7 6 5 4' 4 3' 3 2 1
ELEVATION E2
1 2 3 3' 4 4' 5 6 7 8 9 10
A B
33000
STAIRS AS/STRL. DESIGN
(FROM GROUND TO TERRACE) 4000 3450 1725 1825 2275 1725 4000 4000 3000 4000 3000
WIDTH=1500
TREAD =300
RISER =150
RAILING-S.S.PIPE,1000 HIGH
V2
E
STAIRCASE AL3
DN
SLOPE 1:80
SLOPE 1:80
SLOPE 1:80
SLOPE 1:80
6000
1500
D RIDGE LINE
NOTE :-
14350
C
2500
A
SLOPE 1:80
SLOPE 1:80
SLOPE 1:80
SLOPE 1:80
B
1 18.09.18 REVISED AND RE-ISSUED FOR CONSTRUCTION BR PD NK
0 27.02.18 ISSUED FOR CONSTRUCTION BR PD NK
3250
Page 41 of 851
3-1641-0501 REV.2 A1-841x594
B035-001-81-41-12105
REF. DWG. NO. REFERENCE DRAWING TITLE
CAT LADDER
AS/STRL.
NOTES :-
1. DIMENSIONS, CO-ORDINATES, LEVELS
A. ALL DIMENSIONS ARE IN MILLIMETRES.
B. DRAWING IS NOT TO BE SCALED FOR ANY MISSING DIMENSION.
C. ALL LEVELS & CO-ORDINATES ARE IN METRES.
D. LEVEL 100.00 CORRESPONDS TO TOP OF APPROACH/ACCESS ROAD
NEAR THE BUILDING ENTRY, CROSS REFERENCE TO STRUCTURAL
DRAWING SHALL BE MADE.
500
CAT LADDER AS/STRL. B. INTERNAL PARTITION WALLS OF WC/BATH CUBICLE SHALL
AS/STRL. BE 2500MM HIGH FROM FLOOR LEVEL.
C. ALL OTHER WALLS SHALL BE UPTO ROOF/ROOF BEAM IF NOT
SPECIFICALLY INDICATED.
D. CUT-OUTS/OPENINGS FOR CABLES/DUCTS ETC. SHALL BE PROVIDED
AS/PER PED/STRUCTURAL/EQUIPMENT, CABLE, DUCTING DRAWINGS.
4. CABLING/CONDUITS
GUARD ROOM TOILET WC A. ALL CONDUITS SHALL BE CONCEALED TYPE EXCEPT IN AREAS CONCEALED
BY FALSE CEILING AND SHALL BE LAID AS PER RELEVANT DRAWINGS.
3000
B. IN CASE OF CONDUITS CONCEALED IN ROOF/BEAM/FLOOR, THEY
SHALL BE LAID BEFORE CASTING.
5. FINISHING
A. IN CASE OF ANY CONFLICT WITH TENDER/PACKAGE, THE SAME
SHALL BE GOT RESOLVED BEFORE PROCUREMENT AND EXECUTION.
100.300
F.F.L.
100.000 100.000 100.000 SCHEDULE OF DOORS & WINDOWS
A.R.L. A.R.L. A.R.L.
TYPE OPENING FRAME LINTEL DESCRIPTION NOS.
4000 SIZE SIZE LEVEL
4000
AL11000 x 2100 0980 x 2090 2100 POWDER COATED ALUMINIUM GLAZED 02
SINGLE SHUTTER DOOR WITH 6mm TH.
TOUGHENED GLASS AS PER EIL STD
1 1' 2 2 1' 1 A B C
35mm THICK BLOCK BOARD FLUSH DOOR
D1 0800 x 2100 0780 x 2090 2100 SHUTTER FACED WITH 1 MM LAMINATED 02
ELEVATION E1 ELEVATION E3 SECTION B-B BOTH SIDE WITH PRESSED STEEL FRAME
POWDER COATED ALUMINIUM GLAZED 03
W1 1500 x 1200 1480 x 1180 2100
WINDOW WITH 6.0mm THK TOUGHENED
GLASS, PARTLY FIXED/ PARTLY OPENABLE
E3 TYPE AS/EIL STD.
1000
(b)-WATER PROOFING
1200
BATH 4mm thk APP MODIFIED REINFORCED BITUMINOUS MEMBRANE WATERPROOFING OVER RCC SLAB AS/SPEC.
WC 1000 B-INTERNAL :-
D1 D1 ROOM/AREA FLOORING WALLS CEILING REMARKS
500 HIGH R.C.C. PARAPET WALL
CAT LADDER CAT LADDER GUARD ROOM VITRIFIED TILES 12 MM THK. CEMENT
WATER PROOFING AS/TENDER SPECS. FLOORING PLASTER WITH OIL 6mm THK. CEMENT
AS/STRL. AS/STRL. BOUND DISTEMPER PLASTER WITH OIL
4000
4000
500
VERANDAH KOTA STONE
STEP UP FLOORING
R-150
T-300 LEGEND:
E2 DW AL1 ARL = TOP OF APPROACH ROAD LEVEL
450 FFL = FINISHED FLOOR LEVEL
B B GUARD ROOM
750
750
TERRACE
3000
3000
3000
GUARD ROOM
E4 0 01.01.18 ISSUED FOR CONSTRUCTION BR PD NK
750
W1 4000
A A
600
1 1' 2
160 Ø PVC RAIN WATER PIPE
xsy ¼bafM;k½ fyfeVsM
900 500
4000
B 500 900 160 Ø PVC RAIN WATER PIPE
4000 SECTION A-A GAIL
GAIL (INDIA) LIMITED
500 HIGH R.C.C. PARAPET WALL
E1 /kksch nqxkZiqj gfYn;k DHOBI - DURGAPUR HALDIA
ikbZiykbu izkstsDV PIPELINE PROJECT
1 1' 2 1 1' 2
xkMZ :e GUARD ROOM
( fof'k"V ) (TYPICAL)
vk;kstuk] n`'; ,oa dkV PLANS, ELEVATIONS & SECTIONS
GROUND FLOOR PLAN TERRACE PLAN SCALE JOB NO. UNIT DIVN. DEPT. DWG. NO. REV.
1:50 B 0 3 5 0 0 1 8 1 4 1 1 2 1 0 5 0
Page 42 of 851
3-1641-0501 REV.2 A1-841x594
VENDOR DATA REQUIREMENTS Document No.
B035-001-81-41-VDR-8106
FOR Rev. A
VENDOR DATA REQUIREMENTS FOR
CLEAN AGENT Page 1 of 3
Page 43 of 851
VENDOR DATA REQUIREMENTS Document No.
B035-001-81-41-VDR-8106
FOR Rev. A
VENDOR DATA REQUIREMENTS FOR
CLEAN AGENT Page 2 of 3
The following drawings/documents marked " " shall be furnished by the bidder.
POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
1. List of clause wise deviations, if any, to the
specifications in the deviation format.
2. Indian/International standards to which the
offered system/equipment conform.
3. DCI including all the documents
4. Catalogues/Brochures giving technical
particulars and details of operation/
maintenance of the offered elements/ system.
5. Certificates of agencies who have accorded
approval for the system design, design
concentration, software elements/components
offered.
6. Collaboration certificate with OEM (if
applicable )
7. All the documents for meeting the Bidder
qualification Criteria.
8. Protected room/area layouts as reconfirmation
regarding the area being provided with Clean
Agent system).
9. Confirmation regarding the available space for
cylinders as given in the bid drawing.
10. Calculation of clean Agent Quantity / cylinders
offered for various areas as per specification
11. Availability of gas, spare parts, refilling facilities
in India
12. Details of source of Clean Agent to be procured
shall be submitted along with the offer.
13. Filled-in Technical Data Sheet as per attached
Specificatiosn B035-001-81-41-SP-8106, REV-
A
14. List of Mandatory and Recommended spares
as per B035-001-81-41-SP-8106, REV-A
15. Hydraulic Calculation
16. PFD, P&ID and GA Drawing
17. Testing and inspection procedure
18. Data sheet of cylinder and other components
19. System description and write-up
20. Battery and charger sizing calculations
21. GA and schematic design of Control Panel
Page 44 of 851
VENDOR DATA REQUIREMENTS Document No.
B035-001-81-41-VDR-8106
FOR Rev. A
VENDOR DATA REQUIREMENTS FOR
CLEAN AGENT Page 3 of 3
POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
22. Functional write up of control panel including
battery charger
23. Operating and maintenance manual
24. GA and design calculation for pressure release
vent / louvers
25. Firm commitment and agreement with backup
consultant for design, supply, engineering,
construction, testing and commissioning etc. (
furnish certificate )
26. Piping GA Drawing
Notes :
1. "TICK" denotes applicability.
2. Post order, drawing / document review shall commence only after approval of Document Control Index (DCI).
3. All post order documents shall be submitted / approved through EIL eDMS portal.
4. Final documentation shall be submitted in hard copy (Six prints) and soft ( two CDs/DVDs ) in addition to
submission through EIL eDMS.
5. Refer - 6-78-0001: Specification for quality management system from Bidders.
6. Refer - 6-78-0002: Specification for documentation requirements from Contractors.
7. Refer - 6-78-0003: Specification for documentation requirement from Suppliers.
8. All drawings & documents shall be submitted in A4 or A3 paper sizes. Documents in higher paper size shall
be submitted in exceptional circumstances or as indicated in the MR/Tender.
9. Post order- The schedule of drawing / data submission shall be mutually agreed between EIL & the bidder /
contractor / supplier during finalization of Document Control Index (DCI).
10. "@" indicates submission of documents to Inspection Agency.
11. Bill of Material shall form part of the respective drawing.
Page 45 of 851
Suppliers List for FIRE PROTECTION AND Date :24/09/2018 14:58:57
Page 1 of 6
066053057050
Page 46 of 851
Suppliers List for FIRE PROTECTION AND Date :24/09/2018 14:58:57
Page 2 of 6
066053057050
Page 47 of 851
Suppliers List for FIRE PROTECTION AND Date :24/09/2018 14:58:57
Page 3 of 6
066053057050
Page 48 of 851
Suppliers List for FIRE PROTECTION AND Date :24/09/2018 14:58:57
Page 4 of 6
066053057050
Page 49 of 851
Suppliers List for FIRE PROTECTION AND Date :24/09/2018 14:58:57
Page 5 of 6
On Holiday
1 S619 SPRAYING SYSTEMS CO. UNITED STATES DORMANT (NOT TO BE
CONSIDERED)
066053057050
Page 50 of 851
Suppliers List for FIRE PROTECTION AND Date :24/09/2018 14:58:57
Page 6 of 6
066053057050
Page 51 of 851
DOCUMENT No.
SCOPE OF WORK FOR FIRE
DETECTION AND ALARM B035-001-16-50-SOW-8106
SYSTEM (ELECTRICAL) Rev. 0
Page 1 of 10
JOB NO : B035
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 52 of 851
DOCUMENT No.
SCOPE OF WORK FOR FIRE
DETECTION AND ALARM B035-001-16-50-SOW-8106
SYSTEM (ELECTRICAL) Rev. 0
Page 2 of 10
CONTENTS
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 53 of 851
DOCUMENT No.
SCOPE OF WORK FOR FIRE
DETECTION AND ALARM B035-001-16-50-SOW-8106
SYSTEM (ELECTRICAL) Rev. 0
Page 3 of 10
A new 30” diameter pipeline has been envisaged from Dobhi to Haldia via Durgapur
(DDHPL) by GAIL under JHBDPL Project. The scope of work envisaged under this
Tender covers the Fire alarm system for a part of the Dhobi - Durgapur -Haldia Pipeline
Project as per specifications, drawings, codes, standards and good engineering practice
etc. complete. The contractor shall be responsible to complete the entire work in all
respects and any other work necessary to complete the job whether specifically
mentioned or not in the scope of work.
Scope of this tender is limited to some part of Dobhi-Durgapur Pipeline (DDPL) section
only.
b) Complete scope including supply and installation of analogue addressable Fire alarm
panel with mimic, Repeater panel (to be provided in Guard room of the SV/IP station),
Electrical Siren (roof-top type), Hand operated siren, addressable detectors (including
detectors in areas of control room building, guard room, cable trench), heat sensing
cables for cable trench inside CR building, response indicators, exit signs, electronic
horn, break glass type manual call points, junction boxes, required cabling/wiring etc. is
in the scope of Contractor.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 54 of 851
DOCUMENT No.
SCOPE OF WORK FOR FIRE
DETECTION AND ALARM B035-001-16-50-SOW-8106
SYSTEM (ELECTRICAL) Rev. 0
Page 4 of 10
c) Fire alarm panel (FAP) shall be complete with power supply unit (VRLA battery and
charger/ power supply panel). Bidder shall include supply of battery stands (if
applicable); all cables between power supply units (Battery Chargers and battery banks)
to FAP. Price for the same shall be included in the quoted price of FAP.
d) The distance between the farthest Manual Call Point/detectors and FAP has been
considered as approximately 250m for SV / IP station and max. 400m for RT for
calculating the complete loop length. Contractor shall ensure and confirm suitability of
the offered fire alarm system for the above.
e) The vendor shall supply all necessary additional equipment (even if not specified) for
safe and satisfactory operation of the system and price of the same shall be included in
the basic price.
f) Batteries supplied by the Contractor shall be suitable for panel mounting. In case the
same is not possible than suitable battery stand and inter-connecting
cables/connectors/lugs etc. shall be supplied by the Contractor. Batteries shall be sized
for minimum End cell voltage of 1.8 V/cell. An overall ageing factor of 0.8 and a
temperature correction factor corresponding to minimum temperature of 10ºC shall be
considered for battery sizing.
g) Battery back-up time for FAP and Repeater panel shall be considered in line with EIL
specification 6-51-0076.
h) The following shall be noted w.r.t various equipments supplied by the Contractor:
- Multi-sensor addressable detectors for safe area shall be as per IS-2189 and
NFPA-72 (Latest Edition).
- Exit signs, hooters etc. shall be provided as per IS: 2189 and NFPA-72 (Latest
Edition).
- Control relay modules for tripping of AC system / exhaust fans shall be provided.
- The loop cabling for wiring detectors and BGUs shall be class A, fault tolerant
type as per NFPA 72.
- Necessary Input/output modules for receiving signals to/from separate clean
agent system shall be provided within the fire alarm panel (FAP).
i) Cable glands and lugs shall be supplied with all equipment. Provide single compression
cable glands for all indoor equipment. Weather-proof double compression gland shall be
provided for all outdoor equipment located in safe area and flameproof double
compression gland shall be provided for all flameproof equipment.
j) Wiring shall be done using 2-pair, 1.5 mm2 copper conductor twisted pair, PVC insulated
cables for indoor installations. Wiring for manual call points and other items located in
the plant/outdoor area shall be done using 2-pair, 1.5 mm2, annealed tinned Copper
conductor twisted pair, PVC insulated, PVC inner sheathed, overall screened, armoured
and overall PVC sheathed cables.
k) Only estimated quantities are indicated in SOR. Unit rates quoted against each SOR
item shall be applicable for any addition and deletion.
Page 55 of 851
DOCUMENT No.
SCOPE OF WORK FOR FIRE
DETECTION AND ALARM B035-001-16-50-SOW-8106
SYSTEM (ELECTRICAL) Rev. 0
Page 5 of 10
vendor, necessary co-ordination /association with the Contractor for Terminal Works
Tender (i.e. Building Works) at the installation stage shall be also ensured by him for
smooth commissioning.
m) Services of OEM of FA system shall be availed by the Contractor for testing and
commissioning of FA system.
n) Required potential free contacts / transducer shall be provided as per attached SCADA
I/O list (Doc. No. B035-000-16-50-SP-0003) for Fire alarm system.
o) Bidder to furnish with BID overall dimensions for the offered FAP including the
space required for the batteries (if the same are to be installed outside the panel)
& Battery charger.
p) Following facilities related to Fire alarm & detection system are coming for different SV /
IP /RT stations:
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 56 of 851
DOCUMENT No.
SCOPE OF WORK FOR FIRE
DETECTION AND ALARM B035-001-16-50-SOW-8106
SYSTEM (ELECTRICAL) Rev. 0
Page 6 of 10
NOTES :
1. All MCP shall be safe area outdoor type as per 6-51-0076 and following nos. of
MCP shall be considered for each SV Station / IP Station / RT:
a. 1 no. at exit of Control Room Building (outdoor type)
b. 1 no. at exit of Guard Room Building (outdoor type)
c. 1 no. for Outdoor area.”
q) Work shall be carried out with best workmanship in conformity to the tender
specifications, approved drawings and instructions, from time to time, of owner or its
authorized representative/Engineer-in-charge.
r) The job includes repairing of all civil works damaged during installation of electrical
facilities.
s) The scope of work under this contract shall be inclusive of breaking of walls and floors,
and chipping of concrete foundations necessary for the installation of equipment,
materials, and making good of the same.
t) Miscellaneous works (civil works, co-ordination, etc.): All related civil works shall be
included in the scope of the Contractor.
u) Supporting arrangement / stands for Fire alarm panels, Clean agent panels, as required,
shall also to be considered by Contractor. However, the same shall be finalized based
on location of above panels during detailed engineering without any cost and time
implication to the Owner.
3.1 Complete Design, Engineering, Supply, installation, testing and commissioning of Fire
Alarm system, repeater panel including field equipments are in scope of Contractor.
3.2 Contractor to furnish with BID overall dimensions for the offered Fire alarm panel (FAP)
including the space required for the batteries (if the same are to be installed outside the
panel) & Battery charger.
3.3 Fire alarm layout drawings of building /stations in Autocad format shall be prepared and
submitted by Contractor during detail engineering along with detailed FA block diagram
and functional design specification for Owner’s review.
3.4 Contractor shall furnish / submit the vendor drawings / documents as per Vendor Data
requirement (Electrical) attached with tender.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 57 of 851
DOCUMENT No.
SCOPE OF WORK FOR FIRE
DETECTION AND ALARM B035-001-16-50-SOW-8106
SYSTEM (ELECTRICAL) Rev. 0
Page 7 of 10
3.5 Contractor shall also prepare As-built drawings and submit as part of final
documentation.
3.6 Please note that there is no separate item in SOR related to design requirements of
various electrical equipments to be supplied by Contractor. All prices related to design
and engineering shall be included in the relevant SOR item for supply.
A. Max/Min Temperature : 50 / 02 0C
B. Relative Humidity : 95%
C. Equipment design temperature (IS 9676) : * 450C
Electrical / Control room building at all stations shall be located in safe area. All the
electrical equipment to be located in hazardous area Zone 1 or Zone 2, Gas Group
IIA/IIB and Temp. Class T3, based on respective area classification drawing as per IS
5572, Indian Petroleum Rules and as shown in the respective equipment specification/
particular specification, shall be flameproof type. All Electrical equipment for hazardous
areas shall be selected as per IS-5571.
a) One spare loop (in addition to as required) shall be considered for Fire Alarm
Panel for each location.
b) Electrical operated siren for diametrical range of 2 kms. The same shall be suitable for
single phase (i.e. SPN) input power supply.
c) The Hand Operated Siren used for firefighting & general purposes shall comply to
IS: 6026 (latest edition)
a) The shape, components, material, design and construction shall comply with
IS:6026.
b) It shall have Siren body inbuilt disc and handle, guard & portable stand.
c) The Siren shall have a minimum. range of 1.6 Kms.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 58 of 851
DOCUMENT No.
SCOPE OF WORK FOR FIRE
DETECTION AND ALARM B035-001-16-50-SOW-8106
SYSTEM (ELECTRICAL) Rev. 0
Page 8 of 10
d) Workmanship
e) The performance test & QAP requirements are as per IS
f) The markings shall have the manufacturers name, trademark, date of
manufacture, etc as per IS and based on PTR
d) There will be interlocks to shut off the exhaust fans and tripping of A/C system in case of
Fire detection. The fire signal from first detector will operate the audio-visual alarm
whereas on confirmation of fire signal from the other detector the ventilation/air
conditioning system shall be switched off automatically. Appropriate tripping relays and
their contacts shall be provided by the Contractor for this purpose considering zone wise
operation, partitions in cable gallery/ basement and number of fans/ system operating in
the electrical rooms/battery room/SCADA room.
e) Potential free contacts (Relay modules) shall be made available for each zone for
tripping of respective ventilation/air conditioning system. Location of above relay module
shall be finalized during detailed engineering stage. Contractor to consider all
accessories such as cabling/ wiring, contact multiplication etc. as required to achieve the
system requirement. Contact of auxiliary relays shall be made available in relay auxiliary
panel of the above mentioned places and shall be suitable to wire directly in PDB/starter
panel control circuit.
f) Necessary interface between FA system and clean agent system shall be considered by
Fire Alarm system vendor and shall also coordinate the same with clean agent Vendor.
For details refer Clean Agent system scope (Doc. No. B035-001-81-41-SP-8101).
However, FA system and Clean agent system shall be two separate system/Panel.
g) For cable trench and false flooring area suitable type detectors shall be considered by
Contractor.
h) Heat sensing cables for cable trench area inside Control Room (CR) building shall be
considered in addition to detectors.
5.1 Main bidder shall offer Fire Detection and Alarm System from any one of the following
vendors only:
a. New Fire Engineer(s) Pvt. Ltd.
b. Tyco Fire and Security India Pvt. Ltd.
c. Honeywell Inc.
d. Honeywell Automation India Ltd.
e. Edward International
5.2 Bidder shall clearly indicate in their offer the Vendor(s) for FA system considered by
them.
5.4 Bidder shall submit the “COMMITMENT LETTER” from minimum one or more Fire
Alarm system vendor(s) selected from the approved vendor list as per FA system
datasheet / Scope of Work (Electrical) attached with Tender, confirming that FA system
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 59 of 851
DOCUMENT No.
SCOPE OF WORK FOR FIRE
DETECTION AND ALARM B035-001-16-50-SOW-8106
SYSTEM (ELECTRICAL) Rev. 0
Page 9 of 10
Vendor will supply the said FA system to the Main Bidder in the event of award. Bidder
to confirm that commitment letter(s) have been submitted along with the BID.
For list of acceptable makes of Electrical equipment / items, refer Vendor List –
Electrical (Doc. No. B035-001-16-50-VL-8106) attached the tender document.
The bid must include in the quoted price for the following mandatory spares to be
supplied with the Fire Alarm system:
Spares for two years AMC shall be separately quoted in a separate envelope.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 60 of 851
DOCUMENT No.
SCOPE OF WORK FOR FIRE
DETECTION AND ALARM B035-001-16-50-SOW-8106
SYSTEM (ELECTRICAL) Rev. 0
Page 10 of 10
NOTES:
1. Contractor to note that all cabling (including supply & laying) & other electrics for
the fire alarm system shall be supplied along with the package and no separate
payment shall be admissible for the same. Owner shall provide only single point
power supply for the same.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 61 of 851
Dobhi-Durgapur-Haldia ANNEXURE – A
Pipeline Project TO
EIL Job. No. – B035 SCOPE OF WORK (ELECTRICAL)
(DOC. No. B035-001-16-50-SOW-8106)
COMMITMENT LETTER
RFQ No.:
……………………………..(*) ………………………………(**)
Signed for and on behalf of Authorised signatory iFor and on behalf of Authorised signatory
FA System Vendor of Main Bidder
Name : Name :
Date : Date :
* FA System Vendor
** Ma i n B i d d e r o f S u b j e c t R F Q
Page 62 of 851
DOCUMENT No.
SCADA I/O LIST FOR B035-000-16-50-SP-0003
ELECTRICAL PARAMETERS Rev. 1
Page 1 of 7
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 63 of 851
SCADA I/O LIST REV. NO. 01
FOR
ELECTRICAL PARAMETERS
1 FIRE ALARM SYSTEM SCADA FIRE DETECTION ALARM M 1 - - - 1 FA FIRE DETECTED NORMAL OPERATION - - -
FIRE DETECTION - FIRE DETECTECTION - ELEC.
2 FIRE ALARM SYSTEM SCADA M 1 - - - 1 FA-ELECT-RM NORMAL OPERATION - - -
ELECTRICAL ROOM ROOM
FIRE DETECTION -TELCOM FIRE DETECTECTION -
3 FIRE ALARM SYSTEM SCADA M 1 - - - 1 FA-TEL-RM NORMAL OPERATION - - -
/ SCADA ROOM TELECOM ROOM
FIRE DETECTION - FIRE DETECTECTION -
4 FIRE ALARM SYSTEM SCADA M 1 - - - 1 FA-BAT-RM NORMAL OPERATION - - -
BATTERY ROOM BATTERY ROOM
FAULT IN FIRE DETECTION FAULT IN FIRE
5 FIRE ALARM SYSTEM SCADA M 1 - - - 1 FA-F NORMAL OPERATION - - -
SYSTEM DETECTECTION SYSTEM
FA & CLEAN CLEAN AGENT GAS CLEAN AGENT GAS
6 FIRE ALARM SYSTEM SCADA M 1 - - - 1 CA-PRL-CM NORMAL OPERATION - - -
AGENT RELEASED - CMN RELEALESED
SYSTEM
CLEAN AGENT CYLINDER CLEAN AGENT CYLINDER
7 FIRE ALARM SYSTEM SCADA M 1 - - - 1 CA-LKG NORMAL OPERATION - - -
WEIGHT LOSS BY LEAKAGE WEIGHT LOSS BY LEAKAGE
CLEAN AGENT GAS CLEAN AGENT GAS
8 FIRE ALARM SYSTEM SCADA RELEASED ELECTRICAL M 1 - - - 1 CA-PRL-ER RELEASED ELECTRICAL NORMAL OPERATION - - -
ROOM ROOM
CLEAN AGENT GAS
CLEAN AGENT GAS
9 FIRE ALARM SYSTEM SCADA RELEASED TELECOM M 1 - - - 1 CA-PRL-TR NORMAL OPERATION - - -
RELEASED TELECOM ROOM
ROOM
CLEAN AGENT GAS
CLEAN AGENT GAS
10 FIRE ALARM SYSTEM SCADA RELEASED BATTERY M 1 - - - 1 CA-PRL-BR NORMAL OPERATION - - -
RELEASED BATTERY ROOM
ROOM
8 SOLAR SYSTEM SCADA SOLAR ARRAY -1 START C - 1 - - 1 AR1-ST SOLAR ARRAY-1 START N.A. - - -
9 SOLAR SYSTEM SCADA SOLAR ARRAY-1 STOP C - 1 - - 1 AR1-STP SOLAR ARRAY-1 STOP N.A. - - -
10 SOLAR SYSTEM SCADA SOLAR ARRAY-1 RESET C - 1 - - 1 AR1-RST SOLAR ARRAY-1 RESET N.A. - - -
11 SOLAR SYSTEM SCADA SOLAR ARRAY -1 START C - 1 - - 1 AR2-ST SOLAR ARRAY-2 START N.A. - - -
12 SOLAR SYSTEM SCADA SOLAR ARRAY-1 STOP C - 1 - - 1 AR2-STP SOLAR ARRAY-2 STOP N.A. - - -
13 SOLAR SYSTEM SCADA SOLAR ARRAY-1 RESET C - 1 - - 1 AR2-RST SOLAR ARRAY-2 RESET N.A. - - -
Page 64 of 851
SCADA I/O LIST REV. NO. 01
FOR
ELECTRICAL PARAMETERS
25 ARRAY FAULT SCADA ARRAY FAULT M 1 - - - 1 SA-F ARRAY FAULT NORMAL OPERATION - - -
Page 65 of 851
SCADA I/O LIST REV. NO. 01
FOR
ELECTRICAL PARAMETERS
39 GRID STATUS MV SWITCHBOARD SCADA GRID POWER AVAILABLE M 1 - - - 1 GRID-ON GRID POWER AVAILABLE GRID OFF - - -
DOOR OF TELECOM
40 DOOR STATUS SCADA DOOR STATUS M 1 - - - 1 DST-CLOSED DOOR CLOSED DOOR OPEN - - -
/SCADA ROOM
41 SPARES M 4 - - - 4 - - - - - -
42 SPARES M - - 2 - 2 - - - 4-20mA - -
43 SPARES C - 2 - - 2 - - - - - -
NOTES
1. ALL DIGITAL OUTPUTS FROM SCADA SHALL BE POTENTIAL FREE CONTACT, WHICH WILL MOMENTARYILY CLOSED FOR 2 SECONDS FOR ACTIVATION OF CORRESPONDING DIGITAL OUTPUT COMMAND.
3. VALUES SPECIFIED UNDER ANALOG SIGNAL DETAILS ARE BASED ON AVAILABLE INFORMATION. EXACT VALUES BASED ON ORDER EQUIPMENT SHALL BE INFORMED LATER.
Page 66 of 851
SCADA I/O LIST
1 FIRE ALARM SYSTEM SCADA FIRE DETECTION ALARM M 1 - - - 1 FA FIRE DETECTED NORMAL OPERATION - - -
FIRE DETECTECTION - ELEC.
2 FIRE ALARM SYSTEM SCADA FIRE DETECTION -ELECTRICAL ROOM M 1 - - - 1 FA-ELECT-RM NORMAL OPERATION - - -
ROOM
FIRE DETECTION -TELCOM / SCADA FIRE DETECTECTION - TELECOM
3 FIRE ALARM SYSTEM SCADA M 1 - - - 1 FA-TEL-RM NORMAL OPERATION - - -
ROOM ROOM
FIRE DETECTECTION - CONTROL
4 FIRE ALARM SYSTEM SCADA FIRE DETECTION -CONTROL ROOM M 1 - - - 1 FA-CR-RM NORMAL OPERATION - - -
ROOM
FIRE DETECTECTION - BATTERY
5 FIRE ALARM SYSTEM SCADA FIRE DETECTION -BATTERY ROOM M 1 - - - 1 FA-BAT-RM NORMAL OPERATION - - -
ROOM
FAULT IN FIRE DETECTECTION
6 FA & FIRE ALARM SYSTEM SCADA FAULT IN FIRE DETECTION SYSTEM M 1 - - - 1 FA-F NORMAL OPERATION - - -
SYSTEM
CLEAN
7 AGENT FIRE ALARM SYSTEM SCADA CLEAN AGENT GAS RELEASED - CMN M 1 - - - 1 CA-PRL-CM CLEAN AGENT GAS RELEALESED NORMAL OPERATION - - -
SYSTEM
CLEAN AGENT CYLINDER WEIGHT CLEAN AGENT CYLINDER WEIGHT
8 FIRE ALARM SYSTEM SCADA M 1 - - - 1 CA-LKG NORMAL OPERATION - - -
LOSS BY LEAKAGE LOSS BY LEAKAGE
CLEAN AGENT GAS RELEASED CLEAN AGENT GAS RELEASED
9 FIRE ALARM SYSTEM SCADA M 1 - - - 1 CA-PRL-ER NORMAL OPERATION - - -
ELECTRICAL ROOM ELECTRICAL ROOM
CLEAN AGENT GAS RELEASED CLEAN AGENT GAS RELEASED
10 FIRE ALARM SYSTEM SCADA M 1 - - - 1 CA-PRL-TR NORMAL OPERATION - - -
TELECOM ROOM TELECOM ROOM
CLEAN AGENT GAS RELEASED BATTERY CLEAN AGENT GAS RELEASED
11 FIRE ALARM SYSTEM SCADA M 1 - - - 1 CA-PRL-BR NORMAL OPERATION - - -
ROOM BATTERY ROOM
CLEAN AGENT GAS RELEASED CLEAN AGENT GAS RELEASED
12 FIRE ALARM SYSTEM SCADA M 1 - - - 1 CA-PRL-CR NORMAL OPERATION - - -
CONTROL ROOM CONTROL ROOM
Page 67 of 851
SCADA I/O LIST
GRID
36 MV SWITCHBOARD SCADA GRID POWER AVAILABLE M 1 - - - 1 GRID-ON GRID POWER AVAILABLE GRID OFF - - -
STATUS
39 SPARES M 4 - - - 4 - - - - - -
40 SPARES M - - 2 - 2 - - - 4-20mA - -
41 SPARES C - 2 - - 2 - - - - - -
NOTES
1. ALL DIGITAL OUTPUTS FROM SCADA SHALL BE POTENTIAL FREE CONTACT, WHICH WILL MOMENTARYILY CLOSED FOR 2 SECONDS FOR ACTIVATION OF CORRESPONDING DIGITAL OUTPUT COMMAND.
3. VALUES SPECIFIED UNDER ANALOG SIGNAL DETAILS ARE BASED ON AVAILABLE INFORMATION. EXACT VALUES BASED ON ORDER EQUIPMENT SHALL BE INFORMED LATER.
Page 68 of 851
SCADA I/O LIST
NORMAL
1 FIRE ALARM SYSTEM SCADA FIRE DETECTION ALARM M 1 - - - 1 FA FIRE DETECTED - - -
OPERATION
FIRE DETECTION - FIRE DETECTECTION - NORMAL
2 FIRE ALARM SYSTEM SCADA M 1 - - - 1 FA-ELECT-RM - - -
ELECTRICAL ROOM ELEC. ROOM OPERATION
FIRE DETECTION -TELCOM FIRE DETECTECTION - NORMAL
3 FIRE ALARM SYSTEM SCADA M 1 - - - 1 FA-TEL-RM - - -
/ SCADA ROOM TELECOM ROOM OPERATION
FIRE DETECTION - FIRE DETECTECTION - NORMAL
4 FIRE ALARM SYSTEM SCADA M 1 - - - 1 FA-CR-RM - - -
CONTROL ROOM CONTROL ROOM OPERATION
FIRE DETECTION - FIRE DETECTECTION - NORMAL
5 FIRE ALARM SYSTEM SCADA M 1 - - - 1 FA-BAT-RM - - -
BATTERY ROOM BATTERY ROOM OPERATION
FAULT IN FIRE
FAULT IN FIRE DETECTION NORMAL
6 FIRE ALARM SYSTEM SCADA M 1 - - - 1 FA-F DETECTECTION - - -
SYSTEM OPERATION
SYSTEM
FA & CLEAN CLEAN AGENT GAS CLEAN AGENT GAS NORMAL
7 FIRE ALARM SYSTEM SCADA M 1 - - - 1 CA-PRL-CM - - -
AGENT RELEASED - CMN RELEALESED OPERATION
SYSTEM CLEAN AGENT
CLEAN AGENT CYLINDER NORMAL
8 FIRE ALARM SYSTEM SCADA M 1 - - - 1 CA-LKG CYLINDER WEIGHT - - -
WEIGHT LOSS BY LEAKAGE OPERATION
LOSS BY LEAKAGE
CLEAN AGENT GAS CLEAN AGENT GAS
NORMAL
9 FIRE ALARM SYSTEM SCADA RELEASED ELECTRICAL M 1 - - - 1 CA-PRL-ER RELEASED ELECTRICAL - - -
OPERATION
ROOM ROOM
CLEAN AGENT GAS CLEAN AGENT GAS
NORMAL
10 FIRE ALARM SYSTEM SCADA RELEASED TELECOM M 1 - - - 1 CA-PRL-TR RELEASED TELECOM - - -
OPERATION
ROOM ROOM
CLEAN AGENT GAS CLEAN AGENT GAS
NORMAL
11 FIRE ALARM SYSTEM SCADA RELEASED BATTERY M 1 - - - 1 CA-PRL-BR RELEASED BATTERY - - -
OPERATION
ROOM ROOM
CLEAN AGENT GAS CLEAN AGENT GAS
NORMAL
12 FIRE ALARM SYSTEM SCADA RELEASED CONTROL M 1 - - - 1 CA-PRL-CR RELEASED CONTROL - - -
OPERATION
ROOM ROOM
Page 69 of 851
SCADA I/O LIST
GRID POWER
36 GRID STATUS MV SWITCHBOARD SCADA GRID POWER AVAILABLE M 1 - - - 1 GRID-ON GRID OFF - - -
AVAILABLE
DOOR OF TELECOM
37 DOOR STATUS SCADA DOOR STATUS M 1 - - - 1 DST-CLOSED DOOR CLOSED DOOR OPEN - - -
/SCADA ROOM
DOOR OF CONTROL
38 DOOR STATUS SCADA DOOR STATUS M 1 - - - 1 DST-CLOSED DOOR CLOSED DOOR OPEN
ROOM
39 SPARES M 4 - - - 4 - - - - - -
40 SPARES M - - 2 - 2 - - - 4-20mA - -
41 SPARES C - 2 - - 2 - - - - - -
NOTES
1. ALL DIGITAL OUTPUTS FROM SCADA SHALL BE POTENTIAL FREE CONTACT, WHICH WILL MOMENTARYILY CLOSED FOR 2 SECONDS FOR ACTIVATION OF CORRESPONDING DIGITAL OUTPUT COMMAND.
3. VALUES SPECIFIED UNDER ANALOG SIGNAL DETAILS ARE BASED ON AVAILABLE INFORMATION. EXACT VALUES BASED ON ORDER EQUIPMENT SHALL BE INFORMED LATER.
Page 70 of 851
Document No.
VENDOR DATA REQUIREMENTS B035-001-16-50-VDR-8106
FOR Rev. 0
FIRE ALARM SYSTEM Page 1 of 4
Page 71 of 851
Document No.
VENDOR DATA REQUIREMENTS B035-001-16-50-VDR-8106
FOR Rev. 0
FIRE ALARM SYSTEM Page 2 of 4
The following drawings/documents marked " " shall be furnished by the bidder.
POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
1. Schedule of Vendor Documents
2. Data Sheets (Duly filled-in)
3. Dimensional Drawings : Cross sectional views
of cables
4. Dimensional Drawings : Crossectional view of
accessories
5. Test Records
6. Inspection & Test Plan (ITP) -For review by Refer Note-'*'
Inspection Dept.
7. Type Test Certificate for similar cables
8. Data Books/ Manuals : Installation Manual
9. Data Books/ Manuals : Operating/ Maintenance
Manual
10. Data Books/ Manuals : Catalogues/ Brochures
11. Equipment storage procedure at site
POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
1. Schedule of Vendor Documents
2. Confirmation of Technical Compliance
3. Dimensional Drawings : GA Drawings for
Panels, Battery, Charger, UPS
4. Dimensional Drawings : Installation plan/
Mounting Details/ Cable cut-out details
5. Dimensional Drawings : Sectional View
Drawing
6. Dimensional Drawings : G.A. drawings of all
devices e.g. (Detectors, Call stations, Hooters,
Siren, Exit signs, Response indicators etc)
7. Dimensional Drawings : Cubicle arrangement
drawing
8. Dimensional Drawings : Mimic diagram
Page 72 of 851
Document No.
VENDOR DATA REQUIREMENTS B035-001-16-50-VDR-8106
FOR Rev. 0
FIRE ALARM SYSTEM Page 3 of 4
POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
9. Dimensional Drawings : Battery rack
arrangement drawing
10. Dimensional Drawings : Name plate drawings
11. Dimensional Drawings : Bill of material
12. Electrical Wiring Drawings : Block and Logic
Diagrams
13. Electrical Wiring Drawings : Control Schematics
14. Electrical Wiring Drawings : Wiring Diagram
and Terminal Details
15. Electrical Wiring Drawings : Interconnection
Diagrams
16. Performance Curves of battery
17. Test Records
18. Inspection & Test Plan (ITP) -For review by Refer Note-'*'
Inspection Dept.
19. Calculations for : Selected quantity & location
of detectors
20. Calculations for : Battery Sizing
21. Calculations for : UPS, Battery charger sizing
22. Calculations for : System cable selection
23. Statutory approval certificate
24. Type Test Certificates for similar equipment
25. List of Commissioning Spares
26. List of Mandatory Spares
27. List of Maintenance Spares
28. List of Special Tools & Tackles
29. Data Books/ Manuals : Installation Manual
30. Data Books/ Manuals : Operating/ Maintenance
Manual
31. Data Books/ Manuals : Catalogues/ Brochures
32. Equipment storage procedure at site
33. Typical FA system Layout of Control Room
Building of for SV station / IP Station / RT
34. Commitment Letter(s) from FA System
Vendor(s) as per Technical Compliance
(Electrical)
35. Data Sheets ( duly filled-in)
Notes :
1. "TICK" denotes applicability.
2. Post order, drawing / document review shall commence only after approval of Document Control Index (DCI).
Page 73 of 851
Document No.
VENDOR DATA REQUIREMENTS B035-001-16-50-VDR-8106
FOR Rev. 0
FIRE ALARM SYSTEM Page 4 of 4
3. All post order documents shall be submitted / approved through EIL eDMS portal.
4. Final documentation shall be submitted in hard copy (Six prints) and soft ( two CDs/DVDs ) in addition to
submission through EIL eDMS.
5. Refer - 6-78-0001: Specification for quality management system from Bidders.
6. Refer - 6-78-0002: Specification for documentation requirements from Contractors.
7. Refer - 6-78-0003: Specification for documentation requirement from Suppliers.
8. All drawings & documents shall be submitted in A4 or A3 paper sizes. Documents in higher paper size shall
be submitted in exceptional circumstances or as indicated in the MR/Tender.
9. Post order- The schedule of drawing / data submission shall be mutually agreed between EIL & the bidder /
contractor / supplier during finalization of Document Control Index (DCI).
10. "@" indicates submission of documents to Inspection Agency.
11. Bill of Material shall form part of the respective drawing.
12. Also refer other department's VDR :-
13. Structures
14. '*' indicates the following:
a. Equipments whose ITP is attached with Contract -ITP for respective equipment shall be followed. Therefore,
no ITP is to be furnished for review for those equipments.
b. Equipments whose ITP is not attached with Contract-Manufacturer's ITP shall be submitted by Packager/
Vendor/Contractor to respective Regional Procurement Office (RPO) near to manufacturer's works for approval
by EIL Inspection.
15. All technical details and documents furnished with bids shall be treated as data for engineering. These shall
however be subject to Purchasers review after order placement and bidder shall comply to MR/Tender
requirements without any cost & time implication to EIL/Owner.
16. '*' indicates the following:
a. Equipments whose ITP is attached with Contract -ITP for respective equipment shall be followed. Therefore,
no ITP is to be furnished for review for those equipments.
b. Equipments whose ITP is not attached with Contract-Manufacturer's ITP shall be submitted by Packager/
Vendor/Contractor to respective Regional Procurement Office (RPO) near to manufacturer's works for approval
by EIL Inspection.
17. All technical details and documents furnished with bids shall be treated as data for engineering. These shall
however be subject to Purchasers review after order placement and bidder shall comply to MR/Tender
requirements without any cost & time implication to EIL/Owner.
18. Fire Alarm system and Clean agent system shall be two separate systems. This VDR is applicable for only
Fire Alarm system.
19. Bidder shall submit the Commitment Letter from minimum one or more Fire Alarm system vendor(s)
selected from the approved vendor list as per FA system datasheet / Scope of Work (Electrical)attached with
Tender confirming that FA system Vendor will supply the said FA system to the Main Bidder in the event of
award.
Page 74 of 851
TECHNICAL COMPLIANCE DOC. NO.
(ELECTRICAL) B035-001-16-50-TCL-8106
FIRE PROTECTION AND FIRE ALARM Rev 0
SYSTEM TENDER
Page 1 of 3
TECHNICAL COMPLIANE
(ELECTRICAL)
FOR
FIRE PROTECTION AND FIRE ALARM
SYSTEM TENDER
JOB NO : B035
Page 75 of 851
TECHNICAL COMPLIANCE DOC. NO.
(ELECTRICAL) B035-001-16-50-TCL-8106
FIRE PROTECTION AND FIRE ALARM Rev 0
SYSTEM TENDER
Page 2 of 3
BIDDER’S CONFIRMATION /
S.NO COMPLIANCE STATEMENT / QUERY
ANSWER
Page 76 of 851
TECHNICAL COMPLIANCE DOC. NO.
(ELECTRICAL) B035-001-16-50-TCL-8106
FIRE PROTECTION AND FIRE ALARM Rev 0
SYSTEM TENDER
Page 3 of 3
NOTE
1. The above technical compliance shall be duly filled-in, signed & stamped and submitted by
bidder along with their offer. Bidder’s offer is liable for rejection in case the technical
compliance is not submitted with the offer.
Page 77 of 851
Datasheet No.
DATA SHEET
B035-000-16-50-DS-0006
FIRE ALARM SYSTEM
Rev. No. 4
(ANALOGUE ADDRESSABLE TYPE)
Page 1 of 5
PURCHASER'S DATA
(to be filled by the Purchaser)
A Site Conditions
1 Ambient Temperature 2 Relative humidity 96 %
- Maximum : 46 °C 3 Altitude <1000 m above mean sea level
- Minimum : 5 °C 4 Atmosphere Dusty, Humid & corrosive
- Design : 45 °C
B Area classification
1 Buildings Safe Area
2 Plant units Hazardous area (Zone-2, gas group IIA/IIB, T3)
C General Data
1 Max. Distance from Fire Alarm 250 Meter for SV Station
Panel to the farthest field device 400 Meter for IP/RT Station
2 Cable entries for Break Glass 2 Nos. from Bottom
Units
3 Cable entries for Fire alarm Panel √Bottom/ Top
4 Cable entries for Repeater Panel √Bottom/ Top
5 Integration with Existing Fire Req./Not Req.√
Alarm System
6 Integration with following Systems:
a Public Alarm Announcement Req./Not Req.√ c Plant Data Network Req./Not Req.√
System(Public address system) d ISDN telephone exchange Req./Not Req.√
b Paging and Plant Comm. System Req./Not Req.√ e Fire Suppression System √ Req./Not Req.
( Clean Agent)
7 Area to be covered by FA system Refer Scope Doc.
D Power supply
1 Input power (Voltage/Frequency) See note 3 & 4 4 Temperature for battery sizing 10 °C
2 Battery type VRLA 5 Ageing factor 0.8
3 Duration for battery sizing (*Clause 5.2) As per 6-51-0076
Page 78 of 851
Datasheet No.
DATA SHEET B035-000-16-50-DS-0006
FIRE ALARM SYSTEM Rev. No. 4
Page 2 of 5
PURCHASER'S DATA
(to be filled by the purchaser)
A NOTES
1 This data sheet is applicable for fire alarm system for SV & IP Stations/ RT / TOP+DT . Fire alarm syatem shall be
microprocessor based analogue addressable type.
2 Complete scope including supply and installation of Fire alarm panel, Repeater panel ( to be provided in Guard room of the
SV/IP station), Siren, all detectors (including detectors in areas of control room building, cable trench ), heat sensing cables (
for cable trench inside CR building) response indicators, exit signs, electronic horn, break glass type manual call points (one
in Control Room Building exit door, one in Guard room exit door and one in outdoor safe area), junction boxes, required
cabling/wiring etc. is in the scope of respective Fire alarm system vendor.
3 Electrical operated Fire siren (2km. Dia. range) shall be supplied as part of fire alarm system and shall be suitable for 240V
AC supply.
4 Hand Operated Fire siren (1.6km. Dia. range) shall be supplied one per station as part of fire alarm system.
5 Single point normal power supply shall be made available at 240V±10%, 50Hz±3%, SPN AC for Fire Alarm
Panel for battery charging and siren power supply. All further distribution shall be done by FA Vendor.
6 Another 24V DC for Fire alarm panel critical load (logical cards, detectors, exit sign, hooter etc.)
7 Separate zones shall be considered above false ceiling, below false ceiling and below false flooring / trench (as
applicable).
8 Mimic shall be provided on the Fire alarm panel / repeater panel.
9 The Fire alarm panel/ system shall provide potential free contacts for the signals as
specified in clause no. 9.2 of specification no. 6-51-0076 (whichever applicable). Minimum 2NO+2NC contacts shall be
provided for each of these signals. In case additional contacts are required for any of the signals during detailed engineering,
the same shall be provided by the Vendor /contractor without any cost implication.
10 Required input/output status through SCADA system to Control Room Building through potential free contact shall be provided
in Fire alarm system for SCADA interface as per SCADA I/O List for Electrical parameters (Doc. No. B035-000-16-50-SP-
0003).
11 All initiating contacts in required numbers (rooms and area wise), interlocks, controls etc. shall be provided as a
part of Fire alarm system.
12 Minimum 1NO+1NC contact shall be provided in fire alarm panel/system for 1 no. digital monitoring signal (DI signal)
for 'FIRE DETECTED' in Repeater Station.
13 Fire alarm system layout drawing for areas where clean agent flooding is required shall be developed FA system
supplier in coordination with Clean agent system vendor. Indicative fire alarm layout for Control room building of SV / IP
/RT station shall be furnished by Contractor along with offer.
14 Required separate zones shall be considered Fire alarm system for BGU, detector (in cable trench etc.)
in electrical fire alarm layouts. Clean agent flooding shall not be initiated in case of fire detection through these
detectors/BGUs. (i.e. in trenches) and only status/alarm shall be initiated.
15 Fire alarm system shall have suitable interlocks with ACs and exhaust fans system for control room building.
16 Necessary interface / interlocks in fire alarm panel shall be considered for Clean Agent system (separate system)
& its separate Control panel as per Job specofication for Clean Agent System (Doc.No. B035-001-81-41-SP-8106).
17 One spare loop (in addition to as required) shall be considered for Fire Alarm Panel for each location.
18 The list of EIL approved Vendors for FA system has been given under cl. no. "H" of Purchaser's data of Fire
Alarm System datasheet. Bidder shall indicate the make(s) of FA system considered by them in their offer
from above list only.
19 Deviations / exceptions / clarifications against tender technical specification shall be limited to only those
which are as per agreed MOUs between EIL and FA system vendors. Deviation/exceptions over and above
the MOU shall render Bidder's offer liable for rejection.
20 Heat sensing cables for cable trench area inside Control Room building shall be considered complete with all
necessary modules (as required) for interfacing of heat sensing cables with addressable Fire Alarm Panel.
Page 79 of 851
Datasheet No.
DATA SHEET B035-000-16-50-DS-0006
FIRE ALARM SYSTEM Rev. No. 4
Page 3 of 5
MANUFACTURER'S DATA
Part-2
(to be filled by the Vendor)
A Make, type and model no. of following items
Make Type/Model No. Dimensions
1 Heat detectors
a Safe area
b Hazardous area
2 Ionisation type smoke detectors
a Safe area
b Hazardous area
3 Photoelectric type detectors
a Safe area
b Hazardous area
4 Linear beam smoke detectors
a Safe area
5 BreakReq
Glass Units
a uire
Safe area
b Hazardous area
6 Ultra-voilet Flame detectors
a Safe area
b Hazardous area
7 I/R Detectors
a Safe area
b Hazardous area
8 Heat Sensing cables
Detector unit for heat sensing cable
9 Response Indicators
10 Fault Isolators
11 Exit Signs
12 Hooters
a Hooter acknowledge boxes
13 Manual break glass boxes
14 Halon/ CO2 release/ Inhibit switches
15 Siren
B Genaral Data
1 Exit Signs Self-Luminous/ Backlit
2 Max. Distance from Fire Alarm 300-400 Meter
Panel to Detector/ BGU
Format No: EIL - 1650-2027 Rev. 2 Copyrights EIL - All rights reserved
Page 80 of 851
Datasheet No.
DATA SHEET B035-000-16-50-DS-0006
FIRE ALARM SYSTEM Rev. No. 4
Page 4 of 5
6 Repeat alarm panel
a Make & model no. d Dimensions (LXDXH)mm
b Operating Voltage & e LEDs arranged in a matrix
power consumption f LEDs arranged on graphic mimic
c Mounting
Format No: EIL - 1650-2027 Rev. 2 Copyrights EIL - All rights reserved
Page 81 of 851
Datasheet No.
DATA SHEET B035-000-16-50-DS-0006
FIRE ALARM SYSTEM Rev. No. 4
Page 5 of 5
F Power Requirements
a DGFAP( Watts)
b Zonal Fire Alarm Panels ( Watts)
c Total Fire Alarm system ( Watts)
G Communication Protocol
a Signal Loop
b Data Highway
H Cables
1 Recommended cable / wire size & Type
(Conventional Fire Alarm System)
a Between zonal panel & detectors,
break glass units.
b Between CFAP & Zonal panel
c Between CFAP & Repeat alarm panel
d Between zonal panel & repeat alarm
panel
2 Recommended cable / wire size & Type
(Microprocessor based Fire Alarm System)
a Between DGFAP & detectors 1.5mm2 Cu/
b Between CFAP & DGFAP
c Between CFAP & Zonal panel
d Between CFAP & Repeat alarm panel
f Between DGFAP & Repeat alarm panel
g Between Zonal panel & Repeat alarm panel
3 Cable Resistance (Max. per loop)
4 Cable capacitance (Max. per loop)
MR item no.
Explosion protection class
(as applicable)
Type reference no.
Reference no.& date of CMRI/
other test
certificates of recognised test
authority
Reference no.& date of CCOE
approval certificate
Reference no.& date of DGFALSI
approval certificate
Reference no.& date of DGMS
Format No: EIL - 1650-2027 Rev. 2 Copyrights EIL - All rights reserved
Page 82 of 851
VENDOR LIST Document No.
FOR B035-001-16-50-VL-8106
ELECTRICAL ITEMS Rev. 0
Page 1 of 14
VENDOR LIST
FOR
ELECTRICAL ITEMS
(DOBHI-DURGAPUR PIPELINE SECTION)
JOB NO : B035
Page 83 of 851
VENDOR LIST Document No.
FOR B035-001-16-50-VL-8106
ELECTRICAL ITEMS Rev. 0
Page 2 of 14
NOTES:
1. Vendor may procure material from any of approved vendors listed below. However current
validity and range of approval as per enlistment letter, workload, stability and solvency need to
be verified by the Vendor before placement of order.
2. For equipments/components other than the above, vendor shall submit past track record for the
proposed sub-vendors and obtain written approval from Owner / EIL before placing order.
Page 84 of 851
Suppliers List for FA Tender(DDPL-B035) Date :19/09/2018 16:39:08
Page 1 of 12
065057051048
Page 85 of 851
Suppliers List for FA Tender(DDPL-B035) Date :19/09/2018 16:39:08
Page 2 of 12
065057051048
Page 86 of 851
Suppliers List for FA Tender(DDPL-B035) Date :19/09/2018 16:39:08
Page 3 of 12
065057051048
Page 87 of 851
Suppliers List for FA Tender(DDPL-B035) Date :19/09/2018 16:39:08
Page 4 of 12
065057051048
Page 88 of 851
Suppliers List for FA Tender(DDPL-B035) Date :19/09/2018 16:39:08
Page 5 of 12
065057051048
Page 89 of 851
Suppliers List for FA Tender(DDPL-B035) Date :19/09/2018 16:39:08
Page 6 of 12
065057051048
Page 90 of 851
Suppliers List for FA Tender(DDPL-B035) Date :19/09/2018 16:39:08
Page 7 of 12
065057051048
Page 91 of 851
Suppliers List for FA Tender(DDPL-B035) Date :19/09/2018 16:39:08
Page 8 of 12
065057051048
Page 92 of 851
Suppliers List for FA Tender(DDPL-B035) Date :19/09/2018 16:39:08
Page 9 of 12
065057051048
Page 93 of 851
Suppliers List for FA Tender(DDPL-B035) Date :19/09/2018 16:39:08
Page 10 of 12
065057051048
Page 94 of 851
Suppliers List for FA Tender(DDPL-B035) Date :19/09/2018 16:39:08
Page 11 of 12
065057051048
Page 95 of 851
Suppliers List for FA Tender(DDPL-B035) Date :19/09/2018 16:39:08
Page 12 of 12
065057051048
Page 96 of 851
B035-001-16-50-01102
REF. DWG. NO. REFERENCE DRAWING TITLE
800 B035-001-81-41-12101-1 SV-STN. (TYP.) CONTROL ROOM BUILDING PLAN,ELE,& SEC.
7-51-0022,0102,0103,0116 EIL ELECTRICAL STANDARDS
50
1000
300
600
100 300
izLrqr vkjs[k ,oa blesa fufgr fMt+kbu bathfu;LkZ bafM;k fyfeVsM dh LkaifRr gSA ;s ek= m/kkj fn, x, gSa vkSj m/kkjdrkZ us ;g Li"V Lke>kSrk fd;k gS fd u rks mUgsa iqu% eqfnzr fd;kk tk,xk] u udy dh tk,xh]
u m/kkj fn, tk,axs] u iznf'kZr fd, tk,axs vkSj u gh Lkhfer vkSj futh iz;ksx ds vykok budk dksbZ vU; iz;ksx gksxk vkSj ;g iz;ksx m/kkj nsus okys }kjk m/kkjdrkZ dks fyf[kr :i esa nh xbZ Lkgefr Lks gksxk A
1200
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that
they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use.
1 2 3 4 5 6
28000
4000 7000 7000 6000 4000 1 2 3 4 5 6
UP 28000
4000 7000 7000 6000 4000
RAMP
100.000
A.R.L. (SLOPE 1:8)
1000MM HIGH RAILING
C C
VERANDAH
2000
2000
100.450
CLP-1L
PP-1P
LP-1L
F.F.L.
B B
FAP
PDB
CAP
SLOPE 1:80
SLOPE 1:80
SLOPE 1:80
20 UP 20
INSTRUMENT/
8000
1 21
SCADA ROOM BATT. RACK-1
BATT. RACK-2
DCDB-2
AC FC
GRID CHGR.
6000
6000
FF UD ELECTRICAL ROOM FIRE FIGHTING RM.
11 10 11
DCDB-1
DC-DC DC-DC 30
STAIRCASE CNVT. SOLAR CHGR. CNVT.
DN
BATTERY ROOM STAIRCASE
A A
SUN SHADE PROJ. ABOVE
STAIRS AS/STRL. DESIGN
750MM WIDE RCC GUTTER ABOVE
(FROM GROUND TO ROOF)
WIDTH=1500 160 Ø PVC RAIN WATER PIPE 750MM WIDE RCC GUTTER
TREAD =300 EMBEDDED IN CONC. (TYP.)
1000MM HIGH RCC PARAPET WALL
RISER =150
RAILING-S.S.RAILING,1000 HIGH
160 Ø PVC RAIN WATER PIPE
TERRACE PLAN EMBEDDED IN CONC. (TYP.)
EARTHING LAYOUT
LIGHTNING PROTECTION LAYOUT
1 2 3 4 5 6 1 2 3 4 5 6
28000 28000
4000 7000 7000 6000 4000 4000 7000 7000 6000 4000
UP UP
C C
VERANDAH VERANDAH
2000
2000
CLP-1L
GI PIPE SLEEVE GI PIPE SLEEVE
PP-1P
PP-1P
200
LP-1L
LP-1L
3000 F.F.L. 200 F.F.L.
200
800
200 200 170
B B
800 750
1020
FAP
FAP
1200 800 800
420 800
1200
F PDB 0 05.08.18 ISSUED FOR CONSTRUCTION MK
CAP
CAP
4NOS.150 DIA B 04.08.18 RE-ISSUED FOR COMMENTS RMC AR ANPS
CPPSM
CPPSM
20 UP F 20 UP GI PIPE SLEEVE
0 F AR ANPS
8000
8000
BATT. RACK-2
BATT. RACK-1
BATT. RACK-2
1200
DCDB-2
DCDB-2
REV. DATE REVISIONS BY CHKD APPD PEM/PC
INSTRUMENT/ F INSTRUMENT/
GRID CHGR.
GRID CHGR.
AC FC AC FC
6000
6000
ELECTRICAL ROOM
4000
A
F
200
F F F
11 10 11 10
DCDB-1
DCDB-1
1200
2000
750
BATTERY ROOM
200
A
2170 800 1000 800 1000
A GAIL
GAIL (INDIA) LIMITED
750 1000 1275 800 2000 800 1000 600
STAIRS AS/STRL. DESIGN 200 200 200 STAIRS AS/STRL. DESIGN
A
(FROM GROUND TO ROOF)
450 Ø EXHAUST FAN
(FLP IIC TYPE) (FROM GROUND TO ROOF) /kksch nqxkZiqj gfYn;k DHOBI - DURGAPUR HALDIA
WIDTH=1500
TREAD =300
450 Ø EXHAUST FAN
SUN SHADE PROJ. ABOVE WIDTH=1500
TREAD =300
3X3 NOS.100 DIA
GI PIPE SLEEVE
ikbZiykbu izkstsDV PIPELINE PROJECT
750MM WIDE RCC GUTTER ABOVE
RISER =150 RISER =150
RAILING-S.S.RAILING,1000 HIGH 160 Ø PVC RAIN WATER PIPE
EMBEDDED IN CONC. (TYP.)
RAILING-S.S.RAILING,1000 HIGH bZfDoiesaV dscy vjfFkax ,oe~ EQPTUIPMENT, CABLE, EARTHING AND
EQUIPMENT LAYOUT rfMr izfrj{kk O;oLFkk vkjs[k LIGHTNING PROTECTION LAYOUT
SV STATION (TYPICAL)
,loh LVs'ku fu;a=.k Hkou CONTROL ROOM BUILDING
CABLE TRENCH LAYOUT SCALE JOB NO. UNIT DIVN. DEPT. DWG. NO. REV.
"NOT TO SCALE, ASK IF IN DOUBT" 1:100 B 0 3 5 0 0 1 1 6 5 0 01 1 0 2 0
Page 97 of 851
3-1641-0501 REV.2 A1-841x594
izLrqr vkjs[k ,oa blesa fufgr fMt+kbu bathfu;LkZ bafM;k fyfeVsM dh LkaifRr gSA ;s ek= m/kkj fn, x, gSa vkSj m/kkjdrkZ us ;g Li"V Lke>kSrk fd;k gS fd u rks mUgsa iqu% eqfnzr fd;kk tk,xk] u udy dh tk,xh]
u m/kkj fn, tk,axs] u iznf'kZr fd, tk,axs vkSj u gh Lkhfer vkSj futh iz;ksx ds vykok budk dksbZ vU; iz;ksx gksxk vkSj ;g iz;ksx m/kkj nsus okys }kjk m/kkjdrkZ dks fyf[kr :i esa nh xbZ Lkgefr Lks gksxk A
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that
they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use.
B035-001-16-50-01105
N
(REFER
T o H ar
NOTE N
ha
1000V Po
dA
Ro
s p
w
h
wer
a
Li
l t
Ro
e
m i
w
d
t
O.11) Line
L
R
i
o
m i
ad
t
419.638
PBM-19A
Pond
Tree
N
To M
adgar
BA
TH
a
W
TO C
DW IL
ET
AH
ND
RA
GU
VE
AR
D
RO
OM
11
ST
AI
RC
SE A
20
10
UP
1
220
IN
VP
A
SC STRU
AD M
E
OM
RO NT/
owe
r Li
ne
EL
EC
TR
RA
IC
OP
E
(SL MP
AL
1:
8)
RO
OM
VE
RA
ND
AH
FR
BA
UP
TT
O
RY E
RO
OM
M
FIR
EF
IG
HT
D
IN
G
RM
.
O
BH
AREA
PANEL
SOLAR
Ro
u
Li
m
it
PI
(R PE
ER L
TE
OU INE
D)
Ro
u
Li
m
it
TO
D
U
RG
A
700
PI
R
RO L
SE
D)
PO INE
500
100 100 100 100 100
SCALE
REV. DATE
NOTES :-
GAIL
REF. DWG. NO.
JOB NO.
|ksHkh & nqxkZiqj
UNIT
ikbiykbZu ifj;kstuk
REVISIONS
DIVN.
BILL OF MATERIAL
SV STATION-19A
DEPT.
BY
3-1641-0501 REV.2
DWG. NO.
PIPELINE PROJECT
DOBHI - DURGAPUR
REV.
A1-841x594
CHKD APPD PEM/PC
Page 98 of 851
B035-001-16-50-01130
800 REF. DWG. NO. REFERENCE DRAWING TITLE
B035-000-81-41-12103-1 IPS BUILDING/ RECEIPT TERMINAL/ DESPATCH TERMINAL (TYPICAL)
GROUND FLOOR PLAN & SECTION
IPS BUILDING/ RECEIPT TERMINAL/ DESPATCH TERMINAL (TYPICAL)
B035-000-81-41-12104-1 TERRACE PLAN & ELEVATIONS
7-51-0022,0102,0103,0116 EIL ELECTRICAL STANDARDS
PDB
1000
50
FALSE CEILING NOTES :-
1000
(MIN.)
600
300
1000 900
UPS
ROOM
1800
3000
UPS
1850
900
1000
300
600 100.000
800
A.R.L
FALSE FLOORING
300
4000
100
1200
izLrqr vkjs[k ,oa blesa fufgr fMt+kbu bathfu;LkZ bafM;k fyfeVsM dh LkaifRr gSA ;s ek= m/kkj fn, x, gSa vkSj m/kkjdrkZ us ;g Li"V Lke>kSrk fd;k gS fd u rks mUgsa iqu% eqfnzr fd;kk tk,xk] u udy dh tk,xh]
u m/kkj fn, tk,axs] u iznf'kZr fd, tk,axs vkSj u gh Lkhfer vkSj futh iz;ksx ds vykok budk dksbZ vU; iz;ksx gksxk vkSj ;g iz;ksx m/kkj nsus okys }kjk m/kkjdrkZ dks fyf[kr :i esa nh xbZ Lkgefr Lks gksxk A
1 2 3 3' 4 4' 5 6 7 8 9 10
1 2 3 3' 4 4' 5 6 7 8 9 10
33000 33000
STAIRS AS/STRL. DESIGN
(FROM GROUND TO TERRACE) 4000 3450 1825 1725 2275 1725 4000 4000 3000 4000 3000 4000 3000 2275 1725 2275 1725 4000 4000 3000 4000 3000
WIDTH=1500
TREAD =300
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that
RISER =150
RAILING-S.S.PIPE,1000 HIGH
they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use.
E E
WC
STAIRCASE STAIRCASE
DN
10
B B
UPS PANEL
11
FEMALE
TOILET
6000
FC
SLOPE 1:80
FF UD
SLOPE 1:80
SLOPE 1:80
SLOPE 1:80
ROOM/ ROOM AC FC
MALE CLEAN AGENT ROOM 2 NOS.100 DIA 2 NOS.150 DIA
FF UD
TOILET FC AC FC
1 GI PIPE SLEEVE FF UD GI PIPE SLEEVE
PANTRY FC UPS ROOM
UP
6 NOS.150 DIA
F
CAP
GI PIPE SLEEVE
D D
4 NOS.150 DIA
2100MM WIDE CORRIDOR
14350
14350
VERANDAH GI PIPE SLEEVE
2600
2600
2 NOS.100 DIA
100.600 FC
PP-1P
A
LP-1L
F.F.L.
GI PIPE SLEEVE BATT.
MCCB
C PP-2P C
STEPS
TREAD-300 4 NOS.100 DIA
UP GI PIPE SLEEVE
2250
RISER-150 FAJB
2500
1200
CPPSM
F CLP-1L
100.00 LOBBY
SLOPE 1:80
SLOPE 1:80
SLOPE 1:80
A.R.L. BATT. RACK-1 PDB
F
FAP
UD AC FC
ROOM 1200 ROOM -TION ROOM UD
ROOM
BATT. RACK-2 F F F F
3500
ACDB
3250
F 2 1 VERANDAH
SINK
WR-01 100.600
F.F.L.
A A
E E
WC WC
750
1000 900
STAIRCASE STAIRCASE
10
UPS 10
UPS PANEL
UPS PANEL
11 ROOM TELECOM & SCADA 11
FEMALE
FEMALE
TOILET
TOILET
3200
FIRE FIGHTING AC FC ROOM CONTROL ROOM FIRE FIGHTING AC FC TELECOM & SCADA CONTROL ROOM
6000
6000
FC FC
FF UD FF UD
ROOM/ AC FC AC FC ROOM/ AC FC ROOM AC FC
MALE CLEAN AGENT ROOM FF UD FF UD MALE CLEAN AGENT ROOM
FF UD FF UD
TOILET FC TOILET FC
1 1
PANTRY FC 600 PANTRY FC
UP 200 UP UPS ROOM
1820
F
CAP
CAP
800
D D
200
14350
VERANDAH VERANDAH
2600
2600
PP-2P
LP-1L
CLP-1L
FC FC
PP-1P
PP-2P
LP-1L
CLP-1L
F.F.L. 1640 F.F.L.
200 200 200
FAJB
C C 2 05.09.18 REVISED & RE-ISSUED FOR CONSTRUCTION MK BP/AR ANPS
1070
STEPS STEPS
800 900
RISER-150 UP BATTERY ROOM RISER-150 UP 1 08.08.18 ISSUED FOR CONSTRUCTION MK BP/AR ANPS
2500
2500
CPPSM
CPPSM
F 3000 LOBBY LOBBY 0 10.04.18 ISSUED FOR CONSTRUCTION
800
FAP
F
ACDB
3250
3250
2400
750 4500
600
SINK
WR-01 100.600 SINK
WR-01 100.600
1370 800 1200 800 1200
200
F.F.L. F.F.L.
EQUIPMENT LAYOUT bZfDoiesaV dscy vjfFkax ,oe~ EQPTUIPMENT, CABLE, EARTHING AND
EARTHING LAYOUT rfMr izfrj{kk O;oLFkk vkjs[k LIGHTNING PROTECTION LAYOUT
आई पी एस बिल्डिंग , रिसीप्ट टर्मिनल IPS BUILDING/ RECEIPT TERMINAL/
व डिस्पच
ै टर्मिनल DESPATCH TERMINAL (TYPICAL)
SCALE JOB NO. UNIT DIVN. DEPT. DWG. NO. REV.
"NOT TO SCALE, ASK IF IN DOUBT" 1:125 B 0 3 5 0 0 1 1 6 5 0 0 1 1 3 0 2
Page 99 of 851
3-1641-0501 REV.2 A1-841x594