Professional Documents
Culture Documents
Scope of Work & Technical Requirement-Mechanical
Scope of Work & Technical Requirement-Mechanical
(PPGCL)
PACKAGE-B SPECIFICATION
FOR
VOL-IIA
INDEX SHEET
: MECHANICAL DRAWINGS
1) Plot Plan
: ELECTRICAL DRAWINGS
1) Plot Plan
ISSUE
R0
TITLE
STACKER RECLAIMER WORKS
VOLUME IIA - CONTENTS
VOLUME – IIA
TABLE OF CONTENTS
SUB REV
SECTION TITLE PAGES
SECTION NO.
A R0 SCOPE OF ENQUIRY 1
C2 R1 SYSTEM DESCRIPTION 5
C3 R1 SCOPE OF WORKS 17
C7 R0 PAINTING 8
ISSUE
R0
CONSULTANTS: TATA CONSULTING ENGINEERS LIMITED TCE FORM 329 R3
PRAYAGRAJ POWER GENERATION COMPANY
TCE.5871A-H- VOLUME – IIA
LIMITED
563-001B SECTION: CONTENTS
3 X 660 MW PRAYAGRAJ SUPER THERMAL POWER PROJECT
AT BARA,UP SHEET 2 of 3
TITLE
STACKER RECLAIMER WORKS
VOLUME IIA - CONTENTS
SUB REV
SECTION TITLE PAGES
SECTION NO.
C11 R0 DATA TO BE FURNISHED AFTER 15
AWARD OF CONTRACT
F F1 R0 SCHEDULE OF PRICES 2
F4 R0 SCHEDULE OF RECOMMENDED 1
SPARE PARTS
F6 R0 SCHEDULE OF EQUIPMENT 1
MANUFACTURE DESPATCH TO SITE
F7 R0 SCHEDULE OF PERFORMANCE 1
GUARANTEES
F9 R0 SCHEDULE OF GUARANTEED 1
POWER CONSUMPTION
ISSUE
R0
CONSULTANTS: TATA CONSULTING ENGINEERS LIMITED TCE FORM 329 R3
PRAYAGRAJ POWER GENERATION COMPANY
TCE.5871A-H- VOLUME – IIA
LIMITED
563-001B SECTION: CONTENTS
3 X 660 MW PRAYAGRAJ SUPER THERMAL POWER PROJECT
AT BARA,UP SHEET 3 of 3
TITLE
STACKER RECLAIMER WORKS
VOLUME IIA - CONTENTS
SUB REV
SECTION TITLE PAGES
SECTION NO.
F13 VOID
ISSUE
R0
CONSULTANTS: TATA CONSULTING ENGINEERS LIMITED TCE FORM 329 R3
SECTION A
SCOPE OF ENQUIRY
SPEC. NO. TCE. VOL IIA
5871-H-563-001B PRAYAGRAJ POWER GENERATION COMPANY LIMITED (PPGCL)
SECTION: A
3 X 660 MW (PHASE–I ) STPP AT BARA ( U.P )
TITLE
SHEET 1 OF1
SCOPE OF ENQUIRY
The scope includes the Reversible stacker reclaimer works including yard conveyors of
coal handling system (CHS) for 3X660 MW units which involves stacking of crushed
coal and reclaiming of stacked coal and further conveying by yard conveyors which
consistsof Stacker reclaimers, Reversible yard conveyors, Drive houses. All the
necessary conveyor accessories, stockyard dust suppression system (SYDS), Coal pile
run off systemetc. shall be included. Stacker reclaimer works shall be complete in all
respects with all mechanical, electrical and instrumentation, civil and structural works to
the extent specified..
The extent of supply under the contract includes all items shown in the drawings, not
withstanding the fact that such items may have been omitted from the specifications or
schedules. Similarly the extent of supply also includes all items mentioned in the
specification and / or schedule not with standing the fact that such items may have been
omitted in the drawings.
The total price quoted for this contract shall be on lump sum basis all inclusive and shall
cover all items and services necessary for the successful completion of the contract.
Even though all the components required for this system are not explicitly identified
and/or listed herein, these shall be supplied under this contract to ensure completeness
of the system and facilitate proper operation & maintenance of the system. Changes in
quoted lump sum price shall be permissible only in case of addition/deletion of scope.
ISSUE
R0
11. Site elevation : Ground level varies from 130m to 120 m from
MSL.
12 Metrological data :
ISSUE
R0
ISSUE
R0
The scope of this enquiry is for supply and installation of Stacker reclaimers along with
1.0
reversible yard conveyors for 3X660 MW coal fired thermal power station at BARA situated in
the state of UTTAR PRADESH (U.P), India, as per the scope of work mentioned here in after.
Detailed scope shall be as per Sec C3 of Vol IIB. The package shall include Plant &
Equipment and all the auxiliary facilities as indicated below:
1. Reversible stacker reclaimer machines with rails and rail fixtures including yard
conveyors.
Drive houses
2.
3. Belt protection switches
7. Plain water type dust suppression system including pumps for coal stockyard.
9. Supply of lubricants, grease, oil etc. required for the equipment during testing,
commissioning and upto successful completion of trial run of Stacking and reclaiming
system.
11 Any other items, which are not listed but are required to make the package complete in
all respects as per this specification.
Electrical System
12 3.3kV flexible cable between purchaser HT board and bidder stacker cum reclaimer
through HT fuse box
13
1.1kV cable between purchasers PMCC and 415V bidders PMCCs
ISSUE
R1
TCE FORM 329 R3
TATA CONSULTING ENGINEERS LIMITED
TCE-5871A- H- PRAYAGRAJ POWER GENERATION COMPANY
563-001B
LIMITED SECTION: C1
3 X 660 MW PRAYAGRAJ SUPER THERMAL POWER PROJECT
SHEET 2 of 4
AT BARA,UP
15 HT and LT Motors for all rotating mechanical equipment and drive with coupling for all
equipment wherever required
Flame proof /outdoor weather proof/indoor local push button stations with de-interlock
16
switches
17 Conveyer illumination
Any other electrical equipment which are not specifically listed above but are required
24
to make the coal handling system complete in all respects as per this specification.
For all the inputs required by the CHP Bidder from other packages, the required
25
auxiliary relays and control cables, laying and termination shall be in the scope of this
Bidder.
Purchaser will provide two number of feeders of 415V , 3 phase , 4 wire, 50 Hz supply
26
for construction at one point. Further distribution shall be by Bidder.
Control & instrumentation including PLC panel system.
27
ISSUE
R1
TCE FORM 329 R3
TATA CONSULTING ENGINEERS LIMITED
TCE-5871A- H- PRAYAGRAJ POWER GENERATION COMPANY
563-001B
LIMITED SECTION: C1
3 X 660 MW PRAYAGRAJ SUPER THERMAL POWER PROJECT
SHEET 3 of 4
AT BARA,UP
1.3 The extent of supply and works under this specification includes all items indicated in
the specification document, notwithstanding the fact that such items may have been
omitted from the drawings or schedules. Similarly, the extent of supply also includes all
items mentioned in the drawings notwithstanding the fact that such items may have
been omitted in the specification documents and / or schedules.
1.4 All services including specialised services necessary for proper erection,
commissioning and performance testing of all items of the plant covered under this
Specification shall be arranged by the Bidder.
1.5 All necessary co-ordination with regard to sub-contracted equipment shall be carried
out by the Bidder. The PURCHASER will communicate only with the Bidder for all
matters pertaining to this Specification.
1.6 All equipment shall be new and of reputed make. The makes of all bought out
equipment shall be subject to approval by the PURCHASER after the award of
Contract. In addition to the main equipment i.e., such as stacker reclaimers, belt
conveyors, feeders, etc. other important auxiliaries systems such as dust suppression
systems,stockpile run-off water disposal system, all I & C systems, electrical systems
and equipment such as, batteries, battery chargers, static inverters, design of civil and
structural works, etc. shall be carried out and shall be of field proven quality.
1.7 All plant, equipment, systems and works covered under these specification documents
shall comply with the latest editions including amendments there of to applicable
codes, standards, statutes, regulations and safety rules. Particular care shall be
exercised in observing compliance to the rules and regulations governing the locality
where the plant is to be installed. Bidder’s obligations in this regard shall not be limited
to only those codes and standards mentioned in these specification documents.
Nothing in these specification documents shall be construed to relieve the Bidder of his
responsibility.
1.8 In the event of any conflict between the applicable codes and standards and the
requirements of these specification documents, the more stringent of the two as per the
PURCHASER’s interpretation shall govern.
1.9 The Bidder shall make available one copy each to the CONSULTANT and the
PURCHASER of all international codes, standards, rules and regulations that are
published outside India and used by him in the design, engineering and execution of
the Stacker reclaimer works. The copies furnished shall be certified English version in
case the original of the standard or codes is in other language.
ISSUE
R1
TCE FORM 329 R3
TATA CONSULTING ENGINEERS LIMITED
TCE-5871A- H- PRAYAGRAJ POWER GENERATION COMPANY
563-001B
LIMITED SECTION: C1
3 X 660 MW PRAYAGRAJ SUPER THERMAL POWER PROJECT
SHEET 4 of 4
AT BARA,UP
1.11 The Bidder shall maintain copies of all international, national, state and local codes,
standards, rules and regulations used by him in the execution of the project in his
design offices and manufacturing shops. Copies of those codes and standards that are
relevant to the performance of civil works, equipment erection, commissioning and
testing shall also be available at the Bidder’s site office.
ISSUE
R1
TCE FORM 329 R3
TATA CONSULTING ENGINEERS LIMITED
SECTION C 2
SYSTEM DESCRIPTION
TCE-5871A- H-563- PRAYAGRAJ POWER GENERATION COMPANY
001B
LIMITED SECTION: C2
3 X 660 MW PRAYAGRAJ SUPER THERMAL POWER PROJECT
SHEET 1 of 5
AT BARA,UP
SYSTEM DESCRIPTION
A brief description of the complete Coal Handling System is furnished below. This
description has to be read, in conjunction with the coal handling system flow
diagram drawing No. TCE. 5871A-563-FD-002 and coal handling system plan
drawing No. TCE.5871A-563-GA-1001 and sectional drawings enclosed with this
specification document.
The coal handling system for the 3 X 660 MW comprises the unloading, conveying,
crushing, stacking, reclaiming and bunker feeding systems.
(-) 250mm size Coal will be received through rakes containing BOXN and / or
BOBR wagons and imported coal through trucks. The BOBR rakes will be unloaded
into the track hopper by engine-on-load scheme. The BOXN rakes will be shunted
upto the wagon tipplers through station locos. The BOXN wagons will then be
hauled and positioned on the wagon tippler table(s) one after another for tippling
onto the down stream conveyors. Imported coal trucks will be unloaded into truck
unloading hoppers with the help of truck tippler
BOBR wagons containing (-) 250 mm size coal will be unloaded into the track
hopper for further conveying by series of conveyors. BOXN wagons containing (-)
250mm size coal will be unloaded through the proposed wagon tippler(s) onto the
forward belt conveyors. Coal from the track hopper and / or wagon tippler(s) will
either be conveyed to the bunkers directly after crushing or will be stacked first after
crushing and then reclaimed for feeding to the bunkers of the three (3) Units. In
emergencies, coal will be stacked in a coal stockyard and will be reclaimed from
there when ever required. Based on these, the coal handling system is divided into
paths described under points No. 2.1.1 to 2.1.3. In all the cases, the coal will be
screened and crushed (except when feeding the bunkers from the crushed coal
stockpiles) before feeding to the bunkers.
Following paths will be provided in the proposed coal handling system. these are:
2.1.1 From wagon unloading to the bunkers of the three Units directly.
SYSTEM DESCRIPTION
Based on the above, the system description is as furnished in para 3.0 below..
There will be two (2) streams (1W+1S) of conveyors after Track hopper and wagon
tipplers upto the coal bunkers. Below each wagon tippler, for coal stockyard and
above each bunker bay, single stream of conveyors is provided. Whereas below
track hopper, two(2) streams (1W+1S) of conveyors are provided.
3.1 TRACKHOPPER / WAGON TIPPLERS –> CRUSHER HOUSE -> COAL BUNKERS
(-) 250mm coal received by BOBR wagons would be unloaded into the track hopper
using line side equipment. Plough feeders provided below track hopper will extract
the coal and feed to the respective belt conveyors CON -3A/3B. In case coal is
received by BOXN wagons, same would be unloaded into the wagon tippler
hoppers using wagon tipplers WT-1 & WT-2. Apron feeders provided below wagon
tippler hoppers of WT-1 & WT-2 would convey coal to the Belt conveyors BCN-1 &
BCN-2 respectively. Coal received either by trackhopper or by wagon tipplers
would be conveyed to common belt conveyor CON-4A/4B. Further coal will be
conveyed to crusher house for crushing and screening. Coal from the crusher
house would be conveyed to coal bunkers by a series of belt conveyors, and
travelling trippers.
When the coal rakes are not available and coal is required to be fed to the
boiler bunkers, coal would be reclaimed from either of the two the stockyards using
the bucket wheel reclaimer and fed to the bunkers through series of conveyors and
traveling trippers.
SYSTEM DESCRIPTION
Two(2) Nos. stacker reclaimer shall be provided for phase –1 Units. Space
provided for additional RSTR for Phase-2 would be sufficient to install only one(1)
No. RSTR. Hence Phase-2 has to operate with one(1) No. RSTR and no standby
would be available. In view of this, with the addition of one more RSTR for Phase-
2, out of total three(3) Nos RSTR, One(1) No RSTR would be working for each
phase with one(1) No. RSTR as common standby for both the Phases 1&2.
Incase RSTR of Phase-2 is out of order, Common RSTR for both phases1&2
would feed coal to Phase-2 units. System capacity of Phase-2 units would be
maintained same as that of Phase-1 units. Provision would be given in the
Junction tower of common RSTR to feed coal to Phase-2 units as shown in the
flow diagram.
4.2 Chemical spray type dust suppression system for wagon tipplers and track hopper.
4.3 Only dust extraction system shall be provided in crusher house and Junction tower
JNT-1, JNT-1A, 1B, 1C, 1D, 1E & 1F. Whereas for all other junction towers and
transfer houses, Dry fog type dust suppression system shall be provided.
4.4 Plain water sprinkler type dust suppression system at coal stock yards.
4.6 Compressed air supply system for DS and service air applications.
Bunker ventilation system for ventilating the coal bunkers to evacuate the generated
volatile gases will be provided. The bunkers shall be ventilated using suction fans.
The dust laden air let out to atmosphere will be passed through bag filters to meet
the emission standards. Details of the system shall be as per Vol.IIB, Sec.D1.5
SYSTEM DESCRIPTION
Tramp iron will be separated by inline magnetic separators at locations shown in the
flow diagram. The tramp iron picked up by the inline magnetic separators will be
discharged outside the structure / building such as junction tower / transfer house /
crusher house where the inline magnetic separators are located through tramp iron
chutes.
8.0 INLINE CONVEYOR SCALES
Inline conveyor scales will be provided on conveyors shown in the flow diagram to
continuously measure the rate of conveying on these conveyors.
Stockpile run-off water disposal system shall be provided to receive the coal pile run
off water and lead the same to a common header drain leading to a common
collecting pond.
The following types of Fire protection system are envisaged to be provided for the
Coal handling system package,
11.2 The stacking and peak reclaiming rated capacity of each RSTR will be 2600 TPH.
The average reclaiming capacity of each RSTR shall be 2000 TPH.
12.1 Normally only one stream of equipment shall operate effectively for about 14 hours
in two(2) shifts in a day to fill up the coal bunkers to meet the coal requirements of
the 3 X660 MW Units. However during direct feeding and also at other times if it
becomes necessary, it shall be possible to operate both the streams for any length
of time. Also, it shall be possible to operate the entire coal handling system for 24
hours in a day continuously for any period. All structures for the coal handling shall
be designed for two(2) streams running operation.
ISSUE
R1
SCOPE OF WORKS
1.0 BROAD SCOPE
a) The scope of the Bidder shall comprise design, engineering, material selection,
manufacturing, testing at works, supply to site, construction, installation,
commissioning, performance testing at site, and other related items of work for
Stacker reclaimer machines along with reversible yard conveyors of the Coal
handling plant ( CHP). Bidder shall supply all required mechanical, electrical, I&C
equipment / system required for operation of stacking and reclaiming system
necessary for putting into commercial operation a highly reliable, safe, efficient and
environmentally compliant stacking and reclaiming system for 3 X 660 MW Thermal
power plant. The systems and equipment shall conform to the technical
requirements specified in separate sections of the specification. Mandatory spares
for the equipment supplied shall also be included in bidder’s scope.
b) Supply of rails, rail clamps, foundation bolts, fixing and aligning of the same shall be
in the scope of Bidder
c) Design of civil & foundation works for Stacker reclaimer machines, stockpile paving
shall be by the bidder. These designs and drawings shall be reviewed and approved
by TCE. Execution of these civil and foundation works shall be by PPGCL.
e) Design of Civil, structural and foundation works for yard conveyors, galleries,
trestles, drive houses, takeup towers shall be in the scope of bidder. Detailed
fabrication drawings shall be furnished by the bidder. Review of Civil, structural and
foundation design drawings shall be by TCE and review of fabrication drawings
shall carried out by PPGCL scope. Execution of cited Civil, structural and
foundation works shall be by PPGCL.
f) Design, supply, erection, testing and commissioning of Plain water type dust
suppression system for stockpiles consisting of pumps, piping, valves, sprinklers
and other necessary accessories with all related mechanical, electrical, I&C
equipment / system shall be in the scope of bidder. Required civil and foundation
designs and drawings shall be in the scope of bidder and review of these designs
and drawing is in TCE scope. Execution of civil and foundation works shall be in the
scope of PPGCL
g) Design of Coal pile run-off system consisting of peripheral drains around all the
stockpiles and leading of same to the coal-pile runoff pit including design of coal pile
runoff pit and coal pile bed preparation shall be in the scope of bidder. Review of
these designs and drawings shall be by TCE and execution of the works will be by
PPGCL. However supply and installation of sluice gates required for coal pile run-
off system shall be included in the scope of bidder. ISSUE
R1
SCOPE OF WORKS
h) Complete Foundation bolts and insert plates along with lugs wherever required shall
be supplied by the bidder during execution of civil works by PPGCL.
i) Height of conveyor trestle RCC pedestals shall be maintained as 2M from the
graded level.
j) Supervision of execution of complete civil and structural works including
foundations, fabrication and erection of structural works pertaining to this package
shall be in the scope of bidder.
k) Civil works such as grouting requirement and chipping works shall be in the scope
of respective package bidders.
The Bidder shall perform all the works specified or necessary to complete the works
in accordance with this specification. Further, the Bidder’s performance of the works
under the specification shall be in accordance with good engineering and
construction practices, not withstanding the fact that every item involved may not be
specifically mentioned or the item mentioned may be inadequate for its intended
purpose. Details and items, which are not specifically mentioned herein shall also
be adequately and properly performed by the Bidder at no extra cost if such details
and / or items are reasonably necessary to complete the intent of this specification
document.
The Stacker reclaimer works to be supplied under this package shall include but not
be limited to the following equipment/items, works and facilities to make the system
complete in all respects:
SCOPE OF WORKS
drives i.e. one(1) No. at tail end and one(1)
No. at head end.
(b) Storm anchors Two(2) Nos per stacker reclaimer located
at extreme travel points of machine
between drive house and junction tower.
(c) Coal pile run-off system Two(2) Nos. Sluice gates required for coal
pile run off system
(a) At stockpiles. Plain water spray system with one (1) lot
automatic plain water system with
sprinklers around each of the four (4)
crushed coal stockpiles comprising, piping,
valves, sprinkler nozzles, etc. as per
Volume IIB Sec.D1.3
(b) Service water at drive houses Service water required at drive houses
DH-1 & DH-2 consisting of piping, valves,
fittings…etc shall be in the scope of the
bidder. Same shall be as per Sec.D1.3 of
this specification.
1.2 General
1.2.3 Grease filling for all idlers and One (1) lot
rollers
SCOPE OF WORKS
equipment drawings and
submission of same for
Purchaser / Engineer’s
approval / records as per
distribution schedule.
2.5.1 The Bidder shall identify a separate and independent project management team
headed by a Project Manager for the execution of this project.
The Bidder shall provide effective management of the Contract, which will be
compatible with the PURCHASER’s requirements as set out in this specification
document. The Bidder will allow access to his works and those of his sub-
Contractors at all reasonable times to permit the PURCHASER / CONSULTANT’s
participation, if the PURCHASER / CONSULTANT considers it necessary in
monitoring the Contract. The Project Manager will also work with other Bidders
who interface with this Specification in order to ensure the smooth completion of
ISSUE
R1
SCOPE OF WORKS
the project. Such participation up to its completion will not, in any way affect the
Bidder’s obligations to complete the works in accordance with the Specification.
2.5.2.1 The Bidder shall describe how his management organisation will meet the
requirements detailed herein. He shall include an organisation chart illustrating
how the management structure / lines of authority will function during the
Contract.
2.5.2.2 The Bidder shall submit the names, qualifications and experience of the proposed
managerial and senior supervisory staff to be employed on the Contract. The
Bidder shall indicate the number of staff, rating and seniority to be employed to
manage and supervise the Contract and list separately for ‘head office’ and ‘site
office’ based locations. In particular how staff are planned to be deployed with
respect to the Contract period time scale will be stated.
2.5.2.3 The Bidder shall inform the PURCHASER any proposed changes in the Senior
Staff category.
2.5.2.4 The PURCHASER reserves the right to evaluate and audit the Bidder’s
management systems and controls in the areas set forth in this section.
2.5.2.5 The Bidder shall utilise the services of specialists as needed in consultation with
PURCHASER/CONSULTANT before taking up of testing, pre-commissioning
checks, commissioning and tying/cascading /connecting with other system etc.
Bidder will have a separate planning and progress monitoring experts.
2.5.3.1 The Bidder shall render complete engineering services for the project including
complete detailed engineering, design submission and documentation as
specified and as required for a good design and installation ensuring efficiency,
operability, availability, maintainability and reliability of the plant. Prior to
commencement of the engineering work all aspects of design, viz., criteria for
selection and sizing of all equipment and systems, design margins, analysis and
design calculations, etc. shall be stated by the Bidder in design basis reports. As
part of design submissions, the design basis reports shall be submitted by the
Bidder for approval by the PURCHASER / CONSULTANT. The approved design
basis reports shall form the basis for the detailed engineering work.
2.5.3.2 At any stage during the performance of the Contract, if the system warrants
improvements in the Contracted plant and consequent modification in the
equipment / system designs the Bidder shall make the necessary design
modifications and carry out the / improvements in the plant at no extra cost to
the PURCHASER.
SCOPE OF WORKS
plants engineered by the Bidder. In case, PURCHASER so desires the Bidder
shall submit such analogous data and information to the PURCHASER.
2.5.3.4 The Bidder shall cooperate with the PURCHASER’s other Bidders and the
CONSULTANT and freely exchange with them such technical information as are
necessary to obtain the most efficient and economical design and to avoid
unnecessary duplication of efforts. The PURCHASER will be provided with
copies of all correspondences addressed by the Bidder to other Bidders and the
CONSULTANT in respect of such exchange of technical information.
2.5.3.5 The Bidder shall furnish a comprehensive and detailed schedule of drawings
and design documents, which shall be submitted by him after award of Contract
indicating submission dates against each document. The list will be subject to
the approval of the PURCHASER / CONSULTANT.
2.5.3.6 Documents submitted during bid stage will be revalidated or revised as required
and submitted as certified document for approval / information of the
PURCHASER, after award of contract. These will be
2.5.4.2 The operating manuals and maintenance instructions shall be in sufficient detail
to enable the PURCHASER to operate, maintain, dismantle, re-assemble, adjust
or replace all equipment and components during the lifetime of the Coal
handling system. The manuals will be specifically prepared for the contracted
plant. Mere collection of manufacturer’s standard leaflets will not be acceptable
as manuals. However these can be enclosed along with O & M manual. ISSUE
R1
SCOPE OF WORKS
2.5.4.3 In addition, the Bidder shall provide at least six (6) months before provisional
taking over of the first stream of the Coal handling system, a consolidated
manual for the complete Coal handling system detailing out instructions for
operation and maintenance.
2.5.4.4 The operating manuals and maintenance instructions manual shall be submitted
in the form of one (1) original and twenty (20) copies as well as four (4) copies in
compact disks (CDs). One (1) hard copy and one (1) copy in CD will be
furnished to CONSULTANT. The instruction manuals shall be subject to
approval of the PURCHASER and CONSULTANT.
2.5.4.5 If after the commissioning and the initial operation of the Coal handling system,
the instruction manuals require modifications / additions, the same shall be
incorporated by the Bidder and the updated final version of the manuals shall be
submitted to the PURCHASER.
2.5.4.6 The Bidder shall submit fifteen (15) sets of spare parts catalogues.
The Bidder shall provide and keep up to date “As built drawings of all structures
constructed and all equipment and accessories and miscellaneous metal works
erected or installed. These drawings shall show all changes and revisions from
the original drawings and contract documents, including the exact “As-built”
locations, sizes and kind of equipment and accessories, miscellaneous metal
works, embedded piping and electrical systems and other concealed items of
work. These drawings shall be kept in Bidder’s field office but shall be made
available at all times for review of the CONSULTANT. At the end of every work,
all entries, changes or revisions made in the drawings by the Bidder shall be
checked and reviewed by the CONSULTANT. One original with fifteen (15)
copies of all “As-Built” drawings shall be progressively handed over to the
PURCHASER before final takeover of the first stream. In addition, all the as-built
drawings / documents shall be submitted to the PURCHASER in the form of
CDs.
2.5.6 Sub-Contractors
2.5.6.1 The Bidder shall submit to the PURCHASER a list of all major items/works
along with sub vender list for approval that he deems necessary to be sub-
contracted.
SCOPE OF WORKS
The Bidder shall be responsible for maintaining an up-to-date list of all sub-
orders and interwork orders and will make this available to the PURCHASER as
required.
The PURCHASER’s contract reference and station name shall be added to all
interworks and sub-orders.
2.5.7.1 During the design, engineering and manufacturing, supply, erection, testing and
commissioning stages the Bidder shall submit to the CONSULTANT reports and
information on the progress of works by him and by the Sub-Contractors of all
plant and materials required for the execution of the works. The progress of
work shall be linked to the Project Schedule.
2.5.7.2 The detailed procedure and requirements for progress reporting shall be agreed
with the PURCHASER during the early phase of the works, as part of regular
contract / project status reporting.
2.5.7.3 The Bidder shall also submit to the PURCHASER monthly progress reports and
any other reports as required by PURCHASER / Lenders / Statutory authorities.
2.6 MISCELLANEOUS
ii. Consents, licenses and approvals from relevant statutory authorities other than
those obtained by the PURCHASER.
iii. Packing & forwarding, transportation (ocean and inland), marine insurance or local
transit insurance custom/port clearance, reconciliation with custom authorities,
receiving and unloading at site.
iv. Unloading of materials inside project area / air port / seaport, transportation to site
store, assessment of lost / damaged items in transit and arranging insurance claims
and replacement of lost / damaged items in transit.
v. Proper storage and preservation of mandatory spares, tools and tackles in BIDDER
storage area and handing over the same to the PURCHASER at PURCHASER’s
ISSUE
R1
SCOPE OF WORKS
stores. The spares and tools shall be handed over to the PURCHASER at the time
of commissioning of the first stream.
vi. Transportation of materials to their respective places of erection and erection of the
complete plant & equipment as supplied under this specification document
vii. Trial run and commissioning of individual equipment / sub-systems and the Coal
handling system as a whole to the satisfaction of the PURCHASER.
viii. Provision for preservation of individual equipment after trial run and commissioning
(e.g. Nitrogen blanketing) as necessary
ix. Supply and application of the paints on all the equipment to be erected under this
Specification.
x. Deployment of all skilled and unskilled manpower required for erection, supervision
of erection, watch and ward, commissioning and other services to be rendered
under this specification document
xi. Deployment of all erection tools & tackles, construction machinery, transportation
vehicles and all other implements in adequate number, capacity and size
xii. Supply of all consumables, e.g., welding electrodes, filler wires, gas cylinders
(hydrogen, carbon-di-oxide, nitrogen, oxygen, acetylene), cleaning agents,
lubricants as well as materials required for temporary supports, scaffolding, etc. as
necessary
xiii. Supply of all necessary calibrated instruments for carrying out performance tests of
Coal handling system and equipment.
xiv. Taking approval of all statutory authorities by paying the requisite fee as applicable
e.g., Factory Inspector, Electrical Inspectorate, etc. for respective portions of work
under the jurisdiction of such statutes or laws
xvii. Complete construction (including supply of material and labour, construction of site
office, canteen, construction stores, residential accommodation of Bidder’s staff
labour, etc.), fabrication, erection, trial run, commissioning and performance testing
of entire Syacking and reclaiming system.
xviii. Supply of lubricants/consumables and all temporary provisions till Provisional Take
over.
xix. Mandatory Spare parts, as specified, for the Coal handling system package.
ISSUE
R1
SCOPE OF WORKS
xx. Tools and tackles including all special tools and tackle, as required, for the Coal
handling system package.
xxi. Furnishing all documents, engineering & construction drawings, design basis
reports, optimisation study reports if any, design calculations, equipment data
sheets from manufacturers, quality assurance plans, testing procedures, operation
and maintenance manuals, commissioning procedures, ‘As built” drawings, etc.
xxiii. Conducting performance tests for the entire package and for the individual
equipments as required.
xxiv. Conducting of various site acceptance tests on electrical, instrumentation and
control systems field instruments etc.
xxv. Supply of all consumables like Cable termination / joining kits, insulating materials,
cable glands, Lugs, Junction boxes, suitable sizes of cable boxes and insulating
paints.
xxvi. Furnishing of Civil, Mechanical, electrical and instrumentation coordination drawings
indicating the details like providing of cut outs, Insert plates, Embedment of
foundation bolts and providing of sleeves etc.
xxvii. Supply of all consumables like printer paper, Tonner, Ink cartridges (colour, mono),
floppies, CD R/W.
xxviii. Training of the PURCHASER’s personnel on Coal Handling System operation and
maintenance. This will include all hydraulic drives and hydraulic motors. The training
will be provided at the Bidder’s / sub-Contractor’s works for the number of man
months indicated in the schedule of training.
NOTE:
The above list of work is not exhaustive. Any additional works, whether or not specifically
described in this document and incidental to complete the stacker reclaimer works in all
respects will be deemed to be in the scope of work of the stacker reclaimer works package
Bidder.
1.1 Site Development : Site development works like micro grading within
the stacking and reclaiming system boundary
limits shall be in the scope of Bidder.
1.2 Roads All roads connecting the Stacker reclaimer works ISSUE
R1
SCOPE OF WORKS
facilities with the main roads shall be in the scope
of bidder.
1.3 Dust Suppression : Water will be supplied upto the top of the water
System water and tank located along side of the Coal handling
service water for plant system switchgear cum control cum compressor
cleaning room cum pump house. Water requirement for
SYDS shall be furnished by the bidder. Design
and construction of tank is excluded from bidder’s
scope. From this point onwards, the entire system
comprising the entire piping network, valves,
fittings, DS water supply pumps, etc. shall be in
bidder scope.
1.5 ELECTRICAL
SCOPE OF WORKS
plant with the plant grid at minimum two places
1.5.3 Construction Power : At one (1) single point two numbers of feeders at
415V level. Further distribution is by the Bidder.
2.0 I&C
2.1 Instrumentation and Control Cables
a) All I&C cables between any two points where both ends equipments
are in bidder’s scope of supply, shall be in the scope of the bidder.
2) BIDDER shall note that if there are minor changes in the coordinates of the
terminal points and elevations of the piping indicated above during detailed
engineering same shall be accepted without any commercial implication by him.
ISSUE
R1
SCOPE OF WORKS
Vendor Purchaser
1. Field Instruments √ √ √ X X X
SCOPE OF WORKS
Reclaimer
Instrumentation &
3. Control cables (within √ √ √ X X X
Bidder’s battery limits)
Instrumentation &
Control cables (from
bidder’s equipment to
bidder’s JB in JNT-
4. 4/JNT-5) for √ √ √ X X X
equipment to be
control and monitored
from Stacker cum
reclaimer
Instrumentation &
Control cables
6. (between HT √ X X X √ √
switchgear and
bidder’s equipment)
3. 1.1kV Cable
Power schedule √
Cable √ √ X √
Cable √ X
tray ISSUE
R1
SCOPE OF WORKS
4. LT Cable
Power , schedule √
cables
and
Control Cable
cables tray
and any layout √ √ X X √
other
special √
cables
required
for CHP
system
5. Control Cable
cables schedul √
betwee e
n
Cable
Purcha
tray
ser √
layout √ √ X √
station X
within
switchh
battery
ear and
limit of
bidders
CHP
euipmq
nt
6. Earthing and
Lightning protection √ √ √ X X √
system
7. Conveyor lighting √ √ √ X X
√
system
8. Motors √ √ √ X X √
9. Local control panels √ √ √ X X √
(LCP) and Local ISSUE
R1
SCOPE OF WORKS
ISSUE
R1
SCOPE OF WORKS
2.9 EXCLUSIONS
• Pumps for pumping the coal slurry from coal pile run-off pit to clarifier, pumps
required for pumping of sludge from clarifier to stockpile and clear water pumps
from clarifier to guard pond including piping, valves is excluded from bidder’s scope.
• Fire protection, Fire Detection and Alarm System.
• Potable water system.
• Plant intercommunication and area illumination except conveyor illumination.
• Dozers, station locos.
• Green belt
ISSUE
R1
1.1 Following Project Schedule dates are contemplated. The Bidder to review and
modify as required keeping the Trial operation end fixed:
B BIDDER’s SCOPE
1 Clearance of 100% of drawings /
12
documents
2 Completion of supply of all major
13.2
mechanical & electrical equipment.
3 Start of erection of equipment.
11
4 Initial run of stacking and reclaiming
system 18
5 Trial operation 19
6.0 Performance Guarantee (P.G) Tests
6.1 PG Test of stacking and reclaiming 20
system
Note:
ISSUE
R0
1.2.1 Planning
The Bidder shall prepare a L1 PERT Schedule in the form of PERT network
consisting of at least 50 activities. The network shall be prepared on a Work
Breakdown Structure. The Bidder shall use Microsoft Projects (MS Projects)
software for preparation of his Project Network Schedule.
The L1 PERT shall identify milestones of key events of each system in the areas
of engineering, order for raw materials, order on sub contractors, procurement,
manufacture and dispatch, erection and commissioning. The L1 PERT shall
represent the Level I plan and will form the basis for development of detailed
second and third tier execution plans.
The L1 PERT shall be submitted along with the bid and shall be mutually
discussed and finalized before the award of Contract. The L1 PERT will identify a
complete list of inputs to be furnished by the Purchaser/Engineer which may be
required for proper interfacing and tie up. Scheduled dates for providing such
inputs shall also be indicated and the same shall be mutually discussed and
finalized.
The Bidder shall not change the L1 PERT without the prior approval of the
Purchaser/Engineer in accordance with the Conditions of Contract. In the event
that the Purchaser/Engineer approves a revision to the L1 PERT in accordance
with the Conditions of Contract, the Bidder shall submit a revised L1 PERT within
two weeks thereafter. This programme will fully comply with the requirements of
the Specification document and where necessary, reflect changes to the
sequence or progress of the Works as indicated by the Purchaser/Engineer or as
proposed by the Bidder and accepted by the Purchaser/Engineer. Such an agreed
revised programme will become the Overall Bidder Programme for the
outstanding works.
No material alteration to the Programme shall be made without the approval of the
Purchaser/Engineer. However, Bidder may make alterations to the Programme
without the approval of the Purchaser/Engineer being required where such
alterations are consistent with the key milestone dates set out in the Project
Schedule and do not affect the payment schedule.
The Bidder shall submit the coding procedure being adopted for computerisation
along with the logic and the Work Breakdown Schedule with their respective
weightages used for generating the life cycle curves and shall submit the Work
Intensity Chart based on weightages conforming to their overall schedule.
ISSUE
R0
1.4.1 If the progress of the Scope of Supply or any other part of the Works does not
conform to the Programme, the Purchaser/Engineer may instruct the Bidder to
revise the programme.
1.4.2 If for any reason which does not entitle the Bidder to an extension of time the rate
of progress of the Scope of Supply or part thereof or any part of the work is at any
time in the reasonable opinion of the Purchaser/Engineer too slow to secure
completion of the works within the Time for Completion or any extended date the
Purchaser/Engineer may so notify the Bidder in writing and the Bidder shall
thereupon take such steps as are necessary and the Purchaser/Engineer may
approve an order to accelerate (whether by re-programming the order or
sequence of work or by increasing the personnel or other resources of the Bidder
or its sub-Bidders employed on the Scope of Supply) the progress of the Scope of
Supply or part thereof or any part of work so as to achieve completion of each
section within the time for Completion as may be extended. The Bidder shall not
be entitled to any additional payment or extension of time for taking such steps.
1.5.1 During the performance of the Work, Bidder shall submit monthly updates
comparing the Work completed against the milestone schedule in tracking GANTT
or if Bidder’s performance is not in compliance therewith, more frequently as
requested by Purchaser/Engineer. If Bidder’s performance of the work is not in
compliance with the Milestone Schedule, without restricting any other rights or
remedies of Purchaser/Engineer hereunder, Bidder shall (i) submit its plan for
schedule recovery and (ii) specify in writing the steps to be taken to achieve
ongoing compliance with such revised schedule. Bidder shall submit the overall
life cycle curve for progress curve. The Bidder shall adopt a milestone approach
and shall identify several milestones to be achieved so that they could be verified
physically. Computation of progress of the Bidder shall use weighted value
concept and submit detailed computerised linked bar chart. Bidder shall submit
work breakdown structure in detail along with the weightage and the milestone to
be achieved every week preferably in a graphical / tabular format.
1.5.2 Bidder shall comply with the Milestone Schedule and to attend/participate in
progress, site co-ordination or special purpose meetings. Progress, site and co-
ordination meeting shall be held at the place as deemed fit and notified by the
Purchaser/Engineer then and there or the Site on a weekly basis, unless
otherwise requested by Purchaser/Engineer. Bidder shall have in attendance at
any such meeting the Project Manager and other management representatives
authorised to commit additional requirement of manpower / materials etc. to the
Work and shall for any progress meeting bring a forecast showing the last period’s
ISSUE
R0
progress versus the last period’s scheduled work plan and the work plan for the
next three weekly time periods. Unless otherwise stated in writing by
Purchaser/Engineer, the forecast shall describe the Work by task, by site location,
by area or building and by bay for a one month period. The commencement and
completion of each task to be performed shall be clearly designated. If requested
by Purchaser/Engineer, representatives of Bidders of major materials shall also
attend each such meeting. Purchaser/Engineer may on reasonable notice to
Bidder call a special purpose meeting whether at Bidder’s engineering office or
the site to review any portion of the Work, the performance of which is of
substantial concern to Purchaser/Engineer.
1.5.3 The Bidder shall use the latest version of project management software of
Microsoft Projects (MS PROJECTS) to generate and submit the schedules.
1.6 SCHEDULES
The Project Milestone Schedule indicating current status shall be submitted with
the Bidder’s monthly progress reports.
1.6.3.1 The Overall Contract Schedule shall be a computerized, critical path method
(CPM) schedule containing sufficient detail to effectively control the Project. The
schedule shall be in Precedence Diagram Method (PDM) format.
1.6.3.2 The Overall Contract Schedule shall be a composite of all other specific
schedules. The Overall Contract Schedule shall be used for Project Activity
Coordinating, Project Monitoring, Project Reporting and Progress Payments.
1.6.3.3 The Overall Contract Schedule shall have distinct areas for engineering and
design, procurement and manufacture, installation and construction of facilities by
ISSUE
R0
1.6.3.4 The Overall Contract Schedule shall show expected and required start and
completion dates for each activity listed and it shall also include,
(g) Shipment
1.6.3.5 The planning, scheduling and monitoring including resource scheduling and
monitoring shall be carried out using MS Projects latest version project
ISSUE
R0
management software and Bidder shall submit the detailed network schedule in
electronic floppy diskettes and by e-mail every month to enable
Purchaser/Engineer to review the same.
1.6.3.7 The Purchaser/Engineer shall review and comment on the Overall Contract
Schedule and, upon agreement with Bidder on any necessary changes, Bidder
shall furnish to the Purchaser/Engineer prints of the accepted schedule.
1.6.3.8 The schedule shall be updated and submitted to the Purchaser/Engineer at least
once each month. The schedule shall include all incomplete work and all work to
be completed in the next three months as per the original schedule. The updates
shall show actual progress and any proposed changes in the schedule of the
remaining work.
1.6.3.10 Engineering design shall be shown in sufficient detail to clearly define all area
and system design activities and the inter-relationship between design disciplines.
Procurement of equipment and materials shall be shown in sufficient detail to
identify each equipment / system / package, preparation of Specification
document and issue, tender preparation / receipt, bid review & negotiation award,
information submittals (by discipline and type), and delivery to the site including
shipping durations.
1.6.3.11 Detailed network schedule shall show the sequence, timing and duration of the
work and the planned commencement and completion dates of all separable
portions of the work including each milestone in form, content and level of details
satisfactory to Purchaser/Engineer. It shall also show Bidder’s manpower
forecast, procurement, delivery and installation plans for major materials and
other schedule information, reasonably requested by Purchaser/Engineer.
1.6.3.12 Appropriate time shall be allocated for the approval of the documents by
Purchaser/Engineer and the same shall be indicated in the network schedule. If
any resubmission becomes warranted due to any omission or gross errors, only
the resubmission date shall be considered as the valid submission date.
1.6.3.13 The schedule for Purchaser/Engineer input shall be mutually agreed upon after
the award of Contract.
1.6.3.14 Other project activities necessary to control the work under this Specification shall
be included as mutually agreed to by the Bidder and the Purchaser/Engineer.
ISSUE
R0
1.6.4.1 The Procurement Schedule shall cover all equipment and materials to be supplied
by the Bidder, and critical items to be supplied by his sub-vendors, manufacturers
and Bidders as proposed by the Bidder and accepted by the Purchaser /
Engineer. This schedule will indicate times for bid invitation, economic evaluation,
ordering of materials, approval of manufacturer’s drawings including
Purchaser/Engineer review, fabrication, shipping, delivery, testing, and other
significant Project milestones.
1.6.4.2 Procurement Schedule shall be in agreement with and supporting the Overall
Contract Schedule.
1.6.4.3 The Procurement Schedule shall be updated indicating the actual progress at
least once in each month and submitted with the Project Report to show the
status of orders placed, Engineering Submittals, and delivery. Copies or listings of
material orders or sub-contracts issued with their issue dates shall be included.
The Detailed Start-up Schedule shall include a schedule of all required tests and
shall be based on a Start-up Requirements Network which shall be prepared by
the Bidder’s start-up organisation when the design is sufficiently complete to
commence start-up planning. The Detailed Start-up Schedule shall show all sub-
system package construction completion activities, consistent with the Overall
Contract Schedule, followed by pre-operational start-up, testing, initial operation,
trial operation, characteristic tests and performance guarantee tests. Definite
“Hold” points shall be included to allow for inspections and certification.
1.6.7.1 The Bidder shall prepare and submit to the Purchaser/Engineer miscellaneous
schedules covering plant operation, plant maintenance and training up to
substantial completion. Each schedule shall be in sufficient detail to effectively
control and monitor the associated activities. Each schedule shall be at the
appropriate level of detail.
ISSUE
R0
1.6.7.2 Apart from the overall Contract Schedule, the Bidder shall provide detailed
network schedules for manufacturing and site activities separately from major
sub-Contractors for information and monitoring by. Purchaser/Engineer.
1.6.7.3 The following requirements apply to all schedules prepared by the Bidder. The
schedules shall be prepared and administered based on schedule plans and
procedures submitted as part of the Project Procedures.
(d) Each schedule shall show the activities in a colour graphic format
suitable for displaying scheduled and actual progress. Schedules shall
be submitted on reproducible media and in electronic format (number
of copies shall be as per the contract co-ordination procedure).
(e) Each schedule shall be coordinated with the other Project schedules to
assure the timely availability of information for procurement, design
and construction purposes to avoid any delay in Work progress.
(g) Corrective action for the slippage in the schedule also shall be
highlighted in the progress report.
ISSUE
R0
C5.2 R0 LEGEND 1
C5.3 R0 LEGEND 1
ISSUE
R0
CONSULTANTS: TATA CONSULTING ENGINEERS LIMITED TCE FORM 329 R3
PRAYAGRAJ POWER GENERATION COMPANY VOLUME – IIA
TCE.5871A-H- LIMITED
563-001B SECTION: C5
3 X 660 MW PRAYAGRAJ SUPER THERMAL POWER PROJECT CONTENTS
AT BARA,UP SHEET 2 of 3
TITLE
STACKER RECLAIMER WORKS
VOL. IIA - SECTION C5 CONTENTS
ISSUE
R0
CONSULTANTS: TATA CONSULTING ENGINEERS LIMITED TCE FORM 329 R3
PRAYAGRAJ POWER GENERATION COMPANY VOLUME – IIA
TCE.5871A-H- LIMITED
563-001B SECTION: C5
3 X 660 MW PRAYAGRAJ SUPER THERMAL POWER PROJECT CONTENTS
AT BARA,UP SHEET 3 of 3
TITLE
STACKER RECLAIMER WORKS
VOL. IIA - SECTION C5 CONTENTS
ISSUE
R0
CONSULTANTS: TATA CONSULTING ENGINEERS LIMITED TCE FORM 329 R3
SECTION C 5.1
QUALITY ASSURANCE REQUIREMENTS
TCE-5871A- H-563-
001B PRAYAGRAJ POWER GENERATION COMPANY VOLUME – IIA
LIMITED SECTION: C5.1
3 X 660 MW PRAYAGRAJ SUPER THERMAL POWER PROJECT
AT BARA,UP SHEET 1 of 20
1.0 INTRODUCTION
(a) Engineering
(b) Procurement
(c) Manufacture
(d) Construction including erection, testing and commissioning.
(1) Tolerance given in the codes and standard shall always be taken in
positive side.
(2) If more than one option given the codes and standards, only higher
or best option shall be selected to carry out the work.
(3) Raw material (Steel) shall be supplied at site without mill scale.
1.2 Bidder shall submit documents to demonstrate that the Bidder and his
sub-vendors possess, QA/QC procedures meeting the requirements set
forth in this section. The minimum inspection requirements for all major
equipment are as indicated in the attached documents [Refer Quality
Plans (QP) enclosed]. However it is the Supplier’s responsibility to
prepare a list of all relevant major additional requirements if any to
ensure the required quality, prepare quality plans with such additional
requirements taking into account the minimum inspection requirement of
this specification and obtain these quality plans reviewed / approved by
the Purchaser / Engineer.
1.3 The BIDDER shall submit an organization chart defining the permanent
positions responsible for QA/QC accompanied by a brief description of
ISSUE
R0
2.0 Engineering
Prior to finalisation of the Contract, the Supplier shall prepare and submit
a project Quality Assurance Procedure that covers the engineering
phase of the Works. The procedure shall be designed for this project and
shall address the specifics of how the Supplier shall control, monitor and
verify the requirements contained in this section. The Supplier shall
utilize all his QA/QC resources, manuals and procedures when preparing
the plan. Purchaser /Engineer Shall review the plan prior to utilization
and upon issue the plan shall become the basis by which Purchaser /
Engineer Shall evaluates the Supplier’s engineering QA/QC activities as
they relate to this project.
The Supplier shall define, document and advise the appropriate handling
of the following design controls:
ISSUE
R0
3.3 Audits
All documents shall be audited by the Supplier for conformance with the
QA/QC procedures.
ISSUE
R0
4.0 Procurement
It is the Purchaser/Engineer’s intent that the Supplier deal only with Sub-
Suppliers and Manufacturers (Vendors) who have established and
demonstrated effective quality assurance and quality control procedures.
Purchaser/Engineer does require, however, that the Supplier perform
such normal inspection of equipment manufactured in his own
manufacturing unit or at the works of his Sub-Suppliers/ Vendors, as is
necessary to obtain equipment and materials conforming to the project
specifications and their supporting documents (applicable codes and
industry consensus standards) and good engineering, fabrication
practices as described herein. Source Quality Control is also a valuable
input for confirmation of delivery performance.
ISSUE
R0
4.3.1 During audit visits to fabricator shops, Purchaser /Engineer may elect to
spot-check base materials and welds to verify proper metallurgy using
whatever methods Purchaser /Engineer may wish to utilize, but only in
the presence of Supplier’s Inspector unless otherwise agreed. Some of
these requirements have been identified in the minimum inspection
requirements listed in this section.
5.0 Communication
ISSUE
R0
6.2.1 The Supplier shall identify the key inspection office located at its
engineering and construction office. All inspection assignments,
inspection instructions, after placement of the purchase order shall be
covered from this designated office.
6.2.2 One individual in the Supplier’s key inspection office shall be designated
to fill the function outlined in 3.5.3 and must report to the Supplier’s
Manager for Inspection. Additional staff may be added as necessary,
provided they are under the supervision of the individual designated. This
individual Shall hereafter be referred to as the “Quality Control Project
Inspector (QCPI)’.
ISSUE
R0
The QCPI shall have the overall coordination responsibility for inspection
activities. The QCPI’s responsibilities shall include, but not be limited to
the following:
(g) Receive inspection reports from the source Inspector and make
distribution as required
(h) Ensure that comprehensive files are maintained for each job.
After receiving the assignment from the QCPI, the source Inspector shall
review the order, conduct a pre-inspection meeting (when instructed),
perform the inspections outlined, maintain field file in an organised
manner and report the results to the key office and Purchaser/Engineer.
The following is a more detailed, but not inclusive, list of what
Purchaser/Engineer typically expects from the Supplier’s QCPI:
ISSUE
R0
ISSUE
R0
(xiii) Make final visual inspection for quality of work and for
damage
6.6.2 Inspection rejection reports shall be by telefax to the key office and
Purchaser/Engineer when the Sub-Supplier’s proposed resolution
deviates from order specifications, or would require repairing.
6.6.3 Final inspection reports shall be by check-off for all major equipment and
bulk piping components. The check-off indicates the inspections were
performed and would be covered on an interim inspection report.
7.0 Construction
ISSUE
R0
7.2 Communication
7.2.3 At the end of the Work, Supplier’s standard inspection reports, check off
sheets, radiographs, master copy of loop diagrams, electrical test data
sheets, etc. shall be handed over to Purchaser / Engineer in an
organised, agreed upon format. Supplier shall verify that all of the
required documentation of the equipment has been received and placed
in the equipment files. The Supplier is responsible for obtaining any
outstanding documentation from the suppliers.
7.3.1 It is the Purchaser /Engineer’s intent that the Supplier (and any Sub-
Suppliers employed) provide sufficient qualified Inspectors to assure that
facilities are installed in accordance with the plans and Purchaser /
Engineer’s specifications and intents and that the level of quality called
for therein is obtained. Prior to finalisation of Contract award, the
Supplier shall submit a detailed Field Quality Assurance Program for
Purchaser /Engineer’s review. The program must be tailored to show
compatibility with engineering design, compliance with applicable codes,
ISSUE
R0
For the construction period, the Supplier shall provide a full time,
dedicated Quality Assurance Organization. As a minimum the Supplier’s
Construction Quality Assurance Program shall include the following:
ISSUE
R0
ISSUE
R0
ISSUE
R0
This section shall control on-site fabrication and installation items, which
do not conform to the engineering design or for which the engineering
design is incorrect.
ISSUE
R0
The system which shall ensure that all quality assurance records are
maintained for ready reference and shall also provide for the
accumulation, evaluation, retention and distribution of QA/QC records.
7.10 Audits
ISSUE
R0
From :
To :
Attn: Mr
Dear Sirs,
Items detailed below are ready for inspection. Please arrange inspection and
confirm the date of inspection:
1. Purchaser / ENGINEER :
2. Project :
4. Consultant’s reference :
5. Sub-order reference :
7. Place of Inspection
(full address) :
ISSUE
R0
We confirm that the items have been fully inspected/tested by us at all stages, of
inspection as per quality plan, and all material test certificates, QC records., test
Reports, calibration records of measuring/testing instruments with traceability to
National Level* are available with us.
Yours faithfully,
cc : Sub-Supplier
NOTE : 1. Following clear notice periods (date of receipt to date of inspection) are
required :
ISSUE
R0
CONTENTS
LIST OF QUALITY PLANS
ISSUE
R0
SR. COMPONENT / OPERATION CHARACTERISTICS TYPE / METHOD EXTENT REF. DOCUMENT / FORMAT OF AGENCY REMARKS
NO. CHECKED OF CHECK ACCEPTANCE NORM RECORD S M P
1 2 3 4 5 6 7 8 9
1.0 BELT:
1.1 Raw Material Material Properties TC Verification 100% Applicable standards, Data TC V
Sheets
1.2 Dimensional Inspection Dimensions Measurement 100% Drawings/Data Sheets Inspection Report W
1.3 Testing for mechanical Tensile strength, elongation, Lab testing, visual 100% Applicable standards, Data TC W
properties ply adhesion, abration convers inspection Sheets
1.4 Troughability tests t
Flexibility 100% Applicable standards, Data TC W
Sheets
1.5 Testing of cover properties 100% Applicable standards, Data TC W
Sheets
1.6 Testing for fire resistance Resistance to fire 100% Applicable standards, Data TC W
properties Sheets
2.0 IDLER ASSEMBLY:
2.1 MS tubes, shafts, brackets Mechanical and chemical TC Verification 100% Applicable standards, Data TC V
properties Sheets
2.2 Review of welding documents WPS, PQR, WPQ Review of records 100% ASME Sec.IX Welding V
Document
2.3 Brackets Visual, dimensional Visual, 10% Drawings/Data Sheets Inspection Report V
measurement
A. STATUTORY REQUIREMENTS SHALL BE COMPLIED WITH BY THE VENDOR.
H. LEGENDS : S - SUB - VENDOR, M - MAIN VENDOR, P- GIPCL/ TCE, W - WITNESS, V - DOCUMENTS REVIEW, H - HOLD POINT.
SR. COMPONENT / OPERATION CHARACTERISTICS TYPE / METHOD EXTENT REF. DOCUMENT / FORMAT OF AGENCY REMARKS
NO. CHECKED OF CHECK ACCEPTANCE NORM RECORD S M P
1 2 3 4 5 6 7 8 9
2.4.0 Final Inspection:
Verification of thrust bearing, swivelling of self aligning idlers Verification, 10% Drawing/data sheet Inspection Report V
about the pivot movement
2.4.2 Idler Rollers:
Dimensions, Run out checks Measurement 10% Drawing/data sheet Inspection Report V
Dust ingress test Shop test 10% Drawing/data sheet Inspection Report V
Water ingress test Shop test 10% Drawing/data sheet Inspection Report V
Friction coefficient test Lab test 10% Drawing/data sheet Inspection Report V
Hardness of rubber discs (for impact rollers) Hardness check 10% Drawing/data sheet Inspection Report V
Open inspection of bearings and rollers Visual 10% Drawing/data sheet Inspection Report V
2.4.3 Pulleys:
Material TC review for pulley shell, shaft, hub, end discs, Review 100% Drawing/data sheet Inspection Report V
plummer
Review of welding documents (WPS, PQR, WPQ) Review 100% Drawing/data sheet Inspection Report V
Visual, dimensional Visual, dimensional 10% Drawing/data sheet Inspection Report V
SR. COMPONENT / OPERATION CHARACTERISTICS TYPE / METHOD EXTENT REF. DOCUMENT / FORMAT OF AGENCY REMARKS
NO. CHECKED OF CHECK ACCEPTANCE NORM RECORD S M P
1 2 3 4 5 6 7 8 9
Lagging rubber examination and hardness check Visual, hardness 10% Drawing/data sheet Inspection report V
check
Lagging rubber peel-off test on random samples Peel-off test Random Drawing/data sheet Inspection report V
samples
Verification of bearings Verification 10% Drawing/data sheet Inspection report V
examination of hub and shaft fixing arrangement (locking Visaul 10% Drawing/data sheet Inspection report V
assembly)
3.0 SHAFTS:
Physical & Chemical properties Review of TCs 100% Drawing/data sheet Inspection report V
Soundness check for shaft dia = or > 50dia UT examination 100% AM 203.2 of ASME Sec. UT Report V
VIII Div.2
4.0 BELT SCRAPERS/CLEANERS:
4.1 Raw material for blades Review of 100% Drawing/data sheet Test cetificates V
certificates
4.2 Final inspection of assembly:
Visual, dimensional checks Visaul, measurement 10% Drawing/data sheet Inspection report V
Movement of blades and elastomount on spindle Movement 10% Drawing/data sheet Inspection report V
5.2 Review of welding documents (WPS,PQR,WPQ) Review 100% ASME Sec. IX Welding V
Documents
5.3 Final inspection:
Examination of welds NDT(PT) 10% ASME Sec. V & Sec VIII PT Report V
Div.I
6.0 SPEED REDUCERS:
ii. For oil pumps, coolers, and filters Review of 100% Drawing/data sheet Test certificates V
manufacturer’s cert.
6.2 For speed reducers of capacity equal or < 30KW : Refer
QP A04
7.0 FLEXIBLE COUPLINGS:
Material test certificate, Ultrasonic test report, Dynamic Review of 100% Drawing/data sheet Test certificates V
balancing report, dimensional test report, and Torque test manufacturer’s cert.
report
8.0 FLUID COUPLINGS:
8.3 Dynamic Balancing Test Certificate 100% Drawing/data sheet Test certificates V
8.4 Performance test Shop Test 100% Drawing/data sheet Test certificates V
9.0 INLINE MAGNETIC SEPARATOR Performance Test 100% Drawing/data sheet/applicable Test certificates W
standards
10.0 INLINE CONVEYOR SCALE Review of 100% Drawing/data sheet Test certificates W
manufacturer’s cert.
SR. COMPONENT / OPERATION CHARACTERISTICS TYPE / METHOD EXTENT REF. DOCUMENT / FORMAT OF AGENCY REMARKS
NO. CHECKED OF CHECK ACCEPTANCE NORM RECORD S M P
1 2 3 4 5 6 7 8 9
1.0 MATERIAL
1.1 Gear blanks, Shafts, Bearing, Chem. & Mech. properties Review of docs 100% Material Specification TC V
Pinions & Housing
1.2 Forgings Soundness (for dia. >50mm) UT 100% AM 203.2 of Sec. VIII Div. 2 TC V
1.3 Housing Surface defects MPI 100% ASME Sec. VIII Div. 1 TC V
1.4 Gear HT chart review Review of docs. 100% Material spec. / data sheets TC V
2.0 IN-PROCESS INSPECTION
2.1 Gears Hardness & Case depth (for Measurement 100% Material spec. Hardness report V
Hardened and Ground gears)
2.2 Gear tooth Surface defects LPI 100% ASME Sec. VIII Div. 1 LPI report V
3.0 FINAL
3.1 Mechanical run test Vibration check, Noise level, Performance check 100% Drawing / Data sheets Inspection report W
Temp. rise, Speed ratio
3.2 Visual, Dimensional Appearance and dimension Visual, dimensional 100% Drawing / Data sheets Inspection report W
SR. COMPONENT / OPERATION CHARACTERISTICS TYPE / METHOD EXTENT REF. DOCUMENT / FORMAT OF AGENCY REMARKS
NO. CHECKED OF CHECK ACCEPTANCE NORM RECORD S M P
1 2 3 4 5 6 7 8 9
1.0 MATERIALS :
1.1 Plates Chem., Mech. properties, Dimns. Review of docs. 100% Material specification TC V
2.1 Gas cut edges ≥ 20mm Surface defects MPI 100% AWS D 1.1/Manufacturer's procedure V
2.2 Welding Procedure, Personnel qualification Review of docs. 100% AWS D 1.1/ ASME SEC. IX WPS, PQR, WPQ V
2.3 Weld inspection Surface defects Visual 100% AWS D 1.1 Inspection report V
a) thickness > 32mm Soundness RT 100% AWS D 1.1/Manufacturer's procedure RT report V RT film review during
final inspection
b) thickness > 25mm & ≤32 mm Surface defects MPI 100% AWS D 1.1/Manufacturer's procedure MPI report W Random MPI during
final inspection
c) thickness ≤ 25 mm Surface defects MPI 10% AWS D 1.1/Manufacturer's procedure MPI report W Random MPI during
final inspection
A. STATUTORY REQUIREMENTS SHALL BE COMPLIED WITH BY THE VENDOR.
B. MATERIAL TESTS OF SAMPLES DRAWN BY PURCHASER SHALL BE WITNESSED BY PURCHASER.
N C. FOR STAGES WITNESSED / DOCUMENTS REVIEWED BY PURCHASER, COPIES OF RELEVANT DOCUMENTS SHALL BE FURNISHED TO PURCHASER.
O D. PURCHASER’S IDENTIFICATION STAMP ON MATERIALS SHALL BE PRESERVED / GOT TRANSFERRED BY PURCHASER AT APPROPRIATE STAGES.
T E. THE EXTENT INDICATED IN COLUMN 5 IS IN VENDOR’S SCOPE. PURCHASER MAY INSPECT AS PER THIS COLUMN OR RANDOM SAMPLES.
E F. COLUMN 6 SHALL BE AS PER PURCHASER APPROVED DRAWINGS / DATA SHEETS / SPECIFICATIONS WHEREVER APPLICABLE.
G. INSTRUMENTS FOR LEAK TESTS AND PERFORMANCE TESTS SHALL HAVE VALID CALIBRATION CERTIFICATE WITH TRACEABILITY TO NATIONAL LEVEL.
SR. COMPONENT / OPERATION CHARACTERISTICS TYPE / METHOD EXTEN REF. DOCUMENT / FORMAT OF AGENCY REMARKS
NO. CHECKED OF CHECK ACCEPTANCE NORM RECORD S M P
1 2 3 4 5 6 7 8 9
2.5 NDE on fillet joints :
a) when both plates are ≥ 25mm Surface defects MPI 100% AWS D 1.1/Manufacturer's MPI report W Random MPI
3.0 FINAL :
3.1 Visual, dimensional inspection and Overall dimns., Alignment, etc. Visual, 100 % Drawing Inspection V Refer enclosure
Measurement report to this QP
trial assembly of main columns and
ceiling girders
3.2 Visual and dimensional inspection of Overall dimns., Alignment, etc. Visual, 100 % Drawing Inspection V
Measurement report
other structures
3.3 Completeness Paint thk., Identification, etc. Visual, 100 % Drawing Inspection V
Measurement report
Note 1 -Heat treatment requirements :
a) All butt welds must be heat treated when thickness is > 50mm.
b) All welds to a tension member (for all thickness) must be heat treated. Web to flange fillet welds and web stiffener welds are exempt from this requirement.
Tension member must be indicated in the drawing.
Dust ingress test Shop test 10% Drawing/data sheet Inspection Report V
Water ingress test Shop test 10% Drawing/data sheet Inspection Report V
Friction coefficient test Lab test 10% Drawing/data sheet Inspection Report V
Hardness of rubber discs (for impact rollers) Hardness check 10% Drawing/data sheet Inspection Report V
Open inspection of bearings and rollers Visual 10% Drawing/data sheet Inspection Report V
2.4. Pulleys:
3
Material TC review for pulley shell, shaft, hub, end discs, Review 100% Drawing/data sheet Inspection Report V
plummer blocks, bearings etc.
Review of welding documents (WPS, PQR, WPQ) Review 100% Drawing/data sheet Inspection Report V
Visual, dimensional Visual, 10% Drawing/data sheet Inspection Report V
dimensional
examination of hub and shaft fixing arrangement(locking Visaul 10% Drawing/data sheet Inspection report V
assembly)
3.0 SHAFTS:
Physical & Chemical properties, Surface defects Review of TCs 100% Drawing/data sheet Inspection report W
Soundness check for shaft dia = or > 50dia UT examination 100% AM 203.2 of ASME Sec. UT Report W
VIII Div.2
4.0 BELT SCRAPERS/CLEANERS:
4.1 Raw material for blades Review of 100% Drawing/data sheet Test cetificates V
certificates
4.2 Final inspection of assembly:
ii. For oil pumps, coolers, and filters Review of 100% Drawing/data sheet Test certificates V
manufacturer’s
6.2 For speed reducers of capacity equal or <30KW : Refer QP t
A04
7.0 FLEXIBLE COUPLINGS:
Material test certificate, Ultrasonic test report, Dynamic Review of 100% Drawing/data sheet Test certificates V
balancing report, dimensional test report, and Torque test report manufacturer’s
cert
8.0 FLUID COUPLINGS:
8.3 Dynamic Balancing Test Certificate 100% Drawing/data sheet Test certificates V
8.4 Performance test Shop Test 100% Drawing/data sheet Test certificates V
9.1 Raw Material Material Properties TC Verification 100% Applicable standards, Data TC V
Sheets
9.2 Dimensional Inspection Dimensions Measurement 100% Drawings/Data Sheets Inspection Report V
9.3 Testing for mechanical Tensile strength, elongation, Lab testing, visual 100% Applicable standards, Data TC V
properties ply adhesion, abration convers inspection Sheets
9.4 Bucket wheel drive t TC Verification 100 % Applicable standards, Data TC V
Sheets
10.2 Sluw bearings dimensional measurement, material inspection, TC Verification, 100 % Applicable standards, Data TC W
type and routine test (if available) etc. load test Sheets
11.0 LUFFING MECHANISM TC Verification 100 % Applicable standards, Data TC W
Sheets
13.0 HYDRAULICS (HYDRAULIC MOTOR AND POWER PACKS) TC Verification & 100% Applicable standards, Data TC W
Type test for each Sheets
type
14.0 ELECTRICAL
14.1 Transformers Type & Routine 100% Applicable standards, Data TC * * As per Volume IIIA
test Sheets
14.2 Switchgears Type & Routine 100% Applicable standards, Data TC *
test Sheets
14.3 Cables Type & Routine 100% Applicable standards, Data TC *
test Sheets
14.4 Motors Type & Routine 100% Applicable standards, Data TC *
test Sheets
14.5 Insulation test for cables Type & Routine 100% Applicable standards, Data TC *
test Sheets
1. The successful bidder to indicate under column 6 ‘Ref. document/Acceptance Norm’ appropriate wordings like Approved drawing/Data
Sheet/Specification/Approved Procedure against the respective characteristic checked, in the respective Quality Plans.
2. The successful bidder to indicate under column 6 ‘Ref. document/Acceptance Norm’ ‘Approved Inspection and Test Procedure’ against the
respective characteristic checked, in the respective Quality Plans.
3. The successful bidder is required to furnish detailed Field Quality Plans, covering all the quality control activities as applicable to various
site activities commencing from receipt of material, storage till all the equipment are erected and commissioned.
4. The successful bidder is required to furnish specified No. of test certificates/inspection reports/test reports which are offered for
verification/scrutiny during inspection/testing to Client/their representatives for activities marked as V/W/H in the respective Quality Plans.
5. Refer Note ‘G’ of respective Quality Plans – With regard to calibration of instruments used during inspection/testing, it is clarified that the
instruments used during inspection/testing are calibrated with reference to a master testing instrument which in turn should have a
calibration certificate traceable to the master instrument maintained at National Physical Laboratory, New Delhi(India) or such other
accredited International Standard Laboratory.
CONTENTS
LIST OF QUALITY PLANS
MISCELLANEOUS EQPT.:
Sl. Number of
QP No. Description
No. sheets
1 D01-R0 CENTRIFUGAL, PORTABLE SUBMERSIBLE 2
PUMPS & SUMP PUMPS
ISSUE
R0
SR. COMPONENT / OPERATION CHARACTERISTICS TYPE / METHOD EXTEN REF. DOCUMENT / FORMAT OF AGENCY REMARKS
NO. CHECKED OF CHECK ACCEPTANCE NORM RECORD S M P
1 2 3 4 5 6 7 8 9
1.0 MATERIALS :
1.1 Raw Materials Chem., Mech. properties, Dimns., Review of docs. 100% Material specification TC V
etc
2.0 IN-PROCESS INSPECTION :
2.1 Welding Procedure, Personnel qualification Review of docs. 100% AWS D 1.1/ASME Sec. IX WPS, PQR, V
WPQ
2.2 Weld inspection Surface defects Visual 100% AWS D 1.1 Inspection V
report
2.3 NDE of weld joints Surface defects LPI 100% AWS D 1.1/Manufacturer's LPI report V
procedure
3.0 FINAL :
3.1 Body and cover Strength Hydrotest 100 % Drawing Inspection V
report
3.2 Pressure drop test across Pressure drop Measurement 100 % Drawing Inspection V
filter in clean and clogged report
3.3 Mesh Size Measurement 100 % Drawing Inspection V
report
3.4 Performance test at shop Performance parameters Performance check 100 % Drawing, Data sheets Inspection V
report
3.5 Visual & dimensional Overall dimensions Measurement 100 % Drawing Inspection V
inspection report
3.6 Completeness Paint thk., Identification, etc. Visual, 100 % Drawing Inspection V
Measurement report
A STATUTORY REQUIREMENTS SHALL BE COMPLIED WITH BY THE VENDOR
B. MATERIAL TESTS OF SAMPLES DRAWN BY TCE SHALL BE WITNESSED BY TCE.
N C. FOR STAGES WITNESSED / DOCUMENTS REVIEWED BY TCE, COPIES OF RELEVANT DOCUMENTS SHALL BE FURNISHED TO TCE.
O D. TCE’S IDENTIFICATION STAMP ON MATERIALS SHALL BE PRESERVED / GOT TRANSFERRED BY TCE AT APPROPRIATE STAGES.
T E. THE EXTENT INDICATED IN COLUMN 5 IS IN VENDOR’S SCOPE. TCE MAY INSPECT AS PER THIS COLUMN OR RANDOM SAMPLES.
E F. COLUMN 6 SHALL BE AS PER TCE APPROVED DRAWINGS / DATA SHEETS / SPECIFICATIONS WHEREVER APPLICABLE.
G. INSTRUMENTS FOR LEAK TESTS AND PERFORMANCE TESTS SHALL HAVE VALID CALIBRATION CERTIFICATE WITH TRACEABILITY TO NATIONAL LEVEL.
H. LEGENDS : S - SUB - VENDOR, M - MAIN VENDOR, P- PURCHASER/CONSULTANT W - WITNESS, V - DOCUMENTS REVIEW, H - HOLD POINT.
SR. COMPONENT / OPERATION CHARACTERISTICS TYPE / METHOD EXTENT REF. DOCUMENT / FORMAT OF AGENCY REMARKS
NO. CHECKED OF CHECK ACCEPTANCE NORM RECORD S M P
1 2 3 4 5 6 7 8 9
1.0 MATERIALS :
1.1 Body & Disc castings Chem., Mech. properties, Review of docs. 100% Material specification TC V
Dimns
Surface defects MPI 100% ASME B 16.34 TC V
1.2 Body, Disc and Flanges Chem., Mech. properties, Review of docs. 100% Material specification TC V
fabricated Dimns.
from plate Soundness UT 100% ASME SA 435 TC V
1.3 Shaft Chem., Mech. properties, Review of docs. 100% Material specification TC V
Dimns.
Soundness (for diameter > 50 UT 100% AM 203.2 of Sec. VIII Div. 2 TC V
mm)
1.4 Hard faced seat surface Visual, dimnl.,review of Visual,dimenl., 100% Drawings,ASME Sec.V, TC W
WPS/PQR doc. review,LPI Sec.IX
2.0 IN-PROCESS INSPECTION :
2.1 Welding Procedure, Personnel Review of docs. 100% ASME Sec. IX WPS, PQR, V
qualification WPQ
2.2 Weld inspection Surface defects Visual 100% ASME B 16.34 Inspection report V
2.3 PWHT Temp. and time control HT chart review 100% Drawing, Section VIII Div. 1 HT chart V
A. STATUTORY REQUIREMENTS SHALL BE COMPLIED WITH BY THE VENDOR.
B. MATERIAL TESTS OF SAMPLES DRAWN BY PURCHASER SHALL BE WITNESSED BY PURCHASER.
N C. FOR STAGES WITNESSED / DOCUMENTS REVIEWED BY PURCHASER, COPIES OF RELEVANT DOCUMENTS SHALL BE FURNISHED TO PURCHASER.
O D. PURCHASER’S IDENTIFICATION STAMP ON MATERIALS SHALL BE PRESERVED / GOT TRANSFERRED BY PURCHASER AT APPROPRIATE STAGES.
T E. THE EXTENT INDICATED IN COLUMN 5 IS IN VENDOR’S SCOPE. PURCHASER MAY INSPECT AS PER THIS COLUMN OR RANDOM SAMPLES.
E F. COLUMN 6 SHALL BE AS PER PURCHASER APPROVED DRAWINGS / DATA SHEETS / SPECIFICATIONS WHEREVER APPLICABLE.
G. INSTRUMENTS FOR LEAK TESTS AND PERFORMANCE TESTS SHALL HAVE VALID CALIBRATION CERTIFICATE WITH TRACEABILITY TO NATIONAL LEVEL.
H. LEGENDS : S - SUB - VENDOR, M - MAIN VENDOR, P- PURCHASER/CONSULTANT, W - WITNESS, V - DOCUMENTS REVIEW, H - HOLD POINT.
SR. COMPONENT / OPERATION CHARACTERISTICS TYPE / METHOD EXTENT REF. DOCUMENT / FORMAT OF AGENCY REMARKS
NO. CHECKED OF CHECK ACCEPTANCE NORM RECORD S M P
1 2 3 4 5 6 7 8 9
2.4 Non-destructive examination :
Butt joints > 32mm thk. Soundness RT 100% ASME B 16.34 RT report V RT Film Review
Fillet joints Surface defects MPI 100% ASME B 16.34 MPI report V
Machined areas of body, disc, Surface defects LPI 100% ASME B 16.34 LPI report V
shaft, etc.
3.0 FINAL :
3.1 Visual and dimensional inspection Overall dimns., Surface cond., etc. Visual, Measurement 100 % Drawing Inspection report H
3.2 Testing Shell test Hydro test 100 % BS 5155 & Drawing Inspection report H
Seat leakage test Hydro test 100 % BS 5155 & Drawing Inspection report H
Seat leakage test Air test 100 % BS 5155 & Drawing Inspection report H
Disc strength test for Hydro test 100 % BS 5155 & Drawing Inspection report H
3.3 Actuators Review of certs., operational, Shop tests 100% Drawing Inspection report H
current drawn
3.4 Completeness Paint thk., Identification, etc. Visual, Measurement 100 % Drawing Inspection report V
Stem Soundness (for diameter > 50 UT 100% AM 203.2 of Sec. VIII Div. 2 TC V
mm)
1.2 Diapragm/seats Hardness Measurement 10% Drawing Hardness report V
Welding Procedure, Personnel Review of docs. 100% ASME Sec. IX WPS, PQR, WPQ V
qualification
Body, bonnet, ball, plug, stem Surface defects in machined PT/MPI 100% ASME B 16.34 PT/MPI Report V
disc, cover, seat,trim area
Hardness test on trim Hardness Measurement 10% Drawing Hardness report V
3.2 For valves & specialities Operational checks Operational checks 100 % Drawings/data sheets Inspection report W
Dimensional, visual Dimensional, visual 100 % Drawings/data sheets Inspection report W
Completeness Visual 100 % Drawings/data sheets Inspection report V
1.1 Review of material certificates Physical and chemical Doc. Review 100% Material Specification. TC V
properties
2.0 IN-PROCESS INSPECTION:
2.1 Dimensional inspection Visual, dimensional Visual, 100% Drawing Inspn. Report V
measurement
3.0 FINAL INSPECTION
3.1 Performance check Performance Shop test 100% Drawing/data sheet Inspn. Report V
b) Butt joint (Dia ≤ 100NB) Soundness RT 10% ASME B 31.1 RT report V RT Film Review
3.0 FINAL :
3.1 Visual and dimensional inspection Weld defects, Length, Location Visual, 100 % Drawing Inspection report V
Measurement
of stubs, Cleanliness, etc.
3.2 Completeness Paint thk., Identification, etc. Visual, 100 % Drawing Inspection report V
Measurement
1. The successful bidder to indicate under column 6 ‘Ref. document/Acceptance Norm’ appropriate wordings like Approved drawing/Data
Sheet/Specification/Approved Procedure against the respective characteristic checked, in the respective Quality Plans.
2. The successful bidder to indicate under column 6 ‘Ref. document/Acceptance Norm’ ‘Approved Inspection and Test Procedure’ against the
respective characteristic checked, in the respective Quality Plans.
3. The successful bidder is required to furnish detailed Field Quality Plans, covering all the quality control activities as applicable to various
site activities commencing from receipt of material, storage till all the equipment are erected and commissioned.
4. The successful bidder is required to furnish specified No. of test certificates/inspection reports/test reports which are offered for
verification/scrutiny during inspection/testing to Client/their representatives for activities marked as V/W/H in the respective Quality Plans.
5. Refer Note ‘G’ of respective Quality Plans – With regard to calibration of instruments used during inspection/testing, it is clarified that the
instruments used during inspection/testing are calibrated with reference to a master testing instrument which in turn should have a
calibration certificate traceable to the master instrument maintained at National Physical Laboratory, New Delhi (India) or such other
accredited International Standard Laboratory.
5.1 GENERAL
5.1.3 The supplier shall conduct all tests required to ensure that the
equipment furnished shall confirm to the requirements of this
specification and in compliance with the requirements of the applicable
codes. The particulars of the proposed tests and the procedures for the
tests shall be submitted to Purchaser/Engineer for approval before
conducting the tests.
5.1.4 The Supplier shall give twenty one (21) days notice for indigenous
equipment and notice for imported equipment of readiness for
inspection of component parts and/or before final assembly and tests,
so that the Purchaser/Engineer may inspect the materials and witness
such tests before shipment. The Purchaser/Engineer may, at any time,
inspect and request copies of any or all test data, which shall be
immediately furnished.
5.1.5 Material being furnished against this order shall only be shipped when
factory inspection satisfactory to the Purchaser/Engineer has been
conducted. Such inspection and acceptance for shipment shall not,
however relieve the seller from entire responsibility for furnishing
equipment conforming to the requirement of this specification nor shall
ISSUE
R0
5.1.6 In all cases where the contract provides for tests whether at the
premises or works of the supplier or any sub-supplier, the Supplier,
except where otherwise specified shall provide free of charge such
items as labour, materials, electricity, fuel, water, stores, apparatus and
instruments as may be reasonably demanded by the
Purchaser/Engineer or his authorised representatives to carry out
effectively such tests on the equipment and shall give facilities to the
Purchaser/Inspector or to his authorised representative to accomplish
testing.
5.2.2 All materials and castings used for equipment shall be of tested quality.
The test certificates shall be made available to the Purchaser/Engineer.
Hardness tests, Magnetic Particle tests shall be carried out for all
component materials.
5.2.3 Tests at shop will include but not limited to the following:
ISSUE
R0
5.2.4 Shop tests for other equipment like valves, specialties, instruments etc.
shall be conducted and shop test results/certificates shall be furnished
to the Purchaser/Engineer for approval prior to their dispatch. The
Purchaser/Engineer, if he so desired, shall have the right for inspection
of these equipment during test or otherwise.
5.3.1 Test reports of standard factory tests carried out on each equipment
shall furnish the following information:
5.4.1 The requirements for the site test as required for all the
equipment/component specified elsewhere in the specification shall be
performed by the supplier to make his system complete in all respect.
ISSUE
R0
5.4.2 The supplier shall carry out site test as stipulated. This shall also
include assembly, alignment, positioning of equipment, foundation
preparation, welding, bolting, heat treatment, non-destructive
examination painting, hydraulic test, air tightness test etc. The
conveyor pulleys, rollers etc are to be erected on theodelite marked
line. This will be subject to Purchaser/Engineer inspection. All such
inspection, site erection / Installation reports shall be furnished to
Purchaser/Engineer when called for
5.4.4 The following minimum site performance tests and checks and other
parameters specified elsewhere in the specification, shall be done at
site to verify the guarantees given by the Bidder:
(iii)
Noise generation of each equipment
(iv)Any other guarantee/ demonstration test specified
elsewhere in the specification
5.4.5 The duration of each test, under specified operating conditions shall be
such as to make it possible to obtain not less than three (3) periods of
simultaneous check readings for which the results shall be computed
separately. Test results shall not differ from the individual test results
for any one of the three (3) periods by more than one (1) percent.
5.4.6 Any deficiency noticed during such tests shall be rectified by the
supplier at his own cost, within two (2) months from the date of
notification or within a reasonable period agreed by the
Purchaser/Engineer. Even after attending such equipments, if he does
not achieve the rated capacity, then such equipment shall be replaced
by the bidder of correct sizing with the consent of Purchaser/Engineer.
However, Purchaser reserves the right to use the deficiently performing
equipment to avoid shutting down of units until the replacement is
made by the Supplier.
5.5.1 Supplier shall carry out tests at site to prove to the Purchaser/Engineer
that each equipment of the plant complies with requirements stipulated
and is erected in accordance with requirements. Before the plant is put
into trial operation, the Contractor shall be required to conduct tests to
demonstrate to the Purchaser/Engineer that each item of the plant is
capable of correctly performing the functions for which it was specified.
These tests may be conducted concurrently with those required under
commissioning sequence.
ISSUE
R0
5.5.3 All equipment shall be visually inspected and checked for dimensional
tolerance to match with the Purchaser/Engineer approved drawings/
data.
5.6.1 The pipeline or section thereof under testing shall be slowly filled and
test pressure measured at the lowest point of elevation, shall be
applied by means of pump. The duration of each test shall not be less
than two hours and shall be as per relevant standards. During the test
period maximum of 1% pressure drop is allowed in case of pneumatic
test for airlines and gas lines after temperature corrections.
5.6.2 While line is under pressure all visible leaks shall be prevented by
tightening wherever possible. Other type of defective joints shall be cut
and replaced. Any cracked or defective pipe, fitting valve etc. shall be
removed and replaced by the Supplier with sound material. The tests
shall be repeated until the results are satisfactory.
5.6.3 The supplier shall arrange pumps, blanks, connections, test gauges
and all other equipments necessary for pressure testing. The Supplier
of portable compressors shall arrange compressed air. The Supplier
shall arrange and dismantle all temporary lines to the system under
test.
5.7 WELDING
5.7.1 Welding shall be carried out as per relevant international code in view of
withdrawal of Indian standard IS: 823 up till in vogue.
ISSUE
R0
5.7.2 The Supplier shall ensure the following requirement in welding joints.
5.7.6 Initial check tests as per IS 814-1991 reaffirmed in 2002. The Supplier
shall strictly follow approved welding procedures during actual welding.
5.7.7 Weld edge preparation before welding, proper fit up, position of
welding, cleaning of slag between the passes, proper weld profile etc.,
shall be checked visually, amongst others.
ISSUE
R0
The supplier shall carry out any or all test as specified hereinafter to
satisfy the Purchaser/Engineer about the acceptability of the welded
joints, as directed by the Purchaser/Engineer.
The surface of the weld shall be covered with soap solution consisting
of one (1) litre of water and hundred (100) grams of soap. Compressed
air shall be blown from the opposite side at pressure of 4 to 5 kg/cm.
Sq. The distance between the tip of base and the weld shall not be
ISSUE
R0
more than 50 mm. Any formation of soap bubble will indicate welding
defects.
ISSUE
R0
The pump will be tested at motor speed and will be driven with the
job/lab motor and the readings will be converted to rated speed.
2.1 The performance test will be conducted for deciding head, discharge,
pump input, efficiency of the pump and for noise level and vibrations
level of pump and motor.
2.2.1 Readings of head, power, discharge will be taken at seven points, ie.
One point as near as possible to rated capacity and head, two points
above and three points below rated and one point at shut off ensuring
that drive motor does not get over loaded.
2.2.3 The liquid used for testing will be water at ambient temperature.
3.2 The test condition shall be obtained by throttling a valve fitted in the
delivery pipe.
During shop testing noise level and vibrations level shall be recorded
for reference purpose. During shop testing, values of noise and
vibrations level may be higher as testing of pump motor set is carried
on flimsy foundation and suction/delivery piping are unsupported.
However, Lignite handling system supplier shall guarantee values of
noise level and vibrations level at site as per HIS (Hydraulic Institute
Standard) or other International standards.
Nsp
Discharge Qsp = Q x
N
a
(Nsp ) 2
Head Hsp = H x
(N ) 2
a
(Nsp ) 3
Power Nsp = H x
(N ) 3
a
Efficiency fsp = fa
Q = Discharge in lit/sec
H = Total head in meters
N = Pump input in kW
Nsp = Specified speed
Na = Actual speed
fa = Efficiency obtained at actual speed
fsp = Efficiency for specified speed
Discharge - + 7.0%
Head - + 4.0%
Efficiency - without negative tolerance
Power - Depends upon above tolerances
6.2 Only duty point shall be guaranteed as per above specified testing
standard. Other points will be recorded for plotting performance curve.
Total head (H) = Delivery gauge reading (Hd) + suction gauge reading
+ gauge correction (α) + Velocity head
(V − Vs )
2 2
Correction = d
(2xg)
8.1 Pump Efficiency calculations
ISSUE
R0
1.0 INTRODUCTION
3.2 The pump shall be coupled with job / job motor during performance test
3.4 Prior to initiation of the test the pump shall run for atleast one hour to
attain steady state condition
3.5 The total number of readings shall be minimum five in addition to shut
off, covering the operating range of the pump as follows.
3.6 The test condition shall be obtained by throttling a gate valve in the
delivery pipe
ISSUE
R0
Measuring tolerance for the total power input shall not exceed ± 1% of
the rated value.
3.8.1 Total head = For calculating total head following formulae shall
be used
⎛ ⎞ 2
Total head (H) = (Hd +a + Hf ) + ⎜⎜ V⎟
⎟
d
2
⎝ g ⎠
Where,
3.8.6 Test data obtained at the actual speed of rotation shall be converted to
the rated speed of rotation by using following formulae :
QSP = Q x (NSP / N)
nsp = n
Where,
ISSUE
R0
P = Pump input in kW
N = Speed in rpm
h = Pump efficiency
ISSUE
R0
1.1.1 Specification for the Stacker reclaimer works with final approved
documents and guarantee requirements specified in each
equipment data sheet and write ups.
1.2.5 Non ferrite metal pieces and large size boulders in the Coal cannot
be controlled by the Purchaser/Engineer.
1.4.3 Adequate number of personnel for starting the system and for
taking readings.
1.5.1 Prior to the date fixed for conducting PG test, the SUPPLIER shall
check the operation of all the equipment.
1.5.3 All protection relays / fuses for protection of the electrical equipment
should be properly set and malfunction, if any should be set right
one week before the date fixed for conducting PG test.
1.6.2 Each Stacker reclaimer stream in the Coal handling system shall be
tested separately and recorded as per clause 1.6.3. During stacking
/ reclaiming Stockyard dust suppression system shall also be
working.
1.6.3 For the performance test, each stacker reclaimer stream shall be
running for a period of 12 hours. The testing in any particular
stream on load for 12 hours may be spread over a maximum of four
(4) days period. During this period the parameters of the plant may
be tabulated, checked and recorded on applicable proformas
attached herewith. The proposed period for guarantee performance
of the equipment at the rated capacity is for an aggregate period of
12 hours. Discontinuity of the running of the system will be allowed
for the following reasons only.
1.6.4 The 12 hours run on load shall be provided within the maximum of
4 days in case there are no trips due to equipment fault. However, if
the trip of any equipment in the selected stream is due to stacker
reclamer system equipment fault, the complete 12 hour load test
shall be repeated. All efforts are to be put by the SUPPLIER to
complete PG tests within 15 days, provided there are no equipment
faults, except for unforeseen reasons in which case the above
period shall be extended to 30 days.
ISSUE
R0
1.6.7 Regular readings of Coal flow by belt weigher shall be taken during
PG Test after stable conditions. The best patches that rated to
2600TPH will be considered for PG Test evaluation subject to
approval of Purchaser/Engineer. Stable conditions will be
considered as near rated operation conditions within (±) 10% range.
1.6.8 Even if Dust suppression fails during the test period, the system
shall be considered as tripped and the test shall be conducted only
after restarting the Dust suppression.
1.6.9 If abnormal noise and vibrations are observed during the test, the
equipment will be allowed to run only on advice from
Purchaser/Engineer.
1.6.11 The dust suppression system shall be set for achieving the
guaranteed dust concentration level.
ISSUE
R0
PROFORMA NO.1
PLANT STOPPAGE RECORD
: Remarks
Signature :
ISSUE
R0
PROFORMA NO.2
CONTROL & SEQUENTIAL INTERLOCKS
3.0 Observations :
Signature :
ISSUE
R0
PROFORMA NO.3
CONDITION OF CHUTE & CHUTE CONNECTIONS
1.0 Location
Signature :
ISSUE
R0
PROFORMA NO.4
ELECTRICAL PARAMETERS TO BE RECORDED DURING
PERFORMANCE TEST
3.0 Equipment :
4.0 Location
6.0 Torque :
9.0 Measurements :
Note : The above readings shall be recorded for no load and full load run.
Signature :
ISSUE
R0
PROFORMA NO.5
COAL FLOW MEASUREMENT DURING PERFORMANCE TEST
1.0 Path :
5.0 Observations :
Signature :
ISSUE
R0
PROFORMA NO.6
VIBRATION & NOISE MEASUREMENT AT DRIVE HOUSES AND JTS
1.0 Designation :
3.0 Measurement :
JNT No.
Crusher Houses
Note 1. The vibration shall be measured at two random locations on floor and one
: random location on each column at all the floors.
Signature :
ISSUE
R0
PROFORMA NO.7
SIEVE ANALYSIS OF COAL
1.0 Sample of Coal taken from : At following locations :
Inlet and outlet of :
Primary crusher
Signature :
ISSUE
R0
PROFORMA NO.8
RECORD OF ILLUMINATION LEVEL
4.0 VOID
Signature :
ISSUE
R0
PROFORMA NO.9
DUST SUPPRESSION SYSTEM
AT stockpiles
1.0 Stockpiles
Signature : :
ISSUE
R0
PROFORMA NO.10
YARD CONVEYORS
4.3 Alignment of conveyor belt (belt run out : Satisfactory & acceptable / Not
on no load to be checked satisfactory & requires
improvement
4.4 Coal feed on to the belt : Central / Not exactly central but
satisfactory and requires
improvement.
4.9 Operation of hold backs / brakes during : Not applicable / Satisfactory / Not
stopping / tripping satisfactory
Signature :
ISSUE
R0
PROFORMA NO.11
BELT WEIGHER / INLINE WEIGH SCALE
1.0 Location :
Signature :
ISSUE
R0
PROFORMA NO. 12
1.0 Designation :
2.0 Location :
5.1 Start/stop :
b) Any other :
Signature :
PROFORMA NO. 13
STACKER / RECLAIMER
Stacking Recalaiming
Operation Operation
a) Speed m/min
b) Operation of cable reeling drum
c) Movement of machine on rail
d) Vibration in the m/c
e) Noise in the m/c
f) Belt sway on conveyor
g) Belt sway on boom conveyor
h) Slippage of coal from boom conveyor
j) Coal feed to trunk conveyor centrally
ISSUE
R0
Horizontal/ Horizontal/
Vertical Vertical
c) Slewing speed
ISSUE
R0
Signature :
ISSUE
R0
1.1 All equipment, system and services covered under this specification shall comply
with all currently applicable statutes, regulations and safety codes in the locality
where the equipment shall be installed. The equipment and systems shall also
conform to the latest version of applicable codes and standards on the date of bid
opening. Nothing in this specification shall be construed to relieve the SUPPLIER
of this responsibility.
1.2 The standards not indicated in the specification are also acceptable subject to the
approval of PURCHASER / CONSULTANT, if they are established to be equal or
superior to the standards indicated in the specification.
1.3 The metric units/SI units shall be used in all data / drawings submitted against this
package.
1.4 If the Supplier installs equipment and systems conforming to other International
Standards than those specified in the specification, the English translation of such
standards shall be furnished by the Supplier. In such a case, if such standards are
acceptable to the PURCHASER/CONSULTANT the stipulations of the English
version of the Standards shall alone be binding and not the stipulations in the
original language.
1.5 In the event of any conflict between the codes and the standards referred to
elsewhere in the specification and the requirements of this specification, more
stringent of the two shall govern.
1.6 The indicative list of Codes and standards is furnished below for the reference of
the Coal handling system package Supplier.
1.7 Following are some of the important codes and standards relevant to this
specification:
A. MECHANICAL WORKS
Bulk Handling Equipment - Single Boom Bucket Wheel Reclaimer - Rail Mounted -
Design, Manufacture and Erection : IS 14416.
Bulk Handling Equipment - Single Boom Bucket Wheel Reclaimer - Rail Mounted -
Design, Manufacture and Erection : IS 14417
ISSUER
R0
ISSUER
R0
Compressors : IS 6206
ISSUER
R0
PAINTING
1.0 PAINTING
The following Indian Standards may be referred to for carrying out the
painting job:
IS:5 : Colours for ready mixed paints and enamels
IS:1303 : Glossary of terms relating to paints
IS:2379 : Colour code for identification of pipelines
IS:1477 : Code of practice for painting of ferrous metals in
buildings (Parts I & II)
IS : 2074 : Ready mixed paint, air drying, red Oxide Zinc Chrome,
priming.
ISSUE
R0
PAINTING
All surfaces to be painted shall be thoroughly cleaned of all grease, oil, loose
mill scale, dust, rust and any other foreign matter. Mechanical cleaning by
power tool and scrapping with steel wire brushes shall be adopted to clear
the surfaces. However, in certain locations where power tool cleaning cannot
be carried out, sand scrapping may be permitted with steel wire brushes
and/or abrasive paper. Cleaning with solvents shall be resorted to only in
such areas where other methods specified above have not achieved the
desired results. Cleaning with solvents shall be adopted only after written
approval of the Purchaser/Engineer. Mill scale shall be cleaned by sand
blasting by the Supplier. Surface finish shall be SA 2 1/2.
A two pack air drying epoxy polyamide resin based red oxide – zinc
phosphate (primer):
A two pack air drying epoxy polyamide with zinc dust of at least 92% zinc
dust on the dry film.
ISSUE
R0
PAINTING
A two pack air drying high build epoxy resin based paint with MIO.
ISSUE
R0
PAINTING
Intermediate II
ISSUE
R0
PAINTING
PAINTING
Notes :
1. This colour code basically refers to IS:2379 for piping with necessary
modifications.
2. Where band colour is specified, same shall be provided at 10 meter
intervals on long uninterrupted lines and also adjacent to valves and
junctions.
1.6.2 Paint shall not be applied when the ambient temperature is 5 deg. C and
below. Also paint shall not be applied in rain, wind, fog or at relative humidity
of 80% and above.
1.6.3 Each coat of paint shall be continuous, free of pores and of even film
thickness without thin spots.
ISSUE
R0
PAINTING
1.6.4 Each coat of paint shall be dry sufficiently before application of next coat.
1.6.5 The Supplier shall furnish paint manufacturer’s test report or technical data
sheet pertaining to the paint selected. The data sheet shall indicate among
other things the relevant standards, if any, composition in weight percent of
pigments, vehicles, additives, drying time, viscosity, spreading rate, flash
points, methods of application quality of surface preparation required,
corrosion resistance properties and colour.
1.7.1 Type of paint products like P1, P2, P3, I1, F1, F2 and F3 has been specified
elsewhere in the specification.
1.7.2 For a complete painting scheme of any item being painted, all types of paints
are to be procured from the same manufacturer as approved by the
purchaser.
1.8 Legend
ISSUE
R0
PAINTING
ISSUE
R0
1.1.1 The Stacking and reclaiming system equipment and accessories shall
be designed for maximum reliability and availability particularly in respect
of the following:
1.1.3 The Supplier shall indicate the salient features of equipment, the specific
design features, if any, which contribute towards better availability and
shall support this data by actual figures on similar capacity coal handling
systems in operation.
1.1.5 All the equipment of Stacking and reclaiming systems shall be suitable
for the operation on continuous duty (i.e.) 24 hours per day and 365
days in a year.
1.2.1 Center lines of drive houses, junction towers are fixed. The lengths of
conveyors between center line of head and tail pulleys indicated in the
enclosed drawings are tentative and may be finalized by the SUPPLIER
to suit the design of equipment installed by him. The grade elevation and
finished ground floor level in drive houses , JNTs and trunk conveyor
ISSUE
R0
area are fixed. The distance between various floor elevations in drive
houses and JNTs is minimum as shown in the enclosed drawings and
the Supplier shall consider the same as per the requirement subject to
minimum height as shown in specification drawings. The Supplier shall
provide the building height based on requirement subject to minimum
elevation of top floor as per the drawings. The space and handling
facilities at head and tail-end of conveyors in the junction towers, transfer
house and crusher House shall be adequate for belt replacement and
maintenance. The size of drive houses and , JNTs in the drawings are
minimum sizes to be adopted by the Supplier. There shall be 1000 mm
(minimum) clear walkway space around the equipment in each floor of
the drive houses and JNTs . However, in case higher clearances are
required considering the operation and maintenance of equipment, the
same shall be provided. The floors of drive houses and JNTs shall be
designed based on keeping the heaviest part of equipment any where on
the floor for maintenance purpose.
1.2.2 The take-up travel allowable for all conveyors should be adequate to
avoid frequent belt vulcanising leading to conveyor outages (minimum
three belt joints to be considered). For yard conveyors horizontal gravity
take ups shall be provided to avoid take-up pits. The gravity take up
units shall be positioned so that the lower end of the take up weight is
not more than 1.5 metres from the ground. Sand pit shall be covered by
take up guards on all sides which shall have a minimum height of 2.5 M
from ground level.
1.2.4 Main control and switchgear rooms for coal handling system shall be
located as indicated in the drawing No. TCE.5871A-563-GA-1001. Main
control panel for complete coal handling system and 3.3 kV switchgear
for some of HT motors of coal handling system shall be located at coal
handling system switchgear room / control room cum pump house.
1.2.5 Transfer chutes shall have a minimum side plate angle of 65 deg. All the
hoppers shall have minimum side plate angle of 65 deg. Considering
this, the layouts of conveyors, different junction towers, and crusher
House shall be made.
ISSUE
R0
1.2.6 The minimum transition distance required for fixing tail pulley location
and the specified maintenance space shall be considered while fixing the
sizes of junction towers, transfer house and crusher House.
1.2.7 Conveyor gallery shall have permanently colour coated metal sheet on
roof and both sides. Roof framing shall be given a slope of 1 vertical: 3
horizontal. Along the length of the conveyor, on either side of the
conveyor gallery, a full height opening of 900mm wide shall be provided
at 9m intervals. These openings shall be covered with translucent sheets
for one opening followed by a wire mesh grill for the other opening
alternatively. The translucent sheets and the wire mesh grill shall be
staggered for other side of the conveyor gallery. Crossover shall be
provided at approximately 100 metres interval along the conveyor
preferably at 4 legged trestle locations. Galleries of the conveyors shall
be designed as per the cross sectional drawings attached with this
specification..
1.2.8 The bottom portion of all conveyor galleries whichever are crossing
buildings, roads, main plant areas, rail tracks, bunker area, etc., shall be
provided with seal plates along the entire length of gallery as applicable,
specified elsewhere in this specification to avoid material spillage on to
the ground considering the safety aspects.
1.2.10 The coal handling system switchgear room / control room cum pump
house shall house the following. Accordingly the layout of this building
shall take into, account the following.
1.2.11 11kV Incomer breakers, 3.3kV Switchgear, PMCCS, MCCs, LDB, other
DBs and other electrical equipment.
1.2.12 The control system equipment such as MMI, control stations, I/O racks,
all other equipment associated with the control system.
1.2.13 Two (2) Nos. (one operating + one standby) stock pile DS water supply
pumps for stockpile.
ISSUE
R0
1.2.14 Fan with suctions filter for pressurized and heat ventilation of switchgear
room.
1.2.16 All local panels, distribution boards, lighting panels JBs. TBs,
Marshalling boxes, PB station, etc., shall be located in accessible
locations permitting easy maintenance. Minimum rear space for local
panels and distribution boards shall be 1000 mm from the nearest
obstruction. Cabling shall be done clearing any interference between
collars, greasing points and dust collection. There shall be minimum 2
metres head room below runs of cable trays wherever horizontally
required. Cable shall be routed along conveyor structures where
possible. Suitable structural members shall be provided on the
structures for supporting cable tray work where conveyor structures are
not available, ground supported prefabricated supports shall be provided
by Supplier. All embedments required for supporting cable supports and
other electrical services should be supplied and laid by Supplier during
civil construction. The structural design of conveyor structures shall take
into account the cable tray loading. The Supplier shall prepare civil
assignment drawings showing location and size of pipe sleeves, insert
plates, openings, etc. Pipe sleeves shall be sealed against water entry
by approved means. Any over head crossing over the above areas shall
not obstruct vehicle movement. Local control panels requiring operator’s
attention shall not be located in dust prone areas. The Supplier shall
prepare within 3 months, after receipt of LOI, complete list of electrical
drives, motors and GA drawings of control desks and panels and all local
panels and finalise the control room and switchgear room layouts. Local
panels in each area shall be housed in a dust proof cabin to minimum
dust nuisance and theft of components.
1.2.17 The layout of water pumps shall be such that it shall be possible to
maintain any pump set without disturbing the operating pump set. It shall
be possible to remove the water pump and / or motor for maintenance by
disconnecting the pump coupling from the discharge piping. It should not
be necessary to dismantle the discharge piping for removing any pump.
The pumps shall be of back pull out type.
1.2.18 The overall dimensions of the switchgear room / control room cum pump
house are minimum. Suppliers shall consider minimum maintenance
space and other layout requirements specified. The layout shall enable
ISSUE
R0
1.2.19 The overhead piping shall have a minimum working clearance of 2.5m
head room over walkways and working areas in buildings.
1.2.20 All piping shall be arranged to provide clearance for the removal of
equipment requiring maintenance and for easy access for valves & other
piping accessories required for operation & maintenance. Layout
drawings shall also indicate orientation of valves and availability of
access to valves and specialities.
1.2.21 All pipe joints to be provided inside the switchgear room / control room
cum pump house shall be flanged type with suitable gaskets.
1.2.22 Wherever water or air pipes are routed at more than 300 mm (top of pipe)
above the floor, crossover platforms be provided.
1.2.23 For pipe and cable rack the minimum head room to be maintained at road
and rail crossing shall be as given below:-
Road crossing – 6m
Rail crossing – 8m from top of rails
1.3.1 The SUPPLIER shall provide facilities for carrying out On-line and Off-
line maintenance of the Stacking and reclaiming system equipment and
accessories. In general, this should include adequate handling
equipment, working space, maintenance platforms, crossovers and
safety devices.
ISSUE
R0
1.3.4 Tail pulleys of conveyors shall be located such that they are easily
accessible to carry out maintenance and changing of belt. Necessary
lifting tackles, monorails, etc. shall be provided at tail end also. There
shall be minimum clear gap of 500/300 mm between the tail / snub
pulley and floor respectively and clear space of 2000 mm behind the tail
pulley structure while fixing the sizes of junction towers and crusher
House.
1.3.5 VOID
1.4.1 For Layout requirements applicable for I &C System, please refer to,
Clause 1.2.16
1.5.1 Electrical Switchgear Panel and I&C system cabinets shall be located in
the control room-1. Cabling for these panels shall be through the cable
vault of adequate height. Cable trays shall be provided in the cable vault
for the panels located in control room.
1.5.2 VOID
1.5.3 VOID
1.5.4 Access to the rooms and doors provided shall consider movement of
panels during erection and also later during maintenance/ replacement.
1.5.5 The layout shall meet all the statutory requirements, Tariff Advisory
Committee regulations and electrical inspectorate requirements.
.5.6 General requirements for all Layouts
ISSUE
R0
1.5.6.1 The layout of the switchboard shall consider the following aspects.
ISSUE
R0
1.6.1 Ramps having a slope of 1:8 shall be provided in front of all doors
provided with rolling shutters.
1.6.2 The general requirements like toilets, pantry, staircase, etc. shall be
provided in all the buildings, as applicable.
1.6.3 Based on the above, Supplier shall furnish the layout of the buildings for
review and approval by PURCHASER / PURCHASER’s
Representatives.
1.6.4 Separate toilets for men and women at all buildings and in crusher house
ground floor.
1.7.1 The SUPPLIER shall provide necessary equipment including hoists, tools
and tackles, lifting equipment, cranes for wagon tipplers, trackhopper etc.
as required for the maintenance of the equipment provided under this
specification under special tools and tackles.
1.7.2 Necessary mobile maintenance and access ladders shall be provided for
access to roof of buildings not provided with staircase or for maintenance
of inaccessible equipment (for e.g. light fittings) along with the main plant
equipment.
ISSUE
R0
1.1 The power consumption is the power consumed in individual paths of the stacking
and reclaiming system by all the equipment for conveying coal from the source to
the destination in the particular path. It will be calculated in terms of kW for the
stacking and reclaiming system. For every 1 kW increase in the power
consumption of the continuously running HT and LT drives combined together for
the stacking and reclaiming system for individual paths, Liquidated damages (LD)
will be levied at the rate of Rs. 1 lakh only for loading during bid evaluation and Rs.
1.6 lakhs only for shortfall in performance at the time of PG testing.
After the stacking and reclaiming system equipments are erected, commissioned.
The system shall be tested within six (6) months to prove the guaranteed
parameters as indicated in schedule F3 in Volume - I. The capacity figures specified
in relevant data sheets for the equipment shall be achieved. The guarantee
requirements shall be met without undue vibrations in the stacker reclaimer
machines, conveyor supports, drive houses and junction towers. The procedure for
performance testing of the entire stacking and reclaiming system is furnished in
section C5.7,Vol IIA and SUPPLIER shall follow the procedure.
ISSUE
R0
2.0. The following features /aspects of various equipment shall be guaranteed under
stacking and reclaiming system.
2.1.1 System capacity of Each Rs. 1 lakh for loading during Stacker cum
Stacker reclaimer including bid evaluation and Rs. 1.6 reclaimers shall be
yard conveyor lakhs for shortfall in stable under
performance specified design
conditions and shall
meet all
requirements
indicated in Data
sheet-A. Stacking
capacity of 2600
TPH without any
negative tolerance
for a minimum
period of 12 hours
for each machine.
The bucket wheel
reclaimer shall
reclaim coal at the
peak reclaiming
capacity of 2600
TPH without any
negative tolerance
for a minimum
period of 12 hours
for each machine
even while handling
well compacted,
damp and sticky
coal during rainy
seasons. The rated
reclaiming capacity
shall be arrived at
on working for 4
hours over complete
cross
ISSUE
R0
ISSUE
R0
ISSUE
R0
Note : PG tests for Path-1 & Path-2 shall be conducted simultaneously for 12 hours.
Similarly PG tests for Path-3 & Path-4 shall be conducted simultaneously for 12 hours.
After the equipment are erected successfully completed in all respects and after
successful completion of trial operation as defined, the stacking and reclaiming
system shall be tested for performance guarantee within two (2) months to prove
the performance of the system and equipment in regard to the following which have
to be specifically guaranteed. The capacity figures specified in relevant data
sheets for the equipment shall have to be achieved with any tolerance on the
positive side. The guarantee requirements shall be met without undue vibrations in
the equipment / building / structure foundation, structures, etc. The procedure for
performance testing of the entire stacking and reclaiming system is furnished in
section C5.7, Vol IIA and SUPPLIER shall follow the procedure strictly and no
deviations will be permitted at a later date after award of contract.
The following features / aspects of the various equipment shall be guaranteed under
corrections:
ISSUE
R0
Note: In the event of non-fulfilment of any of the above guarantees in clause 2.0, the
Vendor shall at his own cost replace / rectify the concerned equipment / system
to improve the performance to the level of the guaranteed performance.
ISSUE
R0
However the maximum ceiling in the LD is limited to 20% of the contract value.
3.0 GUARANTEES FOR I&C EQUIPMENT
Supplier shall comply with Section D4 of Volume IVB of this specification for I&C
equipment.
5.1 Mechanical Completion is defined as the state of readiness of Works under the
scope of Contract to undergo the pre-commissioning checks, followed
immediately thereafter by commissioning including Preliminary Operation, Initial
Operation, Trial Operation, Performance Tests including equipment
characteristics tests for functional or operational occupation of the Works.
(c) All Contract Works are otherwise ready to be taken into service, or
for functional or operational occupation save pre-
commissioning/commissioning checks, Preliminary Operation, Initial
Operation, Reliability Operation, Performance Tests, equipment
Characteristics Tests including but not limited to the following:
7.1 SUPPLIER shall also meet the following prerequisites for Mechanical
Completion:
(a) Submit a compilation of all reports of shop tests, material tests and
various stage inspection establishing total compliance to Contract
Specification of manufacturing items of the Contract
(c) All erected plants, structures, equipment and systems are maintained
and preserved in sound condition and are fit and sound to undertake
pre-commissioning checks and ‘Tests before Commercial Operation’ for
operational and functional occupation immediately thereafter
(d) All areas and constructed works are cleared of all construction
materials, temporary works, debris, rubbish water and all such
impediments to render the Contract Works safe, sound and operable
ISSUE
R0
8.3 Supplier shall carry out the following pre-commissioning and commissioning
activities:
(a) Checking the readiness of all systems and auxiliary equipment before
commissioning.
(b) Checking operation of hand and motor operated valves in the system.
(a) The actual location of transmitter racks, junction boxes and other
instruments shall be decided by the Supplier depending on the site
conditions considering the layout and maintenance aspects.
(b) The Supplier shall get prior approval as per approved quality
assurance plan of the Purchaser/Engineer before any installation work
starts. If any work is carried out by the Supplier before prior approval
from Purchaser/Engineer and modification is sought by
Purchaser/Engineer later, then the work will be redone by Supplier
without any cost / material implications to the Purchaser/Engineer.
(c) Impulse / sample piping, air supply and pneumatic tubing, cable trays
and equipment shall be supported rigid enough to prevent vibration
and anchored sufficiently to prevent strains on equipment installed.
Supporting clamps shall be provided atleast at every one metre
distance for better rigidity. Impulse / sampling piping shall be provided
with adequate slope, (preferably 1:10). Hangers and supports shall be
so installed as not to interfere with free expansion and contraction of
the piping and tubing between anchors. Suitable vibration dampeners,
etc. shall be provided wherever necessary. In addition, care should be
taken that the arrangement of impulse / sampling piping, air supply and
pneumatic tubing from detrimental sagging, mechanical injury, abuse
due to unusual service conditions from sources other than those due to
pressure, temperature and vibrations. All impulse lines of joints shall
be welded type unless otherwise specified. Argon arc welding shall be
employed.
ISSUE
R0
(a) The calibration equipment shall cover complete range and shall have
the desired accuracy of not less than 0.1%. All the calibration
equipment shall have the certification from National Physical
Laboratory (NPL) or ‘IDEMI’ for the duration of Contract Period.
(b) The Supplier shall follow the standard procedures for calibration of
various instruments and as set by the manufacturer of instruments and
as instructed by the Purchaser/Engineer including any requirements of
field calibration. First, the calibrations shall be carried out
independently by the Supplier and later in the presence of
Purchaser/Engineer who shall certify the same. Proper documentation
in this regard shall be maintained and handed over to the
Purchaser/Engineer.
(c) All the instruments shall be calibrated for the entire range of the
instrument for which it is designed. Calibration shall include test for
repeatability. After first commissioning, the instruments shall be tested
for calibration again to check whether the instrument maintains its zero
and maximum of the range.
(e) All switches shall be tested for the actuation of both normally open and
normally closed contacts at the desired set points and also for the fixed
/ differential settings.
(f) All the float operated level switches shall be tested for the movement
of the float and linkages to make to break the switch contacts by filling
up with water before installation. For such tests, necessary testing set
up required shall be arranged by the Supplier. All the conductivity type
probes and switches shall be tested for performance before
installation.
(g) Hydro test shall be performed for all other impulse lines / sampling
lines. Necessary equipment such as hydro test pumps and temporary
piping to the required point, fill pump etc., materials such as temporary
gaskets, miscellaneous fasteners, etc. tools and tackles including test
pressure gauges, etc. are to be provided by the Supplier.
(h) For all electrical actuators of the valves, functioning, setting and
performance of limit switches / torque switches of various positions
ISSUE
R0
(a) Prior to taking the instruments in service, all impulse lines, sampling
lines and air supply lines shall be blown as required with the
establishment of adequate line pressure and temperature conditions
to keep the lines thoroughly clean.
(b) After delivery of the equipment, the Supplier shall locate all the
equipment including electronic cards in its final position, check all the
power wiring, grounding and interconnection cables, all in
accordance with manufacturer’s recommendations. The Supplier
shall perform initialisation of system power, field loading of system
configuration / software and data base, demonstration of system
functionality to verify conformance with manufacturer’s instructions
and specifications, tuning of control loops, implementation of any
configuration changes including hardware, software and additional
tappings / instruments, cabinets as required and providing general
trouble shooting and final solutions to application and / or instrument
problems.
All equipment shall be checked for any physical damage and cleaned before
taking up erection. The guidelines for installation, testing and commissioning of
various electrical equipment as listed below shall be complied with.
8.5.1 The Installation of cable shall be as per code of practice detailed in Indian
Electricity Rules.
8.5.2 The Supplier shall furnish all tools, welding equipment, rigging materials, testing
equipment, test connections and kits, etc., required for complete installation,
testing and commissioning of the electrical equipment included in the contract
work.
8.5.3 Any thefts of equipment / component parts, till the installation is handed over to
the PURCHASER, shall be made good by the Supplier.
8.5.4 In order to avoid hazards to personnel moving around the equipment such as
switchgear, transformers, etc., which are kept charged after installation, before
commissioning, such equipment shall be suitably cordoned off.
8.5.6 Installation and commissioning shall be carried out after obtaining approval of
concerned statutory authorities as required by Indian Electricity Rules. The
Supplier shall be responsible for obtaining these approvals.
8.5.7 All electrical equipment shall be installed in neat, workman-like manner so that
it is level, plumb, squat and properly aligned and oriented. Tolerances shall be
as established in the manufacturer’s drawings.
(b) Motors
10.2 The initial operations shall include operation of Stacking and reclaiming system
system as a whole under no load conditions.
11.1 After the initial operations, the plant shall be on trial operation. Before the trial
operation, the Supplier will be allowed to make minor adjustments as may be
necessary, provided that such adjustments do not interfere with or prevent the
commercial use of the plant.
The trial operation will be considered as successfully completed only when the
stacking and reclaiming system is able to run the system without trip even once
during two(2) hours continuous operation. The individual equipment will not be
tested. If the system trips during these tests even once due to faults in the
stacking and reclaiming system which are not attributable to the purchaser, the
Supplier shall repeat the test. Each path of stacking and reclaiming system in
clause 2.0 herein above shall be tested during these tests.
11.2 Should any failure (other than of an entirely minor nature) due to or arising out
of faulty design, materials, or workmanship (but not otherwise) occur in any
item of the plant, sufficient to prevent commercial use of the plant, the trial filling
shall recommence after the defect has been remedied by the SUPPLIER. The
onus of proving that any failure is not due to faulty design, materials and
workmanship will lie with the SUPPLIER
11.4 The ‘trial operation’ shall be considered successful, provided that each item of
plant can meet the above requirements.
12.1 The performance tests shall be conducted at site for stacking and reclaiming
system by the Supplier. The Supplier’s commissioning Engineers shall make
the plant ready for such tests. The test will be commenced after the ‘Plant /
Equipment’ has attained stable operation. The date of commencement of the
performance tests shall be after completing trial operation and after attending
all the pending works if any and major/minor defects or as may be mutually
agreed upon between the Supplier and Purchaser/Engineer.
12.2 The tests shall be binding on both the parties of the ‘Contract’ to determine
compliance of the ‘Plant’ / ‘Equipment’ with the performance guarantees.
12.3 The performance tests shall be carried out to prove the guarantees as indicated
in clauses 2.0, 3.0 and 4.0 of this section.
12.4 The performance test procedure, as given in the specification including the
definition of the calculation method to be used, the instrumentation to be
installed and indicated in the schemes, the instrument accuracy classes, the
areas of responsibility and the items which specifically require preparation and
agreement shall be submitted by the Supplier for review and approval by the
Purchaser/Engineer during detail engineering phase.
12.5 The performance test instruments shall be of precision type with instrument
accuracy limits as required and defined in the applicable performance test
codes such that measurement uncertainty does not exceed the values agreed
to by the Supplier in the Schedule of Performance Guarantees.
12.6 All test instrumentation for the performance tests as required shall be supplied
by the Supplier on loan basis. Data loggers on loan basis shall be used for
stacking and reclaiming system tests. All costs associated with the supply,
calibration, installation and return of the test instrumentation / data loggers /
computers etc. are deemed to have been included in the contract price. The
test shall be in accordance with those specified or as per agreed performance
test codes as applicable. Batch calibration will not be accepted.
12.7 Any special equipment, tools and tackles required for successful completion of
the performance tests shall be provided by the Supplier.
12.8 It is the Supplier’s responsibility to co-ordinate for suitably carrying out the
performance tests. The duration of the test shall be in accordance with the
agreed test procedure at the loads after necessary stabilising period to obtain
ISSUE
R0
12.9 The stacking and reclaiming system parameters during the performance test
shall be adjusted to the guaranteed performance test conditions. The tests shall
be conducted to prove guaranteed parameters as defined in the contract.
12.10 The performance test results shall be reported as computed from the
performance test observations. The measurement tolerance limit on the
performance test guarantee values, as reported on the basis of above tests
shall not exceed the tolerance limits specified.
Within two weeks after the conclusion of the performance test the Supplier shall
submit a test report to the Purchaser/Engineer stating:
(a) In the case of a performance test, whether the stacking and reclaiming
system passed or failed such test, accompanied by sufficient test data
and calculations to demonstrate the level of performance attained with
respect to each of the tested parameters.
(v) Test logs and summary of test readings used for performance
calculations
12.12 Within thirty (30) days of receipt such test report(s), the Purchaser/Engineer
shall submit a notice to the Supplier, stating either:
ISSUE
R0
The Supplier shall give to the Purchaser/Engineer 21 days’ notice of the date
after which he will be ready to make the tests and the Supplier shall commence
the tests promptly thereafter. Any data obtained in respect of energy
consumption prior to the commencement of the Tests in relation to the
Performance Guarantees shall not be used to assess whether the Performance
Guarantees have been attained.
14.1 If the tests could be carried out but are being unduly delayed by the Supplier,
the Purchaser/Engineer may by notice request the Supplier to make the tests
within 14 days after the receipt of such notice. The Supplier shall make the
tests on such days within that period as the Supplier may fix and of which he
shall give notice to the Purchaser/Engineer.
14.2 If the Supplier fails to make the tests within 21 days of such notice the
Purchaser/Engineer may himself proceed with the tests. All tests so made by
the Purchaser/Engineer shall be at the risk and cost of the Supplier and the
cost thereof shall be deducted from the contract price or charged to the
Supplier. The tests shall then be deemed to have been made by the Supplier.
14.3 Retesting
If the stacking and reclaiming system fails to pass the test (which in the case of
performance tests means, not achieving the acceptable limits), the
Purchaser/Engineer may require such tests to be repeated on the same terms
and conditions save that only reasonable notice of the date and time of such
tests shall be required to be given by the Supplier to the Purchaser/Engineer.
ISSUE
R0
15.1 After successful completion of the Performance Tests, the stacking and
reclaiming system will be taken over and the guarantee period starts from this
date of Final takeover.
15.2 Till the final takeover the SUPPLIER shall provide qualified personnel to guide
the Purchaser’s O & M personnel.
15.3 Any non conformity arising out of the stacking and reclaiming system till Final
Takeover shall be rectified by the SUPPLIER at his own cost.
Purchaser/Engineer shall not be held responsible for any such non conformities
arising during this period.
15.5 In case any stoppages are required for repairing/replacing the parts of the
stacking and reclaiming system equipment by the SUPPLIER, the
Purchaser/Engineer shall release the stacking and reclaiming system
equipment for such repairs/replacement at the convenience of the
Purchaser/Engineer which will be decided considering the availability of fuel
grid conditions etc.
a) All supplies and services have been completed as per the Contract
ISSUE
R0
1.0 The information sought out in Data Sheets-B of Section-D and in various Section
- F under Schedules shall be furnished by SUPPLIER in the format specified,
failing which his quotation may not be considered.
The SUPPLIER shall enclose with his proposal particulars of all drive motors
offered by him, in proforma as specified in section - F13 under Schedules with
ratings.
The SUPPLIER shall also enclose with his proposal the following drawings,
literature, write-up and information related to the mechanical, electrical, I&C, civil
and structural works to be executed under this contract.
The Supplier shall confirm that the system proposed by Purchaser /Engineer is in
order. All equipments proposed are also in order, available in the market and will
perform the guaranteed parameters for the fuel specified by the Purchaser
/Engineer.
1.5 GENERAL
ISSUE
R0
1.0 GENERAL
Supplier shall utilize a computer based system for control of and management of
project documentation. The system must be capable of producing customized
reports and information on demand. This control system should have been
successfully applied to similar projects and be familiar to the project control
personnel selected. Supplier’s detailed project documentation plan shall identify
all documentation requirements for the project, the party responsible for
production of the document, the basic content of the document and the required
timing for issue. This plan shall include, but not be limited to, the details of all
Drawings to be produced, plant specification / definition documentation,
equipment orders and manuals. The documentation identified shall be entered
into the computer based control system The database thus created shall be
shared with the Purchaser/CONSULTANT and it also be capable of being sorted
and ordered on a variety of selected parameters such as document type, subject
description, responsible party, start date and finish date, to enable review and
update to be conducted only on those documents which are relevant. Monthly
update to the data base shall also be furnished to the Purchaser/CONSULTANT
in soft copies.
ISSUE
R0
1.1 Drawings
1.1.1 All drawings submitted by the Supplier shall be in sufficient detail to indicate the
type, size, part no., arrangement, weight of each component, breakdown for
packing and shipment, the external connections, fixing arrangements required,
the dimensions required for installation and interconnections with other
equipment and materials, clearances and spaces required between various
portions of equipment and any other information specifically requested.
1.1.2 The Purchaser/CONSULTANT shall have the right at all reasonable times to
inspect at the factory of the Supplier all drawings, with prior intimation.
1.1.3 The Supplier shall not be relieved of his obligations under the Contract including
but not limited to his Guarantee obligations stated herein, by incorporating the
Purchaser/CONSULTANT comments.
1.1.4. The Supplier shall furnish the list of all drawings he proposes to submit for
approval/information identifying each by a serial number and descriptive title and
giving the expected date of submission. This list shall be revised as necessary,
during the progress of work, at least once in three months.
1.1.5 After the award of the Contract, the Supplier shall submit, copies of design basis
reports/concept notes, design calculations, material specifications and detailed
drawings as called for in the Contract for the Purchaser/CONSULTANT review.
The Supplier must satisfy the Purchaser/CONSULTANT as to the validity of his
design with reference to the requirements of Statutory Codes / Authorities, local
regulations and the contract specifications.
It is the responsibility of the SUPPLIER to take care of his sub Suppliers / sub
Suppliers drawings / documents and the Purchaser/CONSULTANT shall approve
either the drawing of the SUPPLIER or those submitted by the sub-Supplier and
furnished by the SUPPLIER to the Purchaser/CONSULTANT and not both.
1.1.7 All drawings shall show the following particulars in the lower right hand corner in
addition to the Manufacturer’s / Supplier’s name:
1.1.8 In addition to the above information provided on drawings, each drawing shall
carry a revision number, date of revision and brief details of revisions carried out.
Wherever any revision is carried out, correspondingly revision number must be
updated. All revisions carried out shall be highlighted on the drawing and a
separate sheet furnished stating the reasons for such revision. A note stating
“drawing is generally revised” is not acceptable. If any document/drawing
stamped as ‘Approved with comments as noted’, SUPPLIER may proceed with
the manufacturing activities provided the SUPPLIER shall ensure that all the
comments are suitably taken care of.
1.1.9 All dimensions on drawings shall be in Metric Units, unless otherwise specified.
The details in the drawings shall be in English language only.
1.1.12 Any work performed or material ordered by the Supplier prior to receipt of
drawings of approval category stamped ‘Approved’ by the
Purchaser/CONSULTANT shall be at the risk of the SUPPLIER.
1.1.13 Soft copies of drawings and documents as called for in the distribution schedule
shall be submitted after the approval of drawings. These should be of good
quality and capable of producing clear and legible prints.
1.1.14 Upon completion of the installation, the Supplier shall furnish a complete set of
drawings on Compact Discs (CD) on which the SUPPLIER/ Supplier shall make
in a neat and accurate manner, a complete record of all changes and revisions to
the original design, as installed in the completed work. These drawings shall be
submitted to the Purchaser/CONSULTANT.
1.1.16 If, at any time before the completion of the work, changes are made
necessitating revision of approved drawings, the Supplier shall make such
revisions and proceed in the same routine as for the original approval.
1.1.17 Drawings shall include all installation and detailed piping drawings. All piping,
NB65 mm and larger shall be routed in detail and smaller pipe shall be shown
schematically or by isometric drawings.
The drawing and documents, which are not subject to approval, shall be stamped
“FOR INFORMATION”. However the Purchaser/CONSULTANT shall reserve the
right to comment on these drawings and documents and inform Supplier to treat
these drawings and documents as ‘FOR APPROVAL” category.
Any additional information/drawings/documents required by the
Purchaser/CONSULTANT shall be furnished by the Supplier except the
proprietary in nature.
1.3.1 The Supplier shall prepare, and keep up-to-date, a complete set of "as-built"
records of the execution of the Works, showing the exact "as-built" locations,
sizes and details of the work as executed, with cross references to relevant
specifications and data sheets. These records shall be kept on the Site and shall
be used exclusively for the purposes of this Sub-clause. Two copies shall be
submitted to the Purchaser/CONSULTANT before final take-over.
Before undertaking the project detailed design, Supplier shall submit for approval
the following:
1.5.1 Erection and commissioning manuals shall be written in English language only.
1.5.3 If after the commissioning, trial operation and commercial operation of the plant,
the instruction manuals (Both soft and hard copies) require any
modifications/additions/ changes, the same shall be incorporated and the
updated final instruction manuals shall be submitted by the Supplier to the
Purchaser/CONSULTANT as per distribution schedule in the Contract.
1.6.2 A separate section of the manuals (Both soft and hard copies) shall be devoted
to each size/ type of equipment and shall contain a detailed description of
construction and operation, including preparation before starting, starting up of
equipment/system, checks after starting, achieving rated parameters, protection
and interlocks, stopping/shutting down procedure and equipment that are to be
run after stopping together with all relevant pamphlets, catalogues, drawings
and a list of parts for every critical equipments with reference to drawing
ISSUE
R0
1.6.3 The O & M manual (Both soft and hard copies) shall be clearly indexed and
separated into equipment wise sections and shall also contain the following:
1.7.1 All documents including drawings, data sheets, manuals shall be provided on
electronic media viz. CD, cartridges, optical discs for installing on computer
network system. Each electronic media shall be high quality and suitable for
long-term storage. The reproduction from media shall be of good quality.
1.7.2 The Supplier shall submit the following data/information documents / drawings to
the Purchaser/CONSULTANT for their approval / information.
ISSUE
R0
TABLE –1
1.0 The SUPPLIER shall furnish the schedule of motors for interface
electrical engineering for each stacker reclaimer, conveyor etc., and
all the other auxiliary equipment / systems within 12 weeks from the
date of Letter Of Award.
Within in four (4) weeks from the date of Letter Of Award, the I
Supplier shall start furnishing progressively to the
Purchaser/CONSULTANT., all general arrangement and detailed
drawings showing all design particulars level, elevation, base
plate details anchorage details such as anchor, bolts, pipe
sleeves anchor channels, etc., details of pockets and all inserts
to be embedded.
1.2.1 Mechanical
(a) The Supplier shall furnish the design calculations / computer output
for power consumption of conveyors within 10 weeks from the date
of letter of intent. The other calculations required to be submitted are
also listed below. These calculations shall also include details of belt
tensions at different locations, belt curvature, starting time, coasting
time etc.
ISSUE
R0
1.3 Characteristic curves for fluid couplings, motors and super imposed A
on each other for checking selection of fluid couplings. Also data
sheets pertaining to selection of fluid couplings shall be submitted.
2.1 MECHANICAL
ISSUE
R0
idlers, pulleys, etc., elevations of tail pulley, head pulley, gravity take
up pulley, etc., loading details and general specifications of
conveyors.
2.1.9 General arrangement drawing showing the layout coal-pile run off
system
2.1.11 Flow diagram, showing the SYDS with valves, timers, pumps, tanks A
etc.
2.1.12 GA of pulleys G
ISSUE
R0
4.0 ELECTRICAL
ISSUE
R0
ISSUE
R0
5.0 STRUCTURAL
5.1 The Vendor shall furnish structural design calculations and drawings A
for all stacking and reclaiming system structures such as conveyor
gallery, trestle, drive houses etc.
6.0 CIVIL
6.1 Design calculations and drawings for all facilities and services A
pertaining to scope of contract.
6.2 Drawings of all architectural works including finishing schedule, colour A
schemes (both internal and external), side cladding, doors and
windows, flooring and false ceiling, etc
6.3 Design calculations and drawings for plumbing and building drainage A
6.4 Total quantity of concrete (grade wise), reinforcement steel (diameter A
wise) and structural steel (section wise) shall be indicated in all
construction drawings
6.5 Shop drawings / fabrication drawings of all structural steel works and I
design calculations for important joint connections
6.6 Write up on various statutory requirements and their compliance for A
various buildings and facilities
6.7 Copies of all reports on investigation and studies carried out by the A
Contractor as per the scope
6.8 Load data at the terminal point for further engineering by others
I
7.0 QUALITY, INSPECTION, SHOP AND SITE TESTING
ISSUE
R0
ISSUE
R0
ISSUE
R0
Dust emission to the air from the site, shall be controlled by providing
suitable dust suppression systems. The system shall be designed to control
dust emissions in the working area measured at a distance of 2m from the
dust generation source over and above the atmosphere background dust
level as follows.
ISSUE
R0
1.2.2 Where the requirements stated above are not met within the basic design
of the system they shall be achieved by the supply under the Contract of
suitable means of noise control, which shall conform to the following
requirements:
(a) The noise control system shall, as far as possible, be designed to form
an integral part of the plant.
(c) If above means are not adequate and enclosures are used for noise
abatement, close fitting and easily removable enclosures shall be
provided.
The noise levels in various control areas must be such that intelligible
conversation (telephone and person-to-person) is possible and operator
fatigue is minimised.
The criterion for environmental noise is that the design of the station
and its components shall not exceed, in any continuous mode of
operation, the level stipulated by MOEF and/or Pollution Control Board
at any point on the site boundary. Presently the norm is such that the
noise level shall not exceed 80 dBA at 1.8 m from the equipment
surface.
(c) The maximum noise levels for rooms and offices must permit a good
understanding of speech. Limiting exposure values of sound pressure
levels for different areas are given below:
ISSUE
R0
SITE SERVICES
ISSUE
R0
SITE SERVICES
The Supplier shall obtain and maintain his own on-site / off-site telephone
facilities.
Food facility shall be provided on the site by the Supplier for the reasonable
use of both his and his sub-Supplier’s employees.
(a) Site Register for lifting appliances, cranes, slings, hooks, lifting beams
and tackle for construction of the works either mobile or fixed
ISSUE
R0
SITE SERVICES
(b) Site Register for lifting appliances, cranes, slings, hooks, beams and
tackle supplied as part of the permanent works
(h) Site Register for all portable electrically powered apparatus and tools,
both temporary and permanent
ISSUE
R0
SITE SERVICES
v) Site register for details of electrical testing kits, measuring meters like
Multi-metres, Clip-on meter, Insulation tester and other erection tools
The Supplier shall provide himself and his sub-Suppliers work force
adequate lodging facilities. This facility shall have adequate sanitation and
recreation facilities for clean safe and healthy accommodation of his
workforce. This facility must be removed at project completion.
ISSUE
R0
SITE SERVICES
The erection of sign boards or posters shall not be allowed without the
Purchaser/Engineer approval of the size, type, location, wording, etc.
The Supplier shall have a dedicated QA / QC team for all civil works
consisting of a qualified and experienced engineer (having experience in
similar type of work with high quality standards) and assisted by qualified
technicians.
• Establishing a state of the art fabrication yard for the steel, fully
equipped with appropriate tools & tackles, machinery.
Establishing steel fabrication yard with bar cutting machine, bar bending
machine.
ISSUE
R0
SITE SERVICES
The Supplier and his employees shall not trespass beyond the boundary
limits of the site on to any adjoining land or other Supplier’s areas and the
Supplier shall take necessary action to prevent trespassing.
The Supplier shall be responsible for any road improvement required for
construction traffic access and for the provision of traffic control where the
site access road joins the public road. Public traffic shall not be impeded
during the construction period and access must be maintained for
emergency vehicles.
1.5.2 The Supplier shall co-operate with the Purchaser/Engineer and any other
Suppliers / Agencies working at site and arrange to perform his work in a
manner so as to minimise interference with other Suppliers’ / Agencies
works. The Purchaser/Engineer shall be notified promptly of any deficiency
in other Supplier’s / Agencies works that could affect the Supplier’s work. If
rescheduling of Supplier’s work is requested by the Purchaser/Engineer in
the interest of overall site activities, the same shall be complied with by the
Supplier. In all cases of controversy, the decision of the Purchaser shall be
final and binding on the Supplier without any commercial implication.
1.5.3 The Purchaser/Engineer may hold meetings with any/all the Suppliers /
Agencies at site at a time and a place to be designated by the
Purchaser/Engineer. The Supplier shall attend such meetings if called upon
to do so, take note of the decisions of the Purchaser/Engineer and shall
strictly adhere to those decisions in performing his work.
1.5.4 The works under execution shall be open to inspection and supervision by
the Purchaser/Engineer at all times. The Supplier shall give reasonable
notice to the Purchaser/Engineer before covering up any work or otherwise
placing it beyond reach of inspection.
1.5.5 The Supplier shall comply with all the rules and regulations of the local
authorities, all statutory laws including Minimum Wages, Workmen
ISSUE
R0
SITE SERVICES
1.5.6 All the works such as cleaning, levelling, aligning, assembling, temporary
erection, opening, dismantling, surface and edge preparation, fabrication,
machining, chipping, scraping, fitting up, bolting / welding, etc. as may be
applicable in such erection and are necessary to complete the work
satisfactorily, are to be treated as incidental and the same shall be carried
out by the Supplier as part of the work.
1.5.7 Equipment and material which are wrongly installed shall be removed and
reinstalled to comply with the design requirement at the Supplier’s expense
to the satisfaction of the Purchaser/Engineer.
• The system of notifying all employees of the site safety plan, method
statements and site safety rules
1.6.2 The Supplier shall ensure the safety of all workmen, materials and equipment
either belonging to him or to others working at site. He shall observe safety
rules & codes applied by the Purchaser/Engineer at site without exception.
1.6.3 The Supplier shall notify the Purchaser/Engineer of his intention to bring to
site any equipment or material which may create hazard. The
ISSUE
R0
SITE SERVICES
1.6.4 Storage of petroleum products & explosives for construction work shall be
as per rules and regulations laid down in Petroleum Act, Explosive Act and
Petroleum and Carbide of Calcium Manual. Approvals as necessary from
Chief Inspector of Explosives or other statutory authorities shall be the
responsibility of the Supplier.
1.6.5 The Supplier shall be responsible for safe storage of his and his sub-
Supplier’s radioactive sources.
1.6.5 All requisite tests and inspection of handling equipment, lifting tools &
tackle shall be periodically done by the Supplier. Defective equipment shall
be removed from service. Any equipment shall not be loaded in excess of
its recommended safe working load.
1.6.5 All combustible waste and rubbish shall be collected and removed from the
work site at least once each day. Use of undercoated canvas, paper,
corrugated paper, fabricated carton, plastic or other flammable materials
shall be restricted to the minimum and promptly removed.
1.6.6 All electrical appliances used in the work shall be in good working condition
and shall be properly earthed. No maintenance work shall be carried out on
live equipment. The Supplier shall maintain adequate number of qualified
electricians to maintain his temporary electrical installation.
1.6.7 All workmen of the Supplier working in construction site shall wear safety
helmets, safety boots and safety belts. The Supplier shall take appropriate
insurance cover against accidents for his workmen as well as third party.
1.7.1 Transportation
ISSUE
R0
SITE SERVICES
Supplier shall arrange for transportation of all equipment and materials from
the point of manufacture to the job site determination of required permits,
payment of required custom duties, and notification of Purchaser/Engineer.
The Supplier shall be responsible for all equipment and materials to be
transported to the power station site. In case of shipment, shipment shall
be made under deck except for such equipment and materials which, for
dimensional reasons, cannot be stored in the vessel’s hold. Supplier shall
be responsible for proper export packing for protection of such equipment
and material loaded on deck of the vessel. All goods, equipment and
materials shall be robustly prepared and packaged for moist tropical climate
in such a manner as to protect them in transit, and also from damage
without other means of protection, during storage at site and while enroute
to site.
1.7.2 Receiving
Supplier shall receive all materials and equipment delivered to Project site
for the work, pay all demurrage, and maintain a current, accurate inventory
and record of location for all equipment and materials in his custody.
1.7.3 Handling
ISSUE
R0
SITE SERVICES
1.7.4 Storage
(d) Electric motors, generators, and couplings in storage shall have the
insulation resistance of the windings checked monthly and records
kept to determine if the winding requires drying out.
(a) Indoor storage shall consist of fireproof buildings, which are weather-
tight, well ventilated, secure against theft and vandalism and situated
and constructed to prevent flooding. Drainage shall be provided to
intercept and divert storm or surface water. Stored equipment and
materials shall be placed on pallets or shoring to permit air circulation
under the stored item. Access doors shall be adequate to
accommodate the movement and handling of materials and
equipment and equipped with secure locks.
ISSUE
R0
SITE SERVICES
(a) Open platforms shall be constructed from sound lumber not less than
50 mm nominal thickness sufficient to support the loads imposed by
the stored materials and equipment. Platforms shall be not less than
450 mm above grade level and supported on concrete block piers.
(b) Shoring shall utilise sound timbers not less than 150 mm by 200 mm
nominal size, arranged to provide atleast 200 mm of clearance above
grade.
1.7.9 Coverings
ISSUE
R0
SITE SERVICES
(b) Small loose items easily lost, stolen, broken, or misused shall be
stored indoors.
(d) All the electronic items shall be stored in an air conditioned room.
(b) The Supplier shall repair roads, walkways, and other traffic areas
damaged by his operations. Traffic areas shall be kept as free as
possible of excavated materials and maintain them in a manner to
minimise dust. The Supplier shall provide adequate watering service
and equipment to wet down roads, construction areas, and unpaved
surfaces to control dusting.
(c) The Supplier shall provide traffic barricades, construction signs, speed
limit signs, warning lights, guards, and all other devices and services
necessary to adequately protect the public and site personnel.
ISSUE
R0
SITE SERVICES
(e) The Supplier’s employees and delivery vehicles shall use the
designated entrance road and gate to the station. Likewise the parking
lots constructed by the Supplier shall be used for parking of the
Supplier’s employees’ vehicles. Speed limits on the site shall be
observed for all vehicles under the control of the Supplier, his
employees, and those making deliveries of materials and equipment.
(f) The Supplier shall stabilise and maintain the ground in his immediate
work areas by spreading of crushed rock as required to allow the
orderly progress of work with wet grounds.
(g) The Supplier shall maintain unpaved areas including grading and
additional crushed rock as required.
1.8.1 Throughout the period of construction of the works the Supplier shall
maintain the whole area of his operations in a clean, tidy and safe condition
and shall arrange his materials in an orderly manner, all to the satisfaction
of the Purchaser/Engineer.
1.8.2 Scrap and waste materials are Purchaser’s property. The Supplier shall
collect all the scrap/waste materials and store them in the area earn
marked by the Purchaser/Engineer. Where practicable, screening shall be
provided to prevent the ingress of dust and dirt to any part of the works.
The Supplier shall clearly state, in the appropriate schedule, what provision
is being made for disposal of waste materials both on and off-site.
1.8.3 The Supplier shall not cause pollution of the site land drainage system or
any water course by waste products from any source whatsoever.
Whenever any pollution is attributable to any act or omission on the part of
the Supplier, the Supplier shall clear the pollution as soon as possible and
make early arrangements to remedy the cause.
1.8.4 All hoses, cables, extension cords, and similar materials shall be located,
arranged, and grouped so that they shall not block access way and shall
permit easy cleaning and maintenance. At the close of each work week
and at the close of each day preceding a holiday, all such items shall be
removed from the construction area and stored in the Supplier’s
warehouses or other storage areas.
1.8.5 Promptly upon the completion of the construction work, all scrap, waste
materials, and debris resulting from work under the Contract shall be
removed from the site. All Supplier-owned facilities, materials and
ISSUE
R0
SITE SERVICES
construction plant shall be removed from the site. The Supplier shall
thoroughly clean the work, removing all the accumulations of dust, scraps,
waste, oil, grease, weld spatter, insulation, paint, and other foreign
substances. Surfaces damaged by deposits of insulation, concrete, paint,
weld metal or other adhering materials shall be restored by the Supplier.
1.8.6 The Supplier shall make himself familiar with all statutory requirements
relating to the discharge of effluent from the plant and shall take all steps to
ensure that these are not contravened by the disposal of effluent from site.
No dangerous or noxious waste products, chemicals or materials shall be
disposed of, on or off the site without proper treatment to make the quality
comply with environmental regulation.
1.8.7 The Supplier shall take all necessary measures to ensure the safe
collection and disposal of waste oils pertaining to those works or plant for
which he has responsibility and to ensure the prohibition of:
(a) Any discharge of waste oils into surface waters, ground waters or
drainage systems of any kind.
(b) Any deposit and / or discharge of waste oils on to the ground or floors
of buildings and any uncontrolled discharge of residues resulting from
the processing of waste oils or the cleaning of oil contaminated
surfaces with solvents.
(c) Any processing of waste oils causing air pollution which exceeds the
level prescribed by existing statutory provisions
In the event that the Supplier fails to comply with the above, the
Purchaser/Engineer reserves the right to carry out such work on his
behalf and to recover such expenses from the Supplier.
ISSUE
R0
SITE SERVICES
The Supplier shall fully comply with requirements of all acts, regulations,
and bylaws of Central and State Government of India concerning air, water,
noise and land pollution.
The Indian Environment (Protection) Act, 1986, prohibits the carrying on of
any industry, operation, or process which discharges or emits any
environmental pollutant in excess of standards prescribed under the Act.
Emission standards are prescribed in Schedules to the Indian Environment
(Protection) Rules, 1986.
The Supplier shall make every effort to minimise the negative impact to the
environment through cautious planning of the work and strict adherence to
local laws and regulations. No trees, shrubs, hedgerows, or other elements
of the terrain shall be removed or disturbed unless essential for the work
associated with the Contract without the written consent on the
Purchaser/Engineer.
Plant effluent and storm water shall be handled separately and shall not be
combined.
1.11.1 The Supplier shall provide complete fire protection facilities for all his work.
1.11.2 Only work procedures which minimise fire hazards to the extent practicable
shall be used. Combustible debris and waste materials shall be collected
and removed from the site each day. Fuels, solvents, and other volatile or
flammable materials shall be stored away from the construction and storage
areas in well marked, safe containers. Good housekeeping is essential to
fire prevention and shall be practiced by the Supplier throughout the
construction period.
ISSUE
R0
SITE SERVICES
which arrive at the site, they shall be removed and replaced with an
acceptable covering before storing or moving into the construction area.
1.11.4 Likewise, corrugated paper and fibreboard cartons shall not be permitted in
the construction area for the storage or handling of materials. If such
cartons do arrive in the construction area, they shall be immediately
unpacked and removed from the site. Acceptable flexible materials for
covering shall be waterproof and flame resistant.
1.11.5 Formwork, scaffolding and similar materials which are combustible but
which are essential to execution of the work shall be treated for fire
resistance or otherwise protected against combustion resulting from
welding sparks, cutting flames, and similar fire sources. Temporary heating
facilities shall not be left unattended.
1.11.7 The Supplier shall provide adequate fire protection and detection equipment
in each warehouse, office, and other temporary structures, and in each
work area he is occupying as specified herein. Access to sources of fire
water shall be identified and kept open at all times. Suitable fire
extinguishers shall be provided in enclosed areas, in areas which are not
accessible to fire water, or in areas which may be exposed to fire that
cannot be safely extinguished with water. Each fire extinguisher shall be of
a type suitable for extinguishing fires which might occur in the area in which
it is located. In areas where more than one type of fire might occur, the type
of fire extinguisher required in each case shall be provided. Each
extinguisher shall be placed in a convenient, clearly identified location
which shall most likely be accessible in the event of fire.
1.11.8 The Supplier alone shall be responsible for providing adequate fire
protection. Failure of the Supplier to comply with, or the Construction
Manager to enforce, the above requirements shall not relieve the Supplier
from responsibility or obligation under the Contract.
1.12.1 The Supplier shall develop a comprehensive labour relations plan. The
objectives of the plan shall be to provide positive motivation and job
ISSUE
R0
SITE SERVICES
satisfaction from the project and work, to recognise that work improvements
and Project improvements can come from the employees, and to recognise
the individual’s contributions to a job well done.
1.12.2 The Supplier shall publish a copy of the Project work rules and regulations
at the site in English & Hindi. All employees on the Project shall be required
to follow these rules and regulations upon employment at the site.
1.12.3 The Supplier shall establish a site steering committee to meet monthly. The
steering committee shall include the Supplier’s and Sub-Supplier’s onsite
field management personnel and onsite labour Representatives. The
Purchaser/Engineer reserves the right to attend these meetings. Topics at
the monthly meeting shall include Project status and schedule, safety
improvement suggestions, and site condition improvement suggestions.
ISSUE
R0
The Contract Organisation shall have a written health and safety policy
issued by the Chief Executive of the Organisation, appropriate to the scale
and nature of the risks involved in the contract works. A copy of the Policy
shall be made available to the PURCHASER before signing the contract
agreement as evidence of Supplier’s commitment to management of
employee's health and safety and compliance to Statutory and regulatory
requirements. The Policy along with its Component operation procedures
shall be evidenced as working document publicised among Supplier's and
his Sub-Suppliers' employees through appropriate language/s. All Suppliers’
employees shall be familiar with the Safety Policy and their role and
obligations in its implementation. The Policy shall meet the relevant
statutory and regulatory requirements and the requirements of the
PURCHASER. The Policy shall periodically be reviewed for updating with
respect to new and emerging legal, statutory and other requirements.
ISSUE
R0
ISSUE
R0
Supplier shall arrange to display the safety statistics and the cumulative
plot of severity and frequency of accidents mentioned above painted in a
safety board which shall be prominently displayed, as a means of
encouragement and assurance to all interested parties and for publicising
the safety achievements.
a) Personal injury,
b) Property damages,
c) Fires,
d) Spills and
e) Near-misses
ISSUE
R0
The first-aid refresher training shall be provided at least once in a year and
all employees shall be encouraged to undergo first-aid training. A record
shall be kept of all first aid treatments with particulars of treatment and
personnel providing the treatment.
ISSUE
R0
Safety posters, banners and slogans displayed for safety promotion shall be
rotated at frequent intervals. The Supplier is encouraged to have safety
promotion as an item in the safety committee agenda. Supplier is
encouraged to include safety promotion programmes such as: safety
bulletins, magazines, competitions in slogan and poetry writing on safety,
screening of safety films, celebration of national safety and environmental
day, safety suggestion schemes and safety library etc.
a) Supplier shall ensure that his key personnel and safety personnel are
trained to be competent in hazard identification, risk assessment and
risk control processes. Supplier shall on a routine basis identify,
evaluate and control all health and safety risks especially in the
hazardous work activities and also to validate the previous risk
assessments. Elements such as hazard identification, evaluation of
risks with existing control measures in place and estimate of
tolerability of the residual risks shall be an ongoing process. Any
additional/New control measures shall be designed based on this
process on need basis.
The Supplier shall maintain a work permit procedure to limit the hazardous
processes and high risks tasks to authorized personnel, who shall be
informed of the job safety analysis and the job specific safety precautions,
on issue of a work-permit. The work permit issued under the procedure shall
be valid for a specified period and shall be issued only after all safety
precautions are fulfilled and duly verified by SR/SA or specialists who are
authorized for safety certification as a prerequisite for issue of a work
permit. The work permit shall be appropriate for the purpose for which it is
issued. The different work-permits are:
ISSUE
R0
HWP shall be used where hot working (like electric or gas welding,
gas cutting, or burning or any other operation involving heating, open
flames or electric arcs, grinding and electrical works etc) is potentially
dangerous in areas such as inflammable materials storage, plant and
pipe lines handling inflammable and or explosive materials either
presently or in the past, or where new works are undertaken
adjoining such works which in the opinion of the
PURCHASER/CONSULTANT are potential risks. A HWP shall be
deemed mandatory in all such potentially dangerous areas. Supplier
shall get areas such as Welding shops or maintenance areas
approved by PURCHASER / CONSULTANT for ‘Permit-Free
‘Operation.
CSP is issued for entering and carrying out tasks in confined space.
Confined Space for the purpose of this clause is defined as an
enclosed or partially enclosed space which is not intended or
designed primarily as a work place and
i. Is at atmospheric pressure during occupancy
ii. Has restricted entry and exit
iii. Has potentially harmful levels of toxic or inflammable
contaminant or unsafe levels of oxygen.
iv. Is of a nature that could contribute to overwhelming a person
by an unsafe atmosphere
v. has a potential that safety on entry could be affected by
unsafe conditions stated above by accident or due to human
errors
ISSUE
R0
vi. Confined spaces shall include but not limited to: storage tanks,
Process vessels, Bins, Boilers, ventilation or exhaust ducts,
Sewers, Underground Utility vaults, Tunnels, Pipelines and
open top spaces more than 4 feet in depth such as pits, tubs,
vaults and vessels.
d) Electrical Safety permits/Lock-out and tag out (ESP: LOTO)
Supplier shall institute an electrical safety permit system to ensure
safe electrical isolation. Safety permits shall not be issued until safe
release tag is placed on the equipment isolated on all isolating points.
The safety permit shall be returned on satisfactory completion of the
job by the executing agencies duly signing off indicating that all
shorts and grounds and men and materials are removed from the job
and that the job safe for energizing. This is a prerequisite to energize
the isolated equipment. The safety tags shall be collected in the order
first the isolated equipment and lastly the tag on the main control of
the equipment. The tags and permit system shall be auditable.
Should the existing operation control procedures prove inadequate and the
residual risks are higher than tolerable levels, SR shall initiate hazard and
risk assessment/analysis and consultations with Safety Committee to deploy
appropriate remedial measures and improved operation control procedures.
Periodic inspection reports and proposed remedial measures shall be
submitted to PURCHASER. Records of changes in control procedures
consultations with Safety Committee and revision of Operational controls
ISSUE
R0
a) Supplier shall ensure that all his equipment and machinery are safe
to use while in motion or working. Operators shall have received
training or instruction on operation of the machinery and the
regulatory requirements. Supplier shall have adequate procedure to
ensure the stability and securing of his working machinery during
operation. He shall restrict repair and maintenance of the machinery
to trained personnel and maintain records of repairs and
maintenance. The equipment shall have appropriately designed
means of isolating from sources of energy and shall have emergency
stop control, which is easily accessible. All controls shall be clearly
and uniformly marked. All operation controls, interlocks, sensing
devices and guards on tools and equipment shall be functional and
their status shall be regularly checked and recorded. Supplier shall
provide evidence of compliance to these requirements in any
ISSUE
R0
b) Supplier shall provide only good quality hand tools and ensure
control of condition, storage, routine inspection and use of such
hand-tools. Unsafe tools such as with cracked or broken handles,
mushroomed chisels and punches, worn screwdrivers, hardened
hammerheads; power tools with unsafe resistance to earth or without
safety guards shall be prohibited.
c) All safety ladders and scaffolding and such access equipment shall
meet requirements of IS 3696: and IS 4014:1967 and such standards
CONSULTANT/ PURCHASER may stipulate. The safety work
permits shall be issued only after ensuring that all safety
requirements of access equipment are complied with. Access
equipment shall be inspected on a routine basis to prevent injuries
caused by falls.
d) Supplier shall ensure safety of all those concerned with lifting and
those who may be affected by material hoisting, lifting and handling
using various mechanical aids. All lifting equipment such as cranes,
hoists, lifting shackles, hooks chains and links shall be designed as
per appropriate International codes of construction. Operators shall
have been trained in operation and maintenance of such equipment
besides training on standard hand signals to be employed during the
hoisting and lifting operations. Safe working loads shall be marked on
equipment prominently. SWL shall be evidenced to have been
established by test procedures in accordance with acceptable codes
of practices.
ISSUE
R0
g) The areas of highly dangerous activities like hoisting, lifting and rock
blasting, and radiation, shall be appropriately barricaded to protect
personnel and machinery and guided by work permit discipline.
Emergency plans shall cater to emergencies arising out of such
activities.
a) Supplier shall provide only such equipment for work that is electrically
safe to work. Supplier shall have a procedure to identify and record
all his electrical equipment in a register, with provisions to record his
periodic inspections of such equipment. Inspection shall cover
cables, extension leads, all electrical equipment drawing power from
socket outlet. He shall identify and maintain in good working order all
electrical installations such as distribution panels and major
switchgear ensuring safe accessibility. A clear area shall be
maintained around Panels and switchgears. The installed equipment
shall be periodically inspected by qualified personnel to ensure their
continued safe operating condition. Inspection shall include earth
polarity checks, continuity checks and earth resistance checks.
Supplier shall ensure use of flameproof and explosion proof
switchgears and lighting fittings where required as per governing
codes.
ISSUE
R0
f) Supplier shall ensure lighting circuits are not used for hand-tools. No
electrical equipment shall be overloaded. Tools and test equipment
used on electrical systems shall be insulated.
ISSUE
R0
ISSUE
R0
Supplier shall provide his employees required PPE meeting the requirements
of the stated IS Specifications and Guidelines or equivalent International
Standards as may be prescribed by the CONSULTANT from time to time.
Supplier shall have instituted good working procedures and practices in
providing PPE, maintenance, issue and training on their use. All PPE shall
be periodically checked to ensure worn, damaged equipment are replaced
expeditiously.
b) Head Protection:
Supplier shall comply with requirements as per IS 2925. Hardhats
shall be used and worn where a hazard of falling or flying objects
exist. Hard hats intended for use by visitors shall have replaceable
paper lining.
ISSUE
R0
d) Footwear:
Safety shoes, boots and gumboots fitted with steel toe-caps of
approved quality conforming to prescribed Indian or international
standards. Wearing of unsafe safety shoes such as jogging shoes,
tennis shoes, slippers and sandal etc. shall are prohibited. Supplier
shall meet the requirements of IS 10667:1983 titled ”Guide for
selection of Industrial safety equipment for protection of foot and leg”.
e) Protective clothing:
Supplier shall prevent hazards of loose clothes worn by workmen
getting caught in moving machine parts. Loose and thin garments
such as Dhoti and pyjamas shall be prohibited. While Suppliers shall
ensure that all workmen wear long sleeved shirts, jackets or the like
with the sleeves rolled down and secured at the cuff, long pants/
trousers extending upto the top of the safety shoes so as to prevent
injuries caused by contact with heat, cold abrasive and sharp
surfaces shall be strictly enforced. Such protective clothing shall be
mandatory in hazardous areas especially during start-up operations
involving hot, inflammable, and other chemical hazards, furnaces and
Boilers and such fired equipment and asphalting plants. Personnel
exposed to acids and alkalies hot fluids and steam during such
operations shall be provided with appropriate heat or corrosion
resistant clothing. Supplier shall meet the requirements of IS
8990:1978 titled “maintenance and care of industrial safety clothing.”
f) Hand Protection:
Supplier shall provide appropriate hand gloves as per IS 8807:1978
titled: ”Safety equipment for protection of arms and hands” to prevent
injuries to hands during work. Contactor shall maintain appropriate
inventory of gloves for different applications like Acid/ alkali handling,
general-purpose work gloves and asbestos or heat resistant Hand
gloves etc.
ISSUE
R0
i) Respiratory Equipment:
ISSUE
R0
j) Hearing conservation:
ISSUE
R0
b) Supplier shall designate his emergency team with their duties during
emergencies defined, including those of the hose Teams, medical
personnel, first-aiders and security. Supplier shall maintain a
procedure as to how his emergency organization shall liaise with
PURCHASER's representatives in ER.
Supplier shall ensure that workplaces are ventilated with at least prescribed
amount of clean or cleaned fresh air of a suitable temperature, especially
where toxic or irritating substances are present such as welding, vehicle
exhaust fumes, irritating dusts, organic solvents or any other inimical
atmosphere creating health or safety hazards.
ISSUE
R0
ISSUE
R0
ISSUE
R0
Compressed gas cylinders shall be stored and secured in the upright position
at safe distances shielded from welding and cutting operations. Compressed
gas cylinders in storage shall be shut off and torches, hose and manifolds
removed and capped. Cylinders shall be periodically checked for leakages.
Storage shall meet requirements of Gas Cylinder Rules 1981. Compressed
gas storages shall be provided with safety relief valves, Safety valves and
rupture disc to protect them from overpressures and shall be appropriately
designed to ensure their continued availability in the face of process changes
Supplier shall ensure that he has sufficient waste bins that are identified for
different wastes and maintained in clearly demarcated areas. Wastes with
oily or other ignitable materials such as Oily cotton wastes and Hand gloves
shall be stored separately with covers to prevent fires and shall be made of
metal. Different Wastes shall be segregated and stored separately and
disposed off. They shall be emptied at routine intervals to prevent that they
do not overflow with wastes.
ISSUE
R0
1. SCOPE
This section covers the general requirements regarding the spares and
maintenance tools and tackles for all the equipment and systems in the
Stacking and reclaiming system
2. SPARES
The Supplier shall include in his scope: (a) Start-up / commissioning spares as
necessary and (b) Essential spares, as specified in this section. A detailed list
of recommended spares shall also be furnished by the Supplier.
The spares (both start up and essential spares) shall be delivered at the site
well in time before the start up and commissioning of the plant.
3. START UP SPARES
4. ESSENTIAL SPARES
Essential spares are those spares considered necessary by the Purchaser for
the first three (3) years of normal plant operation. The spares as listed in this
section shall be included in SUPPLIER’s scope. When a particular item of
spares is indicated as ‘percentage’, it shall be considered as percentage of total
number of that item in the station, unless specified otherwise. The fraction shall
be rounded off to the next higher whole number. Whenever the item of spares
has been indicated as ‘set’, the same shall mean the supply for single
equipment / system. One set of spares for a particular equipment shall mean
the total quantities of that particular spares for the single equipment e.g., ‘set’ of
bearings for a pump shall include the total number of bearings in a pump. The
‘set‘ shall however, include all components required to replace the item of
spares. Where ever spares are not listed for the systems / equipment, the
Supplier has to offer the same as per the recommendations of the manufacturer
/ supplier. In any case, the Supplier shall furnish a list with all details of offered
spares in his Bid.
ISSUE
R0
5. RECOMMENDED SPARES
In addition to the spares mentioned above, the SUPPLIER shall also furnish in
the Schedule of Recommended Spares a list of recommended spare parts for
three (3) years normal operation with unit prices. These recommended spares
shall be those considered necessary by the SUPPLIER on a standalone basis
without considering the essential spares as indicated in the list. The Purchaser
reserves the right to buy any of the recommended spare parts as considered
necessary by him. The prices of recommended spares shall be consistent with
those of the essential spares.
Price quoted for recommended spares will not be considered for bid evaluation.
The SUPPLIER shall include all necessary maintenance tools required for
maintenance of the plant supplied by him. A comprehensive list of maintenance
tools is to be furnished in the bid in the Schedule of Maintenance Tools and
Tackles by the Supplier. The price quoted by the bidder for Maintenance Tools
and Tackles shall be excluded from the Total cost quoted by the bidder. ( i.e the
bidder to quote for the special tools and tackles separately.)
The SUPPLIER shall note that if any other tools are found to be necessary
during the engineering and erection stage of the contract, the same shall be
supplied by the SUPPLIER and no price implication due to same would be
accepted.
7. GENERAL
The SUPPLIER shall also note that the Purchaser, if required, shall approach
directly the individual equipment manufacturers / suppliers for procuring
recommended spare parts. The Purchaser shall not necessarily procure these
spare parts through the Supplier.
SL DESCRIPTION QUANTITY
ISSUE
R0
NO.
A MECHANICAL
1.0 CONVEYORS
Idlers
1.1 PULLEYS
Drive pulleys complete with bearings & Plummer One (1) number each for
blocks and extension keys & keyways for coupling each size and type of
halves. drive pulleys.
Non Drive Pulleys complete with bearings & Two (2) numbers each for
Plummer blocks. each size and type of
pulleys.
Bearings without Plummer blocks Two (2) numbers each for
each size and type of
bearings.
1.2 DRIVE UNIT
Gear box with hold back, Fluid coupling, Flexible One each for each size
coupling, Brake Thrustor and type of gear box with
hold back, fluid coupling,
flexible coupling and
brake.
The size, gearbox ratio,
handing, direction of
rotation, etc. shall be
indicated while quoting for
above spares.
ISSUE
R0
ISSUE
R0
ISSUE
R0
ELECTRICAL
1.0 HT Motors
ISSUE
R0
ISSUE
R0
C. INSTRUMENTATION
The Essential Spares shall be supplied as detailed below.
a) For all field Instruments, a min of one (1) or 20% of the quantity of
each type or range, which ever is higher is to be provided.
b) For control / pneumatic valves, a min of one (1) or 20% of the quantity
of each type or range of packing and gaskets, actuator diaphragm, pilot
relay and O-rings.
c) For solenoid valves, a min of two (2) or 20% of the quantity of each
type or range of coil (each rating and insulation), gaskets and O-rings.
ISSUE
R0
1. Bidders through ICB shall submit their proposed list of sub vendors (in case of
deviation from the list furnished) for various equipments along with the
credentials and experience list for Purchaser’s review and approval.
2. Bidder to note that the list of preferred Sub Vendors is furnished below. In case
the bidder desires to deviate from the list furnished he shall furnish along with
his offer alternative names of Sub Vendors along with the following supporting
documentation.
4. Documentation in the form of certificate that the equipment / system has been
operating satisfactorily for two years as on the scheduled date of bid opening.
5. Note: For items not indicated below, the SUPPLIER shall obtain approval from
the PURCHASER.
PART – A – MECHANICAL
1. Idlers TRF/ELECON/KRUPP/L&T/
MCNALLY BHARAT
2. Pulleys TRF/ELECON/KRUPP/L&T/
MCNALLY BHARAT
7. Fluid couplings
ISSUE
R0
• TPS
PART-B ELECTRICAL
List of acceptable sub-vendors shall be as per electrical section D3.8 of Vol IVA.
ISSUE
R0
SCHEDULE OF PRICES
The contract for Stacking and Reclaiming system shall be in accordance with the
specification - for supply and for erection, testing and commissioning.
The Bidder shall indicate the quoted price against each contract separately.
ISSUE
R0
CONSULTANTS: TATA CONSULTING ENGINEERS LIMITED TCE FORM 329 R3
PRAYAGRAJ POWER GENERATION COMPANY VOLUME – IIA
TCE.5871A-H- LIMITED
563-001B SECTION: F1
3 X 660 MW PRAYAGRAJ SUPER THERMAL POWER PROJECT
AT BARA,UP
TITLE
STACKING AND RECLAIMING SYSTEM
SHEET 2 of 2
SCHEDULE OF PRICES
SIGNATURE
NAME
DATE
COMPANY---------------
ISSUE
R0
CONSULTANTS: TATA CONSULTING ENGINEERS LIMITED TCE FORM 329 R3
SECTION F 2
SCHEDULE OF ESSENTIAL SPARES
PRAYAGRAJ POWER GENERATION COMPANY VOLUME – IIA
TCE.5871A-H- LIMITED
563-001B SECTION: F2
3 X 660 MW PRAYAGRAJ SUPER THERMAL POWER PROJECT
AT BARA,UP
TITLE
STACKING AND RECLAIMING SYSTEM
SHEET 1 of 1
SCHEDULE OF ESSENTIAL SPARES
The Bidder shall indicate the price for the Essential spares specified in Section-C.
Unit Price
Manufac- Delivery Qty. Total
Item Qty. FOB
turer and Period Description Material per Price Remarks
No. Included Port /Ex-
Part No. (weeks) Unit (7x8)
works
1 2 3 4 5 6 7 8 9 10
SIGNATURE
NAME
DATE
COMPANY---------------
ISSUE
R0
CONSULTANTS: TATA CONSULTING ENGINEERS LIMITED TCE FORM 329 R3
SECTION F 3
SCHEDULE OF DEVIATIONS FROM
TECHNICAL SPECIFICATION
PRAYAGRAJ POWER GENERATION COMPANY VOLUME – IIA
TCE.5871A-H- LIMITED
563-001B SECTION: F3
3 X 660 MW PRAYAGRAJ SUPER THERMAL POWER PROJECT
AT BARA,UP
TITLE STACKING AND RECLAIMING SYSTEM
SCHEDULE OF DEVIATIONS FROM SHEET 1 of 1
TECHNICAL SPECIFICATION
TECHNICAL SPECIFICATION
All deviations from the Technical Specifications shall be filled in by the BIDDER clause by
clause in this schedule.
ISSUE
R0
CONSULTANTS: TATA CONSULTING ENGINEERS LIMITED TCE FORM 329 R3
SECTION F 4
SCHEDULE OF RECOMMENDED SPARE PARTS
PRAYAGRAJ POWER GENERATION COMPANY VOLUME – IIA
TCE.5871A-H- LIMITED
563-001B SECTION: F4
3 X 660 MW PRAYAGRAJ SUPER THERMAL POWER PROJECT
AT BARA,UP
TITLE
STACKING AND RECLAIMING SYSTEM
SHEET 1 of 1
SCHEDULE OF RECOMMENDED SPARE PARTS
The BIDDER shall indicate below recommended spares for three (3) years of trouble
free operation of the equipment, plant or system offered by him.
EQUIPMENT TAG
MANUFACTURER
DESCRIPTION OF
PERIOD (WEEKS)
RECOMMENDED
CONSTRUCTION
FROM DATE OF
QUANTITY/SET
MATERIAL OF
TOTAL PRICE
EQUIPMENT
UNIT PRICE
DELIVERY
AND PART
REMARKS
PER UNIT
NUMBER
NUMBER
SL. NO.
SPARE
LOI
Rs.
Rs.
RECOMMENDED SPARES AS INDICATED BY THE BIDDER
1.
2.
3.
4.
5.
SIGNATURE : ________________________________
NAME : ________________________________
DESIGNATION : ________________________________
COMPANY : ________________________________
ISSUE
R0
CONSULTANTS: TATA CONSULTING ENGINEERS LIMITED TCE FORM 329 R3
SECTION F 5
SCHEDULE OF WEIGHTS AND DIMENSIONS
PRAYAGRAJ POWER GENERATION COMPANY VOLUME – IIA
TCE.5871A-H- LIMITED
563-001B SECTION: F5
3 X 660 MW PRAYAGRAJ SUPER THERMAL POWER PROJECT
AT BARA,UP
TITLE
STACKING AND RECLAIMING SYSTEM
SHEET 1 of 1
SCHEDULE OF WEIGHTS AND DIMENSIONS
The bidder shall state below the weights and dimensions of various
packages for shipment covering the complete scope.
SIGNATURE : ______________________________
NAME : ______________________________
DESIGNATION : ______________________________
COMPANY : ______________________________
ISSUE
R0
CONSULTANTS: TATA CONSULTING ENGINEERS LIMITED TCE FORM 329 R3
SECTION F 6
SCHEDULE OF EQUIPMENT MANUFACTURE
DESPATCH TO SITE
PRAYAGRAJ POWER GENERATION COMPANY VOLUME – IIA
TCE.5871A-H- LIMITED
563-001B SECTION: F6
3 X 660 MW PRAYAGRAJ SUPER THERMAL POWER PROJECT
AT BARA,UP
TITLE
STACKING AND RECLAIMING SYSTEM
SCHEDULE OF EQUIPMENT MANUFACTURE SHEET 1 of 1
DESPATCH TO SITE
Sl. Equipment / Time for Time for test, Time required Total time
No. Major manufacture / dismantling, for shipment to from date of
Bought out procurement packing & site ( weeks ) issue of
items from date of ready for letter of
issue of letter of despatch ( intent to
intent ( weeks) weeks ) shipment to
site ( weeks )
SIGNATURE : ______________________________
NAME : ______________________________
DESIGNATION : ______________________________
COMPANY : ______________________________
ISSUE
R0
CONSULTANTS: TATA CONSULTING ENGINEERS LIMITED TCE FORM 329 R3
SECTION F 7
SCHEDULE OF PERFORMANCE GUARANTEES
PRAYAGRAJ POWER GENERATION COMPANY VOLUME – IIA
TCE.5871A-H- LIMITED
563-001B SECTION: F7
3 X 660 MW PRAYAGRAJ SUPER THERMAL POWER PROJECT
AT BARA,UP
TITLE
STACKING AND RECLAIMING SYSTEM
SHEET 1 of 1
SCHEDULE OF PERFORMANCE GUARANTEES
SIGNATURE : ______________________________
NAME : ______________________________
DESIGNATION : ______________________________
COMPANY : ______________________________
ISSUE
R0
CONSULTANTS: TATA CONSULTING ENGINEERS LIMITED TCE FORM 329 R3
SECTION F 8
SCHEDULE OF ELECTRIC LOAD REQUIREMENTS
PRAYAGRAJ POWER GENERATION COMPANY VOLUME – IIA
TCE.5871A-H- LIMITED
563-001B SECTION: F8
3 X 660 MW PRAYAGRAJ SUPER THERMAL POWER PROJECT
AT BARA,UP
TITLE
STACKING AND RECLAIMING SYSTEM
SHEET 1 of 1
SCHEDULE OF ELECTRIC LOAD REQUIREMENTS
BIDDER shall furnish the information called for in this Schedule which shall
accompany the Bid:
SIGNATURE : ___________________________
NAME :
DESIGNATION :
COMPANY :
ISSUE
R0
CONSULTANTS: TATA CONSULTING ENGINEERS LIMITED TCE FORM 329 R3
SECTION F 9
SCHEDULE OF GUARANTEED
POWER CONSUMPTION
PRAYAGRAJ POWER GENERATION COMPANY VOLUME – IIA
TCE.5871A-H- LIMITED
563-001B SECTION: F9
3 X 660 MW PRAYAGRAJ SUPER THERMAL POWER PROJECT
AT BARA,UP
TITLE
STACKING AND RECLAIMING SYSTEM SHEET 1 of 1
SCHEDULE OF GUARANTEED POWER CONSUMPTION
Bidder shall furnish the details of Auxiliary Power Consumption , in the format given
below.
The power consumption shall be considered for loading (in bid evaluation) as well
as for levying of penalty (for demonstration purpose).
The duty factors indicated are based on the number of hours of operation in a day.
1.0
SIGNATURE : ______________________________
NAME : ______________________________
DESIGNATION : ______________________________
COMPANY : ______________________________
ISSUE
R0
CONSULTANTS: TATA CONSULTING ENGINEERS LIMITED TCE FORM 329 R3
SECTION F 10
SCHEDULE OF BIDDER’S EXPERIENCE
PRAYAGRAJ POWER GENERATION COMPANY VOLUME – IIA
TCE.5871A-H- LIMITED
563-001B SECTION: F10
3 X 660 MW PRAYAGRAJ SUPER THERMAL POWER PROJECT
AT BARA,UP
TITLE
STACKING AND RECLAIMING SYSTEM
SHEET 1 of 1
SCHEDULE OF BIDDER’S EXPERIENCE
The BIDDER shall furnish hereunder a list of similar jobs executed by him to whom a
reference may be made by the PURCHASER in case the PURCHASER considers such a
reference necessary.
Sl. Name & Scheduled Actual Value of Year of start Client. Persons to
No.. description completion completi work. and whom ref.
of work period. on completion. may be
period. made with
contact
numbers
1 2 3 4 5 6 7 8
SIGNATURE : ______________________________
NAME : ______________________________
DESIGNATION : ______________________________
COMPANY : ______________________________
LEGEND
S: Supply SUP: Supervision of Erection
E: Erection T&C: Testing & Commissioning
ISSUE
R0
CONSULTANTS: TATA CONSULTING ENGINEERS LIMITED TCE FORM 329 R3
SECTION F 11
SCHEDULE OF EXCLUSIONS
PRAYAGRAJ POWER GENERATION COMPANY VOLUME – IIA
TCE.5871A-H- LIMITED
563-001B SECTION: F11
3 X 660 MW PRAYAGRAJ SUPER THERMAL POWER PROJECT
AT BARA,UP
TITLE
STACKING AND RECLAIMING SYSTEM
SHEET 1 of 1
SCHEDULE OF EXCLUSIONS
SCHEDULE OF EXCLUSIONS
All exclusions considered in the offer shall be filled in by the BIDDER clause by clause in
this schedule.
ISSUE
R0
CONSULTANTS: TATA CONSULTING ENGINEERS LIMITED TCE FORM 329 R3
SECTION F 12
SCHEDULE OF QUALITY ASSURANCE PLAN (QAP)
PRAYAGRAJ POWER GENERATION COMPANY VOLUME – IIA
TCE.5871A-H- LIMITED
563-001B SECTION: F12
3 X 660 MW PRAYAGRAJ SUPER THERMAL POWER PROJECT
AT BARA,UP
TITLE
STACKING AND RECLAIMING SYSTEM
SHEET 1 of 1
SCHEDULE OF QUALITY ASSURANCE PLAN (QAP)
ISSUE
R0
CONSULTANTS: TATA CONSULTING ENGINEERS LIMITED TCE FORM 329 R3
SECTION F 13
VOID
SECTION F 14
REQUIREMENTS OF THE CONTRACTOR AT SITE
PRAYAGRAJ POWER GENERATION COMPANY VOLUME – IIA
TCE.5871A-H- LIMITED
563-001B SECTION: F14
3 X 660 MW PRAYAGRAJ SUPER THERMAL POWER PROJECT
AT BARA,UP
TITLE
STACKING AND RECLAIMING SYSTEM
SHEET 1 of 1
REQUIREMENTS OF THE CONTRACTOR AT SITE
The Contractor shall state his requirements against each of the following including the
basis of requirements:
A. Requirements
1.0 Land for, Stores, Site office, etc.
Area Requirement
1.1 At construction site m2
2.0 Construction Power (in kVA) – Indicate Months
same for the period.
Power Requirement
3.0 Construction Water (in cu.m/day) – Months
Indicate same for the period.
Water Requirement
B. Basis of Requirements
1. Land
2. Construction Power
3. Construction Water
SIGNATURE
NAME
DATE
ISSUE
R0
CONSULTANTS: TATA CONSULTING ENGINEERS LIMITED TCE FORM 329 R3
SECTION F 15
SCHEDULE OF PLACES OF TEST & INSPECTION
PRAYAGRAJ POWER GENERATION COMPANY VOLUME – IIA
TCE.5871A-H- LIMITED
563-001B SECTION: F15
3 X 660 MW PRAYAGRAJ SUPER THERMAL POWER PROJECT
AT BARA,UP
TITLE
STACKING AND RECLAIMING SYSTEM
SHEET 1 of 1
SCHEDULE OF PLACES OF TEST & INSPECTION
The Contractor will indicate the item of Equipment supplied, name of the
MANUFACTURER or SUB CONTRACTOR and place of test and inspection
as shown below:
SIGNATURE
NAME
DATE
COMPANY-------------
ISSUE
R0
CONSULTANTS: TATA CONSULTING ENGINEERS LIMITED TCE FORM 329 R3
PRAYAGRAJ POWER GENERATION COMPANY LIMITED
(PPGCL)
PACKAGE-B SPECIFICATION
FOR
VOL-IIB
INDEX SHEET
: MECHANICAL DRAWINGS
1) Plot Plan
: ELECTRICAL DRAWINGS
1) Plot Plan
ISSUE
R0
TITLE
COAL HANDLING SYSTEM
VOLUME II B - CONTENTS
TABLE OF CONTENTS
SUB REV
SECTION TITLE PAGES
SECTION NO.
D D1.0 R0 PROPERTIES OF COAL 3
ISSUE
R0
CONSULTANTS: TATA CONSULTING ENGINEERS LIMITED TCE FORM 329 R3
PRAYAGRAJ POWER GENERATION COMPANY
TCE.5871A-H- VOLUME – IIB
LIMITED
563-001B SECTION: CONTENTS
3 X 660 MW PRAYAGRAJ SUPER THERMAL POWER PROJECT
AT BARA,UP SHEET 2 of 2
TITLE
COAL HANDLING SYSTEM
VOLUME II B - CONTENTS
SUB REV
SECTION TITLE PAGES
SECTION NO.
D1.3.1 HORIZONTAL CENTRIFUGAL PUMPS 2
R0
– DATA SHEET B
ISSUE
R0
CONSULTANTS: TATA CONSULTING ENGINEERS LIMITED TCE FORM 329 R3
SECTION D1.0
PROPERTIES OF COAL
VOLUME-IIB
TCE 5871A-H-563- PRAYAGRAJ POWER GENERATION COMPANY LIMITED
001B (PPGCL) SECTION: D1.0
PROPERTIES OF COAL
ISSUE
R0
PROPERTIES OF COAL
A Proimate analysis
1 Fixed carbon % 39 30.5 40
2 Volatite matter % 20 23.8 27.5
3 Moisture % 10 11.4 7
4 Ash % 31 34.3 25.5
5 Total % 100 100 100
6 HHV Kcal/kg 4200 3400 4500
B Ultimate analysis
1 Carbon C% 44.11 36.31 52.52
2 Hydrogen H% 3 2.56 3.38
3 Sulphur S% 0.36 0.36 0.36
4 Nitrogen N% 0.89 0.81 0.78
5 Oxygen (differene) O% 10.64 14.26 10.46
6 Moisture % 10 11.4 7
7 Ash % 31 34.3 25.5
8 HGI 50 60 60
C ASH Characterstics
1 Initial deformation Deg C 1150 1150 1150
Temperature (IDT)
2 Softening Deg C 1200 1200 1200
temperature
3 Hemispherical Deg C 1300 1300 1300
temperature (HT)
ISSUE
R0
PROPERTIES OF COAL
Note
The Properties indicated under item 1.0 are to be considered for equipment design covered
under sections D1.1, D1.2 and any other section as applicable
ISSUE
R0
1.1 Stability factors for operating conditions with maximum operating wind
velocity and non-operating conditions with maximum non-operating wind
velocity shall be 1.5 and 1.25 respectively.
1.3 The cabin shall be located at higher elevation and near the bucket wheel
and shall be mounted on shock absorbers and on hydraulic cylinders to
keep the cabin always in horizontal position. An air conditioner shall be
provided for operator’s cabin. It shall be possible to see the stacking and
reclaiming operations from the operator’s cabin. The hydraulic system
shall consist of hydraulic cylinders, oil piping, valves, power pack, etc.
1.4 Adequate number of spring type / good quality rubber buffers shall be
provided at either end of the carriages to absorb the force resulting from
momentum of the machine at 40% of rated speed while conveying the
material at rated capacity.
1.5 An inline belt conveyor scale conforming to the specification given in data
sheet – A of section D1.3 shall be mounted on the boom conveyor.
Remote rate indicator and totalizer shall be mounted in operator’s cabin.
Two integrators shall be (for integrating rate of flow over a period of time)
provided which will be actuated by the direction of motion of the boom
conveyor. These measurements will facilitate finding the quantity of coal
stacked and coal reclaimed. Apart from remote and local totaliser, an
isolated 4-20mA output shall be wired to stacker cum reclaimer PLC
which shall be transferred to LHS control room PLC.
1.6 At least six sets of impact idlers shall be mounted on the impact table to
take the impact of reclaimed material. The main conveyor belt shall pass
over these impact idlers.
ISSUE
R0
PRAYAGRAJ POWER GENERATION COMPANY SECTION: D1.1
TCE5871A-H-563-001B
LIMITED SHEET 2 OF 20
3 X 660 MW PRAYAGRAJ SUPER THERMAL POWER
PROJECTAT BARA,UP
TITLE
1.7 The slewing mechanism shall consist of necessary horizontal ring bearing
with an internal gear rim / external gear teeth. The slewing drive shall
consist of minimum two hydraulic motors and gear pinions. Suitable brake
mechanism shall be provided for the slewing drive. The hydraulic motors
shall be fed by pumps with necessary oil piping, oil filters, control valves,
check valves, relief valves, needle valves, stop valves, suction valves,
pressure switches, etc. The hydraulic system shall be complete with oil
cooler, flexible oil hoses fittings, etc. The drive shall be equipped with
necessary over travel limit switches. Back up limit switches also shall be
provided for preventing over travel in the event of failure of normal travel
limit switches. Slewing gear and ball race shall be integral unit. Ball race
shall be fixed in machined surface (both turntable and undercarriage).
Sealing for the ball race both for lubrication and avoiding dust entering
has to be provided. The open gears for the slewing gear should have
proper protection against accumulation of dust on the rim.
1.8 When the system is to be set for stacking, chute and skirt boards
associated with bucket wheel shall be lifted automatically by suitable
device. This actuating arrangement shall be interlocked with boom
conveyor drive. Similarly when the system is to be set for reclaiming,
chute and skirt boards shall be located in correct position by the same
device automatically to adjust the coal feed for centre of the conveyor.
The actuators shall be complete with necessary hydraulic cylinders,
piping, valves and fittings. An interlock shall be provided so that unless
the brakes of bucket wheel are released, the boom conveyor shall not be
started for reclaiming operation. Since the trunk conveyor is reversible
there shall be no sway of the belt while running in both forward and
reverse direction.
1.9 The chute and skirt boards at the pivoted end of the boom conveyor shall
move along with the boom conveyor in luffing operation while the
conveyor is stacking. This shall be achieved either through electro-
hydraulic or electro-mechanical device interlocked with luffing drive.
1.10.2 The hydraulic system for the luffing mechanism shall be complete with
hydraulic cylinders, solenoid valves, hydraulic power pack, hydraulic
pump with AC motor, etc. Hydraulic cylinders shall be provided with
ISSUE
R0
PRAYAGRAJ POWER GENERATION COMPANY SECTION: D1.1
TCE5871A-H-563-001B
LIMITED SHEET 3 OF 20
3 X 660 MW PRAYAGRAJ SUPER THERMAL POWER
PROJECTAT BARA,UP
TITLE
1.11.2 The bucket wheel shall be cell-less type and fabricated from steel. The
welded construction shall be preferably in three parts for easy assembly
and dismantling. Renewable wear plates of 15 mm thick and liners shall
be provided as necessary. Bucket fixing holes shall be provided with
wear resistant renewable steel bushes. Cavities liable for coal
accumulation inside the buckets shall be avoided. Mounting of ring chute
shall be of solid structure devoid of complicated frame works. Effective
and suitable scraping arrangements have to be provided for the bucket
wheel to avoid sticking / accumulation of coal. Buckets shall be made of
wear resistant steel and fitted with replaceable and high abrasion
resistant Manganese steel bucket teeth or tips. Bucket wheel shall be
driven by one or more hydraulic motors. The drive for the bucket wheel
shall be independent of the boom conveyor drive. The hydraulic drive
shall be complete with power pack, pump & motor, filters, all necessary
valves, oil cooler, pressure switches, piping, fittings, etc.
1.11.3 A speed monitor built on to the bucket wheel drive shall be provided
which shall act as slip monitor for hydraulic motor and shall cut out the
bucket wheel motor when speed drops due to overload together with
subsequent drives such as travel, slewing and luffing drives.
1.11.4 The main bucket wheel hydraulic drive shall be suitable for providing the
required slow speed for maintenance.
1.11.5 The number of discharges per minute of bucket wheel while reclaiming
shall be limited to 55 per minute.
1.11.6 The power and control cable reeling drums shall be mounted on the
lower frame each of which shall have independent stall torque or
equivalent drive motors. An interlock shall be provided to start both cable
reeling drums before travel motors are started.
1.12.1 Wheels for long travel of stacker cum reclaimer shall be forged or cast
carbon steel and shall be double flanged with cylindrical “Straight” or
“Taper” tread.
1.12.2 The wheel diameter and rail sizes shall be such that the maximum wheel
load in kilograms does not exceed 0.703 times the product of the wheel
tread diameter and the gross width of the rail head, both dimensions in
mm.
1.12.3 Atleast 50% of wheels shall be driven by electric motors mounted on the
corresponding bogie through gear reduction and transmission devices.
Chain and sprocket drives are not acceptable. Each drive shall be
complete with electro-hydraulic thruster brakes, couplings, coupling
guards, etc. Axle outfits shall consist of double flanged cast steel wheels
mounted on shafts running in self-aligning roller bearings. The limit
switches shall be provided at either ends of the travel of the machine for
stopping the motors. Emergency (back up) end limit switches shall also
be provided as a safety measure.
1.12.4 Atleast two anemometers shall be mounted on top of the tower so that in
case wind pressure exceeds the operating wind pressure specified in
data sheet – A, an alarm shall be sounded to enable the operator to take
the stacker cum reclaimer machine to the parking area for manual
anchoring. Stacker cum reclaimer shall be clamped to the rails
automatically by electrically / hydraulically operated rail clamps. After
parking the machine at specified place, the entire stacker cum reclaimer
shall be put out of operation. The anemometer shall also give the signal
for restarting of machine and release the rail clamps when wind pressure
reduces below the permissible operating wind pressure. The stacker
cum reclaimer machine shall be provided with adequate number of
electrically / hydraulically operated rail clamps and anchoring devices
which would be used in case of high wind pressure. The leading bogies
on both sides and at either end of the machine shall be provided with
adjustable ploughs or rails weeps to clear the rails of any obstruction.
1.14 VOID
1.15 LUBRICATION
ISSUE
R0
PRAYAGRAJ POWER GENERATION COMPANY SECTION: D1.1
TCE5871A-H-563-001B
LIMITED SHEET 5 OF 20
3 X 660 MW PRAYAGRAJ SUPER THERMAL POWER
PROJECTAT BARA,UP
TITLE
1.15.1 Centralised high pressure group lubrication system with motor operated
grease pump shall be provided for travelling gear, hoisting arrangement,
bucket wheel hinge and slewing ring. In addition to the centralized high-
pressure lubrication system for travel, hoist & lowering, bucket wheel and
slewing, “a separate upper structure grease lubrication system for bucket
wheel fork end bearing” shall be provided as it is a vital one. Protection
for bucket wheel will be linked with these two lubrication systems.
A separate enclosure with a steel tool box having a hinged cover shall be
conveniently located and permanently secured near the electrical house
for storing of tools, oil can, grease and cotton waste. It shall contain all
tools necessary for minor repairs and maintenance of stacker cum
reclaimer.
1.17 FIRE EXTINGUISHER
One 2.5 kg B.C.F fire extinguisher bearing the fire under-writers label
shall be provided in the operator’s cabin, electrical room and under
carriage platform. Sand buckets with sand shall also be provided for
minor fires.
1.18 SUPER STRUCTURE
1.18.2 Counterweight boom shall be fixed boom type. Counterweight boom shall
be of lattice girder construction. The counter weight boom shall be clear
from the rear side stockpile.
1.18.3 The pivot on the superstructure for carrying the bucket wheel boom shall
be of solid steel plate construction and construction should be such that it
is sufficiently strong to withstand even shock loads.
1.18.5 Turn table shall be of solid steel structure and be strong enough to carry
the entire superstructure. The top of the ball race for slewing is to be
provided at the bottom of the turn table. Fixing of the ball race, inspection
during working, checking of lubrication, etc. with care shall be provided
for.
1.18.6 The turn table has to be properly anchored to the undercarriage and
provision shall be made in the structure itself to lift the turn table along
with the super structure. Limit switches at the extreme positions of
slewing shall be provided.
The length of the tripper car shall be adequate for the belt to maintain
contact all the idlers. The radius of curvature shall be calculated on the
same basis as given in section D1.2 for fixed conveyors. However, the
load on the belt shall be calculated considering the percentage of
conveyed coal as stipulated in ISO standards for mobile machinery.
ISSUE
R0
PRAYAGRAJ POWER GENERATION COMPANY SECTION: D1.1
TCE5871A-H-563-001B
LIMITED SHEET 7 OF 20
3 X 660 MW PRAYAGRAJ SUPER THERMAL POWER
PROJECTAT BARA,UP
TITLE
1.25 The specification applicable for the hydraulic drives of stacker cum
reclaimer and the requirement of hydraulic drives shall be as follows.
a) The hydraulic drive system shall consist of a low speed, high torque,
hydraulic motor of hollow shaft design to be mounted directly onto
the driven shaft of the equipment using a shrink disc (ring feeder)
coupling. The reaction torque shall be taken by a torque arm bolted
to the hydraulic motor and grouted to the foundation. The hydraulic
motor shall be driven by a power pack placed conveniently near the
hydraulic motor so as to minimize pressure drop in pipelines.
a) Slewing
b) Bucket wheel including inching drive
c) Luffing operation
d) Boom conveyor drives
e) For movement of operator’s cabin
f) Skirt board of boom conveyor
Bidder shall provide combined power pack only for bucket wheel and
slew mechanisms.
ISSUE
R0
PRAYAGRAJ POWER GENERATION COMPANY SECTION: D1.1
TCE5871A-H-563-001B
LIMITED SHEET 9 OF 20
3 X 660 MW PRAYAGRAJ SUPER THERMAL POWER
PROJECTAT BARA,UP
TITLE
(d) Cartridge type duplex oil filter with pop up indicator of 10 micron.
(f) Air blast type oil cooler for stacker cum reclaimer and conveyors.
(g) Quick connecting type coupling for oil filling and oil sampling.
(i) Push to read pressure gauges for charge and system pressures.
(j) All the above assembled in a sound insulated cabinet and mounted
on anti vibration pads.
(l) The hydraulic motor and power pack unit shall be of same make.
Setup monitoring
Analog /digital inputs
Analog / digital outputs
Signal monitor and basic functions
(b) It shall be possible to control the drive either directly from the
microprocessor front (local) or from the coal handling system control
room (remote).
ALARM CONDITIONS
Shall stop the drive and after a short time (say 1.5 sec) shall de-
energise the electric motor through an electric motor interlock.
Indication of what has happened shall be displayed on PLC and the
Common Alarm output shall be activated. An alarm condition shall
either a) prevent start of the power pack if the suction valve is
closed or b) cause a shutdown when running if low charge pressure
is sensed.
Warning Condition
Shall display what has happened and the Common Warning output
shall be activated. The drive shall continue to operate.
When the oil level in the tank goes below minimum, an alarm shall
be activated.
High pressure
If pressure rises to set level, a warning shall be activated.
ISSUE
R0
PRAYAGRAJ POWER GENERATION COMPANY SECTION: D1.1
TCE5871A-H-563-001B
LIMITED SHEET 12 OF 20
3 X 660 MW PRAYAGRAJ SUPER THERMAL POWER
PROJECTAT BARA,UP
TITLE
• Adjust set point give desired speed between zero and maximum.
ISSUE
R0
PRAYAGRAJ POWER GENERATION COMPANY SECTION: D1.1
TCE5871A-H-563-001B
LIMITED SHEET 13 OF 20
3 X 660 MW PRAYAGRAJ SUPER THERMAL POWER
PROJECTAT BARA,UP
TITLE
a)
EMERGENCY STOP INPUT
Common alarm
Common warning
Drive started
Output shall be when the drive is started and during ramp down
time.
c)
SPEED INDICATION
A speed indication signal (4-20 mA) shall be sent to the Coal
handling system PLC.
ISSUE
R0
PRAYAGRAJ POWER GENERATION COMPANY SECTION: D1.1
TCE5871A-H-563-001B
LIMITED SHEET 14 OF 20
3 X 660 MW PRAYAGRAJ SUPER THERMAL POWER
PROJECTAT BARA,UP
TITLE
The actual speed from the hydraulic motor shall be fed back to the
controller and a PID regulator shall control the speed for an exact
and steady speed. The PID parameter shall be pre-set but shall be
suitable for altering site.
e)
WORKING PRESSURE
HYDRAULIC PIPING
(VI)
Hydraulic piping shall conform to the following specifications - for
pressure and return lines, cold drawn carbon steel seamless pipes
schedule 80 (DINA519), which can withstand a working pressure upto
350 bar and for the case and drain lines, cold drawn carbon steel
seamless pipes schedule 40 (DINA519), which can stand a working
pressure upto 270 bar. Hoses for high pressure and return lines (upto
350 bars) should conform to SAE 100 R13 and those for case and drain
lines should conform to SAE 100 R1.
2.5 MOTORS
2.5.1 All motors shall be slipring or squirrel cage induction motors based on the
application & duty. When slipring motor are included the same shall be
complete with resistance in rotor circuits. All motors shall be suitable for
operation on 415 Volts, 3 Phase and 50 Hz AC system. Starting torque of
all the motors shall be minimum 160% of the full load torque.
2.5.2 The long travel motor and slewing hydraulic motor shall be suitable for
reversing, plugging control, frequent starting and mechanical braking
duties and shall meet all the requirements of IS: 3177. Whenever electric
braking is provided, motors shall withstand electric braking duty also.
2.5.3 The long travel motors shall have two speeds. Bucket wheel and boom
conveyor drives shall be of reversible hydraulic type.
2.5.4 Thrustor brakes shall be operated by totally enclosed squirrel cage
induction motors suitable for operation on 415 Volt, 3 phase, 50Hz AC
system.
ISSUE
R0
PRAYAGRAJ POWER GENERATION COMPANY SECTION: D1.1
TCE5871A-H-563-001B
LIMITED SHEET 16 OF 20
3 X 660 MW PRAYAGRAJ SUPER THERMAL POWER
PROJECTAT BARA,UP
TITLE
2.5.5 All motors shall conform to the requirements specified in the Electrical
Volume – IV A.
2.6 CONTROL
2.7 CONTROLLERS
Separate controllers shall be provided for long travel, turn table drive and
boom. In addition, control shall be effected through telemetry.
2.8 PROTECTION
2.8.1 All protections like heap collision, travel limit exceeded, wind velocity
high, etc. required for the safety of the equipment and operating
personnel shall be provided for stacker cum reclaimer. The details of such
protections provided shall be submitted for Purchaser’s approval.
2.8.2 An emergency pull wire rope with switches and local LED indication shall
be provided for stopping the conveyor (s) in the event of emergency.
Pulling of this rope shall actuate limit switches, which in turn shall trip the
conveyor(s). In addition, when pulled this pull wire rope shall give alarm to
control room and flickering indication shall also be displayed in the MMI.
2.9.2 Long travel motors start only when the rail clamps are released.
ISSUE
R0
PRAYAGRAJ POWER GENERATION COMPANY SECTION: D1.1
TCE5871A-H-563-001B
LIMITED SHEET 17 OF 20
3 X 660 MW PRAYAGRAJ SUPER THERMAL POWER
PROJECTAT BARA,UP
TITLE
2.9.3 Long travel motors will start only when the stacker cum reclaimer is
released from the storm anchors.
2.10.1 Automatic reset type of limit switches shall be provided to prevent over-
travel for each of the following motions :
2.10.2 For the motions listed at 2.10.1(b) and (c) above, there shall be back up
limit switches. In case normal limit switches fail, a visual & audible alarm
shall be initiated. For long travel extreme ends, a back up emergency limit
switch shall be provided on operation of which all drive motors of all
motions shall stop till the emergency limit switch is reset manually.
Minimum 1 “NO” and 1 “NC” spare contacts shall be provided for future
use.
2.11.2 3 (three): Swivel type flood light fittings of 400W mercury vapour lamps
complete with all accessories mounted conveniently. One (1) No.
mounted on the cabin so that the lamp can be focussed by the operator
on the boom and bucket wheel and two (2) Nos. mounted on the left and
right side of the stacker cum reclaimer for the long travel of stacker cum
reclaimer along the track.
2.11.7 4 (four): 3 pin, 240V, 15A single phase, polarised interlocked type power
receptacles, located one each in the operator’s cabin, E – house, middle
of boom conveyor gantry and on the super structure respectively.
2.11.9 All lighting fixtures except the one mounted in cabin and power
receptacles shall be dust and water proof suitable for outdoor use.
2.12 GI conduit for power and control circuits shall not be less than the size
recommended by Indian Electricity Rules for the size of conductors
proposed to be installed therein. The entire conduit system shall be so
installed that any moisture will be drained away from the terminal boxes
and electric devices. No conduit of size smaller than 19 mm diameter
shall be used. Power wiring and control wiring shall be kept in separate
conduits wherever necessary.
2.13 The trailing H.T power cable shall be 3300V grade, stranded, annealed
tinned copper conductor, conductor screened, EPR insulated, insulation
screened, EPR inner-sheathed, with CSP outer sheath. The cable shall
generally conform to IS 9968 - Part II.
2.14 Cables running adjacent to resistor boxes where the temperature is high
shall have outer-sheath, which can carry higher temperature.
2.15 Power, control and trailing cables shall conform to the requirements
specified in the Electrical Volume – IV A.
2.16.1 Stacker cum reclaimer structure, motor frames and metal cases of all
electrical equipment including metal conduit and cable guards shall be
effectively earthed. Insulated rubber mats shall be provided in front of the
panels.
ISSUE
R0
PRAYAGRAJ POWER GENERATION COMPANY SECTION: D1.1
TCE5871A-H-563-001B
LIMITED SHEET 19 OF 20
3 X 660 MW PRAYAGRAJ SUPER THERMAL POWER
PROJECTAT BARA,UP
TITLE
2.16.2 The arrangement to connect the earth bus of the stacker cum reclaimer to
the earth grid on the ground shall be furnished and this shall be subject to
Purchaser’s approval.
2.18.1 A public address system shall be provided for stacker cum reclaimer. This
system shall have two loud speakers, one located on the superstructure
and the other in the operator’s cabin. Two hand sets shall be provided
one of the handsets shall be located in operator’s cabin and the other at
convenient place for the use of men working at lower elevation of stacker
cum reclaimer.
2.18.2 Public address system shall consist of built-in amplifier, hand sets, loud
speakers, etc. suitable for location in a dusty atmosphere.
Auxiliary supply required for 3.3KV breaker & 415 V breaker shall be
tapped through suitable V.Ts with protective features on both HT and LT
side from the incoming side of breaker.
ISSUE
R0
PRAYAGRAJ POWER GENERATION COMPANY SECTION: D1.1
TCE5871A-H-563-001B
LIMITED SHEET 20 OF 20
3 X 660 MW PRAYAGRAJ SUPER THERMAL POWER
PROJECTAT BARA,UP
TITLE
2.20.1 Provision for emergency push button for HT and LT shall be included.
2.20.2 Festooning cables shall have dust tight ceiling arrangement with
provision for opening for periodical cleaning.
2.20.3 Panel wiring in electrical house and operator’s cabin shall conform to the
Volume IVA of the specification for control panel, 6.6kV and 415V
switchgear.
2.20.8 Provision for Electric hoist arrangement and chain pulley blocks etc.
shall be provided.
2.20.10 Dedicated siren system with LED type warning lamps shall be provided.
ISSUE
R0
SPECIFICATION NO. TATA CONSULTING ENGINEERS LIMITED SECTION D-1.1 DS-A
DATA SHEET - A
TCE 5871A-H-563-001B
SL.NO.
12.1 EFFECTIVE STOCK PILE HEIGHT M (AS PER THE BID DRAWING)
ABOVE GRADED LEVEL
DATA SHEET - A
TCE 5871A-H-563-001B
SL.NO.
12.2 WIDTH OF STOCK PILE AT THE M (AS PER BID DRAWING)
BASE
15.0 MINIMUM SLEWING ANGLE OF Degrees MINIMUM 210 DEG ± 105 DEG
BOOM OF STACKER CUM ON EITHER SIDE
RECLAIMER
DATA SHEET - A
TCE 5871A-H-563-001B
SL.NO.
22.0 NOTES
22.1 Reclaiming capacity is the capacity that is arrived based on averaging over a period of
4 hours operation.
22.2 Rail fixtures and rail interconnecting structural members at suitable intervals shall be
included in the Bidder’s scope. These shall be suitable for continuous beam type
supports.
DATA SHEET - A
TCE 5871A-H-563-001B
SL.NO.
22.3 Though independent power packs for bucket wheel & slew mechanisms have been
specified, alternatively Bidder can offer common power pack for bucket wheel & slew
mechanisms.
22.3 Performance test for stacker shall be conducted for a period of minimum twelve (12)
hours (spread over 4 days) over the entire height of cross section of stockpile for a
particular length of stockpile. During the test, boom should not experience any undue
vibrations.
22.4 Performance test for reclaimer shall be conducted for a period of minimum twelve (12)
hours (spread over 4 days) the entire height of cross section of stockpile for a particular
length of stock pile. During the test boom should not experience any undue vibrations.
22.5 In the reclaiming mode, it should be possible to cleanly reclaim from the pile nearest to
the rails also.
22.6 The integrator conveyor scale for boom conveyor shall be provided such that at any
point of time it indicates material stacked or reclaimed.
22.7 Automatic operation of stacker cum reclaimer with programmer logic controller shall be
provided in addition to manual control through PLC. There shall be auto manual
selector key for the operation of stacker cum reclaimer.
22.8 The drive of bucket wheel shall be suitable for inching operation. There shall be
separate inching push button to control the motion of bucket wheel during maintenance.
22.9 Electric house (switchgear room) should be completely closed and provided with
window type air conditioner of 2 TR capacity.
22.10 Window type air conditioner of 1.0 TR capacity shall be provided in the operator’s cabin.
22.11 Separate enclosure shall be provided near the electrical house for storing the tools,
welding sets and other consumables like grease, oil, etc. with lock and key.
a) Operating Km/hr
b) Non-operating Km/hr
3.0 CONVEYORS
a) Type
b) Mode of operation
4.3 Material
5.7.2 Bucket
5.8 DRIVE
5.8.1 Type
5.8.2 Rating kW
7.1 Type
7.2 Location
8.0 SLEWING
9.0 VOID
10.0 BRAKES
10.1 Type & make of brakes of different motions A disc brake (parking) and Elecro
hydraulic Thruster brake
11.2.1 Gears
11.2.2 Pinion
11.2.3 Shafts
12.2 Type
12.3 Make
a) 6600V
b) 415V
14.3 Type
14.4 Size
17.0 HT BREAKER
During Detailed Engineering
18.0 LT BREAKER
19.0 MOTORS
ELECTRIC HOISTS
21.8 PROVIDED
MISCELLANEOUS
21.9
Tool room provided
21.9.1
Portable fire extinguishers (Location and
21.9.2 Capacity)
1.1.1 Yard conveyors shall normally handle the material continuously at the rated
capacity as indicated in the respective data sheets. However for calculating
Brake kilowatt, a margin of 10% over the rated capacity shall be considered.
1.1.2 All the belt conveyors, feeders and all other equipment, etc. shall be provided
with electromechanical drives. .
1.1.3 The ratings of motors, sizes of gear boxes (for equipment with Electro
mechanical drives), couplings and pulleys for conveyors shall be standardized.
The different types of motors, gearboxes, couplings and pulleys of different
conveyors and of different types shall be limited to minimum possible.
1.1.4 The motor rating for all the equipment (of yard conveyors) shall have a minimum
margin of 10% over the BKW. The service factor for selection of gearboxes,
resilient couplings, flexible couplings (equipment with Electro mechanical
drives), brakes, etc. shall be 1.5 times minimum on the motor rating.
1.1.5 Speed reduction units for all equipment (with Electro mechanical drives) with
drive motor rating of above 10 kW shall be helical/bevel helical type. The gears
shall be hardened and ground type. Bevel helical or helical gearbox shall be
provided for screens to suit the layout. The gearboxes shall be provided with fan
cooling arrangement wherever required and water-cooling arrangement shall not
be provided.
1.1.6 The type of high speed coupling between motor and gearbox (for Electro
mechanical drives) shall be as follows:
1.1.7 For the scoop type fluid coupling, cooling arrangement with water shall not be
provided. Whenever, a equipment provided with HT motor, trips due to fault in
itself or due to tripping of succeeding conveyor/equipment, the fluid in the fluid
coupling shall be emptied by the scoop for disengaging the motor from the load
and the HT motor shall continue to run. The actuation time of the scoop tube
actuator shall be less than the coasting time of the succeeding
conveyor/equipment.
1.1.8 The couplings between gear box and driven equipment shall be of resilient type.
ISSUE
R0
1.1.9 All equipment drives including conveyors drives shall be capable of starting fully
loaded equipment.
1.1.10 All the bearing pedestals shall be of horizontal split type for easy inspection,
preferably with four bolt fixing.
1.1.11 Design of chute and hopper outlets should be such that wet and sticky coal shall
flow freely without arching / plugging of chutes. The sizes of chutes and hopper
outlets shall be large enough to achieve this. The chutes shall have preferably
semi-circular cross section nearer to feed points to conveyors so that the
material while feeding on conveyor can be centralized. The chutes shall be as
far as possible straight and where bends have to be provided a minimum side
plate angle of 65 deg and hopper side plate angle shall be minimum 65 deg.
1.2.1 The belt conveyors shall be designed based on IS-11592. The artificial
coefficient of friction shall be considered as 0.03 for calculating the power
requirement for conveyors.
(a) Minimum 0.15Kw for 1m length of skirt board and a belt speed of
1M/Sec.
1.2.3 Friction coefficient "μ" (between drive pulley and the belt) shall be considered as
0.35 for arriving at tight side /slack side tension.
1.2.4 All conveyor drives shall be single snub pulley drive with minimum angle of wrap
of 210 deg.
1.2.5 The radius of curvature for all conveyors shall be calculated as per IS: 11592.
However, while calculating radius of curvature for stacker cum reclaimers the
maximum tension (Tc max) at curve may be calculated based on 20% of the full
load. The head end of conveyor shall preferably be horizontal and horizontal
length of conveyor at head end shall be minimum 3 meters. The conveyor
preferably horizontal at tail end. However in the event, it is not possible to
maintain horizontal profile at tail end, bidder can considered inclined portion with
slope not exceed 6°. The maximum spacing of carrying idlers in the convex
curve portion of conveyor shall be limited to half the normal spacing of carrying
idlers.
1.2.6 Conveyors carrying (-) 20 mm size coal shall have a maximum inclination of
14°.
ISSUE
R0
1.2.7 For all conveyors, transition idlers of 5°, 15° and 20° shall be provided at either
end at spacing similar to other carrying idlers.
1.2.8 All inclined conveyors shall be provided with hold back in addition to brakes.
These brakes shall be used for adjusting the coasting time also where required.
1.2.10 VOID
1.2.11 Snub pulleys of all conveyors at head end shall be covered in the main
discharge chute.
1.2.12 The clearance between the bottom of the tail pulley and floor in junction tower
shall be adequate to avoid fouling of the return belt with spilled material and it
shall be minimum 500 mm. Also, a minimum clearance of 300 mm shall be
provided below tail snub pulley, wherever applicable.
1.2.13 For over ground conveyors, take-up shall not be provided in the pits. The takeup
shall be positioned so that the lower end of the takeup weight is not more than
1.5 m from the ground. Mesh guard around the take up weight for a height of 2.5
m shall be provided. Sand pit shall be provided at the GL. The counter weights
shall be cast iron of suitable size for easy handling.
1.2.14 The walkways shall be covered with chequered plate to avoid falling of material
below the walkway. Seal plate shall be provided at all road / railways and plant /
building crossings.
1.2.15 The coasting time of conveyors and feeders shall be adjusted such that the
material discharge and equipment shall have highest coasting time and the
preceding equipment shall have equal or lower in descending order.
2.1.1 Each belt conveyor shall be complete unit with the belt, carrying, return, self
aligning, transition, inverted troughing and impact idlers, pulleys, drive units, belt
cleaning devices, deck plate, head frame, tail frame, flight frames, take up, hold
back etc. for all inclined conveyors.
a) The fire retardant belt used for conveyor shall be carefully selected
considering the service requirements, loading cycle, loading and unloading
points. It shall be adequately designed to convey the required tonnage of
the material of specified lump size. The number of plies and tensile ISSUE
R0
strength shall be suitable for the performance required. The plies shall be
skim-coated and the belt shall be mill dew resistant.
b) The carcass shall have adequate strength and adequate number of plies
as specified in data sheet-A. Maximum allowable belt tension shall be
considered as 10% of the belt strength for EP belts. Maximum tension
during normal operating condition with load shall be considered for
checking against 90% of maximum allowable tension of conveyor belt and
Maximum tension during starting condition with load shall not exceed
150% of maximum allowable tension of conveyor belt. The cover shall be
of fire retardant type as per data sheet-A The cover thickness shall be as
specified in data sheet "A", The belt shall be constructed to facilitate
mounting and running on troughed idlers. The SUPPLIER shall include in
his supply sufficient length of belt to take care of field splicing. The belt
shall have enough edge rubber anchorage to resist end wear. The belts
shall be of molded edge construction and not cut edge type.
a) All idler rolls shall be manufactured from ERW tubes conforming to latest
edition of IS: 9295 or from seamless tubes conforming to IS: 3601 /BS-
1775. The bearing housings shall be of cast steel/HRDD for impact idlers
and HRDD for other idlers. Both the bearing housings shall be welded to
the rolls simultaneously. The maximum friction of each idler unit shall not
exceed 0.015.
b) The idler units shall be heavy duty, suitable for continuous operation at
high capacities. In the case of troughing idlers having rolls of equal length,
the rolls as well as the roll components shall be interchangeable. The
minimum roll size of idlers shall be as specified in data sheet "A" idlers
shall be as specified in data sheet "A".
c) The frames for all fixed type troughing units shall be steel or malleable
form with provision for securely bolting to the stringers of the conveyor
frames. All fixing bolts shall have spring washers. Slotted holes of 1.5D on
both sides of the frames shall be provided.
d) For the impact type units, the rolls shall be made of steel tube and
securely held in place. The rolls for all other troughing units shall be of
tubular steel construction. Idler spacing at loading points shall be reduced
to prevent excessive sag. The first impact idler shall be placed approx. 150
mm behind the loading point. The number of impact idlers at each feed
point shall be minimum 6. Each set shall contain 3 rollers. For other belt
ISSUE
R0
e) The thickness of the shell shall be as specified in data sheet A. Each roll
for all idlers shall be equipped with an approved type of anti-friction
bearings of ample capacity and shall have minimum double labyrinth type
seals for keeping the lubricant in and dirt out. The bearings and the sealing
devices shall be mounted in an internal structure that shall ensure
alignment, proper spacing and good support and minimise the size of the
lubricant chamber. Pivoted support for each self-aligning unit shall be
provided with an adequate means for pressure gun lubrication in case life
lubricated bearings as specified in data sheet-A. The idler bearings shall
be deep groove ball bearings double side sealed. Minimum life of all life
lubricate idler bearings shall be 50,000 working hours. The bearing
housing thickness at impact zone shall be 10mm thickness for all belts and
for other carrying and return rollers the bearing housing thickness shall be
5.5 mm. The external and internal labyrinth seals for all types of rollers
shall be Zamak and rain cap nylon-6, dust cover-CRCA/IS513.
Alternatively, Bidder can offer nylon-6 as the material of labyrinth and dust
cover for all idlers
f) Fixed type impact and carrying idlers shall be provided for all conveyors. In
these portions, where fixed type idlers are provided on the carrying side,
self aligning type return idlers shall also be provided. For return belt also,
same shall be applicable. For conveyors having belt width 1800mm, the
return and return training idlers shall be 2 roll 100 V-type. For horizontal
portion of conveyors, festoon type 100, 2 roll V-type return idlers shall be
provided. The return idlers shall be connected to the steel rod brackets of
minimum 16 mm diameter. Two sets of brackets shall be provided for each
idler for aligning and training of conveyor or belt. Wherever festoon type
return idlers are used, self aligning return idlers need not be provided.
However, on the carrying side of the belt, self aligning idlers shall be
provided even in portions where fixed type idlers are provided. The
spacing of V-type return idlers shall also be limited to 3m. However, the
spacing near the head pulley and tail pulley shall be less than 3.0m. All
self aligning idler units shall be offset castor cambers type with a pivoted
frame mounted on anti-friction bearings. Self-aligning idlers where
provided, on the carrying and return runs shall be placed about 15m from
each terminal or bend pulley and approximately 24.0m apart thereafter.
The supports for the self-aligning idlers shall be made of steel or malleable
iron with provision for securely bolting to the underside of the stringers.
The rolls for the other return idlers shall be mounted on sturdy steel or
malleable iron brackets bolted to the underside of the stringers. Bearings,
sealing devices, bearing mountings and lubrication arrangements for
return idlers of conveyor and all the belt feeder idlers shall be similar to
those outlined above.
ISSUE
R0
g) All idler rollers shall be painted with 2 coats of red oxide primer and two
coats enamel finish paint.
h) For a particular size of belt, each type of idler and their component shall be
identical to ensure inter changeability. All rollers of the same size shall also
be fully interchangeable.
a) All conveyor pulleys with HT drives (more than 200kW) shall be provided
with cast steel turbo diaphragm end disc. All other pulleys shall be
provided with MS hub welded with end disc and shell conforming to IS:
1891, the end discs shall be located to give minimum rim overhang. The
face of each pulley shall be smooth, wider than the contacting belt by 200
mm with a tolerance of + 3.0 mm on the nominal width. One
circumferential and two longitudinal rim welds per pulley shall be
permitted. The welds for pulley construction shall be ground smooth and
each shall develop the full strength of the plate. The load rating for the
pulleys shall be in accordance with the latest edition of BS-2890. All drive
pulleys snub pulleys and all other pulleys shall be in accordance with the
latest edition of BS-2890. All drive pulleys shall be lagged with an
approved herringbone groove rubber lagging. All other non-drive pulleys
shall be lagged with plain rubber of 10 mm thickness. The minimum
thickness of rubber lagging for drive pulley shall be 12 mm. Grooving shall
be designed to prevent material build up and provide maximum self
cleaning.
The width and depth of grooves shall be 6 mm spaced at 30mm interval.
The shore hardness of rubber shall be minimum 60 for drive pulleys and
55 for other pulleys. The shore hardness of drive pulleys shall be mounted
such that apex of the herringbone groove points in the direction that the
pulleys rotates. All lagging shall be accurately fitted and vulcanized to the
pulleys. For the drive pulleys the lagging shall be located to provide a belt
wrap on the drive pulley of not less than 2100. The drive pulleys of
reversible conveyors / feeders shall be provided with diamond lagging.
b) All drive and take-up pulleys shall be connected to the shafts through
keyless friction grip connection of approved make. The deflection of all
pulley shafts shall be limited to 1/2000 at the centre of the shaft. The
combined shear stress in the drive pulley shaft based on the normal torque
of driving motor shall not exceed 500 kg/sq.cm. The shaft diameter of drive
pulley shall be calculated considering both the above aspects and the
maximum diameter of the two aspects shall be adopted.
ISSUE
R0
Pulley shaft of 150 mm diameter and less shall be made of machined hot
rolled or turned and ground cold finished carbon steel. Pulley shafts larger
than 150 mm in diameter shall be made of carbon steel forging. All pulleys
shafts shall have a carbon content of not less than 0.35%. Each shaft shall
be amply proportioned for both strength and stiffness. Reduction of
diameter of the shafts at the bearings shall be permitted if the bearings for
the reduced sizes have the required life and load ratings.
c) All shafts shall be supported by heavy duty, horizontal split type pillow
blocks equipped with self aligning spherical roller bearings and adequate
sealing devices for keeping the lubricant in and dirt out. All pulley bearings
shall have a minimum life of 50,000 hours. All pulley bearings shall have
both ends fully covered except the drive side bearings of drive pulleys. The
bearings shall be an approved make. One bearing for each shaft shall be
fixed to prevent any movement of the shaft assembly and the other
bearing shall be floating to have free axial movement. All plummer blocks
for shafts less than 75mm diameter except drive pulley shafts may be
mounted on the supporting structure by just two bolts. All pillow blocks for
shafts above 75 mm shall have four mounting bolts. Pillow blocks for drive
pulley shaft less than 75 mm shall have four mounting bolts. Adjustable
screws with locking nuts shall be provided on each side of all plummer
blocks for aligning and holding pulley units. All plummer blocks shall be
mounted on machined surfaces supporting the full face of plummer block.
e) All bend, snub and tail pulleys shall be shell mounted with pulley rotating
and shaft being fixed. The shaft shall be mounted in the bearings inside
the pulley hubs. The shaft shall be fixed at ends completely. The shell shall
rotate over this fixed shaft.
ISSUE
R0
The sloping back of each transfer chute shall be spaced from the return belt to
permit use of a belt cleaning unit and arranged such that the dribbles shall be
returned to the same chute that is handling the main flow of material. On tail
pulleys, scraper shall be included on pulley contact surface of belt with
discharge chutes at approved locations. Dribble removal chutes shall be
provided according to the layout wherever required / feasible in order to return
dribble to the system or to displace it to points where it may be conveniently
shovelled back into the system to remove the coal dust scraped by internal
scrapers. The external belt cleaners shall be multi blade torsion arm type and
sprung blade type units as called for in data sheet-A.
The blade of the belt cleaner shall be made of spring steel so that the
cleaning is effective. The material of blade and construction of cleaner
shall be such that the blade shall lift in the event of any foreign material. .
ISSUE
R0
b) Each take up unit shall consist of a structural steel frame sliding up and
down on two vertical steel pipe guides, a take up pulley unit mounted on
anti-friction bearing pillow blocks bolted to the structural frame and
threaded counter weight rods secured to the lower edge of the structural
frame, each provided with two nuts and washer at their lower edge for
attaching counter weights. Suitable guards and a counter weight / box
shall also be provided by the SUPPLIER.
The sand pit shall have all around wire mesh of 2.5 m height above the
ground level. Each take up shall be provided with a marked up scale
beside the structural frame to monitor belt stretch. Each take up shall be
provided with a minimum travel of 2.5% of length of conveyor plus 600
mm for conveyors with E.P belts.
Provision for one (1) No. Electric hoist with monorail for each stream
shall be provided for handling take up pulleys and its counter weights for
all conveyors with vertical gravity take ups.
c) Each take up pulley, its shaft and bearings shall be as outlined in Clause
2.1.4 above.
All inclined conveyors shall be provided with integral cam roller type Holdbacks
to prevent reverse rotation of conveyor in the event of power failure. Holdbacks
shall be provided in the intermediate shaft of the gear box. Holdbacks of ratchet
and pawl type are not acceptable. Holdbacks shall be designed to prevent
reverse rotation of fully loaded belt under all weather conditions. Holdbacks
rating shall be 1.5 times the full load torque of the drive.
2.1.8 Brakes
2.1.9 Chutes, Skirtings, Switches, Frames, Deck Plates And Belt Housings
a) The SUPPLIER shall furnish all chutes, skirtings, rubber seals, felt
gaskets, housings, hanger rods, hanger rod end brackets and chute
supports as needed to provide the complete coal handling system outlined
in this specification.
ISSUE
R0
b) The chutes, skirtings and housing shall be welded and bolted units made
of structural steel plates, unless otherwise specified. All units shall be
made as dust tight as practicable. Bolted joints shall be provided with felt
gaskets. Provision for ready access to the interiors of skirtings, housing
and other possible trouble points shall be made by means of readily
removable, bolted on plates or by hinged and latched doors.
d) All skirt plates shall be made of steel plates having a minimum thickness of
10.0 mm. All cover plates for skirt boards shall be of 4.0 mm (minimum)
thick steel. Conveyor skirtings at loading points shall be equipped with
rubber dust flaps and polyurethane sealing strip, where needed to provide
a substantially dust tight job. The polyurethane blocks used for skirt board
sealing shall be made of 15 and 20 mm thick blocks for conveyors &
feeders respectively. These shall allow adjustment for wear in small
increments in any point along with conveyor belt, using only a hammer.
The backing plate shall be permanently fixed to skirt plate of the conveyor
belt. The clamp for polyurethane blade shall allow only downward
movements of blade and not upwards. The sealing block shall be
replaceable module. The skirtings below the crushers shall be equipped
with hinged adjustable deflector plates. Skirtings at discharge ends of all
conveyors shall be equipped with rubber dust flaps only. The length of skirt
boards at each feeding point shall be not less than 5.0 m from leading
edge of chute. Continuous skirt boards shall be provided wherever feeds
from multiple points on the one conveyor are involved.
ISSUE
R0
One (1) zero speed switch shall be provided for each conveyor at tail
pulley. The same shall be inductive-proximity contactless electronic type.
One no. chute block switch of proven type shall be provided at a suitable
height of each leg of the conveyors discharge chute.
i) Rope operated emergency stop switches, belt sway switches, zero speed
switches and all auxiliary switches shall be rated at break 10 Amps at
240V AC.
j) Lockable type de-interlock switch having three positions ‘interlocked’ ‘off’ &
‘de-interlocked’ shall be provided for each belt conveyor. The de-interlock
switch shall be located in the remote control panel. However, there shall
be local ‘start’, ‘stop’ push buttons for enabling starting / stopping of
conveyor in the ‘de-interlock’ mode. The local stop switch shall be lockable
type.
k) All switches indicated in clause (f), (g), (h) (I) & (j) above shall be of non
flame proof type with IP-65 protection.
ISSUE
R0
l) All stringers of conveyors and reversible belt feeders, head and tail pulley
frames shall be standard quality, welded, bolted, steel structures. Each
stringer selection, head frame and tail pulley frame shall be a welded self-
contained unit ready to be set in place and connected to the structures and
to adjacent conveyor parts. Attachment of the conveyor frames to the steel
supporting structures shall be by field bolting and to the concrete
structures by bolt anchors.
n) Dedicated siren system with LED type warning lamps shall be provided for
each conveyor.
Safety guards shall be provided for drive pulleys and tail pulleys of all conveyors
and feeders, couplings guards and brake drums of all conveyors.
All structural and civil design and drawing details shall be provided by bidder.
Civil & Structural works would be done by Purchaser.
3.1.1 Electronic in-line belt conveyor scale shall be complete with sensing element,
suspension system, speed sensor and integrating totaliser with rate indicator.
3.1.2 For the electronic scale, the load cell shall be fully temperature compensated,
hermetically sealed and protected against shock and vibration. The proximity
type speed sensor for speed signal shall be located suitably for reliable
operation.
3.1.3 The totalising shall be done by a eight digit digital totaliser. The totaliser and the
rate indicator shall be in a separate dust-tight unit. The rate indicator shall show
the readings in tonnes per hour.
ISSUE
R0
3.1.4 The accuracy shall be guaranteed as specified in data sheet ‘A’ from 20% of
average capacity of the conveyor to 120% of the average capacity of the
conveyor. Test weight for calibration shall be provided.
4.1 Necessary Provision for mounting monorails, chain pulley blocks / electric hoists
shall be provided for maintenance of all tail and head pulleys and drive
equipment of all conveyors and other equipment covered in the subject system.
4.2 VOID
4.3 Plant cleaning service water system piping shall be provided one (1) for each
conveyor all along the length of the gallery in the conveyor walkway adjacent to
extreme edge of the gallery. The service water headers shall be provided with
tap off points at 30 m intervals with isolating valves. One flexible hose of 25 m
length shall be provided in the gallery for each belt conveyor. The flexible hose
shall be of minimum 50 mm size and the pressure of water available at the
isolating gate shall be minimum 2 kg / sq.cm (g).
4.4 Provision shall be kept with platforms and ladders for crossing over the
conveyors at approximately 100m interval.
ISSUE
R0
DATA SHEET - A
REVERSIBLE YARD (TRUNK) CONVEYORS SHEET 1 OF 7
TCE 5871A-H-563-001B
2.1 Construction EP
DATA SHEET - A
REVERSIBLE YARD (TRUNK) CONVEYORS SHEET 2 OF 7
TCE 5871A-H-563-001B
3.4 Bearing type, size & life AS PER WRITE UP LIFE - 50,000
Hrs
3.7 The maximum friction of each idler SHALL NOT EXCEED 0.015
unit
5.0 Pulleys
DATA SHEET - A
REVERSIBLE YARD (TRUNK) CONVEYORS SHEET 3 OF 7
TCE 5871A-H-563-001B
5.5 Pulley shafts will be designed considering the combined shear stress as 500 kg/cm²or
deflection at hub limited to 8 min or shaft deflection ratio of 1 in 2000 in the middle of
the shaft with respect to bearing centre to centre whichever is higher.
5.6 Shafts will be supported on heavy duty, horizontal split type plummer blocks of 4 bolts
construction. The bearings will be self-aligning spherical roller type having a bearing life
of 50,000 working hours.
6.0 Accessories
6.1 Type and number of belt cleaners THREE (3) Nos. ON EACH
CONVEYOR. OUT OF THREE
TWO (2) WILL BE AT HEAD END
(EXTERNAL) AND ONE (1) AT
TAIL END (INTERNAL)
(a) HEAD END - ONE SPRUNG
BLADE TYPE MAIN SCRAPER
AND ONE TORSION ARM TYPE
PRE SCRAPER
(b) TAIL END - ' V ' PLOUGH
TYPE
6.2 Stringers and short supports MIN STRINGER SIZE – ISMC 150
MM
MIN SHORT SUPPORT –
ISMC100MM
DATA SHEET - A
REVERSIBLE YARD (TRUNK) CONVEYORS SHEET 4 OF 7
TCE 5871A-H-563-001B
DATA SHEET - A
REVERSIBLE YARD (TRUNK) CONVEYORS SHEET 5 OF 7
TCE 5871A-H-563-001B
AT A SUITABLE HEIGHT ON
EACH LEG OF THE CONVEYOR
DISCHARGE CHUTE ,
VIBRATING GRIZZLY FEEDER
BY PASS CHUTES , CRUSHER
FEEDING CHUTES AND MOBILE
TRIPPER CHUTES ALSO
7.0 Galleries
DATA SHEET - A
REVERSIBLE YARD (TRUNK) CONVEYORS SHEET 6 OF 7
TCE 5871A-H-563-001B
ON CONVEYORS BCN-1,2&
8A/8B
DATA SHEET - A
REVERSIBLE YARD (TRUNK) CONVEYORS SHEET 7 OF 7
TCE 5871A-H-563-001B
SL.NO. ITEM
1.1 Designation
3.0 Idlers
3.1 Make
3.2 Type
SL.NO. ITEM
5.0 Take-up
5.1 Type
SL.NO. ITEM
iv) Speed
v) Voltage
8.0 Chutes
10.1 Type
10.3 Spacing M
SL.NO. ITEM
11.1 Type
11.5 Accuracy
BELT CONVEYORS
2.0 Impact
ISSUE
R0
Belting
Minimum belt rating for all belts will be as per the table indicated below.
Conveyor No. BCN -7A/7B INTERMCONV OF RSTR-
1&2
Belt Rating(Min)
KN/M & No. of plies 2000/5 500/4
ISSUE
R0
Top cover thickness of all the belts shall be 5mm and bottom cover thickness shall
be 3mm. The cover grade shall be fire resistant as per Canadian standards. The
minimum factor of safety of belts during normal running operation shall be 10
whereas same shall be 6 during start-up. The rating indicated above is minimum.
However if higher rated belts have to be included considering the above factor of
safety, working and allowable tensions, same shall be included.
ISSUE
R0
1.0 INTRODUCTION
1.1 In this section the details of Stockyard dust suppression system (SYDS) and
cleaning water requirements as indicated in Data Sheet - A are furnished.
Water supply for DSS tank shall be provided by others at the inlet to the tank. It
should be possible to operate all the pumps both automatically and manually from
the coal handling system PLC located in the coal handling system compressor/
switch gear / control room cum pump (CHSCSCP) house. Whenever SYDS system
is put in operation, service water system for drive houses cleaning shall be
automatically put off using the solenoid operated valve.
The SYDS supply pumps located in the CHSCSCP house shall supply water for
SYDS system only when stacking and or reclaiming is taking place. Hence when
either stacking or reclaiming or both are taking place in a pre selected section of a
particular stock pile and or a different stock pile these pumps shall automatically
start supplying water to set of sprinklers located on either side of the particular stock
pile and or a pre selected section of a particular pile where the stacking/ reclaiming
is going on. When stacking and or reclaiming shifts to another section or to another
stockpile water supply shall also get shifted automatically to those particular set of
sprinklers located in the new areas where stacking and or reclaiming is taking place
In the section(s) of a particular stock pile.
ISSUE
R0
The SYDS pumps shall start automatically only when stacking and or reclaiming is
taking in a particular section of a stockpile or any other stockpile. When stacking
and or reclaiming is not taking place in any pre selected section of a particular stock
pile and or at any other stock pile the SYDS pumps shall not start automatically,
even if the water level in the DSS tank is at normal or high level. However if pre
spraying is to be carried out on pre selected section of a particular stock pile and or
a different stock pile then it should be possible to start one of the SYDS pumps
manually from the Coal handling system PLC. It shall be possible to start the pumps
locally using the selector switch position in “Local” and Start/Stop buttons available
at local panel for maintenance purposes. Sprinkler shall be mounted on the headers
to be buried. Sprinkler spacing shall be at 30metre interval.
The cleaning water system required for drive houses cleaning shall consist of tap
points (quantity and intervals specified elsewhere) located in each floor of drive
house and same piping network used for SYDS. The water required for the purpose
of cleaning shall be supplied from the SYDS supply pumps to these tap points.
3.2.5 For cleaning water requirement, one tap point with a flexible hose length of 25M on
each floor at drive houses shall be provided. Water consumption at each tap point
for plant cleaning purpose shall be considered minimum 6.25 litres per hour. 3.6
3.3 The all SYDS systems shall be started or stopped automatically from the coal
handling system PLC as described under system description. The SYDS pumps
shall be tripped automatically when a particular Stacker reclaimer is not operating.
local push buttons for maintenance purpose and pressure regulating units with start,
stop PBs, indication lamps, control wiring, interlocks, contactors, instrumentation,
etc., shall be provided.
4.0 LAYOUT AND SCHEME
ISSUE
R0
4.1 Two (2) Nos SYDS pumps (one working + one standby) along with other pumps (by
other) shall be located in CHSCSCP house. These pumps shall draw water from the
main above ground masonry water storage tank which will be located adjacent to
the CHSCSCP house.
4.2.5 SYDS equipment like pumps, valves, nozzles, pressure gauges, etc., shall be
located in such a manner that they are easily accessible for inspection and
maintenance.
4.2.6 The SYDS supply water pumps shall be provided with a bypass arrangement having
safety relief valve on the delivery line and shall be connected back to the tank.
4.2.7 At every spray application point, globe valve shall be provided before the spray
nozzle’s headers to control the water spray quantity. At every air application point
also globe valve shall be provided before the nozzle to regulate the pressure
manually if required.
4.2.8 A duplex strainer shall be provided at the delivery line of SYDS pumps.
4.2.9 SYDS provided for the coal stockyard shall have the following arrangements/facilities:
(a) Water distribution all along the stockpile shall be sectionalised to enable spraying
water over a selected length of 90 metres. All the water header pipelines shall be
buried underground so as to avoid obstruction for the movement of tractor dozers or
any other coal moving machinery in the stockyard and only stand post for spray
nozzles shall be provided above ground level. Such buried pipes shall be provided
with adequate protection to prevent corrosion.
(b) Sectionalising valves shall be provided at every 90 metres intervals between main
line header and section header for isolating depending on requirement. The
sectionalising valves shall be capable of automatic operation so that spraying of
water shifts from section to section.
(c) Sprinkler Spray nozzles shall be spaced at every 30 metres along both sides of the
stockpile. However, the nozzles on opposite side of the particular stockpile shall be
staggered. The headers on which the sprinklers shall be mounted shall be buried.
(d) Each sprinkler spray nozzle shall cover the area of 30 metres of stockpile length
with a water throw of 40 metres.
(e) The control for this D.S. system shall be provided in the coal handling system
switchgear / control room cum pump house itself.
(f) The tap off points shall be provided on the main header between two sprinklers with
suitable isolation valves. The size of the tap off points shall be equal to the size of
the branch lines to be provided for each sprinkler. The minimum height of the tap off
points above the ground level will be 1.0 M. These tap off points shall be used with
ISSUE
R0
4.3 Cleaning water system for drive houses shall have the following arrangements /
facilities:
4.3.1 Cleaning service water piping which is the same as the piping used for SYDS shall
be routed at suitable elevation all round on each floor of drive house with isolating
tap off point at each corner of the drive houses.
4.3.3 Each tap off point also contain isolating ball valve with quick connecting coupling to
enable fixing hoses for both water and air cleaning.
4.3.4 Each flexible hose for water and air cleaning will be of 25 metres length.
4.3.5 Each drive house shall be provided with a box for storage of the hoses. The storage
shall be provided with safety latches and locks.
4.4 The following shall be included in the scope of the Bidder unless otherwise
mentioned elsewhere in the Specification for the dust suppression system:
4.4.1 Pumps indicated under Sl.No.1.2 above complete with drive motors, base frame
foundation bolts and nuts, suction pipe line with isolating valve etc.
4.4.4 All required interconnection piping works with fittings from the SYDS pumps
onwards, upto the application points.
4.4.5 All required valves and pressure gauges for proper operation of all SYDS system.
4.4.8 SYDS water piping which will also be used for cleaning service complete with tap
points, quick fix coupling & flexible hoses for plant cleaning purpose.
4.4.9 Supports & supporting structure for the pipelines, tanks, etc.
4.4.10 Initial fill of all consumables like oil, grease, etc., required for operation of the
equipment.
4.4.12 Any other equipment and / or material which are not specifically mentioned above,
but are required for completeness and trouble-free operation of the equipment /
system specified and also to ensure safe and satisfactory erection, testing,
commissioning and operation of the plant shall be included in the Bidder’s scope of
work.
ISSUE
R0
5.2.2 Air piping (impulse lines to instruments from main headers) for gauges, switches,
solenoid valves, etc. shall be of SS only
5.2.3 Hangers & supports for the piping shall be made of structural steel sections and shall
conform to good engineering practice. Hangers and supporting arrangements shall
be got approved from the PURCHASER / ENGINEER.
ISSUE
R0
DATA SHEET - A
TCE 5871A-H-563-001B STOCKYARD DUST SUPPRESSION SHEET 1 OF 3
SYSTEM AND CLEANING WATER
SYSTEM
SL.NO. DESIGNATION LOCATION
SYDS SYSTEM
1.0 TYPE OF DSS
1.1 No of flow activating stations
1.2 Dust concentration in surrounding
areas
1.3 No. of pressure reducing stations
1.3.1 Whether independently operable?
1.3.2 No. of regulators provided
1.3.3 Type of regulators
1.3.4 FLOW ACTIVATION STATIONS
(FAS)
1.3.5 TYPE OF OPERATION PROVIDED
FOR FAS
2.0 METHOD OF WORKING AND
DETAILED DESCRIPTION
FURNISHED?
2.1 WHETHER CLEANING WATER
REQUIREMENT OF DRIVE HOUSES
IS CONSIDERED FOR SIZING THE
PUMPS AND PIPING?
3.0 SPRINKLERS
3.1 Area covered by each sprinkler MxM
3.2 Spacing MM
3.3 Material of Nozzles
4.0 Details of Pumps
4.1 Make
4.2 Liquid handled
1.0 SCOPE
3.1 Pumps of a particular category shall be identical and shall be suitable for parallel
operation with equal load division. Components of identical pupms shall be inter-
changeable.
3.2 Flow rate versus head curve shall have a stable and continuously rising
characteristics towards the shut-off head. In case of unstable ( drooping)
characteristics the duty point shall be well away from the unstable region. Besides
the actual flow rate versus head curve, curves for minimum and maximum impeller
diameters shall also be shown.
3.3 The shut-off head shall be at least 110% of the differential head.
3.4 The required NPSH at duty point shall be at least one (1) metre less than the
Available NPSH.
3.5 The rating of the pump driver shall be the larger of the following:
a) The maximum power required by the pump from zero discharge to run-out
discharge at site climatic conditions.
b) 110% of the power required at the duty point at site climatic conditions.
ISSUE
R0
CONSULTANTS: TATA CONSULTING ENGINEERS LIMITED TCE FORM 329 R3
PRAYAGRAJ POWER GENERATION COMPANY
TCE.5871A-H- LIMITED VOLUME – IIA
563-001B
3 X 660 MW PRAYAGRAJ SUPER THERMAL POWER PROJECT SECTION: D 1.3.1
AT BARA,UP
TITLE
HORIZONTAL CENTRIFUGAL PUMPS SHEET 2 of 3
3.7 Pumps shall run smooth without undue noise and vibration. Noise level produced
individually or collectively shall not exceed 85 dB (A) measured at a distance of 66
metres from the source In any direction. The overall vibration level shall be as per
zones A and B of ISO 10816-1.
3.8 In case of fire water pumps, pumps and drivers with all the accessories shall meet
the requirements of Tariff Advisory Committee (TAC) or any other standard as
called for in data sheet A. pump type shall be approve by TAC.
4.1 In addition to static balancing, impeller and balancing drum shall be balance
dynamically at or near the operating speed.
4.2 Pump shall be provided with renewable type casing ring. Pump having capacity
1,000 M3 Hr and above shall be provided with impeller ring in addition to casing ring.
The hardness of impeller ring shall be 50 BHN higher than that of casing ring.
4.3 Pump casing shall be provided with drain and vent connection with plugged or valve
connection.
4.4 Bearing shall be oil-lubricated or grease-lubricated and shall have a life of 40,000
hours of working. In case of oil-lubricated bearing, constant oil leveller with
magnetic drain plug shall be provided.
4.5 Replaceable shaft sleeves shall be provided to protect the shaft where it passes
through stuffing box.
4.6 Stuffing box shall be of such design that it can be repacked without removing part
other than the gland and lantern ring.
4.7 Mechanical seals shall be provided if called for in data sheet –A. If required a
flushing line shall be furnished, complete with strainer and orifice, from the pump
discharge to the sealing face. When pumping liquid is not suitable for this purpose,
a flushing connection shall be provided so that it can be connected to an external
source. Auxiliary piping and plan shall be in accordance with appendix D of API
610.
ISSUE
R0
CONSULTANTS: TATA CONSULTING ENGINEERS LIMITED TCE FORM 329 R3
PRAYAGRAJ POWER GENERATION COMPANY
TCE.5871A-H- LIMITED VOLUME – IIA
563-001B
3 X 660 MW PRAYAGRAJ SUPER THERMAL POWER PROJECT SECTION: D 1.3.1
AT BARA,UP
TITLE
HORIZONTAL CENTRIFUGAL PUMPS SHEET 3 of 3
The allowable loads on the pump nozzles shall be at least twice the values listed in
the relevant tables of API 610 without reference to any criterion. The base plate
shall be designed to cater to the above increased loads.
4.8 All pumps, except for back-pull out type, shall be provided with flexible coupling
Back-pull out type pumps shall be provided with spacer type coupling.
4.9 Coupling guard made of expanded metal and bolted to the base plate shall be
furnished for all coupled pumps.
4.11 In addition to accessories listed in data sheet A, any other accessories required for
safe and efficient operation of pump shall be provided.
4.12 All incidental piping and valves required for sealing, lubrication and cooling for
stuffing box packing and/or bearing of pump shall b furnished by the VENDOR.
4.13 Leakage from the pump shall be led to the nearest surface drain by OTHERS.
Pump VENDOR shall provide necessary arrangement like drip tray, base plate drain
connection etc.
5.1 Hydrotest pressure on casing shall be 1.5 times maximum discharge head or twice
differential head whichever is higher. ( Maximum discharge head = shut-off head +
maximum suction head). Unless otherwise stated in data sheet A, the hydrostatic
tests on the casing shall be conducted for a minimum duration of 30 minutes.
5.2 The pumps shall be tested as per IS 5120, at rated speed at MANUFACTURER’s
works to measure capacity, total head, efficiency and power. The negative tolerance
on efficiency shall be limited to 2.5% and not 5% as indicated in IS 5120. these
tests shall form the basis for acceptance of pumps except for vibration and noise.
The pumps shall tested be tested over the range covering from shut-off head of the
maximum flow. The duration of the test shall be minimum one (1) hour. Minimum
five (5) readings approximately equidistant shall be taken for plotting the
performance curves.
5.3 After installation, the pumps shall be subjected to testing at site also. If the site
performance is found not to meet the requirement regarding vibration and noise as
specified, the equipment shall be rectified or replaced by the VENDOR, at no extra
cost to the PURCHASER.
ISSUE
R0
CONSULTANTS: TATA CONSULTING ENGINEERS LIMITED TCE FORM 329 R3
PRAYAGRAJ POWER GENERATION COMPANY
TCE.5871A-H- LIMITED VOLUME – IIA
563-001B
3 X 660 MW PRAYAGRAJ SUPER THERMAL POWER PROJECT SECTION: D 1.3.1
AT BARA,UP
TITLE
HORIZONTAL CENTRIFUGAL PUMPS SHEET 4 of 3
portion thereof is liable for rejection, if it fails to give any of the guaranteed
performance parameters.
ISSUE
R0
CONSULTANTS: TATA CONSULTING ENGINEERS LIMITED TCE FORM 329 R3
SPECIFICATIO
N NO. PRAYAGRAJ POWER GENERATION COMPANY
TCE.5871A-H- LIMITED SECTION:
563-001B D1.3.1
3 X 660 MW PRAYAGRAJ SUPER THERMAL POWER
PROJECT AT BARA,UP
DATA SHEET A
SHEET 1 OF 4
HORIZONTAL CENTRIFUGAL PUMPS
* - BIDDER TO INDICATE
3.4 Viscosity CP }
}
3.5 Chemical Composition }
}
3.6 pH }
}
3.7 Total Dissolved Solids mg/1 }
3.9 Size of Largest Solids mm }
}
3.10 Turbidity ( REF. Note. 7.5) ppm }
}
3.11 Chlorides }
REV.No. R0 PPD.BY JOB NO. CLIENT : PPGCL
: RC
TCE. 5871A
PPD. BY CKD. PROJECT:3X660 MW– PHASE – I,
BY : BARA TPS
BVS
CHD. BY DATE:
OCT’10
SPECIFICATIO
N NO. PRAYAGRAJ POWER GENERATION COMPANY
TCE.5871A-H- LIMITED SECTION:
563-001B D1.3.1
3 X 660 MW PRAYAGRAJ SUPER THERMAL POWER
PROJECT AT BARA,UP
DATA SHEET A
SHEET 3 OF 4
HORIZONTAL CENTRIFUGAL PUMPS
}
3.12 Calcium Hardness as CaCO3 mg/1 }
}
3.13 Total Hardness as CaCo3 mg/1 }
PARTS MATERIAL
5.16 NOTES
6.0 The rating of the pumps motor shall be the larger of the following :
- a) 125% of the power input required at the pump duty point upto 200 kW rating
b) 110% of the power input required at the pump duty point beyond 200 kW rating.
6.1 The discharge head of pumps shall be fixed up considering the following
1. DESIGNATION
2. NUMBER OFFERED
7. NUMBER OF STAGES
15. SIZE mm
17. SIZE mm
TITLE
PROJECT AT BARA,UP
1.0 INTRODUCTION
1.1 In this section the details of stockpile runoff water from the catchment
area surrounding the stockyard have been furnished. Bidder’s scope
shall be as envisaged in Sec.C3 of Vol.IIA
All around each of the four stock piles longitudinal drains and cross
drains will be provided to receive the coal pile run off water and lead
the same to a common header drain leading to a common collecting
pond. This water mixed with coal (coal slurry) from all the drains shall
be led to a common collecting pond with two individual sections
separated by a partition. The header drain will be provided with a
bifurcation at the discharge end i.e. at the inlet to the common
collecting pond so that it gets divided in to two individual branch drains.
Each individual branch drain will be provided with a gate suitable for
operation in coal slurry at the inlet to individual section of the common
collecting pond. Each of the two sections of the common collecting
pond will be provided with provision for mounting a set of two (one
working +one standby) sump pumps by others. The water from the
main outlet header mixed with coal will be led to one of the two
sections of the common collecting pond through one of the branch
drains. The coal slurry containing coal and water shall enter the
particular section of the common collecting pond. In this section of the
common collecting pond, the clear water will float up allowing the coal
to settle down. This clear water mixed with Coal will be pumped off by
one of the two sump pumps located above the particular section of
common collecting pond to a clarifier (by others) located near the guard
pond. The location of the guard pond is furnished in the drawing No.
TCE.5871A-563-GA-1001,The coal that settles at the bottom of the
pond shall be removed manually. During the period of clearance of the
coal from this particular section of the common collecting pond, the
inlet gate on the other branch drain shall be opened and the coal slurry
shall be led to the other section of the common collecting pond which
would have been cleared of all the coal from the previous cycle of
stock pile run off water disposal to receive fresh slurry. The scheme of
water and coal disposal from this section of the common collecting
pond will be same as described earlier.
ISSUE
R0
TITLE
PROJECT AT BARA,UP
2.1 The capacity and the dimensions of the common collecting pond shall
be as given in data sheet – A. The depth of the collecting pond shall be
such that the distance between the maximum and minimum levels of
the slurry shall be considered for the capacity of the total coal slurry to
be stored inside the sump. Thus the capacity of the sump shall be
equal to length x width x distance between the maximum and the
minimum slurry levels in the collecting pond + the margin for free board
+ volume due to 100mm height above the lowest invert level of the
drains.
2.2 The top level of the pond shalll be about 100mm above the lowest invert
level of the feeding drain.
2.3 The gates to be provided in the branch drains shalll be suitable for
operation in slurry with out getting choked and shall be operated
manually.
2.4 The drains shall have a slope of minimum 1:100 to enable free and
easy flow of coal slurry with out choking and causing coal build up
inside the drains. The slope of the drains shall be such that the flow of
the coal slurry through out the network of drains, shall not cause any
build up or choking.
ISSUE
R0
5.17.2 SPINDLES, BOLTS AND NUTS : MILD STEEL AS PER IS:2062 LATEST
EDITION
5.17.3 FACE AND SEAT RINGS / TRIM AND : LEADED GUN METAL
SPINDLE NUTS
NOTE :
A) GUN METAL SHALL HAVE A TENSILE STRENGTH OF 22 KG/SQ.MM AND ELONGATION
OF NOT LESS THAN 12% ON A GAUGE LENGTH OF 5CM WHEN TESTED IN
ACCORDANCE WITH IS:2654 LATEST. THE MINIMUM HARDNESS SHALL BE 65 HB
WHEN TESTED WITH A 10MM DIAMETER BALL AND A LOAD OF 1000 KG WHEN
APPLIED FOR 15 SECONDS.
2.0 DIMENSIONS
2.1 Length M
2.2 Breadth M
2.3 Depth M
NOTE TO CONTRACTOR
1. ITEMS WHICH DEVIATE FROM THE SPECIFICATION SHOULD BE MARKED
WITHIN ASTERISK (*) (DETAILS TO BE GIVEN IN SCHEDULE OF DEVIATIONS)
2. THIS DATA SHEET WILL BE FILLED UP COMPLETELY AND A COPY WILL
BE ENCLOSED WITH EACH COPY OF THE CONTRACT SPECIFICATION.
SECTION D 1.5
LOW PRESSURE (LP) PIPING AND VALVES
PRAYAGRAJ POWER GENERATION COMPANY VOLUME IIB
TCE 5871A-H-563-
001B LIMITED SECTION: D1.5
3 X 660 MW PRAYAGRAJ SUPER THERMAL POWER SHEET 1 0F 11
PROJECT AT BARA,UP
TITLE
This Section covers the basic requirements for all the piping systems,
valves and specialties to be provided for the coal handling system
package.
The scope of work shall include all the piping work including various
types of valves, pipe fittings, and pipe supports for trouble free
operation. Broad scope is outlined below.
a) Service air piping from compressed air station to various
equipment and upto termination point for the other systems as
outlined in Section C3 of Volume – IIA of the specification.
d) All the fire hydrant, MVWS system pipelines with valves and
specialities within the battery limits of Coal handling system
package.
Any other piping & valves, which are not specifically mentioned
but essentially required for the system to be complete in all
respects.
3.1 Sizes of 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:
3.2 Lower values of velocities than those stated above shall be used to
determine line size if dictated by considerations of pressure drop,
NPSH, surges, water hammer, etc.
3.3 The design flows considered in line sizing shall not be less than the
rated capacities of equipment to which the piping is connected such
as pumps, compressors, valves, flow limiting orifices, etc., or, the
system mass balance diagrams.
4.0 MATERIALS
6.1 All pipelines with size greater than NB 50 mm are considered as shop
fabricated piping and detailed piping layout (isometric) drawings shall
be prepared and submitted for all such pipelines. The drawings shall
be to scale and shall be prepared as plan & sections and shall carry
the following minimum details:
6.1.4 Edge preparation details of weld ends, detailed and approved welding
procedure specification (WPS) as per ASME section IX.
6.1.7 Pipe sizes, materials, design parameters, and shop and field test
requirements.
6.3 Detailed bill of material shall be prepared for all piping systems. In
case of shop fabricated piping, the bill of material shall correspond to
the layout drawing prepared. The layout shall indicate the part
numbers as per the bill of materials.
6.4 While routing piping, the following requirements shall be taken into
account:
6.4.1 All piping shall be routed so as to avoid interference with other pipes
and their supports, electrical cable trays, structural members,
equipment, etc.
6.4.2 All piping shall be grouped where practicable and shall be routed to
present a neat and aesthetic appearance.
6.4.3 The piping shall be arranged to provide clearance for the removal of
equipment requiring maintenance and for easy access to valves and
other piping accessories required for operation and maintenance.
Layout drawings shall indicate valve orientations and availability of
access to valves and specialities. Layout of all piping shall ensure that
all valves including motor operated valves are located as to be
accessible conveniently for operation. Valves for operation and
maintenance shall have 1.0 m clear approach space. If any of the
valves are not accessible, suitable access platform shall be provided
by the SUPPLIER.
6.4.4 Piping shall generally be routed above ground but, where specifically
indicated/approved by the PURCHASER/CONSULTANT the pipes
may be arranged in trenches or buried. Pipes at working temperatures
above the ambient shall however not be buried.
6.4.5 Where steel piping is required to be buried, the pipe work shall be
protected from soil corrosion by suitable anti-corrosive treatment as
specified on the outer surface.
6.4.7 Drains shall be provided, at all low points and vents at all high points
as per actual layout regardless of whether the same have been shown
6.4.10 At all points where pipes pass through concrete floors or brick or other
walls, floor or suitable wall boxes with sufficient clearance shall be
provided. The SUPPLIER shall design and furnish the details of the
floor collars to the CONSULTANT/PURCHASER.
6.4.11 In the case of flanged pipe work, floor collars/wall boxes shall be large
enough to permit the passage of the flange.
6.5.1 All piping supports, guides, anchors, and with incidental structural
subframing shall be designed by the SUPPLIER.
6.6.2 Wherever pipe bends are employed for change of direction the same
shall be to a radius of 5 times the pipe diameter.
6.6.3 Mitred bends shall be adopted for piping systems upto a design
pressure 10 bar (g) only. Mitre angle shall not exceed 22.5 degrees.
6.6.4 Slip-on type of flanges shall be used only upto a maximum pressure
rating of ANSI 150 lbs.
7.2 Nominal pipes sizes and pipe outside diameters shall generally be as
per ANSI B36.10. In case of deviation SUPPLIER shall bring it to the
specific attention of PURCHASER/CONSULTANT for prior approval
stating reasons for the deviation.
10.0 WELDING
All welding, post and pre weld temperatures shall be as per the code
ANSI B31.1, ASME sections V VIII, IX, and I. Isometric drawings
indicating all the weld joints and the respective approved WPS shall
have to be furnished.
11.1 All pipes shall be hydrotested at shops for pressures as per standards
and all erected piping shall be tested 1.5 times the design pressure.
All other inspection requirements shall be as per the enclosed Data
sheet – A1.
11.2 All hot bent, forged, formed, fabricated and straight pipes shall be
cleaned, pickled or wire brushed and purged with air blast or shot/grit
blast to remove all sand and scale from the inner surface as indicated.
11.3 The Supplier shall carry out the following cleaning after hydrotest.
12.2 Before application of paint, Supplier shall clean the pipes of all mill
scale, dirt, dust, soot, grease, rust etc.
12.3 All pipe lines, piping components shall be adequately protected against
corrosion during manufacture, fabrication, shipment and storage by
appropriate protective paint.
13.1 Since Sand blasting is prohibited, as per Factories Act, pipe surfaces
shall be cleaned by any other cleaning method permitted by law. The
cleaning method to be adopted shall be informed to the purchaser.
15.0 VALVES
15.1.1 All gate and globe valves shall be of rising stem, outside screw and
yoke type. The design of valves shall ensure a streamlined passage
and gate valves shall have low pressure drop. The seats and discs
shall be easily renewable and/or shall be suitable for easy refacing
and grinding. Valve discs shall be of such design as to keep the seats
tight when the valve body is subjected to pressure, temperature
variations and piping stresses. Gate valves shall close in both flow
directions.
15.1.2 All globe valves shall be capable of being closed against pressure.
15.1.3 All valves end details shall be as specified in Data sheet-A2. In the
case of all end-welded valves, the stub ends of the valves shall project
from the valve body a sufficient amount to ensure that the welding
process shall not distort the valve body and internal parts.
15.1.4 For regulating valves of size less than 65 mm, globe type with tapered
plug type disc shall be used. For regulating valves of size greater than
65 mm, globe type with needle type disc shall be used
15.1.5 Hardness of disc seating surface shall be minimum of 350 BHN and a
minimum differential hardness of 50 BHN shall be provided between
disc and seat to prevent galling. This is not applicable for stellited
seats.
15.1.6 Check valves of sizes 400 mm NB and larger shall have dash pot
arrangement.
15.1.7 All gate and globe valves shall have back-seating arrangement to
facilitate easy replacement of packing with the valve in service.
15.1.9 Piston lift check valves shall have accurately guided pistons so that
the pistons are cushioned in their cylinders as they move up.
15.1.10 All gate, globe, Y-type and angle valves intended for manual operation
and falling under the following categories shall be equipped with a
gear operator for ease of operation and to ensure fast and tight
closure:
15.1.11 All gate valves of ANSI pressure rating class 150 and 300 shall have
solid or flexible wedge and ANSI pressure rating class 600 and
above shall have flexible or parallel slide type of wedge.
15.1.12 Valves with flexible wedge shall have provision for relieving the
pressure in the neck of the valve when the valve is in the closed
position.
15.1.13 All valves of ANSI pressure rating upto class 300 shall have bolted
bonnet construction. Pressure seal valves shall have stainless steel
inlay in the gasket area and silver-plated Soft Iron (SI) gaskets or
other acceptable proven features.
15.1.14 All carbon steel valves of ANSI pressure rating upto class 150 and
300 shall have stainless steel trim (13% Cr).
15.1.15 All valves of ANSI pressure rating of class 300 and higher shall have
yoke with anti-friction bearing arrangement.
15.1.18 Motor actuators for motor operated valves shall meet requirements
indicated elsewhere in the specification
16.0 CLEANING
17.1 Inspection and tests shall be as per the Quality Plans enclosed with
Section –C5 of Volume-IIA.
17.7 All valves except check valves shall be tested for seat tightness by air
at a pressure of 6 bar (g) on both sides of seat.
17.8 All check valves shall also be hydrotested at 25% of the seat hydro
test pressure.
17.9 All valves shall be checked for correctness in respect of specified end
details as per applicable standards.
NB
2.0 POTABLE 50 MM A53 GR.B ASTM ASTM TEFLON SCREWED
WATER & (WELD) A105 A105
SYSTEM BELOW
Notes
2.0 SERVICE >65NB ASTM A ASTM A ASTM A479 ASTM A47 FLANGED
AIR AND 216 216 GR. Type 410-2 Gr. 32510 RAISED
SERVICE GR.WC WCB FACE
WATER B
Notes: 1 Testing of body, seat and back seat shall be as per ANSI B16.34.
2. For water system covered under sl.no.1.0 and 2.0 and for sizes 150NB
and above, only gate valves shall be used. For all sizes less than
150mm, only ball valve shall be used.