Vous êtes sur la page 1sur 58

TENDER NO PSER:SCT:SRG-P1631:14

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.

BHARAT HEAVY ELECTRICALS LIMITED


(A Govt Of India Undertaking)
POWER SECTOR EASTERN REGION
PLOT DJ 9/1, SECTOR II, SALT LAKE
KOLKATA 700 091

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

: RAJASTHAN RAJYA VIDYUT UTPADAN NIGAM


LIMITED (RVUNL)

Address

: 2 X 660 MW Super Thermal TPS, Suratgarh,


District-Sriganganagar, Rajasthan, India

New Installation

: 2 x 660 MW, Stage V, UNIT#7&8

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

: (-) 2.8 deg. C.

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

QUALITY CONTROL & QUALITY ASSURANCE


Contractors engineers and supervisors shall be adequately qualified and also
inclined to do a quality job. The quality assurance engineer shall co-ordinate all
aspects of quality control, inspection, implementation of quality assurance
procedures laid down in Quality Plan and technical specification by BHEL. He shall
fill up quality assurance log sheets/ formats and submit to BHEL for joint inspection
and acceptance. The contractor shall fill up, maintain & preserve the quality records
in computerized media. Customer/ BHELs authorized representative shall be given
free access at all time to such quality related records etc. for inspection, review etc.
QUALITY ASSURANCE PROGRAMME
The contractor shall arrange for suitable quality assurance programme to control all
activities pertaining to the scope of work, as necessary. Such programs shall be
outlined by the contractor and shall be finally accepted by BHEL. A quality
assurance programme of the contractor shall generally cover the following
Organization Structure and qualification data for key Personnel of the contractor for
the management and implementation of the proposed quality assurance programme.
The procedure for source inspection, incoming raw material inspection, verification
of material purchased etc.
System for maintenance of records.
All materials, components and equipments covered under the specification shall be
procured, manufactured, erected, commissioned and tested, as applicable, at all
stages as per comprehensive quality assurance programme. An indicative
programme for inspection /test, to be carried out by the contractor, for some of the
major items is given in the respective technical specification.
Field quality plan will detail out the quality practices and procedures etc to be
followed by the contractors site quality control organization, during various stages of
site activities from receipt of material /equipment at site.
Casting and forgings used for construction shall be of tested quality. Details of
results of chemical analysis, mechanical properties test result, as necessary, shall
be furnished.
All welding shall be carried out as per procedure drawn and qualified in accordance
with the requirements of ASME Section- 1X/BS4870 or other international equivalent
standard acceptable to BHEL/ Customer.
All welders etc employed on any part of the contract at contractors work or at site
shall be qualified as per ASME Section IX or BS 4871 or equivalent international
standard approved by BHEL/ customer. Such qualification test shall be conducted in
presence of BHEL/ customer.
All non-destructive examinations (NDT) shall be carried out in accordance with
approved international standard. NDT operators shall be qualified as per SNT-TC-IA
(of American society of non-destructive examination) Results of NDT shall be
properly recorded and submitted for approval.
All the purchase specifications for the major bought out items list of which shall be
drawn up by the contractor and finalized with BHEL/ customer shall be furnished to
BHEL for comments and approval before placement of orders.
BHEL/ customer reserve the right to carry out quality audit and quality surveillance of
the systems and procedures of contractors quality management. Contractor shall
provide all necessary assistance to enable BHEL/ customer to carry out such audit.
Quality audit/approval of the results of test and inspection will not prejudice the right
of BHEL/ customer to reject an equipment service not giving the desired
performance and shall not in no way limit the liabilities and responsibilities of the
contractor in earning satisfactory performances of equipment/service as per
specification.
Repair/ rectification procedure to be adopted to make any job acceptable shall be
subject to the approval of BHEL/ customer.
All the latest relevant IS codes as per technical specification should be available with
the contractor at site with in 45 days from the date of placement of LOI.
GENERAL TECHNICAL REQUIREMENTS (CODES AND STANDARDS)
Except where otherwise specified, the plant/ equipment shall comply with
appropriate Indian Standard or an agreed internationally accepted Standard

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

Specification as mentioned elsewhere in tender, each incorporating the latest


revisions at the time of tendering. Where no internationally accepted standard is
applicable, the bidder shall give all particulars and details as necessary; to enable
BHEL to identify all of the plant/ equipment in the same detail as would be possible
had there been a standard specification.
Where the bidder proposes alternative codes or standards he shall include in his
tender one copy (in English) of each standard specification to which materials
offered shall comply. In such case, the adopted alternative standard shall be
equivalent or superior to the standards mentioned in the specification.
In the event of any conflict between the codes & standards referred above, and
requirements of this specification, the requirements which are more stringent shall
govern.
Tools used during erection and commissioning shall not be accepted except with the
specific approval of the engineer.
Wherever specified or required the plant/ equipment shall conform to various
statutory regulations such as Indian Boiler Regulation, Indian Electricity Rules,
Indian Explosive Act, Factories Act etc, wherever required, obtaining approval for
plant/ equipment supplied under the specification from statutory authorities shall be
the responsibility of the contractor.
METHOD OF MEASUREMENT
Where payment is to be made on the basis of weight, the weight per unit given
in the BHEL document only shall be taken in to consideration. In case such
information is not available in BHEL documents, then the latest relevant Indian
Standards in this regard may be applied.
Spares, surplus quantity, erection contingency materials will not be paid for unless
the same has been consumed in place of regular item of measurable work as per
the rate schedule.
Where the payment is made on the basis of item rate, actual executed quantity
measured jointly shall only be paid for.
It is clarified that as far as weight constituted by welding consumables and other
consumables supplied by BHEL as well as by the contractor, shall be ignored for the
purpose of payment.
BHEL Engineers decision regarding stage of payment corresponding to progress of
work, calculation of weight etc. will be final and binding on the contractor.
No separate payment will be made for grouting of equipments, structures etc
specified elsewhere in these specifications.
Erection of Flow Nozzles, Flow Elements, Isolating Device etc. which are introduced
after removing a part of the already erected pipeline, will be paid as per actual
weight of these newly erected items. This will be in addition to the payment made for
the portion being removed.
No separate payment will be made for the weight / volume of lubricant, oils,
chemicals, gases, water, preservatives etc.
DELETED
SERVICES TO BE RENDERED BY THE BIDDER
Services for construction, fabrication, equipment erection, testing as well as trial run
& commissioning of various equipment and accessories under the contract shall
include but not be limited to the following.
Issuing materials from store/ open yard from time to time for erection as per the
construction programme, unless mentioned specifically elsewhere. The contractor
shall be the custodian of all the materials issued till the plant/ equipment is officially
taken over by the owner/ BHEL after complete erection and successful
commissioning & trial run.
Transport of material to their respective places of erection (unless mentioned
specifically elsewhere) and erection of the complete plant & equipment as supplied
under this specification.
Trial run and commissioning of individual equipment/sub-systems to the satisfaction
of owner/ BHEL.
Deployment of all skilled and unskilled manpower required for erection supervision,
watch & ward, for commissioning and other services to be rendered under this

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

not delay or hinder the progress of work as a whole.


The contractor's supervisory staff shall execute the work in the most substantial and
workman like manner in the stipulated time. Accuracy of work and aesthetic finish
are essential part of this contract. The contractor shall be responsible to ensure that
assembly and workmanship conform to the dimensions and tolerance given in the
drawing / instruction given by BHEL Engineer from time to time.
It is the responsibility of the contractor to engage his workman in shifts or on
overtime basis for achieving the target set by BHEL during erection, commissioning
and testing period. Contractor's quoted rate shall include all these contingencies.
Any other service, although not specifically called for but required for a contract of
the size and nature indicated in the specification.
PROTECTION
Equipment having anti-friction or sleeve bearings shall be protected by weather tight
enclosures. Coated surfaces shall be protected against impact, abrasion,
discoloration and other damages. Surfaces which are damaged shall be repainted.
Electrical equipments, controls and insulations shall be protected against moisture
and water damages. All external gasket surfaces and flange faces, couplings,
rotating equipment shafts, bearings and like items shall be thoroughly cleaned and
coated with rust preventive compound and protected with suitable wood, metal or
other substantial type covering to ensure their full protection. All exposed threaded
parts shall be greased and protected with metallic or other substantial type
protectors.
All piping, tubing and conduit connections on equipment and equipment openings
shall be closed with rough usage covers or plugs. Female threaded openings shall
be closed with rough usage covers or plugs or forged steel plugs. The closures shall
be taped to seal the interior of the equipment. Open ends of piping, tubing and
conduit shall be sealed and taped.
All other consumables including wire brush, emery papers, painting brush etc to be
supplied by the contractor within the quoted rate.
ERECTION SCHEDULE
In order to achieve the overall completion schedule, the contractor shall provide
BHEL all the information covering erection sequence, testing and commissioning
activities. These schedules may be based on the recommended erection procedures
and will be subject to discussions/ agreements with the owner/BHEL subsequent to
the award of contract.
The successful bidder shall have to provide all the above schedules in a tabular form
in addition to that in the form of network and these shall necessarily include
information not limited to the earliest and latest dates for various activities
submissions and also any related constraints.
CONTRACT MANAGEMENT
The contractor should also submit network programmes for erection and
commissioning of various items. These networks shall show the owner/ BHEL hold
points (CHP/others) which have to be cleared by owner/ BHEL or their authorised
representative(s) before further erection/ commissioning can take place. These
programmes for the erection and commissioning would clearly identify
responsibilities of the contractor and owner/ BHEL. Networks shall be submitted
within 4 weeks of the date of finalisation of award of work/ placement of LOI.
CONSTRUCTION MANAGEMENT
Based on the PERT network programme, within 1 (one) month of the award of
contract, the contractor shall submit a programme of construction/ erection/
commissioning, for the implementation. These programmes would be amplified
showing start of erection and subsequent activities and shall form the basis for site
execution and detailed monitoring. The three monthly rolling programme with the
first month's programme being tentative based on the site conditions would be
prepared based on these programmes. The contractor shall also be involved along
with owner/ BHEL to tie up detailed resource mobilisation plan over the period of
time of the contract matching with the performance targets.
The programme would be jointly finalised by the site in-charge of the contractor with
BHEL/ owner's project coordinator as well as the site planning representative. The

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

erection programme will also identify the sequential erectable tonnages.


PROJECT PROGRESS REVIEW MEETINGS
Periodic progress reviews on the entire activities of execution in respect of supply &
works in scope of bidder will be held once in a month at Calcutta/site. These
meetings will be attended by reasonably higher officials of the Contractor and will be
used as a forum for discussing all areas where progress needs to be speeded up.
Actions will be placed on the concerned agencies and decisions will be taken to
expedite/speed up the progress. Minutes of such meetings will be issued reflecting
the major discussions and decisions taken and circulated to all concerned for
reference and action. The contractor shall be further responsible for ensuring that
suitable steps are taken to meet various targets decided upon such meetings.
The bidder shall make weekly plan jointly with BHEL site engineer and submit actual
progress at the time of making next weekly plan. BHEL will not be able to provide
inspection/ supervision, if the activity does not appear in the weekly plan.
In addition to the above and to streamline the construction and erection at site, a
suitable frequency and forum of periodic meetings between the contractor and
owner/ BHEL will be decided upon as part of erection coordination procedure.
SITE ORGANISATION
The contractor shall maintain a site organisation of adequate strength in respect of
manpower, construction machinery and other implements at all times for smooth
execution of the contract. The organisation chart for site should indicate the various
levels of experts to be posted for supervision in the various fields in erection,
commissioning etc as applicable. For proper supervision of the work, the vendor
shall ensure providing one qualified supervisor against deployment of 15 workmen.
This organisation shall be reinforced from time to time, as required to make up for
slippage from the schedule without any commercial implication to BHEL. The site
organisation shall be headed by a competent construction manager having sufficient
authority to take decisions at site.
The following four areas must be headed by mechanical engineers//supervisors.
Welding, radiography & hyd test - one no.
Mechanical erection - one no.
Material management, site enabling - one no.
Quality inspection engineer (Must have Level 2 certification in UT, RT & DPT) - one
no.
On award of contract, the contractor shall submit to BHEL, their site organisation
chart indicating the various levels of experts to be deployed on the job. BHEL
reserves the right to reject or approve the list of personnel proposed by the
Contractor. The persons, whose bio-data have been approved by BHEL, will have to
be posted at site and deviations in this regard will not generally be permitted.
The contractor should also submit to BHEL for approval a list of construction
equipment, erection tools, tackle etc. prior to commencement of site activities. These
tools & tackles shall not be removed from site without written permission of BHEL.
GENERAL GUIDELINES FOR FIELD ACTIVITIES
The contractor shall execute the works in a professional manner so as to achieve
the target schedule without any sacrifice on quality and maintaining highest
standards of safety and cleanliness.
The contractor shall co-operate with owner/ BHEL and other contractors working in
site and arrange to perform his work in a manner so as to minimise interference with
other contractors works. BHEL's engineer shall be notified promptly of any defect in
other contractors works that could affect the contractors work. If rescheduling of
contractors work is requested by the owner's/ BHEL's engineer in the interest of
overall site activities, the same shall be compiled with by the contractor. In all cases
of controversy, the decision of BHEL shall be final and binding on the contractor
without any commercial implication.
The engineer shall hold weekly meeting of all the contractors working at site at a
time and a place to be designated by the engineer. The contractor shall attend such
meetings and take notes of discussions during the meeting and the decisions of the
engineer and shall strictly adhere to those decisions in performing this work. In
addition to the above weekly meeting, engineer may call for other meetings either

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

(if any) as directed by BHEL engineer is to be arranged by the successful bidder.


The successful bidder has to arrange for printing & binding of the protocol and/ or
report and/ or data, pertaining to the scope of the bidder. Contents, layout, design,
quality of paper/ cover, no of copies etc of such printing and/ or binding will be
decided by BHEL.
The successful bidder shall have to provide BHEL with all erection/ work schedule
and or progress report, protocol, test report in floppies (compatible to BHEL
software) and also in requisite no of hard copies. A copy of progress report needs to
be sent to BHEL Project Manager/ Kolkata latest by 7th of every month for
incorporation in the overall project progress report.
GENERAL
It is imperative on the part of the contractor to join and effectively contribute in joint
measures such as tree plantation, environment protection, contributing towards
social upliftment, conversion of packing woods to school furniture, keeping good
relation with local populace etc.
The contractor shall maintain proper store account for all the BHEL issued materials/
items/ equipment and shall give three copies of monthly statement of such account
to the BHEL.
The contractor shall solely be responsible for the safety, quality and quantity of
materials/ items/ equipment after it is issued by the BHEL.
BHEL issued materials/ items/ equipment shall not under any circumstances
whatsoever, shall be taken out of project site unless otherwise permitted by BHEL.
The contractor shall satisfy himself of the quality and quantity of the materials/ items/
equipment at the time of taking delivery from BHEL/ customer stores. No claim
whatsoever will be entertained by BHEL on account of quality or quantity after the
same are taken by the contractor from BHEL/ customer.
Surplus and unused materials/ items/ equipment shall be returned separately at a
place directed by BHEL engineer within the project area. Return of such materials/
items/ equipment will not be entitled to any erection/ transportation and incidental
charges.
The contractor shall submit a reconciliation statement of materials/ items/ equipment
drawn by him from BHEL/ customer stores periodically as per instruction of BHEL.
The closing balance shall be verified at the time of reconciliation.
COMMUNICATION
P&T line, Fax, Telex etc, as required by the contractor, is to be installed by the
contractor at his own cost after obtaining necessary approval from purchaser/ BHEL.
IMTE
The contractor shall ensure deployment of reliable & calibrated instrument,
measuring & test equipments (IMTE). The IMTE shall have test/ calibration
certificate from authorised/ Govt approved agencies. The contractor shall also keep
provision of alternate arrangement for such IMTE so that the work does not suffer
when a particular IMTE is sent for calibration. Re-testing/ re-calibration shall also be
arranged by the contractor at their own cost at regular interval during the period of
use as advised by BHEL.
TEST CERTIFICATE FOR T&P
All T&Ps, lifting tackles, pulling devices, wire rope and slings to be deployed by the
contractor must bear valid/latest test certificates for their suitability, and the
documents shall be preserved at site.
Deleted.
INSURANCE
BHEL shall arrange comprehensive MCE (marine cum erection) Insurance Policy for
total project supply & services including balance of plant package covering transit
risks & loss, destruction or damage during handling at site, storage, civil works,
erection, testing and commissioning up to trial operation completion of each unit
including theft, sabotage, fire, lightning and other natural calamities.
Bidder shall timely intimate despatches to the underwriter. The name of the
underwriter and Policy No shall be intimated in due course of time.
Bidder shall report to BHEL in writing any damages to equipments/ components on
receipt, storing, and during withdrawal of the materials from stores, in transit to site

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

temporary use, to BHEL, as per the instruction of BHEL Engineer.


28.6
28.6.1

RESPONSIBILITIES WITH REGARD TO LABOUR EMPLOYMENT ETC.

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

The contractor has to follow relevant clauses of General Conditions of Contract in


this regard

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

Boiler light up.


Turbine barring gear.

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

Retention Amount shall be as per the relevant clause of GCC.

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

INTEREST BEARING RECOVERABLE ADVANCE


Not applicable for this tender.
OVER RUN COMPENSATION
As per relevant clause of GCC.
RATE REVISION & PRICE VARIATION COMPENSATION (PVC)
Not applicable for this tender.
SECURITY DEPOSIT & PERFORMANCE BOND
Security Deposit shall be applicable as per GCC. Performance Bond is not
applicable for the subject tender.
EXTRA WORK FOR RECTIFICATION/ MODIFICATION

As per relevant clause of GCC.


LIQUIDATED DAMAGES
If the contractor fails to maintain the required progress of work which results in delay
in the completion of the following works as per the contractual completion period
indicated for individual areas indicated below, BHEL shall have the right to impose
Liquidated Damage/Penalty at the rate of 1.0% of the contract value, per week of
delay or part thereof subject to a maximum of celing specified below. For this
purpose, the period of delay shall be the delay attributable to the Contractor for the
completion of work as per contract. Contract Value for this purpose, shall be the final
executed value exclusive of ORC, Extra Works executed, Supplementary/Additional
Items and PVC.
If Completion of Total Job goes beyond 18 months from start of work date,
maximum LD amount 10 % of total contract value.
All other terms & conditions shall be as per provision of Volume-IB.
GUARANTEE
Even though the work will be carried under supervision of BHEL engineers,
contractor will be responsible for the quality of the workmanship and shall guarantee
the work done for a period of 12 months from the date of start of guarantee period,
as certified by the engineer for good workmanship and shall rectify free of cost all
defects due to faulty erection. In case contractor fails to repair the defective works
within the time specified by engineer, BHEL may proceed to undertake the repairs of
such defective works at contractor's risk & cost without prejudice to any other rights
and recover the same from SD/ other dues.
The guarantee period will commence from the date of handing over of both the units
to customer or six months after completion of full load operation of both the units,
whichever is earlier, provided, all erection, testing and commissioning works are
completed in all respect for both the units .
All other provision shall be as per GCC.
RECONCILIATION OF BHEL ISSUED MATERIALS
The contractor shall submit a reconciliation statement of BHEL issued materials
along with RA bill.
At the time of submission of bills, the contractor shall properly account for the
material issued to them as specified herein to the satisfaction of BHEL certifying that
the balance material are available with contractors custody at site.
The approved drawings/ bar bending schedules are to be considered for the
purpose of reconciliation of materials.
OTHER TERMS
While bidder's scope include deployment of all resources, like T&P, materials,
consumables, manpower including supervision etc for proper completion of the
subject job and no sub-contracting for execution of the job is allowed by BHEL,
depending on project's requirement and on prior acceptance of BHEL, bidder may
associate agencies for deployment of skilled/ unskileld manpower only for site
execution. Bidder should arrange all resources, like T&P, materials, consumables,
supervision etc directly for the subject job.
All other term & conditions of this specification, not mentioned above shall be
governed by the pertinent provisions of GCC, Volume-IB.

VOLUME-IF-CML-REV-0

TENDER NO PSER:SCT:SRG-P1631:14
TECHNICAL CONDITIONS OF CONTRACT

PAGE 19 OF 19

ANNEXURE-I (LIST OF T&Ps TO BE PROVIDED BY CONTRACTOR)


Bidder may note that following list is not exhaustive & given for guidance purpose. The bider may
have to deploy additional T&Ps not covered in this list at their own cost for proper execution of job.
SL NO ITEM
QUANTITY
1.0
18 T Hydra/25 T Crawler Crane or above capacity as required
As
per
requirement
2.0
HYDRA CRANE (12T/14T)
AS REQUIRED
3.0
TRACTOR-TRAILOR
-DO4.0
ELECTRICAL WINCH (2T)
-DO5.0
HYDRAULIC TEST PUMP (0-16 KG/SQCM)
-DO6.0
HAND WINCH
-DO7.0
WELDING GENERATOR, K-320
-DO8.0
WELDING TRANSFORMER (300/ 450 AMP)
- DO 9.0
WELDING RECTIFIER
- DO 10.0
HYDRAULIC PIPE BENDING M/C
- DO 11.0
CHAIN PULLEY BLOCK (5T, 3T, 2T)
- DO 12.0
PULL LIFT (6T, 5T, 3T, 1.5T)
- DO 13.0
HYDRAULIC JACK (20T, 10T, 5T)
- DO 14.0
SINGLE SHEAVE SNATCH PULLEY (10T, 5T)
- DO 15.0
D SHAKLES (20T, 10T, 5T)
- DO 16.0
TURN BUCKLES (3T, 5T, 8T, 10T, 15T, 20T)
- DO 17.0
TIG WELDING SET
- DO 18.0
OXYGEN REGULATOR
- DO 19.0
ACETYLENE REGULATOR
- DO 20.0
CUTOGEN 5
- DO 21.0
OXYGEN HOSE (10 MM)
- DO 22.0
ACETYLENE HOSE (10 MM)
- DO 23.0
ELECTRODE DRYING OVEN
- DO 24.0
PORTABLE ELECTRODE DRYING OVEN
- DO 25.0
COPPER WELDING CABLE (600 AMP, 400 AMP)
- DO 26.0
ALUMINIUM CABLE (600 AMP, 400 AMP)
- DO 27.0
THERMAL-CHALK (100 DEG C TO 800 DEG C)
- DO 28.0
ELECTRODE BAKING OVEN
- DO 29.0
THEODOLITE (1 SEC ACCURACY)
- DO 30.0
SPIRIT LEVEL (12 INCH, 0.1 MM ACCURACY)
- DO 31.0
DIAL GAUGES
- DO 32.0
FLOOD LIGHT WITH BULB
- DO 33.0
DRILLING M/C OF DIFFERENT SIZES
- DO 34.0
GRINDING M/C OF DIFFERENT SIZES
- DO 35.0
TRIP TORQUE WRENCH
- DO 36.0
ALUMINIUM TELESCOPIC LADDER
- DO 37.0
MANILA ROPES OF DIFFERENT SIZES
- DO 38.0
STEEL WIRE ROPES OF DIFFERENT SIZES
- DO 39.0
DYE PENETRANT TEST KIT
- DO 40.0
RT/ RECORDABLE UT ARRANGEMENT
- DO 41.0
DEWATERING PUMPS (10 HP)
-DO42.0
DEWATERING PUMP (5 HP)
- DO 43.0
DEWATERING PUMP (2 HP)
- DO 44.0
DEWATERING PUMP (1 HP)
- DO 45.0
AIR COMPRESSOR
1 NO
46.0
DG SET (FOR WELDING IN AREAS IN CASE OF NON As Required
AVAILABILITY OF ELECTRCIAL POWER)
47.0
DG SET (FOR WELDING IN AREAS OUTSIDE PLANT As Required
BOUNDARY)

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

Scope of Field painting at site is as per painting schedule/QP no. 7198:QPC:12,


REV 03 attached.

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

Paints shall be arranged by the contractor from BHEL/RRVUNL approved supplier


only.
Necessary scaffolding, required for painting of surfaces at various locations/
elevations shall be arranged by the contractor at their own cost. All the materials,
required for scaffoldings shall be arranged by the contractor at their own cost.
The instructions of paint manufacturer/ BHELs engineer shall be followed at all
times. Colour code for paints, to be applied on surfaces of various equipment and
system, shall be furnished during execution as per approval of HNPCL/BHEL.
Coating thickness shall be measured by elcometer or other standard measuring
device for measuring of finished film thickness of finished paint. If the thickness is
found to be less than specified, the pipes shall be re-surfaced to bring the same to
specified thickness.
The quoted rate will be inclusive of supply and application of painting and no
separate payment shall be made for Finish painting.
Erection & welding, of all valves, misc fittings required to complete the system but
not specifically mentioned in relevant annexure of tender is covered in the scope of
contract and payment will be made as per applicable piping item of mechanical price
schedule. All such materials will be supplied by BHEL. The erection activity of valve
also includes cleaning, servicing and final painting of valves. All counter flanges,
bolts, nuts, washer, gaskets etc shall be supplied by BHEL loose (free issue).
Commissioning assistance, post commissioning assistance and valve servicing till
commercial handover of the plant to customer are included in the scope of work.
Calibration and commissioning of motor -actuated valves, pneumatic control valves,
calibration of various measuring devices, including cabling is excluded from the
scope of work.
Necessary excavation for buried pipe and backfilling with earth is excluded from the
scope of bidder and shall be done by BHEL. BHEL will release excavated clear front
to bidder for erection of buried pipe. Dewatering with all necessary arrangement
required after handing over of excavated front is under the scope of bidder. Foxholes
(cutting of earth below pipe joint) for welding will be in vendor scope. No seperate
payment shall be made on account of fox holes, dewatering, as detailed above and
the erection and commission rate as per price schedule of River/Canal Water piping
shall be inclusive of the same. Concrete bedding/ encasing is excluded from scope
of work.
Any other connected material supply which is not covered in BOM but required to
complete the system shall be erected by the vendor and payment in this case shall
be made as per applicable item rate.
Minor modification of erected pipes shall be carried out by the contractor for which
no extra claim shall be admissible. Any major rework required after completion of
work, shall be carried out based on man-hours and the same shall be done by a
special team/ gang without affecting the regular work. The record of extra man-hours
in carrying out the re-work shall be maintained by the contractor which shall be duly
verified and approved by the purchaser.
Quantities given in the relevant annexure and price schedule are indicative only.
Actual supplies shall be made based on the drawings finally approved by customer.
Pipelines from service air header is to be laid by contractor as per site routing as per
instructions of BHEL site engineer (for TG filter cleaning in BFP & turbine oil filters
and in various areas of boiler for cleaning operations) and payment will be made as
per applicable item of price schedule.
Erection of all drains, vents, instrument tapping points with root valves, water traps

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

supervision of tape supplier/ qualified personnel of the contractor and performed by


personnel skilled in the application of same type of pre-fabricated tapes.
Inspection of the coating and wrapping of the pipes shall be performed by qualified
inspectors under supervision of tape supplier.
BHEL/ customer reserve the right to inspect the material at suppliers works.
INSPECTION
BHEL/ customer reserve the right to test the coating and any repair subsequently
made to it as per BHEL/ customer approved QP/other documents. The testing shall
be carried out prior to laying of pipes in the trench. Final acceptance of all coating
and wrapping work shall be determined by BHEL/owners representative after
completion of wrapping over the welding joints. Pipes which have been cleaned and
primed or coated and wrapped without having been inspected and approved by
owners representative shall liable to be rejected.
HOLIDAY DETECTION
All coated and wrapped pipes subjected to test with an electric holiday detector as
specified in relevant IS
The holiday detector shall be supplied, correctly operated and always maintained in
good condition along with adequate supply of spare parts. Any delay caused by the
incorrect functioning of the holiday detector will not be entertained.
The operating voltage of the detector shall be determined by relevant IS
Any pipe having three (3) or more holidays shall be rejected. Similarly any pipe
having any one holiday bigger than 0.1 sq mtr shall be rejected. Any defective
places shall be plainly marked with chalk immediately after they are detected visually
or by the holiday detector.
For pipe with pre-fabricated tape, the test voltage which the pipe should pass with
holiday detector kit at voltage 15 KV for 4 mm thickness coating.
MEASURING COATING THICKNESS
All pipes shall be tested for thickness as per applicable IS.
Thickness shall be measured by pushing the point of an approved pit depth gauge
or micro-tester through the coating and wrappers.
Specified minimum thickness shall be present both at the pipe or any other point.
GENERAL GUIDELINES FOR TESTING THE ADHESION OF THE COATING
At least two tests a day shall be carried out on finished coating after 72 hours from
completion of coating. The test shall be carried out as per relevant IS. The areas
where the coating has been removed for testing by the inspector shall be repaired by
the contractor at his own expense.
During laying of buried piping etc, contractor may have to erect supporting structures
etc for safeguarding existing RCC drains, cable trenches, River/canal water piping,
DMW piping system and other installations, as applicable. Contractor shall submit a
scheme in this regard in advance for BHELs approval. BHEL will supply necessary
supporting structural steel in this regard and payment for execution by contractor
shall be made as per applicable item price schedule.
WELDING, HEAT TREATMENT & RADIOGRAPHY
The pipes shall be welded strictly in conformity with the methods as indicated in the
detailed drawing or as instructed by BHEL engineer. BHEL engineer will have the
option to change the method to suit site conditions. All the prepared/ matched edges
will have to be suitably protected to prevent rusting or foreign material ingression.
Welding of high tensile structural steel shall be done by using certified welders, who
posses requisite certificate and who are approved by BHEL engineer.
All welders shall be tested and approved by BHEL engineer before they are actually
engaged on the work even though they may posses the requisite certificates. BHEL
reserves the right to reject any welder without assigning any reasons. The welder
identification code as approved by the BHEL engineer shall be stamped by the
welder on each joint done by them. The contractor will be responsible for the
periodic renewal, re-testing of the welders as demanded by BHEL.
BHEL engineer is entitled to stop any contractor's welders from his work if his work
is unsatisfactory for any technical reason or there is a high percentage of rejection of
joints welded by him, which in the opinion of BHEL engineer, will, adversely affect

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

Approximate details of weights are furnished below.


SL
NO
1.0

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:-

ESTIMATED BILL OF MATERIAL

PROJECT TITLE :- 2X660MW SURATGARH


CUSTOMER :-

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

FILE NAME: BOM COVER.DOC

DOCUMENT TITLE: -

ESTIMATED BILL OF MATERIAL (LP PIPING)


GENERAL NOTES

PROJECT TITLE: - 2X660MW SURATGARH


CUSTOMER: -

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.

All pipe supports/anchors coming on conc. Floors/walls are to be fixed with


expansion/ rawl bolts with nuts. The same are to be supplied as per contract
drawings.

3.

Quantity given in BOM is for finished/fabricated piping. No allowances for wastage


during fabrication/ manufacturing have been considered. BOM for instrument and service
/ potable water etc for outdoor areas ONLY is covered in this document ..

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.

Requirement of counter flanges shall be given separately.

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.

BOM does not include requirement of essential/start-up commissioning spares and


material required for hydraulic and other testings. The same may be taken care of by PC.

6.

BOM does not include hanger/support/anchor/restraints, friction material for sliding


supports such as Teflon stainless steel, Graphite /Bronze etc. stubs and branches for drains
and vents, welded type Thermowells, welding sockets, blanking plates, rain hood and
cowls, aux. Structures for pipe supports etc.

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.

Material specification of fittings shall conform to pipe line material specification.

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.

FILE NAME: BOM NOTES.DOC

ESTIMATED BILL OF MATERIAL (PIPING AND FITTINGS)

DOCUMENT TITLE

DOCUMENT NO:

REV NO: 0

( ACW SYSTEM FROM PUMP HOUSE TO A-ROW)


PROJECT TITLE: 2X660MW SURATGARH
CUSTOMER : RVUNL

PREPARED BY

23-Apr-14

CHECKED BY:

APPROVED BY:

KK

SK

QUANTITY FOR TWO UNITS


DESIGN
Sl. No.

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

ACW SYSTEM ( P&ID: PE-DG-392-165-N001)

ACW PUMPS INDIVIDUAL


DISCHARGE LINE ( 5 PUMPS)

60

7.5

508

80

500

1.5D

90

ACW RECIRCULATION LINE

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

ACW SUPPLY HEADER TO


UNIT-7 UPTO A-ROW

ACW RETURN FROM UNIT-7 AROW TO CW RETURN HEADER

ACW SUPPLY HEADER TO


UNIT-8 UPTO A-ROW

ACW RETURN FROM UNIT-8 AROW TO CW RETURN HEADER

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)

DRAIN AND VENTS


60

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

ESTIMATED BILL OF MATERIAL (PIPING AND FITTINGS)

DOCUMENT TITLE

DOCUMENT NO:

REV NO: 0
6-May-14

( DM WATER SYSTEM)

PROJECT TITLE: 2X660MW SURATGARH


CUSTOMER: RVUNL

PREPARED BY
KK

CHECKED BY:

APPROVED BY:
SK

QUANTITY FOR TWO UNITS


DESIGN
Sl. No.

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

CONDENSATE TRANSFER PUMP HOUSE ( P&ID: PE-DG-392-100-N109)

50

SS ASTM A312 TP
304 (ERW)

COMMON SUCTION HEADER

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

HOTWELL MU DISCH HDR


50

SS ASTM A312 TP
304 (ERW)

114.3

3.05

145

100

1.5D

90

10

200X100

300X200
200X150

2
2

TO DMCW O/H TANK, UNIT-7

50

SS ASTM A312 TP
304 (SEAMLESS)

60.3

3.91

50

50

1.5D

90

100X50
50X50

1
3

TO STATOR COOLING SYSTEM


MU, UNIT-7

50

SS ASTM A312 TP
304 (SEAMLESS)

33.4

3.38

40

25

1.5D

90

10

100X25

TO VALVE GLAND SEALING,


UNIT-7

50

SS ASTM A312 TP
304 (SEAMLESS)

60.3

3.91

40

50

1.5D

90

100X50

10

TO CEP SEALING, UNIT-7

50

SS ASTM A312 TP
304 (SEAMLESS)

33.4

3.38

40

25

1.5D

90

50X25

11

TO CHEMICAL DILUTION, UNIT7

50

SS ASTM A312 TP
304 (SEAMLESS)

33.4

3.38

40

25

1.5D

90

50X25

12

TO DMCW O/H TANK, UNIT-8

50

SS ASTM A312 TP
304 (SEAMLESS)

60.3

3.91

50

50

1.5D

90

200X50
50X50

2
2

13

TO STATOR COOLING SYSTEM


MU, UNIT-8

50

SS ASTM A312 TP
304 (SEAMLESS)

33.4

3.38

40

25

1.5D

90

10

100X25

14

TO VALVE GLAND SEALING,


UNIT-8

50

SS ASTM A312 TP
304 (SEAMLESS)

60.3

3.91

40

50

1.5D

90

100X50

15

TO CEP SEALING, UNIT-8

50

SS ASTM A312 TP
304 (SEAMLESS)

33.4

3.38

40

25

1.5D

90

50X25

16

TO CHEMICAL DILUTION, UNIT8

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

ESTIMATED BILL OF MATERIAL (PIPING AND FITTINGS)

DOCUMENT TITLE

DOCUMENT NO:

REV NO: 0
6-May-14

( DM WATER SYSTEM)

PROJECT TITLE: 2X660MW SURATGARH


CUSTOMER: RVUNL

PREPARED BY
KK

CHECKED BY:

APPROVED BY:
SK

QUANTITY FOR TWO UNITS


DESIGN
TEMP
(oC)

Sl. No.

LINE DESCRIPTION

18

BOILER FILL INDIVIDUAL


SUCTION LINES FOR 4 PUMPS

50

19

BOILER FILL INDIVIDUAL


DISCH LINES FOR 4 PUMPS

20

BOILER FILL PUMP RECIR LINE

21

BOILER FILL PUMP DISCH HDR


( UPTO C-ROW)

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

SUCTION HEADER FOR DMCW


O/H TANK MU

50

SS ASTM A312 TP
304 (ERW)

88.9

3.05

15

80

1.5D

90

300X150
150X80

1
1

23

DMCW O/H TANK MU PUMPS


INDIVIDUAL SUCTION LINE
FOR 4 PUMPS

50

SS ASTM A312 TP
304 (SEAMLESS)

60.3

3.91

26

50

1.5D

90

12

80X50
50XPUMP

1
4

80X50

24

DMCW O/H TANK MU PUMPS


INDIVIDUAL DISCH LINE FOR 4
PUMPS

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

DMCW O/H TANK MU PUMPS


DISCH HDR

26

TO DMCW O/H TANK UNIT-7

50

SS ASTM A312 TP
304 (SEAMLESS)

60.3

3.91

45

50

1.5D

90

27

TO DMCW O/H TANK UNIT-8

50

SS ASTM A312 TP
304 (SEAMLESS)

60.3

3.91

45

50

1.5D

90

28

COND EXCESS RETURN TO


CST ( UPTO C-ROW)

50

CARBON STEEL SA
106 GR. C

219.1

8.18

340

200

1.5D

90

20

29

DRAIN AND VENTS

50

SS ASTM A312 TP
304 (SEAMLESS)

33.4

3.38

100

25

1.5D

90

25

DM MAKE UP PUMP HOUSE ( P&ID: PE-DG-392-100-N110)


1

COMMON SUCTION HEADER

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

DM MAKE UP PUMPS DISCH TO


CST

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

ESTIMATED BILL OF MATERIAL (PIPING AND FITTINGS)

DOCUMENT TITLE

DOCUMENT NO:

REV NO: 0
6-May-14

( DM WATER SYSTEM)

PROJECT TITLE: 2X660MW SURATGARH


CUSTOMER: RVUNL

PREPARED BY
KK

CHECKED BY:

APPROVED BY:
SK

QUANTITY FOR TWO UNITS


DESIGN
Sl. No.

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

DRAIN AND VENTS

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

ESTIMATED BILL OF MATERIAL (PIPING AND FITTINGS)

DOCUMENT TITLE

REV NO:
0
30-Apr-14

DOCUMENT NO:

( INSTRUMENT AIR AND SERVICE AIR SYSTEM)


PROJECT TITLE: 2X660MW SURATGARH
CUSTOMER: - RVUNL

PREPARED BY
KK

CHECKED BY:

APPROVED BY:
SK

QUANTITY FOR TWO UNITS


DESIGN
Sl. No.

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

SERVICE AIR SYSTEM (P&ID NO: PE-DG-392-555-A002)


5
5
5
5

HEADER ALONG C-ROW

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

TOWARDS RAW WATER PUMP


HOUSE

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 HFO PUMP HOUSE

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

SERVICE AIR DISTRIBUTION


INSIDE TG HALL

50

AS PER LAYOUT DRAWING

12

HOSE FOR SERVICE AIR

50

25NB

TOTAL 20 NOS HOSE OF 15M LENGTH EACH AS PER IS:446 TO BE SUPPLIED FOR STATION

INSTRUMENT AIR SYSTEM (P&ID NO: PE-DG-392-555-A003)


1

HEADER ALONG C-ROW

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

TO MILL REJECT SYSTEM

50

INSTRUMENT AIR
DISTRIBUTION INSIDE TG HALL

50

AS PER LAYOUT DRAWING

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

ESTIMATED BILL OF MATERIAL (PIPING AND FITTINGS)

DOCUMENT TITLE

DOCUMENT NO:

REV NO: 0
23-Apr-14

( PLANT WATER SYSTEM)

PROJECT TITLE: 2X660MW SURATGARH


CUSTOMER : RVUNL

PREPARED BY
KK

CHECKED BY:

APPROVED BY:
SK

QUANTITY FOR TWO UNITS


DESIGN
Sl. No.

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

BLOWDOWN TANK PUMP HOUSE ( P&ID NO: PE-DG-392-172-N001)

COMMON SUCTION HEADER

60

10

GARDENING PUMPS SUCTION

60

10

GARDENING PUMPS
RECIRCULATION

10

GARDENING PUMPS DISCH


UPTO TP

60

10

89.5

4.8

18

80

1.5D

90

60

10

115

5.4

35

100

1.5D

90

APH/ESP WASH SUCTION

60

10

457

7.1

15

450

1.5D

90

APH/ESP WASH DISCH UPTO


TP AT C-ROW OF TG HALL

60

10

355.6

7.1

460

350

1.5D

90

60

10

60

10

CHP PUMPS DISH UPTO TP


NEAR JNT-2

60
60

CHP PUMPS RECIRCULATION

60

10

AHP PUMPS SUCTION


AHP PUMPS DISCH UPTO TP
NEAR ASH WATER TANK

60
60
60

10
10
10

AHP PUMPS RECIRCULATION

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

DRAIN AND VENTS

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

FILTERED WATER PUMP HOUSE ( P&ID NO: PE-DG-392-172-N001)


1

FILTERED WATER PUMPS


DISCH TO FILTERED WATER
POTABLE WATER FOR CHP
UPTO TP NEAR JNT-2
AHP SEALING WATER PUMPS
DISH UPTO TP NEAR ASH
SERVICE WATER PUMPS
DISCH TO TANK AT BUNKER
ROOF AND UPTO TP AT CROW FOR FLASH TANK DRAIN
TANK
SERVICE WATER TO DM
CLARIFIED WATER STORAGE
TANK

CW M/U PUMPS DISCH TO CW


FOREBAY

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

ESTIMATED BILL OF MATERIAL (PIPING AND FITTINGS)

DOCUMENT TITLE

DOCUMENT NO:

REV NO: 0
23-Apr-14

( PLANT WATER SYSTEM)

PROJECT TITLE: 2X660MW SURATGARH


CUSTOMER : RVUNL

PREPARED BY
KK

CHECKED BY:

APPROVED BY:
SK

QUANTITY FOR TWO UNITS


DESIGN
Sl. No.

LINE DESCRIPTION

POTABLE WATER TO COLONY

TEMP
(oC)

SPECIFICATION

60

10
10

DRAIN AND VENTS


60

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

RAW WATER PUMP HOUSE ( P&ID NO: PE-DG-392-172-N001)


1

RESERVOIR TO RAW WATER


SUMP

RAW WATER PUMPS DISC TO


PT PLANT UPTO TP 5M FROM
AERATOR

3
4
5
6

RAW WATER PUMPS


RECIRCULATION LINE
ASH WATER PUMPS
DISCHARGE TO BLOWDOWN
TANK
ASH WATER PUMPS
RECIRCULATION LINE
DRAIN AND VENTS

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

ESTIMATED BILL OF MATERIAL (PIPING AND FITTINGS)

DOCUMENT TITLE

DOCUMENT NO:

REV NO: 0
30-Apr-14

( SERVICE WATER & POTABLE WATER SYSTEM)

PROJECT TITLE: 2X660MW SURATGARH


CUSTOMER : RVUNL

PREPARED BY
KK

CHECKED BY:

APPROVED BY:
SK

QUANTITY FOR TWO UNITS


DESIGN
Sl. No.

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

SERVICE WATER DISTRIBUTION SYSTEM (P&ID NO: PE-DG-392-172-N003)

200NB HEADER ALONG C-ROW

TO CHP AT BUNKER FLOOR

TO ESP CTRL ROOM UNIT-8


AND UAF

TO AIR WASHER ROOM M/U


UNIT-8 (BC BAY)

FOR EMERGENCY HYDRANT


(FPS)

TO AC SYSTEM NEAR M/U


WATER TANK FOR CT
TO SWAS ROOM UNIT-8

TO BOILER AREA FOR UNIT-8

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 ERW


CONFORMING TO
IS:1239 (HEAVY
GRADE)

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

TO BOILER AREA FOR UNIT-7

60

10

60.8

4.5

25

50

1.5D

90

12
13

TO SWAS ROOM UNIT-7


TO MRS UNIT-7
TO UAF AND ESP CTRL ROOM
UNIT-7
TO C&I LAB
TO SERVICE BUILDING
TO COMPRESSOR HOUSE
TG HALL DISTRIBUTION UNIT-7
&8
DISTRIBUTION HDR TOWARDS
ASH SILO

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

TO BLOWDOWN TANK & PH

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

TO FILTERED WATER TANK/PH

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

AS PER DRAWING PE-DG-392-172-M001


900

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

CARBON STEEL ERW


CONFORMING TO
IS:1239 (HEAVY
GRADE)

200X150

100X50

100X50

SIZE
(NB)

Rating

MISCELLANEOUS
No

SIZE
(NB)

No

REMARKS

ESTIMATED BILL OF MATERIAL (PIPING AND FITTINGS)

DOCUMENT TITLE

DOCUMENT NO:

REV NO: 0
30-Apr-14

( SERVICE WATER & POTABLE WATER SYSTEM)

PROJECT TITLE: 2X660MW SURATGARH


CUSTOMER : RVUNL

PREPARED BY
KK

CHECKED BY:

APPROVED BY:
SK

QUANTITY FOR TWO UNITS


DESIGN
Sl. No.

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

TO CHP UPTO TP NEAR JNT-2

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

SW DIST HDR TOWARDS MAIN


GATE

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

POTABLE WATER DISTRIBUTION SYSTEM (P&ID NO: PE-DG-392-172-N003)

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

TO ESP CTRL ROOM UNIT-8

DISTRIBUTION INSIDE TG HALL

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

AS PER DRAWING PE-DG-392-172-M001

DISTRIBUTION HEADER
TOWARDS FLY ASH SILO

60

10

89.5

4.8

450

80

1.5D

90

10

TO BLOWDOWN TANK & PH

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

TO FILTERED WATER TANK/PH


TO DM PLANT/CPU
REGENRATION
TO ETP

60

10

60

10

60

10

CARBON STEEL ERW


CONFORMING TO
IS:1239 (HEAVY
GRADE),
GALVANISED AS PER

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

ESTIMATED BILL OF MATERIAL (PIPING AND FITTINGS)

DOCUMENT TITLE

DOCUMENT NO:

REV NO: 0
30-Apr-14

( SERVICE WATER & POTABLE WATER SYSTEM)

PROJECT TITLE: 2X660MW SURATGARH


CUSTOMER : RVUNL

PREPARED BY
KK

CHECKED BY:

APPROVED BY:
SK

QUANTITY FOR TWO UNITS


DESIGN
Sl. No.

LINE DESCRIPTION

16

TO AUX BOILER

17

TO STP

18
19

TO HYDROGEN GENERATION
PLANT
TO ASH WATER PH

20

TO FUEL OIL PRESSURIZING


PH, LDO UNLOADING PH

21
22

TO HFO UNLOADING PH
TO FLY ASH SILO

23

SW DIST HDR TOWARDS MAIN


GATE

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

ESTIMATED BILL OF MATERIAL (PIPING AND FITTINGS)

DOCUMENT TITLE

DOCUMENT NO:

REV NO: 0
6-May-14

( DM WATER SYSTEM)

PROJECT TITLE: 2X660MW SURATGARH


CUSTOMER: RVUNL

PREPARED BY
KK

CHECKED BY:

APPROVED BY:
SK

QUANTITY FOR TWO UNITS


DESIGN
Sl. No.

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

CONDENSATE TRANSFER PUMP HOUSE ( P&ID: PE-DG-392-100-N109)

50

SS ASTM A312 TP
304 (ERW)

COMMON SUCTION HEADER

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

HOTWELL MU DISCH HDR


50

SS ASTM A312 TP
304 (ERW)

114.3

3.05

145

100

1.5D

90

10

200X100

300X200
200X150

2
2

TO DMCW O/H TANK, UNIT-7

50

SS ASTM A312 TP
304 (SEAMLESS)

60.3

3.91

50

50

1.5D

90

100X50
50X50

1
3

TO STATOR COOLING SYSTEM


MU, UNIT-7

50

SS ASTM A312 TP
304 (SEAMLESS)

33.4

3.38

40

25

1.5D

90

10

100X25

TO VALVE GLAND SEALING,


UNIT-7

50

SS ASTM A312 TP
304 (SEAMLESS)

60.3

3.91

40

50

1.5D

90

100X50

10

TO CEP SEALING, UNIT-7

50

SS ASTM A312 TP
304 (SEAMLESS)

33.4

3.38

40

25

1.5D

90

50X25

11

TO CHEMICAL DILUTION, UNIT7

50

SS ASTM A312 TP
304 (SEAMLESS)

33.4

3.38

40

25

1.5D

90

50X25

12

TO DMCW O/H TANK, UNIT-8

50

SS ASTM A312 TP
304 (SEAMLESS)

60.3

3.91

50

50

1.5D

90

200X50
50X50

2
2

13

TO STATOR COOLING SYSTEM


MU, UNIT-8

50

SS ASTM A312 TP
304 (SEAMLESS)

33.4

3.38

40

25

1.5D

90

10

100X25

14

TO VALVE GLAND SEALING,


UNIT-8

50

SS ASTM A312 TP
304 (SEAMLESS)

60.3

3.91

40

50

1.5D

90

100X50

15

TO CEP SEALING, UNIT-8

50

SS ASTM A312 TP
304 (SEAMLESS)

33.4

3.38

40

25

1.5D

90

50X25

16

TO CHEMICAL DILUTION, UNIT8

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

ESTIMATED BILL OF MATERIAL (PIPING AND FITTINGS)

DOCUMENT TITLE

DOCUMENT NO:

REV NO: 0
6-May-14

( DM WATER SYSTEM)

PROJECT TITLE: 2X660MW SURATGARH


CUSTOMER: RVUNL

PREPARED BY
KK

CHECKED BY:

APPROVED BY:
SK

QUANTITY FOR TWO UNITS


DESIGN
TEMP
(oC)

Sl. No.

LINE DESCRIPTION

18

BOILER FILL INDIVIDUAL


SUCTION LINES FOR 4 PUMPS

50

19

BOILER FILL INDIVIDUAL


DISCH LINES FOR 4 PUMPS

20

BOILER FILL PUMP RECIR LINE

21

BOILER FILL PUMP DISCH HDR


( UPTO C-ROW)

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

SUCTION HEADER FOR DMCW


O/H TANK MU

50

SS ASTM A312 TP
304 (ERW)

88.9

3.05

15

80

1.5D

90

300X150
150X80

1
1

23

DMCW O/H TANK MU PUMPS


INDIVIDUAL SUCTION LINE
FOR 4 PUMPS

50

SS ASTM A312 TP
304 (SEAMLESS)

60.3

3.91

26

50

1.5D

90

12

80X50
50XPUMP

1
4

80X50

24

DMCW O/H TANK MU PUMPS


INDIVIDUAL DISCH LINE FOR 4
PUMPS

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

DMCW O/H TANK MU PUMPS


DISCH HDR

26

TO DMCW O/H TANK UNIT-7

50

SS ASTM A312 TP
304 (SEAMLESS)

60.3

3.91

45

50

1.5D

90

27

TO DMCW O/H TANK UNIT-8

50

SS ASTM A312 TP
304 (SEAMLESS)

60.3

3.91

45

50

1.5D

90

28

COND EXCESS RETURN TO


CST ( UPTO C-ROW)

50

CARBON STEEL SA
106 GR. C

219.1

8.18

340

200

1.5D

90

20

29

DRAIN AND VENTS

50

SS ASTM A312 TP
304 (SEAMLESS)

33.4

3.38

100

25

1.5D

90

25

DM MAKE UP PUMP HOUSE ( P&ID: PE-DG-392-100-N110)


1

COMMON SUCTION HEADER

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

DM MAKE UP PUMPS DISCH TO


CST

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

ESTIMATED BILL OF MATERIAL (PIPING AND FITTINGS)

DOCUMENT TITLE

DOCUMENT NO:

REV NO: 0
6-May-14

( DM WATER SYSTEM)

PROJECT TITLE: 2X660MW SURATGARH


CUSTOMER: RVUNL

PREPARED BY
KK

CHECKED BY:

APPROVED BY:
SK

QUANTITY FOR TWO UNITS


DESIGN
Sl. No.

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

DRAIN AND VENTS

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:

ESTIMATED BILL OF MATERIAL (PIPING AND FITTINGS)

DOCUMENT TITLE

REV NO: 0

( CW PIPING SYSTEM )

PROJECT TITLE: 2X660MW SURATGARH


CUSTOMER: - RVUNL

13.08.2013

PREPARED BY

CHECKED BY:

APPROVED BY:

KK

SK

QUANTITY FOR TWO UNITS


DESIGN
Sl. No.

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

THIS IS ONLY ESTIMATED BOM. ACTUAL BOM SHALL BE AS PER DRAWING.

BURRIED

3500X1600
1600X1600

2
1

BURRIED

250X250

BURRIED

300X300

BURRIED
BURRIED
BURRIED

SHEET No. : 1 OF 1

DOCUMENT TITLE

DOCUMENT NO:

ESTIMATED BILL OF MATERIAL (PIPING AND FITTINGS)

REV NO: 1

( CANAL WATER INTAKE SYSTEM)


PREPARED BY

Tender no PSER:SCT:SRG-P1631:14

QUANTITY FOR TWO UNITS

DESIGN
Sl. No.

18-Nov-13

PROJECT TITLE: 2X660MW SURATGARH


CUSTOMER: - RVUNL

APPROVED BY:

KK

PIPE

PIPE MATERIAL

CHECKED BY:

MITRE / ELBOWS

SK
SHEET No. : 1 OF 1

TEES

REDUCERS

FLANGES

MISCELLANEOUS

REMARKS

LINE DESCRIPTION

RIVER WATER PUMPS


INDIVIDUAL DISCHRAGE LINE

TEMP
(oC)

PRESS.
Kg/cm2
(g)

60

10

SUPPLY LINE-1 TO RAW


WATER RESERVOIR

60

10

SUPPLY LINE-2 TO RAW


WATER RESERVOIR

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

DELETED. BOM FOR THIS LINE SHALL BE FURNISHED LATER.

PIPE SIZES ARE UNDER HOLD. CONFIRMATION AWAITED FROM CUSTOMER

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

MAJOR ITEM DESCRIPTION

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)

Pumps & Auxillaries


Rising Spindle Sluice valves including matching flanges
250 NB and above
2000 NB and below
Butterfly Valve
250 NB and above
200 NB and below
Non - return valves with matching flanges
200 NB and above
2000 NB and below
Y- Type strainer with body and Strainer including MS matching flanges
300 NB
150 NB and below
Pipe upto 150 NB and IS : 3589 above 150 NB
250 NB and above
200 NB and below
Diesel Tank

SL. NO.

MAJOR ITEM DESCRIPTION

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

Hydrant System Pipes


Pipes upto 150 NB and above 150 NB(U/G PIPES) IS:10221
250 NB and above
200 NB and below
Pipes upto 150 NB and above 150 NB(A/G PIPES) IS:10221
200 NB and above
150 NB and below
Water Monitor- 2500 - 2700 lpm
Single headed 63 mm dia hydrant landing valve (conforming to IS : 5290 : 1983) with MS
matching flanges
External
Internal
63 mm Branch pipe Nozzle as per IS : 903 (Internal)
External
Internal
2 Nos of RRL Type - A with couplings as per IS:636
15 Mtrs Hose length
7.5 Mtrs Hose length
Hose boxes (External)
Hose boxes (Internal)
Gate Valve - Isolation
200 NB and above
150 NB and below
Air release valve

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.

MAJOR ITEM DESCRIPTION

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

TOTAL (in MT)

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.

CUSTOMER'S DRAWING NO.


M

NOTES:
1. THIS P&ID IS COMMON FOR BOTH UNITS.

LEGEND

2. SYSTEM DESIGN PRESUURE : 10 KG / SQ CM (G)


DESIGN MECHANICAL TEMPERATURE : 60 DEG C.

ALONG WITH EQUIPMENT(BY EQP. SUPLIER)

MOTOR OPERATED BUTTERFLY VALVE

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

MANUAL BUTTERFLY VALVE

4. ALL PRESSURE TAPPING & ROOT VALVES SHALL BE OF 15 NB.

PIPE SIZES OF CS PIPING


ALARM

300
350
400
450
500
600
700
800
900

MEAN VALUE MONITOR

PRESSURE GAUGE
RE JOINT (STD)

PT

6. PAINTING/ PROTECTION (PIPES):


6.1 INTERNAL SURFACE (FOR PIPE DIA EQUAL TO OR ABOVE 1000 NB):
(A.) SURFACE PREPARATION & SURFACE PROFILE: BLAST CLEANING SSPC SP-10 (SA 2.5).
(B.) PRIMAR COAT: ONE COAT OF 50 MICRONS OF EPOXY BASED ZINC RICH PRIMER.
(C.) FINISH COAT: TWO COATS OF 75 MICRONS EACH OF COAT TAR EPOXY.
(D.) TOTAL DFT: 200 MICRONS.

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

PIPE SIZES OF CS PIPING


NB

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

AIR RELEASE VALVE

RECIRCULATION LINE

VERTICAL PUMP

NON RETURN VALVE

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

FROM GAS CHLORINATION


(BHEL MAX SCOPE)

PT

00GAA20
CF011

FT

00GAA20
CP011

02

PT

PT

PE-DG-392-172-N001

RW01

NB900

00GAA04
AA001
01

RW26

02

RW03 RW04

TO PLANT WATER SYSTEM P&ID

MAX

02

TO GAS CHLORINATION

RW27

RW25

MSE

T.P. AT 5 M AWAY FROM GAS


CHLORINATION PLANT BOUNDARY

RIVER/ RAW WATER


INTAKE PUMPS
(1 PUMP COMMON STANDBY
FOR BOTH UNITS)
CAPACITY = 2150 CUB M/HR)

01

MVN

HI_PMP TRIP
LOW_STNDBY PMP START

NB600

00GAA04
CL011

ADEQ_RUNNING RW INTAKE PMP DISCH BFV TO FULLY OPEN


LOW_STANDBY PMP START

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

9. REFERENCE DRAWING/ DOCUMENTS:


(I.) FLOW DIAGRAM FOR GAS CHLORINATION PLANT (DRG NO. PE-DG-392-174A-A001)
(II.) DESIGN PHILOSOPHY & SYSTEM WRITE UP - RIVER WATER INTAKE SYSTEM (DOC NO. PE-DG-392-172-N009)

MVN

LOW_STANDBY PMP START

02

01

RW20
HI_PMP TRIP
LOW_STNDBY PMP START
RW13

00GAA01
CP012

ADEQ_RUNNING RW INTAKE PMP DISCH BFV TO FULLY OPEN

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

FOR INTERCONNECTION WITH EXISTING SYSTEM

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

GATE VALVE (MOTORIZED)

RW21

ANNUBAR

6.2.2 UNDERGROUND PIPING:


(A.) SURFACE CLEANING: SURFACE CLEANING BY WIRE BRUSH.
(B.) BURIED PIPING SHALL BE PROTECTED AS PER AY OF THE METHODS GIVEN BELOW:
(I) COAL TAR PRIMER, COAL TAR ENAMEL, INNER WRAP OF FIBRE GLASS, FINAL OUTER WRAP OF ENAMEL
IMPREGNATED FIBRE GLASS AS PER IS 10221. TOTAL THICKNESS OF COATING SHALL NOT BE LESS THAN 4.0 MM.
(II) APPLY COAL TAR BASED ANTI CORROSIVE TAPE OF MIN. 4 MM THICK CONFORMING TO IS 15337.

HI_PMP TRIP
LOW_STNDBY PMP START

GLOBE VALVE

00GAA00
CL012

COPY RIGHT AND CONFIDENTIAL


The information on this document is the property of BHARAT HEAVY ELECTRICALS LIMITED
it must not be used directly or indirectly in any way deterimental to the interest of the company.

FI

ADEQ_PMP START
VLOW_PMP TRIP

Fold-7

GATE VALVE

ADEQ_PMP START
VLOW_PMP TRIP

6.2 EXTERNAL SURFACE:


6.2.1 OVERGROUND PIPING (FOR ALL DIAMETERS):
(A.) SURFACE PREPERATION & SURFACE PROFILE - SSPC-SP3/POWER TOOL CLEANING.
(B.) PRIMER COAT - TWO COATS OF 30 MICRONS EACH OF RED OXIDE ZINC PHOSPHATE PRIMER. (ALKYL BASED
CONFORMING TO IS 12744).
(C.) FINISH COAT: THREE COATS OF 35 MICRONS OF EACH OF SYNTHETIC ENAMEL PAINT LONG OIL ALKYD TO
IS 2932 (OUT OF THREE COATS, ONE COAT SHALL BE APPLIED AT SITE.)
(D.)TOTAL DFT : 155 MICRONS (120 MICRONS AT SHOP + 35 MICRONS AT SITE.)

PROJECT :

RAJASTHAN RAJYA VIDYUT UTPADAN NIGAM LTD.


2x660 MW SUPER CRITICAL TPS STAGE-V, UNITS # 7& 8 SURATGARH, RAJASTHAN

JOB NO.

CONSULTANT :

392

MUMBAI

CONTRACT

STATUS
DISTRIBUTION

BHARAT HEAVY ELECTRICALS LTD.


POWER SECTOR

TO
NO.
REV

DATE

ALTD

CHD

APPD

REV

DATE

CHD

ALTD

APPD

REV

DATE

ALTD

02

15.10.13

ADK/ VG

TATA CONSULTING ENGINEERS LIMITED


DEPT
CODE

PROJECTS ENGINEERING MANAGEMENT

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

REVISED INLINE WITH THE CUSTOMER COMMENTS


DATED 28.10.13
DRAWING GENERALLY REVISED AS PER REQUIREMENT.

01
02

REVISED INLINE WITH THE CUSTOMER COMMENTS


DATED 02.09.13
DRAWING GENERALLY REVISED AS PER REQUIREMENT.

RIVER/ CANAL WATER INTAKE SYSTEM P&ID


DEPT.
SIGN

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.

CUSTOMER'S DRAWING NO.

NOTES :M

FROM DM PLANT

1. DESIGN PRESSURE FOR BOILER FILL PUMP DISCH. PIPING SHALL BE


7 KG/SQ.CM(G) OR SHUT OFF HEAD OF THE PUMP, WHICHEVER IS HIGHER.

168.3 x 3.40

2. DESIGN PRESSURE FOR SUCTION SIDE SHALL BE 7 KG/SQ.CM(G)

DMV-81

3. DESIGN TEMPERATURE = 50 DEG. C.


4. PIPING MATERIAL :
A)PIPING <= 50 NB SHALL BE OF STAINLESS STEEL ASTM A312 TP 304 (SEAMLESS).
B)PIPING > 50 NB SHALL BE OF STAINLESS STEEL ASTM A312 TP 304 (ERW).
C)STAINLESS STEEL FITTINGS SHALL BE TO ASTM A-403 OF CORRESPONDING PIPE
THICKNESS (AS A MIN.) WITH DIMENSIONS TO ANSI B 16.9.

00LCP11
AA001
NaOH
BREATHER

114.3 x 3.05

114.3 x 3.05

114.3 x 3.05

LI

00LCP11
CL501

5. UNLESS NOTED OTHERWISE ALL DRAINS & VENT SHALL BE OF NB 25.


6. INSTRUMENTS MARKED THUS ALONG WITH THEIR ROOT VALVES SHALL BE SUPPLIED
ALONG WITH THE EQUIPMENTS (BY NTPC).

LO
DMV-95

DM WATER
STORAGE TANK # 1

MVN

LT

168.3 x 3.40
SPARE

N2

219.1 x 3.76
SPARE

LOW WATER LEVEL

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

HIGH WATER LEVEL

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

REF DWG NO.


1-00-302-32596
F

1116
FOR AUXILIARY
BOILER

60.3 x 3.91

DMV-83

PE-DG-392-100-N109

00LCR62
AP011

N2

TO CONDESATE STORAGE TANK 1

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

LOW LOW WATER LEVEL

PT

00LCR61
AP001

(OLS,CLS)
DMV-87
00LCR61
AA501

LOW WATER LEVEL

P&ID MIXED BED SYSTEM

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

P&ID CONDENSATE TRANSFER SYSTEM

DMP-17

DMV-82

DMV-94

998

SEAL POT

114.3 x 3.05

COPY RIGHT AND CONFIDENTIAL


The information on this document is the property of BHARAT HEAVY ELECTRICALS LIMITED
it must not be used directly or indirectly in any way deterimental to the interest of the company.

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

9. NOZZLE N6 SHALL BE LOCATED ABOVE N4 NOZZLE

60.3 x 3.91

LOW LOW WATER LEVEL

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

TO CONDENSATE STORAGE TANK 2

HIGH WATER LEVEL

DMV-116

7. PROVISION FOR COMMISIONING STRAINER SHALL BE KEPT


60.3 x 3.91

114.3 x 3.05

N4
N5

SEAL POT
00LCP13
AA001

Fold-6

NaOH
BREATHER

N4
N5

A
C

HIGH WATER LEVEL

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

LOW WATER LEVEL

VENDOR

UF BACKWASH PUMPS
FOR DM PLANT

DMV-114

00LCP13
CL011

LOW LOW WATER LEVEL


33.4 x 3.38

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

RAJASTHAN RAJYA VIDYUT UTPADAN NIGAM LTD.

60.3 x 3.91

2x660 MW SUPER CRITICAL TPS STAGE-V, UNITS # 7& 8 SURATGARH, RAJASTHAN

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

PID IS APPROVED IN CAT-A IN R02, HOWEVER,


PID IS BEING REVISED DUE TO ADDITIONAL TAPPING
ADDED FOR AUXILIARY BOILER.
REVISION MARKED AS

APPD
AK/IJS

REV
02

DATE
27.01.14

ALTD
RS

CHD
SSV

APPD

REV
01

AK/IJS

PROJECTS ENGINEERING MANAGEMENT


DATE
18.10.13

ALTD

CHD
SSV

RS

REVISED IN LINE WITH TCE REPLIES RECD VIDE


TRANSMITTAL REF TCE.5750A-ME-610-VDT-022
DTD. 17.09.13
REVISION MARKED AS

REVISED IN LINE WITH TCE REPLIES RECD VIDE


TRANSMITTAL REF TCE.5750A-ME-610-VDT-067
DTD. 17.12.13
REV02: THERE WAS NO CUSTOMER/TCE
COMMENT ON R1. PID IS BEING RESUBMITTED
WITH REVISED REVISION NO. TO GET THE
FORMAL APPROVAL ALONG WITH WRITE-UP.

DEPT
CODE

BHARAT HEAVY ELECTRICALS LTD.


POWER SECTOR

TO
REV

TATA CONSULTING ENGINEERS LIMITED

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

P & ID - DM MAKE-UP WATER SYSTEM

REV01: VALVE TAGS ARE REVISED AS PER


LATEST VALVE SCHEDULE

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.

CUSTOMER'S DRAWING NO.

NOTES :M

FROM DM PLANT

1. DESIGN PRESSURE FOR BOILER FILL PUMP DISCH. PIPING SHALL BE


7 KG/SQ.CM(G) OR SHUT OFF HEAD OF THE PUMP, WHICHEVER IS HIGHER.

168.3 x 3.40

2. DESIGN PRESSURE FOR SUCTION SIDE SHALL BE 7 KG/SQ.CM(G)

DMV-81

3. DESIGN TEMPERATURE = 50 DEG. C.


4. PIPING MATERIAL :
A)PIPING <= 50 NB SHALL BE OF STAINLESS STEEL ASTM A312 TP 304 (SEAMLESS).
B)PIPING > 50 NB SHALL BE OF STAINLESS STEEL ASTM A312 TP 304 (ERW).
C)STAINLESS STEEL FITTINGS SHALL BE TO ASTM A-403 OF CORRESPONDING PIPE
THICKNESS (AS A MIN.) WITH DIMENSIONS TO ANSI B 16.9.

00LCP11
AA001
NaOH
BREATHER

114.3 x 3.05

114.3 x 3.05

114.3 x 3.05

LI

00LCP11
CL501

5. UNLESS NOTED OTHERWISE ALL DRAINS & VENT SHALL BE OF NB 25.


6. INSTRUMENTS MARKED THUS ALONG WITH THEIR ROOT VALVES SHALL BE SUPPLIED
ALONG WITH THE EQUIPMENTS (BY NTPC).

LO
DMV-95

DM WATER
STORAGE TANK # 1

MVN

LT

168.3 x 3.40
SPARE

N2

219.1 x 3.76
SPARE

LOW WATER LEVEL

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

HIGH WATER LEVEL

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

REF DWG NO.


1-00-302-32596
F

1116
FOR AUXILIARY
BOILER

60.3 x 3.91

DMV-83

PE-DG-392-100-N109

00LCR62
AP011

N2

TO CONDESATE STORAGE TANK 1

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

LOW LOW WATER LEVEL

PT

00LCR61
AP001

(OLS,CLS)
DMV-87
00LCR61
AA501

LOW WATER LEVEL

P&ID MIXED BED SYSTEM

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

P&ID CONDENSATE TRANSFER SYSTEM

DMP-17

DMV-82

DMV-94

998

SEAL POT

114.3 x 3.05

COPY RIGHT AND CONFIDENTIAL


The information on this document is the property of BHARAT HEAVY ELECTRICALS LIMITED
it must not be used directly or indirectly in any way deterimental to the interest of the company.

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

9. NOZZLE N6 SHALL BE LOCATED ABOVE N4 NOZZLE

60.3 x 3.91

LOW LOW WATER LEVEL

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

TO CONDENSATE STORAGE TANK 2

HIGH WATER LEVEL

DMV-116

7. PROVISION FOR COMMISIONING STRAINER SHALL BE KEPT


60.3 x 3.91

114.3 x 3.05

N4
N5

SEAL POT
00LCP13
AA001

Fold-6

NaOH
BREATHER

N4
N5

A
C

HIGH WATER LEVEL

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

LOW WATER LEVEL

VENDOR

UF BACKWASH PUMPS
FOR DM PLANT

DMV-114

00LCP13
CL011

LOW LOW WATER LEVEL


33.4 x 3.38

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

RAJASTHAN RAJYA VIDYUT UTPADAN NIGAM LTD.

60.3 x 3.91

2x660 MW SUPER CRITICAL TPS STAGE-V, UNITS # 7& 8 SURATGARH, RAJASTHAN

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

PID IS APPROVED IN CAT-A IN R02, HOWEVER,


PID IS BEING REVISED DUE TO ADDITIONAL TAPPING
ADDED FOR AUXILIARY BOILER.
REVISION MARKED AS

APPD
AK/IJS

REV
02

DATE
27.01.14

ALTD
RS

CHD
SSV

APPD

REV
01

AK/IJS

PROJECTS ENGINEERING MANAGEMENT


DATE
18.10.13

ALTD

CHD
SSV

RS

REVISED IN LINE WITH TCE REPLIES RECD VIDE


TRANSMITTAL REF TCE.5750A-ME-610-VDT-022
DTD. 17.09.13
REVISION MARKED AS

REVISED IN LINE WITH TCE REPLIES RECD VIDE


TRANSMITTAL REF TCE.5750A-ME-610-VDT-067
DTD. 17.12.13
REV02: THERE WAS NO CUSTOMER/TCE
COMMENT ON R1. PID IS BEING RESUBMITTED
WITH REVISED REVISION NO. TO GET THE
FORMAL APPROVAL ALONG WITH WRITE-UP.

DEPT
CODE

BHARAT HEAVY ELECTRICALS LTD.


POWER SECTOR

TO
REV

TATA CONSULTING ENGINEERS LIMITED

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

P & ID - DM MAKE-UP WATER SYSTEM

REV01: VALVE TAGS ARE REVISED AS PER


LATEST VALVE SCHEDULE

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

LETTER OF TRANSMITTAL FOR VENDOR DOCUMENTS


To,

JOB NO: TCE. 5750A

YOUR REF: PEDM

BHARAT HEAVY ELCTRICALS LTD

CLIENT:Rajasthan Rajya

DATE: 11-12-2013

Power Sector-PMG

Vidyut Utpadan Nigam Ltd

OUR REF: TCE.5750A-ME-540VDT-234

First Floor, Vasant Square Mall,Sect-B

PROJECT:2X660MW Super Critical

DATE: 12-12-2013

TPS, Stage-V, Units #7&8 at Suratgarh


Vasant Kunj, New Delhi-110 070

Rajasthan

Attn.: Mr SK Gupta-GM/ Mr Tamal S

SUBJECT: QA for WIND BOX &


SOFA

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:

Document approved as submitted; proceed with


fabrication/construction.

F:

Correct original of the document to reflect our


comments and resubmit for records.

B:

Document approved subject to comments noted;


proceed with fabrication/construction considering
our comments.

G:

Documents of this category are for information only


and not for approval. Information furnished on the
document is noted.

C:

Our comments are noted on the enclosed markedup print.

H:

Document reviewed only against our previous


comments and other revisions highlighted and
identified by the vendor.

D:

Our comments are noted in the memo attached to


this transmittal.

I:

Document returned without review.

E:

Correct original of the document to reflect our


comments and resubmit for approval.

J:

Print not enclosed.

SL.
NO.

VENDORS DOCUMENT NO.

TCE NO.

1.

QP No: 7198 QPC:01 Rev. 02

QUALITY PLAN FOR PIPING


FABRICATION (NONIBR)

A, H

QUALITY PLAN FOR TANKS &


VESSELS (CW STORAGE TANK,
IMPURE CONDENSATE TANK ETC.)

A, H

PAINTING SCHEME FOR LP PIPING


(CW / ACW / ECW / PLANT WATER,
AIR PIPING ETC.)

A, H

2.

3.

QP No: 7198 QPC:02 Rev. 03

QP No: 7198 QPC:03 Rev. 03

FILE NAME: F390R3.DOC

TITLE

CODE

TCE FORM NO.390 R3 SH 1 OF 2

LETTER OF TRANSMITTAL FOR VENDOR DOCUMENTS


YOUR REF: PEDM

DATE: 11-12-2013

OUR REF: TCE.5750A-ME-540-VDT-234

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

FILE NAME: F390R3.DOC

TCE FORM NO.390 R3 SH 2 OF 2

Vous aimerez peut-être aussi