Professional Documents
Culture Documents
CORPORATIONLIMITED (TANGEDCO)
*****************************
VOLUME – II – B
***************************
TECHNICAL SPECIFICATION
FOR
CONDENSATE POLISHING UNIT
*********************************************************
SPECIFICATION NO. PE-TS-412-155A-A001, R0
************************************************
INDEX
VOLUME – IIB
SECTIONS TITLE PAGE NO.
VOLUME‐III
S. NO. TITLE PAGE NO.
1 LIST OF DOCUMENTS TO BE SUBMITTED WITH BID 673
2 COMPLIANCE CUM CONFIRMATION CERTIFICATE 674‐675
3 PRE BID CLARIFICATION SCHEDULE 676
4 SCHEDULE OF TECHNICAL DEVIATION 677
5 SUGGESTIVE PRICE FORMAT 678‐680
TITLE SPECIFICATION NO: PE‐TS‐412‐155A‐A001
2X 660 MW ENNORE SEZ STPP VOLUME: II B
TECHNICAL SPECIFICATION FOR REV 00
CONDENSATE POLISHING UNIT SHEET
SECTION - A
INTENT OF SPECIFICATIONS
Page 1 of 680
TITLE SPECIFICATION NO: PE‐TS‐412‐155A‐A001
2X 660 MW ENNORE SEZ STPP VOLUME: II B
TECHNICAL SPECIFICATION FOR REV 00
CONDENSATE POLISHING UNIT SHEET
1.0 SCOPE:
The bidder’s scope shall also include any other services, etc. if called for in the succeeding
sections of the specification.
2.1 The bidder shall be responsible for providing all material, equipment & services, which are required
to fulfil the intent of ensuring operability, maintainability, reliability and complete safety of the
complete work covered under this specification, irrespective of whether it has been specifically
listed herein or not. Items though not specifically mentioned but needed to make the system
complete as stipulated under these specifications are also to be furnished unless otherwise
specifically excluded.Omission of specific reference to any component / accessory necessary for
proper performance of the equipment shall not relieve the vendor from the responsibility of
providing such facilities to complete the supply and erection & commissioning of condensate
polishing unit.
2.2 It is not the intent to specify herein all the details of design and manufacture. However, the
equipment shall conform in all respects to high standards of design, engineering and workmanship
and shall be capable of performing the required duties in a manner acceptable to purchaser who
will interpret the meaning of drawings and specifications and shall be entitled to reject any work or
material which in his judgment is not in full accordance herewith.
2.3 The extent of supply under the contract includes all items shown in the drawings, notwithstanding
the fact that such items may have been omitted from the specification or schedules. Similarly, the
extent of supply also includes all items mentioned in the specification and /or schedules,
notwithstanding the fact that such items may have been omitted in the drawing.
2.4 The general term and conditions, instructions to tenderer and other attachment referred to
elsewhere are made part of the tender specification. The equipment materials and works covered
by this specification are subject to compliance to all attachments referred in the specification. The
bidder shall be responsible for and governed by all requirements stipulated herein.
2.5 While all efforts have been made to make the specification requirement complete & unambiguous,
it shall be bidders’ responsibility to ask for missing information, ensure completeness of
specification, to bring out any contradictory / conflicting requirement in different sections of the
specification and within a section itself to the notice of BHEL and to seek any clarification on
specification requirement in the format enclosed under VOL-III of the specification. In absence of
any such clarifications, in case of any contradictory requirement, the more stringent requirement as
per interpretation of Purchaser / Customer shall prevail and shall be complied by the bidder without
any commercial implication on account of the same. Further in case of any missing information in
the specification not brought out by the prospective bidders as part of pre-bid clarification, the
same shall be furnished by Purchaser/ Customer as and when brought to their notice either by the
bidder or by purchaser/ customer themselves. However, such requirements shall be binding on the
successful bidder without any commercial & delivery implication to BHEL / Customer.
Page 2 of 680
TITLE SPECIFICATION NO: PE‐TS‐412‐155A‐A001
2X 660 MW ENNORE SEZ STPP VOLUME: II B
TECHNICAL SPECIFICATION FOR REV 00
CONDENSATE POLISHING UNIT SHEET
2.6 Deviations along with cost of withdrawal (positive or negative), if any, should be very clearly
brought out clause by clause in the enclosed schedule; otherwise, it will be presumed that the
vendor's offer is strictly in line with tender specification & there is no deviation.( Price to be given in
sealed envelope only.)
2.7 In case all above requirements are not complied with, the offer may be considered as incomplete
and would become liable for rejection.
2.8 Unless specified otherwise, all through the specification, the word contractor shall have same
meaning as successful bidder / vendor and Customer / Purchaser / Employer will mean BHEL and
/or TAMILNADU GENERATION AND DISTRIBUTION CORPORATION LIMITED (TANGEDCO),
HYDERABAD and /or DESEIN (customer’s assigned consultant).
2.9 The equipment covered under this specification shall not dispatch unless the same have been
finally inspected, accepted and shipping release issue by BHEL/Customer.
2.10 BHEL’s/Customer’s representative shall be given full access to the shop in which the equipments
are being manufactured or tested and all test records shall be made available to him.
Page 3 of 680
TITLE SPECIFICATION NO: PE‐TS‐412‐155A‐A001
2X 660 MW ENNORE SEZ STPP VOLUME: II B
TECHNICAL SPECIFICATION FOR REV 00
CONDENSATE POLISHING UNIT SHEET
SECTION - B
Page 4 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
CHAPTER 1
PROJECT SYNOPSIS
1.1 Introduction
1.2 Location
The proposed site for main power plant is located near Ennore port (approx 5
kms).
The description and salient technical data of the Steam Generator, Steam
Turbine Generator, Auxiliary systems, Electrical, Control & Instrumentation,
Civil etc. are explained elsewhere in the specification:
Page 5 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
LOCATION
Meteorological Condition
Climate : Tropical ,very dry and hot summer, dry and cold
winter and good rain-fall in monsoon
accompanied with strong wind.
Relative Humidity
Maximum 100%
Minimum 36%
Design 75%
Annual Rainfall
Maximum 2540 mm
Average 1600 mm
Minimum 1175 mm
Page 6 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
Site is well connected to all weather road from Pattamandri on the Thiruvottiyur
– Ponneri district highway. Site is located adjacent to the Chennai – Howrah
broad gauge line and thus well connected by rail also.
Each of the two units shall have a Turbine maximum continuous rating
(TMCR) of 660 MW at generator terminals based on the following site
conditions.
The VWO capacity of the steam turbine shall not be less than 105% of TMCR
flow at rated parameters. Boiler maximum Continuous Rating (BMCR) will be
established to match the steam flow at VWO conditions, but BMCR flow shall
not less than 108% of TMCR flow.
The capacity of the unit is selected so as to deliver the rated output even after
ageing that will occur between overhauls, as a result of deposition of salts in
turbine blades, wear and tear etc.
Power will be evacuated from the proposed thermal power station at 400 KV
voltage level through 400 KV transmission lines . The power evacuation lines
would be double circuit 400 KV lines which will act as Line in & Line out
circuit.
Page 7 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
The following factors which influence the project site selection have been
found very favourable to establish and operate the project.
a. Availability of fuel.
b. Existing power plant
c. Availability of adequate cooling water.
d. Availability of adequate land for locating the power plant with
approach roads.
e. Suitability of land from topographical and geological aspects
f. Proximity of National Highways, Ports & Transport of fuel &
heavy equipment.
g. Facility for interconnection with transmission and distribution
system for evacuation of power.
h. Environmental aspects.
Total land required for the project is 500 acres which is under the possession
of TANGEDCO.
1.9 Fuel
Domestic coal requirement for the power plant will be sourced from Kalinga
block of Talcher coal fields, Mahanadi and IB valley coal fields in the state of
Orissa. Coal will be transported by sea. The port of dispatch and port of
receipt for domestic coal would be Paradip port and Ennore port respectively.
Imported coal shall be sourced from foreign countries through sea to Ennore
port.
Coal can be transported from coal mines to Ennore port by sea and unloaded
at proposed coal berth-III. Further the coal can be transported to the
proposed power plant through pipe conveyor which shall have a system
capacity of 2 x 2000TPH.
Page 8 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
DOMESTIC COAL
Page 9 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
IMPORTED COAL
Page 10 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
The plant should be suitable to accept imported coal sourced from any
country. The limiting parameters of imported coal are furnished below :
Note: ADB stands for “As dried Basis” and ARB for “As Received Basis”
Page 11 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
The coal shall be received at Ennore port. The coal will be transported by
pipe conveyor from coal berth 3 in Ennore Port and then through 2 x 2000
TPH pipe conveyor to the bunker directly or to stockyard.
1.10.1 Source
The raw water intake shall be from the existing cooling water forebay of
NCTPS PHASE-II.
1.10.3 Requirement
The requirement of water for the plant will be for meeting the requirement of
make up for the re-circulating cooling water system, dust suppression system
in coal handling plants, ash disposal system and the RO/ D.M. water plant
which will be supplying the power cycle make up requirements, etc. In
addition the water requirements will be for drinking and service purposes.
Water requirement is estimated as approx. 15523 m3/hr.
Page 12 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
Power will be evacuated from the proposed thermal power station at 400 KV
voltage level through 400 KV transmission lines . The power evacuation lines
would be double circuit 400 KV lines.
The 400 KV Switchyard is proposed to have one and a half bus arrangement and
will comprise following bays/circuits :
The switchyard will be complete with galvanized steel structures, lightning surge
arrestors, OPGW Equipment, CTs, PTs of suitable VA burden and accuracy
class as required for measurement protection and communication, insulators,
bus-bars clamps & hard wares etc. The switchyard will be controlled by
computerized control and data acquisition (SCADA) system.
• The expected plant load factor is 85 %. With this PLF the average
yearly generation will be around 11914 Million units.
Page 13 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
2.0 GENERAL
ENVIRONMENTAL
INFORMATION
2.1 Area of the land proposed to : Refer Plot Plan Land already
be acquired acquired
Page 14 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
a. Crops :
b. Forest : Refer details in the specification
elsewhere.
c. Grass land :
d. Endangered species :
e. Others (Specify) :
Page 15 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
450(0.75person/MW) TANGEDCO
Page 16 of 680
TITLE SPECIFICATION NO : PE‐TS‐412‐155A‐A001
2X 660 MW ENNORE SEZ STPP VOLUME: II B
TECHNICAL SPECIFICATION FOR REV 00
CONDENSATE POLISHING UNIT SHEET
SECTION – C
Page 17 of 680
TITLE SPECIFICATION NO : PE‐TS‐412‐155A‐A001
2X 660 MW ENNORE SEZ STPP VOLUME: II B
TECHNICAL SPECIFICATION FOR REV 00
CONDENSATE POLISHING UNIT SHEET
SECTION – C1
SECTION C1 – A – SCOPE OF SUPPLY & SERVICES, EXCLUSION AND TERMINAL POINTS ETC.
SECTION C1 – F – DATASHEET A
Page 18 of 680
TITLE SPECIFICATION NO : PE‐TS‐412‐155A‐A001
2X 660 MW ENNORE SEZ STPP VOLUME: II B
TECHNICAL SPECIFICATION FOR REV 00
CONDENSATE POLISHING UNIT SHEET
SECTION C1 – A
Page 19 of 680
TITLE SPECIFICATION NO : PE‐TS‐412‐155A‐A001
2X 660 MW ENNORE SEZ STPP VOLUME: II B
TECHNICAL SPECIFICATION FOR REV 00
CONDENSATE POLISHING UNIT SHEET
1.0 GENERAL
The Condensate polishing plant with regeneration system and associated accessories shall conform to
the technical specification (PE-TS-412-155A-A001) of 2X 660 MW ENNORE SEZ STPP.
There shall be three service vessels (3X50%) for each 660 MW unit each polishing 50% of the condensate
flow corresponding to VWO (valve wide open) condition at 1% make up (Flow through each service vessel
indicated in the data sheet) & all HP heaters out of service condition.
The proposed condensate plant shall treat the entire condensate of the turbine generator of each unit of
power station. The proposed schematic arrangement of the condensate polishing plant and its
regeneration facility shall be as per the enclosed P&I Diagram. Arrangement of piping, valves and
instruments shown in the P&ID are bare minimum. The bidder shall include the complete system
including regeneration facility as elaborated in this specification meeting the contractual requirements.
The condensate polisher service vessels shall be located in the TG hall of corresponding units. The
resins shall be transferred to and from the common regeneration facility by sluicing through a pipeline
hydraulically / hydro pneumatically.
The regeneration process offered by the bidder shall be of proven design and shall essentially be the
same process by virtue of which the bidder is qualified and shall give resin-separation compatible with
the desired effluent quality.
Broad scope of supply (mechanical) for this package is detailed below and as indicated in relevant
portion of this specification shall be in bidder’s scope.
1) There shall be three service vessels (3X50%) for each 660 MW unit each polishing 50 % of the
condensate flow.
2) Each Condensate polisher vessels shall be complete with condensate inlet and outlet connections,
connections for resin transfer to and from the vessels, bed support-cum-under drain system, inlet
water distributors, air distribution arrangement for resin mixing, all fittings and appurtenances etc. as
specified and as required.
3) One no External resin traps at the outlet of each of the polisher vessel outlet & rinse outlet, designed
for in-place manual back flushing facility.
4) Condensate inlet and outlet headers for each installation with pipe connections to the condensate
polisher vessels.
5) Resin transfer headers and pipe lines connecting the common external regeneration facilities to the
Page 20 of 680
TITLE SPECIFICATION NO : PE‐TS‐412‐155A‐A001
2X 660 MW ENNORE SEZ STPP VOLUME: II B
TECHNICAL SPECIFICATION FOR REV 00
CONDENSATE POLISHING UNIT SHEET
6) Rinse water outlet headers from condensate polisher vessels of each installation up to the
condenser hot well. Rinse water outlet headers from condensate-polisher vessels shall be provided with
a pressure reducing valve and orifice plate, suitably designed to enable the water entry to the condenser
hot well under all operating condition of condenser.
7) All necessary valves, and fittings for the installations with actuators necessary for their remote operation
from CP System Control Panel of each 660 MW Unit. These shall include suitable foolproof arrangement
to prevent accidental over pressurization of the resin transfer pipeline and regeneration facilities
connected to it, which are designed for pressure much lower than that of the Condensate Polisher Mixed
Beds / Condensate Polisher Service vessels.
8) A drain header for the condensate polisher service vessels .All necessary drains, vents and sampling
points, with valves as required.
9) Gland sealing water piping for the Gland sealing valves in the rinse water line & other lines.
10) Sample cooling line piping for sample cooling for all analyzers.
11) Two nos. (1W + 1S) per unit oil free type air blowers with electric motor drives for each unit for
supplying air required for mixing the resins in the service vessels. Each blower shall be complete
with motor, V-belt drive with belt guard, inlet filter, silencer, flexible couplings and discharge snubber,
acoustic hood, relief valve etc all mounted on a single base.
13) Emergency bypass between the condensate influent and effluent headers. Each Condensate polisher
service unit shall be provided with an automatic bypass for the condensate polisher on the condensate
inlet and outlet headers of the unit with a modulating butterfly type control valve along with Butterfly
isolation valves (resilient material seated, to ensure bubble-tight shut off) on the upstream and
downstream sides of the control valve. Either 2X50% capacity valves or 1X100% capacity control valve
shall be provided to achieve proper control under all operating conditions. Isolation valve shall be
provided with geared operators for manual operation. Complete instrumentation and controls for this
emergency by-pass system. Further all tubing, wiring air sets and other fittings required to complete the
system shall be provided.
14) The plant shall include resins for each condensate polisher service vessels along with one (1) spare
charge of resin in the mixed resin storage tank. Two (2) spare charge of resins per unit during
commissioning and one (1) spare charge of resins as mandatory spares. Total resin charges shall be
supplied for the project is twelve (12) nos. One resin charge shall be considered as resin required for one
service vessel i.e. cation resin, anion resin and inert resin ( if any) used for the project. Further one
Year's topping requirements or 10 % of first fill quantity, whichever is more shall be supplied by
bidder.
15) One no. Conductivity Analyzer at condensate inlet header, One no. Conductivity Analyzer at
condensate outlet header, One no. Conductivity Analyzer at outlet of each Condensate polishing
Mixed Beds / Condensate Polisher Service vessels.
16) One no. Cation Conductivity Analyzer at condensate inlet header, One no. Cation Conductivity
Analyzer at condensate outlet header, One no. Cation Conductivity Analyzer at outlet of each
Condensate polishing Mixed Beds / Condensate Polisher Service vessels.
17) One no. Conductivity Analyzer at condensate inlet header, One no. Conductivity Analyzer at
condensate outlet header, One no. Conductivity Analyzer at outlet of each Condensate polishing
Mixed Beds / Condensate Polisher Service vessels.
18) One no. pH Analyzer at condensate inlet header & One no. pH Analyzer at outlet of each
Condensate polishing Mixed Beds / Condensate Polisher Service vessels.
Page 21 of 680
TITLE SPECIFICATION NO : PE‐TS‐412‐155A‐A001
2X 660 MW ENNORE SEZ STPP VOLUME: II B
TECHNICAL SPECIFICATION FOR REV 00
CONDENSATE POLISHING UNIT SHEET
19) One no. multichannel (consist of four channel & four sensor) sodium analyzer to measure
the values of common inlet and each service vessel outlet. Total number of multichannel sodium
analysers for both the units shall be two.
20) One no. multichannel (consist of four channel & four sensor) Silica analyzer to measure the values
of common inlet and each service vessel outlet. Total number of multichannel sodium analysers for
both the units shall be two.
21) One no. multichannel (consist of four channel & four sensor) chloride analyzer to measure the
values of common inlet and each service vessel outlet. Total number of multichannel sodium
analysers for both the units shall be two.
22) Complete instrumentation and controls for this system, including the differential pressure
transmitters, panel mounted indicating type controller with provision for remote manual operation,
actuator for the control valve with positioner etc. All tubing, wiring, airsets, and other fittings, required
to complete the system.
23) All the piping, valves, fitting, accessories etc. used in service vessel area shall be 300# class
minimum and this area shall be considered as high pressure side.
24) Minimum instrumentation required as per P & ID included in this tender specification.
25) All butterfly valves MOC used in service vessel area in condensate inline line shall be (body :WCB
Disc:CF8M/SS316) and condensate outlet line will be (Body & Disc both :CF8M/SS316)
B. REGENERATION SYSTEM
The regeneration system shall be common to polisher of both the units and shall be external. The CPU
regeneration system will be located near DM plant area. Regeneration area shall be considered as low
pressure area. Complete regeneration facility as mentioned below shall be in Bidder’s scope:
I. One common facility for regeneration of the resins from the condensate polishers of all the TG units
shall be provided by the bidder and consisting of following:
5) Common waste effluent header with one resin trap designed for in place manual backwashing.
6) The type of vessels indicated above (s.no 1, 2 and 3) shall be as per supplier process requirement.
7) Resin Make up/injection hopper complete with water ejector system for resin make up. Resin Make
up/injection hopper shall be sized to handle up to minimum 150 liters of as received new resins per
single injection.
8) Two (2) nos. (1W+1S) oil free type air blowers with electric motor drives, for supplying all the
process air required for cleaning of the resins and their regeneration processes. Each blower shall
be complete with motor, V-belt drive with belt guard, inlet filter, silencer, flexible couplings and
discharge snubber, acoustic hood, relief valve etc.as required and shall be mounted on a single
base.
9) Two (2) nos. CPU Regeneration cum Resin Transfer Pumps each with electric drive motor drives, one
normally operating and the other standby, for water supply for chemical preparation / dosing and transfer
of resin from service vessel to regeneration vessels & vice-versa, backwash & rinse activities shall be
provided. These CPU Regeneration cum Resin Transfer Pumps will take suction from DM water
storage tanks (DM water storage tanks not in bidder’s scope).
Page 22 of 680
TITLE SPECIFICATION NO : PE‐TS‐412‐155A‐A001
2X 660 MW ENNORE SEZ STPP VOLUME: II B
TECHNICAL SPECIFICATION FOR REV 00
CONDENSATE POLISHING UNIT SHEET
10) All integral pipe works, valves, internals, fittings, hangers, supports and appurtenances etc. for these
vessels.
The Acid and alkali unloading equipment for regeneration of condensate polishing resins shall
preferably be mounted on skid.
a) One (1) no. hose Station for Transfer of Hydrochloric Acid (30-33% HCl).The hose station shall consist
of one (1) no. of hose pipe. Hose size shall be of 80 mm /NB @ 20 m, provided along with coupling &
diaphragm type isolation valves.
b) One (1) no. hose station for transfer of Alkali (48% NaOH). The hose station shall consist of one (1) no.
of hose pipe. Hose size shall be of 80 mm /NB @ 20 m, provided along with coupling & diaphragm type
isolation valves.
c) Two (2) nos. Bulk Acid storage tanks complete with integral pipe works, valves, level transmitter, level
gauges, fume absorber cum overflow seal pot and all other accessories required. Further each of these
bulk acid storage tanks have One spare nozzles of min 65NB size along with one isolation valve for
chemical supply up to RO-DM plant by gravity.
d) Two (2) nos. Bulk Alkali storage tanks complete with integral pipe works, valves, level transmitter, level
gauges, CO2 absorber, over flow seal pot and all other accessories required. Further each of these bulk
alkali storage tanks have One spare nozzles of min 65NB size along with one isolation valve for
chemical supply up to RO-DM plant by gravity.
e) Two nos. (2X100%) Acid unloading pumps each complete with electrical drive motor and all other
accessories as required.
f) Two nos. (2X100%) Alkali unloading pumps each complete with electrical drive motor and all other
accessories as required.
In order to facilitate erection at site chemical dosing preparation equipment shall be mounted on
structural steel skids and assembled (including piping) at the manufacturer’s shop, to the maximum
extent possible, prior to shipping. The number of mechanical connections shall be minimised by the
use of pipe headers wherever possible. The bidder may also supply and install these equipment’s
independently instead of assembling the skids. Complete facility for preparing alkali solution from
alkali lye & flakes shall be included in Bidder’s scope. This will consist of the following:
a) One number alkali solution preparation tank. The tank shall consist of slow speed agitator driven by
motor, carbon dioxide absorber, overflow seal pot, dissolving basket, integral pipe works, valves and all
other required accessories. The tank capacity shall be equal to 120% of regeneration requirement of
one regeneration.
b) One (1) no. hot water tank for heating of alkali diluent water with (2X50%) electric heating coil,
adequately insulated of stainless steel construction shall be provided complete with integral pipe works,
valves, instrumentation and all other accessories required shall be provided. The capacity of tank shall
be minimum 20% higher than the maximum water demand. This tank shall be provided with burn out
protection, pressure relief valve, level switches, temperature indicator etc. The heaters shall be sized for
heating the water from a temperature of 15 to 50 deg. C in 5 hours at the outlet of ejector.
c) Two (2) nos. (1W+1S) alkali transfer cum recirculation pumps. These pumps shall be provided with a
pulsation dampener at the outlet header of each pump along with necessary valves & instrumentation &
accessories as required.
d) One (1) no. Activated carbon filter for alkali complete with internals, integral pipe works, valves and all
other accessories as required. Activated Carbon Filter for alkali rated flow of the filter shall not be less
than the design capacity of the alkali unloading pump /alkali transfer cum recirculation pump (as
applicable), and the maximum velocity through the filter for this flow shall not exceed 12 meters/hour:
Depth of the filter materials shall not be less than 1 meter.
Page 23 of 680
TITLE SPECIFICATION NO : PE‐TS‐412‐155A‐A001
2X 660 MW ENNORE SEZ STPP VOLUME: II B
TECHNICAL SPECIFICATION FOR REV 00
CONDENSATE POLISHING UNIT SHEET
e) One number Carbon trap shall be provided at the outlet line of Activated carbon filter. This
carbon trap shall have screen opening of 60 mesh.
f) All interconnecting piping, valves and fittings & instrumentation as required to complete the system.
The Acid and alkali dosing equipment for regeneration of condensate polishing resins shall preferably
be mounted on skid and shall be in bidder’s scope. All the equipment, piping etc. shall be assembled
on two structural steel skids one for acid and one alkali dosing equipment. The Acid and Alkali dosing
systems shall be skid mounted and shall consist of at least following equipment’s:
a) Two (02) numbers acid measuring tanks complete with fume absorbers, overflow seal pot, integral pipe
works, valves, instrumentation and all other accessories required. Each tank capacity shall be equal to
120% of regeneration requirement of one regeneration.
b) One (1) no. Alkali measuring (day) tank including slow speed agitator driven by motor complete with
carbon dioxide absorber, overflow seal pot , integral pipe works, valves, instrumentation and all other
accessories required. The tank capacity shall be equal to 120% of regeneration requirement of one
regeneration.
c) Two (02) numbers (1W+1S) Positive displacement type metering pumps for acid dosing with electric
motor drive, pulsation dampener & safety relief valve at the outlet header of each pump along with all
other required accessories.
d) Two (02) numbers (1W+1S) Positive displacement type metering pumps for alkali dosing with electric
motor drive, pulsation dampener & safety relief valve at the outlet header of each pump along with all
other required accessories.
e) Diluent water supply separately, for acid and alkali, each provided with an automatic on-off valve, a
throttling valve for setting of flow, a local flow indicator, and a mixing tee where the chemicals get
injected into the water stream.
f) All necessary suction and discharge piping for these pumps including all strainers, valves and fittings as
required, upto the mixing tee with the diluent water.
g) All the equipment, piping etc. shall be assembled on two structural steel skids one for acid and one for
alkali dosing equipment. The bidder shall supply all anchor bolts, foundation plates, sleeves, nuts,
inserts etc. to be embedded in concrete for these equipment skids. The length of the foundation bolts
shall be liberally sized to reach below the reinforcement level. Each equipment skid shall be provided
with suitable lighting lugs, eye bolts etc. to facilitate erection and maintenance.
a) One (1) no. Neutralization Pit of RCC construction (civil work not in bidder’s scope) with two (2)
compartments with acid and alkali resistant lining/tiling along with isolation gates shall be provided in the
CPU regeneration area. Each section shall have capacity to hold 150% of waste water generated from
CPU in one regeneration + 120% of waste generated from RO –DM plant in one regeneration (170 m3
considering margin) . Dosing of acid and alkali shall also be provided to neutralize effluents of CPU
regeneration waste before disposal.
b) One (1) no. Acid Measuring Tank for Neutralization- pit complete with fume absorbers, overflow seal pot,
integral pipe works, valves, instrumentation & all other accessories as required shall be supplied by
bidder.
c) One (1) no. Alkali Measuring Tank for neutralization-pit along with including slow speed agitator driven
by motor complete with carbon dioxide absorber, overflow seal pot, integral pipe works, valves,
instrumentation and all other accessories as required shall be supplied by bidder.
d) Two (2 x 100%) capacity Waste Recirculation / Disposal pumps of horizontal centrifugal type (rubber
lined) single stage with priming arrangement (two priming tanks for N-pit waste recirculation / disposal
pumps) each complete with electrical drive motor. These pumps shall be of horizontal centrifugal type
with priming arrangement and shall be supplied for waste recirculation and disposal to CMB of ETP.
Page 24 of 680
TITLE SPECIFICATION NO : PE‐TS‐412‐155A‐A001
2X 660 MW ENNORE SEZ STPP VOLUME: II B
TECHNICAL SPECIFICATION FOR REV 00
CONDENSATE POLISHING UNIT SHEET
Each pump capacity shall be selected & designed to empty total volume of one section of the
neutralization pit in 2 hours. Proven agitation system like air agitation, venturi mixing etc. shall be
provided in addition to recirculation from pumps.
e) 2 nos. sluice gate will be provided at the inlet to each compartment of neutralization pit.
f) One no. pH Analyzer at effluent discharge header, shall be in the scope of bidder
g) Two (2) nos. Safety Shower with necessary accessories one in acid & alkali dosing facilities and one in
bulk acid & alkali storage area along with piping and isolation valve shall be in bidder’s scope.
h) All interconnecting piping, valves, instrumentation and fittings as required for the N-pit and N-pit disposal
system.
D. PIPING
All the piping as listed below shall be in bidder’s scope. The below indicated pipes shall be designed,
supplied, erected, laid and tested by the bidder. Elbows, tees, flanges Hangers and supports,
embedment plates with lugs etc. required for the below given piping shall also be provided by the
bidder.
i) Service vessel inlet header shall be SA 106 Gr-C (OD 457.2 X 12.7 mm thick)
j) Service vessel outlet header shall be SA 106 Gr C (OD 457.2 X 12.7 mm thick)
k) Rinse water outlet piping shall be SA 106 Gr-C (OD 168.3 x 7.11 mm). The distance between CPU
service vessel to condenser hot well shall be considered as 70 meter for each unit (Total 140 m) and
this piping shall be in bidder’s scope.
l) Resin transfer piping shall be minimum 80 NB and of ASTM A 312 Gr. TP 304 (SS 304) Sch 40
(minimum). One way distance for resin Transfer Piping between farthest service vessel and
regeneration area shall be 550m. In addition to that complete resin transfer piping shall be in bidder’s
scope which shall include the piping inside regeneration area equipments also.
m) Piping handling DM water shall be ASTM A 312 Gr. TP 304 (SS 304) Sch 40 (minimum). One way
distance for DM water piping between farthest service vessel and regeneration area shall be 600 m. In
addition to that complete DM Water piping shall be in bidder’s scope which shall include the piping inside
regeneration area equipments also.
n) N-Pit effluent piping from N-Pit to ETP of CMB shall be minimum 150 NB CPVC Sch. 40. The distance
between N-Pit and CMB (common monitoring basin) of ETP shall be 750 m and this piping shall be in
bidder’s scope.
o) Piping used for handling alkali (concentrated) and alkali solution shall be CPVC Sch. 40 minimum for
complete CPU regeneration area.
p) Piping handling acid service shall be CPVC Sch. 40 for complete CPU regeneration area.
q) Piping for air service shall be hot dip galvanized (heavy grade) steel as per IS 1239.
r) All piping within each of the above skids/equipment shall be in bidder’s scope.
s) Similarly DM water piping from each DM water storage tanks to CPU REGENERATION CUM RESIN
TRANSFER PUMPS (including re circulation lines connected to DM water storage tanks) along with their
isolation valves shall be in bidder’s scope.
t) Further DM water piping from each CPU REGENERATION CUM RESIN TRANSFER PUMPS to service
vessel area and regeneration area all equipments shall be in bidder’s scope.
u) Service water piping (used for cooling of condensate sample & other activities in regeneration area),
piping for gland sealed valve cooling, instrument air piping and service air piping, potable water piping
for eye wash 7 other applications etc. shall be in bidder’s scope.
Page 25 of 680
TITLE SPECIFICATION NO : PE‐TS‐412‐155A‐A001
2X 660 MW ENNORE SEZ STPP VOLUME: II B
TECHNICAL SPECIFICATION FOR REV 00
CONDENSATE POLISHING UNIT SHEET
v) Similarly, all piping between the external regeneration facility and the skids for chemical
dosing and acid/alkali preparation, and acid & alkali storage shall also be designed, supplied, erected
and tested by the bidder. These shall include demineralized water piping to the chemical dosing, acid
/alkali piping from external bulk storage tanks to respective preparation skids, the alkali preparation
skids from the external regeneration facility, alkali solution from its preparation facility to the alkali dosing
skid, dilute chemical solution piping for acid and alkali from the dosing skids to the external regeneration
facility, piping to the preparation/dosing facilities, instrument air piping and power supply for immersion
heaters of the diluent water tank from the regeneration facility, and all instrumentation and control wiring
between these skids, etc.
w) In addition, any additional piping and associated accessories required to complete the system shall be in
bidder’s scope.
NOTE: There will be no price implication to BHEL/Customer from bidder’s side due to addition / deletion in
piping, when the piping quantity increases ± 10% from the specified quantity in the technical specification. Layout
and routing shall be finalized during detailed engineering. However system shall be designed to take care of any
increase or decrease in length of piping.
E. ADDITIONAL REQUIREMENT
1) Operating platforms, ladders, supports and other structural works for each vessel to facilitate
accessibility for operation and maintenance for all the condensate polisher mixed beds, regeneration
vessels, storage tanks, alkali and acid measuring tanks & preparation tanks and other equipment’s
etc. is also in bidder’s scope.
3) All special tools necessary for proper maintenance or adjustment of the equipment packaged in
permanent box. Finish paints for touch-up painting of equipment after erection at site in sealed
container.
5) All required elbow, tee, pipe fittings etc. required for erection of the complete system including piping
shall be in bidder’s scope. Bidder to provide the detailed BOQ shall be derived during detail
engineering. Bidder to consider 10% margin over and above the BOQ requirement of all the fittings.
6) Wherever pipe racks are not available, pipes shall run on pedestals or below ground. All fixing items
such as U clamps, nuts, bolts etc. required to lay the pipes on pedestals shall be in bidder’s scope of
work. Coating, wrapping and protection required for buries pipes shall be in bidder’s scope of work.
7) Bidder shall consider 12 m static head + 10% margin in addition to the losses in straight and bend in pipes
and valves etc. while selection of pump head during detailed engineering.
8) The Bidder’s scope includes all the first fill and one year’s topping, requirements of consumables such as
oils, lubricants including grease, servo fluids, gases and essential chemicals etc. Consumption of all these
consumables during the initial operation or PG test of bidder’s supplied equipment (whichever is later)
and final filling after the initial operation OR PG test of bidder’s supplied equipment (whichever is later)
shall also be included in the scope of the Bidder. Bidder shall also supply a quantity not less than 10% of
the full charge of each variety of lubricants, servo fluids, gases, chemicals etc. used which is expected to
be utilised during the first year of operation. This additional quantity shall be supplied in separate
Containers. As far as possible lubricants marketed by the Indian Oil Corporation shall be used. The variety
of lubricants shall be kept to a minimum possible.
9) On completion of erection, a complete list of bearings/ equipment giving their location and identification
marks shall be furnished to the Owner along with lubrication requirements.
10) MCC, PLC control room & battery room shall be located in CPU regeneration area building. All
regeneration vessels and chemical dosing facilities shall be located in CPU regeneration building. Bulk
chemical storage tanks, unloading and transfer pumps shall be located open to sky. Further N-pit shall be
located in open area near CPU regeneration area. CPU regeneration cum resin transfer pumps shall be
located near DM water Storage tanks and shall have been provided with localised KNOPY arrangement
Page 26 of 680
TITLE SPECIFICATION NO : PE‐TS‐412‐155A‐A001
2X 660 MW ENNORE SEZ STPP VOLUME: II B
TECHNICAL SPECIFICATION FOR REV 00
CONDENSATE POLISHING UNIT SHEET
11) Document approval by customer under Approval category or information category shall not absolve the
vendor of their contractual obligations of completing the work as per specification requirement. Any
deviation from specified requirement shall be reported by the vendor in writing and require written
approval. Unless any change in specified requirement has been brought out by the vendor during detail
engineering in writing while submitting the document to customer for approval, approved document (with
implicit deviation) will not be cited as a reason for not following the specification requirement.
12) In case vendor submits revised drawing after approval of the corresponding drawing, any delay in
approval of revised drawing shall be to vendor’s account and shall not be used as a reason for extension
in contract completion.
13) Bidders shall make Site visit in order to familiarize themselves with existing condition of site before
submitting the bid in order to make their offer complete. During detail engineering also, the successful
bidder shall be responsible for the correctness of details w.r.t. existing facility at site. Customer approval
on any drawing having details of existing facility shall not be cited by the successful bidder a valid reason
for any shortcoming in the work by them. BHEL shall also not entertain any cost implication for any lack of
input data with regard to site during detail engineering.
14) Successful bidder shall furnish detailed erection manual for each of the equipment as well as complete
system supplied under this contract at least 3 months before the scheduled erection of the concerned
equipment / component or along with supply of concerned equipment / component whichever is earlier.
15) Final Electrical Load list will be submitted by the successful bidder as per agreed drawing/ doc submission
schedule. Thereafter any change in the electrical load list shall be entertained only subject to its feasibility,
and BHEL reserves the right to debit the vendor cost of any changes necessitated in the switch
gear /MCC on account of changed loads.
16) Wherever CIVIL works is excluded from the bidder’s scope, successful bidder shall furnish civil
assignment / scope drawings. The corresponding CIVIL drawing prepared by BHEL / CIVIL agency,
based on civil assignment drawing of bidder will be furnished to the successful bidder for concurrence. In
case any modification is required in the civil work already carried out based on final civil inputs given by
vendor, BHEL reserves the right to debit cost of such rework to vendor”.
17) Ladder & platforms shall be provided for each tank for easy accessibility & maintenance purpose by
bidder.
18) All necessary valves and fittings for the installations with the actuators necessary for their remote
operation.
19) Embedment plates with lugs shall also be provided by bidder as per system requirement.
20) All channels & brackets, mounting plates as required for mounting of motors, pumps, stirrers, tank etc.
shall be in bidder’s scope.
23) All necessary structural steel for pipe supporting structure, platforms, walkways / pathways and access
stairs, mechanical plant and equipment, mechanical services and pipe work associated with DM Plant.
24) All Motorized valves with integral starter as per requirement and as indicated in the P&ID.
25) All handrails shall be of 32 mm nominal bore MS pipes (medium class) as per IS: 1161 galvanized using
750 gm/sq. m of zinc. Hand railing shall be a two-rail system with the top rail 1000 mm above the walkway
surface and the intermediate rail 450 mm below the top rail. Handrail post spacing shall be limited to 1500
mm as far as possible but can be proportioned to the length of the opening. In such a case spacing shall
not exceed 1850 mm centre to centre of posts. Hand railing shall be shop fabricated for specific locations
and field welded or bolted to the erected structural steel. Railings shall be provided with 100 mm wide and
8 mm thick MS strip at bottom as toe guard all along the length of railing in horizontal plane. For RCC
stairs, hand railing with 20 mm square MS bar balustrade with suitable MS flat and Aluminium / Teakwood
Page 27 of 680
TITLE SPECIFICATION NO : PE‐TS‐412‐155A‐A001
2X 660 MW ENNORE SEZ STPP VOLUME: II B
TECHNICAL SPECIFICATION FOR REV 00
CONDENSATE POLISHING UNIT SHEET
27) Permanent ladder (not rungs) for approaching the top of tanks, valves for All steel inserts with lugs, plates,
bolts, nuts, sleeves, edge angles and all other embedding components etc. as required to grout in civil
works and to support/hold the equipments being supplied under this specification for opening/maintenance
purpose.
28) Wrapping, coating and protection of the entire buried pipe shall be as per IS 10221 or AWWA C 203-93.
29) Any item/work either supply of equipment or erection material which have not been specifically mentioned
in but are necessary to complete the woks for trouble free and efficient operation of the plant shall be
deemed to be included within the scope of this specification and shall be in bidder’s scope without any
commercial, technical and delivery implication to BHEL.
30) If service air required by the bidder in the service vessel area ( for hydro-pneumatic resin transfer
operation etc.) then bidder to provide necessary compressors, valves, piping, fittings, flanges, instruments
etc. to meet the system requirement.
31) All other items are also included in scope of supply as specified in other part of the specification.
32) Bidder to use analysis given in Section –D1 of this technical specification under SALIENT DESIGN
INPUTS/ CRITERIA for NORMAL RUN & START-UP OR CONDENSER LEAK CONDITION for design
of condensate polishing plant.
33) Bidder shall perform the guarantee parameters as per specification requirement to the
satisfaction of owner. The exact modalities of verifying guarantee for the parameters indicated in the
specification shall be finally as agreed with the owner during detailed engineering & mutually agreed.
The bidder’s scope also includes following services for scope under this specification:
(ii) Minor civil work like chipping of foundation, grouting below base plate for all structures, equipment,
grouting of anchor bolts wherever these are not placed in the foundation during casting of foundation
itself, excavation & filling of earth for buried pipes if and as required. To the extent possible, vendor
shall ensure to supply all foundation bolts timely so as to facilitate placement of these bolts while
casting the foundation. Wrapping, coating and protection of all the buried pipe shall be as per IS
10221.
Page 28 of 680
TITLE SPECIFICATION NO : PE‐TS‐412‐155A‐A001
2X 660 MW ENNORE SEZ STPP VOLUME: II B
TECHNICAL SPECIFICATION FOR REV 00
CONDENSATE POLISHING UNIT SHEET
(iii) Pre- Commissioning work such as flushing, hydraulic testing etc. Necessary
consumables and instrumentation as required for inspection and testing at works as well as at site
including pre-commissioning activities shall be arranged by the successful bidder at their own cost.
(iv) Arrangement of all instruments, equipments, lab facilities, reagents, monitoring gadgets for
monitoring, pre-commissioning, carrying out trial run, commissioning, PG test & plant hand over.
(vi) During commissioning of PLC, bidder shall arrange his concerned PLC sub-vendor personnel at site
for commissioning of PLC at site, as and when required by customer / BHEL without any delay.
(vii) Complete grouting for equipment, fixing and any concreting inside the vessels and lining.
(viii) All personnel required during maintenance, Commissioning, trial run and PG test.
(xi) Training of plant Owner’s personnel, O&M operators’ personnel on plant operation and maintenance.
(xii) All other facilities/ services as described in section on site services in specification and related to
CPU Plant scope of work.
(xiv) Painting shall be as specified in ANNEXURE of this technical specification. However any variation in
the painting schedule as finally approved by BHEL & Customer shall be taken care by the bidder
without any commercial & delivery implication to BHEL & Customer.
(i) Service vessel inlet – (OD 457.2 X 12.7 mm thick, SA 106 Gr-C) - Single piping connection near
service vessel area in BC bay for unit 1 & unit -2.
(ii) Service vessel outlet – (OD 457.2 X 12.7 mm thick, SA 106 Gr-C) - Single piping connection near
service vessel area in BC bay for unit 1 & unit -2.
(iii) Rinse water outlet- Rinse water outlet piping (OD 168.3 x 7.11 mm, SA 106 Gr-B) from the service
vessel outlet till condenser hot well for each unit is in the scope of bidder.
(iv) The DM water used for resin transfer operations from the Regeneration building to the Condensate
Polisher vessels shall be terminated by the bidder to the nearest drain trench through drain channel.
(v) 25 NB connection of Instrument air supply at 5 to 7 kg/cm2 (g) – At 5 meter distance from service
vessel area.
(vi) Gland sealing valves cooling water supply & analysers rack cooling water supply piping - Service
Page 29 of 680
TITLE SPECIFICATION NO : PE‐TS‐412‐155A‐A001
2X 660 MW ENNORE SEZ STPP VOLUME: II B
TECHNICAL SPECIFICATION FOR REV 00
CONDENSATE POLISHING UNIT SHEET
water connection (25 NB) at 5 meter distance from service vessel area. Piping inside service
vessel area for mentioned services will be in bidder’s scope.
(i) DM Water Supply –The DM water piping terminal point shall be from outlet nozzles to both DM water
storage tanks (DM water storage tanks not in bidder’s scope) & for recirculation line terminal point
shall be up to the recirculation nozzles to both DM water storage tanks. Piping from these terminal
points to the pump suctions (CPU regeneration cum resin transfer pumps) shall be in the scope of
bidder.
(ii) DM Pumps Recirculation Lines – Piping from CPU regeneration cum resin transfer pumps outlet
lines to DM water storage tanks recirculation nozzle shall also be in the scope of bidder.
(iii) Alkali (48% NaOH)- A spare connection of minimum 65 NB size shall be provided along with
isolation valve in both alkali storage tanks for drawing alkali for RO-DM plant .
(iv) Acid (30-33% HCL)- A spare connection of minimum 65 NB size shall be provided along with
isolation valve in both Acid storage tanks for drawing acid for RO-DM plant .
(v) 25 NB Instrument air supply at 5 to 7 kg/cm2 (g) – At 5 meter distance from the regeneration
building.
(vi) 25 NB Service air supply at 5 to 7 kg/cm2 (g) - At 5 meter distance from regeneration area. If service
air required is more than provided by BHEL, bidder to provide necessary compressors, valves,
piping, fittings, flanges, instruments etc. to meet the system requirement.
(vii) Drinking/potable water (25 NB) and service water (50 NB) - At 5 meter distance from the
regeneration building. However distribution and piping inside regeneration area will be in bidder’s
scope.
(viii) N Pit effluent piping (150 NB) from N Pit up to CMB OF ETP shall be in bidder’s scope. The piping
distance to be considered shall be 750 m.
(ix) RO-DM plant regeneration waste – RO DM plant regeneration waste shall be terminated by the RO-
DM plant bidder near the neutralization pit inlet channel of CPU.
(x) In addition to that detailed terminal points shall be as per the P&ID for CPU plant (BHEL Drg. No.:
PE-DG-412-155A-A001) enclosed with the technical specification.
11.0 PG TEST
Functional Guarantees and liquidated damages shall be as per Section C1C of this specification. Bidder
shall perform the guarantee parameters as per the specification requirement to the satisfaction of Owner.
The exact modalities of verifying guarantee for the parameters indicated in the specification shall be finally as
agreed with the Owner during detailed engineering & mutually agreed. The Bidder shall arrange all the
Monitoring gadgets / instruments / equipment required for performing guarantee parameters (returnable after PG
test).
12.0 EXCLUSIONS
12.1 All civil works including foundation of equipment. However complete grouting for equipment, fixing
and any concreting inside vessels and lining shall be in the scope of the bidder. But civil works
including operating / maintenance platforms and interconnection platforms (if any) with ladders /
stairs & handrails, structural supports and hangers for pipes / cables / ducts, crane rails, all
embedment and inserts with lugs including anchor fasteners, bolts etc., dressing of foundations,
Page 30 of 680
TITLE SPECIFICATION NO : PE‐TS‐412‐155A‐A001
2X 660 MW ENNORE SEZ STPP VOLUME: II B
TECHNICAL SPECIFICATION FOR REV 00
CONDENSATE POLISHING UNIT SHEET
grouting of pockets and underpinning of base plates for equipment / structures and fixing
supports, filling and finishing of openings in walls, floors, cladding, roof and trenches shall be in
vendor’s scope.
12.2 Main pipe trestles interconnecting CPU regeneration building and Service vessel Pipe trestle.
However, auxiliary structure, hanger/support components for all the piping (CPU regeneration area,
in acid/alkali handling area, interconnecting acid/alkali storage area ,CPU service vessels, DM water
piping, resin transfer piping, instrument air piping, service air piping and effluent disposal piping etc.)
are in bidder’s scope.
12.4 All chemicals except reagents, monitoring gadgets required for pre- commissioning, commissioning,
trial run and PG test.
12.6 Other exclusions are mentioned in the respective electrical & C&I portion of this specification.
12.7 Drinking water and service water & DM water up to terminal points.
13.1 Minimum QP requirements are specified as C1 D. However any additional comments as given by
BHEL/Customer shall be adhered by the bidder without any commercial & delivery implication to
BHEL.
13.2 Requirement of detailed QP, inspection checklist, certificate of conformance etc. for each equipment
and sub-vendor shall be finalized during detailed engineering stage; decision of BHEL/customer
shall be binding on vendor in this regard. Any changes/additional tests insisted upon by Owner
during approval of QAP’s shall be accepted by bidder without any commercial and delivery
implication to BHEL/Customer. Bidder shall submit the quality plans in BHEL format during detailed
engineering stage. Bidder to note further that during detailed engineering all the QAP’s/check lists
etc. shall be submitted to Customer/BHEL for approval. All inspection & testing etc. shall be carried
out accordingly.
13.3 The sub vendor list (as per Annexure-I) enclosed elsewhere in this specification is indicative only
and is subject to BHEL and Customer approval during detailed engineering stage without any
commercial & delivery implication to BHEL.
13.4 Bidder to propose sub vendor list with following back up documents within 4 weeks of placement of
LOI/LOA. Thereafter no request for additional sub-vendor shall be entertained. The sub vendor list
shall subject to BHEL and Customer approval during detailed engineering stage without any
commercial & delivery implication to BHEL.
13.5 Bidder to assess the capability of their proposed sub-vendors in terms of preparation of drawings,
calculations, documents, quality assurance, supply of material etc. as per project schedule before
placing the order on them.
13.6 Dealers are not acceptable for any item of the package. Bidder shall procure all items including
plates, structural, flanges; counter flanges etc. from approved sub vendor only.
13.7 PLC should be procured/ sourced from original manufacturers only; PLC from system house shall
not be acceptable.
In addition to the requirements of Section C & D the following shall also be complied under scope of
this specification.
Page 31 of 680
TITLE SPECIFICATION NO : PE‐TS‐412‐155A‐A001
2X 660 MW ENNORE SEZ STPP VOLUME: II B
TECHNICAL SPECIFICATION FOR REV 00
CONDENSATE POLISHING UNIT SHEET
The P&I diagram is enclosed herein in this section for bidders compliance.
The material of construction specified in data sheet-A are minimum requirements and material of
construction for other components not specified shall be similarly selected by the bidder for intended
duty which shall be subject to BHEL / Customer approval during detail engineering without any
commercial & delivery implication to BHEL.
After award of LOI, following minimum drawing/documents shall be submitted by the bidder for BHEL
and Customer approval. However any additional drawing/document if found necessary for
completion of the engineering, the same shall be submitted by bidder without any commercial &
delivery implication to BHEL.
For the Drawings/Documents Submission Procedure, please refer Annexure elsewhere specified in
this specification. The bidder has to submit the revised drawing/document along with the compliance
sheet indicating enumerate reply to all BHEL and customer comments or observations. Without
compliance sheet the submission of the drawings/documents will not be considered and the delay on
this account will be solely on bidder’s side only. Bidder to comply with the observations of the BHEL
and CUSTOMER without price & delivery implication.
For the Drawings/Documents distribution Procedure, please refer attached Annexure-V. Bidder has
to submit the revised drawing/document along with the compliance sheet indicating enumerate reply
to all BHEL and customer comments or observations. Without compliance sheet the submission of
the drawings/documents will not be considered and the delay on this account will be solely on
bidder’s side only. The numbers of soft copies & hard copies of drawing/documents to be submitted
by the bidder shall be as per enclosed Annexure-V.
Bidder to note that the successful bidder, during detail engineering, will submit the drg/doc through
web based Document Management System in addition to hard copies to be submitted as per the
Annexure III of this specification. Bidder would be provided access to the DMS for drg/doc approval
and adequate training for the same. Detailed methodology would be finalized during the kick-off
meeting.
Bidder further confirmed that drawings submitted shall be complete in all respects with revised
drawing submitted incorporating all comments. Any incomplete drawing submitted shall be treated
as non-submission with delays attributable to bidder’s account. . Engineering meeting shall be held
fort nightly, for which the bidder shall depute his concerned engineer along with project manager to
BHEL PEM office or at customer office. The meeting can also be held at site.
Bidder to also provide the auto-cad copy of the all drawings (i.e. P& ID, Equipment Layout, Civil
assignment drawing, cable tray/trench layout drawings, piping layout drawings) & Excel files of
documents ( i.e. Process design & sizing calculation, pressure drop calculation, valve schedule,
instrument schedule etc.) for checking of the document during detail engineering stage.
Page 32 of 680
TITLE SPECIFICATION NO : PE‐TS‐412‐155A‐A001
2X 660 MW ENNORE SEZ STPP VOLUME: II B
TECHNICAL SPECIFICATION FOR REV 00
CONDENSATE POLISHING UNIT SHEET
Bidder to ensure following requirements at their end for engineering drawing/ document submissions:
16.0 SPARES
The Bidder shall include in his scope of supply all the necessary Mandatory spares, start up and
commissioning spares as indicated in the relevant sections of specifications. The general
requirements pertaining to the supply of these spares is given below:-
i) All the Mandatory spares for the equipment under the contract provided by the vendor will strictly
conform to the specifications and documents and will be identical to the corresponding main
equipment/components supplied under the contract.
ii) The list of mandatory spares which is to be considered by bidder in their scope are indicated in
respective Annexure-II mentioned elsewhere in this specification.
iii) Whenever the quantity is mentioned in "sets" the bidder has to give the item details and prices of each
item.
iv) All mandatory spares shall be delivered at site at least two months before scheduled date of initial
operation of the first unit. However, spares shall not be dispatched before dispatch of corresponding
main equipments.
v) Wherever quantity is specified both as a percentage and a value, the Bidder has to supply the higher
quantity until and unless specified otherwise.
vi) Inspection of mandatory spares shall be in line with the approved quality plans for the respective
items/equipments. The inspection categorisation of mandatory spares shall also be in line with the
approved Categorisation plan for the respective items/equipment.
Bidder shall also provide a list of recommended spares for 3 years of normal operation of the
Condensate polishing plant.
i) Start-up and commissioning spares are those spares which are required during the start-up and
commissioning of the equipment/system. All spares used till the plant is handed over to the
BHEL/Customer shall come under this category. The Bidder shall provide for an adequate stock of
such start up and commissioning spares to be brought by him to the site for the plant erection and
commissioning. They must be available at site before the equipments are energized. The unused
spares, if any, should be removed from there only after the issue of Taking Over certificate. All start up
spares which remain unused at the time shall remain the property of the Bidder.
Page 33 of 680
TITLE SPECIFICATION NO : PE‐TS‐412‐155A‐A001
2X 660 MW ENNORE SEZ STPP VOLUME: II B
TECHNICAL SPECIFICATION FOR REV 00
CONDENSATE POLISHING UNIT SHEET
Notes:
1) The Bidder shall indicate the service expectancy period for the spares parts (mandatory) under
normal operating conditions before replacement is necessary.
2) All spares supplied under this contract shall be strictly inter changeable with the parts for which
they are intended for replacements. The spares shall be treated and packed for long storage under
the climatic conditions prevailing at the site e.g. small items shall be packed in sealed transparent
plastic with desecrator packs as necessary.
3) All the spares (mandatory) shall be manufactured along with the main equipment components as a
continuous operation as per same specification and quality plan.
4) Each spares part shall be clearly marked or labelled on the outside of the packing with its
description. When more than one spares part is packed in a single case, a general description of
the content shall be shown on the outside of such case and a detailed list enclosed. All cases,
containers and other packages must be suitably marked and numbered for the purposes of
identification.
5) All cases, containers or other packages are to be opened for such examination as may be
considered necessary by BHEL / Customer.
6) The Bidder will provide the BHEL/Customer with all the addresses and particulars of his sub
suppliers while placing the order on vendors for items/components/equipments covered under the
contract and will further ensure with his vendors that the BHEL/Customer, if so desires, will have
the right to place order for spares directly on them on mutually agreed terms based on offers of
such vendors.
7) The Bidder shall warrant that all spares supplied will be new and in accordance with the contract
Documents and will be free from defects in design, material and workmanship.
8) The bidder to provide datasheets/assembly drawings of the manufacturer/ any other relevant
document showing Bill of Material(s), Make, Model Number, Part Number etc. through which the
mandatory spares to be supplied can be uniquely identified.
9) The bidder shall guarantee the long term availability of spares to the BHEL/Customer for the full life
of the equipment covered under the contract. The Bidder shall guarantee that before going out of
production of spares parts of the equipment covered under the Contract, He shall give the
BHEL/Customer at least 2 years advance notice so that the latter may order his bulk requirement
of spares, if he so desires. The same provision will also be applicable to sub-vendors. Further, in
case of discontinuance of manufacture of any spares by the Bidder and/or his sub-vendors, bidder
will provide the BHEL/Customer, two years in advance, with full manufacturing drawings, material
specifications and technical information including information on alternative equivalent makes
required by BHEL /Customer for the purpose of procurement of such items.
10) Wherever quantity has been specified as percentage (%), it shall mean percentage (%) of the total
population of the item in the station (project), unless specified otherwise and the fraction will be
rounded off to the next higher whole number.
11) Wherever the quantities have been indicated for each type, size, thickness, material, radius, range
etc. these shall cover all the items supplied and installed and the break up for these shall be
furnished.
12) In case spares indicated in the list are not applicable to the particular design offered by the bidder,
the bidder should offer spares applicable to offered design with quantities.
Page 34 of 680
TITLE SPECIFICATION NO : PE‐TS‐412‐155A‐A001
2X 660 MW ENNORE SEZ STPP VOLUME: II B
TECHNICAL SPECIFICATION FOR REV 00
CONDENSATE POLISHING UNIT SHEET
13) Identification: Each spare shall be clearly marked and labelled on the outside of the
packing with its description. When more than one spare part is packed in single case, a general
description of the contents shall be shown on the outside of such case and a detailed list enclosed.
All cases, containers and other packages must be suitably marked and numbered for the purpose
of identification.
Any other documents submitted by bidder except as asked in the bid’s specification shall not be evaluated
& considered as null & void.
I. Bidders is advised to visit the site in order to familiarize themselves with existing condition of site
before submitting the bid in order to make their offer complete. During detail engineering also, the
successful bidder shall be responsible for the correctness of details wrt existing facility at site.
Customer approval on any drawing having details of existing facility shall not be cited by the
successful bidder a valid reason for any shortcoming in the work by them. BHEL shall also not
entertain any cost implication for any lack of input data with regard to site during detail engineering.
II. The complete system shall be proven and necessary design documentation in support of
proveness shall be submitted by the successful bidder in support of the systems, if asked by the
customer without any price and delivery implication to BHEL and customer.
III. System to be designed to meet all the statutory requirements. Preparation of all necessary
drawings/data/ documents for obtaining necessary Approval of statutory authorities like CCOE ,
IBR , Weight & Measures Department and any other agency/ competent authority ,on behalf of the
customer, related to installation of CPU plant (if required) is included in bidder’s scope. All
expenses required to obtain the approval shall also be borne by the successful bidder. Successful
bidder shall inform customer well in advance requirement of authority letter along with format for
the same. After issuance of authority letter by customer, it will be vendor’s responsibility to
regularly follow up with the concerned authorities to obtain timely approval from these authorities.
Any delay on account of the same, unless any specific information related to above approval to be
furnished by customer is delayed by customer, shall be to vendor’s account and shall not be used
as a reason for extension in contract completion.
IV. Vendor to attend regular engineering meeting with BHEL and customer fortnightly in BHEL or
customer office as decided during detail engineering. Vendor will depute all his concerned
engineering representative along with the project manager for discussion and approval. Meeting
can be held at site also.
V. In case of any conflict and repetition of clauses in the specification, the more stringent
requirements among them are to be complied with.
VII. CPU regeneration facilities (except bulk acid & alkali storage and Neutralisation pit which area kept
in open) shall be housed in RCC Building. Control room, battery room & MCC room for CPU plant
shall be shall be housed shall be located in RCC building. RCC building shall have toilet blocks for
ladies and gents.
VIII. Bidder to submit BBU during detailed engineering after approval of Basic documents. BBU shall be
equal to BOQ for the package and there shall be no price and delivery implication is applicable to
BHEL / customer for the same. None of the items supplied for the project as non-billable.
Incomplete BBU shall not be review by BHEL.
IX. Any statutory requirement / clearance required for the package from government / local body shall
be in bidder’s scope.
Page 35 of 680
TITLE SPECIFICATION NO : PE‐TS‐412‐155A‐A001
2X 660 MW ENNORE SEZ STPP VOLUME: II B
TECHNICAL SPECIFICATION FOR REV 00
CONDENSATE POLISHING UNIT SHEET
X. All interconnecting piping, valves, fittings including dosing piping, drain piping from
tanks to nearby drain, flushing lines from nearest available water source, valves, fittings and
accessories is also in bidder’s scope.
XIII. KKS numbering if required, as per BHEL/Customer requirement shall be provided by the Bidder
during detailed engineering stage without any commercial/delivery implication to BHEL.
XIV. Any item/work either supply of equipment or erection material which have not been specifically
mentioned but are necessary to complete the works for trouble free and efficient operation of the
plant shall be deemed to be included within the scope of this specification. The bidder without any
extra charge shall provide the same.
XVI. All drawings/documents shall be approved by BHEL/Customer during detailed engineering stage.
Successful Bidder shall comply with the comment of the customer/BHEL without price & delivery
implication.
XVII. Successful bidder shall furnish detailed erection manual for each of the equipment as well as
complete system supplied under this contract at least 3 months before the scheduled erection of
the concerned equipment / component or along with supply of concerned equipment / component
whichever is earlier.
XVIII. Final Electrical Load list will be submitted by the successful bidder as per agreed drawing/ doc
submission schedule. Thereafter any change in the electrical load list shall be entertained only
subject to its feasibility, and BHEL reserves the right to debit the vendor cost of any changes
necessitated in the switch gear /MCC on account of changed loads.
XIX. Wherever CIVIL works is excluded from the bidder’s scope, successful bidder shall furnish civil
assignment / scope drawings. The corresponding CIVIL drawing prepared by BHEL / CIVIL
agency, based on civil assignment drawing of bidder will be furnished to the successful bidder for
concurrence. In case any modification is required in the civil work already carried out based on
final civil inputs given by bidder, BHEL reserves the right to debit cost of such rework to bidder.
XX. In case vendor submits revised drawing after approval of the corresponding drawing, any delay in
approval of revised drawing shall be to vendor’s account and shall not be used as a reason for
extension in contract completion.
XXI. Bidders shall make Site visit in order to familiarize themselves with existing condition of site
before submitting the bid in order to make their offer complete. During detail engineering also, the
successful bidder shall be responsible for the correctness of details w.r.t. existing facility at site.
Customer approval on any drawing having details of existing facility shall not be cited by the
successful bidder a valid reason for any shortcoming in the work by them. BHEL shall also not
entertain any cost implication for any lack of input data with regard to site during detail engineering.
Page 36 of 680
TITLE SPECIFICATION NO : PE‐TS‐412‐155A‐A001
2X 660 MW ENNORE SEZ STPP VOLUME: II B
TECHNICAL SPECIFICATION FOR REV 00
CONDENSATE POLISHING UNIT SHEET
18.0 PAINTING
Painting shall be C1 E of technical specification. Internal painting of the equipments shall be suitable
for withstanding effect of effluent. Outer painting shall be as per technical specifications. Supporting
documents shall be furnished in support of suitability of the lining offered for the duty conditions by
bidder during detailed engineering.
For items weighing 300 kg and above, hoists and trolleys along with monorails shall be provided
throughout the plant where crane cannot be utilized. For items weighing less than 1000 kg, manual
hoists shall be provided. For items weighing 1000 kg and more, electric hoists (lift & travel) shall be
provided. In case the lifting height is more than 10m, electric hoist (lift & travel) shall be provided
irrespective of the weight. All hoists shall be provided with trolleys.
Electrical equipment shall be adequately rated to permit simultaneous operation of nay combination
of motions of the crane for it duty service.
19.2.1 Motor ratings shall be 25% (at least) over the maximum power requirement. The hoist motors
shall be rated to lift 125% of the design load at rated speed.
19.2.2 Motors shall suit the duty class S4, cyclic duration factor 60% and 300 starts per hour and shall
be suitable for VVF operation. Motor pull out torque shall not be less than 2.75 times/ rated
torque. Motor shall have class F insulation temperature rise limited to class B and enclosures
shall conform to the degree of protection IP-55.
• Operating satisfactorily at full load for 5 minutes without injurious heating with 75% rated voltage
at motor terminals.
• Withstand 120% of rated speed for two minutes.
• Current shall not exceed 6 times full load current for creep speed motor.
• Withstanding the stresses imposed if started at 110% rated voltage.
• Start with rated load and accelerate to full speed with 80% rated voltage at motor terminals.
• The locked rotor motor withstand time under hot condition at 110% rated voltage shall be more
than motor starting time at minimum permissible voltage by at least 3 seconds for motors upto
20 seconds starting time.
• Maximum torque shall not be below 200% of full load torque.
19.2.4 Each motor more than 30 KW rating shall be provided with space heater. All electrical equipment
accessories and wiring shall have tropical protection.
19.2.5 The VVF drive control shall be used for control of each motion. The VVF drive shall be equipped
at least with 1024 pulse incard, droop control for synchronization and crane software. The rating
of VVF shall be decided considering 250% of full load current of respective drive motor based on
in panel rating with derated at 50 Deg C ambient temperature.
The crane(s) shall be furnished complete with all electrical equipment, accessories, like drive
motors with VVF drives, conductors, insulators, protective & operating devices, cables, current
collectors, all protective devices, anti-collision limit switches, mechanical overload and protection
for electrical faults etc.
Page 37 of 680
TITLE SPECIFICATION NO : PE‐TS‐412‐155A‐A001
2X 660 MW ENNORE SEZ STPP VOLUME: II B
TECHNICAL SPECIFICATION FOR REV 00
CONDENSATE POLISHING UNIT SHEET
19.3 DSL
The limit switches shall be totally enclosed type IP-55. Each hoist shall be furnished with two (2)
limit switches meeting the following requirements:
• A screw type limit switch with self-resetting features which will act in case of over hoisting.
• A gravity operated hand reset type limit switch as a backup protection against over hoisting.
Track type limit switches shall be provided on the bridge and trolley to prevent over travelling in
either direction.
19.5 Trailing cable shall be 1100 V grade, tinned copper, heat resistant, with EPR insulation and as per
Class – 5 of IS-8130. Also should have inner PCP sheath and outer CSP sheath with nylon chord
reinforcement & heat resistant, oil resistant and flame retardant heavy duty FRLS type.
19.6.1 Necessary start/stop and emergency controls shall be provided. Automatic reset type limit
switches shall be provided to prevent over-travel for-
Notes:
1. Area, type, capacity mentioned are minimum requirement and shall be finalized during detail
engineering without any commercial implication.
2. Travel and Lift are layout dependent and shall be finalized during detail engineering without any
commercial implication.
3. Additional electric/manual hoist required during detail engineering shall be provided as per
design criteria given above without any commercial implication.
i) Resins.
Page 38 of 680
TITLE SPECIFICATION NO : PE‐TS‐412‐155A‐A001
2X 660 MW ENNORE SEZ STPP VOLUME: II B
TECHNICAL SPECIFICATION FOR REV 00
CONDENSATE POLISHING UNIT SHEET
SECTION C1 – B
GENERAL REQUIREMENT
Page 39 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
CHAPTER – 3
GENERAL TECHNICAL REQUIREMENTS
1.00.00 INTRODUCTION
This part covers technical requirements, which will form an integral part of the
Contract. The following provisions shall supplement all the detailed technical
requirements brought out in the Technical Specifications and the Technical
Data Sheets.
The Bidder's proposal shall be based upon the use of equipment and material
complying fully with the requirements specified herein. It is recognized that
the Bidder may have standardized on the use of certain components,
materials, processes or procedures different than those specified herein.
Alternate proposals offering similar equipment based on the manufacturer's
standard practice may also be considered, provided the base offer is in line
with technical specifications and such proposals meet the specified design
standards and performance requirement and are acceptable to the Owner.
Sufficient amount of information for justifying such proposals shall be
furnished to Owner along with the bid to enable the Owner to determine the
acceptability of these proposals.
4.01.00 Bidders may note that this is a contract inclusive of the scope as indicated
elsewhere in the specification. Each of the plant shall be engineered and
designed in accordance with the specification requirement. All engineering
and associated services are required to ensure that a completely engineered
plant is provided.
4.02.00 All equipment furnished by the Bidder shall be complete in every respect, with
all mountings, fittings, fixtures and standard accessories normally provided
with such equipment and/or those needed for erection, completion and safe
operation & maintenance of the equipment and for the safety of the operating
personnel, as required by applicable codes, though they may not have been
specifically detailed in the respective specifications, unless included in the list
of exclusions.
Page 40 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
5.01.00 In addition to the codes and standards specifically mentioned in the relevant
technical specifications for the equipment / plant / system, all equipment
parts, systems and works covered under this specification shall comply with
all currently applicable statutory regulations and safety codes of the Republic
of India as well as of the locality where they will be installed, including the
following:
5.02.00 Unless covered otherwise by Indian codes & standards and in case nothing to
the contrary is specifically mentioned elsewhere in the specifications, the
latest editions (as applicable as on date of bid opening), of the codes and
standards given below shall also apply:
Page 41 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
5.03.00 Other International/ National standards such as DIN, VDI, BS, etc. shall also
be accepted for only material codes and manufacturing standards, subject to
the Owner's approval, for which the Bidder shall furnish, alongwith the offer,
adequate information to justify that these standards are equivalent or superior
to the standards mentioned above. In all such cases the Bidder shall furnish
specifically the variations and deviations from the standards mentioned else
where in the specification together with the complete word to word translation
of the standard that is normally not published in English.
5.05.00 In the event of any conflict between the codes and standards referred to in
the above clauses and the requirement of this specification, the requirement
of Technical Specification shall govern.
5.06.00 Two (2) English language copies of all-national and international codes and/or
standards used in the design of the plant, equipment, civil and structural
works shall be provided by the Bidder to the Owner within two calendar
months from the date of the Notification of Award.
5.07.00 In case of any change in codes, standards & regulations between the date of
bid opening and the date when vendors proceed with fabrication, the Owner
shall have the option to incorporate the changed requirements or to retain the
original standard. It shall be the responsibility of the Bidder to bring to the
notice of the Owner such changes and advise Owner of the resulting effect.
Page 42 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
6.02.00 The functional guarantees of the equipment under the scope of the Contract
is given elsewhere in the technical specification. These guarantees shall
supplement the general functional guarantee provisions covered under
General Conditions of Contract.
6.03.00 Liquidated damages for shortfall in meeting functional guarantee(s) during the
performance and guarantee tests shall be assessed and recovered from the
Bidder as specified elsewhere in this specification.
All the design procedures, systems and components proposed shall have
already been adequately developed and shall have demonstrated good
reliability under similar conditions elsewhere.
The Bidder shall be responsible for the selection and design of appropriate
equipment to provide the best co-ordinate performance of the entire system.
The basic requirements are detailed out in various clauses of the Technical
Specifications. The design of various components, assemblies and
subassemblies shall be done so that it facilitates easy field assembly and
dismantling. All the rotating components shall be so selected that the natural
frequency of the complete unit is not critical or close to the operating range of
the unit.
Bidder shall state in his offer the various maintenance intervals, spare parts
and man-hour requirement during such operation. The intervals for each type
of maintenance namely inspection of the furnace, inspection of the entire hot
gas path and the minor and major overhauls shall be specified in terms of
fired hours, clearly defining the spare parts and man-hour requirement for
each stage.
Lifting devices i.e. hoists and chain pulley jacks, etc. shall be provided by the
Bidder for handling of any equipment or any of its part having weight in
excess of 500 Kgs during erection and maintenance activities.
Page 43 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
Lifting devices like lifting tackles, slings, etc. to be connected to hook of the
hoist / crane shall be provided by the Bidder for lifting the equipment and
accessories covered under the specification.
8.01.00 Each of the plant and equipment shall be fully integrated, engineered and
designed to perform in accordance with the technical specification. All
engineering and technical services required ensuring a completely
engineered plant shall be provided in respect of mechanical, electrical, control
& instrumentation, civil & structural works as per the scope.
8.03.00 The documentation that shall be provided by the Bidder is indicated in various
sections of specification. The documentation shall include but not be limited to
the following:
vi. Schemes and Process & Instrumentation diagrams for the various
systems/ sub-system with functional write-ups.
vii. Operation Philosophy and the control philosophy of the Main Plant
and other plants.
Page 44 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
viii. General Layout plan of the power station incorporating all facilities
in Bidder's as well as those in the Owner's scope. This drawing
shall also be furnished in the form of floppy discs to the Owner for
engineering of areas not included in Bidder's scope.
ix. Basic layouts and cross sections of the main plant building (various
floor elevations), boiler, fuel oil area and other areas included in the
scope of the Bidder.
xi. The successful bidder shall furnish within three (3) weeks from the
date of Notification of Award, a list of contents of the Plant Definition
Manual (PDMs) including techno-economic studies, which shall
then be mutually discussed & finalised with the Owner.
iii. Start-up curves for turbine, boiler and both turbine and boiler
combined together as a unit for various start-ups, viz. cold, warm
and hot start-up.
vi. Technical data sheets for all bought out and manufactured items.
Bidder shall use the specifications as a base for placement of
orders on their sub-vendors.
Page 45 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
xiii. Power supply single line diagram, block logics, control schematics,
electrical schematics, etc.
xvii. Instrument schedule, measuring point list, I/O list, Interconnection &
wiring diagram, functional write-ups, installation drawings for field
mounted instruments, logic diagrams, control schematics, wiring
and tubing diagrams of panels and enclosures etc. Drawings for
open loop and close loop controls (both hardware and software).
Motor list and valve schedule including type of actuator etc.
xviii. Alarm and annunciation list and alarms & trip set points.
xx. Type test reports and power system stability study report.
Page 46 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
xxx. The Bidder while submitting the above documents / drawings for
approval / reference as the case may be, shall mark on each copy
of submission the reference letter alongwith the date vide which the
submissions are made.
The Bidder shall submit to the Owner, draft Instruction Manuals for all the
equipment covered under the Contract by the end of one year from the date
of his acceptance of the Letter of Award. The Instruction manuals shall
contain full details required for erection, commissioning, operation and
maintenance of each equipment. The manual shall be specifically compiled
for this project. After finalization and approval of the Owner the Instruction
Manuals shall be submitted as indicated in Annexure-I. The Contract shall
not be considered to be completed for purposes of taking over until the final
Instructions manuals have been supplied to the Owner. The Instruction
Manuals shall comprise of the following.
Erection Manuals
The erection manuals shall be submitted atleast three (3) months prior to the
commencement of erection activities of particular equipment/system. The
erection manual should contain the following as a minimum.
a) Erection strategy.
b) Sequence of erection.
c) Erection instructions.
d) Critical checks and permissible deviation/tolerances.
e) List of tool, tackles, heavy equipment like cranes, dozers, etc.
f) Bill of Materials
g) Procedure for erection.
h) General safety procedures to followed during erection/installation.
i) Procedure for initial checking after erection.
j) Procedure for testing and acceptance norms.
k) Procedure / Check list for pre-commissioning activities.
l) Procedure / Check list for commissioning of the system.
Page 47 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
ii. If after the commissioning and initial operation of the plant, the
manuals require any modification / additions / changes, the same
shall be incorporated and the updated final instruction manuals shall
be submitted to the Owner for records.
iii. A separate section of the manual shall be for each size/ type of
equipment and shall contain a detailed description of construction
and operation, together with all relevant pamphlets and drawings.
a) List of spare parts along with their drawing and catalogues and
procedure for ordering spares.
Page 48 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
The Bidder shall submit to the Owner a preliminary plant hand book
preferably in A-4 size sheets which shall contain the design and performance
data of various plants, equipment and systems covering the complete project
including
Design and performance data.
1.
Process & Instrumentation diagrams.
2.
Single line diagrams.
3.
Sequence & Protection Interlock Schemes.
4.
Alarm and trip values.
5.
Performance Curves.
6.
General layout plan and layout of main plant building and auxiliary
7. buildings.
The Bidder shall submit a Project Completion Report at the time of handing
over the plant.
8.03.04 Drawings
(a.) All documents submitted by the Bidder for Owner's review shall be in
electronic form (soft copies) along with the desired number of hard
copies as per Annexure-I. The soft copies to be supplied shall be
either in CDs, or through direct transfer via E-mail, etc. depending
upon the nature/volume/size of the document. The drawings submitted
for approval could be in the Image form.
Page 49 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
(e.) All drawings submitted by the Bidder including those submitted at the
time of bid shall be in sufficient detail indicating the type, size,
arrangement, weight of each component for packing and shipment,
the external connection, fixing arrangement required, the dimensions
required for installation and interconnections with other equipment and
materials, clearance and spaces required between various portions of
equipment and any other information specifically requested in the
drawing schedules.
(g.) The Bidder shall also furnish a “Master Drawing List” which shall be a
comprehensive list of all drawings/ documents/ calculations envisaged
to be furnished by him during the detailed engineering to the Owner.
Such list should clearly indicate the purpose of submission of these
drawings i.e. “FOR APPROVAL” or “FOR INFORMATION ONLY”.
(h.) Similarly, all the drawings/ documents submitted by the Bidder during
detailed engineering stage shall be stamped “FOR APPROVAL” or
“FOR INFORMATION” prior to submission.
(j.) After the approval of the drawings, further work by the Bidder shall be
in strict accordance with these approved drawings and no deviation
shall be permitted without the written approval of the Owner.
Page 50 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
(l.) Drawings shall include all installations and detailed piping layout
drawings. Layout drawings for all piping of 65 mm and larger diameter
shall be submitted for review/ approval of Owner prior to erection.
Small diameter pipes shall however be routed as per site conditions in
consultation with site authority/representative of Owner based on
requirements of such piping indicated in approved / finalized Flow
Scheme / Process & Instrumentation Diagrams and/or the
requirements cropping up for draining & venting of larger diameter
piping or otherwise after their erection as per actual physical condition
for the entire scope of work of this package.
(m.) Assessing & anticipating the requirement and supply of all piping and
equipment shall be done by the Bidder well in advance so as not to
hinder the progress of piping & equipment erection, subsequent
system charging and its effective draining & venting arrangement as
per site suitability.
Page 51 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
(q.) All engineering data submitted by the Bidder after final process
including review and approval by the Owner shall form part of the
contract documents and the entire works covered under these
specification shall be performed in strict conformity with technical
specifications unless otherwise expressly requested by the Owner in
writing.
(a.) Information that shall be submitted for the approval of the Owner
before proceeding further, and
The schedule should allow adequate time for proper review and incorporation
of changes/ modifications, if any, to meet the contract without affecting the
equipment delivery schedule and overall project schedule. The early
submission of drawings and data is as important as the manufacture and
delivery of equipment and hardware and this shall be duly considered while
determining the overall performance and progress.
8.05.02 The draft format for this report shall be furnished to the Owner within four (4)
weeks of the award of the contract, which shall then be discussed and
finalized with the Owner.
8.06.01 The Bidder shall be called upon to organize and attend monthly Design/ Co-
ordination Meetings with the Owner/Owner’s representatives, Project
Consultant during the period of contract. The Bidder shall attend such
meetings at his own cost at mutually agreed venue as and when required and
Page 52 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
fully co-operate with such persons and agencies involved during the
discussions.
8.06.02 The Bidder should note that Time is the essence of the contract. In order to
expedite the early completion of engineering activities, the Bidder shall submit
all drawings as per the agreed Engineering Information Submission Schedule.
The drawings submitted by the Bidder will be reviewed by the Owner as far as
practicable within three (3) weeks from the date of receipt of the drawing .The
comments of the Owner shall then be discussed across the table during the
above co-ordination Meetings wherein best efforts shall be made by both
sides to ensure the approval of the drawing.
8.06.03 The Bidder shall ensure availability of the concerned experts / consultants/
personnel who are empowered to take necessary decisions during these
meetings. The Bidder shall be equipped with necessary tools and facilities so
that the drawings/documents can be resubmitted after incorporating
necessary changes and approved during the meeting itself.
8.06.04 Should any drawing remain unapproved for more than six (6) weeks after it’s
first submission, this shall be brought out in the monthly Engineering Progress
and Exception Report with reasons thereof.
8.06.05 Any delays arising out of failure by the Bidder to incorporate Owner’s
comments and resubmit the same during the TCM shall be considered as a
default and in no case shall entitle the Bidder to alter the Contract completion
date.
The Owner or the Bidder may propose changes in the specification of the
equipment or quality thereof and if the parties agree upon any such changes
the specification shall be modified accordingly.
If any such agreed upon change is such that it affects the price and schedule
of completion, the parties shall agree in writing as to the extent of any
changing the price and/or schedule of completion before the Bidder proceeds
with the change. Following such agreement, the provision thereof, shall be
deemed to have been amended accordingly.
Page 53 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
8.10.01 The Bidder’s scope includes all the first fill and one year’s topping,
requirements of consumables such as oils, lubricants including grease, servo
fluids, gases and essential chemicals etc. Consumption of all these
consumables during the initial operation and final filling after the initial
operation shall also be included in the scope of the Bidder. Bidder shall also
supply a quantity not less than 10% of the full charge of each variety of
lubricants, servo fluids, gases, chemicals etc. used which is expected to be
utilised during the first year of operation. This additional quantity shall be
supplied in separate Containers.
8.10.02 As far as possible lubricants marketed by the Indian Oil Corporation shall be
used. The variety of lubricants shall be kept to a minimum possible.
Detailed specifications for the lubricating oil, grease, gases, servo fluids,
control fluids, chemicals etc. required for the complete plant covered herein
shall be furnished. On completion of erection, a complete list of bearings/
equipment giving their location and identification marks shall be furnished to
the Owner along with lubrication requirements.
8.11.00 Lubrication
8.12.01 All materials used for the construction of the equipment shall be new and
shall be in accordance with the requirements of this specification. Materials
utilized for various components shall be those which have established
themselves for use in such applications.
8.13.01 Each main and auxiliary item of plant including instruments shall have
permanently attached to it in a conspicuous position, a rating plate of non-
corrosive material upon which shall be engraved manufacturer’s name,
equipment, type or serial number together with details of the ratings, service
conditions under which the item of plant in question has been designed to
operate, and such diagram plates as may be required by the Owner.
8.13.02 Each item of plant shall be provided with nameplate or label designating the
service of the particular equipment. The inscriptions shall be approved by the
Owner or as detailed in appropriate section of the technical specifications.
Page 54 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
engraved on the back. The name plates shall be suitably fixed on both front
and rear sides.
8.13.04 Items of plant such as valves, which are subject to handling, shall be provided
with an engraved chromium plated nameplate or label with engraving filled
with epoxy. The name plates for valves shall be marked in accordance with
MSS standard SP-25 and ANSI B 16.34 as a minimum.
8.13.05 Hanger/ support numbers shall be marked on all pipe supports, anchors,
hangers, snubbers and restraint assemblies. Each constant and variable
spring support shall also have stamped upon it the designed hot and cold
load which it is intended to support. Suitable scale shall also be provided to
indicate load on support/hanger.
8.13.06 Valves, steam traps and strainers shall be identified by Owner’s tag number
of a metal tap permanently attached to non pressure parts such as the yoke
by a stainless steel wire. The direction of flow shall also be marked on the
body.
8.13.07 Safety and relief valves shall be provided with the following :
8.13.08 All such plates, instruction plates, etc. shall be bilingual with Hindi inscription
first, followed by English. Alternatively, two separate plates one with Hindi and
the other with English inscriptions may be provided.
8.13.09 All segregated phases of conductors or bus ducts, indoor or outdoor, shall be
provided with coloured phase plates to clearly identify the phase of the
system
The Bidder shall supply with the equipment one complete set of all special
tools and tackles and other instruments required for the erection, assembly,
disassembly and proper maintenance of the plant and equipment and
systems (including software). These special tools will also include special
material handling equipment, jigs and fixtures for maintenance and calibration
/ readjustment, checking and measurement aids etc. A list of such tools and
tackles shall be submitted by the Bidder alongwith the offer.
Page 55 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
The price of each tool / tackle shall be deemed to have been included in the
total bid price. These tools and tackles shall be separately packed and sent to
site. The Bidder shall also ensure that these tools and tackles are not used by
him during erection, commissioning and initial operation. For this period the
Bidder should bring his own tools and tackles. All the tools and tackles shall
be of reputed make acceptable to the Owner.
8.15.00 Welding
8.16.01 All equipment/ piping/ pipe services are to be painted by the Bidder in
accordance with Owner’s standard colour coding scheme, which will be
furnished to the Bidder during detailed engineering stage.
8.17.01 Protection
Page 56 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
8.17.03 Shop primer for all steel surfaces which will be exposed to operating
temperature below 95 degrees Celsius shall be selected by the Bidder after
obtaining specific approval of the Owner regarding the quality of primer
proposed to be applied. Special high temperature primer shall be used on
surfaces exposed to temperature higher than 95 degrees Celsius and such
primer shall also be subject to the approval of the Owner.
8.17.04 All other steel surfaces which are not to be painted shall be coated with
suitable rust preventive compound subject to the approval of the Owner.
8.17.05 All piping shall be cleaned after shop assembly by shot blasting or other
means approved by the Owner. Lube oil piping or carbon steel shall be
pickled.
8.17.06 Painting for Civil structures shall be done as per relevant part of technical
specification.
9.01.00 The Bidder shall adopt suitable quality assurance programme to ensure that
the equipment and services under the scope of contract whether
manufactured or performed within the Bidder’s works or at his sub-Bidder’s
premises or at the Owner’s site or at any other place of work are in
accordance with the specifications. Such programs shall be outlined by the
Bidder and shall be finally accepted by the Owner/authorized representative
after discussions before the award of the contract. The QA programme shall
be generally in line with IS/ISO-9001. A quality assurance programme of the
Bidder shall generally cover the following:
(g.) System for shop manufacturing and site erection controls including
process, fabrication and assembly.
(h.) Control of non-conforming items and system for corrective actions and
resolution of deviations.
(i.) Inspection and test procedure both for manufacture and field activities.
Page 57 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
(p.) Quality plans for manufacturing and field activities detailing out the
specific quality control procedure adopted for controlling the quality
characteristics relevant to each item of equipment/component.
9.02.01 All materials, components and equipment covered under this specification
shall be procured, manufactured, erected, commissioned and tested at all the
stages, as per a comprehensive Quality Assurance Programme. An
indicative programme of inspection/tests to be carried out by the Bidder for
some of the major items is given in the respective technical specification.
This is, however, not intended to form a comprehensive programme as it is
the Bidder’s responsibility to draw up and implement such programme duly
approved by the Owner. The detailed Quality Plans for manufacturing and
field activities shall be drawn up by the Bidder and will be submitted to Owner
for approval. Schedule of finalisation of such quality plans will be finalised
before award. Monthly progress reports on MQP/FQP submission/approval
shall be furnished.
9.02.02 Manufacturing Quality Plan will detail out for all the components and
equipment, various tests/inspection, to be carried out as per the requirements
of this specification and standards mentioned therein and quality practices
and procedures followed by Bidder’s/ Sub-Bidder’s/ sub-supplier's Quality
Control Organisation, the relevant reference documents and standards,
acceptance norms, inspection documents raised etc., during all stages of
materials procurement, manufacture, assembly and final testing/performance
testing. The Quality Plan shall be submitted on electronic media e.g.
Compact Disc or E-mail in addition to hard copy, for review and approval.
After approval the same shall be submitted in compiled form on CD-ROM.
9.02.03 Field Quality Plans will detail out for all the equipment, the quality practices
and procedures etc. to be followed by the Bidder’s "Site Quality Control
Organisation", during various stages of site activities starting from receipt of
materials/equipment at site.
9.02.04 The Bidder shall also furnish copies of the reference documents/plant
standards/acceptance norms/tests and inspection procedure etc., as referred
in Quality Plans along with Quality Plans. These Quality Plans and reference
Page 58 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
9.02.05 No material shall be despatched from the manufacturer’s works before the
same is accepted, subsequent to predespatch final inspection including
verification of records of all previous tests/inspections by Owner’s Project
Manager/Authorised representative and duly authorised for despatch by
issuance of Material Despatch Clearance Certificate (MDCC).
9.02.06 All material used for equipment manufacture including casting and forging etc.
shall be of tested quality as per relevant codes/standards. Details of results
of the tests conducted to determine the mechanical properties; chemical
analysis and details of heat treatment procedure recommended and actually
followed shall be recorded on certificates and time temperature chart. Tests
shall be carried out as per applicable material standards and/or agreed
details.
9.02.07 The Bidder shall submit to the Owner Field Welding Schedule for field welding
activities in the enclosed format No.: QS-01-QAI-P-02/F3. The field welding
schedule shall be submitted to the Owner along with all supporting
documents, like welding procedures, heat treatment procedures, NDT
procedures etc. at least ninety days before schedule start of erection work at
site.
9.02.08 All welding and brazing shall be carried out as per procedure drawn and
qualified in accordance with requirements of ASME Section IX/BS-4870 or
other International equivalent standard acceptable to the Owner.
9.02.09 All brazers, welders and welding operators employed on any part of the
contract either in Bidder’s/sub-Bidder’s works or at site or elsewhere shall be
qualified as per ASME Section-IX or BS-4871 or other equivalent International
Standards acceptable to the Owner.
9.02.10 Welding procedure qualification & Welder qualification test results shall be
furnished to the Owner for approval. However, where required by the Owner,
tests shall be conducted in presence of Owner/authorised representative.
9.02.11 For all pressure parts and high pressure piping welding, the latest applicable
requirements of the IBR (Indian Boiler Regulations) shall also be essentially
complied with. Similarly, any other statutory requirements for the
Page 59 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
9.02.12 Unless otherwise proven and specifically agreed with the Owner, welding of
dissimilar materials and high alloy materials shall be carried out at shop only.
9.02.13 No welding shall be carried out on cast iron components for repair.
9.02.14 All the heat treatment results shall be recorded on time temperature charts
and verified with recommended regimes.
All plates of thickness above 40mm & all bar stock/Forging above 40mm dia
shall be ultrasonically tested. For pressure parts, plate of thickness equal to
or above 25mm shall be ultrasonically tested.
9.02.16 The Bidder shall list out all major items/ equipment/ components to be
manufactured in house as well as procured from sub-contractors bought out
items (BOI). All the sub-Bidder proposed by the Bidder for procurement of
major bought out items including castings, forging, semi-finished and finished
components/equipment etc., list of which shall be drawn up by the Bidder and
finalised with the Owner, shall be subject to Owner's approval. The Bidder’s
proposal shall include vendor’s facilities established at the respective works,
the process capability, process stabilization, QC systems followed,
experience list, etc. along with his own technical evaluation for identified sub-
contractors enclosed and shall be submitted to the Owner for approval within
the period agreed at the time of pre-awards discussion and identified in
review category prior to any procurement. Monthly progress reports on sub-
Bidder detail submission / approval shall be furnished. Such vendor approval
shall not relieve the Bidder from any obligation, duty or responsibility under
the contract.
9.02.17 For components/equipment procured by the contractors for the purpose of the
contract, after obtaining the written approval of the Owner, the Bidder’s
purchase specifications and inquiries shall call for quality plans to be
submitted by the suppliers. The quality plans called for from the sub-Bidder
shall set out, during the various stages of manufacture and installation, the
quality practices and procedures followed by the vendor’s quality control
organisation, the relevant reference documents/standards used, acceptance
level, inspection of documentation raised, etc. Such quality plans of the
successful vendors shall be finalised with the Owner and such approved
Quality Plans shall form a part of the purchase order/contract between the
Bidder and sub-Bidder. With in three weeks of the release of the purchase
orders /contracts for such bought out items /components, a copy of the same
without price details but together with the detailed purchase specifications,
Page 60 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
quality plans and delivery conditions shall be furnished to the Owner on the
monthly basis by the Bidder along with a report of the Purchase Order placed
so far for the contract.
9.02.18 Owner reserves the right to carry out quality audit and quality surveillance of
the systems and procedures of the Bidder’s or their sub-Bidder’s quality
management and control activities. The Bidder shall provide all necessary
assistance to enable the Owner carry out such audit and surveillance.
9.02.19 The Bidder shall carry out an inspection and testing programme during
manufacture in his work and that of his sub-Bidder’s and at site to ensure the
mechanical accuracy of components, compliance with drawings, conformance
to functional and performance requirements, identity and acceptability of all
materials parts and equipment. Bidder shall carry out all tests/inspection
required to establish that the items/equipment conform to requirements of the
specification and the relevant codes/standards specified in the specification,
in addition to carrying out tests as per the approved quality plan.
9.02.21 For all spares and replacement items, the quality requirements as agreed for
the main equipment supply shall be applicable.
9.02.23 Burn in and Elevated Temperature Test Requirement for Electronics Solid
State Equipment
During the elevated temperature test which shall be for 48 hours of the total
168 hours of testing, the ambient temperature shall be maintained at 50
deg.C. The equipment shall be interconnected with devices which will cause it
to repeatedly perform all operations it is expected to perform in actual service
with load on various components being equal to those which will be
experienced in actual service.
During the elevated temperature test the cubicle doors shall be closed (or
shall be in the position same as they are supposed to be in the field) and
Page 61 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
During the above tests, the process I/O and other load on the system shall be
simulated by simulated inputs and in the case of control systems, the process
which is to be controlled shall also be simulated. Testing of individual
components or modules shall not be acceptable.
9.03.01 Each QA Documentation shall have a project specific Cover Sheet bearing
name & identification number of equipment and including an index of its
contents with page control on each document.
The final quality document will be compiled and issued at the final assembly
place of equipment before despatch. However CD-Rom may be issued not
later than three weeks.
Page 62 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
(g.) CHP / Inspection reports duly signed by the Inspector of the Owner
and Bidder for the agreed Customer Hold Points.
(i.) MDCC
9.03.03 Similarly, the Bidder shall be required to submit two sets (two hard copies and
two CD ROMs), containing QA Documentation pertaining to field activities as
per Approved Field Quality Plans and other agreed manuals/ procedures,
prior to commissioning of individual system.
9.03.04 Before despatch / commissioning of any equipment, the Supplier shall make
sure that the corresponding quality document or in the case of protracted
phased deliveries, the applicable section of the quality document file is
completed. The supplier will then notify the Inspector regarding the readiness
of the quality document (or applicable section) for review.
(a.) If the result of the review carried out by the Inspector is satisfactory,
the Inspector shall stamp the quality document (or applicable section)
for release.
Page 63 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
For the particular case of phased deliveries, the complete quality document to
the Owner shall be issued not later than 3 weeks after the date of the last
delivery of equipment.
9.04.01 To eliminate delays and avoid disputes and litigation, it is agreed between the
parties to the Contract that all matters and questions shall be referred to the
Project Manager and without prejudice to the provisions of ‘Arbitration’ clause
in Section General Conditions of Contract, the Bidder shall proceed to comply
with the Project Manager's decision.
9.04.02 The work shall be performed under the supervision of the Project Manager.
The scope of the duties of the Project Manager pursuant to the Contract, will
include but not be limited to the following:
(a.) Interpretation of all the terms and conditions of these documents and
specifications:
(d.) Inspect, accept or reject any equipment, material and work under the
contract.
9.05.01 The word ‘Inspector’ shall mean the Project Manager and/or his authorized
representative and/or an outside inspection agency acting on behalf of the
Page 64 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
Owner to inspect and examine the materials and workmanship of the works
during its manufacture or erection.
9.05.02 The Project Manager or his duly authorized representative and/or an outside
inspection agency acting on behalf of the Owner shall have access at all
reasonable times to inspect and examine the materials and workmanship of
the works during its manufacture or erection and if part of the works is being
manufactured or assembled on other premises or works, the Bidder shall
obtain for the Project Manager and for his duly authorized representative
permission to inspect as if the works were manufactured or assembled on the
Bidder’s own premises or works.
9.05.03 The Bidder shall give the Project Manager/Inspector fifteen (15) days written
notice of any material being ready for testing. Such tests shall be to the
Bidder’s account except for the expenses of the Inspector’s. The Project
Manager/Inspector, unless the witnessing of the tests is virtually waived and
confirmed in writing, will attend such tests within fifteen (15) days of the date
on which the equipment is noticed as being ready for test/inspection failing
which the Bidder may proceed with test which shall be deemed to have been
made in the inspector’s presence and he shall forthwith forward to the
inspector duly certified copies of test reports in two (2) copies.
9.05.04 The Project Manager or Inspector shall within fifteen (15) days from the date
of inspection as defined herein give notice in writing to the Bidder, or any
objection to any drawings and all or any equipment and workmanship which is
in his opinion not in accordance with the contract. The Bidder shall give due
consideration to such objections and shall either make modifications that may
be necessary to meet the said objections or shall inform in writing to the
Project Manager/Inspector giving reasons therein, that no modifications are
necessary to comply with the contract.
9.05.05 When the factory tests have been completed at the Bidder’s or sub-Bidder’s
works, the Project Manager /Inspector shall issue a certificate to this effect
fifteen (15) days after completion of tests but if the tests are not witnessed by
the Project Manager /Inspectors, the certificate shall be issued within fifteen
(15) days of the receipt of the Bidder’s test certificate by the Project Manager
/Inspector. Project Manager /Inspector to issue such a certificate shall not
prevent the Bidder from proceeding with the works. The completion of these
tests or the issue of the certificates shall not bind the Owner to accept the
equipment should it, on further tests after erection be found not to comply with
the contract.
9.05.06 In all cases where the contract provides for tests whether at the premises or
works of the Bidder or any sub-Bidder, the Bidder, except where otherwise
specified shall provide free of charge such items as labour, material,
electricity, fuel, water, stores, apparatus and instruments as may be
reasonably demanded by the Project Manager /Inspector or his authorized
representatives to carry out effectively such tests on the equipment in
accordance with the Bidder and shall give facilities to the Project
Manager/Inspector or to his authorized representative to accomplish testing.
Page 65 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
9.05.09 All inspection, measuring and test equipment used by Bidder shall be
calibrated periodically depending on its use and criticality of the
test/measurement to be done. The Bidder shall maintain all the relevant
records of periodic calibration and instrument identification, and shall produce
the same for inspection by the Owner. Wherever asked specifically, the
Bidder shall re-calibrate the measuring/test equipment in the presence of
Project Manager/Inspector.
9.06.01 List of items requiring quality plan and sub supplier approval. (Annexure-III).
9.06.02 Status of items requiring Quality Plan and sub supplier approval. (Annexure-
IV).
Page 66 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
(c.) All piping system shall be flushed, steam blown, air blown as required
and cleanliness demonstrated using acceptable industry standards.
Procedures to accomplish this work shall be submitted for approval to
the Owner six months prior to the respective implementations. The
Owner will approve final verification of cleanliness.
(d.) The time consumed in the inspection and checking of the units shall
be considered as a part of the erection and installation period.
(e.) The check outs during the pre - commissioning period should be
programmed to follow the construction completion schedule. Each
equipment/system, as it is completed in construction and turned over
to Owner's commissioning (start-up) Engineer(s), should be checked
out and cleaned. The checking and inspection of individual systems
should then follow a prescribed commissioning documentation [SLs
(Standard Check List) / TS (Testing Schedule) / CS (Commissioning
Schedule)] approved by the Owner.
(f.) The Bidder during initial operation and performance testing shall
conduct vibration testing to determine the ‘base line’ of performance of
all plant rotating equipment. These tests shall be conducted when the
equipment is running at the base load, peak load as well as lowest
sustained operating condition as far as practicable.
(g.) Bidder shall furnish the commissioning organization chart for review &
acceptance of Owner at least eighteen months prior to the schedule
date of synchronization of 1st unit. The chart should contain :
Page 67 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
d) The Bidder shall intimate the Owner about the commencement of initial
operation and shall furnish adequate notice to the Owner in this respect.
Page 68 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
d) Any special equipment, tools and tackles required for the successful
completion of the Guarantee Tests shall be provided by the Bidder, free
of cost.
Upon successful completion of Initial Operations and all the tests other than
guarantee tests conducted to the Owner's satisfaction, the Owner shall issue
to the Bidder a Taking over Certificate as a proof of the final acceptance of
the equipment. Such certificate shall not unreasonably be with held nor will
the Owner delay the issuance thereof, on account of minor omissions or
defects which do not affect the commercial operation and/or cause any
serious risk to the equipment. Such certificate shall not relieve the Bidder of
any of his obligations which otherwise survive, by the terms and conditions of
the Contract after issuance of such certificate.
12.01.00 The scope of service under training of Owner shall include a training module
in the areas of Operation & Maintenance.
(c.) DDCMIS
The above training shall be provided taken by the EPC Bidder in one of the
reference power plant.
Page 69 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
12.02.00 The scope of services under training shall also necessarily include training of
Owner's Engineering personnel covering a training module of upto 52 man
months. This shall cover all disciplines viz, Mechanical, Electrical, C&I, & QA
etc. and shall include all the related areas like Design familiarization, training
on product design features and product design softwares of major equipment
and systems, engineering, manufacturing, erection, commissioning, training
on operating features of equipment, quality assurance and testing, plant visits
and visits to manufacturer's works, exposure to various kinds of problems
which may be encountered in fabrication, manufacturing, erection, welding
etc. An indicative module of the training requirement of Owner's Engineering
personnel is attached as Annexure-II.
Four (4) man month and two (2) man month training for Purchasers
Engineering Personnel on the offered CFD modelling code for SG & ESP
including alternative geometry modelling technique to be provided.
12.03.00 Bidder shall furnish in his offer, details of training module(s) covering above
requirements which shall be subject to Owner's approval. Consolidated
training period included above (i.e. 35 and 52 man months respectively for
O&M and Engineering) is indicative only. Owner reserves the right to
reappropriate the training period between O&M and engineering depending
upon the details of training module proposed by the Bidder.
12.04.00 Clause 12.02.00 & 12.03.00 shall be applicable for domestic bidders. For
foreign bidders refer Vol I GCC.
12.05.00 Exact details, extent of training and the training schedule shall be finalised
based on the Bidder's proposal within two (2) months from placement of
award.
12.06.00 In all the above cases, wherever the training of Owner's personnel is
arranged at the works of the manufacturer's it shall be noted that the lodging
and boarding of the Owner's personnel shall be at the cost of Bidder. The
Bidder shall make all necessary arrangements towards the same.
12.07.00 Take off prices (product wise) should be indicated by the Bidder in the Bid
Proposal Sheets. Owner reserves the right to include or exclude these
item(s) during place of Award. All expenses except travelling expenses shall
be borne by the contractor.
(a.) Working platforms should be fenced and shall have means of access.
(b.) Ladders in accordance with Owner’s safety rules for construction and
erection shall be used. Rungs shall not be welded on columns. All
the stairs shall be provided with handrails immediately after its
erection.
Page 70 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
The equivalent 'A' weighted sound pressure level measured at a height of 1.0
m above floor level in elevation and at a distance of one (1) meter horizontally
from the nearest surface of any equipment / machine, furnished and installed
under these specifications, expressed in decibels to a reference of 0.0002
microbar, shall not exceed 85 dBA except for
(a.) Safety valves and associated vent pipes for which it shall not exceed
105 dBA.
(d.) For HP-LP bypass valves and other intermittantly operating control
valves, the noise level shall be within the limit of 85 dBA.
All the equipment & spares shall be suitably protected, coated, covered or
boxed and crated to prevent damage or deterioration during transit, handling
and storage at Site till the time of erection. Each spare shall be clearly
marked or labeled on the outside of the packing with its description. When
more than one spare part is packaged in a single case, a general description
of the contents shall be shown on the outside of such a case and other
packages must be suitably marked and numbered for the purpose of
identification. All cases, containers or packages, are liable to be opened for
such examination as may be considered reasonable by the Engineer.In case
of equipment supplied with grease/lubricants from imported origin, the
supplied shall clearly indicate the indigenous equivalent of the
grease/lubricant and source of supply so as to enable the Owner to procure
these items from indigenous sources. While packing all the materials, the
limitation from the point of view of the sizes of railway wagons available in
India should be taken account of. The Bidder shall be responsible for any loss
or damage during transportation, handling and storage due to improper
packing. The Bidder shall ascertain the availability of Railway wagon sizes
from the Indian Railways or any other agency concerned in India well before
effecting dispatch of equipment. Before dispatch it shall be ensured that
complete processing and manufacturing of the components is carried out at
shop, only restricted by transport limitation, in order to ensure that site works
like grinding, welding, cutting & pre-assembly to bare minimum. The Owner's
Inspector shall have right to insist for completion of works in shops before
dispatch of materials for transportation.
Page 71 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
17.01.00 All instrument scales and charts shall be calibrated and printed in metric units
and shall have linear graduation. The ranges shall be selected to have the
normal reading at 75% of full scale.
All scales and charts shall be calibrated and printed in Metric Units as follows:
a) Temperature - Degree centigrade (deg C)
b) Pressure - Kilograms per square centimeter (Kg/cm2).
Pressure instrument shall have the unit
suffixed with 'a' to indicate absolute
pressure. If nothing is there, that will mean
that the indicated pressure is gauge
pressure.
c) Draught - Millimeters of water column (mm wc).
d) Vacuum - Millimeters of mercury column (mm Hg) or
water column (mm Wcl).
e) Flow (Gas) - Tonnes/ hour
f) Flow (Steam) - Tonnes/ hour
g) Flow (Liquid) - Tonnes / hour
h) Flow base - 760 mm Hg. 15 deg.C
i) Density Grams per cubic centimeter.
17.03.00 All electronic modules shall have gold plated connector fingers and further all
input and output modules shall be short circuit proof. These shall also be
tropicalized & components shall be of industrial grade or better.
Page 72 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
The instrument air supply system as supplied by the Bidder for various
pneumatic control & instrumentation devices like pneumatic actuators, power
cylinders, E/P converters, piping / tubing etc. shall be as per the details
furnished elsewhere.
Each pneumatic instrument shall have an individual air shut - off valve. The
pressure-regulating valve shall be equipped with an internal filter, a 50 mm
pressure gauge and a built-in filter housing blow down valve.
For direct temperature measurement of all working media, one stub with
internal threading of approved pattern shall be provided along with suitable
plug and washer. The Bidder will be intimated about thread standard to be
adopted.
The Bidder shall have to furnish all technical details including circuit
diagrams, specifications of components, etc., in respect of each and every
electronic card/module as employed on the various solid state as well as
microprocessor based systems and equipment including conventional
instruments, peripherals etc.
It is mandatory for the Bidder to identify clearly the custom built ICs used in
the package. The Bidder shall also furnish the details of any equivalents of
the same.
Bidder to note that MOEF has declared Manali area as critically polluted area
and also imposed certain restrictions on consideration of developmental
projects.
Page 73 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
In this context it is to be noted that our proposed project is also located in the
said critically polluted cluster. Though environmental clearance for the said
project has been obtained the Controlling Authorities will be highly keen and
keep a tight vigil on the availability/provision of self monitoring system (for Air,
Water & Land) so as to ascertain the level of compliance of standards
prescribed by MOEF.
Environmental Clearance:
Page 74 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
j) Alternate power source will come into effect in case of power failure for
the operation of Air Pollution Control measures
k) laboratory for analysis of gaseous / particulate emissions
l) The coal shall be stored in a completely paved area with the provisions for
leach ate collection. The coal storage yard shall be provided with wind
barriers of sufficient height. The height of the coal piles shall be lower than
that of the wind barrier.
m) The location of wind barriers shall be based on the predominant wind
direction and shall be in consultation with TNPCB so as to avoid fugitive
dust emission.
n) Closed conveyors for coal transport and Bag filters in all the transfer
points to control dust emission have been proposed
o) Dust suppression system / water sprinklers to keep the stock pile
sufficiently wet all the time to avoid carryover of dust.
p) All the internal roads shall be well paved and be provided with water
sprinkling arrangement to avoid fugitive dust emission during vehicle
movement. The unit shall limit the speed of the vehicle to 10KM/hr. for
heavy vehicles within the plant premises to prevent the road dust
emission.
q) Burners have been designed for low NOx.
r) Space provision made for installation of FGD of requisite efficiency of
removal of SO2, if required at a later stage for which adequate space is
provided near the chimney.
s) The unit shall ensure that the velocity of the exit gas from the stack shall
be greater than 25 m/sec and the ratio of the exit gas to wind velocity shall
not be less than 1.5 to eliminate or reduce pollutant down wash.
t) The unit shall have on line/automatic continuous stack monitors with
computer recording arrangement for monitoring SPM, Sox and Nox in the
boiler emission.
u) Sewage Treatment Plant & Effluent Treatment Plant has been proposed.
v) Natural draft cooling tower has been included in the specification.
w) 100% Dry fly ash collection system and conventional wet bottom ash
disposal is included. However ash water recovery system is included in
this scope if ash slurry is disposed in the ash pond in emergencies.
Page 75 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
x) Ash slurry pipe lines and ash water recovery pipe lines of adequate
capacity and strength are proposed to be provided. However these pipe
lines will be used only during emergency, since 100% dry fly ash
collection is proposed.
Page 76 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
ANNEXURE-I
6 DATASHEETS,DESIGNCALCULATI
ONS,PURCHASE
SPECIFICATIONS, etc. and Other
type of documents
i) For Approval 10 SOFT COPY
ii) FINAL 8 3 CD-ROMs -
iii) Analysis reports of equipment/
piping/ structures components/
systems employing software
packages as detailed
in the specifications
a) Input 10 SOFT COPY
Page 77 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
Page 78 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
ANNEXURE-II
(Total within 52 man months)
PRODUCT AREAS OF TRAINING REQUIREMENT
Product Design Plant Visit Visit To Operation & Maintenance Of
Manufacturer’s Work Plant
STEAM Thermal design and hydraulic circulation Familiarization with various Manufacturing Control philosphy operation,
GENERATOR balance system and equipment processes of pressure notices, logic & protection
parts, and equipment schemes, O&M manual
familiarization O&M issues
Combustion and Air & gas weight Performance data collect- Welding process
calculation ion analysis and review
Pressure part calculation O&M feed back Testing facilities Familiarization of special
maintenance techniques.
Pressure part and strength calculation Operation history of various Product development Special tool and tackles
equipment and system in process familiarization
Tube metal temp. calculation and Failure analysis Future plan for
selection. technology induction
Performance calculation R&D work inprogress
Duct design.
Pressure part
Page 79 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
Page 80 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
Page 81 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
Page 82 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
Page 83 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
Impeller design and its hydraulic O&M history/problems related Product development in
behavior to BFP process
Role of critical para- meters Comparative studies for Future plan for technology
such as NPSH(R), Suction various types of BFP& its induction
specific speed, running features
clearances, speed etc. in design
of feed pumps
Material selection of BFP R&D work in progress
components
Guiding factors for selection of
BFP seals
Computation of axial thrust
under various flows
Performance calculation
Transient analysis in pump
Page 84 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
Page 85 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
Page 86 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
Page 87 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
Page 88 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
Page 89 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
MANDAYS 16 6 6 12
Furnace and Flame Theory & principle of operation Operational feedback
Viewing System.
Details of software & methods of
modification/ customisation
Misc. systems for
SG/TG C&I
Page 90 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
Page 91 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
Page 92 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
Page 93 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
Page 94 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
Insulation system
Cooling arrangement
MANDAYS 20 5
POWER Equipment Theory &
TRANSFORMER Maintenance Practice
MANDAYS 12 - 4 4
UPS/BATTERY Equipment Theory &
CHARGER Maintenance Practice
MANDAYS 8 - 4 4
GIS Equipment Theory &
Maintenance Practice
MANDAYS 24 4 12 24
SAS Equipment Theory &
Maintenance Practice
MANDAYS 12 - 6 6
Page 95 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
Page 96 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
Page 97 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
ANNEXURE-III
Project : LIST OF ITEMS REQUIRING QUALITY PLAN DOC. NO.:
Stage : AND SUB-SUPPLIER APPROVAL REV. NO.:
Package : DATE :
Supplier : SUB-SYSTEM: PAGE : OF
Bidder No. :
S. Item QP/ Insp. QP No. QP Sub. QP Proposed Place Sub- Sub- Remarks
N. Cat. Schedule approval sub- suppliers supplier
schedule supplier approval Details
status/ submission
category schedule
LEGENDS
1. SYSTEM SUPPLIER/SUB-SUPPLIER APPROVAL STATUS CATEGORY (SHALL BE FILLED BY the Owner)
A – For these items proposed vendor is acceptable to the Owner. To be indicated with letter “A” in the list alongwith the condition of approval, if any.
DR – For these items “Detailed required” for the Owner review. To be identified with letter “DR” in the list.
NOTED – For these items vendors are approved by Main Supplier and accepted by the Owner without specific vendor approval from the Owner. To
be identified with “NOTED.’
2. QP/INSPN CATEGORY:
CAT-I : For these items the Quality Plans are approved by the Owner and the final acceptance will be on physical inspection witness by the Owner.
CAT-II : For these items the Quality Plans approved by the Owner. However no physical inspection shall be done by the Owner. The final
acceptance by the Owner shall be on the basis review of documents as per approved QP.
CAT-III : For these items Main Supplier approves the Quality Plans. The final acceptance by the Owner shall be on the basis certificate of
conformance by the main supplier.
UNITS/WORKS : Place of manufacturing Place of Main Supplier of multi units/works.
Page 98 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
ANNEXURE-IV
Project : S STATUS OF ITEM REQUIRING QP& DOC. NO.:
Package : SUB-SUPPLIER APPROVAL REV. NO.:
Bidder : DATE :
Bidder No. : PAGE : OF
S. N. Item/ QP/ QP Date of Date of Status Proposed Place of Appro Sub-supplier Remarks
Service Insp. Sub. sub- commt Code Sub- manufacturi val detail
Cat. Schedule mission Appl. C/II/I suppliers ng works Status submission
Approval schedule
schedule
Page 99 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
ANNEXURE-V
Project : Stage : FIELD WELDING SCHEDULE DOC. NO.:
Bidder : (To be raised by the Bidder) REV. NO.:
Bidder No. : Welding Code: ……………………………………… DATE :
System : PAGE : OF
Sl. DRG No. for Weld Descrip Matl. Dimensi Process Type Electrod WPS. Min. Heat treatment NDT REF Re
No. Location and tion of Spec. ons of of e filler No. pre- method/ mar
Identification mark parts to welding Weld spec. heat Temp. Holdin Quantum Spec. ACC ks
welded g time No. Norm
Ref.
NOTES:
SIGNATURE
ANNEXURE-VI
MANUFACTURER’S NAME MANUFACTURING QUALITY PLAN PROJECT :
AND ADDRESS ITEM : QP NO.:
PACKAGE :
REV.NO.:
MFGR.’s SUB-SYSTEM: DATE: CONTRACT NO. :
LOGO PAGE: …. OF…. MAIN-SUPPLIER:
TYPE QUANT REFERENC AGENCY
CHARACTERISTIC CLA ACCEPTAN FORMAT
SL. COMPONENT & OF UM E
S SS CE OF REMARKS
NO OPERATIONS CHEC OF DOCUMEN NORMS RECORD M C N
K CHECK T
1. 2. 3. 4. 5. 6. 7. 8. D 11.
9. ** 10.
*
ANNEXURE-VII
SUPPLIER’S NAME AND FIELD QUALITY PLAN PROJECT :
ADDRESS ITEM : QP NO.: PACKAGE :
REV.NO.:
MFGR.’s SUB-SYSTEM : DATE: CONTRACT NO. :
LOGO PAGE: …. OF…. MAIN-SUPPLIER:
TYPE QUANT REFEREN
SL CHARACTERISTICS / CLASS#
ACTIVITY AND OF UM CE ACCEPTANCE FORMAT OF REMAR
. INSTRUMENTS OF
OPERATION CHEC OF DOCUMEN NORMS RECORD KS
NO CHECK
K CHECK T
1. 2. 3. 4. 5. 6. 7. 8. 9. D* 10.
SIGNATURE ‘A’ SHALL BE WITNESSED BY THE OWNER FQA, ‘B’ OWNE REVIEWED APPROVE APPROV
SHALL BE WITNESSED BY OWNER’S ERECTION / R BY D BY AL
CONSTRUCTION DEPTT. AND ‘C’ SHALL BE USE SEAL
WITNESSED BY ERECTION SUPPLIER (A & B CHECK
SHALL BE OWNER CHP STAGE)
SECTION – C1-C
(The term "Performance Guarantees" wherever appears in this Section shall have the same meaning and
shall be synonymous to "Functional Guarantees". Similarly the term "Performance Tests" wherever
appears in this Section shall have the same meaning and shall be synonymous to "Guarantee Test(s)".
The term "TMCR" (Turbine maximum continuous rating) appearing in the Technical Specification shall
mean 660 MW electrical power output at generator terminals (power at generator terminals as per clause
indicated in this section) under 0% cycle make-up and 76 mm Hg (abs) condenser pressure unless used in
conjunction with a different cycle make-up and/or a different condenser pressure.
General Requirements
1.01 The Bidder shall guarantee that the equipment offered shall meet the rating and performance
requirements stipulated for various equipment covered in this specifications.
1.02 The guaranteed performance parameters furnished by the bidder in his offer, shall be without
any tolerance values and all margins required for instrument inaccuracies and other
uncertainties shall be deemed to have been included in the guaranteed figures.
1.03 The bidder shall demonstrate all the guarantees covered herein during performance
guarantee/acceptance test. The various tests which are to be carried out during performance
guarantee/acceptance tests are listed in the specification. The guarantee tests shall be
conducted by the bidder at site in presence of BHEL / CUSTOMER on each unit individually.
1.04 All costs associated with the tests shall be included in the bid price.
1.05 In case during performance guarantee tests, it is found that the equipment/system has failed to
meet the guarantees, the bidder shall carry out all necessary modifications and/or replacements
to make the equipment/system comply with the guaranteed requirements at no extra cost to the
BHEL / CUSTOMER and re-conduct the performance guarantee test(s) with BHEL /
CUSTOMER’s consent. However if the specified performance guarantee(s) are still not met but
are achieved within the Acceptable shortfall limit specified in the specification, BHEL /
CUSTOMER will accept the equipment/system/plant after levying liquidated damages as
mention in the specification. If, however, the demonstrated guarantee(s) continue to be more
than the stipulated Acceptable Shortfall Limit, even after the above modifications/replacements
within ninety (90) days or a reasonable period allowed by the BHEL / CUSTOMER, after the
tests have been completed, the BHEL / CUSTOMER will have the right to either of the following:
Reject the equipment/system/plant and recover from the bidder the payments already made.
OR
Accept the equipment/system/plant after levying liquidated damages as specified hereunder.
The liquidated damages, for shortfall in performance shall be levied separately for each unit.
The rates indicated are on station basis and per vessel basis respectively. The liquidated
damages shall be pro-rated for the fractional parts of the deficiencies. The performance
guarantees coming under this category shall be called ‘Category-I’ Guarantees.
b) For Category-II Guarantees
Reject the equipment/system/plant and recover from the bidder the payments already made.
The performance guarantees under this category shall be called ‘Category-II’ Guarantees.
Conformance to the performance requirements under category-II is mandatory.
Reject the equipment/system/plant and recover from the bidder the payments already made.
OR
Accept the equipment/system after assessing the deficiency in respect of the various ratings,
performance parameters and capabilities and recover from the contract price an amount
equivalent to the damages as determined by the BHEL/CUSTOMER. Such damages shall,
however be limited to the cost of replacement of the equipments/systems replacement of which
shall remove the deficiency so as to achieve the guarantee performance. These parameters /
capacities shall be termed as Category-III, guarantees.
NIL
NIL
5.00 Following shall be guaranteed by the Bidder in the relevant Guarantee Schedule of the Bid
Document and falls under “GUARANTEE UNDER CATEGORY –III”:
ii. Guaranteed service length (Period between two successive regenerations) of each service
vessel shall be 30 days (720 hours).
iii. Bidder shall guarantee the number of hours of operation of each service vessel in hydrogen
cycle mode.
iv. Quantity of Chemicals (30% HCl & 48% NaOH) per regeneration of each service vessel shall
be guaranteed. Bidder to refer Technical Specification regarding minimum regeneration
level to be employed while furnishing the guaranteed chemical consumption figures.
With specified Design Flow, influent quality, each CPU Vessel regenerated with
Guaranteed quantity of Chemical (Acid & Alkali) shall be guaranteed to maintain the
effluent quality as specified in technical specification throughout the cycle (i.e. period
between two successive regenerations) of 30 days (720 hours). No shortfall in guaranteed
effluent quality will be accepted by the BHEL / customer during the service cycle.
Throughout the Service Cycle each Service vessel regenerated with guaranteed chemicals
(Acid & Alkali), shall treat the condensate with influent crud level of 50 ppb at its design
Flow and crud level of condensate at vessel outlet shall be guaranteed to be 5 ppb.
With Design Flow, influent quality, each Service vessel regenerated with guaranteed
chemicals (Acid & Alkali) shall be guaranteed to maintain the effluent quality as specified in
technical specification throughout useful service run of not less than 50 hours (i.e. period
c. Pressure drop across the polisher service vessel (as defined elsewhere) in clean and dirty
condition of resin at rated design flow i.e.
i) At the design flow rate, the pressure drop between inlet and outlet flanges of the polisher
Condensate Polisher Mixed Beds with clean resin bed shall not exceed 2.0 bar (g).
ii) Maximum pressure drop under dirty conditions shall be restricted to about 3.5 bar (g) including the
pressure drop across effluent resin traps.
d. Vibration & parallel operation of all the pumps and blowers at the rated duty point shall be
demonstrated at site.
e. Noise level of all pumps and blowers at the rated duty point shall be demonstrated at site.
i) Noise: All the CPU plant pumps and blowers covered under this specification shall perform
continuously without exceeding the noise level over the entire range of output and operating
frequency specified in the technical specifications. Noise level measurement shall be carried out
using applicable and internationally acceptable standards. The measurement shall be carried out
with a calibrated integrating sound level meter meeting the requirement of IEC 651 or BS 5969 or
IS 9779. Sound pressure shall be measured all around the equipment at a distance of 1.0 m
horizontally from the nearest surface of any equipment/ machine and at a height of 1.5 m above the
floor level in elevation. A minimum of 6 points around each equipment shall be covered for
measurement. Additional measurement points shall be considered based on the applicable
standards and the size of the equipment. The measurement shall be done with slow response on
the A - weighting scale. The average of A-weighted sound pressure level measurements expressed
in decibels to a reference of 0.0002 micro bar shall not exceed the guaranteed value. Corrections
for background noise shall be considered in line with the applicable standards. All the necessary
data for determining these corrections, in line with the applicable standards, shall be collected
during the tests.
a) It is the responsibility of the Bidder to perform the Performance Guarantee/Acceptance test as specified
in this Section. The performance tests will be performed using only the normal number of BHEL
/Customer supplied operating staff for monitoring of PG test. Bidder personnel shall be used for
instructional purposes or data collection and conducting the PG test at site. At all times during the
Performance Tests the effluents quality from the Plant shall not exceed the Guaranteed Effluent Limits.
b) The Bidder shall make their system ready for the performance guarantee tests.
c) All instruments required for performance testing shall be of the type and accuracy required by the code
and prior to the test, the Bidder shall get these instruments calibrated in an independent test Institute
approved by the TANGEDCO/BHEL. All test instrumentation required for performance tests shall be
supplied by the Bidder and shall be retained by him upon satisfactory completion of all such tests at site.
All costs associated with the supply, calibration, installation and removal of the test instrumentation shall
be included in the bid price. All calibration procedures and standards shall be subjected to the approval
of the TANGEDCO/BHEL. The protecting tubes, pressure connections and other test connections
required for conducting guarantee test shall conform to the relevant codes. Tools and tackles, thermo
wells (both screwed and welded) instruments/devices including flow devices, matching flanges, impulse
piping & valves etc. and any special equipment, required for the successful completion of the tests, shall
be provided by the Bidder free of cost.
d) The Bidder shall submit for TANGEDCO/BHEL approval the detailed Performance Test procedure
containing the following:
The Performance / Acceptance test shall be carried out as per the agreed procedure. After the
conductance of Performance test, the Bidder shall submit the test evaluation report of Performance
test results to TANGEDCO/BHEL promptly but not later than one month from the date of
conductance of Performance test. However, preliminary test reports shall be submitted to the
TANGEDCO/BHEL after completing each test run.
e) Test Interruptions:
In the event of a test interruption resulting from an Event of Force Majeure the interrupted
Performance Test must be started again and test data that were collected during the interrupted
test must be ignored.
SECTION C1 – D
QUALITY ASSURANCE
10. Inspection / test / check requirements for pressure vessels other than service vessel are same as
for inspection / test / check requirements for service vessel as indicate in table given above.
11. For piping, vales, fillings in service vessel area quality requirements please also refer power cycle
piping quality plan.
12. Quality requirements specified here if contradicting as specified elsewhere in this chapter, then
stringent quality requirements shall be followed by the bidder for all items without any price and
delivery implications to BHEL/customer.
SECTION - 5
a) Shop Tests
Shop t ests s hall i nclude a ll t ests t o be c arried o ut at Bidder's works, at w orks of hi s s ub-
contractor an d at works where r aw m aterial s upplied f rom manufacture of equ ipment i s
manufactured. Testing r equirement of major equi pment o ver and a bove t he r espective c ode /
standard r equirements ar e gi ven f or S T & A ux. including C ondenser, H P Bypass S ystem &
Vibration Isolating System.
b) Site Tests
The Bidder s hall pr epare an d s ubmit det ailed f ield quality plans b y s etting out t he qu ality
practice and procedures to be adopted by him for assuring quality for each equipment of material
at this specification f rom t he r eceipt of m aterial at s ite, d uring s torage erection,
precommissioning to final commissioning of the plant. These procedures shall necessarily
include all c hecks/tests c onducted at s ite f or pr eservation, assembly, a lignment, pos itioning of
the e quipment, f oundation pr eparation, welding/bolting he at t reatment, non -destructive
examination, hydraulic test, running test, performance test etc. The Bidder shall also furnish
detailed qu ality procedure proposed b y h im for storage, pr eservation, p ainting, ac id c leaning,
alkali boil out, steam blowing, hydraulic test air/gas tightness test etc. to the BHEL/TANGEDCO. The same
shall be discussed and finalised with the BHEL/TANGEDCO and six numbers of such finalised copies shall
be submitted.
High pr essure Cast Steel Enclosures ( for ex ample H igh pr essure and I ntermediate P ressure
Inner and Outer Cylinders, Steam Chests and liner, Steam Inlet Pipes, nozzle boxes).
1) Test pieces fully representative of the material and condition of the casting shall be provided to
enable the properties of material to be determined.
Creep requirements:
a) Steels chosen for design metal temperatures less than 400°C are exempt from creep /stress
rupture testing.
b) Steels chosen for design metal temperatures between 400°C to 540°C and having less than
3% c hromium, s hall r equire 5 years per formance feedback ex perience in t he absence of
which, creep rupture test will be required to be carried out for maximum test duration of 1000
hrs/mutually agreed parameters for employer’s approval.
c) Steels c hosen f or d esign metal t emperatures ab ove 54 0°C and/or having m ore t han 3%
chromium, shall r equire 1 0 years per formance feedback ex perience O R ade quate s tress
rupture data, in the absence of which, creep rupture test will be required to be carried out for
maximum test duration of 1000 hrs/mutually agreed parameters for employer’s approval.
2) Each casting shall be subjected to m agnetic particle examination on the entire i nner and outer
surfaces after heat treatment.
h) Shroud ba nds af ter punc hing an d af ter r ivet-ting s hall be s ubjected t o 1 00% D PT t o ens ure
freedom from harmful surface defects.
3. RT on blades.
4. Before starting mass productions, following technological tests shall be carried out on the first
lot of 10 to 15 blades :-
iv. Weld repair shall not be permitted unless prior approval of Employer is obtained.
In c ase of r epair i s allowed, m anufacturer s hall s ubmit WPS/PQR and def ectogram for
Employer's appr oval bef ore w elding. A fter w eld r epair, R T shall be c arried out on r epaired
area.
2.5. Diaphragms
1) Concentricity checks shall be carried out on finally machined diaphragms to ensure that there
are no negative overlaps between guide and moving blades.
2) 10% Ultrasonic examination and 100% magnetic particle examination shall be carried out on
finished, stress relieved and machined welds.
b) Cast/Forged/Machined Diaphragms
1) Details of the results of the tests conducted to determine mechanical properties together with
chemical analysis, metallographic/ metallurgical examination, and heat treatment procedures
recommended and actually followed shall be recorded on certificates.
2) Concentricity, flatness, blade drop and area checks shall be carried out on finally machined
diaphragms to ensure that there are no negative overlaps between guide and moving blades
and port wall. Finish shall be to employer’s approval.
3) A 100% u ltrasonic ex amination s hall be c arried out on di aphragm materials. B lade j unction
areas with the side walls shall be checked by magnetic particle or dye penetrant testing.
c) Colour matching of all the diaphragms by putting two halves together, and feeler gauge
tightness check shall be carried out.
2.6. Stop, Control and bypass valves, actuators/servo-motors and steam strainers
a) Test pi eces s hall be pr ovided t o en able t he m echanical properties of v alve bodies, bonnets,
valve disc and seat, and valve spindle material to be determined.
i. Steels chosen for design metal temperatures less than 400°C are exempt from creep /stress
rupture testing.
ii. Steels chosen for design metal temperatures between 400°C to 540°C and having less than
3% c hromium, s hall r equire 5 years per formance feedback ex perience in t he absence of
which, creep rupture test will be required to be carried out for maximum test duration of 1000
hrs/mutually agreed parameters for employer’s approval.
iii. Steels c hosen f or d esign metal t emperatures ab ove 54 0°C and/or having m ore t han 3%
chromium, shall r equire 1 0 years per formance feedback ex perience O R ade quate s tress
rupture data, in the absence of which, creep rupture test will be required to be carried out for
maximum test duration of 1000 hrs/mutually agreed parameters for employer’s approval.
iv. Unspecified alloying elements shall be controlled as per the applicable standard.
b) Dye penetrant checks shall be carried out on stellited / nitrided areas of components and stellite
components in t he f inish g round or ho ned c ondition. Hardness c heck s hall be carried o ut t o
ensure required hardness.
d) Wall thickness of the body and bonnet after finish machining shall be measured by ultrasonic
method and valve seat bore shall be checked for size and concentricity.
e) Bar stock for valve stem shall be subjected to ultrasonic examination and finish machined stem
shall be subjected to magnetic particle/Dye penetrant examination.
f) Each valve body and bonnet shall be hydraulically tested at minimum 1.5 times the maximum
working pressure after applying temperature corrections.
i) Colour matching of the valve disc and seat to ensure the required contact area is to be carried
out.
2.7. Cast and Forged Steel Components such as LP casing, in case of cast design, inlet &
extraction / ex haust c onnections, s haft s eal c overs and r ings, go vernor s haft, br each nu t,
threaded ring, angle ring, U-ring, servomotor parts such as body, piston, cover, yokes; turning
gear casing and other items which are not specifically covered elsewhere
Each pressure containing enclosure shall be subjected to a hydraulic pressure test at 1.5 times
the design pressure.
b) Surface defect test shall be carried out on all the springs after coiling and heat treatment.
c) Surface cleaning shall be checked prior to painting and check for thickness of painting shall be
carried out.
5.0. Condenser air evacuation system for main turbine condenser and drive turbine
condenser (if offered)
5.1. Pumps
a) Vacuum pump shafts shall be subjected to ultrasonic test. After finish machining, shaft shall be
subjected to magnetic particle examination/dye penetration test.
b) Pump casings and impellers shall be subjected to magnetic particle/dye penetration test.
Finished pump rotor shall be subjected to dynamic balancing.
c) Pump casings shall be subjected to hydraulic test at 1.5 times the shut off pressure or twice the
maximum operating pressure, whichever is higher.
d) Each pump shall be tested at supplier's works at full speed and load conditions to demonstrate
successful operation and performance in accordance with the design requirements.
e) Supplier s hall d emonstrate b y c arrying out visual c avitation t est t hat p ump w ill be op erating
under all operating condition including blank off condition without cavitation.
f) Refer r elevant c lauses of the s pecification f or ot her items s uch as heat ex changers, f ilters,
piping, valves, etc. in this system.
5.2. The c omplete p ackage s hall be s ubjected t o h ydraulic pr essure an d l eakage t est and s hop
tested t o c heck interlocks and f unctional r equirements. T he one c omplete un it shall also be
subjected t o d emonstrate s uccessful oper ation and performance t esting, with s aturated air
conditions at condenser design vacuum point as well as vacuum pump design point with total
minimum three points The test should be conducted with the respective motors to be supplied.
The test shall include check for vibration and noise level.
6.0. FEED WATER HEATER, DRAIN COOLERS, GLAND STEAM CONDNSER, HEAT
EXCHANGERS & PRESSURE VESSELS / STORAGE TANKS
6.1. All raw materials used s hall ha ve co-related mill test certificate meeting mandatory and
supplementary checks of material specification.
6.2. Material f or T ube pl ates s hall be ultrasonically t ested. F inished plates s hall be s ubjected t o
suitable NDT. For cladded pl ates, bon ding s hall b e c hecked by UT. V endor shall f urnish t heir
practice r egarding m anufacturing & N DT f or s upply of c ladded pl ates f or E mployer's r eview.
Drilled Tube plates shall be checked for ovality of holes, ligaments, surface finish etc.
6.3. Dished ends s hall be s ubjected t o 100% M PI and RT/UT on w elded j oints. K nuckle por tion
shall be checked by MPI for surface defects and thinning shall be checked by UT.
6.4. Butt Welded / Full penetration joints shall be checked by suitable RT / UT. Fillet welds shall be
checked by MPI / DPT.
6.5. Tubes shall be tested as per the relevant codes / specification / standards.
6.6. Before tubes expansion in the tube sheets, the mockup test for expansions shall be carried out,
in c ase not don e ear lier. T orque s etting of expander s hall b e bas ed on m ock up t ests. J oints
shall be checked for tube thinning.
6.7. Completed assemblies shall be pressure tested with working-fluid/ hydraulically/ pneumatically.
The heat exchangers shall be tested on both tube side and shell side. After hydrotest, the heat
exchangers shall be suitably dried and nitrogen capped. Atmospheric tanks shall be tested for
leakage by water fill test for atleast 12 hrs.
7.0. PIPING, BELLOWS AND THERMAL INSULATION FOR TURBINE & AUX SYSTEMS
a) All raw materials used shall have co-related mill test certificate meeting mandatory and
supplementary checks of material specification.
b) All pipe lengths shall be subjected to 100% ultrasonic examination or hydraulic tests and UT/RT
on longitudinal welds at the tube mill.
c) All mother pipes used for fittings shall be subjected to a hydraulic test or an ultrasonic test at the
tube mill. Raw material of all forged fittings shall be ultrasonically tested. Forged fittings shall be
ultrasonically tested.
d) Welded and cast fittings, if any, shall be subjected to suitable NDT as per applicable standards.
However, as a minimum 100% RT shall be carried out on all alloy steel fittings and on carbon
steel fittings for use above 71 bar design conditions.
e) The edge preparation for shop and site welds shall be checked by MPI/LPI however edge
preparation in stainless steel alloy/ steel shall be subjected to a Dye penetrant check.
f) Thickness of pipe bends shall be checked by ultrasonic or other acceptable methods on sample
basis for high pressure applications. Outer surface of bends shall be subjected to magnetic
particle examination / LPI.
g) Non-destructive examination of welds shall be carried out after post weld heat treatment, if any.
h) Non-Destructive Examination of welds shall be carried out in accordance with the relevant
design/manufacturing codes. However, as a minimum, the following requirements shall be met
(except for oil piping). Further statutory requirement, wherever applicable shall also be complied
with
0
1) Temperature > 400 C and / or pressure exceeding 71 bar.
2) Temperature > 1750C up to 4000C and / or pressure exceeding 17 bar and up to 71 bar.
i. 100% RT / UT on butt welds and full penetration branch welds for pipe dia more than 100
NB.
ii. 10% RT / UT on butt welds and full penetration branch welds for pipe dia up to 100 NB.
4) For all other pipes not covered above (except oil piping), shall be subjected 100% MPE / DPT
in case of under ground pipes and 10% MPE/DPT in case of piping above the ground.
Further, 10% of butt welds of underground piping shall be subjected to RT.
5) Hardness survey of welds shall be carried out on alloy steel/stainless steel piping. (100%
Hardness survey of welds on P91, X20 & X22 material grade pipings).
6) For welds in P91, X20 & X22 materials, only induction type of heating shall be deployed for
heat treatment.
1) Butt welds of Oil piping shall be subjected to 10% RT and 10% DP Test. For Jacking oil lines
100% RT & 100% DPT shall be carried out on butt welds.
2) Fillet welds with load transfer shall be subjected to 100% MPE/DPT and fillet welds without
load transfer shall be subjected to 10% MPE/DPT.
j) Rubber lined pipes shall be hydraulically tested before rubber lining. All rubber lining is to be
subjected to following tests as per IS-4682 part-I or acceptable equivalent:
1) Adhesion test
3) Measurement of thickness
a) Hydraulic pressure test shall be carried out on each pipe and expansion bellow.
b) Longitudinal butt weld on bellow shall be subjected to suitable NDT examination before forming,
and after forming MPE / DP test shall be carried out.
c) All welds shall be subjected to 100% magnetic particle/dye pentrant check and butt welds shall
be subjected to 100% radiographic testing.
d) All the bellows subjected to vacuum service shall be subjected to vacuum test.
e) The bellows shall be subjected to movement test to establish suitability to perform satisfactorily
in site conditions. During this test spring rate shall also be measured.
f) Life cycle test, meridional yield rupture test and squirm test to be carried out on a prototype /
expansion bellow as per Sec.D clause 3.2 of standards of Expansion joint Manufacturer
Association (EJMA). In case these tests have already been accepted by employer on a
prototype expansion bellow, as defined in Sec.D Clause 3.2 of Expansion Joints Manufacturers
Association (EJMA) test reports may be furnished by manufacturer for consideration and
approval of Employer.
a) Rubber compound test slab after valcanising shall be tested for tensile strength, elongation and
shore hardness. Tests on rubber compound shall also include hydrostability test as per ASTM
D-3137 and ozone resistance test as per ASTM D- 380.
b) Fabric strength of synthetic fibre for reinforcement shall be checked, and test for rubber to fabric
adhesion as per IS:3400/ASTM D- 413, rubber to metal adhesion as per IS 3100/ASTM D-429
shall be carried out.
c) All expansion joints in assembled condition shall be subjected to vacuum test at 730 mm Hg
under conditions to ensure its suitability to withstand deflection in each axial transverse and
longitudinal direction. Duration of test shall be of minimum 10 minutes.
d) All bare bellows shall be subjected to hydraulic pressure test in normal condition at twice the
design pressure for a duration of 30 minutes.
e) Additionally, all bare bellows shall be subjected to deflection tests under pressure, pressure
being raised from zero to the design value in regular steps and deflection measured at each
step.
f) All expansion joints in assembled condition alongwith control rod assembly shall be subjected to
deflection test under design pressure. The details of test procedure shall be subjected to
approval by employer.
g) Either during the hydraulic test or during the vacuum test, change in circumference at the top
position of the arch shall not exceed 1.5% of measured circumference at normal position.
h) Twenty Four (24) hours after the above tests, the permanent set (variation in dimensions with
respect to its original dimension) shall be measured and recorded. The permanent set shall not
be more than 0.5%.
i) Life cycle test and burst test shall be carried out on bellows of each type, design and size. In
case these test have already been accepted by employer in earlier projects for the same type /
size /design, test certificate for the same may be furnished for approval of Employer.
a) For mineral wool insulation, testing shall be carried out as per IS:3144.
b) For sprayed mineral wool, testing shall be carried out as per IS:9724.
a) Forged components such as clevis, turnbuckle, eye- bolts, coupling etc. will be subjected to
material testing, hardness, MPE, proof load test etc.
b) Dampers with viscous fluids will be checked for viscosity of liquid used, damping resistance of
the damper, stiffness of the damper etc.
c) Springs used for variable constant load and spring hangers shall be checked for chemical,
mechanical and spring rate tests.
d) Complete variable and constant load spring cage will be subjected to performance test and
load/deflection test.
8.0. VALVES
8.1. Inspection and testing requirements for valves other than extraction line valves and butterfly
valves shall be as follows:-
b) Bar stock/forging above 40mm diameter for valve trim shall be subjected to UT
c) Hardened / stellitted valve disc and seat are to be subjected to LPI and hardness check.
d) Colour matching of valve disc/plug and seat shall be carried out to ensure contact.
e) Hydraulic pressure test and seat leak test shall be carried out as per ANSI 16.34.
f) Air seat leak test shall be carried out as per applicable Standards/Codes.
g) Functional testing shall be carried out on each valve to check the following as per the approved
valve data sheet:
1) Smooth operation
h) Springs for safety valves shall be tested with suitable NDT and for spring rate.
TABLE-1
Valve size NB in ANSI Class upto ANSI Class ANSI Class ANSI Class 900 &
mm 300 above 300 below above 600 below above & below
600 900 4500
Less than 50 Visual Visual Visual MPI
50 & above but Visual Visual MPI MPI & RT (on 10%
below 100 of valves on 100%
area)
100 & above but Visual MPI MPI & RT (on 10% MPI & RT on
less than 300 of valves on 100% area)
change of section
& weld ends)
300 and above MPI MPI MPI & RT (on MPI, RT (on 100%
change of sections area)
& weld ends)
Note:
i. For body and bonnet forgings UT with MPI may be adopted in place of RT. For austenitic steel
MPI may be replaced by LPI.
a) Surface crack examination and hardness check shall be carried out on all hard faced/stellieted
surfaces, if any.
b) As a minimum requirement of castings for all valves on cold reheat and extraction lines shall be
subjected to 100% MPI on all areas and RT on Butt Weld ends and change of Section. For
forgings minimum requirement shall be 100% UT and 100% MPI.
c) Bar stock for valves stem shall be subjected to UT. Finish machined valve stem shall be
subjected to magnetic particle examination/dye penetration test.
d) Wall thickness measurement by ultrasonic for critical and highly stressed zones of the
casting/forging shall be carried out.
e) Colour matching of the valve disc and seat to ensure required contact area shall be carried out.
f) Hydraulic pressure tests shall be carried out on each valve to check body and bonnet strength.
Seat leakage and back seat leakage test (wherever applicable) shall be carried out. Air seat
leakage test shall also be carried out. Minimum test requirements of pressure shall be as per
ANSI B 16.34.
g) Functional testing shall be carried out on each valve to check for freedom of movement,
adherence to clearance, opening/ closing etc. Type tests for discharge co-efficient and pressure
drop co-efficient, shall be carried out. In case the type tests have been carried out in the past
and documents generated, the same shall be furnished to the Employer for approval.
a) Valve disc shall be checked for surface and sub-surface defects by magnetic particle
examination.
b) Stubs and driving shafts shall be tested for internal defects by ultrasonic method.
c) Dye penetration test shall be carried out on shafts, seat rings etc.
d) Test samples for rubber seal shall be subjected to tensile and hardness test for vulcanising and
after ageing. Hydraulic stability test and ozone crack reistance tests also be carried out.
e) Valve shall be subjected to hydraulic pressure test for body and air seat leakage tests as per
AWWA-C504
f) Proof of design tests for valves and actuator shall be carried out as per AWWA-C504. In case
the test has already been carried out on previous supplies, the contractor may submit the test
certification of same for approval of employer.
g) After complete assembly each valve with actuator will be subjected to performance test by
opening and closing the valve from fully closed to fully open position and the reverse, under no
flow for at least 25 cycles to check.
h) After assembly, one valve of each size with respective actuator shall be shop operated over the
full range of movement in both the directions, with the body subjected to the full hydrostatic
pressure conditions, to demonstrate that the unit is in working order without any leakage
through the joints and torque switches/clutches, limit switches are operating satisfactorily.
During the test, hand wheel operation, opening/closing time and current drawn shall also be
checked. The test shall be conducted for three consecutive cycles with valve shaft both in
vertical and horizontal planes.
a) Filters / strainers shall be tested as per the requirements of relevant codes / standards.
b) Filters / strainer shall be performance tested for pressure drop, flow, particle size. If
performance test is earlier established, then records shall be reviewed.
a) Rotors shall be dynamically balanced. Leakage tests (if applicable) shall be carried out.
b) Performance tests including noise and vibration tests shall be carried out as per relevant
standards / codes.
a) Pumps of chemical doing system shall be performance tested as per relevant international
codes.
b) In case of diaphragm type of pumps, the life cycle test shall be done on pumps. If this test is
already conducted for same model in earlier projects of TANGEDCO, then TCs for same shall
be reviewed.
Quality requirements for site activities shall be as a minimum, those specified for
corresponding shop activities.
On completion of erection of pressure parts of each steam turbine generator, the unit with its
fittings and mountings in position shall be subjected to hydraulic test pressure in accordance
with requirement of Indian Boiler Regulations. Water used for hydraulic test shall be made
alkaline by addition of suitable chemical. After the test, all parts shall be drained and suitably
preserved.
a) If the condenser sections calls for site assembly, care shall be taken in assembly of sections
and correctness of alignment and fit up shall be checked. Site welding shall be carried out as
per the procedure approved by the employer.
b) All weld seams shall be subjected to magnetic particle examination. At least 10% of butt welds
shall be subjected to radiographic examination.
c) All welds between condenser neck and LP turbine shall be subjected to 100% radiographic and
magnetic particle examination.
d) Condenser tubes shall be visually examined for dents, mechanical damages or any other
defects prior to insertion. Both tube ends shall be thoroughly cleaned to a length of 100mm to
remove oil, grease etc. and shall be checked for freedom from burrs prior to insertion.
e) Tube expansion shall be carried out by electronic automatic torque control expanding unit,
which shall be calibrated before use. Tube wall thinning and length of expansion shall be
controlled and recorded.
f) Hydrostatic testing of condenser steam space shall be carried out after connecting all the pipes
with the condenser along with condenser vacuum systems by filling the steam space with water
upto the tip of the last stages of blades of LP cylinder.
g) Condenser water boxes shall be tested hydraulically at a minimum test pressure of 1.5 times
the design pressure.
Bidder shall clearly indicate the extent of assembly to be carried out at site. Accordingly, bidder
shall submit elaborate erection and assembly inspection programme of turbine for Employer's
approval.
12.0. CONDENSER ON LOAD TUBE CLEANING SYSTEM/DEBRIS FILTER FOR MAIN TURBINE
CONDENSER AND DRIVE TURBINE CONDENSER (IF OFFERED)
General Requirements
b) Pump casing shall be subjected to hydraulic test at 1.5 times the shut off head or twice the
maximum working pressure whichever is higher.
c) Complete pump assembly shall be subjected to shop performance test at supplier's works.
a) In the case of fabricated design, all butt welds shall be subjected to 10% radiographic/ultrasonic
examination. All welds shall be examined by 10% magnetic particle testing method to ensure
freedom from surface and subsurface defects.
b) Body shall be subjected to hydraulic pressure test at 1.5 times the design pressure.
12.3. Strainer
a) Strainer mesh shall be checked for chemical composition and mesh size.
b) Strainer body shall be subjected to hydraulic pressure test at 1.5 times the design pressure.
12.4. The complete system and the individual equipment shall be subjected to performance testing at
Site to demonstrate successful operation and performance to meet the design conditions. The
tests shall also include hydraulic test, function test, check for interlocks and sequential
operation. Site test shall also include test to establish pressure drop across the strainer section,
proper functioning of DELTA-P system.
a) Butt welds of piping shall be subjected to 10% RT and 10% DP Test. Butt welds of Segmental
flanges shall be checked by 100% RT and DPT.
b) Fillet welds with load transfer shall be subjected to 100% MPE/DPT and fillet welds without load
transfer shall be subjected to 10% MPE/DPT.
Wrought/ forged fittings shall be tested as per relevant code/ specification/ standard.
12.7. Coating shall be checked for DFT and adhesion. Further, Contractor shall furnish his practice
for testing of coating to ensure the uniformity and freedom from pinholes.
12.8. Rubber lined items shall be hydraulically tested before rubber lining. All rubber lining is to be
subjected to following tests as per IS-4682 part-I or acceptable equivalent:
a) Adhesion test
c) Measurement of thickness
12.9. VALVES
Conventional gate/ globe/ check/ ball valves shall be tested as per relevant standard.
TEST
Chemical Analysis
Mechanical Prop.
Performance test
Inclusion Rating
NPSH Test
Balancing
Hyd. Test
Vibration
Run out
D.P.T.
M.P.I.
Noise
U.T.
R.T
ITEM
DESCRIPTION
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17
Pump Casing Y Y➀ - - - - Y - - Y -
Suction Bell Y Y➀ - - - - Y - - -
Shaft Y Y➀ Y Y Y - Y Y - Y
Impeller Y Y➀ Y - - - Y - Y -
Rotor - - - Y - - - - Y -
Sl.No. Tests/Check
Functional/operati
Hydraulic / Water
Ultrasonic Test
Relevant Std
Assembly Fit
Performance
Dimensions
Other tests
WQS/PQR
Adhesion /
Pneumatic
Balancing
DPT/MPI
Remarks
on al Test
Fill Test
Spark
WPS/
Test
Test
Items /
up
Components
a b
1) Pipes & Fittings Y Y Y Y
and
Metered Bends
a 5 6
2) Diaphragm Y Y Y Y
Valves
3) Butterfly Valves
(Low Pressure)
a) Casted Butterfly
Valves
a b 7
(i) Body (Cast) Y Y Y Y Y Y Y
a b
(ii) Disc (Cast) Y Y
a c
(iii) Shaft Y Y Y
b) Fabricated Ref.
Butterfly Note14
Valves
a b c 5 8
4) Gate / Globe / Y Y Y Y Y Y Y
Swing Check
Valves
a b c 4
5) Dual Plate Check Y Y Y Y Y Y Y
Valves
a 3 1
6) Rolled & Welded Y Y Y Y Y
Pipes
2 2
7) Coating & Y Y
Wrapping of
Pipes
a b
8) Tanks & Vessels Y Y Y Y
a b 11
9) Strainers Y Y Y Y
Sl.No. Tests/Check
Functional/operati
Hydraulic / Water
Ultrasonic Test
Relevant Std
Assembly Fit
Performance
Dimensions
Other tests
WQS/PQR
Adhesion /
Pneumatic
Balancing
DPT/MPI
Remarks
on al Test
Fill Test
Spark
WPS/
Test
Test
Items /
up
Components
a 12 13
10) Rubber Y Y Y Y
Expansion Joints
a b 9
11) Rubber Lining of Y Y Y Y Y Y Y
Pipes
a
12) Hangers & Y Y
Supports
a b
13) Fastners Y Y Y
1
14) Site Welding Y Y Y
Notes:
1. Weld Joints not subjected to hydraulic test shall be subjected to 100% RT.
2. Spark Test, Adhesion Test and Material Test for primer and enameled & Coal Tar Tapes as per AWWA-C-203-91
3. DPT on route run and after back gouging and on finish welds.
4. Dry Cycle Test (Spring Cycle Test) for one lakh Cycles shall be carried out as a type test..
5. Seat Leakage Test for Actuator Operated Valves, shall be done with by closing the valves with actuator.
6. Tests on rubber parts per batch of rubber mix such as hardness, adhesion, spark test, bleed test and flex test on diaphragm, type test for diaphragm for
50,000 cycles.
7. Hydraulic Test of Body, Seat and disc-strength shall be carried out in accordance with latest edition of AWWA-C-504 in presence of Employer’s
representatives. Actuator operated valves shall be checked for Seat Leakage by closing the valves with actuator. Seat Leakage Test shall be carried
out in both directions.
8. Blue matching, wear travel for gates, valves, pneumatic seat leakage, reduced pressure test for check valves shall be done as per relevant standard.
Maximum allowable vacuum loss is 0.5 mm of Hg abs. for valves to be tested for vacuum operation for internal pressure 25 mm of Hg abs. for a period
of 15 minutes 9.
9. Hardness, Bleeding Test and Ozone resistance test shall be done on rubber material
11. Pressure drop across the strainer for each type and size as a special test shall be carried out
12. During hydraulic and vacuum tests at 25mm Hg abs in 3 positions, the change in the circumference of arch should not be more than 1.5%. 24 hrs after
the test permanent set in dimension should not exceed 0.5%.
13. Tests on rubber for tensile, elongation, hardness, hydraulic stability check as per ASTM D 471, ozone resistance test as per ASTM D 1149 aging test
and adhesion strength of rubber to fabric, rubber to metal adhesion shall be carried out.
14. For fabricated butterfly valves: UT as per ASTM A-435 on plates material for body and disc. 100% RT as per ASTM, Section-VIII, Division-I, on butt
joins of body and disc and post weld heat treatment as per ASME, Section-VIII, Division- I on butt joints of body and disc of thickness above 30mm shall
be carried out in addition to other tests indicated for cast butter fly valves.
a) All raw materials used shall have co-related mill test certificate meeting mandatory and
supplementary checks of material specification.
b) Raw material of all forged/formed fittings shall be ultrasonically tested. All mother pipes used for
fitting shall either be ultrasonically tested or hydraulic tested. Forged fittings shall be ultrasonically
tested and formed fittings shall be MPI tested.
c) All pipe lengths shall be subjected to 100 % ultrasonic examination or hydraulic tests and UT/RT
on longitudinal welds at the tube mill.
d) Welded and cast fittings if any shall be subjected to suitable NDT as per applicable standards.
However, 100 % RT shall be carried out on alloy steel fittings and on carbon steel fittings for use
above 71 bar design conditions.
e) The edge preparation for shop and site welds in stainless steel /alloy steel shall be subjected to a
dye penetrate check
f) Thickness of pipe bend shall be checked by ultrasonic or other acceptable methods on sample
basis for high pressure applications. Outer surface of bends shall be subjected to magnetic particle
examination/LPI.
g) Non-destructive examination of welds shall be carried out after post weld heat treatment, if any.
h) For welds in P91, X20 & X22 materials, induction type of heating shall be deployed for heat
treatment, or heat treatment can be carried out in furnace.
i) Non-destructive examination of welds shall be carried out in accordance with the relevant
design/manufacturing codes. However, as a minimum, the following requirements shall be met.
Further statutory requirement, wherever applicable shall also be complied with.
b) Temperature > 175 Deg, C upto 400 Deg. C and/or pressure exceeding 17 bar and upto 71 bar
i. 100% RT/UT on butt welds and full penetration branch welds for pipe dia more than 100 NB.
ii. 10% RT/UT on butt welds and full penetration branch for pipe dia upto 100NB.
c) 100% UT & 100% MPI on all butt welds of P 91 and X22 UT shall be carried out by digital
recorded type.
j) For all other pipes not covered above, shall be subjected 100% MPE/ DPT in case of underground
pipes and 10% MPE/DPT in case of piping above the ground. Further, 10% of butt welds of
underground piping shall be subjected to RT.
k) Hardness survey of welds shall be carried out on alloy steel/stainless steel piping (100% Hardness
survey of welds on P91, X20 & X22 material grade piping) and 3% hardness survey on welds of
other alloy steel.
a) All raw materials used shall have co-related mill test certificate meeting mandatory checks of
material specification.
b) Completed springs shall be tested for Scragging Test & Load vs Deflection Test and for dia. >
25mm MPI shall be carried out.
c) Butt Welds shall be tested for UT and fillet welds shall be tested for MPI.
d) Turn buckle/ pipe clamps/ Hangers of thickness > 25mm shall be checked by MPI/DPT on bent
portion.
e) Assembled Hangers shall be checked for Variation in deflection and Travel vs Load test.
Aluminium sheeting confirming to ASTM B-203-1060 temper H14 from reputed manufacturer.
4. Valves
a) Pressure retaining parts of valves shall be subjected to (min.) NDT as per Table 2.
b) Hardened / stellitted valve disc and seat are to be subjected to LPI and hardness check.
c) Color matching of valve disc/plug and seat shall be carried out to ensure min. 80% contact and no
through passage.
d) Hydraulic pressure test and seat leak test shall be carried out as per ANSI 16.34/ IBR.
e) Air seat leak test shall be carried out as per applicable Standards/Codes.
f) Functional testing shall be carried out on each valve to check the following as per the approved
valve data sheet
i. Smooth operation
g) Springs for safety valves shall be tested with suitable NDT and for spring rate.
Valve size NB in ANSI Class upto ANSI Class ANSI Class ANSI Class 900 &
mm 300 above 300 below above 600 below above & below
600 900 4500
Less than 50 Visual Visual Visual MPI
50 & above but Visual Visual MPI MPI & RT (on 10%
below 100 of valves on 100%
area)
100 & above but Visual MPI MPI & RT (on 10% MPI & RT on
less than 300 of valves on 100% area)
change of section
& weld ends)
300 and above MPI MPI MPI & RT (on MPI, RT (on 100%
change of sections area)
& weld ends)
NOTE:
For body and bonnet forgings UT with MPI may be adopted in place of RT.
For austenitic steel MPI may be replaced by LPI.
Sr. COMPONENT / CHARACTERISTICS CLASS TYPE OF QUANTU REFERENCE ACCEPTANCE FORMAT AGENCY REMARKS
No. OPERATION CHECK M OF DOCUMENT NORMS OF
CHECK RECORD M C N
11.
1. 2. 3. 4. 5. 6. 7. 8. 9. 10.
RAW MATERIAL & B/OUT
1 ITEMS:
1.1 HOOKS DIMENSIONS, MA One IS: 15560 IS: 15560 MTC P V V UT FOR SHANK
sample DIA 50MM AND
CHEMICAL MA LAB ANALYSIS PER LOT Material specification as per T.C. P V V ABOVE
COMPOSITION, approved drawings
MECHANICAL, PHYSICAL
PROPERTIES
IDENTIFICATION & MA 100% HOOK TC FROM COMPETENT IR P V V
COMPLIANCE WITH TC. VISUAL AUTHORITY
INTERNAL DEFECTS MA UT 100% ASTM A‐388 (REFER NOTE 1) TC P V V
PROOF LOAD TEST MA REVIEW 100% IS 15560 TC P V V
NDT AFTER PROOF LOAD MA DPT 100% ASTM E‐165 NO RELEVANT TC P V V
IDENTIFICATION
1.2 LOAD CHAIN ‐ DIMENSIONS MA MEASUREMENT 100 % IS: 6216 & IS: 6216 & IR P V V
‐ BREAKING MA ‐TENSILE TEST 1/LOT APPD. DRGS. APPD. DRGS. MTC P V V
STRENGTH MTC
‐ PROOF LOAD MA ‐TENSILE TEST 100% HT P V V
‐HEAT TREATMENT MA REVIEW 100% CHA P V V
‐GRADE MA REVIEW 1/BATCH RT
MTC P V V
1.3 RAW MATL. FOR GEAR/ CHEMICAL COMPOSITION, MA LAB ANALYSIS ONE MATERIAL MATERIAL MTC P V V TC or inspection
RATCHET PAWL / RATCHET MECHANICAL PROPERTIES SAMPLE SPECIFICATION SPECIFICATION report for
WHEEL PER LOT AS PER AS PER components
** M : MANUFACTURER / SUB-CONTRACTOR
MANUFACTURER / CONTRACTOR C : BHEL / NOMINATED INSPECTION AGENCY.
N : CUSTOMER
SUB-CONTRACTOR INDICATE “P” PERFORM “W” WITNESS AND “V” VERIFICATION
SIGNATURE REVIEWED BY NAME & SIGN OF APPROVING AUTHORITY & SEAL
Sr. COMPONENT / CHARACTERISTICS CLASS TYPE OF QUANTU REFERENCE ACCEPTANCE FORMAT AGENCY REMARKS
No. OPERATION CHECK M OF DOCUMENT NORMS OF
CHECK RECORD M C N
11.
1. 2. 3. 4. 5. 6. 7. 8. 9. 10.
** M : MANUFACTURER / SUB-CONTRACTOR
MANUFACTURER / CONTRACTOR C : BHEL / NOMINATED INSPECTION AGENCY.
N : CUSTOMER
SUB-CONTRACTOR INDICATE “P” PERFORM “W” WITNESS AND “V” VERIFICATION
SIGNATURE REVIEWED BY NAME & SIGN OF APPROVING AUTHORITY & SEAL
Sr. COMPONENT / CHARACTERISTICS CLASS TYPE OF QUANTU REFERENCE ACCEPTANCE FORMAT AGENCY REMARKS
No. OPERATION CHECK M OF DOCUMENT NORMS OF
CHECK RECORD M C N
11.
1. 2. 3. 4. 5. 6. 7. 8. 9. 10.
** M : MANUFACTURER / SUB-CONTRACTOR
MANUFACTURER / CONTRACTOR C : BHEL / NOMINATED INSPECTION AGENCY.
N : CUSTOMER
SUB-CONTRACTOR INDICATE “P” PERFORM “W” WITNESS AND “V” VERIFICATION
SIGNATURE REVIEWED BY NAME & SIGN OF APPROVING AUTHORITY & SEAL
Sr. COMPONENT / CHARACTERISTICS CLASS TYPE OF QUANTU REFERENCE ACCEPTANCE FORMAT AGENCY REMARKS
No. OPERATION CHECK M OF DOCUMENT NORMS OF
CHECK RECORD M C N
11.
1. 2. 3. 4. 5. 6. 7. 8. 9. 10.
** M : MANUFACTURER / SUB-CONTRACTOR
MANUFACTURER / CONTRACTOR C : BHEL / NOMINATED INSPECTION AGENCY.
N : CUSTOMER
SUB-CONTRACTOR INDICATE “P” PERFORM “W” WITNESS AND “V” VERIFICATION
SIGNATURE REVIEWED BY NAME & SIGN OF APPROVING AUTHORITY & SEAL
1.2 GEARS, SHAFT/AXLES, MECH , CHEM. PROPS MA CHEMICAL I / LOT APPD. DRG./ DATA SHEET APPD. DRG./ LAB. REPORT P V V In case the items are not
WHEELS COMPOSITION, DATA SHEET / / manufactured in-house,
HARDNESS IS:3938 MANUFACTUR the manufacturer's test
(DURING IN- ER'S TEST certificate shall be
PROCESS) CERTIFICATE submitted for chemical
U.T FOR DIA/THK > 50mm CR NDT 100% ASTM A 388 NOTE 4 INSPN. P V V
REPORT
1.3 WIRE ROPE Dimensional CHECK MI Dia. 100% APPD. DRG./ DATA SHEET APPD. DRG./ MFRS’ TEST P V V
DATA SHEET CERT.
BREAKING LOAD CR BREAKING 100% APPROVED DRG/DATA APPROVED MFRS’ TEST P V V
CAPACITY LOAD SHEET / IS:3938 / IS: 2266 DRG/DATA CERT.
SHEET AND /
IS:3938 /
1.4 HOOKS PHYS./ MECH. , CHEM. MA CHEMICAL I / LOT APPROVED DRG/DATA APPROVED MFRS’ TEST P V V
PROPS. COMPOSITION, SHEET / IS:3938 / DRG/DATA CERT.
HARDNESS IS:15560 SHEET / IS:3938
/ IS:15560
U.T IF SHANK DIA > 50mm CR NDT 100% ASTM A 388 NOTE 1 INSPN. P W V SHANK PORTION ONLY
REPORT
PROOF LOAD CAPACITY CR PROOF LOAD 100% APPROVED DRG/DATA APPROVED INSPN. P W V
TEST SHEET / IS:3938 / IS:15560 DRG/DATA REPORT
SHEET / IS:3938
/ IS:15560
DP AFTER PROOF LOAD CR NDT 100% ASTM E-165 NO CRACKS INSPN. P V/W V
REPORT
2.0 IN-PROCESS
2.1* WELDING PROCEDURE CORRECTNESS MA SCRUTINY 100% IS:7307 / ASME SEC IX IS:7307 / ASME FORMAT OF IS P V V
SPECIFICATION SEC IX / ASME SEC
IX
2.2* PROCEDURE & WELDER WEDLING PARAMETRES MA PHYS. TESTS/RT 100% IS:7310 / ASME SEC IX IS:7310 / ASME AS PER ASME P W W IN CASE OF LLOYDS /
QUALIFICATION SEC IX SEC IX EIL / TPL QUALIFIED
WELDERS AVAILABLE,
REQUALIFICATION OF
WELDER IS NOT
REQUIRED
LEGNDS
* RECORDS INDENTIFIED WITH 'TICK'( ) SHALL BE ESSENTIALLY
INCLUDED BY CONTRACTOR IN QA DOCUMENTATION
** M: MANUFACTURER/SUBCONTRACTOR
MANUFACTURER/ SUB CONTRACTOR C: CONTRACTOR NOMINATED INSPECTION AGENCY(BHEL) N: CUSTOME
CONTRACTOR INDICATE 'P' PERFORM"W" WITNESS AND "V" VERIFICATION AS
SIGNATURE APPROPRIATE " CHP" CUSTOMER SHALL IDENTIFY IN COLUMN"N" REVIEWED BY NAME & SIGN OF APPROVING AUTHORITY &SEAL
2.5 TRUNION / TROLLEY SURFACE & INTERNAL MA PT / UT 100% ASTME:165 NO LINEAR INSPN. P W V
WHEELS, GEARS PINION FLAWS (FOR DIA. / DEFECTS / NOTE- REPORT
THICKNESS >50MM) 4
2.6 NDT OF LOAD BEARING WELD QUALITY OF CR PT & RT 100% ASME SEC. VIII DIV. I ASME SEC. VIII INSPN. P V V FILMS TO BE REVIEWED
BUTT WELDS (IF ANY) a)Butt weld on tension DIV. 4 . CLUW-51 REPORT ND BY BHEL & Customer.
100% RT and 100% DPT FOR RT FILM DPT SHALL BE CHP FOR
b)Butt weld oncompression APPENDIX -8 FOR Customer & BHEL
10% RT and 100% DPT PT
c)Butt weld on rope drum
100% RT and 100% DPT
d) Fillet weld - Random 10%
DPT
2.7 GEAR BOXES
COMPLETE ASSEMBLY OVERALL DIMENSIONS MA MEAS. 100% MFG. DRG. MFG. DRG. INSPN. P V
REPORT
Gear shall be checked for CHECK FOR OIL MA NO LOAD 100% MFG. DRG. MFG. STD. - DO - P V V
reduction ratio, backlash & LEAKAGE, VIBRATION, RUNNING FOR
contact pattern. NOISE TEMP. RISE TWO HOURS
2.8 ELECTRICALS
1 MOTORS TYPE TESTS ( INCLUDING MA TYPE 1 / TYPE, IS:3938 IS:3938 MFRS’ TEST P V V
DEGREE OF PROTECTION) TESTS 100% CERT., INSPN
REPORT
3 CONTROLLER, LIMIT ROUTINE TESTS MA ROUTINE TEST 100% IS:6975/TECH. SPEC., IS:6875/TECH. MFRS’ TEST P V V Rating and make to be
SWITCHES (IF APPLICABLE) SPEC., CERT. verified.
4 BRAKES ROUTINE TESTS MA ROUTINE TEST 100% TECH. SPEC. / IS:15560 IS:3938/TECH. MFRS’ TEST P V V
SPEC. CERT.
5 BRAKE DRUM (IF VERIFICATION OF HT MA VISUAL, 100% APPD. DRGS./TECH. SPC. APPD. HT. CHART P V V
APPLICABLE) CHARTS, HARDNESS (IF HARDNESS DRGS./TECH. /INSPN.
APPLICABLE) TEST SPEC. REPORT
6 CONTACTOR ROUTINE TESTS MA ROUTINE TEST 100% IS:2959 AND TECH. SPEC., IS:2959 AND INSPN. P V V Rating and make to be
IS:6547 / IS:3938 TECH. SPEC., REPORT verified.
IS:6547 / IS:3933
7 CONTROL PANEL, PENDANT * FIXING OF MA VISUAL 100% APPD.DRG. WIRING APPD. DRG. INSPN. P V V BOUGHT OUT ITEMS AS
SWITCH COMPONENTS WIRING DIAGRAM, WIRING REPORT PER BHEL / CUSTOMER
MARKING CONTINUITY DIAGRAM, APPROVAL LIST
* FUNCTIONAL TEST
* IR & H.V. TEST
* IP - PROTECTION TEST
* PAINT SHADE,
THICKNESS, SHEET
THICHKNESS
LEGNDS
* RECORDS INDENTIFIED WITH 'TICK'( ) SHALL BE ESSENTIALLY
INCLUDED BY CONTRACTOR IN QA DOCUMENTATION
** M: MANUFACTURER/SUBCONTRACTOR
MANUFACTURER/ SUB CONTRACTOR C: CONTRACTOR NOMINATED INSPECTION AGENCY(BHEL) N: CUSTOME
CONTRACTOR INDICATE 'P' PERFORM"W" WITNESS AND "V" VERIFICATION AS
SIGNATURE APPROPRIATE " CHP" CUSTOMER SHALL IDENTIFY IN COLUMN"N" REVIEWED BY NAME & SIGN OF APPROVING AUTHORITY &SEAL
Page 137 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
MANUFACTURERS NAME & ADDRESS STANDARD QUALITY PLAN PROJECT
AS PER APPROVED VENDOR LIST ITEM: ELECTRIC QP NO PACKAGE WIRE ROPE ELECTRIC HOIST
WIRE REV 0 CONTRACT No
ROPE
DATE CONTRACTOR BHEL
PAGE 1 of 4
Sl.No COMPONENT & CHARACTERISTICS CATEGORY TYPE OF CHECK EXTENT REFERENCE DOCUMENT ACCEPTANCE FORMAT OF AGENCY REMARKS
OPERATIONS OF CHECK NORMS RECORD
D* M C N
1 2 3 4 5 6 7 8 9 ** 10 11
8 CABLES TYPE AND ROUTINE TESTS MA TYPE & 100% AS PER TECH. SPEC. AS PER TECH. MNFRS’ TEST Ö P V V
ROUTINE TESTS IS:1554/IS:9968- PART - I / SPEC. CERT.
IS:694 / RELEVANT IS FOR IS:1554/IS:9968-
FRLS CABLES PART - I / IS:694
3.0 FINAL INSPECTION
3.1 COMPLETELY ASSEMBLED 1. COMPLETENESS, MA P W V
VISUAL, 100% APPD. DRG. APPD. DRG. MNFRS’ TEST
HOIST CORRECTNESS, OVERALL MEAS CERT.
DIMENSIONS
3.2 ASSEMBLED HOIST 1. LOAD TEST CR LOAD TEST at 100% IS:6547 / IS:3938 IS:6547 / IS:3938 MNFRS’ TEST P W V
PERFORMANCE SWL CERT.
2. HOISTING & CR MEAS & VISUAL 100% IS:6547 / IS:3938, TECH TECH SPEC. P W V
MNFRS’ TEST
LOWERING SPEED, SPEC. CERT.
PERFORMANCE OF
CONTROLLERS SWITCHES
CONTRACTORS, RELAYS
AND OTHER CONTROL
DEVICES CORRELATIONS
OF CIRCUITS AND
INTERLOCKS AND
SEQUENCES OF
OPERATION
NOTE:
* 1.0 Clause from 2.1 to 2.4 shall be applicable for load bearing welded joints.
2.0 Back Wall Echo shall be adjusted to 100% of Full Screen Height in sound (Defect Free) Area.
Defect Echo Height more than 20% of Screen Height shall be treated as unacceptable. Back Wall
Echo shall not be less than 80% of Screen Height in any case.
LEGNDS
* RECORDS INDENTIFIED WITH 'TICK'( ) SHALL BE ESSENTIALLY
INCLUDED BY CONTRACTOR IN QA DOCUMENTATION
** M: MANUFACTURER/SUBCONTRACTOR
MANUFACTURER/ SUB CONTRACTOR C: CONTRACTOR NOMINATED INSPECTION AGENCY(BHEL) N: CUSTOME
CONTRACTOR INDICATE 'P' PERFORM"W" WITNESS AND "V" VERIFICATION AS
SIGNATURE APPROPRIATE " CHP" CUSTOMER SHALL IDENTIFY IN COLUMN"N" REVIEWED BY NAME & SIGN OF APPROVING AUTHORITY &SEAL
1 2 3 4 5 6 7 8 9 10 11
1.0 ASSEMBLY 1.WORKMANSHIP MA VISUAL 100% MANUF'S SPEC MANUF'S SPEC -DO- 2 - -
2.0 PAINTING 1.SHADE MA VISUAL SAMPLE MANUFR'S BHEL SPEC. LOG BOOK 2 - -
SPEC/BHEL SAME AS
SPEC./RELEVANT COL.7
STANDARD
SIGNATURE
DATE BIDDER'S/VENDORS COMPANY SEAL
1 2 3 4 5 6 7 8 9 10 11
NOTES:
1 ROUTINE TESTS ON 100% MOTORS SHALL BE DONE BY THE VENDOR. HOWEVER, BHEL SHALL WITNESS ROUTINE TESTS ON RANDOM SAMPLES. THE
SAMPLING PLAN SHALL BE MUTUALLY AGREED UPON
2 WHERE EVER CUSTOMER IS INVOLVED IN INSPECTION, (1) SHALL MEAN BHEL AND CUSTOMERS BOTH TOGETHER.
3 FOR EXHAUST/VENTILATION FAN MOTORS OF RATING UPTO 1.5KW , ONLY ROUTINE TEST CERTIFICATES SHALL BE FURNISHED FOR SCRUTINY.
1. BHEL/CUSTOMER
2. VENDOR (MOTOR MANUFACTURER)
3. SUB-VENDOR (RAW MATERIAL/COMPONENTS SUPPLIER)
P. PERFORM
W. WITNESS
V. VERIFY
1 2 3 4 5 6 7 8 9 10 11
1.0 RAW MATERIAL & BOUGHT OUT
CONTROL
1.1 SHEET STEEL, PLATES, 1.SURFACE MA VISUAL 100% - FREE FROM LOG BOOK 3 - -
SECTION, EYEBOLTS CONDITION BLINKS,
CRACKS,
WAVINESS
ETC
2.CHEM. & MA CHEM & MECH 1/HEAT NO. MANFR'S RELEVENT SUPPLIER'S 3 - 2 HEAT NO. SHALL BE
PHY. PROP. TEST DRG./SPEC IS/ TC VERIFIED
1.4 PAINT & VARNISH 1.MAKE, SHADE, MA VISUAL 100% MANFR'S MANFR'S LOG BOOK 3 - 2
SHELF LIFE & CONTINUOUS DRG./SPEC DRG./SPEC
TYPE
1 2 3 4 5 6 7 8 9 10 11
1.5 SHAFT 1. SURFACE MA VISUAL 100% - FREE FROM -DO- 3 - - VENDOR'S APPROVAL
(FORGED OR ROLLED) COND. VISUAL IDENTIFICATION SHALL BE
DEFECTS MAINTAINED
2. CHEM. & MA CHEM. & 1/HEAT NO. MFG. DRG. RELEVANT SUPPLIER'S 3 - 2
PHYSICAL PHYSICAL OR HEAT SPEC. IS TC
PROPERTIES TESTS TREATMENT
BATCH NO
1.6 SPACE HEATERS, CONNEC- 1. MAKE & MA VISUAL -DO- MANUFR'S MANUFR'S -DO- 3 - 2
TORS, TERMINAL BLOCKS, RATING DRG. SPEC. DRG. SPEC.
CABLES, CABLE LUGS,
CARBON BRUSH TEMP.
DETECTORS, RTD, BTD'S
1 2 3 4 5 6 7 8 9 10 11
1.9 CONDUCTORS 1. SURFACE MA VISUAL 100% - FREE FROM LOG BOOK 3* - 2* * MOTOR MANUFACTURER TO
FINISH VISUAL CONDUCT VISUAL CHECK FOR
DEFECTS SURFACE FINISH ON RANDOM
BASIS (10% SAMPLE) AT HIS
WORKS AND MAINTAIN
RECORD FOR VERIFICATION
BY BHEL/CUSTOMER.
2.ELECT. PROP, & MA ELECT. & SAMPLES RELEVANT IS/ RELEVANT IS/ SUPPLIERS 3 - 2
MECH. PROP MECH.TEST BS OR BS OR TC &
OTHER OTHER VENDOR'S
STANDARDS STANDARDS INSPN.
REPORTS
1 2 3 4 5 6 7 8 9 10 11
1.12 OIL SEALS & GASKETS 1.MATERIAL OF MA VISUAL 100% MANUF'S MANUF'S -DO- 3 - -
GASKET DRG/SPECS DRG./ SPECS.
1 2 3 4 5 6 7 8 9 10 11
2.0 IN PROCESS
2.1 STATOR FRAME WELDING 1.WORKMANSHIP MA VISUAL 100% -DO- GOOD FINISH LOG BOOK 3/2 2 -
(IN CASE OF FABRICATED & CLEANNESS
STATOR )
2.2 MACHINING 1.FINISH MA VISUAL 100% -DO- GOOD FINISH LOG BOOK 2 - -
1 2 3 4 5 6 7 8 9 10 11
2.4 SHEET STACKING 1.COMPLETENESS MA MEASUREMENT SAMPLE MANUFR'S MANUFR'S Log Book 2 - -
SPEC. SPEC.
3.CORE LOSS & MA ELECT.TEST -DO- -DO- -DO- Log Book 2 1* 1 (FOR MOTORS OF 2MW AND
HOTSPOT ABOVE)
* ON 10% RANDOM SAMPLE
2.5 WINDING 1.COMPLETENESS CR VISUAL 100% MANUFR'S MANUFR'S Log Book 2 - -
SPEC./BHEL SPEC./BHEL
SPEC. SPEC.
6.SURGE WITH CR -DO- -DO- -DO- -DO- Log Book 2 - 1 FOR MV MOTOR
STAND AND
TAN. DELTA
TEST
2.6 IMPREGNATION 1.VISCOSCITY MA PHY. TEST AT STARTING -DO- -DO- Log Book 2 - -
3.NO. OF DIPS MA -DO- -DO- -DO- -DO- Log Book 2 - 1 THREE DIPS TO BE
GIVEN
1 2 3 4 5 6 7 8 9 10 11
2.7 COMPLETE STATOR 1.COMPACTNESS MA VISUAL 100% -DO- -DO- Log Book 2 - -
ASSEMBLY & CLEANLINESS
2.9 COMPLETE ROTOR 1.RESIDUAL CR DYN. BALANCE -DO- MFG SPEC./ MFG. DWG. Log Book 2 1 VERIFICATION FOR MV
ASSEMBLY UNBALANCE ISO 1940 MOTOR ONLY
6. RTD, BTD & SPACE MA VISUAL 100% MFG SPEC. MFG SPEC. Log Book 2 1
HEATER MOUNTING. RELEVANT IS RELEVANT IS
1 2 3 4 5 6 7 8 9 10 11
3.0 TESTS 1.TYPE TESTS MA ELECT.TEST 1/TYPE/SIZE IS-325/ IS-325/ TEST 2 1* 1 * NOTE - 1
INCLUDING BHEL SPEC./ BHEL SPEC./ REPORT
SPECIAL DATA SHEET DATA SHEET
TESTS AS PER
BHEL SPEC.
10. PAINT SHADE, MA VISUAL & SAMPLE BHEL SPEC. BHEL SPEC. TC 2 1$ 1 SAMPLING PLAN TO BE
THICKNESS MEASUREMENT & DATA & DATA DECIDED BY INSPECTION
& FINISH BY ELKOMETER SHEET SHEET AGENCY
$
NOTE - 2
1 2 3 4 5 6 7 8 9 10 11
NOTES:
1 DEPENDING UPON THE SIZE AND CRITICALLY, WITNESSING BY BHEL SHALL BE DECIDED.
2 ROUTINE TESTS ON 100% MOTORS SHALL BE DONE BY THE VENDOR. HOWEVER, BHEL SHALL WITNESS ROUTINE TESTS ON RANDOM SAMPLES.
THE SAMPLING PLAN SHALL BE MUTUALLY AGREED UPON.
3 IN CASE TEST CERTIFICATES FOR THESE TESTS ON SIMILAR TYPE, SIZE AND DESIGN OF MOTOR FROM INDEPENDENT LABORATORY ARE AVAILABLE,
THESE TEST MAY NOT BE REPEATED.
4 WHEREVER CUSTOMER IS INVOLVED IN INSPECTION, AGENCY (1) SHALL MEAN BHEL AND CUSTOMERS BOTH TOGETHER.
1. BHEL/CUSTOMER
2. VENDOR (MOTOR MANUFACTURER)
3. SUB-VENDOR (RAW MATERIAL/COMPONENTS SUPPLIER)
P. PERFORM
W. WITNESS
V. VERIFY
FOR
QUALITY ASSURANCE
&
TESTING
CHAPTER-14
14.01.01 All equipment furnished under this specification shall be subject to test by authorized
quality assu rance per sonnel of the B idder, representatives of the O wner during
manufacture, e rection a nd on co mpletion. B idder'’ quality assu rance pe rsonnel for
these shop and site tests shall be identified in advance and shall be acceptable to the
Owner. The app roval of t he O wner or passi ng of su ch i nspection o f t ests will not,
however, prejudice the right of the owner to reject the equipment if it does not comply
with the specifications when erected or fails to give complete satisfaction in service.
14.01.02 The Bidder shall furnish details of shop and si te tests proposed to be co nducted by
him at v arious stages to m eet the sp ecification r equirements for ea ch t ype of
instrument/system al ong w ith hi s proposal. B idder sh all al so f urnish d etails of hi s
proposed shop and site quality assurance organization for this contract
14.01.03 Bidder shall prepare a detailed shop and site ‘Quality Assurance Programme’ to meet
the requirements of these specifications for Owner’s approval. T his document shall
also contain the formats for reports and maintenance of test records specification of
test equipment to be used for site tests.
14.01.04 All eq uipment and sy stems furnished under t his sp ecification sh all be s ubjected t o
shop & site tests in accordance with the Quality Assurance Program approved by the
Owner and shall be adequate to ensure full compliance with these specification, all
applicable co des & st andards and det ailed en gineering dr awings and docu ments
approved by the Owner.
14.01.05 The Bidder shall provide all required test equipment and simulation devices for
performing al l shop and si te t ests. A ll t ests equipment sh all be of r eputed m ake,
required accuracy class and shall be recently calibrated. The record of calibration of
test equipment shall be made available to the Owner on demand.
14.01.06 The cost of all tests as per the requirements of this specification and approved quality
assurance programme shall be i ncluded in Bidder’s lump sum price for this package
and no ex tra price shall be pay able by the Owner for conducting any test as per the
intent and requirements of this specification.
14.02.01.00 Shop tests shall include all tests to be carried out at Bidder’s works at of this sub-bidder and at works
where raw materials used for manufacture of equipment is produced.
14.02.01.01 Individual co mponents, instruments and dev ices furnished i n acco rdance w ith
specification sheets, and I&C device list enclosed with these specifications shall be
shop t ested by m anufacturer pr ior t o sh ipment. T he m anufacturer sh all co nduct
these tests for certifying compliance with published specifications for the equipment
and pr ovide t est r esults t o t he O wner i n writing. T hese t ests and t est certificates
shall be in acco rdance w ith t he ag reed ' QA’ pr ogramme for m ajor
systems/equipments. However, manufacturer’s standard methods shall be followed if
details of tests for a ny eq uipment ar e no t co vered under t his agreed ‘ QA
Programme’.
14.02.01.02 Whenever t ested quality m aterial i s specified an d w herever ca lled upon by I ndian
Boilers Regulations or b y t he desi gn co de, the test pi eces ar e t o be p repared and
tested to Owner's satisfaction.
14.02.01.03 In the event of Owner being furnished with certified particulars of tests, which have
been ca rried ou t by t he su ppliers of material, t he O wner may, at hi s discretion,
dispense with these tests.
14.02.02.01 Whenever tested quality material specified and whenever called upon by Indian
Boilers Regulations or by design code, the test pieces, are to be prepared and tested
to Owner’s satisfaction.
14.02.02.02 In the event of Owner being furnished with certified particulars of tests, which have
been carried out by the suppliers of material, the Owner may, at his discretion,
dispense with these tests.
14.02.03.01 Works tests are to include electrical, mechanical performance and hydraulic tests in
accordance with relevant IS, IBR or any other approved standard or any other tests
called f or by t he O wner under t hese sp ecifications to ensu re t hat t he equipment
being supplied fulfills the requirements of these specifications. For equipments not
covered by any IS or other approved standards, the tests to be carried out shall be in
accordance with Bidders’ quality assurance programme approved by the Owner.
14.02.03.02 Control sy stems, monitoring sy stems ,control panel s instrument encl osures ,and
power su pply sy stems shall be sh op t ested a ccording t o uni que requirements
specified in the applicable section of these specifications for each item and quality
assurance program approved by the owner.
14.02.03.03 All shop tests shall be performed prior to shipment and the Owner shall be given the
opportunity t o w itness these t ests. The B idder sh all not ify t he O wner r egarding
readiness for shop test at least 10 day s before the scheduled date if the tests to be
conducted within Indian and at least 60 days before the schedule date if the test is to
be conducted abroad.
14.02.04.01 Automatic Control and Monitoring system (DDCMIS, PLC & any other
microprocessor based control system) including alarm annunciation system furnished
as per t his specification sh all be su bject to shop and si te t ests as per t he
requirements of t his specification, appl icable c odes and O wner appr oved Q uantity
Assurance Program so as to demonstrate to the Owner that the equipment furnished
by t he B idder m eets the i ntent and requirement o f this specification. T hese t ests
shall include but shall not be limited to the tests indicated in the subsequent clauses.
All solid state equipment shall be able to withstand the noise and surge inherent in a Power House,
and shall strictly comply with SWC tests ANSI C 37.90A, 1974 for IEEE-472 (1974). C omplete
details of the features incorporated in electronic system to meet this requirement, the relevant test
carried out, and the test certificates shall be submitted along with the proposal.
During the first 48 hours of testing the ambient temperature shall be maintained at 50
deg.C and r elative humidity at 95%. T he equipment shall be i nterconnected with all
devices, which will ca use i t t o r epeatedly per form al l oper ations; i t i s supposed t o
perform in actual service, with load on various components being equal to those,
which will be experienced in actual service.
The 48 hours tests period shall be continuous but shall be divided into four 12 hours
segments. The input voltage during each 12-hour segment shall be nom inal voltage
for 11 hour s, followed by 110% o f no rmal v oltage for 30 minutes followed b y 90
percent of nominal voltage for 30 minutes.
The 48 hou rs elevated t emp t est sh all be followed by 120 hour s of bur n i n t est a s
specified in the above paragraphs except that the temperature is reduced to ambient
temperature prevalent at that time. Alternatively copy of type test certificate for burn-
in test shall be submitted.
14.02.04.04 The Bidder shall furnish full details regarding shop tests and site tests, as per good
engineering practices. The Owner shall approve all such tests and the supplier shall
conduct all such tests without calling for additional price.
The tests shall cover factory tests, burn-in and elevated temperature tests, simulation
and f unctional tests, insulation tests as applicable, the rating of the contact devices
and co mponents, su rge w ithstand ca pability test, co nformity of i nterconnection
cables, t esting and ch ecking o f o ther co nditions deemed t o be nece ssary with t he
system/equipment items.
14.02.04.05 All instruments and control equipment supplied against this contract shall be f actory
calibrated a t l east at five ( 5) poi nts t hrough out t he r ange and checked f or t heir
14.02.04.06 All panels, instruments enclosures, junction boxes, etc. shall be type tested for
degree of protection and applicable in accordance with IS: 2147. 8.02.04
14.02.04.07 Type, routine and acceptance testing of all equipments, supplied under this contract,
shall be i n acco rdance w ith r elevant N EEA/IS/IEC/ANSI/BS/ISA st andards, i n
addition to the requirements of Owner approved Quality Plans. Six (6) copies of test
reports shall be submitted to the Owner for approval prior to dispatch of respective
equipment
14.02.04.08 The representative of Owner shall be given opportunity to witness the factory tests
which shall be mutually finalized during the progress of the contract.
14.02.04.09 All control systems to be furnished for this project, shall be factory tested f or circuit
continuity and di rection of response. T he Components to be t ested shall include all
controllers, HAND/AUTO station, other system modules, alarm contactors and m ulti-
conductor interconnecting cables. The tests shall be performed with all of the system
components supplied by the B idder co nnected t o form a co mplete sy stem w ith t he
sole ex ception of t ransmitters. T he t ests shall i nclude a m eans of co nfirming t he
mathematical design response of the control system by simulating changes in system
input. The tests shall be a qualitative functional test of each component of control
system, which simulates dynamic inputs and monitors system outputs.
14.02.04.10 Certain control loops shall be factory tested using closed loop mathematical
simulation techniques. Control loops to be tested by closed loop methods are
broadly as under. However, owner has discretion to test and all control loops during
simulation testing.
14.02.04.12 Availability of a simulated type test for automatic control loops specified with a
detailed description of testing methods utilized, shall be indicated.
14.02.04.13 The availability of facilities for carrying out the model test for the control systems shall
be indicated by the bidder. Also details of test procedures and copies of test results
conducted for a similar fossil fuel fired unit shall be furnished. The data required from
Boiler and Turbo generator supplies shall also be furnished by the Bidder.
14.02.04.14 Brief description of all tests proposed to be conducted on each control system
components during various stages of manufacture, installation and commissioning
shall be f urnished. C opies of t est dat a acc umulated dur ing t he t ests shall be
submitted to the mutually agreed formats.
14.02.04.15 The owner shall witness the factory tests which shall be performed at a time mutually
agreeable to the Bidder and the owner.
14.02.04.16 Factory Acceptance Tests for DDCMIS, DCS, Simulator & PLC
i) General arrangement
ii) Appearance and construction
iii) Panel wiring
iv) Panel functional check
v) Power supply redundancy check
In addition to above test, Bidder shall also perform other tests as per approved QAP
& FAT procedure. Also bidder shall submit “Type Test” report as per IEC – 61131.2
along with FAT report for PLC.
Factory Acceptance Test (FAT) shall include all required tests to fully demonstrate to
Owner’s satisfaction that each equipment/sub-system/system software modules etc.
furnished as per this specification, as well as Simulator as a whole, fully meets the
functional, par ametric and ot her r equirements of this specification an d O wner’s
approved drawings/documents under all operating regimes.
Bidder t o not e t hat FA T p rocedure given bel ow i n su bsequent cl auses are onl y
indicative in order to help the Bidder in understanding the requirements and help him
in submitting a detailed procedure based on these guidelines meeting all the
specification requirements.
The Bidder shall also carry out the tests included in subsequent clause as
pre FAT and submit its results before inviting Owner for FAT.
The Factory Acceptance Test (FAT) shall include all reasonable exercises, which the
combination of equipment and software can be expected to perform. These tests
shall be divided into, as a minimum, but not limited to the following categories:
14.02.04.19.1The major Functional Tests shall include but not limited to the following:
iii. Calculations:
The B idder shall su bmit a de tailed FA T p rocedure for ow ner’s approval dur ing
detailed engineering stage based on the above guidelines. The FAT procedure to be
submitted by the Bidder shall be det ailed and exh austive enough such that owner is
satisfied t hat al l t he S imulator S ystem sp ecification r equirements and f eatures are
being tested and the system meets these requirements.
14.02.04.20 Tests to be performed during FAT of Peripherals & other control system
i. Noise test
ii. Surge withstanding capacity as per IEEE or equivalent
iii. Quality assurance as governed by BS 5750 or equivalent
iv. Design, construction, components, finishes and testing of electronic
equipment as per E ES-1980 ( General sp ecification o f el ectronic
equipment) or equivalent
v. Test of Control unit and drive for all features, date checking
features.
5. Vibration Monitoring & Analysis System
7. ERP System
8. MIS System
NOTES:
1. Pressure Gauges
Calibration Hydro test (1.5 times max. pr.)
2. Pressure switches
Calibration test / Hydro test / Contact rating test / Accuracy test / Repeatability
3. Differential Pressure Gauges
Calibration test / Hydro test / Leak test / Over range test / A ccuracy test / Repeatability
test.
4. Differential Pressure Switches
Calibration test / Hydro test / Contact rating test / Leak test / Accuracy test / Repeatability
test.
5. Thermometers
Calibration / Material test / Accuracy test / Bore concentricity : + 5% of wall thickness /
Hydrostatic test for TW (1.5 times max. pr.)
6. Temperature switch
Calibration / Material test / Accuracy test / Bore concentricity : 1 .5% of wall thickness /
Hydrostatic test for TW (1.5 times max. pr.) / Contact rating test.
7. Resistance temperature detector assembly.
Calibration / Material test / Bore concentricity test / Insulation test (< 500 MΩ at 500V DC)
as per ISA, Hydro test for TW. Bore concentricity: + 5% of wall thickness, Accuracy test.
8. Thermocouple assembly
Calibration / Material test, Insulation test (> 500 Ω at 500 V, DC) as per ISA, Hydro static
test (1.5 times max. pr.), Bore concentricity : + 5% of wall thickness.
9. Thermowells
Material test / Bore concentricity : + 5% of wall thickness / Hydrostatic test for TW (1.5
times max. pr.)
The B IDDER sh all furnish t he Type t est r eports of al l t ype t ests as per r elevant
standards and codes. As well as other specifics test indicated in the specification. A
list of su ch t est ar e gi ven f or v arious equipment i n t able t itled, TY PE T EST
REQUIREMENT FOR C&I SYSTEM and under the item special requirement for solid
state requirements/systems. For the balance equipments/instruments. type test may
be conducted as per manufacturer standards or if required by relevant standards.
to conduct certain type test specifically for t his contract (and w itnessed by
employer or his authorized representative). Even if the same have been
conducted earlier as clearly indicated subsequently such tests.
i. The same have been ca rried out by the bidder/ subvendor on ex actly
the same model/rating of equipment. (For control valves this shall be
same size, type & design).
ii. There has been no ch ange in the co mponents from the offered
equipments and tested equipments.
iii. The test has been carried out as per the latest standards along with
amendemends as on the date of bid opening.
C. In case the approved equipment is different from the one on which the type
test had been conducted earlier or any of the above g rounds, then the tests
have t o be r epeated and t he co st o f su ch t ests shall be bor ne by the
bidder/sub-vendor within the quoted price and no extra cost will be payable by
the owner on this account.
17.02.05.1 As mentioned against certain items, the test certificates for some of the items shall
be reviewed and approved by the main bidder or his authorized representative and
balanced have to be approved by the employer.
17.02.05.2 For the type test to be conducted, bidder sh all su bmit detailed test procedure for
approval by o wner. T his shall cl early sp ecify t est se tup, i nstruments to be use d,
procedure, acce ptance nor ms (wherever appl icable). , r ecording of di fferent
parameters, i ntervals of r ecording pr ecaution t o be t aken et c. for t he t est t o b e
carried out.
The minimum type test report, over and above the requirements of above clause
which ar e t o be su bmitted for each o f t he major C &I sy stems like D DCMIS, D CS,
PLC etc shall be as indicated below:
Test l isted at I tem no v , v i, vii abo ve ar e appl icable f or el ectronic cards only as
defined under item no. (i) above
system procedure
BMS & MFT Safety VDE 0116, No YES
requirement SEC 8.7
11 Conductivity Degree of IS 13947 No No
type level protection test
switch
12 Local gauges Degree of IS 13947 No No
protection test
13 Process Degree of IS 13947 No No
actuated protection test
switches
14 Control CV test ISA 75.02 No YES
valves
15 PLCs As per Standard IEC 1131 No YES
16 LIE/LIR Degree of IS 13947 YES YES
protection test
17 Flue gas O2 Degree of IS 13947 No YES
analyser, protection test
other Fl ue
gas
Analysers
18 Flow nozz les calibration ASME PT C YES YES
&O rifice BS 1042
plates
Note:
Type t est a re to be co nducted onl y for t he i tems, w hich ar e bei ng su pplied as part o f t his
package.
A. For batteries with electric power supply system of main plant C&I, the bidder shall submit
for owner’s approval the reports of all the type tests as per IS-10918 carried out within
last 5 years from the date of bid opening and the test should have been either conducted
at an i ndependent l aboratory or sh ould hav e b een w itnessed by a o wner/client. The
complete type test report shall be for any rating of battery in a particular group, based on
plate dimensions being manufactured by supplier.
For batteries with electric power system of auxiliary plants, type test reports for batteries
shall be as per standard –practice of manufacturer.
$
LEGEND: * CR - Critical characteristics P - Agency Performing the Test. 1 - BHEL
MA - Major characteristics W - Agency Witnessing the Test. 2 - Vendor
MI - Minor characteristics V - Agency Verifying the Test. 3 - Sub-vendor
Page 169 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
CPU, Monitor,
Physical Inspection Contract
Keyboard, Mouse,
Identification Labels, Tech. specifications,
CD Drives, Printers, As per BHEL
Specification Product
OS, System reference Quality
1.5 Physical Damages MA Visual 100% Catalogue, 3/2 2 1
Software, documents. Inspection
Accessories Approved GA /
Engineering software Report.
Installation arrangements for Configuration
in the form of
Computers & Printers drawing, BOQ.
Licensed CD.
$
LEGEND: * CR - Critical characteristics P - Agency Performing the Test. 1 - BHEL
MA - Major characteristics W - Agency Witnessing the Test. 2 - Vendor
MI - Minor characteristics V - Agency Verifying the Test. 3 - Sub-vendor
Page 170 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
QUALITY PLAN NO.: PE-QP-999-145-I036___
STANDARD QUALITY PLAN VOLUME IIB
FOR SECTION D
PROGRAMMABLE LOGIC CONTROLLER REV. NO. 01 DATE: 24.08.2007
PEM :: C&I SHEET 3 OF 8
$
LEGEND: * CR - Critical characteristics P - Agency Performing the Test. 1 - BHEL
MA - Major characteristics W - Agency Witnessing the Test. 2 - Vendor
MI - Minor characteristics V - Agency Verifying the Test. 3 - Sub-vendor
Page 171 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
QUALITY PLAN NO.: PE-QP-999-145-I036___
STANDARD QUALITY PLAN VOLUME IIB
FOR SECTION D
PROGRAMMABLE LOGIC CONTROLLER REV. NO. 01 DATE: 24.08.2007
PEM :: C&I SHEET 4 OF 8
Factory
3.0 Acceptance Test
(FAT)
Input Output BHEL
Functional Visual/ Quality
3.1 I/O configuration, I/O operation MA 100% FAT Procedure AS per FAT 21 1
Verification Eletrical Inspection
Report.
BHEL
Processor Processor configuration,
Quality
3.2 Verification Powering up, standby operation MA Visual 100% FAT Procedure AS per FAT 21 1
Inspection
( as applicable) and Loading
Report.
BHEL
Power Supply Module
Quality
3.3 Verification Redundancy Operation MA Electrical 100% FAT Procedure AS per FAT 21 1
Inspection
Report.
Redundancy operation of
Communication BHEL
Communication System,
System Quality
3.4 Measurement of Response MA Electrical 100% FAT Procedure AS per FAT 21 1
Verification Inspection
Time, Communication with third
Report.
party system
Diagnostic BHEL
Verification Self Diagnostic features of PLC Quality
3.5 MA Visual 100% FAT Procedure AS per FAT 21 1
system Inspection
Report.
Operation of PLC driven
BHEL
Control Panel/Desk annunciation system, Mosaic,
Quality
3.6 Verification Push buttons & selector MA Visual 100% FAT Procedure AS per FAT 21 1
Inspection
switches, Indicating lamps
Report.
(i) Control Logics (ii) BHEL
Software
Engineering Features (iii) HMI Quality
3.7 Verification MA Visual 100% FAT Procedure AS per FAT 21 1
Features Inspection
Report.
$
LEGEND: * CR - Critical characteristics P - Agency Performing the Test. 1 - BHEL
MA - Major characteristics W - Agency Witnessing the Test. 2 - Vendor
MI - Minor characteristics V - Agency Verifying the Test. 3 - Sub-vendor
Page 172 of 680
QUALITY PLAN NO.: PE-QP-999-145-I036___
STANDARD QUALITY PLAN VOLUME IIB
FOR SECTION D
PROGRAMMABLE LOGIC CONTROLLER REV. NO. 01 DATE: 24.08.2007
SHEET 5 OF 8
f) Logic Diagram.
g) HMI Schematics.
Further the vendor shall furnish applic able produc t specification, datasheets,
catalogues, test-certificates, and internal inspection records to enable F AT. Vendor
shall also submit, to the inspecting agency, his standard test procedure, for clauses
given below; where vendor’s standard practice has been referred.
2. Processor Verification
i) Redundanc y
5. Diagnostic Verification
ii) Push Button and sele ctor switch operation should be checked by
verification of corresponding change of status of Data Base point.
7. Software Verification
i). Control Logics:– Software switches, lamps and Analog sources shall
be used for simulation of field conditions .Control logics shall be
checked for its correct functionality as per approved logic schemes
ii) 48 hour s test period shall be divid ed into 4 equal time segment of
12 hours duration eac h. For every 12 hours duration s egment, after
lapse of first 11 hours 110% of nominal voltage sha ll be applied to the
panel under test for a period of 30 minutes followed by application of
90% of nominal voltage for the next 30 minutes.
INCOMING
1.0 Sheet Steel (CRCA & 1. Chemical Composition MA Chemical Sample Relevant
IS:1079 Relevant
IS:1079 Test 3 --- 2
HR) analysis IS:513
standard standard
IS:513 Certificate
2. Bend Test CR Mech. test Sample Relevant
IS:1079 IS:1079
Relevant Log Book 2 --- ---
IS:513
standard IS:513
standard
3. Surface finish MA Visual 100% Factory Factory Log Book 2 --- ---
Standard / Standard /
Sample Sample
4. Waviness MA Visual 100% Factory No Waviness Log Book 2 --- ---
Standard
5. Thickness MA Measurement 100% BHEL Spec. BHEL Spec. Log Book 2 --- ---
4. Type / Routine Test MA Verification 100% BHEL Spec. BHEL Spec. Log Book 3 --- 2
Certificates and
and IS:1554 or
Relevant and Relevant
and IS:1554 or
IS:694
standard IS:694
standard
4.0 Electrical 1. Verification at make and CR Visual Sample BHEL Spec. BHEL Spec. Log Book 2 --- ---
Components like Type and BOM and BOM
Annunciator
Transformers 2. Verification of Test CR Scrutiny of 100% RelevantIS
Relevant Relevant
Relevant IS Log Book 2 --- ---
Lamps Certificates Type / Routine standard standard
T.Cs.
Switches
PBs 3. Operation / Functional CR Electrical Sample+ Relevant
Relevantstandard
Indian Relevant
Relevantstandard
Indian Log Book 2 --- --- + for relay &
Contactors check 100%@ & Catalogue
Std & Catalogue & Catalogue
Std & Catalogue contactors
only
Relays
4. I.R. MA Electrical 100% Relevant
Relevantstandard
Indian Relevant
Relevantstandard
Indian Log Book 2 --- --- @ for all
Timers
&Std
Catalogue
& Catalogue &Std & Catalogue
Catalogue components
Space Heaters
except relays
Thermostat & contactors.
Indicating meters etc. 5. H.V. MA Electrical 100% Relevant
Relevantstandard
Indian Relevant
Relevantstandard
Indian Log Book 2 --- ---
&Std
Catalogue
& Catalogue &
Std & Catalogue
Catalogue
$
LEGEND: * CR - Critical characteristics P - Agency Performing the Test. 1 - BHEL
MA - Major characteristics W - Agency Witnessing the Test. 2 - Vendor
MI - Minor characteristics V - Agency Verifying the Test. 3 - Sub-vendor
3. IR / HV on Terminal Blocks MA Electrical Sample BHEL Spec. & BHEL Spec. & Log Book 2 --- ---
Mfrs. Catalogue Mfrs. Catalogue
IN PROCESS
6.0 Blanking / Bending / 1. Dimensions MI Measurement 100% Approved Mfr. Approved Mfr. Log Book 2 --- ---
Forming drgs. drgs.
2. Surface defects after MA Visual 100% Factory Factory Log Book 2 --- ---
bending Standard Standard
7.0 Nibbling / Punching 1. Cutout Sizes MI Measurement 100% Approved Mfr. Approved Mfr. Log Book 2 --- ---
drgs. drgs.
2. Deburring MA Visual 100% Approved Mfr. Approved Mfr. Log Book 2 --- ---
drgs. drgs.
ASSEMBLY
8.0 Frame Assembly & 1. Dimensions MA Measurement 100% Approved drg. / Approved drg. / Log Book 2 --- 2
Sheet fixing Mfr. Standards Mfr. Standards
2. Alignment MA Measurement 100% Approved drg. / Approved drg. / Log Book 2 --- 2
Mfr. Standards Mfr. Standards
3. Welding Quality MA Visual 100% Approved drg. / Approved drg. / Log Book 2 --- 2
Mfr. Standards Mfr. Standards
4. Surface defects MA Visual 100% Approved drg. / Approved drg. / Log Book 2 --- 2
Mfr. Standards Mfr. Standards
$
LEGEND: * CR - Critical characteristics P - Agency Performing the Test. 1 - BHEL
MA - Major characteristics W - Agency Witnessing the Test. 2 - Vendor
MI - Minor characteristics V - Agency Verifying the Test. 3 - Sub-vendor
9.0 Pre-treatment and 1. Pretreatment Process MA Visual 100% Factory Factory Log Book 2 --- 1
Painting Standard & Standard &
IS: 6005 standard
Relevant Relevant
IS: 6005 standard
2. Process parameters like MA Measurement Periodic Factory Factory Log Book 2 --- 1
bath temp. concentration Standard & Standard &
etc. IS: 6005standard Relevant
Relevant IS: 6005 standard
3. Dipping / Removal Time MA Measurement 100% Factory Factory Log Book 2 --- 1
Standard & Standard &
IS: 6005standard Relevant
Relevant IS: 6005standard
4. Surface quality after every MA Visual 100% Factory Factory Log Book 2 --- 1
dip Standard & Standard &
IS: 6005 standard Relevant
Relevant IS: 6005 standard
5. Primer after phosphating MA Visual, 100% Factory Factory Log Book 2 --- 1
Thickness Standard & Standard &
Relevant
IS: 6005 standard Relevant
IS: 6005 standard
6. Putty Application & MA Visual 100% Factory Factory Log Book 2 --- 1
Rubbing after primer Standard & Standard &
IS: 6005standard Relevant
Relevant IS: 6005 standard
7. Paint first coat MA Visual, 100% Factory Factory Log Book 2 --- 1
Thickness Standard & Standard &
IS: 6005 standard Relevant
Relevant IS: 6005 standard
8. Putty Application and MA Visual 100% Factory Factory Log Book 2 --- 1
Rubbing after first coat of Standard & Standard &
paint IS: 6005 standard Relevant
Relevant IS: 6005 standard
9. Paint second coat MA Visual, 100% Factory Factory Log Book 2 --- 1
Thickness, Standard & Standard &
Scratch test IS: 6005 standard Relevant
Relevant IS: 6005 standard
Colour
adhesion
$
LEGEND: * CR - Critical characteristics P - Agency Performing the Test. 1 - BHEL
MA - Major characteristics W - Agency Witnessing the Test. 2 - Vendor
MI - Minor characteristics V - Agency Verifying the Test. 3 - Sub-vendor
10. Panel Wiring 1. Wiring Layout MA Visual 100% Approved drgs. Approved drgs. Log Book 2 --- ---
& Specs. & Specs.
2. Wiring Termination MA Visual 100% Approved drgs. Approved drgs. Log Book 2 --- ---
(Crimped Lugs) & Specs. & Specs.
3. Ferrule numbers MA Visual 100% Approved drgs. Approved drgs. Log Book 2 --- ---
& Specs. & Specs.
4. Colour of wiring MA Visual 100% Approved drgs. Approved drgs. Log Book 2 --- 1
& Specs. & Specs.
5. Size of Conductor MA Measurement 100% Approved drgs. Approved drgs. Log Book 2 --- 1
& Specs. & Specs.
11. Component Mounting 1. Correct components MA Visual 100% Approved drgs., Approved drgs., Log Book 2 --- ---
Specs. & BOM Specs. & BOM
2. Fixing MA Visual 100% Approved drgs., Approved drgs., Log Book 2 --- ---
Specs. & BOM Specs. & BOM
FINAL
12. Final Inspection 1. Workmanship MA Visual 100% Factory Factory Inspection 2 1 1
Standard Standard Report
2. Component layout MA Visual 100% BHEL approved BHEL approved Inspection 2 1 1 At Random
(neatness, accessibility & drg. / Spec. drg. / Spec. Report by BHEL,
safety) Mounting / Proper based on
fixing of all components 100 %
internal test
reports by
Mfr.
3. Components identification MA Visual 100% BHEL approved BHEL approved Inspection 2 1 1
Marking / Name plates drg. / Spec. drg. / Spec. Report
$
LEGEND: * CR - Critical characteristics P - Agency Performing the Test. 1 - BHEL
MA - Major characteristics W - Agency Witnessing the Test. 2 - Vendor
MI - Minor characteristics V - Agency Verifying the Test. 3 - Sub-vendor
$
LEGEND: * CR - Critical characteristics P - Agency Performing the Test. 1 - BHEL
MA - Major characteristics W - Agency Witnessing the Test. 2 - Vendor
MI - Minor characteristics V - Agency Verifying the Test. 3 - Sub-vendor
13. TYPE TEST Degree of Protection CR Mech. Sample BHEL approved BHEL approved Type Test 3 --- 1
Protection spec., drg spec., drg Certificate
relevant
relevant IS- relevant
relevantIS-
13947 Part-1,
IEC-60947, 13947 Part-1,
IEC-60947,
IS-2148.
IEC-60079 IS-2148.
IEC-60079
14 ROUTINE TEST IR before & after HV Test CR Electrical 100% BHEL approved BHEL approved Test Report 2 1 1
spec., drg., BOM spec., drg., BOM
& relevant IS. & relevant IS.
standard standard
15 FUCTIONAL TEST 1. Control Logic Operation CR Electrical 100% BHEL approved BHEL approved Inspection 2 1 1
spec. / drg. spec. / drg. Report
$
LEGEND: * CR - Critical characteristics P - Agency Performing the Test. 1 - BHEL
MA - Major characteristics W - Agency Witnessing the Test. 2 - Vendor
MI - Minor characteristics V - Agency Verifying the Test. 3 - Sub-vendor
SECTION C1 – E
PAINTING SPECIFICATION
CHAPTER - 6
PAINTING
1.0 SCOPE
This section defines the technical requirements for surface preparation, selection
and application of paints on equipment, vessels, machinery, piping, ducts etc.
However, manufacturers shall follow their standard procedures for painting their
equipment. The bidder shall submit a detailed painting procedure for approval of
owner/ owner’s representative after the award of contract.
a. All un-insulated carbon steel and alloy steel equipment like columns,
vessels, storage tanks, pumps, heat exchangers etc.
b. All un-insulated carbon steel and low alloy piping, fitting and valves
(including painting of identification marks).
c. All pipe structural steel supports, walkways, platforms, handrails, ladders etc.
a. Non-ferrous materials
b. Austentic stainless steel
c. Plastic and / or plastic coated materials
d. Insulated surface of equipment and pipes except color coating wherever
required.
e. Painted equipment like blowers, pumps, valves etc. with finishing coats in
good condition and with matching color code.
Painting of equipment shall be carried out as per the specifications indicated below
and shall conform to the relevant IS specification for the material and workmanship.
The following Indian Standards may be referred to for carrying out the painting job :
The surface shall be prepared in a manner suitable for coatings. Chemical derusters or
rust converters shall not be applied. Acid cleaning is subject to approval of Purchaser/
Purchaser’s representative.
3.1 BLASTING
The surface of the part/ component shall be blasted before the coating material is
applied.
Compressed air supply for blast cleaning shall be free of water and oil. Air compressors
shall not be allowed to deliver air above 1100C. Blasting activity shall be performed at
temperatures 30C above due point and substrata temperature between 50C & 500C
and relative humidity not exceeding 85% shall be maintained during painting.
Necessary safety precautions for equipment and operator shall be adhered to and shall
comply with applicable laws, regulations, ordinances etc., of the local authority, state or
the nation pertains to the work.
Abrasive used for blast cleaning carbon steel and alloy steel shall be as per ISO 8504-2
and SSPC painting manual. Suggested abrasives are chilled iron grit, shot steel,
malleable iron grit and shots of non metallic abrasive (aluminum oxide, copper slag,
garnet etc.).
The grade of blasting shall be performed in line with the approved painting scheme.
The nature, quality and grain size of abrasives and the parameter of their use are to be
chosen to obtain the required surface profile depth and cleanliness.
Surfaces prepared for coating shall be coated the same day and before any visible
rusting occurs (the time elapsed between blast cleaning and commencement pf painting
shall under no circumstances exceed 4 hours, but in any case must commence before
signs of degradation occur).
Unless otherwise specified in the documents, the surface shall satisfy the following
requirements after blasting
(a) Blasting according to SIS 055900, Grade Sa 2½
Primer paint shall be Zinc Silicate of approved brand. Dry film thickness of each primer
coat shall be 15-25 µm.
3.3 Cleaning
Removal of impurity
Impurity Removal
a) Dust, Loose deposits Vacuum cleaning, brushing
b) Adhesive deposits Power brushing
c) Oils, greasy impurities Wet Blasting, Use of Detergent Additives by
agreement
d) Salt deposits Rinsing
e) Markings (eg felt up pen) Organic solvents to manufacturer’s
specifications eg Trichloro trifluoro ethane
and solvents containing acetone (renew
solvent and rag frequently)
Prior to galvanizing the surface preparation shall be done by acid pickling as per
SSPC-SP-08.
4.0 PROCESSING
4.1 General
Application Conditions
The primer shall be applied to properly prepared surfaces only. The specifications of
the coating material manufacturers shall be observed. The minimum temperature
shall be + 50C and the relative humidity shall not exceed 80%. The temperature of
the work piece shall be at least 30C above dew point.
4.2 Application Procedure
The primer shall be applied by means of brush or by spary. The top coats shall be
applied by means of brush, roller or spray.
4.3 Touching Up
Before each layer is applied, previous coating shall be touched up where necessary
by way of rust removal and cleaning according coating manufacturers specification.
The final top shall be reapplies completely.
Moving parts of machines (e.g stems, shafts, sliding and locating bearings),
nameplates, instruments and sealing surface shall not be coated. Welds shall be left
free of coating upto a distance of 30 mm on each side of the weld edge until erection
and weld examinations, if any, have been completed.
The pill off stress determined using the pull off test method for adhesion shall not be
less than 1.5 N/mm2, according to ISO 4624.
The coating surface shall have a uniform film thickness, shade and gloss and shall
be free from inclusions, sags and wrinkles.
The colour and gloss of top coats shall be in accordance with sub clause suggested
colour codes for painting (Sub Clause 6.8 )
(i) All steel structures shall receive two primer coats and two sandwich coat of MIO
Epoxy paint and one finish coat of painting. First coat of primer shall be given in
shop after fabrication before dispatch to erection site after surface preparation as
described below. The second coat of primer shall be applied after erection and
final alignment of the erected structures. Two intermediate coats and one finished
coat shall also be applied after erection.
(ii) Steel surface which is to be painted shall be cleaned of dust and grease and the
heavier layers of rust shall be removed by chipping prior to actual surface
preparation. The surface shall be abrasive blasted as explained in clause 3.1 to
Sa 2½ finish as per SIS05-5900. Primer paint shall be Zinc Silicate of approved
brand. Dry film thickness of each primer shall be 60 microns.
(iii) Two intermediate MIO Epoxy paint, and one top polyurethane coating of
approved brand shall be applied. Dry film thickness of each intermediate coat
shall be 90 microns and top polyurethane coating shall be 30 microns. The under
coat and finish coat shall be of different tint to distinguish the same from finish
paint. The total dry film thickness shall be 330 microns. All paints shall be of
approved brand and shade as per owner’s requirement.
(iv) Joints to be site welded shall have weldable primer applied within 100 mm of
welding zone. Similarly where friction grip fasteners are to be used removable
anti corrosive coating shall be provided. On completion of the joint the surfaces
shall receive the paint as specified.
(v) Surfaces inaccessible after assembly shall receive two coats of primer prior to
assembly. Surfaces inaccessible after erection including top surfaces of floor
beams, supporting gratings or chequered plate shall receive one additional coat
of finish paint over the above number of coats specified before erection. Portion
of steel member embedded/ to be encased in concrete shall not be painted.
Gratings and step threads shall be cleared by acid pickling as per SSPC-SP-08
The repair of damages coatings shall be done as per the recommended practice
ASTM A780.
At Works
Surface Preparation
Prime Coat
Two (2) layers of Zinc phosphate epoxy, total dry fim thickness 75µm.
At Site
Thorough cleaning to remove oil, grease, dirt and any other contaminants.
Derusting of all mechanical damages according to SIS 055900 Grade ST3. Touch
up with dry film thickness 50 µm.
Finish Coat
Remarks
Surface Preparation
Prime Coat
Two (2) layers of Zinc phosphate epoxy, total dry fim thickness 75µm.
Intermediate Coat
One (1) layer 2 pack high build epoxy polyamide MIO, DFT 100µm.
Finish Coat
(a) Parts exposed to temperatures above 1200C, upto 2000C, not insulated
(i) At Works
Surface Preparation
Prime Coat
(ii) At Site
Pretreatment
Intermediate Coat
Final Coat
(b) Parts exposed to temperatures above 2000C, upto 4000C, not insulated
(i) At Works
Surface Preparation
Prime Coat
(ii) At Site
Pretreatment
At Works
Surface Preparation
Prime Coat
Surface Preparation
Temporary Primer
Varnish
(i) At Works
Surface Preparation
Prime Coat
Two layers of Zinc phosphate primer, total dry fim thickness 75µm.
(ii) At Site
Pretreatment
Intermediate Coat
Finish Coat
Pretreatment
Coat
4 coats 2 pack coal tar epoxy, dry film thickness 125 µm each.
Internal surfaces
(ii) Two (2) coats of epoxy primer coats. The minimum DFT of each coat shall
be 35 microns.
(iii) Finish coat-Two (2) coats of high build epoxy paint. The minimum DFT of
each coat shall be 35 microns.
Note : All steel pipes carrying sea water shall be internally coated with
corrocoat/ polyurea coating having thickness 1500 DFT.
Tests to be carried out after application : Bond/ Adhesion test, Holiday test
External surfaces
(ii) Coal tar primer compatible with coal tar enamel grade. The number of coats
shall be two with a DFT of 35 microns each.
(iii) Coal tar enamel shall be applied. A single spiral inner wrap of glass fibre
tissues shall be applied overlapping at least 25 mm ensuring impregnation of
glass fibre tissues in the first coat. The second coat of enamel and second
outer wrap of glass fibre felt, Type – I to IS: 7193-1974 will be applied in the
same way confirming to Table – 10 of IS – 10221 – 1982.
The total thickness of the coating will not be less than 4.0 mm
(iv) Alternatively Wrapping with coal tar based anticorrosion tape conforming to
IS 15337: 2003 is also acceptable in lieu of s.no. (iii) above. Wrapping
thickness shall be 4.0 mm.
Tests to be carried out after application : Bond/ Adhesion test, Holiday test
Internal surfaces
(ii) Two (2) coats of epoxy primer coats. The minimum DFT of each coat shall
be 35 microns.
(iii) Finish coat-Two (2) coats of high build epoxy paint. The minimum DFT of
each coat shall be 35 microns.
Note : All steel pipes carrying sea water shall be internally coated with
corrocoat/ polyurea coating having thickness 1500 DFT.
External surfaces
(ii) Two (2) coats of epoxy primer coats. The minimum DFT of each coat shall
be 35 microns.
(iii) Finish coat-Two (2) coats of high build epoxy paint. The minimum DFT of
each coat shall be 35 microns.
Industrial deionised, demineralised and potable water upto 600C pH range 4.5-9.5
Prime Coat
Two layers of Zinc phosphate epoxy primer, total dry fim thickness >75µm.
Pretreatment
Intermediate Coat
Finish Coat
In case of service or potable water tanks, the coating material selected shall not
taint the water. The paint system shall confirm to regulations issued by Food &
drug administration/ National Public Health service/ AWWA/ OSHA and comply
with applicable laws, regulations, ordinances etc. of the local authority, state or
the nation pertains to work.
Pretreatment
Rubber Lining
6.7.1 All the steel work shall be thoroughly cleaned of rust, scale, oil, grease, dirt and
swarf by pickling, emulsion cleaning etc. The sheet steel shall be phosphate/
oven dried and then painted with two coats of zinc rich primer paint. After
application of the primer, two coats of finishing epoxy paint shall be applied. The
colour of the finishing coats inside shall be glossy white and exterior of the
treated sheet steel shall be shade 631 of IS-5/ RAL 7032 for all switchboard/
MCC/ Distribution boards, control panels etc.
6.7.2 All electrical equipment shall be given tropical and fungicidal treatment and
outdoor equipment shall be provided with rain hood to prevent entry of rain water
into the equipment.
6.7.3 Painting of I & C equipment : Epoxy coating required for all I & C equipment.
2. Where band colour is specified, same shall be provided at 30 meter intervals on long
uninterrupted lines and also adjacent to valves and junctions.
Bidder shall furnish his painting specification to suit corrosive atmosphere of coastal
area along with the bid. The specification shall in general be in line with the above
requirements.
3. Bidder shall provide one final coat additionally of same DFT as specified in SECTION C1
- E (painting specification) of tender specification at site after completion of erection of each
equipment / item. Bidder to adhere the same.
SECTION C1 – F
DATASHEET A
DATASHEET –A
1.0 DESCRIPTION OF TURBO GENERATOR UNIT (TG) FOR WHICH CONDENSATE POLISHING IS TO BE
PROVIDED :
(i) No. of units Two (2)
(ii) Capacity of each unit 660 MW
(iii) Total flow in all the service vessels of each units 1548.8 Tons/hr (VWO, 1% Make Up condition) &1581.5
Tons/hr (for All HP heaters out condition)
2.0 CONDENSATE POLISHER SERVICE VESSELS PER UNIT :
(i) No. of condensate polisher Three (3X50%)
service vessel
(ii) Capacity of each 50% of total condensate flow per unit
condensate polisher
service vessel
(iii) Flow through each 790.75 Tones per hour
condensate polisher
service vessel per unit
(iv) Operating pressure of each 30 kg/cm2 (a)
condensate polisher
service vessel
(v) Design pressure of each 47 kg/cm2 (a)
condensate polisher
service vessel
(vi) Design code of each ASME Sec VIII div 1 Ed-2010/ IS 2825 as applicable
condensate polisher
service vessel
(vii) Working Temp. 55 0 C
(viii) Design temperature of
service vessel, its internals 65 0 C
and accessories
(ix) Type of vessels Vertical (Spherical)
(x) Material of construction
Shell Carbon steel plates to SA 516 Gr. 70
(xi) Inside protection Inside lined with Natural Rubber [4.5 mm thick in (3) layers]
(v) Material of construction
(vii) Design code ASME Sec VIII div 1 Ed-2010/ IS 2825 as applicable
b. CATION RESIN
REGENERATION VESSEL
(i) Number One (1) no. vessel common for 2 x 660 MW Units
(ii) Design Temperature 600C
(iii) Minimum Design Pressure 10 Kg/cm2 (g)
(iv) Type Vertical (Cylindrical)
(v) Material of construction
(vii) Design code ASME Sec VIII div 1 Ed-2010/ IS 2825 as applicable
c. MIXED RESIN STORAGE
VESSEL
(i) Number One (1) no. vessel common for 2 x 660 MW Units
(ii) Design Temperature 600C
(iii) Minimum Design Pressure 10 Kg/cm2 (g)
(iv) Type Vertical (Cylindrical)
(v) Material of construction
(vii) Design code ASME Sec VIII div 1 Ed-2010/ IS 2825 as applicable
d. Resin traps at the common SS with SS 316 Internals
outlet header of regeneration
vessels
e. Accessories Operating platforms, ladders, supports, lifting lugs (4 nos. minimum),
handhold (1 no. of 150mm dia) & manhole (Minimum-2 nos. of 500mm
dia) etc. For each vessel shall be provided.
The vessels indicated against sr. no. a, b and c above is for reference only. Please note that number and
type of regeneration vessels shall be as per supplier recommendation only.
3.2 BULK ACID AND ALKALI STORAGE TANKS
(i) CHEMICAL TANKS ACID STORAGE TANKS ALKALI STORAGE TANKS
(ii) Number required Two (2) Two (2)
(iii) Design code -------------------As per BS-2594 or equivalent---------------------
(iv) Dimensions (diameter, length -------------------As per BS-2594 or equivalent---------------------
& thickness)
(v) Location ---------------------------------------Outdoor----------------------------------
(vi) Useful capacity (each) 30 m3 20 m3
(vii) Type and Pressure class --Horizontal cylindrical with dished (torishpherical) ends, atmospheric,
above ground--
(viii) Material of construction FRP ----------------Carbon steel (IS 2062
Gr A/B) with rubber lining inside ---
--------
(ix) Protection – Inside ------- 4.5 mm thk rubber lining (in three
layers 1.5 mm each)
(x) Protection – Outside ------- Chlorinated rubber paint DFT 500
microns.
(xi) Concentration 30 -33 % HCl 48 % NaOH
(xii) Accessories Vent, overflow, Drain, fume absorber, CO2 absorber ,seal pot, sample
connection ,spare connection ,Manhole etc.
(xiii) Pipe & flanges M.O.C. CPVC Sch.40
(xvi) Type of coupling between motor Flexible coupling
and pump
(xvii) MOC for piping, valves & fittings For valve -CPVC PN10,
in acid/alkali handling For piping, flanges & fittings –CPVC Sch. 40
b) CHEMICAL TANKS ALKALI MEASURING ALKALI ACID MEASURING
TANK PREPARATION TANK
TANK
(i) Number required One (1) One (1) Two (2)
(ii) Type -Vertical Cylindrical Atmospheric with dished bottom and cover at top -
(iii) Liquid to be handled NaOH NaOH HCL
(iv) Location ------------ To be designed for outdoor duty -----------
(v) Useful capacity (each tank) Adequate to hold 2 m3 Adequate to hold
quantity of alkali quantity of acid
required (48% NaOH) required (30-33%
for single regeneration HCL) for single
of a condensate polisher regeneration of a
mixed bed with 20% condensate polisher
overall margin. mixed bed with 20%
overall margin.
(vi) Material (Shell, Dished end & IS 2062 Gr A/B IS 2062 Gr A/B FRP
top cover)
(vii) Internal protection --------Rubber lined & ---------Rubber lined & Not Applicable
minimum 4.5 mm thick minimum 4.5 mm thick
in three layers ------- in three layers--------
(viii) External painting ---------Chlorinated ---------Chlorinated Not Applicable
Rubber Paint --------- Rubber Paint ------
(ix) Level indicator Provided Provided Provided
(x) Level transmitter per tank One (1) One (1) One (1)
(xi) Stirrer per tank Slow speed stirrer Slow speed stirrer Not Applicable
driven by motor drive driven by motor drive
and reduction gear. and reduction gear.
Speed of stirrer = 200 Speed of stirrer = 200
RPM Max. RPM Max.
(xii) MOC of Agitator SS – 316 SS – 316 Not Applicable
(xiii) Drive motor of stirrer Energy Efficient – 1 as Energy Efficient – 1 as Not Applicable
per IS : 12615 per IS : 12615
(xiv) Dissolving Basket Provide (50-60 mesh Provide (50-60 mesh Not Applicable
B.S.) B.S.)
(xv) MOC of Basket SS – 316 SS – 316 Not Applicable
(xvi) Accessories Fume absorbers, carbon dioxide absorber, vent, overflow, drain
connection, overflow seal pot, sample connection, level transmitter,
operating platform, ladders, lifting lugs (4 Nos. minimum), hand hole etc.
Worm & worm wheel (if --------------Manganese Bronze -------------
applicable)
Connecting rod --------------Manganese Bronze -------------
Cross head guide --------------Bronze -------------
(v) Capacity & head Capable of meeting regeneration one cation /Anion unit (with 20%
margin); head as required (with 20% margin).
(vi) Accessories
Pressure/Pulsation Dampener One per pump One per pump
External safety relief valve (in Two (One per pump) Two (One per pump)
addition to inbuilt safety MOC -Polypropylene MOC- SS-316
valve)
MOC of safety relief valve Poly propylene SS-316
(vii) Pressure gauge ------------- One per pump with Teflon diaphragm seal --------------
(viii) Maximum pump stroke speed --------------------------------------- 100 --------------------------------
per minute
(ix) Accessories required for each Coupling guard, drain plug, vent valve, isolation valves, Y-type
pump strainers, pressure gauges, pulsation dampener etc.
(x) Drive motor of pump The drive motor of each pump will be Energy Efficient-1 as per IS :
12615
d) Density Meter Acid Alkali
Number One (1) at each mixing tee outlet One (1) at each mixing tee outlet
Type Density indicator (Hydrometer Density indicator (Hydrometer
type) type)
Indication Local Local
Location Diluted Acid line Diluted Alkali line
e) Flow Indicator
60 or 70.
(xi) Inside protection Inside lined with Natural Rubber [4.5 mm thick in (3) layers]
(xii) Design code ASME sec VIII div 1 ed.2010 / IS 2825 as applicable
(xiii)
Influent Distributor Material SS 316
(xiv)
Manhole Two (2) nos. minimum each of Davit type and 500 mm dia.
(xv)
Sight Windows One (1) no. in backwash space
(xvi)
Hand hole One (1) no. of 150 mm dia for removal of activated carbon
(xvii) Accessories Operating platforms, ladders, supports, lifting lugs (4 nos. minimum) etc.
3.6 ALKALI DILLUENT WATER HEATING TANK (HOT WATER TANK)
(i) Number One (1)
(ii) Type/Capacity Vertical Cylindrical with dished end with Electric heater / 120% of water
required for regeneration.
(iii) Electric heater Qty. 2 nos. Electric heater (2X50%)
(iv) Temperature of alkali to be To obtain temp. from 15OC of 50OC at alkali mixing feed out let within 5
heated hours.
(v) Design Pressure Design pressure shall be the maximum expected pressure to which the
vessel may be subjected plus 5% extra margin. Maximum expected pressure
for vessels placed in the discharge line of pumps shall be based on the shut-
off head of the pumps plus static head at pump suction or 10 kg/cm2 (g)
whichever is maximum
(vi) Material of construction
Shell & dished end SS-304 adequately insulated
(vii) Design code ASME sec VIII div 1 ed.2010 / IS 2825 as applicable
(viii) Temperature gauge, To be provided by the bidder (as per P&ID)
Temp. transmitters
(ix) Burn out protection To be provided by the bidder
(x) Accessories Manhole, vent, drain, sample connection, level transmitter, level gauges -
2 nos. (minimum),operating platform, ladders, lifting lugs (4 Nos.
minimum) etc.
3.7 CPU REGENERATION CUM RESIN TRANSFER PUMPS
(i) Number Two (2x100%) nos. (1W+1S)
(ii) Type Horizontal, centrifugal
(iii) Operation Intermittent
(iv) Liquid to be handled DM Water
(v) Capacity & head As required (with 20% margin)
(vi) Suction condition Flooded
(vii) Material of construction
Casing & impeller SS 316/ ASTM A 351 CF 8M
Shaft SS 410
Wearing rings As per manufacturer’s Standard
Shaft sleeve material SS 410
(viii) Packing seal Mechanical type
(ix) Mechanical Seal To be Provided by bidder
(x) Pump Speed Maximum 1500 rpm
(xi) Pressure gauge One for each pump with Teflon diaphragm seal
(xii) Pressure dampener One number per pump
(xiii) Recirculation line with Provided
motor actuated butterfly
valve
(xiv) Accessories required for Coupling guard, drain plug, vent valve, isolation valves, Y-type strainers,
each pump pressure gauges, pulsation dampener
(xv) Drive motor The drive motor of each Pump will be Energy Efficient -1as per IS
12615.
3.8 AIR-BLOWERS FOR RESIN MIXING (REGENERATION AREA)
(i) Number Two (2x100%)
(ii) Type Centrifugal/Twin lobe type, oil free, positive displacement
(iii) Location Indoor
(iv) Duty Intermittent
(v) Capacity and head As required
(vi) Noise Level 80 dB (A) Max. at one meter
(vii) Pressure gauge One per blower
(viii) Material of construction Casing – Cast Iron GR FG 260 to IS 210
Lobe – Cast Iron GR FG 260 to IS 210
Shaft – Carbon Steel to EN 8
(ix) Drive motor The drive motor of each air blower will be Energy Efficient-1 as per IS
12615.
4.0 NEUTRALISING SYSTEM
4.1 NEUTRALIZATION PIT
(i) Number One (1) no. Pit with two (2) compartments ,common for 2 x 660 MW Units
(ii) Type Necessary air grid arrangement of polypropylene construction shall be
provided in each compartment for effective neutralization of the waste effluent
for air agitation & venturi mixing
(iii) Material of Construction RCC with acid / alkali proof lining bricks
(iv) No. of compartments Two compartments
(v) Capacity of each Adequate to hold 1.5 X quantity of waste effluent generated during single
compartment regeneration of Condensate Polisher Mixed Beds + 1.2 X DM plant waste
generation during RO-DM plant for one regeneration (170 M3)
4.2 NEUTRALIZATION PIT DISPOSAL PUMPS
(i) Number Two nos. (1 working + 1 Standby)
(ii) Type Horizontal, Centrifugal Single stage with priming system
(iii) Capacity & head One section of the neutralization pit in 2 hours (capacity not less than 80
m3/hr) & head as per system requirement.
(iv) Duty Intermittent
(v) Number of priming Two
chamber & tank
(vi) Suction condition Suction from priming chamber / submerged (suction from pit)
(vii) Pump Speed 1450 rpm
(viii) Drive motor Induction motor 415V, 3 phase 50Hz, TEFC
(ix) Suction condition Negative, with priming chamber
(x) Material of Construction
Casing 2.5% Ni Cast Iron IS210 Gr. FG
Impeller Stainless Steel CF 8M
Shaft SS-304/SS-316/SS-410
Shaft coupling SS-316
Shaft sleeve SS-316
4.3 CHEMICAL TANKS FOR ALKALI MEASURING TANK ACID MEASURING TANK
N PIT
(i) Number required One (1) One (1)
(ii) Type ----------------------------Vertical Cylindrical Atmospheric--------------------
(iii) Useful capacity Suitable to meet the requirement for Suitable to meet the requirement for
neutralisation of excess acid/alkali neutralisation of excess acid/alkali
present in the regeneration waste present in the regeneration waste
effluent from CPU & RO- DM plant + effluent from CPU & RO- DM plant +
20% margin 20% margin
(iv) Material (Shell, Dished end IS 2062 Gr A/B FRP
& top cover)
Internal protection --------Rubber lined & minimum 4.5 Not Applicable
mm thick in three layers -------
External painting ---------Chlorinated Rubber Paint ------ Not Applicable
---
(v) Level indicator Provided Provided
(vi) Level transmitter per tank One (1) One (1)
(vii) Stirrer per tank Slow speed stirrer driven by motor Not Applicable
drive and reduction gear. Speed of
stirrer = 200 RPM Max.
(viii) MOC of Agitator SS – 316 Not Applicable
(ix) Drive motor of stirrer Energy Efficient – 1 as per IS : 12615 Not Applicable
(x) Dissolving Basket Provide (50-60 mesh B.S.) Not Applicable
(xi) MOC of Basket SS – 316 Not Applicable
(xii) Accessories Fume absorbers, carbon dioxide absorber, hand hole, vent, drain, sample
connection, level transmitter, operating platform, ladders, lifting lugs (4
Nos. minimum) etc.
5.0 PIPING & VALVES
(i) Resin Transfer piping ASTM A 312 Gr. TP 304 Sch 40 Minimum pipe Size : NB80
(full Port Ball Valves) Velocity : 2-3 m/s
(ii) DM water line ASTM A 312 Gr. TP 304 Sch 40
(iii) Piping-Service vessel Piping-ASTM A 106 Gr C
Inlet Ball Valves – SS-(CF8M )
BFV – ASTM A 216 Gr. WCB- Body
SS-(CF8M) - disc.
(iv) Piping-Service vessel Piping – ASTMA 106 Gr. C
Outlet BFV – SS-(CF8M) - Body & disc both.
Ball Valves – SS-(CF8M)
(v) Service vessel bypass Piping – ASTMA 106 Gr. C
piping (Butterfly Valves ) BFV – ASTM A 216 Gr. WCB – body
CF8M -Disc
(vi) Service vessel rinse CS to ASTM A 106 Gr. C
piping
(vii) Effluent Transfer Piping Piping, & Fittings shall be CPVC Sch. 40 only & valves shall be PN 10
rating.
(viii) Acid & Alkali All piping, Valves & Fittings in regeneration area shall be CPVC Sch. 40
Regeneration piping only & valves shall be PN 10 rating.
(Diaphragm Valves)
(ix) Acid / Alkali Transfer All piping, Valves & Fittings in regeneration area shall be CPVC Sch. 40
piping (Diaphragm only & valves shall be PN 10 rating.
Valves)
(x) Instrument Air piping IS 1239 (Heavy Grade) Galvanized.
(Full Port Ball Valves)
6.0 VALVES
(i) BUTTERFLY VALVES Butterfly valves shall be of double flanged type of low leakage rate
confirming to AWWA-C-504 class 300 (min.) or EN593/ BS:5155 PN
10 (min.)
Condensate polishing plant outlet butterfly valves shall be of stainless
steel construction, SS-316 (for body, disc and shaft).
Condensate polishing plant inlet butterfly valves shall be of Carbon Steel
construction (Body & Disc-CF8M/SS-316 Respectively).
All the butterfly valves shall be provided with Hand wheel or lever as per
the requirements.
For larger sizes i.e. 150 NB and above. Valve provided with motorized or
pneumatic actuator shall be provided with a hand wheel for manual
operation.
All the valves shall be equipped with adjustable mechanical stop-limiting
devices to prevent over travel of the valve disc in the open and closed
positions. The valve operators (Hand wheel or Gear reduction unit or
Motor actuator etc.) shall be designed as per relevant International
Standard.
All the butterfly valves shall be provided with an indicator to show the
position of the disc. Flanges shall conform to ANSI B 16.5 CI.300 (min.)
used for Service vessel area.
Butterfly valves of the bypass line of service vessels shall be double
flanged type.
(ii) ECCENTRIC PLUG These valves shall be used for resin transfer line. These valves shall be
VALVE / BALL flanged type and of SS 316 construction.
VALVE
(iii) DIAPHRAGM VALVE The Diaphragm shall conform to following requirement for DM water
application :
i) Design standard: BS: 5156 or equivalent of required rating / class.
(Minimum rating of valves shall be PN 10).
ii) Type : Flanged and lined body ends, sealed bonnet, weir pattern, tight
shut off type
iii) Material of Construction
a)Body, Bonnet : Cast iron IS 210 Gr. FG 260 or equivalent or Cast steel
ASTM A-216 Gr. WCB
b) Body lining : Soft natural rubber(Neoprene), ebonite, Polypropylene
c) Hand wheel : Cast Iron
d) Compressor : Stainless Steel
e) Stem and Bush : Stainless Steel
For Acid and Alkali services the valve shall be CPVC PN10/Sch 40 only.
7.0 FLANGES
(iv) Feed water / Condensate ASTM 105
(v) DM water ASTM A105 rubber lined (for NB 65 mm to 150 mm)
ASTM A 182 F 304 (for NB 50 mm and below)
(vi) Instrument Air ASTM A 105 galvanized
*******************
SECTION – C2
1.1 Scope for supply, and erection & commissioning of various equipment forming part of electrical system for this
package shall be as per Annexure–I to Section – C [Scope of Work (Electrical)].
1.2 Make of various equipment/ items in the scope of bidder shall be to approval of owner during detailed
engineering stage without any commercial implications.
1.3 Bidder shall furnish all AC as well as DC loads required for the system at different voltage levels (eg. 415V
AC, 240 V AC, 220 V DC etc.) of all types, such as motor feeders, supply feeders in PEM format along with
the offer.
1.4 All electrical equipment shall be suitable for the power supplies, fault levels and climatic conditions indicated
in project information enclosed with the specification.
1.5 All drawings, data sheets, Quality Plan, calculations, test reports, test certificates, etc. shall be submitted
during detailed engineering stage as per formats enclosed. The same shall be subject to approval without any
commercial implications.
1.6 Technical requirements shall be as per specifications listed in Clause 3.1, 3.2, 3.3, 3.4 & 3.5. In case of any
discrepancy between Customer specification and BHEL standard specification, Customer specification shall
prevail.
2.1 Bidder shall confirm total compliance to the electrical specification without any deviation from the technical/
quality assurance requirements stipulated. In line with this, the bidder as technical offer shall furnish two
signed and stamped copies of the following:
a) A copy of this sheet “Electrical Equipment Specification for AC System’ and sheet “Electrical Scope
between BHEL and Vendor” with bidder’s signature and company stamp.
b) List of Erection and Commissioning spares.
c) List of Erection & Maintenance tools & tackles.
d) Electrical load requirement in the load data format.
2.2 No technical submittal such as copies of data sheets, drawings, write-up, quality plans, type test certificates,
technical literature, etc., is required during tender stage. Any such submission even if made, shall not be
considered as part of offer
1 415V MCC BHEL BHEL 240 V AC (supply feeder)/415 V AC (3 PHASE 4 WIRE) supply shall be
provided by BHEL based on load data provided by vendor at contract
stage for all equipment supplied by vendor as part of contract. Any other
voltage level (AC/DC) required will be derived by the vendor.
2 Local Push Button Station (for motors) BHEL BHEL Located near the motor.
3 Power cables, control cables and screened control cables 1. For 3.b) & c): Sizes of cables required shall be informed by vendor at
for contract stage (based on inputs provided by BHEL) in the form of cable
a) both end equipment in BHEL’s scope BHEL BHEL listing. Finalisation of cable sizes shall be done by BHEL. Vendor shall
b) both end equipment in vendor’s scope BHEL Vendor provide lugs & glands accordingly.
c) one end equipment in vendor’s scope BHEL BHEL 2. Termination at BHEL equipment terminals by BHEL.
3. Termination at Vendor equipment terminals by Vendor.
4 Junction box for control & instrumentation cable Vendor Vendor Number of Junction Boxes shall be sufficient and positioned in the field to
minimize local cabling ( max 10-12 mtrs) and trunk cable.
5 Any special type of cable like compensating, co-axial, Vendor Vendor Refer C&I portion of specification for scope of fibre Optical cables if used
prefab, MICC, optical fibre etc. between PLC/ microprocessor & DCS.
6 Cable trays, accessories & cable trays supporting system BHEL BHEL Local cabling from nearby main route cable tray (BHEL scope) to
equipment terminal (vendor’s scope) shall be through 100/ 50 mm. cable
100/ 50 mm cable trays/ Conduits/ Galvanised steel cable Vendor Vendor trays/ conduits/ Galvanised steel cable troughs, as per approved layout
troughs for local cabling drawing during contract stage.
7 Cable glands ,lugs and bimetallic strip for equipment Vendor Vendor 1. Double compression Ni-Cr plated brass cable glands
supplied by Vendor 2. Solder less crimping type heavy duty tinned copper lugs for power and
control cables.
8 Conduit and conduit accessories for cabling between Vendor Vendor Conduits shall be medium duty, hot dip galvanised cold rolled mild steel
equipment supplied by vendor rigid conduit as per IS: 9537.
9 Lighting BHEL BHEL
10 Equipment grounding (including electronic earthing) & BHEL BHEL Refer note no. 4 for electronic earthing
Page 1 of 3
lightning protection
11 Below grade grounding BHEL BHEL
12 LT Motors with base plate and foundation hardware Vendor Vendor Makes shall be subject to customer/ BHEL approval at contract stage.
13 Mandatory spares Vendor - Vendor to quote as per specification.
14 Recommended O & M spares Vendor - As specified elsewhere in specification
15 Any other equipment/ material/ service required for Vendor Vendor
completeness of system based on system offered by the
vendor (to ensure trouble free and efficient operation of
the system).
16 a) Input cable schedules (Control & Screened Control Vendor - Cable listing for Control and Instrumentation Cable and electronic earthing
Cables) cable in enclosed excel format shall be submitted by vendor during
b) Cable interconnection details for above Vendor - detailed engineering stage.
c) Cable block diagram Vendor -
17 Electrical Equipment & cable tray layout drawings Vendor - For ensuring cabling requirements are met, vendor shall furnish Electrical
equipment layout & cable tray layout drawings (both in print form as well
as in AUTOCAD) of the complete plant (including electrical area) indicating
location and identification of all equipment requiring cabling, and shall
incorporate cable trays routing details marked on the drawing as per PEM
interface comments. Cabling arrangement of the same (wherever
overhead cable trays, trenches, cable ducts, conduits etc.) shall be
decided during contract stage. Electrical equipment layout & cable tray
layout drawing shall be subjected to BHEL/ customer approval without any
commercial implications to BHEL.
NOTES:
1. Make of all electrical equipment/ items supplied shall be reputed make & shall be subject to approval of BHEL/customer after award of contract.
2. All QPs shall be subject to approval of BHEL/customer after award of contract without any commercial implication.
Page 2 of 3
Page 3 of 3
3 Cabling material (cable trays, accessories, cable tray supporting Vendor Vendor
system, conduits etc).
4 Equipment Earthing Vendor Vendor All equipment metallic enclosures / frames, metal
structure etc. shall be grounded at two points each to the
nearest grounding points / risers provided by BHEL.
5 Motors Vendor Vendor
6 Cable glands and lugs for equipment supplied by vendor Vendor Vendor 1. Double compression Ni-Cr plated brass cable
glands
2. Solder less crimping type heavy duty tinned
copper lugs for power & control cables.
7 a) Input cable schedules (C & I) Vendor - Cable listing for Control and Instrumentation Cable in
b) Cable interconnection details for above Vendor - enclosed excel format shall be submitted by vendor
c) Cable block diagram Vendor - during detailed engineering stage.
8 Equipment layout drawings Vendor -
9 Electrical Equipment GA drawing Vendor - For necessary interface review.
CHAPTER – 12
MOTORS
1.00.02 Transient voltage dip on starting of the largest motor with DOL shall be limited to 20%
of the nominal system voltage at the voltage terminals.
1.00.03 Rating
The motor rating shall be arrived at considering 15% margin over the duty point
input or 10% over the maximum demand of the driven equipment, whichever is
higher, considering highest system frequency.
All motors shall be continuously rated (S1 duty). However, crane motors shall be
rated for S4 duty, 40% cyclic duration factor.
Whenever the basis for motor ratings are not specified in the corresponding
mechanical specification sub-sections, maximum continuous motor ratings shall be at
least 10% above the maximum load demand of the driven equipment under entire
operating range including voltage and frequency variations.
1.00.04 Starting Voltage requirement for all motors (except mill motors):
1. 85 % of rated voltage for motors up to 1000 kW
2. 80 % of rated voltage for above 1000 kW and up to 4000 kW
3. 75 % of rated voltage for above 4000 kW
1.01.00 Contractor shall provide fully compatible electrical system, equipments, accessories
and services.
1.02.00 All the equipment, material and systems shall, in general, conform to the latest edition
of relevant National and international Codes & Standards, especially the Indian
Statutory Regulations.
1.04.00 All LV motors above 10 kW with S1 duty shall be compulsorily of Energy efficient
level IE 2 as per IS 12615: 2011.
1.05.00 The responsibility of coordination with electrical agencies and obtaining all necessary
clearances shall be of the contractor.
1.06.00 Type
AC Motors:
(a.) Squirrel cage induction motor suitable for direct-on-line starting.
(b.) Crane duty motors shall be slip ring type induction motor
DC Motors
Water cooled
i) Indoor motors – IP 54
2.01.00 All motors shall confirm to the latest editions including all applicable amendment of
relevant IS, IEC and CBIP standards/Publications. In case any other standard is
followed that ensures equal or better quality, may be accepted. However the English
version of the Standard adopted shall be submitted.
2.02.00 Major Standards, which shall be followed, are listed below. Any other applicable
Indian standards for any component part even if not covered in the list shall also be
followed
3.01.01 For motors with starting time up to 20 secs at minimum permissible voltage during
starting, the locked rotor withstand time under hot condition at highest voltage limit
shall be at least 2.5 secs more than starting time .
3.01.02 For motors with starting time more than 20 secs and up to 45 secs at minimum
permissible voltage during starting, the locked rotor withstand time under hot
condition at highest voltage limit shall be at least 5 secs more than starting time.
3.01.03 For motors with starting time more than 45 secs at minimum permissible voltage
during starting, the locked rotor withstand time under hot condition at highest voltage
limit shall be more than starting time by at least 10% of the starting time.
3.01.04 Speed switches mounted on the motor shaft shall be provided in cases where above
requirements are not met.
3.01.05 Motors shall be capable of restarting under full load after a momentary loss of voltage
with the possibility of 150 % nominal voltage during fast bus transfer.
3.02.01 Accelerating torque at any speed with the lowest permissible starting voltage shall be
at least 10% motor full load torque.
3.02.02 Pull out torque at rated voltage shall not be less than 205% of full load torque. It shall
be 275% for crane duty motors.
4.00.01 Suitable single phase space heaters shall be provided on motors rated 30 kW and
above to maintain windings in dry condition when motor is standstill. Separate
terminal box for space heaters & RTDs shall be provided.
4.00.02 All motors shall be suitable for direct on line starting through any type of breaker.
L All motors shall be either totally enclosed fan cooled (TEFC) or totally enclosed
tube ventilated (TETV) or Closed air circuit air cooled (CACA) type. However, motors
rated 3000KW or above can be Closed air circuit water cooled (CACW). CW motors
can be screen protected drip proof (SPDP) type. Motors located in hazardous areas
shall have flame proof enclosures conforming to IS: 2148 as detailed below
(b) Starting duty : Two hot starts in succession, with motor initially
at normal running temperature
(c) 11 kV / 3.3 kV : Class F: with winding temperature rise limited to
AC motors class B. They shall withstand 1.2/50 micro sec
switching surges of 4U+5 KV (U=Line voltage in
KV). The coil inter-turn insulation shall be
suitable for 0.3/3 micro sec. surge of 32 KVp
and 12 kVp for 11 kV ad 3.3 kV system
respectively followed by 1 min power frequency
high voltage test of appropriate voltage on inter
turn insulation.
(d) 415V AC & : Class ‘F’ with temperature rise limited to class
220V DC ‘B’
motors
4.00.04 Motors rated above 1000 kW shall have insulated bearings to prevent flow of shaft
currents.
4.00.05 Motors with heat exchangers shall have dial type thermometer with adjustable alarm
contacts to indicate inlet and outlet primary air temperature.
4.00.06 Noise level and vibration shall be limited within the limits prescribed in IS: 12065 & IS:
12075 respectively. Motors shall withstand vibrations produced by driven equipment.
4.00.07 In MV/HV motors, 12 nos. simplex or 6 nos. duplex RTDs (two per phase), each
having D.C. resistance of 100 ohms at 0°C, embedded in the stator winding at
locations where highest temperatures may be expected, shall be provided. The
material of the ETD’s shall be platinum. Each bearing shall be provided with dial type
thermometer with adjustable alarm contact and resistance type temperature detector.
All HV motors shall be provided with shaft grounding rings for bearing protection and
earthing shaft current.
4.00.08 MV/HV motors shall also be capable of satisfactory operation at full load at a
supply voltage of 80% of the rated voltage and shall be capable of either two starts
in quick succession with third start after 5 minutes in cold condition or two starts at
15 minutes intervals in hot condition, both cases with voltage and frequency
variation within specified limits.
4.00.09 Locked rotor current of the MV motors shall be limited to 600% (subject to IS
tolerance) of the full load current of the motors and f o r H V motor shall be
limited to 450% (inclusive of IS tolerance) of full load current of the motor.
Locked rotor current of the LV motor shall not exceed 600% of full load current
inclusive of IS tolerance.
4.00.10 MV Motors shall be provided with differential protection. These motors shall be
provided with star connected stator windings. The 3 nos. current transformers, one
for each phase shall be mounted in a separate compartment in the neutral
side terminal box. The three phases shall be connected to form the star point
after they pass through the CTs. These differential protection CTs shall be supplied
loose by 11/ 3.3 kV switchgear manufacturer.
4.00.11 Motor body shall be grounded at two earthing points on opposite sides with two
separate and distinct grounding pads complete with tapped holes, GI bolts and
washers.
4.00.12 HV motors can be offered with either elastimould termination or dust tight phase
separated double walled (metallic as well as insulated barrier) cable boxes. In case
elastimould terminations are offered, then protective cover and trifurcating sleeves
shall also be provided. Removable gland plates of thickness 3 mm (hot/cold rolled
sheet steel) or 4 mm (non magnetic material for single core cables) shall be provided
in case of cable boxes.
4.00.13 All motors shall be so designed that maximum inrush currents and locked rotor and
pullout torque developed by them at extreme voltage and frequency variations do not
endanger the motor and driven equipment.
4.00.14 The motors shall be suitable for bus transfer schemes provided on the 11 kV, 3.3
kV/415V systems without any injurious effect on its life.
4.00.16 For motors rated 1000 KW & above, neutral current transformers of PS class shall be
provided on each phase in a separate neutral terminal box.
4.00.17 All motors shall be provided with an emergency stop push button near the motor as
per the Indian Statutory regulations.
4.00.18 The motor terminal box shall be suitable for withstanding the maximum system fault
current for a duration of at least 0.25 seconds.
4.00.20 Motors shall be designed to easy access for drilling holes through motor feed of
mounting flange for installation of dowel pins after assembly of the motor and driven
equipment.
4.00.21 Well spacious working platforms shall be provided around the motor area for carrying
out maintenance & testing works. Platform shall be minimum of 300 mm below the
level of motor base plate.
4.00.22 Flow switches shall be provided for monitoring oil flow of forced lubrication bearings,
if used. Alarm switch contact rating shall be minimum 0.5 A at 220 V DC and 10 A at
230 V AC.
4.00.23 For bearing temperature measurement, duplex RTDs shall be provided for each
bearing and shall be wired up to the terminal box..
4.00.24 Lube oil pressure transmitters shall be provided to DCS for remote monitoring. Lube
oil pressure very low trip to HV equipment shall be 2 out of 3 logic.
4.00.25 Capillary type temperature gauge cum switch shall be provided for DE / NDE of HV
Motors
4.00.26 Motors with CACA/CACW heat exchangers shall have dial type thermometer with
adjustable alarm contacts to indicate the following:
-Hot and cold air temperatures of the closed air circuit for CACA motors.
-Hot and cold, air and water temperatures for CACW motors.
The Alarm switch contact rating shall be minimum 0.5 A at 220 V DC and 10 A at 230
V AC.
Motor weighing 25 kg or more shall be provided with eye bolt or other adequate
provision for shifting. Electrical hoists shall be provided for motors above 1000 kgs for
maintenance of the same.
4.00.28 DC MOTORS
system shall be unearthed. Starting current of the DC motors shall be limited to 200%
of the full load current of the motor, and is subject to IS tolerance. DC Motors shall be
similar to AC Motors with respect to other features like enclosure type, cooling and
class of insulation
4.00.30 Painting
Motor including fan shall be painted with corrosion proof paints of colour shade
Siemens grey (RAL 7032).
The LPBS shall be installed near the motors to be controlled. Individual channel
supports shall be used for each LPBS. These shall be installed as per approved
erection detail drawing. LPBS for hazardous areas shall be CMRS certified and CCE
approved.
All LPBS shall have necessary canopies. Wiring of LPBS shall be checked before
giving control supply.
(a) No load saturation and loss curves up to approximately 115% of rated voltage
(c) Temperature rise test at rated conditions. During heat run test, bearing temp.,
winding temp., core temp., coolant flow and its temperature shall also be
measured. In case the temperature rise test is carried at load other than rated
load, specific approval for the test method and procedure is required to be
obtained. Wherever ETD's are provided, the temperature shall be measured by
ETD's also for the record purpose.
(d) Surge withstand test on the sample coil after placing it in stator core at (4U + 5
KV) and with at least five impulse of 1.2/50 micro sec. wave, for HV motors only,
where U is the line to line voltage in kV.
(e) Surge-withstand test with 0.3/3 micro sec. wave on each type of 3.3/11 kV motor
coils with at least five such impulses, followed by one minute power frequency
high voltage test on turn to turn insulation, after cutting the coil and bringing out
the turns suitably. The power frequency test voltage shall be decided during
detailed engineering.
6.01.01 Insulation resistance of 415V motors shall be measured between the winding of the
machine and its frame by means of a 500/1000V megger. A minimum value of 1 mega
ohm for 415V motors shall be considered a safe value. In case of lower I.R. Value, the
insulation value shall be brought up by any of the following methods as desired by the
Site Engineer:
6.01.03 3.3 kV motors shall be tested for insulation by 500/1000V megger and its value should
not be less than the safe minimum insulation of ≥ 20 MΩ resistance at 60 deg. C. In
case the insulation is low, the following method of drying has to be adopted:
a. By locking the motor so that it cannot rotate and then applying such a low
voltage to the stator terminals that full load current flows in the stator, keeping
the stator winding temperature below 90 deg. C. In this a close watch shall be
kept for any possible overheating and I.R. Values vs. temperature shall be
plotted and heating continued till I.R. Value becomes steady.
CONT.(C)/ INTT.(I)
VOLTAGE CODE*
FEEDER CODE**
ON FROM
STARTING TIME
BLOCK CABLE
MOTOR
CONT
MAX. BOARD REMA LOAD DATASHEE
RUNNING
T (Y/N)
DRG. No.
NAME CONT. NO. SIZE RKS No.
NOs CODE
PLATE DEMAND CODE
(MCR)
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21
ANNEXURE-II
NOTES: 1. COLUMN 1 TO 12 & 18 SHALL BE FILLED BY THE REQUISITIONER (ORIGINATING AGENCY); REMAINING COLUMNS ARE TO BE FILLED UP BY PEM (ELECTRICAL)/ CUSTOMER
2. ABBREVIATIONS : * VOLTAGE CODE (7):- (ac) A=11 KV, B=6.6 KV, C=3.3 KV, D=415 V, E=240 V (1 PH), F=110 V (cc): G=220 V, H=110 V, J=48 V, K=+24V, L=-24 V
: ** FEEDER CODE (8):- U=UNIDIRECTIONAL STARTER, B=BI-DIRECTIONAL STARTER, S=SUPPLY FEEDER, D=SUPPLY FEEDER (CONTACTER CONTROLLED)
JOB NO. 412 ORIGINATING AGENCY PEM (ELECTRICAL)
LOAD DATA PROJECT TITLE 2x660 MW ENNORE STPP NAME DATA FILLED UP ON
(ELECTRICAL) SYSTEM CPU SIGN. DATA ENTERED ON
DEPTT. / SECTION MAX SHEET 1 OF 1 REV. 00 DE’S SIGN. & DATE Page 226 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
CABLE SCHEDULE FORMAT
SECTION – C3
INSTRUMENTATION
&
SPECIFIC
TECHNICAL
REQUIREMENT
FOR
SPECIFICATION NO.:
SPECIFICATION FOR VOLUME
CONTROL & INSTRUMENTATION FOR AUX SUB SECTION
PACKAGES
REV. NO. DATE :
SHEET OF
GENERAL REQUIREMENT
1.0 Bidder shall provide complete and independent control & instrumentation system with all
accessories, auxiliaries and associated equipments for the safe, efficient and reliable operation of
auxiliary systems.
2.0 The quantity of instruments for auxiliary system shall be as per tender P &ID wherever provided
of the respective system as a minimum, for bidding purpose. However, Bidder shall also include
in his proposal all the instruments and devices that are needed for the completeness of the plant
auxiliary system/ equipment supplied by the bidder, even if the same is not specifically appearing
in the P & ID. During detail engineering if any additional instruments are required for safe &
reliable operation of plant, bidder shall supply the same without any price implication.
3.0 Measuring instruments/equipment and subsystems offered by the bidder shall be from reputed
experienced manufacturers of specified type and range of equipment, whose guaranteed and
trouble free operation has been proven. Further all the instruments shall be of proven reliability,
accuracy, and acceptable international standards and shall be subject to employer’s approval. All
instrumentation equipment and accessories under this specification shall be furnished as per
technical specification, ranges, makes/ numbers as approved by the employer’ during detail
engineering.
4.0 The necessary root valves, impulse piping, drain cocks, gauge-zeroing cocks, valve manifold and
all the other accessories required for mounting/ erection of these local instruments shall be
furnished, even if not specifically asked for, on as required basis. The contacts of equipment
mounted instruments; sensors, switches etc for external connection including spare contacts shall
be wired out to suitably located junction boxes.
5.0 The customer specification attached as Specific Technical Requirement will supercede the Data
sheets, if there is any mismatch.
Specific Technical Requirements (C&I):
The control of CPU shall be through PLC based control system having Redundant Hot
Stand by Processor. The operation and control philosophy of CPU has been
elaborated in separate section in the specification. The control & operation of CPU
service vessel area shall be done from 1 no. OWS (per unit). RPU (with Hot
Redundant Processor) shall be provided near service vessel area of each TG unit. For
control and operation of regeneration system, 2 No. of OWS (1 OWS & 1 OEWS) shall
be provided alongwith 1 No. A4 size B/W Laser jet in regeneration area. In addition
to the above, local control desk with coloured Mimic, Indicators, Ammeters, H.W.
Annunciator, P.B. and indication Lamps shall also be provided. Additional laptop shall
be provided with the CPU package.
1. The communication between PLC and Main plant DCS shall be OPC compliant
(Data Access 2.0) TCP/IP on Fibre Optic link. The communication link between
PLC and Main plant DCS shall be redundant. The necessary
hardware/software including LIU (Light Interface unit) at PLC end shall be in
Bidder’s scope. Repeaters if required for interfacing shall also be provided by
the bidder. For communication between main plant DCS and PLC, the PLC end
shall be considered as server and DCS shall be considered as client. For
details, please refer PLC Configuration Diagram.
2. PLC control system shall be time synchronized with the Master clock system
of the main plant to ensure uniform time indication throughout the Plant.
The required provision (IRIG‐B) shall be made by the bidder at the PLC end to
achieve the same.
3. Bidder to note that all type of hardwares & electronic modules like
controllers, I/O cards, communication modules and interface modules etc.
used in PLC shall be of same family and sourced/supplied from their
Principal’s works.
4. The software and hardware for offered PLC system shall be of latest version
and shall be upgradable. Bidder to ensure the availability of spares and
service support for the offered PLC system for minimum 15 years after
guarantee period.
5. All motorised valves of 200NB or more than 200NB size shall be provided
with integral motorized bypass valves on all process lines.
6. All electrical actuators shall be conventional type of integral starter.
7. Components of instruments, control devices, accessories, piping etc. which
contact with steam, condensate or boiler feed water shall be manufactured
from copper free materials which do not react with media at operating
parameters.
8. Valve end position (Open & Close) shall be monitored for the manual critical
valves, wherever provided.
9. Interface of MCC, HT SWGR, Actuators etc. with PLC based control system
shall be as per Drive Control Philosophy attached in the specification. The
attached philosophy is for DCS based control system. However, the same is
applicable for PLC as well.
10. All the instruments/drives shall be terminated on JBs/Panels in field.
JBs/Panels shall be in Bidder's scope.
11. Scope of Instrumentation cables (Screened Control Cables), Fibre Optic cable
& Control cables shall be as per Electrical Cable scope matrix in Electrical
portion of specification.
12. UPS for PLC & OWS shall be in bidder’s scope with 2X100% configuration. UPS
shall have 2X100%, Ni‐Cd type battery bank with 60 min back up.
13. Bidder shall provide Customer training on the proper application and
maintenance on PLC Hardware & Software at Vendor’s work or at Ennore SEZ
site. Duration of the training, number of persons & the topics to be covered
shall be discussed & mutually agreed during contract finalization stage.
14. Following documents to be furnished by the bidder along with the bid:
Proposed PLC system configuration drawing with write‐up
Duly stamped and signed copy of Quality Plan.
Product catalogues and specifications for PLC as well as HMI application.
Requirement of electronic earthing, if any, for PLC based control system.
15. Complete Industrial grade furniture required for placing OWS, swivel chairs,
printers, keyboards, computers etc. shall also be furnished by bidder. The
exact details shall be finalized & approved by owner/purchaser during
detailed engineering.
16. Bidder to comply with codes and standards as mentioned in the specification.
17. Bidder shall provide the necessary hardware & software required for
connecting the PLC system to Bidder's remote service centre, through which
the diagnostics & fault analysis of the PLC system can be carried out. The
method of connection shall be as per Bidder's standard practice. However, it
is preferred to have the connection through a single point in the PLC system.
18. Bidder shall provide an unlimited warranty on all equipment and software for
three years after the start of the warranty period, i.e. after satisfactory
completion of initial operations. This warranty shall include repair,
replacement or correction of identified software or hardware discrepancies
at no cost to OWNER.
19. PLC network shall have Intrusion Detection System (IDS) and Intrusion
Prevention System (IPS) activity and identify suspicious patterns that may
indicate a network or system attack from someone attempting to break into
or compromise a system on the Station LAN Network, the recommended
IDS/IPS should contain the following combined features. Any feature can be
selected depending on whether it is to be configured as IPS or IDS.
20. All local gauges, transmitters and switches shall be mounted on suitable
enclosures, racks subject to owner’s approval. All transmitters shall be HART
compatible.
21. Bidder to delegate /depute their persons/experts as per owner/consultants’
requirement.
22. Bidder must offer general tools and tackles and special calibration
instruments required during start‐up, trial run, operation and maintenance of
the system.
23. The above given scope is indicative & minimum. Any item/ equipment not
indicated above however required for the completeness of the system is to
be supplied by bidder without any technical, commercial and delivery
implication to BHEL.
24. Bidder shall provide Cable Schedule in BHEL excel format provided in
Electrical portion of the specification. Also, Cable Interconnections details for
Complete System shall be in Bidder’s scope.
25. All the instruments/equipment/electrical items shall be provided & designed
with maximum star rating as available in line with energy conservation
policies notified by BEE, GOI at the time of supply.
26. Each communication Network shall be industrial grade and shall be provided
with industrial grade managed type Ethernet switches, external surge
protection system/devices and industrial firewall. Industrial grade managed
type Ethernet switches shall be provided with in built diagnostic features,
20% spare parts & in built redundant power supply.
27. All approval/Inspection are to be carried out by Owner or owner appointed
agency only.
28. Bidder shall offer latest system available at the time of supply / dispatch &
shall also confirm that DDCMIS/PLC system/microprocessor based control
system, MIS, ERP system etc. hardware / software shall be upgraded free of
cost (for hardware up to commissioning of the project and software up to
handing over of the project), whenever at later stage such up gradation takes
place for his system offered by him or by his collaborator.
29. The make/model of various instruments/items/systems shall be subject to
approval of owner/purchaser during detailed engineering stage. No
commercial implication in this regard shall be acceptable. In case of any
conflict and repetition of clauses in the specification, the more stringent
requirements among them are to be complied with.
30. Temperature transmitters shall be provided, wherever Temperature
measurement is required for monitoring purpose.
*(1(5$/
(DFK RI WKH 3ODQW $X[LOLDULHV RII VLWH V\VWHPVVKDOO EH SURYLGHG ZLWK DQQXQFLDWLRQ V\VWHP ,W VKDOO EH DQ LQWHJUDO SDUWRI WKH FRQWURO
V\VWHP$OOWKHILHOGFRQWDFWIRUWKLVSXUSRVHVKDOOEHDFTXLUHGWKURXJKFRQWUROV\VWHP7KHDQQXQFLDWLRQVHTXHQFHORJLFVKDOOFRQIRUPWR
,6$VHTXHQFH,6$$7KHZLQGRZODPSVIRUWKHV\VWHPVKDOOEHGULYHQWKURXJKRXWSXWPRGXOHVRIWKHFRQWUROV\VWHP
[0:(1125(6(=6XSHUFULWLFDO7KHUPDO3RZHU
3URMHFWDW$VK'\NHRI1&736
6SHF1R&(&3 ((((271R
Vol. V :
Page 235 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
7KHL QVWUXPHQWDWLRQRS HUDWLRQDQGFR QWUROSKL ORVRSK\SU RSRVHGL V VSHFLILF WRW KH SODQWGHVL JQ $Q\L PSURYHPHQWRY HUW KHSU RSRVHG
W\SLFDO&RQWURO ,QVWUXPHQWDWLRQVFKHPHVKDOOEHDFFHSWHGVRORQJDVLWGRHVQRWGHYLDWHIURPWKHEDVLFLQWHQWDQGJHQHUDOSKLORVRSK\
HQXPHUDWHGKHUHLQDQGHOVHZKHUHLQWKLVVSHFLILFDWLRQ
LL 3/&DQG578VKDOOEHGHVLJQHGIRURSHUDWLQJLQDQRQDLUFRQGLWLRQHGKDUVKHQYLURQPHQWDOVR&RPPXQLFDWLRQPHGLDVKDOOEH
RSWLFDOILEHUFDEOH ZLWK 02'%8623&SURWRFROEHWZHHQ''&0,6 DQG3/&DVSHUUHTXLUHPHQWV 2SWLFDO FDEOH 3/&
HQG 0RGHP&RQYHUWHU DQG ''&0,6 HQG 0RGHP&RQYHUWHU VKDOO EH VXSSOLHG E\ ELGGHUDWERWKHQG2SWLFDOFDEOHVVKDOOEH
URXWHG WKURXJK *, FRQGXLW SLSHV &RPPXQLFDWLRQSU RWRFROE HWZHHQ WKH 0RGHPV VKDOO EH 560RGEXV DQG WKH
PD[LPXP FRPPXQLFDWLRQ WLPH IRU UHFHLSW RI VLJQDO DW ''&0,6 HQG VKRXOG QRW H[FHHG VHFRQGV7KH&RPPXQLFDWLRQOLQNV
VKDOOEHDVSHUFKDSWHU
[0:(1125(6(=6XSHUFULWLFDO7KHUPDO3RZHU
3URMHFWDW$VK'\NHRI1&736
6SHF1R&(&3 ((((271R
Vol. V :
Page 236 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
iii. In addition Hard wired signal interfacing shall also be provided for any signal required for interlock, control & protection. Similarly
cable for hard ware signal transfer between DDCMIS and PLC/relay based control system shall be supplied, laid terminated
by the bidder including preparation of cable schedule. Quantum of hard wired signals for linking each PLC based system and
DDCMIS shall be decided during detailed engineering,.
7. Bidder will provide necessary separate industrial grade parallel redundant UPS power supply with 60 minutes battery backup for each
PLC, Operating station & printer etc. Bidder shall provide necessary separate industrial grade parallel redundant 24 v olts DC charger
with 60 minutes battery backup for each PLC without Operating station . Bidder shall have to provide necessary cabling for redundant
power supply to UPS / charger.
8. Whenever control system is PLC based, annunciation system shall be driven by PLC via Digital output. Mimic LED shall also be driven
from PLC digital output. For other relay based control systems, solid-state annunciation system shall be provided. Mimic acrylic sheet
thickness shall be min 6-7 mm.
9. For each PLC system, without OEWS (Operating Engineering Work Station), Laptop along with software shall be provided for
engineering (Laptop shall be separate for each PLC with out OWES).
10. PLC system without OEWS (Operating & Engineering Work Station) shall have panel mounted push buttons, lamps, H.W. annunciation,
indicators, Ammeters and MIMIC etc for operation & control purpose except specifically requirements of control desk mentioned for any
package listed above.
11. All the PLC control system shall be of same make, model & same family and shall be supplied directly from manufacturer/vendors. PLC
system supplied /engineered by system houses shall not be acceptable. It is preferred to have same family of Plant DDCMIS .
12. All remote I/O cards shall be with IP-65 protection class and should withstand upto 70 deg.C temperature.
13. All ca bles t erminated i n t he t erminal bl ock, pow er di stribution sch eme i nstruments shall be f erruled. Fer ruling sh all be doubl e cr oss
ferruling (i.e.) source and destination addresses shall be marked on both sides of the tube ferruling.
14. Any Package not listed above shall be PLC (redundant hot standby controllers) controlled with one no. OWS, one no. OEWS (Operating
& Engineering Work Station) and one no. A4 B/W LJP.
15. Bidder shall provide local panel for local start/ stop monitoring of auxiliaries and equipment as per requirement .The requirement shall
be decided during detailed engineering. All local panel shall be NEMA 4X with canopy.
16. Bidder sh all pr ovide am meters, v oltmeters, P B i ndicating l amp, m imic, electrical sch eme, i ndicators, chartless recorders and H W
annunciations on the desk/ panels as requirement and shall be decided in detailed engineering.
17. PLC supplier shall prepare graphic for the complete plant with proper tag nos. for drives, binary inputs, analogue inputs, status of drives
etc for the soft link for DDCMIS as per format of DDCMIS.
18. Each P LC/Microprocessor base d sy stem/electrical sy stem sh all be t ime sy nchronized with m aster cl ock system. Redundant T ime
synchronisation signals shall be provided for each control system, wherever redundant controllers/processors are provided.
19. Each subsystem PLC shall be provided with HW interfacing with main system PLC for signals used for command, interlocks, protections
and other importants process parameters.
20. Control, operation & monitoring of electrical distribution system, namely PCC, Bus coupler, Incomer, breakers etc. for respective plant
BOP package shall be controlled & operated from its respective PLC operating station/ backup control desk as well as from respective
switchgear unit. Control system for the same shall be implemented in the respective PLC envisaged in the local control room. Bidder
shall co nsider al l t ransducers for monitoring o f v oltage, cu rrent, K wh, p ower f actor at r espective P LC operating station and back up
control desk. All signals shall be hardwired only.
21. The technical particulars & requirements of PLC, OWS, Printers, LVS and all other related hardwares/softwares shall be as per Vol. V,
Chapter 4.
22. The technical particulars & requirements of UPS & 24 V DC systems shall be as per Vol. V, Chapter 7.
(Refer P LC S ystem C onfiguration D rawings, # 114 -01-0000, 0101, 0105, 0107, 0111, 0113, 011 4 & 0116, I n ca se any ambiguity bet ween
System Configuration Drawings & above Annexure A, Annexure A shall prevail for finalizing the PLC configuration).
j) Redundant radar type Level Transmitters for each fuel oil tank.
The Condensate polishing unit is designed for fully automatic / manual operation
through the DPU of Plant DDCMIS or redundant PLC system housed in the respective panel.
This PLC shall have interface module for redundant and bi-directional OPC connectivity with
DDCMIS. Taking the equipment into service and regeneration of mixed-bed units shall be
initiated manually from the OWS of control system or local panel and balance operation
shall be carried out sequentially by the control system. Manual override facility is also
provided for all operations.
Open and Close limit switch feed backs of valves are to be connected to PLC for remote
viewing and for interlocks and protection.
Remote and local indications of various parameters to the process requirement shall be
provided. ( The same can be decided during detailed engineering)
The OLCs and CLCS philosophy shall be as per the chapter 4 of this volume.
The instruments shall be offered as per the process requirement for complete auto
operation.
Necessary instruments pressure gauges, Temperature gauges, DP instruments, Pressure
transmitters, Radar Level transmitters, Differential pressure transmitters, Temperature
Elements Various analysers, Magnetic type level indicators, shall be provided. The
junction boxes and instruments / electronics housing used shall be Non – corrosive material.
Flow transmitters for each stream of CPU are to be provided for monitoring the performance
and accountability
The bidder shall furnish required list and type of instruments during detail
Vol. V :588
Page 239 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
Annunciations for abnormal conditions shall be available in the Control Panel furnished by
the vendor during detail engineering subject to approval of owner.
Pneumatic actuators with all accessories shall be controlled using solenoid valves, which
shall be energized from OWS / Control Panel. The opening and closing of these valves is
based on system requirement, which is programmed in the Control system. Feed backs to
the control system regarding the valve open / close position are set through the limit
switches.
CPU shall be controller & operated from CCR & SWAS panel room in case of DDCMIS
operation and from LCR & SWAS panel room in case of PLC operation.
Regenerative system shall be controller & operated from SWAS panel room and from local
control panel with 17” LCD/TFT monitor panel mounted.
i) GENERAL
The regeneration system shall be external. Under normal conditions, it will hold a
complete charge of freshly regenerated and mixed resin, ready for use, in its
storage tank. For regeneration, resin from the exhausted exchanger vessel will be
transferred hydraulically to this facility. The empty exchanger vessel will then be
filled up with the already regenerated resin
which was stored in the regeneration facility. This exchange vessel shall come
into service soon after perquisite condition is satisfied or as and when desired by
the operator. In the meantime, the exhausted resin shall be cleaned, separated,
regenerated, mixed and rinsed before being stored for next use.
a) The condensate polishing unit shall be controlled from the condensate polishing
unit OWS or Local control panel, located near the polishing vessels. This panel
shall be suitably interlocked with the regeneration system control panel.
• Service
• Resin transfer from CPU vessel to regeneration plant
• Resin transfer from regeneration plant to CPU vessel
• Isolation from service
• Rinse recycle
Vol. V :589
Page 240 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
DESEIN Volume- V: Instrumentation & Control Works
b) A mimic diagram shall be provided for the CPU scheme on the OWS and as well as
front of the CPU control panel. Status of various valves shall be indicated by LED’s
on the mimic diagram.
a) RINSE RECYCLE
The rinse recycle shall be a manually initiated in full automatic sequence. This
sequence shall include the rinse down step until the unit effluent quality is
acceptable for boiler feed water. The effluent quality shall be determined by
conductivity monitoring of the rinse water outlet. A panel mounted cation
conductivity indicator shall be interlocked to prevent advancing of the automatic
sequence until the rinse down is complete.
b) SERVICE MODE
Service flow rate for each polishing vessel shall be monitored by panel mounted
flow indicators. During periods of low condensate flow the operator may
select to remove one of the vessels from service by a manually initiated
automatic sequence. A differential pressure switch installed between the
influent and effluent headers shall on a high signal cause an annunciator alarm.
c) The sequence resin transfer from CPU vessel to regeneration plant and from
regeneration plant to CPU vessel shall be initiated from the condensate
polishing unit control panel but shall be controlled by the programmable logic
controller in the regeneration control panel.
b) Regeneration shall include hydraulic reclassification of the resins and the transfer
of the resins to the respective regeneration vessels. The separated resins shall
then be backwashed, cation and anion regenerated with hydrochloric acid and
sodium hydroxide solutions respectively, rinsed and then followed air scrubbing
Vol. V :590
Page 241 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
DESEIN Volume- V: Instrumentation & Control Works
and a good backwash. The resin is then transferred back to the resin
separation vessel and the resins are air mixed. The mixed resins after
regeneration are given a final rinse with the discharge conductivity being
monitored. If the quality is satisfactory, the mixed resin shall be transferred to
the resin storage vessel otherwise regeneration sequence shall be repeated.
d) The complete control and operation of the regeneration plant shall be through
Plant DDCMIS or programmable logic controller (PLC).
g) In 'Auto' mode, once the sequence has been initiated, it shall proceed from step to
step automatically.
h) In 'Semi-auto' mode each step shall be performed only after initiation by the
operator.
k) It shall be possible to switch mode of operation from one to the other at any
moment and the operation shall proceed on the newly selected mode from that
time.
l) The system shall incorporate the necessary safety features. During automatic
sequential operation, if any pre-requisite criteria is not fulfilled or missing for a pre
determined time interval, the steps should not proceed further, and Alarm shall be
provided. Missing criteria, sequence which is under hold up etc. shall be displayed
on the panel.
m) A mimic diagram of the Regeneration system shall be provided on the front of the
local panel. The status of various drives and valves shall be indicated by LED on
the mimic diagram.
Vol. V :591
Page 242 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
DESEIN Volume- V: Instrumentation & Control Works
o) The detailed logic for the sequence and for each of the drive shall be subject
to the Owner’s approval during detail engineering
p) Start, progress and stop of each of the sequence shall be annunciated in all the
control panels.
v) INTERLOCKS
All interlocks for safe operation of the plant shall be provided. They shall
specifically include the following as minimum requirement:
a) Service vessels shall be taken back in service, only after they have been
pressurized.
b) Service vessels shall be taken up for resin transfer only after they have been
completely isolated from the condensate system and depressurized.
c) Resin shall be transferred to and from only one service vessel at a time.
d) Resin transfer between the service and the regeneration skids shall be
permitted only when the receiving vessel is initially empty.
e) It shall be possible for the operator to extend the timing of a particular step by
isolating the timer for the duration. The timer will restart once the operator puts
back the system on 'auto' and the other steps will then follow as programmed.
f) The regeneration sequence shall be prevented from advancing further in the event of
tripping of a running motor or other fault condition which do not permit the various
desired parameter of this step to be achieved. A manual override for this shall also
be provided.
g) The immersion heater in the hot water tank can be put on only when there is
adequate water level in the tank.
Vol. V :592
Page 243 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
ANNEXURE I
LIST OF MAKES
SR.
ITEM SUPPLIERS PLACE REMARKS
NO.
SR.
ITEM SUPPLIERS PLACE REMARKS
NO.
SR.
ITEM SUPPLIERS PLACE REMARKS
NO.
SR.
ITEM SUPPLIERS PLACE REMARKS
NO.
SR.
ITEM SUPPLIERS PLACE REMARKS
NO.
SR.
ITEM SUPPLIERS PLACE REMARKS
NO.
SR.
ITEM SUPPLIERS PLACE REMARKS
NO.
SR.
ITEM SUPPLIERS PLACE REMARKS
NO.
SR.
ITEM SUPPLIERS PLACE REMARKS
NO.
SR.
ITEM SUPPLIERS PLACE REMARKS
NO.
LEVEL SWITCH
(CONDUCTIVITY TYPE)
FROM MOBREY
MEASUREMENT, AN
OPERATING UNIT OF
MORBEY LTD., SLOUGH,
BERKSHIRE, UNITED
KINGDOM.
SIGMA INSTRUMENTS CO. MUMBAI
SOR INC. USA
SAPCON INSTRUMENT PVT LTD. INDORE
V. AUTOMAT & INTRUMENTS (P)
NEW DELHI
LTD.
LEVCON
CHEMTROLS SAMIL ( INDIA)
PVT LTD.
LEVEL SWITCH ( ALL SWITZER
38.
TYPES) WAAREE (BAUMER
INSTRUMENTS)
V AUTOMAT
PUNE TECHTROL
ABB -
WAAREE (BAUMER
-
INSTRUMENTS)
MAGNETIC FLOW EUREKA -
39. -
METER EMERSON
YOKOGAWA -
HACH (POTENSE) -
KROHNE MARSHALL -
HYDROPNEUMATICS PVT. LTD. GOA
INSTRUMENTATION LTD. PALAKKAD
MICRO PRECISION PRODUCTS FARIDABAD
PVT. LTD.
FLOW ELEMENT -
40.
NOZZLE MINCO (INDIA) FLOW ELEMENTS GOA
PVT. LTD.
STAR-MECH CONTROLS (I) PUNE
PVT.LTD.
SEIKO FLOW CONTROL GMBH AUSTRIA
FLOW STAR ENGINEERING PVT. FARIDABAD
LTD.,
FLOW ELEMENT - HYDROPNEUMATICS PVT. LTD. GOA
41.
ORIFICE INSTRUMENTATION LTD. PALAKKAD
INSTRUMENTATION ENGINEERS HYDERABAD
PVT LTD
Page 256 of 680
TITLE SPECIFICATION NO.
PE‐TS‐412‐155A‐A001
2X 660 MW ENNORE SEZ STPP VOLUME: II B
TECHNICAL SPECIFICATION FOR REV 00
CONDENSATE POLISHING UNIT
SR.
ITEM SUPPLIERS PLACE REMARKS
NO.
SR.
ITEM SUPPLIERS PLACE REMARKS
NO.
TYPES) EMERSON -
YOKOGAWA -
HONEYWELL -
HACH POLYMETRON -
SIEMENS -
FORBES MARSHALL -
GE INTELLIGENT PLATFORMS
BANGALORE
PRIVATE LIMITED
HONEYWELL AUTOMATION
PUNE
INDIA LIMITED ,
PROGRAMMABLE
48. ROCKWELL AUTOMATION INDIA
LOGIC CONTROLLER SAHIBABAD
LTD
SIEMENS LIMITED MUMBAI
SCHNEIDER ELECTRIC INDIA
NEW DELHI
PVT.LTD.
HITACHI-HIREL GANDHINAGAR
APC BANGALORE
DELTA GURGAON
49. UPS EMERSON MUMBAI
DB POWER PUNE
APLAB MUMBAI
SR.
ITEM SUPPLIERS PLACE REMARKS
NO.
SAIL ROURKELA
GHAZIBAD/HISSA
JINDAL
R
SURYA ROSHNI BAHADUR GARH
TATA TUBE JAMSHEDPUR
CHENNAI/VIZAG/K
PSL
UTCH/DAMAN
LALIT PROFILE THANE
SAMSHI PIPES INDUSTRIES VADODARA
MS PIPES (IS: 1239 & MUKUT PIPES RAJPURA
56.
3589)
INDUS TUBES G B NAGAR
MANN IND INDORE
SURENDRA ENGG RAJPURA
PRATIBHA PIPES &
THANE
STRUCTURE PVT LTD
JCO GAS PIPE CHINDWARA
NUKAT TANKS AND VESSELS TARAPUR
DADU PIPES SIKRANDRABAD
GOOD LUCK TUBES SIKANDRABAD
SR.
ITEM SUPPLIERS PLACE REMARKS
NO.
SR.
ITEM SUPPLIERS PLACE REMARKS
NO.
POLYPLAST -
EJECTOR ESSEM TECHNOLOGIES -
61.
RATNA PRASAD -
INDUSTRIAL SWITCHGEAR &
-
CONTROL
POSITRONICS -
LOCAL CONTROL DELTA CONTROL -
62. -
PANEL L&T
GE POWER -
PYROTECH -
C& S -
INDUSTRIAL SERVICE KOLKATA
SUNRISE BARODA
GANDHI & ASSOCIATES AHMEDABAD
63. TANK (FRP)
MODERN EQUIPMENTS CHENNAI
EAGLE PLAST PUNE
OMEGA PLAST MUMBAI
V K PUMPS NASIK
METACHEM MUMBAI
64. STROKE CONTROLLER
SWELORE AHMEDABAD
MILTON ROY INDIA CHENNAI
METACHEM MUMBAI
SAFETY VALVES/RELIEF KEYSTONE BARODA
65.
VALVES V K PUMPS NASIK
MILTON ROY CHENNAI
JAYPEE INDUSTRIES PVT. LTD. NEW DELHI
MULTITEX FILTRATION
ENGINEERS LIMITED, NEW DELHI
66. DUPLEX STRAINER OTOKLIN GLOBAL BUSINESS MUMBAI
LIMITED
SUNGOV ENGINEERING PVT. CHENNAI
LTD.
MICRO PRECISION FARIDABAD
67. ORIFICE PLATE INSTRUMENTAION LTD PALGHAT
CARLO DYNAMICS HYDERABAD
A.V. VALVES LTD AGRA
ATAM VALVES PVT. LTD. JALANDHAR (1) CARBON STEEL GATE
68.
STEEL GATE/GLOBE/NR VALVES & NON RETURN
VALVES VALVES: 15 NB TO 50 NB
(#800) & 65 NB TO 300
NB (#150) (2) CARBON
SR.
ITEM SUPPLIERS PLACE REMARKS
NO.
SR.
ITEM SUPPLIERS PLACE REMARKS
NO.
SR.
ITEM SUPPLIERS PLACE REMARKS
NO.
MS FITTINGS KOLKATA
HAWA ENGINEERING -
ALIANCE PIPE & PLANGES KOLKATA
JAI AMBE MUMBAI
GEROGE FISHCHER DELHI
PIPE & FILLTING ASTROL PLYTECHINC LTD AHMEDABAD
74.
(PP,HDPE,PVC & CPVC) JAIN IRRIGATION -
ORIPLAST -
GEROGE FISHCHER IPING
VALVES SYSTEMS DELHI
(GATE/GLOBE/NRV/BA PVT LTD
75. ASTROL PLYTECHINC LTD AHMEDABAD
LL)- (PP,HDPE,PVC &
CPVC) JAIN IRRIGATION -
ORIPLAST -
AIR FILTER SHAVO NORGEN -
76.
REGULATOR PLACKA INSTRUMENTS -
GLOBAL ABSORBENT KOLKATA
77. FILTER MEDIA
BHARAT MINERALS
AMCO SAFT INDIA LTD BANGALORE NI-CD BATTERIES ONLY
EXIDE INDUSTRIES LTD NEW DELHI LEAD ACID BATTERIES
ONLY.
DC LEAD ACID / NI-CD
78.
BATTERIES HBL POWER SYSTEMS LTD HYDERABAD NI/CD AND TUBULAR
TYPE FOR LEAD ACID
HOPPECKE BATTERIEN GMBH & GERMANY
CO.KG,
EXIDE INDUSTRIES LTD NEW DELHI
DC LEAD ACID HBL POWER SYSTEMS LTD HYDERABAD TUBULAR TYPE
79.
BATTERIES HOPPECKE BATTERIEN GMBH &
GERMANY
CO.KG,
AMCO SAFT INDIA LTD BANGALORE
HBL POWER SYSTEMS LTD HYDERABAD
80. DC NI CD BATTERIES
HOPPECKE BATTERIEN GMBH &
GERMANY
CO.KG,
B.K.EQUIPMENTS PVT.LTD. CHENNAI
BLISS ANAND PVT. LTD. GURGAON
FLOWTECH INSTRUMENTS VADODARA
SIGHT FLOW SERVICRS
81.
INDICATORS INSTRUMENTATION ENGINEERS TELANGANA
PVT LTD
SIGMA INSTRUMENTS CO. MUMBAI
SCIENTIFIC DEVICES (BOMBAY) NAVI MUMBAI
SR.
ITEM SUPPLIERS PLACE REMARKS
NO.
PVT LTD,
TELACE EQUIPMENT PVT.LTD. CHENNAI
ASIAN PAINTS (I) LTD.
BERGER PAINTS INDIA LTD
GOODLASS NEROLAC
JENSON & NICHOLSON (I) LTD
CDC CARBOLINE (I) LTD.
82. PAINT SHALIMAR PAINTS LTD.
ADDISON PAINTS LTD
GRAND POLYCOAT
BOMBAY PAINTS
HEMPLE PAINTS (SINGAPORE)
JOTUN PAINTS
PROCON ENGINEERS -
TYCO -
CRANE PROCESS -
83. PNEUMATIC ACTUATOR
BDK -
INTERVALVE -
BRAY CONTROL -
ROTARK -
84. MOTORISED ACTUATOR AUMA -
LIMITORK -
NOTE:
1. The sub vendor list enclosed ANNEXURE-I is indicative only and is subject to approval / acceptance by
customer (TANGEDCO). Bidder to propose his sub vendor list with back up documents (experience list,
end user certificate as applicable) etc. The same shall subject to BHEL and Customer approval during
detailed engineering stage without any technical, commercial & delivery implications to BHEL
/TANGEDCO.
2. Any other sub-vendor not listed in above list shall be subject to BHEL / customer approval during
detailed engineering stage without any commercial and delivery implication to BHEL.
3. The inspection category will be intimated after award of contract by BHEL/customer. However the same
will be adhered by the bidder without any commercial and delivery implication to BHEL/ customer.
ANNEXURE II
MANDATORY SPARES LIST FOR CONDENSATE POLISHING UNIT
ELECTRICAL
6.0 415 V Motors
i) Nos. 10 Nos. each for small motors upto 30 KW
Terminal plates & 4 Nos. each for more than 30 KW
ii) Heaters Set 2 sets
iii) Greasing arrangements Set 4 sets each type of motor
iv) Motor of each type and rating % 10% of the installed quantity or minimum 1
number whichever be higher.
v) Bearings (DE and NDE) for each Set 4 sets
type and rating of motor
Note: Bidder to please refer the notes of section C1A of this technical specification regarding spares.
1.00.01 Measuring Instruments 87,87,625 PEM-For CAS included in clause Compressor Air
System of Mech. List of mandatory spares
AND
(i) Indicators, recorders and meters offered Nos. 10 % of Installed of price included at s.no. 1.00.01 above
from each model for the project. These each type/Model or a
instruments shall be supplied with three minimum of one
sets of blank scales. number for each model
and type, whichever is
more
(ii) For skid mounted instruments Nos. 10%% of total number of price included at s.no. 1.00.01 above
instruments for each
Type and model or a
minimum of one
number for each model
and type, whichever is
more
1.00.01.02 Temperature Elements and Thermowells 12,60,000 TRY-LOT PRICE FOR THE APPLICABLE ITEMS
UNDER THIS SL NO 1.00.01.02
1. C&I Mandatory spares are indicated in above list. These spares shall be considered as per the applicable items in main
supply of CPU system package.
2.The spares shall be considered as unit wise except for any item/equipment supplied as common for both units. Page 1 of 19
1.00.01.03 Temperature,Transmitters and Electronic Nos. 10% of total number of 1,17,63,957 Meters are considered for ROTAMETERS
Transmitters (For Pressure, DP, Temp, Instruments/transducers AND
Flow, Level), Temperature, Pressure, Flow offered for each model
& Level Switch, safety switches, Gauges, and type for the project For CAS included in clause Compressor Air
meters, Transducer or any other or a minimum of one System of Mech. List of mandatory spares
instrument etc. number, whichever is AND
more.
For Mill Reject Sytem, included in clause Mill Reject
System of Mech. List of Mandatory Spares
AND
1.00.01.04 Flue Gas Analyzers & CEMS (Spareparts price included at s.no. 1.00.01 above
shall be furnished in accordance with
manufacturer's recommendations for five
years continuous operation or minimum
quantities indicated as below (whichever is
more)
1. C&I Mandatory spares are indicated in above list. These spares shall be considered as per the applicable items in main
supply of CPU package. Page 2 of 19
2.The spares shall be considered as unit wise except for any item/equipment supplied as common for both units.
Page 269 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
f) of chopper motor, two nos. protection Nos. Two No. of each type price included at s.no. 1.00.01 above
window, one no. of heater cartridge for CO price included at s.no. 1.00.01 above
analyser
g) Power supply module Nos. 1 no. of each type for price included at s.no. 1.00.01 above
each analyser type.
h) UV Lamp with adopter with SO2 Nos. 2 no. of each type. price included at s.no. 1.00.01 above
analyser
i) Light source and detector unit for SPM, and Nos. 1 no. of each type for price included at s.no. 1.00.01 above
NOX/SOX analyser. each analyser type.
j) Set of filters Nos. 1 No. of each type for price included at s.no. 1.00.01 above
each analyser type.
k) Analysers spares like transmitter lens and Nos. 1 No. of each type for price included at s.no. 1.00.01 above
receiver lens, protection windows for each type of flue gas
transmitter & receiver, intergral pressure and analyser.
temperature sensors, signal processing
unit, electronic modules
1. C&I Mandatory spares are indicated in above list. These spares shall be considered as per the applicable items in main
supply of CPU package.
2.The spares shall be considered as unit wise except for any item/equipment supplied as common for both units.
Page 3 of 19
1.00.02.05 Control logic power supply fuses, Nos. 20% spare for each 6,125
MCB,MCCB, at each current rating required type/Model
for the p
project.
proj
oject.
1.00.02.06 Electronic cards of each type used for each Nos. Ten (10) percent or 2
type of Servers supplied with any control no. (Whichever is more)
system
y
1.00.02.07 Electric to pneumatic
p converters off Nos. Ten ((10)) p percent of
each type utilized with automatic control each type or a minimum of
system using pneumatic drives one of each type,
whichever is more.
1.00.02.08 Plug-in type keyboard Nos.
5 10
nos.
yp
nos. of each
of each type/model
type/model.
12,250
model
& monitors.
1.00.02.10 Utility/Engineering OWS Nos. Two No. of each type yp 1,72,725
with complete accessories
& monitors.
1.00.02.11 DVD/CD Nos. 10 boxes 1,838
1.00.02.12 g
Data highway y cable with adequate
q set. 200 mts. each 67,375
connectors of each type
1.00.02.13 Hard disc drive unit Nos. 2Five
nos. ofeach
nos of each yp type/model
type 17,675
1.00.02.14 Prefab cable connectors Nos. 10% or 5 nos (whichever 12,250
is more) of each type of
Installed
1.00.02.15 Cubicle power supply power supply Nos. Ten (10) percent or 5 32,200
modules nos (whichever is more) of
Installed of each type and
rating
g
1.00.02.16 Interposing/coupling relays. Nos. Ten (10) percent Installed 30,625
of each type and rating
1. C&I Mandatory spares are indicated in above list. These spares shall be considered as per the applicable items in main
supply of CPU package.
2.The spares shall be considered as unit wise except for any item/equipment supplied as common for both units.
Page 5 of 19
1.00.02.26 Hooters, Buzzers, Cooling fans of each Nos. Ten (10) percent or 2 4,690
yp
type. no. ((Whichever is more))
1.00.02.27
1..00.02.27 Interface cables Set 2 sets of each type/model
y
1.00.02.28 Power supply
p modules (AC to DC Nos. 10% or Five no.
convertors) (Whichever is more) of
each type/model
1.00.02.29 DVD/CD drive unit of each type Nos
Nos. 5 nos. 17,675
2 nos.
1. C&I Mandatory spares are indicated in above list. These spares shall be considered as per the applicable items in main
supply of CPU package. Page 6 of 19
2.The spares shall be considered as unit wise except for any item/equipment supplied as common for both units.
Page 273 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
1.00.04 Relay based Control Panels 17,150 PEM-For Air Conditioning system, price included
under clause Air Conditioning system of Mech. List
of mandatory spares
1.00.04.01 LEDs for indicating lights Nos. 10% of qty installed. EDN-Lot Price has been given
1.00.04.03 Relays modules & contactors. Nos. 20% spare of qty Installed
of each type & rating.
1. C&I Mandatory spares are indicated in above list. These spares shall be considered as per the applicable items in main
supply of CPU package.
2.The spares shall be considered as unit wise except for any item/equipment supplied as common for both units.
Page 7 of 19
1.00.05.01 logic modules, group card modules, power Nos. 20% spares of each type
supply modules, Hooters and any other installed
electronic module.
1.00.05.02 un-engraved window boxes complete with Nos. 5% spares of each size
LED etc. installed
1.00.05.03 LEDs for annunciation facia windows and Nos. 20% of qty installed
LEDs box assemblies offered for the proj
project
o ect
1.00.05.04 Annunciator hooter Nos. One (1) No. of each
type
1.00.06 Un-interrupted Power Supply System and 5,36,620
DC Control Power Supply System
1. C&I Mandatory spares are indicated in above list. These spares shall be considered as per the applicable items in main
supply of CPU package.
2.The spares shall be considered as unit wise except for any item/equipment supplied as common for both units. Page 8 of 19
1. C&I Mandatory spares are indicated in above list. These spares shall be considered as per the applicable items in main
supply of CPU package.
2.The spares shall be considered as unit wise except for any item/equipment supplied as common for both units.
Page 9 of 19
1.00.08.05 Power supply modules of each type for LVS Nos. 3 nos. or 20% whichever is
more
1.00.08.06 Cooling modules of each type for LVS Nos. 3 nos. or 20% whichever is
more
1.00.08.07 LVS Controller of each type for LVS Nos. 2 nos.
1.00.09 Master Slave Clock system 1,45,950 EDN-Lot price has been given for items Sl no
1.00.09
(i) As per Manufacturer’s Recommendation for Set
Three Years Continuous Operation or
minimum quantities indicated as
below (whichever is more)
(ii) Electronic cards Nos. One No. of each type &
model
(iii) Signal Conditioner cards Nos. One No. of each type &
model
(iv) Slave clocks of each type used for Master Nos. Two No. of each type &
slave clock system model
(v) Cubicle power supply power supply Nos. Ten (10) percent or 2
modules nos (whichever is more) of
Installed of each type and
rating
1.00.10 Plant Security and survillance system 5,10,020 EDN-Lot price has been given for items Sl no
1.00.10
1. C&I Mandatory spares are indicated in above list. These spares shall be considered as per the applicable items in main
supply of CPU package.
2.The spares shall be considered as unit wise except for any item/equipment supplied as common for both units.
Page 10 of 19
1.00.11.02 Electronic cards/Module/Mother Board /Signal Nos. One no. of each type
Processing Unit for each type of Analyzer
1.00.11.03 Power supply module Nos. One no. of each type for
each analyser
1.00.11.04 UV Lamp with adopter with SO2 Nos. One no. of each type
analyser.
1.00.11.05 Light source and detector unit for SPM, and Nos. One no. of each type for
NOX/SOX analyser. each analyser
1.00.11.06 Pump for SPM Analyser Nos. One no. of each type
1.00.11.07 Conference hall mic. Nos. Two no. of each type
1.00.11.08 Conference hall speakers. Nos. Two no. of each type
1.00.12 HMS 90,475
1. C&I Mandatory spares are indicated in above list. These spares shall be considered as per the applicable items in main
supply of CPU package. Page 11 of 19
2.The spares shall be considered as unit wise except for any item/equipment supplied as common for both units.
Page 278 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
(A) Following spares shall be furnished for control 38,32,031 PC-LOT PRICE OFFERED FOR SUBITEMS AS
valves, Power Cylinder, Control Dampers as APPLICABLE TO ALL TYPES OF CONTROL
applicable. VALVES IN PC SCOPE.
HYD-lot price has been given for Sl no 1.00.13 (A)
(Items applicable for BFP control valve shall be
supplied.)
One set of spare control valve stem packing 1,21,34,359 PEM-C&I control valves
for each control valve. AND
For Fuel Oil Unloading System, included under
clause Fuel oil system of Mech. List of mandatory
Two moulded rubber diaphragms for each spares
control valve. AND
For Air Conditioning system, price included under
clause Air Conditioning system of Mech. List of
mandatory spares
One sets of each of O-rings and rubber 3,73,310
gaskets for each control valve.
g
d) 100 percent qty. of lubricants for gaskets for 1,86,690 PEM-For Fuel Oil Unloading System, included
each control valve on one year consumption under clause Fuel oil system of Mech. List of
basis. mandatory spares
AND
For Air Conditioning system, price included under
clause Air Conditioning system of Mech. List of
mandatory spares
1. C&I Mandatory spares are indicated in above list. These spares shall be considered as per the applicable items in main
supply of CPU package.
2.The spares shall be considered as unit wise except for any item/equipment supplied as common for both units.
Page 12 of 19
C)
1. C&I Mandatory spares are indicated in above list. These spares shall be considered as per the applicable items in main
supply of CPU package.
2.The spares shall be considered as unit wise except for any item/equipment supplied as common for both units.
Page 13 of 19
c. Seat Ring 1 set For C&I control valves included above under clause
no A1 -1.0013 of C&I list
AND
For Fuel Oil Unloading System, included under
clause Fuel oil system of Mech. List of mandatory
spares
AND
For Air Conditioning system, price included under
clause Air Conditioning system of Mech. List of
mandatory spares
d. Spindle 1 set
e. Actuator Soft Goods kit 1 set
i. Feed back transmitter unit 2 Nos.
ii. Electronic Position Transmitter 2 Nos.
iii. Solenoid valves 2 Nos.
iv. Air filter regulators 2 Nos.
v. Air Lock Relay 2 Nos.
vi. Complete Actuator for each type and model 1 set
C) Following spares shall be supplied for each of TRY-V: Price already Quoted in Mechanical section
the HP/LP By Pass & Spray control valves under HP BYPASS SYSTEM
i) Stem 1 NO.
ii) Jet Cage 1 NO.
iii) Nozzle Body 1 NO.
iv) Seat 1 NO.
v) Guide bushing 1 NO
vi) Valve Packing 1 Set
vii) Valve Gaskets 1Set
viii) Actuator seal set 1 Set
D) Common spares for HP/LP By Pass & Spray control valves: TRY-V: Price already Quoted in Mechanical section
1. C&I Mandatory spares are indicated in above list. These spares shall be considered as per the applicable items in main
supply of CPU package.
Page 14 of 19
2.The spares shall be considered as unit wise except for any item/equipment supplied as common for both units.
Page 281 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
E) 1 NO of Nozzle for each PRDS De Super heater & Spray water desuperheater and orifice plate for CEP flow. 1 No. Nozzle for Spray water Desuperheater is included
in our price. Rest of the flow nozzles not included in our
offer as 'Mandatory spares' are provided for items or
components that require replacement during plant
operation. Flow nozzles and orifice plates do not require
replacement and hence are not provided as mandatory
spares. We have never supplied nozzles and orifice plate
as mandatory spares in any of the existing as well as
previous projects.
1.00.14 Mandatory Spares for Boiler Tube leak Detection System 17,81,920 LOT PRICE FOR THE APPLICABLE ITEMS
UNDER THIS SERIAL NO 1.00.14
1. C&I Mandatory spares are indicated in above list. These spares shall be considered as per the applicable items in main
supply of CPU package.
2.The spares shall be considered as unit wise except for any item/equipment supplied as common for both units.
Page 15 of 19
1.00.15 Mandatory spares not covered above 59,50,000 LOT PRICE FOR THE APPLICABLE ITEMS
UNDER THIS SERIAL NO 1.00.15
(i) Complete Flame Scanner Assembly including 20% or 4 nos. whichever is 39,05,356
scanner head assembly, scanner housing, and fibre more.
optic cables.
(ii) Flame Scanner Lens. 100% 1,08,570
(iii) Electronic cards for scanners 10% or 2 nos. of each type 17,69,852
whichever is more.
(iv) Power Supply Modules 10% or 2 nos. of each type INCLUDED IN SL NO (III) ABOVE
whichever is more.
2 Coal Feeders
(i) Calibration Motor 10% or 2 nos. whichever is NOT APPLICABLE
more.
(ii) Correction Motor 10% or 2 nos. whichever is NOT APPLICABLE
more.
1. C&I Mandatory spares are indicated in above list. These spares shall be considered as per the applicable items in main
supply of CPU package. Page 16 of 19
2.The spares shall be considered as unit wise except for any item/equipment supplied as common for both units.
Page 283 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
(b) Sensors and Transceivers 20% or 2 nos. of each type NOT APPLICABLE
and model which is more.
6 Furnace and Flame Viewing System 40,25,000 LOT PRICE FOR THE APPLICABLE ITEMS
UNDER THIS SL NO
1. C&I Mandatory spares are indicated in above list. These spares shall be considered as per the applicable items in main
supply of CPU package. Page 17 of 19
2.The spares shall be considered as unit wise except for any item/equipment supplied as common for both units.
Page 284 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
10 Mill and Air heater Fire detection system. 63,672 Included in Sl No 1.00.01 & 1.00.02 for EDN scope
of supply and lot price indicated here is for Trichy's
scope of supply.
(a) Thermocouple 10% or 2 nos. whichever is -
more
(b) Process actuated switches 10% or 1 no. whichever is NOT APPLICABLE
more
(c) Electronic cards 20% or 2 nos. whichever is NOT APPLICABLE
more
1.00.16.02 Other TG Related Sub-Systems
Turbine Supervisory System/EHTC/TSC/ATT/ATRS/GSPC/TDBFP etc. EDN portion is Included in Sl No 1.00.01 & 1.00.0
(i) Power Supply assemblies of all types 10% or 2 nos. of each type 11,81,034 HYD- Lot price for items under for the Sl no (i) to
whichever is more (viii)
Temperature Sensing elements 10% or 2 nos. of each type Already covered under S.No.1.00.01.02 (i) above,
whichever is more Hence,not offered again.
1. C&I Mandatory spares are indicated in above list. These spares shall be considered as per the applicable items in main
supply of CPU package. Page 18 of 19
2.The spares shall be considered as unit wise except for any item/equipment supplied as common for both units.
Page 285 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
(viii) Sensors of all types, range, model etc. for vibration, 10% or 2 nos. of each type Sensors for Stop/ control valve position are already
eccentricity, proximity, differential expansion, whichever is more. covered above under C&I spares. Hence,same are
axial shift , EHC position, Stop/Control valve not offered again.
position and any other measurements etc. For rest of measurements, the senors are "Not
applicable"..
(ix) Electro Hydraulic Converter. 1 complete unit of each type. 5,74,276
1. C&I Mandatory spares are indicated in above list. These spares shall be considered as per the applicable items in main
supply of CPU package.
2.The spares shall be considered as unit wise except for any item/equipment supplied as common for both units.
Page 19 of 19
ANNEXURE III
(Not applicable)
ANNEXURE IV
Bidder to consider necessary tools and tackles for mechanical, electrical and control & instrument as per
their system requirement. In addition bidder to adhere relevant clauses of tender specification also. List of
tools and tackles to be furnish by bidder during bid submission.
ANNEXURE -V
Note:
Quantity of prints may change during detailed engineering stage based on BHEL / Customer
requirement. However the same will be adhered by the bidder without any delivery/commercial
implication to BHEL.
All the drawing documents along with the O&M manual (of all the revisions) are necessarily to be
submitted in soft copies in addition to hard copies.
Bidder to submit soft copies of all the drawing and document along with quality plans for BHEL review
and approval.
The date of submission of drawing documents shall be considered as the date of submission of hard
and soft copes whichever is later.
All the drawings shall be prepared on computer auto cad and other documents (like datasheet etc.) on
MS office software. Bidder not complying to the requirement shall not be considered. For the execution
of the contract regular meeting (generally once in 15 days or as per project requirement) is required.
Bidder has to come for meeting with the concerned dealing persons as per BHEL or customer
requirement in a short notice.
Bidder to submit instrument schedule, cable schedule and valve schedule in MS- Excel format during
detailed engineering.
Bidder to also furnish the auto cad copy / MS-word (as applicable) of the following documents after
award of contract. However any other auto cad copy/MS-Excel/MS-word of any other document as per
the insistence of BHEL / customer will also be submitted by the bidder without any delivery/commercial
implication to BHEL.
P&IDs.
Equipment lay out of the service vessel area and regeneration area.
Equipment Cable tray layout for service vessel area and regeneration area
Equipment earthing layout service vessel area and regeneration area
Civil scope drawings.
Piping lay out drawing for Service vessel area, regenerative area and yard piping layout.
ANNEXURE-I
6 DATASHEETS,DESIGNCALCULATI
ONS,PURCHASE
SPECIFICATIONS, etc. and Other
type of documents
i) For Approval 10 SOFT COPY
ii) FINAL 8 3 CD-ROMs -
iii) Analysis reports of equipment/
piping/ structures components/
systems employing software
packages as detailed
in the specifications
a) Input 10 SOFT COPY
Vol. II: 58
Page 292 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
DESEIN Volume-II: General & Schedules
General Technical Requirements
Vol. II: 59
Page 293 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
ANNEXURE VI
DRAWINGS AND DOCUMENTS TO BE FURNISHED AFTER AWARD OF CONTRACT
After award of LOI / PO, following drawing/documents shall be submitted by the bidder in soft as well as
hard form for BHEL/Customer approval / information. However, any additional drawing/documents if found
necessary for completion of the engineering, the same shall be submitted by bidder without any
commercial and delivery implication to BHEL / customer.
PE‐V2‐412‐155‐A023 QAP FOR METERING PUMPS WITH MOTOR 10 A4
23
PE‐V2‐412‐155‐A024 QAP FOR BLOWERS WITH MOTOR 10 A4
24
PE‐V2‐412‐155‐A025 TECHNICAL DATA SHEET FOR HIGH PRESSURE 10 A4
VALVES
25
PE‐V2‐412‐155‐A026 TECHNICAL DATA SHEET FOR LOW PRESSURE 10 A4
VALVES
26
PE‐V2‐412‐155‐A027 QAP FOR VALVES 10 A4
27
PE‐V2‐412‐155‐A028 TECHNICAL DATA SHEET FOR INSTRUMENTS 10 A4
28
PE‐V2‐412‐155‐A029 TECHNICAL DATA SHEET FOR ANALYSERS 10 A4
29
PE‐V2‐412‐155‐A030 TECHNICAL DATA SHEET FOR HEATER 10 A4
30
PE‐V2‐412‐155‐A031 VALVE SEQUENCE CHART 10 A4
31
PE‐V2‐412‐155‐A032 INSTRUMENT SCHEDULE 12 A3
32
PE‐V2‐412‐155‐A033 VALVE SHEDULE 12 A3
33
PE‐V2‐412‐155‐A034 PLC DOCUMENTS FOR SERVICE VESSEL AREA & 12 A4
REGENERATION AREA‐‐GA & WIRING DETAILS
OF PLC & RIO PANEL, I/O LIST, BOM, MIMIC
34 DIAGRAM
PE‐V2‐412‐155‐A035 QAP FOR PLC 12 A4
35
PE‐V2‐412‐155‐A036 CABLE TRAY/TRENCH & CONDUIT ROUTING 12 A1
AND EARTHING LAYOUT DIAGRAM FOR
CONDENSATE POLISHING UNIT
36 (REGENERATION AREA)
PE‐V2‐412‐155‐A037 CABLE TRAY/TRENCH & CONDUIT ROUTING 12 A1
AND EARTHING LAYOUT DIAGRAM FOR
CONDENSATE POLISHING UNIT (SERVICE
37 VESSEL AREA)
PE‐V2‐412‐155‐A038 DATASHET OF RESIN TRAP, CARBON TRAP, 12 A4
38 ACF, AGITATOR
PE‐V2‐412‐155‐A039 GA OF BATTERY BANK AND CHARGER 12 A4
39
PE‐V2‐412‐155‐A040 QAP / ICL FOR CPU (FOR BALANCE OF ITEMS) 12 A4
40
PE‐V2‐412‐155‐A041 ERECTION PROCEDURE 16 A4
41
PE‐V2‐412‐155‐A042 YARD PIPING LAYOUT 16 A1
42
PE‐V2‐412‐155‐A043 CABLE SCHEDULE FOR CONDENSATE 16 A3
43 POLISHING UNIT
PE‐V2‐412‐155‐A044 ERECTION PROCEDURE 16 A4
44
PE‐V2‐412‐155‐A045 PG test procedure for condensate polishing 20 A4
45 unit
PE‐V2‐412‐155‐A047 O&M MANUAL FOR CONDENSATE POLISHING 24 A4
46 UNIT
*High pressure valves are those valves which are subjected to the service vessel pressure. Bidder to refer list of
documents required in section C3 of this specification also.
Notes:
1. The above drawing list is tentative and shall be finalized with the successful bidder after
placement of order. While some of the drawings indicated above may not be applicable, some
additional drawings may also be required based on scope of work.
2. Drawings shall be prepared in Auto-Cad latest edition. Required no. of hard and soft copies
(editable) of the drawings shall be furnished as per requirement specified elsewhere in the
specification.
3. Only manual calculation with authentic supporting literature (e.g. extracts of hand Book/
standard/codes) shall be acceptable. All design calculations and drawings shall be in SI system
only.
4. All the drawings and documents including general arrangement drawing, data sheet, calculation
etc. to be furnished to the customer during detailed engineering stage shall include / indicate the
following details for clarity w.r.t. Inspection, construction, erection and maintenance etc.:-
a) All drawings and documents shall indicate the list of all reference drawings including general
arrangement.
b) All drawings shall include / show plan, elevation, side view, cross - section, skin section, blow -
up view; all major self-manufactured and bought out items shall be labeled and included in BOQ /
BOM in tabular form.
c) Painting schedule shall also be made as a part of general arrangement drawing of each
equipment / items indicating at least 3 trade names.
d) All the drawings required to be furnished to customer during detailed engineering stage shall
include technical parameters, details of paints and lubrication, hardness and BOQ / BOM in
tabular form indicating all major components including bought out items and their quantity,
material of construction indicating its applicable code / standard, weight, make etc.
e) Drawings/ documents to be submitted for purchasers review/ approval shall be under Revision A,
B, C… etc. while drawings /documents to be submitted thereafter for customer’s approval after
purchaser’s approval shall be under R-0, 1, 2, 3 ….etc.
f) Drawings and documents not covered above but required to check safety of machines/ system,
shall be submitted during detailed engineering stage without any commercial implication.
g) All drawings shall include "B.O.M" and indicate quantity, material of construction, make along
with IS/BS No., Technical parameters, dimensions, hardness, machining symbol and tolerance,
requirement of radiography and hydraulic tests, painting details, elevation, side view, plan, skin
section and blow-up view for clarity.
h) All drawings shall be prepared as per BHEL's title block and shall bear BHEL's drawing Number.
i) Schedule of drawings submissions, comment incorporations & approval shall be as stipulated in
the specifications. The successful bidder shall depute his design personnel to BHEL’s/
Customer’s/ Consultant’s office for across the table resolution of issues and to get documents
approved in the stipulated time.
j) Bidder to follow the following the drawing submission schedule:
k) 1st submission of drawings from date of LOI as per the submission schedule.
l) Every revised submission incorporating comments – within 7 days.
m) Bidder to submit revised drawings complete in all respects incorporating all comments. Any
incomplete drawing submitted shall be treated as non-submission with delays attributable to
bidder’s account. For any clarification/ discussion required to complete the drawings, the bidder
shall himself depute his personal to BHEL for across the table discussions/ finalizations/
submissions of drawings.
5. Bidder to note that the successful bidder, during detail engineering, will submit the drg/doc
through web based Document Management System in addition to hard copies to be submitted as
per the Annexure III of this specification. Bidder would be provided access to the
DMS for drg/doc approval and adequate training for the same. Detailed methodology would be
finalized during the kick-off meeting. Bidder to ensure following at their end:
ANNEXURE VII
Bidder to submit operation and Maintenance manual with minimum information as listed in below check list
during contract stage.
Project name :
Project number :
Package Name :
PO reference :
Document number :
Revision number :
manufacturer
3.4 Associated other packages and Interface
/terminal points
3.5 P&ID & Process Diagrams
3.6 GA Layout drawings, As-built drawings , Actual
photograph of items/system (Drawings of A2 &
bigger sizes are to be attached in the last)
3.7 Single line/wiring diagrams
3.8 Control philosophy /control write-ups
4.0
Commissioning Activities (if not covered in
separate document i.e. erection manual,
commissioning manual)
4.1 Pre-Commissioning Checks
4.2 handling of items at site
4.3 Storage at site
4.4 Unpacking & Installation procedure
5.0
Operation Guidelines for plant
personal/user/operator
5. 1 Interlock & Protection logic along with the
limiting values of protection settings for the
equipment along with brief philosophy behind
the logic, drawings etc. to be provided.
used, checks to be made, records to be
maintained, clearances etc. to be mentioned.
Tolerances for fitment of various components to
be given.
6.3 Preventive Maintenance & Overhauling
schedules linked with running hours/calendar
period along with checks to be given
6.4 Long term maintenance schedules especially for
structural, foundations etc.
6.5 Consumable list along with the estimated
quantity required during commissioning, normal
running and during maintenance like Preventive
Maintenances and Overhaul. Storage/handling
requirement of consumables/self-life.
ANNEXURE VIII
CONTENT
5. CONCLUSION
This guideline is prepared in intent to provide proper site storage and preservation of the
Mechanical, Electrical and C & I items / equipment supplied under various bought out
packages/items. This storage procedure shall be followed at different power plant sites by
concerned agency for storage and preservation from the date of equipment received at
site until the same are erected and handed over to the customer.
Many of the items may be required to be kept in stores for long period. It shall therefore
be essential that proper methods of storage and preservation be applied so that items do
not deteriorate, loose some of their properties and become unusable due to atmospheric
conditions and biological elements.
1. To the extent feasible, materials should be stored near the point of erection. The
storage areas should have adequate unloading and handling facilities with adequate
passage space for movement of material handling equipment such as cranes, fork lift
trucks, etc. The storage of materials shall be properly planned to minimise time loss
during retrieval of items required for erection.
2. The outdoor storage areas as well as semi-closed stores shall be provided with
adequate drainage facilities to prevent water logging. Adequacy of these facilities shall
be checked prior to monsoon.
3. The storage sheds shall be built in conformity with fire safety requirements. The stores
shall be provided with adequate lights and fire extinguishers. ‘No smoking’ signs shall
be placed at strategic locations. Safety precautions shall be strictly enforced.
4. Adequate lighting facility shall be provided in storage areas and storage sheds and
security personnel positioned to ensure enforcement of security measures to prevent
theft and loss of materials.
5. Adequate number of competent stores personnel and security staff shall be deployed
to efficiently store and maintain the equipment / material.
Page 1 of 13
Page 307 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
preserving the identification marks and tags in good condition. The group codes shall
be displayed on the racks
6. At no time shall any materials be stored directly on ground. All materials shall be
stored minimum 200 mm above the ground preferably on wooden sleepers
1. All special measures to prevent corrosion shall be taken like keeping material in dry
condition, avoiding the equipment coming in contact with corrosive fluid like water,
acid etc.
2. Materials which carry protective coating shall not be wrapped in paper, cloth, etc., as
these are liable to absorb and retain moisture. The material shall be inspected and in
case of signs of wear or damages to protective coating, that portion shall be cleaned
with approved solution and coated with an approved protective paint. Complete record
of all such observations and protective measures taken shall be maintained.
3. Generally equipment supplied at site are properly greased or rust protective oil is
applied on machined/ fabricated components. However periodic inspection shall be
carried out to ensure that protection offered is intact.
4. While handling the equipment, no dragging on the ground is permitted. Avoid using
wire rope for lifting coated components. Use polyester slings (if possible) otherwise
protective material (e.g. clothes, wood block etc.) should be used while handling the
components with rope / slings
5. For Equipment supplied with finished paint, touch paint shall be done in case any
surface paint gets peeled off during handling. Otherwise such surfaces shall
necessarily be wrapped with polythene to avoid any corrosion. Further for equipment
wherein finish coat is to be applied at site, site to ensure that equipment is received
with primer coat applied.
6. It shall be ensured by periodic inspection that plastic inserts are intact in tapped holes,
wherever applicable.
7. Pipes shall be blown with air periodically and it shall be ensured that there is no
obstruction.
8. Silica gel or approved equivalent moisture absorbing material in small cotton bags
shall be placed and tied at various points on the equipment, wherever necessary.
Page 2 of 13
Page 308 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
10. All the electrical equipment such as motors, generators, etc. shall be tested for
insulation resistance at least once in three months and a record of such measured
insulation values shall be maintained.
- In case of any damages, these shall be promptly notified and in all cases, the
repairs / rectification shall be carried out.
- Any items found damaged or not suitable as per project requirements shall be
removed from site. If required to store temporarily, they shall be clearly
marked and stored separately to prevent any inadvertent use.
Page 3 of 13
Page 309 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
The types of storage are broadly classified under the following heads:
i Closed storage with dry and dust free atmosphere. (C )
The closed shed can be constructed by using cold-rolled / tubular components for
structure and corrugated asbestos sheets / galvanised iron sheets for roofing. Brick
walls / asbestos sheets can be used to cover all the sides. The floor of the shed can
be finished with plain cement concrete suitably glazed. The shed shall be provided
with proper ventilation and illumination.
Page 4 of 13
Page 310 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
A separate yard to be identified as “scrap yard” slightly away from main open yard to
store wooden/steel scraps, which are to be disposed off. This is required to avoid mix
up with regular components as well as to avoid fire hazard.
Some of the components, which are having both machined & un-machined surfaces
and are bulky, shall be stored in open storage area on a raised ground and suitably
covered with water proof / fire retardant tarpaulin.
Page 5 of 13
Page 311 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
The equipment listed below shall be stored and inspected as per requirement mentioned in the
table below.
Type of
Sl. No. Description of the equipment Check for Remarks
Storage
Raw material /mechanical items like pipes, plates, structure sections etc.)
Damage , paint,
Provide end
1. Steel pipes ( lined/unlined) S corrosion, rubber
cap
lining peeling
Damage, paint,
2. MS Plates S
corrosion
3. SS Plates S Damage
Provide end
4. Non-metallic pipes S Damage, cracks
cap
Provide end
5. Stainless steel pipes S Damage ,
cap
Damage, paint,
6. MS sections, beams S
corrosion
Damage, condition of
7. Cable trays S
preservations
Damage, paint,
10. Hangers Rods S
packing
Damage, paint,
13. Castings O
corrosion
Covered
Atmospheric storage tanks Damage, paint, nozzles
15. O
(unlined) corrosion
Page 6 of 13
Page 312 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
Type of
Sl. No. Description of the equipment Check for Remarks
Storage
Damage, paint,
16. Pressure vessels (lined) S corrosion, rubber
lining
Damage, paint,
17. Atmospheric storage tanks(lined) S corrosion, rubber
lining
Damage , paint,
18. Support structures O
corrosion
Damage , paint,
19. Flanges C
corrosion
Damage , paint,
21. Vessels internals C
corrosion ,packing
Damage , paint,
22. Grills S
corrosion
Damage , paint,
23. Angles S
corrosion
Damage , paint,
25. Cranes, rails S
corrosion
Damage , paint,
26. Stair cases O
corrosion
Damage , paint,
27. Ladders/handrails O
corrosion
Damage , paint,
28. Fabricated ducts S
corrosion
Damage , paint,
29. Isolation Gates O
corrosion
Damage , paint,
30. Fabricated boxes/panels S
corrosion
Page 7 of 13
Page 313 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
Type of
Sl. No. Description of the equipment Check for Remarks
Storage
Provide end
32. Fittings S Damage , packing
cap
Provide end
38. SS tubing C Damage , packing
cap
Damage , packing,
44. Gear box C
corrosion
Damage , packing,
45. Bearings C
corrosion
Damage , packing,
46. Fans S
corrosion
Damage , packing,
47. Dosing skids S
corrosion
Damage , packing,
48. Pump assemblies S
corrosion
Page 8 of 13
Page 314 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
Type of
Sl. No. Description of the equipment Check for Remarks
Storage
Damage , packing,
51. Elevators( CONTAINERIZED) O
corrosion
Chemicals and consumables ( acid, alkali, paints, oils, reagents and special chemicals)
Store in
canes/
storage
tank in Date of production/ hazardous
66. Hydro Chloric Acid (HCl)
dyke leakage/fumes chemical
area
Store in
canes/
storage
tank in Date of production/ hazardous
67. Sulphuric acid (H2SO4 )
dyke leakage/fumes chemical
area
Page 9 of 13
Page 315 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
hazardous
chemical ,self-life
To be stored Date of production/ normally 15-30
69. Sodium hypo chlorite
under shed leakage/ fumes days after which
strength of
chemical decays
Store in closed
Date of production/ storage tanks,
70. Ammonia S
leakage/ fumes hazardous
chemical
Prevent moisture,
74. Alum bricks C Damage to packing
rain
Store in closed
75. Poly electrolyte S
storage tanks
Page 10 of 13
Page 316 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
Prevent moisture,
85. Cement C Damage of packing
rain
Refer
87. ION exchange resins C Damage , packing manufacturer
guidelines
Refer
88. RO membranes C Damage , packing manufacturer
guidelines
Refer
89. UF membranes C Damage , packing manufacturer
guidelines
Refer
90. Cleaning chemicals C Damage , packing manufacturer
guidelines
Refer
Chemicals for
91. C Damage , packing manufacturer
analysers/calibration
guidelines
Page 11 of 13
Page 317 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
5. CONCLUSION
Concerned storage agency at site should make sure that loss in equipment performance
and wear & tear are minimised through proper storage and preservation. The above are
broad guidelines and cover major equipment / materials. However specific storage
practices shall be followed as per manufacturer recommendation. All the necessary
measures even in addition to the ones mentioned above, if found necessary, should be
taken to achieve the objective.
Page 12 of 13
Page 318 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
Page 13 of 13
Page 319 of 680
TITLE SPECIFICATION NO : PE‐TS‐412‐155A‐A001
2X 660 MW ENNORE SEZ STPP VOLUME: II B
TECHNICAL SPECIFICATION FOR REV 00
CONDENSATE POLISHING UNIT SHEET
ANNEXURE IX
INPUT DRAWINGS
SL. DRAWING TITLE DRAWING NO.
NO.
1. P & ID OF CONDENSAT POLISHING UNIT PE-DG-412-155A-A001 ( 2 SHEETS)
2. T.G. EQUIPMENT LAYOUT PLAN AT EL. 0.0M PE-DG-412-100-M003 R2
3. PLOT PLAN PE-DG-412-100-M001-R 1A
SECTION – D
INSTRUMENTATION
SECTION – D1
STANDARD TECHNICAL SPECIFICATIONS (MECHANICAL)
STANDARD TECHNICAL SPECIFICATION FOR CONDENSATE POLISHING PLANT
1. INTRODUCTION
For maintaining the feed water purity condensate polishing plant will be provided in the feed water cycle at the
downstream of condensate extraction pumps. The function of the CPU will be to purity the condensate effluent
from the condenser by removing solids and dissolved salts with the intent of reducing corrosion and depositions
in the steam-water cycle. The proposed Condensate Polishing Unit (CPU) shall treat the condensate of the
Turbine-Generator (TG) Units of the power station, using deep Mixed Bed Ion exchange Polisher vessels and an
external regeneration system. One (1) number of Condensate Polishing Plants (CPP), for each TG (Turbine-
Generator) unit, along with one complete common external regeneration system shall be provided alongwith
instrumentations, valves and pipings, controls etc.
2.1 The proposed Condensate Polishing Plant (CPP) shall treat the condensate of the respective Turbine-
Generator (TG) Units of the power station. The system shall be as per tender drawing titled P&ID of
Condensate polishing Plant.
2.2 The proposed schematic arrangement of the condensate polishing plant and its regeneration facilities
shall be as per the enclosed P & ID. Arrangements of vessels, piping, and valves shown in regeneration
area are for reference only. Actual regeneration process shall be supplier specific.
2.3 There shall be three service vessels (3X50%) for each 660 MW unit each polishing 50% of the
condensate flow corresponding to VWO (valve wide open) condition at 1% make up (Flow through each
service vessel indicated in the data sheet) & all HP heaters out of service condition.
2.4 A common external regeneration facility for both the units shall be provided. For regeneration, resin from
the exhausted exchanger vessel will be transferred hydraulically to this facility. The exhausted resin
charge will be cleaned, separated, regenerated, mixed and rinsed before being stored for the next use.
2.5 The common influent and effluent headers of each CPU, will be connected to an automatic bypass
line (s) to be provided by Contractor. On high pressure signal across the service vessel, the
automatic control valve(s) in the bypass line(s) shall open, bypassing the service vessel(s).
2.6 In the event of a tube failure in the condenser, circulating water will enter the condensate system
and will contaminate it. Typical composition for the “START-UP OR CONDENSER LEAK CONDITION”
is given in the technical specification and the condensate polishing plant shall be designed for such
condition as mentioned.
2.7 Polisher mixed bed / service vessels of each 660 MW Unit shall be located in respective TG hall unit.
However the regeneration system shall be common to polisher of both the units and shall be external and
in building (except bulk acid & alkali storage facility & N-pit which is in open area). The CPU regeneration
system will be located near DM plant area (kindly refer plot plan for the same).
2.8 The equipments kept in open area (Pumps, blowers, motors, tanks, instruments, analysers etc.) have
localized shade provisions which is in bidder’s scope. All the instruments associated with condensate
polishing plant shall be provided with proper enclosures by Bidder. All vessels, pumps & blowers and their
drives and other electrical and C&I equipments/accessories of regeneration system shall be suitable for
outdoor duty and enclosures class of all the equipments shall be suitably selected by the bidder.
3.1 There shall be three service vessels (3X50%) for each 660 MW unit each polishing 50% of the
condensate flow corresponding to VWO (valve wide open) condition at 1% make up & all HP heaters out
of service condition (Flow through each service vessel indicated in the data sheet)
The following dissolved solids concentration and conditions shall be used as a basis of design for the condensate
polishing system.
The inlet and outlet quality ionic concentrations for design of CPU exchanger shall be as mentioned below:
Note-1: For temperature 50°C and above the silica value in the effluent shall be based on the resin supplier’s
recommendations.
Under the Normal Condition, each Condensate Polisher Mixed Bed shall be designed to operate in hydrogen
cycle for not less than 720 hours (30 days) of continuous operation, while maintaining the above treated
condensate quality.
In addition to the dissolved solids, the influent condensate shall also contain some quantities of suspended solids
(crud) derived from the corrosion of water and steam carrying pipelines, turbine condenser, and steam side of
the feed water heater. Normally this concentration will not exceed about 50 ppb and the polisher beds shall
provide sufficient filtering action to restrict the effluent crud content to less than 5 ppb & same shall be
guaranteed.
Under the above operating and design flow through the polisher units, the un-ammoniated resins shall not reach
“ammonia break-point” in less than 30 days (720 hrs.) of continuous operation while maintaining the above
effluent quality. Whenever specific conductivity starts increasing from 0.1 micro mhos/cm in the effluent, it is
deemed that “ammonia break point” is reached. The effluent values indicated above shall be the maximum
values.
The inlet and outlet quality ionic concentrations for design of CPU exchanger for startup or condenser tube
leakage conditions shall be as mentioned below:
Useful service run under this condition shall be 50 hours before regeneration.
3.2 Influent water quality as indicated in the above clauses is minimum only. Bidder to check the
same and higher values, if felt by them, shall be considered in the design so as to meet the specified
effluent quality.
3.3 The bed cross section in the service vessels shall be such that the average velocity of condensate through
it shall not exceed 2 meters/min (120 M3/hr/M2) at the design flow rate. The effective depth of mixed bed
in condensate polisher service vessel shall be not less than 1100 mm.
3.4 At the design flow rate, the pressure drop between inlet and outlet flanges of the polisher Condensate
Polisher Mixed Beds with clean resin bed shall not exceed 2.0 bar (g). This pressure drop shall include
losses due to entrance and exit nozzles, distributors, under drains, resins and the effluent resin traps.
Maximum pressure drop under dirty conditions shall be restricted to about 3.5 bar (g) including the
pressure drop across effluent resin traps.
3.5 Cation resins shall be regenerated by dilution of technical grade hydrochloric acid to IS: 265
(concentration 30-33% by volume) and anion resins by sodium hydroxide, rayon grade to IS: 252 available
as 48% lye. For calculations regeneration temperature should be taken as 25° C.
In no case, the regeneration levels cannot be lower than the valves indicated below:
a) Cation resin: 125 kg of 100% HCl per cubic meter of resin
b) Anion resin: 160 kg of 100% NaOH per cubic meter of resin.
3.6 Rinse water outlet headers from condensate-polisher vessels shall be provided with a pressure reducing
valve and orifice plate, suitably designed to enable the water entry to the condenser hot well under all
operating condition of condenser. The pressure reducing station shall consist of both a pressure reducing
valve from design pressure of service vessel to condenser vacuum or a combination of orifice plates to
reduce pressure from design pressure of service vessel to 2 kg/cm2 and a pressure reducing valve from 2
kg/cm2 to condenser vacuum.
3.7 While calculating pump head, 10% margin (minimum) shall be considered of the value of friction
losses. Pipe friction loss shall be calculated as per William-Hazen formula and “C” value to be
adopted shall be as below:-
Pump recirculation with a regulating valve shall be provided for all the pumping system.
4. GUARANTEES
All the design parameters at clause no 3.0 of this chapter, i.e. the effluent quality, the design flow, design
service length and Pressure drop across the resin bed in clean and dirty condition at rated design flow
shall be guaranteed by the Bidder. In addition to that Bidder to refer detail chapter of guarantees as
specified in Section C1-C of this specification for the same.
5. SYSTEM REQUIREMENT
5.1 The regeneration process offered by the bidder, shall be of proven design and shall essentially be the
same process by virtue of which the bidder is qualified and shall give resin-separation compatible with the
desired effluent quality. Documentary evidence shall be submitted by the bidder to the Customer/BHEL to
establish this requirement during detailed engineering stage if required.
5.2 The bidder shall include inert resin in the system if they feel that it helps in better resin separation.
5.3 In case, after separation of resins, there are undesired contaminant resins, the bidder shall provide a
system either to eliminate this cross contamination of resins or to nullify the detrimental effect of
entrapped resins to the effluent quality.
Page 331 of 680
TITLE SPECIFICATION NO:PE‐TS‐412‐155A‐A001
2X 660 MW ENNORE SEZ STPP VOLUME: II B
TECHNICAL SPECIFICATION FOR REV 00
CONDENSATE POLISHING UNIT SHEET
5.4 EXCHANGE RESINS
(a) The plant shall include resins for each condensate polisher service vessels along with one (1) spare
charge of resin in the mixed resin storage tank. Two (2) spare charge of resins per unit during
commissioning and one (1) spare charge of resins as mandatory spares. Total resin charges shall be
supplied for the project is twelve (12) nos. One resin charge shall be considered as resin required for one
service vessel i.e. cation resin, anion resin and inert resin ( if any) used for the project.
(b) The resins used for the Condensate Polishing Unit are of the spherical form. Base of the ion-exchange
resins shall be copolymer of styrene and divinyl benzene forming a macro porous or macrorecticular
structure. Other details are as follows:
(c) The total wet volume Exchange Capacities shall be based on resin supplier recommendations.
(d) Cation-anion resin ratio shall be 1.5 parts Cation to 1.0 part anion by volume. In case the process require
any non-ionic resin the same shall represent at least 10% of the bed volume, but not less than 15 cm of
the bed depth in the resin separation / cation regeneration tank of the external regeneration facility. The
CPU Grade resin shall be of uniform particle size quality. Cation resins shall be supplied in hydrogen form
and Anion resins shall be supplied in hydroxide form.
Particle size: The resins shall be in the form of spherical beads. All resins, when wet screened with U.S.
standard sieves, shall pass through a No.14 sieve no more than 2 percent shall be retained on a no. 16
sieve, and more than 2 percent shall pass through a no. 40 sieve. The particle sizes and densities shall
be carefully controlled to facilitate clear separation between the resins during regeneration process.
Bead Strength: The average force required to fracture individual beads of cation resins in hydrogen
form, anion resins in hydroxide form, and the inert resins, shall exceed 350 grams. Not more than 5
percent of the beads tested in each batch shall get fractured by forces less than 200 grams.
i. Total wet volume ion-exchange capacities in equivalents/liter shall not be less than the following:
ii. The resins shall contain a minimum of metallic and organic impurities consistent with good processing.
The processing procedure will include rinsing the resins with demineralized water before packing, so
that further rinsing will not be required before use. Foreign objects in the resins shall constitute a basis
for its rejection.
(g) The resins shall be of reputed manufacturer with adequate past record of successful service for not less
than 3 years in similar application. Some of these possible resin systems shall be as follows:
1.0 Duolite.
2.0 Rohm and Hass
3.0 Dowex
4.0 Purolite.
(h) The resin shall be suitable for the condensate temperature that may be achieved in all operating regimes
of TG cycle. However, the anion resin shall be suitable for a minimum temperature of 60 deg.C.
Page 332 of 680
TITLE SPECIFICATION NO:PE‐TS‐412‐155A‐A001
2X 660 MW ENNORE SEZ STPP VOLUME: II B
TECHNICAL SPECIFICATION FOR REV 00
CONDENSATE POLISHING UNIT SHEET
6. CONDENSATE POLISHING UNIT:
6.1 Condensate Polisher vessels complete with condensate inlet and outlet connections, connections for resin
transfer to and from the vessels, bed support-cum-under drain system, inlet water distributors air
distribution arrangement for resin mixing, all fittings and appurtenance as specified and as required.
6.2 External resin traps at the condensate & rinse outlet of each of the condensate polisher mixed beds each
designed for in-place manual back flushing facility.
6.3 Condensate inlet and outlet headers with pipe connections to the condensate polisher vessels.
6.4 Resin transfer headers connecting the common external regeneration facilities to the condensate polisher
vessels.
6.5 Rinse water outlet headers from condensate-polisher vessels shall be provided with a pressure reducing
valve and orifice plate, suitably designed to enable the water entry to the condenser hot well under all
operating condition of condenser.
6.6 All necessary valves, and fittings for the installations with actuators necessary for their remote operation
from CP System Control Panel of each 660 MW Unit. These shall include suitable foolproof arrangement
to prevent accidental over pressurization of the resin transfer pipeline and regeneration facilities
connected to it, which are designed for pressure much lower than that of the Condensate Polisher Mixed
Beds.
6.7 A drain header for the condensate polisher service vessels .All necessary drains, vents and sampling
points, with valves as required.
6.8 Emergency bypass between the condensate inlet & outlet headers for each unit.
6.9 Service vessel design pressure shall be equal to shut off pressure of condensate extractions pump
plus 5% margin or as specified in data sheet (A) of this technical specification, whichever is higher.
6.10 Design temperature of the service vessel shall take care of all operating regimes including HP-LP
bypass operation.
6.11 Two (2) nos. (1W + 1S) per unit oil free type air blowers with electric motor drive for supplying air required
for mixing the resins in service vessels.
6.12 The polisher units shall be provided at common inlet and each outlet unit with a minimum of following
analytical online analysers i.e. PH analyzer, Conductivity analyzer, Sodium analyzer, Silica analyzer,
Chloride analyzer and Cation Conductivity analyzer. However the Sodium analyzer, Silica analyzer &
Chloride analyzer provided shall be of multichannel type which shall measure the values of common inlet
and each service vessel outlet.
7.1 All pressure vessels shall be designed and constructed in strictly in accordance with the ASME code
Section VIII Div.-I Ed 2010 /IS-2825 or acceptable equivalent international standard.
7.2 All pressure vessels shall be fabricated from carbon steel plates as per SA-516 Gr. 60/ 70 and lined
internally.
7.3 Lining used shall be natural rubber having a shore durometer reading of 65 ± 5 Shore ‘A’ as per IS 4682
Part I.
7.4 The lining shall be applied in three layers, resulting in a total thickness of not less than 4.5 mm
anywhere on the internal surfaces of the vessels. The lining shall extend over the full face of all flanged
connections and shall have a minimum thickness of 3 mm in all such external areas.
Inlet water and regenerant distributor- Hub and internals diffuser splash plate or header and perforated
laterals. Material of construction shall be SS-316.
Under Drains-
The under drain system shall be provided with screened laterals with internal perforated pipes and rubber
lined flat bottom. For resin separation/ regeneration/ mixed resin vessels, it may have fully screened
bottom (NEVA – clog type with pora-septanurese screen, fully supported by subway grid or equal)
/Fasteners.
All internal fasteners shall be of SS-316 and heavy duty locknuts shall be used throughout.
Outlet of each condensate polisher vessel, activated carbon filter shall be provided with a resin trap.
Pressure drop at design flow through a clean resin trap shall not exceed 0.35 kg/sq.cm. Resin trap shall
be of steel construction and internals shall be of SS-316 construction. Resin traps of process effluent line
shall have screen opening not exceeding 120 percent of associated process vessel under drain screen
Opening. Other resin traps shall have screen opening of 60 mesh. Manual back flushing shall be provided
for all resin traps.
Carbon Trap (for ACF): Outlet of each Activated Carbon filler on Carbon trap (media trap) shall be
provided.
8.1 Each Condensate polisher service unit shall be provided with an automatic bypass for the condensate
polisher on the condensate inlet and outlet headers of the unit with a Butterfly control valve and Butterfly
isolation valves (resilient material seated, to ensure bubble-tight shut off) on the upstream and
downstream sides of the control valve.
8.2 In the event of excessive pressure differential (0.35 MPa) between the condensate inlet and outlet
headers, this control valve will open automatically to bypass requisite quantity of condensate to prevent
this pressure differential from exceeding a preset limit when two vessel/one vessel/no vessel is in
operation.
8.3 Either 2X50% capacity valves or 1X100% capacity control valve shall be provided to achieve proper
control under all operating conditions.
8.4 The control system shall be so designed that the control valve is able to bypass 50 % of rated flow when
any of the service vessel is out of service & 100% when both the service vessels are out of service.
8.5 The isolation valves shall be provided with geared operators for manual operation. The entire system shall
be designed for an internal pressure of at least the design pressure of service vessels and for a maximum
condensate flow of not less than total design flow of all the working service vessels.
8.6 Complete instrumentation and controls for this system, including the differential pressure transmitters,
panel mounted indicating type controller with provision for remote manual operation, actuator for the
control valve with position indicator shall be furnished by the bidder as part of this package. All tubing,
wiring, air sets, and other fittings, required to complete the system, shall also be installed by bidder.
9.1 One common facility for regeneration of the resins from the condensate polishers for both the units shall
be provided and consisting of following:
Page 334 of 680
TITLE SPECIFICATION NO:PE‐TS‐412‐155A‐A001
2X 660 MW ENNORE SEZ STPP VOLUME: II B
TECHNICAL SPECIFICATION FOR REV 00
CONDENSATE POLISHING UNIT SHEET
a. Resin Separation & Cation Regeneration Vessel.
b. Anion resin regeneration vessel.
c. Mixed resin storage vessel.
Note: The type of above vessels mentioned under sr. no. a, b, c shall be as per supplier process
requirements.
9.2 One (1) no. Resin Injection Hopper, complete with a water ejector system for resin make-up. The tank
shall be sized to handle up to 150 liters of as received new resins.
9.3 Common waste effluent header with one resin trap designed for in-place manual backwashing.
9.4 Two (2) (1W+1SB) nos. oil free type air blowers, each with electric motor drives for supplying all the
process air required for cleaning of resins and their regeneration processes. Each blower shall be
complete with motor, V-belt drive with belt guard, inlet filter / silencer, v-belts and discharge snubber, all
mounted on a single base, along with Relief valves, Acoustic hood etc. as required.
9.5 Two (2) nos. CPU Regeneration cum Resin Transfer Pumps each with electric drive motor drives, one
normally operating and the other standby, for water supply for chemical preparation / dosing and transfer
of resin from service vessel to regeneration vessels & vice-versa, backwash & rinse activities shall be
provided.
9.6 BULK ACID & ALKALI STORAGE & ACID/LAKALI DOSING SYSTEM:
The Acid and alkali dosing equipment for regeneration of condensate polishing resins shall preferably be
mounted on skid. All the equipment, piping etc. shall be assembled on two structural steel skids one for
acid and one alkali dosing equipment. This shall consist of at least the following:
a. One (1) no. acid measuring tank of adequate capacity to hold 120% acid required for one regeneration.
b. One (1) no. alkali preparation tank complete with electrically driven stirrer, and dissolving basket. The
tank capacity shall be equal to 120% of regeneration requirement of one regeneration.
c. One (1) no. alkali measuring tank complete with electrically driven stirrer, and dissolving basket. The
tank capacity shall be equal to 120% of regeneration requirement of one regeneration.
d. One (1) no. hot water tank for heating of alkali diluent water with (2X50%) electric heating coil,
adequately insulated of stainless steel construction shall be provided. The capacity of tank shall be
minimum 20% higher than the maximum water demand. This tank shall be provided with burn out
protection, pressure relief valve, level switches, temperature indicator etc. The heaters shall be sized for
heating the water from a temperature of 15 to 50 deg. C in 5 hours at the outlet of ejector.
e. One (1) no. Activated Carbon Filter for alkali rated flow of the filter shall not be less than the design
capacity of the alkali unloading pump, and the maximum velocity through the filter for this flow shall not
exceed 12 meters/hour: Depth of the filter materials shall not be less than 1 meter.
f. Two (02) numbers (1W+1S) simplex hydraulically operated diaphragm type acid dosing pumps with
electric motor drive, pulsation dampener & safety relief valve at the outlet header of each pump along
with all other required accessories for acid dosing.
g. Two (02) numbers (1W+1S) simplex hydraulically operated diaphragm type alkali dosing pumps with
electric motor drive, pulsation dampener & safety relief valve at the outlet header of each pump along
with all other required accessories for alkali dosing.
h. One (1) no. hose Station for Transfer of Hydrochloric Acid (30-33% HCl).The hose station shall consist
of one (1) no. of hose pipe. Hose size shall be of 80 mm /NB @ 20 m, provided along with coupling &
diaphragm type isolation valves.
i. One (1) no. hose station for transfer of Alkali (48% NaOH). The hose station shall consist of one (1) no.
of hose pipe. Hose size shall be of 80 mm /NB @ 20 m, provided along with coupling & diaphragm type
isolation valves.
Page 335 of 680
TITLE SPECIFICATION NO:PE‐TS‐412‐155A‐A001
2X 660 MW ENNORE SEZ STPP VOLUME: II B
TECHNICAL SPECIFICATION FOR REV 00
CONDENSATE POLISHING UNIT SHEET
j. Two nos. (2X100%) Acid unloading pumps each complete with electrical drive motor and all other
accessories as required.
k. Two nos. (2X100%) Alkali unloading pumps each complete with electrical drive motor and all other
accessories as required.
l. Two nos. (2X100%) Alkali transfer cum recirculation pumps each complete with electrical drive motor
and all other accessories as required.
m. Two (2) nos. Bulk Acid storage tanks complete with integral pipe works, valves, level transmitter, level
gauges, fume absorber cum overflow seal pot and all other accessories required.
n. Two (2) nos. Bulk Alkali storage tanks complete with integral pipe works, valves, level transmitter, level
gauges, CO2 absorber, over flow seal pot and all other accessories required.
o. Carbon trap shall be provided at the outlet line of Activated carbon filter. This carbon trap shall have
screen opening of 60 mesh.
p. One (1) no. Neutralization Pit of RCC construction with two (2) compartments with acid and alkali
resistant lining along with isolation gates shall be provided in the CPU regeneration area. Each section
shall have capacity to hold 150% of waste water generated from CPU in one regeneration + 120% of
waste generated from RO –DM plant in one regeneration. Dosing of acid and alkali shall also be
provided to neutralize effluents of CPU regeneration waste before disposal.
q. One (1) no. Acid Measuring Tank for Neutralization- pit complete with integral pipe works, valves &
instruments all other accessories.
r. One (1) no. Alkali Measuring Tank for neutralization-pit along with slow speed agitator driven by motor
complete with integral pipe works, valves & instruments all other accessories.
s. Two (2 x 100%) capacity Waste Recirculation / Disposal pumps, each complete with electrical drive
motor. These pumps shall be of horizontal centrifugal type with priming arrangement and shall be
supplied for waste recirculation and disposal to CMB of ETP. The pump shall be designed to pump the
total volume of one section of the neutralization pit in 2 hours. Proven agitation system like air agitation,
venture mixing etc. shall be provided in addition to recirculation from pumps.
u. All interconnecting piping, valves and fittings as required for the CPU regeneration system.
The pressure vessels in the external regeneration facility shall be provided with adequate freeboards over the
top of the settled resins, to minimize resin loss during their use. Minimum permissible freeboards are as
follows:
However if a vessel is used for more than one service, then the vessel design shall be based on the service
which gives maximum free board.
Note: Mill tolerances 0.3 mm shall be considered for determining the thickness of the shells and dished
ends of pressure vessels. A minimum thinning allowance of 2 mm shall be considered for the dished
ends of pressure vessels.
Rated flow of the filter shall not be less than the design capacity of the alkali transfer-cum recirculation
pump, and the maximum velocity through the filter for this flow shall not exceed 12 meters/hour. Depth of
the filter material shall be as specified in DATASHEET –A of this specification.
The filtering medium shall be granulated activated carbon, meeting following minimum requirements. Total
Surface area : Not less than 850 sq.m/gm.
Bulk density : Not less than 400 kg/cu.m.
Iodine number : 850 minimum
Uniformity coefficient : 1.9 or less
Abrasion number : 70 minimum
Ash : 8% maximum
Mean particle diameter shall be about 1.5-1.7 mm with following size distribution:
On 20 mesh : Less than 3%
Through 40 mesh : Less than 10%
Through 50 mesh : Less than 1%
The filter shall be provided with all necessary valves and connections for manual backwashing and rinsing
with demineralized water. Rate set valves shall be provided with adjustable limit stops for setting
backwash and rinse rates.
11.2 DM Water storage tanks (Not in bidder’ scope) for Condensate polishing Plant
DM water required for CPU regeneration as well as resin transfer operations shall be drawn from DM
Water Storage Tanks (not in bidder’s scope) .However provision of suction nozzle & recirculation
nozzle for CPU plant DM water requirement, shall be there is BHEL provided each DM water storage
tanks (2nos.). Bidder to consider the piping from these suction nozzles to CPU regeneration a cum
resin transfer pumps and recirculation line piping from the outlet discharge line of these pumps to
each DM water storage tanks recirculation nozzle with an automatic valve. Further Bidder to
consider interlock (trip) of these pumps from the Level transmitter /level switch provided in both the
DM water storage tanks.
The bidder shall provide a hopper type tank for resin make-up, using water slurry, to the condensate
polishing systems. This make-up system will constitute a portion of the condensate polishing external
regeneration system. The resin hopper shall have a conical bottom and a flat top. The top shall have a
piano type hinged port, having a lifting handle, of sufficient size for easy resin loading. The resin shall
discharge through a bottom connection to a water ejector for transport. Water shall be added to the
hopper to assist in the resin transfer. The ejector discharge shall be to the resin separation-cation
regeneration vessel. Demineralized water shall be used throughout for the resin transfer. Piping of the
resin make-up system shall be the responsibility of the Bidder as a part of the external resin regeneration
system.
a) Capacity
The resin make-up hopper tank shall be sized to handle up to 150 liters of as received new resin per
single injection.
b) Material
The resin make-up hopper tank shall be fabricated of mild carbon steel having a minimum thickness
of 6 mm and lined.
12. PIPING
12.1 Bidder shall design, supply and erect the piping between the service units and the common external
regeneration facility, for transferring the exhausted and regenerated resins as required.
12.2 All piping shall be laid above ground and generally laid in pipe trestles including crossing of
road/pipe/cable trenches if any. Piping of between chemical tanks area and regeneration area etc. may be
laid on pedestals if layout permits.
12.3 Complete supporting system for the pipeline shall be designed, fabricated and supplied by the
Bidder. Inside the building, the overhead portion of the pipeline may be supported from the building
structures. In outdoors, the pipeline may run on steel posts. Crossing of the roads shall be on a pipe
bridge with a clear height of at least 6.1 meters over the road surface. All the steel structures of the
pipe bridge and the supporting posts along with all necessary hanger, clamps, connecting steel,
fixing bolts, nuts, etc. shall be supplied and erected by the bidder.
12.4 Routing of this pipe line shall be developed by the bidder and shall be finalized in coordination with the
BHEL/Customer, based on the space available and the final layout.
12.5 The resin transfer pipeline arrangement shall avoid any sharp bends which cause segregation of the
mixed resins, and pockets where the resins can get trapped. Suitable observation ports shall be provided
in all critical areas to enable the operator to monitor completeness of the resin transfer operations. All
necessary arrangements for venting and draining of the pipeline shall be provided.
12.6 The resin transfer pipeline shall be sized for a flow velocity of between 2.3 and 3.0 meters/sec.
12.7 The condensate pipeline shall be sized for a flow velocity between 3 and 5 m/sec.
12.8 Remotely operated valves suitably interlocked with the plant operation, shall ensure that the resins get
transferred to and from only the particular service vessel which has been selected by the operator.
12.9 All lined vessel connections and connections in unlined vessels (25 Nb and larger) shall be flanged to
ANSI 150 lb class except the polisher service vessels which shall be ANSI 300 lb class: Flat face flanges
shall be used throughout. All flanged connections shall be supplied complete with matching counter
flanges, nuts, bolts and full face gaskets. All the pipeline in service vessels area where pressure may
attain same as service vessel shall be designed for 300 lb class.
12.10 Bidder to also the refer the detailed specification for low pressure piping for piping inside
regeneration area & power cycle piping for piping inside service vessel area which is enclosed
elsewhere in this specification.
13.1 Design pressure of the condensate Polisher Service Vessels shall be as indicated in the data sheet. For
all other pressure vessels, unless otherwise mentioned design pressure shall be at least 10 kg/cm2(g).
13.2 Design of all vertical cylindrical atmospheric storage tanks containing water, acid, alkali and other
chemicals shall conform to IS: 803.
13.3 Design of all horizontal cylindrical storage tanks containing water, acid, alkali and other chemicals shall
conform to BS 2594/ BS EN12285-2:2005.
13.4 Unless otherwise mentioned design temperature of all pressure vessels and storage tanks shall be
10 deg.C higher than the maximum temperature that any part of the vessel/tank is likely to attain during
operation.
13.5 In case, tank is subjected to vacuum, the same shall be taken care in designing the tank.
13.6 The design of Demineralized water storage tanks (Vertical type) shall conform to IS: 803. Supporting
frame where required shall be in accordance with IS: 800. The tank shall be ‘‘Non-pressure’’ fixed roof
type with atmospheric vents.
13.7 All vessels/tanks without inside rubber lining shall have a corrosion allowance of minimum 2 mm and mill
allowance (minimum 0.3 mm) for shell and dished ends. Thinning allowance of 2 mm (minimum) shall be
considered for dished end of torishpherical type.
13.9 All the atmospheric tanks shall have sufficient free board above the ‘‘Level High /Normal Level’’ as the
case may be. The overflow level shall be kept at least 20 cm or 10% of vessel height above the ‘‘Level
High /Normal Level’’ for all the tank except for the DM tanks for which a minimum height of 300 mm shall
be provided over the ‘‘High Level’’. Further, a minimum 300 mm free board shall be provided above the
top of overflow level to the top of tank.
13.10 Material:
i All pressure vessels shall be designed and constructed in strict accordance with the ASME code
Section VIII or acceptable equivalent international standard. Suitable mill tolerances shall be
considered for determining the thickness of the shells and dished ends. A minimum thinning allowance
of 2 mm shall be considered for the dished ends of torospherical type.
ii Pressure vessel ends shall be of dished design and constructed by forging, pressing or spinning
process. Spherical vessels for CPU service vessels are acceptable. Conical or flat ends shall not be
accepted. All the atmospheric vessels shall be at least 6 mm thickness.
iii All pressure vessels shall be fabricated from carbon steel plates as specified in DATASHEET-A and
lined internally. The lining shall be of rubber having a hardness of 65 plus/minus 5 shore -A meeting
the requirements of IS: 4682, Part-I. The lining shall be applied in three layers, resulting in a total
thickness of not less than 4.5 mm anywhere on the internal surfaces of the vessels. The lining shall
extend over the full face of all flanged connections and shall have a minimum thickness of 3 mm in all
such external areas.
1) Inlet water and regenerant distributor: - Hub and internals diffuser splash plate or header and
perforated laterals. Material of construction shall be SS-316 except for acid service which will be of
Hastealloy-B.
2) Under drains: Same as above with screened laterals with internal perforated pipes and rubber
lined flat bottom. For resin separation/regeneration/mixed resin vessels, it may have fully screened
bottom (NEVA - clog type with pora septanurese screen, fully supported by subway grid or equal).
3) All internal fasteners shall be of SS-316 and heavy duty locknuts shall be used throughout.
v Resin Traps: Outlet of each condensate polisher vessel, activated carbon filter and waste effluent
header of the common regeneration shall be provided with a resin trap. Pressure drop at design flow
through a clean resin trap shall not exceed 0.35 kg/sq.cm. Resin trap shall be of rubber lined steel
vi Carbon Trap (for ACF): Outlet of each Activated Carbon filler on Carbon trap (media trap) shall be
provided.
The regeneration system shall be external and common to the polisher of both the units. Under normal
conditions, it will hold a complete charge of freshly regenerated and mixed resin, ready for use, in its storage
tank. For regeneration, resin from the exhausted exchanger vessel shall be transferred hydraulically / hydro
pneumatically to this facility.
The empty exchanger vessel will then be filled up with the already regenerated resin which was stored in the
regeneration facility. This exchange vessel shall come into service soon after perquisite condition is satisfied or
as and when desired by the operator. In the meantime, the exhausted resin shall be cleaned, separated,
regenerated, mixed and rinsed before being stored for next use.
The control & operation of regeneration area shall be from OWS as well as OWES located in regeneration area.
Operation of Service vessel shall be from 1 no. OWS located in each unit of service vessel area.
A) GENERAL
(i) It shall be possible to operate the regeneration plant in Auto / Semi auto / Manual mode. In ‘Auto mode, once
the sequence has been initiated, it shall proceed from step to step automatically. In ‘Semi auto’ mode each
step shall be performed only after initiation by the operator. In ‘manual’ mode complete operation shall be by
the operator.
(ii) The control system shall link the various steps such as closing/ opening of different valves, starting / stopping
of various pumps etc. which form a sequence. The logic system shall adhere to the correct sequence of
operation and predetermined time intervals. The system shall have interlocks so that, criteria necessary for
each step are complete prior to proceeding to the next step.
(iii) It shall be possible to switch mode of operation from one to the other at any moment and the operation shall
proceed on the newly selected mode from that time.
(iv) For steps, which require frequent time adjustment and all other steps, it shall be possible to change the time
setting from the OWS/OWES.
(v) For all sequences, the current step number, time of the step, elapsed time of the step and the total elapsed
time of the sequences shall be indicated in the OWS/OWES.
(vi) The system shall incorporate the necessary safety features. During automatic sequential operation, if any
pre-requisite criterion is not fulfilled or missing for a pre-determined time interval, the steps shall not proceed
further, and alarm shall be provided. Missing criteria, sequence, which is under hold up etc. shall be
displayed.
(vii) The safety system for any sequence/step shall check the opening of the required valves and closure of the
remaining valves of the plants to avoid mal operation.
(i) Operation of the complete Condensate Polishing System shall be through Programmable Logic Controller
(PLC).In addition to above, local control desk with colored Mimic, Indicators, Ammeters,
H.W. Annunciator, P.B. and indication Lamps shall also be provided .The control and monitoring of
condensate polishing plant is done at two places:
The condensate-polishing unit shall be controlled from the PLC system, located near the service vessel.
This system shall be suitably interlocked with the regeneration system control panel.
Service vessel: The control & operation of the CPU service vessels shall be done from the 1 no. OWS for
Each TG unit provided & located in TG hall area near CPU Service vessels. RPU (Remote Processing unit)
shall also be provided near service vessel area of each TG unit.
Regeneration system: The operation of regeneration system shall be by means of PLC based control
system located in regeneration area. In addition to the PLC based system, Backup Control desk with coloured
Mimic, Indicators, Ammeters, H.W. Annunciator, P.B. and indication Lamps shall also be provided. Also
operation shall be envisaged from 2 No. of OWS (1 OWS & 1 OEWS), in regeneration area.
(ii) Facility to monitor the Condensate Polishing System from the Main control room is not envisaged. However
the status of major parameter shall be sent to the control room for indication purpose only.
(iii) This PLC shall have interface module for redundant and bi-directional OPC connectivity with DDCMIS. Taking
the equipment into service and regeneration of mixed-bed units shall be initiated manually from the OWS of
control system or local panel and balance operation shall be carried out sequentially by the control system.
Manual override facility is also provided for all operations.
(iv) The latest proven PLC system shall be provided. PLC should be sourced from original manufacturers; PLC
from system house shall not be acceptable. PLC system shall be complete with hot standby redundant CPU
of word length of 32bits minimum, Input / Output modules, dual serial link interface module for connecting
Input / Output Modules, dual Communication Processors, dual Memory modules and redundant Power supply
units. Power supply unit shall be redundant for each CPU & I/O rack. PLC system will be interfaced with
DDCMIS through OPC dual redundant communication interfacing (to be provided at PLC & DDCMIS end) for
important process parameters. PLC shall confirm to IEC – 61131.
(v) PLC shall be provided with necessary redundant ports & complete hardwares for Auto time synchronization
from Master clock time.
(vi) Open and Close limit switch feed backs of valves are to be connected to PLC for remote viewing and for
interlocks and protection.
(vii) Remote and local indications of various important parameters to the process requirement shall be provided.
(viii) The instruments shall be offered as per the process requirement for complete auto operation. All the
instruments/equipment/electrical items shall be provided & designed with maximum star rating as available in
line with energy conservation policies notified by BEE, GOI.
(ix) Necessary instruments pressure gauges, Temperature gauges, DP instruments, Pressure transmitters, Radar
Level transmitters, Differential pressure transmitters, Temperature Elements Various analysers, Magnetic
type level indicators, shall be provided. The junction boxes and instruments / electronics housing used shall
be Non – corrosive material.
(x) Flow transmitters at each CPU service vessel inlet shall be provided for monitoring the performance and
accountability.
(xi) Annunciations for abnormal conditions (as per system requirement) shall be provided in the Control Panel.
(xii) Pneumatic actuators with all accessories shall be controlled using solenoid valves, which shall be energized
from OWS / Control Panel. The opening and closing of these valves is based on system requirement, which is
programmed in the Control system. Feed backs to the control system regarding the valve open / close
position are set through the limit switches.
(xiii) Each of the solenoid valves in CPU plant shall be provided with ‘close-Auto-open control switches. In ‘Auto’
position of the control switch the solenoid valve shall receive close/open command from the Automatic
Page 341 of 680
TITLE SPECIFICATION NO:PE‐TS‐412‐155A‐A001
2X 660 MW ENNORE SEZ STPP VOLUME: II B
TECHNICAL SPECIFICATION FOR REV 00
CONDENSATE POLISHING UNIT SHEET
sequence logic
(xiv) Time synchronization of PLC with master clock system is to be carried out. Necessary hardware/software for
the same shall be provided.
(xv) PLC shall be connected to DCS through OFC with Modbus/OPC protocol for monitoring.
(xvi) 2 x 100% parallel redundant UPS, 1 x 100% Bypass stabilizer & 1 set of battery bank for minimum 60 minute
back up at 100% load shall be provided.
(xviii) Each condensate polishing system shall be provided with programmable logic control based local panel
that will clearly show the status of each service vessel. It shall be possible to select each of the CPU vessel
for any of the following operations or mode:
Service.
Isolation from service.
Exhausted Resin Transfer from CPU vessel to Regeneration plant.
Regenerated Resin Transfer from Regeneration Plant to CPU vessel.
Rinse recycle mode.
(xix) A mimic diagram shall be provided for the CPU scheme on the OWS and as well as front of the CPU control
panel. Status of various valves shall be indicated by LED’s on the mimic diagram.
Each condensate polishing system shall be provided with a programmable logic control based local panel that
will clearly show the status of each service vessel. From this panel it shall be possible to initiate any of the
following operating modes. This panel shall be located near the respective condensate polishing vessels.
The rinse recycle shall be manually initiated in full automatic sequence. This sequence shall include the rinse
down step using condensate at the desired flow rate until the unit effluent quality is acceptable for boiler feed
water. The effluent quality shall be determined by conductivity monitoring of the rinse water outlet which is
returned to the condenser hotwell for recycle. A panel mounted cation conductivity indicator shall be
interlocked to prevent advancing of the automatic sequence until the rinse down is complete.
SERVICE MODE
Service flow rate for each polishing vessel shall be monitored by panel mounted flow indicators. During
periods of low condensate flow the operator may select to remove one of the vessels from service by a
manually initiated automatic sequence. A differential pressure switch installed between the influent and
effluent headers will on a high signal cause an annunciator alarm. By observing the individual vessel flow
indicators, or conductivity at vessel outlet the operator can determine which vessel is contributing most to the
pressure drop and is in need of resin cleaning.
Panel mounted cation conductivity indicators shall monitor the polishing system influent and effluent streams
as well as the discharge of each service vessel. A high influent conductivity annunciator alarm will alert the
plant operator that a problem condition such as air or condenser cooling water leakage has occurred. This
conductivity analyzer shall also provide contacts for an alarm at the power station main control room. A high
effluent header or service vessel conductivity annunciator alarm will alert the operator to the need for
regeneration of a polishing vessel.
Normally ‘‘Service vessel’’ once exhausted shall be isolated from service till the ‘‘Resin Transfer’’ operation is
complete.
The sequence ‘Resin Transfer from CPU Vessel to Regeneration plant’ and Resin Transfer from
Regeneration plant to CPU Vessel’ shall be initiated from the condensate polishing unit control panel but shall
be controlled by the programmable logic controller in the Regeneration Control Panel.
(i) One external regeneration system shall be provided to serve the condensate polishing for the unit. This
system shall be designed for physical cleaning and chemical regeneration of the resin system will consist of
required number of resin separation and regeneration vessels, a mixed resin storage vessel, the tank for
introducing the required regeneration solutions and means for adding make-up resin. It will have acid, alkali,
and ammonia (if required) dosing system and alkali preparation facilities.
(ii) Manually initiated automatic sequences shall be provided for transferring resin from a vessel to the remote
common facility for physical cleaning and chemical regeneration and for returning fresh resin to that vessel.
Control for chemical dosing system and alkali preparation facility shall also be provided in it.
(iii) Regeneration shall include hydraulic reclassification of the resins and the transfer of the resins to the
respective regeneration vessels shall be hydraulically/hydro pneumatically. The separated resins shall then
be backwashed, cation and anion regenerated with hydrochloric acid and sodium hydroxide solutions
respectively, rinsed and then followed air scrubbing and a good backwash. The resin is then transferred
back to the resin separation vessel and the resins are air mixed. The mixed resins after regeneration are
given a final rinse with the discharge conductivity being monitored. If the quality is satisfactory, the mixed
resin shall be transferred to the resin storage vessel otherwise regeneration sequence shall be
repeated.
a) A manually initiated automatic sequence for physical cleaning and chemical regeneration of the resin shall be
provided. Control for chemical dosing system and alkali preparation facility shall also be provided in it.
b) Demineralized water shall be used throughout the regeneration process for backwashing, regenerant
diluents, rinsing and resin transfer.
c) A conical bottom hopper having a water ejector will be used for resin make-up.
d) The complete detail of the regeneration system shall be supplier specific and the extent of automation
offered, operation of the complete system, logic/flow diagrams, type and details of the presentation of
information, the type of mimic, hardware details etc. along with detailed circuit descriptions shall be provided
during detail engineering.
e) The complete control and operation of the regeneration plant shall be through programmable logic controller
(PLC).
Manually initiated automatic sequences shall be provided for transferring resin from a Service vessel to the
remote common facility for physical cleaning and chemical regeneration and for returning fresh resin to that
Service vessel.
The sequence resin transfer from CPU vessel to regeneration plant and from regeneration plant to CPU
vessel shall be initiated from the condensate polishing unit control panel but shall be controlled by the
programmable logic controller in the regeneration control panel.
The transfer of resin from the service vessel shall include isolation of the service vessel, hydraulic/hydro-
pneumatic transfer of the resin to the external regeneration system (resin separation vessel) and the
complete drain down of the service vessel to the hot well.
(vi) The complete control and operation of the Regeneration Plant shall be through Programmable Logic
Controller.
(viii) Following operations shall be possible from the Regeneration Control Panel.
a) Complete Regeneration.
b) Resin Transfer from CPU vessel to Regeneration Plant.
c) Resin Transfer from Regeneration Plant to CPU vessel.
Operation (a) shall be initiated from the Regeneration Control panel whereas operation (b) & (c) shall be
initiated from the CPU service vessel Remote I/O panel.
(ix) In ‘Auto’ mode, once the sequence has been initiated, it shall proceed from step to step automatically.
(x) In 'Semi-auto' mode each step shall be performed only after initiation by the operator.
(xi) In ‘Manual’ mode complete operation shall be by the operator by operation of the Control switches on the
panel.
(xii) ‘Close-Auto-Open’ control switches shall be provided on the panel for the various drives. In ‘Auto’ position,
the drives shall receive stop/start command from the PLC.
(xiii) ‘Start-Auto-Start’ Control switches shall be provided on the panel from the various drives. In ‘Auto’ position,
the valves shall receive close/open command from the PLC.
(xiv) On PLC failure, it shall be possible to operate the valves by means of manual operation of solenoid valves
also.
(xv) It shall be possible to switch mode of operation from one to the other at any moment and the operation shall
proceed on the newly selected mode from that time.
(xvi) For steps which require frequent time adjustment, it shall be possible to change the time setting from the front
of the panel. For all other steps it shall be possible to adjust the time setting from inside the panel.
(xvii) For all sequences, the current step number, set time of the step, elapsed time of the step and the total
elapsed time of the sequence shall be indicated on the front of the panel.
(xviii) A mimic diagram of the Regeneration system shall be provided on the front of the panel. The status of various
drives and valves shall be indicated by LED on the mimic diagram.
(xix) The system shall incorporate the necessary safety features. During automatic sequential operation, if any
pre-requisite criteria is not fulfilled or missing for a pre-determined time interval, the steps should not proceed
further, the Alarm shall be provided. Missing criteria, sequence which is under hold up etc. shall be displayed
on the panel.
(xx) The safety system for any sequence/step shall check the opening of the required valves and closure of the
remaining valves of the plant to avoid mal-operation.
(xxi) Wherever standby equipments are provided, it shall be possible to select each of the drive on ‘standby’ duty.
(xxii) Start, progress and stop of each of the sequence shall be annunciated in all the control panels.
All interlocks for safe operation of the plant shall be provided. The following interlocks as a bare minimum
requirement of the system shall be provided:
(i) Service vessels shall be taken back in service, only after they have been pressurized.
(ii) Service vessels can be taken up for resin transfer only after they have been completely isolated from the
condensate system and depressurized.
(iii) Resin can be transferred to and from only one service vessel at a time.
(iv) Resin transfer between the service and the regeneration skids shall be permitted only when the receiving vessel
is initially empty.
(v) Regeneration sequence can commence, only when the level in the waste N-Pit is low enough to receive the
entire waste water from the regeneration operation.
(vi) Wherever possible, completion of all timed steps in the regeneration and resin transfer process shall be
physically verified by effluent conductivity etc. as applicable. The automatic sequence shall be prevented from
advancing to next step, till these required physical conditions are achieved, and at the same time this delay shall
be annunciated in the control panel, to draw the attention of the operator. The automatic sequence of operations
shall be interruptive at any time by the operator and he shall be able to take over the control to manual from that
step onwards. Further operator should be able to override sequence, if required.
(vii) It shall be possible for the operator to extend the timing of the particular step by isolating the timer for the
duration. The timer will restart once the operator puts back the system on ‘auto’ and the other steps will then
follow as programmed.
(viii) The regeneration sequence shall be prevented from advancing further in the event of tripping of a running motor
or other fault condition, which do not permit the various desired parameter of this step to be achieved. A manual
over ride for this shall also be provided.
(ix) Annunciation logic shall be carefully designed so that the alarms are activated only under abnormal conditions.
As for example, low flow of diluent water is only relevant when the chemical dosing is in progress. All other times,
when no diluent water flow is required, this annunciation should be blocked. In general, Normal and trouble free
operation of the plant shall not activate any of these alarms.
(x) Adequate diluent water flow shall be established before starting of the ejectors/dosing pumps for acid and alkali.
(xi) The immersion heater in the hot water tank can be put on only when there is adequate water level in the tank.
Note: Bidder to note that for complete control & operation of the CPU plant bidder to also refer the
respective Control & Instrumentation (Section C3, D3) & Electrical (section C2 & D2)
CHAPTER 32
32.01.00 The general layout criteria to be adopted for this project are indicated below.
2. Clear Head room within Main Plant Building for pipes, ducts : 2.5 m (Minimum)
structures & cable trays etc.
3. No. of Fire Escape staircases in the main : Min-4 Nos. per unit - However the
plant with fire doors at each landing number shall meet the requirement
of insurance companies.
4. Adequate space for handling/removal of pumps, heaters, heat-exchanger, fans, Mills, during
maintenance.
5. Independent floor drains with separate down comers shall be provided where sprinkler
system are provided.
6. Valves in the Bidder’s scope shall be located in accessible positions. All piping shall be
routed at a clear height of 2500 mm (min.) from the nearest access level to clear man
movement.
7. Provision of monorail beams with chain pulley blocks/HOT cranes along with hoists, as
required shall be decided during detailed engineering stage and are in bidder scope.
9. A/C and Ventilation ducts, Bus ducts, and Critical Piping routes to be identified at conceptual
stage.
10. Fuel oil (F.O) piping shall be routed over trestles. The headroom for F.O. Trestle in
Boiler/ESP area shall be 8.0M till the road behind chimney as per the layout requirement.
The headroom for F.O. trestle in outlying area shall be 3.0M except at rail/road crossing
where the headroom shall be 8.0M. F.O. trestle legs or supports shall be located so as to
clear the road spaces, approach to maintenance bays of different equipment buildings
located in the route of F.O. trestle.
iii) Cable/ Pipe trestles height at rail/ road crossings shall be 8M. (BOS/BOP)
iv) Head room below cable / pipe rack in transformer yard area for movement of spare
GT shall be 12.0 Meters.
v) A walkway with hand rails & toe guards of 600mm (minimum) width shall be provided
all along length of the trestle for maintenance of cables & pipes. Ladders for
approach to these platforms shall be provided near roads, passage ways and turning
points.
vi) At the crossing of pipe/ cable trestles with the dry ash pipe rack/CHP cable rack
trestle, pipe/ cable trestle shall be locally raised to provide a head room of 2.5 M over
the walkways of dry ash pipe rack/CHP cable trestles.
vii) Head room below cable/pipe rack along Mill bay shall be 12.0 Meters.
viii) Head room for man movement shall be 2.5 m at ground floor, over all platforms etc.
12. Piping in main plant area (i.e. boiler/ESP/ID fan/chimney/transformer yard) shall be routed
above ground on trestles with a height of minimum 8M. Further, piping in outlying area shall
be routed over trestles with a height of 3M. However, height of trestles at approach roads to
various buildings/ facilities shall be 8M.
13. Fire water piping within the Plant boundary shall be routed above ground on pedestals.
However, fire water pipes in Main Plant Island shall be routed in trenches filled with sand and
covered with pre cast RCC covers. Fire water pipes shall be protected in main plant area as
per TAC requirement. Fire water piping at road crossing shall be encased/culvert. Fire water
pipe at rail crossing shall be on trestle of BOS 8M height from rail top.
14. All other safety requirements as per the factories act, National Electricity code shall be
observed while developing the layout.
17. Each equipment room shall be provided with alternate exits in case of fire /accidents as per
requirements of factory act and TAC.
18. Each building shall have an identified vacant space for equipment unloading and
maintenance and preferably a separate bay altogether in buildings housing heavy
equipment. Provision for handling equipment by monorail hoist and/or overhead crane shall
be made as specified.
19. Cubicle for operating personnel shall be located for all buildings at safe place near the
equipment.
20. All buildings shall have provision for toilet and associated effluent discharge system together
with facility for drinking water. The criteria for ventilation, fire protection and illumination of
building spaces specified elsewhere in this specification shall be complied with.
21. All gratings shall be of electro forged type with adequate bearing & locking on the supporting
structure.
22. Approach to all elevated structures like Fans, Pumps, etc shall be through steel stairs with
gratings & hand rail.
23. All cranes shall be provided with approach rung ladders at least at two places. Where ever
cranes can't be maintained in situ on the carriage, facility to draw them to maintenance
platforms as well as provision of suitable platforms shall be considered.
24. All fresh air ventilation louvers shall be 1000 mm from floor level and directed downward at
an angle.
25. The VFD control equipment and transformers for ID fan shall be located along with the ESP
control equipment in the ESP/ VFD control room.
26. Three (3) nos. of staircases per ESP of each unit shall be provided. Two (2) nos. of the
staircase shall be located on the inlet side and one (1) no. on the outlet side of ESP.
27. The grating platform shall be provided in oil equipment room, control fluid room and valve
room.
28. Approach platform shall be provided from ESP outlet to ID fan suction gate.
29. Minimum access opening required 3.5M wide x 4M high or, (with rolling shutter)
transportation wherever entry of truck, for material more depending upon this envisaged
equipment size to be handled.
30. Toilet and drinking water facility required in all buildings and on all floors wherever operating
personnel are to be deployed.
31. Local Pits/trenches in Main Plant building are to be avoided. However pits/sumps which are
unavoidable such as CW (Circulating Water System) pits etc shall be provided with required
dewatering arrangements by means of drainage pumps and piping upto the nearest drainage
network. Bidder shall provide required sump pumps/drainage pumps/submersible pumps &
Piping etc.
32 Pump shall be permanently fixed in the pits/sumps. If the pit depth is shallow, vertical top
mounted sump pumps shall be provided and in deep pits self priming drainage pumps
(horizontal type) at floor level or alternatively submersible type pumps may be provided.
33 Each pit/sump shall be provided with two numbers (2 x 100% Capacity) of respective type
pumps so that the entire pit is evacuated within 15-20 minutes and the operation of the
pumps shall be interlocked through level measurement devices to be installed in the pit/sump
so that the pumps shall start automatically and empty the pit.
CHAPTER 13
13.1.1 All the piping systems and equipment supplied under this package shall be
designed to operate without replacement and with normal maintenance for a plant
service life of 30 years, and shall withstand the operating parameter fluctuations
and cycling which can be normally expected during this period.
13.1.2 For all LP piping system covered under this specification, sizing and system design
shall be to the requirements of relevant codes and standard indicated elsewhere.
In addition to this, requirements of any statutory code as applicable shall also be
taken into consideration.
13.1.3 Inside diameters of piping shall be calculated for the flow requirements of various
systems. The velocities for calculating the inside diameters shall be limited to the
following.
a) Water Application
The pipes in CW, ACW & DMCW system shall be designed to maintain a
maximum velocity of 2 m/s inside the pipelines at pump discharge.
Pipe line under gravity flow shall be restricted to a flow velocity of 1 m/sec
generally Channels under gravity flow shall be sized for a maximum flow
velocity of 0.6 m/sec.
WILLIAM & HAZEN formula shall be used for calculating the friction loss in
piping systems with the following “C” value.
For calculating the required pump head for pump selection, at least 10%
margin shall be taken over the pipe friction losses and static head shall be
calculated from the minimum water level of the tank/sump/reservoir from
which the pumps draw water.
13.1.4 The pipes shall be sized for the worst (i.e. maximum flow, temp. and pressure
values) operating conditions.
13.1.5 Based on the inside dia. so established, thickness calculation shall be made as per
ANSI B 31.1 OD and thickness of pipes shall than be selected as per ANSI B
36.10/IS-1239 Heavy grade/IS-3589/ASTM-A-53/API-5L/ANSI B 36.19 as the case
may be.
13.1.6 Corrosion allowance of 1.6 mm will be added to the calculated thickness being
considered.
13.1.8 High points in piping system shall be provided with vents alongwith valves as per
the system requirement. Low points shall be provided with drains alongwith drain
valves as per the system requirement. Drain lines shall be adequately sized so as
to clear condensate in the lines. Material for drain and vent lines shall be
compatible with that of the parent pipe material.
13.1.9 Material of construction for pipes carrying various fluids shall be as specified
elsewhere.
13.1.10 Compressed air pipe work shall be adequately drained to prevent internal moisture
accumulation and moisture traps shall be provided at strategic locations in the
piping systems.
13.1.11 Depending upon the size and system pressure, joints in compressed air pipe work
shall be screwed or flanged. The flange shall be welded with the parent pipe at
shop and shall be hot dip galvanized before dispatch to site. Alternatively, the
flanges on GI pipes may be screwed-on flanges also.
13.1.13 Following types of valves shall be used for the system/service indicated.
Air x x x x
Fuel oil x x x x x
13.1.14 Recirculation pipes alongwith valves, breakdown orifices etc. shall be provided for
important pumping systems as indicated in respective process and instrumentation
diagrams (P&IDs). The recirculation pipe shall be sized for minimum 30% design
flow of single pump operation or the recommended flow of the pump manufacturer
whichever is higher.
13.1.15 All Piping 450 NB & Above shall be designated as Large dia Piping.
13.1.00 GENERAL
13.2.1 All low pressure piping systems shall be capable of withstanding the maximum
pressure in the corresponding lines at the relevant temperatures. However, the
minimum thickness as adhered to. The bidder shall furnish the pipe sizing /
thickness calculation as per the criteria mentioned above under LP piping
equipment sizing criteria of this Technical Specification.
13.2.2 Piping ad fittings coming under the purview of IBR shall be designed satisfying the
requirements of IBR as a minimum.
13.2.3 Supporting arrangement of piping systems shall be properly designed for systems
where hydraulic shocks and pressure surges may arise in the system during
operation. Bidder should provide necessary protective arrangement like anchor
blocks/anchor bolt etc. for the safeguard of the piping systems under above
mentioned conditions. The requirement will be, however, worked out by the
contractor and he will submit the detailed drawings for thrust/anchor block to the
Employer. External, and internal, attachments to piping shall be designed so as
not to cause flattening of pipes and excessive localized bending stresses.
13.2.4 Bends, loops, off sets, expansion or flexible joints shall be used as required in
order to prevent overstressing the piping system and to provide adequate
flexibility. Flexibility analysis (using software packages such as Caesar-II etc.)
shall be carried out for sufficiently long piping (straight run more than 300M).
13.2.6 The hot lines shall be supported with flexible connections to permit axial and
lateral movements. Flexibility analysis shall be carried out for pipelines which
have considerable straight run as indicated above and necessary loops/expansion
joint etc. shall be provided as may be necessary depending on layout.
13.2.9 Inspection holes shall be provided at suitable locations for pipes 800 NB and
above as required for periodic observations and inspection purposes.
13.2.10 At all intersection joints, it is Contractor’s responsibility to design and provide
suitable reinforcements as per the applicable codes and standards.
13.2.11 For large size pipes/duct, at high point and bends/change of direction of flow, air
release valves shall be provided as dictated by the system requirement and
operation philosophy & tripping conditions of pumping system. Sizing criteria for
air release valves shall be generally on the basis of valve size to pipe diameter
ratio of 1:8. Requirement shall be decided as per relevant code.
13.3.00 Material
13.3.1 Alternate materials offered by Bidder against those specified shall either be equal
to or superior to those specified, the responsibility for establishing equality or
superiority of the alternate materials offered rests entirely with the Bidder and any
standard code required for establishing the same shall be in English language.
13.3.2 No extra credit would be given to offers containing materials superior to those
specified. Likewise no extra credit would be given to offers containing pipe
thickness more than specified.
13.3.4 All materials shall be new and procured directly from the manufacturers. Materials
procured from traders or stockiest are not acceptable.
13.3.5 All materials shall be certified by proper material test certificates. All material test
certificates shall carry proper heat number or other acceptable reference to enable
identification of the certificate that certifies the material.
13.3.6 Material of construction for pipes carrying various fluids shall be as follows:
13.3.7 In water lines, pipes upto 150 mm NB shall conform to ANSI B36.10/ASTM-A-53,
Type-E Gr. B/IS:1239 Gr. Heavy and minimum selected thickness shall not be
less than IS: 1239 Grade heavy except for dematerialized water and condensate
spill lines.
13.3.10 In dematerialized water service, the pipes upto 50 NB shall be of stainless steel
ASTM A 312, Gr. 304 sch. 40 Seamless. The size for these pipes shall be to
ANSI B 36.19. These shall be socket welded. The material for pipe from 65 mm
NB upto and including 400 NB shall be to ASTM A 312, Gr. 304 (welded). In no
case the thickness of fittings shall be less than parent pipe thickness.
13.3.11 Bidder/Contractor shall note that pipes offered as per a particular code shall
conform to that code in all respects i.e. Dimension, tolerances, manufacturing
methods, material, heat treatment, testing requirements, etc. unless otherwise
mentioned elsewhere in the specification.
13.3.12 Instrument air, Plant (service) air lines and Drinking water lines shall be to ASTM
A 53 type E grade B/ANSI B 36. 10/IS 3589, Gr. 410/IS: 1239 Heavy (in case
thickness calculated is more than gr. Heavy, ANSI B 36.10 Schedule numbers
shall be followed) and galvanized to IS 4736 or any equivalent internationally
reputed standard. The material of the pipes shall be to ASTM A 53 type ‘E’ Gr.
B/IS: 3589, Gr. 410/IS: 1239 Gr. Heavy. The fittings shall be of either same as
parent material or malleable iron to IS-1879 (galvanized).
13.3.13 Spiral welded pipes as per API-5L/IS-3589 are also acceptable for pipe of size
above 150 NB. However minimum thickness of the pipes shall be as elaborated
in above clauses.
13.3.14 Condensate lines shall be to ASTM A 106 Gr. B and dimension to ANSI B 36.10
schedule “standard’’ as minimum to be maintained.
13.3.15 If carbon steel plates of thickness more than 12 mm are used for manufacture of
pipes, fittings and other appurtenances, then the same shall be control-cooled or
normalized as the case may be following the guidelines of the governing code.
13.4.1 The calculation of wall thickness required for pipelines subject to internal and/or
external pressure shall be based on the formulae and recommendations as given
in the applicable codes. Adequate allowances shall be made towards thinning due
to bending, weakening at branch connections, threading, commercial tolerances on
pipe wall thickness, corrosion and erosion, etc., and the same shall be subject to
approval by Purchaser. In any case a minimum corrosion allowance of 1.0 mm
shall be considered while selecting the thickness.
13.4.2 In case of carbon steel materials, the nominal wall thickness of pipeline shall not be
less than the minimum acceptable values given below:
NB mm 15 30 25 32 40 50 65 80 100 125
(inch) (1/2) (3/4) (1) (1¼) (1.5) (2) (2.5) (3) (4) (5)
Min. 3.2 3.2 3.6 3.6 3.6 3.6 3.6 4.0 4.5 5.4
thickness,
mm
NB mm 150 200 250 300 350 400 450 500 600 (24)
(inch) (6) (8) (10) (12) (14) (16) (18) (20)
Min. 5.4 6.35 6.35 6.35 7.1 7.1 7.1 8.0 8.0
thickness,
mm
13.5.1 Piping shall be grouped together where practicable and routed to present a neat
appearance.
13.5.2 Piping routing shall be such as to provide sufficient clearance for removal and
maintenance of equipment, easy access to valves, instruments and other
accessories. The piping shall not encroach on the withdrawal space of various
equipments.
13.5.3 Over head piping shall have a normal minimum vertical clearance of 2.5 meters
above walkways and working areas and 8 m above roadways/railways. When
several pipelines are laid parallel, flanged joints must be staggered. Welded and
flanged joints should as far as possible be located at one third span from supports.
If the support is situated right under the welded joints this joint must be reinforced
with a strap. Flanged and welded joints must be avoided in the middle of the span.
Valves should be located in such a manner so as to ensure their convenient
operation from the floor or the nearest platform.
13.5.4 Pipelines of NB 50 size and below are regarded as field run piping. It is Bidder’s
responsibility to plan suitable layouts for these system insitu. Bidder shall prepare
drawings indicating the layout of field run pipe work. These drawings shall be
approved by Project Manager to the installation of the field run pipe work. Based
on these approved layouts the Bidder shall prepare the BOQ of field run-pipe and
submit to Employer for approval.
13.5.5 All piping shall be routed so as to avoid interference with other pipes and their
hangers and supports, electrical cable trays, ventilation ducting, structural
members, equipment etc.
13.5.6 Adequate clearance shall be ensured with respect to the above to accommodate
insulation and pipe movements, if any.
13.5.7 Piping shall generally be routed above ground but where specifically indicated /
approved by the project Manager the pipes may be arranged in trenches or buried.
Pipes at working temperature above the ambient shall however not be buried.
13.5.8 Sufficient up stream and down stream lengths shall be provided for flow measuring
devices, control valves and other specialties.
13.5.9 All local instruments shall be located on pipelines as to render them observable
from the nearest available platforms.
13.5.10 Openings provided in the wall for pipelines must be closed with bricks and mortar
with 10-12 mm clearance between brick work and pipe after taking care of
insulation and thermal movement, if any. The clear space must be filled with felt or
asbestos or approved filling compound.
13.6.1 Suitable slope shall be provided for all pipelines towards drain points. It is Bidder
responsibility to identify the requirements of drains and vents, and supply the
necessary pipe work, valves, fittings, hangers and supports etc. As per the system
requirement low points in the pipelines shall be provided with suitable draining
arrangement and high points shall be provided with vent connections where air or
gas pockets may occur. Vent shall not be less than 15 mm size. Drains shall be
provided at low points and at pockets in piping such that complete drainage of all
systems is possible. Drain shall not be less than 15 mm for line size up to 150 mm,
not less than 20 mm up to 300 mm and not less than 25 mm for 350 mm to 600
mm pipes and not less than 50 mm for 600 mm and above pipes.
13.6.2 Air piping shall be sloped so that any part of the system can be drained through the
shut-off drain valve or drain plugs.
In general all water lines 65 mm NB and above, are to be joined generally by butt
welding except the locations where valves/fittings are to be installed with flanged
connections and 50 mm and below by socket welding unless mentioned otherwise
specifically. All air lines shall be of screwed connection and rubber lined pipes of
flanged connections.
13.7.1 Screwed
(a) Threading of pipes shall be carried out after bending, heat treatment etc. If
not possible, threading may be done prior to these operations but proper
care should be taken to protect them from damage. Threads shall be to
ANSI B 2.1 (taper) NPT/IS:554 unless specified otherwise.
(b) Galvanized pipe shall generally be joined by screwing into sockets. The
exposed threaded portion on the outside of the pipes shall be given a zinc
silicate coating. Galvanized pipes shall not be joined by welding. Screwed
ends of GI pipes shall be thoroughly cleaned and painted with a mixture of
red and white lead before jointing. For galvanized pipe sizes above 150
mm NB, screw & socket jointing as per ASTM-A-865 shall be employed for
both pipe-to-pipe and pipe-to-fitting jointing. For pipe to fitting connection
since no direct threading can be done on the fittings (supplied as per
ASTM-A-234 Gr. WPB and ANSI B-16.9) necessary straight pipe lengths
acting as match pieces shall be welded to the fitting at both ends and
subsequently the free ends of the straight lengths shall be threaded as per
ASTM A-865 for jointing with main pipe. Once welding of fittings with
match pieces and threading of free ends of match pieces are over, the
entire fabricated piece shall be galvanized, or in case match pipes an
fittings are already galvanized before the above mentioned fabrication then
(c) Teflon tapes shall be used to seal out screwed joints and shall be applied
to the male threads only. Threaded parts shall be wiped clean of oil or
grease with appropriate solvent if necessary and allowing proper time for
drying before applying the sealant. Pipe ends shall be reamed and all
chips shall be removed. Screwed flanges shall be attached by screwing
the pipe through the flange and the pipe and flange shall be refaced
accurately.
(d) For pipe sizes from 350 mm NB to 550 mm NB (including 350 NB & 550
NB) the GI pipes shall be of flanged connection. However, the pipes after
welding of flanges shall be completely galvanized. Any site welding done
on galvanized pipes shall be done with zinc-rich special electrodes and the
welded surfaces whether inside or outside shall be coated with zinc-silicate
pasts. Seal welding of flanges with zinc-rich electrode will be permitted
only when any flange is leak-prone during hydro testing.
(e) For pipe sizes 600 mm NB and above, the GI pipes shall be of welded
connection (with zinc-rich special electrodes) followed by application of
zinc silicate coating at welded surfaces both inside and outside the pipe,
except for the last blank/blind flange, or, equipment connection where
application of zinc-silicate paste after welding cannot be done due to
inaccessibility of the inside welded surface and where galvanic protection
has been impaired due to welding of pipe-to-pipe joint. Thus the last
erection joint shall be flanged joint.
13.7.2 Welded
(a) For making up welded joints (butt weld or socket weld) the welding shall be
performed by manual shielded metal arc process in accordance with the
requirements specified elsewhere in the spec. Any welder employed for
carrying butt welding shall be qualified as per ASME section IX for the type
of joints he is going to weld. Jointing by butt weld, or socket weld shall
depend upon the respective piping material specifications.
13.7.3 Flanged
(a) Flanged connections for pipes are to be kept to the minimum and used
only for connections to vessel, equipments, flanged valves and other
fittings like strainer/traps/orifices etc. for ease of connection and
maintenance etc. Rubber lined pipes shall be flange joined only.
(b) All flanged valves intended for installation on steel piping system, shall
have their flanges drilled to ANSI B 16.5 (or equivalent) and according to
the pressure class stated in their respective piping material specification.
13.8.2 For pipe sizes up to 65 Nb, long radius forged elbows or seamless pipe bends shall
be used. Pipe bends, if used, shall be cold bent to a radius measured to the centre
line of pipe of 3 to 5 times the pipe diameter.
13.8.3 For steel pipes 80 Nb and above, seamless long radius forged elbows shall be
used. For pipe size 250 Nb and above mitre bends may be used for all pipes
except rubber lined pipes. The bend radius shall be 1½ times the nominal pipe
diameter. 90 deg. Bends (mitre) shall be in 4 pieces (3 cuts) and 45 deg. mitre
bends shall be in 3 pieces 22½ deg. Fabrication of mitre bends shall be as
detailed in BS 2633/BS534.
13.8.4 Mitre bends are not acceptable in case of rubber lined mild steel pipes.
13.8.5 For pipe fittings such as reducers an tees, the material shall be to astm-a-234 gr.
WPB up to 300 NB. For pipe reducers and tees above 300 NB, the fittings may be
fabricated conforming to parent pipe material. Provision of compensation pads
shall be kept as per ANSI B 31.1. The fittings shall conform to the dimensional
standard of ANSI B-16.9.
However, for pipes upto 150 NB, pipe fittings may be supplied with material and
dimension conforming to IS 1239 in case parent pipes also conform to IS 1239.
For pipes, above 1200 NB, reducer and tees shall be to dimensional standard of
AWWA-C-208.
13.8.6 Stainless steel fittings shall conform to either ASTM-A-182, Gr. 304 (316 for Sea
water application, if any) or ASTM-A-403, Gr. WP 304 (316 for Sea Water
application, if any) Class-S, for sizes upto and including 50 mm NB, i.e. the fitting
shall be of seamless construction.
However, for stainless steel fittings above 50mm NB, the same shall conform to
ASTM-A-403, Gr. WP 304 (316 for Sea water application, if any), Class W i.e. the
fittings shall be of welded construction strictly in accordance with ASTM-A-403.
13.8.7 In no case, the thickness of fittings shall be less than the thickness of parent pipe,
irrespective of material of construction.
13.9.00 Flanges
13.9.1 Flanges shall be slip on type. Welding of flanges in tension is not permitted.
13.9.2 All flanges and-flanged drilling shall be to ANSI B 16.5/BS EN-1092 of relevant
pressure/temperature class. Flanges shall be fabricated from steel plates
conforming to ASTM A 105/IS 2062 Gr. B. However stainless steel flanges shall
be fabricated from SS plates to ASTM-A-240, Gr. 304 (316 for Sea water
application, if any) or equivalent. For all Sea Water applications including guard
pond, reject sump, CW, ACW, CT make Up, Sea Water Intake, RO Stage I Reject,
RO Stage II Reject, Ash water (Sea water) etc flanges & bolts & nuts shall be SS
316 L construction.
13.10.00 Specific technical requirement of laying buried pipe with anti corrosive
treatment
The pipe in general shall be laid with the top of the pipe minimum 1.0 (one) meter
below finished general ground level.
13.10.1 Trenching
(a) The trench shall be cut true to the line and level and shall follow the
gradient of the pipeline. The width of the trench shall be sufficient to give
free working space on each side of the pipe. Trenches shall conform to IS
5822.
(b) Free access shall be provided for the welding of the circumferential joints
by increasing the width and depth of the trench at these points. There
should be no obstruction to the welder from any side so that good welded
joint is obtained.
(c) The free working space shall conform to IS: 5822. The trench shall be
excavated so as to provide minimum cover of 1000 mm between the top of
the pipe and finished grade.
(d) Prior to lowering and laying pipe in any trench, the bidder shall backfill and
compact the bottom of the trench or excavation in accordance with IS:
5822 to provide an acceptable bed for placing the pipe.
(a) The pipeline shall be thoroughly cleaned of all rust, grease, dirt, weld
scales and weld burrs etc. moisture or other foreign matter by power
cleaning method such as sand blasting, power tool cleaning, etc. Grease
or heavy oil shall be removed by washing with a volatile solvent such as
gasoline. Kerosene will not be permitted for cleaning. This cleaning
operation shall be immediately followed by priming with the mechanical
priming machine.
(b) Certain inaccessible portions of the pipeline (which otherwise not possible
to be cleaned by power cleaning methods) may be scrubbed manually with
a stiff wire brush and scrapped where necessary with specific permission
of the Project Manager.
(c) The cleaning and priming operation shall be carried out at site. The entire
pipe length shall be cleaned but the ends of the pipes shall be left without
coating for a distance of 230 mm for joints, which shall be coating manually
at site after laying, welding and testing the pipe.
Prior to lowering and laying pipe in any excavated trench, the bottom of the trench
may require to be back filled and compacted (or as the case may be) to provide an
acceptable bed for placing the pipe. Bed preparation in general shall be as per IS:
5822.
All the joints shall be screwed with socket or flanged. Screwed ends of GI pipes
shall be thoroughly cleaned and painted with a mixture of red and white lead before
jointing Threaded portion on either side of the socket joints shall be applied with
Zinc silicate paste.
All the provisions for trenching’ bed preparation’ laying the pipe application of
primer’ coating’ wrapping with tapes and back filling etc. as indicated for “laying of
buried piping” and “anti corrosive protection for buried piping” are applicable for
buried galvanized steel (GI) pipes also.
13.11.1 All piping shall be cleaned by the Bidder before and after erection to remove
grease, dirt, dust, scale and welding slag.
13.11.2 Before erection all pipe work, assemblies, sub-assemblies, fittings, and
components, etc. shall be thoroughly cleaned internally and externally by blast
cleaning or by power driven wire brushes and followed by air-blowing. The
brushes shall be of the same or similar material as the metal being cleaned.
Cleaning of Galvanized pipes shall be done in such a manner that the coating on
MS pipe is not affected.
13.11.3 After erection, all water lines shall be 1.2-1.5 times the operating velocities in the
pipelines.
13.11.4 All compressed air pipe work shall be cleaned by blowing compressed air.
.
13.12.00 Painting of Pipes
Internal surfaces
(ii) Two (2) coats of epoxy primer coats. The minimum DFT of each coat shall be
35 microns.
(iii) Finish coat-Two (2) coats of high build epoxy paint. The minimum DFT of
each coat shall be 35 microns.
Tests to be carried out after application : Bond/ Adhesion test, Holiday test
External surfaces
(ii) Coal tar primer compatible with coal tar enamel grade. The number of coats
shall be two with a DFT of 35 microns each.
(iii) Coal tar enamel shall be applied. A single spiral inner wrap of glass fibre
tissues shall be applied overlapping at least 25 mm ensuring impregnation of
glass fibre tissues in the first coat. The second coat of enamel and second
outer wrap of glass fibre felt, Type – I to IS: 7193-1974 will be applied in the
same way confirming to Table – 10 of IS – 10221 – 1982.
The total thickness of the coating will not be less than 4.0 mm
(iv) Alternatively Wrapping with coal tar based anticorrosion tape conforming to IS
15337: 2003 is also acceptable in lieu of s.no. (iii) above. Wrapping thickness
shall be 4.0 mm.
Tests to be carried out after application : Bond/ Adhesion test, Holiday test
Internal surfaces
(ii) Two (2) coats of epoxy primer coats. The minimum DFT of each coat shall be
35 microns.
(iii) Finish coat-Two (2) coats of high build epoxy paint. The minimum DFT of
each coat shall be 35 microns.
External surfaces
(ii) Two (2) coats of epoxy primer coats. The minimum DFT of each coat shall be
35 microns.
(iii) Finish coat-Two (2) coats of high build epoxy paint. The minimum DFT of
each coat shall be 35 microns.
(b) The color of the finish paint shall be as per approved color-coding.
(c) If finish paint was applied in shop, one coat of finish paint shall be applied
at site.
(d) The dry film thickness of paint shall not be less than 0.15 mm.
The pipes shall be color painted/banded for identification as per the approved
color-coding scheme and shall be generally as per IS-9404.
13.13.1 All supports and parts shall conform to the requirement of power piping code ANSI
B 31.1 or approved equivalent.
13.13.2 While designing supports for rubber lined pipes special consideration should be
given. Any kind of welding on these pipes is not allowed after rubber lining.
13.13.3 Hanger for piping 65 mm Nb and larger and all spring support assemblies
regardless of size shall be completely engineered in conformance with the
provisions of power piping code ANSI B 31.1.
13.13.4 Hangers, saddles, supports etc. shall be fabricated from plates/pipes sections
conforming to ASTM A 53/IS: 2062/IS:226/ or equivalent. They shall be designed
to provide the required supporting effects and allow pipeline movements as
necessary. The structural steel work shall be as per IS: 800/BS:4360. Insulation
protection saddles shall be used at support point of all insulated piping.
13.13.5 The support shall be so interspaced as to minimize sagging of the pipes and to
keep them with in permissible limits where pipes are full with the conveying media.
13.13.6 The maximum spans of the supports of straight length shall not exceed the
recommended values indicated in ANSI B 31.1.
13.13.7 All pipe supports shall be designed to provide an absolute minimum head room of
2.5 m from floor in passages/walkways.
13.13.9 All components of hangers/support shall be provided with two coats of primer (red
oxide paint) at shop before dispatch to site. After erection they shall be given finish
coat of Long Oil Synthetic enamel to IS: 2932 of total DFT 100 to 140 microns.
CLH & VLH will be primed with Epoxy Zinc rich primer of 50 micron followed by
finish painting of Aliphatic Acrylic Polyurethane or equivalent of DFT 65 microns.
13.14.1 GENERAL
(a) All valves shall be suitable for the service conditions i.e. flow, temperature
and pressure, at which they are required to operate.
(b) The valves as well as all accessories shall be designed for easy
disassembly and maintenance.
(c) Valves to be installed outside shall be required to have the stem properly
protected against atmospheric corrosion.
(d) All rising stem valves shall be provided with back seat to permit repacking
(of glands) with valves in operation. All valves shall preferably be of
outside screw and yoke type.
(e) All valves shall be closed by rotating the hand wheel in the clockwise
direction when looking at the face of the hand wheel. In case where the
hand wheel is not directly attached to the valve spindle suitable gearing
shall be introduced.
(f) All valves shall have indicators or direction clearly marked on the hand-
wheel so that the valves opening/closing can be readily determined.
(g) Special attention shall be given to operating mechanism for large size
valves with a view to obtaining quick and easy operation ensuring that a
(1) The internal parts shall be suitable to support the pressure caused
by the actuators.
(4) All actuators operated valves shall open/close fully within time
required by the process.
(j) Valves coming under the purview of IBR shall meet IBR requirements.
(k) Gate/sluice valves shall be used for isolation of flow. Gate valves shall be
provided with the following accessories in addition to other standard items:
(l) Globe valves shall be used for regulation purposes. They shall be
provided with hand wheel, position indicator, draining arrangement
(wherever required) and arrow indicating flow direction.
(m) Check valves shall be used for non-return service. They shall be swing
check type or double door (Dual plate) check type with a permanent arrow
inscription on the valve body indicating the fluid flow direction. In long
distance pipes lines with possibility of surge-occurrence, dual plate check
valves are preferable for its spring controlled opening/closing of flaps/doors
against flow reversals. However, dual plate check valves shall not be used
for sizes more than 600 mm NB.
(n) All gate and globe valves shall be provided with back seating arrangement
to enable on line changing of gland packing.
(o) All gate and globe valves shall be rising stem type and shall have limit
switches for full OPEN and full CLOSED indication wherever required.
This will include motor-operated valves also wherever required. In such
cases the limit switches shall form an integral part of the valve. Stop-gap
arrangement in this respect is not acceptable.
(p) All valves shall be provided with embossed name plate giving details such
as tag number, type, size etc.
(q) Wherever required valves shall be provided with chain operator, extension
spindles and floor stands or any other arrangement approved by employer
so that they can be operated with ease from the nearest operating floor.
Wherever necessary for safety purpose locking device shall be provided.
Further, necessary small platforms for facilitating easy valve operation
shall be provided by the contractor wherever necessary in consultation with
project manager within the bid price at no extra cost to employer.
(r) All valves except those with rising stems shall be provided with continuous
mechanical position indicator; rising stem valves shall have only visual
indication through plastic/metallic stem cover for sizes above 50 mm
nominal bore.
(s) For CI gate, globe and check valves wherever thickness of body/bonnet is
not mentioned in the valves standards, thickness mentioned in IS-1538 for
fitting shall be applicable.
Valve body material for water application like DM Cooling Water (Passivated DM
Water) (DMCW), RO Stage I Permeate, AHP Seal Water, APH/ ESP Wash,
Service Water, Potable Water, HVAC Make UP shall be cast iron for sizes 65 NB
and above; gun-metal/ Forged Carbon Steel for sizes 50 Nb and below.
Valve body material for sea water application like Circulating Water. Auxiliary
Coling water, Blowdown, CT make up, sea water Intake, Guard pond inlet &
Discharge, Ash Water using sea water, RO Stage II reject, RO Stgae I reject,
Reject Sump discharge and all other sea water applications shal be SS 316 L for
all sizes.
For compressed air application, valve body material shall be cast carbon steel or
forged carbon steel for sizes 65 mm NB & above and Gun metal for sizes 50 NB
and below.
Flanged (FL) – ANSI B 16.5 & AWWA-C-207 (steel flanges), ANSI B 16.1 (Cast
Iron flanges)
13.14.2.3 All cast iron body valves (gate, globe and non-return) shall have flanged end
connections; (screwed ends for Ductile D.2NI body valves are not acceptable).
13.14.2.4 All steel and stainless steel body valves of sizes 65 mm and above shall have
flanged or butt welding ends. Valves of sizes below 65mm shall have flanged or
socket welded ends. Compatibility of welding between valve body material and
connecting pipe material is a pre-requisite in case of butt-welded joints.
13.14.2.5 All gun metal body valves shall have screwed ends.
13.14.2.6 All flanged end valves/specialties shall be furnished alongwith matching counter
flanges, fasteners, gaskets etc. as required to complete the joints
(a) For bore greater than 2” the valves must be swing check type or dual plate
check type suitable for installation in all positions (vertical and horizontal);
(b) For bore smaller than or equal to 2” the valves must be of the piston type
to be installed, in horizontal position.
(c) In the case of swing check valves, the body seat shall be inclined at such
an angle from the vertical as will facilitate closing and prevent chatter.
13.15.2 Drilling on flanges of flanged valves must correspond tot eh drilling on flanges of
the piping system on which the valves are to be installed.
13.15.3 All flanged valves intended for installation in steel piping systems shall have their
flanges drilled to ANSI B 16.5 (or equivalent) and according to the pressure class.
13.15.4 Counter flanges to be installed on air pipes shall be screwed-on type irrespective of
size.
Right angle
13.16.2 Globe valves shall preferably have radiused or spherical seating and discs shall be
free to revolve on the spindle.
13.16.3 The pressure shall preferably be under the disc of the valve. However, globe
valves, with pressure over the disc shall also be accepted provided (i) no possibility
exists that flow from above the disc can remove either the disc from stem or
component from disc (ii) manual globe valves can easily be operated by hand. If
the fluid load on the top of the disc is higher than 40-60 KN, bypass valve shall be
provided which permits the downstream system to be pressurized before the globe
valve is opened.
13.16.4 For the regulating valves, valves with regulating plug & parabolic outline disc type
is preferred.
13.16.5 All motorized globe valves with regulating plug for which indication of percentage
(%) opening are required in the control room shall be provided with necessary
position transmitter.
All gate valves shall be of the full-way type, and when in the full open position the
bore of the valve shall not be constricted by any part of the gate.
Gate valves shall be of the solid/elastic or articulated wedge disc and rising stem
type.
(a) The air release valves shall be of automatic double air valve with two
orifices and two floats. The float shall not close the valve at higher air
velocities. The orifice contact joint with the float shall be leak tight joint.
(b) The valve shall efficiently discharge the displaced air automatically from
ducts/pipes while filling them and admit air automatically into the
ducts/pipes while they are being emptied. The valve shall also
automatically release trapped air from ducts/pipes during operation at the
normal working pressure.
(c) Body material of automatic air release valves shall comply generally with
BS 1452 Gr. 14/IS:210 Gr. FG 260 and spindle shall conform to high
tensile brass.
(d) Air release valves shall not have any integral isolation devise within them.
Each Air release valve shall be mounted, preceded by a separate isolation
gate/butterfly valve.
13.19.1 Design/Construction
(a) The valves shall be designed for the design pressure/temperature of the
system on which it is installed and in accordance with AWWA-C-504, EN-
593 or any other approved equivalent standard latest edition. Fabricated
steel (IS: 2062 GR. B) butterfly valves instead of cast iron body valves are
also acceptable for size above 300 mm nb diameter. In such a case,
however, the bidder will have to necessarily submit thickness calculations,
in order to establish the integrity of the fabricated valve body under the
system operating pressure condition.
(2) The seals, both on the body (sleeve) and on the disc shall be of
the material specified. Necessary shaft seal shall be provided and
adequately designed to ensure no leakage across the seal. This
seal shall be designed so that they will allow replacement without
removal of the valve shaft. The sealing ring on the disk shall be
continuous type and easily replaceable.
(3) For all types of valves, the design with shaft eccentric to the disc is
preferred. The shaft shall be solid type and shall pivot on
bushings. Bushings/sleeve type bearings shall be contained in the
hub of valve body. The bearing shall be self-lubricated type with
low coefficient of friction and should not have any harmful effect on
water and on valve components.
(4) The design of the shaft shall be such that it will safely sustain
maximum differential pressure across the closed valve. The shaft
and any key (taper pin etc.) for transmitting the torque between
shaft and disc shall be capable of withstanding the maximum
torque required to operate the valve. However, the shaft diameter
shall not be less than the minimum shaft diameter specified in
relevant code. Necessary Torque Calculation and the torque class
selected on the basis of the same shall be furnished to the
Employer for information.
(5) The disc shall rotate from the full open to the tight shut position.
The disc shall be contoured to ensure the least possible resistance
to flow and shall be suitable for throttling operation. While the disc
is in the throttled position, valve shall not create any noise or
vibration.
(6) The operating mechanism shall be mounted directly on or
supported from the valve body.
The hand controls shall close the valve with clockwise rotation.
Hand wheel shall be made of malleable iron with arms and rims of
adequate strength. The hand wheel of diameters 300 mm or less
shall be provided with handles for ease of operation. The pulling
force required on the hand wheel rim shall not exceed 25 Kgf when
operating the valve under full flow and operating pressure.
(b) Duplex Stainless Steel Butterfly valves (All Sea Water applications
including guard pond, reject sump, CW, ACW, CT make Up, Sea Water
Intake, RO Stage I Reject, RO Stage II Reject, Ash water (Sea water) etc. )
Shaft SS 316 L.
Proof of Design (POD) test certificates shall be furnished by the bidder for all
applicable size-ranges and classes of Butterfly valves supplied by him, in the
absence of which actual POD test shall be conducted by the bidder in the presence
of Employer’s representative.
All valves that are designed and manufactured as per AWWA-C-504 shall be
governed by the relevant clauses of POD test in AWWA-C-504. For Butterfly
valves designed and manufactured to EN-593 or equivalent, the POD test methods
and procedures shaft generally follow the guidelines of AWWA-C-504 in all respect
except that Body & seat hydro test and disc-strength test shall be conducted at the
pressures specified in EN-593 or the applicable code. Actuators shall also meet
requirements of POD test of AWWA-C-504.
Disc -do-
Trim -do-
Stem SS 316L
Trim. SS 316 L
(b) Cast iron body valves shall have high alloy steel stem and seat.
(c) Material for counter flanges shall be the same as for the piping except for
sea water application.
(a) Valve shall automatically control the rate of filling and will shut off when a
predetermined level is reached and close to prevent over flow on pre-set
maximum water level. Valve shall also open and close in direct proportion
to rise or fall of water level.
The following design and construction feature of the valve shall be the
minimum acceptable.
(f) The body and cover material shall be cast iron conforming to ASTM-A 126
Grade ‘B’ or Is: 210 Grade 200 or equivalent, and float shall be of copper
with epoxy painting of two (2) coats. For all sea water applications the
complete valve shall be SS 316 L construction.
Two (2) coats of primer followed by three (3) coats of epoxy of approved color
code/shade (usually same as that of connected piping) shall be applied to all
exposed surfaces except stainless steel surface, Galvanized steel surface and gun
metal surface at shop as required to prevent corrosion, before dispatch. The use
of grease/oil other than light grade mineral oil, for corrosion protection is prohibited.
The total DFT of paining shall be 150 micron (minimum). If during transport,
unloading/unpacking or erection at site any part of the painted surface gets
damaged, the same shall be made good by the contractor by repainting with
compatible painting primer and enamel to the satisfaction of the project manager.
13.23.1 All parts of expansion joints shall be suitably designed for all stresses that may
occur during continuous operation and for any additional stresses that may occur
during installation and also during transient condition.
13.23.2 The expansion joints shall be single bellow rubber expansion joints. The arches of
the expansion joints shall be filled with soft rubber.
13.23.3 The tube (i.e. inner cover) and the cover (outer) shall be made of natural or
synthetic rubber of adequate hardness. The shore hardness shall not be less than
60 deg. A for outer and 50 deg. A for inner cover.
13.23.4 The carcass between the tube and the cover shall be made of high quality cotton
duck, preferably, square woven to provide equal strength in both directions of the
weave. The fabric plies shall be impregnated with age resistant rubber or synthetic
compound and laminated into a unit.
13.23.6 Expansion joints shall be complete with stretcher bolt assembly. The expansion
joints shall be suitable to absorb piping movements and accommodate mismatch
between pipelines.
13.23.7 The expansion joints shall be of heavy duty construction made of high grade
abrasion-resistant natural or synthetic rubber compound. The basic fabric for the
‘duck’ shall be either a superior quality braided cotton or synthetic fibre having
maximum flexibility and non-set characteristic.
13.23.8 The expansion joints shall be adequately reinforced, with solid steel rings, to meet
the service conditions under which they are to operate.
13.23.9 All expansion joints shall be provided with stainless steel retaining rings for DM
water application and IS 2062 Gr. B galvanized steel retaining rings for ordinary
water for use on the inner face of the rubber flanges, to prevent any possibility of
damage to the rubber when the bolts are tightened. These rings shall be split and
beveled type for easy installation and replacement and shall be drilled to match the
drilling on the end rubber flanges and shall be in two or more pieces.
13.23.10 The expansion joints shall have integral fabric reinforced full-face rubber flanges.
The bolt on one flange shall have no eccentricity in relation to the corresponding
bolt hole on the flange on the other face. The end rubber flanges shall be drilled to
suit the companion pipe flanges.
13.23.11 All exposed surfaces of the expansion joint shall be given a 3 mm thick coating of
neoprene. This surface shall be reasonably uniform and free from any blisters,
porosity and other surface defects.
13.23.12 Each control unit shall consist of two (2) numbers of triangular stretcher bolt plates,
a stretcher bolt with washers, nuts, and lock nuts. Each plate shall be drilled with
three holes, two for fixing the plate on to the companion steel flange and the third
for fixing the stretcher bolt.
13.23.13 Each joint shall have a permanently attached brass or stainless steel metal tag
indicating the tag numbers and other salient design features.
13.23.14 Bidder to note that any metallic part which comes in contact with DM / Corrosive
water shall be of stainless steel material.
13.23.15 For all Sea Water applications including guard pond, reject sump, CW, ACW, CT
make Up, Sea Water Intake, RO Stage I Reject, RO Stage II Reject, Ash water etc
the bolts & nuts, stretcher plates and companion flanges shall be SS 316 L.
13.24.00 STRAINERS
The strainers shall be basket type and of simplex construction. The strainer shall
be provided with plugged drain/blow off and vent connections. The free area of the
strainer element shall be at least four (4) times the internal area of the connecting
pipe lines. The strainer element shall be 20 mesh. Pressure drop across the
strainers in new condition fitted with a removable plug. The material of
construction of various parts shall be as follows:
(a) Body IS: 318, Gr. 2 up to 50 mm Nb, and IS: 210 Gr.
FG 260 above 50 mm Nb. (For DM water/ -Body:
AISI 316 or equivalent)
SS 316 L (all Sea Water applications including
guard pond, reject sump, CW, ACW, CT make Up,
Sea Water Intake, RO Stage I Reject, RO Stage II
Reject, Ash water etc)
(a) The strainers shall be basket type and of duplex construction. The strainer
shall be provided with plugged drain/blow off and vent connections. The
free area of the strainer element shall be at least four (4) times the internal
area of the connecting pipe. The mesh of strainer element shall be
commensurate with the actual service required. Pressure drop across the
strainer in new condition shall not exceed 4.0 MWC at full flow.
(b) Wire mesh (if applicable) of the strainers shall be suitably reinforced. The
material of construction of various parts shall be as follows.
(c) The strainer will have a permanent stainless steel tag fixed on the strainer
body indicating the strainer tag number and service and other salient data.
(d) The size of the strainer and the flow direction will be indicated on the
strainer body casting.
13.24.3 Three shop coats of paint preceded by two coats of primer shall be applied to all
exposed surfaces as required to prevent corrosion. All parts shall be adequately
protected for rust prevention. The use of grease or oil other than light grade
mineral oils for corrosion protection is prohibited.
CHAPTER – 33
This section covers all the power cycle piping, valves and specialties which connect
the different equipment like the boiler, turbine, condenser, pumps, heaters etc. to
make the power cycle complete and thermal insulation to be provided for the power
plant.
The piping system acts as the pressure boundary for the fluid in circulation,
water and steam in this case, which is subject to high pressure, temperature,
change of phase and various types of transient and steady state operation. All
the piping systems supplied shall be designed to operate without replacement
and with normal maintenance for a plant service life of 30 years and shall
withstand to the maximum sustained load.
33.2.1 Pipelines shall be selected such that the velocity of fluid in pipes does not exceed the
following limits under conditions of maximum possible volumetric flow:
Steam
(i) Superheated Steam : 60.0 m/s
(ii) Saturated Steam : 30 m/s
(iii) Wet Steam/ Exhaust Steam : 30 m/s
(iv) Auxiliary Steam : 50 m/s
(v) Main Steam Hot & cold reheat piping : 100 M/s
(Vi) HP Bypas Upstream : 125 m/s
(vii) HP Bypass Downstream : 100 m/s
(viii) LP Bypas Upstream : 100 m/s
(ix) LP Bypass Downstream : 125 m/s
Water
(i) Pump suction : 1.0 m/s
(ii) Pump delivery : 2.5 m/s;
(iv) Feed Water discharge : 4 - 6 m/s
(v) Feed Water Suction : 2 - 3 m/s
(vI) Condensate Discharge : 3 – 5 m/s
(vii) Condensate Suction : 1.5 m/s
Oil
WILLIAM & HAZEN formula shall be used for calculating the friction loss in piping
systems with the following “C” value.
For calculating the required pump head for pump selection, at least 10% margin shall
be taken over the pipe friction losses and static head shall be calculated from the
minimum water level of the tank/sump/reservoir from which the pumps draw water.
IS- 4682 : Code of practice for lining of vessels and equipments for
chemical processes: Part 1 Rubber lining.
BS- 1873 : Steel Globe and globe stop and check valves ( flanged
and butt-welding ends) for Petroleum, Petrochemical and
allied industries.
BS- 1868 : Steel c hec k valves (flanged and butt -welding ends) f o r
Petroleum, Petrochemical and allied industries.
IS 12709 : GRP pipes, joints and fittings for use for potable water supply
IS 14402 : GRP pipes, joints, and fittings for use for sewerage, industrial
waste and water.
AWWA M45 : AWWA manual of water Supply & Fiberglass Pipes Design.
Any other internationally accepted codes and standards are also acceptable.
However, the compliance of ANSI codes and IBR will be considered as
minimum for acceptance of the piping and all appurtenances.
c. The pipe spools shall be supplied along with necessary test certificates
of the pipes, after necessary machining to the required bore, for
assembly of flow nozzle element. The assembled flow nozzle shall be
installed in the piping system. Additional length of pipes equal to length
of all fully assembled flow nozzle & orifice plates pipe piece shall be
supplied and the same shall also be erected prior to cleaning of the
pipes by flushing or steam blowing or chemical cleaning or both. After
completion of cleaning of piping, the assembled flow nozzles shall be
erected replacing the temporary pipe spools.
g. All secondary structural steel members required for pipe supports from
building steel structures and from embedded steel including pipe
supports in trenches.
h. Funnels, tundishes for drips and drains including all miscellaneous drain
piping and drain piping from tundish outlet up to drain points. All drain
and vent lines shall be conveniently terminated either in Blowdown
tank/flash tanks or permanent drain trenches of the Power Station. All
steam and saturated water open drains shall be drained through a water
seal in drain funnels/tundish with a water connection in funnels/tundish
for maintaining water seal level in them. All oily effluent drains shall be
separately routed and connected to separate pit.
i. For the isolation and check valves located on the main steam, hot
reheat, cold reheat, L.P. bypass and extraction lines, suitable line drains
shall be provided just upstream and downstream of each of these
valves. No drain is needed at the downstream of L.P. bypass isolation
valve. Each of these drains shall be independently led to the condenser
with branching off to atmosphere.
Line drains from Main Steam, Hot Reheat, Cold Reheat, L.P. bypass &
high pressure (above 40 kg/cm2) extraction lines shall be provided with
double isolation valves in series for each branch - each located at the
two extreme ties of the line drain route. The valve near the condenser
shall be motorised one. The balance line drains shall be provided with
only one isolation valve for each branch.
l. Painting of all piping, valves & specialties at site. Coating and wrapping
for buried pipes.
33.4.2 Bidder shall furnish his own technical details of piping, valves, specialties and
accessories along with his offer.
(b) Pipe stubs and blanking plates required for chemical cleaning and hydro
testing.
(c) Flanges, spool pieces, gaskets, ring joints, jointing materials, aluminium
and stainless steel forged marking plate and temporary piping for steam
blowing.
(f) Fine threaded Radiography holes with stubs and suitable matching
plugs which shall be finally seal welded for piping, more than 25 mm
nominal thickness.
33.4.3 Electrodes and filler wires required for stainless steel and alloy steel welding
during shop fabrication at works and erection/installation at site.
33.4.4 All temporary pipes and accessories, supporting arrangement for cleaning,
flushing and steam blowing of the main steam, cold reheat and hot reheat
piping including HP/LP by pass piping and auxiliary steam piping.
a) The Contractor shall design the piping system and perform necessary
stress analysis of all piping and dynamic analysis as necessary for the
piping systems shown in Annexure-I of this chapter as a minimum.
c) Stress analysis and hanger selection for all piping specified else where,
including piping attachment for hangers/supports, all auxiliary supporting
structures are included in the scope of the Contractor.
d) The Contractor shall submit the design calculations for pipe sizing,
thickness with specified diameters of pipes and stress analysis data to
Owner/Engineer for review/ reference/records. Pressure drop
calculation for main steam, cold reheat and hot reheat piping shall be
submitted by the Contractor to show the adequacy of pipe sizes to meet
steam parameter at turbine inlet.
"As built" drawings of the power cycle piping layout shall also be
prepared by the Contractor based on any layout modifications made at
site over "Released for Construction Drawings".
f) The Contractor shall design and detail all piping supports including
restraints, guides, stops, snubbers, dampers etc based on the final
stress analysis and hanger load data. The Contractor's design of all
supports shall be submitted to the Owner/Engineer for review.
After hydro test, with the piping in the cold position, with all travel
stops removed, with the pipe completely insulated and in all
respects ready for start-up.
Piping in the hot position, with the unit operating at maximum load.
The contractor shall depute his personnel for this purpose to site if the
plant is officially handed over to the owner before such inspection after 6
months of operation.
l) Furnishing certified copies of test results for all tests and examinations
specified in the specification and for the mandatory tests and analysis
required by the ASTM material specification, for the materials used for
piping and the pressure parts of the valves.
• For fittings and specialties, viz. valves, flanges, traps and other
specialties etc of all pipelines coming under the purview of IBR,
Certificate of design, manufacture and tests in specified Form of IBR
with appropriate identification shall be furnished to the Owner/
Engineer.
• Erection & testing of the pipe lines coming under the purview of IBR
shall meet all the requirements of IBR and certificate of manufacture
& tests in specified Form of IBR, for each of the erected pipe lines
shall be submitted to the Owner/Engineer prior to the application of
insulation and/or flushing the line before commissioning.
Drawing indicating the layout of pipe work shall be prepared in line with the
flow diagrams and shall be provided as part of the Contract. These drawings
shall indicate the position of all supports, guides, restraints and anchors; all
drain and vent connections and the position of all pipes. All piping systems
shall be arranged to allow adequate falls in the direction of flow, except where
otherwise approved by the Engineer. At the points of drainage, drain pockets
of ample size and approved construction shall be fitted as per details
indicated in the enclosed drawings.
(a) All the piping systems and equipment supplied shall be designed to operate
without replacement and with normal maintenance for a plant service life of 30
years and shall withstand the operating parameters fluctuations and cycling
normally expected during this period.
(b) The design engineering erection testing etc. of the complete piping systems shall
be to the requirements of power piping code ASME B 31.1. in addition to this,
requirements as laid down in Indian Boiler Regulations (latest edition) shall also
be met completely.
(a) Inside diameters of piping shall first be calculated for the flow requirement of
various systems. The velocity limits for calculating the inside diameters are
indicated in clause 33.2.1.
(b) Inside diameters thus calculated for various piping systems shall be checked for
the allowable pressure drop as per HBD’s.
(c) Pipes shall be sized for the worst (maximum flow temperature & pressure values)
operating conditions for each system considering the maximum occasional
pressure & temperature variations. In case of BFP suction sizing “transient
analysis” shall be carried out for optimum sizing of the system in order to
establish the pipe inside diameter for minimum pressure drop in system to match
with pump NPSH requirement under worst operating conditions. The design
pressure of MS piping system from superheater outlet header upto and including
boiler stop valve shall not be less than the design pressure of superheater outlet
header,
(d) The design pressure for BFP discharge piping upto and including downstream
valve at feed regulating station (FRS) shall be selected such that the minimum
calculated thickness for various pipes at design temperature is sufficient for the
following conditions, considering allowable stresses as per ASME B 31.1.
• Discharge pressure corresponding to turbine driven BFP trip speed at shut off
head flow condition, if TDBFFP characteristics is governing for calculation of
boiler feed discharge piping design pressure.
• Discharge pressure corresponding to motor driven BFP trip speed (frequency
51.5 Hz) at shut off head flow condition, if MDBFFP characteristics is governing
for calculation of boiler feed discharge piping design pressure
However bidder may consider 20% higher stress as per the provision of ASME B 31.1
(for the piping upto downstream valve at feed regulating station only) for which the
requirement of special provision as per stipulation of clause no. 520 of IBR shall be
met as a must by the bidder. The valve rating in such case shall be arrived at based
on design pressure calculated as per above.
(e) The design pressure of boiler feed discharge piping at downstream of FRs shall
be 105% of pressure corresponding to the emergency point of BFP operation.
However pressure relief valve across the HP heaters shall be provided so that
piping & valves beyond feed regulating station are not subjected to shut off head
condition.
33.6.1.2 Inside diameters this calculated for various piping systems shall be checked for the
allowable pressure drop. Pressure drop in the main steam line shall not be moré than
90% of the allowable pressure differential between superheater outlet header and HP
turbine inlet valves at BMCR. Similarly combined pressure drop in cold & reheat
piping will not exceed 90% of the pressure differential between HP turbine exhaust
and IP turbine inlet valves minus pressure drop in reheater. The pressure drop in the
complete reheat line from HPT exhaust to IPT inlet shall not be more than 10% of the
pressure at HPT. Wherever possible 5/6 dia radius bends will be used to minimize the
pressure drop. Pressure drop in CRH NRV shall be considered as furnished by
supplier for calculating the pressure drop in the reheat circuit.
Piping system shall be of carbon steel for design temperature upto 400 Deg C and
alloy steel for design temperature beyond 400 Deg C.
Thickness calculation shall be made on the basis of procedure and formula given in
ANSI/ ASME B 31.1. Thickness thus calculated shall be checked based on the
procedure and formula given in IBR. Then, based on the higher value of the two
calculations (after adding manufacturing tolerance), the next heaviercommercual wall
thickness shall be selected from the thickness schedules ( eg Sch 40, sch 80 etc) as
contained in ASME B 36.10 for OD controlled pipes and from manufacturers
schedules for ID controlled pipes.
However, in such cases where the cakculatred thickness for OD controlled pipes falls
beyond the thickness corresponding to the listed schedule nos.as given in ANSI B
36.10 for the pipe size, both ID & OD controlled pipes to manufacturers schedules are
acceptable.
OD controlled pipes shall be to dimensional standards ANSI B 36.10 for carbon steel
& alloy steel pipes and ANSI B 36.19 for stainless steel pipes.
To account for losses due to erosion, corrosion etc dyring the plant service life, an
allowance of 1.6 mm/ 0.75 mm shall be considered in the minimum wall thickness
calculation of pipes as per ASME B 31.1/ IBR respectively.
Further, the design pressure and temperature, downstream of any pressure reducing
valve upto and including the first block valve shall be the same as that at upstream of
pressure reducing valve. The piping at downstream of de superheater shall be
designed for spray failure condition. The length of piping considered for spray failure
condition shall not be less than the length required for proper spary mixing as
recommended by desuperheater supplier.
However in no case, the selected pipe thickness shall be less than Sch 80 for alloy
steel & carbon steel pipes of sizes 50 NB & below. The selected thickness for SS
pipes shall not be less than Sch 40S of ANSI B 36.19.
Further, for the piping systems likely to be subjected to two phase flow, i.e down
stream of control valves on heater drain lines etc. and for length of piping which is
required for the proper mixing of spray water at downstream of de-superheater the
selected thickness shall not be less than :
33.6.4 LAYOUT
(a) All high points in piping system shall be provided with vents. All low points shall
be provided with drains. Provision of drains on steam piping shall be as per
ASME code TDP-1. Drain lines shall be adequately sized so as to clear
condensate in the line and prevent water hammer and damage to turbine due to
water induction. All piping shall be sloped towards the system low point such that
slope is maintained in both hot and cold condition.
(b) All drain and vent lines in piping system with design pressure 40 Kg/cm2 (g) and
above or with vacuum service shall be double valved.
(c) The piping routing shall be such that clear headroom of not less than 2.5 meters
above the walkaways /working area is available. The contractor shall ensure
correct orientation of and easy access to valves and instruments etc. and
sufficient clearance for removal and maintenance of the same. Thepiping shall
not encroach oc withdrawal space of various equipment and walking space.
(d) Wherever there is possibllity of ingress of rain water through floor /celing opening
at points where any pipe passes through floor /celing suitable weather protection
hood shall be provided.
(a) Flexibility and stress analysis for various iping system shall be carried out by the
contractor as per the requirement of ASMR B31.1 analysis results shall satisfy
the following.
(1.) Calculating stresses in the piping shall be within the allowable limits
stipulated in ASMR B 31.1 as well as in IBR for piping under the purview of
IBR.
(2.) Calculated forces and moments on equipment nozzles/TP are not more than
the allowable loading provided by respective equipment manufacturer(s) /
contractors. Flexibility analysis also calculates the deflections in all directions
(translational and rotational) to enable design and selection of hanger/support
system.
(b) Cold pulling is not permitted. The contractor shall so design the piping system
that there will be no requirement of cold pulls for meeting allowable
reaction/stress values.
All hangers and supports shall be erected such that they are vertical when piping is in
hot condition (rated parameters). However in piping system connected to the rotating
equipment nozzles, it may be required to design and erect the hangers/supports in
the piping near the equipment nozzle as per the requirements/ recommendations, if
any of rotating equipment manufacture(s).
All the hangers/supports shall be of reputed make, approved/tested quality and shall
have proven performance record for similar application. They shall be designed to
provide the required supporting efforts and allow pipeline movement with thermal
changes without causing overstress. The design shall also prevent complete release
of the piping load in the event of spring failure or misalignment and all parts of
supporting equipment shall be fabricated and assembled so that they will not be
disengaged due to movement of the supported piping. Necessary guides, anchors,
braces and structural steel to be attached to building/boiler structure as well as any
braces and/or dampeners required to eliminate piping vibration and seismic loading
shall be provided.
The design of the pipe supports and hangers and their locations shall be
guided by the following general principles:
(c) Supports shall be adequate for extra loading due to hydrostatic tests
and when piping system is full of water during chemical cleaning.
(d) Supports for relief valve stacks shall be adequate for both the pipe
weight and the thrust developed when the valve is open.
(a) Thermal insulation shall be provided mainly for the following reasons.
(1) Conservation of heat and maintenance of temperature as per design cycle.
(2) Personal protection/
(c) The contractor shall prepare an insulation thickness schedule covering both the
cases of heat conservation and personnel protection based on the following
design data.
0 0
Design ambient temperature 40 C for inside and 45 C for outside the
main plant building.
0
Maximum cladding temperature 60 C
(a) The flash tanks shall be adequately sized to take care of the total drains in the
complete power cycle piping system. There shall be sufficient margin to
accommodate the possible carination in drains quantities as well as flash steam.
Flash tanks shall be designed as per the requirement of ASME boiler and
Pressure vessels (B&PV) codes, & ANSI standard. The contractor shall selection
for employer’s review.
(b) However the minimum design pressure and temperature for the flash tanks shall
0
be 3.5 Kg/cm2 (g) and 210 C respectively. Flash tanks shall also be designed for
full vacuum condition.
(c) Corrosion allowance of 3.0 mm shall be added to the design thickness of the shell
and head of the vessels. The minimum thickness of the vessels including
corrosion allowance shall not be less than 8 mm.
(d) The flesh tanks and manifolds shall be designed to take care of the impact forces
due to incoming drains.
(e) In case the spray is in manifold, the material for the flash tank manifold shall
conform to ASTM A335 Gr. P22 or better and its thickness shall not be less than
SCH 100 of ANSI B36.10 irrespective of temperature of the fluid handled
(f) The temperature in the flash tanks shall be maintained by using condensate /feed
water spray, as the case may be and in whichever case applicable. The spray
shall be automatically controlled. However for flesh tanks open to atmosphere
continuous spray through an orifice shall also be acceptable.
Bend thinning allowance shall be provided for all bends as per the recommendations
of ASME B 31.1. The finished bends wall thickness at any point of the bend shall not
be less than the calculated minimum straight wall pipe thickness.
Steel pipes & fittings shall in general be provided with butt welding ends as per ANSI
B 16.25. Pipe fittings of size 50 NB & below shall be socket welded as per ANSI B
16.11. However in certain cases the preparations of welding end for the pipe may be
required to be done to match equipment terminals, valves etc.
All stubs welded to the pipe including welded thermo wells and instrument source
shall be installed on the pipe prior to stress relieving.
Instrument tubing up to and including the root valves and all drains & vents shall be
generally of the same pipe material as that of the main pipe which they are located
unless & until specified otherwise elsewhere.
Wherever ASTMA 106 Gr B/ Gr C or A – 105 material are used the maximum carbon
content shall be limited to 0.3% (max)
Wherever mitered bends are used the thickness of pipe from which they are
fabricated shall conform to the requirements of regulations 361 (C) of IBR. The angle
between axes of adjoining pipe sections shall not exceed 22.5 Deg C.
Non destructive examinations for butt weld of NPS over 50 mm and for welded
branch connections of branch size over 100 mm NPS shall be specified elsewhere.
For smaller sizes the mandatory minimum requirements shall be as per Table 136.4
of ANSI B 31.1 for non IBR piping as per regulation 360 of IBR or table 136.4 of ANSI
B 31.1, whichever is more stringent, for piping under the purview of IBR.
For all globe and check valves, the direction of flow shall be clearly stamped on the
body of the valve.
All globe valves shall be capable of being closed against the design pressure.
Where globe valves have been specified for regulation purpose, the disc shall be
tapered plug type and suitable for controlling throughout its lift.
All gate and globe valves shall have bonnet back seating arrangement.
Check valves shall have full floating and accurately guided discs.
All gate, globe & check valves shall be designed for reconditioning seating surfaces
and replacement of stem and disc without removing the valve body from the line.
Hand wheels for all the valves shall close the valve in clockwise direction when
viewing from the top. All hand wheels shall be clearly marked indicating the direction
of opening/ closing.
Manual gear operators shall be provided to open/ close the valve against the
maximum differential pressure across the valve such that the effort required to
operate the valve does not exceed 25 Kgf.
Valves 65 NB & above with rising stem shall be provided with position indicator/
visual indication either through plastic stem covers or through metallic stem covers.
All gate and globe valves of size 50 NB and below in vacuum service shall have extra
deep gland packing without requiring water gland sealing. All gate & globe valves of
size 65 NB & above in vacuum services shall have adequately deep gland packing
and shall be equipped with lantern rings to admit pressurized water for gland sealing.
Where floors and extension spindle arrangement is required for valves, the height of
floor stand shall be about one meter from the floor/ platform. The floor stand shall be
sturdy condition eith column, nut plate and hand wheel made of cast iron conforming
to ASTM-A-126 Grade B. Suitable thrust bearing shall be provided/ between the
hand wheel and floor stand. The connection of the extension spindle to the valve
stem shall be through a flexible coupling and shall be designed to permit valve
thermal movements. Necessary nuts, bolts etc. For mounting the floor stand platform
shall be provided.
The requirement of integral bypass valves shown in flow diagrams is the minimum
required. The final requirement shall be worked out as per the process requirement
during detailed engineering.
If integral bypass valve selected is of size 50 NB & below, then the gate or globe type
of forged construction with socket weld end as per ANSI B 16.11 shall be provided.
For integral bypass valves of size 65 mm and above only cast steel gate valves with
butt weld ends as per ANSI B 16.25 shall be provided.
33.6.12.1 Piping system fabrication shall be in accordance with the requirement of ANSI B 31.1
however for system under purview of IBR, the requirements of IBR, shall also be
complied with. All dissimilar material piping connection shall be subjected to the
acceptance and approval of the employer. Complete document shall be submitted by
the contractor in addition to the fulfillment of IBR requirement.
33.6.12.2 Where welded pipes and fittings are used the longitudinal weld seams of adjoining
sections shall be staggered by 90 deg.
33.6.12.3 Access holes for radiography at shop for piping requiring 100 % radiography shall be
provided only if the area to be radio graphed is not accessible from pipe ends. Access
holes for field radiography shall be provided.
33.6.12.4 Except where otherwise specified, all piping shall have butt-welded connections with
a minimum of flanged joints, if necessary. All high pressure steam valves and
accessories shall have welded connections. Where flanges are adjacent to welded
fittings, weld neck flanges shall be used.
33.6.12.5 Branches shall, in general, be formed by welding. Standard fittings may be used in
positions and for sizes where approval has been given in detail drawings. Pipe bends
and tees shall be truly cylindrical and of uniform section. All welded branches shall be
reinforced where needed as per the applicable codes/regulations.
33.6.12.6 Unless otherwise specified, for all welded lines with pressure above 7 kg/ cm2(g)
and/or temperature above 2000C, branch connections for branch sizes upto 25% of
welded mains shall be made with special forged steel welded fittings.
All workmanship shall be carried out using methods and procedures of best
recognised pipe fabrication practice and must be done in a good and
workman like manner in accordance with ANSI standards, ASME Codes, PFI
standards and IBR as applicable.
Mitred bends and elbows will not be accepted unless otherwise specified.
Only forged tees, 900 elbows and 450 elbows are acceptable. In case the
Bidder wants to deviate from this requirement on the ground of
non-availability of such forged items, he may submit his alternative offer for
Owner's consideration with sufficient documents to justify the same. In such a
case, the concerned fittings shall be manufactured with necessary reinforcing
pads, bend thinning allowance etc to satisfy code requirements.
All pipes bends shall be made true to angle with no negative tolerance and
shall have a smooth surface free of flat spots, crease and corrugations.
A cross section through any bend portion of the pipe shall be true in diameter.
All pipe bends shall have a radius of not less than 3 times the nominal pipe
size unless otherwise mentioned. Pipe bends shall be made from straight
pipe pieces of sufficiently higher thickness so that after thinning, the minimum
thickness of bends shall not be less than the minimum thickness required for
the straight pipe. Thinning allowance shall be considered as per ANSI B 31.1.
The ends of pipe and welded fittings shall be bevelled according to details
shown in the relevant piping codes.
For bends in pipes, straight piece of pipes shall be bent to required bend
radius. However, forged bends (Bend radius = 1.5 x pipe diameter) wherever
required shall be provided at no extra cost.
The ends of Pipe and welded fittings shall be bevelled according to details
shown in the relevant piping code. All welding shall be made in such a
manner that complete fusion and penetration are obtained without an
excessive amount of filler metal beyond root area. The reinforcement shall be
applied in such a manner that it shall have a smooth contour merging
gradually with the surface of adjacent pipe and welded fittings. Backing rings
shall not be used on any pipe welds, unless otherwise approved by the
Engineer.
All welding shall be made in such a manner that complete fusion and
penetration are obtained without any excessive amount of filler metal beyond
root area. The reinforcement shall be applied in such a manner that it shall
have a smooth contour merging gradually with the surface of adjacent pipe
and welded fittings. Backing rings shall not be used on any pipe welds, unless
otherwise approved by the Engineer.
Pipe and attachments shall be properly aligned prior to welding. If tack welds
are used, the tacks shall be either fused into the first layer of weld or else
chipped out.
All welding for steam and feed pipe work shall be electrical welding using the
shielded arc process and electrodes in accordance with the relevant code.
For pipes up to and including 100 NB, provided the pipe does not exceed
12.7 mm in thickness, gas welded butt joints will be accepted without backing
rings.
All welds shall be built-up by the application of multiple layers or passes. The
thickness of metal applied for each layer or pass shall not exceed 3 mm.
Each layer shall be cleaned and lightly peeled before the next layer is applied.
Before being assigned to welding work, each operator shall have passed a
qualification test as prescribed in the applicable Code/ Regulations. Each
approved welder shall have an identification number which shall be indicated
on all welds.
Welded joints shall be stress relieved as per ANSI B31.1/IBR. Stress relieving
temperature shall be measured by thermocouple pyrometers or other suitable
equipment. Readings of temperature against time shall be recorded.
(b) Bends for piping 65mm NB and above shall be made hot and for piping 50mm NB
and smaller may be made cold.
(c) Bends shall be made in accordance with PFI-ES-24. Bends shall be supplied with
the minimum tangents expect where the piping layout necessitates shorter
lengths in which case the tangents shall be suitably reduced after the bending
operation to suit the requirements of the piping layout.
(e) Where examinations of bends indicates that wall thinning has resulted in
thickness less than the minimum specified, repair by weld deposition shall be
allowed only where the length of the affected area is 150mm or less as measured
along the outside arc of the bend. Repairs in excess of this amount shall not be
allowed. All repairs shall be carried out only after approval of the employer.
(f) Circumferential butt weld shall not be used in the area of the bend. Longitudinal
welds, where bends are formed from welded pipe shall be located on the bend’s
neutral axis.
(g) Bend thinning allowance on straight pipe prior to bending shall be applied as per
ANSI B 31.1. For bends of 5D or higher radius, the difference between maximum
and minimum diameters shall not exceed 8 percent of average measured outside
diameter of the pipe before bending.
(h) All bends in 50 NB and larger piping shall be made hot. Bends in 40 NB and
smaller piping may be made cold only when commercially available bending
shoes are used. Finished bends shall be smooth in contour and free from buckles
and distortion.
(i) Pipe bends may be fabricated by the incremental induction heating process.
Circumferential butt welds or longitudinal welds (where seamless piping has been
specified) shall not be used in the arc of the pipe bends, without Engineer's
permission. After bending, such welds, where permitted, shall be re-examined
and re-inspected.
(j) All piping bends are subject to heat treatment as required by the original material
specification unless otherwise approved by the Engineer.
(k) All pipe bends in 50 NB and larger piping shall be examined ultrasonically after
fabrication for wall thickness conformance. Measurements shall be taken in
accordance with PFI Standard ES-20 using the "Pulse Echo" method. Data
reports containing information as recommended in PFI Standard ES-20 shall be
forwarded to the Engineer for record purposes.
(l) Where examination of pipe bends indicates that wall thinning has resulted in less
than code required minimum wall thickness repair by weld deposit shall be
allowed only where the affected area is 150 mm or less as measured along the
outside arc and with Engineer's approval. Repairs in excess of this amount shall
not be permitted.
(a) For steel pipes, end preparation for butt-welding shall be done by
machining/flame cutting.
(c) For tees, laterals and other irregularities details, cutting template shall
be used for accurate cutting and cutting shall follow the outline of the
template.
Alignment Considerations
• The pipes joined by welding shall be aligned correctly within the existing
tolerances on diameter, wall thickness and out of roundness, which shall
be preserved during welding.
• All flange facings shall be true and perpendicular to the axis of the pipe
with boltholes being off centre.
33.6.14.1 Branch connections shall conform to the requirements of ASME B 31.1. All branch
connection welds shall be full penetration welds, except as permitted by ASME B
31.1/IBR. The branch connections shall generally conform to the following :
• The design and fabrication details for the instrument stub connection are
included in Tenderer's scope. Materials for instrument connection shall be
the same as that of the pipe to which it is attached. Fittings ratings shall
be in accordance with those specified for the main process pipe.
33.6.14.2 All materials that are bent, forged or informed shall be subjected to heat treatment
after the forming operations as required by the original material specification. For ally
steel materials the preferred heat treatment process is full annealing.
(a) Welding under this specification shall be done by one of the following
processes :
(c) Socket weld joint shall be done with low hydrogen type covered
electrodes with manual shielded metal arc process.
(e) As far as possible welding shall be carried out in flat position. If not
possible, welding shall be done in a position as close to flat position as
possible.
(f) As a rule no backing ring shall be used for circumferential butt welds.
(i) For wall thickness 2.5 mm or under and for 1.0 mm - 2.0 mm
all thickness in oxy-acetylene welding
Special care shall be taken for fitting and alignment in case of inert gas
tungsten arc welding. Flame heating for adjustment of ends is not permitted
without the approval of the Owner/Consultant.
(b) A wire spacer of proper diameter may be used for the weld root opening
but must be removed after tack welding and before application in root
pass.
(c) Tack welding for the alignment of pipe joints shall be executed carefully
and shall be free from defects since tack welds form a part of final
welding. Defective welds shall be removed prior to the welding of joints.
Electrode size for tack welding shall be selected depending upon the
root opening.
(a) Root pass shall be made with respective electrodes/filler wires. The
size of the electrodes shall not be greater than 3.25 mm (10 SWG).
Welding shall be done with direct current values recommended by the
electrode manufacturers.
(a) All fabricated piping shall be cleaned as per relevant SSPC cleaning
technique/practice such that both inside and outside surface of the piping are free
of sand, loosely adhering scale, dirt and other foreign matters.
(b) After cleaning outside surface shall be coated with enamel or other protective
paint, the weld end preparation shall be coated with deoxyaluminate paint and
protected adequately. Use of grease or oil. Other than light grade mineral oil is
not allowed.
(c) After desiccating and preservation, the fabricated sections shall be covered,
boxed, capped, or others shielded from further contamination or corrosion.
33.6.18 MARKING
33.6.18.1 All piping shall be marked clearly and legibly at the shop with its identifying pipeline
description and piece no. as per the appropriate component or spool piece fabrication
drawing.
33.6.18.2 Marking shall be by any method which does not produce sharp discontinuities and the
marking does not get erased until the piping is erected. Piping 6 mm and thicker may
be marked by stamping using round nose or dot interrupted die stamps with minimum
nose radius of 0.8mm.
33.6.18.3 Item too small to be marked shall have metal tags securely attached to each bundle
or container of such items such that it does not get erased until the item has been
erected.
33.6.19.1 Where control valves, flow nozzles, orifices and other piping appurtenances are to be
installed, they shall be installed only after steam blowing and chemical cleaning
operation. After the completion of the steam blowing / chemical cleaning the
contractor shall cut spool pieces of required length and install the components.
33.6.19.2 Field run piping shall be erected only after completion of the erection of all other
piping system structures and equipment unless otherwise approved/directed by the
employer.
33.6.19.3 when C clamps are tack welded to the pipe for the purpose for the alignments of a
joint, preheating for the lack welding shall be performed if the main joint adjacent to it
to be preheated as per the requirement of this specification, otherwise preheating for
the tack weld may be omitted after the joint is completed, all tack weld shall be
removes, flushed with the adjacent of pipe by chipping and /or grinding. The areas
where C clamps were attached shall be subjects to stress reliving as required.
33.6.19.4 The hydrostatic testing of the piping system shall be done after proper installation of
all permanent hangers/supports. Springs hangers shall be locked during hydrostatic
test. Prior to steam blowing all hangers which had been locked for the hydrostatic
testing shall be unlocked.
33.6.19.5 The setting and logging of all supports, restraints/limit stop, spring hangers, etc, is the
responsibility of the contractor. The initial setting on all hangers and supports and
clearance on restrains and limit stops shall correspond to the design cold values. The
contractor shall check all readings after completion of erection of piping system and
application of insulation and carry out readjustment as necessary to be in line with the
design cold values. After satisfactory setting of all hangers/restraints. Hangers
reading / clearance shall be logged by the contractor in proper format and a joint
protocol be made.
33.6.19.6 The contractor shall monitor the behavior of all hangers, supports, restrains etc.
during the initial stage of plant operation. When the piping system(s) have attained
their rated temperature the contractor shall log, hanger reading, snubber deflection,
restrains/limits stop clearances as specified elsewhere.
33.6.19.7 All gaskets shall be asbestos free material and suitable for the service
application.
After erection All piping system shall be hydro tested at 1.5 times the design
pressure subjected to regulation 374 of IBR. However for such
systems where it is practically not possible to do hydro tests.
The test as called for in ANSI B 31.1 & IBR in lieu of hydro test
Hydro test of boiler feed piping: since isolating valve is not provided at
economizer inlet, contractor to make all necessary arrangement of hydro testing
of BFD piping beyond HP heater downstream heating isolating valve upto TP
either by blanking or providing a temporary valve. NDT as per the provision of
IBR & ASME B 31.1 can be carried out for the joint at TP between SG & TG
contractor.
After erection All piping system shall be hydro tested at 1.5 times the design
pressure subjected to regulation 374 of IBR. However for such
systems where it is practically not possible to do hydro tests.
The test as called for in ANSI B 31.1 & IBR in lieu of hydro test
shall also be acceptable.
Note:
1. EFW pipes as per A 672 are acceptable if the design pressure and design
temperature are such that it calls for ASME 300 class & below piping and
size is 550NB and above. The fitting shall correspond to ASTM A 234 with
grade corresponding to the pipe. Material. Welded construction fitting are
also acceptable with A672 piping. However all requirements as per ASME
B31.1 including the requirements given in mandatory appendix-D, IBR &
respective material code shall be fully complied with, in respect of welded
firings
2. In case the design temperature is above 545 deg C, then P91 material only
shall be applicable for both pipes as well as fittings.
(ii) One (1) motor operated isolation valve at the upstream side of
control valve.
(iii) One (1) manual operated isolation valve at the downstream side
of the control valve.
(v) One (1) motor operated isolation valve at the upstream side of
the bypass control valve.
(vi) One (1) manual operated isolation valve at the downstream side
of the bypass control valve.
(vii) Non return valve in the common downstream line, for spray
piping.
(ii) One (1) motor operated isolation valve at the upstream side of
control valve.
(iii) One (1) manual operated isolation valve at the downstream side
of the control valve.
(iv) One (1) motor operated inching type regulating bypass valve.
(v) One (1) motor operated isolation valve at the upstream side of
the bypass valve.
(vi) One (1) manual operated isolation valve at the downstream side
of the bypass valve.
(vii) Non return valve in the common downstream line, for spray
piping.
All valves shall have cast/forged steel bodies with covers and glands of
approved construction. The valves shall be provided with electric motors/
solenoids and actuators as required.
All valves shall, unless otherwise approved, have ends prepared for
butt-welding and the internal diameter shall be the same as the internal
diameter of the pipes to be joined.
Material, design, manufacture, testing etc. for all valves and specialties along
with the accessories shall conform to the codes as specified or approved
equivalent and acceptable to IBR.
By-pass valves shall be provided for high pressure and larger size valves
(including control valves) as per standards followed and as felt necessary for
smooth and easy operation, even though not specifically mentioned in the
specification.
All valves shall have outside screwed spindles and screwed thread of spindle
shall not pass through or into the stuffing box. Where valves are exposed to the
weather, protective covers shall be provided for the spindles, which shall be
subject to approval.
Valves requiring sealing water shall be adequately deep and shall be equipped
with lantern ring to admit pressurised water for gland-sealing. Gland sealing
water shall be tapped from one tapping point on the condensate extraction
pumps discharge header and shall be reduced in pressure as per the
requirement.
The stops which limit the travel of any valve in the "Open" or "Shut" position
shall be arranged exterior to the valve body.
All regulating valves shall be designed to prevent erosion of the valve plugs and
seats when the valves are operated partially opened. The valves shall have
contoured plug.
Approved access arrangements shall be provided for all valves and particular
attention shall be given to those valves fitted with gearing, which require
lubrication of the valve itself.
Valves which cannot be operated from the floor or walkways shall be provided
with suitable extension rods and linkages. If such a valve is provided with
integral bypass then similar arrangement shall be done for the bypass valve
also. The extension shall be such that the hand wheel is at a height of
approximately one metre above the level of the floor or platform from which the
valve is to be operated. Where required, valves shall be provided with
head-stocks and pedestals of rigid construction and where gears or level
wheels are used, these shall be of cast steel or suitable quality cast iron with
machine cut teeth. Where extension spindles are fitted, all thrust when
opening or closing the valves shall be taken directly on the valve body. The
extension linkage shall be so designed to take care of the thermal
movements of the valve body with the pipe on which the valve is installed.
The connection of the extension spindle to the valve stem shall be through a
flexible coupling.
The extension spindle shall be of the same material as that of the valve stem.
The floor stands shall have column, not less than Group-B of ASTM-126.
Necessary nuts and bolts for mounting the floor stands on foundation shall have
to be provided. Adequate means of easy lubrication shall have to be provided
for valves and operating extension components.
Stems shall preferably be arranged vertically with gland at the top, however, in
no circumstances must the stem be inclined downward from horizontal or gland
be at the bottom. Globe valves shall be installed with the pressure under the
disc. Valves shall not be fitted in inverted position.
Where necessary, for accessibility, grease nipples shall be fitted at the end of
extension piping and where possible these shall be grouped together and
mounted on a common panel situated at a convenient position. A separate
nipple shall be provided to lubricate each point. The Contractor shall supply the
first fill of oil or grease for these parts. The Contractor shall supply a suitable
manually operated grease gun for the standard type of nipple provided.
The spindles for all valves for use outside the building shall have weatherproof
protection covers of approved construction.
All valves shall be fitted with indicators so that it may be readily seen whether
the valves are open or shut. In the case of those valves fitted with extended
spindles, indicators shall be fitted both to the extended spindles and to the
valve spindles.
All valves shall be closed by rotating the hand wheel in a clockwise direction
when looking at the faces of the hand wheel. The face of each hand wheel shall
be clearly marked with the words `Open' and `Shut' with arrows adjacent to
indicate the direction of rotation to which each refers.
Each valve hand wheel shall be fitted with a circular nameplate of approved
material indicating the valve tag number, duty or service intended and the
function of the valve. The nameplates shall incorporate the colour code
corresponding to the service of the piping.
Special attention shall be given to the operating mechanism for large size
valves in order that quick and easy operation is obtained and maintenance is
kept to a minimum.
The Bidder shall supply during the course of the Contract, comprehensive
drawings showing the design of valves, test pressure and working pressure
/temperatures. They should include a parts list referring to the various materials
used in the valve construction.
Gate valves below 100 NB shall be solid wedge/Flexible wedge type. Valves of
150/300 and size 100 NB and above shall be flexible wedge type. However, for
sizes 100 NB and above for temperature 300oC above, parallel slide gate
valves shall be used.
All sampling and root valves shall be of integral body bonnet type.
For butterfly valves, Contractor shall guarantee that in the closed position and
with a disc differential pressure as specified, the valves shall be water tight.
Contractor shall guarantee that the operating mechanism shall open and close
the valve under the specified maximum differential pressure within the time
specified.
Note the material of body, bonnet/ cover & disc shall be corresponding to that of pipe material on which
valve is installed.
1. Valve of size 65 NB and above shall have butt welded ends as per ANSI B16.25
and valves 50 NB and below shall have socket weld ends as per ANSI B16.11
4. All gates and globe valves shall be without side screw and yoke with rising stem.
5. Gate valve below 100 NB shall be solid wedge/flexible wedge type, valve of size
100 NB and above shall be of flexible wedge type. However, for sized 100mm NB
0
and above for temperature above 300 C, parallel slide valves are also
acceptable.
6. Specification for valve shall be as indicated in C&I subsection.
7. Stem for all valves shall be heat treated and hardened- minimum, hardness
200HB and surface finish of 16 RMS or better in area of stem packing.
8. Gland packing for gate and globe valves shall be alloy steel/SS wire rainforced
graphite with stem corrosion inhibitor.
9. All bolts and nuts shall be ASTM A-193 Gr. B 7 and ASTM A-194 Gr. 2H
respectively.
10. Hand wheel for valves shall be of malleable iron / carbon steel.
11. Minimum differential hardness between seat and other disc material shall be 50
HB in case of 13 % chrome hardened with heat treatment of steel.
12. Valves closure test shall be as per supplied complete with discharge elbow and
drip pan along with drain.
13. For valve of size 65 NB and above in vacuum service, water gland-sealing
arrangement shall be provided. For valve of size 50 NB and below, deep gland
packing shall be provided. Butterfly valves, subjected to vacuum, shall be tested
for vacuum as per relevant code.
The contractor shall furnish, detailed arrangement sketches for each support,
restrains, anchor, etc. the sketches shall include the key plan identification no. bill of
quantities, design load , operating load, spring stiffness, amount of precompression,
centre line elevation of pipe, spring box position/orientation, etc.
Hangers support tag no. shall be marked on all pipe hangers/support, restraints and
anchor assemblies, the design loads, hot and /or cold loads shall be stamped on
respective constant and variable springs.
(a) Each threaded connection and adjustable rod shall be provided with lock nuts.
(b) Each rod of a double rod hanger support shall be designed for the full hydro test
load coming on the double rod hanger assembly.
(c) Hanger support rods of less than 10mm diameter for supporting pipes of 50 NB
and smaller and less than 12mm diameter for supporting pipes of 65 mm NB
and larger, shall not be used.
(d) Parts of the hanger or support which move relative to the pipes during operation
shall be connected to the pipe attachments in such a manner that they lie
entirely outside the pipe thermal insulation.
(f) Where axial movement is to be restricted or riser clamps are used, suitable lug
stops to prevent pipe movement shall be designed for welding on to pipe.
(g) Bolted pipe clamps shall have a minimum thickness of 5mm for weather
protected locations and 6 mm for locations exposed to weather.
(h) Beam clamps shall be forged steel equipment with a rod to fix a nut.
(i) All sliding surface of supports and restrains shall have Teflon lining on one
surface coming in contact with stainless steel lining on the other surface.
(j) All piping hangers and supports shall be designed to carry the weight of the
piping fitting, thermal insulation, self weight of the hanger assembly and medium
transported or test medium whichever is heavier. In addition all rigid rod hangers
and variable spring shall be designed to carry the operation load in hot condition.
(k) All design and fabrication including loading and allowable stresses shall be in
accordance with ANSI B31.1. Note shall be taken of the requirements against
earthquake at site. Hangers and supports for systems shall be completely
engineered and prefabricated for all piping 50 NB and above. Sufficient random
materials shall be furnished for field support of all lines of smaller diameter.
(l) For pipes of design temperature 1000C and more, bottom supports shall be
avoided as far as possible and hanger type supports shall only be used.
However, where bottom support cannot be avoided, the same shall be provided
with suitable shoes along with balls/rollers/rockers (if movement is more than 50
mm) and SS/Graphite is to be used (if the movement is more than 20 mm) to
minimise frictional resistance against thermal movements. The material of shoe
as well as the ball/rockers/rollers shall be suitable for the design temperature of
the supported pipe and shall be of sufficient hardness so as to permit a
reasonably long life keeping its roundness and maintaining a low friction factor.
Where a constant load type support is required, the bottom support shall also be
of constant load type.
(m) Provision shall be made for support of piping which may be disconnected during
maintenance work.
(n) Support steel shall be of structural quality. Perforated strap, wire or chain shall
not be used. Support components shall be connected to support steel by
welding, by bolting or by beam clamps. Bolt holes shall be drilled, not burned.
Support components may be bolted to concrete using approved concrete
anchors.
(o) Double nuts or lock-nuts shall be used on hanger rods and bolts in all cases.
(p) Variable springs shall be furnished with travel stops. The travel stops shall be
factory installed at the "cold" position.
(q) Spring hangers should not be loaded more than 80% of the spring travel range.
(r) Both constant load and variable spring support/hanger shall be provided with
outside indicators for deflection and load. Provision for the site adjustment of
_ 10% shall be incorporated. Also spring locking arrangement and
load at least +
turnbuckles of load/position adjustment shall be provided for all hangers.
(s) Constant load type spring support/hangers shall be so selected as to permit, for
the specific load, an over-travel of at least 25 mm or 20% (whichever is greater)
of the specified range of vertical travel. The initial setting of the hangers/supports
shall be such that half of the "over-travel" is allowed in either direction. Constant
support hangers shall have a support variation of not more than 6% throughout
the total travel range.
(t) Rigid hangers & restraints shall be judiciously selected, without exceeding the
stipulated limits of terminal forces & moments & stress level. Struts shall be
considered where compressive load is expected.
(u) Where the piping system is subject to shock loads, such as thrust imposed by
the actuation of safety valves (SV), hanger design shall include provision for
shock absorbing devices of approved design.
(v) Vertical restraints near safety valves shall be preferred for taking SV discharge
thrust, provided equipment terminal reactions remains within allowable limit.
(w) Attempts shall be made to avoid use of shock absorbers, dampers etc as far as
possible to take care of occasional loading like seismic effect etc by proper
engineering of the piping design and effective use of restraints. However, shock
absorbers, VISCO- dampers, wherever felt necessary are to be supplied and
erected by the bidder.
(y) Hanger rods (except rigid hangers where both tension and compression may
occur) shall be subjected to tensile loading only. At hanger locations where
lateral movement is anticipated, suitable linkage and rocking washers shall be
provided to permit swing.
(z) For all hangers, the length of suspension shall be so selected that the hanger
rod may never make an angle of more than 40 with vertical due to horizontal
pipe movements. If this cannot be avoided by erecting the hanger vertically for
cold condition, it shall be suitably off set so that the above requirement is fulfilled
in cold as well as hot conditions. Hangers shall be designed so that they cannot
become disengaged by movements of the supported pipe.
(aa) Hanger support rods of less than 10 mm diameter for supporting pipes 40 NB
and smaller and less than 13 mm diameter for supporting pipes of 50 NB and
larger, shall not be used.
(bb) Supports, guides and anchors shall be so designed that excess heat will not be
transmitted to the building steel.
(cc) Tie rods/struts shall preferably be used for restraints to achieve low friction
restraining.
(dd) The Tie-rods/struts shall have proper arrangement and adequate length, so that,
thermal movements in other directions, which are intended to be free are not
constrained and there is no appreciable shift in centreline of pipe or the elevation
of the supporting point on pipe due to sway. The design shall have provisions for
adjusting the length to take up any slack and securely locking in position
permanently once adjustment is done.
(ee) Snubbers & dampers shall be designed to take seismic/dynamic loads, thrust
due to safety valve discharge. Effort shall be made to limit its use by judicious
placement of rigid hangers.
Constant load hangers shall generally be used when vertical displacement exceeds
40 mm or where the supporting effort variation of available variable spring exceeds
25%.
Constant load hanger shall be of moment coil spring counter balanced design or cam
& spring type. Variable spring hangers shall be of helical spring design. Spring
hanger/ assembly shall be constructed such that complete release of piping load is
impossible in case of spring miss alignment or failure.
Constant load hangers shall have a minimum field adjustment range of 15% of the
load. The total travel for constant speed load hangers shall be design travel plus 20%
but in no case shall be difference between total travel and design travel be less than
15 mm. The supporting effort variation throughout the travel range of constant load
hangers shall not exceed 6%.
Variable spring hangers shall have supporting effort variation of not more than 25%
throughout the total travel range.
All springs shall remain under compression throughout their operating regime and
never under tension.
Spring hangers shall have provision of rlocking the hangers in any position of the
travel.
Spring hangers shall be adjusted to the cold position before shipment and locked in
that position. The cold and hot position shall be clearly marked on the travel indicator
scales.
All spring hangers shall be locked before performing the hydro test. The locking shall
be removed before the line is placed under operation.
33.6.26 SNUBBERS
Axes of anubbers/ restraints shall be parallel to the direction of the expected reaction
force in operating condition.
All anchors shall be designed for direct rigid fastening to the structural steel member.
Anchors, guides and restraints shall be capable of withstanding the forces and
moments due to thermal expansion and dynamic effects.
Steam traps shall be of inverted bucket/ thermostatic type with integral or separate Y
type strainers.
All Y type strainers shal have stainless steel screen of not more than 20 mesh size.
Screen open area shall be at least four (4) times the pipe cross sectional area.
Strsiner shall have screwed blow off connection with removable plug.
Y type strainers shall be provided along with each steam trap in case the strainer
does not form an integral part of the trap.
(b) All insulating materials, accessories and protective covering shall be non-
sulphurous, incombustible, low chloride content, chemically rot proof, non-
hygroscopic and shall be guaranteed to withstand continuouslay and without
deterioration the maximum temperature to which they will be subjected under the
specification conditions.
(c) The use of insulation of finishing materials containing asbestos in any form is not
permitted.
(a) Rock/glass insulation mattress shall be of long fibered rock or glass processed
into fibrous form bonded with a binder. No kind of slag wool inclusion is
acceptable.
(b) Calcium silicate pipe insulation shall be composed principally of hydrous calcium
silicate reinforced with mineral fibre. It should be asbestos free.
(c) All insulation shall conform to the quality requirements laid down below and test
certificates on samples from the lot to be supplied shall be furnished to employer
for approval.
The contractor shall also provide other accessories such as ceramic boards. Sealants
and washers as required.
33.6.32 INSTALLATION
(a) All surface to be installed shall be cleaned of all foreign materials such as dirt,
grease, rust etc, and shall be dry before the application of insulation.
(b) Before applying the insulation the contractor shall check that all instrument
tappings, clamps, lugs and other connections on the surface to be insulated have
been properly installed as per the relevant erection drawing.
(c) All flanged joints shall be insulated only after the final tightening and testing.
(d) The insulation shall be applied to all surfaces when they are eat ambient temp.
ample provision shall be made for the maximum possible thermal movement and
the insulation shall be applied so as to avoid breaking/ telescoping due to
alternate periods of expansion and contraction
(e) All cracks voids and depressions ahall be filled with finishing cement suitable for
the equipment operating temp. so as to form a smooth base for the application of
cladding.
Type Lightly resin Lightly resin Bonded glass Resin bonded Resin bonded Calcium
bonded bonded wool mineral (rock) glass mineral silicate
mineral (rock) mineral (rock) wool wool performed
wool wool performed performed block type
pipe section pipe section
3 3 3 3 3
Apparent 120-150 100 Kg/m 64Kg/m 140-150Kg/m 60-80 Kg/m 20-25 Kg/m
3
density Kg/m
Mtl. IS: 8183 IS: 8183 IS: 8183 IS: 9842 IS: 9842 IS: 8154
standards
Applicable Piping system Piping system Piping Piping system Piping system Piping
service & equipment & equipment system & of 350 NB and of 350 NB and system &
with operating with operating equipment below with below with equipment
temp. above temp. in range with operating operating with
0 0
400 C of 60- 400 C operating temp. in range temp. in range operating
0 0
temp. in of 60- 650 C of 60- 400 C temp. in
range of 60- range of
0 0
400 C 400- 600 C
2. Binding & lacing Galvanized steel wire to IS: 280 for 20 SAWG for all insulation interface
0
wire temp. below 400 C and stainless temperature.
0
to IS:6528 for temp above 400 C
3. Straps & brands (i) Aluminium where interface Band shall be 20 mm wide & 0.6 mm for
temperature are below securing aluminium sheathing anodized
0
400 C aluminium bends shall be used.
(ii) Stainless steel where
temperature are above
0
400 C
5. Hexagonal wire (i) Galvanized wire to IS :280 Wire mesh netting shall be 10 to 13mm
mesh mesh for interface aperture at least 0.56 mm diameter wire
temperature upto
0
400 C
(ii) Stainless steel wire for
temperature above
0
400 C
(a) All vertical pipes shall be provided with the suitable insulation supports to prevent
collapsing/ crushing of insulation due to its self weight. Support rings shall be
provided on all vertical piping with a difference in elevation of 4 meter or above,
and there shall not be more than 3 meter straight length between support ring.
(c) When more than one layer of insulation mattress/section is required on piping the
circumferential joints on adjacent layer shall be staggered by atleast 150mm and
longitudinal joints shall be fitted on pipe using binding wires.
(d) The mattress type insulation shall be formed to fit the pipe and applied with the
mattress edges drawn together at the longitudinal joints and secured by lacing
wire pipe section insulation shall be fitted on pipe using binding wires.
(e) The mattress type insulation is applied in two or more layers each layer of
mattress shall be backed with hexagonal wire mesh. For the first layer of
insulation and in case of single layer insulation, hexagonal wire mesh shall be
provided on both the surface of the mattress. For pipe sections, the sections shall
be held in place by binding wires without any wire mesh.
(f) The ends of all wire loops shall be firmly twisted together with pliers, bent over
and carefully pressed into the surface of insulation. Any gap in the insulation shall
be filled with loose mineral wool or finishing cement.
(h) The insulation shall be held in place by fastening over with binding wire for
insulation surface with diameter upto and including 550mm and with metal bends
for insulation surfaces with diameter over 550mm. the fastening shall be done at
intervals of 250mm except where specified otherwise. The ends of the binding
wire shall be hooked and embedded in the insulation the straps shall be
mechanically starched and fastened with metallic clamping seals of the same
materials as the strap.
(i) Insulation for the application on bends and elbows shall be cut Into mitred
segments, sufficiently short to form a reasonably smooth internal surface. after
the application of insulation material in place, insulating cement shall be applied
as required to obtain a smooth surface.
(j) Weather hoods shall be provided for insulated piping passing though floors/walls.
(k) All pipe attachments coming on horizontal pipes, included pipes and bends shall
be insulated along with pipe such that there will be no insulation applied to
hanger rod and the component connecting hanger rod to pipe attachment. All
pipe attachments exposed to weather shall be provided with weather proof.
(l) Upstream of all drain lines and the lines connected to steam traps, shall be
insulated upto and including first isolating valve for heat conservation. Rest of
such lines such as downstream of the drain valves, traps etc. and other lines
such as safety valve discharges, vents, etc. shall be insulated for personal
protection.
(a) All valves fittings and specialties shall be insulated with the same type and
thickness of insulation as specified for the connected piping with the special
provision and or exceptions as given below.
(b) All valves and flanges shall be provided with removable box type of insulation
covered with box fabricated from aluminum sheets of thickness same as the
connected pipe cladding. Adjoining pipe insulation shall be believed back to
permit removal bolts and nuts or bends. The portion of the valve which can not be
covered by box type insulation shall be filled by loose insulating material of
packing density at least equal to that of the insulating material of adjoining pipe.
The insulation for valve/flanges shall be applied after the finishing has been
applied over the connected piping. The cladding shall be applied in such a
manner that the bonnet flange can be exposed easily without disturbing the
complete insulation and cladding.
(c) Expansion joints, metallic or rubber shall not be insulated unless otherwise
specifically indicated.
a The insulation applied to the equipment shall be reinforced with hexagonal wire
mesh. One layer of wire mesh shall be provided on the equipment surface prior to
application of insulation.
c All the surface of insulation layer, applied on horizontal cylindrical al vessel shall be
securely fastened by brands upto vessel/tanks outer diameter of 150mm and below.
Where vessel/tank outer diameter exceeds 1500mm, binding wire passing through
insulation clip provided both longitudinally and circumferentially at 500 centers shall
be used. Gaps in the insulation shall be filled with insulation mineral wool and
finished with finishing cement so as to obtain a smooth surface for the supplication of
cladding. The contractor shall provide a support ribs/lugs on the surface of the
vessel/tank as necessary. The the contractor shall obtain the approval of the
employer and the equipment supplier’s field engineering representative before
performing any wlding on equipment. Any heat treatment equipment as per
recommendation of equipment supplier shall be performed by the contractor.
e All vertical vessels/tanks shall be provided with support rings/ribs with other
necessary frame work to take up the weight of the insulation prior to HT. the
contractor shall obtain the approval of the employer and the equipment supplier’s
field engineering representative before performing any welding on equipment. Any
heat treatment of vessel/equipment that is required after welding of rings/ribs on the
vessel/equipment shall be as per recommendation of equipment supplier and shall
be as per recommendation of equipment supplier and shall be performed by the
contractor.
f The mattresses shall be held in position by means of 9 SWG steel wire nails, the
nails being 25 mm longer than the thickness of insulation to be applied. After the
mattresses have been placed over the nails, the nails shall be bent and embedded in
the insulation. Alternative, wire loops may be tack welded at 250mm centers to hold
the insulation in place.
(b) All longitudinal joints shall have a minimum overlap of 50mm and shall be located
0
at 45 C or more below the horizontal for horizontal equipment joints shall be
made with cheese headed self tapping galvanized steel screws at 150mm
centers.
(c) All circumferential joints shall have a minimum overlap of 100mm and shall be
held in position by stainless steel or anodized aluminium bands, stretched and
clamped.
(d) Removable box type cladding for valves and flanges shall be fitted on the
connected pipe cladding, with bands.
(e) Aluminium cladding shall not come directly into contact with either the equipment
surface or with the supporting arrangement on the equipment surface. to this end,
adequate layers of 3 mm thick ceramic board shall be provided between the
cladding and any supporting arrangement equipment surface, and fitted with self
tapping screws/metal bands, as applicable.
(f) For bends, fittings etc. the cladding shall be provided in segments as to ensure a
smooth finish of the cladding.
(g) For cladding on vertical pipes/equipment, provision for load take up shall be
made at every 2 to 4 meters along pipe/equipment axis.
(h) All joints shall be sealded with acrylic emulsion weather barrier.
(a) All tests, as per the applicable material standards and as specified shall be
carried out in accordance with the methods prescribed. Employer shall have the
right to witness any or all of the tests conducted by the contractor at the shop or
laboratory.
(b) The contractor shall guarantee that if on actual measurement the specified
maximum insulation surface temperatures are exceeded, the contractor shall
either replace the insulation with a superior material or provide additional
insulation thickness at no extra cost.
33.6.40.2 Cutting /welding/edge preparation and re-welding required for blanking, temporary
piping connection and /or for replacements by spool pieces including reinstallation of
components after hydraulic testing shall be the responsibility of contractor.
33.6.40.3 The water for the hydraulic test shall be made alkaline by addition of suitable
chemicals. After the test, the steam generator and high pressure external piping shall
be suitably drained and preserved.
33.6.40.4 all the valves, high pressure piping and interconnected pipes connecting the pressure
parts, shall be subjected to hydraulic test along with the pressure parts, all blank
flanges, removable plugs, temporary valves, piping and fittings, spools other
accessories and services required for carrying out hydraulic testing of piping shall be
furnished by the contractor, the the pressurization equipment including water piping
from the supply, needed for the above test shall also be furnished b the contractor,
any defect noticed during the testing shall be rectified and the unit shall be retested
by the contractor.
33.6.40.5 The hydraulic test shall be considered successful only on certification to that effect by
the concerned inspecting authority as per the provision of the IBR and the project
manager.
(e) The following equipment which form a part of the above system shall also be
included in the cleaning operation.
i. H.P. heater
ii. L.P. heater
iii. Deaerator
iv. Gland steam cooler
v. Drain cooler
33.6.41.2 Before including chemicals, all the piping system and equipment listed above shall be
water flushed, water flushing will be followed by alkaline cleaning acid cleaning and
passivation.
33.6.41.3 How ever the bidder shall submit along with the offer his usual procedure and
practices for chemical cleaning of the piping and equipment specified. The bidder
shall submit all schematics, write-up, details of chemical to be used etc. and detailed
procedures he intends to follow, these schematics and procedures shall be subjected
to the approval of the employer.
Prior to starting any phase of cleaning operation the following procedure shall be
ensured.
(a) Installation of all temporary piping valves, pumps and equipments as required for
the flushing and chemical cleaning operations.
(b) Temporary piping shall be routed at floor level as far as possible and secured in
place to prevent movement /vibration beyond applicable limits.
(e) Installation of special end covers and temporary suction strainers, for boiler feed
pumps and condensate pumps. Pump internals shall not be installed.
(f) Installation of the plastic seal in the condenser neck to protect the turbine from
alkaline fumes.
(g) Blocking and securing of all spring hangers in the steam lines which may be
flooded during the cleaning operation.
(h) Hand cleaning of the interiors of all vessels which are included in the cleaning
operation.
(b) Where pipe lines terminate in spray headers, these headers shall be
inspected after each phase of the cleaning operation and cleaned if
necessary.
(c) All strainers shall be observed closely during the cleaning operation by
reading differential pressure gauges, and shall be cleaned when the
differential pressure exceeds a predetermined value.
(d) All high points, vents shall be opened periodically to ensure full system flow.
(e) Upon completion of each stage of cleaning, the waste products shall be
drained and transferred to the waste treatment basins, the contractor shall
then supply and add the necessary chemicals to the basin to neutralize all
waste solutions and rinses generated by the cleaning process, and arrange
for its disposal to an area to be indicated by the employer/engineer.
(f) Strictest safety precautions shall be exercised at all times during the chemical
cleaning and during storage and handling of the chemicals, the contractor
shall ensure provision of all protective clothing, apparatus and equipment
along with necessary first aid kits as required for handling the chemical and
for carrying out the cleaning operation.
33.6.44.1 The flash tanks and accessories shall be designed, manufactured and tested in
accordance with ASME boiler and pressure vessels (B&PV) codes (latest) and other
applicable ANSI standards referenced in the above codes.
Flash tank shall be provided into which all recoverable drains from turbine casing
extraction lines, valves, strainers, main steam, CRH and HRH line drains, cascaded
drains from heaters etc. shall be led. Number of flash tanks shall be as per tender
drg. Requirement/details of various flash tanks are given below.
(a) High pressure HP flash tank for accommodating high pressure (above and
including hot reheat design pressure) steam drain and HP heater emergency
drains, as included in the tender drawing.
(b) Low pressure LP flash tank for accommodating low pressure (below hot reheat
design pressure) steam drain and LP heater emergency drains, as included in the
tender drawing.
(c) Atmospheric flash tank to accommodate alternate drains of steam lines, feed
water safety valve discharge and aux. steam line drains, as indicated in the
tender drawing.
(a) Flash tanks shall be vertical cylindrical design and of welded construction with
torispherical or hemi spherical heads.
(b) Drains/hot water inlet nozzles shall be tangential to the vessel periphery. Suitable
vortex breaker arrangement shall be made at the liquid outlet to the vessel. In the
contractor finds better alternative arrangement, the same can be submitted for
the employer acceptance & approval.
(c) The drain & the vent of the flash tanks shall be adequately sized and lead to the
condenser. There shall not be any valve on the drain and vent lines. Loop seal
shall be provided on the drain if required.
(d) A man hole shall be provided on the flash tanks for inspection purpose, it shall be
diameter of 500mm minimum. The man hole shall be of davit type and shall be
provided with grip.
(e) The flash tanks shall be located on the ground/mezzanine floor of the power
house. Necessary structural supports including anchor bolts shall be provided.
Three (3) support lags at 120 degree spacing shall be provided on each flash
tank. Necessary lugs for handling by the TG hall EOT crane shall be provided.
(f) The flash tanks shall be provided with a full length level including gauge glass
complete with protective rods. Isolation valves and drains. Temperature indicator
and temperature switches shall be provided on the flash tanks.
(g) The flash tanks shall be provided with access ladders. If required for the access
to the instruments, valves, main holes etc.
However the material as per ASTM A 516 Gr. B shall be acceptable subject to the
relevant codes / standards permitting so for the design parameters of various flash
tanks.
33.6.46.1 The expansion joint shall be metallic multi-bellows construction shall be used to
reduce the reactions (force and moments) at the connected equipment terminals due
to thermal expansion / contraction and/or vibration of connected equipment and
piping.
33.6.46.2 the design material, construction, manufacture, inspection testing and performance of
the expansion joints shall comply with the currently applicable requirement of EJMA,
boiler and pressure vessel code section III, ANSI B-31.1 and all statutes, regulations
and safety codes.
(a) Bellows
i. The bellow shall be hydraulically or roll formed from perfect
cylinders of single ply, 304 grade stainless steel.
iii. Cold formed stainless steel bellows shall not be heat treated.
vii. Butt welded expansion joints shall have adequate length of pipe
so that site welding dose not impair or reduce the joints
efficiency.
(b) sleeves
i. Expansion joints will be furnishes with internal sleevs of the same
material as the belloes and installed with sufficient clearance to
allow full rated deflection. The sleeves shall be welded on the
flow inlet end of the joint only.
ii. Bellow shall have external sleeves with an arrow including the
direction of flow on the outside. The external steel covers
provided to protect bellows from physical damages, shall be
suitable for supporting insulation where necessary and shall be
detachable.
Following tests (type tests) shall be carried out for metallic expansion joints as per the
procedures given in EJMA.
33.6.49 for the purpose of carrying out type tests: metallic bellows shall be grouped based on
the parameters as give below. The bellows conforming to the same combination of
these parameters shall constitute one group. Type test shall be carried out on one or
specific above.
iv. Design pressure: based on the design pressure, bellows shall be categorized
as under:
• Deign pressure from full vacuum up to 5Kg/sq.cm(g).
For the life cycle test, the number of test cycles shall be minimum 10,000 cycles.
Other tests for the metallic expansion joint shall be carried out as per the approval
QP/QA section. Further, other terms and conditions for type test shall be as specified
elsewhere in the specification.
33.6.51.1 Surface preparation methods and paint/ primer materials shall be of the type specified
herein. If the contractor desires to use any paint/primer materials other than that
specified specific approval shall be obtained by the contractor in writing from the
employer for using substitute material.
33.6.52.2 All paints shall be delivered to job site in manufactures sealed containers, each
container shall be labeled by the manufacture with the manufacture’s name type of
paint , batch no. and color.
33.6.52.3 unless specified otherwise paint shall not be applied to surface of insulation, surface
of stainless /nickel/copper/brass/monal/aluminum/hastelloy/lead/galvanized steel
items, valve stem, pump rod, shaft gauges, bearing and contact surface, lined or clad
surfaces.
33.6.52.4 All pipelines shall be colour coded for identification as per the colour-coding scheme
indicated in Volume II and which will be furnished to the contractor during detailed
engineering.
33.6.53.1 All surfaces to be paints shall be thoroughly cleaned of oil, grease and other foreign
matter, surfaces shall be free of moisture and contamination from chemicals and
solvents.
33.6.53.2 the following surfaces scheme are envisaged here, depending upon requirement any
one or a combination of these may be used for surface preparation before application
of primer.
33.6.54.1 The paint /primer manufacturer’s instructions covering thinning, mixing, method of
application, handling and drying time shall be strictly followed and considered as part
of this specification. The dry film thickness (DFT) of primer / paint shall be as
specification herein.
33.6.54.2 Surface prepared as per the surface preparation scheme indicated herein shall be
applied with primer paint within 6 hours after preparation of surface
33.6.54.3 Where primer coat has been applied in the shop, the primer coat shall be carefully
delaminated, cleaned and spot primed with one coat of the primer before applying
intermediate and finish coats. When the primer coat has not been applied in the shop,
primer coat shall be applied by brushing, rolling or spraying on the same day as the
surface is prepared, primer coat shall be applied prior to intermediate and finish
coats.
.
33.6.54.4 Steel surface that will be concealed by building walls shall be primed and finish
painted before the floor is erected. Tops of structural steel members that will be
covered by grating shall be premed and finish painted before the grating is
permanently secured.
PS19 - Epoxy based zinc phosphate primer (92% zinc in dry film
(min.)%VS=35.0 (min.)
33.6.54.6 All weld edge preparation for site welding shall be applied with one coat of wieldable.
33.6.54.7 For internal protection of pipes/tubes, VCI pellets shall be used at both ends after
sponge testing and ends capped. VCI pellets shall not be used for SS components
and composite assemblies.
Sl. Description Surface Primer coat Intermediate coat Finish coat Total Colour
No preparatio Syste Coat Min. min. shade
n m DFT/coat (microns
(microns) )
1 All insulated piping’s. Fittings/ SP3/SP4 PS 9* 1 20 - - - PS9* 1 20 40
componantes, pipe clamps,
vessels/tanks, equipments etc.
2 All insulated Design SP3/SP4 PS 5 2 25 - - - PS4 3$ 35$ 155$
piping’s. temperature
0
Fittings/ <60 C
componantes, Design SP3/SP4 PS 9* 1 20 - - - PS9* 1 20 40
pipe clamps, temperature as per
vessels/tanks, 600C-2000C NTPC
equipments Design SP3/SP4 PS 9* 1 20 - - - PS9* 1 20 40 colour
etc. temperature shade/
>200 C
0 coding
3 Constant load SP4* PS 19 1 - - - PS17 1 30 70 scheme
hanger (CLH).
Variable load 40
hanger (VLH)
and other
supports
4 Valves
Cast/forged Design SP1/SP2/S PS 9 1 20 - - - PS9 1 20 40
temperature P3
0
<95 C
Design SP1/SP2/S PS 9* 1 20 - - - PS9* 1 20 40
temperature P3
0 0
95 C-200 C
Design SP1/SP2/S PS 9* 1 20 - - - PS9* 1 20 40
temperature P3
0
>200 C
Sl. Description Surface Primer Coat Intermediate coat Finish coat Total Colour
No preparatio min. shade
n (microns
)
Syste Coat
m
The detailed testing requirements for power cycle piping and its components are given in the subsection for quality Assurance
(QA). The requirements pertaining to testing given in this subsection if in variance with that given in QA subsection, then the
more stringent of the two shall be followed.
ANNEXURE – 1
The following list of power cycle piping is an indicative one and is provided for the guidance
of the Bidder only. Items not mentioned but deemed necessary for making the system
complete shall also be included.
2.0 Main Steam Equalising : Between RHS and LHS Main Steam
line lines
3.0 HP By-pass line : Between Main Steam line and CRH line
6.0 Extraction line from CRH : Between CRH and H.P. heater
8.0 Steam supply to BFP : From the main and alternative source
Turbine point to BFP Turbine Inlet
10.0 Warm up line for HP : Between MS line and H.P. By-pass line
By-pass
11.0 Hot Reheat lines : Between Reheater and I.P. turbine
12.0 HRH equalising line : Between LHS and RHS Hot Reheat lines
24.0 Condensate Dump Line : Between M.C. line after GSC and
condensate storage tank.
(m) Spares
31.0 Turbine flash tank drain : From turbine Flash Tank drains to
and vent line condenser hot well
33.0 Main Feed Water Line : From BFP discharge through HP heaters,
control station up to economiser inlet
header
43.0 Vapour extraction line for : From GSC through vapour extractors to
GSC atmosphere
53.0 Extraction line from CRH : From CRH line to auxiliary steam header
line
CHAPTER 10
10.1.1 Sump pumps specified hereinafter shall be used to dewater various sump pits in various
plant areas like BTG area, Plant Water System, Ash Handling plant etc. where gravity
draining is not be envisaged and to ensure general housekeeping
10.1.2 Pumps under this specification have been divided into following three (3) groups
according to different duty envisaged and location of sumps/pits.
10.1.2.1 Group - A
Group-A pumps shall also be provided to all indoor sumps of the plant and outdoor
sumps of capacity 5 cu.m and above and underground cable vaults (if any) under the
scope of this specification.
10.1.2.2 Group - B
10.1.2.3 Group - C
The Group - C pumps shall be vertical submersible portable type pump motor sets with
suitable arrangement for carrying to any place and for lowering to and raising from
various water reservoirs and pits. The pump motor set shall be suitable for handling
water containing mud/sludge, solid particles, cotton waste, silica, ash particles, coal
particles, polluted liquid etc. The particle size in water shall not exceed 20 mm. These
pumps shall be utilised to dewater various deep sumps/pits (e.g. C.W pump house) in
case of any eventuality.
10.2.1 The design, manufacture and performance of the sump pumps and drives
specified, hereinafter, shall comply with the requirements of all applicable codes,
the latest applicable Indian/British/American/DIN Standards, in particular the
following:
10.2.2 IS-1710 : Vertical Turbine Pumps for clear cold and fresh water.
10.2.6 The materials of the various components shall conform to the applicable
IS/BS/ASTM/DIN Standards.
10.3.1 The pumps shall be designed to have best efficiency at the specified duty
point. The pump set shall be suitable for continuous operation at any point
within the "Range of Operation" as stipulated by the manufacturer.
10.3.2 Pumps shall have a continuously rising head capacity characteristics from the
specified duty point towards shut off point, the maximum head being at shut off.
10.3.3 Permanently installed vertical pumps shall be suitable for parallel operation. The head
vs capacity, the bhp. vs capacity characteristics etc. shall match to ensure equal load
sharing and trouble free operation throughout the range. Drive Motor shall not be
overloaded when pump discharge is more than rated condition.
10.3.5 The static head requirement of portable submersible type sump pump may have a
considerably wide range of variation depending upon the depth of pit being dewatered.
While the pump shall have adequate capacity at the maximum head, the motor
shall be sufficiently rated to cater for any overloading during the pump
operation at its minimum possible head, i.e., maximum discharge.
10.3.6 Pump motor set shall run smooth without undue noise and vibration.
Acceptable peak to peak vibration limits shall generally be guided by
Hydraulic Institute Standards (latest edition).
10.4.1 Pumps under groups A, B and C as listed in the Annexure- I along with drive units,
couplings and other accessories mentioned below, as also those needed to
make the pump-motor sets complete in all respect, for proper operation and
maintenance. All motors in outdoor duty shall be provided with
IP-55 enclosure and canopy. In addition to the accessories listed in
Annexure-I, each pump set shall also include the following:
Two (2) nos. redundant unltrasonic type level transmitter (2 Nos.) with limiter
technique shall be provided for alarming, auto start & auto stop. along with necessary
junction box, local control panel, control cables etc. to achieve automatic
starting/stopping of the sump pumps, and also ON/OFF indication for sump pump shall
be monitored at DDC system. The entire assembly being mounted on the same
base frame as mentioned above (item "b"). The control panel shall also be
equipped with start/stop push button for starting/stopping individual sump pumps
manually. Local control panel and cable shall be as per requirements described else
where in the specification.
10.4.3 For each of the trolley mounted horizontal Group-B sump pump motor sets/pump-
Diesel Engine sets
a) One (1) no. 7.5 meters long hose for the pump suction and one (1) no.30 meters
long hose for the pump discharge, either ends of each hose being provided with
female hose coupling.
b) One (1) no. 500 mm long straight pipe piece, with both ends flanged, one end
matching with the pump suction nozzle.
c) Two (2) nos. male type hose couplings, one of which is suitable for
coupling with the above mentioned 500 mm pipe piece on one side and
the 7.5 meters long suction hose on the other side, whereas the other is suitable
for coupling with the pump discharge nozzle on one side and the 30 metres
long hose on the other side. The pump suctions pipe-piece and discharge
nozzle shall be of flanged type. As such each coupling end that is to match
with the pipe/pump nozzle shall also be flanged and shall be equipped with
necessary bolts, nuts
& gaskets.
f) The pump motor set with a baseframe along with the starter panel,
power cable, suction & discharge hoses etc., as mentioned above, shall
be mounted on a suitable trolley with swivelling front wheel and having
adequate fixing arrangement for all equipment, for operation without any
undue vibration and with facility for being handled by a single operator.
10.4.5 For each of the portable submersible Group-C sump pump motor sets.
a) Two (2) nos. 30 metres long discharge hose, having female hose coupling at
both ends.
b) One (1) no. 500 mm long pipe piece with both ends flanged, one end
connected by necessary bolts, nuts & gaskets with the flanged discharge
nozzle of the sump pump.
c) One (1) no. male type hose coupling, one end of which is suitable to couple
with the discharge hose and the other end is flanged, matching with the
above mentioned 500 mm long pipe end and connected therewith by
necessary bolts, nuts & gaskets.
d) Suitable attachment for temporary seat of the pump motor set on the floor at
sump bottom.
e) One (1) no. 25 metres long submersible type power cable having a power
plug at one end and a hermetically sealed (waterproof) cable gland for
connection with the pump drive- motor at the other end.
f) Suitable lugs and other attachments on the pump motor assembly frame, for
hoisting and lowering of the pump motor set from and to the sump.
10.4.6 Lubrication of one (1) initial fill and one additional fill after commissioning.
10.5.1 The design, construction testing and other details of the sump pumps and
related accessories shall be in line with the stipulations and data in this
chapter.
10.5.2 Each sump pump shall be equipped and coupled with a drive motor, with rating
so selected as to have at least 15% margin over the maximum power required by
the pump, throughout its range of operation. All other requirements of the
drive motors shall be as stipulated in the Electrical Specification Vol IV.
The discharge rate of sump pump is uncontrolled. As such pump should be capable to
operate even under a condition of as low as 25% of specified total head. Motors of
group-B pumps should be designed to cater such eventuality.
10.5.3 All electrical items shall conform to the stipulations of Electrical Specification Vol IV as
applicable.
10.5.4 All piping shall be as per IS-1239 of medium or heavy grade (as suited for the
maximum operating pressure) and shall be either galvanised or painted with approved
rust inhibiting paint. Pipe size shall be as per Appendix-II. Any matching
piece/reducer required to match the pipe with pump nozzle, hose, etc. shall be
provided.
10.5.5 All valves shall be steel body type as per applicable IS/BS/ANSI standard,
with pressure class compatible with the maximum working pressure.
10.5.6 All hoses shall be of steel wire reinforced type. Pump suction hose shall be suitable for
working under vacuum. Pump discharge hose shall be suitable to withstand the
maximum pressure that it may be subjected to in all working conditions,
including hydrostatic testing of the sump pump discharge line.
10.5.7 Pump suctions strainer shall have openings large enough just to permit the entry of solids
having maximum size as stipulated under clause no. 1.02.00.
10.6 Pumps
10.6.1 Pumps under Group-A shall be wet pit type, vertical shaft, centrifugal, vertical
submerged suction, non-clog volute type complete with enclosed shaft, discharge
pipe, head assembly thrust bearing and drive assembly, cover plates etc.
10.6.2 Pumps under Group-B shall be of horizontal shaft, single stage, end suction, radially
split casing, centrifugal, non-clog design complete with common base plate, drive
assembly etc. These pumps shall be trolley mounted portable type.
10.6.3 Pumps under Group-C shall be submersible pump-motor type, single stage and
non-clog design and shall be portable type.
10.7 Casing
c) The casings shall be cast, free from blowholes, sand holes, other
detrimental defects. The casing shall be complete with suction and discharge
connections.
a) The impeller shall be open/semi-open non clog type, cast in one piece and
specially designed to pass large solids or unscreened liquids. The clearance
between stationary and moving parts should be such as to allow sustained
performance without exclusive maintenance.
b) Impellers of pumps under Group-A shall have provision for adjustment from
an accessible location and for pumps under Group-C shall be capable of
passing fibrous material like cotton waste, jutes, etc.
a) Shaft size selected shall be such that critical speed is at least 20% away
from the operating speed and the runway speed.
b) The shaft shall be ground and polished to final dimension and of ample
size to withstand all stresses resulting from rotor weight, hydraulic loads
and across the line starting. Shaft shall be provided with renewable
sleeves particularly under stuffing boxes and other locations as
recommended by pump manufacturers.
c) The coupling between shafts shall be so designed that they become tight during
pump operation.
10.11 Bearings
Stuffing Box of pumps under Group-A shall be of mechanical packing type. For
pumps under Group-B and Group-C mechanical seal of reliable design shall be
provided.
10.14 Coupling
10.15 Mounting Plate for Group-A Pumps and Base Plate for pumps under
Group-B.
Each pump under Group-A shall be provided with a suitable mounting plate. The
mounting plate shall be adequately sized to accommodate the level switches,
discharge pipe, grease cups etc. if any. Pumps and motor under Group-B shall
be mounted in one base plate. Base plate shall be of rigid construction properly
ribbed as needed. Suitable drain with valve and drain funnel shall be furnished by the
Bidder.
The necessary supporting plate, mounting frame, base plate etc. as required shall be
supplied under this specification, along with anchor bolts, foundation bolts, pipe,
sleeves etc. Lifting lug, eyebolts, etc. as required for the proper handling of each pump
set shall be furnished.
The pumps under Group-A, C shall be complete with adequately dimensioned suction
bell to guide and streamline intake fluid.
10.18.1 All pumps shall be tested at the shop for capacity, head, efficiency and brake horse
power. These tests are to be done according to the requirements of
"Hydraulic Institute Standard".
10.18.2 The pump integral accessories like thrust bearing, pump motor coupling etc. shall be
subject to tests as per manufacturer's standard.
10.18.3 Test on motors, control panels, starter panels, cables shall be conducted as per the
requirement of Vol.IV of this specification and as per Quality Assurance Plan to
be approved by Owner during detail engineering.
10.18.4 After delivery/erection at site, pumps shall be operated to prove satisfactory and trouble
free performance.
10.19.1 Location and dimension of all sumps which requires assisted evacuation, present in
the areas covered under the scope of this specification.
10.19.3 Characteristic curves of pumps showing effective head, pump input power,
efficiency, submergence and NPSH, against capacity ranging from shut-off
condition to 125% or rated capacity for Group A, B pumps and to 150% of
rated capacity for Group C pumps.
10.19.4 Speed vs. torque curve of the pump corresponding to recommended mode of pump
starting, super-imposed on speed vs. torque of the motor,
corresponding to 80% and 100% rated voltage.
Note : In all areas where Group A pumps are installed and will handle Sea Water like CWPH Pit the
material of construction of all components of the pumps shall be Duplex Stainless steel.
1.00.0 SCOPE
1.01.0 This specification covers the design, material, construction features, manufacture, inspection,
testing the performance at the Vendor’s/Sub-Vendor’s Works and delivery to site of Horizontal
Centrifugal Pumps.
2.01.0 The design, material, construction, manufacture inspection and performance testing of Horizontal
Centrifugal Pumps shall comply with all currently applicable statutes, regulations and safety codes
in the locality where the Equipment will be installed. Nothing in these specifications shall be
construed to relieve the Vendor of this responsibility. The Equipment supplied shall comply with the
latest applicable Indian Standards listed below. Other National Standards are acceptable, if they
are established to be equal or superior to the Indian Standards.
2.03.03 In case of any contradiction with aforesaid standards and the stipulations as per the technical
specifications as specified hereinafter the stipulations of the technical specifications shall prevail.
3.01.00 The Pump shall be capable of developing the required total head at rated capacity for continuous
operation. Also the pumps shall be capable of being operated to give satisfactory performance at
any point on the HQ characteristics curve over the operating range of 40% to 120% of the duty
point. The maximum efficiency of pump shall be preferably be within +/- 10% of the rated design
flow as indicated in the data sheets.
3.02.00 The total head capacity curve shall be continuously rising from the operating point towards shut-off
without any zone of instability and with a minimum shut-off head of 15% more than the design
head.
3.03.00 Pumps of a particular category shall be identical and shall be suitable for parallel operation with
equal load division. The head Vs capacity and BHP Vs capacity characteristics should match to
ensure even load sharing and trouble free operation throughout the range. Components of
identical pumps shall be interchangeable.
3.04.00 Pumps shall run smoothly without undue noise and vibration. Peak to peak vibration limits shall be
restricted to the following values during operation:
3.05.00 The noise level shall not exceed 85 dBA. Overall sound pressure level reference 0.0002 microbar
(the standard pressure reference for air sound measurement) at a distance of 1 M from the
equipment.
3.06.00 The pumps shall be capable of starting with discharge valve fully open and close condition. Motors
shall be selected to suit to the above requirements. Continuous Motor rating (at 50 deg.C ambient)
shall be atleast ten percent (10%) above the maximum load demand of the pump in the entire
operating range to take care of the system frequency variation and no case less than the maximum
power requirement at any condition of the entire characteristic curve of the pump.
3.07.00 The kW rating of the drive unit shall be based on continuously driving the connected equipment for
the conditions specified. However, in cases where parallel operation of the pumps are specified,
the actual motor rating is to be selected by the Bidder considering overloading of the pumps in the
event of tripping of operating pump(s).
3.08.00 Pumps shall be so designed that pump impellers and other accessories of the pumps are not
damaged due to flow reversal.
3.09.00 The Contractor under this specification shall assume full responsibility in the operation of pump and
motor as a unit.
4.01.00 Design and construction of various components of the pumps shall conform to the following
general specifications. for material of construction of the components, data sheets shall be
referred to.
4.02.01 Pump casing shall have axially or radially split type construction. The casing shall be designed to
withstand the maximum shut-off pressure developed by the pump at the pumping temperature.
4.02.02 Pump casing shall be provided with a vent connection and piping with fittings & valves. Casing
drain as required shall be provided complete with drain valves, piping and plugs. It shall be
provided with a connection for suction and discharge pressure gauge as standard feature. It shall
be structurally sound to provide housing for the pump assembly and shall be designed hydraulically
to minimum radial load at part load operation.
4.03.00 Impeller
4.03.01 Impeller shall be closed, semi-closed or open type, and it shall be designed in conformance with
the detailed analysis of the liquid being handled.
4.03.01 The impeller shall be secured to the shaft, and shall be retained against circumferential movement
by keying, pinning or lock rings. On pumps with overhung shaft, impellers shall be secured to the
shaft by a lockout or cap screw which tightness in the direction of normal rotation.
4.04.01 Replaceable type wearing rings shall be provided at suitable locations of pumps. Suitable method
of locking the wearing ring shall be used. Wearing rings shall be provided in pump casing and/or
impeller as per manufacturer’s standard practice.
4.05.00 Shaft
4.05.01 The critical speed shall be well away from the operating speed and in no case less than 130% of
the rated speed.
4.05.02 The shaft shall be ground and polished to final dimensions and shall be adequately sized to
withstand all stresses from rotor weight, hydraulic loads, vibration and torques coming in during
operation.
4.06.01 Renewable type fine finished shaft sleeves shall be provided at the stuffing boxes/mechanical
seals. Length of the shaft sleeves must extend beyond the outer faces of gland packing of seal
end plates so as to distinguish between the leakage between shaft and shaft sleeve and that past
the seals/gland.
4.06.02 Shaft sleeve shall be fastened to the shaft to prevent any leakage or loosening. Shaft and shaft
sleeve assembly should ensure concentric rotation.
4.07.00 Bearings
4.07.01 Heavy duty bearings, adequately designed for the type of service specified in the enclosed pump
data sheet and for long, trouble free operation shall be furnished
4.07.02 The bearings offered shall be capable of taking both the radial and axial thrust coming into play
during operation. In case, sleeve bearings are offered additional thrust bearings shall be provided.
Antifriction bearings of standard type, if provided, shall be selected for a minimum life 16,000 hrs.
of continuous operation at maximum axial and radial loads and rated speed.
4.07.03 Proper lubricating arrangement for the bearings shall be provided. The design shall be such that
the bearing lubricating element does not contaminate the liquid pumped. Where there is a
possibility of liquid entering the bearings suitable arrangement in the form of deflectors or any other
suitable arrangement must be provided ahead of bearings assembly.
4.07.04 Bearings shall be easily accessible without disturbing the pump assembly. A drain plug shall be
provided at the bottom of each bearings housing.
4.08.01 Stuffing box design should permit replacement of packing without removing any part other than the
gland.
4.08.02 Stuffing boxes of packed ring construction type shall be provided wherever specified. Packed ring
stuffing boxes shall be properly lubricated and sealed as per service requirements and
manufacturer’s standards. If external gland sealing is required, it shall be done from the pump
discharge. The Bidder shall provide the necessary piping valves, fittings etc. for the gland sealing
connection.
4.09.01 Wherever specified in pump data sheet, mechanical seals shall be provided. Unless otherwise
recommended by the tenderer, mechanical seals shall be of single type with either sliding gasket or
bellows between the axially moving face and shaft sleeves or any other suitable type. The sealing
faces should be highly lapped surfaces of materials known for their low frictional coefficient and
resistance to corrosion against the liquid being pumped.
4.09.02 The pump supplier shall coordinate with the seal maker in establishing the seal chamber of
circulation rate for maintaining a stable film at the seal face. The seal piping system shall form an
integral part of the pump assembly. For the seals under vacuum service, the seal design must
ensure sealing against atmospheric pressure even when the pumps are not operating. Necessary
provision for seal water supply along with complete piping fittings and valves as required shall form
integral part of pump supply.
4.10.01 The pump and motor shafts shall be connected with an adequately sized flexible coupling of
proven design with a spacer to facilitate dismantling of the pump without disturbing the motor.
Necessary coupling guards shall also be provided.
4.11.01 A common base plate mounting both for the pump and motor shall be provided. The base plate
shall be fabricated steel and of rigid construction, suitably ribbed and reinforced. Base plate and
pump supports shall be so constructed and the piping unit so mounted as to minimize
misalignment caused by mechanical forces such as normal piping strain, internal differential
thermal expansion and hydraulic piping thrust. Suitable drain troughs and drip lip shall be
provided.
4.12.01 Assembly and dismantling of each pump with drive motor shall be possible without disturbing the
grouting base plate or alignment.
4.13.01 The kW rating of the drive shall be based on continuously driving the connected equipment for the
conditions specified. In case, where parallel operation of the pumps are specified, the actual motor
rating is to be selected by the tenderer considering overloading of the pumps in the event of
tripping of operating pumps.
The manufacturer shall conduct all tests required to ensure that the equipment furnished shall
conform to the requirements of this specification and in compliance with the requirement of
applicable Codes and Standards. The particulars of the proposed tests shall be submitted to the
Owner for approval before conducting the tests.
All pressure parts shall be hydraulically tested at 200% of pump rated head or at 150% shut off
head whichever is higher. The test pressure shall be maintained for 1/2 hr. and no leakage shall
be permitted. While arriving at the above pressure, the maximum suction head specified in Data
Sheet shall be taken into account.
5.02.01 All the pumps shall be tested in the Manufacture’s Works at rated speed for capacity, efficiency
and brake horse power. Pumps shall be given running test over the entire operating range
covering from the shut off head to the maximum flow. The duration of test shall be minimum one
(1) hour. A minimum of seven readings approximately equidistant shall be taken for plotting the
curves with one point at design flow. Testing of pumps shall be in accordance with stipulations of
Hydraulic Institute Standards or as applicable equivalent
5.02.02 The test shall be preferably conducted with the actual motor being furnished.
5.02.03 Only those pumps shall be subjected to strip down examination visually to check for mechanical
damages after testing at shop in case abnormal noise level and excessive vibration is observed
during the performance test. Otherwise strip down examination is limited to bearing inspection only.
5.02.04 The pump accessories e.g. the thrust bearing, couplings etc. shall be subjected to tests as per
manufacturer’s standards.
All rotating components of the pumps shall be statically balanced. In addition to static balancing,
rotating components of the pumps shall be balanced dynamically at or near the operating speed.
Tenderer shall furnish acceptance norm for this test.
Pumps shall be offered for visual inspection by the bidder before shipment. The components of the
pumps shall not be painted before inspection.
NPSH test shall be conducted with water as medium if required. NPSH shall not be mandatory in
case type test certificates are furnished for the similar rating of pumps.
Noise and vibration shall be measured during the performance testing at shop as well as during the
site test.
5.06.01 The noise level shall not exceed 85 dBA. Noise level measurement will be made as per applicable
internationally acceptable standard. The measurement shall be carried out with calibrated
integrating sound level meter meeting the requirement of IEC:651 or BS:5969 or IS:9779. Sound
pressure level will be measured all round the pump and motor set at a distance of one meter from
the nearest surface of the machine and at a height of 1.5 m from the floor level. A minimum of six
(6) points should be covered for measurement. The measurement shall be done with a slow
response on the A-weighted scale. The average of the A-Weighted sound pressure
measurements expressed in decibels to a reference 0.0002 microbars shall not exceed the
specified value.
The tests shall be carried out on the machine operating at rated speed and as near as possible to
the rated power. Corrections for background noise and correction on account of test environment
will be considered in line with applicable standard. For this purpose all the additional data required
should necessarily be collected during the test.
5.06.2 Vibration check will also be done as per HIS. Vibration would be checked at thrust bearing
locations on horizontal, radial and vertical direction. The acceptance limits would be as per HIS.
The instrument used would be IRD 308 or equivalent with velocity pick-up. Vibration limits to be
specified as per the speed of the pump.
5.07.01 Material of the various pump components shall be tested in accordance with the relevant
standards. Test certificates for these shall be furnished for the Owner’s approval.
5.07.02 Where stage inspection is desired by BHEL/customer all material test certificates shall be
correlated and verified with the actual material used for construction before starting fabrication by
BHEL/customer’s inspector who will stamp the material. In case mill test certificate for the material
are not available, the supplier shall carry out physical and chemical tests at his own cost from a
testing agency, approved by BHEL/Customer, as per the requirement of specified material
standard. The sample for physical and chemical testing shall be drawn up in presence of
BHEL/Customer’s inspector who shall also witness the testing.
5.09.01 After installation, the pumps offered shall be operated to prove satisfactory performance as
individual equipment as well as a system run. If the performance at site is found not to the
requirements then the equipment shall be rectified or replaced by the Vendor, at no extra cost to
the Owner. The procedure of the above testing will be mutually agreed between the Owner and
the contractor. Noice and vibration tests shall also be repeated at site.
5.09.02 Based on observation of the trial operation, if modifications and repairs are necessary, the same
shall be carried out by the contractor to the full satisfaction of the engineer and then the
performance and guarantee tests to be repeated at site as per relevant clauses of the specification.
1.00.0 GENERAL
1.01.01 Specification cover the design, material, construction features, manufacture, inspection, testing the
performance at the vendor's/sub-vendor's works, delivery to site, erection, commissioning and
testing of metering pumps.
2.00.01 Pumps shall be simplex positive displacement hydraulically operated diaphragm design, driven by
squirrel cage induction motor through suitable speed reduction unit. Maximum pump stroke speed
shall not exceed 100 per minute.
2.00.02 The stroke shall be continuously adjustable to give a capacity variation 0-100% range while the
pump is running or stopped. Adjustment of capacity shall be done by manual control facility
(micrometric adjusting type) to be provided locally for each of the pump.
2.00.03 The stroke shall be continuously adjustable to give a capacity variation 0-100% range while the
pump is running or stopped. Adjustment of capacity shall be done by manual control facility
(micrometric adjusting type) to be provided locally for each of the pump.
2.00.04 Capacity variation may be effected by changing eccentricity of the driving crank or by suitable
hydraulic circuit. Pump accuracy shall be industry standard ± 1% of capacity setting.
2.00.05 Pumps shall be provided with an integral relief valve, spring operated to release pressure when
delivery line blockage occurs.
2.00.06 Crankcase shall be constructed of high quality cast iron, which will also house the gearbox and
guides of cross head.
2.00.07 Guided, controlled travel, double-ball check valves or equivalent, shall be provided both on the
suction and discharge side.
2.00.08 Material of construction of the various parts shall be as per the details furnished elsewhere in the
specification. However all parts coming in contact with acid shall be of Haste alloy 'B' and for alkali
it should be of SS-316 only.
2.00.10 Electric drive motor particulars should follow enclosed electrical chapters.
3.00.00 TESTING
3.01.01 The manufacturer shall conduct all tests required to ensure that the equipment furnished conforms
to the requirements of this Specification and is in compliance with requirements of the applicable
codes. The particulars of the proposed tests and the procedures for the tests shall be submitted to
Owner for approval before conducting the tests.
3.01.02 The Owner's representatives shall be given full access to all tests for which the Manufacturer shall
inform the Owner allowing adequate time so that if the Owner so desires, his representatives can
witness the test.
3.01.03 All materials and castings used for the equipment shall be of tested quality. The test certificates
shall be made available to Owner.
3.01.04 The pump casing shall be hydraulically tested at 200% pump operating pressure or 150% of design
pressure whichever is higher. The test pressure shall be maintained at least for ½ an hour.
3.01.05 The rotating parts of pump drive shall be subjected to static balancing.
3.01.06 All pumps shall be tested at the shop for capacity, volumetric accuracy, repetitive accuracy, power
and volumetric efficiency. The tests are to be done according to the requirements of the "Hydraulic
Institute" of U.S.A. and Indian Standards as applicable.
3.01.07 The pump accessories e.g. gear box, speed reduction unit etc. will be subjected to tests as per
manufacturer's standards. The test results shall be furnished to the Owner.
3.01.08 The combined variation of the pump and motor should be restricted within limits specified by
Hydraulic Institute Standard, USA when the pump operated singly or in parallel.
3.01.09 All pumps shall be subject to strip down examination visually to check for mechanical damages
after performance testing at shop.
3.01.10 Diaphragm of the metering pump shall be type tested as per applicable code/standard.
3.01.11 Performance test shall be carried out for the setting of pressure relief valve.
3.01.12 Test reports and certificates of all the above-mentioned tests to ensure satisfactory operation of the
system shall be submitted to the Owner for approval before dispatch.
After erection at site pumps as detailed under different groups shall be operated to prove
satisfactory performance as individual equipment as well as a system. If the performance at site is
found to be not to the requirements, then the equipment shall be rectified or replaced by the
Vendor at no extra cost to the Owner.
1.00.00 GENERAL
The following principal pressure and atmospheric vessels for the system has been covered
in this part of specification.
1.01.00 Of these, the items specified from Sr. no. 1 to 6 shall be designed as pressure vessels and
the rest shall be atmospheric vessels.
1.01.01 All other vessels, not specifically listed here, but required for the Bidder’s system shall also
meet the general requirements of this specification.
1.01.02 Process requirements of these vessels shall be governed by the requirements of the
Condensate Polishing System, which will determine their design conditions. Following
sections only indicate some of the minimum requirements which must be met, and the
actual design of these vessels shall be better than these, if that is required from process
considerations.
2.01.00 Design
2.01.01 Design of all pressure vessels shall conform to ASME Section VIII or acceptable equivalent
international standard. Design pressure shall be the maximum expected pressure to which
the vessels may be subjected to plus 10% additional margin. Maximum expected pressure
for vessels placed in the discharge line of pumps shall be based on the shut-off head of the
pumps plus static head at pumps suction if any. Design pressure of condensate service
vessels is indicated elsewhere in this specification. For all other pressure vessels, design
pressure shall be at least 10 Kg/cm² (g).
2.01.02 Design of all vertical cylindrical atmospheric storage tanks containing water, acid, alkali and
other chemicals shall conform to IS: 803.
2.01.03 Design of all horizontal cylindrical atmospheric storage tank containing water, acid, alkali
and other chemicals shall conform to BS: 2594.
2.01.04 Design temperature of all pressure vessels and storage tanks shall be 10 deg. C higher
than the maximum temperature that any part of the vessel/tank is likely to attain during
operation.
2.01.05 In case, tank is subjected to vacuum; the same shall be taken care in designing the tank.
2.01.06 The design of Demineralised water storage tanks (Vertical type) shall conform to IS: 803.
Supporting frame where required shall be in accordance with IS: 800. The tank shall be
"Non-pressure" fixed roof type with atmospheric vents.
2.02.00 All vessels / tanks without inside rubber lining shall have a corrosion allowance of minimum
2 mm and mill allowance (minimum 0.3 mm) for shell and dished ends. Thinning allowance
of 2 mm (minimum) shall be considered for dished end. Vessel / tanks ends shall be of
dished design and constructed by forging, pressing or spinning process. Conical or flat
ends shall not be accepted. All dished ends shall be stress relieved.
2.03.00 All the atmospheric tanks shall have sufficient free board above the “Level High”/”Normal
Level” as the case may be. The overflow level shall be kept at least 20 cm or 10% of
vessel height above the “Level High”/”Normal Level” for all the tanks except for the DM
tanks for which a minimum height of 300 mm shall be provided over the “High Level”.
Further, a minimum 300 mm free board shall be provided above the top of overflow level to
the top of the tank. Wall thickness of atmospheric tanks shall not be less than 6 mm.
2.05.00 Interior surfaces of all tanks shall be clear of stiffeners and other structural supports.
Tanks shall be reinforced and stiffened externally as required.
2.06.00 All welds on inner tank surface shall be free of voids, gaps craters, pits, high spots, sharp
edges, abrupt ridges and valleys or undercut edges. High spots, irregularities and sharp
edges shall be removed by grinding. Inside weld seams shall be ground flush and smooth
applicable for corrosion resistant coating or lining.
2.07.00 All internal baffles, wear plates, pipes etc. shall be continuously welded on both sides at all
contact points with full fillet welds which shall be free of voids, gaps, craters, high spots,
sharp edges, and undercutting. Sharp edges shall be ground to a 3 mm minimum radius.
2.09.00 All welding shall be performed by ASME qualified welders under Section-IX of ASME Boiler
and Pressure Vessel code and welding electrodes shall be as per relevant
Codes/Standards viz. AISC Section 1.17 etc.
2.10.00 The plates for cylindrical tanks shall be accurately formed in bending rolls to the diameters
called for, and the completed shells be concentric and plump. Plates shall be cold-rolled by
plate bending machine in a number of passes to true curvature and joined by welding.
2.11.00 Vessels seam shall be so positioned that they do not pass through vessel connections.
3.01.00 All pressure vessels shall be fabricated from carbon steel plates as specified in datasheet
A of this specification and lined internally. All atmospheric tanks shall be fabricated of
material as specified in datasheet A and lined internally.
4.00.00 APPURTENANCES
4.01.00 Manholes
4.01.01 All the pressure vessels and horizontal type storage tanks shall be provided with manhole
of 500 mm diameter minimum size, preferably at the top head, complete with cover plate,
lifting handle, davit cap, nuts, bolts, gaskets etc. to ensure leak tightness at the test
pressure.
4.01.02 The vertical type storage tanks shall be provided with a manhole of 500 mm dia on the top
cover, if the diameter of the tank is 1200 mm or more. For the DM water storage tanks,
manholes shall be provided as per IS:803.
4.01.03 All the vessels and tanks shall be normally provided with a six inch gasketed handhole
located near the bottom of the straight side.
4.01.04 The required lining/coating for the inside surface of the manhole/handhole, nozzle and
cover plate of the manhole/handhole shall be same as that of the respective vessel/tank.
All the vessels mentioned shall be provided with pad type sight glasses on their vertical
sides. Locations of these sight glasses shall be as follows:
4.01.06 One with the centre line at the normal level of the bed top, and one near the bottom of the
straight side, for each of these vessels.
4.01.07 In addition, item no. 1.00.00 shall be provided with sight glasses, with their center lines at
each of the normal separated resin interfaces.
All vessels of diameter 1200mm or greater shall be provided with a minimum of 4 lifting
lugs. Smaller vessels shall be provided with at least 2 lifting lugs.
Adequate supporting arrangements like straps, saddles, skirt rings, or legs of steel shall be
provided to transfer all loads to the respective skid structures.
The internals for pressure Vessels shall be designed for a low pressure drop to promote
uniform distribution and flow through the vessels and to withstand the full design pressure
of the vessel in both directions.
Hub and laterals with diffuser splash plates or header and perforated laterals. Material of
construction shall be type 316 stainless steel, except for acid service which shall be of
Hastelloy B.
4.06.00 Underdrains
Same as above with screened laterals with internal perforated pipes, and rubber-lined false
bottom. For resin separation/regeneration/mixed resin vessels, it may have fully screened
bottom (NEVA – clog type with para Septanurse screen, fully supported by subway grid, or
equal).
4.07.00 For lined vessels, they shall also be lined in the same manner as the internal surfaces of
these vessels. For the caustic diluent heating/storage tank, they shall be of type 304
stainless steel construction.
All internal fasteners shall be of type 316 stainless steel and heavy duty locknuts shall be
used throughout.
All lined vessel connections and connections in unlined vessels 25 NB and larger shall be
to ANSI 300 lb class. Flat face flanges shall be used throughout. Nozzle material shall be
ASTMA-106. Grade B. schedule 80 pipe. All flanged connections shall be supplied
complete with matching counter flanges, nuts, bolts and full-face gaskets.
4.10.00 All vessel connections in unlined tanks smaller than 25 NB shall be screwed to ANSI 2.1
for schedule 80 pipe.
Outlets of each of the condensate polisher service vessel and the waste effluent header of
the common external regeneration facility, shall be provided with a resin trap. These resin
traps shall be a minimum, conform to the following:
4.11.01 The resin trap shells shall be of steel construction and lined internally with saran or
Polypropylene. The internals for all traps shall be johnson well screen type, of 316 stainless
steel in both directions, resin traps located in processes effluent lines shall have a screen
opening that does not exceed 120 percent of the associated process vessel under drain
screen opening. Resin traps located in waste effluent headers shall have a screen opening
of approximately 60 mesh.
4.11.02 Each resin trap shall be fully piped and valved for inplace manual back flushing.
One (1) no. hot water tank for heating of alkali diluent water with (2X50%) electric heating
coil, adequately insulated of stainless steel construction shall be provided. The capacity of
tank shall be minimum 20% higher than the maximum water demand. This tank shall be
provided with burn out protection, pressure relief valve, level switches, temperature
indicator etc. The heaters shall be sized for heating the water from a temperature of 15 to
50 deg. C in 5 hours at the outlet of ejector.
All tank internals, including the inlet water tail pipe, shall be fabricated of type 304 stainless
steel.
The supplier shall provide a hopper type tank for resin make-up, using water slurry, to the
condensate polishing systems. This make-up system will constitute a portion of the
condensate polishing external regeneration system. The resin hopper shall have a conical
bottom and a flat top. The top shall have a piano type hinged port, having a lifting handle,
of sufficient size for easy resin loading. The resin shall discharge through a bottom
connection to a water ejector for transport. Water shall be added to the hopper to assist in
the resin transfer. The ejector discharge shall be to the resin separation-cation
regeneration vessel. Demineralized water shall be used throughout for the resin transfer.
Piping of the resin make-up system shall be the responsibility of the Bidder as a part of the
external resin regeneration system.
a) Capacity
The resin make-up hopper tank shall be sized to handle up to 150 liters of as received new
resin per single injection.
b) Material
The resin make-up hopper tank shall be fabricated of mild carbon steel having a minimum
thickness of 6mm and lined.
These shall be vertical cylindrical tanks. They shall be of carbon steel fabrication, lined and
provided with full height level gauges right up to the overflow levels.
The alkali preparation tank shall be provided with a dissolving basket of type 316 stainless
steel constructions, and a motorized slow speed stirrer mounted eccentrically to the tank by
a bracket fixed to the side wall. The stirrer shall have impellers of type 316 stainless steel.
The alkali day tank shall be provided with an airtight cover complete with a breather
arrangement, to prevent absorption of carbon dioxide from the atmosphere by the alkali
solution contained in it. The overflow connection shall also be provided with a suitable seal
for this purpose.
The tanks for ammonia solution (if applicable) shall also be provided with similar
arrangements to prevent escape of ammonia vapour to outside.
5.05.00 LINING
All internal lining of vessels provided under this specification shall be of natural rubber,
meeting the following minimum requirements.
5.05.01 Hardness
Lining used may be soft rubber having a shore durometer reading or 65 on the A scale, or
semi-hard rubber having a durometer reading of 65 on the A scale. Variations in hardness
of the rubber lining between the different areas of a specific tank shall be within +/-5
durometer reading.
The lining material shall be suitable for prolonged service in the chemical environment
described below:
The linings will be subjected to the condition (a) or (b) for intermittent periods of
approximately one hour out of eight hours, and to conditions (c) or (d) remainder of the
time.
5.05.03 Thickness
The lining shall be applied in three layers, resulting in a total thickness of not less than 4.5
mm anywhere on the internal surfaces of the vessels. The lining shall extend over the full
face of all flanged connections and shall have a minimum thickness of 3 mm in all such
external areas.
b) The surface is to be blasted with steel grit or sharp silica sand to a white and
bright metal surface.
c) All traces if grit and dust should be removed with a vacuum cleaner or by brushing.
Care must be taken to avoid contaminating the surface.
d) Immediately after blasting and removal of grit, the first coat of primer or cement
shall be applied and allowed to dry.
5.05.05 Protection
After the lining is completed the vessels shall not be subjected to any prolonged exposure
to direct sunlight in course of it’s transportation erection, etc. They shall not also be stored
in direct sunlight. No further welding or burning shall be carried out on the vessel, after
application of the lining.
All lining projecting outside of the vessel, shall be protected adequately from mechanical
damages during shipment, handling, storage etc.
Suitable warning, indicating the special care that must be taken with respect to these lined
vessels, shall be stenciled on their outside surfaces with the letter at least 12mm high.
Example:
The design, manufacture, shop testing, site fabrication and erection, testing and
commissioning of the pressure and storage vessels shall conform to the latest revisions of
the following standards, in addition to other standards mentioned elsewhere in the tender
document subject to any modification and requirement, as specified here in after.
b) IS: 816 - Code of practice for use of metal arc welding for general
construction in mild steel.
c) IS: 817 - Code of practice for training and testing of metal arc
welders.
h) IS:2002 - Steel plates for pressure vessels for intermediate and High
temperature service including boilers.
7.00.00 FABRICATION
7.01.00 The vessel ends for storage tanks of vertical type shall have flat bottom. However, the
ends of horizontal storage tanks, and all the pressure vessels shall be dished design of
Tori-spherical type designed.
7.02.00 The plates to be used for fabrication shall preferably have a minimum width of 1500 mm.
7.03.00 All the joints (circumferential / longitudinal) shall be continuous butt welded, inside and
outside. Connection shall be flush with inner surface of tanks and welded continuously on
both sides of shell. Sharp inside edges shall be rounded to a minimum 3 mm radius.
7.04.00 Welding sequence shall be adopted in such a way so as to minimize the distortion due to
welding shrinkage. Contractor shall indicate in his drawing the sequence of welding
proposed by him which should meet prior approval of the engineers. Welding shall not be
carried out when the surface of the parts to be welded are wet from any cause and during
periods of rain and high winds unless the welder and work are properly shielded.
7.05.00 All pressure vessels and storage tanks except Demineralised water (D.M.) shall be
fabricated complete and tested at manufacturer’s works to ensure better workmanship.
7.06.01 Bidder shall furnish all pipe material required for tank connection for the process
requirement. In addition to these, additional connections, if required by the Owner for the
inter-connection of their piping, instrumentation etc. shall also be provided. Such additional
requirement will be intimated to the successful Bidder later and Contractor shall provide
these fittings to match with the Owner’s items. Adequate pipe support attachments in the
external surface of the tank/vessel shall be provided for Owners pipes for all the
vessels/tanks. All lined vessels connections shall be conforms to ANSI 300 lb class. Nozzle
material shall be ASTM-106 Grade B, Schedule 80.
7.06.02 All flanged connections should be supplied complete with matching counter flanges, nuts
bolts and gasket materials. The flange design, (thickness and drilling etc.) shall match with
the interconnected piping flanges.
7.06.03 Bolts and nuts to be used externally to the vessels shall be of hexagonal head conforming
to IS:1367. However, internal fasteners if any, shall be of IS:316 /SS-304 or Hastalloy-B as
per the duty conditions.
7.06.05 Sight glasses shall be provided for the tanks/vessels as specified in the standard
specification. The material for sight glass shall be high quality transparent PLEXIGLASS of
sufficient thickness to withstand the test pressure. The sight glass shall be provided with
suitable gaskets and bolts to ensure leak tightness at the test pressure.
7.07.01 Adequate supporting arrangements like straps, saddles, skirt boards, pillars etc. shall be
provided to transfer all loads to civil foundation. All foundation bolts, inserts etc. shall also
be provided.
7.07.02 All vessels of internal, diameter of 1200 mm or greater shall be provided with minimum four
(4) lifting lugs for safe and effective handling during erection. Smaller vessels shall be
provided with at least two (2) lifting lugs.
7.07.03 Material of construction for these vessel supports, saddles, lugs shall conform to IS:2062 of
tested quality.
7.08.01 Vessel internals wherever required shall be provided as detailed out elsewhere in the
specification.
7.08.02 All the pressure vessels and tanks shall be provided with drain connections along with
drain valves of suitable size. Further all the atmospheric storage tanks shall be provided
with over flow connection designed for the filling rate of the respective tank.
7.08.03 All the pressure and tanks shall be provided with the vent connections. The design shall
be as to offer adequate area for venting. Venting area shall be such that over
pressure/vacuum is not created in the tank during maximum filling/drain-off rate. The
maximum draw off rate for the DM storage tanks shall be intimated later to the successful
bidder.
7.08.04 Various instrumentation and the fittings required for the same shall be supplied as
elaborated in data sheets.
7.08.05 Water seal shall be provided for the overflow line of DM and degassed water storage tanks.
The vent and overflow lines of alkali preparation /measuring / day tanks and vent line of DM
storage tanks shall be provided with Carbon dioxide absorber of proven design to prevent
contamination from atmospheric air. Carbon dioxide absorber shall preferably be located
at ground level. The vent and overflow lines of Acid measuring tanks shall be provided with
fume absorber using suitable packing material, such as pall rings/raschig rings.
7.08.06 Conservation vent valves shall be provided in the vent line of DM storage tanks so that, at
a vacuum to the extent of 65 mm water column, the valve shall open to relieve the vacuum.
Body and trim of the valve shall be Die Cast Aluminum.
TECHNICAL SPECIFICATION
FOR
VERTICAL CENTRIFUGAL PUMPS
1.01.00 The general guidelines as illustrated in the subsequent clauses of this section shall be
applicable for vertical pumps to be procured under the scope of this package.
2.01.00 In addition to the requirements spelt out elsewhere in the specification, the equipment to
be provided under this section shall specifically conform to the following codes,
standards, specifications and regulations, as applicable, including all the latest
amendments subsequent to the year of publication as mentioned below.
2.01.01 IS 1710/1989: Vertical Turbine Pumps for Clear, Cold and Fresh
Water.
2.01.06 IS 9137/1978: Code for acceptance for centrifugal, mixed flow and
axial
Flow pumps - Class ‘C’
2.01.09 ANSI B 73.2M Vertical inline centrifugal pumps for chemical process
1984
3.00.00 Accessories:
All the pumps under this specification shall be complete with following standard/special
accessories.
c) Lubrication system along with all internal piping, valves, fittings, specialties etc. as
required.
d) Counter flanges for suction/ discharge nozzles along with fixing nuts, bolts and gaskets.
e) Anchor bolts, nuts, seating steel works, etc. as necessary for mounting the pump-motor
unit on Civil foundations.
f) Suitable vent (with valves)/ lifting/ handling attachments for the pump/ motor/
Accessories.
g) Suitable drain connections with isolating valves as applicable.
h) Set of “Special” Tools & Tackles for Pumps and motors, if any.
i) Erection and commissioning spares, “on as required” basis.
j) Bidder shall provide various drawings, data, calculations, test reports/ certificates,
Operation and maintenance manuals, As-built drawings, etc. as specified and as
necessary.
3.02.01 The pumps shall be guaranteed to meet the performance requirements as specified vide
datasheet – A and also for trouble free operation after commissioning.
4.07.00 The shut off head of pumps shall be at least 115% of pump rated TDH.
4.08.00 The pumps shall be capable of developing the required total head at rated capacity for
Continuous operation. The pumps shall operate satisfactorily at any point on the Q-H
Characteristic curve over a range of 0% to 130% capacity and shall be suitable for
Continuous operation between 30% to 130% capacity.
4.09.00 Selection of the pumps shall be such that the design point shall be met even with
negative manufacturing tolerance.
4.10.00 The total head capacity curve shall be continuously rising towards the shut off, the pumps
shall preferably be non-overloading type and stable.
4.11.00 The pumps shall be capable of running over the entire range of NPSH conditions
required without any noise, vibration or cavitations.
4.12.00 The pumps shall be of stiff shaft design. The minimum internal clearances should be
sufficiently more than the max. Static deflection of the shaft. Shaft size selected must
take into consideration the critical speed as specified in API-610.
4.13.00 Pumps and motors shall run smooth without undue noise and vibration. The vibration
shall be within 75 microns for pump - motor set. The noise level shall be limited to 85 dB
at distance of 1.0M.
4.14.00 High reliability of the pumps is an essential requirement and therefore it gets weight age
over its efficiency. It is therefore essential that the bidder choose a standard proven
model from the range of pumps manufactured.
4.15.00 If water handled by pump is dirty/ not suitable for lubrication/ cooling, the bidder shall
provide requisite strainer/ filters, tanks, motorized valves, etc. after the tap off for the
required service, the arrangement provided shall be subject to Purchaser's approval.
5.01.00 The materials of construction for various components specified are the minimum
Requirements indicated in datasheet – A section C and materials of construction for
other components not specified shall be similarly selected by the bidder for the intended
duty.
a) The surface of SS, Gun metal, brass, bronze and non metallic component shall not be
applied with any painting.
b) The Steel surface to be applied with painting shall be thoroughly cleaned before applying
painting by brushing, shop blasting etc. as per the agreed procedure.
For all the steel surfaces inside the (indoor installation) building, a coat of red oxide
primes of min. thickness of 50 microns followed up with under coat of Synthetic Enamel
paint of min. thickness of 50 microns shall be applied. the top coat shall consist of two
coats each of min. thickness of 50 microns of synthetic enamel paint and thus total
thickness shall be min. 200 microns.
7.01.00 Pump (s) shall preferably be designed to have the best efficiency at the specified duty
point. Further, the pumps (s) shall be suitable for continuous operation at any point within
its ‘range of operation’.
7.02.00 Under all circumstances, the ‘range of operation’ of the pump (s) shall exclude any
Unstable operating zone of the head-capacity curve.
Pumps shall be of vertical shaft, complete with bowl, column pipe, discharge head and
base plate with all accessories. General design and constructional features of the pumps
shall be as follows:
8.01.01 This will be either a single, mixed flow or axial flow type with discharge co-axial with
shaft. Type of impeller shall be chosen on the basis of the pump specific speed and the
characteristics of handling fluid.
8.02.01 Shaft size shall be selected on the basis of maximum torque to be applied on the pump
shaft. Critical speed of the shaft shall be sufficiently away from the pump operating speed
and in no case shall lie between 90% and 110% of the rated speed.
8.02.02 Impeller shaft shall be guided by bearings provided in each bowl or above and below the
impeller shaft assembly. The butting faces of the shaft shall be machined square to the
assembly and the shaft shall chamfer at the edges.
8.02.03 Line shaft may be single or multiple pieces as required. In case of multiple pieces, line
shaft shall be coupled as per the standard practice of the manufacture. For screwed
coupling, directions shall permit tightening of the joint during pump operation.
8.02.04 Replaceable shaft sleeves shall be furnished at applicable location, particularly under
stuffing box and at other locations, as considered necessary.
8.03.00 BEARINGS
Adequate number of properly designed bearings shall be provided for smooth and
trouble free operation of the pump. Number of bearings shall consider the number of
shaft pieces used and the critical speed of the shaft. Bearings shall be either lubricated
by external clear water/oil/grease or self-lubricated. In case of external water/oil
lubrication, complete lubrication arrangement shall be furnished with the pump.
Thrust bearing of adequate size and capacity shall be provided to take the vertical thrust
of the impeller arising out of the pump operation and dead weight of the rotating
Components. Life of the thrust bearing shall be guided by the design standard of the
pump. Thrust bearing shall be capable of running continuously at maximum load. Thrust
bearing shall be either grease or oil lubricated. Lubrication arrangement shall be such
that the lubricant does not contaminate the handing fluid. The arrangement shall also be
adequate to protect the bearing, while the pump coast down to stop in case of power
failure of the station. Pre-lubrication of the thrust bearing, if recommended by the pump
manufacturer, shall be taken care of in designing the lubrication system. Cooling of the
thrust bearing, if necessary, shall be done by the handing fluid/external Water, depending
on the fluid handled. Location of the thrust bearing may be at the pump body or at the
driver, or at both depending on the requirement.
SECTION – D2
FOR
LV MOTORS
The specification covers the design, materials, constructional features, manufacture, inspection and
testing at manufacturer’s work, and packing of Low voltage (LV) squirrel cage induction motors
along with all accessories for driving auxiliaries in thermal power station.
Motors having a voltage rating of below 1000V are referred to as low voltage (LV) motors.
Motors shall fully comply with latest edition, including all amendments and revision, of following
codes and standards:
3.1 Motors and accessories shall be designed to operate satisfactorily under conditions specified in data
sheet-A and Project Information, including voltage & frequency variation of supply system as defined
in Data sheet-A
3.2 Motors shall be continuously rated at the design ambient temperature specified in Data Sheet-A and
other site conditions specified under Project Information
Motor ratings shall have at least a 15% margin over the continuous maximum demand of the driven
equipment, under entire operating range including voltage & frequency variation specified above.
3.3.1 Motor characteristics such as speed, starting torque, break away torque and starting time shall be
properly co-ordinated with the requirements of driven equipment. The accelerating torque at any
speed with the minimum starting voltage shall be at least 10% higher than that of the driven
equipment.
3.3.2 Motors shall be capable of starting and accelerating the load with direct on line starting without
exceeding acceptable winding temperature.
The limiting value of voltage at rated frequency under which a motor will successfully start and
accelerate to rated speed with load shall be taken to be a constant value as per Data Sheet - A during
the starting period of motors.
i) Two starts in succession with the motor being initially at a temperature not exceeding the
rated load temperature.
ii) Three equally spread starts in an hour the motor being initially at a temperature not exceeding
the rated load operating temperature. (not to be repeated in the second successive hour)
iii) Motors for coal conveyor and coal crusher application shall be suitable for three consecutive
hot starts followed by one hour interval with maximum twenty starts per day and shall be
suitable for mimimum 20,000 starts during the life time of the motor
3.4.1 Motors shall run satisfactorily at a supply voltage of 75% of rated voltage for 5 minutes with full load
without injurious heating to the motor.
3.4.2 Motor shall not stall due to voltage dip in the system causing momentary drop in voltage upto 70% of
the rated voltage for duration of 2 secs.
3.5.1 Motors shall withstand the voltage, heavy inrush transient current, mechanical and torque stress
developed due to the application of 150% of the rated voltage for at least 1 sec. caused due to vector
difference between the motor residual voltage and the incoming supply voltage during occasional auto
bus transfer.
3.5.2 Motor and driven equipment shafts shall be adequately sized to satisfactorily withstand transient
torque under above condition.
3.6 Maximum noise level measured at distance of 1.0 metres from the outline of motor shall not exceed
the values specified in IS 12065.
3.7 The max. vibration velocity or double amplitude of motors vibration as measured at motor bearings
shall be within the limits specified in IS: 12075.
4.1 Indoor motors shall conform to degree of protection IP: 54 as per IS: 4691. Outdoor or semi-indoor
motors shall conform to degree of protection IP: 55 as per IS: 4691and shall be of weather-proof
construction. Outdoor motors shall be installed under a suitable canopy
4.2 Motors upto 160KW shall have Totally Enclosed Fan Cooled (TEFC) enclosures, the method of
cooling conforming to IC-0141 or IC-0151 of IS: 6362.
Motors rated above 160 KW shall be Closed Air Circuit Air (CACA) cooled
4.3 Motors shall be designed with cooling fans suitable for both directions of rotation.
4.4. Motors shall not be provided with any electric or pneumatic operated external fan for cooling the
motors.
4.5 Frames shall be designed to avoid collection of moisture and all enclosures shall be provided with
facility for drainage at the lowest point.
4.6 In case Class ‘F’ insulation is provided for LV motors, temperature rise shall be limited to the limits
applicable to Class ‘B’ insulation.
In case of continuous operation at extreme voltage limits the temperature limits specified in table-1 of
IS:325 shall not exceed by more than 10°C.
4.7.1 Terminals, terminal leads, terminal boxes, windings tails and associated equipment shall be suitable
for connection to a supply system having a short circuit level, specified in the Data Sheet-A.
Unless otherwise stated in Data Sheet-A, motors of rating 110 kW and above will be controlled by
circuit breaker and below 110 kW by switch fuse-contactor. The terminal box of motors shall be
designed for the fault current mentioned in data sheet “A”.
4.7.2 unless otherwise specified or approved, phase terminal boxes of horizontal motors shall be positioned
on the left hand side of the motor when viewed from the non-driving end.
4.7.3 Connections shall be such that when the supply leads R, Y & B are connected to motor terminals A B
& C or U, V & W respectively, motor shall rotate in an anticlockwise direction when viewed from the
non-driving end. Where such motors require clockwise rotation, the supply leads R, Y, B will be
connected to motor terminals A, C, B or U W & V respectively.
4.7.4 Permanently attached diagram and instruction plate made preferably of stainless steel shall be
mounted inside terminal box cover giving the connection diagram for the desired direction of rotation
and reverse rotation.
4.7.5 Motor terminals and terminal leads shall be fully insulated with no bar live parts. Adequate space
shall be available inside the terminal box so that no difficulty is encountered for terminating the cable
specified in Data Sheet-A.
4.7.7 Separate terminal boxes shall be provided for space heaters.. If this is not possible in case of LV
motors, the space heater terminals shall be adequately segregated from the main terminals in the main
terminal box. Detachable gland plates with double compression brass glands shall be provided in
terminal boxes.
4.7.8. Phase terminal boxes shall be suitable for 360 degree of rotation in steps of 90 degree for LV motors.
4.7.9 Cable glands and cable lugs as per cable sizes specified in Data Sheet-A shall be included. Cable lugs
shall be of tinned Copper, crimping type.
4.8 Two separate earthing terminals suitable for connecting G.I. or MS strip grounding conductor of size
given in Data Sheet-A shall be provided on opposite sides of motor frame. Each terminal box shall
have a grounding terminal.
4.9.3 Motors shall be provided with eye bolts, or other means to facilitate safe lifting if the weight is 20Kgs.
and above.
4.9.4 Necessary fitments and accessories shall be provided on motors in accordance with the latest Indian
Electricity rules 1956.
4.9.5 All motors rated above 30 kW shall be provided with space heaters to maintain the motor internal air
temperature above the dew point. Unless otherwise specified, space heaters shall be suitable for a
supply of 240V AC, single phase, 50 Hz.
4.9.6 Name plate with all particulars as per IS: 325 shall be provided
4.9.7 Unless otherwise specified, the colour of finish shall be grey to Shade No. 631 and 632 as per IS:5 for
motors installed indoor and outdoor respectively. The paint shall be epoxy based and shall be suitable
for withstanding specified site conditions.
5.1 All materials, components and equipments covered under this specification shall be procured,
manufactured, as per the BHEL standard quality plan No. PED-506-00-Q-006/0 and PED-506-00-Q-
007/2 enclosed with this specification and which shall be complied.
5.2 LV motors of type-tested design shall be provided. Valid type test reports not more than 5 year shall
be furnished. In the absence of these, type tests shall have to be conducted by manufacturer without
any commercial implication to purchaser.
5.3 All motors shall be subjected to routine tests as per IS: 325 and as per BHEL standard quality plan.
5.4 Motors shall also be subjected to additional tests, if any, as mentioned in Data Sheet A.
a) OGA drawing showing the position of terminal boxes, earthing connections etc.
b) Arrangement drawing of terminal boxes.
c) Characteristic curves:
(To be given for motor above 55 kW unless otherwise specified in Data Sheet).
Page 2 of 7
1.0 This document covers the basic technical features of high tension (HT) and low tension (LT) squirrel
cage induction AC motors employed for driving auxiliaries of BHEL-PEM scope packages in 2 x 660
MW ENNORE SEZ STPP.
3.2.2 Motors shall be capable of running continuously at rated output for each of the conditions specified.
Motor ratings shall be adequate to meet the requirements of the drive equipment. Motors shall be
continuously rated at the design ambient temperature of 50 degree C and relative humidity of 85%.
Maximum continuous motor ratings shall have at least a 10% margin above the maximum load demand
of the driven equipment under entire operating range including voltage & frequency variation.
3.4.1 Motor shall start smoothly and rapidly. Motor characteristics such as speed, starting torque, break away
torque and starting time shall be properly co-ordinated with the requirements of driven equipment. The
accelerating torque at any speed with the minimum starting voltage shall be at least 10% of the motor’s
full load torque.
Page 3 of 7
3.4.2 Motors shall be capable of starting and accelerating the load with direct on line starting without
exceeding acceptable winding temperature.
Minimum Starting Voltage requirement for all motors (except mill motors):
1. 85 % of rated voltage for motors up to 1000 kW
2. 80 % of rated voltage for above 1000 kW and up to 4000 kW
3. 75 % of rated voltage for above 4000 kW
3.4.3 The locked rotor current of the HV (11 kV) motors (except MDBFP motors) shall not exceed 650% of
full load current inclusive of tolerance as per IS: 325 and for MV (3.3 kV) motors locked rotor current
shall not exceed 700% of full load current inclusive of tolerance as per IS: 325. For LT motors (except
energy efficient motors) locked rotor current shall not exceed 700% of full load current inclusive of
tolerance as per IS: 325. For LT energy efficient motors above 10kW with S1 duty, locked rotor current
shall be as per IS: 12615-2011.
3.4.4 The following frequency of starts shall apply to HV (11 kV), MV (3.3 kV) & LT motors
i) Two nos. consecutive cold starts in quick succession with third start after 5 minutes in cold
condition.
ii) Two nos. consecutive hot starts in the interval of 15 minutes in hot condition.
3.4.5 Locked motor withstand time of motors under hot condition at highest voltage limit shall be as follows:
b) For motor with starting time above 20 secs but not exceeding 45 secs.
The starting time of the motor referred above is at minimum permissible voltage. For motors and in
cases where the above requirements are not complied with, speed switches of approved make & type
shall be provided to bypass the locked rotor protection for a pre-selected time during starting of motors.
The speed switches shall have one NO & one NC contacts having maximum interrupting capacity of 5
Amps at 240V AC and 0.25 amps at 220 V DC.
3.5.1 Motors shall run satisfactorily at a supply voltage of 80% of rated voltage for 5 minutes with full load
without injurious heating to the motor.
3.5.2 Pull out torque at rated voltage shall not be less than 205% of full load torque. It shall be 275% for
crane duty motors.
Page 4 of 7
3.6.1 Motors shall withstand the voltage and torque stress developed due to the application of 150% of the
rated voltage for at least 1 sec. caused due to vector difference between the motor residual voltage and
the incoming supply voltage during occasional auto bus transfer.
3.6.2 Motor windings shall be adequately braced to satisfactorily withstand the mech. Stresses during above
condition.
3.6.3 Motors shall be capable of withstanding heavy in-rush transient current caused by bus transfer without
damage.
3.6.4 Motor and driven eqpt. Shafts shall be adequately sized to satisfactorily withstand transient torque
under above condition.
The maximum noise level for motors shall be in line with IS 12065.
3.8 Vibration
The maximum vibration for motors shall be in line with IS: 12075.
4.1.1 Indoor motors shall conform to degree of protection IP: 54 as per IS: 4691. Outdoor motors shall
conform to degree of protection IP: 55 as per IS: 4691 and shall be of weather-proof construction.
Canopy shall be provided for outdoor motors. CW motors (in case of screen prot. Drip proof) shall
conform to degree of protection IP: 23 as per IS: 4691. The degree of protection for terminal boxes
shall be IP 55 for outdoor area & IP 54 for indoor area as per IS 4691.
4.1.2 The stator laminations shall made from suitable silicon steel/magnetic steel sheet varnished on both
sides and pressed to form a rigid core.
4.1.3 The rotor shall be of rigid cage construction with die cast aluminium / copper alloy / copper bars firmly
wedged in bar slots and brazed to the end rings. The rotor cage shall be designed to operate
satisfactorily under respective starting and load duty cycle.
4.2.1 Motors shall generally have totally enclosed fan cooled (TEFC) or totally enclosed tube ventilated
(TETV) enclosures or Closed Air circuit Air (CACA), the method of cooling conforming to IC-0141 or
IC-0151 or IC-0161 of IS: 6362 up to 3000 kW motor. CW Motors may be screen protected drip proof
(SPDP).
Page 5 of 7
4.2.2 Motors shall not be provided with any electric or pneumatic operated external fan for cooling the
motors.
4.2.3 Frames shall be designed to avoid collection of moisture and all enclosures shall be provided with
facility for drainage at the lowest point.
HV/MV/LT motors shall have class F insulation. The temperature rise of all motors shall be limited to
the limits applicable to Class ‘B’ insulation. In case of continuous operation at extreme voltage limits,
10deg C rise above the temperature limits specified in IS: 325 shall be permissible.
4.4 Bearings
4.4.1 Horizontally mounted motors shall have grease lubricated ball/roller or sleeve bearings. For HV/MV
motors, the bearings shall be regreasable type and for LV motors, these bearings can be either sealed
life lubricated type or regreasable type as per manufacturer’s standard.
4.4.2 The vertical motors shall have a combined thrust and guide bearing on top and guide bearing at bottom.
If the ball or roller bearings can take vertical thrust, thrust and guide bearing need not be provided.
4.4.3 After taking all motor driven equipment loads and thrust (if any) into account, the bearings shall be
suitable for min. 20,000 working hours. Re-greasable bearings shall be provided with grease nipples
and relief holes for on-line re-greasing and shall be suitable for 8000 working hours without changing
of the grease.
4.4.4 The bearings of solidly coupled motors shall be of the same type as those of the driven equipment.
4.4.6 Motors rated above 1000kW shall be provided with insulated end shield on non-driving end to prevent
flow of shaft current.
4.5.1 Motors of rating 90 kW and up to 160kW will be controlled by air circuit breaker with numerical
protection. For all motors of rating up to 90kW shall be provided with MCCBs. The terminal box of
motors for HV (11 kV), MV (3.3 kV) & LT motors shall be designed for the maximum fault current for
a duration of at least 0.25 secs.
4.5.2 Unless otherwise specified or approved, phase terminal boxes of horizontal motors shall be positioned
on the left hand side of the motor when viewed from the non-driving end.
4.5.3 For HV/MV motors, the main terminal box shall be of phase-segregated type with clamping
arrangement for the terminals.
4.5.4 Connections shall be such that when the supply leads R, Y & B are connected to motor terminals A B
& C or U, V & W respectively, motor shall rotate in an anticlockwise direction when viewed from the
non-driving end. Where such motors require clockwise rotation, the supply leads R, Y, B will be
connected to motor terminals A,C,B or V, W & U respectively.
Page 474 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
Page 6 of 7
4.5.5 Permanently attached diagram and instruction plate made preferably of stainless steel shall be mounted
inside terminal box cover giving the connection diagram for the desired direction of rotation and
reverse rotation.
4.5.6 Motor terminals and terminal leads shall be fully insulated with no bar live parts.
4.5.7 Separate terminal boxes shall be provided for space heaters and temp. Indicators. If this is not possible
in case of LT motors, the space heater terminals shall be adequately segregated from the main terminals
in the main terminal box. Detachable gland plates of thickness 3 mm (hot/cold rolled sheet steel) or 4
mm (non-magnetic material for single core cables) with double compression tinned brass glands shall
be provided in terminal boxes.
4.5.8 Phase terminal boxes shall be suitable for 360 degree of rotation in steps of 180 and 90 degree for HT
and LT motors respectively.
4.5.9 Cable glands and cable lugs as per selected cable sizes shall be provided in line with cable erection
philosophy. For single core cable termination, gland plates shall be of non-magnetic material.
4.6 Grounding
Two separate earthing terminals suitable for connecting G.I. strip grounding conductor shall be
provided on opposite sides of motor frame. Each terminal box shall have a grounding terminal.
4.7 General
4.7.2 An arrow block shall be screwed on the body of the motors on the non-driving end to indicate the
direction of rotation of the motors.
4.7.3 Motors for Fuel oil unloading and drain oil pumps located in hazardous areas shall be with flame-proof
enclosures in accordance with IS 2148 / IEC 60079.
5.0 ACCESSORIES
All motors rated 30KW and above shall be provided with space heaters to maintain the motor internal
air temperature above the dew point. Space heaters shall be suitable for a supply of 240V AC, single
phase, 50 Hz.
The leads from space heaters of each motor shall be brought out to a separate terminal Box. Space
heaters shall be mounted inside the motor in accessible places so that their removal and replacement is
simple.
Page 7 of 7
5.2.1 HV/MV motors stator windings shall be provided with 12 nos. Simplex 3 wire Platinum RTDs with
100 ohms resistance at 0 deg C for remote monitoring of winding temperature. The leads from RTDs of
each motor shall be brought out to a separate terminal Box.
5.2.2 For HV/MV motors, each bearing shall be provided with 1 no. Duplex 3 wire Platinum RTDs with 100
ohms resistance at 0 deg C for remote monitoring of bearing temperature. The leads from these RTDs
shall be brought out to a separate terminal Box or the terminal box same as for winding RTDs.
5.3.1 For HV/MV motors, each bearing shall be provided with dial type thermometer with adjustable alarm
contact and resistance type temperature detector. The indicators shall have 2 nos. NO contacts rated for
5A, 240 V AC and 0.5 A, 220 V DC for alarm/trip purpose.
5.4.1 Provision shall be made in all HV/MV motors for mounting vibration detectors.
Motors shall have stainless steel name plate with all particulars as per IS: 325. In addition bearing
identification number and type of lubricant is to be indicated.
7.0 PAINTING
Motor including fan shall be painted with corrosion proof paints of colour shade Siemens grey (RAL
7032).
8.0 TESTING
For HT & LT Motors, type test reports for type tests as per IS: 325/ IS: 12615 conducted on equipment
similar to those proposed to be supplied and carried out within last five years shall be submitted.
However, if such reports are not available, one motor of each type shall be subjected to type tests for
free of cost.
All motors shall be subjected to routine tests as per IS: 325/ IS: 12615 in the presence of customer or
customer representative.
MOTOR VOLUME II B
SECTION D
DATA SHEET - C REV NO. 00 DATE 19/06/2015
SHEET 1 OF 2
NAME OF VENDOR
REV.
NAME SIGNATURE DATE SEAL
MOTOR VOLUME II B
SECTION D
DATA SHEET - C REV NO. 00 DATE 19/06/2015
SHEET 2 OF 2
NAME OF VENDOR
REV.
NAME SIGNATURE DATE SEAL
Explanatory notes for filling up cable list for routing through Win Path, the cable routing
program (developed by Corporate R&D) being used in PEM.
1. For the purpose of clarity, it may please be noted that the information given in regard to the cables
to be routed through WinPath as per the system elaborated below is called “Cable List”, while the
term “Cable Schedule” applies to the cable list with routing information added after routing has
been carried out.
2. The cable list shall be entered as an MS Excel file in the format as per enclosed template
EXT_CAB_SCH_FORMAT.XLS. No blank lines, special characters, header, footer, lines, etc. shall
be introduced in the file. No changes shall be made in the title line (first line) of the template.
3. The field properties shall be as under:
a. UNITCABLENO: A/N, up to sixteen (16) characters; each cable shall have its own unique,
unduplicated cable number. In case this rule is violated, the cable cannot be taken up for
routing.
b. FROM: A/N, up to sixty (60) characters; the “From” end equipment/ device description and
location to be specified here. Information in excess of 60 characters will be truncated after
60 characters.
c. TO: A/N, up to sixty (60) characters; the “To” end equipment/ device description and
location to be specified here. Information in excess of 60 characters will be truncated after
60 characters.
d. PURPOSE: A/N, up to sixty (60) characters; the purpose (i.e. power cable/ indication/
measurement, etc.) to be specified here. Information in excess of 60 characters will be
truncated after 60 characters.
e. REMARKS: A/N, up to forty (40) characters; Any information pertinent to routing to be
specified here (e.g., cable number of the cable redundant to the cable number being
entered). Information in excess of 40 characters will be truncated after 40 characters.
f. CABLESIZE: A/N, 7 characters exactly as per the codes indicated below shall be specified
here. The program cannot route cables described in any other way/ format.
g. PATHCABLENO: Field reserved for utilization by the program. User shall not enter any
information here.
4. One list shall be prepared for each system/ equipment (i.e., separate and unique cable lists shall
be prepared for each system).
5. The cables shall be described as per the scheme listed below:
A NN A NNN
| | | |
Cable No. of cores Cable code Cable size
Voltage (e.g. 01,03,3H, 07) (See C below) (e.g. 035,185,2.5, 0.5)
Code (see B
below)
(C) CABLE CODES
PVC Copper
A = Armoured FRLS B = Armoured Non-FRLS
C = unarmoured FRLS D = Unarmoured Non-FRLS
PVC Aluminium
E = Armoured FRLS F = Armoured Non-FRLS
G = unarmoured FRLS H = Unarmoured Non-FRLS
XLPE Copper
J = Armoured FRLS K = Armoured Non-FRLS
L = unarmoured FRLS M = Unarmoured Non-FRLS
XLPE Aluminium
N = Armoured FRLS P = Armoured Non-FRLS
Q = unarmoured FRLS R = Unarmoured Non-FRLS
SECTION – D3
C&I SPECIFICATION
FOR
CONDENSATE POLISHING UNIT
FOR
2X660 MW ENNORE SEZ STPP
DESIGN KT
CHECKED SK
APPROVED SCS
REV- 00 DATE 15.06.15
JOB NO. 412
TABLE OF CONTENTS
B. C&I DELIVERABLES
INSTRUMENTATION
1 PE‐V9‐412‐155‐I901 INSTRUMENT DATA SHEETS A ‐ VENDOR C&I
2 PE‐V9‐412‐155‐I902 INSTRUMENT SCHEDULE I ‐ VENDOR C&I
3 PE‐V9‐412‐155‐I903 INSTRUMENT INSTALLATION/ HOOK UP DIAGRAMS A ‐ VENDOR C&I
4 PE‐V9‐412‐155‐I904 FIELD JB TERMINATIONS /GROUPING DOCUMENT I ‐ VENDOR C&I
5 PE‐V9‐412‐155‐I905 QUALITY PLANS (CV,FE, Tx and Analyser) A ‐ VENDOR C&I
PLC PANEL
1 PE‐V9‐412‐155‐I906 PLC CONFIGURATION DRAWING A A VENDOR C&I
2 PE‐V9‐412‐155‐I907 PLC PANEL GA (INTERNAL & EXTERNAL) DRAWING A ‐ VENDOR C&I
3 PE‐V9‐412‐155‐I908 CONTROL SCHEMES (BLOCK LOGIC) A ‐ VENDOR C&I
4 PE‐V9‐412‐155‐I909 PLC INPUT / OUTPUT SIGNAL LIST I ‐ VENDOR C&I
5 PE‐V9‐412‐155‐I910 UPS BATTERY CHARGER/ BATTERY DATASHEET & SLD I $$ VENDOR C&I
6 PE‐V9‐412‐155‐I911 UPS SIZING CALCULATIONS I ‐ VENDOR C&I
7 PE‐V9‐412‐155‐I912 BATTERY SIZING CALCULATIONS I ‐ VENDOR C&I
8 PE‐V9‐412‐155‐I913 CONTROL DESK LAYOUT / GA DRAWING A ‐ VENDOR C&I
9 PE‐V9‐412‐155‐I914 PLC‐OWS/PRINTER FURNITURE BOM A ‐ VENDOR C&I
10 PE‐V9‐412‐155‐I915 PLC CONTROL ROOM LAYOUT DRAWING A ‐ VENDOR C&I
11 PE‐V9‐412‐155‐I916 PLC CATALOGUE I ‐ VENDOR C&I
12 PE‐V9‐412‐155‐I917 PLC QUALITY PLAN & FAT PROCEDURE A ‐ VENDOR C&I
LIST OF SIGNAL EXCHANGE WITH DDCMIS (BOTH HARDWIRED & SERIAL
13 PE‐V9‐412‐155‐I918 A ` VENDOR C&I
INTERFACE IN BHEL FORMAT)
14 PE‐V9‐412‐155‐I919 PROCESS GRAPHIC MANUSCRIPTS PLC I ‐ VENDOR C&I
15 PE‐V9‐412‐155‐I920 PROCESS GRAPHIC MANUSCRIPTS FOR DDCMIS I ‐ VENDOR C&I
CABLE SCHEDULE (IN BHEL EXCEL FORMAT) & CABLE INTERCONNECTION
16 PE‐V9‐412‐155‐I921 I ‐ VENDOR C&I
DETAILS
17 PE‐V9‐412‐155‐I923 PANEL & ELECTRONIC EARTHING REQUIREMENT I ‐ VENDOR C&I
18 PE‐V9‐412‐155‐I924 PANEL HEAT DISSIPATION DATA I ‐ VENDOR C&I
19 PE‐V9‐412‐155‐I925 MANDATORY SPARES BILL OF MATERIAL A A VENDOR C&I
20 PE‐V9‐412‐155‐I926 PLC O & M MANUAL I ‐ VENDOR C&I
21 PE‐V9‐412‐155‐I927 PLC EARTHING SCHEME I ‐ VENDOR C&I
Notes: 412 ‐ Project No.
155 ‐SI No of MAX Package (CPU)
$$ ‐Approval by BHEL if Vendor BBU Item Approval by Customer if Customer BBU Item
Documents of C&I System shall be submitted to end user/owner for approval during detail engineering. Changes, if any, shall
Page 486 of 680
be accommodated by the bidder without any price/time implication.
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
C.SPECIFICATION
FOR
MOTORISED
VALVE ACTUATOR
SHEET 1 OF 3
SHEET 2 OF 3
($$ Refer CALIBRATED KNOBS(OPEN&CLOSE TS) REQUIRED FOR SETTING DESIRED TORQUE
Notes) ACCURACY +3% OF SET VALUE
SHEET 3 OF 3
NOTES:
1. SCOPE: DESIGN, MANUFACTURE, INSPECTION, TESTING AND DELIVERY TO SITE OF ELECTRIC ACTUATOR FOR INCHING OR OPEN / CLOSE DUTY.
2. CODES & STANDARDS: DESIGN AND MATERIALS USED SHALL COMPLY WITH THE RELEVANT LATEST NATIONAL AND INTERNATION STANDARD. AS A MINIMUM,
THE FOLLOWING STANDARDS SHALL BE COMPLIED WITH:
IS-9334, IS-2147, IS-2148, IS-325, IS-2959, IS-4691 AND IS-4722
3. ACTUATOR SHALL HAVE HARDWIRED CONTACTS FOR FOLLOWING SIGNALS (a) ACTUATOR IN LOCAL MODE (b) ACTUATOR IN REMOTE MODE.
4. ACTUATOR SHALL INCLUDE A DIGITAL POSITION INDICATOR WITH A DISPLAY FROM FULLY OPEN TO FULLY CLOSE IN 1% INCREMENTS.
5. BIDDER TO ENSURE AVAILABILITY OF SPARE 1NO + 1NC LIMIT SWITCH & TORQUE SWITCH.
8. CABLE GLANDS OF DOUBLE COMPRESSION TYPE, Ni PLATED BRASS MATERIAL SHALL BE PROVIDED.
9. THE TORQUE SWITCHES SHALL BE PROVIDED WITH MECHANICAL LATCHING DEVICE TO PREVENT OPERATION WHEN UNSEATING FROM THE END POSITIONS.
THE LATCHING DEVICE SHALL UNLATCH AS SOON AS THE VALVE LEAVES THE END POSITION. IF SUCH PROVISION IS NOT POSSIBLE, THE TORQUE SWITCHES
SHALL BE BYPASSED BY END-POSITION LIMIT SWITCHES WHICH OPENS ON VALVE LEAVING END POSITION.THESE LIMIT SWITCHES ARE ADDITIONAL TO THE
NUMBER OF LIMIT SWITCHES SPECIFIED ELSEWHERE.
10. THE MOTOR SHALL OPERATE SATISFACTORILY UNDER THE +/- 10% SUPPLY VOLTAGE VARIATION AT RATED FREQUENCY, -5% TO +3% VARIATION IN
FREQUENCY AT RATED SUPPLY VOLTAGE, SIMULTANEOUS VARIATION IN VOLTAGE & FREQUENCY THE SUM OF ABSOLUTE PERCENTAGE NOT EXCEEDING 10%.
$$ TORQUE SWITCH & LIMIT SWITCH SHALL ACT INDEPENDENT OF EACH OTHER. TANDEM OPERATION IS NOT ACCEPTABLE.
D.SPECIFICATION
FOR
MEASURING INSTRUMENTS
CHAPTER-3
3.01.01 Instruments, co ntrol de vices and ot her eq uipment ac cessories covered under this
specification shall be furnished in accordance with I&C specification sheets and drawings
enclosed herewith and the requirements of all applicable clauses of this specification.
3.01.02 The i nstrumentation an d co ntrol e quipment sh all co nform t o al l appl icable co des and
standards including those referred in Cl. no. 1.08.00 in this Volume. All equipment and
systems shall also fully comply with the design criteria stated in chapter-2 of this part.
3.01.03 The instrumentation/control equipment and acce ssories shall be f rom the latest proven
design for which the performance and high availability have been dem onstrated by
a considerable record of successful operation in power station service for similar
applications. The bidder shall furnish sufficient evidence to fully satisfy the Owner in
this regard.
3.01.04 For pl ug i n type i nstruments, The pl ug & so ckets shall be pol arized t o pr event w rong
connections and hav e f acility f or se cure co upling i n pl ug-in posi tion t o pr event l oose
connections.
Signal/Electrical connection shall be screwed connection with double compression type
Nickel-plated br ass ca ble glands for E xplosion proof ar ea, Fl ame pr oof ar ea and hi gh
vibration prone area.
3.01.05 Every instrument requiring pow er su pply sh all be pr ovided with a pai r of easi ly
replaceable g lass cartridge fuse o f suitable r ating. E very i nstrument shall be pr ovided
with a grounding terminal and shall be suitably connected to the panel grounding bus.
3.01.06 All field instruments shall be weatherproof, drip tight, dust tight and splash proof suitable
for use under outdoor ambient conditions prevalent in the subject plant. All field-mounted
instruments shall be mounted in suitable locations where maximum accessibility for
maintenance is achieved. The enclosures of all electronic instruments shall conform to
IP-65 unless otherwise specified (Explosion proof for NEC article 500, class 1, Division 1
area & f lame proof) and an anti corrosive paint shall be appl ied to the field mounted
enclosures / i nstruments. A ll t he f ield i nstruments shall al so be pr ovided w ith S S t ag
nameplate and doubl e compression t ype N ickel-plated br ass cable gland. Ga skets,
Fasteners, Counter and mating flange shall also be i ncluded wherever required with the
field instruments.
of individual pumps and discharge header of pumps for protection and auto start /
stop & alarms.
ii. Level switches for sump/tank level high/normal/ low/very low interlocks.
iii. Level T ransmitters (Type as per O wner appr oval) f or open su mp/
tank/bunker/vessel/heaters.
iv. Stand pipes on both side of tank for all level instruments (LT, LS & LG).
v. Flow el ements with f low t ransmitter & Fl ow meter for flow m easurement of
process medium like Steam, Water, Air, Flue Gas, Fuel oil, open ch annel liquid,
solid fuel, ash flow, DM water, Raw water, Instrument and Service air etc. as
decided by owner.
vi. Pressure gauges and t emp. G auges at i nlet and out let o f each hea t ex changer
and cooler.
ix. All primary I nstruments, har dwares & JBs etc used f or m easurement f or HFO,
LDO & Turbine Lube Oil system shall be flame proof (IEC-79.1, Part I). All primary
Instruments, hardwares & JBs etc used for measurement for Hydrogen shall be
intrinsically safe and explosion proof as per NEC article 500, class 1, Division 1
area I.
xi. All Field Instruments used in acid or alkaline atmosphere shall be with standard
Anti corrosion coating i.e. the combination of Polyurethane and epoxy resin baked
coating (ANSI/ISA-71.04).
xii. All primary instruments installed at “Minus level or Floor” shall be w ith protection
class of IP 68.
xiv Pull co rd, bel t sw ay, z ero sp eed sw itches, e mergency st op P B for co nveyers,
other l imit sw itches, cable g land et c. o f C HP w hich pr oduce sp ark shall be
provided with dust and flame proof enclosure conforming to IS-2148.
xvi Bidder shall provide electronics weighing in motion system as per IS-11547,
hermitically sealed load cell of precision strain gauge type,100% over load
protection of cell and 250% overload protection for the construction; one calibrator
attachment with two weighers.
xvii All field mounted push button, selector switch etc. shall be as per IEC or NEMA 4X
protection.
xix At APH, temperature measuring device of different lengths forming grid shall
be provided to have average temperature for variable flow of flue gas, secondary
air and primary air. These temperatures may be connected to nearest remote I/O
panel.
xx. On both left and r ight sides of furnace, separate lines shall be laid and provided
with furnace pr essure t ransmitters hav ing wide r ange than the f urnace
pressure transmitter.
xxi. Temp. Transmitters are envi saged w ith R TD & T hermocouples for monitoring
services/application onl y. H owever any RTD & T hermocouples are use d f or
control, interlock & protection application, same shall be directly wired to
DDCMIS/DCS/PLC using instrumentation & Extension cables respectively.
xxii. As for t he w ater flow/ st eam flow m easurements, necessary f low el ements/
transmitters ar e chose n i n t he pr ocess l ine and suppl ied such t hat t heir
algebric sum mation s hall be m ass bal anced f or cal culating the system
efficiency.
xxiii. Contacts less, electronic 2-wire position transmitters shall be provided for all inching
type motorised valve and dampers.
xxiv. For CW sump level, Raw water reservoir level, Turbine oil tank, coal bunkers, Ash
Silo, LDO/HFO tank, DM water tanks, CS tank, Acid and al kali applications, only
non contact type level transmitters like Acoustic, Ultrasonic, Radar based shall be
provided by bidders as specified in NIT and as approved by owner.
xxvi. For Turbine oil, HFO/LDO applications & H2 Gas application, zener protection on
power supplies shall be included.
xxvii. Where t he pr ocess fluids are co rrosive, v iscous, so lid bear ing or sl urry t ype,
diaphragm se als sh all be pr ovided. P arts below t he di aphragm shall be
removable for cl eaning. The ent ire v olume a bove t he di aphragm s hall be
completely f illed w ith an i nert l iquid su itable for the appl ication. For H FO, LF O
Applications, SS capillary with thin wafer element with ANSI RF flanged ends are
to be provided. For hazardous area, explosions proof enclosure as described in
NEC article 500 shall be provided.
FIELD INSTRUMENTS SHALL BE SUPPLIED & OFFERED AS PER DATA SHEETS SPECIFIED BELOW:
3.03.01 Pressure, Differential Pressure, DP type Level and F low Transmitters (PT, DPT, LT
& FT)
All Transmitter shall be i nstalled in closed LIE in the boiler area. Similarly transmitter for
TG shall also be in LIE except the transmitters located in covered area on T G floor and
these shall be mounted in LIR.
Zero suppression /
elevation : At least 100% of Span
Connection
Accessories :
3.03.01.01 Transmitters & ot her H ART based i nstruments sh all be su pplied a long with 3 N os. o f
universal type hand held/portable pressure calibrators. Temperature transmitters shall be
supplied along with 3 Nos. of hand held/portable mV source generators.
Contact
- Number : DPDT /2 SPDT
Accessories
- 3 / 5 valve manifold : As applicable for all switches
- Self cleaning type : Pump and compressor
pulsation dampners/Snubber discharge lines
(Material SS316)
- Syphon : For all steam lines
- Protective separating : For fuel oil & corrosive liquid lines.
diaphragm
Mounting : Local (in LIE/LIR for BTG package).
Materials
- Bourdon tube : 316 SS
- Bellows : 316 SS
- Movement : 316 SS
- Case : SS 316/ Die-cast aluminum with stoved
enamel black finish. Epoxy coating
Accessories
Other particulars
Operating Voltage : 16 – 48 V DC
Calibration : as per NIST monograph 125 for T/C &
European Curve Alpha = 0.00385 for
RTD .
Ref. Junction compensation : Provided
Span/zero adjustment : Locally adjustable, Non interacting
Auto calibration : Provided
Burn out protection upscale : Provided
Input - output isolation : Provided
Circuit ungrounded : Provided
Test wells shall be pr ovided on m ain steam, reheat steam, extraction steam, feed water,
condensate, spray water lines and other piping as required to meet ASME test require-
ments.
Displacer type level transmitter shall not be used in the process anywhere in the plant.
3.03.12 Ultrasonic Level Transmitter (for Water sump/Tank level, Raw water reservoir level,
Cooling water fore bay level measurements)
The total system shall consist of capacitance probe, pre-amplifier and transmitter
Transmitter
Electronics : Solid State
Power Supply : 240V AC, 50Hz. UPS
Input : Input from Sensor
Display : 4 1/2 digit LCD
Output : Isolated 4-20mA DC HART
Measuring Accuracy : 0.5% of full scale range
Totalized Value : Required
Housing : IP-65 (Explosion proof for NEC Class-1,
Division 1 area)
Nameplate : Tag number, service engraved in stainless
steel tag plate
Accessories : Clamping strip, bracket, prefab cable etc.
Special tool kit for calibration/ configuration .
Transmitter
Mounting : On Nozzle
Mounting position : Top mounted
Housing : Plastic
Display : Head mounted LCD Display and remote LCD
display
Process connection : NPT/Flanged
Electrical connection : NPT
Turn Down ratio : 1:100
Measuring range : Adjustable (as per process requirement)
Totaliser : Required
Accessories : As per process requirement
Additional separate local display unit with large
Alphanumeric back light LCD/LED & to be provided
for the applications which will be decided during
detailed engineering.
Materials :
Body : Carbon steel/SS316 as per process requirement
Glass : Toughened Borosilicate
Gaskets : Neoprene
Bolts & nuts : SS
Flappers / Rotating Wheel : 316 SS
Flappers / Rotating Wheel : 304 SS
holder
Process Connection : SW (Socket Welded)
Accessories : Scale, Bolts, Nuts, Cover plates and Gaskets as
required
Tests : Tested at two hundred (200) percent of the maximum
process pressure.
The i nstrument A ir S upply S ystem for v arious pneumatic Control & Instrumentation
devices like pneumatic actuators, power cylinders, I/P converters, pneumatically
operated valves etc. shall be complete in all respect with necessary Air Filter Regulators,
valves, piping/tubing etc.. Each pneumatic instrument shall have an individual air shut off
valve. T he pr essure-regulating v alve sh all be e quipped w ith an internal f ilter, a 50 m m
pressure gauge and a built in filter-housing blow down valve.
On collection of water in the drains of instrument air lines, mechanical automatic drains
and periodically solenoid operated drains (with electronic timer - 15m, 30m, 60m and 2
Hours & Timing adjustable) are to be provided.
For mechanical type & Electrical type, the locations to be provided in the instrument air
lines of boi ler ar ea, C himney ar ea, t urbine ar ea et c., sh all be deci ded dur ing de tailed
Engineering.
Bulk header nearby the crowded applications shall be provided and from this bulk
header individual air lines with necessary isolation values are laid to the application.
These bulk header are to be provided with mechanical / electronic based automatic
Drains.
Individual moisture separator for O 2 analyzer or vital application shall be provided nearby
the i nstrument so as to enhance t he ce ll l ife o r t he pe rformance o f v ital f inal co ntrol
elements.
Constant bleed type AFR with an accuracy of + 1.0 % inlet pressure range of 5-8 kg/ cm2
and suitable spring ranges (AFR) for use with positioners in control valves, control
damper, E /P convertors and sh ut o ff v alves for phosp hor br onze filter element;
Filtering particles above five microns. Weather and water proof enclosure. Material of
accessories will be SS316.
Two wire type E/P convertors with an accuracy of +0.25% accepting 4-20 mA dc signals
from co ntrol sy stem an d co nverting to 0 .2 t o 1 kg /cm2 ai r p ressure t o oper ate v alve
positioner of all final control elements; Housed in cast aluminum casing (with
polyurethane paint); NEMA 4 or equivalent degree of protection for enclosure. Material
of acce ssories will be S S. E /P co nvertors shall hav e f ail freeze ( stay put ) feature al so.
Process connection shall be 1/4” NPT (F) and Electrical connection shall be ½” NPT (F).
Zero/span ad justment facility sh all be pr ovided. T he E t o P co nverters shall retain t he
pneumatic si gnal (last v alue) ev en i n f ailure of cont rol s ignal and sh all have self
volume boosters. Necessary air lock devices and pressure switches for air pressure low
alarming shall be provided.
Solenoid valves shall be provided with control valves / pneumatic control valves hooked
up with process interlock requirements and where direct tripping is involved. The number
of ways for solenoid valve shall be provided as indicated below:
(a) Two (2) way solenoid valves shall be provided, where process line of less than 50
mm with low pressure and temperature application.
(b) Three (3) way solenoid valve shall be pr ovided commonly, where the pressure is
admitted o r ex hausted from a di aphragm v alve or si ngle ac ting cylinder, e .g,
Pneumatic operated spray water block valve.
(c) Four ( 4) w ay so lenoid v alve sh all be pr ovided for ope rating doubl e act ing
cylinders, e.g, Pneumatically operated on-off type dampers.
(d) For operation of the fuel oil corner nozzle valves, fuel oil trip valves etc., double
coil solenoid valve ( latch coil & relatch coil) shall be adopted.
Single coil usage requires always power and loss of power leads to closure
of above valves resulting the unit trip or loss of generation.
(e) Solenoid V alve co ils shall be C lass-H h igh-temperature or C lass-F co nstruction
as applicable and sh all be desi gned for continuous duty. Three-way so lenoid
valves shall be desi gned for uni versal oper ation so that t he su pply ai r m ay be
connected to any port. Solenoid enclosures shall be NEMA-4)/ (Explosion proof
for NEC Class-1, Division 1 area)/ flame proof (IEC-79.1, Part I) As applicable).
Body material of solenoid valve shall be Die Cast Aluminum or SS316.
.
(f) All solenoid shall be with varister, LED indication, surge suppress diode and circuits.
3.03.35 Non - Nucleonic (Vibration) Type Density Meter (For DM & AHP Plant):-
• Failure Diagnostics
• Long Term Stability
• Fast Response
• IP 66 / NEMA4X Protection
• Supplied with Calibration Certificate Traceable
to National & International Humidity Standards
• Sensor protection with sintered filter
• Local LCD Display for Dew Point
3.03.42 Junction Boxes
Electro m agnetic t ype I PRs with m odular desi gn, pl ug-in t ype co nnections,
suitable for channel/DIN rail mounting in cabinets; coil rating 24V D.C; 2 set of silver
plated change over contacts rated for 0.5A 220 V DC/8 A 240 V AC. Free wheeling diode
across relay copper coil and self reset type status LED indicator flag (electronic) shall be
provided. Manual f orcing/override facility is required. The test voltage for relay shall not
be less than 4 K V with operating temperature from –20 deg. C to 60 deg. C. The relay
shall hav e t he nece ssary appr ovals like V 0 i nflammability cl ass in acco rdance w ith
UL94”, IEC60664/IEC60664A/DIN VDE 0110. Facility to stimulate IPR manually shall be
provided.The V A bu rden o f relays shall be su itable t o match the ca pacity of out put
modules. Interposing relay & sockets for mounting the interposing relay shall be of same
make only.
Input : 4-20 mA DC
Mounting : Flush panel, compatible for
mounting on mosaic grid panel
Face Dimensions : 96 x 96 mm
Scale/Type : Moving coil, circular, FSD 240
deg. With six times suppression scale
Zero adjustment : Screw on meter face
Accuracy : + 1 percent (class 1)
Indication : Pointer with scale
Magnetic Shield : Shielded Case
Quantities : For all HT Motors & LT motor
with rating > 30 KW and other critical
application motors/drives.
3.03.49 VOLTMETER:
Input : 4 - 20 mA DC
Mounting : Flush Panel, compatible for
mounting on mosaic grid panel
Face Dimension : 96x96 mm
Range : As per requirement
Accuracy : + < 0.5 %
Indication : Digital type 4 1/2 digit
Magnetic Shield : Shielded Case
Connection : Plug in type
Quantities : For 230 V AC input power supply, UPS
power supply, 24 V DC interrogation voltage
& 220 V DC.
Input : 0 - 1 A CT current
Output : Dual 4-20 mA with 500 impedance
Mounting : Back rail
Accuracy : + 0.25%
Input : 0 - 75 mV
Output : Dual 4-20 mA with 500 impedance
Mounting : Back rail
Accuracy : + 0.25%
Input : PT (110V)
Output : 4-20 mA with 500 impedance
Mounting : Back rail
Accuracy : + 0.25%
Input : 110 V PT
Output : 4-20 mA with 500 impedance
Mounting : Back rail
Accuracy : + 0.25%
Type : Momentary/Miniaturised
Suitable for mosaic grid 24x48
Mm with 2 PB and 3 coloured LED.
Contact Configuration : 2 NO + 2 NC
Contact Material : Hard Silver Alloy
Contact Rating : 500V / 10 A
Insulation Voltage : 2 KV for 1 minute between
terminals and earth
Lamp Rating :-
a) Voltage : 240 V AC
b) Watt : 2 Watt (approx.)
Colour
Power supply to all instruments and control systems shall be separately fused with MCB
and it should be possible to disconnect any instrument without interrupting power supply
to any other equipment/device.
Sample t able and anal yzer se ction sh all be pr ovided with r apid st art, l ow noi se,
fluorescent strip fixtures installed in a continuous row along the top of each section. The
panel sh all hav e a ce iling mounted LED lamps for illumination. Li ght sw itches shall be
provided within the panel sections at suitable locations.
Universal type Three receptacles shall be provided on the front of the sample table below
the work surface. These will be equally spaced. Two more receptacles shall be provided
inside the sample table and one receptacle shall be installed inside the panel.
Wiring for lighting and receptacles shall be run in flexible metallic conduits.
5.10.00 GROUNDING
One ear thing t erminal w ith acce ssories shall be pr ovided at each e nd of st rip for
connecting G.I. earthing strip of 50 x 6 mm size.
c) Material :
i) Cell Epoxy resin/SS316
ii) Electrode Platinised/SS316
iii) Monitors body Carbon steel/Aluminum/Polycarbonate
i) Number 2SPDT
ii) Type Snap action micro switch
iii) Rating 5 amp, 240 V, 0.2 Amp, 220V DC
j) Connection:
Protection class : IP - 65
k) Mounting:
l) Mounting Flush
m) Annunciation contacts:
i) Number 2 SPDT
ii) Type Snap action micro switch
iii) Rating 5 amp 240V AC 0.2 Amp 220V DC
- Number 2 SPDT
- Type Snap action micro switch
- Rating 5A 240V AC, 0.2 A, 220V DC
- Mounting Flush mounting
- Number 2 SPDT
- Type Snap action microswitch
- Rating 5A 240V AC, 0.2A, 220V DC
- Mounting Flush
- Number 2 SPDT
- Type Snap action micro switch
- Rating 5A 240V AC, 0.2A, 220V DC
- Mounting Flush
viii) Terminal points All components piped & wired to terminal points
ii) Analyzer power supply 240V AC, 50 Hz, Single Phase from UPS
ii) Analyzer power supply 240V AC, 50 Hz, Single Phase from UPS
iii) Analyzer output i) 4-20 mA, DC spare output
ii) 4-20 mA, DC isolated output for DDCMIS
viii) Terminal points All components piped & wired to terminal points
SENSOR
Method : Amperometric
Electrodes : Gold Cathode/Silver Anode
Cell Material : PVC
Electrolyte : Potassium Bromide
TRANSMITTER
SENSOR
E.SPECIFICATION
FOR
PLC
The Bidder shall be fully responsible for detailed recommendations on the type, size,
shielding, input balancing, ripple amplitude and frequency, isolation and grounding for
field i nputs and for e quipment furnished by t he B idder t o ach ieve an i nstallation w ith
minimum noise from all sources.
The B idder sh all ca refully r eview t he E lectrical Fi eld C onstruction and ca bling
specifications given in Section-9 of t his volume. I f the performance of the equipment
furnished by the Bidder is likely to be adversely affected in any m anner beca use
of t hese ca bling and electrical f ield co nstruction pr actices, t he B idder shall bring
this to the attention of the Owner along with his proposal.
Any additional equipment, services required for effectively eliminating the noise
problems shall be i dentified by t he B idder a nd sh all be included i n hi s lump su m
proposal.
The B idder sh all be fully r esponsible for satisfactory el imination o f any noi se
problems that evidence themselves following the installation of the equipment. All
expenses incurred in the elimination of noise problems shall be borne by the Bidder.
i. All solid-state equipment shall be able to withstand the noise and surges inherent in
a powerhouse. The equipment shall be designed to successfully withstand without
damage t o c omponents and/ or wiring, appl ication of s urge w ithstand ca pability
(SWC) w ave whose s hape and c haracteristics are def ined i n A NSI pu blication
C37.90a - 1974 entitled "Guide for surge withstand capability (SWC) Tests".
ii. All so lid st ate e quipments, pow er su pply t o el ectronic cards, pow er s upply t o
controllers, P LC panel s, D DCMIS panel s, S MPS po wer su pply, U PS, bat tery
chargers etc shall have external surge protection device with Plug ability and life
indication as per IEC 61643-1:1998-02 and E DIN VDE 0675 par t 6:1996-03/A2:
1996-10, to w ithstand max. 40 kA, 8 /20 u S ec of S urge. The connection o f the
devices should be made as per TT configuration wherever applicable.
iii. Signal lines shall have surge protection devices with pluggability and testability as
per IEC 61643-21:2000-09 and E VDE 0845 par t 3-1:1999-07, to withstand max.
20 kA, 8/20 u Sec of surges.
iv. For data lines, communication lines, Ethernet/Can networks/LAN, Coaxial l ines
modular surge protection device should be used as per IEC 61643- 21:2000-09 to
withstand a min of 2.5 kA, 8/20 u Sec of surges. The surge protection device
should be use d with the corresponding connector as being used for the lines i.e.
RJ45, D-Sub, BNC, N-Type etc.
"The Bus systems (like Profibus/ Modbus etc) or the Serial Port Systems (like RS-
232/ R S-485 et c) sh all be pr otected w ith su itable su rge pr otection devices,
confirming to the latest IEC-61643-21 guidelines. The surge handling capacity of
iv. The Bidder shall provide details of production tests being carried out to fully satisfy
the O wner t hat t he pr oposed eq uipment m eets t he abo ve r equirements and t o
assure that the products furnished shall be of the desired grade.
Bidder must offer general tools & tackles and special calibration instruments required
during start-up, trial run, operation and maintenance of the plant.
2.16.01 Pressure, temperature and flow test points shall be provided in line with latest
performance test code requirements.
2.16.02 In addition, pr essure and temperature t est points shall be provided for the
following services:
(b) At the inlet and outlet of the heat exchangers for the fluid media involved
2.16.03 Pressure test points shall be complete with root valves and shall terminate with a
nipple.
2.16.04 Temperature test points shall be provided with thermowell with a cap and chain.
required to monitor important plant parameters and control & operation shall be
provided as a back up as elaborated elsewhere.
a) Provide the control of the steam Generator (SG) & Turbine generator (TG).
b) Provide control of the main steam cycle, steam bypass and water cycle.
c) Provide control of pulverizers, combustion air, burner ignition, and flame man-
agement.
d) In ca se S CADA f or S witchyard C ircuit B reakers control i s not from the sa me
family of DDCMIS, then a redundant gateway shall be pr ovided to monitor switch
yard operation.
e) Receive input signals that represent the status of process variables and equip-
ment s tatus; co ndition t he si gnals; and u tilize t hem for control, pr otection,
monitoring, status display, annunciation and SER.
f) Provide the output signals to modulate and control the final devices, such as
control valves, control drives, dampers and pumps.
h) Provide alarm logging and sequence-of-events recording (SER) capability with 1
ms resolution.
i) Provide plant and equipment performance calculation, capability and plant
optimizing functions.
j) Provide Auto Plant start-up, loading, auto synchronization and shutdown.
k) Perform i nformation pr ocessing functions including l ogging and pr intout of
historical data, trend displays, elapsed time monitoring, and totalisation of fuel
and energy usage and generation.
l) Provide a m eans to coordinate the load control of the prime movers in response
to remote dispatch load change requests.
m) Status of all drives, pumps, tanks, etc should also be available in central control
room.
All components shall function in a sa tisfactory manner within their rated capacity
under the specified conditions during the continuous service life of the plant.
2. All like instrumentation, control hardware, control and protective system should be
of sa me make and m odel no. i n or der to ach ieve t he goal o f co nsistent co ntrol
philosophy and to minimize the diversity of I&C equipment & spares.
a. No single fault can cause the complete failure of the control system.
b. No single fault can cause the boiler or turbine/generator protection system
to malfunction or become inoperative.
l When more than one device utilizes the same measurement or control
signal, the transmitter and other components shall be fully equipped to
provide al l si gnal r equirements w ithout ov erloading and w ith pr oper
isolation. Tr ansmitters required t o se rve m ultiple r eceivers shall be
arranged so that disconnecting, shorting or grounding of one receiver
device shall not have any perceptible influence on any ot her consumer
point of the same signal nor shall change the transmitter calibration.
5. The active control system including the plant protection system is the heart of the
DCS sy stem and t herefore m ost s tringent s afety, av ailability and r eliability
6. The control system shall be functionally distributed, (For Boiler, TG and BOP and
similarly the control for 2 similar equipments like ID Fan A , B and C should be i n
different co ntrollers & I/ O cards) hi ghly m odular and a rranged t o r eflect the
functional grouping plant equipment and systems to be controlled. This functional
group control strategy shall also form the basis for the partitioning of the controller
to enhance t he sy stem reliability and flexibility. I n case o f redundant A nalogue
and B inary S ignals, t hese w ill be co nnected t o di fferent i nput m odules and
different C PU. Similarly whenever inputs are more than one and needs
temperature and pr essure co rrection, the sa me shall be ca rried out i n di fferent
CPU.
7. To meet the above failure c riteria a t s r. no. 3, t he I &C sy stem sh all i ncorporate
self-checking facilities so t hat i nternal faults can be det ected w ithin t he sy stem
itself prior to any resulting disturbance to the process. In addition, the protection
and sa fety sy stems shall i ncorporate ch annel r edundancy or di versity o f
measurement as well a s self-checking and ad equate t est facilities. F or so me
important sy stems, “on l ine” t est sh all be em ployed with no ef fect t o the pr oper
functioning of the protection system.
protection system. The principle of de ene rgized t o trip (Fail safe logic) shall be
adopted.
10. Individual co ntrol el ements shall be eq uipped w ith per missive t o pr event t he i n-
appropriate operation of the item and “active interlocks” to trip the item in case of
dangerous operation conditions.
11. Each o f t he multifunction co ntroller together w ith i ts I/O and d rive l evel co ntrol
modules is to be under stood as a se lf su staining aut omation i sland, w hich
executes the f unction al located t o i t i ndependently and is not af fected by a
disturbance i n the ad jacent i sland. For t he p urpose o f l ateral co mmunication
between t he aut omation i slands, a hi gh sp eed r edundant bus (the so-called
control bus ) sh ould be pr ovided which sh ould be so lely r esponsible for the
automation (control) signal exchanges.
12. Alarms shall be pr ovided for all abnormal conditions over which the operator has
control in the control room, plus those abnormal conditions which are of interest to
the operator because they may affect plant operation or security.
13. The following colors shall be selected for equipment status indicating lights:
- Red----energized, running, valve open
- Green----de-energized, stopped, valve closed
- Light yellow ----abnormal, discrepancy
- White----control power available
14. The functions of DDCMIS System are achieved through bus communication units,
bus interfaces, pr ocess co ntrollers, I/O modules and co mputers. The sy stem
shall be versatile and provide the user, the flexibility to freely choose configuration
and redundancy. The system shall ensure very high reliability and safety through
complete distribution and decentralization which goes right down to the individual
I/O level.
15. Interposing r elays with su itable co ntact r ating sh all be pr ovided between
DCS/PLC and MCC/Swgr in Interposing relay panels for giving command signals
ON/OFF or OPEN/CLOSE. Interposing relays shall have minimum 2 NO and 2
NC contacts.
17. Also the system shall have the flexibility to easily reconfigure any controller at any
time, without requiring additional hardware or system wiring changes and without
disabling the devices from their normal operating mode.
18. The system shall ex ecute al l co ntrol functions w ith t he hel p o f a set of pr e-
programmed functions resident in controllers.
The offered system shall have provision for open system architecture to establish
communication to any other system using open system standards such as UNIX,
WINDOWS NT, WINDOW XP/7, TCP/IP, OSF, MOTIF, SQL Access etc.
19. The system shall be provided with extensive diagnostic features so that a system
failure can be di agnosed down to the module level giving location and nature of
fault. Ease of maintenance and trouble-shooting shall be a primary consideration
in equipment selection.
20. The system shall provide inherent safe operation under all plant disturbances and
component failures so that under no circumstance safety of the plant personnel or
equipment is jeopardized.
21. The desi gn of the control sy stem and r elated equipment sh all adher e t o t he
principle of “ fail sa fe” o peration at al l sy stem l evels and pr ovide r eliable and
efficient operation of the plant under dynamic conditions and attainment of
maximum station availability.
22. The D DCMIS sh all be fully ca pable t o oper ate pl ant i n a ll r egimes of pl ant
operating co nditions, i ncluding e mergency ope ration/trip conditions, bl ack out
conditions etc. without resorting to manual control. The DDCMIS shall be capable
of bringing the plant to safety state automatically without operator interventions.
24. The failure of controller module and each I/O module shall be indicated on control
cubicles and all operator stations.
25. For all the trip signals (very high/very low) employed for the boiler/Turbine Control
System, the a larms (High/Low) shal l appear f or cor recting t he pr ocess b y
the operators.
26. For measurement of boiler metal temperature flue gas temperature, air pre-heater
grid temperature etc., The bidder shall provide permanent/removable duplex type
mineral insulated thermo-couples terminated in junction boxes at boiler platforms.
Remote I/O unit has been envisaged for these inputs. The remote I/O panel shall
be pr ovided w ith I /O cards, r edundant pow er su pply uni t and r edundant
communication m odules et c. These par ameters are br ought t o D DCMIS via
DDCMIS I/O bus or via redundant soft link (either TCP/IP on OPC or MODBUS
with RS485) to have real time data. This remote I/O panel shall be powered from
UPS or 24V DC source of respective unit. The unit enclosure shall be of weather
proof, dust tight and water proof. Bidder shall provide necessary air conditioning
unit, if require for the system. This panel shall also be accommodate able for 4-20
mA and RTD signals of monitoring parameter and not for control parameters. The
quantities of remote I/O panels shall be decided during detailed Engineering.
29. On unit tripping, about hundred Engineers shall be informed through SMS
automatically from DDCMIS. Incase of tripping of major fans/pumps/HT drive the
concerned Engineer configured in such a way shall get the SMS information.
30. For A uto g eneration o f t rip m essage o f uni t & m ajor fans/pumps/HT dr ive t hru
Email, Email facility in DDCMIS/OPC server shall be provided by bidder.
31. All the 4 nos. 40” LED TV monitors per unit and 2 nos. 40” LED TV monitors for
common system at CCR shall be erected at the false roof top of central control
room.
4.02.02.1 In order to minimise the bur den on the unit oper ator, all control functions within
the operational load range shall be fully automated. The control system shall be
structured in acco rdance w ith a well-defined control hi erarchy t o permit operator
intervention at appropriate levels during abnormal modes of operation.
(a) Consistent start-up, shut down and running of the plant under all operational
condition
(c) Maximize fuel economy during start-up, shut down and normal on load
operation cycle
(f) To meet the operational and safety requirements, the control system
hardware and software shall conform to a modular, hierarchical architecture.
The system hierarchy shall be at four levels.
4.02.03.1.1 The first and lowest level shall cover all the modulating, sequence and protection control
functions directly associated with all remotely controlled plant items. It shall also
incorporate all necessary interlocks, initiations and trip functions for starting and stopping
a main drive motor.
4.02.03.1.2 Control at this level shall either be initiated directly from the remote manual
control interface or automatically by the next hierarchical level.
4.02.03.2.1 The second level shall coordinate the control of all first level drives, both closed loop
and open loop, associated with a particular functional subgroup. In the case of a
pump subgroup, for instance, the permissive checks, the coordination of the operation
of the suction and discharge valves, the main drive initiations and the basic
modulating control loops shall be executed at this control level. The major monitoring
functions (e.g. turbine supervisory measurements) shall also be identified with this level.
i. Auto- Start and stop initiation or set point guidance from the next higher control
level
ii. Start-stop- Normal initiation of the auxiliary start and stop sequence.
iii. Auto Standby-Start initiation in the event of duty item failure.
4.02.03.2.3 A functional group consists of different units, which individually represent and control a
part o f t he co mplete pl ant and ca n be divided i nto t wo or m ore g roups. E very
sub group is controlled by an independent sub group control, which controls the
operation of various drives. Once a start signal issued by a functional group, the
sub g roup control brings the sub group from one state into another operating condition
by issuing command si gnals in a p rogrammed se quence. It brings the su b group
from a shut down st ate into a working condition and vice-versa. The f unctional
group i nstrumentation and co ntrol sy stem co -ordinates t he ent ire su b g roup
controls belonging to one functional group.
4.02.03.2.4.1 The third and penultimate level shall coordinate the individual subgroup control function
(both modulating and sequence controls) within the main functional groups of the system.
4.02.03.2.4.2 The group co-ordinate the sub group of a functional group. Its main function is to
deliver start-up or shutdown command signals to the sub-group and change over from
a faulty subgroup to the reserve sub group, the group co-ordination control supervises.
the actual and the required position of the switchgear in the sub group and then
decides whether the sub group shall be switched “ON” or “OFF”..
4.02.03.2.4.3 The aforesaid concept of functional group control is independent of the control
techniques-freely programmable.
4.02.03.2.5.1 The fourth level, which stands at the apex of the hierarchical triangle, shall perform the
overall unit coordination. It shall incorporate, for example, the master load control
function which should regulate the load generated by the generator to the demand set
point value. In general for automatic start-up and shutdown control, the sequential
initiations of the functional group sequences should be generated at this level.
4.02.03.2.5.2 The typical sequence control functions to be implemented at this level would include:
ii. The sequential initiation of the subordinate functional group sequences for
automatic start up and shutdown of a part/full.
4.02.03.2.5.3 The m odulating co ntrol f unctions to be i mplemented at t his level would include
the following:
4.02.03.2.5.4 In general the operator shall have direct access to all four control levels where these
are identified, through the operator control interface located in the CCR.
4.02.03.2.5.5 Communication links shall be provided between the various control systems to allow
for access to the system from any of the operator’s interface stations.
4.02.04.1 The unit co ntrol and monitoring shall be pe rformed from control room by m eans
of OWS/KB oper ation i nterface m ounted o n uni t control des k, t hrough a
microprocessor based distributed Digital control monitoring and information system.
4.02.04.2 The unit shall be remotely controlled, but a fully automatic system of the plant shall be
provided, i.e. all valves, motors, final control elements and o ther equipment that have to
be operated during start up, operation and shut down, belonging to the Main
Systems, sh all be r emotely co ntrollable f rom uni t co ntrol r oom by t he op erator t hrough
Distributed digital control monitoring and Information system.
4.02.04.3 Subordinated drives belonging to one main aggregate shall be managed by means by
sub group control systems. Automatic open/closed loop controls shall be installed
wherever it is possible to lighten the work of the operation.
4.02.05.1 The CLCS shall control the process variables automatically both under steady
state and dynamic conditions with in the limits specified under guarantee clauses over
the entire operational range of the equipment/system.
(b) Set poi nt adj ustments and i ndication f rom oper ating w ork stations/ KBs for
process variables which need to be changed during load changes, start-up,
shutdown, normal or under any other emergency conditions.
(d) Bias adjustment with indication where a single controller is controlling more than
one final co ntrol el ement ( control v alve, co ntrol dam per, speed dr ive et c.)
to maintain the same process variable.
(e) Auto and manual control facility shall be transferable in both directions without
bump of the value of the process variable to control the parameter during
manual operation. Both master Auto Manual station and Auto / Manual station
for individual control element shall be pr ovided in OWS. Auto tuning facility shall
be an inherent f eature o f t he DDCMIS. Availability o f control l oop o f process
parameters i n aut o for different l oads. I f required, t he sy stem sh all h ave t he
feasibility o f auto changi ng of P ID const ants ( K const ants) in m icro-
processor/controller for different loads so as to avoid hunting of control valve.
(f) Characterization of final control element to suit the various applications with
respect to load or otherwise as dictated by the process.
(h) Soft Auto /Manual station interlocks to drive the final control elements to a
suitable position for safe plant operation in the event of process/equipment
abnormal conditions.
Signal.
(l) Redundancy criteria of sensors for CLCS shall be dictated as per NIT, Vol. V, Cl.
No. 2.05.05.
(m) Redundancy cr iteria of I /O ca rds and Wiring for r edundant or non r edundant
signals from field to control system (I/O cards & controllers) shall be di ctated as
per NIT, Vol. V, Cl. No. 4.02.08.02 and 4.02.08.02.1 respectively.
4.02.06.1 Protection, interlock and sequence controls constitute OLCS. This system shall enable
the operator for safe start up and shutdown and carryout normal operation both from
control room and local areas. Protection and Interlock shall be provided for all the
equipment and system to safeguard the equipment against abnormal conditions which
may r esult i n the failure and l ess u tility o f t he e quipment an d pr otect the
operating personnel. C ontrols shall be pr ovided t o st art/shutdown v arious systems
and/or any equipment with asso ciated aux iliaries and to ope rate the U nit on l ine
with optimum number of operations and higher safety.
Features-General Requirements
(a) The logic and sequence control shall be Digital distributed microprocessor
based and programmable.
(b) Enable the operator to start/stop various unidirectional motors, to open/close
various valves and dampers and carry out inching operation of bypass valves or
any other similar equipment both from control room and local areas.
(c) The system shall be designed based on the philosophy of command to energise
a relay or solenoid valve.
(d) Where there is more than one pump or fan for the same service (say 2 pumps),
auto standby features shall be provided to select the standby unit and this
standby unit shall start automatically on failure of running pump or on applicable
process criteria (say low discharge pressure) with an annunciation.
(e) All the contacts of the sensors used in protection circuit shall be monitored.
(f) Triple redundant sensors shall be provided when used in protection circuits for
major critical equipment and 2 out of 3 logic shall be derived for further use in
protection circuit
(a) Permissive conditions for a equipment start shall be provided. The permissive
conditions within the equipment are bearing temperature normal, winding
temperature normal, adequate suction pressure, bearing vibrations normal,
bearing l ubrication oi l p ressure no rmal, sw itchgear i n se rvice, sw itchgear not i n
test, no protection trip command persisting (as applicable) etc.
(b) The permissive conditions from a process system related equipment are
establishment of free path for the flowing medium under all start-up,
emergency and shutdown conditions, closure of discharge valve for the starting
of first of the identical pumps/fans and then opening the valve after the
operating condition is established etc.
(e) Any other conditions for safe starting and shutting down the equipment.
Sequence control shall be provided to start and stop the equipment and the
associated auxiliaries. The sequence control shall have the following features:
(b) Criteria check up for each stage of operation with monitoring and displaying.
(c) Bypass facility for each criteria when only the feedback signal/display is
incorrect but the ac tual co ndition i s fulfilled. This activity sh all be logged
and annunciated in control system (DCS / PLC).
(d) Adequate time delay between the steps as dictated by the process to establish
an operating parameter or healthiness of an equipment.
(e) Normally, the auxiliaries of the standby equipment should be running (as
applicable) so that the standby equipment is started without loss of time.
The following minimum protection shall be provided for the various equipment/system
as applicable to trip the equipment.
(a) Any condition which endangers the safety of the plant personnel
4.02.06.6 Redundancy cr iteria o f sensors for OLCS sh all be di ctated as per N IT, Vol. V , Cl. No .
2.05.05.
4.02.06.7 Redundancy criteria of I/O cards and Wiring for redundant or non redundant signals from
field to control system (I/O cards & controllers) shall be dictated as per NIT, Vol. V, Cl.
No. 4.02.08.02 and 4.02.08.02.1 respectively.
4.02.07 System Architecture for Main Plant Control System (unit wise)
Following Operating work stations & Engineering work stations per unit except wherever
specifically asked for both unit, are envisaged for control & operation of main power plant
from Unified D istributed D igital Control, Monitoring and Information System ( DDCMIS)
(Refer System Configuration Drawing, # 114-01-0100).
i. 6 nos of Operating Stations (one no. of boiler control system like MFT, two nos.,
for BMS (FSSS), Boiler auxiliaries, two nos. for Turbine auxiliaries and one no. for
electrical sy stem & B OP) sh all be co nnected d irectly on P roprietary/ pr eferably
Industrial Data Highway/higher level network of DDCMIS with 2 LJP A 4 B/W and
1 LJP A4 Color.
ii. 2 nos. of Operating Stations for Turbine Control System (governing system), like
DEHGC, ATRS, ATT, ETS from the respective system shall be connected directly
on P roprietary/ pr eferably I ndustrial Da ta Hig hway/higher l evel net work of
DDCMIS with 1 LJP A4 B/W & 1 LJP A4 Color.
iii. 1 no. of Operating Station for TSE for Unit incharge (shift supervisor) with 1 LJP
A4 Color (if this is not integral of DDCMIS, TSE shall be connected with DDC MIS
through redundant OPC connection).
iv. 1 no. of Operating Station for Unit incharge (shift supervisor) - Printer not required
v. 1 no. o f Operating Station for Station incharge (in the cadre of Executive
Engineer) with 1 LJP A4 B/W.
vi. 1 no of O perating S tation f or per formance ca lculations & opt imization for U nit
incharge (shift supervisor) shall be provided with 1 LJP A4 B/W.
vii 1 no. o f Operating S tation f or per formance ca lculations & opt imization at t he
Office of Executive Engineer/Efficiency shall be provided with 1 LJP A3 B/W.
viii. 1 no. o f Operating S tation for w ater ch emistry par ameters connected w ith
performance ca lculations & opt imization at t he SWAS / C hemical E xpress lab
shall be provided with 1 LJP A4 B/W.
ix. 1 no. co mmon Operating S tations at Fact ory m anager, and 1 no. co mmon
Operating Stations at Electrical System incharge room shall be pr ovided for both
units, oper ation/ co mmand sh all not be ex ecuted from t hese three consoles to
start/stop the equipments. Software and har dware security lock shall be p rovided
not to use these controls for any operations. 1 LJP A4 Color with each Operating
station shall be provided.
x. 2 nos. of common Operating Stations for both units at common DDCMIS network
in CCR with A3 sized color LJP.
ii. 1 no. E ngineering S tation for sy stem m aintenance E ngineer for Turbine C ontrol
System with 1 LJP Heavy Duty Industrial grade A3 Color.
iii. 1 no Engineering Station for Turbine Stress Evaluation with 1 LJP A4 Color (if this
is not in tegral o f DDCM IS, T SE sh all be co nnected w ith D DC MIS through
redundant OPC connection).
iv. 1 no. of Engineering Station for Sequential Event Recording with 1 no. A3 sized
DMP
v. Redundant H istorian se rver ( Historical D ata S torage & R etrieval sy stem) with
Work station and 2 no. A3 sized DMP.
vi. 1 no. redundant server system for performance calculation & optimization (PADO)
with Engineering work Station and Heavy Duty Industrial grade A3 Color printer.
vii. Redundant OPC se rver for OPC co nnections with D DCMIS f rom o ther s ystems
with Work station & 1 LJP A4 B/W.
viii. Redundant MIS server with one no. MIS work station, and 1 no. LJP A4 B/W.
ix. Common Redundant OPC server for OPC connections with both units DDCMIS
from other common systems with Work station & 1 LJP A4 B/W.
4.02.07.01.03 “The local operating stations 6 nos. per unit namely at locations like ESP, Zero M Elev.
Turbine building, Boiler - A Elevation, HT Switchgear room, SWAS / Chemical Express
lab room & CWPH (with 1 no. A4 sized B/W LJP) and 1 nos. namely at common
locations like FOPH shall be pr ovided with 24” LE D co lor sc reen/OWS, w ith m inimum
configuration connected to DDCMIS on redundant connection to show the status/
conditions of various process parameters/equipments in process mimics, trends, logs etc
with real time data.
Operation/command sh all not be e xecuted f rom t hese l ocal oper ators’ co nsoles to
start/stop the equipments. Software and Hardware security lock shall be provided for not
using these consoles for any control/operations. Specification of these local stations shall
be same as specified at cl. no. 4.03.03.04 respectively.
All t he l ocations/rooms availing t he oper ating s tations namely FO PH, C WPH, B oiler A
elevation, Turbine 0 m eter, ESP, Ash handling Control room, HT Switchgear room, 400
KV switchyard control room and SWAS / Chemical Express lab, DM Plant are to be ai r
conditioned.
4.02.07.01.04 All operating stations connected on redundant data highway shall be interchangeable
and operation of the plant shall be possi ble from Engg. station after security check. A ll
operator st ations shall hav e f ull acce ss to t he ent ire pl ant da ta base and sh all hav e
identical f unctionalities. T he sy stem sh all hav e f ull dat a base r edundancy. T he dat a
base shall be independent and shall reside separate from the operator stations.
4.02.07.02 Option – 2
i. Separate DCS based control system is provided for Turbine integral control and
DEHGC, ATT, same shall be provided with complete configuration (OWS & EWS
with printers) as specified above at cl. No. 4.02.07.01.01 (ii) & 4.02.07.01.02 (ii)
and T SE’s work stations & TSE’s Engineering s tations with pr inters & TSI w ork
station with printers as specified else where in the specification.
ii. Separate DCS base d c ontrol sy stem i s provided for Turbine p rotection ( ETS –
Emergency t rip sy stem), sa me shall be pr ovided w ith one no. oper ating station
and one no. operating cum engineering station and one no. A4 sized B/W LJP.
iii. Separate DCS base d c ontrol sy stem i s provided f or M FT & B oiler pr otection
controls, same shall be provided with one no. operating station, one no. operating
cum eng ineering st ation and one no. A 4 si zed B/W L JP and one no. A 4 si zed
color LJP.
iv. For opt ion 2 , Qunatities o f OWS & E WS sh all r emain sa me w ith D DCMIS as
specified above at cl. No. 4.02.07.01.01 (i & iv to viii), 4.02.07.01.02 (i & iv to vii)
& 4.02.07.01.03 irrespective of separate control systems (DCS) for Boiler integral
controls and Turbine integral control respectively.
v. In ca se bi dder p rovide se parate Turbine co ntrol system & B oiler co ntrol system
from D DCMIS. T hen co nfiguration o f LV S sh all be 4 no. L VS with Disp lay
controller as part of DDCMIS package, 1 no. LVS with display controller as part of
Turbine control system and 1 no. LVS with display controller as part of Boiler MFT
control system.
4.02.07.03 Option – 3
i. Separate DCS based control system is provided for DEHGC, TSC, ATT & Turbine
protection (ETS – Emergency trip system), same shall be provided with complete
configuration ( OWS & E WS w ith pr inters) as specified abov e at cl . N o.
4.02.07.01.01 (ii) & 4.02.07.01.02 (ii), one no. OWS for ETS/Turbine protection,
and T SE’s work stations & T SE’s Engineering s tations with pr inters & TSI w ork
station with printers as specified else where in the specification.
iii. For opt ion 3 , Qunatities o f OWS & E WS sh all r emain sa me w ith D DCMIS as
specified above at cl. No. 4.02.07.01.01 (i & iv to viii), 4.02.07.01.02 (i & iv to vii)
& 4. 02.07.01.03, i rrespective of se parate co ntrol sy stems ( DCS) for Turbine
integral control system.
iv. In ca se bidder pr ovide separate Turbine co ntrol system from D DCMIS. Then
configuration of LVS shall be 5 no. LVS with Display controller as part of DDCMIS
package and 1 no. LVS with display controller as part of Turbine control system.
4.02.07.04 Total 6 No. 80/ 84” diagonal sized LVS per unit shall also be provided for monitoring,
operation and co ntrol o f pow er pl ant as per det ails specified el sewhere i n t he
specification.
2 no. common 80/84” diagonal sized LVS with their own display controller connected to
both unit DDCMIS on common redundant OPC network to show the status/ conditions of
various process parameters/equipments in process mimics, trends, logs etc of co mmon
BOP/Offsite pac kages with r eal t ime dat a sh all be pr ovided by bi dder. These two nos,
LVS ar e co mmon t o bot h 2 X 660 MW u nits and sh all be l ocated i n C CR.
Operation/command shall not be e xecuted from these LVS to start/stop the equipments.
Software and H ardware security lock shall be pr ovided for not using these local LVS for
any control/operations.
4.02.07.05 Modulating Controls (CLCS) and D iscrete Open Loop Control (OLCS) shall be desi gned
to el iminate t he nece ssity o f ope rator ac tion ex cept manual / au to se lection, se t point
changes, bi asing and si milar ac tions during no rmal oper ation. B umpless and bal ance
less transfers between automatic and manual operation modes and vice-versa shall be
provided automatically without need of operator act ion. Complete backup shall also be
provided for safe shutdown operation of plant.
The system shall have built in redundancies for all system functions both at the processor
and device level. No failure of any single device or processor shall lead to any system
function being lost. It shall have redundant data highway on a "master less" principle.
Redundant equipment wherever provided shall be powered from redundant power supply
units in order to improve system availability and reliability.
The sy stem sh all hav e t he ca pability and f acility f or ex pansion t hrough addi tion o f
station/drops, controllers, processors, process I/O cards etc., while the existing system is
fully oper ational. T he sy stem sh all hav e t he ca pability to add any ne w control l oop i n
CLCS and ne w group, sub group, drive functions in OLCS while existing system is fully
operational. Intelligent I/O cards will be preferred.
All the basic systems shall be connected through redundant data high way/bus system.
The local bus system with associated bus couplers shall be provided for communication
between di fferent I /O m odules and pr ocessors. T he co mmunication sy stem sh all be
designed keeping in view the integrity & security aspects for the control system. In case
the sy stem e mploys master co mmunication controllers, facility f or 100 % hot bac k up
controllers with automatic switch over shall be provided and it shall be ensured that no
loss of data takes place during failure of communication controller.
The DDCMIS shall be fully capable to operate plant in all regimes of plant operating
conditions, i ncluding e mergency oper ation/trip co nditions, bl ack out co nditions etc.
without resorting to manual control. T he DDCMIS shall be ca pable of bringing the plant
to safety state automatically without operator interventions.
The application programmes for the functional controllers shall reside in EPROMS or in
non v olatile R AMS. T he appl ication pr ogramme sh all be al terable b y a ccess through
programmer's console. Parts replacement o r par ts removal sh all not be r equired for
accomplishing ch anges in appl ication pr ogrammes including co ntrol l oop t uning. E ach
controller shall be equipped with the amount of functional capacity required to perform its
specified functions and still have an overall spare capacity of 40%.
The CPU / Controllers, communication modules, data highway, power supply modules, etc
for a ll DDCMIS/DCS/PLC shall be 100% hot standby redundant. I/O cards redundancy
shall be as per cl. No. 4.02.08.02.
All f unctional co ntrollers for se quence co ntrol, f unctional co ntrollers for cl osed l oop
control and functional controller for D AS & monitoring shall be provided with hundr ed
percent hot standby controllers. However controller redundancy is not mandatory, where
controller is purely executing data acquisition & monitoring functions. DAS function can
also be integrated within CLCS/OLCS controller. All processors for modulating controls
shall have self-tuning facility.
All the 100% hot back up controllers shall be i dentical in hardware and software to their
corresponding main controllers. Further, each of the 100% hot back up controller shall be
able to perform all the tasks of their corresponding main controller. The 100% hot back
up controller shall continuously track/update its data corresponding to its main controller.
There shall be an automatic and bumpless switchover from the main controller to its
corresponding ba ck-up controller i n ca se o f main co ntroller failure and vice v ersa. T he
changeover shall take place within 50 msec. Engineered solution for redundancy in CPU
are not acceptable. Dual redundant controllers shall be placed separately and shall not
share the same motherboard or shall not have any other common sharing point.
Any s witchover f rom m ain co ntroller t o 100 % hot bac k up co ntroller and v ice versa,
whether aut omatic or manual sh all not r esult i n any pr ocess upset or any ch ange i n
control status. The transfer from main controller to the back-up & vice-versa shall be
indicated as alarm on all operator station OSs.
All t he i nput v ariables shall be a vailable t o t he m ain co ntroller as well as its 100% ho t
back up controller so that any failure within the main controller shall not degrade the input
data being used by the 100% hot back-up controller and vice-versa.
Each controller shall have 40% spare functional capacity to implement additional function
blocks, ov er and abov e i mplemented l ogic/ l oops under w orst l oad co nditions. E ach
controller shall have battery backup or EEPROM/NVRAM for program memory.
Parts replacement or parts removal shall not be required for accomplishing changes in
application programmes including control loop tuning.
Each of the corresponding communication controllers shall also have same spare
capacity as that of controller.
For controller, the worst loading condition shall include the following tasks:
(a) All pr ocess inputs scanning and pr ocessing i s in pr ogress and al l t he dat a i s
transmitted over the main data bus every one (1) second.
(b) All closed loop controls in operation
(c) All open loop controls in operation
(d) All output devices are in operation with rated performance/speed.
(e) Control/information request is initiated on all control Operating stations.
(f) In burst mode operation (in case of major equipment trip), 100 di gital alarms are
generated per second for a period of 10 seconds.
Hot standby 100% redundancy shall be provided for all input/output cards where
inputs/outputs are used for CLCS and O LCS. All input/output of SCADA from/ to breaker
& i solators s hall b e r edundant. No redundancy at I/O ca rd l evel is required which are
executing purely data acquisition/monitoring functions. I/O card shall have 16 channels
per AI/RTD/TC/AO card and 32 channels for DI/DO card. No. of channels per I/O card
indicated are maximum, which may also further reduced to meet the I/O cards features
specified elsewhere in specification.
Wherever redundant I/O modules/cards are used as per specification requirement, both
(1:1 redundant) input or output modules shall execute the designated functions parallely.
The offered system shall have facility to enable final output from any of redundant
input/output module, in case both modules are healthy. In case one of redundant
card/module is unhealthy, the system shall detect the same and the output to and from
system shall be given from the healthier card. I/O card redundancy shall not be achieved
through relays, diodes or any other additional hardware or software, Engineered solution
for redundancy in I/O cards are not acceptable.
Wherever r edundant se nsors are em ployed each se nsor sh all be w ired t o bot h i nput
modules of redundant modules so that even if one input module fails, the both signals will
be available from the other input module. This arrangement is necessary to avoid loss of
both i nput si gnals due t o failure o f one i nput m odule w here bot h t he si gnals are
connected.
In addi tion t o ab ove, 20 % f ully wired i nput/output s pare c hannel s hould be pr ovided f or
each I/O modules.
Bidder to note that all type of hardwares & electronic modules like controllers, I/O cards,
communication modules and i nterface modules etc used in DDCMIS/DCS/PLC shall be
sourced/supplied from their Principal’s works.
4.02.08.02.1 Wiring Scheme for inputs/outputs to/from control system shall be as follows:
i. Each of t he t riple redundant bi nary & anal og i nputs shall be w ired t o s eparate
input m odules. I n addi tion, for functions employing 2V 3 co ntrollers (eg. Turbine
protection, MFT, B oiler pr otection, D EHGC et c.), each o f the triple redundant
binary & analog signals shall be wired to separate input modules associated with
each controller, so that even if one i nput module fails, the signal will be av ailable
from the other input module.
In case of dual redundant binary & analog inputs, each of the signal shall be wired
to bot h i nput modules of r edundant modules, so t hat ev en i f one i nput m odule
fails, t he bot h si gnals will be av ailable f rom the ot her i nput m odule. T hese
redundant modules shall be placed in different racks, which will ha ve se parately
fused pow er su pply di stribution. Implementation o f multiple m easurement
schemes of these i nputs will be per formed i n the r edundant har dware. Loss of
one input module shall not affect the signal to other modules. Other channels of
these modules can be used by other inputs of the same functional group.
ii. The si ngle ( i.e. non -redundant) bi nary & ana log si gnal r equired for co ntrol
purposes shall be wired as follows:
All si ngle anal og & bi nary i nputs (used for O LCS & C LCS) i ncluding the l imit
switches of valves/dampers MCC/SWGR check-backs of all drives, SOE &
information related signals shall be wired to redundant input modules.
The bi nary and anal og out puts from one su bsystem o f the C ontrol S ystem t o
other which are required in these systems for control & protection purposes, shall
be made available from triple/dual redundant binary and anal og output modules.
Other binary & analog outputs used for DAS shall be non-redundant only. Failure
of any single module shall not affect operation of more than one single drive.
4.02.09 DDCMIS/DCS Controller Grouping/Partitioning
All controllers shall be dual r edundant except Tr iple m odular redundant c ontrollers f or
Turbine DEHC, Turbine protection & Boiler MFT/protection. Following tentative segregation
for controls (OLCS, CLCS) & DAS is proposed, however final segregation shall be subject
to Owner’s approval during detailed engineering:-
a) Coordinated master controls, FTP, Oil System, Misc. Drives, Burner Tilt
b) IDF A, FDF A, Air flow and excess air correction, PA fan –A/AH – A/SCAPH-
A/PA header Pr. Control.
c) IDF B, FDF B, Furnace draft, PA fan –B/AH – B/SCAPH-B
d) Mill related controls such as air flow/feeder rate/outlet temperature, Mill L ube o il
controls; Two mills per redundant processor
i. AB
ii. CD
iii. EF
iv. GH
v. JK
vi. MN
u) Steam Turbine controls like DEHGC (TMR – Triple modular Redundant philosophy)
and Turbine Protection (TMR – Triple modular redundant philosophy) with fail safe
design cards can be Integral or separate stand-alone.
v) Triple M odular R edundant (TMR) pr ocessors for MFT & Boiler protection w ith f ail
safe design cards can be Integral or separate stand-alone.
All controllers at “sr. no. a to t shall be dual redundant (92 Nos. total)” and at “sr. no. u to v
shall be triple redundant (9 Nos)” for each unit. Hence, altogether minimum 101 processors
are envisaged for each unit. During detailed engineering, processor task allocation will be
done a mongst t hese pr ocessors (and s hall be subject to ow ner’s app roval) t aking i nto
consideration the turbine c ontrol, boi ler c ontrol a nd t he s tation C &I po rtion al together. In
addition, loading of signal interfacing from other BOP packages, Aux. & control/monitoring
system shall be considered for finalization of quantity of controllers.
For c ommon s ystem between t wo uni ts, following r edundant controller grouping s hall be
provided with unit 1 DDCMIS, which shall also be interfaced with unit - 2 DDCMIS for control
& operation. Remote I/O panel with processor from DDCMIS family is to be implemented
because of the long distance. Controllers shall be 1 no. dual redundant (2 Nos. total).
Each group has sufficient spare capacity of at least 25% to meet modification/extension of
the s ystem. Multi-function processors c an incorporate t he corresponding i nterlocks ( open
loop control tasks of the system). Interlock and modulating controls are to be so assigned to
the processors in such a way that failure of any processor does not lead to shut down of the
entire uni t. I n n o c ase C PU l oading s hould ex ceed 60% o f i ts c apacity. B idder t o s ubmit
calculation of CPU loading along with his bid.
The system shall have adequate speed of response through all regimes of system
loadings. The minimum criteria to be ensured are as follows:-
b) The response for operator requested display (time between pressing of last key
and appearance of last character on screen) shall be o f the order of one to two
seconds under all loading conditions.
d) The cycle time for open loop and closed loop controls shall be as follows:-
i) For critical closed loops like Steam Separator level control, main steam temp.
control, feed water flow control, HRH steam temp. control, HP/LP bypass control,
furnace draft control & combustion control, the loop cycle time shall be m ax. 100
milli seconds preferably 50 milli seconds.
ii) For non -critical cl osed l oops it sh all be m ax. 2 50 m illi se conds (preferably 150
milli seconds).
iii) For al l open l oops, se quential i nterlocks & pr otection i t sh all be m ax. 100 m illi
seconds.
(The loop cycle time is defined as the time taken from change at input module to
change in output module for command).
e) All analog i nputs to CLCS sh all be acq uired a nd dat a base updated within an
interval of 50 m illi seconds. D ata for critical loops shall be acq uired & data base
updated at a faster rate to suit the requirements of (d) above.
f) The digital inputs for SOE shall be monitored at 1 milli second resolution.
g) The system shall acquire & check all inputs at the input scan rate. If the input is in
alarm state (i.e. the input is in an o ff normal condition) the alarm status shall be
annunciated, printed out and displayed within 1 second after the input is scanned.
i) All co mponents and systems offered by the B idder sh all be of est ablished
reliability. T he minimum target reliability of each component shall be est ablished
by t he B idder, co nsidering i ts failure r ate/meantime between failures (MTBF) &
meantime t o repair (MTTR), su ch t hat t he av ailability of t he complete s ystem i s
assured for 8700 hours / year (99.7%) or better.
ii) In or der to en sure t he t arget reliability t he bi dder sh all per form ne cessary
availability t ests and burn i n t ests for major systems. S urge pr otection for
electronic control systems, annunci ation system and ot her so lid s tate sy stems
conforming to SWC test per ANSI C 37.90a (IEEE standard 472) and selection of
proper materials, m anufacturing processes, q uality co ntrolled co mponents and
parts, adequate derating of electronic components and parts shall be ens ured by
the Bidder to meet the reliability and life expectancy goals.
iii) Continuous self checking features shall be incorporated in system design with
automatic transfer t o he althy/redundant circuits to enhance t he r eliability of t he
complete system.
iv) In general, failure of equipment used for alarm purpose will cause switching to the
alarm state.
The Historical storage unit (HSU) shall augment the global memory in the system and will
archive data and parameters for logs and historical storage unit shall be a stand-alone
unit on the data highway performing as file server.
Historical storage unit shall be redundant. Redundant facility has been envisaged for both
the hi storical s torage un its by dual di sc imaging and ot her su ch t echnique so t hat any
single failure will not lead to any loss of historical data.
Facility for a rchiving t he hi storical dat a i n D VD & BLUE R AY disc shall be pr ovided.
Historian node sh all ha ve D VD & BLUE RAY d isc read w rite – (for CD, V CD, DV D &
BLUE RAY disc - with read & write).
The historical data storage and retrieval system shall collect and store process system
data from t he da ta bus. T he sy stem sh all be furnished w ith f acilities for an aut omatic
storage of data on a D AT drive for long term storage and its retrieval by the operator for
subsequent processing and printing. T he operator sh all be abl e to display and print the
retrieved data on colour OS and printer.
Each op erating station & E ngineering w ork stations and any ot her w ork stations/PC
envisaged in plant shall meet following minimum requirements & as per latest trends at the
time of supply:
- On board Intel – Xeon quad core, 3.46 GHz processor with 1066 MHz bus with
Hyper threading or higher.
- 4GB DDR3 RAM (min.)
- 1 x 1000 GB IDE Hard Disc Drive of 7200 RPM or higher
- 1024 MB Graphic Accelerator
- System chipset: Intel Express
- 2 x RS – 232 ports
- 1 x parallel port
- 4 nos. USB ports. (2 nos. on front side)
- 1 x 52X DVD/CD Read Drive
- 16 X DVD R/W Drive
- 2 x Ethernet (10 / 100 / 1000MB) cards (Industrial Grade)
- UXGA graphics and monitor 1920 X 1080 , 256 co lours with M RPII co mpliant,
viewing angle 178° vertical & Horizontal and fastest response time.
- 1 x w indows XP/7 Professional or l atest & p roven v ersion of Windows OS
professional with Multimedia
- Ethernet adapter
- Third party operating system, graphical users interface
and software, if required.
- 2 nos. graphic output crads minimum
- Optical mouse
- Sound card
- Internal speakers
- Wireless internet & Blue tooth Interface
- Redundant power supply (In built)
- General MS Windows latest, MS-Office Professional, Adobe
Acrobat, anti-virus McAfee or equivalent, AutoCAD etc.
- Application engineering & HMI software - to suit project Specific requirement
- All OWS shall be interchangeable
4.03.03.04.01 Peripherals for Operator Station, Engineering Work Stations & Server System
The bidder shall furnish OWS/EWS/Servers/PC with coloured Full flat Monitors w ith
LED back l ighting. O WS/EWS/Servers/PC w ith Monitors shall have a f ast cu rsor
control dev ice l ike a t rack bal l/optical m ouse. A ll Monitors shall be of hi gh r esolution
colour graphics type and w ith not less than 32 c olours. The picture frequency shall not
exceed 85 H z. T he resolution required is 1920 X 1080 pixel or better. The picture shall
be stable and co mpletely free of any flickering. The screen illumination shall be enough
to give good readability. The screen dimensions shall not be less than 24" screen
diagonal.
Antiglare hard coating shall be provided. High reliability and long life 24” (Industrial type)
or better size monitors shall be supplied by the bidder. Monitors shall be eq uipped with
all adj usting el ements accessible on t he front p late. Monitors with 3D capabilities for
graphics shall be provided by bidder.
Monitors along with keyboard & optical mouse shall be m ounted on su pervisory control
console specified elsewhere in the specification.
Functional k ey boar ds for pl ant oper ator st ation sh all be of sp ecial t ype adopt ed t o
operation t asks and m onitor functions. I t sh all co ntain al l k eys necessary f or pl ant
operation ar ranged i n a n er gonomically m anner. M ulti f unction keys shall be pr ovided
with automatic display for modified functions. Freely programmable keys (Minimum 101)
shall be available for special user application.
Key Board shall be integrated into supervisors control consoles horizontal part.
Provision of functional keyboard shall be in addition to facility for operator control through
mouse/track ball.
Membrane t ype k eyboard sh all be pr ovided f or oper ator i nterface with pr ocess for
plant control and di splay functions to access plant data in conjunction with control
OPERATING S TATIONs. M embrane k eypad sh all be ass ignable with LE D al arms,
dedicated display selection keys with spare provision, har dware locking f acility to se t
OPERATING STATION in engineer, supervisor or operator mode. The keyboard
shall have a m inimum of 101 configurable keys for assigning most frequently used
displays. A minimum of forty of those keys shall have two independently lit LED's used
for event-specific alarm annunciation.
Keyboard shall be pr ovided t o enabl e t he sh ift supervisor t o dev elop g raphic displays,
control system software and system configuration for the DDCMIS. It shall be possi ble
to per form oper ating i nterface functions from eng ineering OPERATING S TATION.
Assignable function keys shall be pr ovided f or ex ecution of co mmand, pr ogram et c.
Hardware f acility shall be pr ovided t o se t OPERATING S TATION in eng ineer o r
operator m ode. Q WERTY t ype k eyboard shall be provided f or engineer’s functions.
QWETRY type Key Board may be offered alternatively for OWS.
4.03.03.04.04 PRINTERS
All pr inters shall be l ow noi se ( less than 60dB ) t ype w ith a m inimum o f 136 co lumns.
Printing sp eed s hall be a m inimum o f 300 ch aracters per se cond. S ince t he co ntrol
room printers are high-speed printers, the system shall output to these printers at the rate
of 1000 l ines of printout per minute as a minimum. This rate shall be i ndependent of the
number o f p rinters in s imultaneous operation. S tyle of pr inting av ailable sh all be
indicated by the Bidder. The printers shall have graphic capability and any OPERATING
STATION display may be printed on the printer. The printing shall be bi-directional and in
two colours black and red for sequence of event recording. Paper input capacity shall be
with continuous paper feed.
Printers sh all acce pt and pr int al l A SCII ch aracters via an E .I.A. R S-232 C or
twenty milliamp current loop interface. Parity checking shall be utilized.
All printers mounted shall be provided with a separate printer enclosure each. The
enclosures shall be designed to permit full enclosure of the printers at a convenient
level. P lexiglas windows shall be used to pr ovide visual inspection of the printers and
ease of reading.
Printer enclosures shall be designed to protect the printers from accidental external
contact and each should be removable from hinges at the back and shall be pr ovided
with a lock at the front.
If one of the printers fails to operate, it's functions shall automatically be transferred
to t he ot her p rinter. Failure o f t he p rinter s hall be i ndicated on al l O PERATING
STATION's. Printer shall be offered and supplied from reputed manufacturer with latest
proven t echnology. 5 Rims of pape rs shall b e pr ovided by bi dder f or each pr inter
provided with subject plant.
Five sets of print cartridges and Five rims of papers shall be pr ovided with each printer
provided anywhere in the plant by bidder with each DDCMIS, DCS & PLC system and
any other system specified elsewhere in specification.
Preferred makes of printers are HP, Canon, Fuji Xerox, & Epson.
The DAT drive is a serial back-up device. The DAT drive shall have read/write capability
and shall be provided with all required hardware interface including error detection and
correction facilities in each co ntrol r oom. The t ape ( total 10 nos. ) o f S ony m ake sh all
have the capacity of 12/24 GB min. The tape drive shall be specified as follows:-
- DC drive
- Tape format - QIC-80
- Data Transfer Rate – 5MB/minute.
- Seek time – 22 milli second
The system shall be capable of copying hard copy of OPERATING STATION graphics
through a video colour copier switch able to any OPERATING STATION.
Twenty Five (25) no. USB Port pen drive per unit having 32 GB memory with read/write
facility shall be provided.
Preferred makes of USB pen Drive are HP, Sandisk, Kingston, Strontium.
4.03.03.04.08 Scanner, Copier cum Printer (A3 size)
The D VD w riter sh ould be ca pable t o r ead and w rite any D VDs as well as CDs. and
shall be provided with all required hardware interface including error detection and
correction. The DVD writer shall meet following minimum requirements:
Industrial grade managed type Ethernet switches shall be provided with in built diagnostic
features, 20% spare ports & inbuilt redundant 24 V DC power supply features and
Integrated Security features (IPS, ACL, Firewall). Industrial grade managed type Ethernet
switch sh all be r ack m ounted and co mply with the I EC 61850 ( 3) a nd I EEE 1613
requirements. Switches shall have 10 GB module support for future upgradeability
The B idder sh all pr ovide so ftware l icense for al l so ftware being use d i n
DDCMIS/PLC/simulator/any other electronic/microprocessor based system. The software
licenses shall be pr ovided for the project (e.g. organisation or site license) and sh all not
be hardware/machine-specific. That is, if any hardware/machine is upgraded or changed,
the same license shall hold good and it shall not be nece ssary for Owner to seek a new
license/renew license due to upgradation/change of hardware/machine in
Software Upgrades
As a customer/owner support, the Bidder shall periodically inform the designated officer
of the Owner about the software upgrades/new releases that would be t aking place after
the each system i s commissioned and handi ng over to ow ner, so that sa me ca n be
procured & implemented by bidder at site.
The future updated version of any type of software shall be su pplied free of cost as and
when such software is upgraded, on request by owner until 5 years from the date of
commissioning of the unit.
4.03.03.10 Separate Laptops shall also be provided with all master software loaded and engineering
of DDCMIS, DCS, simulator & any other control system individually. Similarly additional
Laptops shall be provided with all master software loaded and engineering of PLC
system individually.
As explained abov e, O ne N o. Lap t op w ith nece ssary m aster so ftware l oaded and
engineering of each control System shall be supplied individually.
All t echnical m anuals, r eference manuals, use r’s guide et c., i n E nglish r equired for
modification/editing/addition/deletion of features in the software of the DDCMIS, DCS &
PLC / any ot her m icroprocessor base d co ntrol s ystem/simulator e tc shall be f urnished.
The B idder sh all furnish a co mprehensive l ist o f al l sy stem/application so ftware
documentation after system finalisation for Owner’s review and approval.
The software l istings shall be su bmitted by t he B idder for so urce co de o f appl ication
software and all special-to-project data files.
There shall be Two ( 2) no. w ork st ation with 24” si zed (Industrial type) LED monitor,
associated hard disk 3½”, Two color laser jet printer and associated peripherals, as like
52X CD drive, DVD Drive, DVD/CD writer, 1 No. A3 sized Scanner copier cum laserjet
printer, and A3 heavy duty industrial grade Coloured LJP with DDCMIS.
For PLC based control system, same shall be provided as listed in Annexure A.
The Engineering stations provided wth DDCMIS, DCS & PLC shall have all the function
of pr ogramming/ co nfiguration/modification/ r econfiguration and docu mentation. T he
features and facilities to be included are as under:-
i. The PLC system shall fulfill and demands emanating from the domains
- Automation
- Monitoring
- Process control
- Management
- Engineering
ii. Uniform operator machine interface
iii. Reliable user guidance
iv. Comprehensive redundancy concept
v. Modern object oriented software structure
vi. Shall be able to communicate with external system and intelligent field equipment
vii. Simple central project planning and configuration aids
viii. Integrated documentation system
ix. Integrated diagnosis and service
x. Commissioning support
The Control System shall have on-line simulation & testing facility.
xii. The sy stem sh all hav e the flexibility to easi ly r econfigure any co ntroller at any
time without requiring additional hardware or system wiring changes and without
disabling other devices from their normal operation mode. Modifications shall not
require switching off power to any part of the system.
xiii. Fault Diagnostics
Complete so ftware for microprocessor based sy stem i ncluding the
communication so ftware bet ween sy stems, M IS sy stem et c., sh all be su pplied
and implemented. The software shall be also included for equipment performance
test, life evaluation, equipment capability curve and alarm analysis, Management
information system, etc.
xiv General I/O requirements of PLC based system shall be as per cl. No. 4.02.08.02,
4.03.11 and Annexure B.
xv Bidder t o not e t hat al l P LC sy stem sh all be f rom sa me manufacturer o nly. P LC
system supplied & engineered through system house shall not be acceptable. It
should be su pplied & engineered di rectly f rom P LC manufacturer o nly. It i s
preferred to hav e each PLC sy stem w ith har dwares from sa me family of P lant
DDCMIS.
xvi. Design & Functional Requirements a s p er t he c l. N o. 4. 02.00 d etailed f or
DDCMIS/DCS system shall be applicable for each PLC based control systems.
xvii. PLC shall be provided with necessary redundant ports & complete hardwares
for Auto time synchronization from Master clock time by bidder.
4.05.02.1 The l atest pr oven P LC system sh all be p rovided. P LC sh ould be so urced from o riginal
manufacturers; P LC from sy stem house sh all n ot be ac ceptable. P LC system sh all be
complete with hot standby redundant CPU of word length of 32bits minimum, Input /
Output modules, dual serial link interface module for connecting Input / Output Modules,
dual Communication Processors, dual Memory modules and redundant Power supply
units. Power supply unit shall be redundant for each CPU & I/O rack. PLC system will be
interfaced with DDCMIS through OPC dual redundant communication interfacing (to be
provided at PLC & DDCMIS end) for important process parameters. PLC shall confirm to
IEC – 61131.
4.05.02.2 Redundant C PUs in h ot s tandby m ode sh all oper ate on fault tolerant mode w ith
continuous self and cross monitoring facility. Redundant CPU/controllers shall be pl aced
separately and shall not share the same motherboard.
Failure of the active CPU shall not adversely affect the operation of the plant in any
perceptible w ay. Fai lure o f t he ac tive C PU will l ead t o t ransfer o f t he t asks being
performed to the other healthy CPU within fastest possible transfer time (i.e. < 50 m sec.)
without causing any output to drop during the Transfer period. In the Event of the both
the C PU failure, the sy stem sh all r evert t o t he F ail-safe mode. The C PUs shall not be
loaded over 60% of the Individual capacity even under worst data loading conditions. It
shall be possi ble t o sw itch from the ac tive t o t he bac k-up C PU and v ice v ersa from
Operating s tation as well f rom the C PU f ront panel . ( The w orst dat a c ondition of P LC
means all modules in active mode, printer in operation, OLCS&CLCS logics active and
process in r unning co ndition). Data bus loading sh all not be more than 50% . This
configuration shall be applicable for each type of PLC based control system. Engineered
solutions for redundancy in CPU & I/O cards are not acceptable.
4.05.02.3 The sy stem sh all be o f m odular co nstruction and ex pandable b y addi ng har dware
modules and incorporating them in the address register. Bidder shall provide at least
20% ov erall w ith m inimum t wo no. sp are c hannels as hot-on-rail sp ares in ea ch
configured cards / Modules. In addition to this 10% or minimum one no. extra assigned
complete spare cards mounted on rails in sub-racks for each type of I/O modules shall
also to be pr ovided. The spare channel and ca rds shall be fully wired up to termination
cabinets. Spare Philosophy a s detailed i n c l . N o . 4 . 0 3 . 1 1 for D D C M I S / DCS
system shall be applicable for each PLC based control systems.
4.05.02.4 The memory uni t o f the C PU sh all be f ield ex pandable. T he memory c apacity sh all be
sufficient ( min. 8 M B pe r C PU) f or sy stem oper ation and sh all ha ve t he ca pability for
future expansion at least to the tune of 40%. The application program / sequence logic
etc. shall be stored in non-volatile memory (EPROM). However all the dynamic memories
shall be pr ovided with battery back up with at least for 96 hours. Lithium or Ni-cd battery
shall be use d. T he quantities of H ot s tandby r edundant C PU/controllers f or each P LC
system sh all be f inalized dur ing det ailed eng ineering by o wner d epending upon
CPU/controller’s worst dat a l oading co nditions and C PU/controller’s functional
distribution.
4.05.02.5 The max number of Input / Output points per card shall be 32 for digital and 16 for Analog
/ Thermocouple / RTD. No. of channels may also reduced to meet the I/O cards feature
specified in N IT. Individual input channels shall have galvanic isolation. Output points
shall al so ha ve opt ical / g alvanic isolation. M erely f using o f i ndividual or a gr oup of
channels is not acceptable. The I/O cards shall be rack mounted. Failure of Analogue I/O
cards, binary cards / modules shall also be displayed on the Engineering cum diagnostic
station.
4.05.02.6 The data communication system of the PLC including that of its redundant system bus
with hot bac k up and ot her al lied buse s such u s I/O bus, l ocal bus etc., sh all fulfill t he
following m inimum features. The bi dder sh all furnish al l t he ca lculation details of C PU
utilization and Bus loading. Bidder shall also furnish communication protocol used for the
offered PLC.
i. Communication links (I/O bus) between CPU a nd individual Input & Output (I/O)
modules rack shall be dual redundant with 10 M bps speed and 16 bi t CRC data
protection feature. In no case failure of a link shall affect the control of the plant.
ii. The co mmunication sy stem desi gn sh all ensu re that any si ngle poi nt failure on
the sy stem bus / media sh all not di srupt not m ore t han si ngle m essage an d
disrupted message shall be automatically retransmitted after the standby
communication link takes over control.
iii. Failure of physical removal of any station / modules connected on the system bus
shall not lead to any loss of communication.
iv. Diagnostics display both at operating workstation and module front end shall be
provided for easy fault detection.
v. Bus change over from active bus to stand by bus, during failure of active bus shall
be performed automatically and bumpless. Such event shall be suitably logged or
alarmed.
vi. The system co mmunication bet ween P LC controllers and t he oper ators stations
shall be co nducted at high speed minimum 100 Mbps with Ethernet based open
protocol with no collision feature to avoid data jamming / overloading of the
system. The co mmunication bus, se rial l ink e tc. shall hav e adeq uate pr otection
against electrical noise and mechanical damage.
vii. System should have open bus structure and should allow further extension facility
and connection with any third party system.
h. PLC Network sh all al so be pr ovided w ith ex ternal su rge p rotection sy stem and
industrial firewall.
4.05.02.7 Man Machine I nterface (MMI) sh all be i ndustrially r uggedised Operator’s station base d
on latest window based market available software along with its peripherals like LED
monitor, pr inter, m ouse. E ngineering functions sh all nor mally be ca rried out f rom
dedicated workstation or operating st ation as per annexure-A “control system for BOP”.
In case a dedicated engineering station is provided, EWS shall also be worked as
operating station through password / Hardware lock. The monitor refresh time i.e. latency
time should be < 2 second.
4.05.02.8 The Operator’s station shall perform the following minimum requirements.
a. Selection of Auto / Manual, Open / Close operation, sequence auto, start / stop
operation etc.
b. Dynamic Mimic display detecting t he entire pr ocess for control m onitoring
purpose.
4.05.02.9 Software pr ovided sh all be l atest, modular, up gradable and i ndustrially proven. I t shall
have capability for multi tasking, multi programming, multi user operation in real time
environment and su pport for t hird par ty sy stem. B idder sh all pr ovide t he following
minimum requirements:
1. Required software for fulfilling the complete implementation of the control logics,
operation di splays, l ogs, dat a st orage, r etrieval, di agnostic and ot her functional
requirements as indicated in this specification.
2. Detail documentation on al l programming software’s and this shall be pa rt of the
O & M manual.
3. Supply of Licensed version of all software both in edit and r un mode with multi –
user license. All the third party softwares should be latest and market available.
4.05.02.10 a. Bidder shall provide and connect suitable communication hardware / software/
cables and other accessories required for connecting all numerical relays as per
IEC – 61850 of auxiliary in PLC / SCADA where PLC with OWS.
d. Remote indication in centralized control room (DDCMIS) for total coal unloaded in
24 hours from ECHS shall be provided.
(c) Automatic program and data equalisation in the event of any on-line program /
edit executed in the primary processor/controller of PLC.
(d) Automatic “Forcing Bit” update in the secondary processor/ controller of PLC
when any “ Forcing is applied in the primary processor/controller of PLC.
4.05.03.1 The system shall have high MTBF and sh all be hot maintainable. The system hardware
shall be designed to be fault av oidant by selecting high grade components of proven
quality and properly thermally de-rated design. The system shall have extensive fault
monitoring, se lf su rveillance & on -line se lf di agnostic capability so t hat failure up t o
module / ca rd l evel i s immediately det ected. E ach o f the m odules shall hav e i ts self –
diagnostic system. The operator station located at the area control room shall be used for
fault data presentation and monitoring purpose.
4.05.03.2 The system shall have capability to automatically check & correct gain & drift for ADCs
on-line.
4.05.03.3 All data exchanged in a bus shall be fully monitored & checked for validity.
4.05.03.6 All controllers shall be freely configurable with respect to requisite control algorithms. An
extensive l ibrary of m acros shall be i ncluded f or t he pur pose adeq uate so ftware
capability shall be provided to implement closed loop control functions as follows:
4.05.03.7 For open Loop Controls, the system shall have, as a minimum, the following features:
4.05.03.8 Interface of the PLC system with AC Solenoids & DC Solenoids shall be in the form of
potential free contacts via interposing relay modules mounted in the interposing r elay
cabinet. 20% addi tional interposing r elay m odules shall be pr ovided as installed sp are.
For A C so lenoids and co ntactors directly dr iven f rom out put ca rds, ar c suppressors &
MCB shall be provide across the coil.
4.05.03.9 Displays
4.05.03.9.1 The oper ator’s station s hall be r esponsible f or handling al l co mmands as well as in
generating desi red di splays, l ogs, r eports, al arms and pr intouts. S ecurity i n di fferent
levels shall be provided to prevent unauthorized access to the system.
4.05.03.9.2 Programming shall also be permissible by drawing Ladder or Boolean diagram or through
any easily understandable language. Single programming instruction / command shall be
sufficient to delete a program rung from memory. Similarly, any rung can be inserted into
the existing program. The active and the st andby CPU programs shall equalize
automatically, once the new program is permitted to ‘RUN’.
4.05.03.9.3 Updating time and reaction time (system’s response to an operator’s command) shall be
provided for operator station as follows:
Calculation, ( iii) A larm Monitoring & R eporting, ( iv) D isplay g eneration, ( v) Lo gs, (vi)
Trend Recording & (vii) Historical Storage & Retrieval.
4.05.03.9.5 The di splays at the op erator co nsole sh all be cl assified i nto ov erview D isplay, g roup
display, point display, alarm display and trend display.
a) Overview display – This display is to enable the operator to set an overview of the
entire plant section.
b) Group di splay – The gr oup di splay page sh all di splay se veral su b-sections &
present status information.
c) Point di splay – Along w ith t he s pecified pa rameter v alue, t his page sh ould
indicate historical trend of the parameter.
d) Trend di splay – This display include r eal t ime/historical trend di splay facility
including Dynamic Graphic Display & Bar Graph Display.
4.05.03.9.6 The system shall print the following logs as minimum as defined in the Following clauses.
The printing of these logs shall be initiated automatically at prescribed time intervals, or
initiated on demand by the occurrence of predefined events.
Shift/Daily Log
A S hift/daily l og shall be pr ovided t o furnish dat a for routine a nalysis of pl ant
performance. This log shall be aut omatically printed at specified time each day and on
demand at any time.
4.05.04 Salient hardware / software features of the PLC system
The salient hardware / software features of the PLC system for I/O handling shall be as
follows.
h) Battery back up for RAM : Ni-Cd / lithium type, at least for 96 hrs
continuous Operations during power failure.
i) Diagnostic feature : Periodic, automatic, self-diagnostic. Result
available at the Operator’s Station.
Bidder t o note t hat A ll I/O ca rds shall be so urced from their or iginal
manufacturers/Principal. Indigenous cards shall not be accepted. No. of channels per I/O
card may reduced to meet the I/O cards features specified in NIT. The salient features of
the Input / Output modules are as follows:
b) Digital General
e) Analog General
i) The maximum number of channels with LEDs indications that can be p rovided in
a single module shall be:
i) Individually fused
ii) Individual contact suppression
iii) Configurable as momentary, latched or pulse- width modulated
Outputs
iv) Individually definable default state
v) Output read back verification
vi) Short circuit protection
l. Analog inputs can be 4-20 mA DC, RTD, thermocouple. A/D converter shall have
a m inimum r esolution of 1 4 bits. Funct ions performed on anal og i nputs shall
include
The PLC configuration will have a hierarchy of industrial grade open system architecture
for management information system (MIS) and closed system architecture for plant
operation and control system.
The specification of Peripherals for Operator S tation, E ngg S tation & pr inters for
PLC/microprocessor based system shall be as same as specified at cl. no. 4.03.03.04.
The closed system architecture for plant operation and control system is secure and
deterministic system for real time operations of the plant.
Industrial grade managed type Ethernet switches shall be provided with features as same
as specified at cl. no. 4.03.03.07.
PLC Network shall also be provided with external surge protection system and firewall.
"The Bus systems (like Profibus/ Modbus etc) or the Serial Port Systems (like RS-232/
RS-485 etc) shall be pr otected with suitable surge protection devices, confirming to the
latest IEC-61643-21 guidelines. T he surge handling capacity of device shall at least be
10 KA, 8/20 µSec between core-core and 20 K A, 8/20 µSec between core-ground. The
device shall be pluggable & on-site testable".
All the operator stations will be ’work st ations grade’ as same as specified at cl. n o.
4.03.03.04 and are required to reside on the main redundant bus running on IEEE 802.4
or IEEE 802.5 to facilitate determinism.
4.05.07 CONTROL PANEL AND OPERATOR INTERFACE (For details also refer chapter no.
6)
ii. OPERATING STATION/KBD shall generally be used for control and monitoring.
iii. Complete industrial grade Furniture for mounting Operating stations, Swivel
Chairs, Printers, Keyboards, Computer etc. shall be furnished by bidder.
iv. In the Back up C ontrol desk and relay based system following operator interface
devices shall be provided as per Annexure A.
a) Control station (illuminated P.B. stations, Desk P.B., control switches etc).
b) Hardwired Annunciator with push buttons.
c) Coloured Mimic with LEDs for Drive status (ON, OFF, & trip) and level
(Low & High) of tanks.
d) Process recorders, indicators & A mmeters as deci ded dur ing det ailed
engineering.
vi. Panels shall be furnished co mplete w ith requisite acce ssories such as
transformers, regulators, switch fuse units, MCB, MCCB and ot her power supply
equipment to adopt the sources of power supply to requirements of panel
mounted instruments and devices.
vii. All panels, cabinets and enclosures shall be furnished, fully, wired with necessary
provisions for convenience outlets, internal lighting, grounding, ventilation, space
heating, and v ibration i solation pads, doubl e co mpression ca ble glands, i ntegral
piping and other accessories as per IS: 5039- 1969.
viii. The sealing o f panel s/cabinets/enclosures bottom w ith bot tom plate. Double
compression cable glands and suitable sealing material to prevent entry of dust
shall be in t he B idder's scope. S uitable ar rangement for pr eventing fire
propagation through cable entry points like fire seals etc. shall also be provided at
cable entry points.
xi. Fire/Smoke D etector, N eoprene/silicon G asket, E xhaust Fans with l ouvers &
filters shall be provided in all consoles and panels.
x. All the panels shall be equipped with Anti vibration pad of 15 mm size.
A Device Specific :
SN Parameters Options available Remarks if any
1 Modle No.& Make of Device
2 Communications Link Options Multidrop Peer to Peer N/w topology attached
B Electrical Spcific :
1 Interface Type RS232 RS422 RS485
5 Databits 8 7
6 Stopbits 1 2
C Application Specific : *
1 Primary Function* Data Acquisition Data Acquisition & Control
Download parameter s ets
6 Memory / Flag Points to read --------Nos. Details attached Details not attached
7 Memory / Flag Points to write --------Nos. Details attached Details not attached
D Hardware Specific :
1 Cable type Boolean cable Twisted pair cable
E Device Documents :
1 Manufacturer's Documents* Tech., Spec. Operating Manual
*Notes:
A6 To identify converter requirement and cable length.
C The sr.no.1 to 7 are reqd.to be furnished for interface impl. :such as Tagname,Description,point type,
modbus(Register) address,EU,range & device (dlave) address
C1 What is the primary purpose of the communications link?
E1 Reqd. Contents : This document must provide an overview of the device including its intended
use(a general technical,communication & electrical details)
Tag Name Tag Description Modbus address Point type Range Alarm Setpoint Alarm priority History reqd Function code
$
LEGEND: * CR - Critical characteristics P - Agency Performing the Test. 1 - BHEL
MA - Major characteristics W - Agency Witnessing the Test. 2 - Vendor
MI - Minor characteristics V - Agency Verifying the Test. 3 - Sub-vendor
Page 570 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
QUALITY PLAN NO.: PE-QP-999-145-I036___
STANDARD QUALITY PLAN VOLUME IIB
FOR SECTION D
PROGRAMMABLE LOGIC CONTROLLER REV. NO. 01 DATE: 24.08.2007
PEM :: C&I SHEET 2 OF 8
CPU, Monitor,
Physical Inspection Contract
Keyboard, Mouse,
Identification Labels, Tech. specifications,
CD Drives, Printers, As per BHEL
Specification Product
OS, System reference Quality
1.5 Physical Damages MA Visual 100% Catalogue, 3/2 2 1
Software, documents. Inspection
Accessories Approved GA /
Engineering software Report.
Installation arrangements for Configuration
in the form of
Computers & Printers drawing, BOQ.
Licensed CD.
$
LEGEND: * CR - Critical characteristics P - Agency Performing the Test. 1 - BHEL
MA - Major characteristics W - Agency Witnessing the Test. 2 - Vendor
MI - Minor characteristics V - Agency Verifying the Test. 3 - Sub-vendor
Page 571 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
QUALITY PLAN NO.: PE-QP-999-145-I036___
STANDARD QUALITY PLAN VOLUME IIB
FOR SECTION D
PROGRAMMABLE LOGIC CONTROLLER REV. NO. 01 DATE: 24.08.2007
PEM :: C&I SHEET 3 OF 8
$
LEGEND: * CR - Critical characteristics P - Agency Performing the Test. 1 - BHEL
MA - Major characteristics W - Agency Witnessing the Test. 2 - Vendor
MI - Minor characteristics V - Agency Verifying the Test. 3 - Sub-vendor
Page 572 of 680
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
QUALITY PLAN NO.: PE-QP-999-145-I036___
STANDARD QUALITY PLAN VOLUME IIB
FOR SECTION D
PROGRAMMABLE LOGIC CONTROLLER REV. NO. 01 DATE: 24.08.2007
PEM :: C&I SHEET 4 OF 8
Factory
3.0 Acceptance Test
(FAT)
Input Output BHEL
Functional Visual/ Quality
3.1 I/O configuration, I/O operation MA 100% FAT Procedure AS per FAT 21 1
Verification Eletrical Inspection
Report.
BHEL
Processor Processor configuration,
Quality
3.2 Verification Powering up, standby operation MA Visual 100% FAT Procedure AS per FAT 21 1
Inspection
( as applicable) and Loading
Report.
BHEL
Power Supply Module
Quality
3.3 Verification Redundancy Operation MA Electrical 100% FAT Procedure AS per FAT 21 1
Inspection
Report.
Redundancy operation of
Communication BHEL
Communication System,
System Quality
3.4 Measurement of Response MA Electrical 100% FAT Procedure AS per FAT 21 1
Verification Inspection
Time, Communication with third
Report.
party system
Diagnostic BHEL
Verification Self Diagnostic features of PLC Quality
3.5 MA Visual 100% FAT Procedure AS per FAT 21 1
system Inspection
Report.
Operation of PLC driven
BHEL
Control Panel/Desk annunciation system, Mosaic,
Quality
3.6 Verification Push buttons & selector MA Visual 100% FAT Procedure AS per FAT 21 1
Inspection
switches, Indicating lamps
Report.
(i) Control Logics (ii) BHEL
Software
Engineering Features (iii) HMI Quality
3.7 Verification MA Visual 100% FAT Procedure AS per FAT 21 1
Features Inspection
Report.
$
LEGEND: * CR - Critical characteristics P - Agency Performing the Test. 1 - BHEL
MA - Major characteristics W - Agency Witnessing the Test. 2 - Vendor
MI - Minor characteristics V - Agency Verifying the Test. 3 - Sub-vendor
Page 573 of 680
QUALITY PLAN NO.: PE-QP-999-145-I036___
STANDARD QUALITY PLAN VOLUME IIB
FOR SECTION D
PROGRAMMABLE LOGIC CONTROLLER REV. NO. 01 DATE: 24.08.2007
SHEET 5 OF 8
f) Logic Diagram.
g) HMI Schematics.
Further the vendor shall furnish applic able produc t specification, datasheets,
catalogues, test-certificates, and internal inspection records to enable F AT. Vendor
shall also submit, to the inspecting agency, his standard test procedure, for clauses
given below; where vendor’s standard practice has been referred.
2. Processor Verification
i) Redundanc y
5. Diagnostic Verification
ii) Push Button and sele ctor switch operation should be checked by
verification of corresponding change of status of Data Base point.
7. Software Verification
i). Control Logics:– Software switches, lamps and Analog sources shall
be used for simulation of field conditions .Control logics shall be
checked for its correct functionality as per approved logic schemes
ii) 48 hour s test period shall be divid ed into 4 equal time segment of
12 hours duration eac h. For every 12 hours duration s egment, after
lapse of first 11 hours 110% of nominal voltage sha ll be applied to the
panel under test for a period of 30 minutes followed by application of
90% of nominal voltage for the next 30 minutes.
F. SPECIFICATION
FOR
UN-INTERRUPTED
POWER
SUPPLY
CHAPTER-7
7.01.01 This subsection covers design, construction an d performance requirements of par allel
redundant i ndustrial grade U ninterruptible P ower S upply ( UPS) S ystem & par allel
redundant 24 V DC System to be furnished by the Bidder for BTG, Station C & I Package
& BO P/offsite packages & an y ot her co ntrol sy stem/sub sy stem sp ecified el sewhere i n
the sp ecification. The B idder sh all f urnish se parate par allel r edundant i ndustrial gr ade
UPS S ystem for each unit D DCMIS/DCS Package and se parate par allel r edundant
industrial gr ade U PS S ystem for each B OP p ackage i ncluding st atic inverters, s tatic
switches, manual bypass switch, chargers, A.C. Power distribution panels and Batteries
with all required isolating and protecting devices and all other equipment and accessories
required for co mpleteness of this system. B idder t o no te t hat there w ill be no co mmon
component l ike i n phas e t ransformer (IPT), co mmon pow er su pply t o any r edundant
component and common point of failure in the UPS & 24 V DC system.
7.01.02 The requirements of UPS system & 24 V DC system are specified herein on system
basis. The B idder shall be r esponsible for en gineering and furnishing a co mplete an d
operational system fully meeting the intent and requirements of this specification and
Owner approved drawings.
7.01.03 The equipment furnished under this subsection sh all meet t he requirements o f all
applicable codes and standards including ANSI, NEMA, TEEE, NEC and IS.
7.01.04 The U PS S ystem & 24 V D C s ystem har dware sh all be f rom t he l atest est ablished
product range of a qualified manufacturer. The Bidder shall furnish documents to satisfy
the ow ner t hat t he des ign, pe rformance and high av ailability of t he proposed U PS
System, 24 V DC system and all system components have been established by a
considerable record of successful operation in utility power station for similar application.
All UPS system & 24 V DC system cabinets, enclosures and distribution boards shall be
manufactured, assembled, wired and fully tested as a complete assembly as per the
requirements of this specification in the manufacturing works of a qualified manufacturer
prior t o sh ipment t o t he pr oject si te. C lass of i nsulation o f w ound co mponents (All
transformers, chokes/inductances etc.) shall be class H with temp rating up to class B.
7.01.05 The U PS, 24 V D C s ystem e quipment and t he co mplete sy stem sh all ha ve su rge
withstanding capability (SWC) to meet the requirements of A NSI C 3 7.90a – IEEE
Standard 472 –1974. UPS & 24 V DC charger system should be pr ovided with Class C
type surge protection device. The Class C type surge arrester should be single MOV type
, pl uggable, sh ould have f ault i ndication and sh ould be tested as per I EC 61643 -1 t o
withstand 40KA 8/20 µs pulse. The arresters should have potential free contact to ensure
maintainability.
7.01.06 All non-interrupting components of UPS system & 24 V DC systems shall be ca pable of
withstanding al l av ailable sh ort ci rcuit cu rrent without dam age. A dditionally, al l ci rcuit
interrupting components shall be capable of withstanding and interrupting all encountered
short circuit currents without damage.
7.01.07 All co ntrol and i nstrument ci rcuits shall be f used. Fuse s shall be m ounted i nside t he
enclosures and shall have easy accessibility. Fuses shall be Buss man low-peak type or
Owner appr oved eq uivalent. A ll l oad f uses sh all be t o O wner’s approval eq ual. T he
Bidder shall co -ordinate all load and line fuses applications to ensure that load fuses
operate properly.
7.01.08 The bidder shall be responsible for ensuring that UPS System, 24 V DC system and the
downstream power distribution system f or equipment to be serviced by are coordinated
such that UPS loads continue to operate without interruption and i n accordance with the
power supply tolerance requirements (both voltage and frequency) for these UPS loads
as long as at least one source is within the limits of voltage and frequency as specified
herein. T he Bidder shall furnish single line diagrams with his proposal t o demonstrate
how this requirement is met for all equipment and system covered under Bidders scope.
7.01.10 Acoustic noise at rated linear load shall be < 75 dBA at 1 meter distance from UPS as
per ISO 3746.
Parallel redundant UPS shall be sized by the bidder to cater to power for the bidder
furnished l oads such as plant co ntrol, monitoring sy stem. M in. ca pacity sh all be
considered as 150 KVA ( or as per sy stem r equirement i n ca se ca pacity i s higher t han
150 KVA) at 50 deg. C ambient. All microprocessor based system, I/o cards, digital
equipments, oper ating stations, pr inters, per ipherals, r eceiver i nstruments, S WAS,
CEMS, L VS, HMS, TSI, VM S, PAD O, C &I L ab, O perator t raining Simulator system and
other devices mounted in supervisory control desk, control panels and other
microprocessor based system for BTG shall be operated on UPS power.
Each I ndividual par allel r edundant U PS sh all be desi gned co nsidering 20 % desi gn
margin over and above any capacity mentioned in specification; UPS sizing calculation
shall be submitted for approval. While computing the base capacity of the UPS, inrush
requirements of connected loads shall be duly considered. The inrush shall be taken as
300% o f s teady st ate l oad l asting for 100 milli se conds. The ba se ca pacity sh all b e
computed by bidder on above basis and to provide for at least 10% variation to cater to
changed load requirements during detailed engineering stage. B idder shall detail in the
technical bi d, t he s teady st ate as well as inrush r equirements of eac h o f t he l oads
furnished by him and justify the selection of UPS capacity duly satisfying the requirement
of 20% design margin.
This base capacity shall be guaranteed at 240 V AC, 50 Hz single phase output at 50
deg. C & 95 % RH – non condensing at ambient conditions. Ratings other than standard
ratings of t he manufacture sh all not be acce ptable. N umber o f di stribution feeders in
completely r edundant configuration sh all be o ffered to su it t he l oad distribution as
decided during engineering. Spare feeders of at least 20% of the total number of feeders
with 2 nos. minimum spare feeder of each rating shall be built in.
Separate industrial grade parallel redudnat UPS system for each set of Remote I/Os cum processor
panel of DDCMIS and each BOP/Offsite package & any other control system/sub system specified
elsewhere in the specification, shall be provided of suitable capacity with similar features as of main
plant UPS by the bidder. UPS system for remote I/Os panels and BOP/Offsite package & any other
control system/sub system specified elsewhere in the specification shall be kept in the respective
package UPS rooms.
UPS sizing calculation shall also be submitted for approval for each system/package. Diversity factor
shall be considered as 1 for calculating the UPS capacity.
7.02.02 The pa rallel r edundant Uninterruptible P ower S upply ( UPS) sy stem o f continuous duty
shall su pply, r egulated, filtered and uni nterrupted 240 V , 50 H z, si ngle phase pow er,
within specified tolerances, to system AC loads, UCB mounted monitoring system, and
other c ritical l oads. E ach o f these c ritical l oads shall r eceive one feeder from t he A C
Distribution B oard o f Inverter-“A” and ano ther feeder from t he A C D istribution B oard of
Inverter-“B”. However, each inverter shall supply only 50% loads under normal conditions
as indicated below. SLD of UPS as per NIT drawing # 114-17-0100 shall also be referred
by bidder.
7.02.03 All nece ssary equipment r equired for pr otecting U PS eq uipment and co nnected i nputs
and outputs shall be furnished by the Bidder as an integral part of this system. Complete
UPS system shall be automatic without any manual interference at any time of operation.
7.02.04 True, 100 % pa rallel r edundant co nfiguration a lso m eans availability of “ Criss-Cross
Redundancy”. H ence T he U PS s ystem desi gn sh all ensu re t hat i n ca se of one o f the
charger failure, the other healthy charger, shall feed to one of or both the invertors as the
case may be and continue to charge the common/individual DC battery banks at all load
conditions. U PS sy stem sh all w ork in “Criss-Cross R edundancy” configuration t o
safeguard the battery bank from unnecessary drainage. The bidder should note that this
situation should not in any way lead to the discharge of the DC battery and m aintain the
UPS power supply to all loads.
7.02.05 The i ndustrial g rade U PS sy stem f or B TG & for each i ndividual B OP pack age sh all
include the following equipment:
buttons, Fi re al arm
system, sa fety cr itical
circuit, t rip pr otection
circuit and for o ther
services specified
elsewhere in the
specification shall be fire
survival po wer ca ble
conforming to IEC 60331,
BS6387 ( CWZ), B S6207
standard and t his
specification.
12. MCCB ( At i nput, out put, 1 no. each 1 no. each
battery side, Bypass side,
ACDB si de et c) and t ie
breaker with ON, OF F &
Trip indication.
13. Online B attery H ealth 1 set 1 set
Monitoring System
14. Battery Junction Boxes 1 set each 1 set each
with M CCB, V oltmeter &
Current meter.
Any ot her eq uipment necessary f or co mpletion o f t he sy stem sh all be pr ovided b y
bidder.
All equipment, enclosures and accessories for UPS system shall be desi gned, arranged
assembled and connected in accordance with the requirements of this specification.
Two inverters each of 100% capacity, two battery packs of 100% capacity and two 100%
battery chargers are used for main plant UPS. Two inverters each of 100% capacity, one
battery packs of 100% capacity and two 100% battery chargers are used for BOP
packages UPS.
1. During no rmal ope ration, U PS l oads shall be s upplied by bot h 100% capacity
inverters each working at 50% load. The inverters shall receive power from DC
source (Charger / B attery), their s tatic switches shall be i n the respective
“Inverter” position and t he manual by-pass switch shall be i n “Position-2”. In this
mode the two inverters shall act as standby for each other.
2. One inverter will act as “Master”, working on its internal oscillator and the other
inverter w ill f ollow b y u sing t he sy nchronizing si gnal from master i nverter for
automatic control of its output frequency.
The static transfer switches and the manual by-pass switch sh all pr ovide s witching
means during emergency operation as follows:
1. In case of failure of any inverter the static switch shall automatically transfer the
UPS Loads of faulty inverter (say Inverter – “A”) to the healthy Inverter-“B” which
will start working at 100% capacity. Thus the feeding of UPS power is continued
automatically t o al l l oad co nnected to bo th i nverters despite pow er su pply t o al l
UPS l oads co nnected t o bot h i nverters shall be maintained w ithout i nterruption.
Isolation of faulty inverter shall be automatic and achieved in less than 4 milli
seconds.
2. Based on inverter failure alarm, the operator will transfer manual by-pass switch
to “Position-1” bringing in the plant AC source as the standby source to healthy
Inverter –“B” now working at 100% capacity. In this mode the healthy Inverter-
“B” shall get the synchronizing signal from the stand by-AC source and automatic
synchronization, oper ation on i nternal osci llator and t ransfer / retransfer to
standby source shall be as follows:
ii) During operation on its own internal oscillator, the inverters shall
continuously monitor the frequency of standby source. U pon restoration
of proper frequency conditions of stand-by source, the inverter shall
automatically start using stand-by source frequency as the synchronizing
signal for inverter output frequency control.
iii) During t he oper ation of any i nverter on i ts internal osci llator due to
synchronising frequency being beyond the specified limits, the transfer of
static switch from “Inverter” to “Standby” shall be inhibited.
3. During any fault in the branch circuit feeders or inverter output bus, the inverter
shall be capable of clearing a fast acting fuse of largest rating in 4 milliseconds
and simultaneously provide UPS power to all connected loads (i.e. 50% capacity).
In view of the above fault clearing capability of each inverter and due to
availability of plant AC source as standby source for inverters the static switches
shall not transfer the loads to the other inverter for fault clearing purposes.
4. Retransfer of static switch shall be manual in all cases and shall be accomplished
only after synchronism of the inverter output with the stand-by source has been
automatically accomplished.
5. The manual by pass switch sh all hav e t he pr ovision ( position –4) f or f ully by-
passing the UPS system and connecting all UPS loads to the standby AC source.
This provision may be used during start up to limit the inrush current and at other
occasions at the option of the operator.
7.03.01 The static inverters shall be solid state type using proven IGBT based pulse width
modulation ( PWM) to convert direct current power to essentially si nusoidal alternating
current pow er as per t his specification. T he inverter eq uipment sh all i nclude al l
necessary ci rcuitry and dev ices to co nform t o r equirements like v oltage regulation,
current limiting, wave shaping, transient recovery, surge suppression network, automatic
synchronization etc. as specified herein.
Each st atic inverter sh all hav e t he following m inimum capabilities without ca using any
damage to the components and with current limit not operation :-
2) Over load capacity: 125% of full load rating as above for 10 minutes, 150% for 1
minute, 200% for 10 se conds minimum & 300% for 4 m sec for all specified input
voltages.
3) Fuse clearing capacity : Upon a f ault in any branch circuit lateral feeder, the
inverter shall have the capacity to carry a load equal to one half of its full load
rating plus it shall clear the largest rated fast acting fuse in 4 milliseconds or less.
All f uses used i n i nverter pow er and co ntrol ci rcuit sh all be fast act ing type
operating i n l ess than 5 m illisecond and each o f these fuses shall be pr ovided
with k ick fuse and al arm co ntact. I ndication and al arm sh all be pr ovided t o
enable fault location.
4) Step load pick up: Upon transfer of full load, the inverter output voltage shall not
drop bel ow 85% o f nom inal v oltage du ring the first hal f cy cle a fter t ransfer an d
90% of nominal voltage in the next half cycle. The recovery to within + 1% of
voltage shall be in less than 50 milliseconds.
5) The inverter shall have sufficient I2t capacity to clear a slow acting HRC fuse
having a co ntinuous cu rrent rating e qual t o at l ease 20% o f the continuous full
load current rating of the inveter, while feeding 100% rated loads of the inverter.
The inverters shall be fed from a D C Battery and ch argers which do not feed any other
loads. I nput voltage shall be nom inal DC output voltage of battery and c harger of range
from final voltage after discharge of battery to maximum DC bus voltage during equalize
charging of battery. The inverter shall also be capable of working satisfactorily meeting
the specification requirements with only the chargers connected to its input without
battery in circuit. DC input window of each inverter shall be either 315-434 or 320-450 V
DC. Filtering on t he input of the inverters shall be f urnished is required to operate within
the out put r ipple o f t he ch argers furnished by t he B idder. E ach i nverter sh all i nclude
equipment nece ssary t o pr otect i tself from dam age r esulting from ex cursios, l oss, or
restoration o f D C i nput voltage and sy nchrnising v oltage. The i nverter output v oltage
shall be 230 V AC , 50 Hz, Single phase.
1. The inverters shall be pr ovided with suitable fuses at the input and output w hich
will permit proper co-ordination with other protective devices and at the same time
protect t he i nverter a gainst dam age due t o i nternal faults. A ll nece ssary
equipment sh all be pr ovided t o pr otect t he i nverters against ov er l oads, sh ort
circuits and 100% l oss of l oad. T he i nverter shall be se lf pr otecting ag ainst
damage if energized with full load connected.
2. The inverter shall be provided with current limiting circuitry which will limit the
output current to a value which will not damage the inverter or blow its fuses.
3. The i nverter sh all hav e sufficient I 2 t ca pability t o pr event dam age t o i tself unt il
short circuit conditions on the output are cleared.
4. Each inverter shall be capable of operation with nonlinear loads. For bidders
loads bidder shall detail the nature of non linearity. For loads provided by owner,
bidder m ay assu re a n on l inear w ave f orm w ith a cu rrent cr est factor o f 3 .0
occuring coincident with voltage peak. With nonlinearity consisting of third, fifth
and seventh order harmonics. Output waveform of the inverter(s) shall remain
within sp ecified l imits when oper ating w ith nonl inear l oads at 100 per cent r ated
load.
Inverter equipment shall include st able solid st ate oscillator devices designed to
automatically m aintain t he i nverter out put i n p hase and i n sy nchronization w ith t he
standby A C so urce. The frequency r egulation sh all be aut omatic within + 0.1 H z o f a ll
conditions of i nputs, l oads and temperature occu rring si multaneously or i n any
combination.
Facility shall be provided for automatic transfer to internal oscillator operation when the
standby source frequency is not within the synchronization limits.
The inverter shall normally work on t he internal oscillator with either of the two inverters
as master synchronizer and the other following it. Suitable selector facility shall be
provided to select the master. When any one inverter fails the healthy inverter gets the
synchronizing signal from the standby AC source.
The D C i nputcurrent sh all ne ver ex ceed t he f ull l oad cu rrent ex cept for a sh ort ci rcuit
within the inverter. The limitation applies to transient as well as steady state currents and
includes in r ush cu rrents upto i nitial ener gisation o f t he U PS, l oad en ergisation, short
circuits external to the inverter etc. For any value of the load and load power factor drawn
by t he eq uipment se rved, t he i nverter sh all not i mpose on D C so urce any v oltage
oscillations in excess of 5 volts (RMS total, all frequencies) or any current oscillations in
excess of 3 %(RMS total, all frequencies ) of the DC current at full load.
7.03.06 The i nverter sh all m eet t he f ollowing sp ecifications in add ition t o ot her r equirements
stated herein :-
b) Transient voltage : + 5%
regulation
(on application or
removal of 100% load)
5. Wave Form
a) Nominal : 50 Hz
Frequency
b) Frequency regulation : + 0.1Hz
for all conditions of
input supplies, loads
and temperature occurring
simultaneously or in any
combination
(automatically controlled)
c) Synchronization : 48 Hz to
limits ( for maintenance 52 Hz
& synchronism between the ( factory
inverter and standby AC test)
source).
d) Field adjustment : 50 + 0.5 Hz
range for (c ) to 50 + 2 Hz
above
e) Total harmonic : <4% max.
content
f) Harmonic content : <2.5%
max.for any single harmonic
6. Rated output current at rated output voltage with current limit not
operating :
a) Current : 200%
b) Duration : 10 seconds
9. Duty : Continuous
10. Cooling : Natural convection
or forced cooling
using redundant fans.
Equipment to be
designed for operation with
full load even without cooling
availability.
1) Equipment and material furnished, mounted and wired on the front panel of the
inverter enclosures :
ITEM QUANTITY
2) Indicating l ights listed bel ow with pr oper act uating dev ices, ci rcuitry and l egend
shall be furnished on front of the Ups panels. For these abnormal conditions
which co uld be o f a momentary nat ure, t he i ndicating l ights sh all r emain
energized and t he co ntract r emain cl osed unt il cleared by a r eset push but ton
furnished on the panel. The indicating lights shall be of make subject to Owner’s
approval.
7.04.01 The static transfer switches shall be provided to perform the following functions
1) To transfer the load automatically without any break between the inverter to the
standby i nverter as required t o m aintain t he co ntinuity of pow er su pply to U PS
connection loads. The load shall be automatically transferred from “Inverter” to
the inverter source upon any malfunction of one inverter.
7.04.02 The static transfer switches shall ha ve t wo modes of operation namely automatic and
manual.
7.04.03 The static transfer switches shall use silicon controlled rectifiers and other static devices
required for automatic transfer of load from “Inverter” to Standby” source and vice versa.
The s tatic switches shall co nform to the r equirements sp ecified her ein i ncluding t he
following:
1. Capacity (continuous) : Equal to the continuous full load capacity of the inverter.
2. Capacity (overload) : 200% for 10 seconds, 150% of continuous for 60 seconds
and 125% of continuous rating for 10 minutes and 300% of continuous rating for
4 msec.
3. Capacity (Peak) : 1000 % of continuous rating for 5 cycles.
4. Transfer Time : < 4 msec. The transition shall be “ make before break”, voltage
failure shall be sensed at the output of the static switch.
5. Voltage Rating ( Nominal) : 240 Volts, 50 Hz. Single phase.
6. Transient Voltage Tolerance : 340 Volts peak above the normal line voltage.
7. Ambient temperature : 50 deg C max.
8. Cooling : Natural or forced circulation , using redundant fans.
9. Duty : Continuous
1) The transfer of static switch from normal “Inverter” position to “Stand-by” position
shall be initiated by one of the following causes :
2) The UPS bus shall be monitored by two voltage detectors. One fast acting circuit
shall be use d for detecting a co mplete and i nstantaneous, voltage loss while the
other slower acting averaging circuit with adjustable trip level shall be employed
to detect voltage deviation beyond selected limits. B oth voltage detector circuits
shall automatically initiate operation of static transfer switch.
3) The static switch shall automatically transfer the load from inverter to stand-by AC
source w hen t he m aximum I2t ca pability of t he i nverter is reached w hen t he
inverter output voltage drops below 90%.
The transfer of static switch shall be inhibited under the following conditions:
2) Transfer resulting from overload shall be inhibited when the standby AC source is
not available. In this case the load fed by the inverter shall be automatically
disconnected
7.04.08 Static transfer sw itches shall be pr ovided with nece ssary pr otective dev ices (circuit
breakers / current limiting fuses) both in “Normal” as well as “Stand-by” position.
7.04.09 The s tatic transfer sw itches shall be pr ovided dul y m ounted and w ired i n encl osures
furnished by the bidder.
7.04.10 The s tatic switches shall be f urnished w ith co ntacts to al arm failure o f t he al ternate
source or opening of any fuse protecting the static switches.
7.05.01 The m anual by -pass switch w ill be use d t o i solate any st atic switch f rom i ts load and
stand-by pow er su pply and t o take the st atic sw itch out o f se rvice w ithout pow er
interruption to the load. In doing so the manual by-pass switch shall connect both load
buses to a si ngle inverter. T he manual by-pass switch shall also provide the facility for
by- passing the entire UPS system during start up at the option of the operator.
7.05.02 The manual bypass switch shall have make before break contacts to ensure continuous
supply to UPS loads during the operation of this by-pass switch.
7.05.03 The manual by-pass switch shall be rated for 600 Volts, 50 Hz, single phase operation. It
shall hav e co ntinuous load ca rrying ca pacity eq ual t o full l oad i nverter cu rrent and
necessary short term load carrying and interrupting capacity to meet the requirements of
the UPS system.
7.05.04 All other by-pass and disconnect devices shall be pr ovided by the Bidder as required for
orderly st art up and s hut dow n and m aintenance o f U PS sy stem and sy stem
components.
7.05.05 The Bidder shall provide potential free contacts, one closed in each position, for use in
DDCMIS & PLC system.
7.05.06 The m anual by-pass switch and r equired di sconnect dev ices shall be furnished dul y
mounted and wired in enclosure, furnished by the Bidder.
Two no. 100 % ca pacity S CR base d fully co ntrolled 12 pul se float cu m boost ch argers
shall be f urnished for m ain B TG U PS sy stem a nd T wo no. 100% ca pacity S CR base d
fully co ntrolled 6 pul se f loat cu m boos t ch argers sh all be f urnished for BOP pac kages
UPS system. Each charger shall confirm to the following requirements.
Each charger furnished for UPS system shall be adequately rated to ensure that any one
shall m eet full D C l oad of U P sy stem oper ating at 100% r ating pl us recharge the f ully
discharged UPS battery within 8 hours.
The Bidder shall furnish the charger rating calculations to the Owner to satisfy that this
requirement is met. The charger shall be furnished as per rating approved by the Owner
during engineering stage.
7.06.02 The ch argers shall be s upplied f rom a 415 v olt, 50 H z. 3 phase sy stem. The ch argers
shall maintain the output voltage within plus and minus 0.5 percent from no load to full
load with an input power supply deviation in voltage level of plus or minus 10 percent and
input pow er su pply deviation i n f requency o f pl us or m inus 5 per cent and with bot h
deviations present in any combination.
7.06.03 In addition to supplying DC power for inverters, the chargers shall be designed to charge
a fully discharged battery without over loading or causing over voltage or without causing
interrupting operation of AC or DC circuit breakers for the entire range of intended
operating r egimes. S uitable so lid st ate el ectronic circuits shall be pr ovided t o ensu re
that the ch arging current i s voltage regulated an d cu rrent l imited. A fter t he bat tery i s
recharged the charger shall maintain the battery at full charge until the next emergency
operation when the UPS battery is again required to provide DC power.
7.06.04 Float and equalizing controls shall have an adjustment range of + 5% continuous
(without steps).
7.06.05 The chargers shall be self-regulating, solid state, silicon controlled, full-wave rectifier type
designed for single and parallel operation with the battery specified under clause 7.07.00.
The chargers shall be designed for automatic load sharing during parallel operation.
7.06.06 The charger sh all be current limited at 125% of full load to r educe out put voltage for
charger circuit protection and for protection of battery from overcharge. The current limit
shall be continuously adjustable from 80% to 125%.
7.06.07 All necessary equipment and devices shall be pr ovided to protect the charger from short
circuits, t ransient v oltage su rges, l oad and su pply fluctuation i ncluding su dden l oss of
input or load.
7.06.08 The charger shall have a slow walk-in circuit which shall prevent application of full load
DC current in less than 10 seconds after AC power is energized.
7.06.09 The m inimum f ull load efficiency at nominal input and float output shall be 96 %.The
output regulation, ripple co ntent and pow er factor sh all m eet t he requirements o f U PS
system as well as the inverters furnished by the Bidder as per clause 7.03.00.
7.06.10 Chargers and auxiliary equipment shall be mounted in free standing cabinets furnished
by the Bidder. C harger cabinets shall be folded steel construction with top, front, back
and sides fabricated from not less than 3 m m thick sheet steel. T he cabinet front, back,
end sides shall extend to the floor to present a finished appearance. C abinet door shall
be pr ovided t o pe rmit e asy acce ss to al l co mponents for m aintenance o r r eplacement.
Doors shall have concealed hinges and three-point latches. Louvers shall be provided
for ventilation as required for operation at the specified ambient but the cabinet top shall
be solid. All louver openings shall be covered with corrosion resistant fine screen
coverings.
a) Each ch arger sh all be furnished w ith a g round det ector sy stem co nsisting o f a
relay and a center tapped resistor. The resistor shall be connected between the
positive bus and the negative bus.
a) The bidder shall provide alarms and status indications, current, voltage
,frequency, P F et c through se rial l ink w ith MODBUS or anot her co mpatible
protocol .
b) The Bidder shall furnish 4-20 mA signals to DDCMIS/PLC for the following:
i. Rectifier – 1 Trip.
ii. Inverter – 1 Trip.
iii. UPS battery low.
iv. Rectifier – 2 Trip.
v. Inverter – 2 Trip.
vi. Load on static Bypass.
vii. Static Bypass failure
viii. ACDB – 1 Incomer Tripped.
ix. ACDB – 2 Incomer Tripped.
x. UPS – 1 Fan Tripped.
xi. UPS – 2 Fan Tripped.
The UPS/24 V DC system batteries shall be heavy duty Ni-Cd type as specified below:
i. Expected se rvice l ife i s greater t han 20 y ears when oper ated on float o r t rickle
charge.
ii. Low maintenance – minimal topping up frequency and self - discharge.
iii. Capable of rapid recharging.
iv. Transparent containers for ease of inspection and maintenance.
v. Battery racks provided for battery shall be 2 t ier made from heavy teak wood to
bear 150% over load, anti acid paint etc.
vi. One no. 2 sided Folding Aluminium ladder (height 180 cm) for maintenance &
removal of battery cells and mounting bracket for ladder shall be provided by
bidder with each battery set.
The bat teries shall be heavy dut y N ickel-cadmium Fiber pl ated type and sh all be
sized f or an hou r o f full l oad oper ation dur ing n on-availability of A C su pply / ch argers.
The Ni-Cd batteries shall conform to IS:10918. For sizing calculation, design margin of
120%, an aging factor of 0.8 and a t emperature correction factor (Based on temperature
characteristics curve to be submitted by the Bidder and at a temperature of 4 deg. C).
Capacity f actor sh all be t aken i nto co nsideration, and am bient t emperature sh all be
considered as the electrolytic temperature. The sizing of the battery shall be as approved
by Owner during detailed engineering. However, Bidder shall consider a suitable voltage
drop from ba ttery r oom to U PS and U PS t o l oad, w hile si zing t he bat tery. The sy stem
shall also be su itably designed to overcome any over voltage that may arise during low-
load operation of the charger. The bidder shall clearly bring out in his offer how the same
is being implemented.
The battery size shall be calculated taking UPS/24 V DC system capacities as base load.
Bidder shall also consider voltage drop from battery room to UPS/24 V DC systems,
while si zing t he bat tery. For P lant U PS & p lant 24 V D C sy stem, bat tery back up t ime
shall be 2 hour s and for BOP packages UPS & BOP 24 V DC system, the back up time
shall be for 1 hour.
For Fire alarm panels, batteries shall be provided with min. 10 hours backup.
7.07.01 In order to monitor the batteries, online battery health monitoring system shall be
employed. I t i s a bat tery m anagement sy stem base d on m onitoring t he v oltage o f
individual battery cell, which provide the information/details about battery health status to
end use r/owner. C omplete ha rdware l ike de tector uni ts, B attery cl ips, cables, monitor
(power control unit) and other accessories etc as required to complete the system shall
be pr ovided by bidder. LED i ndication sh all be pr ovided on det ector uni ts for pow er,
alarm and R UN indication etc. Data from Online Battery Health Monitoring System shall
be co mmunicate/transferred to D DCMIS f or M onitoring and anal ysis using di fferent
protocol like RS485 Modbus/OPC etc.
7.07.02 One complete set of all accessories and devices required for maintenance and testing of
batteries shall be supplied for each set of the batteries of each unit/plant auxiliary system.
Each set include at least the following:
a) Hydrometer 5 Nos
b) Set of hydrometer syringes suitable for
the vent holes in different cells 5 Nos
c) Thermometer for measuring electrolyte temperature 5 Nos
d) Specific gravity correction chart 5 Nos
e) Wall mounting type holder made of teak woodfor
hydrometer & thermometer 5 Nos
f) cell testing voltmeter(3-0-3 V) 5 Nos
g) Alkali mixing jar 5 Nos
h) Rubber aprons 5 Nos
i) Pair of rubber gloves 5 Nos
j) Set of spanners 5 Nos
k) No smoking notice for each battery room 2 Nos
l) Goggles (industrial) 5 Nos
m) Instruction card 10 Nos
n) Minimum and maximum temperature indicator
for battery room 1 No.
o) Cell lifting facility 1 Set
p) Vent Caps 2 set
q) Terminal Bolts & Washers 1 Set
r) Plastic Filling Bottles 10 Nos.
s) Alkali resistant funnel & Mugs 10 Nos.
7.07.03 Cell booster charger shall be provided with main plant UPS & 24 V DC batteries set to
charge the new & sick cell for revival of cell. The cell booster shall be built in separate
portable panel. Resistive load discharge bank shall also be provided with main plant UPS
& 24 V DC batteries set to discharge the batteries in case of over charged batteries.
7.08.01 One 415 Volt, 3 phase to 240 Volt, single phase transformer along with associated static
voltage stabilizer shall be furnished with each UPS set.
This transformer and stabilizer combination shall convert 415 V olt + 10% plant auxiliary
AC supply to 240V + 1% single phase standby AC Power which will serve as UPS
system back up supply source.
7.08.02 The transformer and stabilizer shall be sized for 100 percent UPS load and shall
coordinate w ith the l argest br anch ci rcuit pr otection device for feeder short ci rcuit
current without sacrificing voltage regulation. The voltage stabilizer shall employ silicon
solid state circuitry and shall maintain the specified output voltage for 0-100% load with
input voltage variations as indicated above. Class of insulation of wound components
like transformers etc shall be class H with temp rating up to class B.
7.09.01 The bi dder sh all o ffer a completely se parate par allel r edundant sy stem with 50 % l oad
sharing on each charger to cater to 24 V DC requirements for control, protection interlock
& se quencing sy stems for B TG ( Turbine pr otection, M FT & so lenoid v alves etc.). 24V
DC system shall consist of
Input for 24 V DC systems shall be from 3 phas e MCC system. 24VDC power supply to
load will be through MCCB, MCB, and r edundant feeders DCDB - 1 and DCDB – 2.
Grounding cubicle for 24 V DC system shall be included in scope of supply.
SLD of 24 V DC charger system as per NIT drawing # 114-17-0200 shall also be referred
by bidder.
7KH FKDUJHUVK DOOEH FXUUHQW OLPLWHG DW RI IXOO ORDG WRU HGXFHRXW SXW YROWDJH IRU
FKDUJHUFLUFXLWSURWHFWLRQDQG IRUSURWHFWLRQRIEDWWHU\IURPRYHUFKDUJH7KHFXUUHQWOLPLW
VKDOOEHFRQWLQXRXVO\DGMXVWDEOHIURPWR
7KHFKDUJHUVVKDOOKDYHDVO RZZDONLQFLUFXLWZKLFKVKDOOSUHYHQWDSSOLFDWLRQRIIXOOORDG
'&FXUUHQWLQOHVVWKDQVHFRQGVDIWHU$&SRZHULVHQHUJLVHG
7KH FKDUJHUV VKDOO EHIHG IURP 9 $& += SKDVH7KH %LGGHU VKDOO SURYLGH DOO
UHTXLUHGSRZHUFDEOHVIURP9$&SRZHUVXSSO\V\VWHPWRKLVSRZHUVXSSO\V\VWHP
7KHPLQLPXPIXOOORDGHIILFLHQF\DWQRPLQDOLQSXWDQGRXWSXWVKDOOEH
&KDUJHU GHVLJQ VKDOO HQVXUH WKDW WKHUH LV QR FRPSRQHQW IDLOXUH GXH WR IOXFWXDWLRQV RI
LQSXWVXSSO\RUORVVRIVXSSO\DQGU HVWRUDWLRQ7KLVIHDWXUHVKDOOEHGH PRQVWUDWHGGXULQJ
IDFWRU\WHVWLQJDWYDULRXVORDGV
%LGGHU VKDOO IXUQLVK WKH HTXLSPHQW FRPSOHWH LQ DOO UHVSHFWV DORQJ ZLWK FKDUJHU UDWLQJ
YROWDJHGURSFDOFXODWLRQVVXSSRUWLQJFXUYHVGDWDHWF
9 ' && KDUJHUVL ]LQJFD OFXODWLRQVK DOOEHVX EPLWWHG IRUDSS URYDODW GHJ &
DPELHQW(DFK,QGLYLGXDOSDUDOOHOUHGXQGDQW 9'&FKDUJHUV\VWHPVKDOOEH GHVLJQHG
FRQVLGHULQJGHVLJQPDUJLQ
%DWWHULHV$QG$FFHVVRULHV
7KH 9' &V\ VWHPE DWWHULHV VKDOO EH 7ZR VH W RI KHDY\GXW \ 1LFNHOFDGPLXP
)LEHUSODWHGW\SHDVVSHFLILHGDWFODXVHQR%DWWHU\VL]LQJFDOFXODWLRQVKDOODOVR
EHVXEPLWWHGIRUDSSURYDODV SHUIDFWRUVVSHFLILHGDWFODXVHQR$OORWKHULWHPV
VKDOODOVREHIXUQLVKHGE\ELGGHUDVVSHFLILHGDWFODXVHQR
,Q RUGHU WR PRQLWRU WKH EDWWHULHV RQOLQH EDWWHU\ KHDOWK PRQLWRULQJ V\VWHP VKDOO EH
HPSOR\HG
$& '&3RZHUVXSSO\IRU%23SDFNDJHV
7KH 836 V\VWHP VKDOO EH VHSDUDWH IRU HDFK %R3RIIVLH SDFNDJH 7KH 836 VKDOO EH
GHVLJQHGDVVSHFLILHGDWFODXVHQRWR
3DUDOOHOUHGXQGDQW9$&WR9 '&FRQYHUWRUZLWKVKDULQJ FDSDFLW\
VKDOOEHSU RYLGHGI RU 9 ' &SR ZHUVX SSO\ LQHDFK FX ELFOHVH SDUDWHO\DV SHU
UHTXLUHPHQWVIRU %232IIVLWH SDFNDJH¶V 3/& FRQWURO V\VWHP DQGPLFURSURFHVVRU EDVHG
FRQWUROV\VWHP
7KH8 36SR ZHUV XSSO\ VKDOO EHH [WHQGHGW R 3DUDOOHOU HGXQGDQW 9 $&W R 9 '&
FRQYHUWRUWKUXUHGXQGDQW836IHHGHUV
$&W R' &FR QYHUWRUVK DOOEH6 036EDVH GDQG VKDOOKDY H ZLGHU DQJHR I$ &'&L QSXW
YROWDJH 9 $& 9'& ,W VKDOO KDYH WKH QHFHVVDU\ GLDJQRVWLF IXQFWLRQV
OLNHLQGLFDWLRQVIRU'&2.DXWRPDWLFRYHUORDGPRQLWRULQJHWF7KH07%)IRUWKHSRZHU
VXSSOLHV VKDOO QRW EH OHVV WKDQ KRXU V LQ $FFRUGDQFH ZLWK ,(& ± Z LWK
RSHUDWLQJWHPSIURP±GHJ&WRGHJ&
[0:(1125(6(=6XSHUFULWLFDO7KHUPDO3RZHU
3URMHFWDW$VK'\NHRI1&736
6SHF1R&(&3 ((((271R
Vol. V /6KHHW
599 of 680
Page
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
The C onstruction det ails for U PS & 24 V D C c harger sy stem ca binets/enclosure sh all
conform to the requirements indicated in chapter 6.
7.11.01 Grounding
Normal, AC power supply will be g rounded at the source. For grounding other than this,
I/P and O/P isolation transformers shall be furnished with the UPS.
7.11.02 All the transformers used any where in UPS & 24 V DC charger circuitry shall be copper
wire winded with class H insulation.
7.12.01 Distribution board shall be furnished with components, devices and materials meeting the
requirements specified herein.
7.12.02 Each DC distribution board shall be constructed for 2 wire DC distribution .All bus bars
shall be of solid copper. Each panel shall have four double pole 800 amps MCCB and
properly sized fuses for three incoming feeders (two from chargers and one from battery)
and two double pole 800 amps Moulded case circuit breakers with thermal over current
relays and electromagnetic over current relays for two out going feeders to inverters.
Isolators and circuit breakers shall open and close with snap action. Fuses of appropriate
capacity sh all be pr ovided f or i ncoming feeder from bat tery. A ll s witches, fuses, ci rcuit
breakers and buses shall be rated for D C system fault level, which shall be indicated by
the bidder in his proposal. Circuit identification cards mounted in card holders shall be
provided on t he hi nged panel boar d front. The num ber o f feeders (WITH 20% sp are
feeders) and rating of each feeder shall be t o suit the individual load keeping in view the
fuse cl earance ca pability of U PS system al ready st ipulated and sh all be as finalised
during engineering. No price implication is admissible for the number ratings of feeders
as decided dur ing en gineering and ow ners decision i n t his shall be f inal. E ach feeder
shall have fast acting semi conductor fuse, MCB & LED indication for ON status.
7.13.01 Panel boar ds for di stribution o f co ntinuous AC power t o esse ntial l oads shall be dead -
front type panel boards rated for 600/1100 V, AC service. The hinged panel board front
shall cover the fuses and wiring gutter but not the switch handles. The hi nged front and
switch handles shall be covered by the enclosure door.
7.13.02 Each panel board shall be constructed for 2 wire, single- phase distribution with a so lid
neutral bar. Phase and neutral bars shall be of copper. Rating of the main lugs shall be
equal to the rated continuous full load current of each inverter.
7.13.03 Each panel board shall have one fused disconnect switch & MCCB of adequate rating
for incoming feeder for A C Bus and requisite double pole, suitably rated ampere
fused, di sconnect sw itch br anch ci rcuit de vices (MCB). Fuse d sw itches shall be
equipped w ith ar c quenchers, v isible bl ades, and quick-make quick-break
operating mechanisms. Maximum size fuse which branch circuit fuse holders will accept
shall be r ated at 60 am peres. A s each U PS f ed l oad w ill be pr ovided w ith t wo hot
redundant 100% rated feeders. Main feeders to ACDB shall be provided with digital type
Ammeter, Voltmeter, Frequency meter, PF meter, Watt meter & VA meter. One from
ACDB-A and other from ACDB-B, boards with feeders shall be co nstructed in line. T he
number of feeders (WITH 20% spare feeders) and rating of each feeder shall be t o suit
the individual load keeping in view the fuse clearance capability of UPS system already
stipulated and shall be as finalised during engineering. No price implication is admissible
for the number ratings of feeders as decided during engineering and ow ners decision in
this shall be final. Each feeder shall have f ast acting semi conductor fuse, MCB & LE D
indication for ON status.
7.14.01 The UPS system & 24 V DC system shall be factory tested under various stages of
manufacture and upon full co mpletion as per O wner appr oved q uality Assurance pl an,
the tests shall include, but shall not be limited to the following:
Type and routine tests for various components and sub assemblies in accordance with IS
and/or NEMA, TEE Test Standards.
Functional tests to demonstrate compliance with all specified requirements and published
specifications, su ch as frequency r egulation, v oltage r egulation, cu rrent l imiting, fuse
clearing capability of inverters, demonstration of phase and frequency control of inverters
for synchronisation with range of adjustments; transfer and retransfer of static switches
under influence of under voltage and ov er current, tests on charges, batteries and other
system components to confirm compliance with specification.
i) Power Efficiency (IEC 146-2, IEC 146) at 100% load, 50% load.
ii) Load test (Approved Procedure)- load regulation test
iii) Audible noise test (IEC 146-2 )
iv) Fuse clearing capability (Approved Procedure)
v) Relative harmonic content (IEC 146-2)
vi) Synchronous transfer & synchronization test (IEC 146-4)
vii) Temperature rise test without redundant fans (IEC 146-2)
viii) Input voltage variation test (Approved Procedure)
ix) Overload test on inverter & charger (Approved Procedure)
x) Insulation test (IEC 146)
xi) Restart test (IEC 146-2)
xii) Short circuit current capability (IEC 146-2 clause 5.10)
xiii) Output voltage & frequency tolerance (IEC 146-2)
xiv) Voltage current division (IEC 146-2)
xv) Relative harmonic content (IEC 146-2)
xvi) Parallel redundancy ( * Simulation of Parallel redundant fault (IEC 146-4 )
xvii) Overload test (final acceptance test)
xviii) Any other required as per national international standard or QAP
G. SPECIFICATION
FOR
CONTROL PANELS
CHAPTER-6
Supervisory control desks for DDCMIS and other systems shall be supplied for mounting
the r equired ope rating station as sp ecified el se where i n t he sp ecification. Also co ntrol
desk will be provided for balance work stations – located in computer room, supervisor
room etc. All furniture including chairs and tables for printers etc. shall also be pr ovided
by the bidder.
Also control desk & co mplete furniture will be provided for work stations & printers –
located in respective control room for BOP packages.
Industry standard Cushioned revolving, wheel, independently, adjustable seat and back
chairs with provision for adjustment of height shall be pr ovided for the operator & unit in
charge & other personnel in central control room area & BOP’s control rooms, simulator
rooms, C onference room, m eeting r oom, docu mentation r oom, st aff r oom, C AAQMS
shelters, CAAQMS room etc. These shall be designed for sitting for long duration such
that these are comfortable for the back. The exact details shall be finalised & approved
by Owner during detailed engg.
The ac tual nos. , pl acement and p rofile o f the m ain pl ant co ntrol r oom des k sh all be
decided during the detailed Engineering.
The tentative layout of central control desk, LVS & consoles are shown in the Drg. No.
114-05-0108, 0105 & 0111.
Glass top t eak wood o ffie table w ith l ockable dr awers shall be pr ovided f or C hief
Enginner room and all other executive rooms.
In addi tion to the LV S a nd O WS, a l imited oper ation from bac kup uni t control panel i s
envisaged for emergency operation and to provide safe shut down of plant. The U nit
control panel shall housed Conventional Push-button (ILPB) stations, Console inserts (for
SG, TG & Generator like FSSS, HPBP, SADC, APRDS, ATRS, ATT, DEHC, LPBP etc),
Trip Push Buttons, EWLI, Ammeters, chartless recorders, & min. 15 nos. programmable
digital display un its for Boiler, T urbine & Generator’s parameters. The mosaic grid shall
be heat resistant, flame retardant, self extinguishing, and shrinkage free, non reflecting
type. Finish of mosaic grid shall be m at type with out flaring. Hard wired emergency trip
pushbuttons shall be arranged on operator station desk & in parallel on UCP.
In addition to above, 21 nos. Programmable digital display units common for both units
showing total MW shall be pr ovided by bidder at different locations of plant. The data to
this DDU will be fed from DDCMIS through MOD BUS/PROFI BUS /RS 485 protocol and
not hard wired. The digit size of the display unit will be 300 mm for 6 Nos. and 200 mm
for 15 Nos. The placements/locations shall be decided during detailed Engineering.
Control panel cum desk with HW annunciation windows, ILPBs, Ammeters, Annunciation
& desk PBs, mimic, lamps, Indicators, recorders, etc. shall be pr ovided as per Annexure
A – Control System Philosophy for BOP packages.
(Exact service & quantities will be worked out & approved during detailed engineering by
owner).
6.02.03 Two ( 2) nos. v ertical S teel A lmirahs shall be pr ovided f or keeping docu ments in eac h
BOP package’s control room. Glass doors for each rack shall be pr ovided such that the
documents are visible from outside. Size of the rack shall be sufficient to easily fit
technical manuals. The exact details shall be approved by Owner during detailed engg.
Suitable lockers (min. 24 nos. per unit) shall be provided in the room adjacent to the each
central uni t co ntrol r oom for st oring o f per sonal ar ticles of co ntrol r oom per sonnel.
Similarly suitable l ockers (min. 8 nos in each co ntrol r oom) sh all be pr ovided in B OP
package co ntrol rooms for st oring o f per sonal ar ticles of co ntrol r oom pe rsonnel. A lso,
vertical steel almirahs (min. 4 nos. per unit) shall be pr ovided in Documentation Room
for storing of documents.
Vertical S teel A lmirahs shall al so be pr ovided f or the following r ooms, w herein f inal
quantity may be decided by owner during detailed engineering
In addition to above, All industry grade furniture including chairs, control tables, tables for
printers etc. & Almirahs for storage of consumables/catalogues/manuals shall also be
provided by the bidder as on required basis and finalized by owner any where in power
plant. Details shall be finalised and approved by Owner during detailed engineering.
6.02.04 Control panels for service system like C.W. Pumps etc. will be l ocated in the respective
control r oom. In addi tion , some l ocal panel s will be pr ovided n ear r espective
system/equipment su ch as Boiler Feed P ump, Hydrogen se al oi l sy stem, E lectrostatic
precipitator etc.
Marshalling/Termination cabinets for the control system shall be su pplied for terminating
all ca bles originating from t he field, M CC/SWGR or any ot her so urce o f si gnal and for
distributing the signals to different functional panels, MCC/SWGR and control cubicles.
Incoming cables from the field, MCC/SWGR or any other source of signal shall be
terminated in suitable terminal blocks in logical sequence.
Prefabricated cables with plug in connectors at both ends shall be used for extending the
signals to the functional panel s. M atching pl ug sockets shall be p rovided i n t he
termination cabinets for terminating the plugs.
Interposing relay panels for the system shall be s upplied for mounting interposing relays
& t erminating al l ca bles originating from t he D O ca rds in ca se o f so lenoid valves, and
other required services etc. IPR panels shall be placed in CER and LCR.
Terminal blocks shall be located inside the cabinets on support wings fabricated of metal
plates.
The plug socket shall be mounted on hinged plates to provide an access to the rear pins
of the plugs.
General features of t ermination ca binets and a ccessories shall co nform t o the g eneral
design and co nstruction sp ecification o f panel s. T erminal bl ocks shall be R ail m ounted
Terminal blocks (Screw less cage clamp type) with markers.
All pane ls, cu bicles, co nsoles, S OV panel s and encl osures furnished as per t his
specification shall be of free standing type and shall be constructed of specified gauge of
steel pl ates. The panel sh eet thickness shall b e not l ess than 2 mm u nless otherwise
specified herein.
The panels, consoles/desks shall be r einforced as required to ensure true surfaces and
adequate su pport for i nstruments mounted t hereon. A ll i nstrument cu touts, m ounting
studs, and support brackets shall be accurately located. All welds on the exposed panel
surfaces shall be ground smooth. Finished panel surfaces shall be f ree f rom waves,
bellies, or other imperfections. Unless specified, otherwise, panel doors shall be 4 points
hinged and shall have turned back edges and additional bracing where required to
ensure rigidity. Door hinges shall be of the concealed type. Door latches shall be of the
three-point type t o ensu re t ight cl osing. D oor l ocks shall be furnished which w ill al low
actuation o f al l l ocks by a si ngle m aster key. All panel s shall hav e r emovable l ifting
eyebolts for safe lifting from top during storage and installation handling.
Cabinet doors shall be h inged and shall have turned back edges and ad ditional braking
where required ensuring rigidity. Hinges shall be of concealed type. Door latches shall be
of three/four-point type to assure tight closing. Detachable lifting eyes or angles shall be
furnished at the top of each separately shipped section and all necessary provisions shall
be m ade t o facilitate handl ing w ithout dam age. Front and r ear door s shall be pr ovided
with locking arrangements with a master key for all cabinets. If width of a cabinet is equal
or more than 800 mm, double doors shall be provided.
All panel s sh all be m ounted on v ibration dam pers, w hich ar e se cured t o ch annels
mounted on the floor. The ch annels shall be field welded t o st eel pl ates set i nto t he
concrete flooring. The steel plates shall be located such as to approximate the outline of
panel bases. The exact mounting details shall be as approved by the owner during
detailed engineering stage. All panels shall be provided with adequate ventilation and
packaging density of components shall be restricted so as to limit the temperature rise
above am bient t o 10° C under t he w orst conditions. A ll panel s shall hav e aut o on/ off
switch f or in ternal lig hting. All t he pow er su pply ci rcuit for control pa nels shall be
provided with auto changeover circuitry.
In each panel /cabinet, a 24 VDC Voltmeter digital type shall be provided to check the
Field Interrogation voltage.
Exhaust Fans with louvers & filters shall be provided on door’s (front & Rear) upper side to
remove hot air in all consoles, control desk and panels.
Fire/Smoke detectors shall be pr ovided inside the Control room mounted system/control
cabinets.
UPS, 24 V DC & non UPS’s Feeder failure/ healthy indication shall be p rovided in each
cabinet & remote indication shall be hooked up to DDCMIS/ PLC/annunciation & suitably
grouped.
All the pan els shall be e quipped with Anti vibration pad of min. 15 mm size. Cable gland
plate thickness shall be 3 mm.
All the cable entries shall be at the bottom of electronic cubicles/control panels.
6.04.01.1 In CCR, Operator work station consoles/desk shall be of granite top of curved nature with
powder coated frame. OWS consoles shall be provided with the facility for locating the
CPU, document etc with all required utilities.
Unit In charge desk/consoles shall be of granite top of curved nature with powder coated
frame. OWS consoles shall be pr ovided with the facility for locating the CPU, document
etc with all required utilities.
Station In charge desk/consoles shall be of granite top of curved nature with po wder
coated frame. OWS consoles shall be provided with the facility for locating the CPU,
document etc with all required utilities.
6.04.01.2 Engineer w ork s tation and al l ot her co nsoles/desk sh all be er gonomically desi gned
industrial grade type with swivel chairs for use at the various Programming stations and
all ot her pl ant l ocations. A ll t he e quipment l ike P rogrammers stations, P C's, v arious
peripherals & similar devices shall be complete with desks and they shall be of industrial
grade stands and other mounting accessories and the same shall be completely erected
& commissioned by the bidder. Details for other operating and en ginering stations shall
be as below:
i. Operator Control desk shall be free standing table top type with doors at the back
and sh all be co nstructed o f 3 mm t hick CRCA st eel pl ates. I t sh all hav e
concealed cable & wire way management system. The t op su rface of control
desk sh all be 30m m thick w ith t he t op 12m m o f acr ylic solid su rface and t he
remaining 18mm of laminated medium density fibre board. Control desk shall
consist o f v ertical, hor izontal and base su pports with t heir co verings for w ork
surface, keyboard trays, Mouse pads, Monitor shelf and concealed cable and wire
way m anagement, per forated t rays with co vers in bot h hor izontal & v ertical
directions.
ii. To achieve durable & water resistant finish, a sheet of “plastic PVC membrane"
on t he su rface o f co ntrol desk s shall be pr ovided. Fi nal pai nt f inish w ith pr oper
smoothening is to be ensured. Final finish of CD should be in line with relevant
International standards. For more durability, the membrane sheet of the Control
desk should extend 200 mm more into the underside of the desk. The cabling /
wiring bet ween O WS & C PU’s, pow er su pply c ables etc. sh all be aes thetically
routed and concealed from view.
iii. All the control desk shall be eq uipped with Anti vibration pad of min. 15 m m size.
Cable gland plate thickness shall be 3 mm.
All panel exterior steel surfaces shall be ground smooth, and painted as specified below:
Suitable filler shall be appl ied to all pits, blemishes and voids in the surfaces. The filler
shall be sand blasted so that surfaces are level and flat, corners are smooth and even.
Exposed raw metal edges shall be ground burr free. The entire panel surface shall be
sand blasted to remove rust and scale and all other residue due to the fabrication
operation. Oil grease and salts etc. shall be removed from the panels by one or more
solvent cleaning methods. Alternatively 7 tank process shall be followed.
Two spray coats of inhibitive epoxy primer – surface shall be appl ied to all exterior and
interior surfaces, each coat of primer surfacer shall be of dry film thickness of 1.5 mil. A
minimum of two spray coats of final finish colour (Catalysed epoxy finish) shall be applied
to al l su rfaces of d ry f ilm t hickness 2.0 mil. The finish co lours for ex terior and i nterior
surfaces shall conform to the following shades:
b) Interior - Glossy white two coats/RAL 7035 with fire resistant paint
One uniform colour shade as finalized shall be applicable for complete plant.
Paint f ilms, w hich sh ow sa gs, ch ecks, bl isters teardrops, fat edg es or ot her pai nting
imperfections, sh all not be acce ptable and i f a ny su ch def ects appear, t hey sh all be
repaired by and at the expenses of the Bidder.
Interconnecting w iring s hall be pr ovided bet ween al l el ectrical dev ices mounted i n the
panels, and bet ween the devices and terminal blocks if the devices are to be co nnected
to equipment outside the panels by cabling and through pre-fabricated plug in cables. All
alarm contacts located within a panel shall be wired to terminal blocks. Thermocouple
and other special circuits shall be f ield wires direct to instrument terminal blocks without
the use of panel wiring.
All control and instrument wiring used within the panels shall confirm to NEC and NEMA
standards and shall be factory installed and tested at the works of a qualified
manufacturer. A ll i nterior w iring sh all be i nstalled neat ly and ca refully, and sh all be
terminated a t su itable terminal bl ocks. S ufficient cl earance sh all be provided f or al l
control and i nstrumentation l eads, and al l i ncoming and ou tgoing l eads shall be
connected to terminal blocks suitably located for connecting external circuits.
All panel wiring shall have appropriate ferruling for clear identification. Interior wiring
shall be so arranged that the external connections can be made with only one wire per
terminal point. Any common connections shall be made internal side of the terminal
blocks. Common connections shall be limited to two wires per terminal. Instrumentation
cable shield wires shall be connected to separate terminal at the terminal block. Signal
circuit shields shall be grounded separately.
All internal wiring (except low level instrument wiring) shall be National Electric Code
Type S IS, P olymetric/Elastomeric insulated, t inned co pper s tranded co nductor,
switchboard wire, or owner approved equal.
Panel wiring sh all ha ve a f lame r esistant i nsulation with adeq uately s ized 650/ 1100 V
grade tinned copper stranded conductor based on current carrying capacities as etc forth
by the National Electric Code.
Wire sizes shall be as specified herein and suitable for intended applications.
Wiring t o door mounted devi ces shall be pr ovided with ( 49 st rand m inimum) adeq uate
loop lengths of hinge wire so that multiple door openings will not cause fatigue braking of
the conductor.
Panel wires shall be identified with wire number and each termination by means of Action
craft products split sleeve or Borden Chemical Co. indelible tubing markers or owner
approved equal. C orrections and modifications of all panel wiring shall be B idder’s sole
responsibility. Any corrections/modifications required at site for successful commissioning
shall be done by the Bidder without any additional costs. Terminal lugs furnished must
be of the compression, insulated sleeve, half ring tongue type. Open-ended terminal lugs
will not be accepted. Wires shall not be looped around the terminal screws or studs.
Panels, cabinets, consoles/desks will be pr ovided with removable, gasketed cable gland
plates and cable glands, for all floor slots used for cable entrance. S plit type grommets
shall be used for prefab cables.
Internal wiring in factory prewired electronic systems cabinets may be installed according
to the Bidder’s standard as to wire size, insulation, and method of termination on internal
equipment except that insulation for all wiring power supply wiring, and interconnecting
cables between devices shall pass the following tests.
All t erminations for i ntra panel w iring i nter pan el ca bling and connecting the B idders
panels, PB stations, control stations etc. shall be with cage clamp Screwed less
connections. S oldered connections are no t acc eptable. A ll f ield si de o r ex ternal i nput
connections shall also preferably of Cage clamp/Spring Clamp/ Screwed less connection.
Conductor Clamping shall also confirm to Standard IEC – 60947-1 & IEC-60947-7-1.
6.07.01 Instruments and relays mounted on the panels shall be easi ly accessible f or repair and
replacement without disturbing other equipment their connected wiring. No special tools
shall be needed for the purpose.
Panels shall be pr ovided with LED based illuminating lamps with door switch and si x (6)
point 6/ 16A, 240V A C uni versal t ype po wer so ckets with sw itch f or m aintenance
purposes. These switches shall be with quick make and break mechanism. 100 % spare
LED l amps shall be p rovided with each panel , t hese a re i n addi tional t o mandatory
spares.
Where fuse blocks rated 30 amp. 250 Volts are required by the specifications or the
manufacturer’s design, t hey sh all be m odular t ype w ith bak elite frame and r einforced
retaining clips. B locks shall be cl ass H.2 pol e, scr ew t erminal fuse bl ocks. B locks for
other current and voltage ratings shall be similar in construction.
All fuses shall be fast acting semiconductor types for AC supply and compatible to the
UPS f uses. For al l D C P owered dev ices, si milarly t he f uses shall be f ast ac ting
compatible to DCDB fuse provisions. All the AC power supplies shall be provided with the
protection of Fast acting semi conductor fuses & 2 P thermomegnetic type MCB. Make of
Fuses shall be G E or Siemens. For all the DC power supply circuits, electronic type DC
MCB sh all be use d onl y. M ake o f D C M CB sh all be S iemens, P hoenix contacts, M urr,
Weidmuller, or Lutze.
50 % spare fuses shall be provided with each panel, these are in additional to mandatory
spares.
6.12.00 GROUNDING
All panels and cabinets shall be provided with a continuous bare copper ground bus of
minimum 6 mm x 25/50 mm cross section. The ground bus shall be bol ted to the panel
structure and effectively ground the entire structure. Each Ground bus shall have
provision at each end for co nnection o f ground l eaks ( 6 m m x 50 mm GI Fl ats) by
suitable bolting. All system cabinets shall be brought to a common system ground by the
bidder. Electronic earthing resistance shall be < 0.5 ohms.
Each circuit requiring grounding shall be i ndividually and di rectly connected to the panel
ground bus by r ing t ongue t ype co mpression l ugs. For el ectronic system ca binets the
system ground bus shall be insulated from the cabinet enclosure and shall be separately
connected t o the system ground. All sy stem cabinets shall be brought to a common
system ground by the bidder.
The Bidder shall furnish his recommendations regarding grounding requirements for all
equipment/systems and shall sp ecifically i ndicate t he dev iations if any f rom the abov e
requirements as a part of his proposal.
For all inputs to the system emanating from the field or other systems, the bidder shall
furnish terminals suitable for correct size of field cables.
6.13.01 All outputs going to MCC/SWGR terminal blocks, shall be rated 600 volts minimum and
shall hav e st rap scr ew l ess terminals suitable for co nnection o f w ires with r ing tongue
type lugs. Standard terminal blocks shall be screw less cage clamps type. Terminal
blocks shall be appr oximately si zed f or l arger w ire si ze of hi gher v oltage i nsulated
incoming conductors as necessary. All the TBs used shall be 6. 6 polymide to withstand
corrosion and the metallic portion shall be coated against rust /corrosion. All metal parts
should be non –ferrous in nature.
6.13.02 Terminal blocks shall be provided with white marking strips and re permitted by the safety
codes and standards shall be without covers.
6.13.03 Fuses shall not be mounted on t erminal bl ocks. N either step t ype t erminal bl ocks nor
angle mounting of terminal blocks will be acceptable.
6.13.04 At least 20 per cent spare unused fully wired terminals shall be provided on each terminal
block for ci rcuit modifications and for t ermination o f al l co nductors in a multi-conductor
control cable with each panel, enclosure, cubicle, SOV Boxes etc.
Name plates of adequate size shall be provided for each panel on front and rear of the
panel. Instruments/other accessories mounted inside the panels shall have identification
marking clearly visible from inside.
Devices to be mounted on t he panels shall also be labeled on the panels shall also b e
labeled on the outside of the panel. Name plates shall be of polyamide sheets with black
letters on w hite background. N ame plates shall be at tached to the boards by means of
stainless steel panhead screws. Fuses provided for protection of various boxes shall be
accessible for replacement. Fuse boxes shall be provided with circuit label and fuse
rated current and voltage.
Markings/Labels
All m arkers/labels shall be m ade o f hal ogen & si licon f ree pol yamide m aterial w ith
inflammability class V2 as per UL 94, ensuring scratch proof printing with the use of
environment friendly solvent free ink & latest BLUEMARK UV technology so as to comply
the WIPE RESISITANCE according to DIN EN 61010-1/VDE 0411-1.
H.DRIVE
CONTROL
PHILOSOPHY
FOR
ANALOG
&
BINARY
DRIVES
J.APPLICABLE
CODES
&
STANDRARDS
6\VWHPSDUWLFXODUVDUHDVIROORZV
7URSLFDOLVDWLRQ
$OOH TXLSPHQWVX SSOLHGDJ DLQVWW KLV VSHFLILFDWLRQVK DOOEHJ LYHQW URSLFDO
IXQJLFLGDOWUHDWPHQWLQYLHZRIWKHVHYHUHFOLPDWLFFRQGLWLRQVSUHYDLOLQJDWVLWHDV
GHVFULEHGXQGHUSURMHFWGDWD
7URSLFDOSURWHFWLRQVKDOOFRQIRUPWR,6HQWLWOHG&OLPDWH3URRILQJRI(OHFWULFDO
(TXLSPHQWRU % ,&3HQ WLWOHG 3URWHFWLRQ R I( OHFWULFDO3 RZHU
(TXLSPHQW$JDLQVW&OLPDWLFFRQGLWLRQ
*DVHVDQGIXPHV 6XOSKXUGL R[LGHDQG RUW ULR[LGHI XPHV PLOGO\SU HVHQW& OLPDWHL V
WURSLFDOFRQGXFWLYHWRIXQJXVJURZWK
'XVWSDUWLFOHV +HDYLO\GXVW\ZLWKDEUDVLYHGXVWDQGFRDOSDUWLFOHVRIVL]HWR
PLFURQVSUHVHQWLQWKHDWPRVSKHUHLQODUJHTXDQWLW\
&2'(6$1'67$1'$5'6
$OO HT XLSPHQWVV\ VWHPDQGVH UYLFHFR YHUHGXQGHU W KLV VS HFLILFDWLRQVK DOO
FRPSO\ZLWKWKHUHTXLUHPHQWVRIWKHODWHVWV WDWXWHVUHJXODWLRQVDQGVDIHW\FRGHVDV
DSSOLFDEOHL QW KH O RFDOLW\Z KHUHW KHH TXLSPHQWVV\VWHPV ZLOOEHL QVWDOOHG 7KH
%LGGHUVKDOOIXOO\DFTXDLQWKLPVHOIZLWKWKHVHUHTXLUHPHQWVDQGVKDOOHQVXUHFRPSOLDQFH
ZLWKWKHP
7KHHTXLSPHQWVV\VWHPVDQGVHUYLFHVIXUQLVKHGDVSHUWKLVVSHFLILFDWLRQVKDOOFRQIRUP
WRWKHFRGHVDQGVWDQGDUGVPHQWLRQHGLQ&OQRRIWKLV6HFWLRQ+RZHYHULQWKH
HYHQW RI DQ\ FRQIOLFW EHWZHHQ WKH UHTXLUHPHQWV RI WZR VWDQGDUGV RU EHWZHHQ WKH
UHTXLUHPHQWV RIDQ\ VW DQGDUGDQGW KLV VS HFLILFDWLRQW KHP RUHVW ULQJHQW
UHTXLUHPHQWV VKDOO DSSO\ XQOHVV FRQILUPHG RWKHUZLVH E\ WKH 2ZQHU LQ ZULWLQJ 7KH
GHFLVLRQRIWKH2ZQHUVKDOOEHILQDODQGELQGLQJLQDOOVXFKFDVHV
7KH %LGGHU
V VFRSH RI VXSSO\ VKDOO LQFOXGH VRPH LWHPV VXFK DV WKHUPRZHOOV DQG
RWKHUL QOLQHGHY LFHV I RUP DLQVW HDPKRW UHKHDWFR OG UHKHDW IHHGZ DWHUV\ VWHP
IDOOLQJX QGHU WKHSX UYLHZRI , QGLDQ% RLOHU5 HJXODWLRQ ,%5$ FW , W VKDOOEHW KH
UHVSRQVLELOLW\ RI WKH %LGGHU WR REWDLQ WKH QHFHVVDU\ DSSURYDO RI WKH FRQFHUQHG
,QVSHFWLQJ$ XWKRULW\&KLHI, QVSHFWRUR I% RLOHUV IRU WKHGHVL JQDQGGH VLJQFD OFXODWLRQV
DQGPDQXIDFWXULQJDQGHUHFWLRQSURFHGXUHVDVFDOOHGIRUXQGHUWKH,%5DFWIRUDOOLWHPV
UHTXLULQJVXFKFHUWLILFDWLRQV
7KHUHTXLUHPHQWVRIVWDWXWRU\DXWKRULWLHVHJ02(),QVSHFWRUVRIIDFWRULHV,%57$&
%((& 3&%713&%HW FZ LWKU HJDUGV WRY DULRXV SODQWV DUHDV OLNH0 DLQSO DQW)XHO RL O
SODQWV\VWHP&KORULQDWLRQ3ODQW)LUH)LJKWLQJV\VWHP(PLVVLRQ0HDVXUHPHQW$PELHQW
$LU0RQLWRULQJV\VWHPHWFVKDOOEHFRPSOLHGHYHQLIQRWDFWXDOO\VSHOWRXW
5HIHUHQFH&RGHVDQG6WDQGDUGV
7KHGHVL JQ PDQXIDFWXUHL QVSHFWLRQ WHVWLQJ VLWHFD OLEUDWLRQD QGL QVWDOODWLRQR IDO O
HTXLSPHQWDQGV\ VWHPVFR YHUHGXQGHU W KLV V SHFLILFDWLRQVK DOOFR QIRUPW RW KHO DWHVW
HGLWLRQV RIFR GHV DQGVW DQGDUGV P HQWLRQHGEHO RZDQGDO ORW KHUDSSO LFDEOH$ 16,
[0:(1125(6(=6XSHUFULWLFDO7KHUPDO3RZHU
3URMHFWDW$VK'\NHRI1&736
6SHF1R&(&3 ((((271R
Vol. V /6KHHW
620 of 680
Page
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
ASME, I EEE, NEC, NEMA, ISA, DIN, VDE, NFPA, IEC, EIA, TIA and Indian Standards
and their equivalents. Bidder to note that in no case, OEM/manufacturers own standards
shall be accepted.
1. Performance Test Code for temperature measurement ASME PTC 19.3 (1974 –
R 1998)
2. Temperature measurement - Thermocouples ANSI-MC 96.1 – 1982, IEC 584
3. Temperature measurement by electrical resistance thermometers - IS-2806.
4. Thermometer-element-platinum resistance-IS-2848, IEC 751/DIN 43760
5. RTD Design Code – DIN EN 60751:1996, BS EN 60751 : 2008
6. Thermowell Design Code – ASME PTC 19.3 TW – 2010
1. Performance Test Code for pressure measurement - ASME PTC 19.2 (2010)
2. Bourdon tube pressure and vacuum gauges - IS 3624, IS 3602, ASME B 40.1
3. IEEE Application Guide for Distributed Digital Control Monitoring for Power Plant
– IEEE 1046
4. Fossil Fuel Power Plant Steam Turbine Bypass System – ANSI/ISA – 77.13.01
5. Human System Interface Design Review Guide lines – NUREG – 700
6. Annunciation Sequence and Specification – ANSI/ISA 18.1
7. “IEEE 1050, IEEE guide for Instrumentation & control system grounding in
generating station”,
8. ANSI/ISA-77.44.01-2007 - Fossil Fuel Power Plant - Steam Temperature Controls
9. ANSI/ISA-RP77.60.05-2001 ( R2007) - Fossil Fuel P ower P lant H uman-Machine
Interface: Task Analysis
10. ANSI/ISA-77.42.01-1999 (R2006) - Fossil Fuel Power Plant Feedwater Control
System – Drum-Type
11. ANSI/ISA-77.20-1993 (R2005) - Fossil Fuel Power Plant Simulators - Functional
Requirements
12. ANSI/ISA-77.41.01-2005 - Fossil Fuel Power Plant Boiler Combustion Controls
13. ANSI/ISA-RP77.60.02-2000 ( R2005) - Fossil Fuel P ower P lant H uman-Machine
Interface: Alarms
14. ANSI/ISA-77.70-1994 ( R2005) - Fossil Fuel Power P lant I nstrument P iping
Installation
15. ANSI/ISA-TR77.60.04-1996 ( R2004) - Fossil Fuel P ower P lant H uman-Machine
Interface-Electronic Screen Displays
16. ANSI/ISA-77.43.01-1994 ( R2002) - Fossil Fuel Power P lant U nit/Plant Demand
Development-Drum Type
17 ANSI/ISA-77.13.01-1999 - Fossil Fuel Power Plant Steam Turbine Bypass
System
a) Unpackaged
i) Vibration : IEC-68.2.6
ii) Shock : IEC-68.2.27
iii) Drop & Topple : IEC-68.2.31
b) Packaged
C) Electromgnetic Compatibility
2. Relays and relay systems associated with electrical power apparatus - IEEE Std.
3.13, ANSI C 3790-1983.
3. Surge withstand capability tests - ANSI C37.90a-1974. IEEE Std. 472 - 1974
4. Recommended pr actice for si zing l arge lead storage bat teries for generating
stations & substations - IEEE-485.
5. Performance testing of UPS - IEC 146.
6. IEC 62040 – General & Safety requirement of UPS.
7. IEC 62040-2 - UPS – EMC Requirement.
8. IEC 62040-3 - UPS – Method of specifying the
performance and test requirement.
9. IEC 60269-2 – Main Supply Fuse.
10. IEC 60947 – MCCB.
11. IEC/EN 60623 – BATTERIES.
IEEE485/IEEE1115
IS : 10918, IS : 1069
12. IEC 60146 - For DC system.
1.08.02.09 Enclosures
1. Stainless steel material of tubing and v alves for sampling system - ASTM A269-
82 Gr TP316.
2. Submerged helical coil heat exchangers for sample coolers ASTM D 11-98.
3. Water and Steam in power cycle - ASME PTC 19.11(2008).
4. Standard methods of sampling system - ASTM D 1066-69.
1.08.02.12 Annunciators
1. Specifications and guides for the use of general purpose annunciators - ISA RP
18.1-1979.
2. Surge withstand capability tests - ANSI C.37.90a - 1974 and IEEE std. 472-1974
1. Relays and relay system associated with electric power apparatus - IEEE
std.3.13.
2. Surge w ithstand ca pability t ests - ANSI C .37.90a - 1974 and IEEE St d. 4 72 -
1974.
3. General r equirements & t ests for sw itching dev ices for co ntrol and aux iliary
circuits including contactor relays - IS-6875 (Part-I) 1973.
4. Turbine water damage prevention - ASME - TDP-1980.
5. Boiler safety interlocks - NFPA Section 85B, 85D, 85E, 85F,85G.
1.08.02.16 Cables
3. Guide for design and i nstallation of cable systems in power g enerating stations
(insulation, jacket materials) - IEEE Std. 422 - 1977.
4. Requirements of vertical tray flame test - IEEE 383 - 1974.
5. Standard specification for tinned so ft or annea led co pper w ire for e lectrical
purpose - ASTM B-33 - 81.
6. Oxygen index and temperature index test - ASTM D-2863.
7. Smoke generation test - ASTMD-2843 and ASTME-662.
8. Acid gas generation test - IEC-754-1.
9. Swedish chimney test - SEN - 4241475 (F3)
10. Instrumentation ca bles and i nternal w iring I S-1554 ( Part-I, 1976 ) and I S-
5831(1984).
11. Standard f or Control, Thermocouple E xtension and
Instrumentation ca ble - NEMA W C57-2004
ICEA S-73-532, Rev. 2, 2004)
12. PVC insulated (heavy duty) Electric cables for working voltages upto and
including 1100V - IS:1554 (Part-I)
13 Conductors for insulated electric cables and flexible cords. - IS:8130
14 PVC insulation and sheath of electric cables - IS:5831
15. Mild steel wires, strips and tapes top armoring cables - IS:3975
16. Water Immersion Test - VDE 0815
17 Drums for electric cables - IS : 1048
1. Guide for the design and installation of cable systems in power generating
station (cable trays, support systems, co nduits) - IEEE Std. 422, NEMA VE-1,
NFPA-70-1984.
2. Guide for the design and installation of cable systems in power generating
station (Cable trays, support systems, conduits) Test Standards, NEMA VE-1 -
1979.
3. Galvanising of Carbon steel cable trays - ASTM A-386-78.
Where:
I.SPECIFICATION
FOR
QUALITY ASSURANCE
&
TESTING
CHAPTER-14
14.01.01 All equipment furnished under this specification shall be subject to test by authorized
quality assu rance per sonnel of the B idder, representatives of the O wner during
manufacture, e rection a nd on co mpletion. B idder'’ quality assu rance pe rsonnel for
these shop and site tests shall be identified in advance and shall be acceptable to the
Owner. The app roval of t he O wner or passi ng of su ch i nspection o f t ests will not,
however, prejudice the right of the owner to reject the equipment if it does not comply
with the specifications when erected or fails to give complete satisfaction in service.
14.01.02 The Bidder shall furnish details of shop and si te tests proposed to be co nducted by
him at v arious stages to m eet the sp ecification r equirements for ea ch t ype of
instrument/system al ong w ith hi s proposal. B idder sh all al so f urnish d etails of hi s
proposed shop and site quality assurance organization for this contract
14.01.03 Bidder shall prepare a detailed shop and site ‘Quality Assurance Programme’ to meet
the requirements of these specifications for Owner’s approval. T his document shall
also contain the formats for reports and maintenance of test records specification of
test equipment to be used for site tests.
14.01.04 All eq uipment and sy stems furnished under t his sp ecification sh all be s ubjected t o
shop & site tests in accordance with the Quality Assurance Program approved by the
Owner and shall be adequate to ensure full compliance with these specification, all
applicable co des & st andards and det ailed en gineering dr awings and docu ments
approved by the Owner.
14.01.05 The Bidder shall provide all required test equipment and simulation devices for
performing al l shop and si te t ests. A ll t ests equipment sh all be of r eputed m ake,
required accuracy class and shall be recently calibrated. The record of calibration of
test equipment shall be made available to the Owner on demand.
14.01.06 The cost of all tests as per the requirements of this specification and approved quality
assurance programme shall be i ncluded in Bidder’s lump sum price for this package
and no ex tra price shall be pay able by the Owner for conducting any test as per the
intent and requirements of this specification.
14.02.01.00 Shop tests shall include all tests to be carried out at Bidder’s works at of this sub-bidder and at works
where raw materials used for manufacture of equipment is produced.
14.02.01.01 Individual co mponents, instruments and dev ices furnished i n acco rdance w ith
specification sheets, and I&C device list enclosed with these specifications shall be
shop t ested by m anufacturer pr ior t o sh ipment. T he m anufacturer sh all co nduct
these tests for certifying compliance with published specifications for the equipment
and pr ovide t est r esults t o t he O wner i n writing. T hese t ests and t est certificates
shall be in acco rdance w ith t he ag reed ' QA’ pr ogramme for m ajor
systems/equipments. However, manufacturer’s standard methods shall be followed if
details of tests for a ny eq uipment ar e no t co vered under t his agreed ‘ QA
Programme’.
14.02.01.02 Whenever t ested quality m aterial i s specified an d w herever ca lled upon by I ndian
Boilers Regulations or b y t he desi gn co de, the test pi eces ar e t o be p repared and
tested to Owner's satisfaction.
14.02.01.03 In the event of Owner being furnished with certified particulars of tests, which have
been ca rried ou t by t he su ppliers of material, t he O wner may, at hi s discretion,
dispense with these tests.
14.02.02.01 Whenever tested quality material specified and whenever called upon by Indian
Boilers Regulations or by design code, the test pieces, are to be prepared and tested
to Owner’s satisfaction.
14.02.02.02 In the event of Owner being furnished with certified particulars of tests, which have
been carried out by the suppliers of material, the Owner may, at his discretion,
dispense with these tests.
14.02.03.01 Works tests are to include electrical, mechanical performance and hydraulic tests in
accordance with relevant IS, IBR or any other approved standard or any other tests
called f or by t he O wner under t hese sp ecifications to ensu re t hat t he equipment
being supplied fulfills the requirements of these specifications. For equipments not
covered by any IS or other approved standards, the tests to be carried out shall be in
accordance with Bidders’ quality assurance programme approved by the Owner.
14.02.03.02 Control sy stems, monitoring sy stems ,control panel s instrument encl osures ,and
power su pply sy stems shall be sh op t ested a ccording t o uni que requirements
specified in the applicable section of these specifications for each item and quality
assurance program approved by the owner.
14.02.03.03 All shop tests shall be performed prior to shipment and the Owner shall be given the
opportunity t o w itness these t ests. The B idder sh all not ify t he O wner r egarding
readiness for shop test at least 10 day s before the scheduled date if the tests to be
conducted within Indian and at least 60 days before the schedule date if the test is to
be conducted abroad.
14.02.04.01 Automatic Control and Monitoring system (DDCMIS, PLC & any other
microprocessor based control system) including alarm annunciation system furnished
as per t his specification sh all be su bject to shop and si te t ests as per t he
requirements of t his specification, appl icable c odes and O wner appr oved Q uantity
Assurance Program so as to demonstrate to the Owner that the equipment furnished
by t he B idder m eets the i ntent and requirement o f this specification. T hese t ests
shall include but shall not be limited to the tests indicated in the subsequent clauses.
All solid state equipment shall be able to withstand the noise and surge inherent in a Power House,
and shall strictly comply with SWC tests ANSI C 37.90A, 1974 for IEEE-472 (1974). C omplete
details of the features incorporated in electronic system to meet this requirement, the relevant test
carried out, and the test certificates shall be submitted along with the proposal.
During the first 48 hours of testing the ambient temperature shall be maintained at 50
deg.C and r elative humidity at 95%. T he equipment shall be i nterconnected with all
devices, which will ca use i t t o r epeatedly per form al l oper ations; i t i s supposed t o
perform in actual service, with load on various components being equal to those,
which will be experienced in actual service.
The 48 hours tests period shall be continuous but shall be divided into four 12 hours
segments. The input voltage during each 12-hour segment shall be nom inal voltage
for 11 hour s, followed by 110% o f no rmal v oltage for 30 minutes followed b y 90
percent of nominal voltage for 30 minutes.
The 48 hou rs elevated t emp t est sh all be followed by 120 hour s of bur n i n t est a s
specified in the above paragraphs except that the temperature is reduced to ambient
temperature prevalent at that time. Alternatively copy of type test certificate for burn-
in test shall be submitted.
14.02.04.04 The Bidder shall furnish full details regarding shop tests and site tests, as per good
engineering practices. The Owner shall approve all such tests and the supplier shall
conduct all such tests without calling for additional price.
The tests shall cover factory tests, burn-in and elevated temperature tests, simulation
and f unctional tests, insulation tests as applicable, the rating of the contact devices
and co mponents, su rge w ithstand ca pability test, co nformity of i nterconnection
cables, t esting and ch ecking o f o ther co nditions deemed t o be nece ssary with t he
system/equipment items.
14.02.04.05 All instruments and control equipment supplied against this contract shall be f actory
calibrated a t l east at five ( 5) poi nts t hrough out t he r ange and checked f or t heir
14.02.04.06 All panels, instruments enclosures, junction boxes, etc. shall be type tested for
degree of protection and applicable in accordance with IS: 2147. 8.02.04
14.02.04.07 Type, routine and acceptance testing of all equipments, supplied under this contract,
shall be i n acco rdance w ith r elevant N EEA/IS/IEC/ANSI/BS/ISA st andards, i n
addition to the requirements of Owner approved Quality Plans. Six (6) copies of test
reports shall be submitted to the Owner for approval prior to dispatch of respective
equipment
14.02.04.08 The representative of Owner shall be given opportunity to witness the factory tests
which shall be mutually finalized during the progress of the contract.
14.02.04.09 All control systems to be furnished for this project, shall be factory tested f or circuit
continuity and di rection of response. T he Components to be t ested shall include all
controllers, HAND/AUTO station, other system modules, alarm contactors and m ulti-
conductor interconnecting cables. The tests shall be performed with all of the system
components supplied by the B idder co nnected t o form a co mplete sy stem w ith t he
sole ex ception of t ransmitters. T he t ests shall i nclude a m eans of co nfirming t he
mathematical design response of the control system by simulating changes in system
input. The tests shall be a qualitative functional test of each component of control
system, which simulates dynamic inputs and monitors system outputs.
14.02.04.10 Certain control loops shall be factory tested using closed loop mathematical
simulation techniques. Control loops to be tested by closed loop methods are
broadly as under. However, owner has discretion to test and all control loops during
simulation testing.
14.02.04.12 Availability of a simulated type test for automatic control loops specified with a
detailed description of testing methods utilized, shall be indicated.
14.02.04.13 The availability of facilities for carrying out the model test for the control systems shall
be indicated by the bidder. Also details of test procedures and copies of test results
conducted for a similar fossil fuel fired unit shall be furnished. The data required from
Boiler and Turbo generator supplies shall also be furnished by the Bidder.
14.02.04.14 Brief description of all tests proposed to be conducted on each control system
components during various stages of manufacture, installation and commissioning
shall be f urnished. C opies of t est dat a acc umulated dur ing t he t ests shall be
submitted to the mutually agreed formats.
14.02.04.15 The owner shall witness the factory tests which shall be performed at a time mutually
agreeable to the Bidder and the owner.
14.02.04.16 Factory Acceptance Tests for DDCMIS, DCS, Simulator & PLC
i) General arrangement
ii) Appearance and construction
iii) Panel wiring
iv) Panel functional check
v) Power supply redundancy check
In addition to above test, Bidder shall also perform other tests as per approved QAP
& FAT procedure. Also bidder shall submit “Type Test” report as per IEC – 61131.2
along with FAT report for PLC.
Factory Acceptance Test (FAT) shall include all required tests to fully demonstrate to
Owner’s satisfaction that each equipment/sub-system/system software modules etc.
furnished as per this specification, as well as Simulator as a whole, fully meets the
functional, par ametric and ot her r equirements of this specification an d O wner’s
approved drawings/documents under all operating regimes.
Bidder t o not e t hat FA T p rocedure given bel ow i n su bsequent cl auses are onl y
indicative in order to help the Bidder in understanding the requirements and help him
in submitting a detailed procedure based on these guidelines meeting all the
specification requirements.
The Bidder shall also carry out the tests included in subsequent clause as
pre FAT and submit its results before inviting Owner for FAT.
The Factory Acceptance Test (FAT) shall include all reasonable exercises, which the
combination of equipment and software can be expected to perform. These tests
shall be divided into, as a minimum, but not limited to the following categories:
14.02.04.19.1The major Functional Tests shall include but not limited to the following:
iii. Calculations:
The B idder shall su bmit a de tailed FA T p rocedure for ow ner’s approval dur ing
detailed engineering stage based on the above guidelines. The FAT procedure to be
submitted by the Bidder shall be det ailed and exh austive enough such that owner is
satisfied t hat al l t he S imulator S ystem sp ecification r equirements and f eatures are
being tested and the system meets these requirements.
14.02.04.20 Tests to be performed during FAT of Peripherals & other control system
i. Noise test
ii. Surge withstanding capacity as per IEEE or equivalent
iii. Quality assurance as governed by BS 5750 or equivalent
iv. Design, construction, components, finishes and testing of electronic
equipment as per E ES-1980 ( General sp ecification o f el ectronic
equipment) or equivalent
v. Test of Control unit and drive for all features, date checking
features.
5. Vibration Monitoring & Analysis System
7. ERP System
8. MIS System
NOTES:
1. Pressure Gauges
Calibration Hydro test (1.5 times max. pr.)
2. Pressure switches
Calibration test / Hydro test / Contact rating test / Accuracy test / Repeatability
3. Differential Pressure Gauges
Calibration test / Hydro test / Leak test / Over range test / A ccuracy test / Repeatability
test.
4. Differential Pressure Switches
Calibration test / Hydro test / Contact rating test / Leak test / Accuracy test / Repeatability
test.
5. Thermometers
Calibration / Material test / Accuracy test / Bore concentricity : + 5% of wall thickness /
Hydrostatic test for TW (1.5 times max. pr.)
6. Temperature switch
Calibration / Material test / Accuracy test / Bore concentricity : 1 .5% of wall thickness /
Hydrostatic test for TW (1.5 times max. pr.) / Contact rating test.
7. Resistance temperature detector assembly.
Calibration / Material test / Bore concentricity test / Insulation test (< 500 MΩ at 500V DC)
as per ISA, Hydro test for TW. Bore concentricity: + 5% of wall thickness, Accuracy test.
8. Thermocouple assembly
Calibration / Material test, Insulation test (> 500 Ω at 500 V, DC) as per ISA, Hydro static
test (1.5 times max. pr.), Bore concentricity : + 5% of wall thickness.
9. Thermowells
Material test / Bore concentricity : + 5% of wall thickness / Hydrostatic test for TW (1.5
times max. pr.)
The B IDDER sh all furnish t he Type t est r eports of al l t ype t ests as per r elevant
standards and codes. As well as other specifics test indicated in the specification. A
list of su ch t est ar e gi ven f or v arious equipment i n t able t itled, TY PE T EST
REQUIREMENT FOR C&I SYSTEM and under the item special requirement for solid
state requirements/systems. For the balance equipments/instruments. type test may
be conducted as per manufacturer standards or if required by relevant standards.
to conduct certain type test specifically for t his contract (and w itnessed by
employer or his authorized representative). Even if the same have been
conducted earlier as clearly indicated subsequently such tests.
i. The same have been ca rried out by the bidder/ subvendor on ex actly
the same model/rating of equipment. (For control valves this shall be
same size, type & design).
ii. There has been no ch ange in the co mponents from the offered
equipments and tested equipments.
iii. The test has been carried out as per the latest standards along with
amendemends as on the date of bid opening.
C. In case the approved equipment is different from the one on which the type
test had been conducted earlier or any of the above g rounds, then the tests
have t o be r epeated and t he co st o f su ch t ests shall be bor ne by the
bidder/sub-vendor within the quoted price and no extra cost will be payable by
the owner on this account.
17.02.05.1 As mentioned against certain items, the test certificates for some of the items shall
be reviewed and approved by the main bidder or his authorized representative and
balanced have to be approved by the employer.
17.02.05.2 For the type test to be conducted, bidder sh all su bmit detailed test procedure for
approval by o wner. T his shall cl early sp ecify t est se tup, i nstruments to be use d,
procedure, acce ptance nor ms (wherever appl icable). , r ecording of di fferent
parameters, i ntervals of r ecording pr ecaution t o be t aken et c. for t he t est t o b e
carried out.
The minimum type test report, over and above the requirements of above clause
which ar e t o be su bmitted for each o f t he major C &I sy stems like D DCMIS, D CS,
PLC etc shall be as indicated below:
Test l isted at I tem no v , v i, vii abo ve ar e appl icable f or el ectronic cards only as
defined under item no. (i) above
system procedure
BMS & MFT Safety VDE 0116, No YES
requirement SEC 8.7
11 Conductivity Degree of IS 13947 No No
type level protection test
switch
12 Local gauges Degree of IS 13947 No No
protection test
13 Process Degree of IS 13947 No No
actuated protection test
switches
14 Control CV test ISA 75.02 No YES
valves
15 PLCs As per Standard IEC 1131 No YES
16 LIE/LIR Degree of IS 13947 YES YES
protection test
17 Flue gas O2 Degree of IS 13947 No YES
analyser, protection test
other Fl ue
gas
Analysers
18 Flow nozz les calibration ASME PT C YES YES
&O rifice BS 1042
plates
Note:
Type t est a re to be co nducted onl y for t he i tems, w hich ar e bei ng su pplied as part o f t his
package.
A. For batteries with electric power supply system of main plant C&I, the bidder shall submit
for owner’s approval the reports of all the type tests as per IS-10918 carried out within
last 5 years from the date of bid opening and the test should have been either conducted
at an i ndependent l aboratory or sh ould hav e b een w itnessed by a o wner/client. The
complete type test report shall be for any rating of battery in a particular group, based on
plate dimensions being manufactured by supplier.
For batteries with electric power system of auxiliary plants, type test reports for batteries
shall be as per standard –practice of manufacturer.
L.DRAWINGS
4
439
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
800
3
2300
40
0
550
340
2
96
100
210
635
NOTE:-
15
1 : Panel for Mounting annunciation P.B.,
Desk release PB, Emergency Trip P.B.
100
2 : Panel for Mounting ILPB for OLCS / Sequential Operation.
3 : Sheet metal panel for mounting MIMIC , Ammeters,Indicator,
Totalizer, recorder etc.
1500
4. Inclined Sheet metal panel for mounting Annunciation Facia windows.
M.ERECTION HARDWARE
CHAPTER-9
ERECTION HARDWARE
This section co vers the m aterial r equirement for i nstrument co nnection t o pr ocess,
instrument process, piping, tubing, supports, Instrumentation cables, control cables and
power cables for connecting UPS, 24/48 V DC, unregulated power supply for cubicle
illumination, co mpensating ca bles/Extension ca bles, t ransmitter r acks and m ain
accessories to be furnished under this specification and t he requirements of installation
and r outing. I mpulse lines, fittings and other acce ssories required for the erection of
complete I nstrumentation and C ontrol S ystem su pplied under various packages of t his
specification shall be su pplied on “ as required’ basis. B idder sh all o ffer al l nece ssary
items for this section based on his experience on similar plants, plant layout diagrams,
installation dr awings and ot her appl icable se ctions of this specification. B ased on t he
good engineering practices Bidder shall furnish installation drawings during the
engineering o f the sy stem for O wner’s review and appr oval . The i nstallation o f the
drawings shall be suitable for his installation of his range of instrumentation.
The Bidder shall furnish and test all required erection hardware, which is necessary for
proper installation and interconnection of the equipment/systems furnished by the Bidder
and t heir i ntegration w ith m ain e quipment/systems as per the encl osed i nstallation
drawings and ot her ap plicable cl ause. The Bidder shall furnish all har dware and
accessories to ensure that the equipment/systems furnished form a co mplete and
operational system meeting the intent and requirement of this specification.
All materials, furnished shall conform to the latest editions of America National Standard
Code for Pressure piping, Power piping, ANSI B311.1, ANSI B16.11, ASME Boiler and
Pressure V essel C odes, I BR and ot her appl icable A SME, A NSI and I ndian S tandards.
Schedule nu mbers, s izes a nd di mensions o f al l c arbon s teel, s tainless steel and al loy
seamless steel pipe shall confirm to ANSI B.36.10 and of stainless steel pipe shall confirm
to ANSI B 36.19 unless otherwise specified.
All m aterials supplied u nder t his section sh all b e su itable for i ntended s ervice; pr ocess
operating co nditions an d t ype o f i nstruments used and sh all fully co nform to the
requirements of this specification.
The Bidder is responsible for the performance of the equipment furnished on system
basis any sh ortfall i n erection material obs erved dur ing e rection stage sh all be
compensated by the Bidder at no ex tra cost. (Installation drawings # 114-04-0000, 0100
to 0113 shall also be referred by bidder).
The following g eneral er ection g uidelines have been enum erated her e t o enabl e t he
Bidder to estimate the requirement of instrument piping in plant:-
a) The primary impulse piping system shall include the instrument piping and
all required accessories from process tap off point (root valves onwards)
up t o the r espective i nstruments. Fr om t he s ame so urce, Tee o ff for
instruments are not allowed. Separate tapping shall be provided for each
instrument. The B idder sh all pr ovide t he nece ssary fittings and
accessories along with impulse pipes for completeness and arrangements
as per the finalized Instrument Installation Diagrams. Special accessories
such as reservoirs and other dev ices shall be i nstalled as required for
flow primary element connection as required by the design of instruments,
in accordance with the instructions of the instrument manufacturer.
c) Impulse piping shall include a blow-down line and shut-off valve adequate
for the duty requirements and for withstanding continuous design pressure
and t emperature o f pr ocess medium. For pr ocess pressure abov e 4 0
Kg/Cm²g, double valves shall be used before connecting to the blow-down
header (This arrangement shall be provided for installation for the new
transmitter if the existing transmitter has the same arrangement.)
d) To assure a constant static head the connections from low pressure steam
and l ow pr essure l iquid f illed l ines should pr eferably sl ope do wnward
continuously towards the instrument as the instrument is mounted below
the source poi nt. I f do wnward sl ope i s not f easible or t he i nstrument i s
mounted above the source point, the line should slope upward
continuously and a “ pigtail” i nstalled at t he i nstrument to assu re a w ater
seal for t emperature pr otection. U pward sl oping l iquid l ines should b e
used only if the process pressure is sufficient to assure a head o f liquid at
the instrument. Horizontal runs should have a slope of not less than 40
mm per meter and must be adeq uately supported to maintain a constant
slope. V acuum connections to the co ndenser sh ould al ways slope
upward to the instrument.
e) Primary pr ocess piping for s team flow, l iquid flow and m anometric level
measurement sy stems sh ould pr eferably sl ope dow nward f rom the
primary element connections to the instrument. Primary piping for flue gas
and ai r flow m easurement sy stems should p referably sl ope upw ard f rom
f) Primary pr ocess piping from t he field w hich ent ers the i nstrument
enclosure from t he bot tom sh all ex tend i nto t he enclosure appr oximately
150 m illimeters and be equipped w ith a so cket weld t o flare l ess tubing
coupling of stainless steel. This coupling shall be used to connect the field
primary pr ocess line to t he encl osure pr ocess l ine. The field p rimary
process line shall be anchored to the enclosure angle with U-bolts. Holes
for supporting U-bolts shall be field or drilled.
h) Impulse lines subject to severe sonic pulsations such as boiler feed pump
discharge, shall be o f sufficient l ength and o f su itable co nfiguration to
scatter harmful sonic wave energy before it reaches the instrument.
j) All welded and screwed fittings shall conform to ANSI B16.11. Threads of
piping components shall be taper pipe thread in accordance with ANSI
B2.1. A ll t hreads shall be c lean m achine cu t with al l bur rs and ch ips
removed. Lub ricants shall be of d ry filc type. Any one of the following
compounds may be use d as a pipe thread sealer. Bidder shall supply
adequate amount of his preferred sealer for erection purpose.
a) Permatex
b) Molycote
c) Neolube
(Teflon tape shall not be used as a pipe thread sealer).
Impulse pi ping sy stem consists of p rimary i mpulse pi pes/tubes, v alves, fittings, v alve
manifolds and ot her acc essories between t he so urce co nnection poi nt ( source sh ut-off
valve on wards) and al l i nstruments/devices. I mpulse pi pe sp an for supporting cl amp
shall be 1.5 mtr. This will also include all piping and valves etc. required for instrument
drain and v ent co nnections. The B idder sh all furnish and t est al l i tems required for
completeness of this specification.
The piping for air supply shall be as specified below (However the Bidder shall supply the
materials as required basis to complete the system in all respect)
Air lines shall be ¼ inch size, connected by brass/SS316 flare less tubing fittings.
Copper/SS316 tubing s hall be l ight dr awn t ampered tubing co nforming t o A TM
B75 except copper tubing in tubing cables shall be annealed soft temper tubing
conforming t o A STM B 68 or B 75. Fi ttings on the br anch l ine t o f acilitate
connections to the individual supply line shall be cast brass screwed type.
Flexible hoses shall be ¼ inch SS flexible hose pipe and with Buna-N liner steel
wire braid reinforcement complete with ¼ inch brass/SS316 fittings and shall have
swivel male pipe threads. Each hose shall be done meter in length.
The piping m aterial sh all be ca rbon st eel hot-dipped g alvanized i nside and
outside as per I S-1239 or t he e quivalent o f t hese st andard heav y q uality w ith
screwed ends. The piping threads shall be as per ASA B.2.1.
Gate valves as per ASTM B62 inside screw rising stem screwed female ends as
per ASA B.2.1 valve bonnet shall be uni on type and t rim shall be st ainless steel
body rating 150 pounds ASA. Valves sizes shall be ½ inch to 2 inch.
v) Fittings:-
Forged cast steel A234 Gr. WPM galvanized inside and outside; screwed as per
ASA B2.1 dimensions as per ASA B16.11, rating 2000 pounds, elbows and soft
seats. The size of the fittings shall be ½ inch through 2 inch.
An instrument Air Filter Regulator Set with mounting assembles shall be provided
for each pneumatic device requiring air supply.
a) Instrument Air shall be made available by the bidder at 3.5 to 7.0 Kg/cm²
pressure. The instrument air may be arranged as under:-
11. For t he control v alves and pow er c ylinders in o wner’s scope but
controlled by bi dder’s co ntrol sy stem, the i nstrument ai r
requirement f or E/P co nverter shall be t apped f rom the near by
instrument ai r header l aid by b idder / al ready l aid exi sting pi ping
with a ccessories available near the co ntrol v alves or dam per.
b) Air supply piping shall be installed at site always with a slope of over 1/100
to prevent accumulation of condensed water within the pipe.
e) Instrument air flushing/purging l ines shall be provided for Bowl Mill DP,
secondary air flow measurement instrument and other all flue gas services
instruments etc.
Necessary tubes with fittings and accessories for output signal from pneumatic
instruments mounted in the field and control signals to final control elements shall
be covered under this tubing system.
Item Specification
9.02.03 Valves
9.02.07 Flexible conduits with fittings Lead coated, paper insulated, heat
resistant flexible m etallic conduits with nece ssary
fittings.
9.02.08 3 V alve m anifold sh all be use d, w herever D iff Pressure t ransmitter/switch hav e been
used for pressure measurement.
9.02.09 5 Valve manifold shall be used for Diff. Pressure & Flow measurement
Transmitters/Switches.
9.02.10 In addition to above, table # 9.1 shall also be followed for selection of specific erection
hard ware as per process requirements.
In general, B TG pr ocess transmitters & sw itches installed at out door location and i n
areas where they are subjected to splashing oil, water, st eam etc., shall be m ounted in
closed type transmitter rack. For other areas (indoor), open t ype racks may be use d for
installation of t ransmitters and pr ocess switches. H owever t he act ual r equirement sh all
be finalized during detailed Engineering considering following:-
ii) The enclosures shall comprise of Galvanized Sheet mounting plate internally. Also
external-mounting brackets in Polyamide or Stainless Steel shall be available.
Alternatively transmitter enclosures can be glass Fiber Reinforced Polyester (GRP)
compression moulded and shall be weather proof.
iii) Instrument piping inside the enclosure shall conform to the specification and in line
with typical installation drawings enclosed with the specification.
iv) Blow down header shall be provided inside the enclosure as called for.
v) Bulk head connection shall be provided to receive and terminate the impulse pipes
from root valves.
vi) Instrument tubing, fittings and isolation, drain valves shall be to ANSI code for
pressure pi ping. P iping/tubing shall be subject to hydrostatic tests at 1.5 times
maximum system pressure.
vii) Support angles shall be provided for valve manifolds, wiring trays etc. Enclosures
shall be c omplete with nec essary bu lk head fittings, j unction box es, dr ain header
and other accessories as needed on the basis of approved hook up drawings.
viii) Sufficient s pacing am ong adj acent t ransmitters s hall be m aintained t o of fer eas y
accessibility and oper ational c onvenience. T he enclosure s hall be des igned w ith
sizes to suit the grouping and to completely include all the hardware for hooking up
x) A m inimum o f twenty ( 20) per cent s pare t erminals s hall be provided. O nly one
wire per terminal shall be used on the outgoing side of these blocks (for cable
panel). A ny common connections required shall be provided on t he panel side of
the block. A ll incoming power terminals are to be clearly identified in a manner
distinctly different from all other terminals and grouped in a logical pattern.
xi) Chapter no. 6 of t his v olume shall a lso be r eferred for des igning of
Transmitter/Switches enclosures.
i) All local gauges as well as sensors, Transmitters and switches any other
instruments for parameters like pressure, temperature, level, f low etc for safe and
efficient operation of equipment under the scope of specification, shall be p rovided
by bi dder a s approved by O wner. S uch eq uipment s hall be l isted b y t he B idder
detailing t he i tems w ith t he r espective f unctions i n s ervice. A ll f ield m ounted
instruments shall be mounted in such a way as not to be affected by vibration &
environmental conditions. Racks to mount these instruments shall be f urnished by
bidder complete with requisite erection hardware, tubings and j unction boxes with
all terminals of the instruments duly wired complete with cable glands. Groupings of
instruments, actual number of racks for instruments and its construction shall be to
Owners approval.
iii) All erection har dware r equired for complete installation/ implementation of entire
instrumentation s pecified i s i ncluded in bi dders s cope. A ny ch ange i n s ize, t ype,
rating or in quantity deemed necessary during engineering shall be s upplied within
package price with no additional financial implication to owner.
iv) Bidders scope includes providing counter flanges on pipe lines/ vessels to suit
owner arranged f langed devices. Counter f langes shall be complete with gaskets,
nuts, bolts and other requisite accessories for proper installation.
vi) Whereever transmitters & switches are provided, in addition Local gauges shall
also be provided by bidder for local field monitoring.
vii) Local instruments and r emote s ensors & t ransmitters t o be f urnished with t he
equipment s hall g enerally be as i ndicated her ein and as per r edundancy c riteria
indicated elsewhere but not be limited to the following: -
1. Pressure Measurement
iii. Differential Pressure Transmitters, Diff Pressure Switches & Diff. Pressure
Gauges
a) For all services as mentioned for Pressure gauges & Pressure Switches.
b) Pressure Transmitters at condensate Extraction Pump individual Discharge
and discharge header, Boiler feed pump individual Discharge and discharge
header, seal water line or any other pumps/fans/HT/LT unidirectional drive
for alarm (high & low) and interlock purpose.
c) Pressure transmitter for wind box (Left/Right) & pulverizer seal air fans
discharge pressure.
d) Pressure T ransmitters a s on r equired bas is for m onitoring, i nterlocks &
controls as per redundancy criteria and approved by owner.
e) Above ar e t he m inimum r equirements, ac tual q uantities shall be as
decided during det ailed eng ineering as per r edundancy c riteria and
approved by owner.
f) Pressure Transmitters for all BoP packages as decided during detailed
engineering by owner.
2. Temperature Measurments:-
The B idder s hall f urnish all t emperature s ensing el ements t o be installed in t heir
piping. The scope of supply shall include, but not limited to the following: -
i) Duplex RTDs for all bearing, drain oil from bearings, LPT exhaust steam, 3 no’s of
duplex RTDs each on left and right CW outlet of condenser etc.
ii) 6 no. duplex or 12 no. simplex Embedded temperature detectors for various motor
stator windings and duplex RTDs for Motor/Pump bearing temp.
iii) Chromel-alumel surface/other thermocouples for turbine casings, ESV, IV bodies,
superheated steam, hot reheat steam piping, steam of first stage HPT, inlet bowl of
IPT, steam exhaust of HPT, down stream of ESV and I V, steam in ESVs and IVs,
steam adm ission pi pes metal t emperatures, H PC, I PC f lange m etal t emperature
etc.
iv) For al l H P heat ers remote m onitoring w ith r edundant i ndependent se nsors of
inlet/outlet temperatures of feed water and extraction st eam shall be pr ovided in
addition to local gauges.
v) For al l LP heat ers remote monitoring w ith r edundant i ndependent se nsors of
inlet/outlet temperatures of feed water and ex traction steam shall be provided in
addition to local gauges.
iv) Temperature sensors for HP-LP b ypass system for measurement as well as f or
control.
v) Adequate number of temperature Elements shall be f urnished to provide initiating
contacts for temperature interlocking and t rip circuits. The temperature elements
shall be provided, but not limited to the following: -
Steam temperature of HPT exhaust, steam temperature after ESV (L&R), IV (L&R),
LPT ex haust h ood s team, dr ain oi l t emperature of al l j ournal bear ings and t hrust
bearing & l ube oil hea der t emperatures, thrust bear ing o f eac h c ondensate
extraction pump and vacuum pump protection, interlocks.
vi) Metal Temp measurement and steam temp measurement at each super heater &
Reheater location.
vii) Temp. Element & Temp gauges at Feed water line to economizer inlet, economizer
to steam separator, spray water lines to desuperheaters, Soot blower steam, Soot
blower steam drain lines, steam drain lines, Flue gas & air lines etc
viii) Temp. M easurements ( Local & r emote) for al l B oP pac kages as dec ided dur ing
detailed engineering.
ix) Thermocouples for Temp. above 200 deg C shall be provided by bidder.
x) For pl ate heat ex changers, sp are t hermowell pr ovision sh all be m ade a t i nlet &
outlet of ACW & DMCW lines in addition to local & remote temperature monitoring
points.
xi) Each ESP Hopper shall be provided with RTDs to control the temperature of ash
through Hopper heater.
a) For bear ing t emperatures A C and D C l ube oil p umps, LP T ex haust hoo d
etc.
b) For condensate and f eed w ater at inlet and out let of HP heaters, Vacuum
pumps, LP heaters etc.
c) Steam & water inlet/outlet of LP and HP heaters, steam and air mixture inlet
to vacuum pumps, and drain lines etc.
d) Journal/thrust bearing drain oil, lube oil at inlet/outlet of oil coolers,
cooling water at inlet and outlet of oil coolers etc.
e) Thrust bearing of each condensate extraction pump.
f) Temp. Gauges at inlet and outlet of each heat exchanger and cooler.
g) Frame m ounted Temperature G auges (FMG) sh all be pr ovided f or M ain
steam Temperature, Feed water Temperature to economizer, CRH Steam
Temperature, HRH Steam Temperature etc
xiii) Above ar e t he m in. r equirements, ac tual q uantities s hall be as dec ided dur ing
detailed engineering by owner.
3. Level Measurement
i) Level g auges - level gauges for boi ler s eparator, H P heat ers, LP heaters,
deaerator, dr ain c ooler, gland s team c ooler, v acuum t anks, c ondenser h ot w ell
CBD t ank, st ator w ater t ank, S tator w ater ex pansion t ank and ot her pr essure
vessels, main oil tank and all oil tanks in BTG & BOP package. The level gauges
shall be mica shielded steel armoured transparent glass type. Level gauges for
condenser hot well shall be provided on both sides.
ii) Level switches for HP/LP heaters, drain cooler, gland steam cooler, condenser hot
well, deaerator, main o il tank and other pressure vessels, tanks, sumps etc. The
separate swi tches for hi gh, v ery hi gh and l ow levels s hall be pr ovided as per
interlocks and protection requirements.
External cage mounted magnetic level switches/ displacer type shall be em ployed
for low pressure & low temp. services.
However conductivity type level switches shall be provided for high pressure & high
temp services like HP heaters, CRH/HRH drain Pot, Turbine Drains etc.
iv) Level measurement for all BoP packages as decided during detailed engineering.
v) Level s witches for OLCS / A larms / I nterlocks / P rotection. Lev el sw itches for
sump/tank level high/normal/ low/very low interlocks.
vi) Each ESP hopper must be provided with 3 nos. level switch (switches 2 nos. for
high level and One no. for low level.)
vii) Above ar e t he m in. r equirements, ac tual q uantities s hall be as dec ided dur ing
detailed engineering by owner.
4. Flow Measurements:-
a) Primary Elements: Flow nozzles shall be used for feed water flow and other critical
measurements where weld-in construction is required. Flow nozzles shall be made
of stainless steel, with three sets of pressure taps installed in the pipe wall where
required. One no. spare set of pressure tap shall also be pr ovided on f low nozzle,
wherever required. Installation of flow nozzles and pressure taps shall be made in
the pipe fabricator's shop and s hall be witnessed by a r epresentative from the flow
nozzle manufacturer.
b) Paddle type orifice plates shall be used for other flow measurements where flanged
construction and h igher pressure loss are acceptable. Orifice plates shall be made
of s tainless s teel. O rifice f langes s hall be of t he r aised f ace w eld n eck type with
dual sets of taps.
c) Construction and installation of flow nozzles and orifices shall conform to the
requirements o f A SME P erformance T est C ode P TC-19.5, and di scharge
coefficients s hall be pr edicted i n ac cordance w ith dat a pub lished in A SME
Research Report on Fluid Meters.
d) Airfoil or venturi flow sections, shall be used for measuring boiler combustion
airflow.
e) A special high accuracy flow nozzle pipe shall be provided to determine feed water
flow to the economizer. This nozzle shall be hydraulically calibrated and utilized for
feed water flow control and for turbine testing as described in ASME PTC 6 (latest
revision).
f) Orifice plates shall be supplied with carrier rings as per process requirement.
g) Doppler effect type flow meters shall be used for sludge applications.
h) For Raw water, water treatment plant and effluent treatment plant, ultrasonic type
flow meters to be used.
i) Secondary Elements: Secondary elements for differential type flow sensors shall be
strain g auge or c apacitance t ype di fferential pr essure t ransmitters. S quare r oot
extraction required f or the DP transmitters shall b e performed electronically in the
transmitter itself.
j) HFO/LDO f low m eters s hall be b ased o n c oriolis mass f low t echnology. Fuel O il
meters shall be pr ovided for fuel oil unloading system and near boiler after day oil
tank (at main supply & return lie).
m) At CW & ACW pump discharge headers flow transmitters shall be pr ovided (Non
Contact ultrasonic Type are preferable). In addition flow measurement shall also
be provided for CW water used any where except condenser service.
r) Sight glasses flapper i ndication type shall be pr ovided on lube oil cooling water
piping as required to ensure indication of fluid flow.
s) On l ine Fuel f low & velocity m easurement facility i n each P ulverized F uel ( PF)
pipe f or each co al pulveriser sh all be pr ovided by bi dder f or ac curate, a bsolute
and simultaneous measurement of coal velocity, coal density, coal mass flow rate
and ai r-to-fuel r atio. The eq uipments sh all co mpromise o f se nsors w orking o n
micro wave technology.
On line secondary air flow & velocity measurement facility in each on l eft side &
right side shall be provided by bidder f or accurate, absolute and simultaneous
measurement of air velocity & flow rate. The equipments shall compromise of
sensors working on tribo-electric (Correlation technique) technology.
u) Any ot her f low el ement/meter r equired for sy stem sh all be f inalised as per
system requirement and as per approved drawings/documents by owner.
The type of instrument source connection shall depend upon the process parameters and
the t apping si ze. T he so urce co nnection dr awings shall be f inalised dur ing the
engineering stage.
Size of tapping point stub, number and size of root valves for different types of
measurements are as follows:
Flow Measurement
(i) 2 25NB > 40bar(g) OR 4250C
(ii) 1 25NB < 40 bar(g) AND 4250C
Sampling system measurement (Steam and Water Service)
(i) 2 25 NB >40 bar(g) OR 4250C
(ii) 1 25 NB < 40 bar(g) AND 4250C
VOLUME III
LIST OF DOCUMENTS TO BE SUBMITTED ALONG WITH BID
Technical pre-bid clarification if any strictly in the enclosed Schedule of pre bid clarification s only
with mention of specification clause for which clarification is being asked. (Stamped & Signed).
Technical Deviation if any strictly in the enclosed Schedule of deviation with cost of withdrawal only
with mention of specification clause for which deviation is being asked. (Stamped & Signed).
Compliance cum confirmation certificate (Stamped & Signed).
Un Price Schedule duly filled in (Stamped & Signed).
Electrical Load List in BHEL format (Stamped & Signed).
List of Start-up & commissioning spares if any (Stamped & signed).
List of tools & tackles (Stamped & signed).
List of recommended spares for 3 years of normal operation of the Condensate polishing plant.
Following guaranteed chemical consumption required per regeneration per vessel (in kg) to be
furnished.
i) Acid (30% HCL) consumption per vessel per regeneration
ii) Alkali (48 % NaOH) consumption per vessel per regeneration.
NOTE: Any other documents submitted by bidder except as asked above shall not be evaluated &
considered as null & void.
COMPLIANCE CUM CONFIRMATION CERTIFICATE
The bidder shall confirm compliance with following by signing / stamping this compliance certificate (every
sheet) and furnish same with the offer.
1. The scope of supply, technical details, construction features, design parameters etc. shall be as
per technical specification & there are no exclusions, other than those mentioned under “exclusion
and those resolved as per ‘Schedule of Deviations’, with regard to same.
2. There are no other deviations w.r.t. specifications other than those furnished in the ‘Schedule of
Deviations’. Any other deviation, stated or implied, taken elsewhere in the offer stands withdrawn
unless specifically brought out in the ‘Schedule of Deviations’.
3. Bidder shall submit QP in the event of order based on the guidelines given in the specification &
QP enclosed therein. QP will be subject to BHEL / CUSTOMER approval & customer hold points
for inspection / testing shall be marked in the QP at the contract stage. Inspection / testing shall be
witnessed as per same apart from review of various test certificates/ Inspection records etc. The
charges for 3rd party inspection (Lloyds, TUV or equivalent) for imported components shall be
included in the base price of the equipment by the bidder. This is within the contracted price
without any extra implications to BHEL after award of the contract.
4. All drawings/data – sheets etc. to be submitted during contract shall be subject to BHEL/Customer
review/ approval. GA drawings, as submitted with offer at tender stage are for reference purpose
only and shall be subject to approval during contract stage.
5. The offered materials shall be either equivalent or superior to those specified in the specification &
shall meet the specified / intended duty requirements. In case the material specified in the
specifications is not compatible for intended duty requirements then same shall be resolved by the
bidder with BHEL during the pre-bid discussions, otherwise BHEL / Customer’s decision shall be
binding on the bidder whenever the deficiency is pointed out. The offered materials shall be either
equivalent or superior to those specified. Also for components where material is not specified it
shall be suitable for intended duty, materials shall be subject to approval in the event of order.
6. The commissioning spares (if any) are supplied on ‘As Required Basis’ & prices for same included
in the base price (If bidders reply to this is “No commissioning spares are required” and if some
spares are actually required during commissioning same shall be supplied by bidder without any
cost to BHEL).
7. All sub vendors shall be subject to BHEL/CUSTOMER approval in the event of order.
8. Guarantee for plant/equipment shall be as per relevant clause of GCC / SCC / Other Commercial
Terms & Conditions
9. In the event of order, all the material required for completing the job at site shall be supplied by the
bidder within the ordered price even if the same are additional to approved billing break up,
approved drawing or approved Bill of quantities within the scope of work as tender specification.
This clause will apply in case during site commissioning, additional requirements emerges due to
customer and / or consultant’s comments. No extra claims shall be put on this account.
10. Schedule of drawings submissions, comment incorporations & approval shall be as stipulated in
the specifications. The successful bidder shall depute his design personnel to BHEL’s / Customer’s
/ Consultant’s office for across the table resolution of issues and to get documents approved in the
stipulated time.
11. As built drawings shall be submitted as and when required during the project execution.
12. The bidder has not tempered with this compliance cum confirmation certificate and if at any stage
any tempering in the signed copy of this document is noticed then same shall be treated as breach
of contract and suitable actions shall be taken against the bidder.
13. Successful bidder shall furnish detailed erection manual for each of the equipment supplied under
this contract at least 3 months before the scheduled erection of the concerned equipment /
component or along with supply of concerned equipment / component whichever is earlier.
14. Document approval by customer under Approval category or information category shall not
absolve the vendor of their contractual obligations of completing the work as per specification
requirement. Any deviation from specified requirement shall be reported by the vendor in writing
and require written approval. Unless any change in specified requirement has been brought out by
the vendor during detail engineering in writing while submitting the document to customer for
approval, approved document (with implicit deviation) will not be cited as a reason for not following
the specification requirement.
15. In case vendor submits revised drawing after approval of the corresponding drawing, any delay in
approval of revised drawing shall be to vendor’s account and shall not be used as a reason for
extension in contract completion.
16. Any special tools & tackles, if required, shall be in bidder’s scope.
17. Performance guarantee test parameters shall stand valid till the satisfactory completion of
Performance guarantee test and its acceptance by BHEL/Customer.
All clarification from the Technical Specification shall be filled in by the BIDDER clause by clause in this
format only.
NAME OF VENDOR:-
REFERENCE OF
NATURE OF
PRICE
TECHNICAL COST OF
COST OF SCHEDULE ON
SL VOULME/ PAGE CLAUSE SPECIFICATION/ COMPLETE DESCRIPTION OF withdrawal OF REASON FOR QUOTING
withdrawal OF WHICH COST OF
NO SECTION NO. NO. TENDER DEVIATION DEVIATION DEVIATION
DEVIATION withdrawal OF
DOCUMENT (POSITIVE/
DEVIATION IS
NEGATIVE)
APPLICABLE
TECHNICAL DEVIATIONS
COMMERCIAL DEVIATIONS
NOTES:
1. For self manufactured items of bidder, cost of withdrawal of deviation will be applicable on the basic price (i.e. excluding taxes, duties & freight) only.
2. For directly dispatchable items, cost of withdrawal of deviation will be applicable on the basic price including taxes, duties & freight.
3. All the bidders have to list out all their Technical & Commercial Deviations (if any) in detail in the above format.
4. Any deviation not mentioned above and shown separately or found hidden in offer, will not be taken cognizance of.
5. Bidder shall submit duly filled unpriced copy of above format indicating "quoted" in "cost of withdrawal of deviation" column of the schedule above along with their Techno-
commercial offer, wherever applicable.
6. Bidder shall furnish price copy of above format along with price bid.
7. The final decision of acceptance/ rejection of the deviations quoted by the bidder shall be at discretion of the Purchaser.
8. Bidders to note that any deviation (technical/commercial) not listed in above and asked after Part-I opening shall not be considered.
9. For deviations w.r.t. Payment terms, Liquidated damages, Firm prices and submission of E1/ E2 forms before claiming 10% payment, if a bidder chooses not to give any cost of
withdrawal of deviation loading as per Annexure-VIII of GCC, Rev-06 will apply. For any other deviation mentioned in un-priced copy of this format submitted with Part-I bid but not
mentioned in priced copy of this format submitted with Priced bid, the cost of withdrawal of deviation shall be taken as NIL.
10. Any deviation mentioned in priced copy of this format, but not mentioned in the un-priced copy, shall not be accepted.
11. All techno-commercial terms and conditions of NIT shall be deemed to have been accepted by the bidder, other than those listed in unpriced copy of this format.
12. Cost of withdrawal is to be given seperately for each deviation. In no event bidder should club cost of withdrawal of more than one deviation else cost of withdrawal of such
deviations which have been clubbed together shall be considered as NIL.
13. In case nature of cost of withdrawal (positive/negative) is not specified it shall be assumed as positive.
14. In case of descrepancy in the nature of impact (positive/ negative), positive will be considered for evaluation and negative for ordering.
Page 1 of 1
THIS IS A PART OF TECHNICAL SPECIFICATION NO. PE-TS-412-155A-A001
PROJECT: 2X 660 MW ENNORE SEZ STPP
SUGGESTIVE PRICE SCHEDULE
CONDENSATE POLISHING UNIT
Bidder shall furnish this price schedule in his price offer only
particulars of bidder / authorised representative
ANNEXURE -A
1 Total lump sum firm price on FOR site basis for design, engineering, manufacture, fabrication, assembly, inspection &
testing at manufacturer’s works, painting, forwarding, supply and delivery at site including start up and commissioning
spares, mandatory spares, properly packed for transportation, loading/unloading / handling and storage at site, in site
transportation, assembly, erection and commissioning, trial run ,preparation and submission of “As Built” drawings, site
testing, carrying out performance guarantee tests at site etc. inclusive of all prevailing taxes, duties and other levies and
handover of 'CONDENSATE POLISHING UNIT' to customer complete with all accessories as per details elaborated in
different sections / volumes of technical specification (PE-TS-412-155A-A001) for 2 X 660 MW ENNORE SEZ STPP.
a) Bidder to note that total price indicated above at 1 shall be considered for evaluation and hence should be complete in all respect for the full scope
defined and considering all terms and conditions agreed.
b) In case, price indicated above does not match with item wise break-up given at 2, the highest price so calculated shall be considered for evaluation
but in case of order, the same shall be placed at the lowest price.
2.1 Total lumpsum firm price for EQUIPMENT (SUPPLY, DESIGN & ENGINEERING) i.e. manufacture, fabrication,
assembly, inspection and testing at vendor's & sub-vendor’s works, painting, startup and commissioning as required,
forwarding, proper packing, shipment and delivery at site, inclusive of all taxes & duties for the complete scope of supply
of CONDENSATE POLISHING UNIT as per details elaborated in different sections / volumes of technical specification
(PE-TS-412-155A-A001) for 2X 660 MW ENNORE SEZ STPP.
2.2 Total lump sum firm price all services including loading/unloading / handling and storage at site, in site transportation,
assembly, erection and commissioning, trail run, preparation and submission of “As Built” drawings, site testing etc.
required for completion of CONDENSATE POLISHING UNIT as per details elaborated in different sections / volumes of
technical specification (PE-TS-412-155A-A001) for 2X 660 MW ENNORE SEZ STPP.
2.3 Price for Performance Guarantee test and handing over the plant to the customer.
2.4 Price for Mandatory spares (as per list indicated in Section C1 of tender technical specification).
3.0 Break-up (%) of prices given at Sl No-2.1 above (To be used during contract execution for payment).
3.1 Lumpsum firm price for supply of Atmospheric tanks inclusive of all taxes, duties and other levies as 6 % of sl no 2.1
applicable. above.
3.2 Lumpsum firm price for supply of Pressure Vessels inclusive of all taxes, duties and other levies as 18% of sl no 2.1
applicable. above.
3.3 Lumpsum firm price for supply of Valves inclusive of all taxes, duties and other levies as applicable. 12% of sl no 2.1
above.
3.4 Lumpsum firm price for supply of Instruments & analysers inclusive of all taxes, duties and other 10% of sl no 2.1
levies as applicable. above.
3.5 Lumpsum firm price for supply of Pumps & Blowers with motor inclusive of all taxes, duties and 5% of sl no 2.1
other levies as applicable. above.
3.6 Lumpsum firm price for supply of Piping & Fittings inclusive of all taxes, duties and other levies as 10% of sl no 2.1
applicable. above.
3.7 Lumpsum firm price for supply of Resin media inclusive of all taxes, duties and other levies as 18% of sl no 2.1
applicable. above.
3.8 Lumpsum firm price for supply of agitators,heater, strainers, resin trap,filter nozzle inclusive of all 3% of sl no 2.1
taxes, duties and other levies as applicable. above.
3.9 Lumpsum firm price for supply of PLC system along with battery etc. inclusive of all taxes, duties 8% of sl no 2.1
and other levies as applicable. above.
3.10 Lumpsum firm price for supply of Balance items inclusive of all taxes, duties and other levies as 5% of sl no 2.1
applicable. above.
3.11 Submission & approval of all basic design documents such as data sheets /drawings, quality plans 5% of sl no 2.1
etc. as per tender technical specification (PE-TS-412-155A-A001) for 2X 660 MW ENNORE SEZ above.
STPP for CONDENSATE POLISHING UNIT.
Bidder shall furnish this price schedule in his offer only
Particulars of bidder / authorised representative
ANNEXURE-B
LIST OF CIF CONTENTS FOR CONDENSATE POLISHING UNIT FOR
2 X 660 MW ENNORE SEZ STPP.