Você está na página 1de 94

PROJECT :

2 X100 MW SOLAR POWER PLANT AT ASKANDRA, JAISALMER (RAJASTHAN)


TITLE :

TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM


CLIENT :

LANCO SOLAR ENERGY PVT LTD


DOC. NO. :

5 1 1 1 1 4 5
:

M E

S P C

2 0 0

0 3 2

OWNERS DOCUMENT NO
NO. OF SHEETS :
(INCLUDING COVER SHEET)

LSEPL-001-ST-MEE-252-S-1523
A. CODE

0 0 9 3

A
REV.

18.04.2012
DATE

JJS
INITIAL SIGN

RJB
INITIAL SIGN INITIAL SIGN INITIAL SIGN

Preliminary Issue
DESCRIPTION

PPD. BY

CHKD. BY

APPD. BY

CLEARED BY

FICHTNER Consulting Engineers (India) Private Limited


Navi Mumbai.

122414835.doc

FICHTNER Consulting Engineers (India) Private Limited


Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section -Sheet No. 1

TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING


INDEX

SECTION SECTION - A SECTION - B

DESCRIPTION TECHNICAL SPECIFICATION TECHNICAL DATA REQUIREMENT (TO BE FILLED BY THE BIDDER) TECHNICAL SCHEDULES (TO BE FILLED BY THE BIDDER)

NO. OF PAGES 71

SECTION - C

14

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited


Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section -Sheet No. 2

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 1

SECTION A TECHNICAL SPECIFICATION

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 2

SECTION A TECHNICAL SPECIFICATION CONTENTS CLAUSE NO. DESCRIPTION SHEET NO. 6 7 14 14 18 19 20 20 33 34 34 34 35 35 35 41 45 46 56

1.0.0 INTENT OF SPECIFICATION 2.0.0 PROJECT INFORMATION 3.0.0 SYSTEM DESCRIPTION 4.0.0 SCOPE OF WORKS AND SERVICES 5.0.0 TERMINAL POINTS 6.0.0 CODES AND STANDARDS 7.0.0 OPERATION AND CONTROL PHILOSOPHY (Not applicable) 8.0.0 SYSTEMS 9.0.0 TECHNICAL SPECIFICATION FOR THE ELECTRICAL EQUIPMENTS & SYSTEMS (Not applicable) 10.0.0 TECHNICAL SPECIFICATION FOR THE CONTROL & INSTRUMENTATION (Not applicable) 11.0.0 TECHNICAL SPECIFICATION FOR THE CIVIL WORKS (Not applicable) 12.0.0 PERFORMANCE GUARANTEES 13.0.0 TOOL AND TACKLES (Not applicable) 15.0.0 WARRANTEES AND GUARANTEES 16.0.0 QUALITY ASSURANCE, INSPECTION AND TESTING 17.0.0 INFORMATION TO BE FURNISHED WITH THE OFFER 19.0.0 COMMISSIONING SCHEDULE 21.0.0 PAINTING
FORMT9-P REV-B (MUM)

TECHNICAL SPECIFICATION FOR THE MECHANICAL EQUIPMENTS &

18.0.0 INFORMATION TO BE SUBMITTED AFTER AWARD OF CONTRACT 43 20.0.0 TRANSPORTATION AND HANDLING OF MATERIAL AND EQUIPMENT45 22.0.0 DOCUMENTATION AND CONTROL

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 3

23.0.0 DEVIATIONS 24.0.0 GENERAL TECHNICAL REQUIREMENTS ANNEXURE-I 59 TECHNICAL DATA SHEET (MECHANICAL) ANNEXURE II63 TECHNICAL DATA SHEET (ELECTRICAL) (Not applicable) 63 ANNEXUREIII63 TECHNICAL DATA SHEET (C & I ) (Not applicable) 63 ANNEXUREIV 63 TECHNICAL DATA SHEET (CIVIL ) (Not applicable) 63 ANNEXUREV 63 GENERAL QUALITY ASSURANCE REQUIREMENTS (NOT APPLIABLE) ANNEXUREVI 64 EVALUATION FACTOR AND LD FOR PERFORMANCE SHORTFALL ANNEXUREVII65 TENTATIVE BOQ Details of bend along the pipe corridor ANNEXUREVIII TENDER DRAWINGS ANNEXURE IX SUB-VENDOR LIST

56 56 59 63

63

63

63 63 64 65 65 67 67 68 68

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 4

1.0.0 INTENT OF SPECIFICATION 2.0.0 PROJECT INFORMATION 3.0.0 SYSTEM DESCRIPTION 4.0.0 SCOPE OF WORKS AND SERVICES 5.0.0 TERMINAL POINTS 6.0.0 CODES AND STANDARDS 7.0.0 OPERATION AND CONTROL PHILOSOPHY 8.0.0 TECHNICAL SPECIFICATION FOR THE MECHANICAL EQUIPMENTS & SYSTEMS

6 7 14 14 18 19 20 20

9.0.0 TECHNICAL SPECIFICATION FOR THE ELECTRICAL EQUIPMENTS & SYSTEMS 33 10.0.0 TECHNICAL SPECIFICATION FOR THE CONTROL & INSTRUMENTATION 11.0.0 TECHNICAL SPECIFICATION FOR THE CIVIL 34 34 34 35 35 35 35 41 43 45 45 46 56

12.0.0 PERFORMANCE GUARANTEES 13.0.0 TOOL AND TACKLES 14.0.0 SPARES PARTS 15.0.0 WARRANTEES AND GUARANTEES 16.0.0 QUALITY ASSURANCE, INSPECTION AND TESTING 17.0.0 INFORMATION TO BE FURNISHED WITH THE OFFER 18.0.0 INFORMATION TO BE SUBMITTED AFTER AWARD OF CONTRACT 19.0.0 COMMISSIONING SCHEDULE 20.0.0 TRANSPORTATION AND HANDLING OF MATERIAL AND EQUIPMENT 21.0.0 PAINTING
FORMT9-P REV-B (MUM)

22.0.0 DOCUMENTATION AND CONTROL

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 5

23.0.0 DEVIATIONS 24.0.0 GENERAL TECHNICAL REQUIREMENTS ANNEXURETECHNICAL DATA SHEET (MECHANICAL)

56 56 59 63 63 63 63

ANNEXURE II TECHNICAL DATA SHEET (ELECTRICAL) ANNEXUREIII TECHNICAL DATA SHEET (C & I ) ANNEXUREIV TECHNICAL DATA SHEET (CIVIL ) ANNEXUREV GENERAL QUALITY ASSURANCE REQUIREMENTS

ANNEXUREVI EVALUATION FACTOR AND LD FOR PERFORMANCE SHORTFALL 64 ANNEXUREVII TENTATIVE BOQ ANNEXUREVIII TENDER DRAWINGS ANNEXURE IX SUB-VENDOR LIST 65 67 68

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 6

SECTION - A TECHNICAL SPECIFICATION

1.0.0

INTENT OF SPECIFICATION This specification covers in general, the minimum requirements and guidelines to be followed for design, engineering, procurement, transportation, supplying, laying, jointing, commissioning and performance testing of factory made Carbon Steel pipe of 508 mm outer diameter (MS pipe) as per IS 3589 with internal food grade 406 micron epoxy coating and outside cement mortar lining of 20 mm thick for cross country piping system for 1 X 100 MW DIWAKAR SOLAR PROJECT and 1 x 100 MW KVK ENERGY VENTURES PVT. LTD.

1.1.0

Supply and services shall be rendered in conformity with proven design principles, taking into account the current technology. The requirements of the contract must be fulfilled in its entirety. The supply and services shall be rendered inclusive of all appliances and interconnecting arrangements with other supplies needed for proper and reliable continuous operation and for satisfactory maintenance and repair. The technical requirements put forward in this Technical Specification are the lowest ones, without defining all the technical details and fully citing the relevant standards and criterions. The bidder shall ensure that all the products and services to be meeting both domestic and international standards, as well as satisfying the mandatory requirements for safety, environment and so on from Indian authority. Any deviation (may be major or minor), on this Technical Specification, taken by bidder, shall be stated clearly in the Schedule of Deviation. Without formally written discrepancy as to this Technical Specification, the bidder shall be deemed as that the products he supplied can fully meet the requirement stated in this Technical Specification. If the standard stated in this Technical Specification differs from the one executed by the bidder, the stricter one shall be adopted. The contract will be negotiated based on this Technical Specification as well as the technical deviation that has been approved by the inviting party. The finalized Technical Specification that has been confirmed jointly will be a technical attachment of contract, having equal legal force as the contractual documents. Parties hereto may revise or supplement through negotiation matters not mentioned herein. The bidder holds full responsibility of the cross country piping system package including subordinate system and equipment, which includes any subcontracted and
JJS/ WIN 30.01.2012

1.2.0

1.3.0

1.4.0

1.5.0 1.6.0

FORMT9-P REV-B (MUM)

1.7.0

122414835.doc

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 7

outsourcing parts. The manufacturer of subcontracted and outsourcing parts shall be approved by the inviting party. 1.8.0 After signing the contract, the inviting party has the right to bring forward complementary requirement with both parties consultation if the criterion, standard and procedure have been modified. PROJECT INFORMATION SITE INFORMATION Site Characteristics The Solar Thermal power plant of LANCO SOLAR THERMAL PLANT will be located in the village of Askandra, Rajasthan (INDIA). The approximate geographical latitude/ longitude position is North 27o 21.919 and East 71o42.934. The location has an altitude of 190 meters above sea level. The area of the plant is preliminary estimated as 3924 hectares (considering 340 loops). 2.3.0 Accesses Plant Accesses: Airport Jodhpur, Rajasthan Station Ramdevra, Rajasthan Sea Port Nava Sheva, Maharashtra / Mundra, Gujarat. Land According to the information sent by Lanco, Figure-5-1

2.0.0 2.1.0 2.2.0

Land access

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 8

2.4.0

Wind Frequency Distribution

2.5.0 2.6.0 2.6.1

Wind speed frequency distribution, source MN61. SNOW AND RAINFALL Snow According to Typical Meteorological Year (TMY) provided by Client, no snows load will be considered in the Plant Design.

2.6.2

Rainfall Average value of maximum annual diary rainfall according to the following figures:

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 9

2.7.0

DUST STORMS

FORMT9-P REV-B (MUM)

2.7.1 The supplier shall take into account the dust storms that take places in the Thar Desert when realizing the abrasion resistance tests.

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 10

Nature of Dust Storm

2.7.2 2.8.0

Frequency and Intensity of Dust Storm ENVIRONMENTAL CONDITIONS The scope of this chapter is to show the environmental conditions at LANCO SOLAR THERMAL POWER PLANT site surroundings. These data has been taken into account for the power plant design.

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 11

Data was taken from Meteorological Information provided by LANCO TMY file (Sent by Lanco 09th April and confirmed 28th April).

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 12

2.9.0

Initial data In this chapter, a summary of weather condition is shown. It contains annual averages and percentiles of dry ambient temperature, relative humidity and wet bulb ambient temperature data. Wet bulb temperature is a key factor for the design and operation of the cooling water system.

2.10.0

Wet bulb temperature A wet bulb temperature of 28 oC will be considered for cooling tower design.

2.11.0

Summary of environmental conditions.

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 13

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 14

3.0.0 3.1.0

SYSTEM DESCRIPTION

Raw water for the power plant is planned to be supplied from Indira Gandhi canal which is located around 12.00 km from the power plant site. Raw water requirement is 473 m 3/ hr (as per water balance Rev I). GoR has allocated a quantum of 591.71 m3 / hr to be drawn from the above canal. It is proposed to convey the water using factory made Carbon steel (MS) pipe of 508mm OD for a length of around 13370 m, (consisting of 12796 m up to the bund of raw water reservoir, and 574 m up to the discharge point inside the reservoir) (BoQ shall be referred for pipe thickness, length etc.,) The proposed pump capacity is 750m3/hr x 75 m head. Transit analysis shall be done by the bidder for the piping system considering all the governing operating conditions and to provide necessary surge protection devices. The MS pipe shall be protected against corrosion by providing internal food grade 406 micron epoxy coating for inner surface and cement mortar of 20mm thick for outer surface as specified in the following chapter and as per the IS 3589. The MS pipe is to be laid underground (buried condition) all along the cross country alignment, as per the alignment plan. Above ground laying with required pipe support / pedestals shall be considered for Nallah / drain crossing as per site conditions. Cross country piping system shall be provided with necessary appurtenances such as air valves (Duojet), scour valves and control valves at appropriate locations as shown in the drawing and as per site conditions & topographical survey details.Surge protection devices to be provided based on the surge analysis. Scour arrangements with scour pipe and butterfly valve shall be provided at appropriate locations of the cross country pipe line to empty and drain the accumulated silt particles during maintenance operations. 3.5.0 DESIGN REQUIREMENT The quantities of pipe, valves and specials indicated in the specification are meant only for the guidance of the Bidder. All material required to make the system complete but not specifically mentioned in this specification shall also be deemed to be included in the scope of the Bidder. All materials supplied under this contract shall be new and unused. All indigenous equipment / materials offered should be of approved quality. 4.0.0 SCOPE OF WORKS AND SERVICES The scope of work includes the design, procurement, supply, laying and jointing, testing and commissioning of cross country piping system as specified but not limited to the following: The scope also covers the supply of all materials, labour, technical personnel, fuel, water, power, laboratory testing and equipment, tools and plants as required for the successful execution of the works complete with all accessories as specified hereinafter.

3.2.0

3.3.0

3.4.0

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 15

Bidder shall visit the site and apprise himself fully well with existing site conditions including alignment of pipe corridor, road / drain / nallah crossing, soil conditions and availability of all construction materials including backfill, graded material etc. and other aspects for construction of cross country piping system. 4.1.0 Scope of Supply (Bidder)Sub-Contractor

Sl. No.

Description

Employer/ Owner

Remarks and Quantity

A. 1. 2. B.

DESIGN AND ENGINEERING Basic engineering Detailed engineering MECHANICAL SCOPE OF SUPPLY Supply, Laying, jointing of MS pipe of 508 mm outer diameter minimum thickness 6.3 mm with food grade internal epoxy coating (406 micron) and external cement mortar lining (20 mm thickness), as per design and specification for about 13370 m (approximate) length from IGNP Canal water pumping station to the plant Surge analysis for the cross country pipe line to the given pump head / shut off head and considering various operating possibilities. Power pack valves if required on the basis of surge analysis have to be supplied and installed. Surge protection devices along with required accessories. The surge analysis shall be done from the reputed institute as approved by the Owner. Preparation of detailed layout plan for piping for owners approval. EPC Contractor shall provide terminal point parameters.

1.

2.

3.
FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 16

(Bidder)Sub-Contractor

Sl. No.

Description

Employer/ Owner

Remarks and Quantity

4. 5.

6.

100mm dia Duojet Air valves with DI body and fittings as required. Necessary scour arrangements with lead pipe, specials and 300mm dia butterfly valve. Control valve for isolating the pipe line with 500mm dia butterfly valve at around 2000m interval Any other equipment / item not specified above, but required to make the system complete. Supply of all consumables required for erection, commissioning, trial operation and performance test is included in the basic scope and same shall be supplied by Bidder. List of such item shall be identified & furnished with bid & finally included in the bill of material document. List of O&M recommended spares for 2 years trouble free operation of the equipment Submission of Quality plans for owners approval ELECTRICAL (Not applicable) CONTROL AND INSTRUMENT (Not applicable) OTHERS Civil works Geo Technical investigation along the cross country pipe line for confirming the classification of soil type Earthwork excavation (in soil and rock), dewatering (if any), shoring/ strutting wherever necessary and backfilling the
JJS/ WIN 30.01.2012

7.

8.

9. 10 . C. D. C. 1. a. b.
FORMT9-P REV-B (MUM)

122414835.doc

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 17

(Bidder)Sub-Contractor

Sl. No.

Description

Employer/ Owner

Remarks and Quantity

c. d. e. 2. 3.

excavated trench on completion of laying, jointing and testing and disposal of surplus earth. Design and Construction of valve pit chamber & thrust block Design and construction of road crossing arrangements for pipe corridor. Energy dissipating structure at Raw water reservoir Mandatory spares Pre-Commissioning and Commissioning spares Supply and application of paints or tape and coatings as applicable for corrosion protection on equipment. Touch-up paint

As mentioned elsewhere As per Bidders recommendation. List to be submitted along with the Offer.

4. 5.

Required to do at site at the time of E&C. Shop testing shall be as per applicable codes & standards and as per approved QAP. Scope includes witness tests, providing certified copies of test reports for all tests & examinations specified and also for the mandatory tests and analysis required by the applicable material specification.

6.

Shop test and inspection

7. 8.
FORMT9-P REV-B (MUM)

Packing and transport to site from factory Transit Insurance Unloading & storage at site

9.

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 18

(Bidder)Sub-Contractor

Sl. No.

Description

Employer/ Owner

Remarks and Quantity

10. 11. 12. 13. 14. 15. 16. 17. 18.

Erection at site Commissioning tests All supporting structure for the equipment / material under specification PG test at site Piping beyond terminal point Warranty for equipment Drawings / documentation during post order Training for Employer General clearing up and tidying up of the site before handing over

Technical Advisors / Supervisors to be provided by the Bidder on man-day basis. Under supervision of Bidder on man-day basis.

Any other work/equipment/service, whether specified or not but needed to complete the package in all respect and as required by local statutory regulations shall be deemed to be included in the scope of Bidder. 4.2.0 Exclusions 5.0.0 5.1.0 All civil works All piping beyond the terminal points Pumpset and main header connection

TERMINAL POINTS Mechanical Cross country piping system along with valves, fittings, flanges within the battery limits from Intake pumphouse (counter flange) up to the energy dissipating

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 19

structure located in raw water reservoir at power plant site shall be in Bidders scope. 5.2.0 5.2.0 5.3.0 6.0.0 Civil (Not Applicable) Electrical (Not Applicable) Control & Instrumentation (Not Applicable) CODES AND STANDARDS Unless specifically mentioned otherwise the design, workmanship, quality, properties of materials and methods of testing shall be in accordance with the latest editions/ amendments of all applicable codes and standards as published by the Bureau of Indian Standards and those published during the progress of the contract IS: 3589:2001 Steel Pipes for water and sewage (168.3 to 2540mm outside diameter) works IS 5822:1994 IS: 1608:2005 IS: 2328:2005 IS: 3803 (Part I) 1989/ ISO 2566 IS: 4711: 2008 IS: 814 : 2004 IS - 965 IS - 3764 IS - 4081
FORMT9-P REV-B (MUM)

Code practice for laying of Electrically welded steel pipes for water supply Methods for tensile testing of steel products (Second Revision) Method for flattering test on metallic tubes (First Revision) Method for elongation conversions for steel: Part I. Carbon and low alloy steels (Second Revision) Method for sampling of steel pipes, tubes and fittings Electrodes used for welding of steel plates Equivalent metric units for scale, dimensions and quantities in general construction work. Code of safety for excavation work. Safety code for blasting and related drilling operations. Guidelines for dewatering during construction

IS 9759

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 20

IS - 1200 SP-27

Method of measurement of building work : Part 1 Earthwork Handbook of Method of Measurement of Building Works

The latest edition and addends of the following publications in effect on the date of Contract Award are part of the specification, and referred to by title or basic designation only are applicable to the extent indicated by the specific reference. The other equivalent codes and standards may be used. However, the equivalency must be demonstrated to the satisfaction of Purchaser/Consultant. 7.0.0 8.0.0 8.1.0 OPERATION AND CONTROL PHILOSOPHY (Not applicable) TECHNICAL SPECIFICATION FOR THE MECHANICAL EQUIPMENTS & SYSTEMS MILD STEEL PIPE This specification covers the manufacture, supply, testing and delivery of spirally welded Mild Steel pipes (steel grade Fe 410) of 508mm outer diameter with 6.3mm thickness suitable for sleeve joints with inside epoxy coating (406 micron) and outside cement mortar lining (20mm thickness). The contractor shall furnish all fittings and special pieces required for curves, tees, air valves, scour and sluice valves as ordered by the Owner/Engineer. Specials shall suit the respective internal diameter of MS pipes to withstand required test pressure and suit air valves, scour valves and sluice valves and conform to the details furnished in the documents. M.S. pipes shall be procured from the reputed manufacturer and the pipe shall conform to IS 3589/ 2001. The pipes shall bear ISI mark. The test certificate furnished by the manufacturer should be produced. This Standard specification applies to seamless and welded carbon steel pipes for water Supply works. 8.1.1 GENERAL The laying of pipelines shall commence only after the bottom of the trench at various points have been leveled as per the IS 5822. The Centre line shall be excavated to correct depth, slope and width at all points. The trench shall be excavated wide enough under the sockets to cater for working space that is required for jointing pipes. When it crosses under the road, the pipe shall be fully encased in concrete / RCC hume pipe. The Contractor shall take precautions to maintain always a minimum cushion of 1.35 m earth over the pipes. After each section of the pipelines has been laid, the joints shall be allowed to set properly and shall be inspected and tested as directed by the Engineer. Backfilling of the trench shall be carried out only after the approval of the Engineer. After testing, the trench shall be backfilled with selected earth in layers of 150 mm, watered and thoroughly rammed. All pipes, water mains, cables etc. met within the course of excavation shall be carefully protected and supported.

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 21

All piping works shall be executed by a licensed or authorized supervisor and shall be in accordance with the requirements of relevant codes. Pipes shall be free from all defects including indentations, delamination, bubbles, pinholes, cracks, pits, blisters, foreign inclusions and resin starved areas that due to their nature, degree, or extend detrimentally affect the strength and service ability of the pipe. The pipe shall be as uniform as commercially practicable in colour opacity, density and other physical properties. For items such as earthworks, excavation, concrete, brick work, stonework, painting etc. relevant specifications for these shall apply, unless other wise specified. Any damage caused to pipes, fittings etc. during execution of the piping works shall be made good by the Contractor at his own cost to the satisfaction of the Engineer. 8.1.2 SUBMITTALS The Contractor shall submit to the Engineer samples of all materials, fittings and appliances for approval well in advance of starting the work. All materials, fittings and appliances used in the work shall conform to the approved samples. The contractor should furnish the test certificate issued by the manufacturer. The Engineer shall have the power to test the MS pipes for its quality standards in his laboratory/ other reputed Laboratory, the manufacturers test certificate inspection certificate should be produced by the contractor for the pipes used in the works The Engineer shall verify, in addition to the test certificate, whether the pipes are as per IS code, by visual examination, diameter, weight, wall thickness, flexibility, colour etc., 8.1.3 QUALITY OF MATERIALS The pipes shall be manufactured with the steel produced by the open heart or electric furnace or one of the basic oxygen processes. The pipes shall be manufactured by one of the following process. Any of the following process shall be employed for sleeve and butt welding. i) Seamless Pipes: - The pipe shall be manufactured by using a seamless process and shall either be hot or cold finished. ii) Electric Resistance Welded Pipes: - The pipes shall be manufactured from plate, sheet or strip welded continuously by the passage of an electric current across the abutting edges longitudinally or spirally. The finished pipes shall not include welds used for joining lengths of the hot or cold, flat rolled strips prior to tube forming. The external weld bead shall be removed completely. iii) Submerged Arc Welded Pipes: - The pipes shall be manufactured from plate, sheet or strip with either a single or double longitudinal seam or a spiral seam and welded across the abutting edges by an automatic submerged arc welding process using at least two runs, one of which shall be on the inside of the pipes.

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 22

All electrodes shall conform to IS: 814-2004. Irrespective of the dimensions calculated for the most adverse conductor of loading, the steel plate thickness shall not be less than that given as per the design, drawing & specification, branch or scour outlet. The plate thickness for the wall of a branch or outlet shall also be not less than one half of the thickness of plate in the barrel of the fittings. Tests carried out whenever a significant change is made in the design, composition or process of manufacturing and/or at a specified frequency in order to establish the suitability and performance capability of the pipes. The outside diameter and thickness of the pipes shall be specified as IS: 3589, the nominal mass per meter runs of the pipes against each dimension also as per IS: 3589. The other sizes not included in the IS Code may be supplied as specified by the owner. The materials used in the manufacture of steel fittings shall comply with the following requirements Joints:Wire Mesh: - Wire mesh for reinforcement of exterior gunuite shall be electrically welded wire fabric or woven wire fabric and specially crimped or otherwise if furring to hold the reinforcement 10 to 13mm away from the surface on which it is applied. The wire mesh shall weigh not less than 12.5 kg/ b sq.m. The reinforcement shall be free from paint other coating material, loose soil, dirt or excessive rust etc, Steel Sheets: - Steel sheets shall conform to the IS: 2061or its latest revision. Electrodes: - Electrodes for welding shall conform to the IS: 814-1963 or as amended. The pipe shall have a joining system that shall provide for fluid tightness for the intended service condition. Dye penetration/ radiographic testing shall be carried out as per BIS for steel fittings. 8.1.4 LINING The specification shall comply with, but not limited to the requirement of applicable codes and standards. The inside and outside coating for the pipe material shall be as per the design criteria of IS codes or as per owner decision. 8.1.4.1 Cement mortar protective lining and coating The outside of pipe shall receive a reinforced cement-mortar coating applied by mechanical placement, pneumatic placement, or a method known to provide equivalent results.
FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 23

Spiral-wire reinforcement for pipe coating, steel weir shall be minimum size of 3mm, conform to the IS 432 part 1. Reinforcement shall be 50 x 100 mm welded wire fabric, conform to the IS 1566. The Portland cement shall conform to the requirements of IS 269/ IS 8041/ IS 1489 and IS 8112 for cement. The minimum cement content shall be 330 kg/m3. Sand shall consist of inert materials having hard, strong, durable uncoated grains conforming to the IS 2116 Cement mortar shall be composed of cement, sand and water (2 parts of sand and 1 part of cement), well mixed to obtain a dense, homogeneous lining that will adhere firmly to the pipe surface. The soluble chloride-ion (CI) content of the cement mortar mix shall not exceed 0.15%, expressed as a percentage of cement weight. Cement mortar lining shall be uniform in thickness, except of joints. Lining thickness shall be as 20mm. Application of mortar lining Mortar coating shall be applied by mechanical or pneumatic placement to the specified thickness in one or more continuous application. If applying more than one course, the interval between the first and last course shall be not more than 2 Hr. The MS pipes and specials shall be cleaned and external lining follow immediately after cleaning. Application of cement mortar coating to add exterior surfaces of bends, specials and other sections whose shapes preclude lining by spinning shall be by the gunuite process. Preparation of surfaces Hand Cleaning Before lining, all oil and grease on the surface of the metal shall be removed thoroughly by flushing and wiping using suitable solvents and clean rags. The use of dirty or oily rags will not be permitted. All other foreign materials shall be removed by buffing or by scrapping and wire brushing. After cleaning, the special shall be protected and maintained free of soil, grease and dirt that might fall upon the plate from whatever source until the plate has received its cement mortar coating. Mechanical Cleaning All metal surfaces shall be thoroughly blasted to bright metal. A blasted surface which acquires a coat of rust by buffing or wire-brushing or at the discretion of the Engineer shall be reblasted. Adequate air separators shall be used to remove all oil and free moisture effectively from the air supply to the blaster. Any plate showing pits or structural defects shall be set aside pending examination. Immediately upon completion of blasting, surfaces at the end of

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 24

fittings which are to be left bare shall be given a brush coat of a suitable rust preventive material. Rust preventing coating shall be applied and shielded and maintained during the subsequently application and curing or more lining and application of the exterior coating to protect the surfaces beneath from rusting, pitting or other corrosion. Rust preventive material used shall be of such character that the quality of the weld and other functions of the steel plate will not be impaired by its presence. 8.1.4.2 Liquid-Epoxy coating systems The epoxy coating shall be applied for the inner surface of the pipe as mentioned below. Unless otherwise specified by the Owner / Consultant, the coating and lining systems may be consists of any of the following 3 types: (1) Two-Part, chemically cured epoxy primer and one or more coatings of a different two-part, chemically cured epoxy topcoat. (2) Two or more coats of the same two-part, chemically cured epoxy coating, in which case the first coat shall be considered as the prime coat. (3) A single coat of a two-part, solvent free, chemically cured epoxy coating. The coating used shall be based on liquid, chemically cured epoxies. The curing agent may be an amine, amine-adduct, or polyamide and the epoxy may be modified with the coal rat, phenolic or other modifiers. Materials with used in both the primer and finish coats shall be products of one manufacturer. The minimum Dry Film Thickness (DFT) provided shall be at 406 m. After curing but prior to burial, the coating system shall be a continuous film, free of thin spots and other imperfections as a defined and shall pass electrical inspection. The pipe coating shall be applied in accordance with the manufacturers recommendations. Application by airless spray or centrifugal wheel equipment is preferred. Pipe preparation Cleaning :- Prior to abrasive blast cleaning, surfaces shall be inspected and, if required, cleaned according to remove oil, grease, or other foreign matter. Only approved solvents that do not leave a residue shall be used. Preheating to remove oil, grease, mill scale, water and ice may be used provided all pipe is preheated in a uniform manner to avoid distorting the pipe. If abrasives or other loose foreign matter has entered the interior of the pipe, then clean, dry oil free compressed air shall be used to remove the loose foreign matter in a manner that does not adversely affect the cleaned surface. Alternatively, vacuum cleaning or other methods may be used in place of compressed air. The interior pipe surfaces shall be abrasive blast cleaned to achieve a near white metal surface. Abrasive blasting and coating shall only be performed when the metal temperature is more than 3C above dew point. The interior pipe surfaces shall be

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 25

inspected for surface imperfections, such as slivers, scabs, burrs, weld spatter and gouges shall be removed by grinding. Pipe Ends for Non-Welded Field Joints When rubber gasketed joints or mechanical couplings are used the coating shall extend to the ends of the pipe. The coating thickness on the pipe surfaces that receive rubber scaling gaskets shall not exceed what is recommended by the manufacturer of the coupling. However the coating systems DFT shall not be less than 406m. The temperature of the mixed coating material and of the pipe at the time of application shall not be lower than 10C 8.1.5 Tolerances The tolerance on the dimensions of the pipes shall be as specified in 12.3 and 12.4 of IS 3589. Not withstanding these tolerances and irregularities permitted, any dimensional variation of surface irregularity permits leakage shall be cause for rejection. 8.1.6 PIPE HANDLING & INSPECTION

8.1.6.1 Bench Marks Reference bench marks, at least one per kilometre, shall be fixed before the work of laying the pipe line is started. These bench marks should be fixed a little away from the field of work and should be securely fixed in cement concrete. 8.1.6.2 Transporting and Stacking Delivery of the pipes and specials and appurtenances shall be taken from the stockyard and transported to the site of laying and stacked along the route on timber skids. Padding shall be provided between coated pipes and timber skids to avoid damage. 8.1.6.3 Pipe Inspection & Handling The pipes and specials shall be inspected and defects noticed, if any, such as protrusions, grooves, dents, notches, etc, shall be rectified. Care should be taken that the resulting wall thickness does not become less than the specified. If the wall thickness becomes less than the specified, the damaged portion should be cut out as a cylinder and replaced by an undamaged piece of pipe. 8.1.6.4 Handling of Specials It is essential to avoid damage to the pipes, fittings, specials, etc, at all stages during handling. The pipes and specials shall be handled in such a manner as not to distort their circularity or cause any damage to their outer lining. Pipes shall not be thrown down from the trucks nor shall they be dragged or rolled along hard surfaces.

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 26

Coated specials that are to be stored on supports shall bear on the uncoated ends only. If bearing on coating is employed the supports shall be not less than 20cm wide and so arrange to prevent damage to the coating. During transporting of the fittings, coating shall be protected from damage by bearing on well padded bolsters not less than 20cm wide and placing strips of heavy belting or other approved sheep materials not less than 20cm wide under all ropes or fastening. 8.1.7 Jointing The types of joints and ends recognized under this standard are: i) Joints with sleeves joint or swelled and plain end for welding.

Pipe with sleeve welded joints shall be supplied with the plain and parallel end and sleeve and tapered to approximately 3mm per 100mm. The ends shall be sized and gauged so as to ensure that the plain end will freely enter the sleeve and thereafter be capable of being forced home. All sleeves shall be made so that the plain end shall enter the specified minimum depth given in below table. The contractor shall take necessary action to inspect while manufacturing and ascertain that the sleeve and plain end comply with the requirements of the specification. Designation of pipes and fittings:Pipes and fittings will be classified according to their diameter, working head and they shall be marked as shown below. a. Name of manufacturer b. Date of manufacture c. Internal diameter of pipe d. Test pressure e. Permissible working head f. Effective length of the pipe g. Serial Number Recessed markings will not be permitted 8.1.8 INSPECTION All works and material under specification will be rigidly inspected during all phases of manufacture and testing and such inspection shall not relieve the contractor of this responsibility to furnish materials and perform work in accordance with this specification. The contractor shall notify the Engineer in charge concerned in advance of production of materials and fabrication thereof in order to arrange for mill and shop inspection.
FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 27

The Engineer in charge may reject any or all fittings (i) that are of the material specified, that are not fabricated in accordance with the outlined procedure and (ii) that doe not obtain the prescribed test results, condition of fittings and tolerances set forth in the relevant IS drawings and specification. The Engineer shall have free access to these parts of all plants that are concerned with the furnishing of materials of the performance of work under this specification. The contractor shall furnish the inspector reasonable facilities and space without charge for inspection, testing and obtaining of any information he desires in respect of the character of material used and progress and manner of the work. Inspection of Coating The entire procedure of applying the protective coatings will be rigidly inspected from the time the bare fittings are fabricated until the fittings are coated and tested. If any time it is found that the procedure of applying the coating materials is not in accordance with relevant specification, all such coatings shall be rejected. Samples of coating materials will be collected at random and tested and if any sample is not found to conform to the specifications, fittings coated with such materials will be rejected. 8.1.9 TESTING OF MATERIALS All materials shall be properly tested at the contractors expense in accordance with specification. The contractor shall supply free of cost any required specimens of materials for testing by the Engineer at any time during the manufacture of pipes and fittings. Fabrication of fittings The manufacture of fittings shall be carried out in a workman like manner by the first class labour be in all cases, be of high grade and carefully performed. Manufacturers equipment for all specials, such as welding, flamed cutting and other operations shall be of a standard and quality necessary to produce specials meeting the specification. Equipment, in general, shall be in good condition and shall be modern as judged by the standards of the industry. The longitudinal seams of fabricated specials shall be butt welded, shop girth seams shall be butt welded or lap joined welded. All edges cut to size shall be uniform and smooth. Those edges to be welded that are prepared by flame cutting, shall be free from scale and slag accumulations. Edges of plates to be jointed by an automatic welding machine shall be formed to the shape required for the particular welding process and automatic welding machine is employed in carrying out the agreed procedure. Edges of plates to be jointed by manual welding shall be formed to the shape required by the purchaser in accordance with the drawings. The resulting edges for welding shall be uniform throughout the entire length of the plate and shall be to a straight line.

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 28

Minor defects in the welds of electric welded pipe such as sweats or leaks, unless otherwise specified shall be repaired at the discretion of the manufacturer with the approval of the Engineer. Repairs of this nature shall be made by completely removing the defect, cleaning the cavity and then welding. The workmanship involved in the repair is subject to approval of the Engineer. Special sections having a butting plates of different thickness shall have the heavier plate sufficiently beveled so that the apex of the weld groove shall correspond with that of the lighter plate. All lap breaking, rolling, cleaning of plate surfaces to be welded and fittings up operations, as well as the qualification of welding operators, welding procedure, automatic welding, manful welding and correction of welds in specials shall be in accordance with the relevant to IS code. Reshaping special after it is manufactured shall be done by rerolling or by pressure. Reshaping of pipe by excessive hammering or dropping shall not be permitted. Flanged pipes of varying length and diameter shall be externally coated and internally lined with mortar. Dimension of the flanges, welding details and welding procedure shall be in accordance with the relevant IS code. Flanges shall be welded to a section of the pipe before matching. Flanged branches shall be fabricated in accordance with the general specification and to the Employer requirements. Wall opening shall be formed by welding fabricated structural steel of approved design to the steel cylinder and shall be lined internally and coated externally. Flanged branches for air and scour valves shall be welded into pipe in the required position. The branch for an air valve shall be vertical and at right angle, to the longitudinal axis of pipe. The invert of the branch for a scour valve shall be horizontal and at right angle to the axis of pipe and shall align with the invert of the barrel of the main pipe. All flanges shall be machined to standard thickness, square to the axis of the pipe and the bolt hole shall be drilled evenly off centre and true to the pitch. Dimension of the flanges, welding details and welding procedure shall be in accordance with the relevant to IS code. Bends to provide change of alignment in main laying shall be manufactured to suit the site condition from completed and tested pipes by angle cutting the barrel or by such other standard procedure and rewelding bends shall be socket and spigot and lined internally and coated externally as given in the specification. Tapers shall be manufactured out of steel plates and lined internally and coated externally. The tapers shall be suitable for connections to the sluice valve or flanged tail piece on one side and to pre stressed concrete pipe on the other side. Stiffener rings shall be provided to afford rigidity to pipe.

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 29

The walls of steel fittings including branches and scour outlets incorporated in the fittings shall be sufficiently thick to ensure that during the hydrostatic pressure test, the stress in the steel shall not exceed 75 per cent of the minimum yield point for steel, provided that, when installed under the specified surge and operating under internal pressure upto the specified working head, the stresses in the steel shall not exceed 60 per cent of the minimum yield point for the steel. Not withstanding anything said, elsewhere, the manufacturer shall furnish the thickness of the steel plate used and other relevant details and shall get the approval for these details from the Engineer, before fabrication. The weight of M.S. pipes, specials etc. shall be only without inside lining and outside coating. 8.2.0 VALVES This specification is intended to cover design, manufacture, fabrication, testing, supply including transportation and delivery at site in properly packed condition, Erection, testing and commissioning of valves, fittings and specialties etc. 8.2.1 TECHNICAL REQUIREMENT The method of manufacture, dimensions, tolerances, etc. shall be as per latest edition of the relevant standards indicated in the corresponding valve classification /specification. Deviations, if any, shall be clearly highlighted in the offer. Valves shall be as per internationally recognized standards. Flanges shall be machined on faces and edges to ISO 7005, IS 6392 or BS 4504. This shall be finalised during detail engineering. Valves shall be double flanged type and the face shall be parallel to each other and flange face should be at right angles to the valve centerline. Back side of valve flanges shall be machined or spot faced for proper seating of the head and nut. Valve shall be suitable for frequent operation as well as operation after long periods of idleness in either open or closed position. The valve stem, thrust washers, screws, nuts and all other components exposed to the water shall be of a corrosion resistant grade of stainless steel. Valves shall be free from sharp projections. 8.2.2
FORMT9-P REV-B (MUM)

DUO JET AIR VALVE The Single chamber DI Duojet air valves shall be with body and cover in Ductile Iron of Grade GGG 40. All internal parts such as float, shell etc., all cover bolts, of austenitic

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 30

alloy steel, Dn 50 Float of HOSTAFLON and Gaskets and seals of EDPM. The valve shall be painted with Epoxy powder coating (EP-P) inside and outside colour blue RAL 5005. The Air Valve shall be fixed in position at the summits of pipe line as indicated in the drawing or as directed by the Engineer. The air valve connections shall be carried out as per the drawings. They shall be fitted by means of flange joints or screwed joint to the pipe line. The Air Valve and the joints shall be tested hydraulically to a minimum pressure as per testing clause of piping work. The testing shall be done along with the testing of pipe line. 8.2.3 BUTTERFLY VALVE

8.2.3.1 Design construction a) The valves shall be designed for the design pressure/temperature as specified and in accordance with BS:5155 or AWWA-C-504 or any other approved equivalent standard. b) The valves shall be suitable for installation in any position (horizontal/ vertical etc.). c) The valves and all accessories shall be designed so as to guarantee easy disassembling and maintenance. d) All valve components and accessories of the same type shall be perfectly identical in size and material so as to guarantee interchangeability of the parts. e) All flanged ends shall comply with the standards specified. The valve flanges shall be flat faced. f) The bidder shall communicate in metric units the coefficient of capacity of each valve (CVM) and furnish the characteristics curves.

g) Necessary shaft seal shall be provided and adequately designed to ensure no leakage across the seal. This seal shall be designed so that they will allow replacement without removal of the valve shaft. h) The bidder shall specify the minimum thickness of the material plating, if any for valve conforming to BS:5155. i) j) The sealing ring on the disc shall be continuous type and easily replaceable. For all types of valves, the design with shaft eccentric to the disc is preferred.

k) The shaft shall be solid type and shall pivot on bushings. Bushing/sleeve type bearings shall be contained in the hub of valve body.
FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 31

l)

The material of bearing shall be self-lubricated type with low coefficient of friction. Bearing shall be provided beyond the shaft seal. The housing for this bearing shall be rigidly attached to the valve body.

m) The minimum length of the disc hubs shall be at least 1.5 times the diameter of the shaft or of the stems. n) The butterfly valves shall be of double flanged bubble tight shut off design. However, wafer type butterfly valve with integrally moulded nitrile / hypalon rubber viton are also acceptable for sizes upto 600 mm o) All butterfly valves shall have permanent arrow inscription on the valve body indicating direction of flow. Hand operated valves shall have the following: i) The hand controls shall close the valve with clockwise rotation.

ii) The hand controls shall be dimensioned to guarantee an easy maneuver under most severe conditions. iii) The hand controls shall be provided with locking systems suitable to avoid the disk assume a not-desired position during the operation. iv) Handwheel shall be made of malleable iron with arms and rims of adequate strength. The handwheels of dimensions 300 mm or less shall be provided with handles for ease of operation. The handle shall be designed to produce the specific torque with the max. pull of 30 Kg when operating the valve under full flow and operating pressure. 8.2.4 TEST AT WORKS

a) All valves shall be subjected to the tests indicated in the corresponding valve class/specification data sheet section and as per Approved QAP. Tests shall be conducted at manufacturer's works, conforming to the relevant standards, and all test certificates shall be submitted to Purchaser/Owner for approval before despatch of material. All charges for tests and inspection shall be included in the quoted price. b) The inspection and testing of all valves shall be witnessed by the Purchaser/Owner. The manufacturer shall give atleast two (2) weeks notice to the Purchaser/Owner before carrying out the inspection and tests. c) Valves shall be subjected to the following inspections/ tests:
FORMT9-P REV-B (MUM)

Visual inspection test as per MSS-SP 55.

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 32

Magnetic particle and radiography, as indicated in the valve specification class. Hydro test as per -relevant specified standards.

Mechanical test & chemical analyses shall be carried out on fully representative cast test piece for each heat of cast Iron casting for Body & disc. Disc shall preferably be made out of single plate. In case of any weld seam in disc, disc shall be stress relieved if disc thickness is above 30 MM. Weld joints of fabricated valve body & disc shall be subjected to 100% Radiography test Stub & drive shaft of valves for diameter 50 mm & above shall be subjected to dye penetrant / test for surface defects and ultrasonic test for internal defects. Valve body shall be subjected to hydraulic test as specified in BS-5155 / AWWA C-504. Each valve shall be subject to leak test as per BS -5155 AWWA C-504. Disc strength test as per BS -5155 / AWWA -C504 shall be carried out. In addition to the above tests, Bidder shall furnish test certificate under reputed third party Inspection as a proof of having conducted proof of design test as per BS-5155 / AWWA C-504 for each design / size / rating of the valve similar to the one being offered for this project for review & approval of owner. In case, above test has not been done, the bidder shall conduct the same as per AWWA C-504 / BS-5155 on one valve of each size / design / rating being offered. 8.3.0 SURGE PROTECTION SYSTEM AND SURGE ANALYSIS The Contractor shall carry out comprehensive steady state hydraulic analysis and pressure (transient) surge analysis on the complete pumping system at the pumping stations and along the pipelines under all operating conditions. The surge analysis shall be undertaken by independent specialist using a proven computer programme. The surge analysis shall identify the most adverse transient operational conditions. The analyses shall include but not be limited to the following conditions: Complete power failure to the pumping station with all duty pumps running at maximum capacity. Start up of the pumps under the specified control system Shut down of the pumps under the specified control system

FORMT9-P REV-B (MUM)

In addition to the delivery pipeline the surge analysis shall include consideration of the length of pipeline(s) between the pumping stations and the pressure vessel(s), and the suction condition(s). The objective of the surge analysis is to recommend surge protection

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 33

equipment which ensures maximum and minimum pressures under all conditions within the allowable surge rating of the pipelines as indicated below Maximum pressures shall not exceed the capabilities of the pipes and fittings on the system. Minimum pressures in the system shall not fall below atmospheric pressure and subsequently rise above atmospheric pressures again during the same transient event. Pressures below atmospheric pressure will only be permitted as the systems drain down through supply connections during extended periods of pump shutdown. The recommended solutions should include sensitivity checks to show that it is still valid with possible variations in system parameters such as wave speed, friction factor and system demands.

The solution should include but not be limited to the following recommendations: Size and details for delivery air pressure vessel (Surge Vessel) Details for controlling the air volume in the above vessels Details and alarms for monitoring the air volume in the above vessel. Recommendations for controlling slam on the pump delivery nonreturn valve that may adversely affect the lifetime or operation of the valve and the system.

The Contractor shall however determine the actual required capacity during detailed engineering, according to the transient surge analysis. In addition to surge vessels of total capacity stipulated above, the Contractor shall install at least one standby surge vessel of the same type and size as the proposed ones. Such surge vessel shall provide stand by capacity in a case of releasing one of duty vessel for maintenance. The Contractor shall furnish the surge analysis report to Engineer for approval. The report shall include computer printouts and graphs showing maximum and minimum pressure envelopes. The report shall also include time-flow and time pressure plots at critical points. Surge protection may be by pressure vessel or feed tank, but flywheels to add to the pump rotating inertia shall not be used. Surge Vessels shall be compressed air type, designed, constructed, installed and tested as detailed elsewhere in the Specification. Surge vessel(s) shall be installed near, as practically possible, to the pumping station. 9.0.0
FORMT9-P REV-B (MUM)

TECHNICAL SPECIFICATION FOR THE ELECTRICAL EQUIPMENTS & SYSTEMS (Not applicable)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 34

10.0.0

TECHNICAL SPECIFICATION FOR THE CONTROL & INSTRUMENTATION (Not applicable) TECHNICAL SPECIFICATION FOR THE CIVIL WORKS (Not applicable) PERFORMANCE GUARANTEES

11.0.0 12.0.0

12.1.0 Guarantee Requirements In addition to compliance with the requirements of the Specification, Bidder shall meet the specific guarantees of performance as required and as stated in the Schedules of Guaranteed Performance. All tests shall be carried out in accordance with the relevant international standards, unless otherwise specified or approved by the Client. 12.2.0 Testing of pipe line Each valved section of the pipe shall be slowly filled with clean water and all air shall be expelled from the pipe line through hydrants, air valves and blow-offs fixed on the pipeline. Before starting the pressure test, the expansion joints should be tightened. Pressure Test The field test pressure to be imposed should be not less than the greatest of the following a) 1 time the maximum sustained operating pressure. b) 1 time the maximum pipeline static pressure, and c) sum of the maximum static pressure and surge pressure subject to the test pressure. Where the field test pressure is less than two-thirds the test pressure, the period of test should be at least 24 hours. The test pressure shall be gradually raised at the rate of nearly 0.1 N/mm2 per minute. If the test pressure measurements are not made at the lowest point of the section, an allowance should be made for the static head between the lowest point and the point of measurement to ensure that the maximum pressure is not exceeded at the lowest point. If a drop in pressure occurs, the quantity of water added in order to re-establish the test pressure should be carefully measured. This should not exceed 0.1 litre per mm of pipe dia per km of pipeline per day for each 30 m head of pressure applied. Where the pipe line is tested in section, two or more welded joints at each gap may not get tested under pressure. Special care should be taken in making these welds and these joints should be kept under observation during the commissioning of the system Pressurization Each valved section of pipe shall be filled with water slowly and the specified test pressure, based on the elevation of lowest point of the linear section under lest and

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 35

corrected to the elevation of the test gauge, shall be applied by means of a pump connected in to the pipe in a manner satisfactory to the Engineer in charge. Under the test pressure no leak or sweating shall be visible at all section of pipes, fittings, valves, and welded joints. Any defective pipes, fittings, valves discovered in consequence of this pressure test shall be removed and replaced by sound material and the test shall be repeated until satisfactory of the Engineer in charge. 13.0.0 14.0.0 15.0.0 TOOL AND TACKLES (Not applicable) SPARES PARTS (Not applicable) WARRANTEES AND GUARANTEES The Bidder shall guarantee the successful and satisfactory operation of the equipment furnished under this contract and shall meet the ratings and performance requirements as stipulated in this specification. Bidder shall furnish without tolerance the guaranteed figures for the items, which have been asked in the Performance guarantee schedule. Bidder shall conduct the performance and guarantee test in line with the stipulations of specification and shortfall of guaranteed ratings/defect shall be satisfactorily rectified and replaced within a time period decided by the Purchaser. After rectification, retesting shall be carried out by the Bidder till the satisfactory performance in the opinion of Purchaser is achieved. No extra cost shall be charged to the Purchaser for such rectification and retesting. However, if even after modification and rectification, the Contractor is not able to demonstrate the guarantees by retesting, Purchaser at his discretion may reject the equipment and recover the payment-already made or accept the equipment only after deducting from the contract price an amount equivalent to the deficiency of the equipment system as assessed by the Purchaser. Bidder shall further guarantee that the equipment provided by him shall be free from the defects in design, material and workmanship and shall upon written notice from the Purchaser, fully rectify, free of expenses to the Purchaser such defects as developed under the normal use of the said equipment within the period of guarantee / warranty. 16.0.0 16.1.0
FORMT9-P REV-B (MUM)

QUALITY ASSURANCE, INSPECTION AND TESTING Quality Assurance Programme To ensure that the equipment and services under the scope of this Contract whether manufactured or performed within the Tenderer's works or at his Sub-Vendor's
JJS/ WIN 30.01.2012

16.1.1

122414835.doc

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 36

premises or at the Purchaser's site or at any other place of work are in accordance with the specifications, the Tenderer shall adopt suitable quality assurance programme to control such activities at all points necessary. Such programmes shall be outlined by the Tenderer and shall be finally accepted by the Purchaser after discussions before the award of Contract. A quality assurance programme of the Tenderer shall generally cover the following: a. b. c. Tenderers organisation structure for the management and implementation of proposed quality assurance programme, Qualification data of his key personnel, The procedure for purchase of materials, parts, components and selection of SubVendor's services including Vendor analysis, source inspection, incoming raw material inspection, verification of materials purchased, etc., System for shop manufacturing including process controls and fabrication and assembly controls, Inspection and test procedure both for manufacture and field activities, Control of calibration and testing of measuring and testing equipments, System for indication and appraisal of inspection status, System for quality audits, System for handling, storage & delivery, System for authorising release of manufactured product to the Purchaser, System for maintenance of records, and A quality plan detailing out the specific quality control procedure adopted for controlling the quality characteristics relevant to each item of equipment/component furnished.

d. e. f. g. h. i. j. k. l.

16.2.0 16.2.1

Quality Assurance Documents The Tenderer shall be required to submit the following Quality Assurance Documents as required. a. All non-destructive examination procedures, stress relief and weld/repair procedure actually used during fabrication. b. Welder and welding operation qualification certificates.

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 37

c. Welder identification list, listing welder's and welding operator's qualification procedure and welding identification symbols. d. Material mill test reports on components as specified by the specification. e. The inspection plan with verification, inspection plan check points, verification sketches, if used, and method used to verify that the inspection and testing points, in the inspection plan were, performed satisfactorily. f. Sketches and drawings used for indicating the methods of traceability of the radiographs to the location on the equipment.

g. Non-destructive examination result reports. h. Stress relief time temperature charts. i. 16.2.2 Factory test results for testing required as per applicable codes and standards referred in the specification.

The Purchaser shall be given reasonable notice of all tests, shall have the right to witness all tests, and shall have access to the works of Tenderer and Sub-Vendor at all times for the purpose of carrying out system audits, conducting quality surveillance witnessing of tests and inspections etc. The Purchaser or his authorised representative may periodically check the work and the Constructor's method of operation to assure that quality control practices are being followed. At the time of Purchaser's visit all quality documentation pertaining to test, qualifications, inspections etc., shall upon request be made readily available. All reports of tests and inspections as per Quality Control Practices and Quality Plans shall be furnished to the Purchaser. General Requirements for Testing and Inspection All equipment covered under these specifications shall be subject to inspection and tests by the Purchaser/his authorised representative or third party during manufacture, erection and commission. The approval of the Purchaser or passing of such inspection of test will not, however, prejudice the right of Purchaser to reject the equipment if it does not comply with specifications when erected or does not give complete satisfaction in service. The cost of all such tests as well as third party inspectors shall be borne by the Tenderer. The Tenderer shall furnish the quality plan for shop activities indicating stagewise all tests and inspections, procedures and acceptance norms to be adopted for each piece of equipment under this specification right from raw materials stage, manufacturing, assembly, performance and final inspection.

16.2.3

16.2.4 16.3.0 16.3.1

16.3.2

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 38

16.3.3

Testing/inspection procedures as detailed herein to give a basic quality control programme to be followed by the Tenderer are in no way comprehensive and in no way form a complete quality assurance programme. Any other inspection stages not mentioned in these clauses but required as per the Tenderer's quality assurance programme or the Purchaser shall be deemed to be included. Any tests necessary from operation, safety and reliability point of view shall also be included. Such quality plan shall be subject to the approval of the Purchaser. All fabrication, manufactured items (including any proprietary item) driven equipment, gears, fans, switches, etc., shall be subjected to stagewise inspections and tests as per the relevant standards at the manufacturer's works before despatch. It shall, however, be the Tenderer's responsibility to supply all the materials as per specification and standard herein mentioned. All the items shall be subjected to inspection at shop as well as at site. The cost of all inspection at shop & site as well as by other regulatory institutions shall be borne by Tenderer and accordingly included in his lumpsum price in the Tender.

16.3.4

16.4.0 16.4.1

Shop Tests Shop tests shall include all tests to be carried out at Tenderer's works, at Works of his sub-Vendor and at works where raw material used for manufacture of the equipment is manufactured. Such tests shall include electrical, mechanical, performance and hydraulic tests in accordance with relevant standards called for under these specifications to ensure that the equipment being supplied fulfills the requirement of the specifications. For equipment not covered by any approved standards, the tests to be carried out shall be in accordance with Tenderer's quality control programme to be agreed to between the Tenderer and the Purchaser. Minimum requirement of shop tests in Quality Plan for the equipment are indicated in the relevant clause in other sections of the specification. All material shall be of tested quality, supported with duly correlated test certificates. If the Purchaser is furnished with certificate particulars of tests which have been carried out by the Tenderers of material, the Purchaser may, at his discretion, dispense with separate test, which he would witness. Non-destructive Examination All non-destructive examinations shall be performed in accordance with written procedure to meet ASME Sec. 1 and Sec. V code requirements. The personnel shall be qualified with Practice SNT-TC-1A of the American Society of Non-destructive Testing or equivalent. Each non-destructive examination shall be recorded in a report which summarises methods and equipment used, results evaluation, date and identification of personnel employed. Welding Procedure

16.4.2

16.4.3

16.5.0 16.5.1

FORMT9-P REV-B (MUM)

16.6.0

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 39

16.6.1 16.6.2

All welding procedures adopted for performing welding work shall be qualified in accordance with the requirements of Section IX of ASME code. These welding procedures shall clearly state the type of material, thickness, the joint details, the preheat temperature maintained, the post-weld heat treatment given, the welding current and voltage used during qualification of welding procedures. Only welders/welding operators qualified in accordance with ASME Section IX shall be permitted to perform any welding work. For all pressure parts and high pressure piping welding, the latest applicable requirements of the Indian Boiler Regulations must also be complied with. All records of the welding procedures, the welders qualifications, tests and welders performance details for the work performed under these specifications shall be maintained by the Tenderer and be made available to the Purchaser on request. Inspection, Testing And Inspection Certificates The Purchaser, his duly authorized representative shall have access at all reasonable times to inspect and examine the materials and workmanship of the works during its manufacture or erection and if part of the works is being manufactured or assembled on other premises or works, the Tenderer shall obtain for the Engineer in-charge and for his duly authorised representative permission to inspect as if the Works were manufactured or assembled on the Tenderer's own premises of works. The Tenderer shall give the Purchaser/Inspector fifteen (15) days written notice of any material being ready for testing. Such tests shall be to the Tenderer's account. The Purchaser/Inspector, unless the witnessing of the tests is virtually waived, will attend such tests within fifteen (15) days of date on which the equipment is notified as being ready for test/inspection, failing which the Tenderer may proceed with the test which shall be deemed to have been made in the Inspector's presence and he shall forthwith forward to the Inspector duly certified copies of tests in triplicate. The Purchaser or Inspector shall within fifteen (15) days from the date of inspections as defined herein give notice in writing to the Tenderer, or any objection to any drawings, and, all or any equipment and workmanship which in his opinion is not in accordance with the Contract. The Tenderer shall give due consideration to such objections and shall make the modifications that may be necessary to meet the said objections. When the factory tests have been completed at the Tenderer's or sub-Vendor's works, the Purchaser/Inspector shall issue a certificate to this effect within fifteen (15) days after completion of tests but if the tests are not witnessed by the Purchaser/inspector, the certificate shall be issued within fifteen (15) days of the receipt of the Tenderer's Test Certificates by the Purchaser /Inspector. The completion of these tests, or the issue of the certificate shall not bind the Purchaser to accept the equipment should it on further tests after erection, be found not to comply with the Contract.

16.6.3

16.6.4

16.7.0 16.7.1

16.7.2

16.7.3

16.7.4

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 40

16.7.5

The inspection by Purchaser and issue of inspection certificate thereon shall in no way limit the liabilities and responsibilities of the Tenderer in respect of the agreed quality assurance programme forming a part of the Contract.

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 41

17.0.0

INFORMATION TO BE FURNISHED WITH THE OFFER During detail engg. For approval For info. As final

Sr. No. I. 1.

Description Mechanical Duly filled-in technical data, bill of material and prices as per specified schedules. Technical write-up for the system. List of drawings attached. / documents

With bid

2. 3. 4.

X X X X

List of tests the Bidder proposes to carry out in shop and at site after installation including those pertaining to their sub-contractor. List of all maintenance tools, tackles and accessories required for maintenance of the offered equipment including bought out components. A bar chart indicating design engineering, procurement, manufacture, testing at shop, delivery, installation, testing and commissioning activity / duration of cross country piping system offered. Quality assurance plan. Drawing / document submission schedule G.A. drawings of all equipment. Pipe thickness calculations Piping layout Operation manual. and maintenance

5.

6.

7. 8. 9. 10. 11. 12. 13.


FORMT9-P REV-B (MUM)

X X X X X X X X

Commissioning manuals. Piping and Valve Schedule.

14.

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 42

Sr. No. 15. 16. 17. 18. 19. 20. II. 1. 2. 3. III.

Description Test procedure and details of test to be conducted Final version of the documents / drawings O&M manual (CD ROM) O&M manuals (Hard copy). Surge analysis report Civil (Not applicable) Drawing showing the outline of pipe trench in plan and section. Details of road crossing Details of pedestal / pipe supports details for Nallah / Drain crossing Control & Instrumentation (Not applicable) technical

With bid

During detail engg. For approval X X X X X X X For info. As final

Fabrication drawings of equipment

X X X

IV.

Electrical (Not applicable)

Notes: 1. 2. All above documents shall be made as "FINAL" and submitted to client. X: To be submitted by contractor.

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 43

17.1.0 All the above documents (during contract stage) are to be submitted as follows: Final Submission (with Equip. Supply) ----6 --6 4 2 Sets

Sr. No. 1. 2. 3. 4. 5. 6. 7. * 17.2.0

Description All drawings, documents & BOM QAP O&M manuals Data sheets Test data and material test certificates Packing list O & M manual (Soft copy)

ST

Submission 4 4

As Approved 6 6 --6 -------

2* (draft copy) 4 -------

One month before schedule supply data.

All drawing & document shall be prepared in computer. Catalogues shall be scanned for soft copy. Note: - Manually prepared drawings are not acceptable.

17.3.0 18.0.0

INSTRUCTION MANUALS (Not applicable) INFORMATION TO BE SUBMITTED AFTER AWARD OF CONTRACT Following drawings and documents shall be submitted by the contractor not later than the dates stated below.

18.1.0

Within 30 days of Letter of Intent i. Confirmation of Bid documentation data. Required copies in English of all standards approved for use on this Contract. Mechanical Pipe thickness calculations Surge Analysis report Equipment list

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 44

Valve list Drawing submission schedule Design calculations and Drawings accordingly approved or to be approved by statutory requirements. Complete equipment list of all items and equipment to be supplied together with name of the manufacturer or sub-contractor, country of origin and F.O.B. delivery date. Master list of Drawings and Documents summarizing all existing and proposed drawings and documents of principal items intended for submission to the Client for information and approval purposes together with submission dates (to be updated quarterly to show status). Quality plans and procedures. Inspection schedules and procedures. Data sheets of valves for approval. Cross sectional drawing of all equipment giving details of material & design calculations, piping layout and drawings. Schedule for Engineering, Procurement and manufacturing. List of sub-contractors and list of sub-contracted items. Detailed general arrangement and cross-section drawings. Piping layout with detailed bill of quantities. ii. Project Management Contract Programme Milestone schedule Delivery Schedule of major consignment of plant and materials. 18.2.0 Within 20 days of Letter of Intent (Not applicable) Design and Drawings accordingly approved or to be approved by statutory requirements. Complete equipment list of all items and equipment to be supplied together with name of the manufacturer or sub-contractor, country of origin and F.O.B. delivery date. Master list of Drawings and Documents summarizing all existing and proposed drawings and documents of principal items intended for submission to the Client for information and approval purposes together with submission dates (to be updated quarterly to show status).
122414835.doc JJS/ WIN 30.01.2012

FORMT9-P REV-B (MUM)

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 45

Quality plans and procedures. Inspection schedules and procedures. Data sheets of pipe, valve etc., for approval. Cross sectional drawing of all equipment giving details of material & design calculations. Detailed drawings showing the details and locations of all mechanical and civil works terminal points. Schedule for Engineering, Procurement and manufacturing. List of sub-contractors and list of sub-contracted items. Detailed general arrangement and cross-section drawings. 18.3.0 Submission of Test Procedures The contractor shall submit for approval three months prior to testing, detailed test procedures for equipment, sub-systems and complete systems covered under this Order. These procedures shall include details of all performance tests either conducted in the manufacturer's works or at site. Detailed lists shall be provided which shall specify applicable codes, functional and other tests to be carried out on each item of equipment, each sub-system and each complete system. The lists shall be supplemented with logic diagram to show the correct plant functioning requirements together with system flow diagrams showing all points of measurement for both functional and performance tests. The procedures, lists, logic diagrams and flow diagrams together with test results shall be correlated and presented as a single bound document to form a comprehensive set of test procedures and records of the tests conducted on the plant. 19.0.0 COMMISSIONING SCHEDULE Commissioning schedule will be decided by the Lanco Project team. 20.0.0 TRANSPORTATION AND HANDLING OF MATERIAL AND EQUIPMENT 20.1.0 All equipment shall be suitably protected, coated, covered or boxed and crated to prevent damage or deterioration during transit, handling and storage at site till the time of erection. While packing all the materials the limitations from the point of view of availability of railway wagon sizes in India should be taken into account. Bidder shall follow necessary road safety rules and shall obtain permission from highway authorities for goods moment.

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 46

20.2.0 20.2.1

Protection

All coated surfaces shall be protected against abrasion, impact, discolouration and any other damages. All exposed threaded portions shall be suitably protected with either a metallic or non- metallic protecting device. All ends of all valves and pipings and conduit equipment connections shall be properly sealed with suitable devices to protect them from damage. The parts which are likely to get rusted due to exposure to weather, should also be properly treated and protected in a suitable manner. All exposed metallic surfaces subject to corrosion shall be protected by shop application of suitable coatings. All surfaces which will not be easily accessible after the shop assembly, shall before hand be treated and protected for the life of the equipment. All surfaces shall be thoroughly cleaned of all mill scale, oxide and other coatings and prepared in the shop. The surfaces that are to be finish-painted after installation or require corrosion protection until installation, shall be shop painted with at least two coats of primer. Transformers and other electrical equipments, if included, shall be shop finished with one or more coats of primer and two coats of high grade resistance enamel. The finished colours shall be as per manufacturer's standards to be selected and specified by the Purchaser at a later date. Shop primer for all steel surfaces which will be exposed to operating temperature below 95C shall be selected by the Tenderer after obtaining specific approval of the Purchaser regarding the quality of primer proposed to be applied. Special high temperature primer shall be used on surfaces exposed to temperature higher than 95C and such primers shall also be subject to the approval of the Purchaser. All other steel surfaces which are not to be painted shall be coated with suitable rust preventive compound subject to the approval of the Purchaser. 20.3.0 PROTECTIVE GUARDS

20.2.2

20.2.3

20.2.4

20.3.1

Suitable guards shall be provided for protection of personnel on all exposed rotating and/or moving machine parts if applicable. All such guards with necessary spares and accessories shall be designed for easy installation and removal for maintenance purposes. PAINTING 21.1.1 The tenderer should select the most suitable paints, painting materials and painting procedure with consideration given to the service conditions involved and should state in proposal specification, guaranteed performance, including heat resistance, radiation, and other properties, along with the assumed service conditions. 21.1.2 Machine parts not coated with rust-proof paint should be coated with weatherresistant rust-proof oil. The properties of the rust-proof oil should be described by the tenderer in his proposal specification.

21.0.0

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 47

21.1.3 All the materials to be painted should be thoroughly cleaned up for mill scale, rust and foreign matters using the shot blasting or sand blasting and then given two shop coat of priming and finishing separately with approved paint. All parts inaccessible after assembling should be well painted before assembling. 21.1.4 Prior to painting, all weld spatter and flux shall be removed. The use of chipping tools that cause burrs, cuts and other excessive roughness will not be allowed. 21.1.5 Surfaces in contact with flow of fluid, galvanized, pelted or machined faces, end preparation for field welding, parts to be embedded in concrete, nonferrous parts, nameplates and instruction plates shall not be painted. Suitable means, such as coating with grease or preservative, shall be employed to provide protection of ferrous surface during shipment and erection. 21.1.6 Equipment operating at high temperature shall be coated with the paint that can withstand the operating temperature. 21.1.7 All external surfaces of equipments and accessories furnished by the tenderer shall be painted but painting specification shall be approved by Purchaser prior to painting. 21.2.0 21.2.1 Surface preparation Prime coat Finish coating Final colour : : : : SSPC-SP-10 Manufacturers standard Manufacturers standard Later

PAINTING SPECIFICATION Schedule of Primer & Finish Coats Primers P-1 P-2 P-3 P-4 P-5 P-6 redoxide zinc chromate primer high build chlorinated rubber zinc phosphate primer high build zinc phosphate primer etch primer/wash primer epoxy zinc chromate primer epoxy zinc phosphate primer epoxy high build mio paint

FORMT9-P REV-B (MUM)

P-7

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 48

P-8 P-9 P-10

epoxy red oxide zinc phosphate primer epoxy based tie coat finish coats : inorganic zinc silicate coating

Finish Coats F-1 F-2 F-3 F-4 F-5 F-6 F-7 F-8 F-9 F-10 F-11 F-12 F-13 Primer Primer (P-1) Red oxide zinc chromate primer Type and composition : Volume solids DFT
FORMT9-P REV-B (MUM)

synthetic enamel acrylic polyurethane paint chlorinated rubber paint high build chlorinated rubber mio paint chemical resistant phenolic based enamel Epoxy high build coating high build coal tar epoxy self priming epoxy high build coating high build black heat resistant aluminium paint suitable upto 250c heat resistant silicone paint suitable upto 400c synthetic rubber based aluminium paint suitable upto 150c heat resistant silicone paint suitable upto 600c

Single pack modified phenolic alkyd medium pigmented with redoxide and zinc chromate 30 - 35% 20 ~ 40 microns/coat (min) 11-13 sq. m/Lit/coat

: : :

Covering capacity

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 49

Primer (P-2) High build chlorinated rubber zinc phosphate primer Type and composition : Single pack Chlorinated rubber medium plasticised with unsaponifiable plasticiser pigmented with zinc phosphate 35-40% 50 microns/coat (min). 7-8 sq. m/lit/coat

Volume solids DFT Covering capacity Primer (P-3) High build zinc phosphate primer Type and composition Volume solids DFT Covering capacity Heat resistant Primer (P-4) Etch primer/Wash primer Type and composition

: : :

: : : : :

Single pack Synthetic medium, pigmented with zinc phosphate 40 - 45% 35 - 50 microns/coat 10 - 12 sq. m/lit/coat Upto 100 C (dry)

Two pack Poly vinyl butyral resin medium cured with phosphoric acid solution pigmented with zinc tetroxy chromate 7 - 8% 8 - 10 microns/coat 7 - 8 sq. m/lit/coat

Volume solids DFT Covering capacity Primer (P-5) Epoxy zinc chromate primer Type and composition
FORMT9-P REV-B (MUM)

: : :

Two pack Polyamide cured epoxy resin pigmented with zinc chromate

medium

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 50

Volume solids DFT Covering capacity Primer (P-6) Epoxy zinc phosphate primer Type and composition

: : :

40% (min.) 35 microns/coat 11 - 12 sq. m/lit/coat

Two pack Polyamide cured epoxy resin pigmented with zinc phosphate 40% (min) 35 microns/coat (min) 11 - 12 sq. m/lit/coat

medium

Volume solids DFT Covering capacity

: : :

Primer (P-7) Epoxy high build M10 paint (Intermediate coat) Type and composition : Two pack Polyamide cured epoxy resin pigmented with micaceous iron oxide 50% (min) 100 microns/coat (min) 5.0 sq. m/lit/coat medium

Volume solids DFT Covering capacity

: : :

Primer (P-8) Epoxy red oxide zinc phosphate primer Type and composition : Two pack Polyamide cured epoxy resin medium pigmented with red oxide and zinc phosphate 42% (min) 30 microns/coat (min) 13 - 14 sq. m/lit/coat

Volume solids DFT Covering capacity

: : :

FORMT9-P REV-B (MUM)

Primer (P-9) Epoxy based tie coat (suitable for conventional alkyd based coating prior to application of acrylic polyurethane / epoxy finishing coat).

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 51

Type and composition

Two pack Polyamide cured epoxy resin medium suitably pigmented 45-60% 40 microns/coat (min) 10 - 12 sq. m/lit/coat

Volume solids DFT Covering capacity Primer (P-10) Inorganic Zinc silicate coating Type and composition

: : :

Two pack Self cured Ethyl silicate solvent pased Inorganic Zinc coating. 60% (min) 65-75 microns/coat 8-9 sq.m./lit/coat

Volume solids DFT Covering capacity

: : :

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 52

Finish Coats Finish coat (F-1) Synthetic Enamel Type and composition : Single pack Alkyd medium pigmented with superior quality water & weather resistant pigments 30 - 40% 20 - 25 microns/coat (min) 16 - 18 sq. m/lit/coat

Volume solids DFT Covering capacity Finish coat (F-2) Acrylic Polyurethane paint Type and composition

: : :

Two pack Acrylic resin and isocyanate hardener suitably pigmented. 40 % (min) 30-40 microns/coat 10-12 sq.m./lit/coat

Volume solids DFT Covering capacity Finish Coat (F-3) Chlorinated Rubber paint Type and composition

: : :

Single pack Plasticised chlorinated rubber medium with chemical & weather resistant pigments. 30 % (min) 30 microns/coat (min) 10 sq.m./lit/coat

Volume solids DFT Covering capacity

: : :

Finish Coat (F-4) High build chlorinated rubber MIO paint.


FORMT9-P REV-B (MUM)

Type and composition

Single pack

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 53

Chlorinated rubber based high build pigmented with micaceous iron oxide. Volume solids DFT Covering capacity : : : 40-50 % 65-75 microns/coat 6-7 sq.m./lit/coat

Finish Coat (F-5) Chemical Resistant Phenolic based Enamel Type and composition Volume solids DFT Covering capacity Finish Coat (F-6) Epoxy High Building Coating Type and composition : Two pack Polyamide cured epoxy resin medium suitably pigmented. 55-65% 100 microns/coat (min) 6.0-6.5 sq.m./lit/coat : : : : Single pack Phenolic medium suitably pigmented. 30-40% 25 microns/coat (min) 15 sq.m./lit/coat

Volume solids DFT Covering capacity Finish Coat (F-7) High build coal tar Epoxy. Type and composition

: : :

Two pack Polyamine cured epoxy resin blended with coal tar. 65 % (min) 80-125 microns/coat

Volume solids DFT

: :

FORMT9-P REV-B (MUM)

Covering capacity : 6.0-6.5 sq.m./lit/coat Finish Coat (F-8) Self priming epoxy high build coating (complete rust control coating)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 54

Type and composition

Two pack Polyamido-amine cured epoxy resin suitably pigmented. Capable of adhering to manual prepared surface and old coatings. 65-85% 100-125 microns/coat 4-5 sq.m./lit/coat

Volume solids DFT Covering capacity Finish Coat (F-9) High build black. Type and composition

: : :

Single pack Reinforced Bituminous composition phenolic based resin. 55 - 66 % (min) 100 microns/coat (min) 5.5 6.0 sq.m./lit/coat

Volume solids DFT Covering capacity

: : :

Finish Coat (F-10) Heat Resistant Aluminium Paint Suitable upto 250C Type and composition : Dual container (paste & medium) Heat resistant special Ole Ore resinous medium with leafing aluminium. 20 - 25 % 20 microns/coat (min)

Volume solids DFT

: :

Covering capacity : 10 - 12 sq.m./lit/coat Finish Coat (F-11) Heat Resistant Silicon paint suitable 250 - 400C. Type and composition Volume solids DFT
FORMT9-P REV-B (MUM)

: : : :

Single pack Silicon resin based with aluminium flakes 15-25 % 20 microns/coat (min) 7-12 sq.m./lit/coat

Covering capacity

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 55

Finish Coat (F-12) Synthetic Rubber Based Aluminium Paint suitable upto 150C. Type and composition : Single pack Synthetic rubber medium combined with leafing Aluminium. 20-25 microns/coat (min) 9.5 sq.m./lit/coat

DFT Covering capacity

: :

Finish Coat (F-13) Heat Resistant Silicon paint suitable 500 - 600C Type and composition Volume solids DFT Covering capacity Notes: 1. Covering capacity and DFT depends on method of application. Covering capacity specified above are theoretical. Allowing the losses during application, min specified DFT should be maintained. 2. All primers and finish coats should be cold cured and air dried unless otherwise specified. 3. Selected chlorinated rubber paint should have resistance to corrosive atmosphere and suitable for marine/saline environment. 4. All paints shall conform to relevant Indian Standard and shall be applied in accordance with manufacturer's instructions for surface preparation, intervals, curing and application. The surface preparation, quality and workmanship should be ensured. 5. Technical data sheets for all paints shall be supplied at the time of submission of quotations. 6. In case of use of epoxy tie coat, manufacturer should demonstrate satisfactory test for inter coat adhesion. In case of limited availability of epoxy tie coat (P-9) alternate system may be used taking into consideration the service requirement of the system.
FORMT9-P REV-B (MUM)

: : : :

Single pack Silicon resin based with aluminium flakes. 25-35% 20 - 25 microns/coat (min) 12 - 14 sq.m./lit/coat

7. All primers should be top coated immediately as per manufacturers recommendations.

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 56

22.0.0

DOCUMENTATION AND CONTROL It will be discussed during contract finalization.

23.0.0

DEVIATIONS Bidder needs to fill the information in the deviation schedule

24.0.0 24.1.0 24.1.1 24.1.1.1 24.1.1.2

GENERAL TECHNICAL REQUIREMENTS DESIGN & CONSTRUCTION General The equipment shall be specifically designed and constructed for the intended service. If any provision of this specification departs from the Tenderer usual construction sufficiently to materially increase the cost of the equipment, without, in his opinion, providing corresponding increase, in quality, or if he considers that this usual construction would provide better quality than that specified, he shall call this fact to the attention of the Purchaser. However, he shall quote the base tender for the equipment suggested by him in lieu of that specified. The Tenderer's standard or usual construction is desired. The materials, design and workmanship shall satisfy the relevant Indian Standards, the job specifications contained herein & codes referred to. Where the job specifications stipulate requirements in addition to those contained in the standard codes and specifications, these additional requirements shall also be satisfied. In the absence of any Standard/Specifications/Codes of practice for detailed specifications covering any part of the work covered in this tender, the instructions/directions of Purchaser will be binding on the Tenderer. All equipment offered shall be of proven design and in successful operation in similar power stations with spare parts available in India. General Requirements All drawings, specification, design calculations and bills of material prepared by the successful Tenderer shall comply with the following instructions unless otherwise directed in writing by Purchaser The term "drawing" as used in this specification shall mean and include design calculations, specifications and bills of material unless otherwise defined. Design calculations to be submitted by the Tenderer shall include the working stress, the safety factor used, codes and standards used, etc. Drawings and data, furnished by

24.1.1.3 24.1.1.4

24.1.1.5 24.1.2 24.1.2.1

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 57

the Tenderer for construction use, shall be certified as such and shall bear the signature of one of the authorised persons, whose names shall previously be given in writing to Purchaser. 24.1.2.2 Within one month after award of Contract the general arrangement drawings and data shall be submitted for approval to the Purchaser/Consultant prior to the commencement of manufacture. These drawings shall show to scale, Alignment of contour, L-section, Trench width & depth, river crossing, road crossing, support details etc., and necessary foundation details. Any manufacturing done prior to approval of the drawings shall be rectified in accordance with approval drawings by the Tenderer at his own cost, if any discrepancy arises and the equipment shall be supplied within stipulated period. It is understood that approval or release by Purchaser does not include the checking for drawing and other errors, but only review of basic concepts and general principles involved. Approval does not relieve the Tenderer of responsibility for correctness of design, details and dimensions. All reproducible shall be sent to Purchaser in mailing tubes only. They shall be packed in such a manner that the quality of subsequent reproductions will not suffer. It must be assured that all dimensions, lettering and representations on such reproductions shall be legible. Blue prints or other non-reproducible drawings can be mailed folded. Bills of material and drawings shall be cross- referenced for easy identification. General Arrangement drawings shall be submitted for approval to the Purchaser prior to the commencement of detail engineering by the Tenderer. These drawings shall show to scale, location and size of the tower with all auxiliaries and overall dimensions as well as tie-in dimensions and clearances. Approved arrangement drawings shall be used as basis for designs and preparation of detail drawings to be prepared by the Tenderer. Drawings and data for approval of Purchaser shall be submitted according to schedule indicated above. All reproducibles must be made from original drawings.

24.1.2.3

24.1.2.4

24.1.2.5

24.1.2.6 24.1.2.7 24.1.2.8

24.1.2.9

24.1.2.10 All revised drawing shall clearly indicate the number, date and subject to each revision. 24.1.3 24.1.3.1 PERFORMANCE / ACCEPTANCE TEST The performance tests of the plant and equipment will be conducted in accordance with relevant code as specified, to establish the performance requirements as mentioned in the various specifications enclosed. The Contractor shall furnish and install all instruments as stipulated in the relevant code to conduct the performance/acceptance test. The class of accuracy of the instruments shall be as

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 58

specified in the code. The Contractor shall have all the instruments calibrated in a recognised and approved institution and shall furnish the certified calibration curves. Proper corrections will be made to take into account the variations of terminal conditions which do not correspond to the specified terminal condition if such a situation arises. The correction curves for such variations in terminal condition shall be furnished in advance for acceptance by the Purchaser/Engineer. The detail procedure of test shall be jointly agreed upon prior to commencement. 24.1.3.2 The guaranteed performance figures (with tolerances as per standards) of the equipment shall be proved by the Contractor during these tests. Should the results of these tests show any deficiency from the guaranteed value, the Contractor shall modify the equipment as required at no extra cost to enable it to meet the guarantee. Till successful completion of performance/ acceptance test the Purchaser/Engineer shall not be responsible for providing any supervisory or skilled manpower or operators. The tests to be carried out on the equipments shall include the tests mentioned in other Sections of this Specification. Final Inspection and start-up After completion of all tests as per specifications, the whole work will be subject to a final inspection to ensure that job has been completed as per requirement. If any defect is noticed, the Contractor will be notified by the Engineer and he shall make good the defects with utmost speed. If, however, the Contractor fails to attend to these defects within a reasonable time (time period shall be fixed by the Engineer) then Engineer may have such defects rectified at Contractor's cost. The tenderer shall submit performance test procedure well in advance of commencement of the test for Purchasers/Consultants approval.

24.1.3.3

24.1.3.4 24.1.4

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 59

ANNEXURE-I TECHNICAL DATA SHEET (MECHANICAL) A. CROSS COUNTRY PIPING Sl no 1. 1.1 1.2 2. 2.1 2.2 3. 4. B. S. No. 1.0 1.1 1.2 1.3 1.4 1.5 1.6 2.0 2.1 2.2 3.0 3.1 3.2
FORMT9-P REV-B (MUM)

Description Material Size (outer diameter) Thickness Corrosion resistant Inner coating Outer lining Jointing Materials for Specials mm mm

Data Carbon steel (Mild steel) conforming to IS 3589 508 6.3

Food grade 406 micron epoxy coating 20mm thick Cement mortar lining Sleeve joints for welding Mild steel

DUO JET AIR VALVE DESCRIPTION UNIT GENRAL Size Quantity Nominal pressure Service Fluid handled Installation CONNECTING PIPE DETAILS Pipe O.D. Pipe thickness MATERIAL OF CONSTRUCTION Body Float Shell mm mm mm bar DATA/PARTICULARS For Scour arrangements 100mm As Per BOQ 20 To release the air RIVER WATER Suitable for installation in vertical position 508 6.3

3.3

DI Stainless steel (1.4301); DN 50 float of Hostaflon Stainless Steel

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 60

S. No. 3.4 3.5 3.6

DESCRIPTION Gasket & seal Screws Surface protection

DATA/PARTICULARS EPDM Rubber [Grade- W 270] Stainless Steel Electro static epoxy powder coating min. 250 microns thickness, colour RAL 5005 Blue.

NOTES: 1. Chemical, mechanical test certificates, DP/MP test certificates, fire safe test certificates, etc. 2. Bidder to supply counter flange along with fasteners and gaskets.

C. S. No.

BUTTERFLY VALVE DESCRIPTION UNIT DATA/PARTICULARS For Scour arrangements 300mm 20 As per BOQ MANUAL At scour arrangement for river water cross country pipe line RIVER WATER Suitable for installation in any position IS 13095 AWWA C 504 / BS EN 593, FLANGED, DRILLING TO AWWA C-207 CLD mm 300mm NB (Lead pipe from 500mm For Isolation valve 500mm 20 As per BOQ MANUAL Working as control valve and to isolate the cross country pipe at every 2000m approximately RIVER WATER Suitable for installation in any position IS 13095 AWWA C 504 / BS EN 593, FLANGED, DRILLING TO AWWA C-207 CLD 500mm NB

1.0 1.1 1.2 1.3 1.4

GENRAL Size Nominal pressure Quantity Valve operation

(NB) Bar Nos.

1.5

Service

1.6 1.7

Fluid handled Installation

1.8

Design & construction code/ standard

FORMT9-P REV-B (MUM)

2.0 2.1

CONNECTING PIPE DETAILS Pipe size

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 61

S. No.

DESCRIPTION

DATA/PARTICULARS NB)

Pipe thickness 2.2 mm

6.30

6.30

3.0 3.1 3.2 3.3 3.4 3.5 3.5.1 3.5.2 3.6 4.0 4.1 4.1.1 4.2 5.0 5.1 5.2 5.3 5.4 6.0
FORMT9-P REV-B (MUM)

DESIGN Design pressure for valve body Whether design for vacuum? Design max. diff. press. for disc, shaft, operator sizing etc. Design temperature Flow rate through valve Normal Maximum Whether flow in both direction ? PERFORMANCE REQUIREMENT Valve operating time under max. diff. pressure Opening/ closing time Leakage MATERIAL OF CONSTRUCTION Body, Disc, Housing, shaft cover, Adjust bolt and hand wheel Body seat, shaft Disc seat Bearing bush, thrust bearing Counter flange details sec litre/hr. m3/hr. m3/hr. 750 10 % of Normal flow YES 750 10 % of Normal flow YES bar (g) Full Vacuu m bar (g)
O

20 20 50

20 20 50

To be indicated by the bidder Bidder to furnish Zero

To be indicated by the bidder Bidder to furnish Zero

CI SS 316 L Neoprene rubber Steel Bidder to furnish (Refer note: B)

CI SS 316 L Neoprene rubber Steel Bidder to furnish (Refer note: B)

NOTES:

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 62

S. No. A) B)

DESCRIPTION

DATA/PARTICULARS

Bidder to supply stud bolts and nuts for the required number of tapped holes on valve body. Thickness of counter flange as per IS

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 63

ANNEXURE II TECHNICAL DATA SHEET (ELECTRICAL) (Not applicable)

ANNEXUREIII TECHNICAL DATA SHEET (C & I ) (Not applicable)

ANNEXUREIV TECHNICAL DATA SHEET (CIVIL ) (Not applicable)

ANNEXUREV GENERAL QUALITY ASSURANCE REQUIREMENTS (NOT APPLIABLE)

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 64

ANNEXUREVI EVALUATION FACTOR AND LD FOR PERFORMANCE SHORTFALL 1.1.0 Shortfall in performance The Bidder shall provide guaranteed performance for the Cross country piping system as given in "SCHEDULE OF PERFORMANCE GUARANTEES" and the values provided in them shall be binding on him. 1.1.1 The terms under Guarantee fall under two categories. a) b) 1.1.2 Items for which liquidated damages will be leviable for shortfall in performance. Items for which shortfall in performance is not acceptable and which must be corrected at no extra cost to the Purchaser within the Guarantee period.

Items for which liquidated damages will be leviable for shortfall in performance. Nature of shortfall 1. Failure to meet Guarantee schedule parameters. Note: LD clause will be decided by the Lanco commercial team. LD Applicable

1.1.3

If the total value of liquidated damages for shortfall in performance exceeds 5% of total contract price, then the Purchaser retains the option to reject the equipment, and in case of such option the Bidder shall replace the equipment with one which shall meet the guaranteed values. The replacement shall be done within a reasonable period of time as will be indicated by the Purchaser and with no extra cost to the Purchaser.

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 65

ANNEXUREVII TENTATIVE BOQ


Sl. No. Description Supplying, laying and jointing of 508mm outer diameter MS pipe 6.30 mm thick with inside epoxy coating and outside cement mortar lining as per specification for buried pipe (below ground level) Supplying and fixing of Duojet Air valve - 100mm dia (DI body) with required specials and isolation valve. Supplying and fixing of Scour arrangement with 300mm diameter lead pipe and butterfly valve of size 300mm diameter including required specials and drain pipe Supplying and fixing of butterfly valve of 500mm diameter for the purpose of isolation of pipe for inspection /testing purposes at around 2000m interval. Surge analysis of 508mm outer dia MS pipe for a length of around 13.370 km And supply and installation of surge protection devices Miscellaneous items such as bends etc., Quantity Unit Remarks * 12796 m (as per survey) up to the bund of raw water reservoir and 574 m up to discharge point.

13370*

nos

Quantity indicated is minimum requirement.

nos

Quantity indicated is minimum requirement.

nos

Quantity indicated is minimum requirement.

job

As per attachment

Quantity indicated shall be validated as per site condition.

Details of bend along the pipe corridor


Sl.No. 1 2 3 4 5 6 7 Horizontal Bend angle 14 24 11 13 25 33 12 East Coordinate 3823.12 3913.69 3934.38 3952.71 3874.59 3823.71 3842.70 North Coordinate 13130.61 13017.30 12108.66 11940.68 11192.61 11039.66 10976.95

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 66

Sl.No.

Horizontal Bend angle

East Coordinate

North Coordinate

8 12 3847.81 10912.92 9 25 3093.52 10886.21 10 11 3447.08 9222.80 11 35 3241.63 8892.15 12 18 3246.46 8845.41 13 16 3540.12 7345.16 14 17 3554.37 7296.59 15 17 3582.31 7253.52 16 37 4119.71 6838.82 17 65 4270.65 4775.72 18 12 3281.95 4320.21 19 16 3221.24 4302.19 20 12 3148.68 4255.04 21 15 2892.84 4137.01 22 24 2853.88 4124.52 23 19 2821.71 4095.59 24 28 2751.63 4060.71 25 20 2723.31 4058.97 26 14 2682.92 4041.36 27 20 2649.54 4035.44 28 13 2497.93 3940.89 29 15 2194.66 3826.33 30 35 2149.64 3796.90 31 14 2129.17 3797.53 32 12 1690.02 3637.36 33 15 1542.43 3565.16 34 17 1506.50 3557.84 35 16 1209.38 3415.93 36 12 1171.01 3390.45 37 21 1044.63 3322.21 Notes: As per the ground profile indicated in the L section no vertical bends are required. However the same shall be ascertained during detailed engineering.

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 67

ANNEXUREVIII TENDER DRAWINGS Sr. No. 1. 2. 3. 4. 5. 6. Drawing No. KALALI 01/01 10-5111145-M-SK-016 10-5111145-M-xxxxx 10-5111145-M-xxxxx 10-5111145-M-xxxxx 10-5111145-M-xxxxx A A A A A Rev. Title Route survey drawing & L-section - water pipe line Hydraulic grade line of cross country piping system Typical details of Air valve arrangement and pit Typical details of Scour valve arrangement & pit Typical details of Control valve arrangement and pit Typical details of Energy dissipating structure

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 68

ANNEXURE IX SUB-VENDOR LIST

MECHANICAL SR. NAME OF THE EQUIPMENT NO. 1 2 3 4 IS 1239, PART-I & IS 3589 : PIPES IS 2062 PLATES BUTTERFLY VALVES DUOJET AIR VALVE : : : NAME OF THE VENDOR JINDAL / TATA SAIL/ MAHARASHTRA STEEL/ ESSAR FOURESS / INTERVALVE / BDK / CRANE / DELTECH VAG Valves

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section A Sheet No. 69

ANNEX IX (CONTD) SUB-VENDOR LIST - CONTROL & INSTRUMENTATION

(Not applicable)

ANNEX IX (CONTD) SUB-VENDOR LIST ELECTRICAL

(Not applicable)

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section B Sheet No. 1

SECTION B TECHNICAL DATA REQUIREMENT (To be filled by the Bidder)

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section B Sheet No. 2

SECTION B TECHNICAL DATA REQUIREMENT (To be filled by the Bidder) CONTENTS CLAUSE NO. TITLE 3 6 6 PAGE N0.

1.0.0 TECHNICAL DATA SHEET (MECHANICAL) 2.0.0 TECHNICAL DATA SHEETS ELECTRICAL (Not applicable) 3.0.0 TECHNICAL DATA SHEETS CONTROL & INSTRUMENTATION (Not applicable)

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section B Sheet No. 3

SECTION B TECHNICAL DATA REQUIREMENT (To be filled by the Bidder) 1.0.0 TECHNICAL DATA SHEET (MECHANICAL)

A. CROSS COUNTRY PIPING

Sl no 1. 1.1 1.2 2. 2.1 2.2 3. 4. Material Size

Description

Data Carbon steel (Mild steel) conforming to IS 3589 mm mm

Thickness Corrosion resistant Inner coating Outer lining Jointing Materials for Specials

B.
S. No. 1.0 1.1 1.2 1.3 1.4 1.5 1.6 2.0 2.1 2.2
FORMT9-P REV-B (MUM)

DUO JET AIR VALVE


DESCRIPTION UNIT GENRAL Size mm bar DATA/PARTICULARS For Scour arrangements 100mm

Quantity
Nominal pressure Service Fluid handled Installation CONNECTING PIPE DETAILS Pipe O.D. Pipe thickness MATERIAL OF CONSTRUCTION

mm mm

508 6.3

3.0

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section B Sheet No. 4

S. No. 3.1 3.2 3.3 3.4 3.5 3.6

DESCRIPTION

DATA/PARTICULARS

Body Float Shell Gasket & seal Screws Surface protection

NOTES: 1. Chemical, mechanical test certificates, DP/MP test certificates, fire safe test certificates, etc. 2. Bidder to supply counter flange along with fasteners and gaskets. C.
S. No.

BUTTERFLY VALVE
DESCRIPTION UNIT DATA/PARTICULARS For Scour arrangements For Isolation valve

1.0 1.1 1.2 1.3 1.4 1.5 1.6 1.7

GENRAL Size Nominal pressure Quantity Valve operation Service Fluid handled Installation Design & construction code/ standard CONNECTING PIPE DETAILS Pipe O.D. Pipe thickness DESIGN Design pressure for valve body Whether design for vacuum?

(NB) Bar Nos.

1.8 2.0 2.1 2.2 3.0 3.1


FORMT9-P REV-B (MUM)

mm mm

bar (g) Full Vacuu

3.2

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section B Sheet No. 5

S. No.

DESCRIPTION m

DATA/PARTICULARS

3.3 3.4 3.5 3.5.1 3.5.2 3.6 4.0 4.1 4.1.1 4.2 5.0 5.1 5.2 5.3 5.4 6.0

Design max. diff. press. for disc, shaft, operator sizing etc. Design temperature Flow rate through valve Normal Maximum Whether flow in both direction ? PERFORMANCE REQUIREMENT Valve operating time under max. diff. pressure Opening/ closing time Leakage MATERIAL OF CONSTRUCTION Body, Disc, Housing, shaft cover, Adjust bolt and hand wheel Body seat, shaft Disc seat Bearing bush, thrust bearing Counter flange details

bar (g)
O

m3/hr. m3/hr.

sec litre/hr.

NOTES: A) B) Bidder to supply stud bolts and nuts for the required number of tapped holes on valve body. Thickness of counter flange as per IS

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section B Sheet No. 6

2.0.0

TECHNICAL DATA SHEETS ELECTRICAL (Not applicable)

3.0.0

TECHNICAL DATA SHEETS CONTROL & INSTRUMENTATION (Not applicable)

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section C Sheet No. 1

SECTION C TECHNICAL SCHEDULES (TO BE FILLED BY THE BIDDER)

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section C Sheet No. 2

SECTION C TECHNICAL SCHEDULES (TO BE FILLED BY THE BIDDER) CONTENTS SCHEDULE NO. SCHEDULE-1 DESCRIPTION SCHEDULE OF GENERAL PARTICULARS OF BIDDER 3 SCHEDULE-2 SCHEDULE OF EXPERIENCE LIST 4 SCHEDULE-3 SCHEDULE OF AUXILIARY POWER AND UTILITY CONSUMPTION 5 SCHEDULE-4 SCHEDULE OF LIST OF SUBMITTALS 6 SCHEDULE-5 SCHEDULE OF DEVIATIONS TECHNICAL 7 SCHEDULE-6 SCHEDULE OF DEVIATION QUALITY INSPECTION 8 SCHEDULE-7 SCHEDULE OF PERFORMANCE GUARANTEES 9 SCHEDULE-8 SCHEDULE OF WEIGHTS AND DIMENSIONS 10 SCHEDULE-9 SCHEDULE OF STARTUP AND COMMISSIONING SPARES 11
FORMT9-P REV-B (MUM)

PAGE NO.

SCHEDULE -10

SCHEDULE OF MANDATORY SPARES

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section C Sheet No. 3

12 SCHEDULE -11 SCHEDULE OF RECOMMENDED SPARES 13 SCHEDULE -12 SCHEDULE OF SPECIAL TOOLS AND TACKLES 14

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section C Sheet No. 4

TECHNICAL SCHEDULE - 1 : GENERAL PARTICULARS OF BIDDER 1 2 3 4 5 6 7 Name of Bidder with registered office address Bidders proposal number and date Telegraphic / Telex Address Telephone No. Fax No. E - Mail Name and Designation of the Official of the Bidder to whom all reference shall be made Project organization chart showing staffing, furnished? List of important personnel with brief curriculum vitae, furnished? Yes / No

Yes / No

Note: Bidder to add additional page in the same format, if required.

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section C Sheet No. 5

TECHNICAL SCHEDULE - 2 : EXPERIENCE LIST

DETAILS OF SIMILAR WORKS DONE DURING LAST FIVE YEARS

Sl. No.
1

Full postal address of client & name of officer-in-charge with Telex/Tel. No.
2

Description of the work (shall indicate parameters)


3

Value of contract
4

Completion time as stated


5

Date of commencement of work


6

Actual completion time (Month)


7

Month & year of completion


8

Certified that documentary proof for above information is enclosed

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section C Sheet No. 6

TECHNICAL SCHEDULE -3 : SCHEDULE FOR AUXILIARY POWER AND UTILITY CONSUMPTION (Not applicalble)

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section C Sheet No. 7

TECHNICAL SCHEDULE -4 : LIST OF SUBMITTALS SUBMITTED WITH TENDER S. No. 1 2 3 4 5 6 7 8 Drawing Number Title and Description

SUBMITTED AFTER AWARD OF CONTRACT S. No. 1 2 3 4 5 6 Drawing Number Title and Description

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section C Sheet No. 8

TECHNICAL SCHEDULE - 5: DEVIATIONS - TECHNICAL

Reference Section and page of specification

Description of Exceptions / Deviations

Reason for Exception / Deviation

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section C Sheet No. 9

TECHNICAL SCHEDULE - 6: DEVIATIONS QUALITY INSPECTION

Reference Section and page of specification

Description of Exceptions / Deviations

Reason for Exception / Deviation

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section C Sheet No. 10

TECHNICAL SCHEDULE 7: PERFORMANCE GUARANTEES 1.0.0 1.1.0 1.1.1 1.1.2 1.1.3 1.1.4 1.2.0 1.2.1 1.2.2 1.2.3 CROSS COUNTRY PIPING SYSTEM DATA MILD STEEL PIPE Pipe wall thickness Site test pressure Factory test pressure Material Valves Material Type Nominal pressure rating Maximum pressure rating : kg/cm2: kg/cm2: mm : kg/cm2: kg/cm2: : UNIT

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section C Sheet No. 11

TECHNICAL SCHEDULE - 8: WEIGHT AND DIMENSIONS The BIDDER shall state the weights and dimensions of various packages for shipment comprising the complete scope. DIMENSIONS (IN METERS) WEIGHT (IN TONNES)

S. NO.

DESCRIPTION

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section C Sheet No. 12

SCHEDULE 9:START-UP AND COMMISSIONING SPARES The BIDDER shall indicate the quantum of start up and commissioning spares included by him in his scope of supply. Item No. 1 1 2 3 4 Manufacturer & Part No. 2 Delivery Period, weeks 5 Qty. per Unit/ Equipment 6 Qty. Supplied 7 Unit Price CFR (Indian port)/ Ex-work 8 Sub Total (56) 9

Description 3

Materials 4

Remarks 10

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section C Sheet No. 13

SCHEDULE 10: MANDATORY SPARES The BIDDER shall indicate the quantum of Mandatory spares included by him in his Scope of supply. Item No. 1 1 2 3 4 Manufacturer & Part No. 2 Delivery Period, weeks 5 Qty. per Unit/ Equipment 6 Qty. Supplied 7 Unit Price CFR (Indian port)/ Ex-work 8 Sub Total (56) 9

Description 3

Materials 4

Remarks 10

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section C Sheet No. 14

SCHEDULE 11: RECOMMENDED SPARES The BIDDER shall give a list of spare parts recommended for five years for trouble-free performance of the equipment offered by him in the format given below. Unit Price CFR (Indian port)/ Ex-work 8

Item No. 1 1 2 3 4

Manufacturer & Part No. 2

Description 3

Materials 4

Delivery Period, weeks 5

Qty. per Unit/ Equipment 6

Qty. Supplied 7

Sub Total (56) 9

Remarks 10

Note: Bidder to add additional page in the same format, if required.

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited. Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section C Sheet No. 15

FORMT9-P REV-B (MUM)

122414835.doc

JJS/ WIN

30.01.2012

FICHTNER Consulting Engineers (India) Private Limited


Subject Doc. No. 5111145-ME-SPC-200-032 TECHNICAL SPECIFICATION FOR CROSS COUNTRY PIPING SYSTEM Owners Doc. No. LSEPL-001-ST-MEE-252-S-1523 A Rev. Section C Sheet No. 16

TECHNICAL SCHEDULE - 12: SPECIAL TOOLS AND TACKLES The BIDDER shall give the list of special tools and tackles offered by him in the format given below Quantity Required 3 Total price (34) 5

Item No. 1

Particulars 2

Unit price 4

Note: Bidder to add additional page in the same format, if require

FORMT9-P REV-0 (MUM)

122414835.doc

JJS / WIN

30-01-2012

Você também pode gostar