Thanks to visit codestin.com
Credit goes to www.scribd.com

0% found this document useful (0 votes)
60 views43 pages

Volume V

Uploaded by

Raj Kandari
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
60 views43 pages

Volume V

Uploaded by

Raj Kandari
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 43

HALDIA ENERGY LIMITED

2 x 300 MW Thermal Power Plant


Haldia, West Bengal, India

TECHNICAL SPECIFICATION
FOR
CIVIL AND ERECTION CONTRACT FOR WET
LIMESTONE BASED FLUE GAS DESULPHURISATION
SYSTEM AND AUXILIARIES
HEL-FGD-CEC-01

VOLUME – V

INSTRUMENTATION AND CONTROL SYSTEM


REQUIREMENTS

SPECIFICATION NO. TCE.11984B-G-6006-04

TATA Consulting Engineers Limited

KOLKATA 700106
INDIA

FEBRUARY 2022
TATA CONSULTING ENGINEERS LIMITED
SPEC. NO. TECHNICAL SPECIFICATION FOR CIVIL & ERECTION CONTENTS
TCE.11984B-G-6006-04 CONTRACT OF WLFGD AND AUXILIARIES
OVERALL TECHNICAL SPECIFICATION CONTENT SHEET SHEET i OF i

VOLUME SPECIFICATION NUMBER REV. TITLE


NO.

- SCOPE OF ENQUIRY
I TCE.11984B-G-6006-04 R0 - INSTRUCTIONS TO BIDDERS
- CONDITIONS OF CONTRACT

- PROJECT INFORMATION
- SCOPE, TERMINAL POINTS AND
EXCLUSIONS
II TCE.11984B-G-6006-04 R0 - GENERAL SYSTEM REQUIREMENTS
- QUALITY ASSURANCE RQUIREMENTS
- PERFORMANCE TESTING
- SCHEDULE

SCOPE OF WORK - MECHANICAL


III TCE.11984B-G-6006-04 R0 SYSTEM

SCOPE OF WORK – ELECTRICAL


IV TCE.11984B-G-6006-04 R0 SYSTEM

SCOPE OF WORK - INSTRUMENTATION


V TCE.11984B-G-6006-04 R0 & CONTROL SYSTEM

CIVIL WORKS
VI TCE.11984B-G-6006-04 R0

BID DRAWINGS
VII TCE.11984B-G-6006-04 R0

FILE NAME: F-329-Rev-R6.docx TCE FORM NO. 329 R6


TATA CONSULTING ENGINEERS LIMITED
VOLUME V
SPEC. NO. TECHNICAL SPECIFICATION FOR CIVIL AND
CONTENTS
TCE.11984B-G-6006-04 ERECTION CONTRACT FOR WLFGD AND AUXILIARIES
CONTENTS SHEET i OF i

VOLUME – V
INSTRUMENTATION AND CONTROL SYSTEM REQUIREMENTS

SUB- REV
SPEC NO. TITLE
SECTION NO.
D3.1 TCE.11984B-G-6006-04 R0 SCOPE OF WORK

D3.2 TCE.11984B-G-6006-04 R0 INSTALLATION REQUIREMENTS

TESTING & COMMISSIONING


D3.3 TCE.11984B-G-6006-04 R0
REQUIREMENT

D3.4 TCE.11984B-G-6006-04 R0 FIELD QUALITY ASSURANCE PLAN & SAT

LIST OF INSTRUMENTATION AND


D3.5 TCE.11984B-G-6006-04 R0
CONTROL ITEMS

FILE NAME: F-329-Rev-R6.docx TCE FORM NO. 329 R6


TATA CONSULTING ENGINEERS LIMITED
VOLUME: V
SPEC. NO. TECHNICAL SPECIFICATION FOR CIVIL AND ERECTION
SECTION: D3.1
TCE.11984B-G-6006-04 CONTRACT FOR WLFGD AND AUXILIARIES
SCOPE OF WORK SHEET 1 OF 8

1.0 INTRODUCTION
1.1 This specification is intended to cover the complete WLFGD & auxiliaries
instrumentation and control (I&C) package, erection, testing, pre-
commissioning, start-up & commissioning, minor civil works (if any),
supervision at site, mark-up preparation, As built drawing/document
preparation and other services as per specifications.
1.2 The basic I&C scope of work is installation of I&C equipment including
DCS/PLC for entire WLFGD plant shall be done under the supervision of other
package suppliers & HEL.
1.3 It is not intent to specify completely herein all details of design and
construction of component of the system. However, the equipment shall
conform in all respect to high standards of engineering, design and
workmanship and be capable of performing in continuous commercial
operation meeting the bidder’s guarantee in a manner acceptable to the
OWNER, who will interpret the meaning of drawings, specifications and shall
be entitled to reject any work or material which in his judgment is not in full
accordance therewith.
1.4 Bidder’s responsibility also includes works & services which are not explicitly
mentioned in these documents but are necessary to complete the system in all
respect. Erection Bidder shall inform all such works & services to the site
engineer well in advance and shall take approval prior to start work.

2.0 CODES AND STANDARD


2.1 The instrumentation erection, calibration and testing shall be carried out in
accordance with various related international and Indian Standards any local
statutory regulations as applicable in instrumentation but not limited to the
following. All materials fabricated and installed shall conform to the latest
edition of applicable codes and standards. The Standards referred herein and
mentioned below shall be of the latest edition prior to the date, of the Owner's
enquiry:

API American Petroleum Institute


ANSI American National Standard Institute, B2.1 Pipe
Threads B16.5 Steel Pipe Flanges & Flanged Fittings
ISI Indian Standards Institute
NEC National Electric Code
ASME American Society of Mechanical Engineers

MPMS Manual of Petroleum Measuring Standards


IBR Indian Boiler Regulations
RP Recommended Practices
BS-6739 Instrumentation in process control systems : Installation
design and practice

ISSUE
R0

FILE NAME: F-329-Rev-R6.docx TCE FORM NO. 329 R6


TATA CONSULTING ENGINEERS LIMITED
VOLUME: V
SPEC. NO. TECHNICAL SPECIFICATION FOR CIVIL AND ERECTION
SECTION: D3.1
TCE.11984B-G-6006-04 CONTRACT FOR WLFGD AND AUXILIARIES
SCOPE OF WORK SHEET 2 OF 8

ISA Instrument Society of America Standards,


Recommended Practices, and Technical Reports
RP 7.1 Pneumatic Control Circuit Pressure Test
IEC 529-89 Degrees of Protection Provided by Enclosures (IP
Code)
ISO 5167 Orifice Plates, Nozzles, Venturi - in circular conduits
IS-5 Colors for ready mixed paints and enamels
IS-2074 Ready mixed paint, air drying, red oxide-zinc chrome
priming
DIN 192243 Measurement & Control, Electrical Sensors, Position
Sensor, Signal Converter for IS 2 wire DC systems.

3.0 SCOPE OF WORK


3.1 Scope of work is mainly related but not limited to the following Instrument
and control items for FGD and auxiliary systems.

The scope of systems shall be limited to calibration, installation and testing


of the following types of instruments and accessories under the
supervision of respective package suppliers. The bidder shall follow the
approved detail procedures submitted by others for calibration and
installation of the following instruments:-

i) Pressure transmitters (Electronic) with output indicator and with


manifolds.
ii) Differential Pressure Transmitters (Electronic) with output indicator
for flow and differential pressure with manifolds.
iii) Level Transmitters (Ultrasonic/ Radar/ DP type) with remote output
indicator at operator viewing level.
iv) Level switches, Pressure switches & Flow switches
v) Proximity switches, vibration sensors with VMS modules & speed
sensors
vi) All type of gauges
vii) PLC/DCS Control system with all system/ marshalling cabinets, RIO
cabinets, Operator and Engineering workstations and integration with
existing DCS, Master clock system.
viii) Solenoid valves.
ix) Thermocouples (K type) , RTDs with/without thermo-wells with
transmitters.
x) Density meter, pH Analyzers,
xi) Air filter regulators.
xii) Displacement transducers & other field mounted transducers (I/P
converters, P/I converter etc.)

ISSUE
R0

FILE NAME: F-329-Rev-R6.docx TCE FORM NO. 329 R6


TATA CONSULTING ENGINEERS LIMITED
VOLUME: V
SPEC. NO. TECHNICAL SPECIFICATION FOR CIVIL AND ERECTION
SECTION: D3.1
TCE.11984B-G-6006-04 CONTRACT FOR WLFGD AND AUXILIARIES
SCOPE OF WORK SHEET 3 OF 8

xiii)Junction boxes.
xiv) Control valves, Motorized valves/ dampers
xv) Water & Flue gas Analysers, CEMS.
xvi) CCTV system
xvii)Cabling and termination works
xviii)
Instrument enclosures./ racks/ stanchions.
xix) Belt safety/ protection switches( Zero speed switches, Belt sway
switch, pull cord switch, chute blockage switches etc.,)
xx) Electronic earthing.
xxi) Any other field instrument included in FGD main package and BOP
package supply.
3.2 BIDDER is requested to visit the site prior to quoting, to understand the areas
of work. The Bidder shall visit & satisfy himself about the actual site conditions
and collect any other information which may be required by the Bidder.
3.3 Field instruments shall be wired to the junction boxes in the plant. The Bidder
shall carry out continuity check for all the cables between field instruments,
Junction box, MCC, marshaling cabinet, PDBs, RIOs, before loop checking &
commissioning.
3.4 Instruments requiring safety earth shall be earthed to the nearest earth pit
provided for the purpose. Making the earth pit is in the bidder’s scope. Steel
structure/piping shall not be used for earthing.
3.5 Grouting of stanchions and supports in civil works wherever required is
included in the bidder’s scope. The necessary cement/concrete required in
small quantities for the purpose shall be provided by the bidder.
3.6 Equipment supplied by others to be installed by Bidder, unloading, storage
and transportation from Client’s / other package supplier’ warehouse to yard/
site as required shall be by Bidder.
3.7 Minor modification/ repairs required to be carried out on the instruments
namely, replacement of dial, glass for pressure gauges/ temperature gauges
or any other similar instrument, replacement of rotameter tubes and level
gauge glass; replacement of damaged signal tubes on control valves; tapping
of damaged threads on couplings, tees and other fittings shall be in scope of
Bidder.
3.8 Arrangement of necessary scaffolding for carrying out work at height such as
erection of cable trays, instrument piping/ tubing installation, instrument
installation and any such work shall be arranged by Bidder.
3.9 Electrical Distribution Board for power supply distribution as required during
erection shall be arranged by Bidder. Power Supply at one point shall be made
available by Owner. Bidder shall supply & lay cable from that point upto the
Electrical Distribution Board.
3.10 Coordination during installation, pre-commissioning and commissioning with
mechanical, and other owner’s bidders for proper installation of line mounted
instruments like control valve, on-off valves, orifice assemblies, Annubar, flow
meters etc., which involve removal of instruments, disconnection of

ISSUE
R0

FILE NAME: F-329-Rev-R6.docx TCE FORM NO. 329 R6


TATA CONSULTING ENGINEERS LIMITED
VOLUME: V
SPEC. NO. TECHNICAL SPECIFICATION FOR CIVIL AND ERECTION
SECTION: D3.1
TCE.11984B-G-6006-04 CONTRACT FOR WLFGD AND AUXILIARIES
SCOPE OF WORK SHEET 4 OF 8

tubes/cables; reconnection of same for alignment and proper installation.


3.11 Coordination during pre-commissioning / commissioning with mechanical and
other sub bidder for proper installation of vessels/equipment mounted
instruments like level transmitters, level gauges, level switches etc. which
involves removal of instruments, disconnection of cables, reconnection of the
same for alignment and proper installation etc.
3.12 Coordination with control system vendors (Distributed Control System
(DCS)/Programmable Logic Controller (PLC) /Relay based panels etc), as
necessary, during installation, loop checking and commissioning as per
instructions of Site-in-Charge.
3.13 Loop checking of field signals up to field JBS and between field JBS and
control system cabinet.
3.14 Excavation, construction of earth pit, earth pit material filling, backfilling for
making earth pits as per design by others. Bidder to show the constructed
Earth Pit resistance as per design using Earth Pit Resistance Meter.
Arrangement Earth pit resistance shall be in the scope of Bidder.

3.15 Incorporation of all information in owners drawings/document, as per the


actual execution of work at site including preparation and submission of as-
built drawings.
3.16 Where requested by Owner/Site-in-Charge or his authorized representatives,
all or any of the works detailed above and schedule quantities shall also be
performed on package units, local panels/cabinets/gauge board installed by
Owner or by others.
3.17 Preparation of material re-conciliation statement and return of Owner’s supply
left-over material to Owner’s storage.
3.18 Any other work, not specifically listed, but necessary for the successful
completion of instrumentation erection work defined in this specification shall
be done by Bidder. The various jobs covered under Instrumentation erection
work are detailed out in the schedule of prices. The price of all such activities
shall be covered in the quoted rates.
3.19 It is not constrained that Bidder’s work may be limited to the areas &
equipment specified in the specification documents. Similar scope of services
may be required to be extended in other areas during execution of the
contract, which should be executed by the Bidder on the basis of unit rates
furnished in the Contract.
3.20 Bidder shall maintain measurement sheets for the job carried out by him. The
measurement sheet shall be submitted to Engineer-in-charge. Billing shall be
done based on certified measurement sheets. Format for measurement sheets
shall be jointly finalized before starting of erection activities. Bidder shall also
maintain daily log book for mentioning daily activities and one site instruction
book.
3.21 The Owner reserves the right to:
(a) Increase/ decrease the quantities of equipment/ items involved in scope
of supply of Bidder. Unit rates furnished in the Contract shall be

ISSUE
R0

FILE NAME: F-329-Rev-R6.docx TCE FORM NO. 329 R6


TATA CONSULTING ENGINEERS LIMITED
VOLUME: V
SPEC. NO. TECHNICAL SPECIFICATION FOR CIVIL AND ERECTION
SECTION: D3.1
TCE.11984B-G-6006-04 CONTRACT FOR WLFGD AND AUXILIARIES
SCOPE OF WORK SHEET 5 OF 8

applicable for such increase/ decrease of quantities.


(b) Cancel/ add items of installation work involved.
3.22 All site test reports in a specified format maintained by the Bidder duly
approved by owner/consultant shall be handed over to Owner after completion
of job.
3.23 In overall planning of installation work, it shall be the responsibility of the
Bidder to minimize wastage of materials & consumables including the supply
items by Owner.
3.24 Utilities for construction
The arrangement of storage space, tools etc. for construction / installation
shall be in Bidder’s scope. Owner shall not be responsible for site
management of utilities required for erection work. All the power distribution,
protection, isolation etc. with suitable junction boxes, cables, MCBs etc. shall
be in bidder’s scope. The equipment used for erection/ installation shall be
compliant with the safety norms and guidelines applicable at site.

4.0 CONSUMABLE, TOOLS AND TACKLE, CALIBRATION AND TEST,

Instruments and Erection Materials:

The purpose of this section is to outline, in general, the minimum necessary


equipment / tools & tackle and consumable that may be required to be
supplied / arranged by Bidder for erection work. The list hereunder is only
meant to be a guideline and Bidder shall be responsible to arrange for
supply any other equipments / tools & tackle or consumable that may be
required for satisfactory completion of the job.

a) The scope of supply of Bidder for erection consumable shall


include but not be limited to the following:

I. Polythene sheets for covering field instruments and panels.


II. Grease of approved quality.
III. Coloured adhesive PVC tapes.
IV. Perforated G.I/ aluminium trays (if required).
V. Paints of approved quality and shade.
VI. Brass shims/foils for levelling of panels
VII. Welding electrodes, Oxygen, Acetylene and Argon Cylinders.
VIII. Dry seal type thread sealant.
IX. Insulated PVC/Vinyl adhesive tapes, sleeves etc.,
X. Cable markers and clamps (G.I. or Aluminium)
XI. Hacksaw
XII. Cleaning solvent, petrol, rustlene, kerosene etc.
XIII. Gland sealing compound
XIV. 2 mm thick Aluminium Sheets
XV. Twisted galvanized steel wire
XVI. Cutting oil
XVII. Teflon tape
XVIII. Liquid soap, Jute
XIX. Solder and flux

ISSUE
R0

FILE NAME: F-329-Rev-R6.docx TCE FORM NO. 329 R6


TATA CONSULTING ENGINEERS LIMITED
VOLUME: V
SPEC. NO. TECHNICAL SPECIFICATION FOR CIVIL AND ERECTION
SECTION: D3.1
TCE.11984B-G-6006-04 CONTRACT FOR WLFGD AND AUXILIARIES
SCOPE OF WORK SHEET 6 OF 8

XX. Nuts, bolts, screws and gaskets (if required)

b) Bidder shall arrange all necessary tools & tackle/equipment that


may be required for erection/ installation/ testing.

The items listed below are indicative in nature and any other tools
& tackle/equipment that may be required shall be arranged by
Bidder at his own cost.

I. Hydraulic Test Jack (0-400 Kg/Sq.mm) [2 sets at least]


II. Continuity Tester and 500V Merger
III. Engraving machine
IV. Sheet punching machine
V. Hand drill with bits of various sizes
VI. Welding kit (2 sets at least).
VII. Thread cutter (with different sizes of die)
VIII. Test pressure gauges for hydraulic testing
IX. Wire wrapping tool and soldering iron
X. Materials for scaffolding
XI. Sets of wrenches, spanners, Allen keys, screw drivers and other
tools for wiring and impulse piping work.
XII. Crimping tool, splicing tool
XIII. Pipe bending jig
XIV. High speed cutting emery wheel
XV. Sheet bending machine
XVI. Multi-meter
XVII. Air compressor and spray-painting gun
XVIII. Air filter regulators
XIX. Slide calliper/screw gauge
XX. Tube cutter
XXI. Tube bender

c) Bidder shall arrange all necessary tools & tackle, jig, instruments/
equipments that may be required for loop checking, calibrating and
commissioning of all supervisory and modulating control loops,
binary system, annunciation system and calibration/checking of all
field instruments, receiver instruments etc. as detailed in this
specification.

The items listed below are indicative in nature. Any other items
that may be required shall also be arranged by Bidder at his own
cost

I. Precision calibration standard mercury manometers of accuracy


(0.02% of full scale).
II. Portable pneumatic calibrators of accuracy (0.1% of full scale).
III. Sub-standard test gauges of accuracy (0.1% of full scale).
IV. Dead weight testers of accuracy (0.05% of measured pressure).
V. Hydraulic gauge testers of accuracy of (0.1 of measured pressure).
VI. D.C. potentiometers of accuracy (0.1%)
VII. Whetstones bridge of accuracy (0.1%)

ISSUE
R0

FILE NAME: F-329-Rev-R6.docx TCE FORM NO. 329 R6


TATA CONSULTING ENGINEERS LIMITED
VOLUME: V
SPEC. NO. TECHNICAL SPECIFICATION FOR CIVIL AND ERECTION
SECTION: D3.1
TCE.11984B-G-6006-04 CONTRACT FOR WLFGD AND AUXILIARIES
SCOPE OF WORK SHEET 7 OF 8

VIII. Decade Resistance Boxes of accuracy (0.1%).


IX. Multi-meter of accuracy (2%)
X. Temperature Bath
XI. Line testers
XII. Telephone sets with battery
XIII. Oscilloscope (Dual trace, 75 Hz)
XIV. Signal generator
XV. mV generator
XVI. Bench top power supply (0-30 VDC, 10A)
XVII. Special testing/calibration kit for electronic panel mounted receiver
instruments e.g. indicators, recorders etc.
XVIII. Metal film resistor (100 Ohms, 250 Ohms, 62.5 Ohms of 0.1%
tolerance).
XIX. Rules generator, logic probes and other digital test instruments
XX. Stop watch
XXI. Variac (0-260 VAC continuous output)
XXII. Solder suckers and IC extractors.
XXIII. Multifunction calibrators.
XXIV. RTD / Thermocouple Calibrator.
XXV. Electronic transmitter Calibrator.
XXVI. Continuity Tester.
XXVII. Electronic Meggar.
XXVIII. Walky-Talky set for communication during loop checking and
commissioning.

5.0 AS-BUILT DRAWINGS:

The scope also includes preparation of contract document and As-Built


drawing/ documents incorporating the changes/modification carried out during
the course of execution of works.
Sl.
Document/ Drawing Name
No.
1. Cable Tray Layouts
2. Cable List and Interconnection schedule.
3. JB Schedule.
4. Air Manifold Schedule
5. Interconnection Schedule.
6. Instrument Location Layouts
7. Instrument Hook Up diagram
8. Instrument loop diagram
9. CCTV location layout
10. Control room Layout
11. Any other I&C document as required

ISSUE
R0

FILE NAME: F-329-Rev-R6.docx TCE FORM NO. 329 R6


TATA CONSULTING ENGINEERS LIMITED
VOLUME: V
SPEC. NO. TECHNICAL SPECIFICATION FOR CIVIL AND ERECTION
SECTION: D3.1
TCE.11984B-G-6006-04 CONTRACT FOR WLFGD AND AUXILIARIES
SCOPE OF WORK SHEET 8 OF 8

6.0 DOCUMENTS TO BE SUBMITTED BY BIDDER ALONGWITH BID

The BIDDER shall ensure the following documents are prepared and
submitted along with bid:-

Sl.
Document/ Drawing Name
No.
Signed and stamped copy of the complete tender specification
1.
including all the sections.

List of deviations (if any) in the given format. Vendor shall


categorically list out clause wise deviation from this section and
2.
enclosed standards, if any, with bid proposal. In absence of such
deviations it will be assumed as total compliance to this specification.

7.0 DOCUMENTS TO BE SUBMITTED BY BIDDER AFTER AWARD OF


CONTRACT

Legends- A: Approval, I: Information


Sr. Categ
Details
No. ory
Final material appropriation statement for all the free issue
1. materials indicating shortages if any in the Performa duly A
approved by site-in-charge.

‘As Built’ drawings. Two sets of As-built instrument location


layouts, Hook-ups, cable tray routing drawings, air piping
2. routing & support drawings, cable schedules & ICS duly I
incorporating the changes/modification carried out during the
course of execution of works.

FILE NAME:
Proprietary rights of the information contained herein belong to Tata Consulting Engineers Limited (TCE). This
information is intended to be used for the mentioned purpose/project only. In case of misuse of information and any claim
arising thereof, cost and consequence will be on the party misusing the information.

ISSUE
R0

FILE NAME: F-329-Rev-R6.docx TCE FORM NO. 329 R6


TATA CONSULTING ENGINEERS LIMITED VOLUME: V
SPEC. NO. TECHNICAL SPECIFICATION FOR CIVIL AND ERECTION SECTION: D3.2
TCE.11984B-G-6006-04 CONTRACT FOR WLFGD AND AUXILIARIES
INSTALLATION REQUIREMENTS SHEET 1 OF 19

1.0 SPECIFIC ERECTION PRACTICES AND GUIDELINES


1.1 Instruments as a rule shall not be supported directly on process lines or from
hand rails except wherever agreed by the owner/TCE.
1.2 Instruments after installation shall be adequately protected wherever necessary
by covering them with plastic bags. Thermocouple shall be used to cover
glasses of local indicators to prevent accidental breakage.
1.3 Capillaries of instruments shall be properly protected by MS angles or conduits.
It is recommended to install these instruments as late as possible to prevent
damage to capillaries.
1.4 Bidder shall check the orientation of all indicating instruments to ensure that the
indication is easily visible from operation point of view.
1.5 All test & calibrating equipment shall have valid calibration certificate by
national/ international accredited laboratories (ERTL/ NDL) and all these test
certificates shall be submitted before the erection, testing & commissioning job.
1.6 Quantities indicated in the Schedule of Prices are tentative. Bidder will be paid
based on the actual quantity installed. Unit rates furnished in the contract shall
be used for the same.
1.7 After completion of erection, the Bidder shall submit to the Engineer-in-charge
a statement giving details of material drawn from stores, used in erection.
Balance quantity shall be returned to stores and quantity of scrap for the
checking and approval of the Engineer-in-charge

2.0 Field Instruments


.
a) Care should be taken to avoid damage to the instruments during
handling and transportation. Special care shall be taken while
handling breakable, spillable, fragile and delicate items.

b) Before erection, all instruments shall be subjected to calibration and


other functional checks at site laboratory. The instruments shall be
uncrated and unpacked with utmost care and as per
instructions furnished on the respective packages, using appropriate
tools and implements.

c) All instruments, jigs, tools and tackle for the purpose of performing the
tests shall be arranged by Bidder.

d) All instruments shall be tagged with engraved aluminum / stainless


steel tag plates and shall be secured to the instrument with metallic
wire fasteners, during the test.

e) For instruments found acceptable and conforming to the declared


performance parameters of the manufacturer, the site test report shall
be prepared.

ISSUE
R0

FILE NAME: F-329-Rev-R6.docx TCE FORM NO. 329 R6


TATA CONSULTING ENGINEERS LIMITED VOLUME: V
SPEC. NO. TECHNICAL SPECIFICATION FOR CIVIL AND ERECTION SECTION: D3.2
TCE.11984B-G-6006-04 CONTRACT FOR WLFGD AND AUXILIARIES
INSTALLATION REQUIREMENTS SHEET 2 OF 19

f) Minor repairs and adjustments of the instruments shall be performed


by Bidder. Once the defective instrument has been successfully
repaired, it shall again be subjected to calibration and functional
checks, as indicated above.

g) ` A record of such repairs and adjustments shall be systematically


maintained by Bidder.

h) For instruments where the extent of damage is such that the same
cannot be repaired at site, a failure report shall be generated by
Bidder, enumerating the nature of fault/ damage. Cases where the
damages are only superficial and which does not affect the
appearance and performance of the instrument/s, the decision as to
whether such instruments are fit for erection shall solely lie with
Owner.

i) In no case, erection work shall be taken-up in areas where heavy


equipment movement is foreseen, major welding activity is under
progress, heavy structural items are being erected or any other major
activity is being carried out or is anticipated, which may cause damage
to the erected instrument or its support.

j) If any erected instrument or its accessories are found to be vulnerable


to damage or to be fouling/interfering with progress of other activities
in the area, same shall be dismantled/removed. During re-erection of
such instruments, all the necessary steps as indicated in the
specification for the erection of the instrument shall be carried out
afresh.

k) After erection, the instruments shall be covered with transparent


polyethylene sheets to protect from unauthorized handling.

l) Colored PVC adhesive tapes shall be put on the polyethylene cover to


indicate various stages of activities. Red tape shall indicate erection
under progress. Yellow tape shall indicate completeness of erection.
Blue tape shall imply approval of erection and Green tape shall signify
the commissioning of the instrument. Adhesive paper tapes shall be
fixed on the respective tapes to inscribe the dates of completion of
activities.

m) Location of field instruments shall be consistent with tapping points on


pipes and equipment.

n) No field mounted instrument shall be installed in such a manner that it


depends on rigidity of the impulse piping or the electrical connection to
it for support.

o) Handrails shall not be used for mounting or supporting instruments.

ISSUE
R0

FILE NAME: F-329-Rev-R6.docx TCE FORM NO. 329 R6


TATA CONSULTING ENGINEERS LIMITED VOLUME: V
SPEC. NO. TECHNICAL SPECIFICATION FOR CIVIL AND ERECTION SECTION: D3.2
TCE.11984B-G-6006-04 CONTRACT FOR WLFGD AND AUXILIARIES
INSTALLATION REQUIREMENTS SHEET 3 OF 19

p) The place where the instrument is to be installed must be easily


accessible from nearest floor / platform level and there must have
enough clear space to allow maintenance work and lay-down.
q) The installed position must be such as not to cause any
inconvenience to repair, removal, observation, inspection.

r) The nearby high temperature equipment or process piping shall not


give rise to any injurious effect to instruments.

s) There will be no safety valve or effluent drain point which may cause
injurious effect near the instrument. In general, no instrument shall be
erected in areas prone to vibration.

t) Instruments which are outside the building or shed and are not located
within transmitter rack shall be provided with protective cover or
canopy to provide effective protection against dust, rain, sun etc. The
cover shall be provided immediately after mounting the instrument.

u) All clamps, supports, stands etc. required for installation and erection
of instruments and their accessories, shall be painted.

v) No field mounted instruments shall be installed without simultaneously


taking up impulse line work connected with the instrument.

w) Proper precaution is to be taken to protect installations, instruments,


accessories, devices etc. by isolation/removal from possible damages
during flashing, pressure testing of main pipe lines, air headers,
vessels, equipments etc.

x) Wherever practicable the height of the instrument from its working


floor/ platform shall be between 1000-1400 mm. The illumination at
the locations where instruments are located shall be adequate so that
the scales can be read unassisted.

y) Sub-trays, where required, shall be erected for proper routing of the


cables and impulse tubes and no cable shall be laid unsupported.

z) The indicating meters shall be oriented properly so that the scale can
be read unassisted and unobstructed from the approach floor /
platform.

2.1 Pressure / Differential Pressure (D.P) Transmitters / Level Transmitters

Pressure and DP transmitters shall in general be on transmitter


rack/enclosure mounted or shall be mounted locally on fabricated
structures. Displacer type level transmitters shall, however, be mounted
directly on the vessel / stand pipe attached to the vessel.

a) All manifolds, cocks and valves shall be pressure tested at rated


hydraulic test pressure. All airline and draft / vacuum service cocks
and valves shall be leak tested.

ISSUE
R0

FILE NAME: F-329-Rev-R6.docx TCE FORM NO. 329 R6


TATA CONSULTING ENGINEERS LIMITED VOLUME: V
SPEC. NO. TECHNICAL SPECIFICATION FOR CIVIL AND ERECTION SECTION: D3.2
TCE.11984B-G-6006-04 CONTRACT FOR WLFGD AND AUXILIARIES
INSTALLATION REQUIREMENTS SHEET 4 OF 19

b) Manifolds / valves shall be mounted on / connected to transmitter at


Bidder's workshop / site and the assembly shall be leak tested after
completion of the plumbing. The leak test shall be performed with
compressed air and soap solution at pressure not exceeding the
maximum overload pressure of the transmitter.

c) All tests on the transmitters shall be performed after mounting /


connecting of the manifold / valve assembly.

d) For transmitters located in transmitter racks, the erection activities


shall normally include mounting of the transmitter with its
manifold/valve assembly on appropriate support structures in the rack
with proper fasteners, viz. U-clamps, bolts etc., proper leveling of the
transmitter, all pipe connections from process to the transmitter, piping
from transmitter to drain valve / vent valve, supporting/ clamping of the
valve, pipe connections from transmitter / valve to drain pot/drain
header/ nearest system drain, cabling from transmitter to the rack /
external junction box using flexible conduits, termination of the cable
with appropriate lugs, sleeves and markers; mounting and connecting
all settling chambers / damper pots / siphons etc., as applicable.

e) For transmitters mounted on stanchions, brackets etc., such


supporting structures shall be designed properly to support all
transmitter accessories.

f) For displacer type level transmitters, the blanks provided on the vessel
/ stand pipe shall be removed and the transmitter shall be mounted
with proper gaskets, bolts and nuts. All nut and bolt heads shall be
properly greased before tightening.

g) For external cage type level transmitters, additional supports to the


transmitters in the form of bracings / pedestals, if felt necessary, shall
be fabricated and erected. While supporting/mounting such structures
due consideration shall be given to the movement/expansion of the
main equipment.

h) For transmitters mounted on local structures, cabling shall be done up


to the nearest junction box through suitable flexible / rigid conduits.

i) Attention shall be paid to allow free space for the removal of


transmitter cover.

j) During installation of level instruments on vessels, if the nozzles on


vessels are found to be out of alignment, necessary modification or
addition of spool pieces as required, for proper installation, shall be
carried out.

ISSUE
R0

FILE NAME: F-329-Rev-R6.docx TCE FORM NO. 329 R6


TATA CONSULTING ENGINEERS LIMITED VOLUME: V
SPEC. NO. TECHNICAL SPECIFICATION FOR CIVIL AND ERECTION SECTION: D3.2
TCE.11984B-G-6006-04 CONTRACT FOR WLFGD AND AUXILIARIES
INSTALLATION REQUIREMENTS SHEET 5 OF 19

2.2 Temperature Elements/ Gauges/ Switches & Thermowells

a) Welded thermowells shall be welded on pipes / vessels / equipment


by certified welders only and all post-weld tests shall be performed as
per main pipeline specification.

b) All thermowells shall be thoroughly cleaned with air jet and wire brush
before insertion of temperature gauges / element.

c) The dial of temperature gauges and switches shall be oriented


properly so that the scale can be read / set point can be adjusted
unassisted from the approach floor/ platform.

d) Capillary type instruments shall be mounted on appropriate support


structure with clamps, bolts etc.

e) Bidder shall fabricate structures for routing, supporting and protecting


the capillary tubes. Capillaries shall be clamped at intervals not more
than 1 meter. Capillaries shall not run unsupported.

f) The cable take-off from temperature switches/elements shall be with


flexible conduits up to the nearest sub-tray / junction box. Where
appreciable movement of the pipelines are expected, adequate loop
lengths shall be kept in the flexible conduits to allow the movement of
the elements / switches without any strain.

g) In the phase between erection and cabling work all cable entry points
shall be kept plugged with PVC caps.

h) Both the elements of duplex type elements shall be terminated at the


junction box.

i) All compensating cables shall be terminated with proper polarity.

j) All cables shall be cross ferruled at both the junction box and element
head end.

k) In case of thermowells with long immersion length and temperature


elements having long and rigid extension neck, as in case of flue path
measurements, mechanical supports shall be provided to avoid
excessive suspension weight on the boss.

2.3 Pressure Gauges / Switches, Differential Pressure Gauges / Switches

Pressure gauges / switches and differential pressure gauges / switches shall


either be directly mounted on the process pipeline or shall be mounted on
local brackets, gauge boards or racks depending on accessibility and
maintainability.

2.4 Stand Alone Field Mounted Electronic Controllers

ISSUE
R0

FILE NAME: F-329-Rev-R6.docx TCE FORM NO. 329 R6


TATA CONSULTING ENGINEERS LIMITED VOLUME: V
SPEC. NO. TECHNICAL SPECIFICATION FOR CIVIL AND ERECTION SECTION: D3.2
TCE.11984B-G-6006-04 CONTRACT FOR WLFGD AND AUXILIARIES
INSTALLATION REQUIREMENTS SHEET 6 OF 19

Installation, supporting, cabling, calibrating, and commissioning of field


mounted stand-alone electronic controllers (wherever used), fabrication of
necessary supporting structures, pedestals, etc. shall be deemed as a part of
the erection activity.

a) Bidder shall fabricate protective enclosure of canopy wherever


deemed required.

b) The structure fabricated for installing the controller must have


provision for mounting the associated accessories.

2.5 Level Gauges / Switches

Level Gauges and Switches shall either be directly mounted on the vessel or
on standpipe.

a) Float and switching mechanism shall be installed only after welding


and installing the cage in position.

b) Bidder shall verify the following well in advance:

i) Necessary access platforms, ladders are provided.


ii) The center line of the tap-off valves is in plumb.

c) Necessary support structures, if required for installation of external


cages/gauges shall be fabricated.

d) The erection activity of Level Gauges / Switches shall normally include


mounting of the instrument, to vessel/stand pipe with necessary pipes,
nipples, drain / vent valve, connection of drain to nearest system
drain, cabling up to external junction box using flexible conduit,
termination of cable with proper sleeves, conductor marker/ferrules
and lugs etc.

e) Necessary sub-trays, wherever required, shall be erected for proper


routing of cable.

f) The indicating side of gauge glasses shall be so oriented that it can be


read unassisted and unobstructed from the approach floor / platform.

g) Illumination in the areas where level gauges are mounted shall be


adequate for the level to be visible without the help of flash light.
Areas where this requirement cannot be met, gauge glasses shall be
provided with internal illumination.

2.6 Analyzers

Analyzers shall include flue gas analyzers, Lime/Gyspsum slurry analysers,


Waste water analsyers etc with all accessories, associated pipings / tubings
and drain / purge line work/sampling system and necessary cabling.

ISSUE
R0

FILE NAME: F-329-Rev-R6.docx TCE FORM NO. 329 R6


TATA CONSULTING ENGINEERS LIMITED VOLUME: V
SPEC. NO. TECHNICAL SPECIFICATION FOR CIVIL AND ERECTION SECTION: D3.2
TCE.11984B-G-6006-04 CONTRACT FOR WLFGD AND AUXILIARIES
INSTALLATION REQUIREMENTS SHEET 7 OF 19

a) All necessary measures and precautions to be exercised for field


mounted instruments shall be adhered to for field mounted analyzers,
as well.

b) Attention shall be paid to the accessibility of probe locations and


withdrawal area for the probes. If Probe locations are found
inaccessible, Bidder shall arrange for the construction of necessary
access platforms. Also, if any restriction is noted to the smooth
withdrawal of the probes due to some interfering structures / railings
etc., necessary modification work shall be performed by Bidder.

c) Protective covers / canopies shall be fabricated and installed to


protect the probe head/converter cabinet/calibration kit.

2.7 Flue Gas Analyzers

a) Suitable adapter plates with necessary openings on the duct, properly


stiffened and blanked with suitable blank flanges, shall be used for
mounting Zirconia probe type Oxygen analyzers.

b) Work shall include the erection of sub- trays or conduits for the cabling
between probe head to the converter cabinet and the tubings for
reference air and test gas, from calibration kit to the probe.

c) While installing the converter cabinet, care shall be taken to locate the
same within the specified distance from the probe.

d) Activities shall also include the necessary sub-header work to extend


reference air supply line from the nearest instrument air header to the
reference air set, piping/tubing work between reference air purge
meter to the reference air set and the probe, piping/tubing work
between auto calibration kit to the probe and the necessary piping /
tubing between the reference gas cylinders to the probe.

e) All earthing continuity tests, insulation tests etc. shall be done as per
manufacturer's recommendation.

Bidder's scope of work shall include complete transportation, lifting,


mounting, calibrating, testing and commissioning of Sox & O2 Analysers.
Bidder's scope of work shall also include drawing of instrument air line up
to platforms and subsequent distribution at Consumer points, if applicable.
Necessary tubing, sub-tray work, cabling up to junction box, conduiting
etc. shall also be deemed to be a part of installation activity.

a) Bidder's scope of work shall also include to arrange :

i) Inserts and cutouts on duct wall with studs blanked-off temporarily by


plates.
ii) Main cable tray/ladder up to the platform level.
iii) Instrument air take-off point near the analyzer location, if applicable.
ISSUE
R0

FILE NAME: F-329-Rev-R6.docx TCE FORM NO. 329 R6


TATA CONSULTING ENGINEERS LIMITED VOLUME: V
SPEC. NO. TECHNICAL SPECIFICATION FOR CIVIL AND ERECTION SECTION: D3.2
TCE.11984B-G-6006-04 CONTRACT FOR WLFGD AND AUXILIARIES
INSTALLATION REQUIREMENTS SHEET 8 OF 19

b) Adapter plate should be removed before installation and then bolted to


the insert available on the duct wall.

c) The SOx monitoring systems shall be mounted in the duct together


with cubicle for housing the analyzers and all accessories like gas
coolers, diaphragm pumps, test gas cylinders etc.

d) Bidder’s scope shall include; rigging, installation by bolting, necessary


air piping up to the cubicle, cabling up to local junction box, testing,
calibrating and commissioning of the system.

e) The necessary precautions for probe mounting as detailed in the


installation procedure of Oxygen analyzers shall be taken.

f) Cabling from probe head to analyzer cubicle, analyzer cubicle to local


junction box including laying of cable subtrays, conduits as required
shall be in Bidder's scope of work.

g) SOx monitoring will consist of transmitter and receiver units and


electronic signal conditioning unit with necessary air purge units.
Bidder's scope of work shall include mounting of the transmitter and
receiver units on the ducts / inserts.

h) Before mounting the trans-receiver units, the alignment of ports must


be checked optically for straightness.

i) Bidder's scope of work shall also include cabling from trans-receiver


units to local junction box or electrical unit; providing air purge
connection up to trans-receiver units and routing of air lines up to the
required point with valves, air filter regulators, pneumatic lines.

j) Field mounted electronic unit (if any) shall be installed on site


fabricated stands/stanchions/enclosures.

2.8 Local Panels, Racks, Cubicles, Gauge Boards Enclosures and


Structures

Local racks, panels, gauge boards, cubicles shall be installed at specified


locations. Work shall also include fabrication and installation of gauge
boards, stands, mounting brackets and frames, drain headers etc. with
associated painting and civil work.

a) Bidder shall erect panels / cubicles / enclosures etc. only after


ensuring availability of work front.

b) The panels shall be issued from warehouse or storage yard on the


same day when the actual erection is performed.

c) Panel, once uncrated, must be installed on the same day.

ISSUE
R0

FILE NAME: F-329-Rev-R6.docx TCE FORM NO. 329 R6


TATA CONSULTING ENGINEERS LIMITED VOLUME: V
SPEC. NO. TECHNICAL SPECIFICATION FOR CIVIL AND ERECTION SECTION: D3.2
TCE.11984B-G-6006-04 CONTRACT FOR WLFGD AND AUXILIARIES
INSTALLATION REQUIREMENTS SHEET 9 OF 19

d) Panels supplied in packed condition, will be properly silinged for lifting.


When lifting unpacked panels, eye-bolts shall be used. Unpacking
should be done at store or installation site only.

e) During slinging or lifting of the panel, care shall be taken not to


damage the structure, or any instrument/equipment mounted on the
panel.

f) Panels shall be slowly lowered on its foundations and shall not be


subjected on unnecessary jerk or bounce.

g) Prior to the installation of panels the foundation shall be inspected for


presence of foreign matters and existence of possible defects or
damage. Positions, shape and dimensions of the foundation shall be
verified against corresponding drawing. Pockets for grouting shall
normally be on the concrete base. Bidder shall arrange anchor bolts or
grouting spikes and grout the same in the pocket.

h) Accurate center lines and auxiliary lines shall be marked-off with due
consideration of proper alignment and level. Base channel of panel
shall be dismantled from the panel and shall be positioned and set by
grouted anchor bolts. Before fixing the bolts, the panels must be
properly aligned and plumbed. Only brass shims may be used for
leveling of the panels. Leveling of panel should be done by the help of
spirit level or similar device.

i) Bidder shall arrange to provide suitable protective coverings for the


panels since unpacking and after erection to avoid any damage due to
movement of men and materials in the vicinity.

j) Retouching work of painted surface of panels shall be carried out


wherever required.

k) During installation of panels and panel instruments the panels must be


kept in perfectly clean condition.

l) All panels shall be suitably earthed as per guidelines furnished in the


specification.

m) Only construction power shall be utilized during erection of panels.


Under no circumstances power lines shall be tapped-off from the
panels.

2.9 Junction Boxes

Bidder's scope of erection of junction boxes shall include mounting of junction


boxes in appropriate locations indicated in the drawings, fabrication of
necessary supports, pedestals, brackets, frameworks etc., for erection and
final painting of the structures and the junction boxes.

ISSUE
R0

FILE NAME: F-329-Rev-R6.docx TCE FORM NO. 329 R6


TATA CONSULTING ENGINEERS LIMITED VOLUME: V
SPEC. NO. TECHNICAL SPECIFICATION FOR CIVIL AND ERECTION SECTION: D3.2
TCE.11984B-G-6006-04 CONTRACT FOR WLFGD AND AUXILIARIES
INSTALLATION REQUIREMENTS SHEET 10 OF 19

a) Junction boxes and pull boxes shall be provided for multi-pair / multi-
core cables and compensating cables.

b) Junction boxes shall be provided either with un-drilled removable


gland plates or with knock-outs. Before installation, gland plates shall
be drilled/knock-outs shall be removed based on the cable schedule.

c) The junction boxes shall be fixed to the nearest available structures as


far as possible. In certain cases, special pedestals may have to be
fabricated and grouted/bolted to nearest available structure.

d) Before installation, junction boxes may have to be assembled by fixing


terminal blocks, mounting rail etc. Any other connected job shall be a
part of the junction box installation.

e) Unused knock-outs in the junction boxes shall be left plugged to


prevent dust and moisture entry.

f) All necessary nuts, bolts, screws, foundation bolts etc. for mounting
the junction boxes and their supporting structure shall be supplied by
Bidder.

g) Identification tags for the cables shall be provided both inside and
outside the junction boxes close to the glanding point.

h) Junction box mounting shall include the fabrication of steel supporting


structures as well as other connected jobs.

i) Bidder shall arrange to repaint junction box if the paint is damaged


due to improper handling. Wherever required, Bidder shall arrange to
perform retouching of paint on the junction boxes. Proper identification
numbers shall be labeled on the junction boxes for ease of
identification.

j) After erection, junction boxes shall be covered with polyethylene


sheets.

k) Ideally the height of junction boxes shall be 1000-1400 mm from the


approach floor level.

2.10 Transmitter Racks / Enclosures

a) The location of transmitter racks shall normally be pre-assigned.


However, depending on site conditions, some may have to be
relocated at site.

b) Guidelines provided for erection of panels shall apply for erection of


transmitter racks, as well.

c) Impulse lines shall normally terminate at a bulk head union at the top
or back side of the closed type racks. In cases when bulk heads are

ISSUE
R0

FILE NAME: F-329-Rev-R6.docx TCE FORM NO. 329 R6


TATA CONSULTING ENGINEERS LIMITED VOLUME: V
SPEC. NO. TECHNICAL SPECIFICATION FOR CIVIL AND ERECTION SECTION: D3.2
TCE.11984B-G-6006-04 CONTRACT FOR WLFGD AND AUXILIARIES
INSTALLATION REQUIREMENTS SHEET 11 OF 19

not available, entry holes shall be drilled (not gas cut) and properly
sealed after installation.

d) Bidder shall avoid hot bending of impulse pipes inside the enclosures.
All bending and forming activity should be performed outside before
fixing in position.

e) Bidder shall suitably support the drain/vent valves, manifolds etc. with
the necessary clamps, bolts, washers etc.

f) Bidder's scope of work shall also include terminating all rack mounted
transmitters with electrical wires/cables in flexible conduits up to the
terminal blocks with necessary cable and conduit supports, clamps,
glands, sleeves, conductor markers/ferrules, lugs etc.

g) Cabling from transmitter rack up to local junction box through flexible


conduits, supporting and fixing of conduits at both ends, glanding of
cables, ferruling and terminating are in Bidder’s Scope of Work.

2.11 Stanchions, Site Structures and Mounting Frames

Bidder's scope of work shall include fabrication and installation of mounting


frames, pedestals, canopies, protective enclosures and local gauge boards
for mounting local instruments, analyzer and junction boxes. Bidder's scope
shall also include mounting of the instruments in these local stanchions/
pedestals/gauge/boards with all necessary mounting fixtures; piping, painting
cabling up to local junction box and any other associated civil work like
chipping, grouting etc.

a) All steel items shall be de-scaled and degreased by suitable solvent


cleaning.

b) All structures shall be welded throughout.

c) All faces supporting instruments shall be constructed with MS sheets


of thickness not less than 3 mm.

d) The support structure shall be designed to support all accessories


related to the instruments; neatly and rigidly.

e) While fabricating the structures, attention shall be paid to accessibility


and maintainability of all equipment and accessories.

f) All floor/platform mounted structures shall be self-supporting and free


standing type. These should not depend on supports derived from
nearby columns/structures/pipelines etc. for their rigidity and
mounting.

g) Adequate stiffness shall be provided on flat faces to avoid waviness of


the surfaces. Necessary instrument cutouts are to be formed and all

ISSUE
R0

FILE NAME: F-329-Rev-R6.docx TCE FORM NO. 329 R6


TATA CONSULTING ENGINEERS LIMITED VOLUME: V
SPEC. NO. TECHNICAL SPECIFICATION FOR CIVIL AND ERECTION SECTION: D3.2
TCE.11984B-G-6006-04 CONTRACT FOR WLFGD AND AUXILIARIES
INSTALLATION REQUIREMENTS SHEET 12 OF 19

edges shall be rounded to avoid any sharp projection. Gas cutting of


sheet metals are not permissible.

h) All welds should be grounded to smoothness; corners should be


rounded and weld splatters should be cleaned.

i) After welding, the structure surfaces shall be smoothed with emery


paper and painted with two coats of red oxide primer.

j) Before installation, accurate center lines and other auxiliary lines are
to be marked for proper leveling and alignment.

k) Necessary grouting pockets are to be chipped and anchor bolts/studs


shall be fixed on floor, column or wall.

l) Necessary precaution should be taken during locating site mounted


structures so as not to interfere with erection activity in the area or
block passage for movement of personnel/equipment during normal
operation and maintenance.

m) Bidder shall arrange to provide suitable protective coverings for site


fabricated structures to avoid damage due to movement of men and
materials with vicinity.

n) After erection, all site fabricated structures shall be painted with two
coats of finishing paints of 2.0 mil/coat DFT. Sags, cracks, blisters,
tear drops, fat edges of paint shall render the structures unacceptable.

o) All instruments shall be mounted as per the recommendation of the


manufacturer. Associated impulse and drain pipe work and supporting
of accessories; cabling up to local junction box shall be Bidder's
responsibility.

p) Structures supporting indicating instruments shall be so oriented that


the dials are visible unassisted from the nearest approach
floor/platform. Ideally the height of instruments shall be 1000-1400
mm from the approach floor level.

q) Bidder shall carry out retouching of painted surface of the structures


wherever required, after installation.

r) Bidder shall fabricate 3 mm MS/Aluminum canopies for shielding of


instrument from direct exposure to sun & rain.

2.12 Cabling and Interconnection

Cabling and interconnection activity shall include cabling work between local
switches, resistance temperature detectors, transmitters, converters, limit
switches, smart positioners, torque switches, solenoid valves etc. up to local
junction boxes; thermocouples up to local thermostatic junction boxes, or
control room panels from local junction boxes / local panels / transmitter

ISSUE
R0

FILE NAME: F-329-Rev-R6.docx TCE FORM NO. 329 R6


TATA CONSULTING ENGINEERS LIMITED VOLUME: V
SPEC. NO. TECHNICAL SPECIFICATION FOR CIVIL AND ERECTION SECTION: D3.2
TCE.11984B-G-6006-04 CONTRACT FOR WLFGD AND AUXILIARIES
INSTALLATION REQUIREMENTS SHEET 13 OF 19

racks / instruments to termination cabinets / panels / electronic cabinets in


control room / control equipment room ; command and feedback signals from
MCC / Switch Gear room to termination cabinets / panels / electronic
cabinets in control room / control equipment room; inter-cabling between
various cabinets in control room / control equipment room ;earthing of all
panels / racks / cabinets / junction boxes etc, up to ground lug / riser with
appropriate cable; special cabling between sensing devices to converter
cabinets and cabling work of prefabricated and highway cables. Cabling
work shall normally imply pulling, laying, marking, splicing, glanding,
dressing, ferruling, crimping and termination of cables at both ends with
associated conduit and sub-tray work; followed by testing of cables.

a) Two and multi pair/core cable shall be laid on trays. Cable shall be
neatly laid with proper dressing and adequately fixed.

b) Cable shall enter in the enclosures through cable glands.

c) All the cable runs shall be properly identified by easily readable


printed permanent tag plate fastened to the cable with steel wires,
provided at both field ends and panel ends and at a maximum of 20
meter intervals in straight length. Tags shall be provided in all bends
and both sides of the barrier walls as well as at both terminal ends.

d) Spare cable runs shall be kept coiled inside the enclosures with the
ends suitably protected and cables properly identified.

e) In case of single piece straight multipair/core cable run, no joint in the


cable shall be provided in between.

f) All Control and Instrumentation Cables shall be laid maximum upto 3


layers for horizontal cable trays and in single layer for vertical trays.

g) Cable glands and other openings in the junction boxes shall be


properly sealed by means of sealing compound to make them
thoroughly dust and moisture proof.

h) The cables laid, shall not be subjected to excessive tension so as to


cause damage to the conductors.

i) At bends where excessive spatial stress may concentrate or where


danger exists of damaging the insulation, extreme care shall be taken
while laying the cables, to avoid any possible damage.

j) All cable shall be tested for continuity and insulation before and after
installation as per the latest Indian Electricity Rules. Test for continuity
shall be done by a circuit tester. Insulation resistance test shall be
done with a 500V megger. The measured insulation resistance shall
be more than 50 meg. Ohms between conductors and one conductor
to ground.

ISSUE
R0

FILE NAME: F-329-Rev-R6.docx TCE FORM NO. 329 R6


TATA CONSULTING ENGINEERS LIMITED VOLUME: V
SPEC. NO. TECHNICAL SPECIFICATION FOR CIVIL AND ERECTION SECTION: D3.2
TCE.11984B-G-6006-04 CONTRACT FOR WLFGD AND AUXILIARIES
INSTALLATION REQUIREMENTS SHEET 14 OF 19

k) All cable shields shall be individually terminated and jumpered


together at the terminal blocks. Earthing of the shields shall, however,
be performed at the control panel end.

m) All cable shall be laid only along the route specified in the cable
schedule.

n) If at any time during progress of work, trays are found inadequate to


accommodate the assigned cable, Bidder shall discontinue laying of
the cable until the problem is rectified.

o) Cable conducting AC and DC signals shall be segregated.


Compensating cables shall not be mixed with cables carrying
milliampere signals. The signal cables and power cables shall not be
in the same tray or junction box. In general, a minimum clearance of
shall be maintained between noise generating equipment like large
motors, generators, transformers etc.

p) All cable shall be carefully laid or pulled in trays so that neither cable
nor the trays are damaged. Cable shall be cut sufficiently long to
conform to the contour of the trays, especially for vertical inside
bends. All excessive slack shall be removed from the cable so that the
cables lie parallel to the sides of the trays.

q) The cable shall be tied to the trays with G.I./Aluminum or self-locking


cable grip strip at not more than 2 meter intervals for horizontal runs
and at not more than 1 meter intervals for vertical runs. All cable shall
be strapped individually.

r) Pulling of cable shall be done with manila rope or nylon rope.

s) Only the type of lubricants recommended by cable manufacturer shall


be used.

t) Before pulling cable from the drum, the drum shall be visually
inspected for protruding nails, fastenings or other objects which may
damage the cable. Such articles shall be removed before pulling of the
cable. Continuity and I.R. test shall also be performed.

u) Bidder shall perform a thorough visual inspection for flows, breaks,


cracks and abrasions in the cable sheath during pulling.

v) Cable damaged in any way during installation shall be replaced.

w) The pulling tension of any cable shall not exceed the maximum
tension recommended by the cable manufacturer.

aa) To avoid insulation damage from excessive sidewall pressure at


bends in conduit runs, the pulling tension in Kilograms shall not
exceed 1.5 times the radius of bend in centimeters.

ISSUE
R0

FILE NAME: F-329-Rev-R6.docx TCE FORM NO. 329 R6


TATA CONSULTING ENGINEERS LIMITED VOLUME: V
SPEC. NO. TECHNICAL SPECIFICATION FOR CIVIL AND ERECTION SECTION: D3.2
TCE.11984B-G-6006-04 CONTRACT FOR WLFGD AND AUXILIARIES
INSTALLATION REQUIREMENTS SHEET 15 OF 19

bb) For cable without metallic shielding or armor and cable with metallic
tape shielding, the cable bend radius shall be in accordance with the
requirements of IPCEA standards. For cable with metallic wire
shielding or metallic armor the bend radius shall not be less than 8
times the overall diameter of the cable.

cc) All spare conductors of a multipair/core cable shall be left at their


maximum lengths for possible future replacements of any other
conductors in the cable. Each spare conductor shall be identified and
neatly coiled separately and then taped to the conductors being used.

dd) All exposed conductor surfaces shall be taped with all-weather vinyl
plastic electrical tape. All FO cables shall be laid within heavy duty PVC
conduits.
2.13 Sub-trays/Supports
Erection of sub-trays / supports shall include sub-tray sections up to the main
trays. In areas where main trays are not available, tray sections shall be laid up
to the master junction boxes/local panels/cable spreader areas. Bidder's scope of
work shall include laying and supporting of trays, fabrication of trays wherever
required, painting of trays and supports and associated minor civil work wherever
required.
a) Normally slotted G.I. trays shall be used with maximum 3 layers of
instrument & control cables with 40% spare space. Vertical tray
arrangement shall be considered.

b) Trays shall be used to run pneumatic tubes and electrical cables


and shall be mounted on steel structures and along the pipe
racks wherever convenient. Special stands/supports have to be
fabricated wherever required.

c) The erection of trays shall include fabrication, welding and


installation of racks including supports from structurals and
installation of various sizes of tray in position. Trays shall be
screwed or bolted to the supports.

d) The supports shall be welded to the main structures, grouted in


the walls/roof or welded to the plate inserts. Welding of supports to
main equipment/piping shall never be allowed. Welding or gas
cutting of trays shall not be allowed.

e) The scope of work shall also include the supply, fabrication and
fixing of supports, bends, offsets, corners, tees, crossings etc.
as per requirement. Fire resistant sealing at entry to control room and
floor openings shall be provided.

f) Civil / masonry works like grouting, providing inserts, chipping


the concrete, bricks etc. for providing supports etc. shall be included.

g) Bidder shall arrange to provide hangers, jigs, inserts and other


fixtures on walls, ceilings, structures and permanent scaffolding etc.,
for fixing racks. Fabrication and fixing of necessary jigs, hangers,
inserts and other fixtures, as required, shall be considered a part of ISSUE
erection of structural steel work. R0

FILE NAME: F-329-Rev-R6.docx TCE FORM NO. 329 R6


TATA CONSULTING ENGINEERS LIMITED VOLUME: V
SPEC. NO. TECHNICAL SPECIFICATION FOR CIVIL AND ERECTION SECTION: D3.2
TCE.11984B-G-6006-04 CONTRACT FOR WLFGD AND AUXILIARIES
INSTALLATION REQUIREMENTS SHEET 16 OF 19

h) The trays shall be properly finished and laid to give neat appearance.

i) Cable trays shall be fixed on angle iron supporting racks fabricated at


site. A clear distance of minimum 300-mm shall be kept between
instrument and power / signal cables.

j) All supports, clamps and other fixtures shall be painted.

k) All trays carrying SS tubes shall, in general, be vertical type.

l) Industry areas, Bidder shall provide covers for trays. In such cases,
Bidder shall procure, fabricate and strap the covers with G.I. strips,
nuts and bolts.

m) If any erected tray or its supporting structures are found to be


vulnerable to damage or to be fouling/interfering with progress of other
activities in the area, the same shall be dismantled and re-erected.

n) The selection, whether to use rigid conduit or sub-tray shall be


judiciously decided.
2.14 Earthing
Bidder's scope of work shall include the earthing of all instruments/equipment,
enclosures and other metallic parts and objects. Bidder shall remain responsible
to follow the instrument/equipment manufacturer's grounding recommendation.

2.15 Main FGD Control Room / Local Control Room/ Computer Room
Panels/Desks and Consoles/ Local Control Panels/consoles and Desks

Bidder's scope of work shall include the installation of Operator's Terminals,


Engineering Terminals and other terminals, consoles and some other
peripheral devices in the Main FGD Control Room / Computer Room/ Local
Control room wherever applicable. Associated activities shall include laying,
glanding and terminating prefabricated cables, related structural work and
other completing activities viz. modification of internal wirings, mounting and
termination of instruments/equipment supplied loose etc.
a) Erection of panels and desks in Control room area shall involve
precise alignment and matching of surfaces. Bidder shall perform all
related activities to achieve an aesthetic completion of the job. All
necessary realignment, foundation work, packing and filling shall be
done to compensate for shifting, waviness, misalignment etc.
b) When bolting the panel sections, care shall be taken not to leave
excessive strain on any of the surfaces. All necessary packing and
filling materials shall be provided.
c) Instruments and accessories supplied loose for mounting on panels
shall be installed only after installation of the panels.
d) Tools and tackle recommended by the desk/panel/console
manufacturer shall only be used.
e) No element shall be forced or hammered into its slot.
ISSUE
R0

FILE NAME: F-329-Rev-R6.docx TCE FORM NO. 329 R6


TATA CONSULTING ENGINEERS LIMITED VOLUME: V
SPEC. NO. TECHNICAL SPECIFICATION FOR CIVIL AND ERECTION SECTION: D3.2
TCE.11984B-G-6006-04 CONTRACT FOR WLFGD AND AUXILIARIES
INSTALLATION REQUIREMENTS SHEET 17 OF 19

f) If matching prefab connectors are available in pig-tail form the


properness of connection shall be checked by Bidder before plugging-
in.
g) Bidder's activities shall also include splitting of gland plates, if
required, to admit plug-in connector, mounting of special cable clamps
on the gland plates and dressing, routing and clamping of the prefabs
within the panel/desk/ console.

2.16 Control Equipment Room Panels / Cubicles

Bidder's scope of work shall include installation of Control equipment room


(CER) panels, cubicles and consoles and peripherals like console, printers
etc., laying and interconnection of prefab cables, conduits and trays as
required. Floor cutouts shall be provided for cable entry.

a) Bidder shall generally follow the guidelines for installation as laid down
in respective package supplier.

b) Some of the panel sections may arrive in connected and pre-wired


conditions. Bidder may have to disconnect these sections for
transportation, rigging and installation. Reassembly of such sections
shall be Bidder's responsibility.

2.17 Desk / Panel Accessories

A few control and instrumentation items of various packaged equipment are


to be installed, as per approved mounting drawings supplied by the
equipment supplier. Following is the procedure to be adapted for erection of
the same :
a) Bidder's scope of erection shall include mounting, connecting and
terminating the desk accessories along with their respective tag
plates, as applicable, on the Panel /desks.
b) All loose supply items shall be carefully unpacked to avoid damage to
the surface, connectors, contacts or lenses.
c) The panel cut-outs shall be checked for properness of dimension,
smoothness of edges etc. and necessary minor modification work on
the panel, if required, shall be performed.
d) Manufacturer's recommended tools and tackle shall only be used.
e) Prefab cables may be kept coiled and supported in the panel in the
form of pig-tails. Such strapping shall be removed carefully before
plugging-in the connector plugs.
f) All connectors shall be properly identified before coupling. Plugs shall
be properly oriented before connection. Bidder may be required to
connect additional isolating diodes within the connectors if envisaged
by Owner.

2.18 Vibration Monitoring System


Bidder shall remain responsible to follow the instrument/equipment
manufacturer's recommendation for erection of Vibration Monitoring system with
Vibration sensors, modules, Racks, cable terminations up to FGD DCS etc..
ISSUE
R0

FILE NAME: F-329-Rev-R6.docx TCE FORM NO. 329 R6


TATA CONSULTING ENGINEERS LIMITED VOLUME: V
SPEC. NO. TECHNICAL SPECIFICATION FOR CIVIL AND ERECTION SECTION: D3.2
TCE.11984B-G-6006-04 CONTRACT FOR WLFGD AND AUXILIARIES
INSTALLATION REQUIREMENTS SHEET 18 OF 19

2.19 CCTV System

a) Bidder shall install CCTV cameras in such a way that the obstacles
don’t affect the camera’s angle of observation.
b) Bidder to note the tentative site plan for installation of Cameras (By
others) may differ as per actual requirement at the time of installation of
the CCTV system. Bidder shall make the required modification.
c) Earthing arrangements for all the equipment shall be the responsibility
of the Bidder and to be carried out as per standard procedures/
supplier’s recommendations.

2.20 Master Clock system

d) Bidder shall generally follow the guidelines for installation as laid down
in respective package supplier.

e) When selecting a site for the antenna, find an outdoor location that
provides full 360-degree visibility of the horizon.

f) Bidder to locate the antenna and the receiver at optimum distance as


per package supplier recommendation.

2.18 Impulse Tubing and Fitting


a) Impulse tubing & fittings shall be supplied as per hook up diagram by
respective package supplier.
b) All impulse lines shall be properly supported at regular intervals of 1.5
metres. Typical support arrangement shall be as indicated in hook-ups.
Based on site conditions, suitable supports shall be provided with the
approval of the Engineer-in-Charge.
c) All impulse lines shall be installed in the best workman like manner and
shall follow installation standards in each case. Where there is no
installation standard, the instruction of the site-in-charge shall be
followed.
d) Screwed instrument connections shall generally not be seal welded.
However, Back/seal welding of screwed fittings shall be done if specified
in the hook-ups or as per the instructions of Site Engineer shall be done.
This may involve welding of dissimilar materials using appropriate
electrodes.
e) All threaded joints shall be jointed with PTFE tape only. No other pipe
jointing compound shall be used except on high temperature service
where graphite sealing compounds shall be used.

2.19 Air Header


For the control valves/ on-off valves/ pneumatic damper actuator. The air
header shall be suitably routed & supported at site. The location of the
air headers shall be as indicated in the instrument location layouts. The
ISSUE
R0

FILE NAME: F-329-Rev-R6.docx TCE FORM NO. 329 R6


TATA CONSULTING ENGINEERS LIMITED VOLUME: V
SPEC. NO. TECHNICAL SPECIFICATION FOR CIVIL AND ERECTION SECTION: D3.2
TCE.11984B-G-6006-04 CONTRACT FOR WLFGD AND AUXILIARIES
INSTALLATION REQUIREMENTS SHEET 19 OF 19

air header shall be routed as close as possible to each air


manifolds/control valve/ on-off valve. The various components of the air
header such as valves, tees etc. shall be provided as per the hook -ups .

2.20 Painting
Cable trays, impulse piping with associated valves & fittings, air header,
all structural steel installed shall be painted. Two coats of primer & two
coats of paint shall be applied over each item. Any touch-up after
commissioning shall be done as required.

2.21 Welding

2.19.1 Welding for all impulse piping shall be GTAW for root run and filler runs.
Welding for structural members and supports shall however be SMAW.

2.19.2 Only qualified welders approved by Engineer-in-Charge shall carry out


welding.

2.19.3 Any materials like electrodes, equipments, testing charges for various
tests etc., required for initial qualification of the welder/ welders shall be
borne by the bidder.

2.19.4 Wherever welding of dissimilar materials are envisaged for any process
hookup, the bidder's scope includes these welding along with supply of
weld materials.

FILE NAME:

Proprietary rights of the information contained herein belong to Tata Consulting Engineers Limited (TCE). This
information is intended to be used for the mentioned purpose/project only. In case of misuse of information and any claim
arising thereof, cost and consequence will be on the party misusing the information.

ISSUE
R0

FILE NAME: F-329-Rev-R6.docx TCE FORM NO. 329 R6


TATA CONSULTING ENGINEERS LIMITED VOLUME: V
SPEC. NO. TECHNICAL SPECIFICATION FOR CIVIL AND ERECTION SECTION: D3.3
TCE.11984B-G-6006-04 CONTRACT FOR WLFGD AND AUXILIARIES
TESTING & COMMISSIONING REQUIREMENT SHEET 1 OF 4

1.1 Testing

1.1.1 Testing shall be carried out after the installation of instrument with primary
piping complete in all respect and approved by site-in-charge.

1.1.2 Tests on cables


i. Check details are in accordance with the specification.
ii. Check for physical damage.
iii. Megger test between each core and armour / sheath. While Megger is
used for insulation testing, It shall be ensured that all instruments and
zener barrier (if provided) are isolated at both ends during Megger test
iv. Continuity check including screen continuity
v. Terminations in the panels, junction boxes, instruments done by the
Bidder.

1.1.3 Instrument Hydro testing, leak checking and flushing


(i) All impulse lines whether tubes or pipes, air piping/tubing, shall be
checked for any leaks by pressurizing the same with water/air. For this
purpose all activities pertaining to laying, welding, supporting,
clamping etc. shall be 100% completed.
(ii) All impulse lines shall be properly flushed after isolating both the
instrument and the vessel / piping.
(iii) All impulse lines shall be tested hydraulically at 1.5 times the
maximum operating pressure. It shall be ensured that instrument and
vessel / piping is isolated during this test.
(iv) In case of special conditions where hydro testing is not permitted due
to service conditions, the impulse lines testing shall be carried out by
using air or nitrogen.
(v) After pressure testing all these impulse lines shall be drained and
dried with dry air to remove any moisture.
(vi) Instrument air lines will be service tested only for any leak after
pressurizing and isolating the main root valve, by soap solution.
(vii) Pneumatic signal tubes shall be flushed and tested with instrument air
for any leak at a pressure of 1.5 kg/cm² (g). After pressurizing the line,
the source of pressure is cut off and rate of fall in pressure shall be
less than 1 psi for each 100 feet for a period of 3 minutes.
(viii) Prior to testing, all analyzer sample lines shall be thoroughly cleaned
by carbon tetra chloride or any other cleaning liquid (recommended by
Supplier). After cleaning, these lines shall be thoroughly purged with
dry nitrogen.
(ix) If no instrument air is available, Bidder shall provide necessary
nitrogen cylinders to carry out the above activity.

1.1.4 Calibration of instruments


(i) Instruments shall be taken up for calibration prior to mounting them in
field and shall not be kept on shelf after calibration for a long time.

ISSUE
R0

FILE NAME: F-329-Rev-R6.docx TCE FORM NO. 329 R6


TATA CONSULTING ENGINEERS LIMITED VOLUME: V
SPEC. NO. TECHNICAL SPECIFICATION FOR CIVIL AND ERECTION SECTION: D3.3
TCE.11984B-G-6006-04 CONTRACT FOR WLFGD AND AUXILIARIES
TESTING & COMMISSIONING REQUIREMENT SHEET 2 OF 4

Bidder shall ensure that instruments issued to him for calibration are
checked by him visually, are free from any damage and that all
parts/accessories supplied with the instrument assembly are received
by him from stores in good condition. In case the same are not in
order it shall be brought to the notice of the owners/consultant.
Complaints received after issue of material to the bidder shall not be
entertained and bidder is liable to make good such
shortfalls/damages.

(ii) Bidder shall ensure that during calibration the over-range limits
specified for each instrument are not exceeded. Any damage to the
instrument on account of such negligence on the part of bidder shall
be made good by the bidder at his cost.

(iii) Bidder shall ensure that calibration instruments available are suitable
for the units specified (e.g. if the calibration spans are specified in bar,
the dead weight tester shall have weights corresponding to bar units
and not kg/cm2). Scaling the output signal to compensate for lack of
proper calibration instruments is not acceptable.

(iv) Instruments for strong oxidizing media like oxygen, chlorine, fluorine,
etc. shall be generally calibrated using nitrogen or air. Dead weight
testers shall not be used unless absolutely necessary.

(v) Dead weight testers shall be used in general for calibration of


pressure and DP instruments with spans 1.0 kg/cm2g. For spans
<1.0 kg/cm2g but 2000 mm Wc mercury manometer shall be used.
For spans <2000 mm Wc but 200 mm Wc water manometer shall be
used. For still lower spans inclined tube water manometer shall be
used. Alternatively, Wallace & Tiernan or equivalent type precision
calibrator can be used instead of manometers. Precision decade
resistance box/mV source shall be used for calibration of temperature
transmitters.

(vi) Vacuum pumps shall be used for calibrating all absolute pressure
instruments and those with compound ranges.

(vii) Temperature gauges and switches shall be calibrated using oil bath
for all positive zero-based ranges. For temperatures less than ambient
and negative temperatures up to -100C ice bath with salt shall be
used. For still lower temperature constant temperature cold baths shall
be used. For calibrations of temperature gauges a tested and
approved RTD or a high accuracy mercury thermometer shall be used
as reference.

(viii) Two wire transmitters in general shall be calibrated with precision


digital ammeters using a separate power supply or alternatively using
portable digital calibrators of approved make. Smart transmitters shall

ISSUE
R0

FILE NAME: F-329-Rev-R6.docx TCE FORM NO. 329 R6


TATA CONSULTING ENGINEERS LIMITED VOLUME: V
SPEC. NO. TECHNICAL SPECIFICATION FOR CIVIL AND ERECTION SECTION: D3.3
TCE.11984B-G-6006-04 CONTRACT FOR WLFGD AND AUXILIARIES
TESTING & COMMISSIONING REQUIREMENT SHEET 3 OF 4

be calibrated using manufacturers’ standard portable programming


units. Transmitters with local indication shall be calibrated along with
the local indicators to check the accuracy of local readings.

(ix) Displacer transmitters shall be calibrated by suspending precision


weights to the torque tube in lieu of the displacer. Water calibration
shall be used only with specific approval.

(x) Switches (pressure, level, temperature etc.) shall be calibrated for set
points and hysteresis (wherever applicable) for increasing &
decreasing signals.

(xi) Two wire proximity switches shall be checked using the appropriate
amplifier. Three wire switches shall be checked using an appropriate
power supply and a resistive load like a lamp.

(xii) Thermocouples and RTDs shall only be checked at ambient


temperatures with a precision milli volt meter/ohmmeter to ensure that
the same are healthy.

(xiii) Rotameter transmitters shall be checked for calibration of transmitter


only by manual movement of float and comparison with local reading.

(xiv) For electromagnetic flow meters, pH conductivity/redox transmitters,


mass flow meters, vortex flow meter, turbine flow meter, positive
displacement flow meter etc. only calibration of electronics shall be
checked if possible, as per procedure of the manufacturer. Calibration
of primary sensing element shall be done by the supplier in his works.

(xv) On line analyzers shall be fully calibrated by the supplier at site and no
calibration shall be done by instrument bidder.

(xvi) Control valves shall be calibrated with/without positioner. On/Off


valves shall be checked for proper operation only. Accessories like
solenoid valves, limit switches etc. shall be checked for proper
operation.

(xvii) In magnetic type level indicators with transmitters, the transmitters


shall be calibrated by moving the float/displacer throughout the level
measuring range and checking the transmitter output.

(xviii) Electronic trip amplifiers settings shall be made by choosing suitable


input device like a precision digital mV/mA source, a precision decade
resistance box, etc.

(xix) Calibration shall be carried out in presence of a representative from


the owners/TCE. The bidder shall document each calibration activity.

ISSUE
R0

FILE NAME: F-329-Rev-R6.docx TCE FORM NO. 329 R6


TATA CONSULTING ENGINEERS LIMITED VOLUME: V
SPEC. NO. TECHNICAL SPECIFICATION FOR CIVIL AND ERECTION SECTION: D3.3
TCE.11984B-G-6006-04 CONTRACT FOR WLFGD AND AUXILIARIES
TESTING & COMMISSIONING REQUIREMENT SHEET 4 OF 4

Malfunctions observed in instruments shall be recorded and brought to


the notice of the owners/TCE for further action. Calibration reports
shall be countersigned by the bidder’s representative and the
owners/TCE and a copy of the same shall be maintained by all the
three

1.2 Loop Checking


Loop checking shall be done as per control system supplier recommendation.
Before proceeding for loop checking, the calibration results of individual
instruments shall be recorded on the proforma and shall be approved by site-
in-charge for correctness of installation, measurements and calibration results.
Bidder’s scope of work for the loops connected to these systems shall include
the following:
a) Providing all assistance to control system bidder during loop checking.
This shall include providing signals from the field instruments and
checking valve operation with the output provided from control system
to enable control system bidder to verify loop performance.
b) Coordination with control system bidder to meet loop checking
schedule. It shall be bidder's responsibility to demonstrate/prove
measuring signal levels of field instrument output in control room in
the respective identified pair in case of any problem

1.3 SATs (Site Acceptance Tests) and PG test


Bidder shall assist during PG test and SAT. SAT verifies that the quality of
the build and installation is good, before energization & verifies that the
individual pieces of equipment operate correctly when energised. SAT
shall include all the activities mentioned above and shall be witnessed by
owner / consultant.

1.4 Commissioning
During plant / equipment / section trial run, start up, running etc. bidder
shall put the associated instruments, loops, controls etc. in service in
respective sections/areas for smooth commissioning. The instruments/
equipment are to be put in operation/ service as per sound engineering
practice & manufacturer’s recommendations. Any instrument problem
/trouble that may arise during commissioning and afterwards is to be
attended and solved promptly by Bidder under supervision of respective
package suppliers.

FILE NAME:

Proprietary rights of the information contained herein belong to Tata Consulting Engineers Limited (TCE). This
information is intended to be used for the mentioned purpose/project only. In case of misuse of information and any claim
arising thereof, cost and consequence will be on the party misusing the information.

ISSUE
R0

FILE NAME: F-329-Rev-R6.docx TCE FORM NO. 329 R6


TATA CONSULTING ENGINEERS LIMITED VOLUME: V
SPEC. NO. TECHNICAL SPECIFICATION FOR CIVIL AND ERECTION SECTION: D3.4
TCE.11984B-G-6006-04 CONTRACT FOR WLFGD AND AUXILIARIES
FIELD QUALITY ASSURANCE PLAN SHEET 1 OF 5

1.1 Field Quality Assurance Plan For Instrumentation & Control System
(i) Bidder shall carryout commissioning of instruments along with process
fluid at the time of start-up. This shall also include checking of
configuration parameters, checking & setting local display, square root
extraction if required, damping, setting of HART/FF positioned
parameters etc.
(ii) The bidder shall carryout the pre-commissioning/ commissioning
checks and tests listed below and submit the report of the same to
Owner. The pre-commissioning/ commissioning checks listed below
are indicative and the bidder shall prepare and submit for approval by
the Owner the pre-commissioning/ commissioning program proposed
by him.
(iii) The Field Quality plan for DCS/PLC, Master clock system and other
Instrumentation & control items shall be followed as per
Manufacturer’s recommendation and standard practices.
(iv) The following checks shall be followed:
• Flow Measuring System
- Check that tag plate with tag no. and description is provided.
- Check that the installation is as per manufacturer’s
recommendation & hook-ups.
- Check that there is no leakage.
- Check that the cable terminations are as per approved
drawings.
- Check that cable shields are properly terminated.
- Check that the earthing is as per manufacturer’s
recommendation.
- Check that the flow meter is properly configured (installation
data entry).
- Check that the flow rate and totalized flow reading on the
various displays match.
- Check that the totalizer functions properly, if applicable.
- Check that the drawings are updated to reflect the as-built
status.
• Pressure and DP Measuring System
- Check that tag plate with tag no. and description is provided.
- Check that the installation is as per manufacturer’s
recommendation & hook-ups.
- Check that the isolation valve with drain and test port is
provided.
- Check that there is no leakage.
- Check that the cable terminations are as per approved
drawings.
- Check that cable shields are properly terminated.
- Check whether the Zero and span for the transmitter is locally
adjustable.

ISSUE
R0

FILE NAME: F-329-Rev-R6.docx TCE FORM NO. 329 R6


TATA CONSULTING ENGINEERS LIMITED VOLUME: V
SPEC. NO. TECHNICAL SPECIFICATION FOR CIVIL AND ERECTION SECTION: D3.4
TCE.11984B-G-6006-04 CONTRACT FOR WLFGD AND AUXILIARIES
FIELD QUALITY ASSURANCE PLAN SHEET 2 OF 5

- Check that the earthing is as per manufacturer’s


recommendation.
- Check that the pressure transmitter is properly configured
(range setting).
- Check that the pressure reading on the various displays
match.
- Check that the drawings are updated to reflect the as-built
status.
• Ultrasonic & Radar Level Transmitter
- Check that tag plate with tag no. and description is provided.
- Check that the installation is as per manufacturer’s
recommendation. Also check that the installation of the level
transmitter is such that there is no interference of the beam
angle from the sensor unit.
- Check that the cable terminations are as per approved
drawings.
- Check that cable shields are properly terminated.
- Check that the earthing is as per manufacturer’s
recommendation.
- Check that the level transmitter is properly configured (range
setting).
- Check that the level reading on the various displays match.
- Check that the drawings are updated to reflect the as-built
status.
• Level switch
- Check that tag plate with tag no. and description is provided.
- Check that the installation is as per manufacturer’s
recommendation & hook-ups.
- Check that the cable terminations are as per approved
drawings.
- Check that cable shields are properly terminated.
- Check that the earthing is as per manufacturer’s
recommendation.
- Check that the switch set point is correct.
- Check that the drawings are updated to reflect the as-built
status.
• Pressure Gauge
- Check that tag plate with tag no. and description is provided.
- Check that the installation is as per manufacturer’s
recommendation & hook-ups.
- Check that the isolation valve with drain and test port is
provided.
- Check that there is no leakage.
- Check that the snubber is provided for all the pressure gauges
mounted on the discharge of the pumps.

ISSUE
R0

FILE NAME: F-329-Rev-R6.docx TCE FORM NO. 329 R6


TATA CONSULTING ENGINEERS LIMITED VOLUME: V
SPEC. NO. TECHNICAL SPECIFICATION FOR CIVIL AND ERECTION SECTION: D3.4
TCE.11984B-G-6006-04 CONTRACT FOR WLFGD AND AUXILIARIES
FIELD QUALITY ASSURANCE PLAN SHEET 3 OF 5

- Check that the zero adjustment facility is provided.


- Check that the drawings are updated to reflect the as-built
status.
- Check that tag plate with tag no. and description is provided.
- Check orientation and elevation of pressure gauge so that it is
accessible and visible to operator.
• Level Gauge
- Check that tag plate with tag no. and description is provided.
- Check that the installation is as per manufacturer’s
recommendation & hook-ups.
- Check that the automatic ball check valves are provided.
- Check that there is no leakage.
- Check that the drain valve and vent plug is provided.
- Check that the drawings are updated to reflect the as-built
status.
• Temperature Element
- Check that tag plate with tag no. and description is provided.
- Check that the installation is as per manufacturer’s
recommendation & hook-ups.
- Check the extension and the immersion length of the
temperature element and the associated thermowell as per
approved drawings.
- Check that the temperature element is terminated to the head
mounted /remote mounted temperature transmitter as per
approved drawings.
- Check that the cable terminations are as per approved
drawings.
- Check that cable shields are properly terminated.
- Check that the earthing is as per manufacturer’s
recommendation.
- Check that the drawings are updated to reflect the as-built
status.
• Temperature transmitter
- Check that tag plate with tag no. and description is provided.
- Check that the installation is as per manufacturer’s
recommendation & hook-ups.
- Check that the transmitter is provided with polarity protection
circuit.
- Check that the cable terminations are as per approved
drawings.
- Check that cable shields are properly terminated.
- Check whether the Zero and span for the transmitter is locally
adjustable.
- Check that the earthing is as per manufacturer’s
recommendation.

ISSUE
R0

FILE NAME: F-329-Rev-R6.docx TCE FORM NO. 329 R6


TATA CONSULTING ENGINEERS LIMITED VOLUME: V
SPEC. NO. TECHNICAL SPECIFICATION FOR CIVIL AND ERECTION SECTION: D3.4
TCE.11984B-G-6006-04 CONTRACT FOR WLFGD AND AUXILIARIES
FIELD QUALITY ASSURANCE PLAN SHEET 4 OF 5

- Check that the temperature transmitter is properly configured


(range setting).
- Check that the drawings are updated to reflect the as-built
status.

• CEMS
- Check that tag plate with tag no. and description is provided.
- Check that the installation is as per manufacturer’s
recommendation & hook-ups.
- Check that the cable terminations are as per approved
drawings.
- Check that cable shields are properly terminated.
- Check that the earthing is as per manufacturer’s
recommendation.
- Check that the drawings are updated to reflect the as-built
status

• VMS
- Check that tag plate with tag no. and description is provided.
- Check that the installation is as per manufacturer’s
recommendation & hook-ups.
- Check that the cable terminations are as per approved
drawings.
- Check that cable shields are properly terminated.
- Check that the earthing is as per manufacturer’s
recommendation.
- Check that the drawings are updated to reflect the as-built
status.

• CCTV
- Check that tag plate with tag no. and description is provided.
- Check that the installation of cameras, location & orientation is
as per manufacturer’s recommendation.
- Check that the cable routing and terminations are as per
approved drawings.
- Check that cable shields are properly terminated.
- Check the camera lenses or the housing windows are clean
and sun shield is properly installed.
- Check for the obstacles do not affect the camera observation
angle.
- Check that the earthing is as per manufacturer’s
recommendation.
- Check that the drawings are updated to reflect the as-built
status.

ISSUE
R0

FILE NAME: F-329-Rev-R6.docx TCE FORM NO. 329 R6


TATA CONSULTING ENGINEERS LIMITED VOLUME: V
SPEC. NO. TECHNICAL SPECIFICATION FOR CIVIL AND ERECTION SECTION: D3.4
TCE.11984B-G-6006-04 CONTRACT FOR WLFGD AND AUXILIARIES
FIELD QUALITY ASSURANCE PLAN SHEET 5 OF 5

FILE NAME:

Proprietary rights of the information contained herein belong to Tata Consulting Engineers Limited (TCE). This
information is intended to be used for the mentioned purpose/project only. In case of misuse of information and any claim
arising thereof, cost and consequence will be on the party misusing the information.

ISSUE
R0

FILE NAME: F-329-Rev-R6.docx TCE FORM NO. 329 R6


TATA CONSULTING ENGINEERS LIMITED VOLUME: V
SPEC. NO. TECHNICAL SPECIFICATION FOR CIVIL AND ERECTION SECTION: D3.5
TCE.11984B-G-6006-04 CONTRACT FOR WLFGD AND AUXILIARIES
LIST OF INSTRUMENTATION AND CONTROL ITEMS SHEET 1 OF 4

Sr.
Item description *Indicative Quantity Unit
No
A

CCR PANELS /CONTROL


A.1
CABINETS/STATIONS
1 DCS/PLC Cabinets and Relay panels * Nos
2
OPC server panel & network panel 1 Nos
3
CCTV 1 Nos
VMS cabinets
4 1 Nos
Operating station, Engineering station and shift
5 16 Nos
in charge station and etc.
6 LVS - 70'' 2 Nos
7 Printers 1 Nos
Note : General size of panels –(HxWXD) -
2200X800X800

LOCAL CONTROL PANELS AND IO


A.2
REMOTE PANELS IN OTHER AREA
1 Local control cabinets * Nos
2 Remote IO rack in local Electrical room for * Nos
Common system

A.3 RACKS AND ENCLOSURE


1 Local Instruments Enclosure (LIE) * Nos
2 Local Instruments Rack (LIR) * Nos
3 Stanchions * Nos

B STRUCTURAL STEEL
Structural steel fabrication for cable, supports
including painting.
B.1 ISMC 75 * Tonne
B.2 ISMC 100 * Tonne
B.3 ISMC 125 * Tonne
B.4 ISMC 150 * Tonne
B.5 ISMC 200 * Tonne
B.6 ISA50 X 50 X 6 * Tonne
B.7 ISA60 X 65 X 6 * Tonne
B.8 ISA75 X 75 X 6 * Tonne
200 X 200 X 10 mm thick MS plates inserts in * Tonne
B.9
floor slab for cable trays support

C CABLE TRAY & ACESSORIES


C.1 50mm wide * Kmtr
C.2 100 mm wide * Kmtr
C.3 150 mm wide 3 Kmtr
C.4 200 mm wide * Kmtr
C.5 300 mm wide 4 Kmtr
ISSUE
R0

FILE NAME: F-329-Rev-R6.docx TCE FORM NO. 329 R6


TATA CONSULTING ENGINEERS LIMITED VOLUME: V
SPEC. NO. TECHNICAL SPECIFICATION FOR CIVIL AND ERECTION SECTION: D3.5
TCE.11984B-G-6006-04 CONTRACT FOR WLFGD AND AUXILIARIES
LIST OF INSTRUMENTATION AND CONTROL ITEMS SHEET 2 OF 4

Sr.
Item description *Indicative Quantity Unit
No

D EARTHING PROTECTION
Cable laying from DCS panels to Earth pit and *
Termination of both end ,between panels

E CABLE LAYING (PVC, FRLS, ARMOURED)

E.1 3 C. X 1.5 sq.mm 4 Kmtr


E.2 5 C. X 1.5 sq.mm 5 Kmtr
E.3 7 C. X 1.5 sq.mm 1 Kmtr
E.4 8 C. X 1.5 sq.mm 1 Kmtr
E.5 12 C. X 1.5 sq.mm 2 Kmtr
E.6 16 C. X 1.5 sq.mm * Kmtr
E.7 24 C. X 1.5 sq.mm * Kmtr
E.8 1P. X 1 sq.mm * Kmtr
E.9 2P. X 1 sq.mm 3 Kmtr
E.10 4P. X 1 sq.mm 18 Kmtr
E.11 6P. X 1 sq.mm 30 Kmtr
E.12 8P. X 1 sq.mm 8 Kmtr
E.13 12P. X 1 sq.mm 10 Kmtr

E14 16P. X 1 sq.mm Kmtr


*

E.15 1 triad x 1 sq.mm Kmtr


*

E.16 6 Triad x1 sq.mm Kmtr


*

E17 1P. X 1.5 sq.mm T/C extension cable Kmtr


*

E18 2P. X 1.5 sq.mm T/C extension cable Kmtr


*

E.19 8P. X 1.5 sq.mm T/C extension cable Kmtr


*

E.20 12P. X 1.5 sq.mm T/C extension cable Kmtr


*
E.21 Single Mode Optical fibre cables 10 Kmtr

E.22 Multi Mode Optical fibre cables Kmtr


*
E23 LAN cable (CCTV) 5 Kmtr

E24 EPBAX & PA 3 Kmtr

ISSUE
R0

FILE NAME: F-329-Rev-R6.docx TCE FORM NO. 329 R6


TATA CONSULTING ENGINEERS LIMITED VOLUME: V
SPEC. NO. TECHNICAL SPECIFICATION FOR CIVIL AND ERECTION SECTION: D3.5
TCE.11984B-G-6006-04 CONTRACT FOR WLFGD AND AUXILIARIES
LIST OF INSTRUMENTATION AND CONTROL ITEMS SHEET 3 OF 4

Sr.
Item description *Indicative Quantity Unit
No
Supply of fire sealant,
and Sealing of floor openings (bottom of the
F cabinets/desk), conduit pipes, RCC pipes (both *
_
end) with fire sealant.

GLANDING & TERMINATION INCLUDING


SUPPLY OF DOUBLE COMPRESSION
GLANDS, ALL TYPES CABLE LUGS, CABLE
G FERRULES, CABLE TIE, AND CABLE * _
DRESSING MATERIALS. AND ALUMINIUM
TAGS WITH CABLE IDENTIFICATION
NUMBERS.

H Junction Box 100 Nos

H.1 24 Ways- Junction Box * Nos

H.2 36 Ways- Junction Box * Nos

H.3 48 Ways- Junction Box * Nos


FABRICATION & ERECTION
I
Fabrication & Erection of Steel sections if any *
for panel base frame, instrument supports,
I.1 impulse tube support & cable ladder supports Tonne
etc. with one coat of primer paint, and two coat
of enamel paint.
*
Fabrication and installation of stanchions for
I.2 single Transmitter with 2" G.I. Pipe excluding Tonne
supply of G.I. Pipe including Painting.
*
Fabrication and installation of Canopy’s for
I.3 field instruments complete with all accessories Tonne
and painting.
Installation of G.I. Conduit pipes of dia. up to 1" *
size with all accessories and including Cutting,
J Bending, and Supporting. Clamping and Tonne
Threading, etc., Cold bending shall be carried
out.
Erection/ Welding of Impulse line pipe of AS / *
CS. Size 21.34 mm OD, with all accessories
i.e. supports, U clamps, brackets, Isolation
valves of 1"/1/2" size, Erection of
K Tonne
Condensation / Seal pots including IBR
welding, Erection of 2/3/5 way Manifolds for
Transmitters. Impulse line painting with 1 coat
primer & 2 coat enamel as per specified colour.
L Erection
L.1 Erection of impulse tube with all accessories
* Nos
like sockets, couplings, tees, male connectors,
ISSUE
R0

FILE NAME: F-329-Rev-R6.docx TCE FORM NO. 329 R6


TATA CONSULTING ENGINEERS LIMITED VOLUME: V
SPEC. NO. TECHNICAL SPECIFICATION FOR CIVIL AND ERECTION SECTION: D3.5
TCE.11984B-G-6006-04 CONTRACT FOR WLFGD AND AUXILIARIES
LIST OF INSTRUMENTATION AND CONTROL ITEMS SHEET 4 OF 4

Sr.
Item description *Indicative Quantity Unit
No
etc.
Pneumatic Tubing for control valves / *
M actuators, etc. , with SS or Cu. Tube with all Nos
fitting and accessories
Fixing of Transmitter racks and its painting *
N including supply of Paint and all consumables
required for installation.
O Thermo well welding / fixing * Nos
Instrument calibration, installation &
P
commissioning
Calibration, field installation and
P.1 commissioning of all Field Instruments, * Nos
Analyzers.
Erection / Welding of stand pipes for level
switches& Level transmitter and its supports,
Q * Nos
brackets, proper routing of pipes, tubing, and
its painting
Pre- commissioning checks (Complete Loop
checking with transmitters, actuators and other
R accessories connected, FGD System --
Checking of sequence and interlocks. Pre-
commissioning trials and start-up tests.etc)
Calibration, field installation and
S commissioning of Master clock system with 1 --
slave clock
Calibration, field installation and
T FGD System --
commissioning of Vibration Monitoring system
Calibration, field installation and
U 2 sets
commissioning of CEMS
Field installation and commissioning of CCTV
V 10 Cameras
system

Note: “*” – Quantity shall be provided during detail engineering.

FILE NAME:

Proprietary rights of the information contained herein belong to Tata Consulting Engineers Limited (TCE). This
information is intended to be used for the mentioned purpose/project only. In case of misuse of information and any claim
arising thereof, cost and consequence will be on the party misusing the information.

ISSUE
R0

FILE NAME: F-329-Rev-R6.docx TCE FORM NO. 329 R6

You might also like