Académique Documents
Professionnel Documents
Culture Documents
VOLUME
IF TECHNICAL CONDITIONS OF CONTRACT
& SCOPE ETC (4 SECTIONS)
JOB
Erection, testing
and
commissioning of
River/Canal water piping, Plant water piping/
ACW piping & DM water piping systems and
various balance piping systems, Equipments and
piping of Fire Protection system package
CAPACITY 2x660 MW
PROJECT Suratgarh Super Critical TPS, Rajasthan. StageV, Unit # 7 & 8.
VOLUME-IF-CML-REV-0
TENDER NO PSER:SCT:SRG-P1631:14
TECHNICAL CONDITIONS OF CONTRACT
PAGE 1 OF 19
CONTENT
CLAUSE
NO
1.0
2.0
3.0
4.0
5.0
6.0
7.0
8.0
9.0
10.0
11.0
12.0
13.0
14.0
15.0
16.0
17.0
18.0
19.0
20.0
21.0
22.0
23.0
24.0
25.0
26.0
27.0
28.0
29.0
30.0
31.0
32.0
33.0
34.0
35.0
36.0
37.0
38.0
39.0
40.0
41.0
42.0
43.0
44.0
45.0
46.0
47.0
DESCRIPTION
PROJECT SYNOPSIS AND GENERAL INFORMATION
SITE VISIT
NAME OF WORK
DEVIATIONS
DEWATERING
QUALITY CONTROL & QUALITY ASSURANCE
QUALITY ASSURANCE PROGRAMME
GENERAL TECHNICAL REQUIREMENTS (CODES AND STANDARDS)
METHOD OF MEASUREMENT
WORK & SAFETY REGULATIONS
SERVICES TO BE RENDERED BY THE BIDDER
PROTECTION
ERECTION SCHEDULE
CONTRACT MANAGEMENT
CONSTRUCTION MANAGEMENT
PROJECT PROGRESS REVIEW MEETINGS
SITE ORGANISATION
GENERAL GUIDELINES FOR FIELD ACTIVITIES
CERTIFICATE TOWARDS COMPLETION
PROJECT MANAGEMENT
GENERAL
COMMUNICATION
IMTE
TEST CERTIFICATE FOR T&P
ISSUE OF T&P
INSURANCE
FACILITIES TO BE PROVIDED BY BHEL/ CUSTOMER
AREA REQUIREMENT /OTHER FACILITIES TO BE PROVIDED BY
CONTRACTOR
CONSTRUCTION OF TEMPORARY OFFICE ETC
TOOLS AND PLANTS
TOOLS AND PLANTS TO BE PROVIDED BY BHEL (SHARED MACHINERY)
CONSUMABLE
COMPLETION PERIOD
CONSTRUCTION SCHEDULE
TAXES, DUTIES ETC
CONTRACT PRICE
PAYMENT TERMS
MOBILISATION ADVANCE
OVER RUN COMPENSATION
RATE REVISION & PRICE VARIATION COMPENSATION (PVC)
SECURITY DEPOSIT & PERFORMANCE BOND
EXTRA WORK FOR RECTIFICATION/ MODIFICATION
LIQUIDATED DAMAGES
GUARANTEE
RECONCILIATION OF BHEL ISSUED MATERIALS
OTHER TERMS
ANNEXURE-I (LIST OF T&Ps TO BE PROVIDED BY CONTRACTOR)
VOLUME-IF-CML-REV-0
TENDER NO PSER:SCT:SRG-P1631:14
TECHNICAL CONDITIONS OF CONTRACT
PAGE 2 OF 19
This volume shall be construed as part of tender document and shall be read along-with others
volumes of tender. Unless otherwise specified, in case of any confusion of any clause/ provision of
this volume or any conflict/ inconsistency of any clause/ provision of this volume with that of other
volume, the same shall be brought out by the bidder in writing to BHEL for clarification or during
pre-bid discussions, if applicable, failing which most stringent interpretation in favour of BHEL shall
be adopted and the same shall be binding to the bidder. Unless otherwise specified, all terms &
conditions shall be applicable for entire scope and for each part/ package of the tender.
CLAUSE
NO
1.0
1.1
DESCRIPTION
INTRODUCTION
Name of the Owner
Address
New Installation
Nearest
Railway : Suratgarh Junction Railway Station
Station
Nearest City/Town
: Suratgarh- 15 Km.
Sri Ganga Nagar- 100 Km
2.0
3.0
4.0
5.0
Maximum Temperature
: 50 deg. C.
Minimum Temperature
SITE VISIT
Contractor should visit site and acquire full knowledge and information about site
conditions. The bidder must visit site, to acquaint himself with the conditions
prevailing at site and in and around the plant premises at Suratgarh, together with all
the statutory, obligatory, mandatory requirements of various authorities before
submission of the bid.
NAME OF WORK
Erection, testing, commissioning etc of River/Canal water piping, Plant Water piping,
ACW piping(inside TG Bay) & DM water piping systems (DMCW,Condensate
Transfer, DM water make up etc) and various balance piping systems (instrument
air, service air, drinking water, service water piping etc), Piping /equipment of Fire
Protection system pkg. etc. at 2x 660 MW RRVUNL, STAGE-V, Unit# 7&8 at
Suratgarh Project, Rajasthan
DEVIATIONS
The bidder is required to submit deviations proposed by him with his offer in the
relevant schedule/ format without any ambiguity. Any assumptions, presumptions,
deviations etc. indicated or implied anywhere by the bidder except those indicated in
the deviation schedule/ format will not be recognized and will not form a part of
consideration / offer. In the absence of such filled-up schedule/ format, it will be
understood and agreed that the bidders offer is based on strict conformance to the
specification and no negotiation would be allowed in this regard. BHEL reserve the
right not to recognize any / all deviations submitted after opening of the bid.
DEWATERING
Contractor shall ensure at all times that his work area & approach/ access roads are
free from accumulation of water, so that the materials are safe and the erection/
progress schedule are not affected. No separate claim in this regard shall be
admitted by BHEL. No separate payments for dewatering of subsoil, surface water
or catchments water, if required, at any time during execution of the work including
monsoon period shall be considered by BHEL.
VOLUME-IF-CML-REV-0
6.0
7.0
7.1
7.2
7.3
7.4
7.5
7.6
7.7
7.8
7.9
7.10
7.11
7.12
7.13
7.14
7.15
8.0
8.1
TENDER NO PSER:SCT:SRG-P1631:14
TECHNICAL CONDITIONS OF CONTRACT
PAGE 3 OF 19
VOLUME-IF-CML-REV-0
8.2
8.3
8.4
8.5
9.0
9.1
9.2
9.3
9.4
9.5
9.6
9.7
9.8
10.0
11.0
11.1
11.2
11.3
11.4
TENDER NO PSER:SCT:SRG-P1631:14
TECHNICAL CONDITIONS OF CONTRACT
PAGE 4 OF 19
VOLUME-IF-CML-REV-0
11.5
11.6
11.7
11.8
11.9
11.10
11.11
11.12
11.13
11.14
TENDER NO PSER:SCT:SRG-P1631:14
TECHNICAL CONDITIONS OF CONTRACT
PAGE 5 OF 19
specification.
Deployment of all erection tools & tackle, construction machinery, transportation
vehicles and all other implements in adequate number and size, appropriate for the
erection work to be handled under scope of this specification except otherwise
specified.
Supply of all consumables, eg welding electrodes, cleaning agents, diesel oil,
lubricant etc as well as materials required for temporary supports, scaffolding etc as
necessary for such erection work, unless specified other wise.
Providing support services for the contractor's erection staff eg construction of site
offices, temporary stores, residential accommodation and transport to work site for
erection personnel, watch and ward for security and safety of the materials under the
Contractor's custody etc. as required.
Maintaining proper documentation of all site activities undertaken by the contractor
as per the proforma mutually agreed with BHEL, submitting monthly progress
reports as also any such document as and when desired by BHEL/ owner, taking
approval of all statutory authorities eg Factory Inspector, Provident Fund authority
etc. for respective portions of work under the jurisdiction of such statutes of laws.
As part of overall project management activity, the contractor shall be responsible for
proper co-ordination of erection activities during various phases of execution of the
contract. The contractor shall identify a person designated as construction manager,
with whom BHEL shall interact on matters related to execution of the contract. The
construction manager shall be the single point contact person on behalf of the
contractor. BHEL shall interact with the construction manager only on all matters on
co-ordination between BHEL and the contractor. For timely completion of work the
contractor may have to work in one or more shifts. He will not be eligible for any
extra charge on this account.
The contractor shall confine all his field operations to those works which can be
reformed without subjecting the equipment and materials to adverse effects, during
inclement weather conditions, like monsoon, storms etc and during other
unfavourable construction conditions. No field activities shall be performed by the
contractor under conditions which might adversely affect the quality and efficiency
thereof, unless special precautions or measures are taken by the contractor in
proper and satisfactory manner in the performance of such works and with the
concurrence of the engineer. Such unfavourable construction conditions in no way
relieve the contractor of his responsibility to perform the works as per the schedule.
The contractor shall supply all the skilled workmen like mill-wright fitters, welders,
gas cutters, electricians, riggers, serangs, erectors, carpenters, pipe fitters, masons,
laggers, tin-smiths, instrument machanics etc, in addition to other skilled, semiskilled and unskilled workmen required for all works of handling and transportation
from site store to erection site, erection, testing and commissioning contemplated
under this specification. Only fully trained and competent men with previous
experience on the job shall be employed. They shall hold valid certificates wherever
necessary. BHEL reserve the right to decide on the suitability of the workers and the
other personnel who will be employed by the contractor. BHEL reserves the right to
insist on removal of any employee of the contractor at any time, if they find him
unsuitable and the contractor shall forthwith remove him.
The supervisory staff employed by the contractor shall be technically qualified and
experienced in the area of work. They shall ensure proper out turn of work and
discipline on the part of labour put on the job by the contractor and in general see
that the works are carried out in a safe and proper manner and in coordination with
other labour and staff employed directly by BHEL or other contractors of BHEL and
BHEL's client.
The contractor shall also furnish daily labour report showing by classification the
number of employees engaged in various categories of work a progress report of
work as required by BHEL engineer.
The work shall be executed under the usual conditions affecting major power plant
construction and in conjunction with numerous other operations at site. The
contractor and his personnel shall co-operate with other personnel, and other
contractors, co-ordinating his work with others and proceed in a manner that shall
VOLUME-IF-CML-REV-0
11.15
11.16
11.17
12.0
12.1
12.2
12.3
12.4
13.0
13.1
13.2
14.0
15.0
15.1
15.2
TENDER NO PSER:SCT:SRG-P1631:14
TECHNICAL CONDITIONS OF CONTRACT
PAGE 6 OF 19
VOLUME-IF-CML-REV-0
16.0
16.1
16.2
16.3
17.0
17.1
17.2
17.2.1
17.2.2
17.2.3
17.2.4
17.3
17.4
18.0
18.1
18.2
18.3
TENDER NO PSER:SCT:SRG-P1631:14
TECHNICAL CONDITIONS OF CONTRACT
PAGE 7 OF 19
VOLUME-IF-CML-REV-0
18.4
18.5
18.6
18.7
18.8
18.9
18.10
18.11
18.12
19.0
20.0
20.1
20.2
TENDER NO PSER:SCT:SRG-P1631:14
TECHNICAL CONDITIONS OF CONTRACT
PAGE 8 OF 19
with individual contractors or with selected number of contractors and in such a case
the contractor, if called will also attend such meetings.
Time is the essence of the contract and the contractor shall be responsible for
performance of his work in accordance with the specified construction schedule. If at
any time the contractor is falling behind the schedule, he shall take necessary
action to make good of such delays by increasing his work to comply with the
schedule and shall communicate such action in writing to the engineer, satisfying
that his action will compensate for the delay. The contractor shall not be allowed any
extra compensation for such action.
The engineer shall however not be responsible for provision of additional labour and
or materials or supply of any other services to the contractor except for the coordination work between various contractors as set out earlier.
The works under execution shall be open to inspection & supervision by BHEL's /
Owner's engineer at all times. The contractor shall give reasonable notice to BHEL
before covering up or otherwise placing beyond the reach of inspection any work, in
order that same may be verified, if so desired by owner/ BHEL.
Every effort shall be made to maintain the highest quality of workmanship by
stringent supervision and inspection at every stage of execution. Manufacturer's
instruction manual and guidelines on sequence of erection and precautions shall be
strictly followed. Should any error or ambiguity be discovered in such documents the
same shall be brought to the notice of BHEL's engineer. Manufacturer's
interpretation in such cases shall be binding on the contractor.
The contractor shall comply with all the rules and regulations of the local authorities,
all statutory laws including Minimum Wages, Workmen Compensation etc. All
registration and statutory inspection fees, if any, in respect of the work executed by
the contractor shall be to his account.
All the works such as cleaning, checking, levelling, blue matching, aligning,
assembling, temporary erection for alignment, opening, dismantling of certain
equipment for checking and cleaning, surface preparation, edge preparation,
fabrication of tubes and pipes as per general engineering practice at site, cutting,
grinding, straightening, chamfering, filling, chipping, drilling, reaming, scrapping,
shaping, fitting-up, bolting/ welding, etc as may be applicable in such erection and
necessary to complete the work satisfactorily, are to be treated as incidental and the
same shall be carried out by the contractor as part of the work.
It is the responsibility of the contractor to do the alignment etc if necessary,
repeatedly to satisfy engineer, with all the necessary tools & tackles, manpower etc.
The alignment will be complete only when jointly certified so, by the contractor's
engineer and BHEL. Also the contractor should ensure that the alignment is not
disturbed afterwards.
Equipment and material, in case wrongly installed, shall be removed and reinstalled
to comply with the design requirement at the contractor expense, to the satisfaction
of BHEL/ owner.
After identification of erection materials by BHEL at BHEL's store/ storage yard, it
shall be the responsibility of the contractor to take delivery of materials from BHEL's
store/ storage yard by contractor's own manpower and re-stack the leftover
materials as per erection sequence at BHEL store at their own cost. The entire
activities are to be carried out under supervision of BHEL's MM engineer.
CERTIFICATE TOWARDS COMPLETION
The work under the scope of the contractor will be deemed to be completed in all
respects only when so certified by BHEL. The decision of BHEL shall be final and
binding on the contractor.
PROJECT MANAGEMENT
The successful bidder will have to establish computerised project management
system and the following are the essence of the system.
The successful bidder will have to establish computerised system to integrate with
BHELs existing system and requirement for Material management system and
SOMS software system.
Still colour photography (matt paper, post card size, max 10 nos per month of
contract execution period) depicting progress of work, damage to the machine parts
VOLUME-IF-CML-REV-0
20.3
20.4
21.0
21.1
21.2
21.3
21.4
21.5
21.6
21.7
22.0
23.0
24.0
25.0
26.0
26.1
26.2
26.3
TENDER NO PSER:SCT:SRG-P1631:14
TECHNICAL CONDITIONS OF CONTRACT
PAGE 9 OF 19
VOLUME-IF-CML-REV-0
26.4
26.5
26.6
26.7
26.8
27.0
27.1
27.1.1
27.1.2
27.2
27.2.1
27.2.2
27.2.3
27.2.4
TENDER NO PSER:SCT:SRG-P1631:14
TECHNICAL CONDITIONS OF CONTRACT
PAGE 10 OF 19
and unloading at place of work and during erection and commissioning till trial
operation completion including handing over. The above report shall be as
prescribed by BHEL site management. Any consequential loss arising out of noncompliance of this stipulation will be borne by bidder.
The bidder will take necessary precautions/ due care to protect the material at
Project site, while in his custody from any damage/ loss till the same is handed over
to BHEL/ customer at Project site. For lodging/ processing of insurance claim the
bidder will submit necessary documents. BHEL will reserve the right to recover the
loss from the bidder as detailed below in case the damage/loss is due to negligence/
carelessness on the part of the bidder. In case of theft of material under bidder's
custody, the same shall be reported to police by the bidder immediately and copy of
FIR and subsequently police investigation report shall be submitted to BHEL
/customer for taking up with insurance. However this will not relieve the bidder of his
contractual obligation for the materials in his custody.
In case the damage/loss/theft of materials are attributable to negligence/failure in
discharging the duties and obligations of the bidder, the expenses incurred for
repair/replacement of such components in excess of the amount realized from the
underwriters, limited to Normal Excess (Deductible Franchise) shall be recovered
from the bidder.
In case the claim is summarily rejected by the underwriters due to WILFUL
NEGLIGENCE of the bidder, the entire cost of repair/ replacement will be recovered
from the bidder.
It will be responsibility of the bidder to replenish the items lost/ damaged in time
without hampering the schedule of work and without waiting for settlement of
insurance claim. Amount received from the underwriters on settlement of insurance
claim shall be passed on to the bidder as and when available.
Other conditions of Insurance shall be as per relevant clause of GCC.
FACILITIES TO BE PROVIDED BY BHEL/ CUSTOMER
FIELD/ SITE OFFICE
The contractor shall make his own arrangements for field office and stores for
accommodating necessary equipments, tools room for execution of the work. Only
open space will be provided by BHEL / customer, free of charges within the project
premises as per the availability of space.
In addition to his site office, the contractor shall arrange a temporary store near the
site of erection for temporary storage of small materials like fasteners, gaskets, valve
and fittings and other instruments. The necessary structural steel, sheeting, racks
etc. for this work shall be arranged by the contractor at his cost.
On completion of work, all the temporary buildings, structures, pipelines, cables etc.
shall be dismantled and leveled and debris shall be removed as per instruction of
BHEL by the contractor at his cost. If contractor is failed to do so, BHEL will get the
job done through other agency and the cost will be recovered from the contractor.
The decision of BHEL Engineer in this regard shall be final. However, the scope of
dismantling and leveling the area is limited only to the contractors site office, yard
and other spaces occupied by the contractor.
LAND
The contractor has to plan and use the existing land inside the Project Premise
considering the use of land by other Civil /mechanical/ electrical contractors and the
storage of plant machineries and materials. The existing land shall be shared by all
erections agencies. Land will be allocated with certain time frame and to the extent
available/ considered necessary, and will be reviewed by BHEL depending upon the
area availability
Land for labour colony near Project Premise may be available free of cost from
owner , the contractor shall construct labour colony/ hutment as per his requirements
after obtaining approval of formalities from statutory body.
The contractor will be responsible for handing back all lands, as handed over to him
by BHEL/RRVUNL.
Land within plant premises for fabrication, batching plant, office, storage area etc. for
construction purpose shall be provided as per availability free of cost.
VOLUME-IF-CML-REV-0
27.2.5
27.2.6
27.3
27.3.1
27.3.2
27.3.3
27.3.4
27.3.5
27.3.6
27.3.7
27.3.8
27.4
27.4.1
27.4.1.1
TENDER NO PSER:SCT:SRG-P1631:14
TECHNICAL CONDITIONS OF CONTRACT
PAGE 11 OF 19
The contractor shall make his own arrangements for Site /field office and stores for
accommodating necessary equipments, tools room for execution of the work. Only
open space will be provided by BHEL / customer, free of charges within the project
premises as per the availability of space.
On completion of work, all the temporary buildings, structures, pipelines, cables, etc.
shall be dismantled and leveled and debris shall be removed as per instruction of
BHEL by the contractor at his cost. In the event of his failure to do so , the same will
be arranged to be removed and expenditure thereof will be recovered from the
contractor. The decision of BHEL engineer in this regard shall be final. However, the
scope of dismantling and leveling the area is limited only to the contractors site
office, yard and other spaces occupied by the contractor.
WATER
BHEL will provide construction as well as drinking water at one point, within 500 m
from given work premises for works within the plant boundary, free of cost to the
contractor.
Further necessary network for construction & drinking water system shall be done by
the bidder at his own cost.
Contractor should arrange on their own, drinking water in their labour colony .
For works outside the plant boundary, bidder has to arrange water on their own cost.
However, if available from Inside plant boundary area, construction/drinking water
may be provided by BHEL to the vendor, if desired by vendor. Vendor has to make
necessary arrangement of distribution from this point to his work area out side plant
boundary at his own cost.
BHEL shall not be responsible for any inconvenience or delay caused due to any
interruption of water supply and the contractor shall claim no compensation for delay
in work for such interruption. Contractor may make standby arrangement for water
for which no separate payment shall be made by BHEL.
Contractor will have to arrange for storage of water to meet the day-to-day
requirement.
The availability of water (construction as well as drinking) in Suratgarh project may
be limited. Contractor shall ensure that no water is wasted. In this regard the
contractor shall take all necessary measure towards preservation of water.
ELECTRICITY
CONSTRUCTION POWER & GENERAL ILLUMINATION NETWORK (for works within
Plant boundary) :BHEL Shall Provide Construction Power free of charge at 415V level at desired point
(within 500 M from his workplace) within Plant boundary.
General illumination system shall be provided by BHEL for wotks within Plant
boundary. However, provision of suitable temporary lights at different working areas
for execution of the work & safety of workmen shall be provided by the vendor for his
specific individual working area, within the quoted rate. The illumination should be
such that minimum illumination requirement as specified by Indian standards for
general illumination is maintained
GENERAL:If any other voltage level (other than normally available) is required, the same shall
be arranged by the contractor from power supply as above. Contractor will have to
provide at his own cost necessary calibrated energy meters (tamper proof, suitably
housed in a weather proof box with lock & key arrangement) at point of power supply
along with calibration certificate from authorized / accredited agency for working out
the power consumption. In case of recalibration required for any reason the
necessary charges including replacement by calibrated meters is to be borne by the
contractor. Supply of electricity shall be governed by Indian Electricity Act and
Installation Rules and other Rules and Regulation as applicable. The contractor shall
ensure usage of electricity in an efficient manner and the same may be audited by
BHEL time to time. In case of any major deviation from normally accepted norms is
observed, BHEL will reserve the right to impose penalty as deemed fit for such
cases..
VOLUME-IF-CML-REV-0
27.4.1.2
27.4.1.3
27.4.1.4
27.4.1.5
27.4.1.6
27.4.1.7
27.4.2
27.4.2.1
27.4.2.2
28.0
28.1
28.2
28.3
28.4
28.5
TENDER NO PSER:SCT:SRG-P1631:14
TECHNICAL CONDITIONS OF CONTRACT
PAGE 12 OF 19
The bidder shall have to provide earth leakage circuit breaker at each point
wherever human operated electrical drives/ T&Ps are deployed.
The power supply will be from the available grid. BHEL shall not be responsible for
any inconvenience or delay caused due to any interruption of power supply/ variation
in voltage level and no compensation for delay in work can be claimed by the
contractor due to such non-supply on the grounds of idle labour, machinery or any
other grounds.
Bidder will have to arrange sufficient illumination at their own work areas.
The contractor should ensure that the work in critical areas is not held up in the
event of power breakdown. In the event of breakdown in the electric supply, if the
progress of work is hampered, it will be the responsibility of the contractor to step up
the progress of work after restoration of electric supply so that overall progress of
work is not affected.
The contractor shall have to make arrangement at their own cost for illumination that
will be required in the individual working area for execution of the work & safety of
workmen.
The contractor shall have to make arrangement at their own cost for illumination etc
in labor colony. However there may be provision of Chargeable Power, subject to
availability of source from customer near labor colony for which contractor has to
install meters and necessary accessories. The same, if available from customer will
be charged on back to back basis as levied by the customer as per applicable
standard rate during execution.
CONSTRUCTION POWER & GENERAL ILLUMINATION NETWORK (for works
outside Plant boundary) :For River /Canal water works outside the Plant boundary, vendor has to arrange
both Construction Power (adequate number of required capacity of DG sets) and
Illumination at his own cost within his quoted rate.
However, if available from Inside plant boundary area, the same may be provided by
BHEL to the vendor, if desired by vendor. Vendor has to make necessary
arrangement of distribution from this point to his work area outside plant boundary at
his own cost.
AREA REQUIREMENT /OTHER FACILITIES TO BE PROVIDED BY
CONTRACTOR
Contractor shall be responsible for providing all necessary facilities like residential
accommodation, transport, electricity, water, medical facilities etc. as required under
various labour laws and statutory rules and regulations framed there under to the
personnel employed by him.
Contractor shall arrange at his own cost the construction of his temporary office,
stores etc, and also the watch and ward of all above.
The contractor shall furnish the estimated area required for the construction of his
office, stores, etc separately. The same will be reviewed by BHEL and allotted to the
extent available/ considered necessary, depending upon the area availability.
Round the clock experienced paramedical personnel with first aid facility & one
ambulance including driver, fuel etc., and shall be available at site, being provided by
other agency.
The above facilities will be shared by various BHEL contractors working at site on
chargeable basis to the providing agency (actual cost distributed among the various
vendors present at site availing the facility on a prorate basis). The subject facility will
be strengthened as per the requirement during peak work progress at site, by other
vendor. Individual vendor may co-ordinate with the providing agency in this regard.
No medical facility within / near the site shall be provided by BHEL.
On completion of work or as and when required by BHEL, all the temporary
buildings, structures, pipe lines, cables etc. shall be dismantled and leveled and
debris shall be removed as per instruction of BHEL Engineer. In case of his failure to
do so, same will be got done by the Engineer and expenses incurred shall be
recovered from the contractor along with prevailing overhead. The decision of BHEL
Engineer in this regard shall be final and binding on the contractor.
The contractor shall be responsible for handing back all lands, as given to him for his
VOLUME-IF-CML-REV-0
TENDER NO PSER:SCT:SRG-P1631:14
TECHNICAL CONDITIONS OF CONTRACT
PAGE 13 OF 19
28.6.2
Contractor shall also comply with the requirements of local authorities/ project
authorities calling for police verification of antecedents of the workmen, staff etc.
Exclusive planning engineer/supervisor ,QA and Safety Engineer/officer are to be
arranged by the contractor within the quoted rate.
28.6.3
BHEL / customer may insist for witnessing the regular payment to the labour. They
may also like to verify the relevant records for compliance with statutory
requirements. Contractor shall enable such facilities to BHEL / customer.
28.6.4
It is the responsibility of the contractor to arrange gate pass for all his employees,
T&P etc for entering the project premises. Necessary coordination with customer
officials is the responsibility of the contractor. Contractor to follow all the procedures
laid down by the customer for making gate passes. Where permitted, by customer /
BHEL, to work beyond normal working hours, the contractor shall arrange necessary
work permits for working beyond normal working hours.
Arranging all erection/commissioning fixtures including required materials and
fabrications etc. are included in the contractors scope of work.
Contractor shall provide at different elevation suitable arrangement for urinal and
drinking water facility with necessary plumbing & disposal, regular cleaning,
upkeepment arrangements including construction of septic tank. These installations
shall be maintained in hygienic condition at all times. Contractors quoted rate should
be inclusive of this aspect.
If at any time during the execution of work, it is noticed that the work is suffering on
account of non-availability/shortfall in provision of resources from the contractors
side BHEL will make suitable alternate arrangements at the risk and cost of
contractor in case of slippage from the vendors end. The expenditure incurred with
overheads thereby shall be recovered from the contractor.
CONSTRUCTION OF TEMPORARY OFFICE ETC
The contractor shall arrange at his own cost the construction of his temporary office,
stores, etc and also the watch & ward of all above. On completion of the awarded
job, the vendor shall demolish his office and clear the land of debris for handing over
the area in as issued condition.
TOOLS AND PLANTS
The contractor is required to provide all necessary tools & plants, measuring
(calibrated) instruments and handling equipment for timely completion of the total
works as per contract. The quoted rate shall be inclusive of such requirements.
In the event of any failure of the part of the contractor, BHEL may at his discretion
also terminate the contract on this ground and take out any or whole amount of the
contract from the scope of the contractor. Decision of BHEL in this regard will be
final and binding on the contractor.
The T&Ps to be arranged by the contractor shall be in proper working condition.
The list of T&Ps indicated in relevant annexure are minimum expected to be
provided by the contractor. In case, due to approach constraint it is found that crane
of capacity higher than those specified in Annexure-I, is required for carrying out the
work, the same has also to be arranged by the contractor within his quoted rate.
All other tools and plants required for the work including cranes, electric/ hand/
pneumatic winches, tractor-trailors, trucks, welding generators/ transformers, jacks,
slings, pulley blocks, TIG/ ARC welding equipment, electrode drying ovens,
hydraulic pipe bending machines etc and small tools and plants like chiesels,
scrappers, spanners, files, screw drivers, electrical tools kits etc required for timely
completion of work shall be arranged by the contractor at his own cost. The
contractor shall give a list of such equipment to be deployed by them giving details
like nos. available with them, nos. to be deployed, capacity etc of each item and the
same shall be binding on the contractor during the execution of contract. It may
specifically be noted that all T&P's required for smooth and timely completion of
28.6.5
28.6.6
29.0
30.0
30.1
30.2
30.3
30.4
30.5
VOLUME-IF-CML-REV-0
30.6
30.7
30.8
30.9
30.10
30.11
TENDER NO PSER:SCT:SRG-P1631:14
TECHNICAL CONDITIONS OF CONTRACT
PAGE 14 OF 19
work shall be arranged by the contractor at his own cost and BHEL project
manager's decision regarding the requirement of a particular item shall be binding
on the contractor. The equipment once deployed at site shall not be removed from
site without the written consent of BHEL, Construction Manager. In case contractor
cannot mobilise sufficient T&P and major tools for timely completion of the project,
BHEL will have the right to procure the same from outside and cost of the same
along with overhead expenses will be deducted from the contractors bill.
Sufficient quantities of guy ropes shall be arranged by the contractor for erection/
alignment of columns.
All tools & plants deployed by the contractor shall be as per the specification
approved by BHEL engineers.
All the T&P, lifting tackles including wire ropes, slings, shackles and electrically
operated equipment shall be approved by BHEL engineer before they are actually
put on use.
The list of major T&P required to be deployed is indicated in Annexure-I. The list is
minimum and not exhaustive but anything required over and above these to suit the
site condition/ rate of progress/ nature of work shall be arranged by contractor at his
own cost.
The contractor is required to provide all necessary T&P (other than those specified
to be provided by BHEL, if any) measuring (calibrated) instruments & handling
equipments to maintain work progress for timely completion of total work as per
contract. In case of project requirement, some activities may have to pre-pone. In
such cases the contractor have to deploy additional T&P. Quoted rate shall be
inclusive of such emerging requirements. However, contractor shall submit
deployment plan of all T&P along with tender bid.
Actual Mobilisation schedule, based on front availability, drawaings and material
availability at site is to reviewed and mutually agreed with BHEL site periodically from
time to time & form a joint MOM for moblisiation of major T&Ps, and the same have
to be adhered to and no change will be permitted without written approval of BHEL
site.
Further requirement will be reviewed time to time at site and contractor will provide
additional T&P/ equipments to ensure completion of entire work within schedule
time without any financial implication to BHEL. All other T&Ps shall be provided by
the contractor without any extra cost to BHEL. Vendor will give advance intimation &
certification regarding capacity etc prior to dispatch of heavy equipments.
30.12
In the event of non mobilsation of any T&P by the successful bidder and as a result
progress of work sufferred, BHEL reserves the right to deduct suitable amount from
the dues of the bidder, with assigning reasons thereof.
30.13
After completion of major quantum of work, vendor may be permitted to take out any
of his T&P progressively, if deemed fit by BHEL Site as per balance work program.
The same will be jointly agreed and recorded. BHEL decision in this regard will be
final and binding on the vendor.
For the movement of crane, etc, it may become necessary to lay sleeper bed or any
other material for obtaining levelled safe approach, for usage of equipment. It shall
be contractor's responsibility to arrange and lay the necessary materials for this.
Steel plates, if required, shall be supplied by BHEL, free of cost on returnable basis.
All the T&P arranged by contractor including electrical connections wherein required
shall be reliable/ proven/tested with necessary test certificate.
TOOLS AND PLANTS TO BE PROVIDED BY BHEL (SHARED MACHINERY)
No T&P/Crane will be provided by BHEL for the scope of work under this contract.
Depending upon the availability, BHEL/BHELs Customer handling equipment and
other plants may be made available to the contractor on payment of higher charges
as fixed, subject to the conditions laid down by BHEL/Customer from time to time.
Unless paid in advance, such hire charges, if applicable shall be recovered from
contractors bill /security deposit or any other payment in one installment.
CONSUMABLE
All consumables, like gas, electrodes, tig filler wire, chemicals/ Lubricants of
contractors T&Ps etc required for the job shall be arranged by the contractor at his
30.14
30.15
31.0
31.1
31.2
32.0
32.1
VOLUME-IF-CML-REV-0
32.2
32.3
32.4
32.5
32.6
32.7
32.8
32.9
32.10
32.11
33.0
33.1
33.2
33.3
34.0
34.1
TENDER NO PSER:SCT:SRG-P1631:14
TECHNICAL CONDITIONS OF CONTRACT
PAGE 15 OF 19
cost.
All consumables to be used for the job shall have to be approved by BHEL prior to
use.
In the event of failure of contractor to bring necessary and sufficient consumables,
BHEL shall arrange for the same at the risk and cost of the contractor. The entire
cost towards this alongwith standard BHEL overhead shall be deducted from the
contractor's immediate due bills.
All electrodes required for MS, carbon steel, stainless steel, alloy and other metals
shall be supplied by the contractor after due approval of BHEL and as per design
requirement within this quoted rate. It shall be the responsibility of the contractor to
obtain prior approval of BHEL, before procurement regarding suppliers, type of
electrodes etc. On receipt of the electrodes at site, it shall be subject to inspection
and approval by BHEL. The contractor shall inform BHEL regarding type of
electrodes, batch number and date of expiry etc. Test certificates for electrodes and
other consumables should be submitted to BHEL engineer as per requirement.
Storage of electrodes shall be done in a air-conditioned / controlled humidity
atmosphere as per requirement, at his own cost by the contractor.
In case of improper arrangement for procurement of above electrodes, BHEL
reserves the right to procure the same from any source and recover the cost from
the contractor's first subsequent bill at market value plus the departmental charges
of BHEL communicated from time to time. Postponement of such recovery is not
permitted.
BHEL reserve the right to reject the use of any electrodes at any stage, if found
defective because of bad quality/ improper storage/ quality date expiry/ unapproved
type of electrodes etc. It shall be the responsibility of the contractor to replace at his
cost without loss of time.
Contractor shall submit weekly/ fortnightly/ monthly statement/ report regarding
consumption and available stock of all types of electrodes for avoiding stoppage of
work on consumable scarcity.
All the required gases like oxygen, acetylene, argon, nitrogen etc. required for work
shall be supplied by the contractor at his cost. It shall be the responsibility of the
contractor to plan the activities and store sufficient quantity of these gases. The
contractor shall submit weekly/ fortnightly/ monthly statement report regarding
consumption and stock position of the above gases. Safe keeping of inflammable
cylinders, distribution using gas manifolds shall be contractors responsibility. BHEL
reserve the right to reject the use of any gas in case required purity is not
maintained.
Sufficient quantity of test plates and pipes as considered adequate for testing
contractor's welders will be supplied by BHEL. All other expenses in conducting the
tests shall be borne by the contractor.
All temporary piping material necessary for conducting hydraulic test will be provided
by BHEL. However servicing, erection & dismantling of the same and depositing at
BHEL stores is the responsibility of the contractor without extra charges. Pressuring
pump required for conducting hydrauilic test need to be arranged by vendor with in
his quoted rate.
COMPLETION PERIOD
Entire work of erection, testing, commissioning etc shall be completed within a
period of 18 months (Eighteen months) from the date of start of work.
The contractor should arrange to mobilise and start the erection work within 15 days
from the date of LOI unless otherwise intimated by BHEL.
The erection, testing, commissioning etc will be deemed to be completed in all
respects, only when the trial runs of individual system is over and both the units are
handed over to customer after successful trial operation with MCR. The decision of
BHEL in this respect shall be final and binding on the contractor.
CONSTRUCTION SCHEDULE
PROJECT MILESTONES OF UNIT # 7
Sl
Milestone
Schedule
no
1.0 Boiler Hydro Test
Aug15
VOLUME-IF-CML-REV-0
34.2
34.3
34.4
35.0
TENDER NO PSER:SCT:SRG-P1631:14
TECHNICAL CONDITIONS OF CONTRACT
2.0
3.0
Feb16
4.0
Synchronization.
Jun 16
PAGE 16 OF 19
May 16
Unit # 8 milestones will have a phase lag of three months with that of unit # 7.
The contractor shall plan his piping /other system readiness accordingly to meet this
above milestone schedule, in co-ordination with BHEL Site.
A bar chart showing various activities and various piping system is to be submitted
by the contractor within one month from date of LOI to Construction Manager, BHEL,
RRVUNL Suratgarh for approval.
TAXES, DUTIES ETC
35.1
TDS under Income Tax, V.A.T etc, if any, shall be deducted at prevailing rates on
Gross Invoice Value from the Running Bills unless Exemption Certificate from
the Appropriate Authority/ Authorities is furnished
35.2
All taxes (except Service Tax including Educational Cess), WCT under VAT Act,
duties, charges etc ( if any ) for execution of the contract shall be borne by the
contractor and shall not be payable extra. Any increase of the same at any stage
during execution of the contract shall have to be borne by the contractor. Quoted
price of the bidder shall be inclusive of all such requirements.
35.3
Service Tax along with Educational Cess to Service Tax as legally leviable &
payable by the Contractor, vide Sec-65B (44),. shall be paid by BHEL on production
of G.A.R-7 Challan , on contractors gross bill.
Vide Section 68 (1) of Finance Act , 1994 read with Rule 6 ( 1) of Service Tax Rules
, 1994 , payment of Service Tax at the rate specified in Section 66B in Section 68 w
e f 01.07.2012 vide Order No. 1/2012 dated 15.06.2012 is reimbursable by BHEL .
The contractor shall furnish proof of Service Tax registration with Central Excise
Division covering the services under this contract. Registration should also bear
endorsement for the premises from where the billing shall be done by the contractor
on BHEL for this project.
The Bidder shall issue invoice complying with Rule 4A of the Service Tax Rules
1994. The invoice shall indicate the name, address and the registration number
(PAN Based STC No.) of the Bidder; the name and address and the registration
number AAACB4146PST005 of BHEL.; the description and value of taxable service
provided; and the service tax payable thereon by the Bidder
B.H.E.L-P.S.E.R will not be held to be responsible for non-compliance of various
Service Tax Rules, being framed from time to time
Point of Taxation Rule,2012 has come into operation from 01-04-2012. As
per the rule Invoice must be generated within 30 days from the date of
completion of service. In such case, the date of invoice will be the relevant
date. However, if the invoice is not generated within 30 days as stated
above, the date of completion of service shall be the relevant date.
Vendors must take adequate care and cautions w.r.t Point of Taxation
Rule,2012 as otherwise both the Vendors ( for non-compliance ) and BHEL
( unable to take Credit on Input Services, resulting in extra fund flow in that
particular month ) will suffer
With introduction of Cenvat Credit Rules , 2004 which came into force wef 10-09
Excise Duty paid on input goods including capital goods used for providing the ou
service and Service Tax paid on Input Service can be taken credit of against the ser
tax payable on output service. As such, while offering the rates, the contractor may t
in to account the benefit of above provisions as the cost of input to contractor will be
of Excise Duty and service Tax and adjust their offer price accordingly to make it m
VOLUME-IF-CML-REV-0
TENDER NO PSER:SCT:SRG-P1631:14
TECHNICAL CONDITIONS OF CONTRACT
PAGE 17 OF 19
competitive.
35.4
New tax & duties, if imposed subsequent to due date of offer submission, by
statutory authority during contract period (including extension, if the same is not
attributable to the contractor), shall be reimbursed by BHEL on production of
relevant supporting document to the satisfaction of BHEL.
35.5
However, the vendor shall obtain prior approval from BHEL before depositing new
taxes and duties.
35.6
35.7
Taxes and duties paid by sub vendors of contractor will not be reimbursed by BHEL.
36.0
36.1
36.2
36.3
37.0
37.1
Way Bill : No way Bill will be provided by BHEL for bringing materials
from outside State to RAJHASTHAN State .
The Bidder has to make their own arrangement at their cost for completing the
formalities, if required, with State VAT Act Authorities, for bringing their materials,
plants & machinery at site for execution of the works under this contract, Road
Permit/ Way Bill, if required, shall be arranged by the contractor and BHEL will
not supply any Road Permit/ Way Bill for this purpose. The contractor must be a
Registered Dealer with the Sate VAT Act, if not registered yet and a copy of the
said Registration Certificate along with TIN number must be provided to site
RAO/ BHEL
CONTRACT PRICE
Bidder shall quote their rates strictly in accordance with prescribed Price Schedule,
Volume-III, in separate sealed envelopes.
The total price quoted in Price Schedule, Volume-III, shall be considered for
evaluation & awarding.
The quantities of various items mentioned in the BOQ cum price schedules of items
of Volume-III are approximate, based on very preliminary information and may vary
to any extent or to be deleted altogether. The quoted rates of each item will remain
firm throughout the period of execution including extension, for reasons whatsoever,
as long as variation in the total value of the work executed under any part of the this
contract including extra items, if any, but excluding any price variation remains, if
any, remains within (+/-) 15 % (plus/minus fifteen percent) of the awarded price.
PAYMENT TERMS
The tenderer shall quote separate rates as required therein for each of the
categories of work in the rate schedule.
37.2
The bidder shall submit his running bill once in a month at the end of each month
based on the rate schedule. The RA bill complete in all respects accompanied by
BHEL engineers certified/ measurement sheet, jointly signed and EPF compliance
certificate from EPF authority, will be paid within 30 days of submission of the bill.
The measurement will be taken as specified in terms and conditions of contract and
certified by the BHEL engineer of actual work.
37.3
37.4
37.4.1
37.4.2
37.4.3
37.4.4
37.5
1.5 % of gross bill amount shall be paid in the following manner on certification by
BHEL engineer after compliance of each of following activity in each month. In case
of non-fulfilment of respective activity by vendor in each month, no payment shall be
made by BHEL against corresponding activity and no claim of bidder at a later date,
whatsoever, in this regard shall be entertained by BHEL..
0.7 % shall be paid on compliance of house keeping of vendors working area and
store/ office areas.
0.3 % shall be paid on compliance of general illumination of vendors working area
and stores, office area.
0.2 % shall be paid on compliance of applicable OHSAS requirement as per
guidelines of BHEL/ PSER and as specified in the tender.
0.3 % shall be paid on compliance of applicable Safety requirement as per
guidelines of BHEL/ PSER and as specified in the tender.
BHEL at its discretion, may further split up the above percentages and effect
payment to suit the site condition, cash flow requirements according to the progress
of work.
VOLUME-IF-CML-REV-0
38.0
39.0
40.0
41.0
42.0
42.1
43.0
43.1
43.2
43.3
44.0
44.1
44.2
44.3
45.0
45.1
45.2
45.3
46.0
46.1
46.2
TENDER NO PSER:SCT:SRG-P1631:14
TECHNICAL CONDITIONS OF CONTRACT
PAGE 18 OF 19
VOLUME-IF-CML-REV-0
TENDER NO PSER:SCT:SRG-P1631:14
TECHNICAL CONDITIONS OF CONTRACT
PAGE 19 OF 19
VOLUME-II
TENDER NO PSER:SCT:
SCOPE OF WORK, TECHNICAL SPECIFICATION
PAGE 1 OF 9
CONTENT
CLAUSE
NO
1.0
2.0
3.0
4.0
5.0
6.0
7.0
8.0
9.0
10.0
11.0
12.0
DESCRIPTION
BROAD SCOPE OF WORK
TECHNICAL SPECIFICATION FOR MAIN PLANT LP PIPING
PRECAUTIONS AGAINST FLOATATION
COATING & WRAPPING OF BURRIED PIPES
WELDING, HEAT TREATMENT & RADIOGRAPHY FOR MAIN PLANT LP PIPING
CLEANING /HYDRO TESTING /PNEUMATIC TESTING OF MAIN PLANT PIPING
SYSTEM
EXCLUSION
ANNEXURE-II - TENTATIVE WEIGHT SCHEDULE
ANNEXURE-II.1 WEIGHT SCHEDULE OF VARIOUS Piping, valves,
equipments of Fire Protection Sys. Pkg.
Annexure-III : Bill Of Material of various piping system (FOR TENDER
PURPOSE)
Annexure-IV :PIDs of various Piping systems (FOR TENDER PURPOSE)
Quality Plan (FOR TENDER PURPOSE)
VOLUME-II
TENDER NO PSER:SCT:
SCOPE OF WORK, TECHNICAL SPECIFICATION
PAGE 2 OF 9
The technical specification, scope etc in this volume shall be construed as part of tender document
and shall be read along with general conditions of contract (GCC), special conditions of contract
(SCC). In case of any conflict or inconsistency between the GCC, SCC and this Volume-II, the
same shall be brought out by the bidder in writing to BHEL for clarification, failing which most
stringent interpretation/ clause in favour of BHEL shall be adopted and the same shall be binding
to the bidder.
CLAUSE
NO
1.0
1.1
1.2
1.3
1.4
1.5
1.6
1.7
1.7.1
1.7.2
1.7.3
1.7.4
1.7.5
1.7.6
1.8
DESCRIPTION
BROAD SCOPE OF WORK
This specification covers complete work of handling including arranging for issue of
material, receipt from store/ yard, transportation to site, temporary storage prior to
erection, erection & welding, dewatering during erection, protective coating (as
applicable), final painting, testing at site and commissioning of River /Canal
water/Plant water/ DMCW/ ACW (inside TG Bay)/ other LP piping and associated
materials, Equipment/piping etc. of Fire Protection system Pkg. as mentioned in
different sections of this tender for 2X660 MW RRVUNL , Stage V, U#7&8 Suratgarh
Project, Rajasthan.
It is not the intent of this specification to specify herein all the details of erection and
commissioning. However, the system shall conform in all respects to high standards
of quality and workmanship for performing the required duties in a manner
acceptable to purchaser who will interpret the meaning of drawings and
specifications and shall be entitled to reject any work or material, which in their
judgment is not in full accordance herewith.
Unless otherwise specifically brought out, it will be presumed that the bidders offer
is strictly in line with this specification and no deviation will be allowed after the
award of contract.
The general terms and condition, instructions to tenderer and other attachments
referred to elsewhere are hereby made part of the tender. The bidder will be
responsible and governed by all requirements stipulated hereinafter.
The quality plan attached with this specification specifies minimum quality control
requirement. The enclosed quality plans duly certified by the bidder shall be returned
to purchaser indicating his concurrence to comply with these minimum requirements.
However, after award of the job, the bidder have to submit proposed QP for BHEL/
customer approval.
The omission of specific reference to any fabrication/ erection method, equipment or
material necessary for proper & efficient working of the plant shall not relieve the
bidder of the responsibility of providing such facilities to complete the work at quoted
rates. Any mismatch/ defect found due to mistake in fabrication/ erection shall have
to be rectified by the bidder free of cost. Inspection by BHEL/ customer does not
relieve bidder of their responsibility of executing quality erection.
Following shall be bidders responsibility and have to be provided within contract
price.
Provision as required of all types of labour, supervisors, engineers, watch & ward,
tools & tackles, calibrated IMTEs (Inspection, measuring and testing equipment) as
specified and otherwise required for work, consumables for erection, testing and
commissioning including material handling.
Proper out-turn as per BHEL plan and commitment.
Completion of work as per BHEL schedule.
Good quality and accurate workmanship for proper performance of the equipment.
Repair and rectification.
Preservation/ re-conservation of all components during storage/ erection/
commissioning till handing over.
All quality standards, tolerances, welding standards & other technical requirements
shall be strictly adhered to. The Bidder shall fully apprise himself of the prevailing
conditions at the proposed site, climatic conditions including monsoon pattern, soil
VOLUME-II
1.9
2.0
2.1
2.2
2.2.1
2.2.1.1
2.2.1.2
2.2.1.3
2.2.1.4
2.2.1.5
2.2.1.6
2.2.1.7
2.2.2
2.2.3
2.3
2.4
2.5
2.6
2.6A
2.7
TENDER NO PSER:SCT:
SCOPE OF WORK, TECHNICAL SPECIFICATION
PAGE 3 OF 9
conditions, local conditions and site specific parameters and shall include for all such
conditions and contingent measures in the bid, including those which may not have
been specifically brought out in the specifications.
All other points shall be as per the terms & conditions and specification along with
aforesaid references together with amendments incorporated thereto.
TECHNICAL SPECIFICATION FOR MAIN PLANT LP PIPING
This specification is mainly intended to cover the erection & commissioning of
River/Canal Water Piping / Plant water piping/DMCW/ACW (inside TG Bay) /other
low pressure piping/ misc piping, which shall cover handling from storage, erection,
testing, inspection, final painting, testing, servicing and commissioning of piping &
fittings as covered in specification.
The work to be carried out under the scope of this specification shall broadly
comprise of but not be limited to the following systems.
It mainly consists of following for both unit # 7 & 8Canal/River water Intake water system piping from Intake water Pump house(which
is located outside plant boundary) to Raw water reservoir inside plant (about 5 Kms,
two runs) (ref drg no. PE-DG-392-172-N006)
Plant water system inside the plant boundary including service water and drinking
water, (ref drg no. PE-DG-392-172-N001)
ACW(inside TG Bay), DMCW piping(ref drg no. PE-DG-392-179-N001 & PE-DG392-165-N001 ).
Any other piping under ACW/ DMCW/ Chlroination System water supply piping/ DM
water/ CW blowdown system.
Central lub-oil system piping.
Instrument/ service air piping of main plant and Aux. building.
Piping/equipments of Fire Protection Sys package
deleted
All Canal Water, Plant water, ACW (inside TG Bay), DMCW, other LP piping system,
Piping of Fire Protection Sys package etc. to be completed includes all its drains
and vents, impulse lines as applicable.
BHEL reserve the right to get executed through the contractor any LP piping system
work not mentioned in the tender document specifically (permanent/ temporary/
contingency nature) , but required as per project requirement. Payment shall be
made for such item as per applicable price schedule. However, no extra payment
shall be made for dismantling of temporary/ contingent piping system.
deleted
The welding of pipes at terminal points shall be under the scope of this package and
required to be done by the vendor.
Final flange connection with equipments like oil coolers/ PHE/ self cleaning strainers/
gas coolers etc is to be done by the bidder. Gaskets if required replacement, due to
leakage/ damage during erection is to be replaced by the vendor free of cost
including supply of the gasket of required specification.
All erectable gaskets, fasteners and other hardware shall be supplied by BHEL free
of cost. However, temporary gasket, if required during testing, shall have to be
provided by bidder. Bidder's quoted rates shall be inclusive of this.
During initial unit commissioning activities, DM water, instrument air, service air, fuel
oil, ACW system etc availability thorugh temporary piping and valves may be
required. Erection of the same is in the vendor scope. Payment will be made as per
applicable erection rate. The piping, valves etc will be provided by BHEL free of cost.
However dismantling of the piping, valve etc, its cleaning and edge preperation, for
its reuse, if required, will have to done by the contractor without any extra claim.
All pipes including Canal water /Raw water piping (underground and overground)
shall be supplied by BHEL in fabricated condition in tentatively 6 mtr to 12 mtr
length. Fittings like tees, reducers, elbows, manholes, mitre bends, flanges etc shall
be supplied by BHEL in fabricated condition. Cutting of tees, elbows/ reducers to suit
the pipe fitting/ erection as required, is to be done without any extra claim.
VOLUME-II
TENDER NO PSER:SCT:
SCOPE OF WORK, TECHNICAL SPECIFICATION
PAGE 4 OF 9
2.8
The contractor may have to carry out fabrication of mitre bends, tees, reducer of
sizes NB 250 and above for LP piping systems. Pipes will be supplied in running
meters by BHEL free cost. Required number of mitre bends, tees is to be fabricated
by the LP piping erection contractor. Payment shall be made as per applicable item
of price schedule.
2.9
2.10
2.11
2.12
2.13
2.14
2.15
2.16
2.17
2.18
2.19
2.20
2.21
2.22
VOLUME-II
2.23
2.24
2.25
2.26
3.0
3.1
3.2
3.3
4.0
4.1
4.2
4.4
4.5
4.5.1
TENDER NO PSER:SCT:
SCOPE OF WORK, TECHNICAL SPECIFICATION
PAGE 5 OF 9
etc. integral to the piping system shall be in the scope of contractor and site routing
of drain, vent and miscellaneous small bore pipe shall be carried out as per direction
of BHEL engineers.
For small bore piping, which is supplied in running length, electro-hydraulic pipe
bending machines and pipe chamfering machine will be arranged and used at least
to cater 3 schedule 160 pipes at site by the contractor.
Hanger and support/ anchors/ restraints, stubs for drains/ vents/ welded type
thermowells, welding pressure connection, sockets, rain hood, cowls, aux structures
for pipe supports etc for piping will be issued free as loose items. Erection, welding,
painting etc of these items as per BHEL drawing is in the scope of contractor and
payment for these items shall be made as per applicable item of price schedule.
Seal welding of threaded thermowell with matching welding electrode is to be done
by the vendor without any extra claim.
All pipe supports/ anchors coming on concrete floors/ walls are to be fixed with
expansion/ rawl bolts with nuts. The same will be issued free to the bidder by BHEL.
Bidders to exercise utmost care while doing execution and commissioning work for
this package so that no damage is caused to the existing plant at site. Any such
damage will be back charged to bidder.
PRECAUTIONS AGAINST FLOATATION
When pipe line laid underground or above ground in a long narrow cutting gets
submerged in water collected in the trench or cutting, it is subjected to an uplift
pressure due to buoyancy and is likely to float if completely or partly empty. In the
design of pipelines, provision is made to safeguard against floatation by providing
sufficient over burden or by providing sufficient dead weight by means of blocks, etc.
In case the works extend over one or more monsoon seasons, special care and
precautions are necessary during the progress of work on this account. Contractors
shall close pipe line, if required, by blank flanges well in time for the monsoon. The
work of providing blocks, refilling the earth to the required level and compacting the
same etc shall always be done as soon as the pipe line in the cutting has been laid.
The contractor shall see that the water shall not be allowed to accumulate in open
trenches where work is in incomplete stage, precautionary works such as blank
flanging the open ends of the pipe line and filling the pipe line with water etc. shall
be taken as directed by the engineer. Such works shall be to the contractors
account and no separate payment will be made for the same.
Protection of pipeline against floatation during the contract period shall be the
responsibility of the contractors. Should any section of the pipe line float due to their
negligence etc. the entire cost of laying it again to the correct line and level shall be
to the contractors account.
COATING & WRAPPING OF BURRIED PIPES
This specification covers the supply of material, application, inspection, testing
including supervision of coal tar protection tape.
Any of the following may be considered for coating of the buried Pipe
1. Coal tar primer, coal tar enamel, inner wrap of fiber glass, final outer wrap of
enamel impregnated fiber glass (as per IS 10221). Total thickness of coating
shall not be less than 4.0 mm.
2. Coal Tar based Anti-Corrosion tape of minimum thickness 4 mm (confirming
to IS 15337)
COATING THICKNESS
The wrapping & coating system shall consist of applying pre-wrapping solution on
the cleaned surface followed by the application of anti-corrosion protection tape
spirally or circumferentially on the surface keeping proper tension and maintaining
good adhesion with an overlap of 12 13 mm. The minimum thickness of coating
shall be 4.0 mm.
TECHNICAL REQUIREMENTS
The coating and wrapping operation shall include surface preparations, application
of pre-wrapping solution (primer) and application of layer of anti-corrosion protection
tape and necessary testing. The above operation shall be performed under the
VOLUME-II
4.5.2
4.7
4.8
4.9
4.9.1
4.9.2
4.9.3
4.9.4
4.9.5
4.10
4. 10.1
4. 10.2
4. 10.3
4.11
4.12
5.0
5.1
5.2
5.3
5.4
TENDER NO PSER:SCT:
SCOPE OF WORK, TECHNICAL SPECIFICATION
PAGE 6 OF 9
VOLUME-II
5.5
5.6
5.7
5.8
5.9
5.10
5.11
5.12
5.13
5.14
5.15
5.16
5.17
5.18
5.19
5.20
5.21
TENDER NO PSER:SCT:
SCOPE OF WORK, TECHNICAL SPECIFICATION
PAGE 7 OF 9
the quality of welding. Even though the welder has earlier passed the tests it does
not relieve the contractor from his contractual obligations, to check the performance
of the welders.
All charges for testing of welders including destructive and non destructive tests, if
conducted by BHEL or by the inspecting agency shall have to be borne by the
contractor. Test material shall be supplied free by BHEL, but the welding electrodes
shall have to be arranged by contractor at his cost.
All welded joints shall be subjected to acceptance by BHEL engineer/ customers. All
welding /pre heating, post heating various NDT tests etc. shall be carried out as per
BHEL /Customer approved drawing/doc. Contractor has to arrange for regular
evaluation of radiographs without accumulation of any backlog.
Preheating and post-heating, if required, shall be treated as part of erection work
and shall be performed by the contractor in accordance with the instructions of
BHEL engineer.
All low hydrogen electrodes shall be baked and dried up to 350 deg C for an hour in
an electric electrode drying oven and shall be kept at 150 deg C before they are
used in erection work, and all welders including high pressure welders shall have a
portable electrode drying oven at the work spot.
All butt joints of piping shall be carried out by arc welding only. All the electrodes of
BHEL/ customer approved quality and make, required for the piping and structural
works etc to be arranged by the vendor within his quoted price.
The technical particulars, specifications and other general details of work shall be in
accordance with AWS 0.1.1.72, Clause 6.11 or ASME Section IV, V & IX or ANSI B
16.25 as specified by BHEL.
Contractor shall note that NDT requirement should be compiled as per approved
welding schedule. Generally 10% minimum radiography shall be done on the
welding joints of various piping system followed by hydro test. However, percentage
may be increased depending upon the quality of joints at the discretion of
BHEL/Customer.
Low speed high contrast fine grain films (D-7 or equivalent) in 10 cm width only
should be used for weld joint radiography. Film density shall be between 1.5 to 2.0.
All radiographs shall be free from mechanical, chemical or process marks to the
extent they shall not confuse the radiographic image. Radiography should be taken
only after removal of cleats etc by grinding from tubes wall for getting better image.
Penetrameter as per ASME/ ISO, shall be used for all exposures.
Lead numbers and letters (generally of 6 mm size) are to be used for identification of
radiographs. Contract no, joint identification, source used, welders identification,
SFD used are to be noted down in the paper cover of radiography. Load intensifying
screens for front & back of the film shall be used as per instructions of BHEL
engineer.
The weld joint is to be marked with permanent mark A, B, C, etc to identify the
segments. For this, a low stress stamp shall be used to stamp the pipe on the down
stream side of the weld. For multiple exposures on pipes, an overlap of about 25 mm
of film shall be provided.
If the contractor does not carry out radiography work in time due to non-availability of
film, chemicals, etc, BHEL may get the work done through some other agency at the
risk and cost of the contractor.
All the radiographs shall be properly preserved in air-conditioned rooms and shall
become the property of BHEL.
The defects as pointed out by BHEL engineer/ inspecting agency, shall be rectified
immediately to the satisfaction of engineer and re-radio graphed. The decision of
engineer regarding acceptance or otherwise of the joint shall be final and binding on
the contractor.
Radiography of joints shall be so planned after welding that the same is done either
on the same day or next day of the welding to assess the performance of high
pressure welders. If the performance of the welder is unsatisfactory, he shall be
replaced, immediately.
The contractor shall also be equipped for carrying out other NDT, like liquid
VOLUME-II
5.22
5.23
6.0
6.1
6.2
6.3
7.0
7.1
8.0
8.1
9.0
9.1
9.2
9.3
9.4
9.5
9.6
10.0
10.1
10.2
10.3
TENDER NO PSER:SCT:
SCOPE OF WORK, TECHNICAL SPECIFICATION
PAGE 8 OF 9
penetrant inspection, magnetic particle inspection and ultrasonic testing as & when
required for work within the quoted rates.
In lieu of radiography, 100 % ultrasonic testing may be adopted suiting the job
requirement. In case hydro test of CW/ACW piping cannot be conducted, contractor
shall carry out 100 % DPT on back gousing and 100 % UT for CW/ACW pipe-line in
substitute for radiography and hydro test with in the same quoted rate subject to
approval of BHEL/ customer. In such case, payment due against completion of
hydro test of CW piping as per item price schedule will be due after completion of
this activity as detailed above further to certification of BHEL site engineer.
Contractor must be equipped with state-of-art ultrasonic machine having recording
facility. All the records shall be preserved and shall become the property of BHEL.
For carrying out ultrasonic testing of welded joints large size pipes, it will be
necessary to prepare the surface by grinding to a smooth finish and contour as
desired by BHEL engineer. The contractor's scope of work include such preparation
and no extra charges are payable for this.
CLEANING /HYDRO TESTING /PNEUMATIC TESTING OF PIPING SYSTEM
The cleaning operation is in the scope of contractor and shall be carried out as per
BHEL instruction mainly consisting of (a) Mechanical cleaning; (b) Air blasting (by
rupture method); (c) Water flushing; (d) Steam blowing etc as per guidelines of
BHEL engineers.
In case, Hydro test of all piping is not possible to carry out maintaining over all
schedule and other site logistics , it shall be conducted as per BHEL instructions.
Necessary Hand pump, filling hoses, gauges etc shall be arranged by the contractor
at his own cost. Test pressure shall be as per BHEL drawing/ BHEL engineer
instruction.
The contractor shall service, erect, dismantle and return temporary pipes for carrying
out cleaning/ hydro test/ pneumatic test as required with no extra charges and no
payment shall be paid on item rate for erection of temporary piping. All piping
material, valves etc for temporary looping shall be issued to contractor free by
BHEL.
FIELD FINAL PAINTING (EXTERNAL SURFACE)
Above ground CW /ACW /ECW/PLANT WATER pipes (which are not buried ) will be
generally received with external surface in painted condition with primer coat and 2
coat of finish paint. However, application of Final coat of Finish paint as well as
touch up primer and touch up finish paint in the worn out/ damaged/ welded portion
is in the scope of the work.
PROCEDURE OF CIVIL WORK FOR BURRIED PIPE
Civil work for buried piping shall be done as per approved drawing and document.
Payment for the same will be as per applicable item of the rate schedule.
EXCLUSION
Civil works including excavation, back filling, sand filling etc for buried piping
All Civil Rack, pedestal for above ground piping
CW/ACW piping from CW Pump house/ACW Pump house to Power House
and from Power House to Cooling Tower area.
All electrical and C&I job is excluded.
Dry out of all Motors is excluded.
Actuators /Limit switches setting, position feedback calibration and
operation/commissioning for motor operated valves/dampers / probe, if any is
excluded from the scope
OTHER
It is clarified that commissioning assistance, post commissioning assistance, valve
servicing, till trial run & handing over of the unit to customer, is included in scope of
work.
All erectable gaskets, fasteners and other hardware shall be supplied by BHEL free
of cost. However, temporary gasket, if required during testing, shall have to be
provided by bidder. Bidder's quoted rates shall be inclusive of this.
Bidder shall note that recordable UT machine shall be provided and used by the
VOLUME-II
10.4
10.5
TENDER NO PSER:SCT:
SCOPE OF WORK, TECHNICAL SPECIFICATION
PAGE 9 OF 9
vendor and all records of UT shall be jointly signed & submitted to BHEL.
Bidder shall note that water, including DM water, wherever required for hydraulic
test, shall be supplied by BHEL.
Annexure-III is Bill of material of various Piping systems, for general guidance to the
bidder for tender purpose. The same may undergo changes during execution.
Bidders quoted rate shall remain firm and no claim will be entertained against such
changes during execution.
ANNEXURE-II
TENTATIVE WEIGHT SCHEDULE
DESCRIPTION
APPROXIMATE
WEIGHT (MT)
River/Canal Water/Plant WATER/ACW(inside TG Hall)/ DM CW/ ETC
2763
PIPING SYSTEM (900 NB & BELOW)
2.0
DRINKING WATER PIPING SYSTEM (upto 150 NB)
30
3.0
SERVICE WATER PIPING SYSTEM (up to 250 NB)
700
4.0
CONDENSATE TRANSFER SYS./DM WATER MAKE UP SYS. (ss
11
PIPE UPTO 350 NB)
5.0
SERVICE AIR AND INSTRUMENT AIR PIPING SYSTEM (upto 150
130
NB, GALVANISED AND THREADED)
6.0
CENTRAL LUB OIL PIPING SYSTEM
9
7.0
HANGER & SUPPORTS /PLATFORMS/APPROACHES ETC.
100
8.0
RE JOINTS & EXPANSION BELLOWS & FLOW ELEMENTS, VALVES
30
ETC
9.0
MITRE BENDS/REDUCER/TEES ETC. (SIZE 250NB AND ABOVE)
100
10.0 Piping /Equipments of Fire Protection Sys. Pkg. etc. (Detail as per
50
Annexure-II.1)
TOTAL (IN MT)
3823.0
NOTE
The above details cover major piping system and its major accessories. It is preliminary only and
may vary during detailed engineering/ execution, and is for general guidelines only.
DOCUMENT TITLE:-
RVUNL
PREPARED BY:KK
DOCUMENT NO:
CHECKED BY:KK
REV NO: 0
07-05-2014
APPROVED BY:SK
SHEET NO:
1 OF 2
BILL OF MATERIAL
FOR
LP PIPING
DOCUMENT TITLE: -
RVUNL
PREPARED BY:KK
DOCUMENT NO:
CHECKED BY:KK
REV NO: 0
DATE 07.05.14
APPROVED BY:SK
SHEET NO:
2 OF 2
1.
Quantity in the BOM is for both units unless otherwise noted.10% margin over and
above piping bill of material indicated in BOM is to be considered on account of variation
in layout and addition in scope if any.
13.
Final requirement of orifice plate assembly shall be indicated in the composite piping
drg. Flanges for orifice plates are not covered separately in BOM. The same to be
supplied along with orifice plate as a complete assembly.
2.
Fabrication/Supply of pipe work shall be as per standard codes/ specifications The quality
control, cleaning, painting etc. shall be as per technical specifications and approved
documents..
14.
3.
15.
Adequate number of full coupling (SW & Screwed) shall be supplied for joining all
threaded end pipes and small dia pipe (50 Nb & below) in case of welded end pipes.
16.
Threaded fitting above 50Nb for galvanised pipe shall confirm to IS-1239 (Part-II).
4.
The straight length of pipe indicated in BOM does not include the length of fittings, e.g.
Tees, Reducers, Elbows, Bends and other pipe fittings, to be taken care of by PC
separately.
17.
Water hose shall be 25 Nb, as per IS: 444, 15M in length for each hose, one end shall
be fitted with MS female coupling with swivelling nuts & soft sealing ring suitable for
connection to screwed end of hose valve & male end of other hoses. Other end shall
be male threaded (as per IS: 554) to join with the swivelling nut of second hose
whereby two hose length can be joined, if required.
18.
19.
Part of the Yard Piping shall be buried. Exact lengths of buried piping shall be
indicated after finalisation of layout drawings.(submitted separately).
20.
The BOM shall be reviewed again particularly as reg fittings such as elbows etc once
customer comments are received on interplant piping and cabling drawings of PEM .
21.
For plant water system (service water and potable water) adequate number of sockets,
unions , couplings will additionally be considered.
22.
Terminal point with respect to PC scope under SG package will be at first row of
boiler columns and as agreed beteen PEM and PC.
5.
6.
7.
Pressure and temperature stubs for normal as well as performance measurement are not
included in BOM and same as per contract drawing, performance measurement are to be
supplied by Piping Centre as per requirement.
8.
9.
All fittings above 50 NB shall be butt-welded end type as per ANSI B.16.9.
10. Fittings of 50 NB and below shall be socket-welded type as per ANSI B 16.11 unless
noted otherwise..
11. All BW fitting shall be edge prepared in shop. Thickness of fittings shall not be less than
that of connecting pipes.
12. The requirement of interpieces and reducer for control valves and equipment end are
tentative and the final requirement shall be indicated in the drawing.
DOCUMENT TITLE
DOCUMENT NO:
REV NO: 0
PREPARED BY
23-Apr-14
CHECKED BY:
APPROVED BY:
KK
SK
PIPE
PIPE MATERIAL
MITRE / ELBOWS
FLANGES
TEES
REDUCERS
MISCELLANEOUS
LINE DESCRIPTION
TEMP
(oC)
PRESS.
Kg/cm2
(g)
SPECIFICATION
OD (mm)
THK
(mm)
LEN
(M)
SIZE
(NB)
dg
No
SIZE
(NB)
700X500
500XPUMP
No
SIZE
(NB)
No
700X500
500X500
6
1
700X300
300X300
2
2
SIZE
(NB)
Rating
No
SIZE
(NB)
No
700NB END
CAP
60
7.5
508
80
500
1.5D
90
60
7.5
323.9
6.3
120
300
1.5D
90
12
TO ELECTRO CHLORINATION
60
7.5
115
5.4
150
100
1.5D
90
12
711
10
250
700
1.0D
90
18
60
7.5
700
1.0D
45
700X700
CARBON STEEL
IS:2062, ROLLED AND
WELDED
CONFIRMING TO
IS:3589
2
5
60
7.5
711
10
16
700
1.0D
90
3500X700
60
7.5
711
10
375
700
1.0D
90
18
700X700
700
1.0D
45
10
60
7.5
60
7.5
711
10
16
700
1.0D
90
60.8
4.5
25
50
1.5D
90
25
34.2
25
25
1.5D
90
25
CARBON STEEL,
ERW, IS-1239 (HEAVY
GRADE)
7.5
NOTES:-
1. BOM GIVEN ABOVE IS FOR PIPING FROM ACW PUMP HOUSE TO A-ROW ONLY. BOM OF ACW SYSTEM INSIDE TG HALL TO BE CONSIDERED AS PER DRAWING ALREADY RELEASED DRG. NO. PE-DG-392-179-M001
2. THIS IS ONLY ESTIMATED BOM. ACTUAL BOM SHALL BE AS PER DRAWING.
3. BOM FOR CW SYSTEM HAS ALREADY BEEN RELEASED TO PIPING CENTRE.
4. FOR DESIGN PREESURE, TEMPERATURE, PIPE SIZE AND MATERIAL PLEASE REFER P&ID OF CW & ACW SYSTEM, PE-DG-392-165-N001.
REMARKS
DOCUMENT TITLE
DOCUMENT NO:
REV NO: 0
6-May-14
( DM WATER SYSTEM)
PREPARED BY
KK
CHECKED BY:
APPROVED BY:
SK
LINE DESCRIPTION
TEMP
(oC)
PRESS.
Kg/cm2
(g)
SPECIFICATION
MITRE / ELBOWS
PIPE
PIPE MATERIAL
OD (mm)
THK
(mm)
LEN
(M)
SIZE
(NB)
dg
TEES
REDUCERS
No
SIZE
(NB)
300x200
200x150
150x100
100x80
80x50
50x25
25x15
FLANGES
SIZE
(NB)
No
3
3
3
3
3
3
3
300X300
200x200
150x150
100x100
80x80
50x50
25x25
3
3
3
3
3
3
3
3
3
3
3
3
3
3
No
50
SS ASTM A312 TP
304 (ERW)
323.9
4.57
40
300
1.5D
90
HOTWELL MU PUMPS
INDIVIDUAL SUCTION LINES
FOR 4 PUMPS
50
SS ASTM A312 TP
304 (ERW)
168.3
3.4
20
150
1.5D
90
10
150XPUMP
300x200
200x150
150x100
100x80
80x50
50x25
25x15
HOTWELL MU PUMPS
INDIVIDUAL DISCH LINES FOR
4 PUMPS
50
SS ASTM A312 TP
304 (ERW)
114.3
3.05
24
100
1.5D
90
10
200X100
100XPUMP
1
4
200x100
HOTWELL GRAVITY MU
50
SS ASTM A312 TP
304 (ERW)
168.3
3.4
150
1.5D
90
150X100
300X150
200X150
5
1
HOTWELL MU RECIRCULATION
LINE
50
SS ASTM A312 TP
304 (SEAMLESS)
60.3
3.91
60
50
1.5D
90
12
100X50
200X50
50X50
1
1
50
SS ASTM A312 TP
304 (ERW)
219.1
3.76
180
200
1.5D
90
50X25
200X200
200X100
1
1
SS ASTM A312 TP
304 (ERW)
114.3
3.05
145
100
1.5D
90
10
200X100
300X200
200X150
2
2
50
SS ASTM A312 TP
304 (SEAMLESS)
60.3
3.91
50
50
1.5D
90
100X50
50X50
1
3
50
SS ASTM A312 TP
304 (SEAMLESS)
33.4
3.38
40
25
1.5D
90
10
100X25
50
SS ASTM A312 TP
304 (SEAMLESS)
60.3
3.91
40
50
1.5D
90
100X50
10
50
SS ASTM A312 TP
304 (SEAMLESS)
33.4
3.38
40
25
1.5D
90
50X25
11
50
SS ASTM A312 TP
304 (SEAMLESS)
33.4
3.38
40
25
1.5D
90
50X25
12
50
SS ASTM A312 TP
304 (SEAMLESS)
60.3
3.91
50
50
1.5D
90
200X50
50X50
2
2
13
50
SS ASTM A312 TP
304 (SEAMLESS)
33.4
3.38
40
25
1.5D
90
10
100X25
14
50
SS ASTM A312 TP
304 (SEAMLESS)
60.3
3.91
40
50
1.5D
90
100X50
15
50
SS ASTM A312 TP
304 (SEAMLESS)
33.4
3.38
40
25
1.5D
90
50X25
16
50
SS ASTM A312 TP
304 (SEAMLESS)
33.4
3.38
40
25
1.5D
90
50X25
17
TO HYDROGEN GENERATION
PLANT
50
SS ASTM A312 TP
304 (SEAMLESS)
33.4
3.38
700
25
1.5D
90
15
150X100
100X80
80X50
2
2
2
SIZE
(NB)
Rating
MISCELLANEOUS
No
SIZE
(NB)
No
REMARKS
DOCUMENT TITLE
DOCUMENT NO:
REV NO: 0
6-May-14
( DM WATER SYSTEM)
PREPARED BY
KK
CHECKED BY:
APPROVED BY:
SK
Sl. No.
LINE DESCRIPTION
18
50
19
20
21
PRESS.
Kg/cm2
(g)
MITRE / ELBOWS
PIPE
PIPE MATERIAL
TEES
REDUCERS
FLANGES
SIZE
(NB)
No
300X200
150X150
12
150X80
80X80
1
1
90
13
150X150
1.5D
45
No
SIZE
(NB)
90
10
200XPUMP
1.5D
90
10
150XPUMP
80
1.5D
90
150
1.5D
150
OD (mm)
THK
(mm)
LEN
(M)
SIZE
(NB)
SS ASTM A312 TP
304 (ERW)
219.1
3.76
20
200
1.5D
50
SS ASTM A312 TP
304 (ERW)
168.3
25
150
50
SS ASTM A312 TP
304 (ERW)
88.9
3.05
60
50
SS ASTM A312 TP
304 (ERW)
168.3
300
50
SS ASTM A312 TP
304 (ERW)
SPECIFICATION
dg
No
22
50
SS ASTM A312 TP
304 (ERW)
88.9
3.05
15
80
1.5D
90
300X150
150X80
1
1
23
50
SS ASTM A312 TP
304 (SEAMLESS)
60.3
3.91
26
50
1.5D
90
12
80X50
50XPUMP
1
4
80X50
24
50
SS ASTM A312 TP
304 (SEAMLESS)
60.3
3.91
26
50
1.5D
90
12
80X50
50XPUMP
1
4
80X50
50
SS ASTM A312 TP
304 (ERW)
88.9
3.05
120
80
1.5D
90
80X50
80X50
50
SS ASTM A312 TP
304 (ERW)
80
1.5D
45
50
SS ASTM A312 TP
304 (SEAMLESS)
60.3
3.91
130
50
1.5D
90
200X200
25
26
50
SS ASTM A312 TP
304 (SEAMLESS)
60.3
3.91
45
50
1.5D
90
27
50
SS ASTM A312 TP
304 (SEAMLESS)
60.3
3.91
45
50
1.5D
90
28
50
CARBON STEEL SA
106 GR. C
219.1
8.18
340
200
1.5D
90
20
29
50
SS ASTM A312 TP
304 (SEAMLESS)
33.4
3.38
100
25
1.5D
90
25
50
SS ASTM A312 TP
304 (ERW)
168.3
3.4
65
150
1.5D
90
150X100
100X80
80X50
2
2
2
150X150
150X100
150X50
6
3
3
DM MAKE UP PUMPS
INDIVIDUAL SUCTION LINE
FOR 2 PUMPS
50
SS ASTM A312 TP
304 (ERW)
168.3
3.4
12
150
1.5D
90
150XPUMP
100X50
50X25
2
4
DM MAKE UP PUMPS
INDIVIDUAL DISCH LINE FOR 2
PUMPS
50
SS ASTM A312 TP
304 (ERW)
114.3
3.05
12
100
1.5D
90
100XPUMP
100X100
50
SS ASTM A312 TP
304 (ERW)
114.3
3.05
310
100
1.5D
90
18
50X25
100X100
SIZE
(NB)
Rating
MISCELLANEOUS
No
SIZE
(NB)
No
REMARKS
DOCUMENT TITLE
DOCUMENT NO:
REV NO: 0
6-May-14
( DM WATER SYSTEM)
PREPARED BY
KK
CHECKED BY:
APPROVED BY:
SK
LINE DESCRIPTION
DM MAKE UP PUMPS
RECIRCULATION LINE
FROM DM PLANT
TEMP
(oC)
PRESS.
Kg/cm2
(g)
SPECIFICATION
MITRE / ELBOWS
PIPE
PIPE MATERIAL
OD (mm)
THK
(mm)
LEN
(M)
SIZE
(NB)
dg
50
SS ASTM A312 TP
304 (SEAMLESS)
60.3
3.91
125
50
1.5D
90
15
50
SS ASTM A312 TP
304 (ERW)
168.3
3.4
80
150
1.5D
90
50
SS ASTM A312 TP
304 (ERW)
114.3
3.05
90
100
1.5D
90
13
TO AUX BOILER
50
SS ASTM A312 TP
304 (ERW)
114.3
3.05
270
100
1.5D
90
10
50
SS ASTM A312 TP
304 (SEAMLESS)
33.4
3.38
50
25
1.5D
90
25
NOTES:1. THIS IS ONLY ESTIMATED BOM. ACTUAL BOM SHALL BE AS PER DRAWING.
2. FOR DESIGN PREESURE, TEMPERATURE, PIPE SIZE AND MATERIAL PLEASE REFER ABOVE MENTIONED P&IDs.
3. SS FITTINGS SHALL BE TO ASTM A-403 OF CORRESPONDING PIPE THICKNESS (AS A MIN) WITH DIMENSIONS TO ANSI B 16.9
TEES
REDUCERS
No
SIZE
(NB)
150X100
No
FLANGES
SIZE
(NB)
No
100X50
50X50
50X25
1
5
2
150X100
100X100
SIZE
(NB)
Rating
MISCELLANEOUS
No
SIZE
(NB)
No
REMARKS
DOCUMENT TITLE
REV NO:
0
30-Apr-14
DOCUMENT NO:
PREPARED BY
KK
CHECKED BY:
APPROVED BY:
SK
LINE DESCRIPTION
TEMP
(oC)
PRESS.
Kg/cm2
(g)
PIPE
PIPE MATERIAL
SPECIFICATION
OD (mm)
THK
(mm)
MITRE / ELBOWS
LEN (M)
SIZE
(NB)
dg
TEES
REDUCERS
No
SIZE
(NB)
150X100
100X80
80X50
50X25
No
FLANGES
SIZE
(NB)
No
150X150
50
150NB
400
150
1.5D
90
15
TO BOILER UNIT-7
50
100NB
25
100
1.5D
90
150X100
TO BOILER UNIT-8
50
100NB
25
100
1.5D
90
150X100
2
5
5
5
5
5
5
DISTRIBUTION TO PLANT
UTILITIES
80NB
150
80
1.5D
90
10
150X80
150X150
150X100
100X80
80X50
50X25
50NB
400
50
1.5D
90
12
80X50
20
80X50
25NB
300
25
1.5D
90
20
50
50NB
1700
50
1.5D
90
35
50
25NB
1100
25
1.5D
90
60
50
50NB
500
50
1.5D
90
15
50
25NB
300
25
1.5D
90
30
50
50
50
GALVANISED AS PER
IS:4736 AND SHALL
CONFORM TO IS:1239
PART-I HEAVY GRADE
(ERW)
50X25
15
TOWARDS CW TREATMENT
PLANT
150X50
10
50X25
25X25
8
8
50X25
25
100X15
80X15
50X15
20X15
5
5
5
5
50X25
15
150X15
TO SERVICE BUILDING
50
25NB
80
25
1.5D
90
150X25
TO DG SET
50
25NB
50
25
1.5D
90
150X25
10
TO SWAS ROOM
50
25NB
100
25
1.5D
90
12
150X25
11
50
12
50
25NB
TOTAL 20 NOS HOSE OF 15M LENGTH EACH AS PER IS:446 TO BE SUPPLIED FOR STATION
50
150NB
400
150
1.5D
90
15
TO BOILER UNIT-7
50
100NB
25
100
1.5D
90
TO BOILER UNIT-8
TOWARDS SEWAGE
TREATMENT PLANT
50
50
50
50
5
GALVANISED AS PER
IS:4736 AND SHALL
CONFORM TO IS:1239
PART-I HEAVY GRADE
(ERW)
150X100
100X80
80X50
50X25
5
5
5
5
150X150
150X100
150X150
150X100
100X80
80X50
50X25
5
5
5
5
5
50X25
20
25X25
10
100NB
25
100
1.5D
90
50NB
900
50
1.5D
90
30
25NB
900
25
1.5D
90
50
50NB
300
50
1.5D
90
10
TOWARDS
ELECTROCHLORINATION
BUILDING
150X50
150X50
50X25
15
5
5
5
5
2
50
25NB
150
25
1.5D
90
16
100X15
80X15
50X15
20X15
50
50NB
50
50
1.5D
90
10
150X50
50
25NB
30
25
1.5D
90
10
50X50
50X25
2
5
25NB
150
25
1.5D
90
10
150X25
TO SERVICE BUILDING
50
INSTRUMENT AIR
DISTRIBUTION INSIDE TG HALL
50
NOTES:1. THIS IS ONLY ESTIMATED BOM. ACTUAL BOM SHALL BE AS PER DRAWING.
2. FOR DESIGN PREESURE, TEMPERATURE, PIPE SIZE AND MATERIAL PLEASE REFER SERVICE AIR & INSTRUMENT AIR SCHEMES PE-DG-392-555-A002 & A003.
3. REQUIRED COUPLINGS, UNION, NIPPLES ETC TO BE DECIDED AND SUPPLIED BY PIPING CENTRE.
SIZE
(NB)
Rating
MISCELLANEOUS
No
SIZE
(NB)
No
REMARKS
DOCUMENT TITLE
DOCUMENT NO:
REV NO: 0
23-Apr-14
PREPARED BY
KK
CHECKED BY:
APPROVED BY:
SK
LINE DESCRIPTION
TEMP
(oC)
PRESS.
Kg/cm2
(g)
SPECIFICATION
MITRE / ELBOWS
PIPE
PIPE MATERIAL
LEN
(M)
SIZE
(NB)
711
10
65
700
1.0D
90
115
5.4
13
100
1.5D
90
89.5
4.8
80
1.5D
90
dg
TEES
REDUCERS
THK
(mm)
OD (mm)
No
SIZE
(NB)
No
MISCELLANEOUS
FLANGES
SIZE
(NB)
No
700X700
700X100
100X80
SIZE
(NB)
Rating
No
SIZE
(NB)
No
700NB END
CAP
700NB END
CAP
60
10
60
10
GARDENING PUMPS
RECIRCULATION
10
60
10
89.5
4.8
18
80
1.5D
90
60
10
115
5.4
35
100
1.5D
90
60
10
457
7.1
15
450
1.5D
90
60
10
355.6
7.1
460
350
1.5D
90
60
10
60
10
60
60
60
10
60
60
60
10
10
10
60
10
60
10
60
10
CARBON STEEL
ERW, IS-1239(HEAVY
GRADE)
60
APH/ESP WASH
RECIRCULATION
CHP PUMPS SUCTION
CARBON STEEL
IS:2062, ROLLED AND
WELDED
CONFIRMING TO
IS:3589
CARBON STEEL
IS:2062, ROLLED AND
WELDED
CONFIRMING TO
IS:3589
100X80
450XPUMP
700X450
15
350XPUMP
350X350
350X200
250XPUMP
700X250
300X250
250XPUMP
300X150
700X150
700X450
500X350
500X250
3
3
1
700X250
100X100
6.3
500
1.5D
90
273
6.3
12
250
1.5D
90
10
273
6.3
17
250
1.5D
90
10
323.9
6.3
600
300
1.5D
90
15
166.5
5.4
150
1.5D
90
457
355.6
508
7.1
7.1
8
20
20
575
450
350
500
1.5D
1.5D
1.5D
90
90
90
9
9
15
CARBON STEEL
IS:2062, ROLLED AND
WELDED
CONFIRMING TO
IS:3589
CARBON STEEL
ERW, IS-1239(HEAVY
GRADE)
80XPUMP
219.1
CARBON STEEL
ERW, IS-1239(HEAVY
GRADE)
100XPUMP
273
6.3
250
1.5D
90
60.8
4.5
100
50
1.5D
90
20
34.2
100
25
1.5D
90
20
115
5.4
750
100
100
1.5D
1.5D
90
45
25
6
450XPUMP
350XPUMP
3
3
COMMON RECIRCULATION
LINE
60
60
10
10
60
10
60
60
60
60
10
10
15
15
60
15
CARBON STEEL
ERW, IS-1239(HEAVY
GRADE),
GALVANISED AS PER
CARBON STEEL
IS:2062, ROLLED AND
WELDED
CONFIRMING TO
IS:3589
100XPUMP
89.5
4.8
530
80
1.5D
90
12
100X80
219.1
6.3
670
20
6
16
6
200X200
630
90
45
90
45
6.3
1.5D
1.5D
1.5D
1.5D
200XPUMP
273
200
200
250
250
250XPUMP
250X250
219.1
6.3
450
200
1.5D
90
20
250X200
250X200
166.5
5.4
350
150
1.5D
90
10
250X150
250X150
60
10
508
50
500
1.5D
90
500XPUMP
700X500
60
60
60
60
60
60
10
10
10
10
10
10
711
610
508
323.9
166.5
89.5
10
8
8
6.3
5.4
4.8
350
20
20
60
8
8
700
600
500
300
150
80
1.0D
1.5D
1.5D
1.5D
1.5D
1.5D
90
90
90
90
90
90
15
4
4
8
3
3
700X600
700X500
700X300
60
10
60.8
4.5
16
50
1.5D
90
CARBON STEEL
ERW, IS-1239(HEAVY
GRADE)
REMARKS
DOCUMENT TITLE
DOCUMENT NO:
REV NO: 0
23-Apr-14
PREPARED BY
KK
CHECKED BY:
APPROVED BY:
SK
LINE DESCRIPTION
TEMP
(oC)
SPECIFICATION
60
10
10
LEN
(M)
SIZE
(NB)
60.8
4.5
30
50
1.5D
90
50
34.2
70
25
1.5D
90
50
34.2
100
25
1.5D
90
20
914
10
200
900
0.75D
610
50
600
1.5D
90
813
10
230
800
800
0.75D
0.75D
90
45
10
4
dg
TEES
REDUCERS
THK
(mm)
OD (mm)
No
SIZE
(NB)
No
FLANGES
SIZE
(NB)
No
SIZE
(NB)
Rating
MISCELLANEOUS
No
SIZE
(NB)
No
800NB END
CAP
HOLD
60
60
PRESS.
Kg/cm2
(g)
MITRE / ELBOWS
PIPE
PIPE MATERIAL
10
CARBON STEEL
ERW, IS-1239(HEAVY
GRADE)
CARBON STEEL
ERW, IS-1239(HEAVY
GRADE),
GALVANISED AS PER
IS 4736 OR EQ
3
4
5
6
60
10
60
10
CARBON STEEL
IS:2062, ROLLED AND
WELDED
CONFIRMING TO
IS:3589
60
10
60
10
323.9
6.3
50
300
1.5D
90
60
10
273
6.3
50
250
1.5D
90
60
10
355.6
7.1
450
350
1.5D
90
15
60
10
166.5
5.4
50
150
1.5D
90
60
10
60.8
4.5
100
50
1.5D
90
20
60
10
34.2
100
25
1.5D
90
20
CARBON STEEL
ERW, IS-1239(HEAVY
GRADE)
NOTES:1. THIS IS ONLY ESTIMATED BOM. ACTUAL BOM SHALL BE AS PER DRAWING.
2. FOR DESIGN PREESURE, TEMPERATURE, PIPE SIZE AND MATERIAL PLEASE REFER PLANT WATER SYSTEM P&ID.
600XPUMP
800X600
800x300
250XPUMP
350X250
350X350
450X350
3
1
1
350X150
REMARKS
DOCUMENT TITLE
DOCUMENT NO:
REV NO: 0
30-Apr-14
PREPARED BY
KK
CHECKED BY:
APPROVED BY:
SK
LINE DESCRIPTION
TEMP
(oC)
PRESS.
Kg/cm2
(g)
SPECIFICATION
MITRE / ELBOWS
PIPE
PIPE MATERIAL
OD (mm)
THK
(mm)
LEN
(M)
SIZE
(NB)
dg
TEES
REDUCERS
No
SIZE
(NB)
25
200X150
150X100
100X80
80X50
50X25
FLANGES
SIZE
(NB)
No
5
5
5
5
5
200X200
150X150
100X100
80X80
50X50
5
5
5
5
5
5
5
5
5
5
2
No
TO MRS UNIT-8
TO AIR WASHER ROOM M/U
UNIT-7 (BC BAY)
10
60
60
10
CARBON STEEL
IS:2062, ROLLED AND
WELDED
CONFIRMING TO
IS:3589
10
60
10
60
10
60
10
CARBON STEEL
IS:2062, ROLLED AND
WELDED
CONFIRMING TO
IS:3589
219.1
6.3
650
200
1.5D
90
60.8
4.5
60
50
1.5D
90
10
150X100
200X50
150X100
100X80
80X50
50X25
60.8
4.5
200
50
1.5D
90
200X50
200X50
50
1.5D
45
4.8
50
80
1.5D
90
100X80
200X80
219.1
6.3
10
200
1.5D
90
80X50
10
200X200
60
10
60
10
89.5
4.8
50
80
1.5D
90
50X25
10
200X80
60
10
60.8
4.5
50
50
1.5D
90
200X150
200X50
60
10
60.8
4.5
25
50
1.5D
90
150X100
200X50
60
10
60.8
4.5
60
50
1.5D
90
100X80
200X50
60
10
89.5
4.8
50
80
1.5D
90
80X50
200X80
50X25
200X50
200X50
200X50
200X50
50X50
25X25
200X50
200X50
2
4
2
6
5
2
2
60
10
60.8
4.5
25
50
1.5D
90
12
13
60
60
10
10
60.8
60.8
4.5
4.5
30
60
50
50
1.5D
1.5D
90
90
6
8
60
10
60.8
4.5
270
50
1.5D
90
12
60
60
60
10
10
10
34.2
60.8
60.8
4
4.5
4.5
50
50
20
25
50
50
1.5D
1.5D
1.5D
90
90
90
8
7
4
60
10
60
10
166.5
5.4
20
60
10
60.8
21
TO FIRE STATION
22
TO RAW WATER PH
23
TO WORKSHOP
TO PT PLANT/CHEMICAL
HOUSE
60
60
60
60
10
10
10
10
60.8
115
60.8
60.8
60
10
60
15
16
17
18
19
24
25
27
28
TO DM PLANT/CPU
REGENRATION
TO ETP
TO AUX BOILER
29
TO STP
26
30
31
32
TO HYDROGEN GENERATION
PLANT
TO ASH WATER PH
TO FUEL OIL PRESSURIZING
PH
89.5
11
14
80X50
150
1.5D
90
15
4.5
30
50
1.5D
90
150X50
4.5
5.4
4.5
4.5
130
360
100
50
50
100
50
50
1.5D
1.5D
1.5D
1.5D
90
90
90
90
8
8
8
6
150X50
150X100
2
2
100X50
60.8
4.5
200
50
1.5D
90
100X50
10
60.8
4.5
100
50
1.5D
90
100X50
60
10
60.8
4.5
80
50
1.5D
90
10
150X50
60
60
60
60
10
10
10
10
60.8
60.8
115
60.8
4.5
4.5
5.4
4.5
50
50
250
500
50
50
100
50
1.5D
1.5D
1.5D
1.5D
90
90
90
90
6
6
8
10
150X50
150X50
150X100
2
2
2
60
10
60.8
4.5
20
50
1.5D
90
100X50
60
10
60.8
4.5
150
50
1.5D
90
10
150X50
60
10
60.8
4.5
50
50
1.5D
90
150X50
200X150
100X50
100X50
SIZE
(NB)
Rating
MISCELLANEOUS
No
SIZE
(NB)
No
REMARKS
DOCUMENT TITLE
DOCUMENT NO:
REV NO: 0
30-Apr-14
PREPARED BY
KK
CHECKED BY:
APPROVED BY:
SK
LINE DESCRIPTION
TEMP
(oC)
PRESS.
Kg/cm2
(g)
SPECIFICATION
MITRE / ELBOWS
PIPE
PIPE MATERIAL
OD (mm)
THK
(mm)
LEN
(M)
SIZE
(NB)
dg
TEES
REDUCERS
No
SIZE
(NB)
No
FLANGES
SIZE
(NB)
No
33
TO LDO UNLOADING PH
60
10
60.8
4.5
20
50
1.5D
90
50X50
34
60
10
60.8
4.5
80
50
1.5D
90
10
150X50
35
36
TO HFO UNLOADING PH
TO FLY ASH SILO
60.8
115
166.5
115
89.5
60.8
4.5
5.4
5.4
5.4
4.8
4.5
700
650
400
100
50
20
50
100
150
100
80
50
1.5D
1.5D
1.5D
1.5D
1.5D
1.5D
90
90
90
90
90
90
15
20
15
10
6
5
10
10
10
10
10
10
150X50
37
60
60
60
60
60
60
60
10
60.8
4.5
130
50
1.5D
90
12
150X50
150X50
50X50
2
2
1
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
TO CANTEEN
TO CW PUMP HOUSE AND
TREATMENT PLANT
TO ELECTRO-CHLORINATION
BLDG
TO HEALTH CENTRE
TO CUSTOMER OFFICE
TO STORES
TO SWITCHYARD CONTROL
ROOM
TO GATE HOUSE
TO ADMIN BUILDING
TO AC SYSTEM MU NEAT
ADMIN BLDG
TO HOSTEL AND SECURITY
BARRACK
TO MAIN GATE
HOSE FOR SERVICE WATER
SYSTEM
25 NB LINE FOR HOSE VALVE
CONNECTION
DRAIN AND VENTS
150X100
200X150
150X100
100X80
60
10
60.8
4.5
30
50
1.5D
90
150X50
10
10
10
60.8
60.8
60.8
4.5
4.5
4.5
30
30
500
50
50
50
1.5D
1.5D
1.5D
90
90
90
5
5
15
150X50
150X50
150X50
2
2
2
60
10
60.8
4.5
300
50
1.5D
90
10
150X50
60
60
10
10
60.8
60.8
4.5
4.5
50
60
50
50
1.5D
1.5D
90
90
6
4
150X50
100X50
2
2
60
10
60.8
4.5
60
50
1.5D
90
100X50
100X50
50X50
2
1
10
60
10
60
10
60.8
60.8
25NB
4.5
300
50
1.5D
90
10
4.5
60
50
1.5D
90
80X50
TOTAL 126 NOS SERVICE WATER HOSE PIPE OF 15M LENGTH EACH AS PER IS:444 SHALL BE SUPPLIED FOR STATION
60
10
34.2
60
25
1.5D
90
50
60
10
34.2
100
25
1.5D
90
25
50X25
40
150X150
100X100
80X80
50X50
25X25
5
5
5
5
5
80X50
DISTRIBUTION HEADER
ALONG C-ROW
60
10
166.5
5.4
380
150
1.5D
90
16
60
60
60
10
10
10
89.5
60.8
4.8
4.5
40
250
80
50
50
1.5D
1.5D
1.5D
90
90
45
4
10
4
150X100
100X80
80X50
50X25
5
5
5
5
150X80
80X50
1
1
60
10
TO DG BUILDING
TO ESP CONTROL ROOM UNIT7
TO SERVICE BUILDING
60
10
60.8
4.5
150
50
1.5D
90
10
150X50
60
10
60.8
4.5
250
50
1.5D
90
10
150X50
60
10
34.2
50
25
1.5D
90
60
10
115
5.4
450
100
1.5D
90
10
150X100
150X25
150X100
100X80
80X50
50X25
2
5
5
5
5
100X80
5
6
DISTRIBUTION HEADER
TOWARDS FLY ASH SILO
60
10
89.5
4.8
450
80
1.5D
90
10
60
10
34.2
30
25
1.5D
90
100X25
TO FIRE STATION
10
TO RAW WATER PH
11
TO WORKSHOP
TO PT PLANT/CHEMICAL
HOUSE
60
60
60
60
10
10
10
10
60.8
60.8
60.8
34.2
4.5
4.5
4.5
4
130
360
100
50
50
50
50
25
1.5D
1.5D
1.5D
1.5D
90
90
90
90
8
8
8
6
100X50
100X50
50x50
50X25
2
2
5
2
60
10
60.8
4.5
200
50
1.5D
90
100x50
12
13
14
15
60
10
60
10
60
10
Rating
2
1
1
2
60
60
60
60
SIZE
(NB)
60.8
4.5
100
50
1.5D
90
50x50
60.8
4.5
80
50
1.5D
90
10
100X50
34.2
50
25
1.5D
90
100X25
MISCELLANEOUS
No
SIZE
(NB)
No
REMARKS
DOCUMENT TITLE
DOCUMENT NO:
REV NO: 0
30-Apr-14
PREPARED BY
KK
CHECKED BY:
APPROVED BY:
SK
LINE DESCRIPTION
16
TO AUX BOILER
17
TO STP
18
19
TO HYDROGEN GENERATION
PLANT
TO ASH WATER PH
20
21
22
TO HFO UNLOADING PH
TO FLY ASH SILO
23
24
25
26
27
28
29
30
31
32
33
34
35
TO CANTEEN
TO CW PUMP HOUSE AND
TREATMENT PLANT
TO ELECTRO-CHLORINATION
BLDG
TO HEALTH CENTRE
TO CUSTOMER OFFICE
TO STORES
TO SWITCHYARD CONTROL
ROOM
TO GATE HOUSE
TO ADMIN BUILDING
TO HOSTEL AND SECURITY
BARRACK
TO MAIN GATE
DRAIN AND VENTS
TEMP
(oC)
PRESS.
Kg/cm2
(g)
60
60
60
10
10
10
60
MITRE / ELBOWS
PIPE
PIPE MATERIAL
FLANGES
SIZE
(NB)
No
100X25
100X50
2
2
50X25
90
10
100X50
1.5D
90
12
80X50
50
50
100
80
50
50
1.5D
1.5D
1.5D
1.5D
1.5D
1.5D
90
90
90
90
90
90
15
20
15
10
6
5
50
1.5D
90
12
80X50
150X100
100X80
80X50
50X25
100X50
100X50
50X50
2
5
5
5
5
2
2
1
THK
(mm)
LEN
(M)
SIZE
(NB)
34.2
60.8
34.2
4
4.5
4
50
650
100
25
50
25
1.5D
1.5D
1.5D
90
90
90
6
12
6
10
34.2
30
25
1.5D
90
60
10
60.8
4.5
150
50
1.5D
60
10
60.8
4.5
70
50
60
60
60
60
60
60
10
10
10
10
10
10
60.8
60.8
115
89.5
60.8
60.8
4.5
4.5
5.4
4.8
4.5
4.5
700
650
400
100
50
20
60
10
60.8
4.5
130
GALVANISED AS PER
IS:4736 OR EQ.
TEES
REDUCERS
OD (mm)
SPECIFICATION
dg
No
SIZE
(NB)
50X25
80X50
150X100
100X80
80X50
No
2
2
2
2
60
10
34.2
30
25
1.5D
90
100X25
60
60
60
10
10
10
34.2
34.2
60.8
4
4
4.5
30
30
500
25
25
50
1.5D
1.5D
1.5D
90
90
90
5
5
15
100X25
100X25
80X50
2
2
2
60
10
60.8
4.5
300
50
1.5D
90
10
100X50
60
60
10
10
60.8
34.2
4.5
4
50
60
50
25
1.5D
1.5D
90
90
6
4
80X50
80X25
2
2
60
10
60.8
4.5
300
50
1.5D
90
10
50x50
60
60
10
10
60.8
34.2
4.5
4
60
100
50
25
1.5D
1.5D
90
90
6
25
NOTES:1. THIS IS ONLY ESTIMATED BOM. ACTUAL BOM SHALL BE AS PER DRAWING.
2. FOR DESIGN PREESURE, TEMPERATURE, PIPE SIZE AND MATERIAL PLEASE REFER SERVICE WATER & POTABLE WATER DISTRIBUTION SCHEMATICS.
3. REQUIRED COUPLINGS, UNIONS, NIPPLES ETC TO BE DECIDED AND SUPPLED BY PIPING CENTRE.
50X25
SIZE
(NB)
Rating
MISCELLANEOUS
No
SIZE
(NB)
No
REMARKS
DOCUMENT TITLE
DOCUMENT NO:
REV NO: 0
6-May-14
( DM WATER SYSTEM)
PREPARED BY
KK
CHECKED BY:
APPROVED BY:
SK
LINE DESCRIPTION
TEMP
(oC)
PRESS.
Kg/cm2
(g)
SPECIFICATION
MITRE / ELBOWS
PIPE
PIPE MATERIAL
OD (mm)
THK
(mm)
LEN
(M)
SIZE
(NB)
dg
TEES
REDUCERS
No
SIZE
(NB)
300x200
200x150
150x100
100x80
80x50
50x25
25x15
FLANGES
SIZE
(NB)
No
3
3
3
3
3
3
3
300X300
200x200
150x150
100x100
80x80
50x50
25x25
3
3
3
3
3
3
3
3
3
3
3
3
3
3
No
50
SS ASTM A312 TP
304 (ERW)
323.9
4.57
40
300
1.5D
90
HOTWELL MU PUMPS
INDIVIDUAL SUCTION LINES
FOR 4 PUMPS
50
SS ASTM A312 TP
304 (ERW)
168.3
3.4
20
150
1.5D
90
10
150XPUMP
300x200
200x150
150x100
100x80
80x50
50x25
25x15
HOTWELL MU PUMPS
INDIVIDUAL DISCH LINES FOR
4 PUMPS
50
SS ASTM A312 TP
304 (ERW)
114.3
3.05
24
100
1.5D
90
10
200X100
100XPUMP
1
4
200x100
HOTWELL GRAVITY MU
50
SS ASTM A312 TP
304 (ERW)
168.3
3.4
150
1.5D
90
150X100
300X150
200X150
5
1
HOTWELL MU RECIRCULATION
LINE
50
SS ASTM A312 TP
304 (SEAMLESS)
60.3
3.91
60
50
1.5D
90
12
100X50
200X50
50X50
1
1
50
SS ASTM A312 TP
304 (ERW)
219.1
3.76
180
200
1.5D
90
50X25
200X200
200X100
1
1
SS ASTM A312 TP
304 (ERW)
114.3
3.05
145
100
1.5D
90
10
200X100
300X200
200X150
2
2
50
SS ASTM A312 TP
304 (SEAMLESS)
60.3
3.91
50
50
1.5D
90
100X50
50X50
1
3
50
SS ASTM A312 TP
304 (SEAMLESS)
33.4
3.38
40
25
1.5D
90
10
100X25
50
SS ASTM A312 TP
304 (SEAMLESS)
60.3
3.91
40
50
1.5D
90
100X50
10
50
SS ASTM A312 TP
304 (SEAMLESS)
33.4
3.38
40
25
1.5D
90
50X25
11
50
SS ASTM A312 TP
304 (SEAMLESS)
33.4
3.38
40
25
1.5D
90
50X25
12
50
SS ASTM A312 TP
304 (SEAMLESS)
60.3
3.91
50
50
1.5D
90
200X50
50X50
2
2
13
50
SS ASTM A312 TP
304 (SEAMLESS)
33.4
3.38
40
25
1.5D
90
10
100X25
14
50
SS ASTM A312 TP
304 (SEAMLESS)
60.3
3.91
40
50
1.5D
90
100X50
15
50
SS ASTM A312 TP
304 (SEAMLESS)
33.4
3.38
40
25
1.5D
90
50X25
16
50
SS ASTM A312 TP
304 (SEAMLESS)
33.4
3.38
40
25
1.5D
90
50X25
17
TO HYDROGEN GENERATION
PLANT
50
SS ASTM A312 TP
304 (SEAMLESS)
33.4
3.38
700
25
1.5D
90
15
150X100
100X80
80X50
2
2
2
SIZE
(NB)
Rating
MISCELLANEOUS
No
SIZE
(NB)
No
REMARKS
DOCUMENT TITLE
DOCUMENT NO:
REV NO: 0
6-May-14
( DM WATER SYSTEM)
PREPARED BY
KK
CHECKED BY:
APPROVED BY:
SK
Sl. No.
LINE DESCRIPTION
18
50
19
20
21
PRESS.
Kg/cm2
(g)
MITRE / ELBOWS
PIPE
PIPE MATERIAL
TEES
REDUCERS
FLANGES
SIZE
(NB)
No
300X200
150X150
12
150X80
80X80
1
1
90
13
150X150
1.5D
45
No
SIZE
(NB)
90
10
200XPUMP
1.5D
90
10
150XPUMP
80
1.5D
90
150
1.5D
150
OD (mm)
THK
(mm)
LEN
(M)
SIZE
(NB)
SS ASTM A312 TP
304 (ERW)
219.1
3.76
20
200
1.5D
50
SS ASTM A312 TP
304 (ERW)
168.3
25
150
50
SS ASTM A312 TP
304 (ERW)
88.9
3.05
60
50
SS ASTM A312 TP
304 (ERW)
168.3
300
50
SS ASTM A312 TP
304 (ERW)
SPECIFICATION
dg
No
22
50
SS ASTM A312 TP
304 (ERW)
88.9
3.05
15
80
1.5D
90
300X150
150X80
1
1
23
50
SS ASTM A312 TP
304 (SEAMLESS)
60.3
3.91
26
50
1.5D
90
12
80X50
50XPUMP
1
4
80X50
24
50
SS ASTM A312 TP
304 (SEAMLESS)
60.3
3.91
26
50
1.5D
90
12
80X50
50XPUMP
1
4
80X50
50
SS ASTM A312 TP
304 (ERW)
88.9
3.05
120
80
1.5D
90
80X50
80X50
50
SS ASTM A312 TP
304 (ERW)
80
1.5D
45
50
SS ASTM A312 TP
304 (SEAMLESS)
60.3
3.91
130
50
1.5D
90
200X200
25
26
50
SS ASTM A312 TP
304 (SEAMLESS)
60.3
3.91
45
50
1.5D
90
27
50
SS ASTM A312 TP
304 (SEAMLESS)
60.3
3.91
45
50
1.5D
90
28
50
CARBON STEEL SA
106 GR. C
219.1
8.18
340
200
1.5D
90
20
29
50
SS ASTM A312 TP
304 (SEAMLESS)
33.4
3.38
100
25
1.5D
90
25
50
SS ASTM A312 TP
304 (ERW)
168.3
3.4
65
150
1.5D
90
150X100
100X80
80X50
2
2
2
150X150
150X100
150X50
6
3
3
DM MAKE UP PUMPS
INDIVIDUAL SUCTION LINE
FOR 2 PUMPS
50
SS ASTM A312 TP
304 (ERW)
168.3
3.4
12
150
1.5D
90
150XPUMP
100X50
50X25
2
4
DM MAKE UP PUMPS
INDIVIDUAL DISCH LINE FOR 2
PUMPS
50
SS ASTM A312 TP
304 (ERW)
114.3
3.05
12
100
1.5D
90
100XPUMP
100X100
50
SS ASTM A312 TP
304 (ERW)
114.3
3.05
310
100
1.5D
90
18
50X25
100X100
SIZE
(NB)
Rating
MISCELLANEOUS
No
SIZE
(NB)
No
REMARKS
DOCUMENT TITLE
DOCUMENT NO:
REV NO: 0
6-May-14
( DM WATER SYSTEM)
PREPARED BY
KK
CHECKED BY:
APPROVED BY:
SK
LINE DESCRIPTION
DM MAKE UP PUMPS
RECIRCULATION LINE
FROM DM PLANT
TEMP
(oC)
PRESS.
Kg/cm2
(g)
SPECIFICATION
MITRE / ELBOWS
PIPE
PIPE MATERIAL
OD (mm)
THK
(mm)
LEN
(M)
SIZE
(NB)
dg
50
SS ASTM A312 TP
304 (SEAMLESS)
60.3
3.91
125
50
1.5D
90
15
50
SS ASTM A312 TP
304 (ERW)
168.3
3.4
80
150
1.5D
90
50
SS ASTM A312 TP
304 (ERW)
114.3
3.05
90
100
1.5D
90
13
TO AUX BOILER
50
SS ASTM A312 TP
304 (ERW)
114.3
3.05
270
100
1.5D
90
10
50
SS ASTM A312 TP
304 (SEAMLESS)
33.4
3.38
50
25
1.5D
90
25
NOTES:1. THIS IS ONLY ESTIMATED BOM. ACTUAL BOM SHALL BE AS PER DRAWING.
2. FOR DESIGN PREESURE, TEMPERATURE, PIPE SIZE AND MATERIAL PLEASE REFER ABOVE MENTIONED P&IDs.
3. SS FITTINGS SHALL BE TO ASTM A-403 OF CORRESPONDING PIPE THICKNESS (AS A MIN) WITH DIMENSIONS TO ANSI B 16.9
TEES
REDUCERS
No
SIZE
(NB)
150X100
No
FLANGES
SIZE
(NB)
No
100X50
50X50
50X25
1
5
2
150X100
100X100
SIZE
(NB)
Rating
MISCELLANEOUS
No
SIZE
(NB)
No
REMARKS
DOCUMENT NO:
DOCUMENT TITLE
REV NO: 0
( CW PIPING SYSTEM )
13.08.2013
PREPARED BY
CHECKED BY:
APPROVED BY:
KK
SK
PIPE
PIPE MATERIAL
MITRE / ELBOWS
TEES
REDUCERS
FLANGES
MISCELLANEOUS
REMARKS
LINE DESCRIPTION
TEMP
(oC)
PRESS.
Kg/cm2
(g)
SPECIFICATION
OD (mm)
THK
(mm)
LEN
(M)
SIZE
(NB)
dg
No
SIZE
(NB)
No
SIZE
(NB)
No
SIZE
(NB)
Rating
No
SIZE
(NB)
No
3500NB
END CAP
CW PUMP DISCH
INDIVIDUAL LINE UNIT#7
(3 PUMPS)
60
1936
18
80
1900
0.75D
90
1900X1800
3500X1900
1900NB
PUDDLE
FLANGE
CW PUMP DISCH
INDIVIDUAL LINE UNIT#8
(3 PUMPS)
60
1936
18
100
1900
0.75D
90
1900X1800
3500X1900
1900NB
PUDDLE
FLANGE
CW PUMP DISCH
INDIVIDUAL LINE
COMMON STAND BY
60
1936
18
40
1900
0.75D
90
1900X1800
3500X1900
1900X1900
2
1
1900NB
PUDDLE
FLANGE
CW SUPPLY HEADER TO
UNIT#7
3540
20
240
3500
0.75D
90
60
5
3500
0.75D
45
CW INLET TO
CONDENSER, UNIT#7
60
2540
20
45
2500
0.75D
90
3500X2500
CW OUTLET FROM
CONDENSER, UNIT#7
60
2540
20
100
2500
0.75D
90
3500X2500
3540
20
330
3500
0.75D
90
CW RETURN HEADER
UNIT#7
3500
0.75D
45
3500
0.75D
30
3500NB
END CAP
3500NB
END CAP
BURRIED
3500NB
END CAP
BURRIED
CW SUPPLY HEADER TO
UNIT#8
60
60
CARBON STEEL,
IS:2062, ROLLED &
WELDED
CONFORMING TO
IS:3589
3540
20
370
3500
0.75D
90
3500
0.75D
45
BURRIED
CW INLET TO
CONDENSER, UNIT#8
60
2540
20
35
2500
0.75D
90
3500X2500
2500NB
PUDDLE
FLANGE
10
CW OUTLET FROM
CONDENSER, UNIT#8
60
2540
20
110
2500
0.75D
90
3500X2500
2500NB
PUDDLE
FLANGE
3540
20
510
3500
0.75D
90
60
5
3500
0.75D
45
3500
0.75D
30
1600
0.75D
90
10
1600
0.75D
45
1.5D
90
11
CW RETURN HEADER
UNIT#8
60
12
13
1626
16
210
CW RECIRCULATION
LINE
CW BLOWDOWN TO
BLOWDOWN TANK
60
60
60
60
273
6.3
55
250
250
1.5D
45
323.9
6.3
270
300
1.5D
90
300
1.5D
45
BURRIED
3500X1600
1600X1600
2
1
BURRIED
250X250
BURRIED
300X300
BURRIED
BURRIED
BURRIED
SHEET No. : 1 OF 1
DOCUMENT TITLE
DOCUMENT NO:
REV NO: 1
Tender no PSER:SCT:SRG-P1631:14
DESIGN
Sl. No.
18-Nov-13
APPROVED BY:
KK
PIPE
PIPE MATERIAL
CHECKED BY:
MITRE / ELBOWS
SK
SHEET No. : 1 OF 1
TEES
REDUCERS
FLANGES
MISCELLANEOUS
REMARKS
LINE DESCRIPTION
TEMP
(oC)
PRESS.
Kg/cm2
(g)
60
10
60
10
60
10
RECIRCULATION LINE
60
10
TO GAS CHLORINATION
60
10
SPECIFICATION
CARBON STEEL,
IS:2062. ROLLED
AND WELDED
CONFORMING TO
IS:3589
OD (mm)
THK
(mm)
LEN
(M)
SIZE
(NB)
610
110
600
1.5D
90
914
10
5000
900
0.75D
90
15
914
10
5500
900
0.75D
90
15
323.9
6.3
100
300
1.5D
dg
90
No
10
SIZE
(NB)
No
SIZE
(NB)
No
SIZE
(NB)
600X600
900X600
1
5
600NB
PUDDLE
FLANGE
Rating
No
SIZE
(NB)
No
BURRIED
BURRIED
900X300
300X300
2
2
BURRIED
NOTE:
(i)IT MAY PLEASE BE NOTED THAT PIPES FROM CANAL WATER INTAKE PUMP HOUSE TO RAW WATER RESERVOIR SHALL BE ROUTED BESIDE ROAD ALONG THE CONTOUR OF SAND DUNES. ANGLE BETWEEN TWO CONSECUTIVE STRAIGHT PORTIONS OF PIPE ( AND
ALSO ROAD) COMES OUT TO BE AROUND 4 TO 5 DEGREE. PIPES SHALL BE SUIATBLY WELDED AT SITE AT ANGLE OF 4 TO 5 DEGREE AS PER SITE CONDITION.
(ii) THIS IS ONLY ESTIMATED BOM. ACTUAL BOM SHALL BE AS PER DRAWING.
Tender no PSER:SCT:SRG-P1631:14
SL. NO.
I
1
UNIT
QTY
Nos
Nos
22
20
Nos
Nos
4
3
Nos
Nos
8
5
Nos
Nos
6
4
Mtrs
Mtrs
Nos
200
200
2
TOTAL WEIGHT
(MT)
SL. NO.
II
1
3
4
7
8
9
10
2
3
4
5
6
7
8
2
3
4
5
6
7
8
3500
5500
Mtrs
Mtrs
Nos
5000
5000
Nos
Nos
200
170
Nos.
Nos.
200
170
Nos.
Nos.
Nos.
Nos.
400
340
200
170
Nos
Nos
Nos
40
20
50
Mtrs
Nos
Nos
Nos
Nos
Nos
Nos
Nos
5,500
300
50
50
50
30
2,000
100
Mtrs
Mtrs
Nos
Nos
Nos
Nos
Nos
Nos
3,500
225
75
75
75
30
500
75
Nos
Nos.
Nos
Nos
Nos
Nos
Nos
Nos
6
2
8
4
6
8
3
16
60
15
10
HVWS
Pipes 150 NB & below sizes:(A/G Piping) with one coat of primer,one coat of intermediate
and one coat of final painting.
150 NB and below
Butterfly valve as per BS:5155
Deluge valve
D.V panel
D.V shed
Y- type strainer with body and Strainer including matching flanges
Projectors/HVWS Nozzles
Solenoid Valves
V
1
2
3
4
5
6
7
8
Mtrs
Mtrs
TOTAL WEIGHT
(MT)
MVWS
Pipes for 150 NB & below sizes (A/G Piping) with one coat of primer,one coat of
intermediate and one coat of final painting.
150 NB and below
Butterfly valve as per BS:5155
Deluge valve
D.V panel
D.V shed
Y- Strainer
Sprayers/ MVWS Nozzles
Solenoid Valves
IV
1
QTY
III
1
UNIT
Foam System
Solenoid Valve
SS Foam Tank
Foam Hydrant
Foam Chambers
Balanced Pressure Proportioner
Foam Branch Pipe With Nozzle
Mobile Unit
Hose Pipe
15
SL. NO.
9
10
11
12
13
14
i
ii
iii
iv
15
16
17
Hose Box
Y- Strainer
SS Non Return Valve
Pressure Relief Valve
SS Gate Valve
CI Valves
Gate Valve - Isolation
Butterfly Valves
Non Return Valves
Air Calve
SS piping
GI Piping
ERW piping
UNIT
QTY
Nos
Nos
Nos
Nos
Nos
8
8
2
2
9
Nos
Nos
Nos
Nos
Mtrs.
Mtrs.
Mtrs
12
13
6
1
100
500
500
TOTAL WEIGHT
(MT)
42
15
14
13
12
11
10
DRAWING No.
NOTES:
1. THIS P&ID IS COMMON FOR BOTH UNITS.
LEGEND
3. MATERIAL OF CONSTRUCTION:
(A.) PIPING UPTO & INCLUDING 150 NB SHALL BE CARBON STEEL ERW, IS: 1239 (HEAVY GRADE).
(B) PIPING 200 NB AND ABOVE SHALL BE CARBON STEEL, IS 2062, ROLLED & WELDED CONFORMING TO IS 3589.
MVM
PG
5. DRAIN & VENT VALVES OF SIZE 50 NB FOR PIPE SIZES ABOVE 350 NB & 25 NB FOR LOWER PIPE SIZES UPTO
350 NB SHALL BE PROVIDED AS PER LAYOUT REQUIREMENTS,
01
300
350
400
450
500
600
700
800
900
PRESSURE GAUGE
RE JOINT (STD)
PT
LT
OD(MM) THK
(MM)
323.9
6.3
355.6
7.1
406.4
7.1
457
7.1
8
508
610
8
10
711
813
10
10
914
(NB)
INDICATION IN CCR
PRESSURE TRANSMITTER
OD
15
25
40
50
65
80
100
150
200
250
21.8
34.2
48.8
60.8
76.6
89.5
115.0
166.5
219.1
273
THICK
3.2
4.0
4.0
4.5
4.5
4.8
5.4
5.4
6.3
6.3
LEVEL TRANSMITTER
RECIRCULATION LINE
VERTICAL PUMP
NB300
LT
LT
00GAA03
CL012
00GAA03
CL011
02
PARSHALL FLUME
(RCC)
2X100%
DESILTING CHAMBER
(CAPACITY :120 CUSEC)
01
PG
00GAA03
CP511
NB150
RW72
RW73
RW14 NB150
NB900
NB600
NB150
RW10
RW12
NB300
RW29
RW11
01
HI_PMP TRIP
LOW_STNDBY PMP START
PT
00GAA06
AA001
RW05
PT
NB600
00GAA03
AA001
00GAA03
1516
RW07 RW08
00GAA20
CP012
PT
02
PT
00GAA20
CF011
FT
00GAA20
CP011
02
PT
PT
PE-DG-392-172-N001
RW01
NB900
00GAA04
AA001
01
RW26
02
RW03 RW04
MAX
02
TO GAS CHLORINATION
RW27
RW25
MSE
01
MVN
HI_PMP TRIP
LOW_STNDBY PMP START
NB600
00GAA04
CL011
01
RW28
MVN
00GAA04
CP511
LT
00GAA04
CL012
00GAA02
AA001
MVN
MVN
LT
00GAA02
CP012
NB600
A
PG
A
00GAA00
CP012
00GAA02
CP011
00GAA04
CP011
CUSTOMER
00GAA02
CP511
ADEQ_PMP START
VLOW_PMP TRIP
MVN
FO
(IN R F
CU UTU
ST RE
OM P
ER RO
SC VISI
OP ON
E)
C
A
N
A
L
Fold-6
00GAA10
BP100
NB100
PT
RW23
PT
00GAA20
AA001
00GAA02
CL011
PE-DG-392-172-N001
TO PLANT WATER SYSTEM P&ID
02
NB600
00GAA02
CL012
00GAA05
AA001
01
RW22
LT
00GAA10
CP012
02
NB150
RW06
BHEL
LT
02
NB900
NB150
RW02
MVN
00GAA10
CP011
RW09
PG
ADEQ_PMP START
VLOW_PMP TRIP
ISOLATING GATE
RW24
RW31
RW15
RW30
HI_PMP TRIP RW16
LOW_STNDBY PMP START
FT
00GAA01
AA001
00GAA03
CP012
PT
PT
NB900
MVN
00GAA02
AP001
L
I
N
K
00GAA00
CP011
00GAA01
CL011
00GAA10
CF011
02
PT
NB600
00GAA01
AP001
LT
00GAA01
CL012
PT
00GAA01
CP511
MVN
LT
INLET GATE
PG
00GAA03
AP001
01
MVN
02
01
RW20
HI_PMP TRIP
LOW_STNDBY PMP START
RW13
00GAA01
CP012
MVN
00GAA10
AA001
00GAA00
AA001
RW19
00GAA04
CP012
NB600
00GAA01
CP011
8. ALL MOTORISED VALVES (ON/ OFF & INCHING TYPE) SHALL HAVE OPEN & CLOSE LIMIT SWITCHES & TORQUE
SWITCHES WHILE MOTORISED INCHING VALVES SHALL HAVE ALSO HAVE POSITION TRANSMITTERS.
LT
RW17
01
00GAA04
AP001
01
LT
PT
00GAA03
CP011
7. ALL PIPES BURIED PORTION SHALL BE LAID WITH A EARTH CUSHION OF 1500 MM ABOVE THE PIPES. ALL PIPES
BURIED PORTION COMING UNDER RAIL/ ROAD CROSSING SHALL BE PROVIDED WITH RCC ENCASEMENT.
MVN
00GAA00
AP001
02
00GAA00
CL011
PT
PG
ADEQ_PMP START
VLOW_PMP TRIP
MVN
00GAA00
CP511
NB900
RW18
C/L SCREEN
C/L STOP LOG GATE
NB300
RW21
ANNUBAR
HI_PMP TRIP
LOW_STNDBY PMP START
GLOBE VALVE
00GAA00
CL012
FI
ADEQ_PMP START
VLOW_PMP TRIP
Fold-7
GATE VALVE
ADEQ_PMP START
VLOW_PMP TRIP
PROJECT :
JOB NO.
CONSULTANT :
392
MUMBAI
CONTRACT
STATUS
DISTRIBUTION
TO
NO.
REV
DATE
ALTD
CHD
APPD
REV
DATE
CHD
ALTD
APPD
REV
DATE
ALTD
02
15.10.13
ADK/ VG
CHD
APPD
REV
DATE
ALTD
CHD
APPD
VK
AK
01
15.10.13
ADK/ VG
VK
AK
NEW DELHI
NAME.
SIGN.
DATE
DRN
DESN
CHD
APPD
TITLE :
01
02
01
02
16
15
14
13
12
11
10
DATE
SCALE
Drawing No.
PE-DG-392-172-N006
SHEET
1 OF 1
REV.
02
SIZE-A1
PE-DG-392-100-N110
15
14
13
12
11
10
DRAWING No.
NOTES :M
FROM DM PLANT
168.3 x 3.40
DMV-81
00LCP11
AA001
NaOH
BREATHER
114.3 x 3.05
114.3 x 3.05
114.3 x 3.05
LI
00LCP11
CL501
LO
DMV-95
DM WATER
STORAGE TANK # 1
MVN
LT
168.3 x 3.40
SPARE
N2
219.1 x 3.76
SPARE
00LCP11
CL011
114.3 x 3.05
Fold-7
N1
RECIRCULATION
HEADER
LO,OLS,CLS
1000 M3
168.3 x 3.40
PE-V0-392-155A-A001
168.3 x 3.40
DMV-84
00LCP11
AA501
219.1 x 3.76
1003
VENDOR
VENDOR
00LCR70
CP012
PI
PE-VO-392-155A-A001
VENDOR
NaOH
BREATHER
00LCP12
CL501
00LCR61
CP511
PI
00LCP12
CL012
LT
DM WATER
STORAGE TANK # 2
MVN
LT
00LCR61
CP512
114.3 x 3.05
MVN
60.3 x 3.91
N7
168.3 x 3.40
SPARE
N2
219.1 x 3.76
SPARE
N1
N3
1000 M3
DMP-13
DMP-14
(NOTE-7)
DMV-89
00LCR61
AA502
DMV-88
00LCR62
CP512
(OLS,CLS)
DMP-15
DMV-90
00LCR62
AA501
LO,OLS,CLS
114.3 x 3.05
DMP-16
(NOTE-7)
(OLS,CLS)
DMV-92
00LCR62
AA502
DMV-91
2 X 100%
D. M. MAKE UP WATER PUMPS
CAPACITY = 85 M3
1
HEAD
= 60 MWC
PEM
114.3 x 3.05
PC
1116
FOR AUXILIARY
BOILER
60.3 x 3.91
DMV-83
PE-DG-392-100-N109
00LCR62
AP011
N2
114.3 x 3.05
DMP-34
PI
00LCR62
CP511
DMV-85
00LCP12
AA501
DMV-112
219.1 x 3.76
DMV-118
(OLS,CLS)
114.3 x 3.05
DMV-115
168.3 x 3.40
N1
00LCP12
CL011
114.3 x 3.05
00LCR70
CP011
PI
N6
PT
00LCR61
AP001
(OLS,CLS)
DMV-87
00LCR61
AA501
DMP-34A
DM WATER PUMPS
FOR DM PLANT
168.3 x 3.40
DMV-117
PT
999
LO
DMV-96
3. 1-WT-220-00006
DMV-93
OP-46
PE-V0-392-155A-A001
114.3 x 3.05
00LCP12
AA001
N4
N5
DMP-17
DMV-82
DMV-94
998
SEAL POT
114.3 x 3.05
RECIRCULATION
HEADER
88.9 x 3.91
168.3 x 3.40
2. PE-DG-392-100-N109
60.3 x 3.91
60.3 x 3.91
LEGEND
DM WATER PUMPS
FOR RESIN TRANS,
N2
LI
1. PE-DG-392-100-N100
PE-VO-392-155A-A001
DMV-111
REFERENCE DRAWINGS:-
1004
VENDOR
N1
N3
60.3 x 3.91
114.3 x 3.05
LT
N7
8. DRAINS & VENTS ALONGWITH DRAIN & VENT POINTS AND HIGH POINTS
BASED ON LAYOUT AS REQUIRED.
PE-DG-392-100-N109
00LCP11
CL012
N6
DMV-116
114.3 x 3.05
N4
N5
SEAL POT
00LCP13
AA001
Fold-6
NaOH
BREATHER
N4
N5
A
C
00LCP13
CL012
LT
LO
DMV-97
DM WATER
STORAGE TANK # 3
MVN
33.4 x 3.38
1002
VENDOR
N7
PE-V0-392-155A-A001
114.3 x 3.05
N6
N2
LT
RECIRCULATION
HEADER
PE-VO-392-155A-A001
1001
168.3 x 3.40
SPARE
168.3 x 3.40
168.3 x 3.40
60.3 x 3.91
114.3 x 3.05
LI
00LCP13
CL501
219.1 x 3.76
SPARE
VENDOR
UF BACKWASH PUMPS
FOR DM PLANT
DMV-114
00LCP13
CL011
N1
N1
N3
1000 M3
219.1 x 3.76
LO,OLS,CLS
DMV-86
00LCP13
AA501
168.3 x 3.40
B
DMV-113
PROJECT :
N2
60.3 x 3.91
SEAL POT
JOB NO.
CONSULTANT :
392
MUMBAI
CONTRACT
STATUS
DISTRIBUTION
NO.
DATE
ALTD
CHD
APPD
REV
03
DATE
3.5.14
CHD
ALTD
RS
SSV
APPD
AK/IJS
REV
02
DATE
27.01.14
ALTD
RS
CHD
SSV
APPD
REV
01
AK/IJS
ALTD
CHD
SSV
RS
DEPT
CODE
TO
REV
NEW DELHI
APPD
AK/IJS
TITLE :
SIGN.
DATE
RS
DESN
RS
08.07.13
CHD
SSV
09.07.13
APPD
IJS/AK
16.07.13
08.07.13
NAME.
DRN
DEPT.
SCALE
Drawing No.
PE-DG-392-100-N110
SIGN
16
15
14
13
12
11
10
DATE
SHEET
01 OF 01
REV.
03
SIZE-A1
TCE.5750A-ME-610-078
05/02/2014
KK
05/02/2014
PE-DG-392-100-N110
15
14
13
12
11
10
DRAWING No.
NOTES :M
FROM DM PLANT
168.3 x 3.40
DMV-81
00LCP11
AA001
NaOH
BREATHER
114.3 x 3.05
114.3 x 3.05
114.3 x 3.05
LI
00LCP11
CL501
LO
DMV-95
DM WATER
STORAGE TANK # 1
MVN
LT
168.3 x 3.40
SPARE
N2
219.1 x 3.76
SPARE
00LCP11
CL011
114.3 x 3.05
Fold-7
N1
RECIRCULATION
HEADER
LO,OLS,CLS
1000 M3
168.3 x 3.40
PE-V0-392-155A-A001
168.3 x 3.40
DMV-84
00LCP11
AA501
219.1 x 3.76
1003
VENDOR
VENDOR
00LCR70
CP012
PI
PE-VO-392-155A-A001
VENDOR
NaOH
BREATHER
00LCP12
CL501
00LCR61
CP511
PI
00LCP12
CL012
LT
DM WATER
STORAGE TANK # 2
MVN
LT
00LCR61
CP512
114.3 x 3.05
MVN
60.3 x 3.91
N7
168.3 x 3.40
SPARE
N2
219.1 x 3.76
SPARE
N1
N3
1000 M3
DMP-13
DMP-14
(NOTE-7)
DMV-89
00LCR61
AA502
DMV-88
00LCR62
CP512
(OLS,CLS)
DMP-15
DMV-90
00LCR62
AA501
LO,OLS,CLS
114.3 x 3.05
DMP-16
(NOTE-7)
(OLS,CLS)
DMV-92
00LCR62
AA502
DMV-91
2 X 100%
D. M. MAKE UP WATER PUMPS
CAPACITY = 85 M3
1
HEAD
= 60 MWC
PEM
114.3 x 3.05
PC
1116
FOR AUXILIARY
BOILER
60.3 x 3.91
DMV-83
PE-DG-392-100-N109
00LCR62
AP011
N2
114.3 x 3.05
DMP-34
PI
00LCR62
CP511
DMV-85
00LCP12
AA501
DMV-112
219.1 x 3.76
DMV-118
(OLS,CLS)
114.3 x 3.05
DMV-115
168.3 x 3.40
N1
00LCP12
CL011
114.3 x 3.05
00LCR70
CP011
PI
N6
PT
00LCR61
AP001
(OLS,CLS)
DMV-87
00LCR61
AA501
DMP-34A
DM WATER PUMPS
FOR DM PLANT
168.3 x 3.40
DMV-117
PT
999
LO
DMV-96
3. 1-WT-220-00006
DMV-93
OP-46
PE-V0-392-155A-A001
114.3 x 3.05
00LCP12
AA001
N4
N5
DMP-17
DMV-82
DMV-94
998
SEAL POT
114.3 x 3.05
RECIRCULATION
HEADER
88.9 x 3.91
168.3 x 3.40
2. PE-DG-392-100-N109
60.3 x 3.91
60.3 x 3.91
LEGEND
DM WATER PUMPS
FOR RESIN TRANS,
N2
LI
1. PE-DG-392-100-N100
PE-VO-392-155A-A001
DMV-111
REFERENCE DRAWINGS:-
1004
VENDOR
N1
N3
60.3 x 3.91
114.3 x 3.05
LT
N7
8. DRAINS & VENTS ALONGWITH DRAIN & VENT POINTS AND HIGH POINTS
BASED ON LAYOUT AS REQUIRED.
PE-DG-392-100-N109
00LCP11
CL012
N6
DMV-116
114.3 x 3.05
N4
N5
SEAL POT
00LCP13
AA001
Fold-6
NaOH
BREATHER
N4
N5
A
C
00LCP13
CL012
LT
LO
DMV-97
DM WATER
STORAGE TANK # 3
MVN
33.4 x 3.38
1002
VENDOR
N7
PE-V0-392-155A-A001
114.3 x 3.05
N6
N2
LT
RECIRCULATION
HEADER
PE-VO-392-155A-A001
1001
168.3 x 3.40
SPARE
168.3 x 3.40
168.3 x 3.40
60.3 x 3.91
114.3 x 3.05
LI
00LCP13
CL501
219.1 x 3.76
SPARE
VENDOR
UF BACKWASH PUMPS
FOR DM PLANT
DMV-114
00LCP13
CL011
N1
N1
N3
1000 M3
219.1 x 3.76
LO,OLS,CLS
DMV-86
00LCP13
AA501
168.3 x 3.40
B
DMV-113
PROJECT :
N2
60.3 x 3.91
SEAL POT
JOB NO.
CONSULTANT :
392
MUMBAI
CONTRACT
STATUS
DISTRIBUTION
NO.
DATE
ALTD
CHD
APPD
REV
03
DATE
3.5.14
CHD
ALTD
RS
SSV
APPD
AK/IJS
REV
02
DATE
27.01.14
ALTD
RS
CHD
SSV
APPD
REV
01
AK/IJS
ALTD
CHD
SSV
RS
DEPT
CODE
TO
REV
NEW DELHI
APPD
AK/IJS
TITLE :
SIGN.
DATE
RS
DESN
RS
08.07.13
CHD
SSV
09.07.13
APPD
IJS/AK
16.07.13
08.07.13
NAME.
DRN
DEPT.
SCALE
Drawing No.
PE-DG-392-100-N110
SIGN
16
15
14
13
12
11
10
DATE
SHEET
01 OF 01
REV.
03
SIZE-A1
TCE.5750A-ME-540-234
12/12/2013
gak
12/12/2013
CLIENT:Rajasthan Rajya
DATE: 11-12-2013
Power Sector-PMG
DATE: 12-12-2013
Rajasthan
SH. 1 OF 2
We are herein conveying our approval/comments on the documents listed below. Approval/comments conveyed
herein neither relieves the vendor/contractor of his contractual obligations and his responsibilities for correctness of
dimensions, materials of construction, weights, quantities, design details, assembly fits, performance requirements
and conformity of the supplies with the Indian Statutory Laws as may be applicable, nor does it limit the purchasers
rights under the contract.
gak
.
PROJECT MANAGER/ENGINEER
CODES
A:
F:
B:
G:
C:
H:
D:
I:
E:
J:
SL.
NO.
TCE NO.
1.
A, H
A, H
A, H
2.
3.
TITLE
CODE
DATE: 11-12-2013
DATE: 12-12-2013
SH. 2 OF 2
COPY TO :
File: TCE.
Cc:
RRVUNL-Jaipur Attn Mr M G Gurjar ,SE (TD-III)
with/without encl.-One copy
cc: Attn: Attn: Chief Engineer (const-supercritical), Suratgarh Super
Thermal Power Station, Administrative building,Prabhat Nagar, Dist
Sri Ganganagar , Suratgarh-335804 Ph01509-245458 Mr P C
Sharma Email: conststps@yahoo.co.in -one copy