Professional Documents
Culture Documents
TND - 072388 - 148909-Tech. Specs.
TND - 072388 - 148909-Tech. Specs.
ROURKELA
TENDER SPECIFICATION
FOR
TH
INSTALLATION OF 4 SLAB CASTER AND LADLE FURNACE
WITH ASSOCIATED FACILITIES
INCLUDING ENABLING WORKS – MAIN PACKAGE
PACKAGE- II
Annexures
Schedules
Drawings
1.1.3 Continuous Casting Machines (CCM) of SMS-II shall produce 3.1 Mtpa;
considering 1.6 Mtpa from Caster # 1 & 2 and 1.5 Mtpa from Caster # 3,
whereas rated capacity of SMS-II in terms of crude steel is 3.7 Mtpa. Hence
there is a shortfall of 0.6 Mtpa in casting capabilities at SMS-II. Enhancement
of casting capacity is required in order to achieve crude steel production of
3.7 Mtpa from SMS-II.
RSP is contemplating to install one new Slab Caster (Caster #4) and one new
Ladle Furnace, to fulfil production shortfall as well as future requirements.
The proposed caster shall also be capable of producing value added steel.
Installation of proposed Caster #4 shall improve the operational flexibility in
SMS-II in terms of availability of casters and grades of steel to be cast.
1.2 EXISTING FACILITIES:
Facilities in SMS-II units are as below:
BOF shop:
Existing facilities Nos. x Capacity
Hot Metal Mixers 2 x1300
Torpedo ladle receiving station
De-Sulphurization unit 2x 150 t
Caster Shop:
Existing facilities Nos. x Capacity
Argon Rinsing Station (ARS) 1 x 150t
Ladle Furnaces 3 x 150t
RH-OB 1 x 150t
Slab Casters 3 x 1-Strand
2.1 GENERAL
2.1.1 Bidder shall be responsible for execution of the jobs envisaged for Package-
II – Main package for installation of Caster #4 and a Ladle furnace with
associated facilities for both the units/ installation on Turnkey basis.
2.1.2 The scope of work shall cover design, engineering, procurement,
manufacture, fabrication, supply, transportation, insurance, storage,
handling, dismantling & removal of debris, construction, erection, testing,
commissioning, stabilisation and demonstration of performance guarantee
of the complete plant and equipment to the satisfaction of the employer.
The plant and equipment supplied shall be new and best of its kind.
2.1.3 This scope also includes dismantling, civil work, structural work, modification
in the existing system (if required), diversion/ relocation/ protection of
existing over ground and underground facilities interfering with the
proposed units in agreement with the Employer, interconnection of utilities
system & power supply system, Erection, supervision for erection &
commissioning, commissioning, Preliminary Acceptance Tests (PAT),
commissioning, conducting Performance Guarantee Tests (PGT) and
establishment of performance guarantee parameters, Final Acceptance Test
(FAC), Technical know-how & Training of Employer's personnel and
Employer's consultant's personnel.
2.1.4 All indigenous items shall be as per the “List of Acceptable Makes of
equipment and supplies” MAY 2017 furnished at Annexure-2.1.4-1.
2.1.5 The equipment and facilities envisaged under this package shall be located
generally as per indicative general layout drawings enclosed with the TS.
Layout of plant and equipment shall have provision for easy and safe
movement of operation/ maintenance personnel for operation/ inspection
of the running plant. Adequate space for dismantling/ removal of
equipment/ parts for repair shall also be built in the layout.
2.1.6 Bidder may propose any other feasible methodology considering
technological/ serviceability/ maintenance/ operation/ safety and statutory
requirement, time schedule and all peripheral constraint and coordination
to achieve the project within the time frame, space and the area available.
2.1.7 All the manufacturing/ fabrication works shall be carried out only on the
basis of approved drawings and schemes or as directed by the employer.
Approval given by the employer shall not relieve the Bidder of any
obligations under the contract.
The above list is minimum and not exhaustive. The number of equipment
and facilities not mentioned above shall be provided by the bidder as per
technological requirement.
2.3.2 The proposed Ladle Furnace shall broadly consist of following equipment/
system;
1.8 Cutter near the guide for cutting the wires No. 1
1.9 Temperature measurement and sampling Set
Lance 1
The capacity and quantity mentioned above are minimum requirements and
indicative only. The handling facilities not mentioned above shall be
provided by the bidder as per technological requirement.
2.3.4 Goods cum passenger Elevator
6. Power Saw 1
The machine tools mentioned above are minimum requirement and any
other machine tool required for repair and maintenance of mould and
segments shall also be supplied by the bidder.
2.3.7 New bulk oil storage shed
A new bulk oil storage shed of minimum size 54m x 14 m shall be provided
to equip hydraulic test bench, oil filtration system, spares, consumables etc.
The hydraulic test bench shall be installed in a separate brick wall enclosure
alongwith air conditioners inside the new bulk oil storage shed. Rest rooms
also shall be provided in the shed. The EOT crane (7.5t capacity) along with
accessories from old compressor house shall be installed in shed for
handling of equipment.
2.3.8.2 The major equipment/ facilities, which are to be dismantled and relocated
are as follows and indicated in attached drawings CET RN 4179 ST2 00 001
R=3 and CET RN 4179 ST2 00 002 R=1;
2.3.8.5 Modification of existing Grab bucket crane in PQ bay over scale pit shall be
as per the details mentioned in chapter-3
2.3.9 Tundish repair facilities for Caster #4
The new facilities to be installed at LM bay & KL bay for Caster #4 are as
follows;
Sl. Quantity Location
Description
(Nos.)
1. Platform for existing tundish 1 KL bay
tilting stand
2. Tundish cooling fan (Portable 2 1 no. each at LM bay
type) & KL bay
3. Tundish SEN/ SES changer 1 KL bay
support stand
4. Tundish stopper rod harness 1 KL bay
stand
5. Tundish cover 2 KL bay
6. Tundish tackle hanger 3 1 no. each at LM, KL
and caster machine
bay
2.4.2.5 New Steam Piping system and dismantling of existing steam piping
Steam pipe of size DN100 meant for supply of steam in other unit of RSP is
passing through gable end columns "R32-S32". A new pipe shall be laid at
minimum elevation of +9m by taking supports of new gable end columns
"R29-S29-S32". After interface matching and commissioning of new steam
pipe at R29 and S32, dismantling of existing steam pipe shall be done.
2.4.2.6 New Pressure Reducing Stations (PRS) of Oxygen, Nitrogen & Argon and
dismantling of existing PRS
Installation of new pressure reducing stations (PRS) of Oxygen, Nitrogen &
Argon having the same capacity & parameters as that of existing respective
PRS near existing air storage tank after extended shed in Q-R bay of column
29 shall be in the scope of the bidder.
After commissioning and establishment of successful operation of PRS for
all mentioned services and connecting it with Caster # 1 & 2, exiting PRS
shall be dismantled. Scope and specifications shall be as per details
mentioned in PC&A portion of this TS.
2.4.2.8 New Emergency Overhead Tank and dismantling of existing overhead tank
Existing emergency overhead tank catering to the emergency water
requirement of CASTER 1 & 2, LHF and spray water is fouling with proposed
caster#4.
A new emergency water tank having same volumetric capacity as that of the
existing one, shall be installed as shown in the layout drawing. The tank
bottom shall be at minimum +33 m elevation. Emergency connection with
supply lines of mould cooling, machine cooling, spray cooling and LHF shall
be connected with piping going through water tunnel nearby to proposed
emergency overhead tank location.
After interface matching and commissioning of piping connection along-
with establishment of successful working of all interlocks with new
emergency overhead tank, dismantling of existing overhead tank as well as
existing water pipe connection shall be done.
Following drawings with respect to existing emergency overhead tank and
piping connection are attached with this document:
xvi. Earthing and lightning protection of the all the areas Lot
under the scope of work
xvii. Field switches/ proximity switches, local isolating Lot
MCCBs for cranes & hoists
xviii. Parallel redundant uninterrupted power supply (UPS) Lot
system with VRLA maintenance free battery bank and
respective distribution boards. Two sets of battery
bank for each parallel redundant UPS shall be
provided. Back up time for each battery bank shall be
30 minutes. UPS rating shall be based on the load
calculation and 40 percent spare capacity. Number of
UPS system shall be finalized during engineering stage
as per operational requirement and location
xix. Supply & installation of complete electrics for the new Lot
EOT cranes, new cantilever crane and any other
handling facilities
Power supply arrangement of cranes is mentioned at
chapter 3 electrics.
The crane shall have Squirrel cage induction motor
with VFD drive. Crane shall have hardwired cabin
control and also radio remote control. The VFD panels
shall have air conditioning system.
For all process cranes , VFD redundancy shall be
provided such that in case of failure of one VFD, the
other VFD/VFDs should be able to run the system with
required speed and torque control
xxii. Complete electrics shall be under the scope for all the Lot
maintenance hoists/repair trolleys for the new cranes
and other electric hoists under this project.
Tap off isolator shall be provided at working floor near
the hoist.
xxiii. Complete new electrics shall be under the scope for Lot
electric hoist for maintenance of existing grab bucket
crane at PQ bay.
Complete new electrics shall be under the scope for
electric hoist for maintenance of existing EOT crane at
MN bay.
Power supply source shall be provided for the same
with new cables and cable laying arrangement from the
new substation.
xxiv. Supply & installation of all electrics pertaining to ladle Lot
transfer car including cable reeling drum, local control
post etc.
For all transfer cars , VFD redundancy shall be provided
such that in case of failure of one VFD, the other
VFD/VFDs should be able to run the system
RSP PAGE 2.48 CET/05/RN/4179/TS/ST/02/R=2
4TH CASTER – MAIN PACKAGE
Sl. Description Quantity
with required speed and torque control
8. Peripherals (min)
a) Network A3 laser printer 1 no.
b) Laser A4 colour printer 2 nos.
15.1 Level-I
a) HMI server with OPC driver 2 nos.
15.2 Level-II
The scope of work for process control & automation shall broadly cover the
following items:
a) Flow measurement
b) Pressure measurement
c) Pressure switch
Two streams for each controlled media shall be considered. This will facilitate
changeover between lines without affecting the process.
a) Flow & Pressure measurement for Mixed gas line, Argon, Oxygen
and Nitrogen
a) Temperature measurement
b) Flow switch
c) Pressure switch
a) Temperature measurement
b) Pressure measurement
a) Temperature gauge
b) Pressure gauge.
2.7.4.9 Supply, laying and termination of instrumentation, signal, power and control
cables, special cables, heat resistant cables as required, cable laying
accessories like trays, G.I. protection pipes, supporting structures, clamps and
other cable laying accessories, identification ferrules, etc.
2.7.4.10 Above instrumentation cable, signal, power, control cable, junction boxes,
impulse pipes considered for the instruments coming under new units shall
be installed / laid upto the existing BOFs / Casters / LF & RH units as per
requirement.
2.7.4.11 Relocation of existing cables shall be done at the Gable end of the Caster
Shop for proposed extension of “LM, MN, NP, PQ, QR and R’S bays” towards
existing scale pit side. Relocation shall include dismantling of all old cables
at the gable end and replacing these old cables with new cables from the
existing source points upto the existing destination points through the
relocated gable end.
i) DEC Net Cable (Thick-wire): From LHF2A control room to SMS2 RCL
level-2 computer room.
2.7.4.12 Provision of Electronic earthing system with dedicated earth pits for new
equipment as per IE rules.
2.7.4.14 Approach platforms for all remote field Instruments for maintenance.
2.7.4.15 All Panels for housing servers/HMI/PCs etc shall have locking system.
2.8 C&IT
Void
2.10.3 Dismantling of RCC, PCC & Brickwork (including concretes of all grades) as
required or encountered during execution of civil works including loading,
transportation, unloading and dumping as per instructions of Engineer-In-
Charge shall be under the scope of Bidder.
2.10.4 Miscellaneous works, as may be required, such as Conduits for cables at the
road crossings dismantling & reconstruction of surface drain, cleaning of
site etc. shall be under the scope of work and the cost towards this shall be
included in the quoted price.
2.10.5 Separate gents and ladies toilets, facility for drinking water with water cooler
etc. shall be provided in offices, control rooms, shops etc. as per
requirement.
2.10.6 Shift rooms including shift in-charge rooms (RCC framed type) each of
minimum 30 sq. m area with separate toilets for Gents and Ladies and
drinking water facilities shall be provided as per requirement at bay
extension area, MSRS, Casting Floor, WTP etc.
2.10.7 Rest rooms :- Adequate no of rest room (RCC framed) of size minimum 30
sq. m each shall be provided at Caster floor and ground floor, MSRS and
WTP. Space provision for entrance, large space for lockers with work
distribution space, rest area, separate toilets for ladies and gents nearby and
as per requirement with bathing facilities & drinking water facilities shall be
provided. Separate lockers (for shift & rest rooms) of reputed make shall be
provided in sufficient no. Lockers for keeping tools and tackles for workers
shall be provided in rest room.
2.10.8 Shower facility with enclosure and incoming and outgoing water lines,
sanitary system etc. shall be provided at caster floor as per safety
requirement.
2.10.9 Toilet Blocks:- Each toilet block (RCC framed type) shall have separate space
provisions for the ladies and gents as follows:
Minimum 2 WCS, 2 Urinals, One shower and 2 wash basins for gents’
toilet
Toilet facilities for ladies toilet
Drinking water facilities
2.10.11 Following drawings with respect to existing system are attached with this
document for reference. However, the actual site condition shall also be
verified.
PDR-137688 PDR-215443 PDR-137550
PDR-137691 PDR-215444 PDR-137551
PDR-137692 PDR-141441 PDR-141835
PDR-142369 PDR-141442 PDR-141836
PDR-145667 PDR-141511 PDR-141837
PDR-139208 PDR-137547 PDR-141839
PDR-141866 PDR-137548 PDR-141843
2.11.1 The following drawings / documents shall be submitted by the Bidder after
placement of order:-
List of drawings below mentioned are not exhaustive; however Bidder may
include additional drawings as per project requirement.
Discipline Description
Process and 1. GA & Details of all technological equipment of
Technology caster & Ladle furnace
2. L-II network (To be submitted within 30 days of
placement of order)
3. General Layout
4. Process flow diagram
5. Functional description
6. Media consumption list (air/ water/ gases)
7. QAP
8. A single unified, combined 3D model in AutoCad
compatible platform
2.15 Bidder shall identify any hazard / risks which may result in fatal accidents /
severe damage to human health and safety, damage to equipment and
material resulting in loss of time and having cost implication. Bidder shall
carry out the above assessment and formulate appropriate action plan to
prevent such incidents. This action plan shall be submitted to the Employer
before start of the work.
3.1.1.2 In SMS-II, a new Slab Caster (Caster #4) and a new Ladle Furnace proposed
to be installed which shall take care of the present production shortfall. This
caster shall also be capable of producing value added steel like API higher
grades, EDDS etc. This shall also improve the operational flexibility in SMS-
II in terms of availability of casters and grades of steel to be cast.
3.1.1.3 New caster- Caster# 4 shall be located in the proposed extended portion of
casting bay next to existing Caster #2 location. New Ladle Furnace shall be
located in LM bay (existing tundish repair area) in SMS-II. Both these facilities
shall be designed for processing heats in sequence casting mode. The
proposed locations of Caster# 4 and Ladle Furnace have been shown in the
drawing no. CET RN 4179 ST0 00 001 R=3. The turret of Caster# 4 shall be
near the existing column N31. To accommodate the new caster and
associated facilities, LM & MN bays shall be extended by about 32m, NP &
PQ bays by about 76m, QR bay by about 44m and R’S bay shall be extended
by about 47m.
Dismantling scheme has been shown in the drawing no. CET RN 4179 ST2
00 002 R=1. Further, layout of existing and proposed facilities in KL and LM
bays have been shown in drawing no. CET RN 4179 ST2 00 003 R=1.
Following points are to be noted:
20 Indoor ambient 55
temp (⁰C)
21 Power Supply MS rail type DSL as per existing
22 Electrical panel On crane platform with e-room with AC.
location Redundant AC to be provided.
(ii) Double Girder EOT Crane in NP Bay
S. N. Parameters Details
MH AH1 AH2 LT CT
1 Type Double Girder EOT Crane
2 Area CC Machine Bay
3 Bay NP
4 Quantity(Nos.) 01
5 Lifting Capacity on 120 20
Hook (t)
6 Bay width (m) 33
7 Crane span (m) 30
8 Top of Crane rail (+)28.98
over floor (m)
9 Runway Length (m) 76
(Approx.)
10 Lift (above floor/ 26+3= 27+5= - - -
below floor) (m) 29 32
11 Speed (m/min) 12 16 - 80 40
(Approx.)
12 Hook approach N axis: N axis: - - -
(mm) (Maximum) 4200 2200
P axis: P axis:
4000 2000
13 Motor (RPM) 750 750 - 1000 1000
14 Type of rails - - - CR- CR-
15 No. of wheels - - - 16 4
RSP PAGE 3.14 CET/05/RN/4179/TS/ST/02/R=2
4TH CASTER – MAIN PACKAGE
S. N. Parameters Details
MH AH1 AH2 LT CT
16 Mechanism class Class-4 Class-4 - - -
Crane hook shall be designed to handle old and new tundish handling
tackles.
3.3.3.5 The technical parameter of cranes not mentioned above shall be in line with
above.
3.3.3.6 The selection of all the components of all the cranes & hoists shall be
designed on selected motor kW and all the factors shall be considered for
the worst condition.
3.3.4 Design standards for EOT cranes
i. The cranes shall be designed in accordance with IS 4137: 2015, IS 807:
2006 and any other standards referred to therein.
If certain design criteria are not specified in the IS 4137: 2015,
provisions laid in IPSS:2-02-001-18 for “Design parameters for EOT
Cranes”, IPSS: 2-02-003-18 for “General Code of Practice for Design of
EOT Cranes (Mechanical Aspects)”, IPSS: 2-02-004-18 for “General
Code of Practice for Design of EOT Cranes (Electrical Aspects)”, IPSS: 2-
02-002-18 for “Acceptance Norms for EOT Cranes” shall be followed
for design of EOT Cranes to be used in steel works of SAIL plants.
However, for design of components Provisions laid in IPSS shall be
followed.
ii. All EOT cranes shall be designed as per class-IV (M-8).
xiv. Shafting
High speed shafts shall be checked for critical speed. The ratio of
critical speed to speed of shaft shall be not less than 1.2.
xv. Crane lubrication
Automatic centralized lubrication with dual line system shall be
preferred. Motorized centralized lubrication with dual line system shall
be considered for all class IV cranes.
The system shall be 1 no. working (minimum) and 1 no. standby for
main pumps with reservoirs, filters, relief valves, and change over
valves etc.
Minimum internal diameter of the grease pipes shall be 8 mm and
thickness 2mm. Material of pipe shall be DIN 2391 C. All pipe work
shall be securely fixed, protected from damage and accessible
throughout. Effective protection shall be provided to prevent access of
dust to the lubricant and such protection shall also be weather proof
on outdoor cranes. A lubrication chart shall be provided, indicating all
lubricating points, the type of lubricant required, and the
recommended frequency of lubrication.
Wire rope & wheel track lubrication (non-graphite type) shall be
provided for Class-IV duty.
3.3.4.3 Lubrication System for other areas
Minimum 2(two) units of portable motorized grease pump unit with
container along with one unit of refilling pump shall be provided for
lubrication of other equipment. 2 nos. hand grease guns shall also be
provided for manual lubrication.
3.3.6.2 The broad technical specification of the electric hoists shall be as follow;
i. IS 11592:2000
Belt
However, the design capacity of the conveyor
Conveyors
belts shall be 1.2 times of the rated capacity
and the design factor for kW calculation of
the motor shall also be 1.2
ii. 70% of rated capacity
Maximum
loading
xii. Factors for All the factors shall be considered for worst
design of condition
conveyor
Bulk density
(t/m^3)
Ferro Alloys
3.8
Calcined lime 1.0
50
Ambient temp (°C )
Take Up
Type As per requirement
ii. Belting
Type N/N
Cover grade
Drive System
Pulleys
Shell thickness(mm) 16
Shell thickness(mm) 16
Shell thickness(mm) 12
Idlers
xiv. Self-aligning
carrying idler
4. Steel structure
i. Steel structure specified herein shall be applied to steel structures
such as conveyor stringers, short posts, head frame, drive frame,
take up structure, tail frame. The spacing of short posts of
conveyors shall not exceed 3000 mm. The construction of stringer
and short post shall be of ISMC 125 (minimum section).
ii. Construction of steel structures shall be rigid being made by
shaped steel and steel plate.
iii. Conveyors shall be provided with continuous MS deck sheet of
3.15 mm thickness.
iv. Conveyors shall be provided with 3.15 mm steel seal plate
throughout their lengths
iii. All surfaces of chutes shall be provided with Hardox 500 liners of
10 mm thick to be fitted with countersunk screws. Snub pulley
and belt cleaner for head pulley shall be provided inside the chute
to prevent raw materials from spilling from the conveyors. Each
chute shall be provided with inspection hole with hinged cover at
suitable height and location. Adequate sized flanged openings
with inspection doors are to be provided near bends where there
is chance of clogging for inspection and poking to clear the
accumulation. Chute construction below gate shall be such that
there shall not be any clogging of materials between chute and
gate in that zone.
6. Skirt boards
Skirt boards of minimum 3000 mm length shall be provided at each
feeding point of conveyors and shall terminate above an idler. The
width of skirt shall be two third of conveyor width. The thickness of the
skirt plate shall be 10 mm with 10 mm (minimum) Hardox 500 liner
plate fitted with countersunk bolts. Skirt shall flare slightly outwards in
the direction of belt travel to prevent material from wedging. The
height of the skirt boards shall be 450 mm and shall be sufficient to
contain the material volume as it is loaded on the belt. The skirt plates
shall be fitted with rubber strips (100 mm wide x 12 mm thick) of
hardness 65-700 Shore A by means of vertically slotted holes to permit
adjustment. Cut pieces of conveyor belting shall not be used. Rubber
strips shall be so fixed as to facilitate their replacement. Edges of
rubber strips shall have an angle for providing better seal. All care shall
be taken while designing to combine sealing with minimum belt wear.
Rubber curtains shall be provided at the exit of skirt to enclose the
chute outlet. The thickness of top cover plate shall be 3.15 mm.
7. Discharge hood
ii. Vertical type gravity take-up systems shall be provided for all other
proposed belt conveyors as detailed below, complete with all
10. Spacing for idlers and safety switches shall be generally as follows:
i. The carrying idlers shall be placed 1000 mm apart along the
profile of the belt conveyor.
ii. 1 No. 100, 1 No. 200 and 1 No. 300 transition idler shall be
located at the head as well as tail end of the belt conveyor. The
transition distance shall be approximately equal to the belt
width. The distance between the two transition idlers shall be
also approximately equal to the belt width.
iii. 6 Nos. impact idlers each at a spacing of 400 mm shall be
located at the feed point of material of the belt conveyor, along
the profile of the belt conveyor.
iv. Self-aligning carrying idlers shall be located with a spacing of
15000 mm in-between them, along the profile of the belt
conveyor.
v. Self-aligning return idlers shall be provided with a spacing of
15000 mm in-between them, along the profile of the belt
vi. The return idlers shall be provided 3000 mm apart along the
profile of the belt conveyor.
11. Safety Switches
i) Pull cord switches
iii. Top cover & bottom cover, belt rating, cover grade shall be
decided by the Bidder based on requirement.
ii. Double flanged parallel tread wheels shall run on flat bottomed
rails of minimum 60 lb/yd and shall have min hardness of 350
BHN. Cleaners shall be provided to sweep the rail from spilled
material. Anti-friction bearings shall be used throughout. The
travel drive shall be so designed that no part of equipment shall
project below rail level.
iii. The belt conveyor shall be driven through motor and bevel-
helical gear box. All other stipulation for conveyor component as
detailed above shall be applicable for the shuttle conveyor.
Hours of operation 24
ii. Conveyor:
Capacity (tph) As per requirement
3.3.9.3 General
i. Weigh feeders shall be efficient compact & rugged system suitable for
feeding bulk solid material to the process in a controlled proportional.
ii. Weigh feeders shall include DC or AC Drive, Gear Box, Coupler, Load
cells, Process Controller, Speed Sensor Assembly, Automatic Belt
Tracking Aid, Scrapers for carrying & Running Side Belt, Skirt boards,
Belt Limit Switches, Test Weights for Calibration (Calibration Rod or
Calibration Chain), Impact Idlers, Pulleys & Pulley Bearings and Control
Panel. It shall be supplied with Remote Flow Rate Indicator & Remote
Totalizer.
iii. It shall have following features to convey, weigh & control the rate of
flow materials by varying the speed of the belt. Following indicators
shall be provided:
Actual flow rate indicator.
Set rate feed indicator.
Totalised amount indicator.
Belt load indicator.
Belt speed indicator.
Deviation indicator.
Fault messages (separate lamps).
The material of axle box casting shall conform to steel as per IS:
1030-1998 grade-1.
Spring seats, wherever required, shall be finished by machining
d) Axle Box Frame
Axle box frame of cast steel or fabricated steel construction shall
be stress relieved and accurately machined and the parallelism
between the face plates and their perpendicularity with the top
surface shall be closely maintained so that the assembly can
satisfy the requisite alignment and other functional requirements.
e) Springs
All helical compression springs shall be designed in accordance
with IS: 7906-1997 Part-1.
Spring ends shall be finished square with respect to its axis.
The spring shall be designed on the basis of virtually infinite life
i.e. to withstand ten million load cycles or more without failure.
f) Buffers
Spring loaded or other better type buffers shall be fitted on the
four corners of the transfer car for ensuring soft dashing of
transfer car against stop.
Buffers shall be rigidly bolted in place, preferably along the centre
line of transfer car track such that the bolts are not in direct shear.
Buffers shall be designed to absorb the kinetic energy released at
50% of the full load rated travelling speed, the average rate of
deceleration not exceeding 4.8m/sec2 at 40% of the rated
travelling speed.
Buffers shall have a contact surface of not less than 125mm in
diameter and mounted so as to provide 100mm clearance
between the fixed structures and car outreach when buffers of
transfer cars are fully compressed.
g) Drive mounted on transfer car
The Car shall have two individual drive arrangements on both
ends of the cars. The system shall be such that any one motor
a) The Bidder shall ensure that the transfer car is manufactured as per
the tolerances specified below:
b) No load test:
The transfer car shall be run in both the directions at maximum speed
with no load. During this period, the speed and noise shall be checked.
The bearing lubrication system shall also be checked for proper
operation. At the end of this test, no part shall be excessively heated.
c) Speed test:
Travel motion of the transfer car shall be tested in both directions
with rated load on all the notches and the speeds shall be
attained at various notches as per approved speed- torque curve
of the transfer car within the tolerance limits. The absorbed power
as well as the speed shall be recorded and compared with
guaranteed values. At the end of these tests no parts shall be
excessively heated.
Travel motion of the car shall be tested with 25% over-load in
which case the specified speeds need not be attained but the car
shall show itself capable of dealing with the overload without
difficulty.
d) Brake Test
The travel brakes shall be capable of arresting the motion within a
distance in meters equal to 10% of speed in meters/minutes when
3.3.12.1 The roof shall be lifted and lowered with the help of hydraulic cylinders. The
support structure shall comprise a vertical portal frame suitably designed for
holding and operating the ladle roof. The Roof shall be lifted by means of
above-mentioned hydraulic cylinders connected to a common hydraulic
power pack for roof lifting, de-clamping and electrode regulation. This
hydraulic power pack shall be installed in the hydraulic room. The hydraulic
cylinders shall be fixed to the Roof supporting structure and connected to
the lifting lugs on the Roof by means of pins to provide some flexibility. The
arrangement shall be such that the movement of the roof is proper and
smooth, and it shall always remain in horizontal position while raising or
lowering. There shall be complete and proper synchronization between all
the hydraulic actuating mechanisms. The Bidder shall furnish complete
details for proper synchronization methods giving all salient features of the
offered mechanism. Any interlock provided for actuating mechanism shall
also be indicated. The roof lift stroke shall be so that there is sufficient
clearance between the roof and metal build up on the rim of the Ladle. The
roof lifting cylinder piston sealing and all “O” rings shall withstand high
temperature in the surroundings.
3.3.13 Arc Heating System consisting Electrode Masts and Arms & Electrode
Holder and Clamp System
3.3.13.1 Arc Heating System consisting of Electrode Masts and Arms & Electrode
Holder and Clamp System shall be provided.
3.3.13.2 The Arc Heating system shall basically comprise of electrode masts with
guide rollers, electrode arms either copper cladded steel type or fitted with
electric bus tubes and insulated supports, electrode holders with clamping
devices and hydraulic electrode regulation system.
3.3.13.3 Electrode Masts and Arms
3 (three) electrode masts shall be suitably fixed on a foundation and shall
be designed to hold the electrode arm through individual adjustable guide
rollers for the movement of electrode. 3(three) electrode arms, preferably of
rectangular steel box construction shall be fitted on the electrode masts. The
support for fastening the secondary conductor system shall also be welded
to the arms. The electrode arm shall carry forced water-cooled electrode
holders, which shall clamp the electrodes positively by means of spring
holder assembly. The electrode supporting arms shall be fixed to the
electrode masts, which can be moved up and down with the help of
hydraulic cylinders, supported by guide rollers. It shall also have an
automatic speed regulation control system for the electrodes. The release
3.3.16.1 Wire feeding system shall be provided. The system shall be capable of
feeding of minimum 4-wires (Aluminium / Ca-Si /Ca-Fe/ Fe-Si/Fe-Ti) with
minimum two nos. of wires at a time (Four strands system). Each wire shall
be driven by roller pairs independently with independent clamping system.
The speed and wire length for each wire shall be provided with independent
controls, for which encoders shall be given. All necessary feeding system
including drive mechanism shall be included. One set of Aluminium and Ca-
Si core wire shall be supplied.
3.3.16.2 The coils shall be located in the de-coiling unit with provision for housing
4 nos. of coils, which shall also be provided. The wire feeder shall be
equipped with its own control system based on PLC. Automatic and manual
modes of operation shall be possible. The injection length and
3.3.17.1 For temperature and Oxygen measurement of the liquid steel, manipulator
lance shall be provided, which shall be installed on the LF platform near to
the corresponding opening in the ladle roof. This lance shall also be used
for taking samples.
3.3.17.2 The lance manipulator shall be of a 2-carriage design. The carriages shall be
mounted on a tiltable guide column by means of guide rollers. Each carriage
shall hold a lance and shall move independently by means of a chain and
sprocket system. Limit switches shall be provided for the extreme positions.
The tilting shall be done by means of a pneumatic cylinder. The signal from
the probes for temperature and sampling shall be processed by an analyzer
unit and the results displayed on the computer. Oxygen measurement range
of the probes shall be 1 to 1000 ppm.
RSP PAGE 3.71 CET/05/RN/4179/TS/ST/02/R=2
4TH CASTER – MAIN PACKAGE
3.3.17.3 For temperature and Oxygen measurement of the liquid steel, a manipulator
lance shall be provided, which shall be installed on the LF platform near to
the corresponding opening in the ladle roof. This lance shall also be used
for taking samples.
3.3.17.4 The temperature measurement/ sampling system shall be installed on the
working platform. It shall be designed for sampling and temperature
measurement under atmospheric condition. The lance shall be suitable for
two in-one type disposable tip for temperature measurement and sampling
in single stroke. The probes shall be fixed and detached manually by
operator. Lowering / lifting of the lance shall be done by electro- mechanical
device and shall be control from the local control post as well as control
room. The positioning (lowering and lifting) of lance shall be operated
automatically with the help of microprocessors. When immersing the
temperature sensor in the melt, a threshold thermo-electric voltage shall be
detected to establish the bath level of steel. Through this the effect of worn
out lining and different slag thickness shall be estimated at a constant &
reliable immersion position control shall be achieved.
3.3.17.5 The lance shall be driven by a geared motor through a chain drive. Limit
switches shall be provided for stopping at extreme ends of the travel
positions. A cable reel to guide cable during the movement of the lance shall
be provided. However, proximity switch of suitable rating shall be provided
except places which are very hot, where chances of conductive dust (iron
filling) and at places where rotation is to sensed.
3.3.17.6 The system shall consist mainly of lance transport car, drive unit including
gear motor & endless chain, cable reel, support structures, set of limit
switches, set of operation & control system, etc.
Brief description is as below:
Sl. No. Parameters Brief description
1. Length of probe 1.2 m (approx.)
2. Depth of immersion in 600 mm (approx.)
molten metal
3. Lance moving range 4.1 m (approx.
4. Lance speed 30 m /minute (approx.)
3.3.18.1 Argon is proposed to be used as purging gas, through a porous plug at the
bottom of the ladles for stirring the liquid steel. The porous plug shall
RSP PAGE 3.72 CET/05/RN/4179/TS/ST/02/R=2
4TH CASTER – MAIN PACKAGE
be connected to the gas line through connecting hoses and quick fix
coupling. One valve station shall be provided for the same. Facilities for
measuring the gas consumption shall also be provided and signals shall be
transferred to control room through transmitters. Flexible hoses shall be
provided for connecting the porous plug of ladle with the fixed pipeline.
3.3.18.2 In case of porous plug chocking, for an emergency operation, refractory
lance mechanism (off line preferably) shall be provided for purging the inert
gas into the liquid steel, which shall be operated with the help of
mechanized drives. The mechanized emergency lance system shall be
located at in-arcing position through the ladle furnace roof in such a way
that Argon/ Nitrogen purging can be done in the liquid steel in the ladle.
There shall be a provision for storing three (3) nos. of top lance at the
working platform.
3.3.19 Goods-cum-passenger elevator
3.3.19.1 Design Basis
(c) 4t capacity 22 kW
(d) 5t capacity 30 kW
3.3.22.9 The machine tools mentioned above are minimum requirement and any
other machine tool required for repair and maintenance of mould and
segments shall also be supplied as per technological requirement.
viii. Air breathers shall be desiccant type. rating of the breathers shal
be matching with the lowest rating of the filters for the system.
ix. The system shall be designed with oil level monitoring in the tank,
pressure monitoring in the system, temperature monitoring etc.
x. Power Pack shall be provided with tray at the bottom for taking care
of leakage of oil.
xi. Off-line filtering-cum-cooling system shall be provided. The number
of standby pumps shall be as below:
Number of operating pumps Number of standby pumps
1-4 1
5-8 2
xii. 2 Nos. Portable motorized oil filling pump with filter shall be provided
for filling of oil from the barrel into the tank. All hydraulic system shall
have topping up facility through off line filter
xiii. 2 Nos. On-line particle counting machine shall be supplied for
checking oil contamination shall be provided.
xiv. 2 no’s of LVDH machines shall be supplied for moisture separation in
Hydraulic oil.
iv. Valve
Types of valve like directional control, flow control (meter-in or meter-
out) for speed adjustment and pressure control (relief, reducing,
sequence, un-loading, counter balance etc.) for load control shall be
selected based on the operational requirement
Selection / sizing of a valve shall be done based on the flow
requirement and pressure drop across the valve, as per manufacturer’s
chart supplied with their product catalogues.
v. Filtering-cum-cooling circuit
Pressure rating is usually 10 to 15 bar but shall depend on the
resistances like filter, cooler, valves etc. located in this offline route
Pump shall be screw (for high volume and low pressure) or gear type
based on requirement of flow. Screw pump is very silent during
operation but is less efficient
Number of operating pumps & standby pumps shall be as mentioned
above.
Pipelines
i) All pipelines in the air-oil lubrication system shall be seamless and
stainless steel type of grade suitable to the working environment.
ii) The lubrication line shall be so designed for maximum pressure and
volume for which the air-oil system is designed. The pipeline shall be
tested for 1.5 times the maximum working pressure. Test certificate
shall be submitted for approval.
iii) Lubricant distributors shall be of robust design with suitable no. of
outlets to feed the bearing points.
iv) A venting line shall be provided for venting extra lubricants from
pressure regulating valves in case of high system pressure for safety.
Venting shall also be performed to ensure bubble free supply of
lubricant to the metering unit.
v) Sharp bends and change in cross section of pipelines in the direction
of flow, check valves etc. shall be avoided to ensure free flow of
lubricants. For unavoidable bends and cross section change, smooth
transition pieces shall be used.
Parameter Value
pH : 7.0 to 8.6
Sulphate (mg/l) : 80
Chloride (mg/l) : 6
Silica (mg/l) : 10
Fe (mg/l) : 1.6 (max.), 0.2 (min.)
Note:
i. Test Certificates for all tests (material test, dynamic balancing test,
performance test, noise and vibration test) to be submitted before
giving Inspection call.
ii. Full scale full speed performance test for each pump and strip test
shall be witnessed by the employer.
-
Jack screws, lifting lung or equivalent for handling and
alignment
3.4.7.2 Specification of Booster Pumps for flume flushing in Caster#1&2
1.0 Pump Booster Pump
Characteristics
1.1 Quantity 3
1.2 Capacity 200 m3/h
1.3 Total Head 35 mWC (Differential)
1.4 Suction Pressure 10-20 mWC
1.5 Mode of connection Directly coupled
1.6 Operation Parallel
1.7 Duty Continuous
1.8 Noise level Not more than 90 dB (A) (at 1m. from
source)
1.9 Vibration level Not more than 75 at Bearing & Shaft
The softener unit shall be a sodium zeolite softening system and shall
consist of softener tanks, brining system and interconnecting valves.
The tanks shall be constructed of steel and shall be vertical shell dished end
pressure vessel. It shall have an inlet water distributor system, a
RSP PAGE 3.118 CET/05/RN/4179/TS/ST/02/R=2
4TH CASTER – MAIN PACKAGE
freeboard space, a regenerant distributor, a bed of ion-exchange resin,
supporting media and under drain system. The shell shall be lined with
rubber lining of 5 mm thick as per IS-4682, 1991, part-I.
The inlet water distributor should prevent the water from impinging on the
resin bed and creating channelling effects. It should also collect the
backwash water going to the resin.
The freeboard space should allow the resin to expand without loss to the
drain during backwashing. This should be at least 75% of the resin bed
volume.
The regenerant distributor should spread the brine uniformly over the
surface area of the resin and it should not allow the water in the softener of
the freeboard space to dilute the brine.
The resin bed should be made up of a strong cation resin & should operate
in the sodium cycle. The depth of bed should be at least 0.6 M.
The under drain system should support the resin bed and collect the treated
water, waste brine, rinse water and distribute the backwash water. This
should collect the water evenly from all portions of the bed during the
service, brine and rinse operation to prevent channelling through resin bed.
This should be of stainless steel construction and located within the lower
rubber lined dished ends. This shall be fitted with strainers of
stainless/HDPE/PVC with slit 0.2 mm
3.4.7.7 Expansion Vessel/ Surge Tank
The Expansion Vessel/ Surge Tank shall be installed in primary soft water
system on the downstream of the PHE separately on each of the soft water
circuit. It shall be pressurised with Nitrogen for compensating the pressure
fluctuation of the primary soft water system during heating and cooling
cycles. For emergency, interconnection with existing compressed air headers
shall also be provided in case of Nitrogen failure.
The various parameters for the Surge Tank shall be as follows: -
1. Quantity 1 No.
2. Type Vertical cylinder with dished
ends
3. Design Code IS:2825-
4. Design Pressure Bidder to indicate
5. Design Temperature 50 oC
6. Hydraulic Test pressure 1.5 times max operating
PSFs shall be of high rate surface loading. Surface loading shall be designed
based on the consideration that minimum 2 filter units go under backwash
at a time.
Empty space below the filtered water collector shall be filled with concrete.
Minimum two nos. of standby filter in each group of filtration system shall
be installed.
PSFs shall have automatic backwashing system with necessary back wash
facilities including 2 nos.(1W+1S) of backwash pumps and 2 nos.(1W+1S) of
blowers. Noise level at 1m from pumps and blowers shall not exceed 85dBA.
3.4.7.11 Scale Scrapper, Oil Skimmer in Settling Tank (Secondary Settling Tank) and
Scale Pit
The Scale Scraper is conventionally used to scrap scale and sludge deposits
at the bottom of the settling tank, to form heap, suitable for removal by
grabbing crane. The SST shall be of on ground RCC construction with
arrangement of drainage by gravity.
i. The details of the Scraper are as under:
Type of scale scrapper Heavy duty type
Shape of pit Horizontal, rectangular
Content of oil in effluent Bidder to consider
Content of scale in effluent Bidder to consider
Equipment for scale removal a) Scraper
b) Grab bucket crane having travel
throughout the length and width
of scale pits
Equipment for oil removal Oil skimmer
MOC Standard as prevalent for steel slab
casters.
ii. All the equipment / materials supplied shall be designed to work
smoothly under average ambient temperature of 50oC (max.) and - 2oC
(min.) with relative humidity of 100 %.
iii. Equipment Description
Pipeline from tapping point to the sump with motorized valves Lot
on both the compartment and facility for their operation with
level indicator / switch.
All piping, valves etc. Lot
B. I.D. Fan
No. of ID Fan Two(1W+1S)
Capacity (Volume and Bidder to specify (10% margin over
static pressure) system volume)
Type of fan Simply supported, Centrifugal,
backward curved
Drive Electrical Motor & Direct driven
Motor rating Bidder to indicate
Noise level 85 dB (A) max. at 1 m from source
MOC Housing/Scroll/inlet box: IS-
2062:2011, 8 mm thick (minimum);
Blade: 10 mm with lining,
Shaft EN-8: Ultrasonically tested
Fan speed 1000 rpm
Bearing Anti-friction, self-aligned, spherical
roller bearing with plumber blocks
with grease nipples
Accessories Hinged inspection doors, drain plugs,
lifting lugs
VIV damper at inlet Motorised damper to be provided
Multi-louver Damper at Manual damper to be provided
outlet
Each air compressor shall be provided with check valve, pressure relief valve
& isolation valves. The above compressors shall be interconnected with a
provision of isolation valve between them. Apart from above mentioned
instrumentation, the Bidder, if required should give any extra
instrumentation required for efficient operation of the system.
J. Air Receiver
1no. air receiver of required capacity (min 20 m3) at the required working
pressure, complete with accessories like safety valve, vent valve, drain valve,
inlet & outlet opening complete with matching flanges, gaskets, bolts &
nuts, and inspection door shall be provided. The air receiver shall conform
to IS: 7938-1976. The air receiver shall be designed manufactured & tested
according to IS: 2825-1969 and shall be complete with pressure gauge,
lifting lugs & foundation bolts. The material of construction shall be as per
IS: 2002-1992. The receivers shall be of welded construction.
Manufacturer’s Name
Mark No
Material Quality
Marking shall be done with water insoluble ink in English or with
indelible paint
3) Packing of refractory materials shall be done as follow
Dense bricks shall be suitably packed in wooded box
Insulation bricks shall be supplied individually wrapped and
packed in cardboard cartons.
Mortars shall be supplied packed in 25 kgs single polythene lined
gunny bags/HDPE bags.
Castables shall be supplied packed 25 kgs HDPE bags.
4) Bidder shall carry out the inspection of all refractory materials at the
works of the manufacturer. Inspection of entire refractory materials
shall be done as per latest IS standard or ISO standard.
5) Quality shall be checked on the following aspects
a) Visual inspection on manufacturing defects.
b) Inspection for physical & chemical properties.
c) Inspection on damages due to packaging & transport
6) Bidder as per specified standards shall carry out the inspection of all
refractory materials at the works of manufacture. Sampling and testing
of materials shall be checked as per approved QAP and approved
materials specification. Employer may at his sole discretion depute his
authorized representative(s) to witness the inspection at manufacture’s
premises.
7) Bidder shall furnish necessary test certificates both visual and physico-
chemical for all the refractory materials under his scope of supply to
3.5.4.3 Heating & commissioning of refractory for all equipment shall be done by
the bidder. Monitoring of refractory heating up schedule shall be done by
the bidder as per his design.
3.5.4.4 The refractory bricks shall be handled carefully and kept stacked properly to
avoid breaking of corners & edges. The surfaces of the bricks shall be
thoroughly cleaned of dirt and grease, with wire brush prior to use. The
laying of bricks shall be such that there should be no open joints. Cracked
and badly broken bricks at corners should not be used. Mortar shall be
prepared by using mortar mixture for erection of refractories.
3.5.4.6 Arranging all tools and tackles, brick cutting machines, grinding machines,
mortar mixers, rammers etc. and any other erection equipment like winch,
elevator, etc. including erection consumable for the execution of the work.
3.5.4.7 Bidder shall keep the work sites and storage areas clean and tidy at all time.
At the end of each shift the sites shall be cleaned of all debris. All the debris
generated during refractory lining has to be cleaned by the bidder and same
should be transported to the dump yard of employer. The entire debris shall
be removed without causing excess accumulation at site. Proper stacking of
refractories and housekeeping shall be done by the bidder.
3.5.4.8 Total management of refractory erection work shall be done by the bidder
LM bay: The existing LM bay cranes and new crane for Caster
# 4 shall be fed from existing substation no. 305 (2x1.6MVA )
which shall be freed after shifting of KL bay crane loads to new
substation. Substation 305 shall feed existing DSL and new
DSL through new PDBs and new cables. Additional looping
cables shall also be connected in the old DSL to take care of
voltage drops and load requirements of new crane. In
3.6.8.11 Insulation
i) Interturn and inter coil insulation shall be designed such that di-
electric stress is uniformly distributed throughout the windings under
all operating conditions.
ii) 33kV and 11kV windings shall be fully insulated.
3.6.8.12 Tank
i) Welded thick gauge plates stiffened and reinforced to withstand
without deformation for all stresses applied during transport and
operation or short circuit conditions. The tank shall be of Bell Type
3.6.11.3 Bushings
Equalised electrical stress internally and over the bushing surface
Free from radio interference
Provision for expansion over normal operating temperature range
Bushings with combination potential and power factor test cap.
3.6.11.4 Operating Mechanism
Circuit breakers shall be suitable for remote control from the electrical
control room.
A local control switch with locking arrangement shall be provided for
each circuit breaker for local operations i.e. tripping and closing during
maintenance, test etc.
Local/remote selector switch shall be provided in the mechanism
cabinet.
Provision for connecting oscillograph recorder to measure the
operation timings of the circuit breaker.
Each circuit breaker shall have ON/OFF indication lamp along with a
mechanical `open/closed' position indicator visible with the
mechanism cabinet closed.
One close coil and two trip coils.
Cabinet for operating mechanism and its accessories shall be of IP55
protection with pad locking facility. Cabinet shall be simplex type all
equipment mounted on front side and wiring on back in proper wire
ways.
Anti-condensation heater shall be provided in the local cabinet with
load break fuse switch. It shall house relays for control and interlocking
as per scheme requirement.
Wire-ways/cable ways shall be provided in operating mechanism
cabinet so that wiring is neat. All the connection shall be at back and
equipment in front.
3.6.19.9 The field devices like the motors, valves, pumps, magnetic vibrators, chutes,
conveyors etc. shall be controlled as per the process under different process
and safety interlocks. These shall form the level 0 system. The control of their
starting and stopping etc. shall be by the PLC (level I), which shall execute
the command on the basis of the set points given form HMI. Control loops
for speed control, charging control; flow control shall also be executed by
PLC.
3.6.19.10 The following equipment shall be considered in Level 1 automation. PLC, PC
unit for PLC programming, 2 nos. of PC based HMI and 2 nos. Laser printers.
Software shall include licensed version of software for PC, development
software and application software for PLC. The PLC & HMI shall
communicate through ethernet.
2. Power Terminations
U/O voltage
protection
(27,59) with timer (2)
Transformer
Differential
protection relay (87T)
U/O voltage
protection (27,59)
with timer (2)
Fuse failure
protection of line PT
(97) (for alarm)
4. Trafo Feeder Over-Current and Multifunction meter
Earth fault Ammeter with
(50,51,51N,50N) selector switch
5. Motor feeder Over-Current and Multifunction
Earth fault meter.
(50,51,51N,50N)
Ammeter with
Motor protection selector switch
relay (99) with U/V
Over voltage
protection
7. Outgoing 6.6kV Over-Current and Multifunction meter
Feeder Earth fault
(50,51,51N,50N) Ammeter with
selector switch
8. Bus PT Relays for use in Voltmeter with
interlock of other selector switch
feeders, incomers
& buscouplers) Frequency meter
Over voltage
protection (59)
Fuse failure
protection (97)
(for alarm)
Note:
i. Major primary relays shall be microprocessor based numerical
and communicable type(IEC 61850 compliant). All multifunction
transducer shall be communicable on MODBUS protocol. All auxillary
and multiplier relays are of electromechanical type
ii. Protection scheme specified above is indicative. Final protection
scheme shall be as per approved drawing during detail engineering (
after placement of order).
iii. The multifunction meter shall have the following minimum features:
Ammeter
Voltmeter
Frequency meter
Power Factor meter
kW, kWH, kVA & kVAR meter
30 min or 15min maximum demand meter
4. Potential Transformers
Three no single phase PT shall be provided for each Line PT/ Bus
PT
Bus potential transformer shall be provided in separate cubicle
High voltage side of PTs shall have fuses and MCB’s on low
voltage side
Insulation levels shall be similar to rating of associated board
Accuracy class 1.0 shall be used
VA burden shall be selected based on meters and relays
connected with the PT.
PTs shall be dry type hydrophobic resin cast or polycrete type
6. Indicating Instruments
ON OCCURRING OF FLASHING ON
FAULT
ON ACCEPTING STEADY ON OFF
Contact Rating:
Continuous 10 amps
AC 11 4 amps, 240V
3. Push Buttons
Contact Rating:
Continuous 10 amps
AC 11 4 amps, 240V
Colour:
ACCEPT BLUE
RESET BLACK
TEST YELLOW
2. Labels
Switchboard designation nameplate at the centre of the board
with letters not less than 25 mm high
Panel designation number on each panel, both in front and rear
“DANGER- DO NOT OPEN COVER WHEN THE PANEL IS
LIVE” inscription on rear of the panel
Inscription plate for each feeder on the door
Door front mounted devices to have labels directly below them
Labels made on non-rusting metal or 3 ply lamicoid with engraved
inscription of white letters (minimum 3 mm high) on black
background. Label designation and size of lettering subject to
approval
Bus side and cable side shutters labelled for identification
Shade of paint
Panel interior Off white shade
3.6.28.2 All isolators shall also conform to the latest Indian Electricity Rules as regards
safety, earthing and other essential provisions specified therein for
installation and operation.
15 Painting
a) Surface Treatment for Seven tank process.
Painting
16 Paint shade
a) Outer surface Shade No.631 (light grey) of IS
5: 1994
b) Inner surface Black paint matt finish
3.6.31 LT Switchboard
IS Code & Year Title
IS: 1248 (Part1-2003) (Part Direct acting indicating analogue
2-6, 9-2003) (Part 7, 8- electrical measuring instruments & their
2003) accessories
IS: 2705-(Part 1-4)-1992 Current transformer
IS: 3156-(Part 1-4)-2002 Voltage transformers
8.4 Wiring
Power Circuit Insulated (1.1 kV) Flexible Copper
3. Rated frequency 50 Hz
4. Variation in rated + 5%
frequency (%)
5. Duty As per requirement
6. Speed (RPM) To be matched with the driven equipment
7. Time to withstand 2 minutes
120% of rated speed
8. Mounting Horizontal/ Vertical mounting as per
application
9. Type of enclosure TETV/CACA: for 6.6kV motors
TEFC: for 415 V motors
10. Degree of protection IP 55
11. Class of insulation F
12. Temperature rise (over 70oC
ambient temp. of
50oC).
13. Starting current in 600 % (tentative)
percentage of rated
current (Ist / Ir)
15. Starting time at 100% Not more than 10/ 15 sec for 100%
and 85% rated voltage voltage.
with load
3.6.35.5 Tests
The tests to be carried out on equipment are subdivided under the
following heads:
Factory tests (Routine tests and Type tests)
Site tests
FACTORY TESTS
All routine tests as per relevant standards referred above shall be carried out
by the Successful Tenderer at the manufacturer's works. However, the
following Routine test shall necessarily be carried out in the presence of
Employer/ consultant unless otherwise waived off in writing by the
Employer.
Factory tests for AC motor:
Insulation resistance test
High voltage test
No-load running of motor & reading of voltage, current, power
input & speed.
Locked-rotor readings of voltage, current & power input at a
reduced voltage (Values of torque are to be indicated in type test)
Reduced voltage running-up test
Open-circuit voltage ratio (for slip-ring motors only)
Calculation of efficiency
4) Storage battery
Voltage As required by the inverter
Protection time 30 Minutes
Type Inverter grade SMF ( VRLA)
5) Both converter (rectifier) and inverter section of the UPS system shall
be IGBT based.
6) Complete operation and control of UPS system shall be
microprocessor based with fault diagnostic and data logging features.
7) Touch membrane switches along with LCD display on the front side of
UPS panels shall be provided to facilitate UPS operation in desired
mode locally and for display of all input, output and battery
parameters.
8) LED based block mimic diagram shall be provided on the UPS panels
indicating the complete status of the system including the power
Green FOR MOTOR OFF, VALVE/ DAMPER/ GATE CLOSED SUPPLY OFF.
3.6.42.1 Automatic switching ON/OFF of these circuits shall be done through timers.
Re-wireable fuse in a sheet steel box shall be provided near each fitting to
facilitate removal of lamp in off position.
3.6.42.2 Illumination for the 33kV bay extension area shall have LED lighting and
mounting arrangement shall be similar to the existing switchyard.
3.6.42.3 High bays walkway shall be provided for maintaining light fittings. At other
places suitable ladder/ platform/ approach shall be provided for
maintaining/replacement of light fittings.
3.6.42.4 Power distribution
The distribution of lighting power supply for the individual areas shall be
done at 415V, 3 phase, 4 wire bus system through Main Lighting
Each PCU shall have a remote and local data monitoring system with which
all the parameters and current energy generation & past generation for the
given period can be monitored. It shall be able to take reference supply
parameters from the grid for its continuous running, i.e., the AC output
voltage and frequency of the inverter must synchronize automatically to the
exact AC voltage and frequency of the grid. Therefore grid voltage shall be
continuously monitored. The continuous power rating
RSP PAGE 3.304 CET/05/RN/4179/TS/ST/02/R=2
4TH CASTER – MAIN PACKAGE
of this individual unidirectional inverter shall be equivalent to minimum 80
% of peak power rating of each power pack array.
The specifications of inverter are as follows:
Output Voltage 415 V, 3 phase AC
Output Frequency 50 Hz
Voltage Regulation +/- 2 %
Frequency Regulation +/- 0.5 Hz
THD <3%
Ripple DC voltage ripple content shall be not
more than 3 %
Power Factor 0.99
Efficiency (Peak) 90 %
Efficiency (@ 100% Load) >90 %
Efficiency (@ 20% Load) >80 %
Over Load 60 seconds Up to 110 %
Over Load 30 seconds Up to 125 %
Over Load 15 seconds Up to 150 %
Over Load 10 seconds Up to 200 %
Operation Completely automatic including wake
up, synchronization (phase locking) and
shut down
Auto Bypass Feature To be provided
Protections Over voltage; both input and
output
Over Current ; both input and
output
Over/ Under grid frequency
Over Temperature
Short circuit
Surge voltage induced at output
due to external source
Manual intervention must be
possible through an accessible
emergency switch-off button
core 33kV, XLPE cable shall be compact circular stranded (rm/V), Aluminium
conductor, provided with conductor screening of semi- conducting
compound, XLPE insulated, provided with insulation screening over
individual cores consisting of extruded semi-conducting compound,
followed by lapped semi-conducting tape and copper tape, cores laid up
together with suitable non-hygroscopic fillers in the interstices, provided
with inner sheath of extruded PVC, galvanised steel round armoured and
overall extruded PVC FRLS outer sheathed heavy duty cable conforming to
IS:7098 (P-II)-1985.
6. Motors:
3.6.48.5 The sizes of copper flat/ copper conductor/ copper strip/ copper wires for
earthing of electronic equipment shall be based on recommendation of PLC/
VFD manufacturers.
3.6.49 Lightning Protection
3.6.49.1 Lightning protection system shall be designed as per IS: 2309-1989.
3.6.49.2 Lightning mast shall be provided on structures and if required separate
earthing masts of steel structure shall be provided to protect all the
equipment / structure. The vertical Air termination rods shall be of 25mm
dia galvanized steel rods. Whereas the horizontal air termination conductor
and down conductor from air terminals (mast) to earth electrode shall be of
50x6mm2 size galvanised steel strip.
3.6.49.3 Lightning Protection system shall have separate dedicated earth pits i.e
other than equipment earthing system earth pits.
3.6.50 Inspection & Testing
3.6.50.1 The tests to be carried out on equipment are sub-divided under the
following heads:
1) Factory Tests (Routine Tests and Type Tests)
2) Site Tests
3) Acceptance Tests
3.6.50.2 Factory tests
1.1 Power supply PLC system shall have two independent Input
system supply voltage :-
5.1 Digital Input Digital input units shall have the following
Modules features :-
16 / 32 inputs per module.
With insulation level of 1.5 kV (channel
to earth)
Channel to channel isolation minimum
500V
Time delay of about 10 millisecond to
filter out noise and contact bounce .
Optocoupler to galvanically isolate each
input device from the decision making
logic of the controller
LED status indication
BCD input units suitable for four digit
input
Pulse inputs ( Incremental encoder /
digital tacho )
Absolute / incremental encoder inputs.
High speed counter type inputs
All the cards shall be compatible of
receiving digital signals from field
RSP PAGE 3.335 CET/05/RN/4179/TS/ST/02/R=2
4TH CASTER – MAIN PACKAGE
sensors and switches directly.
All the control modules / cards shall be
lacquered.
All the Digital inputs with fused
terminal
LED status indication in the front of I/O
cards
Input line, length 600 mtr. with
unshielded
5.2 Analog input Analog input units shall have the following
Modules features:
Shall be 8 channels, rack based & plug–
in type.
Suitable for 4-20 mA / 0-10V DC / RTD/
thermocouple / weighing signal inputs.
Provided with internal temperature
compensation
With necessary A/D converter having at
least 12 / 14 bit resolution based on
application.
Suitable for J/K/S/E/N type
thermocouples & for PT100, 2- wire / 3
wire /4 wire
Galvanically isolated differential inputs
with insulation level of 1.5 kV.
For 4 – 20 mA analog inputs, fused TB
with blowing fuse shall be provided.
Healthiness of every input shall be
monitored & diagnostic LED indication
provided.
Analog module shall have the facility to
be configured in voltage or current
mode and differential or single ended
inputs mode.
Pulse/ frequency input module shall
5.4 Digital Output Digital output units shall have the following
modules features:
16 / 32 digital outputs per module.
High Density modular and plug-in type.
Isolated outputs with two separate
terminals for each outputs.
Rated for 24 V DC
With insulation level of 1.5 KV (channel
to earth)
Channel to channel isolation minimum
500V
The output module shall be able to
drive interposing relays (24V DC coil),
solenoids, annunciation lamps, LEDs,
Instrumentation control equipment etc.
Power devices like contactors etc. shall
be actuated through interposing relays.
The interposing relays shall be
mounted in the same panel. Proper
Power supply units Redundant set of power supply units with server
capable of running on one.
Front end tool Visual Studio (latest version) for running the GUI
based applications on the server to cater
minimum 10 nos. of clients
3.7.12 Peripherals
3.7.12.1 Laser printer
Size A-4
Print speed Up to 17 PPM for black text printing in draft
mode
Print quality Colour printing
Resolution 1200X1200 dpi
Connectivity USB connectivity & TCP/IP based network
connectivity through RJ-45 port
Software driver For printing with Windows, Unix, Linux etc.
Memory 8 MB built in RAM
Duty Cycle Up to 3000 single sided A-3/ A-4 sheets per
month
Cable & Manual Power cable, communication cable &
manuals
3.7.14.4 PCs shall be connected through Information Outlets. There shall be enough
provision for additional clients in future. PCs and the network equipment
shall be powered from 5/15 ampere UPS socket outlets with proper Earthing.
Indoor cabling between switch and PCs shall be of Cat 6 UTP/STP cable in
PVC pipes in a structured fashion from information outlet to patch panel
and from patch panel to switch in wall mounted racks. For shop floor
overhead laying of Cat 6 UTP/STP cable medium duty GI conduit shall be-
used.
Range As required
Output 4-20 mA dc & superimposed digital signals on
HART protocol.
Power supply 12-48 V dc.
Power supply Maxim. Zero shift 0.005% of span/volt change in
variation effect power supply.
Load limit 600 ohms.
Zero adjustment Continuously adjustable.
Ambient temp. 0 to 60 oC limit.
RSP PAGE 3.356 CET/05/RN/4179/TS/ST/02/R=2
4TH CASTER – MAIN PACKAGE
Over pressure limit 200% of upper range limit.
Accuracy < 0.25% of span.
Linearity < 0.1% of span.
Repeatability < 0.05% of span.
Sensitivity < 0.05% of span.
Dead band < 0.05% of span.
Elevation/suppressi - 50% of lower range limit to + 100% of upper
on range limit.
Reverse polarity Reverse polarity protection shall be provided.
The reverse current should be limited to 1 mA.
Transient protection Up to 2500 v pulse (8 micro sec rise time and 20
micro sec decay to half value).
Lightning protection Required
Damping Damping shall be step or continuously
adjustable, so that the time constant varies from
0-3.0 sec or 0-6.0 sec.
Humidity limit 0-100% R.H.
RFI, EMI effect R.F.I. filter shall be built in. The output error due
to this shall be less than 0.1 % of span for
frequency upto 500MHz & field intensity
20v/m/60 to 120 dB.
Temperature effect Maximum zero shift + 0.5% upto 55.5 oC
Over pressure effect Maximum zero shift + 0.5% by 100% maxm.
Static pressure
Vibration effect + 0.05% of URL/g for frequency 15 to 150 Hz.
Mounting position Rotation in plane of diaphragm should have no
effect. Maximum zero shift 1.0% for 90 oC tilt.
Static pressure Zero shift less than 0.5% of span for pressure
effect change upto static pressure limit.
Response time Less than 0.1 sec.
Housing IP-65, IS-2147-1990.
3.7.20.5 Rotameter
Terminal Head Material Die cast Al painted with black enamel paint.
Terminal Brass screw type - silver plated
Cable ¾" Cable gland complete with neoprene/
Teflon / grommet to suit cable
Terminal head cover Shall have gasket and SS chain
Terminal head Type NEMA-4 screwed type or equivalent
(removable from sheath). Terminal shall be
brass screw type silver plated
Insulation The insulation resistance between terminal
and the sheath shall not be less than 10 M
Ohms at 250 V dc at room temperature.
Type: MGO filled (Purity 99.49 %)
Immersion length As applicable
Tests As per IS 2848:1986.
Accessories External nipples with thermowell
connection,
Adjustable Compression fittings / unions
for variable insertion,
3.8 C&IT
Void
3.10.14.4 Minimum thickness of the paving in each of the three options shall be as
below:
Concrete 150mm thick PCC of grade M20
Paver Block Minimum 60mm thick paver blocks of grade M30
Bituminous 80mm thick DBM in 2 layers with bitumen of grade
surface VG-30 and 25mm premix carpet on top with bitumen
of grade VG-10.
3.10.14.5 Selection of type of paving surface shall be done based on the prospective
usage of the paved surface.
3.10.14.6 RCC roads shall be designed as per relevant IRC codes and material used
shall be as per MORTH specifications. Minimum grade of concrete for RCC
road shall be M30 D.
3.10.14.7 Surface storm water from the roadways shall be drained by provision of
drain.
3.10.14.8 Sufficient areas shall be paved around plant buildings so as to facilitate
parking of vehicles. Paved areas shall have same type of construction as
roads and the top level shall be flushed with crown of the connecting
roadways with a cross slope of approximately one per cent.
3.10.14.9 Around all plant and ancillary buildings minimum 1500mm wide concrete
apron shall be provided.
3.10.15 Rock Anchors :
3.10.15.1 The design of the anchor should consider the following-
i. Loads and constraints of loading imposed by the anchors on the
overall structure
ii. The way in which the loads shall be applied to the anchor during its
designed life i.e. static or dynamic
a). Mass concrete For every 100 Concrete placed one set, but not
m3 of foundations less than one set for each pour of
concreting
4.2 COMMISSIONING
Commissioning test shall be undertaken by the Bidder as per the provisions
of Clause 25 of GCC of SBD. On successful completion of commissioning
test employer shall issue commissioning certificate.
4.2.1 For commissioning purpose, 100 numbers of heats shall be considered
within 10 dayswith normal steel grades of RSP, which shall be produced at that
time. The facilities shall be deemed to be commissioned on fulfilment of
following:
4.2.2 The production capacity shall be tested during commissioning as follows:
LadIe Furnace
• Production capacity for 72 hourscontinuously:
72 heatsx 66% = 48 heats
Slab Caster
• Production capacity for 72 hours continuously :
72 heats x 66% = 48 heats
However, during commissioning tests, performance regarding production
capacity can be simultaneously demonstrated for ladle furnace as well as slab
caster while testing for other parameters.
4.2.3 Quality parameters regarding dimensional accuracy of cast slabs may be
tested during commissioning. These parameters shall be decided mutually.
In case of any interruption during the specified period/ duration of
commissioning on account of reasons attributable to the Employer, the
acceptance of commissioning with regards to duration of commissioning
2) Slab Caster
a) Casting Speed (meter/ minute) :
Casting speed (meter / minute) of the machine during casting of heat shall
be calculated on average basis. Casting speed shall be noted down from the
control desk panel / HMI. Casting speed shall be noted down at each 10
minutes interval during the casting operation. Average casting speed shall
be calculated based on the readings noted down for complete sequence of
casting operation. Average casting speed shall be calculated for each heat.
Similarly the casting speed shall be calculated for different section sizes of
the slabs for each heat. Average casting speed shall be calculated for
comparing with the PG parameter
b) Machine Preparation Time (Minutes):
Time of casting -finish of previous heat / sequence (i.e. closing of tundish
nozzle) and time of dummy bar positioned and sealed for casting-start of
next heat / sequence shall be noted down to calculate the machine
preparation (re-stranding) time. Average of re-stranding time shall be
calculated for comparing with the PG parameter.
c) Caster Yield (%):
It shall be calculated as the percentage of output quantity from the caster
divided by input quantity to the caster. The Slabs produced from the caster
shall be considered as output of the caster. Short Slabs shall also be
considered for yield calculation. Average yield shall be calculated for each
sequence of casting operation. Total average yield shall be considered for
comparing with the PG parameters. The yield shall be calculated as:
Y = (Wc / WI) x 100
Wc : Weight of slabs cast
WI : Weight of Liquid steel teemed into tundish
However, proper method of calculating yield shall be mutually agreed
between Employer and Bidder.
d) Heats / day:
Number of heats processed successfully through Slab Caster shall be
counted per day. It has to be demonstrated for two (2) consecutive days in
PGT period. Liquid steel shall be available at the proper time at Slab Caster
RSP PAGE 4.5 CET/05/RN/4179/TS/ST/02/R=2
4TH CASTER – MAIN PACKAGE
for casting. The average number of heats per day shall be calculated and
compared with PG parameter.
4.3.3.4 Variance of input conditions for PG parameters
In the event of any variance in the input conditions w.r.t quality, quantity, or
any other parameter as defined in cl. 4.3.2 and 4.3.3, which has a bearing on
the PG parameter, the output PG parameter shall be mutually discussed and
revised as per the agreement between the Employer and Bidder, before the
start of PG tests.
4.3.3.5 Non fulfilment of PG Parameters and Liquidated Damage
In case the Bidder is unable to attain the guaranteed value of performance
guarantee parameters but attains within the minimum acceptable level of
the performance guarantee parameters as specified either in whole or in
part then employer shall recover the amount of liquidated damage as
mentioned hereunder:
I, hereby, declare that I have visited the site to understand the site conditions, and
acquainted myself with atmosphere prevalent therein. I have also understood the
extent of total works involved for this package.
LIST OF EXCLUSIONS
LIST OF DEVIATIONS
Bidder shall recommend and tabulate below the list of additional spare parts for two
years trouble free operation. Additional sheet of like format may be used if necessary.
Bidder shall tabulate below item wise the list of commissioning spares necessary for
the equipment offered. Additional sheet of like format may be used if necessary.
1. Name of Project :
2. Tender No. :
5. Email address :
6. Mobile No. :
8. Email address :
9. Mobile No. :
Authorised Signatory
SCHEDULE – 1.8-9
Area devlopment
Structural work
Note: Cable lengths mentioned above are tentative only. Bidders shall assess the actual
cable lengths at site and shall provide length of new cables as per actual site
requirement after extension of shop building. Bidder shall also provide 20%
spare cable length above actual cable requirement and 20% spare power cables
and control cables more than the above mentioned tentative cable requirement.