0% found this document useful (0 votes)
151 views99 pages

Technical FF PRT C 20181016 1715231

Uploaded by

Aayesha
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
151 views99 pages

Technical FF PRT C 20181016 1715231

Uploaded by

Aayesha
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 99

Dobhi-Durgapur-Haldia Pipeline Section alongwith spurlines under

JHBDPL Project

Fire Protection and Fire AlarmSystem for DDPL (Part-C)

(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

(DOBHI DURGAPUR HALDIA PIPELINE PROJECT) 1 B FCI SINDRI


SPURLINES
12 9.378
ILFS
2 2 B MATIX CHEMICALS & FERTILIZERS 12 1.690
(OD 30"/24"/18"/12", DP: 92 KG/CM G, COATING: 3LPE (EXT)) 3 C CGS JAMSHEDPUR 12 122.946 G LIKHITA
4 D 18 6.150
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

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.

6 D HFC DURGAPUR 24 6.626


7 D SAIL IISCO BURNPUR (ISP) 12 14.076
BIHAR JHARKHAND
SPREAD 1 PART A SPREAD 2
TOTAL SPURLINE LENGTH 166.418
BY OTHERS

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

DURGAPUR HALIDA SECTION


CP
IPS-4 (DOBHI)

DOBHI DURGAPUR SECTION


JHARKHAND WEST BENGAL
CH. 345.080
SPREAD 1 PART B SPREAD 2

DAMODAR BANK CANAL


DAMODAR RIVER
MATCHLINE A-A

IPS-6 (DANDUA)
STATE BOUNDARY

RIGHT BANK CANAL


UTTALA RIVER

LEFT BANK CANAL


GARGA RIVER

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

RIVER RAILWAY CH. 4.391


CH. 9.725
MATIX FERTILISERS

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

S.NO. LINE NAME CROSSING SIZE WT LENGTH CHAINAGE


PART STATE
RAILWAY CP CH. 5.190
NAME (M) (KM) CH. 91.180
SPREAD 2

1 MAINLINE JAMUNIYA RIVER 30 14.8 500 475.529 A JHARKHAND CP


SV-5E SY- 6
CH. 92.450
2 MAINLINE DAMODAR RIVER 30 14.8 800 533.071 A JHARKHAND
CHANDIL CANAL
3 MAINLINE RIGHT BANK CANAL 30 18.5 500 666.572 B CH.97.470
NH-33 LEGENDS: NOTES:
4 MAINLINE DAMODAR RIVER 30 14.8 1500 671.038
CH. 100.976 1. ALL CHAINAGES INDICATED ARE IN KM.
5 MAINLINE 30 14.8 500 677.060 B SV-6E 2. LOCATIONS OF IP & SV STATIONS ARE INDICATIVE ONLY.
DT DESPATCH TERMINAL MAJOR RIVER (>100M WIDTH)
6 MAINLINE DAMODAR CANAL 30 14.8 500 680.392 B CH. 108.590 3. ALL SVS SHALL BE REMOTE OPERATED.
SPURLINES
RAILWAY RT RECEIPT TERMINAL MAJOR CANAL (HDD) 4. THE SCHEMATIC OF MAIN LINE & SPURLINES IS BASED ON SURVEY DATA AS PROVIDED BY CLIENT.
CH. 109.080 5. DAMODAR RIVER HDD SHALL BE EXECUTED VIA SEPARATE TENDER/ CONTRACT.
7 MATIX DAMODAR VALLEY
12 7.1 300 0.299 B SUBARNAREKHA RIVER
IPS INTERMEDIATE PIGGING STATION RAILWAY CROSSING
FERTILISERS CORP. CANAL 6. IPS-6 (DANDUA) OF DDPL MAINLINE SHALL BE TAP OFF LOCATION FOR BOTH CGS JAMSHEDPUR & FCI SINDRI
8 FCI SINDRI DAMODAR RIVER 12 7.1 1200 5.918 B WEST BENGAL
/JHARKHAND
CH. 112.280 SY STORAGE YARD (LINEPIPE) NATIONAL HIGHWAY(NH)/ SPURLINES. PART B & C INSTALLATION CONTRACTORS SHALL CO-ORDINATE AS PER THEIR SCOPE AT THIS
9 JSR SPURLINE CHANDIL CANAL 12 7.1 300 97.470 C JHARKHAND KHARKAI RIVER G WT WALL THICKNESS (IN mm) STATE HIGHWAY (SH) TERMINAL.
7.1 500 C JHARKHAND
CH. 122.746
PIG LAUNCHER/RECEIVER 7. LENGTH OF SAIL ISP SPURLINE STANDS INCREASED BY 225M DUE TO SHIFT OF TAP OFF LOCATION OF
10 JSR SPURLINE SUBARNAREKHA 12 112.280 CP CCW CONCRETE WEIGHT COATING SVS-31 OF DDPL MAINLINE. PIPELINE IN THIS STRETCH SHALL BE LAID PARALLEL TO DDPL MAINLINE
11 JSR SPURLINE KHARKAI RIVER 12 7.1 500 122.746 C JHARKHAND G
SECTIONALIZING VALVE (SV) STATION TO BE EXECUTED BY 8. LENGTH OF HFC DURGAPUR SPURLINE STANDS INCREASED BY 1186M DUE TO SHIFT OF TAP OFF LOCATION
12 SAIL ISP DAMODAR RIVER 12 7.1 1500 8.910
SY-4
CGS JAMSHEDPUR G SEPARATE HDD TENDER OF SVS-34 OF DDPL MAINLINE. PIPELINE IN THIS STRETCH SHALL BE LAID PARALLEL TO DDPL MAINLINE.
CH. 122.946 CP CATHODIC PROTECTION SYSTEM
13 SAIL DSP CANAL 12 7.1 300 4.450 D

PROJECT : DRAWING NO. REV.


ENGINEERS INDIA LIMITED SCHEMATIC ARRANGEMENT OF
CLIENT : GAIL (INDIA) LTD. B035-001-83-41-30001 G
PIPELINE FACILITIES

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

SCOPE OF WORK & SUPPLY


(STRUCTURAL)

FOR

FIRE PROTECTION SYSTEM

FOR

DOBHI- DURGAPUR PIPELINE SECTION

TENDER No. B035-001-81-41-FP-T-8106


( PART -C )

PROJECT : DOBHI - DURGAPUR - HALDIA -


PIPELINE PROJECT

OWNER : GAIL

CONSULTANT : ENGINEERS INDIA LIMITED

JOB NO. : B035

A 24.09.18 ISSUED FOR TENDER AKS RS VG


Rev. Prepared Checked Approved
Date Purpose
No by by by

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

1.0 SCOPE OF WORK


The scope of Work & Supply for Fire Protection and fire alarm tender shall include
supply, of all materials, consumables, tools, tackles, machinery, equipments,
arranging of manpower, construction/ installation, fabrication, erection, painting,
supervision, testing and commissioning (wherever applicable) at following locations
of DDHPL Project” as per detailed Scope of work, Schedule of Rates, approved
Drawings, Documents, Specifications, relevant Codes, Standards and direction of
Engineer-in-Charge.

Detailed Work shall be carried out at following locations :

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

CONTRACTOR shall visit the site for familiarization of actual condition to


quantify/ assess the job himself before quoting rates. No extra claim at a later
date shall be entertained due to the non-familiarization of site.

1.1 DETAILED SCOPE OF WORK

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.

1.1.7 Design, Engineering, Supply, Erection, Fabrication, Testing and Commissioning


of "Deluge Valve " assembly actuated by (a) Quartzoid Bulb Detection (QBD)
system (on Water line) through Deluge valve (in automatically operation mode),
(b) Manual remote operation through Solenoid Valve (in remote operation mode)
and (c) local Manual operation including providing T-Strainer, deluge valve,
solenoid valve, self actuated pressure control valve, gate valve, ball valve, non
return valve, filter, pressure transmittal, pressure instrument, pressure gauge, vent
valve, restricted orifice (RO) including matching flange, tubing for actuation,
fittings, control/signal cables/cabling (for panel, between junction box & control
panel located at control building), control panel & local control panel/junction box,
instruments & instrumentation works, electrical works, associated piping
confirming to PMS, and painting etc. all complete within the battery limit as per
technical data sheets, drawings, codes and directions of Engineer-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.

1.1.9 Supply and Installation of Restricted orifice plate Including manufacturing,


delivery all complete as per 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.

1.2 BASIS OF WORKS

The complete piping work shall be carried out in accordance with the following:

a. Approved for construction' drawings, hook-ups and sketches issued by


EIL to the CONTRACTOR- Plans and/or Isometrics.

b. Drawings, sketches and documents prepared by CONTRACTOR duly


approved by Engineer-in-charge.

c. EIL specifications/Documents as below:


i. Process and Instrumentation Diagram.
ii. Piping Material Specification
iii. Piping Support Indices (Only in offsite), if supports are not shown
in piping plan.
iv. Standard Specification of Non-Destructive Requirement of Piping
(6-44-0016)
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

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

v. Welding Specification Chart for Piping Classes


vi. Standard Specification for pressure testing of erected piping
system (6-44-0017)
vii. Welding Specification for fabrication of Piping Any other EIL or
other specification attached with Piping Material Specification or
special conditions of contract (such as standard for dimensional
tolerances etc.)
viii. Procedure for storage, preservation and positive identification of
materials at CONTRACTOR’s works/ stores.
ix. Hook-up drawings.
x. Specific requirements of Owner/Engineer-in-charge.

2.0 SCOPE OF SUPPLY

2.1 OWNER’S SCOPE OF SUPPLY

NIL

2.2 CONTRACTOR’S SCOPE OF SUPPLY

Procurement and supply of all materials (consumables / non-consumables) including


all tools, tackles and labors required for the completion of the works shall be in the
scope of the CONTRACTOR.

3.0 LIST OF ATTACHMENTS

CONTRACTOR shall carry out all works strictly in accordance with the drawings /
documents / specifications indicated in subsequent paragraphs.

4.0 SPECIFICATIONS:

Sl. Specification Rev. No. of


Title of Document
No No No. Sheets

1 6-66-0004 Standard Specification for Portable Fire


0 5
Extinguisher
Standard specification for 50 Kg & 75 kg
2 6-66-0061 3 5 Capacity Dry Chemical Powder (DCP)
Extinguisher
3 6-44-0012 Standard specification for fabrication and
4 15
erection of piping.

4 6-44-0013 Standard specification for inspection, flushing


4 9
and testing of piping.

5 6-44-0016 Standard Specification for non- destructive


7 21
examination requirement of piping.

6 6-44-0051 6 10 Technical notes for pipes.

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

7 6-44-0052 7 12+8 Technical notes for valves.

8 6-44-0053 Technical notes for flanges, spectacle blinds


6 7
and drip rings.

9 6-44-0054 Technical notes for but welded , socket


6 9
welded and screwed fittings.

10 6-44-0056 4 5 Technical notes for gaskets.

11 6-44-0057 4 5 Technical notes for bolts and nuts.

12 6-44-0067 1 9 Technical notes for strainers.

13 6-65-0006 Standard specification for earthwork for


3 7
Underground piping.

14 6-65-0030 Standard specification for fabrication and


4 11
laying of underground piping.
Standard Specification for Misc. Civil &
15 6-65-0035 3 7 Structural works for U/G piping and other civil
works.
Standard specification for stand post type
16 6-66-0012 3 5 hydrant ( with and without pumper connection
)
17 6-66-0018 3 4 Standard specification for first aid hose reel

18 6-66-0047 3 5 Standard specification for house cabinet

19 6-66-0074 3 9 Standard specification for fire hydrant system

20 6-68-0009 Standard specification - civil & structural


4 9
work- brick masonry

21 6-77-0001 4 40 Welding specification for fabrication of piping

22 6-77-0005 Welding specification charts for piping


4 30
classes.

23 6-78-0001 Specification for quality management system


1 7
requirement from bidders.

24 6-78-0002 Specification for documentation requirement


1 9
from contractors.

25 6-78-0003 Specification for documentation requirement


1 9
from suppliers.
Standard Specification for corrosion
26 6-79-0011 1 15 protection tape coating for underground steel
piping.
27 6-79-0020 Surface preparation and protective coating (
0 59
New Construction )
Standard specification for health, safety and
28 6-82-0001 7 90 environment ( HSE) management at
construction site.

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

Inspection and test plan ( ITP) for civil ,


29 6-82-3100 0 64 structural & architectural works ( item rate
contract with categorization)
Inspection and test plan ( ITP) for mechanical
30 6-82-3200 0 105 works ( item rate contract with categorization
)
30 6-82-6100 Standard Quality Assurance plan-
2 13
Construction division ( Item rate contract )

5.0 STANDARDS:

Sl. Standard Rev. No. of


Title of Document
No No No. Sheets

1 7-65-0001 Abbreviation , legends and equipment


3 4
symbols.

2 7-65-0420 3 1 Installation details of fire water hydrant

3 7-44-0002 4 2 Abbreviations

4 7-44-0003 4 4 Symbols of piping elements on drawings

5 7-44-0032 4 2 Stub-in standard

6 7-44-0033 5 2 Details of Mitered elbow


T-type Strainer Type-I (Dia. 2” to Dia. 4”)
7 7-44-0303 5 1 150CL RF, 300CL RF & RTJ, 600CL RF &
RTJ).
T-type Strainer Type-I (Dia. 6” to Dia. 24”)
8 7-44-0304 6 1 "(150# RF, 300# RF and RTJ, 600# RF and
RTJ).
Vent & drains (on lines 1 ½” and below).
9 7-44-0350 4 1
Vents and Drains (on line 2” and above)
10 7-44-0351 4 1
Orientation of orifice taps (class 600 & below)
11 7-44-0352 4 2
Welding of pipe with different thickness
12 7-44-0476 4 1
Butt welding end preparation
13 7-44-0477 4 1
Fillet welds details
14 7-44-0478 4 1
Welding details of Branch connections.
15 7-44-0479 4 1

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

Butt welding Details


16 7-44-0480 4 1

Butt weld details. (sequence of welds)


17 7-44-0481 4 1
Welding Detail. Of Branch connections (Stub-
18 7-44-0482 4 1 in)
Branch connection (breaking into).
19 7-44-0483 4 1
Branch Connection (not breaking into)
20 7-44-0484 4 1

Method of cutting and dimensions of field


21 7-44-0485 4 1
manufactured concentric reducers.
22 Tolerance of fabrication.
7-44-0486 4 1

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

6.0 APPROVED VENDOR LIST:

Sl. No. of
Document Number Rev. No. Title of Document
No Sheets

1 B035-001-81-41-LL-8106 0 6 Vendor list ( Structural U/G )

7.0 JOB SPECIFICATION:

Sl. Rev. No. of Title


Standard No.
No. No. Sheets
Job specification for Clean
1. B035-001-81-41-SP-8106 A 22
Agent System

8.0 SCHEDULE OF RATES:

Refer SOR No.

1. B035-001-81-41-FP-SOR-8106, Rev-0 ( Part-C)

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

9.0 ARCHITECTURAL DRAWINGS :

Sl. No Drawing Number Rev. No. Title of Drawing

1 B035-001-81-41- 12101 SV Station Building (Typical)


2
Plans, Elevations & Sections
IPS Building / Receipt Terminal /
2 B035-001-81-41- 12103 1 Despatch Terminal (Typical)
Ground Floor Plans & Sections
IPS Building / Receipt Terminal /
3 B035-001-81-41- 12104 1 Despatch Terminal (Typical)
Terrace Plans & Sections
4 B035-001-81-41- 12105 GUARD Room (Typical)
0
Plans, Elevations & Sections

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

CLEAN AGENT SYSTEM

FOR

DOBHI - DURGAPUR - PIPELINE SECTION

TENDER NO. B035-001-81-41-FP-T-8106


( PART- C)

PROJECT : DOBHI - DURGAPUR - HALDIA - PIPELINE


PROJECT

OWNER : GAIL

CONSULTANT : ENGINEERS INDIA LIMITED

JOB NO. : B035

A 24.09.18 ISSUED FOR BIDS AKS RS VG


Rev.
Date Purpose Prepared by Checked by Approved by
No

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

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

1.0 SCOPE ............................................................................................................................................ 4

2.0 CODES AND STANDARDS ......................................................................................................... 6

3.0 DESIGN REQUIREMENTS .......................................................................................................... 7

4.0 MATERIALS OF CONSTRUCTION .......................................................................................... 15

5.0 INSPECTION AND TESTING .................................................................................................... 16

6.0 VENDOR DATA REQUIREMENTS .......................................................................................... 16

7.0 MANDATORY SPARES ............................................................................................................. 16

8.0 RECOMMENDED SPARES ........................................................................................................ 17

9.0 SCOPE OF SUPPLY .................................................................................................................... 17

ANNEXURE - I ......................................................................................................................................... 18

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

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

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

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

10. RT DPL DURGAPUR

11. RT SAIL DURGAPUR

12. RT MATRIX FERTILISERS

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 20 of 851
SPECIFICATION No.
JOB SPECIFICATION FOR B035-001-81-41-SP-8106
CLEAN AGENT SYSTEM Rev A
Page 5 of 22

I. TABLE - 1 : IPS Building / Receipt Terminal / Despatch terminal (Typical)

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

II. TABLE -2 : SV-Station (Typical)

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.

2.0 CODES AND STANDARDS


The latest editions of the following codes, specification and regulations has been used
for the detailed design and specification of Clean Agent system
a. NFPA 2001: National Fire Protection Association, (Latest)

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 22 of 851
SPECIFICATION No.
JOB SPECIFICATION FOR B035-001-81-41-SP-8106
CLEAN AGENT SYSTEM Rev A
Page 7 of 22

(Standard on Clean Agent fire extinguishing system)


b. Clean Agent manufacturer’s recommendations
c. SMPV Rules, PESO Nagpur (For Storage cylinders)

3.0 DESIGN REQUIREMENTS

3.1 System Design


Design requirement shall be as given below.

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.

3.1.2 System Operation


The system shall comprise of the following mode of operation and actuation and
cancellation facility etc. with necessary control panel:
System operation shall be possible by the following means:
a. Automatically due to fire detection in the protected area.
b. Operation of manual release push button located adjacent to protected risk.
c. By operating manual lever provided on electrical/ manual control head on pilot
cylinder
d. By push button actuation at Clean Agent control panel, in manual mode for each risk

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.

3.1.3 Clean Agent Gas & its grouping/distribution

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

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.

3.1.4 Gas properties & its discharge characteristics


Physical properties of Inert Gas Agents shall meet the requirements of NFPA-2001.

FOLLOWING PROPERTIES OF AGENTS SHALL BE USED AS FIRE EXTINGUISHING


AGENTS (Shall be as per NFPA-2001 latest edition)

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

IG-01 AR (99.9%) 43 4510 psig 5402 psig (Follow NFPA


clause no. 5.4)

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 24 of 851
SPECIFICATION No.
JOB SPECIFICATION FOR B035-001-81-41-SP-8106
CLEAN AGENT SYSTEM Rev A
Page 9 of 22

(*) Or higher % /quantity of volume as specified by Clean Agent manufacturer for


Clean Agent system. However the maximum discharge concentration shall not
exceed No Adverse Effect Level (NOAEL).
The agent discharge shall be substantially completed within a time period as per clause
no. 5.7.1.1 of NFPA-2001 for IG-541, IG-55, IG-100 and IG-01. For inert gases the
measured discharge time is considered to be the time when the measuring device starts
to record reduction of oxygen until the design oxygen reduction level is achieved.
The minimum oxygen concentration shall be as per NFPA-2001 for NOAEL.

3.2 System Flow Calculations


System flow calculations shall be performed using A CALCULATION METHOD LISTED
OR APPROVED BY THE AUTHORITY HAVING JURISDICTION (i.e. UL/FM/Vds/LPC).
The system design shall be within the manufacturers listed limitations.

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.

Approval certificate of software from the UL/FM/Vds/LPC etc. shall be submitted


along with the offer.

3.3 Clean Agent Quantity


Minimum design concentration of Clean Agent gas shall be based on greater of the
design concentration as specified in NFPA-2001 or the design concentration for which
the vendors clean agent system is listed/ approved, for Class “C” fire as per cl. No.
5.4.2 of NFPA-2001 at 700 F by volume for Clean Agent fire extinguishing system based
on approved / listed flow calculation method.

Clean Agent concentration requirement and quantity shall be computed as per NFPA-
2001 considering the volume of the hazard as specified.

3.4 Clean Agent Storage Cylinders


The Clean Agent storage cylinders shall be designed as per ASME code for boiler &
pressure vessels section-VIII OR as per IS 7285 Part 2 to hold Clean Agent at ambient
temperatures. Cylinder shall be of approved type and freshly imported/ manufactured.
Minimum design level pressure of storage cylinder shall be as per Clause 4.1.4 and
Table A-4.1.4.1 of Annexure-A to NFPA-2001.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

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

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

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 Piping, Fittings and Discharge Nozzles

3.5.1 Piping & Fittings

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

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

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.

3.5.2 Discharge Nozzles


Discharge nozzles shall conform to Cl.4.2.5 of NFPA 2001 and shall be of Brass and
shall be FM/UL approved. Discharge nozzles used in the system shall be listed for the
use intended for discharge characteristics. The selection of nozzle orifice shall be such
discharge time required to achieve 95% of the minimum design concentration for flame
extinguishment as per clause no. 5.7.1.1 of NFPA-2001. Each nozzle shall be
permanently marked to identify the manufacturer as well as type and size of the orifice
along with tag / part number, orifice code, or other suitable marking as specified by the
authority having jurisdiction.

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.

3.7 Operating Devices


a. Operating devices shall include Clean Agent releasing devices or valves, discharge
controls and shut down equipment necessary for successful performance of the system.
b. Electric Supply: The purchaser shall supply 240 V ± 6%, 50 Hz ± 3% single phase power
supply at a convenient point. Converter if required to convert to any other operating
voltage shall be in contractor’s scope.
c. The automatic Clean Agent system shall be of robust design and shall not be readily
rendered inoperative easily. The Clean Agent system shall be designed to function
properly for the temperature range specified in NFPA-2001.
d. The Clean Agent cylinders shall be mounted on front and firmly supported in brackets in
a manner that they will not be easily subjected to mechanical, chemical or other damage,
which would render the system inoperative.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

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 Local Control Panel for Clean Agent System

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

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

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.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

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.

4.0 MATERIALS OF CONSTRUCTION


The material of construction shall be as per this specification for the items specified. For
other items, the materials of construction used in the system shall be in accordance with
NFPA-2001 or as specified by the equipment manufacturer for the intended use (if the
same is not specified in NFPA-2001). The material of construction shall be
UL/FM/Vds/LPC approved. The approval of the same shall be submitted at the time of
bid submission.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 31 of 851
SPECIFICATION No.
JOB SPECIFICATION FOR B035-001-81-41-SP-8106
CLEAN AGENT SYSTEM Rev A
Page 16 of 22

5.0 INSPECTION AND TESTING

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.

6.0 VENDOR DATA REQUIREMENTS


Refer VDR documents attached with the bid.

7.0 MANDATORY SPARES


The bid must include in the quoted price for the following mandatory spares to be
supplied with the Clean Agent system:

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 32 of 851
SPECIFICATION No.
JOB SPECIFICATION FOR B035-001-81-41-SP-8106
CLEAN AGENT SYSTEM Rev A
Page 17 of 22

1. Clean Agent Cylinders Minimum one or 5% of total cylinder (i.e. main


cylinders + 100% standby cylinders), whichever is
more, shall be supplied with filled in Clean Agent gas.
These are in addition to 100% standby filled up
cylinder
2. Automatic and Manual One of each type/ size used in the
release system system supplied
3. Cylinder Valve with One of each type / size used in the systems supplied.
safety pressure relief
device
4. Clean Agent Nozzles 10% of total nozzles used in each size / type with
minimum drill holes.
5. Clean Agent Release 10% of total used of each type etc.
Push Buttons

Spares for two years AMC shall be separately quoted in a separate envelope.

8.0 RECOMMENDED SPARES


In addition to above mandatory spares, Contractor must recommend list of spares
required for 2 years trouble free operation, with unit rates and quantity, along with the
offer.

9.0 SCOPE OF SUPPLY

9.1 OWNER'S SCOPE OF SUPPLY


Nil

9.2 CONTRACTOR'S SCOPE OF SUPPLY


All items required for completing the job as per Bid requirement including all materials,
tools, tackles, and labors etc. including mandatory spares.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

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

TECHNICAL DATA SHEETS DETAILS TO BE FURNISHED BY THE BIDDER ALONG


WITH THE OFFER

(Data sheets shall be filled in separately for each clean agent as per NFPA-2001)

Legend V: Vendor to furnish data/details

1.0 Type of system : V


Total flooding centralised system
(Mention name of agent & manufacturer)
Formulation of gas : V
Normal Charging Pressure (psig) : V
Name of OEM : V

2.0 Design code/standard to which design/


manufacture/ testing conforms. : NFPA-2001- (Latest)

3.0 System designed to protect the largest


or total risk in the building as specified. : Largest risk

3.1 Risk name/volume / Agent Container : Refer scope of work/job spec.


Charging Pressure

3.2 Design Concentration (Refer Clause 3.1.4) : V

3.2.1 Amount of gas required. (Attach separate


sheet, if required).(List out gas supplied,
number of cylinders etc. for working and
Standby requirements, risk wise.) : V

3.3 Clean agent Cylinder Details (Seamless)


a) Manufacturer : V

b) Design Code : NFPA-2001

c) Capacity : V

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 34 of 851
SPECIFICATION No.
JOB SPECIFICATION FOR B035-001-81-41-SP-8106
CLEAN AGENT SYSTEM Rev A
Page 19 of 22

d) Gas Holding Capacity (Kg) : V

e) Total Number supplied (main + stand by) : V

f) Approving Agency : FM/UL/LPC/Vds/PESO

g) Approval by PESO (YES/NO) : V

h) Working pressure (kg/cm2g) : V

i) Design Pressure (kg/cm2g) : V

3.4 Pipes, valves and fittings.


a) Material for Construction
i. Pipes : As per spec

ii. Fittings : As per spec

iii. Valves : As per spec


b) Design Code
i. Pipes : As per NFPA

ii. Fittings : As per NFPA

iii. Valves : As per NFPA

iv. Type of joints : As per NFPA


c) Hydraulic test Pressure of
manifold/ supply lines(kg/cm2g) : As per NFPA
d) Directional Valve
i. Test Pressure (kg/cm2) : V

ii. Approved by FM/UL/Vds/


LPC (Yes/No) : V
e) Discharge Nozzles
i. Number Supplies : V

ii. Approved by FM/UL/Vds/


LPC (Yes/No) : V
f) Pressure Gauge
i. Make : V

ii. Pressure Range : V

iii. Approved by FM/UL/Vds/


LPC (Yes/No) : V
g) Pressure Reducer
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

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. Approved by FM/UL/Vds/


LPC (Yes/No) : V

iii. PESO Approval (Yes/No) : V

k) Cylinder valve actuator


i. Approved by FM/UL/Vds/
LPC (Yes/No) : V

3.5 Painting and colouring of pipeline, nozzles,


Cylinder supports included : V

3.6 Operating Devices


3.6.1 Signal from the Clean Agent Control
Panel for shuttering off the air handling
unit and damper closing. : V

3.6.2 Push Button Station


i. Type : V

ii. Manufacturer : V

iii. Model, numbers offered : V

iv. Overall dimensions : V

3.6.3 Control Cables


i. Manufacturer : V

ii. Code/ Standard : V

iii. Type : V

iv. Size : V

v. Rating : V

3.7 Main Control Panel

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

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

ii. Mounting Detail : V

iii. Number of entries : V

iv. Sheet Thickness : V

v. Cable Entry : V

vi. Total heat load predicted for air


conditioning. : V

vii. No. of AC/DC feeders and their


rating. : V

3.7.1 Additional Requirements for Control Panel


a) Whether housing all the necessary
printed card circuits, board cards,
relays indicating lamps, push buttons,
switches, etc. for the efficient
operation of the system,
(Yes/No). : V

b) Input power supply requirement for


operation of panel. (AC/DC Volts) : V

c) Panel Signal Voltage (AC/DC Volts) : V

d) Type of battery and AH of the battery : V

e) Charger rating : V

f) Interconnecting cabling between


battery and panel. : V

g) Power supply unit incorporated in


the panel. (Yes/No). : V

h) Audio visual alarm on panel provided


for Battery low conditions (Yes/ no) : V

i) Change over from AC Main supply


to standby power supply fully
automatic in either direction (Yes/No). : V

j) Following push buttons provided

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

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

l) Pilot lamp for system supply


failure provided (Yes/No). : V

m) Dual tone hooter for fire/fault alarm


Provided & range of the same : V

n) Painting (External/Internal) : V

4.0 Material of Construction selected in


accordance with NFPA-2001 (Yes/No) : V

5.0 Inspection and Testing


a) Visual inspection of installed : V
system & hazard area.

b) Check of labelling of devices. : V

c) Check for mechanical tightness of


piping & associated equipments : V

d) Non-destructive operational tests for all


devices included. : V

e) Test with N2 gas for all risks (YES/No) : V

6.0 Confirmation regarding the available space


For cylinders (main+ standby) (YES/No) : V

7.0 Confirmation that Main, Standby and : V


Mandatory Spare Cylinders shall be
supplied full of gas.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

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.

E. PLINTH LEVEL OF THE BUILDING SHALL BE SAME THROUGHOUT

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

100.450 100.450 A. FINISHED FLOOR LEVEL OF WC/BATH CUBICLES, DRINKING WATER


INSTRUMENT/ FALSE FLOORING CEMENT PLASTER ALUMINIUM
F.F.L 100.00 100.00 F.F.L 1

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.

C B A A B C FLOORING WITH PLASTIC PLASTER WITH


C B A A B C STARTING FLOORING WORKS. TRENCHES/CUT OUTS IN FLOOR
EMULSION PAINT PLASTIC
SHALL BE PROVIDED IN ACCORDANCE WITH RELEVANT ELECTRICAL/
EMULSION
PAINT INSTRUMENTATION/PED/STRUCTURAL//EQUIPMENT DRAWINGS.

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.

100.450 100.450 SCHEDULE OF DOORS AND WINDOWS


100.00 F.F.L 100.00 F.F.L
A.R.L. A.R.L. LINTEL
TYPE OPENING SIZE FRAME SIZE DESCRIPTION NOS.
LEVEL
PRESSED STEEL DOOR DOUBLE SHUTTER WITH
4000 7000 7000 6000 4000 4000 6000 7000 7000 4000 SD1 1500 X 2700 1480 X 2690 2700 PRESSED STEEL FRAME AS PER EIL STD. WITH 02
2 LOUVERS AT BOTTOM
28000 28000 POWDER COATED ALUMINIUM GLAZED DOUBLE
AL1 1500 X 2700 1480 X 2690 2700 SHUTTER DOOR WITH 6mm TH. TOUGHENED 02
GLASS AS PER EIL STD
POWDER COATED ALUMINIUM GLAZED SINGLE
1 2 3 4 5 6 6 5 4 3 2 1 AL3 1000 X 2100 0980 X 2090 2100 SHUTTER DOOR WITH 6mm TH. TOUGHENED 02
GLASS AS PER EIL STD

ELEVATION E1 ELEVATION E2 W1 1200 X 1200 1180 X 1180 2100


POWDER COATED ALUMINIUM GLAZED WINDOW
WITH 6.0mm THK TOUGHENED GLASS, PARTLY
FIXED/PARTLY OPENABLE TYPE AS/EIL STD.
08

POWDER COATED ALUMINIUM GLAZED WINDOW


W2 1200 X 1200 1180 X 1180 2100 WITH 6.0mm THK TOUGHENED GLASS, PARTLY 05
FIXED/PARTLY LOUVERED TYPE AS/EIL STD.
POWDER COATED ALUMINIUM GLAZED WINDOW
W3 1200 X 1200 1180 X 1180 2100 WITH 6.0mm THK TOUGHENED GLASS, FIXED 03
TYPE AS/EIL STD.
POWDER COATED ALUMINIUM GLAZED
V2 3650 X 600 3630 X 580 2100 VENTILATOR AS/EIL STD. WITH 6 MM TH. 02
TOUGHENED GLASS , FIXED TYPE

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

250 Ø EXHAUST FAN 4 NOS.100 DIA 2NOS.50 DIA


360 F.F.L. EQ EQ 230
EQ EQ GI PIPE SLEEVE 1200 EQ 1200 GI PIPE SLEEVE
W3 W1 W1 EQ EQ
AL1
B AL2 2000 3665
B
W2 W2
SD1 SD1 AL1
1500 2 18.09.18 REVISED AND RE-ISSUED FOR CONSTRUCTION BR PD NK
4NOS.150 DIA 1500
SLOPE 1:80

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

1 21 0 29.12.17 ISSUED FOR CONSTRUCTION BR PD NK


CAP

ELECTRICAL ROOM BATTERY


C 12.12.17 CLIENT'S COMM. INCORPORATED & REISSUED FOR ENGG BR PD NK
INSTRUMENT/ ROOM
E4
6000

6000

TRENCH/ SLEEVE AS /ELECTRICAL B 14.07.17 ISSUED FOR ENGINEERING MLT PD NK


SCADA ROOM DWG A 17.04.17 ISSUED FOR TENDER MLT PD NK
AC FC
FIRE FIGHTING RM.
E2 11
FF UD
11
REV. DATE REVISIONS BY CHKD APPD PEM/PC
10 DC-DC 30
CNVT.
1500

FLOOR TRAP DN 1000 MM WIDE


STAIRCASE W3 W3 W1 W1 W1 W1 W2 W2 W2 W1 W1 STAIRCASE AL3 SUNSHADE ABOVE
SINK
A A
V2
EQ EQ EQ EQ V2
EQ EQ
STAIRS AS/STRL. DESIGN
(FROM GROUND TO ROOF)
350 350 350 350 350
450 Ø EXHAUST FAN
350 350 540 350
STAIRS AS/STRL. DESIGN
(FROM GROUND TO ROOF)
xsy ¼bafM;k½ fyfeVsM
WIDTH=1500
450 Ø EXHAUST FAN
3X3 NOS.100 DIA SUN SHADE PROJ. ABOVE WIDTH=1500 750MM WIDE RCC GUTTER GAIL
GAIL (INDIA) LIMITED
TREAD =300 GI PIPE SLEEVE
750MM WIDE RCC GUTTER ABOVE TREAD =300 1000MM HIGH RCC PARAPET WALL
RISER =150 RISER =150
RAILING-S.S.RAILING,1000 HIGH 160 Ø PVC RAIN WATER PIPE RAILING-S.S.RAILING,1000 HIGH
160 Ø PVC RAIN WATER PIPE /kksch nqxkZiqj gfYn;k DHOBI - DURGAPUR HALDIA
E1 EMBEDDED IN CONC. (TYP.) EMBEDDED IN CONC. (TYP.) ikbZiykbu izkstsDV PIPELINE PROJECT
A B A B ,l oh LVs'ku fcfYMax SV STATION BUILDING
(fof'k"V ) (TYPICAL)
GROUND FLOOR PLAN TERRACE PLAN vk;kstuk] n`'; ,oa dkV PLANS, ELEVATIONS & SECTIONS
SCALE JOB NO. UNIT DIVN. DEPT. DWG. NO. REV.
1:100 B 0 3 5 0 0 1 8 1 4 1 1 2 1 0 1 2

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.

& SCADA ROOM STARTING FLOORING WORKS. TRENCHES/CUT OUTS IN FLOOR


TYP. HEIGHT & OIL BOUND
100.600 100.600 DISTEMPER ABOVE SHALL BE PROVIDED IN ACCORDANCE WITH RELEVANT ELECTRICAL/
F.F.L 1 FALSE FLOORING INSTRUMENTATION/PED/STRUCTURAL//EQUIPMENT DRAWINGS.
600

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

SECTION A-A SECTION B-B EMULSION PAINT EMULSION PAINT


AS/PER PED/STRUCTURAL/EQUIPMENT, CABLE, DUCTING DRAWINGS.
4. CABLING/CONDUITS
KOTA STONE EXTERIOR ACRYLIC EXTERIOR ACRYLIC
VERANDAH,
RAMP & STEPS FLOORING EMULSION PAINT EMULSION PAINT R1 A. ALL CONDUITS SHALL BE CONCEALED TYPE EXCEPT IN AREAS CONCEALED
BY FALSE CEILING AND SHALL BE LAID AS PER RELEVANT DRAWINGS.
CEMENT PLASTER CEMENT PLASTER B. IN CASE OF CONDUITS CONCEALED IN ROOF/BEAM/FLOOR, THEY
DOCUMENATION VITRIFIED TILE
WITH PLASTIC WITH OIL BOUND SHALL BE LAID BEFORE CASTING.
ROOM
EMULSION PAINT DISTEMPER 5. FINISHING
A. IN CASE OF ANY CONFLICT WITH TENDER/PACKAGE, THE SAME
SHALL BE GOT RESOLVED BEFORE PROCUREMENT AND EXECUTION.

SCHEDULE OF DOORS AND WINDOWS


LINTEL
TYPE OPENING SIZE FRAME SIZE DESCRIPTION NOS.
LEVEL
PRESSED STEEL DOOR DOUBLE SHUTTER WITH
SD1 1500 X 2700 1480 X 2690 2700 PRESSED STEEL FRAME AS PER EIL STD. WITH 02
LOUVERS AT BOTTOM
POWDER COATED ALUMINIUM GLAZED DOUBLE
AL1 2000 X 2700 1980 X 2690 2700 SHUTTER DOOR WITH 6mm TH. TOUGHENED 01
GLASS AS PER EIL STD
1 2 3 3' 4 4' 5 6 7 8 9 10
E2 AL2 1500 X 2700 1480 X 2690 2700
POWDER COATED ALUMINIUM GLAZED DOUBLE
SHUTTER DOOR WITH 6mm TH. TOUGHENED 05

A B c GLASS AS PER EIL STD


POWDER COATED ALUMINIUM GLAZED SINGLE
33000 AL3 1000 X 2100 0980 X 2090 2100 SHUTTER DOOR WITH 6mm TH. TOUGHENED 04
STAIRS AS/STRL. DESIGN GLASS AS PER EIL STD
(FROM GROUND TO TERRACE) 4000 3450 1825 1725 2275 1725 4000 4000 3000 4000 3000 35mm THICK FLUSH DOOR SHUTTER FACED WITH
D1 0900x2100 0880x2090 2100 03
WIDTH=1500 1MM THK. LAMINATION ON BOTH SIDE WITH
TREAD =300 600 WIDE RCC GUTTER STEEL FRAME AS/EIL STD.
RISER =150 300 Ø EXHAUST FAN 350 1200 EQ 1200 EQ 1200 350 350 1200 550 1200 350 725 1200 725
1000 HIGH R.C.C. 35mm THICK FLUSH DOOR SHUTTER FACED WITH
RAILING-S.S.PIPE,1000 HIGH TYP. D2 0800x2100 0780x2090 2100 1MM THK. LAMINATION ON BOTH SIDE WITH 02
PARAPET WALL
V2 V1 V1 W1 W1 W3 W3 W3 W3 W3 W3 W3 W3 TEAK WOOD FRAME AS/EIL STD.
E WATER PROOFING
AS/TENDER SPECS. POWDER COATED ALUMINIUM GLAZED WINDOW
1350 1500
1100

300 Ø EXHAUST FAN WITH 6.0mm THK TOUGHENED GLASS, PARTLY


1250

STAIRCASE WC R.C.C. SLAB AS/STRL.


W1 1200 X 1200 1180 X 1180 2100
FIXED/PARTLY OPENABLE TYPE AS/EIL STD.
12
D2
4000 5725 POWDER COATED ALUMINIUM GLAZED WINDOW
10 D2 WITH 6.0mm THK TOUGHENED GLASS, PARTLY 03
11 W2 1200 X 1200 1180 X 1180 2100
FEMALE

1000
FIXED/PARTLY LOUVERED TYPE AS/EIL STD.
MALE
TOILET FIRE FIGHTING TELECOM & SCADA CONTROL ROOM
6000

TOILET UPS ROOM POWDER COATED ALUMINIUM GLAZED WINDOW


FC W3 1200 X 1200 1180 X 1180 2100 WITH 6.0mm THK TOUGHENED GLASS, FIXED 08
FC ROOM/ AC FC ROOM AC FC
FF UD
AC FC
TYPE AS/EIL STD.
FF UD FF UD
CLEAN AGENT

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

FC R1 FALSE CEILING BOTTOM POWDER COATED ALUMINIUM GLAZED


AL2 V2 3650 X 0600 3630 X 0580 OF VENTILATOR AS/EIL STD., WITH 6mm TH. 02
PANTRY D1 AL2 AL2 AL2 TELECOM &

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

VERANDAH GI PIPE SLEEVE GI PIPE SLEEVE


NOTE :-
2600

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

TREAD-300 4 NOS.100 DIA SD1


UP
2500

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

A 23.06.17 ISSUED FOR BIDS MLT PD NKP

A VERANDAH REV. DATE REVISIONS BY CHKD APPD PEM/PC


1050

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

450 MM WIDE SUN SHADE


(2 Nos) B
100.00
A.R.L. PROJ ABOVE xsy ¼bafM;k½ fyfeVsM
STEPS
PROJ. ABOVE
RCC GUTTER ABOVE
E1 TREAD-300
RISER-150
GAIL
GAIL (INDIA) LIMITED
UP

c /kksch nqxkZiqj gfYn;k DHOBI - DURGAPUR HALDIA


ikbZiykbu izkstsDV PIPELINE PROJECT

आई पी एस बिल्डिंग, रिसीप्ट टर्मिनल IPS BUILDING/ RECEIPT TERMINAL/


GROUND FLOOR PLAN व डिस्पच
ै टर्मिनल ( fof'k"V) DESPATCH TERMINAL (TYPICAL)
Hkwry Iyku ,oa dkV GROUND FLOOR PLAN & SECTION
SCALE JOB NO. UNIT DIVN. DEPT. DWG. NO. REV.
1:100 B 0 3 5 0 0 1 8 1 4 1 1 2 1 0 3 1

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 :-

1. ALL DIMENSIONS ARE IN MILLIMETRES.


2. FOR OTHER NOTES REFER DRAWING NO. B035-001-81-41-12103

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

TERRACE ALL GLAZED DOOR (FAN LIGHT), WINDOWS & VENTILATORS


2600

SHALL BE PROVIDED WITH ALUMINIUM GRILL.

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

A 08.12.17 ISSUED FOR ENGINEERING BR PD NK

REV. DATE REVISIONS BY CHKD APPD PEM/PC

160 Ø PVC RAIN WATER PIPE


EMBEDDED IN CONC. (TYP.)
B xsy ¼bafM;k½ fyfeVsM
600MM WIDE RCC GUTTER GAIL
GAIL (INDIA) LIMITED
1000MM HIGH RCC PARAPET WALL
/kksch nqxkZiqj gfYn;k DHOBI - DURGAPUR HALDIA
ikbZiykbu izkstsDV PIPELINE PROJECT

आई पी एस बिल्डिंग, रिसीप्ट टर्मिनल IPS BUILDING/ RECEIPT TERMINAL/


TERRACE PLAN व डिस्पच
ै टर्मिनल ( fof'k"V) DESPATCH TERMINAL (TYPICAL)
Nr dk Iyku ,oa n`'; TERRACE PLAN & ELEVATIONS
SCALE JOB NO. UNIT DIVN. DEPT. DWG. NO. REV.
1:100 B 0 3 5 0 0 1 8 1 4 1 1 2 1 0 4 1

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.

E. PLINTH LEVEL OF THE BUILDING SHALL BE SAME THROUGHOUT


UNLESS SPECIFICALLLY INDICATED.
100.000 100.000 F. LOCATION/ORIENTATION/CO-ORDINATES OF THE BUILDING SHALL BE
A.R.L. A.R.L. CROSS-CHECKED WITH STRUCTURAL AND GENERAL CIVIL DRAWINGS.
IN CASE OF ANY MIS-MATCH THE SAME SHALL BE GOT RESOLVED
4000 3000 3000 4000 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

A. FINISHED FLOOR LEVEL OF WC/BATH CUBICLES, DRINKING WATER


C B A A B C AREA, PANTRY / KITCHEN SHALL BE 12MM LESS THAN ADJOINING
AREAS AND SHALL HAVE PROPER SLOPE FOR FLOOR DRAINAGE.
B. FLOOR OF CABLE CELLAR, AC PLANT/AHU, BATTERY ROOM SHALL
ELEVATION E2 ELEVATION E4 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

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.

STARTING FLOORING WORKS. TRENCHES/CUT OUTS IN FLOOR


500 HIGH R.C.C. PARAPET WALL SHALL BE PROVIDED IN ACCORDANCE WITH RELEVANT ELECTRICAL/
INSTRUMENTATION/PED/STRUCTURAL//EQUIPMENT DRAWINGS.
WATER PROOFING AS/TENDER SPECS.
3. WALL
R.C.C. SLAB AS/STRL. A. THICKNESS OF ALL BRICK MASONRY WALLS (EXCEPT WC/BATH
CAT LADDER CUBICLES) SHALL BE 230MM IF NOT SPECIFICALLY INDICATED.

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.

B V1 0750 x 0600 0730 x 0580 2100


POWDER COATED ALUMINIUM GLAZED 02
3100 900 VENTILATOR WITH 6.0mm THK TOUGHENED
GLASS, LOUVERED TYPE AS/EIL STD.
3100 900
V1 V1 SCHEDULE OF FINISHING
A-EXTERNAL :-
C C (a)-PLASTER/PAINTING
1200 PLAIN CEMENT PLASTER WITH EXTERIOR ACRYLIC EMULSION PAINT AS/APPROVED DESIGN.
1000

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

AL1 100.000 R.C.C. SLAB AS/STRL. BOUND DISTEMPER


VERANDAH

CERAMIC TILES CERAMIC TILES DADO


TOILET A.R.L. TOILET
FLOORING UPTO 2100 MM HEIGHT

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

W1 100.300 W1 C 14.12.17 CLIENT'S COMM. INCORPORATED & REISSUED FOR ENGG BR PD NK


F.F.L. 100.300 B 14.07.17 ISSUED FOR ENGINEERING MLT PD NK
A A 100.000 F.F.L. A 23.06.17 ISSUED FOR COMMENTS MLT PD NK
A.R.L. REV. DATE REVISIONS BY CHKD APPD PEM/PC
750

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

VENDOR DATA REQUIREMENTS


FOR
VENDOR DATA REQUIREMENTS FOR CLEAN
AGENT

A 24-SEP-2018 ISSUED FOR TENDER RS VG VG


Rev. Date Purpose Prepared by Checked by Approved by
No.

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

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

VENDOR DATA REQUIREMENTS

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

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

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.

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 45 of 851
Suppliers List for FIRE PROTECTION AND Date :24/09/2018 14:58:57
Page 1 of 6

Sr No Supplier Supplier Name Country Holiday Description


Code
Item Code : 05AA Description : FIRE EXTINGUISHERS
Approved Suppliers
1 F202 FIRE SAFETY DEVICES PVT. LIMITED INDIA
2 B027 BRIJBASI HI-TECH UDYOG INDIA
3 M719 MINIMAX GmbH & Co.KG GERMANY
4 I205 INTIME FIRE APPLIANCES PVT LTD INDIA
5 I212 INTEGRATED FIRE PROTECTION PVT. LTD. INDIA
6 U185 UNITED FIRE EQUIPMENTS PVT. LTD. INDIA
7 S060 SAFEX FIRE SERVICES LTD. INDIA
8 N052 NITIN FIRE PROTECTION INDUSTRIES LTD INDIA
9 S081 SUPREMEX EQUIPMENTS INDIA
10 G165 GUNNEBO INDIA LIMITED INDIA
11 B033 BHARAT ENGG. WORKS INDIA
12 V072 VIMAL FIRE CONTROLS PVT LTD INDIA
13 K181 KANADIA FYR FYTER PVT. LTD. INDIA
14 Z001 ZENITH FIRE SERVICES (INDIA) PVT. LTD. INDIA

066053057050

Copyrights EIL - All rights reserved


066053057050

Page 46 of 851
Suppliers List for FIRE PROTECTION AND Date :24/09/2018 14:58:57
Page 2 of 6

Sr No Supplier Supplier Name Country Holiday Description


Code
Item Code : 05AC Description : CLEAN AGENT SYSTEM
Approved Suppliers
1 N075 NEW FIRE ENGINEERS (P) LTD INDIA
2 M275 MX SYSTEMS INTERNATIONAL PVT. LTD. INDIA
3 T206 TYCO FIRE & SECURITY INDIA PVT. LTD INDIA
4 N539 NOHMI BOSAI LTD JAPAN
5 3639 CHETAN CORPORATION INDIA
6 M719 MINIMAX GmbH & Co.KG GERMANY
7 3702 ADN FIRE SAFETY PVT LTD INDIA
8 C356 CHETAN ENGINEERS INDIA
9 S003 SIEMENS LIMITED INDIA
10 U095 NOHMI BOSAI (INDIA) PRIVATE LIMITED INDIA
11 N052 NITIN FIRE PROTECTION INDUSTRIES LTD INDIA

066053057050

Copyrights EIL - All rights reserved


066053057050

Page 47 of 851
Suppliers List for FIRE PROTECTION AND Date :24/09/2018 14:58:57
Page 3 of 6

Sr No Supplier Supplier Name Country Holiday Description


Code
Item Code : 05AD Description : DELUGE VALVE
Approved Suppliers
1 F115 FIRETECH EQUIPMENTS & SYSTEM PVT. LTD. INDIA
2 M719 MINIMAX GmbH & Co.KG GERMANY
3 H091 HD FIREPROTECT PVT. LTD. INDIA

066053057050

Copyrights EIL - All rights reserved


066053057050

Page 48 of 851
Suppliers List for FIRE PROTECTION AND Date :24/09/2018 14:58:57
Page 4 of 6

Sr No Supplier Supplier Name Country Holiday Description


Code
Item Code : 05AQ Description : LANDING VALVES
Approved Suppliers
1 B027 BRIJBASI HI-TECH UDYOG INDIA
2 N052 NITIN FIRE PROTECTION INDUSTRIES LTD INDIA
3 U185 UNITED FIRE EQUIPMENTS PVT. LTD. INDIA
4 N215 NEWAGE FIRE PROTECTION INDUSTRIES P LTD INDIA
5 V078 VENUS PUMP & ENGINEERING WORKS INDIA
6 G165 GUNNEBO INDIA LIMITED INDIA
7 3646 SUKAN EQUIPMENTS PVT. LTD. INDIA
8 S313 SHAH BHOGILAL JETHALAL & BROTHERS INDIA
9 N214 NEWAGE FIREFIGHTING CO,LTD. INDIA
10 A077 ASCO STRUMECH PVT.LTD. INDIA

066053057050

Copyrights EIL - All rights reserved


066053057050

Page 49 of 851
Suppliers List for FIRE PROTECTION AND Date :24/09/2018 14:58:57
Page 5 of 6

Sr No Supplier Supplier Name Country Holiday Description


Code
Item Code : 05AS Description : SPRAY NOZZLE- FIRE FIGHTING
Approved Suppliers
1 S621 STRAHMAN VALVES INC. UNITED STATES
2 F115 FIRETECH EQUIPMENTS & SYSTEM PVT. LTD. INDIA
3 H091 HD FIREPROTECT PVT. LTD. INDIA

On Holiday
1 S619 SPRAYING SYSTEMS CO. UNITED STATES DORMANT (NOT TO BE
CONSIDERED)

066053057050

Copyrights EIL - All rights reserved


066053057050

Page 50 of 851
Suppliers List for FIRE PROTECTION AND Date :24/09/2018 14:58:57
Page 6 of 6

Sr No Supplier Supplier Name Country Holiday Description


Code
Item Code : 05BB Description : WATER MONITOR
Approved Suppliers
1 F115 FIRETECH EQUIPMENTS & SYSTEM PVT. LTD. INDIA
2 B027 BRIJBASI HI-TECH UDYOG INDIA
3 V072 VIMAL FIRE CONTROLS PVT LTD INDIA
4 M719 MINIMAX GmbH & Co.KG GERMANY
5 S313 SHAH BHOGILAL JETHALAL & BROTHERS INDIA
6 H091 HD FIREPROTECT PVT. LTD. INDIA
7 G165 GUNNEBO INDIA LIMITED INDIA
8 A738 AKRON BRASS COMPANY UNITED STATES
9 N214 NEWAGE FIREFIGHTING CO,LTD. INDIA
10 S081 SUPREMEX EQUIPMENTS INDIA

066053057050

Copyrights EIL - All rights reserved


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

GAIL (India) LIMITED

SCOPE OF WORK & JOB SPECIFICATION


FOR
FIRE DETECTION AND ALARM SYSTEM
FOR
DOBHI DURGAPUR PIPELINE SECTION (DDPL)
(ELECTRICAL)

TENDER NO: B035-001-81-41-FP-T-8106

PROJECT : DOBHI DURGAPUR HALDIA PIPELINE

OWNER : M/S. GAIL

CONSULTANT : ENGINEERS INDIA LTD.

JOB NO : B035

0 19-09-2018 ISSUED WITH TENDER AR ANPS ANPS


Rev Prepared Checked Approved
. Date Purpose
by by by
No

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

1.0 SCOPE OF WORK (ELECTRICAL)

2.0 SCOPE OF SUPPLY (ELECTRICAL)

3.0 SCOPE OF DESIGN & ENGINEERING

4.0 JOB SPECIFICATION

5.0 FIRE DETECTION & ALARM SYSTEM VENDOR

6.0 APPROVED VENDOR LIST FOR ELECTRICAL ITEMS

7.0 MANDATORY SPARES

8.0 RECOMMENDED O & M SPARES

9.0 LIST OF ATTACHMENTS

ANNEXURE – A: COMMITMENT LETTER FORMAT

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

1.0 SCOPE OF WORK (ELECTRICAL)

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.

The DDHPL Project shall be implemented in following two parts:

i. Dobhi – Durgapur Pipeline (DDPL)

ii. Durgapur Haldia Pipeline (DHPL)

Scope of this tender is limited to some part of Dobhi-Durgapur Pipeline (DDPL) section
only.

Following SV / IP / RT stations for which analogue addressable Fire Alarm System


shall be considered for some part of the Dobhi - Durgapur Pipeline (DDPL) section :

SL. NO. SV STATION IP STATION RT


1. SV-30 IPS-6 SAIL IISCO
2. SV-31 IPS-7 HFC DURGAPUR
3. SV-32 DPL DURGAPUR
4. SV-33 SAIL DURGAPUR
5. SV-34 MATIX FERTILISERS

For better understanding CONTRACTOR is advised also to refer Schematic


Arrangement of Pipeline Facilities (Dwg. No. B035-001-83-41-30001, Rev. G) attached
elsewhere in the Tender.

2.0 SCOPE OF SUPPLY (ELECTRICAL)

a) Design, Engineering, Supply, installation, testing and commissioning of Fire alarm


system as per attached datasheet B035-002-16-50-DS-0006, standard specification 6-
51-0076, standard specification for communication and fire alarm cable 6-51-0052. Fire
alarm panel (FAP) shall be analogue addressable type with addressable detectors.

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.

l) Installation, Testing & commissioning of complete system is in Contractor scope. The FA


system Contractor / vendor shall submit all necessary installation details/ instruction
details/ precautions to be taken care by the installation contractor / main Contractor
during installation of the FA equipment. Whenever felt necessary by the FA system
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

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:

SL. Control Guard DG Remarks


NO. Room Room Room
Building Building Building
(6m x 6m )
A SV Stations   NA In SV station FA system
(Typical) for Electrical Room,
Battery Room,
Telecom/SCADA Room
and Clean Agent Room
of Control Room Building
shall be considered as a
minimum.
In Guard Room Building
only repeater panel with
inbuilt buzzer shall be
considered.

B IP Stations   NA In IP station FA system


for Electrical Room,
Battery Room, Telecom/
SCADA Room, Control
Room, UPS Room, Fire
Fighting Room /Clean
Agent Room, Engineer’s
Room, Documentation
Room, I/C Room , Pantry
and Lobby & corridor of
Control Room Building
shall be considered as a
minimum.
In Guard Room Building
only repeater panel with
inbuilt buzzer shall be
considered.

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

C RT / CRT   NA Same as IP Station

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.”

2. Maximum distance between Control Room Building to Guard Room shall be


considered as 60 Meters for each SV station and 120 Meters for each IP / RT
station.

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.

3.0 SCOPE OF DESIGN & ENGINEERING

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.

4.0 JOB SPECIFICATION

4.1 Site Condition

A. Max/Min Temperature : 50 / 02 0C
B. Relative Humidity : 95%
C. Equipment design temperature (IS 9676) : * 450C

D. Soil Resistivity : As per Soil Analysis report


E. Min. temp. for battery sizing : 100C
F. Altitude above mean sea level : Less than 1000M above
G. Weather : Dry, dust storms in summer,
humid / heavy rain fall during
monsoon

4.2 Area Classification

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.

4.3 Job Specific Requirement

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.

5.0 FIRE DETECTION & ALARM SYSTEM VENDOR

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.

5.3 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.

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.

In case the above mentioned “COMMITMENT LETTER” is not submitted along


with the bid, Bidder’s offer will be rejected.

6.0 APPROVED VENDOR LIST FOR ELECTRICAL ITEMS

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.

7.0 MANDATORY SPARES

The bid must include in the quoted price for the following mandatory spares to be
supplied with the Fire Alarm system:

Sl. No. Equipment / Item Mandatory Spare


1. Fire Alarm System 1) All cards- 1 No. of each type
(for each SV / TOP / 2) Power fuses- 20% for each rating OR 1 no. (min.)of
IP / RT Station) each rating, whichever is more
3) Control fuses / MCB-10 Nos. of each rating & type
4) Terminal blocks- 20 Nos
5) Fire Detectors- 1% of total installed capacity of each
type OR 1 no.(min.) of each type, whichever is more
6) Glass for Break Glass Boxes/ Manual call point- 5 % of
each type OR 1 No. (min.) of each type, whichever is
more

8.0 RECOMMENDED O&M SPARES

In addition to above mandatory spares, BIDDER must recommend list of spares


required for 2 years trouble free operation, with unit rates and quantity, along with the
offer for Fire Alarm system. These items shall be optional for purchaser / Client.

Spares for two years AMC shall be separately quoted in a separate envelope.

9.0 LIST OF ATTACHMENTS

Sr. No. Description Document. No. Revision


A. SPECIFICATION
1. Specification for medium and high 6-51-0051 Rev-8
voltage cables & accessories.
2. Specification for communication and fire 6-51-0052 Rev-6
alarm cables.

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

3. Specification for fire detection and fire 6-51-0076 Rev-5


alarm system.
4. Specification For Electrical Equipment Rev-4
6-51-0081
Installation
5. Specification for field inspection, testing 6-51-0087 Rev-3
and commissioning of electrical
installations
B. INSPECTION AND TEST PLANS
1. Inspection & test plan for 6-81-1052 Rev-3
communication & fire alarm cables
2. Inspection & test plan for fire detection 6-81-1076 Rev-3
& alarm system
C. DATA SHEETS
1. Data Sheet For Fire Alarm System B035-000-16-50-DS-0006 Rev-4
2. SCADA IO List For Electrical B035-000-16-50-SP-0003 Rev-1
Parameters
D. MISCELLANEOUS DOCUMENTS
1. Vendor Data requirement – FA System B035-001-16-50-VDR-8106 Rev-0
2. Vendor List – Electrical Items B035-001-16-50-VL- 8106 Rev-0
E. TECHNICAL COMPLIANCE
1. Technical Compliance (Electrical) B035-001-16-50-TCL-8106 Rev-0
F. DRAWINGS
1. Equipment, Cable, Earthing and B035-001-16-50-01130 Rev-1
Lightning Protection Layout of IPS
Building / Receipt Terminal/
Despatch Terminal (Typical)

2. Equipment, Cable, Earthing and B035-001-16-50-01102 Rev-0


Lightning Protection Layout of SV
Station (Typical) - Control Room
Building

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.:

We M/S ..…………………………….................... (*) hereby confirm that Fire


Alarm System part of subject RFQ shall be designed, engineered, supplied,
tested and commissioned by us in the event of award of subject tender to
M/S…………………………………………………(**).

Deviations / exceptions / clarifications against tender technical specification,


model nos. offered and agreements made shall be as per our agreed MOU with
EIL.
.

……………………………..(*) ………………………………(**)

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

GAIL (India) LIMITED

DOBHI - DURGAPUR - HALDIA PIPELINE PROJECT


(DDHPL)

SCADA I/O LIST


FOR
ELECTRICAL PARAMETERS

CLIENT’S COMMENT INCORPORATED & ISSUED WITH


1 14.03.2018 SS AR ANPS
TENDER
0 27.02.2018 REVISED & ISSUED WITH TENDER AR ANPS ANPS

A 28.07.2017 ISSUED WITH TENDER AR ANPS ANPS


Rev. Prepared Checked Approved
Date Purpose
No by by by

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

SCADA I/O LIST - SV STATION

MONITORING( DIGITAL ANALOG NOS. DIGITAL STATUS DESCRIPTION ANALOG DESCRIPTION


SL.
LOAD TAG. FROM TO DESCRIPTION M)/ CONTROL OF TAG NO. ALARM ALARM
NO. INPUT OUTPUT INPUT OUTPUT CONTACT OPEN CONTACT CLOSE RANGE
(C ) SIGNAL (LOW) (HIGH)/TRIP

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. - - -

14 SOLAR SYSTEM SCADA SOLAR ARRAY -1 CURRENT M - - 1 - 1 SAC-AR1 ARRAY-1 CURRENT - * * *

15 SOLAR SYSTEM SCADA SOLAR ARRAY -2 CURRENT M - - 1 - 1 SAC-AR2 ARRAY-2 CURRENT - * * *


BATTERY CHARGING BATTERY -1 CHARGING
16 SOLAR SYSTEM SCADA
CURRENT - 01
M - - 1 - 1 BCC-1
CURRENT
- * * *
BATTERY CHARGING BATTERY -2 CHARGING
17 SOLAR SYSTEM SCADA
CURRENT- 02
M - - 1 - 1 BCC-2
CURRENT
- * * *

JOB. NO. - B035 PROJECT ; DOBHI -DURGAPUR-HALDIA PIPELINE Page 1 of 7

Page 64 of 851
SCADA I/O LIST REV. NO. 01
FOR
ELECTRICAL PARAMETERS

SCADA I/O LIST - SV STATION

MONITORING( DIGITAL ANALOG NOS. DIGITAL STATUS DESCRIPTION ANALOG DESCRIPTION


SL.
LOAD TAG. FROM TO DESCRIPTION M)/ CONTROL OF TAG NO. ALARM ALARM
NO. INPUT OUTPUT INPUT OUTPUT CONTACT OPEN CONTACT CLOSE RANGE
(C ) SIGNAL (LOW) (HIGH)/TRIP

18 BATTERY ISOLATED SCADA BATTERY-1 ISOLATED M 1 - - - 1 S-BAT-ISO BATTERY-1 DISCONNECTED CONNECTED - - -

19 BATTERY ISOLATED SCADA BATTERY-2 ISOLATED M 1 - - - 1 S-BAT-2-ISO BATTERY-2 DISCONNECTED CONNECTED - - -

BATTERY DEEP BATTERY DEEP


20 SCADA M 1 - - - 1 S-BAT-DD BATTERY DEEP DISCHARGED NORMAL OPERATION - - -
DISCHARGED DISCHARGED
FAULT ON SOLAR PANEL / SOLAR PANEL/ARRAY-01
21 SOLAR PANEL FAULT SCADA M 1 - - - 1 AR1-F NORMAL OPERATION - - -
ARRAY - 01 FAULT
FAULT ON SOLAR PANEL / SOLAR PANEL/ARRAY-02
22 SOLAR PANEL FAULT SCADA M 1 - - - 1 AR2-F NORMAL OPERATION - - -
ARRAY - 02 FAULT

SOLAR CONTROLLER FAULT ON SOLAR SOLAR CONTROLLER-01


23 SCADA M 1 - - - 1 SC1-F NORMAL OPERATION - - -
SOLAR FAULT CONTROLLER - 01 FAULT
SYSTEM
SOLAR CONTROLLER FAULT ON SOLAR SOLAR CONTROLLER-02
24 SCADA M 1 - - - 1 SC2-F NORMAL OPERATION - - -
FAULT CONTROLLER - 02 FAULT

25 ARRAY FAULT SCADA ARRAY FAULT M 1 - - - 1 SA-F ARRAY FAULT NORMAL OPERATION - - -

26 ARRAY FAULT SCADA ARRAY-2-FAULT M 1 - - - 1 SA-2-F ARRAY FAULT NORMAL OPERATION - - -

SOLAR CONTROL CKT. SOLAR CONTROL CKT. SOLAR CONTROL CKT.


27 SCADA M 1 - - - 1 SCC-F NORMAL OPERATION - - -
FAULT FAULT FAULT

BUS VOLTAGE OF 24V


28 24V DCDB SCADA
DCDB
M - - 1 - 1 24-DCDB-V - - 0-24V * -

BUS VOLTAGE OF MAIN BUS VOLTAGE OF 48V


29
DCDB
SCADA
DCDB
M - - 1 - 1 48-DCDB-V - - 0-48V * *

30 BATTERY VOLTAGE SCADA BATTERY VOLTAGE -01 M - - 1 - 1 S-BAT-1-V - - * * *

31 BATTERY VOLTAGE SCADA BATTERY VOLTAGE-02 M - - 1 - 1 S-BAT-2-V - - * *


32 LOAD CURRENT SCADA LOAD CURRENT -24V M - - 1 - 1 S-LC-24V - - * * *
33 LOAD CURRENT SCADA LOAD CURRENT -48V M - - 1 - 1 S-LC-48V - - * * *
GRID CHARGER-1
S-GRD-CHGR-1- INCOMING PHASE TO GRID INCOMING PHASE TO
34 GRID CHARGER-1 SCADA INCOMING PHASE M 1 - - - 1 - - -
IC CHGR.-1 AVAILABLE GRID CHGR.-1 OFF
HEALTHINESS
GRID CHARGER-2
S-GRD-CHGR-2- INCOMING PHASE TO GRID INCOMING PHASE TO
35 GRID CHARGER-2 SCADA INCOMING PHASE M 1 - - - 1 - - -
IC CHGR.-2 AVAILABLE GRID CHGR.-2 OFF
HEALTHINESS
GRID CHARGER-3
S-GRD-CHGR-3- INCOMING PHASE TO GRID INCOMING PHASE TO
36 GRID CHARGER-3 SCADA INCOMING PHASE M 1 - - - 1 - - -
IC CHGR.-3 AVAILABLE GRID CHGR.-3 OFF
HEALTHINESS
96/48V DC-DC 96-48V DC-DC 48V DC-DC CONVERTER
37 SCADA M 1 - - - 1 48-DC-DC-F HEALTHY - - -
CONVERTER CONVERTER FAILED FAILED

JOB. NO. - B035 PROJECT ; DOBHI -DURGAPUR-HALDIA PIPELINE Page 2 of 7

Page 65 of 851
SCADA I/O LIST REV. NO. 01
FOR
ELECTRICAL PARAMETERS

SCADA I/O LIST - SV STATION

MONITORING( DIGITAL ANALOG NOS. DIGITAL STATUS DESCRIPTION ANALOG DESCRIPTION


SL.
LOAD TAG. FROM TO DESCRIPTION M)/ CONTROL OF TAG NO. ALARM ALARM
NO. INPUT OUTPUT INPUT OUTPUT CONTACT OPEN CONTACT CLOSE RANGE
(C ) SIGNAL (LOW) (HIGH)/TRIP
96/24V DC-DC 96-24V DC-DC 48V DC-DC CONVERTER
38 SCADA M 1 - - - 1 24-DC-DC-F HEALTHY - - -
CONVERTER CONVERTER FAILED FAILED

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.

2. ALL ANALOG SIGNALS TO SCADA SHALL BE THROUGH 4-20MA TRANDUCERS.

3. VALUES SPECIFIED UNDER ANALOG SIGNAL DETAILS ARE BASED ON AVAILABLE INFORMATION. EXACT VALUES BASED ON ORDER EQUIPMENT SHALL BE INFORMED LATER.

JOB. NO. - B035 PROJECT ; DOBHI -DURGAPUR-HALDIA PIPELINE Page 3 of 7

Page 66 of 851
SCADA I/O LIST

SCADA I/O LIST - IP STATION

MONITORING( DIGITAL ANALOG DIGITAL STATUS DESCRIPTION ANALOG DESCRIPTION


SL. NOS. OF
LOAD TAG. FROM TO DESCRIPTION M)/ CONTROL TAG NO. ALARM ALARM
NO. INPUT OUTPUT INPUT OUTPUT SIGNAL CONTACT OPEN CONTACT CLOSE RANGE
(C ) (LOW) (HIGH)/TRIP

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

13 DG AMF PANEL SCADA DG POWER ON M 1 - - - 1 DG- ON ON OFF - - -

14 DG AMF PANEL SCADA DG FAILED TO START M 1 - - - 1 DG-F FAILED TO START NORMAL - - -

15 DG AMF PANEL SCADA DG FAULT M 1 - - - 1 DG-FLT FAULT HEALTHY - - -


DG SET
16 DG CHARGER SCADA DC SYSTEM STATUS M 1 - - - 1 DG-DCV HEALTHY NOT HEALTHY - - -

17 DG TANK SCADA FUEL LEVEL M - - 1 - - DG-FUELL - - 4-20mA YES -

18 DG VOLTAGE SCADA VOLTAGE M - - 1 - - DG-VOLT - - 4-20mA YES -

JOB. NO.- B035 PROJECT-DHOBI DURGAPUR PIPELINE Page 4 of 7

Page 67 of 851
SCADA I/O LIST

SCADA I/O LIST - IP STATION

MONITORING( DIGITAL ANALOG DIGITAL STATUS DESCRIPTION ANALOG DESCRIPTION


SL. NOS. OF
LOAD TAG. FROM TO DESCRIPTION M)/ CONTROL TAG NO. ALARM ALARM
NO. INPUT OUTPUT INPUT OUTPUT SIGNAL CONTACT OPEN CONTACT CLOSE RANGE
(C ) (LOW) (HIGH)/TRIP

19 UPS SCADA I/C VOLTAGE PHASE-1 M - - 1 - 1 UPS-PH1-V - - * * *


20 UPS SCADA I/C VOLTAGE PHASE-2 M - - 1 - 1 UPS-PH2-V - - * * *
21 UPS SCADA I/C VOLTAGE PHASE-3 M - - 1 - 1 UPS-PH3-V - - * * *
22 UPS SCADA I/C CURRENT PHASE-1 M - - 1 - 1 UPS-PH1-A - - * * *
23 UPS SCADA I/C CURRENT PHASE-2 M - - 1 - 1 UPS-PH2-A - - * * *
24 UPS SCADA I/C CURRENT PHASE-3 M - - 1 - 1 UPS-PH3-A - - * * *
25
UPS
UPS SCADA BATTERY CHARGING VOLTAGE M - - 1 - 1 BCH-V - - * * *
26 SYSTEM UPS SCADA BATTERY CHARGING CURRENT M - - 1 - 1 BCH-C - - * * *
27 UPS SCADA UPS BYPASS FREQ. OUT OF RANGE M 1 - - - 1 BYPASS-OUT
28 UPS SCADA UPS COMMON ALARM M 1 - - - 1 UPS-CMN
29 UPS SCADA UPS INVERTER OVER LOAD M 1 - - - 1 UPS-OL
30 UPS SCADA UPS LOAD ON BY PASS M 1 - - - 1 BY-PASS BYPASS-ON BYPASS-OFF - - -
31 UPS SCADA UPS LOW BATTERY M 1 - - - 1 UPS-BAT-LW LOW BATTERY HEALTHY - - -
32 UPS SCADA UPS OUTPUT VOLTAGE M - - 1 - 1 UPS-OP-V - - * * *
33 UPS SCADA UPS OUTPUT CURRENT M - - 1 - 1 UPS-OP-A - - * * *
34 230/48V RECTIFIER SCADA 230-48V RECTIFIER FAILED M 1 - - - 1 48-RCF-F 48V RECTIFIER FAILED HEALTHY - - -
35 230/24V RECTIFIER SCADA 230-24V RECTIFIER FAILED M 1 - - - 1 24-RCF-F 24V RECTIFIER FAILED HEALTHY - - -

GRID
36 MV SWITCHBOARD SCADA GRID POWER AVAILABLE M 1 - - - 1 GRID-ON GRID POWER AVAILABLE GRID OFF - - -
STATUS

DOOR DOOR OF TELECOM


37 SCADA DOOR STATUS M 1 - - - 1 DST-CLOSED DOOR CLOSED DOOR OPEN - - -
STATUS /SCADA ROOM

DOOR DOOR OF CONTROL


38 SCADA DOOR STATUS M 1 - - - 1 DST-CLOSED DOOR CLOSED DOOR OPEN
STATUS 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.

2. ALL ANALOG SIGNALS TO SCADA SHALL BE THROUGH 4-20MA TRANDUCERS.

3. VALUES SPECIFIED UNDER ANALOG SIGNAL DETAILS ARE BASED ON AVAILABLE INFORMATION. EXACT VALUES BASED ON ORDER EQUIPMENT SHALL BE INFORMED LATER.

JOB. NO.- B035 PROJECT-DHOBI DURGAPUR PIPELINE Page 5 of 7

Page 68 of 851
SCADA I/O LIST

SCADA I/O LIST - CONSUMER RECEIPT TERMINAL (CRT)

MONITORING( DIGITAL ANALOG DIGITAL STATUS DESCRIPTION ANALOG DESCRIPTION


SL. NOS. OF
LOAD TAG. FROM TO DESCRIPTION M)/ CONTROL TAG NO. ALARM ALARM
NO. INPUT OUTPUT INPUT OUTPUT SIGNAL CONTACT OPEN CONTACT CLOSE RANGE
(C ) (LOW) (HIGH)/TRIP

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

13 DG AMF PANEL SCADA DG POWER ON M 1 - - - 1 DG- ON ON OFF - - -

14 DG AMF PANEL SCADA DG FAILED TO START M 1 - - - 1 DG-F FAILED TO START NORMAL - - -

15 DG AMF PANEL SCADA DG FAULT M 1 - - - 1 DG-FLT FAULT HEALTHY - - -


DG SET
16 DG CHARGER SCADA DC SYSTEM STATUS M 1 - - - 1 DG-DCV HEALTHY NOT HEALTHY - - -

17 DG TANK SCADA FUEL LEVEL M - - 1 - - DG-FUELL - - 4-20mA YES -

18 DG VOLTAGE SCADA VOLTAGE M - - 1 - - DG-VOLT - - 4-20mA YES -

JOB. NO.- B035 PROJECT - DHOBI DURGAPUR PIPELINE Page 6 of 7

Page 69 of 851
SCADA I/O LIST

SCADA I/O LIST - CONSUMER RECEIPT TERMINAL (CRT)

MONITORING( DIGITAL ANALOG DIGITAL STATUS DESCRIPTION ANALOG DESCRIPTION


SL. NOS. OF
LOAD TAG. FROM TO DESCRIPTION M)/ CONTROL TAG NO. ALARM ALARM
NO. INPUT OUTPUT INPUT OUTPUT SIGNAL CONTACT OPEN CONTACT CLOSE RANGE
(C ) (LOW) (HIGH)/TRIP

19 UPS SCADA I/C VOLTAGE PHASE-1 M - - 1 - 1 UPS-PH1-V - - * * *


20 UPS SCADA I/C VOLTAGE PHASE-2 M - - 1 - 1 UPS-PH2-V - - * * *
21 UPS SCADA I/C VOLTAGE PHASE-3 M - - 1 - 1 UPS-PH3-V - - * * *
22 UPS SCADA I/C CURRENT PHASE-1 M - - 1 - 1 UPS-PH1-A - - * * *
23 UPS SCADA I/C CURRENT PHASE-2 M - - 1 - 1 UPS-PH2-A - - * * *
24 UPS SCADA I/C CURRENT PHASE-3 M - - 1 - 1 UPS-PH3-A - - * * *
BATTERY CHARGING
25 UPS SCADA
VOLTAGE
M - - 1 - 1 BCH-V - - * * *
BATTERY CHARGING
26 UPS SCADA
CURRENT
M - - 1 - 1 BCH-C - - * * *
UPS BYPASS FREQ. OUT
27 UPS SCADA M 1 - - - 1 BYPASS-OUT
OF RANGE
UPS
28 UPS SCADA UPS COMMON ALARM M 1 - - - 1 UPS-CMN
UPS INVERTER OVER
29 UPS SCADA M 1 - - - 1 UPS-OL
LOAD
30 UPS SCADA UPS LOAD ON BY PASS M 1 - - - 1 BY-PASS BYPASS-ON BYPASS-OFF - - -
31 UPS SCADA UPS LOW BATTERY M 1 - - - 1 UPS-BAT-LW LOW BATTERY HEALTHY - - -
32 UPS SCADA UPS OUTPUT VOLTAGE M - - 1 - 1 UPS-OP-V - - * * *
33 UPS SCADA UPS OUTPUT CURRENT M - - 1 - 1 UPS-OP-A - - * * *
230-48V RECTIFIER
34 230/48V RECTIFIER SCADA M 1 - - - 1 48-RCF-F 48V RECTIFIER FAILED HEALTHY - - -
FAILED
230-24V RECTIFIER
35 230/24V RECTIFIER SCADA M 1 - - - 1 24-RCF-F 24V RECTIFIER FAILED HEALTHY - - -
FAILED

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.

2. ALL ANALOG SIGNALS TO SCADA SHALL BE THROUGH 4-20MA TRANDUCERS.

3. VALUES SPECIFIED UNDER ANALOG SIGNAL DETAILS ARE BASED ON AVAILABLE INFORMATION. EXACT VALUES BASED ON ORDER EQUIPMENT SHALL BE INFORMED LATER.

JOB. NO.- B035 PROJECT - DHOBI DURGAPUR PIPELINE Page 7 of 7

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

VENDOR DATA REQUIREMENTS


FOR
FIRE ALARM SYSTEM

0 20-SEP-2018 ISSUED WITH TENDER SS AR ANPS


Rev. Date Purpose Prepared by Checked by Approved by
No.

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

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

VENDOR DATA REQUIREMENTS

The following drawings/documents marked " " shall be furnished by the bidder.

COMMUNICATIONFIRE ALARM CABLES

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

FIRE DETECTION AND ALARM SYSTEM

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

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

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).

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

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.

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

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

GAIL (India) LIMITED

TECHNICAL COMPLIANE
(ELECTRICAL)
FOR
FIRE PROTECTION AND FIRE ALARM
SYSTEM TENDER

(DOBHI-DURGAPUR PIPELINE SECTION)

TENDER NO: B035-001-81-41-FP-T-8106

PROJECT : DOBHI-DURGAPUR HALDIA PIPELINE

OWNER : M/S. GAIL

CONSULTANT : ENGINEERS INDIA LTD.

JOB NO : B035

Bidder’s Signature and


Stamp

0 19.09.2018 ISSUED WITH BID PACKAGE AR ANPS ANPS


Rev. Prepared Checked Approved
Date Purpose
No by by by
Format No. EIL-1641-1924 Rev.1 Copyright EIL – All rights reserved

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

1. Vendor for Fire detection and alarm (FA) system has


been selected from the list of approved Vendors given
under clause no. 5.0 of Scope of Work (Electrical) [Doc.
no. B035-001-16-50-8106] and Cl. no. "H" of
Purchaser's data of FA System Datasheet (Doc. No.
B035-000-16-50-DS-0006) only.

Bidder to confirm compliance and indicate the proposed


Vendor for FA system.

2. 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.

Bidder to confirm that commitment letter(s) have been


submitted along with the BID.

In case the above mentioned “COMMITMENT LETTER”


is not submitted along with the bid, Bidder’s offer will be
rejected.

3. Offered FA system shall be strictly as per as per agreed


MOUs between EIL and FA system vendors.
Deviation/exceptions / clarifications over and above the
mutually agreed and signed MOU shall render Bidder's
offer liable for rejection.

4. The scope of work shall be complete in all respects as


specified in the tender document and all other
equipment, materials and work not explicitly mentioned
but nevertheless required to fulfil the functional
requirements shall be deemed to be included in the
scope of Bidder with no additional cost and times
implication to the Owner.

5. Deviations, if any, from the applicable specifications


and codes have been duly consolidated at one place.
(Under Exceptions / Déviations List Form).
Any deviations/ deletions / corrections made by the
Contractor elsewhere will not be taken cognisance of
and all such deviations shall deem to have been
withdrawn by the Bidder.
6. Makes of various electrical equipment the equipment
and components supplied shall be as per Vendor List
(B035-001-16-50-VL-8106) given in the in the bid
document. Bidder to confirm compliance.
7. Detailed offers from the sub-vendors for various
equipment is not required to be furnished in the
Bidder’s offer at this stage. If any such details are
furnished by the Bidder in their proposal, these shall
not be reviewed or taken cognisance of at this stage.
These details shall be treated as preliminary and for
reference and record purpose only and shall not be
contractually binding. Confirm compliance.
Format No. EIL-1641-1924 Rev.1 Copyright EIL – All rights reserved

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

8. All data and documents required to be submitted with


the BID as per Vendor Data Requirement (doc. No.
B035-001-16-50-VDR-8106) have been furnished.
9. Confirm that Mandatory spares as per clause no 7.00
of of Scope of Work (Electrical) [Doc. no. B035-001-
16-50-8106] have been included in Bidder’s offer.
10. Confirm that Fire Alarm system shall be ordered by the
successful Bidder only after :
a) Review / Approval of the Purchase requisition by
Owner/ EIL for FA system.

11. Confirm that Operation and Maintenance spares


required for the two years of normal operation for all
system and equipment along with unit prices and
quantities as recommended by the equipment
manufacturer have been quoted.
12. Confirm that commissioning spares, as required for
offered system and equipment, have been included in
the proposal.
13. Confirm that Special Tools and Tackles, as required
for each equipment, have been included in the
proposal.
14. Bidder has furnished the indicative FA system layout
for following buildings along with BID:
a. Control Room Building of SV Station
b. Control Room Building of IP Station / RT
Confirm compliance.

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.

Format No. EIL-1641-1924 Rev.1 Copyright EIL – All rights reserved

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

E Type of fire alarm system


1 Conventional Not Required
2 Microprocessor based Required (see note -1)
analogue addressable
F Specific requirements for Fire Suppression
1 Status signals, alarms & Refer cl. No. 9
shutdown signal requirements 0f 6-51-0076
a Selector switches for clean agent/ √Req./Not Req. g Fire water pump running indications NA
CO2 supply h Fire water pump start push buttons NA
b Automatic signal for clean agent/ √Req./Not Req. i Control for sirens Required
CO2 supply j Controls & signals to various NA
c Manual push button for discharge Required control rooms
of clean agent/CO2 k Repeat alarm signal to mimic panel Required
d Clean agent/CO2 discharge inhibit Required l Repeat alarm signal to repeat Required
push-buttons alarm panel
e Deluge valve activation/test push- NA m Status of battery condition Required
buttons and activated status lamps
f Shutdown signals (potential free Required
contacts for air handling units)
G Siren
a Control for Sirens (Motorized) Automatic / Auto- c Hand operated Siren √Req./Not Req.
Manual √ d Location During detail Eng.
b Location Control Room
H Vendor of fire alarm system New Fire Engineer(s) Pvt. Ltd. / Tyco Fire & Security India Pvt. Ltd. /
/ Honeywell Inc./ Honeywell Automation India / Edward International
(Bidder to indicate the make offered) [ see note18 & 19]

REFERENCE EIL SPECIFICATION : 6-51-0076


4 19-09-2018 Updated & Reissued for BIDs AR ANPS ANPS
3 18-07-2018 Updated & Reissued for BIDs AR ANPS ANPS
2 24-04-2018 Revised & Issued for BIDs AR ANPS ANPS
1 19-04-2018 Issued for BIDs AR ANPS ANPS
0 04-04-2018 Issued for BIDs DK AR ANPS
Rev. No. Date Purpose Prepared By Checked By Approved By

Format No: EIL-1650-2027 Rev. 2 Copyrights EIL - All rights reserved

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.

Format No: EIL-1650-2027 Rev. 2 Copyrights EIL - All rights reserved

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

C Conventional Fire Alarm System


1 Central fire alarm panel
a Make & model no. f Mimic Integral/Non-integral
b No. of zones g LED size
c Operating voltage & power h LED arrangement
consumption i LED arrangement basis
d Ingress protection IP-41
e Dimensions (LXDXH)mm
2 Siren
a Siren range e Siren Actuation Automatic/ Automatic
b Output kW/ db at 1 meter as well as Manual
c Voltage V f Power Supply Normal/ Emergency
Phase Phase
Frequency Hz
d Starter for siren (IP-55) Required/Not-required
3 Mimic panel (if non-integral)
a Make & model no. c Mounting Floor mounting/Wall mounting
b Operating voltage ISSUED FOR BIDS d Dimensions (LXWXH)mm
4 Zonal fire alarm panel
a Make & model no. d Dimensions (LXDXH)mm
b Operating volt & power cosumption e No.of zones
c Mounting Floor mounting / Wall mounting f Max. No. of devices per zone

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

D Microprocessor Based Fire Alarm System


1 Central fire alarm panel (CFAP)
a Make & model no. h Processor Redundancy
b Memory capacity (refer cl. No. 5.3.1.28 of
c No. of Inputs EIL spec 6-51-0076)
d Nos. of programmable outputs i Ingress protection :IP-41
e Scanning speed j Dimensions (LXDXH)
f Operating volt & power consumption
g Software used
2 Video Display Unit (VDU)
a Make & model no.
b Locations
c VDU screen size
d VDU type / colour
e Dimensions (LXDXH)
3 Printer
a Make & model no. d Speed & size
b Quantity e Dimensions (LXDXH)
c Locations
4 Data gathering cum fire alarm panel (DGFAP)
a Make & model no. f Scan frequency for devices
b Max.and min.number of loops g Operating voltage & power
c Number of devices in each consumption
anlogue loop h Ingress protection :IP-41
d Event history storage processing i Communication protocol
e Number of programmable outputs
5 Repeat alarm panel
a Make & model no. c Display
b Operating voltage & d Ingress protection :IP-41
power consumption e Dimensions (LXDXH)mm
6 Integration with following Plant Comm. Systems:
a Public Alarm Announcement Yes/ No c Plant Data Network Yes/ No
system(Public address system) d ISDN telephone exchange Yes/ No
b Paging and Plant Comm. Yes/ No e Fire Suppression system Yes/ No
system

E Battery bank & charger details


1 Battery DGFAP CFAP Zonal Panel
a Make
b Type & model no.
f AH rating
d No. of cells
e Voltage per cell
f End cell voltage
g Dimensions (LXDXH)mm
2 Charger/ UPS Charger UPS
a Make
b Type/model no.
c Rating Amp KVA
d Dimensions (LXDXH)mm

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)

I Details of equipment certification/approval for hazardous


area application

Equipment MCP Heat Ionisation Optical detector Others


Detector detector

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

BIS License No. & date

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

GAIL (India) LIMITED

VENDOR LIST
FOR
ELECTRICAL ITEMS
(DOBHI-DURGAPUR PIPELINE SECTION)

TENDER NO: B035-001-81-41-FP-T-8106

PROJECT : DOBHI DURGAPUR HALDIA PIPELINE

OWNER : M/S. GAIL

CONSULTANT : ENGINEERS INDIA LTD.

JOB NO : B035

0 19-09-2018 Issued with Tender SS AR ANPS


Rev. Checked Approved
Date Purpose Prepared by
No by by

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

Sr No Supplier Supplier Name Country Holiday Description


Code
Item Code : 13HC Description : BATTERIES-LEAD ACID (VRLA)
Approved Suppliers
1 N216 NED ENERGY LIMITED INDIA
2 E149 EXIDE INDUSTRIES LTD. INDIA
3 A209 AMARA RAJA BATTERIES LTD INDIA
4 H132 HBL POWER SYSTEMS LTD INDIA

065057051048

Copyrights EIL - All rights reserved


065057051048

Page 85 of 851
Suppliers List for FA Tender(DDPL-B035) Date :19/09/2018 16:39:08
Page 2 of 12

Sr No Supplier Supplier Name Country Holiday Description


Code
Item Code : 13OC Description : CABLES-MEDIUM VOLTAGE-POWER-PVC/XLPE
Approved Suppliers
1 3669 KEI INDUSTRIES LIMITED INDIA
2 H060 HAVELLS INDIA LTD INDIA
3 G156 GEMSCAB INDUSTRIES LTD INDIA
4 3722 POLYCAB WIRES PVT LTD INDIA
5 3732 POLYCAB WIRES PVT LTD INDIA
6 3731 POLYCAB WIRES PVT LTD INDIA
7 S025 SRIRAM CABLES PVT LTD INDIA
8 K190 KEC INTERNATIONAL LTD-SILVASSA (F-R133) INDIA
9 3602 Special Cables Pvt. Ltd. INDIA
10 K082 KEI INDUSTRIES LIMITED INDIA
11 U003 UNIVERSAL CABLES LTD INDIA
12 T124 TORRENT POWER LIMITED INDIA
13 A132 ASSOCIATED FLEXIBLES & WIRES [P] LTD INDIA
14 C145 CORDS CABLE INDUSTRIES LTD INDIA
15 P254 POLYCAB WIRES PVT LTD INDIA
16 F013 FINOLEX CABLES LTD. INDIA

065057051048

Copyrights EIL - All rights reserved


065057051048

Page 86 of 851
Suppliers List for FA Tender(DDPL-B035) Date :19/09/2018 16:39:08
Page 3 of 12

Sr No Supplier Supplier Name Country Holiday Description


Code
Item Code : 13OE Description : CABLES-FIRE ALARM AND COMMN.
Approved Suppliers
1 3724 CORDS CABLE INDUSTRIESLTD. INDIA
2 K082 KEI INDUSTRIES LIMITED INDIA
3 C145 CORDS CABLE INDUSTRIES LTD INDIA
4 D012 DELTON CABLES LIMITED INDIA
5 3669 KEI INDUSTRIES LIMITED INDIA
6 C019 CMI LIMITED INDIA
7 E063 ELKAY TELELINKS LTD.- INDIA

065057051048

Copyrights EIL - All rights reserved


065057051048

Page 87 of 851
Suppliers List for FA Tender(DDPL-B035) Date :19/09/2018 16:39:08
Page 4 of 12

Sr No Supplier Supplier Name Country Holiday Description


Code
Item Code : 14AB Description : AUX. RELAYS
Approved Suppliers
1 A392 GE T&D INDIA LIMITED INDIA
2 A200 ABB INDIA LTD (BANGALORE) INDIA
3 3642 M/S JVS ELECTRONICS PVT LTD INDIA

065057051048

Copyrights EIL - All rights reserved


065057051048

Page 88 of 851
Suppliers List for FA Tender(DDPL-B035) Date :19/09/2018 16:39:08
Page 5 of 12

Sr No Supplier Supplier Name Country Holiday Description


Code
Item Code : 14CD Description : CONTACTORS
Approved Suppliers
1 L103 LARSEN & TOUBRO LTD-AHMEDNAGAR INDIA
2 S003 SIEMENS LIMITED INDIA
3 A200 ABB INDIA LTD (BANGALORE) INDIA
4 S450A SCHNEIDER ELECTRIC INDIA P LTD-HYDERABAD INDIA
5 G147 GE INDIA INDUSTRIAL PVT LTD INDIA

065057051048

Copyrights EIL - All rights reserved


065057051048

Page 89 of 851
Suppliers List for FA Tender(DDPL-B035) Date :19/09/2018 16:39:08
Page 6 of 12

Sr No Supplier Supplier Name Country Holiday Description


Code
Item Code : 14CF Description : CONTROL SWITCHES / SELECTOR SWITCHES
Approved Suppliers
1 S003 SIEMENS LIMITED INDIA
2 K143 KAYCEE INDUSTRIES LTD. INDIA
3 H142 HOTLINE SWITCHGEAR & CONTROLS INDIA
4 A392 GE T&D INDIA LIMITED INDIA
5 R159 RELIABLE ELECTRONIC COMPONENTS PVT LTD INDIA
6 S373 SWITRON DEVICES INDIA
7 L103 LARSEN & TOUBRO LTD-AHMEDNAGAR INDIA

065057051048

Copyrights EIL - All rights reserved


065057051048

Page 90 of 851
Suppliers List for FA Tender(DDPL-B035) Date :19/09/2018 16:39:08
Page 7 of 12

Sr No Supplier Supplier Name Country Holiday Description


Code
Item Code : 14FA Description : FUSES
Approved Suppliers
1 L103 LARSEN & TOUBRO LTD-AHMEDNAGAR INDIA
2 I013 NOVATEUR ELECTRICAL & DIGITAL SYSTEMS P INDIA
3 G147 GE INDIA INDUSTRIAL PVT LTD INDIA
4 C194 COOPER BUSSMAN INDIA PVT LTD INDIA
5 S003 SIEMENS LIMITED INDIA

065057051048

Copyrights EIL - All rights reserved


065057051048

Page 91 of 851
Suppliers List for FA Tender(DDPL-B035) Date :19/09/2018 16:39:08
Page 8 of 12

Sr No Supplier Supplier Name Country Holiday Description


Code
Item Code : 14MA Description : MCB
Approved Suppliers
1 S450 SCHNEIDER ELECTRIC INDIA PVT LTD INDIA
2 I168 INDIANA CURRENT CONTROL LTD INDIA
3 S393 STANDARD ELECTRICALS LTD INDIA
4 H060 HAVELLS INDIA LTD INDIA
5 S003 SIEMENS LIMITED INDIA
6 3726 NOVATEUR ELECTRICAL & DIGITAL SYSTEMS PVT. INDIA
LTD.
7 L071 LEGRAND (INDIA) PVT. LTD (FORM. M-006) INDIA
8 A372 ABB INDIA LTD INDIA

065057051048

Copyrights EIL - All rights reserved


065057051048

Page 92 of 851
Suppliers List for FA Tender(DDPL-B035) Date :19/09/2018 16:39:08
Page 9 of 12

Sr No Supplier Supplier Name Country Holiday Description


Code
Item Code : 14MB Description : MCCB
Approved Suppliers
1 S450A SCHNEIDER ELECTRIC INDIA P LTD-HYDERABAD INDIA
2 S003 SIEMENS LIMITED INDIA
3 L001C LARSEN & TOUBRO LTD-POWAI INDIA
4 G147 GE INDIA INDUSTRIAL PVT LTD INDIA
5 A200B ABB INDIA LTD INDIA

065057051048

Copyrights EIL - All rights reserved


065057051048

Page 93 of 851
Suppliers List for FA Tender(DDPL-B035) Date :19/09/2018 16:39:08
Page 10 of 12

Sr No Supplier Supplier Name Country Holiday Description


Code
Item Code : 14MC Description : METERS
Approved Suppliers
1 A028A AUTOMATIC ELECTRIC LTD. INDIA
2 M239 MECO INSTRUMENTS PVT LTD INDIA
3 N130 NIPPEN ELECTRICAL INSTRUMENTS CO. INDIA
4 R042 RISHABH INSTRUMENTS PVT LTD INDIA
5 S141 SECURE METERS LIMITED INDIA

065057051048

Copyrights EIL - All rights reserved


065057051048

Page 94 of 851
Suppliers List for FA Tender(DDPL-B035) Date :19/09/2018 16:39:08
Page 11 of 12

Sr No Supplier Supplier Name Country Holiday Description


Code
Item Code : 14PB Description : PUSH BUTTON AND INDICATING LAMPS
Approved Suppliers
1 S365 SHRI TULSI SWITCHGEARS PVT LTD INDIA
2 H142 HOTLINE SWITCHGEAR & CONTROLS INDIA
3 E173 ESSEN DEINKI INDIA
4 L001C LARSEN & TOUBRO LTD-POWAI INDIA
5 P291 PRECIFINE PRODUCTS PVT. LTD. INDIA
6 S003 SIEMENS LIMITED INDIA
7 S450A SCHNEIDER ELECTRIC INDIA P LTD-HYDERABAD INDIA
8 T166 TEKNIC ELECTRIC (I) PVT. LTD. INDIA

065057051048

Copyrights EIL - All rights reserved


065057051048

Page 95 of 851
Suppliers List for FA Tender(DDPL-B035) Date :19/09/2018 16:39:08
Page 12 of 12

Sr No Supplier Supplier Name Country Holiday Description


Code
Item Code : 14TA Description : TIMERS
Approved Suppliers
1 E151 ELECTRONIC AUTOMATION PVT LTD INDIA
2 S003 SIEMENS LIMITED INDIA
3 L103 LARSEN & TOUBRO LTD-AHMEDNAGAR INDIA

065057051048

Copyrights EIL - All rights reserved


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

SOLAR CHARGER NOTES :-

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

SLOPE 1:80 SLOPE 1:80


CPPSM

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

3X3 NOS.100 DIA


RAMP RAMP GI PIPE SLEEVE
100.000 100.000
A.R.L. (SLOPE 1:8) 1000MM HIGH RAILING A.R.L. (SLOPE 1:8) 1000MM HIGH RAILING

C C
VERANDAH VERANDAH
2000

2000

4 NOS.100 DIA 2NOS.50 DIA


100.450 100.450
CLP-1L

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

PDB BATTERY ROOM BP/AR ANPS

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

1 75 1 A 16.04.18 ISSUED FOR COMMENTS RA


F
BATT. RACK-1

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

FIRE FIGHTING RM. ELECTRICAL ROOM FIRE FIGHTING RM.


3600

SCADA ROOM FF UD F SCADA ROOM FF UD

A
F
200

F F F
11 10 11 10
DCDB-1

DCDB-1
1200
2000

DC-DC DC-DC F 1200 DC-DC DC-DC


STAIRCASE CNVT. SOLAR CHGR. CNVT. STAIRCASE CNVT. SOLAR CHGR. CNVT.

xsy ¼bafM;k½ fyfeVsM


750

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

100 150 450


PU
(P PE

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

xsy ¼bafM;k½ fyfeVsM


REFERENCE DRAWING TITLE

GAIL (INDIA) LIMITED

3-1641-0501 REV.2
DWG. NO.
PIPELINE PROJECT
DOBHI - DURGAPUR

OVERALL LIGHTING, CABLE, EARTHING & FIRE ALARM LAYOUT

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

FIRE FIGHTING AC FC TELECOM & SCADA CONTROL ROOM


6000

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

BATTERY F DOCUMENTA I/C ROOM B


B AC FC ENGINEER'S
ELECTRICAL
A

UD AC FC
ROOM 1200 ROOM -TION ROOM UD
ROOM
BATT. RACK-2 F F F F

3500
ACDB
3250

RCF DCDB-2 RCF DCDB-1


1200

F 2 1 VERANDAH
SINK
WR-01 100.600
F.F.L.
A A

160 Ø PVC RAIN WATER PIPE EMBEDDED IN RAMP


3X4 NOS.100 DIA (SLOPE 1:8)
CONC. (TYP.)
450 MM WIDE SUN SHADE GI PIPE SLEEVE 100.00
A.R.L.
PROJ. ABOVE
RCC GUTTER ABOVE STEPS
TREAD-300
RISER-150
UP
TERRACE PLAN
LIGHTNING PROTECTION LAYOUT

CABLE TRENCH LAYOUT

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 3450 1825 1725 2275 1725 4000 4000 3000 4000 3000
WIDTH=1500
TREAD =300 300 Ø EXHAUST FAN
RISER =150 300 Ø EXHAUST FAN
RAILING-S.S.PIPE,1000 HIGH

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

2100MM WIDE CORRIDOR 2100MM WIDE CORRIDOR


14350

14350

VERANDAH VERANDAH
2600

2600

100.600 BATT. MCCB 100.600


PP-1P

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

600 1770 FAJB


800

TREAD-300 2080 TREAD-300


1100

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

100.00 100.00 PDB RA AR ANPS


750 1000 750

A.R.L. BATT. RACK-1 PDB A.R.L. BATT. RACK-1


200
F REV. DATE REVISIONS BY CHKD APPD PEM/PC
FAP

FAP

F ENGINEER'S I/C ROOM I/C ROOM


800

AC FC DOCUMENTA BATTERY ELECTRICAL AC FC ENGINEER'S DOCUMENTA


B B
ELECTRICAL UD AC FC UD AC FC
2050

450 Ø EXHAUST FAN 200 ROOM -TION ROOM UD


ROOM ROOM ROOM -TION ROOM UD
(FLP IIC TYPE) ROOM
BATT. RACK-2 F F F BATT. RACK-2
ACDB

F
ACDB
3250

3250
2400

750 4500
600

RCF DCDB-2 RCF DCDB-1


800

F 2 1 VERANDAH RCF-2 DCDB-2 RCF-1 DCDB-1 VERANDAH


1650

SINK
WR-01 100.600 SINK
WR-01 100.600
1370 800 1200 800 1200
200

F.F.L. F.F.L.

xsy ¼bafM;k½ fyfeVsM


A 200 A
200 200 200

160 Ø PVC RAIN WATER PIPE EMBEDDED IN


CONC. (TYP.)
450 Ø EXHAUST FAN
880 RAMP
(SLOPE 1:8)
RAMP
(SLOPE 1:8)
GAIL
GAIL (INDIA) LIMITED
450 MM WIDE SUN SHADE 100.00 100.00
A.R.L. A.R.L.
PROJ. ABOVE
RCC GUTTER ABOVE STEPS
TREAD-300
RISER-150
STEPS
TREAD-300
RISER-150
/kksch nqxkZiqj gfYn;k DHOBI - DURGAPUR HALDIA PIPELINE
UP UP ikbZiykbu izkstsDV PROJECT

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

You might also like

pFad - Phonifier reborn

Pfad - The Proxy pFad of © 2024 Garber Painting. All rights reserved.

Note: This service is not intended for secure transactions such as banking, social media, email, or purchasing. Use at your own risk. We assume no liability whatsoever for broken pages.


Alternative Proxies:

Alternative Proxy

pFad Proxy

pFad v3 Proxy

pFad v4 Proxy