Anda di halaman 1dari 246

APPENDIX-IX

HEALTH, SAFETY & ENVIRONMENT


Gujarat State Petronet Ltd. Division: HSE
Bridging Document

HEALTH, SAFETY
& ENVIRONMENT

BRIDGING DOCUMENT

GUJARAT STATE PETRONET LIMITED

DECEMEBR 2006

Page 1 of 54
Gujarat State Petronet Ltd. Division: HSE
Bridging Document

CONTENTS

Sr. No. Description Page


1. Objectives of Bridging Document 3
2. GSPL’s HSE Policy and its adoption 4
3. PPE Policy 6
4. Organisation, Communications and Responsibilities 7
5. Hazard Management 9
6. Risk Assessment 19
7. Health, Safety and Environment Conditions for the 21
execution of Construction Work
7.1 Permit Procedure
7.2 Protective Measures
7.3 First Aid
7.4 Fire safety
7.5 Scaffolding
7.6 Construction site
7.7 Excavation Work
7.8 Working pits and trenches
7.9 Electricity on the site
7.10 Hoisting work
7.11 Storing material
7.12 Acetylene welding and cutting equipment
7.13 Radioactive sources
7.14 Pressure test
7.15 Order and cleanliness on the site
7.16 Personal behavior
8. Audit/Inspection 33
8.1 Purpose
8.2 Procedure and responsibilities
8.3 Audit Process and Methodology
8.4 HSE Audit/Inspection Checklist
9. Reporting requirements 44
10. Formats 45

Page 2 of 54
Gujarat State Petronet Ltd. Division: HSE
Bridging Document

1. Objectives of Bridging Document

The Bridging Document outlines how GSPL and Contractor will implement
Health, Safety & Environment Management System (HSE MS) for activities
carried out during project execution including two organizations.

GSPL has a fully developed HSE MS and its practices and procedures will
follow under specially mentioned otherwise.

Page 3 of 54
Gujarat State Petronet Ltd. Division: HSE
Bridging Document

2. GSPL’s HSE Policy & its Adoption


It is of utmost concern for GSPL to conduct its business in a manner that will
promote the protection of the occupational Health & Safety; Welfare of its
employees and others involved in or affected by its business operations and
address the environmental concerns for sustainable development.

To be a responsive and responsible corporate citizen, GSPL shall strive to achieve


an organizational culture of Health, Safety & Environmental excellence.

As an integral part of company’s business performance, the company shall


declare full commitment to achieve high levels of performance in Health, Safety
and Environment.

Continual improvements in Health, Safety and Environment shall be recognized


as essential for the future success of the company.

To maintain a high standard of performance on these accounts, the Company


has committed as a matter of policy: -

a. To place the occupational Health and Safety of employees including


environmental concerns for sustainable development ahead of the
company’s commercial interest.

b. To conduct all business operations in compliance with applicable laws,


regulations and standards related to occupational Health, Safety &
Environment.

c. To provide resources necessary to implement the HSE Policy.

d. To communicate openly with Government agencies, employees,


contractors and the general public on effective Safety and Environmental
management issues.

e. To advise each manager, supervisor and employee of Health, Safety and


Environment requirements and hold senior management of each business
operations responsible for the Health, Safety and Environmental
compliance of the company activities.

f. To develop HSE Management System to support policy implementation


through effective teamwork, training and awareness programs.

Page 4 of 54
Gujarat State Petronet Ltd. Division: HSE
Bridging Document

g. To identify and assess the potential for major hazards and institute
appropriate control measures.

h. To develop and maintain an ‘Emergency Response Plan’.

i. To undertake training and development of employee to ensure their


competence to meet obligations & work safely and with due
considerations for Health and Safety of others & for the environment.

j. To motivate contractors to demonstrate the same level of commitment to


continuous improvement in the standards of HSE performance.

k. To ensure compliance with the policy through a process of education,


review & audit.

Adoption of GSPL’s HSE Policy -

This policy is to be adopted by contractor and their subcontractors in its entirety


for the project.

Page 5 of 54
Gujarat State Petronet Ltd. Division: HSE
Bridging Document

3. PPE Policy
All field employees and contractors for the company (except in the office areas)
must wear a hardhat and steel toed footwear in the areas of work / operation.
All employees and visitors subject to any hazardous exposure, which may include
dust, chemicals, fumes, irritants, hot / cold / sharp surfaces, flying or falling
objects, etc. must wear appropriate PPE.

The company / contractor will provide PPE as it is the intention of the company
to ensure through the proper use of equipment, that any risks are reduced to a
minimum.

A company employee must escort visitors who do not have appropriate PPE, and
the area is free of hazardous exposure.

PPE is only effective in protecting the wearer or user where the following steps
are taken:
a) PPE is used in accordance with employers and manufacturer instructions.
b) Store, clean, repair and maintain PPE correctly, replacing damaged items.

Page 6 of 54
Gujarat State Petronet Ltd. Division: HSE
Bridging Document

4. Organization, Communications and Responsibilities

Managing Director Executive Director

PROJECT CONTRACTOR
Project Mgr. Project Mgr.

Asst. Mgr. Asst. Mgr. Asst.Mgr. Site Safety


(Project Surat) (Project Baroda) (Project A’Bad/Saurashtra) Incharge Officer

HSE
MR(HSE)

HSE HSE HSE


Officer Officer Officer
(Surat) (Baroda) (A’Bad)

Page 7 of 54
Gujarat State Petronet Ltd. Division: HSE
Bridging Document

Responsibilities -
Project Department

? Ensure that a systematic Hazard Identification is carried out at


construction stage.
? Analyze hazards & safety aspects of proposed construction activities
during fabrication, installation & commissioning.
? Implement contractor Management System related to Project
development – Project.

Health, Safety & Environment Department

? Coordinate implementation of Health, Safety & Environment management


program and create awareness of the program.
? Inspect installations and advise remedial actions for any unsafe
conditions/near miss incidents.
? Review Accident/Near-miss Reports. Analyze the accidents and prepare
and maintain a statistical database.
? Ensure compliance with regulatory requirements,
? Assist/advise operation team to implement the Health, Safety &
Environment elements in their operation, such as work permit, Lockout,
etc.,
? Coordinate training activities, and carry out periodic exercises and drills,
? Communicate safety to all in the organization.
? Coordinate base office safety meetings and prepare minutes of the
meeting. Follow up to ensure implementation of HSE recommendations.
? Regular reporting to management and follow up of shortcomings pointed
out by external and internal auditors.

Contractor

? Abide by applicable governmental and GSPL, HSE requirements.


? Employ or cause to be employed only persons who are fit and skilled in
the work to be performed.
? Use and maintain equipment that is safe to operate.
? Provide and maintain equipment (lease, rent or “lend to”) to GSPL
locations that meets applicable governmental and GSPL HSE
requirements.
? Report all accidents/incidents and near misses.

Disregard of these commitments by the contractor constitutes a


breach of contract, and if not cured, may result in termination of the
contract.

Page 8 of 54
Gujarat State Petronet Ltd. Division: HSE
Bridging Document

5. Hazard Management

Definition:

The technique of identifying and assessing the potential risks of a situation or


activity for causing either acute or chronic harm, to personnel or the
environment, with the aim of managing the risk to an acceptable level.

1. Objectives

Establishing systematic procedures for,

? Identifying and assessing inherent hazards in specific activities or


facilities;

? Evaluating the potential adverse consequences of an incident to


employees, the public, the environment and to assets;

? Successfully managing Health, Safety and Environmental risk within


the activities.

2. Aims

To assist GSPL to establish a Health, Safety and Environmental


management structure capable of controlling identified risks by:

? Developing and maintaining hazard identification programs;

? Conducting ongoing risk assessment and evaluation of operations


and new projects;

? Having plans in place to eliminate, prevent, and mitigate identified


risks.

Page 9 of 54
Gujarat State Petronet Ltd. Division: HSE
Bridging Document

3. Requirements

A suitable and sufficient assessment of risk and implementation of


appropriate controls is required for all activities undertaken by GSPL.

This requirement covers not only significant operational sites which have
the potential to cause a major accident, i.e. Major Accident Facilities, but
includes all locations and is designed to ensure that any hazard which has
the potential to cause harm to personnel, the environment or assets is
identified and assessed and suitable controls put in place to reduce the
risks to as low as reasonably practicable.

This standard therefore sets out the requirements for the management of
hazards in the workplace and for facilities with major accident hazard
potential. Examples of work activities for which risk assessment and
management are required include but are not limited to:
? Major accident hazard facilities.
? Hot work of any type (where heat is used or generated, for
example by welding, burning, flame cutting, grinding, and where
incentive sparks or other sources of ignition may be generated).
? Work which may cause an unintended or uncontrolled hydrocarbon
or toxic release, including any disconnection or opening of any
closed pipeline, vessel or equipment containing, or which has
contained, flammable or toxic materials.
? Electrical work, which may cause danger.
? Entry into confined spaces and work inside them.
? Work involving the use of dangerous/hazardous substances
? Manual handling and movement or lifting of heavy objects.
? Excavations
? Pressure systems and pressure testing.
? Operations which compromise critical safety systems or remove
them from service e.g. fire and gas detection systems, emergency
shutdown systems, public address systems, fire fighting equipment,
life saving equipment and utility systems.
? Work involving display screen equipment.
? Transport
? Work at height or over liquids.
? Work involving personal exposure to work equipment.
? Work requiring personal protective equipment.
? Non-routine operations.
? Work in adverse environments (height, temperature, noise and
weather)

Page 10 of 54
Gujarat State Petronet Ltd. Division: HSE
Bridging Document

HAZARD IDENTIFICATION OF CONSTRUCTION ACTIVITIES

Sr. No. Activity Hazard Identified Control Measures


1. Loading/Unloading ? Roll of pipe. ? Work to be supervised by experienced &
of pipelines ? Fall of pipe from slings. responsible personnel.
? Breakage of lifting accessories like rope and ? Cordoning the work place.
slings. ? Experienced working crew.
? Electric shock due to touch of boom to ? Ensure proper use of slings and ropes after
overhead electrical cable. balancing before lifting the pipes.
? Obvious hazards at work place and
surrounding must be observed.
? Ensure lifting equipment/devices are in safe
condition and follow safe working load.
? In case of using two equipment for lifting
pipe section proper balancing and proper
signal by authorized person is essential.
? Work place to be cordoned off properly with
barricades and cordoning tape.
? Use of PPES… Safety shoes, Safety helmet.
? Restrict the personnel movement under the
lifted load.
? Crane/lifting equipment to be operated by
authorized person.
2. Transportation of ? Roll/fall pipes ? Load the pipes considering the load carrying
pipelines ? Road traffic hazard capacity of trailer.
? Pipes to be arranged and tightened well in the
trailer.
? Warning flag/sign/light to be displayed.
? Follow the traffic rules.

Page 11 of 54
Gujarat State Petronet Ltd. Division: HSE
Bridging Document

Sr. No. Activity Hazard Identified Control Measures


3. Material handling – ? Fall of object on leg. ? Use of PPEs i.e. Safety shoes, hardhat, hand
Manual ? Injury in hand due to sharp edge of gloves etc.
object. ? Proper communication required when the
? Cuts, abrasion object is lifted by more then one person.
? Slips, Trips & Falls ? Persons are trained for safe lifting procedure
and aware of hazards.
? Good Housekeeping.
4. Excavation ? Shock due to underground electric ? Work to be supervised by experienced &
cable. (If any) responsible personnel.
? Falling of object on head or body. ? Cordoning the work area by cordoning tape
? Collapse of trench. and appropriate signboards.
? Traffic hazard/vehicular movement. ? Excavation equipment to be well insulated.
? Fall of person/s in the trench. ? Required persons are present at site.
? Use of PPEs like Safety shoes, hardhat.
? Trench to be excavated in “V” shape.
? Vehicular traffic to be diverted if required.
? Reflectory Jackets to be worn at heavy traffic
road and all persons should work/stand within
cordoned area.
? Construction work in charge to be informed
about the job and job location.
5. Stringing ? Roll/Fall of pipe ? Periodic inspection of slings/wire ropes.
? Crush of finger/hand ? Use of proper capacity slings/wire ropes.
? Signal to be given by trained person to
crane/hydra operator.
? Restrict the personnel movement under the
lifted pipe.
? Use adequate sandbags with proper wooden
supports.
? Use of PPEs like hand gloves, safety shoes,
hardhat etc.

Page 12 of 54
Gujarat State Petronet Ltd. Division: HSE
Bridging Document

Sr. No. Activity Hazard Identified Control Measures


6. Cutting/Welding ? Flying of foreign particles ? Minimum persons to be kept near work place.
? Welding flash ? Use of welding helmet, hand sleeve, hand
? Burn injury due to gas cutting/welding gloves, safety shoes by welder.
? Back fire during gas cutting ? Use of PPEs like hand gloves, helmet, safety
? Electric shock shoes, goggles by helper.
? Inspection of hose connection, flash back
arrestor of gas cutting set.
? Ensure electric cables, extension boards,
machines are free from electric shock hazard.
7. Grinding ? Entry of flying particles in eyes. ? Ensure guard on grinding machine.
? Cut injury (in case of overhead ? Use of PPEs like safety shoes, face shield,
grinding) grinding goggles, hand gloves etc.
? Special care shall be taken during overhead
grinding.
? Work area to be cordoned.
? Minimum required persons to be kept near
and eye protection goggles to be used by
them.
? Provision of barriers for protection of flying
material during grinding work.

Page 13 of 54
Gujarat State Petronet Ltd. Division: HSE
Bridging Document

Sr. No. Activity Hazard Identified Control Measures


8. Pipe laying / ? Collapse of lifted pipe section. ? Proper balancing to be done, if pipe is lifted by two
Lowering in the ? Collapse of lifting equipment. slings/wire ropes.
trench ? Overhead electric lines – contact ? Keep safe distance near trench while locating the
with crane, lifting equipment. crane, lifting equipment.
? Collapse of wooden planks kept ? Ensure single authorized person gives signals to
on trench for sectional lowering lift/lower the pipe sections by observing safety with
may cause injury. all respect.
? Cut, Crush, Abrasion injury ? Wooden planks having enough strength to be
? Road traffic hazard. placed properly on the trench.
? Special care shall be taken while overhead live
cables are there during such activity.
? Use of PPEs like hardhat, hand gloves, safety shoes
etc.
? Work area to be cordoned by cordoning tape and
signboard, if such work is being carried out on/
near road.
9. Tie- in Joints ? Collapse of trench ? Work to be supervised by experienced &
? Fall of object responsible personnel.
? Cut injury ? Cordoning the work area by cordoning tape and
appropriate signboards.
? Minimum required persons to be kept in the trench.
? Use of PPEs like safety shoes, hand gloves, hardhat
etc.
? Trench to be excavated wide and in”V” shape to
work safely.
? Special care shall be taken during overhead
grinding.
? Ensure proper guard on grinding machine.
? Use small ladder for emergency escape from the
trench.

Page 14 of 54
Gujarat State Petronet Ltd. Division: HSE
Bridging Document

Sr. No. Activity Hazard Identified Control Measures


10. Holy day test ? Electric Shock ? Trained and experienced person shall do this
work.
? Use of PPEs like safety shoes, hardhat hand
gloves etc.
? No one allowed to seat, cross or touch the pipe
section during test.
? Ensure power supply of instrument is off/isolated
before removing/refitting the test ring.
? Ensure provision of earthing.
11. Radiography / X-ray ? Ionizing Radiation ? Ensure Safety Regulations as per BARC/AERB
? Radiations may react with the before commencement of job.
skin and can cause cancer, skin ? Affected area to be cordoned off and Radiation
irritation, dermatitis, etc. warning symbols/signboards to be displayed.
? Avoid radiography in daytime.
? Wear appropriate PPE and film badges issued by
BARC.
? Radiation effect to be measured with dosi meter
before start the radiography and also during
radiography.
? Working crew at site must be informed regarding
such activity.
? Stay away from the radiation source.
? Use the exact source of radiation and avoid more
powerful source.

Page 15 of 54
Gujarat State Petronet Ltd. Division: HSE
Bridging Document

Sr. No. Activity Hazard Identified Control Measures


12. Pneumatic/Hydraulic ? Bursting of discharge hose/tube ? Work to be supervised by experienced &
testing ? Bursting of pipe to be tested. responsible personnel.
? Heavy leakage from valve ? Cordoning the work area by cordoning tape and
body/valve passing appropriate signboards.
? Slipping of spanners ? Minimum required persons to be kept at site.
? Avoid such testing in heavy populated area.
? Periodic inspection/testing of discharge hose /
tube to be carried out.
? Skilled workers to be allowed to do so.
? Use of PPEs like Eye protection guards, safety
shoes, hand gloves and hardhat.
? Use standard fitting and calibrated pressure
gauges.
? Use of PPEs like Ear plug/muff while carrying
out venting activity.
13. Hot work /tapping from ? Fire due to passing of Gas ? Obtained work permit and follow established hot
charged line during hot work work procedure.
? Collapse of trench ? Work to be supervised by experienced &
? Road traffic hazard responsible personnel.
? Work to be performed by experienced and skilled
working crew.
? Trench to be excavated wide and in “V” shape to
work safely.
? Ensure proper isolation and grassing / if required
continues N2 purging is to be done during cutting
welding operation.
? Fire fighting equipment to be kept ready during
cutting/welding operation.
? Use of welding helmet, goggles, hand sleeve,
hand gloves and safety shoes by welder as well as
by helper.

Page 16 of 54
Gujarat State Petronet Ltd. Division: HSE
Bridging Document
Sr. No. Activity Hazard Identified Control Measures
14. N2 purging ? Road traffic hazards ? Ensure content of O2 % in the N2 cylinders before
? Bursting of pipe/hose purging.
? Work area to be cordoned with cordoning tape.
? Connection of N2 cylinders to be checked prior to start
the cylinder.
? Use of PPEs like hard hat, safety shoes, hand gloves,
earplug etc.
15. Commissioning ? Fire due to uncontrolled gas ? Obtained work permit.
venting. ? Continuous venting of gas to be avoided and safe
? Road traffic hazard venting procedure to be followed.
? CH4 % to be monitored during venting in the
atmosphere.
? Fire fighting equipment to be kept ready.
? Trafficular movement to be stopped/diverted during
venting is carried out very close to the road.
? Use of PPEs like hard hat, safety shoes, earmuff/ear
plug, hand gloves etc.
16. Working near ? Nips, Cuts & Abrasion ? To be ensure that suitable PPE is worn at all times when
Electrical Installation ? Electrical Shock handling sharp materials.
? Falls of materials and/or tools ? Work shall never be carried out on live equipment.
? Falls of personnel ? Electrical system shall be tested prior to all work
commencement to ensue that they have been de-
? Fire and/or Explosion energized and/or isolated.
? Burns ? Barriers shall be erected beneath the installation area to
restrict access to other personnel.
? All sources of fire and/or explosion shall be eliminated
and/or isolated.
? Supervisor shall ensure that a “Safe System of Work”
has been implemented and documented.
17. Electrical Equipment ? Electrical Shock ? All equipment being used complies with all relevant
? Electrical Burn safety standards.
? Electrical Fire ? All equipment is given through visual inspection prior to
use.
? Maintenance schedule is in place.
? Persons are aware of procedure to use the equipment.

Page 17 of 54
Gujarat State Petronet Ltd. Division: HSE
Bridging Document
Sr. No. Activity Hazard Identified Control Measures
18. Working at Height ? Falls of personnel ? All personnel shall wear safety harness if fixed access
? Falls of material/tools and/or cannot be provided.
equipment ? Scaffolders shall ensure that access platforms are
? Dizziness – Vertigo constructed in line with all relevant acops.
? Suitable barriers shall be erected below the work area
and signs displayed to advise personnel of the potential
hazard.
? Personnel shall ensure that all materials/tools and/or
equipment are kept secure at all times.
? Report any sign of dizziness – vertigo, immediately to
the supervisor.
19. Use of lifting ? Damage of lifting equipment due to ? Check crane/sling/chain pulley certification for the ir
equipment. overload or work in over SWL. SWL and testing date.
? Sling/cha in damage. ? SWL must mention on each lifting devices.
? Balancing may fall. ? Dual lifting shall be utilized whenever possible.
? Better communication between crane operator and
? Person may electrocute due to Foreman.
crane’s boom touching with high-
tension line.
? Due to lack of knowledge of Load
chart, man may lift things in wrong
radius that may cause tilt.
20. Working near object ? Cut injury. ? Guarding on moving parts.
that may move/slide ? Body part caught between moving ? Compressor to be grounded.
objects. ? Proper lubrication is done.
? Always use PPE (i.e. safety glasses etc) when using
compressed air.

Page 18 of 54
Gujarat State Petronet Ltd. Division: HSE
Bridging Document

6. Risk Assessment

This procedure is intended to help GSPL and their employees to assess the risk in
work place.
The process is started by identifying hazards, then by evaluating the risk arising
from those hazards and finally by taking necessary measures to reduce the risk
to persons to the lowest level that is reasonably practicable (ALARP). The
purpose of risk assessment stage of risk management is to obtain an idea of the
scale or size of risk. It should also provide the ranking of the hazards identified
to enable priority to be agreed for further action.

Risk assessment process consists of five essential steps. Each steps of the
assessment process should complete before going onto the next.

Step 1- Look for the Hazards

Look for what could reasonably be expected to cause harm. Ignore the trivial
(unimportant, small) and concentrate only on significant hazards, which could
result in serious harm or affect the several people by considering the equipment
and material being used and the environment where the work is being carried
out. Manufacturer instruction or material data sheets can also help you stop
hazards and put risk in their true perspective.

Step 2- Decide who might be harmed and how

Think about the people who may not be at the work place at the time, e.g.
cleaner, visitors, contractors, and members of the public, etc. Is there any
chance that they may/might be harmed by your activities.

Step 3- Evaluate the risk arising from the hazards and decide whether
existing precaution are adequate or more should be done
Risk can be reduced by using the following hierarchy:

? Eliminate the hazard to remove the risk e.g. use of intrinsically safe electrical
equipment in a classified area (elimination of sparks, which are ignition
source).
? Reduce or substitute the hazard with an alternative; e.g. use of sodium
hydrochloride solution instead of free chlorine gas for disinfections purpose.
? Isolate the hazard from the people; e.g. fencing of excavations.
? Control the hazard by introducing suitable measures; e.g. Permit to work
system
? Personnel Protective Equipment; e.g. use of safety harness when working at
height.

Page 19 of 54
Gujarat State Petronet Ltd. Division: HSE
Bridging Document

? Discipline- personal discipline that is competence based (e.g. well trained


staff) and organizational discipline, which is rule, based (e.g. adherence to
work procedure).

Step 4- Record your findings


Record the findings, write down the more significant hazards e.g. above ground
power cable.

Step 5- Monitor and Review (Review your assessment and revise it if


necessary)
Review your assessment from time to time and revise if necessary, if there is any
significant change. You should add to the assessment to take account of the new
hazards.

Page 20 of 54
Gujarat State Petronet Ltd. Division: HSE
Bridging Document

7. Health, Safety and Environmental Conditions for the


Execution of Construction Works

7.1 PERMIT PROCEDURE:

7.1.1 Work permit

Prior to starting the work, the Contractor must have a valid work permit:
? Either in the form of an order or work assignment supplemented by a
written work permits of the Owner for operations in natural gas stations,
provided that a representative of owner is continuously present.
? Or in the form of an order or work assignment for works at or in the
vicinity of existing installations and pressurized pipelines which are not
located in natural gas stations. Provided a representative of the Owner is
continuously present.
? Or in the form of an order or work assignment for works other than
foregoing.

The owner’s work permits must be issued for a well-defined working area and
must be requested prior to the start of the works. All special instructions
stipulated in the permits must be strictly observed.

Carrying out works without a valid work permit or outside the working are as
described in the permit will be considered as a serious breach of the safety rules.

7.1.2 Hot work permit


Prior to starting work with a naked flame, the Contractor must have a valid fire
permit in areas where there is a danger of explosion and where the risks of fire
and explosion cannot be ruled out:
Either in the form of a written fire permit issued by the operating services of the
Owner for work with a naked flame in operational natural gas stations.
Or in the form of continuous supervision by a representative of the Owner for
work with a naked flame at or in the vicinity of an underground pressurized gas
pipeline.
Prior to obtaining a fire permit, the Contractor must have at least a valid work
permit.
Work with a naked flame as defined as:
? All welding, grinding and cutting work by electrical or thermal means.

Page 21 of 54
Gujarat State Petronet Ltd. Division: HSE
Bridging Document

? All work with electrical hand tools, which are not explosion proof.
? All work with burners for, among other things, cladding or pre-heating
of welds.
? All machines or vehicles with an internal combustion engine
The Owner’s fire permits are issued for a clearly defined working area and must
be requested and renewed daily. All particular instruction stipulated in the permit
must be strictly followed.
The issuance of a fire permit does not preclude the need for a ban on smoking.
Performance of work with a naked flame without a valid fire permit or outside
the working area as described in the permit will be considered as a serious
breach of the safety rules.
The Contractor in all cases install essential and suitable fire-fighting equipment in
the immediate vicinity of the works when work with a naked flame is being
carried out.

7.1.3 Attendance list


The contractor must draw up an attendance list of all the staff on the worksite,
irrespective of the availability of social identity cards for his staff.
This list must be transmitted daily to the Owner’s representative prior to the start
of the works and must be used as a checklist in case the worksite has to be
evacuated.

7.2 PROTECTIVE MEASURES

7.2.1 Collective protective measures


To combat safety risks, preference will be given under all circumstances to the
use and maintenance of collective protective measures.
Placing and/or removal of collective protective measures are always arranged in
consultation with the Owner.

It includes installing safety nets, closing and covering trenches and pits,
delimiting dangerous areas with a physical barriers etc.

These collective measures must be applied and maintained by the Contractor


under his own responsibility. All staff present on the construction site is duty
bound to ensure the maintenance of collective protective measures.

Page 22 of 54
Gujarat State Petronet Ltd. Division: HSE
Bridging Document

7.2.2 Individual protective measures

The following individual protective measures must always be applied to all


construction sites:
? Safety helmets (in good condition and with valid inspection date)
? Safety shoes
? Suitable industrial clothing
Depending on the works to be carried out, the following extra means of
protection are compulsory:
? Suitable hand gloves
? Breathing protection
? Safety belt
? Eye and face protection
? Ear protection

7.3 FIRST AID

7.3.1 Evacuation and action plan in case of accident

Contractor must provide a detailed evacuation and action plan in his safety plan.
This plan must clearly indicate how the construction site will be evacuated in
case of accident and identify of the executives in charge.
Also indicate how the staff will be counted during evacuation.

7.3.2 Information support services / Hospitals / Doctors

Contractor must include in his safety plan a detailed list with the particulars of
the eye specialists, general practitioners and hospital closest to the construction
site.

This list must be posted in a sufficient number of clearly visible areas on the
central construction site.

7.3.3 Obligation of report


Every accident, incident or case of damage must be reported immediately. An
investigation report must be conveyed to the Owner within 24 hours.

Page 23 of 54
Gujarat State Petronet Ltd. Division: HSE
Bridging Document

7.3.4 First aid equipment

At least one stretcher must be available on each construction site. Where


feasible, preference will be given to the “shovel type” with which a victim can be
lifted and taken away immediately without prior movement.
A complete first aid kit must be available on central construction site installations
and at each shift. The first aid kits for the shift may be of a basic type. However
the kits of the central installations must be equipped to handle all first aid
situations.

7.3.5 First aid – Organisation

At least one first aid specialist must be permanently available at each


construction site. This person must be easily accessible through an efficient
communication channel of which the particulars are included in the list of support
services.

In the central construction site installations, standard notices will be posted next
to the list of support services giving the instructions for first aid and for cases of
electrocution.

7.4 FIRE SAFETY

7.4.1 Material

The contractor must assure, at his own expense, the installation and
maintenance of adequate material and devices for fire-fighting, not only for his
installations and material but also for those placed at his disposal by the Owner
or placed on the construction site by subcontractors or suppliers.
On each construction site there must be sufficient fire- fighting equipment, both
in central construction site installations and on the site itself. Particularly in
places where work is being carried out with an increased fire hazard, such as
welding and grinding work, cladding work or the use of inflammable products.
All the fire-fighting equipment must be in good condition and must always bear a
valid inspection stamp.
All fire-fighting equipment must always be located in such a way that it is
immediately accessible in case of incident.

Page 24 of 54
Gujarat State Petronet Ltd. Division: HSE
Bridging Document

7.4.2 Prevention
During the transfer of fuels, all work that may cause sparks or fire must be
interrupted within a radius of ten meters. The filling of generator fuel tanks can
only be carried out with the engine off.
Drip tray must always be placed under fuel and oil tanks as well as under pumps
and generators, which are driven by combustion engines.
At the end of the day’s work, the site must be checked for possible fire-hazard
situations.

7.4.3 Expertise of staff


The contractor is responsible for taking the necessary steps to ensure that in
each shift and on the central construction site installation at least one person is
always present who has sufficient expertise to use the available fire-fighting
equipment efficiently in case of accident.

7.5 SCAFFOLDINGS

7.5.1 Inspection

Before using any scaffolding, the contractor must submit to the Owner a copy of
the valid inspection certificate.
Scaffolding to be built on the site must be inspected by the Recognised
Inspection Organisation prior to use on the construction site and at the expense
of the Contractor. They must be inspected periodically in conformity with the
regulations of the Country Concerned, after which a copy of the inspection report
must be submitted to the Owner without any remarks.

7.5.2 Installation and layout


All scaffoldings must be checked by the Contractor for their stability before they
can be used. At least once a week the scaffolding must be checked by qualified
representative of the Contractor.

7.6 CONSTRUCTION SITE

The construction site plan must be included in the safety plan of the contractor
and must contain at least an overview of the access roads, traffic direction and
parking lots and the location of utility pipeline, first aid unit, stores, site offices,
canteens and sanitary installations.
For storing large quantities of fuel, gas bottles and small hazardous waste, a
permit must be obtained from the competent authorities.

Page 25 of 54
Gujarat State Petronet Ltd. Division: HSE
Bridging Document

Each Contractor must place the legally provided health installations in conformity
with the regulations of the Country concerned at the disposal of his staff and
maintain them daily. Meals may only be eaten in buildings specially provided for
this purpose.

7.6.1 Warning signs


Must have warning sign at entrances, exits and at any crossings with public and
private roads bearing the words “ENTRY STRICTLY FORBIDDEN”.

7.6.2 Access roads and escape roads


Must be provided with sufficient number of access roads and escape roads. Each
physically enclosed construction site must have at least two diagonally opposed
entrances and exits and remain free and adequately accessible in all
circumstances.

7.6.3 Means of communication

Sufficient means of communication to allow the owner and/or support services to


be immediately informed in case of accident.

7.6.4 Lighting

The contractor must furnish and maintain the required adequate lighting on the
site, if works have to be carried out under circumstances of insufficient daylight,
such as during overtime or in winter.

7.6.5 Noise pollution of the construction site equipment

All construction machines, including welding units, compressors, and generators


must be complying with the standards applied in the country concerned on
measures to fight noise pollution caused by construction equipment and
construction machines.

7.6.6 Signposting

The contractor must submit in his safety plan a copy of the signposting plan
approved by the local authority.
The work may only start following approval by the Owner and/or the Engineer of
the signposting plan and after installation of the signposts described in this plan.

Page 26 of 54
Gujarat State Petronet Ltd. Division: HSE
Bridging Document

The contractor is responsible for the installation and maintenance of these


signposts throughout the duration of the works as well as for all damage and
problems arising directly or indirectly for shortcomings in the signposting.

The contractor must place a sign at each local signpost with the particulars of
the person responsible that must be reachable 24 hours a day. This sign must be
placed in the direction of traffic and preferably at the end of the working area.

7.6.7 Monitoring of the construction site

The contractor must guarantee the monitoring of the construction site 24 hours a
day in order to be able to intervene immediately and efficiently in any situation,
which may arise. During pipeline works, he must put together an SOS team and
keep them at the ready with sufficient material to be able to solve all urgent
problems.

7.7 EXCAVATION WORKS

7.7.1 Type, condition, nature and equipment of machines

Each excavation machine brought to the construction site must:


? Be suitable for the work envisaged
? Be in impeccable condition
? Have the correct capacity for the work to be performed.
? Be fitted with the necessary equipment to make the use of the machine as
safe as possible.

7.7.2 Machine operators

The contractor must guarantee that all machine operators have sufficient
knowledge, experience and ability to be able to drive these machines safely.

7.8 WORKING PITS AND TRENCHES

7.8.1 Shoring up and forming banks

Earthworks, both for raising and excavating, must be carried out in such a way
that collapsing is prevented.

Page 27 of 54
Gujarat State Petronet Ltd. Division: HSE
Bridging Document

Installing a bank profile or shoring will ensure the stability of the pit or trench
walls, as the excavation work demands.
The condition of the walls and any shoring must be checked on a daily basis, in
any case on every occasion before work activities begin in the pit or the trench.

7.8.2 Opportunities for escape

Any excavation of a pit or trench with a depth of more than 1.5 metres and in
which work will be carried out will be provided with sufficient number of ladders
to offer the personnel working in the excavation the possibility of rapid
evacuation.

n working pits and trenches that are deeper than 4 metres, no work may be
carried out without continuous supervision from outside the pit or trench. In
these cases, continuous measurement of oxygen levels and harmful substances
required .

7.8.3 Pegs and railings

Excavation openings should be screened off by means of pegs and black/yellow


warning tape, railings or covering plates around the edges to warn or protect
personnel.
In addition, throughout the entire duration of works, strong railings will be
erected on the edges of working pits with a depth of more than 1.5 metres and
in all hazardous area and maintained in good condition.

7.8.4 Sand buffer for working pits on the public highways


In the event that digging work is carried out on or next to the public highway
and private roads, a sand buffer shall be placed in the direction of the traffic
prior to the digging work so that no vehicle can fall into the pit.

7.8.5 Catwalks over pits and trenches


The contractor will install the necessary catwalks in all places where people have
to cross over the excavations.
In places where work will not be performed immediately, pits and trenches will
be solidly screened of with strong fences or, covered over with plates that are of
sufficient strength.

Page 28 of 54
Gujarat State Petronet Ltd. Division: HSE
Bridging Document

7.9 ELECTRICITY ON THE SITE


7.9.1 Inspection
Every electrical installation on the site, including generators, distribution
cabinets, etc., will be inspected by a Recognised Inspection Organisation before
it is brought into service. Any defect must be reported immediately.
The contractor will attach a copy of the inspection report to his safety plan and
hand it over to the Owner and/or the Engineer.
7.9.2 Cables and connections
Distribution panels must remain closed at all times during use.
7.9.3 Electrical tools
Welding transformers and welding generators must be equipped with a power
limiter that will guarantee the prescribed safety current.
In closed areas, tunnels, deep construction pits and damp crawling spaces, only
tools with safety current must be used.

7.10 HOISTING WORK

7.10.1 Hoisting gear and hoisting material


All machines brought to the site and which can be used as hoisting gear must be
provided with a valid certificate of approval. If no certificate is available, the
Contractor will have an inspection carried out before bringing the machine onto
the site.
The contractor will list all certificates of approval for machines on the site in his
safety plan.
All hoisting equipment must bear a valid inspection stamp, be in impeccable
condition and exhibit no obvious defects. The inspection certificates for the
hoisting equipment will also be listed in the safety plan.

7.10.2 Personnel and Organisation


Crane operators must be in possession of a certificate of qualification issued by
an authorized institution.

Page 29 of 54
Gujarat State Petronet Ltd. Division: HSE
Bridging Document

7.11 STORING MATERIAL


7.11.1 General
A clear storage plan will be drawn up in advance, both for the central site
equipment and the storage areas along the perimeter of the site. For storage
areas along public or private roads, this plan must be approved beforehand by
the parties involved.

7.11.2 Hazardous products


All hazardous products such as gases, fuels, paints and poisonous and aggressive
products will be stored in clearly separated areas and provided with leakage
trays as required. The storage of such products will be specially indicated on the
building site plan listed in the safety plan. A copy of the safety and health cards
for the products used must be attached to the safety plan.
When storing hazardous products, sufficient and suitable fire-fighting equipment
must be on hand. The location of this fire-fighting equipment must be such that
it can be used immediately in the event of an incident.
In works where harmful or poisonous vapours are released, measures must be
taken to remove them efficiently.

7.12 ACETYLENE WELDING AND CUTTING EQUIPMENT

The oxygen and fuel gas bottles will be placed vertically and or at an angle of at
least 350 during use. They must be mounted on stable bottle trolley.
Any installation for acetylene welding and cutting must be equipped with a
sufficient number of blowback protection devices.
When working with a naked flame, two ABC fire extinguishers of at least 5 kg
must be available on the site.

Page 30 of 54
Gujarat State Petronet Ltd. Division: HSE
Bridging Document

7.13 RADIOACTIVE SOURCES


7.13.1 Marking out of the test area
The area where radioactive sources are being used must be clearly marked out
by means of yellow/black warning tape and standardized pictograms with the
words “No Entry – Radiation Hazard”.

7.13.2 Safety guard at the test area


Throughout the entire duration of testing with radioactive sources, a safety
guard will be posted, in addition to the warning signs.
The decisions and orders of these safety guards must be strictly adhered to at all
times.

7.14 PRESSURE TESTS


7.14.1 Inspection of test equipment
All the equipment that will be used for carrying out pressure tests such as hoses,
couplings, testing heads, etc., will be inspected in advance by a Recognised
Inspection Organisation.
A copy of the inspection certificates will be enclosed with the safety plan by the
Contractor.

7.14.2 marking out and screening off the test area


The areas where pressure tests are to be carried out will be clearly marked out
by means of black/yellow warning tape and a warning sign with the words “No
Entry-Installation Under Pressure”.

7.15 ORDER AND CLEANLINESS ON THE SITE


7.15.1 General hygiene
The Contractor will ensure that, in accordance with the prevailing legislation,
there are a sufficient numbers of toilets, changing rooms and canteens available
for the personnel present. The discharge of the various wastewaters must be
carried out in accordance with the prevailing legislation.

Page 31 of 54
Gujarat State Petronet Ltd. Division: HSE
Bridging Document

7.15.2 Cleanliness of the workplace


The contractor is also responsible for the cleanliness of the workplace; for this
purpose he must clean up his workplace at least once a day.
Depending on the type of waste materials (household waste, industrial waste,
small hazardous waste, etc.), the contractor will submit the documentary proof
for the removal of these materials to an officially recognized dumping site in
accordance with the prevailing legislation.
The dumping of waste materials of any kind in the trenches of working pits is
strictly forbidden. All environmental pollution must be prevented and the
Contractor will take all the measures necessary to avoid polluting the soil, the air
and the water in accordance with the stipulations of the prevailing legislation.

7.16 PERSONAL BEHAVIOR

All unsafe situations and actions must immediately be reported to the Owner
and/or the Contractor. The instruction given by representatives of the Owner
must be complied with strictly and immediately.
The use of the available means of protection is compulsory and must be strictly
adhered to at all times.
Entry into existing installations owned by the Owner or third parties is completely
forbidden unless this is strictly necessary for carrying out work and the express
permission of the Owner has been secured.

Page 32 of 54
Gujarat State Petronet Ltd. Division: HSE
Bridging Document

8. Audit / Inspection

8.1 Purpose

a. Determine whether or not the HSE management system

1. Conforms to planned arrangements for HSE management;


2. Has been properly implemented and maintained; and
3. Is effective in meeting GSPL’s policy and objectives

b. Review the results of previous audits


c. Provide information on the results of audits to management

8.2 Procedure and responsibilities

8.2.1 Audit Plan

The Contractor Project Manager in consultation with the PMC Incharge


and HSE Officer and others as appropriate will be responsible for
producing an HSE Audit Plan. This will include scheduled auditing of
management systems, facilities, operations, suppliers and contractors plus
technical audits.

The Audit Plan will detail

? The module to be audited


? When the audit will be carried out
? Who is responsible for leading the audit
? Which area of GSPL will be sampled

The audit will be conducted at least quarterly. The inspection will be


conducted on monthly basis.

The audit plan will be reviewed half yearly and revised as necessary.

Page 33 of 54
Gujarat State Petronet Ltd. Division: HSE
Bridging Document

The periodicity of reporting certain modules will vary. Factors to consider


when determining the periodicity of audits will include (but no be limited
to):

? The criticality of the element of the management system to successful


implementation of the HSE policy
? The results of risk assessments.
? The results of previous audits of that module
? The results of work place monitoring
? Requirements of clients
? The results of injury, incident and ill health investigation
? Other audit activity by external bodies (e.g. promoters Audit,
certification bodies, enforcement agencies etc)

The audit modules shall include an audit of the HSE Management system

8.3 Audit Process and Methodology

The HSE Manager shall be responsible for producing and maintaining an


HSE Auditing Manual. This will describe the structured methodology by
which HSE audits will be carried out and will contain a series of audit
modules. The Manual will be split into four sections namely:

? Management Systems
? Facilities
? Operations

When taken together, the modules shall cover audit frameworks for all
management systems, facilities, and operations.

Each module shall provide a structured checklist to facilitate auditing of


that system area of activity.

On the completion of audit will prepare audit report in HSE audit report
form. The auditor should clearly mention the areas of the improvement
and non-conformances in this format and obtain signature of auditee. The
auditor will then provide HSE audit report to the Location Head and
forward copy of the same to HSE Manager for his record.
The location head will be responsible to ensure that all the non-conformances
observed are closed within the agreed time frame in the HSE Audit Report.

Page 34 of 54
Gujarat State Petronet Ltd. Division: HSE
Bridging Document

8.3 HSE Audit/Inspection Checklist

Module: Construction Activity

No. Content

1 Safe Places of Works


2 Excavation
3 Manual Handling
4 Hoists
5 Cranes and lifting appliances
6 Plant and Machinery
7 Emergency Arrangements
8 Noise
9 Welfare
10 Protective Clothing
11 Electricity
12 Protecting the Public
14 Environmental Consideration
15 Safety
16 Technical

No. Question Yes N N/A Comme


o nt

1. Safe Places of Works


1.1 Can everyone reach their place of work safely,
e.g. are roads, gangways, passageways, etc. in
good condition?
a) Are correct working signs being used?
b) Are sufficient barriers being used to protect
work place?
c) Is adequate pedestrian access being
maintained?
d) Are traffic management arrangements
satisfactory?
e) Are information signs being maintained?

Page 35 of 54
Gujarat State Petronet Ltd. Division: HSE
Bridging Document

1.2 Have guardrails or equivalent protection had


been provided to stop falls into:
(a) Excavations?
1.3 Are holes and openings:
a) Securely guarded?

b) Provided with edge protection? Or

c) Provided with fixed, clearly marked


covers?
1.4 Are all working areas and walkways:
a) Level?

b) Free from obstructions?


1.5 Is the site tidy? And,
a) Is material stored safely?
1.6 Are there proper arrangements for collecting
and disposing of waste materials?
1.7 Is the work adequately lit? And, is sufficient
additional lighting provided when work is carried
out:
a) After dark? Or

b) Inside buildings?
2. Excavation
2.1 Is an adequate supply of timber, trench sheets,
props or other supporting material made
available before excavation work begins?
2.2 Is the material strong enough to support the
sides?
2.3 Is a safe method used for putting in the
support?
(One that does not rely on people working
within an unsupported trench)
2.4 Is there safe access to the excavation?
(e.g., by a sufficient long, secured ladder)
2.5 Are there guardrails or other equivalent
protection to stop people falling in?
2.6 Are properly secured stop blocks provided to

Page 36 of 54
Gujarat State Petronet Ltd. Division: HSE
Bridging Document

prevent tipping vehicles from falling in?


2.7 Does the excavation affect the stability of
neighboring structure?

2.8 Are materials, spoil or plant stored away from


the edge of the excavation in order to reduce
the likelihood of a collapse of the side?
2.9 Is the excavation inspected by a competent
person at the start of every shift and after any
accidental collapse or event likely to have
affected its stability?

3. Manual Handling
3.1 Are mechanical aid / equipment used so that
manual lifting and handling of heavy objects are
kept to a minimum.
3.2 Have risks assessments with manual handling
activities been:
a) Carried out? And where appropriate have
employees been:
- Trained?
b) Informed of the heavy objects are kept to
a minimum?

4. Hoists
4.1 Is the hoist protected by a substantial enclose to
prevent someone from being struck by any
moving part of the hoist or falling down the
hoist way?
4.2 Are the controls arranged so that the hoist can
be operated from one position only?
4.3 Has the hoist operator been trained?
4.4 Is the hoist’s safe working load clearly marked?
4.5 If the hoist is of materials only, is there a
warning notice on the platform or cage to stop
people riding on it?
4.6 Is the hoist:
a) Inspected weekly? And

Page 37 of 54
Gujarat State Petronet Ltd. Division: HSE
Bridging Document

b) Thoroughly examined every six months


by a competent person? And

c) Are the results of inspection recorded?


5. Cranes and lifting appliances
5.1 Is the crane on a firm level base?
5.2 Are the safe working loads and corresponding
radii known and considered before any lifting
begins?
5.3 If the crane has a capacity of more than 1 tonne
does it have an automatic safe load indicator
that is maintained and inspected weekly?
5.4 Are all operators trained and competent?
5.5 Has the banksman/slinger been trained to:
a) Give signals?

b) Attach load correctly?


5.6 Are cranes inspected:
a) Weekly? And
b) Thoroughly examined by a competent
person every 14 months?
5.7 Are the results of inspections and examinations
recorded?
5.8 Does the crane have a current test certificate?

6. Plant and Machinery


6.1 Is the right plant and machinery being used for
the job?
6.2 Are all-dangerous parts guarded? (e.g. exposed
gears, chain drives, projecting engine shafts,
etc.)
6.3 Are guards:
a) Secured?

b) In good repair?
6.4 Is the machinery:
a) Maintained? And
b) Are all safety devices operating correctly?

Page 38 of 54
Gujarat State Petronet Ltd. Division: HSE
Bridging Document

6.5 Are all operators trained and competent?

7. Emergency Arrangements
7.1 Have emergency procedures been developed/
(e.g. evacuating the site in case of fire or rescue
from a confined space)
7.2 Are people on site aware of the procedures?

8. Fire
8.1 Are there any flammable materials stored on
site? If so,
a) Are the quantities kept to a minimum?
8.2 Are there proper storage areas for flammable
liquids and gases? (e.g. LPG and Acetylene)
8.3 Are containers and cylinders returned to these
stores at the end of the shift?
8.4 Are ignition sources and smoking banned in
areas where gases and flammable liquids are
stored and used?
8.5 Are gas cylinders and associated equipment in
good condition?
8.6 When gas cylinders are not in use, are the
valves fully closed?
8.7 Are cylinders stored outside?
8.8 Are adequate bins or skips provided for storing
waste?
8.9 Is flammable and combustible waste material
removed regularly?
8.10 Are the right number and type of fire
extinguishers:
a) Available?

b) Accessible?
9. Noise
9.1 Are others not involved in the work kept away?
9.2 Is suitable hearing protection:
a) Provided? And

Page 39 of 54
Gujarat State Petronet Ltd. Division: HSE
Bridging Document

b) Worn?

10. Welfare
10.1 Has suitable and sufficient toilets:
a) Been provided? And

b) Kept clean?
10.2 Is drinking water provided?
10.3 Is there a site hut or other suitable
accommodation where workers can sit, make
hot drinks or prepare food?
10.4 Is there adequate first aid provision?
10.5 Are welfare facilities easily and safely accessible
to all who need to use them?

11.Protective Clothing
11.1 Has adequate personal protective equipment
been provided? (e.g. hard hats, safety boots,
gloves, goggles, dust masks, etc.)
11.2 Is the equipment:
a) In good condition?

b) Worn by all who need it?


12. Electricity
12.1 Where mains voltage has to be used, are trip
devices, e.g. residual current devices (RCDs):
a) Provided?
b) Used?
12.2 Are cables and leads protected from damage by:
a) Sheathing?

b) Protective enclosures?

c) Positioning?
12.3 Are all connections to the system:
a) Properly made? And

b) Are suitable plugs are used?

Page 40 of 54
Gujarat State Petronet Ltd. Division: HSE
Bridging Document

12.4 Is there an appropriate system of user checks


including:
a) Formal visual examinations by site
managers?

b) Combined inspections?

c) Tests by competent persons for all tools


and equipment?
12.5 When working near or under overhead lines has
the:
a) Electricity supply been turned off? Or have,

b) Other precautions, such as ‘goal posts’ or


taped markers been provided?
12.6 Have underground electricity cables:
a) Been located?

b) Position marked? And

c) Precautions for safe digging taken?


13.Protecting the Public
13.1 Are the public fenced off or otherwise protected
from the work?
13.2 When work has stopped for the day:
a) Is the perimeter fencing secure and
undamaged?

b) Are excavations and openings securely


covered or fenced off?

c) Is all plant immobilized to prevent


unauthorized use?

d) Are materials stacked/stored safely?

e) Are flammable or dangerous substances


locked away in secure storage places?
14. Environmental Considerations
14.1 Have all practical measures been undertaken to
reduce the following nuisances to a minimum:

Page 41 of 54
Gujarat State Petronet Ltd. Division: HSE
Bridging Document

a) Noise? (Is the noise level within


acceptable limit)

b) Dust generation/suppression?

c) Odor?

d) Light?
e) Traffic movements?
14.2 Where nuisance is unavoidable have those likely
to be affected been informed?
14.3 Have all planned discharges of wastewater
(effluent) to foul drains or surface waters
received prior consent from the relevant
authorities? (The Water Plc or The Environment
Agency respectively)
14.4 Are control measures in place to minimize the
effect of any leakage from storage tanks or
drums?
14.5 Is waste stored appropriately to prevent escape?
14.6 Has special waste been segregated?
14.7 Are all liquids stored in closed, leak proof
containers?
14.8 Are all drums and other containers labeled with
their contents?
14.9 Are all drains and road gullies free from
obstruction?
14.10 Are drip trays placed under refueling points for
diesel and/or oil?
14.11 Are dispensing drums supported on drum
cradles?
14.12 Where appropriate are wheel washing facilities
provided?
14.13 Are environmental emergency procedures
appropriate? If so:
a) Are they available?

b) Are staffs aware of them?


14.14 Is care being taken to avoid damage to trees

Page 42 of 54
Gujarat State Petronet Ltd. Division: HSE
Bridging Document

and their roots?


15. Safety
a) Is first aid kit available?

b) Are appropriate medicines in the First Aid


Kit?
16. Technical
a) Are teams following procedures?
b) Is work being undertaken in accordance
with work instruction/plan?
c) Is pipe installed at correct depth?
d) Are stoppers mounted in the ends of all
pipes?
e) Has pipe been protected from sharp back
fill materials?
f) Has backfill materials been laid with the
correct layer depth?
g) Has backfill materials been adequately
compacted?

Page 43 of 54
Gujarat State Petronet Ltd. Division: HSE
Bridging Document

9. Reporting Requirements
Sr. No. Name of Reporting Format Time Frame
1. Near Miss Reporting Form To be submitted within 3 days from the
date of incident.
2. Initial Incident Reporting Form To be submitted within the 3 days from
the date of incident. But, if the
incident/accident comes under the Lost
Time Injury/ Fatality then informed HSE
deptt. within 24 hours from the date of
incident.
3. Incident/ Accident / Near Miss To be submitted within 7 days from the
Investigation Reporting Form date of incident.
4. Hazard Identification Card To be filled before starting all critical
tasks and its duplicate copy to be
submitted on weekly basis.
5. Work Permit Format The green copy to be submitted on
weekly basis with completion status.
6. HSE Daily Reporting Form To be submitted by e-mail on every
consecutive day.
7. Monthly HSE Report To be submitted on or before 5th of
every month.
8. HSE Suggestion Form To be submitted on monthly basis.
9. Tool Box Talks record Register to be maintained and its copy
to be submitted every fortnight with
discussion topics.
10. Training/Awareness Program Register to be maintained and its copy
to be submitted every month .
11. HSE Meeting HSE Meeting will be conducted every
month and a copy of minutes of
meeting is to be sent to HSE deptt. with
action plan.
12. Compliance Status Report Points raise from any source i.e. Safety
audit, Periodic site visit, HSE meeting,
Incident Investigation etc. should
complied and its report to be submitted
to HSE deptt. every month.
13. HSE Audit Internal HSE Audit to be conducted
every month and its report to be
submitted to HSE deptt.

Note: All formats are mandatory unless a contractor specially requests in


writing for an option with giving reason.

Page 44 of 54
Gujarat State Petronet Ltd. Division: HSE
Bridging Document

1. Near miss Reporting Form

Near miss: An incident, which under slightly different circumstances could


have resulted in harm/injury to people or loss to process.

This is your chance to stop and accident before it has a chance to ‘get’ someone
or something.

1. ………………………………..………………NAME (Personnel who witnessed the Near


miss)
on ………………………..(date) in the……………………………(section).

What has happened ?


……………………………………………………………………………………………………………………
……………………………………………………………………………………………………………………
……………………………………………………………………………………………………………………
…………………………….……………………………………………………………………………………
……………………………………………………………………………………………………………………
…………………………………………………………………………………….……………………………
……………………………………………………………………………………………………………………
…………………………………………………………………………………………

Possible damage that might have happened


……………………………………………………………………………………………………………………
……………………………………………………………………………………………………………………
……………………………………

Under the following different circumstances:


1. ………………………………………………………………………………………
2. ………………………………………………………………………………………
3. ………………………………………………………………………………………

Recommendation to prevent such incident in future


1. ………………………………………………………………………………………
2. ………………………………………………………………………………………
3. ………………………………………………………………………………………

Page 45 of 54
Gujarat State Petronet Ltd. Division: HSE
Bridging Document

2. Initial Incident reporting Form

A. PERSONNEL INFORMATION
NAME OF INJURED/ILL EMPLOYEE
GSPL CONTRACTOR
COMPANY NAME COMPANY PHONE NO.

COMPANY ADDRESS CITY STATE

DEPARTMENT WORK LOCATION JOB CLASSIFICATION

B. INCIDENT INFORMATION
INCIDENT SITE LOCATION PH NO

DATE/TIME OF INCIDENT DATE/TIME REPORTED TO SUPERVISOR

NAME OF SUPERVISOR AT INCIDENT SITE PERSON REPORTING INCIDENT

INCIDENT DESCRIPTION :

INJURY/ILLNESS DESCRIPTION :

C. TREATMENT INFORMATION
TREATMENT DESCRIPTION

TREATMENT ADMINISTERED BY DATE OF TREATMENT TIME OF TREATMENT

PHONE NO ONSITE/CLINIC/HOSPITAL(Name of providing facility)

D. PREVENTION/CORRECTIVE ACTION INFORMATION


INCIDENT CAUSES :

CORRECTIVE ACTIONS TO PREVENT RE- ACCOUNTABLE PLANNED COMPLETION DATE


OCCURRENCE PERSONS
1.
2.
3.
SUPERVISOR SIGN DATE REVIEWED BY DATE

Page 46 of 54
Gujarat State Petronet Ltd. Division: HSE
Bridging Document

3. Incident/Accident Investigation Report

TYPE OF INSTALLATION DATE/TIME OF DATE OF REPORT


INCIDENT
LOCATION OF INCIDENT

INJURY OR ILLNESS PROPERTY DAMAGE OTHER POTENTIAL LOSS

INJURED NAME EQUIPMENT DETAILS DAMAGE DETAILS

NATURE OF COST ESTIMATED NO. OF LOST DAYS


INJURY/ILLNESS
MINOR MAJOR
DESCRIBE HEAD OFFICE THE EVENT OCCURRED:

IMMEDIATE CAUSES:

BASIC CAUSES:

REMEDIAL ACTIONS:

NAME & SIGN OF INVESTIGATOR FOLLOW UP ACTION/DATE


1.___________________________________________
DATE : 2.___________________________________________
3.___________________________________________
4.
REVIEWER’S ANALYSIS OF CAUSES AND THE REMEDIAL ACTIONS

FOLLOW UP ACTION COMPLETED SIGNATURE OF REVIEWER

DATE : DATE :

Page 47 of 54
Gujarat State Petronet Ltd. Division: HSE
Bridging Document

4. Hazard Identification Card


(Fill-up this card before starting critical activities)

Location :……………………………………………
Date & Time:……………………………………………..
Job :……………………………………………

GSPL Contractor
Supervisor’s
Name/Initial

No. Will the work involve Hazard Action taken


1 Use of lifting equipment
2 Manual handling
3 Working near object that may
move/slide
4 Working with equipment or
connections under pressure
5 Potentially dangerous equipment
6 Potentially hazardous material
7 Electrical equipment
8 Working near electrical installation
9 Working at height
10 Slip, Trip or Falls
11 Operational health risk
12 Environmental impact
13 Personnel need to installation

Review/remarks by concerned Manager of GSPL

Remember
Everyone is responsible
? Using correct tool for the job
? Remaining vigilant
? Using correct PPE for the job
? Making aware of the job

Page 48 of 54
Gujarat State Petronet Ltd. Division: HSE
Bridging Document

5. Work Permit
Sr. No. _______________
HOT WORK CONFINED MAINTENANCE WORKING AT
SPACE ENTRY HEIGHTS
OTHER ………………………

1. SITE DETAILS
Valid from ……………..hours on ……../……./………..to ..…………. hours
on..……/……./……….
Site location …………………………………………. Work to be carried out
…………………………………………………………………….
Engineer in Charge of work: Name……………………………………………
Designation………………………………
Emergency contacts……………………………………………………………………………..
Other authorities advised (Specify)…………………………………………………………….

2. Following area / items are / have been inspected and are safe for work:
HOT WORK CONFINED SPACE ENTRY MAINTENANCE
? Fire watch required/ ? Lockout / Tagout
? Communication
assigned ? Lines broken / cupped /
equipment.
? Fire extinguisher blanked
? Lockout / Tagout
available nearby ? ? Eqpt. Isolated or blinded?
? Purge/flush/vent.
? Eqpt. Isolated or ? Eqpt. Fully drained /
? Standby personnel
blinded? purged?
? Ventilation
? Eqpt. Depressurized ? Cordon off area?
? Breathing apparatus
? ? Specific instructions.
? Oxygen % 1.____
? Eqpt. Flushed/liquid ? Other _________
2.____ 3.____
drained ? ADDITIONAL REQUIREMENT
? LEL % ______
? Vented to ? Full body harness & fall
? Rescue harness
atmosphere or protection.
provided?
purged? ? Ladder attendant.
? Other ___________
? Eqpt./area free of ? Scaffolding required.
flammable? ? Tools to be inspected.
? LEL % ____ ? Carry portable gas
? Fire & gas detector detector.
inhibited? ? Tags / signs to be
? Cylinders kept provided.
vertical? ? Housekeeping
? Other ? Environmental Aspect
_____________ ? Other ____________

Page 49 of 54
Gujarat State Petronet Ltd. Division: HSE
Bridging Document

3. ENGINEER IN CHARGE OF WORK


I have read this permit, understand the work to be carried out & will comply with the
condition to be observed and attachment.

Signature: Date:
4. SHIFT IN CHARGE

Name/Signature: Shift:

5. AUTHORISATION
The site has been examined & I am satisfied that the work specified may be carried out subject to

compliance with the above conditions & satisfactory test results.

Site Safety Officer Line Manager


Name
Designation
Signature
Date
Tele. / Mob

6. CONTINUATION OF WORK
Work may continue until Signature of Safety Signature of Line
Officer Manager
Sr. Date Time
No. From To

7. WORK COMPLETED
I have inspected/tested the work covered by this permit & certify that the work has
been completed.

Engineer In charge: Designation:

Signature: Contact No:

Page 50 of 54
Gujarat State Petronet Ltd. Division: HSE
Bridging Document

6. HSE Daily Reporting Form

Location / Site
:……………………………………………………………………………………….

Activities
:……………………………………………………………………………………….

Contractor / Sub-contractor
:……………………………………………………………………………………….

Date
:……………………………………………………………………………………….

Contractor’s Site Safety Officer


:……………………………………………………………………………………….

Performance Brief Description Action Taken


Indicators
Near miss

Accident

Inspection

Tool Box Talk

Hazard
Identification

HSE Initiative

Page 51 of 54
Gujarat State Petronet Ltd. Division: HSE
Bridging Document

7. Monthly HSE Report


Period: From __________ to _________
Project: _____________________________
Name of Contractor: _____________________
LAGGING HSE PERFORMANCE INDICATORS
Indicator
Accidents / Incidents Current month Previous months Total
(Cumulative)
Fatalities
Lost Time Injury
Medical Treatment Cases
First Aid Case
Near misses/Hazard report
Asset Damage
Environmental Cases
Compensation cases
Man hours

LEADING HSE PERFORMANCE INDICATORS


Description
Indicator
Meetings / Tool Box Talk: -
Highlights of

Feedback / Discussions / Review


HSE Awareness Programs

HSE Audit / Inspection:-


No. And highlights of Audits / Inspection

HSE Initiatives / Incentive scheme:


Brief Highlight

Highlights of machinery break down:


Including cause & consequence

Maintenance: -

High lights of Maintenance of Critical equipment giving


nature of equipment, certification

Sr. Management tour/visit

Workmen compensation policy


? Whether all workmen are covered
? Whether the policy is valid
? Whether workmen are registered under the
Employee's State Insurance Act, 1948

Page 52 of 54
Gujarat State Petronet Ltd. Division: HSE
Bridging Document

Description
Environmental Indicator

Restoration near to original contours

Air, water & soil quality protection

Noise control

Soil erosion control and slope


stabilization

Green belt development

Socio-economic and welfare

Prepared by Authorized Copy to


Contractors
Representative

Name- Name-

Sign- Sign-

Page 53 of 54
Gujarat State Petronet Ltd. Division: HSE
Bridging Document

8.
Department: HSE
Doc. No.
Gujarat State Petronet Ltd GSPL/RCH_HSE/09/04
Date:

HSE Suggestion Form

Name of Person:

Department/Location:

Problem:

Suggestion:

Benefit from this suggestion:

Comments:
Location Head/HOD Name:

Evaluation:
(Including saving if any)

Should this suggestion be implemented?

If yes- implementation plan

Action by HSE (M):

Should the employee be rewarded?

If yes- recommend the reward- (cash, kind, letter of appreciation):

Display employee’s name at all locations with suggestion and reward.

Page 54 of 54
APPENDIX-X

MINIMUM CRITERIA FOR


OPERATIONAL ACCEPTANCE
MINIMUM CRITERIA FOR OPERATIONAL ACCEPTANCE

1. Caliper pigging with bend radius and angle identification shall be done
from Pig Launcher to Pig Receiver after completion of 100% joints (NDT).

2. Contractor shall carry out the magnetic flux leakage type intelligent pigging
from Launcher to Receiver.

3. All major crossings shall be physically verified for settlement anywhere


along the line and reconfirm the depth of the pipeline.

4. Pipeline PCP acceptance shall be based on potential measurement which


shall be –0.95 to –1.5volts after completing the mitigation survey, Pearson
survey & CPL survey.

5. Electrical system shall operate fault free.

6. OFC Acceptance Test: 0.4 db per kilometer when checked at IC10 wave
length by OTDR.

7. All the field instruments shall operate without any fault and give accurate
readings.

8. All remote control valves shall operate through SCADA and manual
operation also for open –close activity and the position of valve shall be
available to SCADA system. All manual valves shall be checked for open
& close operation.
APPENDIX-XI

WELDING SPECIFICATIONS CHART


FOR M/L & TERMINAL
PIPING CLASS : D4A
PIPES ASTM A 333 GR. 6
MATERIAL FITTINGS ASTM A 350 GR. LF2, ASTM A 420 GR. WPL6
SPECIFICATIONS FLANGES ASTM A 350 GR.LF2
OTHERS

BASE METAL ‘P’ NO 1


GROOVE JOINTS
BUTT OTHER THAN BUTT
WELDING PROCESS FILLER PASS GTAW FILLER PASS GTAW
ROOT PASS GTAW ROOT PASS GTAW
/SMAW /SMAW
FILLET JOINTS / SOCKET JOINTS : GTAW/SMAW

GROOVE JOINTS
BUTT OTHER THAN BUTT
ROOT PASS FILLER PASS ER70SG ROOT PASS FILLER PASS ER70SG
WELDING MATERIAL ER70SG WIRE / E7018-1 ER70SG WIRE / E7018-1
NOTE-1 NOTE-1 NOTE-1 NOTE-1
FILLET JOINTS / SOCKET JOINTS : E7018-1
BACKING RING : …….. CONSUMABLE INSERT : ….

JOINT PREPARATION ASME B31.8

GASES PURGING SHIELDING : ARGON


GAS COMPOSITION PURGING SHIELDING : 99.995%
PREHEATING PREHEAT TEMP: 10 °C MIN/100 °C POST HEATING
(FOR THK>=25.4 mm)
CONTINUITY OF WELDING AND PREHEAT :
HOLDING TEMP : HOLDING TIME :
POST WELD HEAT
RATE OF HEATING: MIN. HOLDING TIME :
TREATMENT NOTE 1
METHOD OF COOLING : RATE OF COOLING :

MECHANICAL CHARPY ‘V’ NOTCH IMPACT TEST VALUE MIN: 28 J AVERAGE : 35 J


PROPERTY AT TEMPERATURE : AT –20 °C OR DESIGN TEMP. WHICHEVER IS HIGHER
REQUIREMENTS HARDNESS :

CODE OF FABRICATION ; ASME B31.8

TECHNICAL NOTES :

1. ER70 SG WIRE SHALL BE IMPACTED AT –20 °C OR DESING TEMPERATURE, WHICHEVER IS HIGHER.


2. HEAT TREATMENT SHALL BE DONE AS PER ASME 31.8 FOR WALL THICKNESS EXCEEDING 19 mm.

WELDING SPECIFICATION CHARTS Specification No. : MEC/S/05/62/02A Rev.


FOR TERMINAL PIPE WELDING 0

MECON Limited
PIPING CLASS : 12” Main Pipeline
PIPES API 5L GR. X 65 PSL2
MATERIAL FITTINGS
SPECIFICATIONS FLANGES
OTHERS

BASE METAL ‘P’ NO 1


GROOVE JOINTS
BUTT OTHER THAN BUTT
WELDING PROCESS
ROOT PASS SMAW FILLER PASS SMAW ROOT PASS SMAW FILLER PASS SMAW
FILLET JOINTS / SOCKET JOINTS : SMAW

GROOVE JOINTS
BUTT OTHER THAN BUTT
FILLER PASS
WELDING MATERIAL ROOT PASS E6010 ROOT PASS E6010 FILLER PASS E7010G
E7010G
FILLET JOINTS / SOCKET JOINTS : E7010
BACKING RING : …….. CONSUMABLE INSERT : ….

JOINT PREPARATION ASME B31.8 & OISD 141

GASES PURGING SHIELDING : ARGON


GAS COMPOSITION PURGING SHIELDING : 99.995%
PREHEATING PREHEAT TEMP: 10 °C Minimum POST HEATING
CONTINUITY OF WELDING AND PREHEAT :
HOLDING TEMP : HOLDING TIME :
POST WELD HEAT
RATE OF HEATING: MIN. HOLDING TIME :
TREATMENT NOTE 1
METHOD OF COOLING : RATE OF COOLING :

MECHANICAL CHARPY ‘V’ NOTCH IMPACT TEST VALUE MIN: 28 J AVERAGE : 35 J


PROPERTY AT TEMPERATURE : - 20 °C
REQUIREMENTS HARDNESS :

CODE OF FABRICATION ; ASME B31.8

TECHNICAL NOTES :

WELDING SPECIFICATION CHARTS Specification No. : MEC/S/05/62/02A Rev. 0


FOR PIPE WELDING

MECON Limited
APPENDIX-XII

TRANSITION FITTING
APPENDIX-XIII

PIPELINE INFORMATION
MANAGEMENT SYSTEM (PIMS)
BASED PIPELINE INFORMATION MANAGEMENT SYSTEM- Web Based

Purpose:

The objective of implementing Web Based Pipeline Information Management System is to


provide a web based software solution, for getting online, validated pipeline construction data,
which gets updated through a process, on a daily basis. The software solution (PIMS) is
required to track the field progress of various activities on daily basis and shall make available
validated data with relevant records on project website through predefined process logics.

Qualification Criteria

• The PIMS vendor should have executed at least 2 projects (completed). The completed
projects pipeline length shall be minimum 50 kms. The cumulative implementation
experience ( all inclusive ) shall not be less than 100 kms.

• GIS implementation experience shall be at least in 1 project (completed), but not less than
cumulative 50 kms. of implementation experience.

• Credentials in the form of Work Orders & respective Completion Certificates as on day of
bidding shall be submitted along with bid submission. The completion certificates of those
projects which have been implemented as per PIMS tender specification in the pipe laying
tender shall be accepted.

• The owner reserves the right to enquire & verify the authenticity of the completion
certificates submitted with the respective Pipeline Project Owners before or any time
during the entire project duration period, any incorrect information provided shall lead to
termination of order.

• The PIMS provider shall be independent third party vendor.

• The organization should preferably be certified to an international quality management


system (QMS) certifications like ISO 9001:2000 and the certificate scope shall clearly
mention relevance to PIMS.

• The PIMS vendor should have proper auditable PIMS & IT security system in place. The
relevant work procedures shall be submitted along with bid submission

• The pipeline contractor shall submit proof of tie-up (Comfort Letter / Commitment Letter) of
PIMS vendor along with the bid.

Scope :

D:\old data\Vijyant\GSPL\Tender\Const\Vol IB of V\PIMS-2_03-03-07.doc Page 1 of 5


This document specifies the technical scope of the Web based Pipeline Information
Management System that shall be implemented by the EPC contractor for the Padamla –
Godhara Pipeline Project and its associated facilities covered in the EPC scope of work.

Technical Requirements:

The software solution shall have features to handle, manage and query data for all major
pipeline activities, but not limited to, following field activities:

1. Daily Progress Report (DPR)


2. Next day Programme
3. Stringing
4. Bending
5. Trenching
6. Welding
7. Tie-In Welding
8. Welding Repair
9. Non Destructive Testing – Radiography
10. Non Destructive Testing – Ultrasonic Testing
11. Non Destructive –Magnetic Particle Testing
12. Non Destructive – Liquid Penetration Testing
13. Joint Coating
14. Lowering
15. Back-filling
16. Restoration
17. Hydro-testing
18. Sectionalizing Valve stations / Tap Off Point – Mechanical
19. Terminal stations
20. Status of bought out items like QAP and approved drgs
21. Man Hours requirement for different construction activities
22. master schedule of the project activity wise
23. As Built drawings and Documents
24. Uploading of Operating manual

Progress of each construction activity requires shall be tracked separately like Alignment,
crossing, P&ID, Isometric, route etc through individual reporting data & GIS modules for each
activity, with appropriate hyperlinks to relevant field inspection reports, activity history & work
procedures. The project website shall have integrated Electronic Document Management
System (EDMS). The Progress reports shall be Graphical / pictorial depiction.

The access to entire project data shall be through GIS and PIMS data module and there shall
be seamless integration & navigation between them. The PIMS vendor shall use licensed
software versions for development & deployment of PIMS & GIS.

D:\old data\Vijyant\GSPL\Tender\Const\Vol IB of V\PIMS-2_03-03-07.doc Page 2 of 5


The PIMS vendor shall demonstrate the entire process of data enabling, on project website to
the client for its proper evaluation, including proof & use of licensed software as a part of IT
compliance. The PIMS vendor shall have adequate IT security systems in place to convince
client confidence in the network security.

The software vendor shall submit its detailed work procedures for its evaluation along
with the bid. PIMS vendor shall demonstrate IT security systems as a part of compliance to
data security through detailed work procedures, traceability of IT events & incidents, records
maintenance and use of network devices & components.

The vendor shall also mention the reports generated - manually through data input,
dynamically online with geo reference of the surrounding land base through user defined
queries. The system should be able to generate "Daily Progress Report" based only on
verified data inputs. The system shall be capable enough that the same report can be
operated after Project close out.

The PIMS should be customizable to the needs of the project, for which a separate system
study shall be carried out by the vendor. The vendor should preferably conform affiliation to
the internationally acceptable association like PODS & APDM.

The PIMS vendor should adhere to the Service Level Agreement. The PIMS vendor has to
clearly mention all the reports that the system can dynamically generate for use as a MIS &
input for project review meetings.

The PIMS vendor shall have following qualified skilled personnel as a minimum for an
effective implementation of PIMS software solution.

o Team Leader 1- no.


o Software Support 1- no.
o GIS Developers 1- no.

PIMS vendor has to depute qualified engineers wih relevant experience.


The PIMS vendor has to demonstrate the working of its software solution with live data, as a
part of evaluation, during or after bidding process whenever the client demands.

Responsibilities:

The responsibilities of the PIMS vendor should include but not limited to:
• Collection of daily reports from the contractor
• Maintaining Traceability of Field reports received & its related registering process.
• Ensure completeness of data that is published on to web server
• Provide requisite software & hardware to meet the requirements specified for PIMS so that
representation will remain same in online as well as after contractual closure.
• Before deputation an engineer, PIMS vendor will send C.V. for approval from client
(GSPL).
• Provide access to 25 Users and track their usage.

D:\old data\Vijyant\GSPL\Tender\Const\Vol IB of V\PIMS-2_03-03-07.doc Page 3 of 5


• The system shall be compatible to load to SAP and also to PAMS which is currently under
development stage.
• Any missing information shall be provided by EPC bidder.
• Provide necessary "Fulfillment Team" to meet the agreed Service Level Agreement (SLA),
with a competent Team Leader
• To generate activity progress reports as required for project review meetings
• To participate in all project review meetings
• Provide system generated Pipebook, weld book, lowering report & hydro-test clearances
"on demand" for the selected chainages in a standard approved Pipebook template
• Provide material reconciliation reports "on demand"
• Generate different kind of Reports like S-curve of project, Audit report, Audit compliance
etc with uploading of video and Digital Photograph.
• Provide system generate pipeline work completion certificate for contractor's billing
purpose
• Web based Project Management system including documentation which is compatible with
Primavera software.
The responsibility of Pipeline EPC Contractor includes:

• Any other information as required by client which is a part of PIMS.


• To provide necessary office space & furniture for implementation of PIMS system.
• To provide internet connection (minimum bandwidth 256 kps) for computers used in PIMS
implementation
• To provide digital photographs of project site with complete description of all important
locations defined by the client
• To provide all valid data in soft & hard copies of the Pipe Mill and other supplied materials.
• Any other information/Data as defined by the PIMS vendor.
Project Deliverables

• PIMS vendor to mention his deliverables with complete details.


• A web enabled version of Project Data which can be accessed throughout the
organization's LAN/WAN network and any alternate solution to access data post
construction.
• PIMS vendor to submit details of his web enabled version features as a part of bid
evaluation.
SLA Compliance (Service Level Agreement )

D:\old data\Vijyant\GSPL\Tender\Const\Vol IB of V\PIMS-2_03-03-07.doc Page 4 of 5


• The construction field data as submitted by the Pipeline contractor on the previous day
shall be published on to the PIMS web server by 11:30 hrs of following day. The next day
programme shall also be available on the site by 8.00 A.M. in the morning everyday.
• The generated Pipebook should have validated data only.
• The availability of the PIMS webserver shall be 99.9%
• The PIMS shall be able to generate material reconciliation report online demand.

PIMS Documents required: (within a 15 days of award of EPC contract)

• PIMS Process Work Flow Schematic


• Implementation Work Procedures
• QA Process
• IT Security Work Procedures
• Incident Management
• Business Continuity Planning
• CV's of implementation team
• Project Plan
• Auditable events & procedures
• PIMS Reporting formats
• Daily reports
• Weekly reports
• Monthly reports
• Graphical Reports
• Manually generated reports
• Compiled from various reports
• Dynamically generated from system
• MOM, Presentation, Audit reports
• Video & Photograph

D:\old data\Vijyant\GSPL\Tender\Const\Vol IB of V\PIMS-2_03-03-07.doc Page 5 of 5


2.0 PARTICULAR JOB
SPECIFICATION (PJS)
FOR
CIVIL, ARCHITECTURE &
STRUCTURAL WORKS

D:\old data\Vijyant\GSPL\Tender\Const\Partition Sheets- 001.doc


PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.:
Gujrat State Petronet Ltd. 05/51/23JT/GSPL/001(EPC)
Volume –IB of V MECON LIMITED

3.0 SITE CONDITIONS

3.1 Site layout shall be as per enclosed drawings (Drawing No. MEC/ 23JT/05/48/GSPL/001 to /
006).

3.2 The Minimum Finished Ground Level (FGL) must be 300 mm higher than the maximum level
of centerline of nearby Road .FGL shall be kept at least 150 mm above highest flood water
level (HFL) that may be anticipated in the locality. Higher of the above two levels shall be
taken, as FGL if both the criteria, as explained above, are applicable.

4.0 APPLICABLE DOCUMENTS

4.1 CODES & STANDARDS

4.1.1 The following Indian codes and standards shall be used for design of Civil /Architectural
works. In all cases, latest revisions with amendments, if any, shall be followed. Apart from the
specific codes mentioned herein, all other relevant and related codes concerning the specific
job under consideration and/or referred to in these codes and technical specifications shall be
followed wherever applicable. (All codes shall be latest as on the date of issuing of tender/bid
document).

Sr. BIS Standard no. Description


No.
LOADS & FORCES
1 IS:875(part I to V) - Code of Practice for Design loads (other than
earthquake) for Buildings & Structures.
2 IS:1893 - Criteria for Earthquake resistant design of structure.
FOUNDATION
3 IS:1080 - Code of Practice for Design and Construction of Shallow
Foundations in Soils (other than raft, ring and shell).
4 IS:1904 - Code of Practice for Design and Construction of
Foundations in Soils- General Requirements.
5 IS:6403 - Code of Practice for determination of Bearing Capacity
of Shallow Foundations.
6 IS:8009 (Part-I) - Code of Practice for Settlement of Foundations.
7 IS:2911 (All Parts) - Code of Practice for Design and Construction of Pile
Foundation.
8 IS:2974 - Code of Practice for Design & Construction of Machine
Foundation
CONCRETE
STRUCTURES
9 IS:456 - Code of Practice for Plain and Reinforced Concrete.
10 IS:1786 - High Strength Deformed Steel bars and wires for
Concrete Reinforcement.
11 IS:4326 - Earthquake Resistance Design and Construction of
Buildings.
12 IS:1566 - Hard drawn Steel Wire Fabric for Concrete
Reinforcement.
13 IS:432 - Specifications for Mild Steel and Medium Tensile Steel
bars and Hard Drawn Steel Wires for Concrete
Reinforcement
(Grade-I)
14 IS:3370 - Code of Practice for Concrete Structures for Storage of
Liquids

Page 2 of 2
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.:
Gujrat State Petronet Ltd. 05/51/23JT/GSPL/001(EPC)
Volume –IB of V MECON LIMITED

Sr. BIS Standard no. Description


No.
MASONRY
15 IS:1905 Code of Practice for Structural use of Un-Reinforced
Masonry.

5.0 SYSTEM OF UNITS

5.1 All analysis & design shall be carried out using the International System (SI) of units (KN,
METER, etc.)

6.0 BASIC ENGINEERING DESIGN DATA

6.1 Design shall be based on the latest Soil Investigation Report and groundwater table.

6.2 Life of structures shall be taken as 50 years for wind load calculations.

7.0 MATERIALS

7.1 CONCRETE

7.1.1 All RCC & PCC Construction shall conform to IS: 456-2000 and as specified in the general
technical specifications. R.C.C. shall be Design mix Concrete of minimum M-20 grade and
P.C.C. shall be of minimum nominal mix (1:4:8)/M-7.5 grade.

7.2 CEMENT

7.2.1 Approved quality of cement Grade 43 for all the civil works conforming to IS:269-1989 shall
be used for the foundations and other works.

If required, special type of cement shall be provided. However, before using the special type
of cement, approval shall be taken from Owner/Owners Representative.

7.3 AGGREGATE

7.3.1 All aggregates shall conform to IS: 383. Fine aggregates shall be sand of approved quality and
coarse aggregates shall be approved crushed stone aggregates.

7.4 REINFORCEMENT

7.4.1 Reinforcement bars for RCC shall be HYSD (High Yield Strength Deformed) of Grade Fe-415
conforming to IS: 1786 (Minimum Yield Strength 415 N/mm2) and MS round bars for Grade 1
conforming to IS:432 Part I.

7.5 GROUT

7.5.1 Approved quality Non Shrink (premix type), free flow grout shall be provided for all anchor bolt
sleeves, pockets & spaces under column bases, shoe plates etc. with a crushing strength of
(28 days) minimum 30 MPa.

7.6 ANCHOR BOLT

7.6.1 Anchor bolts shall be of mild steel conforming to IS: 226 and IS:432 grade-I. Materials for
washers, nuts, pipe sleeves and plates etc. shall conform to IS: 1363 & IS: 1364 of 1992.

Page 3 of 3
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.:
Gujrat State Petronet Ltd. 05/51/23JT/GSPL/001(EPC)
Volume –IB of V MECON LIMITED

7.7 BRICKS

7.7.1 Bricks shall be locally available bricks of class designation 5 conforming to IS: 1077.

7.8 POLY SULPHIDE JOINT FILLERS

7.8.1 All expansion Joint in buildings shall be filled with approved make of Poly sulphide sealant .

7.9 BITUMEN IMPREGNATED COMPRESSIBLE BOARD

7.10.1 Bitumen impregnated compressible Board of approved make shall be used at expansion
joints

8.0 LOADS AND FORCES

8.1 GENERAL

8.1.1 Design loads shall comply with the requirements of IS: 875 and IS: 1893 as minimum, unless
more stringent requirements are specified herein. All buildings, structures shall be in general
designed for the worst possible combination of the following loads.

1. Dead load (DL)


2. Live load (LL)

3. Wind load (WL)


4. Seismic load (SL)

8.2 DEAD LOAD (DL)

8.2.1 The dead load comprises of weights of all structural and architectural components and
external loads pertaining to all permanent construction, including walls, floor, roofs, partitions,
stairways, and equipment excluding their contents. Self-weight of material may be calculated
on the basis of unit weights given in IS: 875 (Part I).

8.3 LIVE LOAD (LL)

8.3.1 Live loads shall comprise of all loads other than dead loads. This shall be in general as per
IS:875 (Part II).

8.3.2 The minimum live loads to be considered for the areas involved in the structural design are
given below. Loading resulting from concentration of facilities in specific areas shall be
substituted where listed base loading is exceeded, involving structural design are given in the
table below:

S.No. Area Load Intensity


1 All the buildings- Maintenance area 750 Kg/m2
2 Non-accessible-Flat roofs 75 Kg/m2
3 Accessible-Flat roofs 150 Kg/m2
4 Isolated Platform (Valve Operation) 250 Kg/m2
5 Access Way 250 Kg/m2
6 Cross over 200 Kg/m2
7 Control Room Panel Floor 250 Kg/m2

Page 4 of 4
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.:
Gujrat State Petronet Ltd. 05/51/23JT/GSPL/001(EPC)
Volume –IB of V MECON LIMITED

8.4 WIND LOAD (WL)

8.4.1 Wind load shall be in accordance with IS:875 (Part –III)

Basic wind speed, Vb = 44 (m/sec) (As per 1S:875(Part III))


K1 (Risk Coefficient) = 1 (As per 1S:875(Part III))
Terrain category = 2 (As per 1S:875(Part III))
Class of Structure = A or B (As per 1S:875(Part III))
Terrain, height and = for terrain (As per Table 2of 1S:875(Part
structure size factor K2 category 2 III))
and class
of structure
A or B
Topography factor (K3) = (As per 1S:875(Part III))

Vz, design wind speed = Vb x K1 xK2 xK3

8.5 SEISMIC LOAD (SL)


Seismic forces shall be as per IS: 1893.The detailing of reinforcement shall be as per
IS:13920.
Design parameter for the region shall be as follows:

Method of design for R.C.C. Framed


structure : Seismic Coefficient method
Earthquake Zone : III
Basic Horizontal Seismic Coefficient (αo) = 0.04
αh = β x I x αo

β ( Coefficient depending upon ‘Soil : Table 3 of IS: 1893


Foundation System’ ) (Refer relevant Soil
Report)
Importance Factor (I) = 1.5 for Important Service Units

8.6 Surcharge Load shall be considered as 1 t/m2

8.7 Earth pressure

Unit wt. of soil shall be taken (γ ) = As per latest soil report


Angle of repose (φ) = As per latest soil report
Ka (Co-efficient of Active Earth Pressure) = As per latest soil report

8.8 Piping loads (P)

Piping loads shall be considered as follows:

i. Piping load for empty condition P (E)

ii. Piping load for operating condition P (O)

iii. Piping load for test condition P (T)

iv. Weight of valves (if any).

v. Wind loads on pipe.

Page 5 of 5
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.:
Gujrat State Petronet Ltd. 05/51/23JT/GSPL/001(EPC)
Volume –IB of V MECON LIMITED

8.9 OTHER LOADS

Design of all structures shall also consider any other relevant stress imparted to the structure
due to variation in daily and seasonal temperature, water table, erection and maintenance
loads, creep, shrinkage etc.

The load factors and load combinations to be used in design of structures shall be as per
IS:456.

90 ANALYSIS AND DESIGN METHODOLOGY

9.1 Limit state method as per IS:456 shall be followed in the design for concrete structures except
for liquid retaining structures. The design of liquid retaining structures shall be carried out
using working stress method as per IS:456.

9.2 Detailing of reinforcement shall be done according to IS: 4326, IS: 13920 and SP: 34.
9.3 All the buildings shall be analyzed as 3-D space frame model using software like STAAD-
lll/STAAD-PRO or approved package.

9.4 Appropriate amount of live load shall be considered and while calculating earthquake forces.
On roofs, live load shall be considered as per code provisions while calculating earthquake
loads.

9.5 Permissible stresses increase in materials shall be as per respective IS code and shall be
considered under Wind/Seismic loading.

9.6 Appropriate load factor for Limit State Design shall be considered as per code provisions.

9.7 Architectural design of all buildings shall fully meet the functional requirement, shall be
adequately sized and provided with sufficient ventilation and natural lighting. Architectural
finishes of all buildings shall be in conformity with requirements.

10.0 LOAD COMBINATION

10.1 The load combinations shall be generally as per IS : 875 (Part 5).

10.2 In general, all buildings shall be designed for worst effect among the following cases.

i) DL ± Wind Load with no increase in allowable stress.


ii) DL ± LL ± Seismic Load with 25% increase in allowable stress.

10.3 Underground structure shall be designed for the following load cases.

i) DL ± LL ±Equipment load
ii) DL ± LL ± Equipment load ± seismic load.
iii) DL ±seismic load.
iv) Combination I + earth pressure + surcharge pressure
v) Combination II + earth pressure + surcharge pressure

11.0 SITE PREPARATION AND BOUNDARY WALL/CHAIN LINK FENCING

11.1 The layout and level of the plot shall be prepared and the benchmarks shall be set. These
documents shall be submitted for approval.

Page 6 of 6
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.:
Gujrat State Petronet Ltd. 05/51/23JT/GSPL/001(EPC)
Volume –IB of V MECON LIMITED

11.2 The site preparation shall conform to the requirements of the relevant sections of this design
basis and Technical Specifications.

11.3 BOUNDARY WALL & GATE

11.3.1 Boundary wall with 4 m wide gate shall be provided for Dispatch terminal and Receiving
terminal as well as for Tap off Point no. 2/SV1. Boundary wall shall be 2.5 m high above 40
mm thick DPC.
MS angle frame (Angle 65x65x6) of 0.75m height shall be provided above brickwork with 6
rows of GI barbed double strand wires of 12.5 SWG with 4 points barbs set 75 mm apart.
DPC of boundary wall shall be considered at EL (±) 0.00 m. The boundary wall shall be a
combination of RCC columns and beams with intermediate space filled with brick masonry
230 mm thick in CM (1:6).

11.3.2 If plot site is in cutting area than height of boundary wall shall be 2.5 m above level of
surrounding plot level.

11.3.3 Below DPC, the foundation shall be designed to withstand the earth pressure, surcharge,
water pressure etc. shall be got approved.

11.3.4 It shall be ensured that no part of construction is carried out of the battery limits of plot.

11.3.5 Expansion joints shall be provided in the boundary wall as per relevant IS code. The
expansion joint shall be filled with bitumen impregnated compressible board and ends shall
be sealed.

11.3.6 Inside and outside plaster in course sand for boundary wall shall be 15 mm thk plaster (CM
1:4).

11.3.7 Minimum Two (2) coats of cement based paint of approved colour shall be provided on
outside face and inside face to get an acceptable finish.

11.3.8 Mild steel double leaf Gate shall be 4 M wide and 2.55 M high made from ISMC 75 frame with
20 mm MS square bars and it shall be mounted on guide rails. R.C.C. columns shall be
provided on either side of Gate for support.

11.3.9 Chain linked fencing along with 4 m wide gate shall be provided at Tap of no. 1 &3.Typical
Standard sketch is enclosed.

11.3.10 Chain link fencing of 2 m height made from 3.15 mm dia GI wire with mesh size of 50x50 mm
shall be mounted on angle frame of size 75x75x6. Barbed wire fence of 0.5 m height shall be
provided on top of chain link fencing.

12.0 ROADS AND CULVERTS

12.1 ROADS

Roads shall be of RCC and shall be designed for IRC loading. Carriageway shall be of 3
meter width with 0.75 m wide berm on both sides. The minimum radius of curvature of the
turnings shall be 6.0 m unless otherwise mentioned in the relevant drawings.

The Roads for access to process area as well as around equipment foundations, near
platforms, crossovers must be paved with 150 mm thk M20 concrete with nominal
reinforcement of 8 dia tor @ 200 C/c (Both ways at top & bottom) laid over 50 mm P.C.C.
(1:4:8). The PCC shall be laid over 200 mm sand filled over well compacted sub base.

Page 7 of 7
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.:
Gujrat State Petronet Ltd. 05/51/23JT/GSPL/001(EPC)
Volume –IB of V MECON LIMITED

Roads shall be cast in panels of size not exceeding 3 m in length and all joints shall be filled
with suitable Bitumen sealant. Approach roads including culverts within the station and also
inside the process area shall be provided as per requirement.

12.2 Approach road including culverts shall be of RCC and shall also be connected with nearest
existing metallic road/approach road outside the station for all stations.

12.3 CULVERTS:

Box shaped RCC culverts shall be provided for crossing drains under the roads. If required
RCC Hume pipe NP-3 class may also be considered for crossing drains under the roads as
per site conditions. A clear cushion of 600 mm must be provided for RCC Hume pipe. If the
cushion is less than 600 mm, it shall be encased with RCC as per design.

13.0 CABLE & PIPE TRENCHES

13.1 The cable trenches and precast with removable RCC cover (with lifting arrangement) shall be
constructed using concrete mix M20.

13.2 The cable trench walls shall be designed for the following loads,
(i) Dead load of cable to be supported including trays shall be considered for design.
(ii) Triangular earth pressure + uniform surcharge pressure of 2T /m2.

13.3 Cable trench covers shall be designed for self-weight of top slab + UDL of 2 T/m2 +
concentrated load of 0.2 T at center of span on each panel.

13.4 Cable trench crossing the road shall be designed for class AA loading of IRC /relevant IS
code. Alternatively, adequate numbers of RCC Hume pipe / HDPE pipes shall be provided
and checked for class AA loading of IRC.

13.5 Trenches shall be drained. Necessary sumps shall be constructed and sump pumps if
necessary shall be supplied. Cable trenches shall not be used as storm water drains.

13.6 If trenches are outside the covered area, the top of trenches shall be kept at least 100 mm
above the finished ground level. The top of cable trench shall be such that the surface rain
water does not enter the trench.

13.7 All metal parts inside the trench shall be connected to the earthling system.

13.8 Trench wall shall not foul with the foundation. Suitable clear gap shall be provided.

13.9 The trench bed shall have a slope of 1/500 along the run and 1/250 perpendicular to the run.

13.10 All the construction joints of cable trenches i.e. between base slab to base slab and the
junction of vertical wall to base slab shall be ensured for water tightness.

13.11 Cable trenches shall be blocked at the ends, if required, with brick masonry in cement sand
mortar 1: 6 and plaster with 12mm thick 1:6 cement sand mortar.

14.0 TERMINAL CONSTRUCTION

14.1.1 PROCESS AREA /PAVED AREA

Process area is the area, which houses the valves, equipments, metering skid etc. Entire

Page 8 of 8
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.:
Gujrat State Petronet Ltd. 05/51/23JT/GSPL/001(EPC)
Volume –IB of V MECON LIMITED

process area shall be paved with 150 mm thk M20 concrete pavement with nominal
reinforcement of 8 dia tor @ 200 C/c (both ways at bottom) laid over 50 mm P.C.C. (1:4:8).
The PCC shall be laid over 200 mm sand filled over well compacted sub base. The paving
shall be laid in panels and designed joints shall be provided with approved quality separators
& joint sealant.

14.1.2 EQUIPMENT FOUNDATION

Equipment foundation supporting lightweight equipment and coming within the process area
may be made an integral part of the paved area. However heavy equipment’s shall have
isolated equipment foundation even if coming within process area.

Loose fills, expansive soil etc if found beneath the equipment foundation shall be removed
and back filled either with PCC of M-10 grade or by plum concrete as directed by Engineer
Incharge.

14.1.3 PIPE SUPPORT FOUNDATIONS

Pipe supports shall be provided as per technological layout drawings for piping. The pipe
support may lie within the process area or at any other location. The pipe support foundations
shall be designed to take care of the loads and its fixing details as per standard drawings.
Pipe support in process area shall be integral part of pavement. Isolated pipe supports shall
however be provided outside the process area

14.1.4 FOOT PATH

The footpath of 1.0 m width for access to process area as well as around equipment
foundations, near platforms, crossovers must be paved with 150 mm thk M20 concrete with
nominal reinforcement of 8 dia tor @ 200 C/c (Both ways at top & bottom) laid over 50 mm
P.C.C. (1:4:8). The PCC shall be laid over 200 mm sand filled over well compacted sub base.
Footpath shall be cast in panels of size not exceeding 3 m in length and all joints shall be
filled with suitable Bitumen sealant.

14.1.5 STONE SPREADING (R-1)

In the balance area of process area excluding above process area and paved footpath etc
100 mm thick gravel shall be laid over 250 micron polyethene sheet. Surface below the sheet
and sheet itself shall be graded such that no water shall be stagnated in the process area.

15.0 CONTROL ROOM /BATTERY ROOM (R-1)

15.1 Control rooms shall be designed and detailed in accordance with relevant schematic
architectural drawings.

15.2 The building shall be designed to the requirements of National Building Code of India and the
standard quoted therein.

15.3 The building shall be of reinforced concrete frame, structure.

15.4 The finishing schedule shall be as specified in the drg. No MEC 23JT/05/48/GSPL/001 to
/006.

15.4.1 Aqua Shield of STP Ltd. shall be applied for water proofing on prepared surface as per
manufacturer specification.

Page 9 of 9
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.:
Gujrat State Petronet Ltd. 05/51/23JT/GSPL/001(EPC)
Volume –IB of V MECON LIMITED

Brick-Bat-Coba process of water proofing can be used suitably as per relevant Architectural
Drawing (for detail refer Anexure –A) (R-1).

15.4.2 Sanitary fixtures and fittings include providing washbasin, urinal, water closet etc. of make
such as Hindware/ Nycer/Parry or equivalent. Sanitary fixtures shall also include all
accessories such as fixing beveled edge mirror, towel rail, soap tray, anti cockroach chilly
floor trap, toilet paper holder etc of approved make.
One no. Water tanks of “Sintex” or equivalent make of 1000 liter capacity with all fittings and
fixtures like float valves, Inlet, outlet and overflow pipes and masonry base supports forms
part of the work.

15.4.3 Water supply fittings and fixtures shall be of first quality chromium plated of make ‘Jaquar /
Orient / Gem or equivalent’. Dl rainwater pipe, Gl pipe fitting and fixtures shall be of A class as
per Indian codes and standards.

15.4.4 All internal finishes shall be as per finishing schedule shown in architectural drawing. Vitrified
tiles and glazed tiles to be of make “Kajaria/Johnson/Somani/Granamite” or equivalent.

15.4.5 Internal and external paints shall be of make ‘Asian/ Berger or equivalent’. Control room shall
be finished with plastic emulsion paint white, other rooms oil bound distemper shall be done
including on ceiling.

15.4.6 Aluminum door and windows shall be made out of sections procured from ‘Jindal/Hindalco or
equivalent’ make. Doors and windows shall include all fittings and fixtures as door closers,
bolt locks, metallic (brass body) mortice lock, handles, tower bolts, doorstopper etc. all
complete to match with door and all items shall be as per IS codes and standards and
approved by Engineer In Charge.

15.4.7 Pressed steel door frames, steel door shutters and Flush door shutters shall conform to IS
Codes & shall be provided with required hardware.

15.4.8 Cement Plastering both on internal and external surfaces and on soffits shall be provided.

15.4.9 RCC channels/trenches for cables, pipes etc with chequered plate in control room, electrical
room.

15.4.10 Miscellaneous items like DPC, inserts, under flooring, khurras etc. also form part of the work.

15.4.11 Setting out of all structures.

15.4.12 Electrical concealed conduiting and wiring.

15.4.13 Aluminum hardware shall be of ‘Earlbihari / ECIE make or equivalent’.

15.4.14 Glass shall be of “Modiguard / Ashai / Atul” make or equivalent.

15.4.15 Exterior of building shall have best quality ‘Apex’ paint of approved colour as per approved
drawing.

15.4.16 Aluminium false ceiling of make INTERARCH, LUXALON, ARMSTRONG to be provided in


Control Room, SCADA Room, etc. as indicted in drawings.

Battery room shall have I.P.S. flooring with epoxy coating as per relevant architectural
Drawings.(R-1)

Page 10 of 10
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.:
Gujrat State Petronet Ltd. 05/51/23JT/GSPL/001(EPC)
Volume –IB of V MECON LIMITED

16.0 MAIN GATE & GUARD ROOM

16.1 Main Gate of 4.0 m wide shall be fabricated as per relevant drawings.

16.1.1 The gate frame shall be painted with one coat of approved steel primer and two coats of
synthetic enamel paint of approved colour and make.

16.1.2 Gates shall be fitted with approved quality iron hinges, latch and latch catch. Latch and latch
catch shall be suitable for attachment and operation of pad lock from either side of gate.
Hinges shall permit gates to swing through 180 degree back against wall.

16.2 A guardroom shall be provided at the entrance as per approved design, drawings and
specification.

16.2 Exterior of guardroom shall have same finish as that of control room.

17.0 BORE WELLS

17.1 Installation and commissioning of one no. Bore well of 3000-5000 ltr/hrs. and submersible
pump for lifting upto 25 m above ground at each terminal location shall be done. Bore shall
be drilled with DTH hammer technique in all kinds of soil including hard rock, from
ground level with suitable/upto the required depth including digging channels, trenches etc.
(TELESCOPIC BORE). Diameter of bore shall be 250 mm and upto average 150 m from GL
assuring a good quality and yield of underground water.

17.2 Development of tube well for minimum sixty hours or more as per approved procedure by an
over-pumping unit or air compressor including testing of yield, depression and bore log
chart for tube well.

17.3 Scope to include mobilization and transportation of drilling equipment and ancillary equipment
to and from site including erection and setting up the plant and dismantling after
completion.

17.4 Drinking water analysis shall be performed as per I.S.: 10500 of tube well water from
approved laboratory including Physical, Chemical and bacteriological tests.

17.5 Supply and installation of fully submersible type multi-stage tube well pump with stainless
steel body/impellers and water-cooled motor suitable for 400/440 volts, 3 phases, 50 cycles
AC supplies complete in all respects.

18.0 GENERAL REQUIREMENTS

18.1 STRUCTURAL FEATURES

18.1.1 Minimum depth of spread foundations for building work shall be 1.0 m below NGL or 1.5 m
below FGL whichever is greater.

18.1.2 If soil conditions are not favourable for spread foundation, the pile foundation work shall be
carried out as per approval of engineer-in-charge.

18.1.3 All buildings shall be designed for ground plus first floor unless specified otherwise by the
owner.

18.2 ARCHITECTURE FEATURES / DETAILS

Page 11 of 11
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.:
Gujrat State Petronet Ltd. 05/51/23JT/GSPL/001(EPC)
Volume –IB of V MECON LIMITED

18.2.1 Damp Proof Course

DPC will be of 40 mm thick plain cement concrete 1:2:4 with a minimum 2% admixture of
water proofing compound, as per IS: 1322-1993, shall be provided wherever required.

18.2.2 Plinth Protection

All buildings and structures shall be provided with 900 mm wide plinth protection around
where paving/pitching is not done. The plinth protection shall be 100 mm above respective
Finished Ground Level.

18.2.3 Antitermite Treatment

For RCC framed structures, antitermite treatment shall be provided up to plinth level.

18.2.4 Masonry Wall

Brickwork in foundation, if any, shall be with Class 50 bricks in 1:4 CM for all masonry works.
All 230 mm thick walls shall be with 1:6 CM and all 115 mm thick brick wall shall be in 1:4
Cement, coarse sand mortar. Brickwork for 115mm wall shall be provided with 2 Nos. 6 mm
plain MS Bars at every fourth course. All internal plastering shall be 12 mm thick with 1:6 CM
& external plastering shall be with 18 mm thick with 1:6 CM. All external plaster shall be with
sand face plaster.

18.2.5 Roof Water Proofing

Aqua Shield of STP Ltd. shall be applied for water proofing on prepared surface as per
manufacturer specification.

18.2.6 Roof Drainage

Water from the roof surface shall be drained by a system of roof drain heads (Khurras),
rainwater down comers and necessary fixtures. The roof will be provided with a slope of 1:
100 (min.) for efficient drainage.

18.2.7 Doors:

Steel/Aluminum/Wooden of approved make doors shall be provided at appropriate locations


to prevent dust Ingress from outside and to suit the respective system requirement and
convenience.

18.2.8 Windows:

Steel/Aluminum windows shall be provided as per the requirements/as per drawings. The
number of windows so decided to allow natural ventilation and lighting. Minimum
requirements of natural ventilation and natural lighting shall be as per National building code
of India.

18.2.9 Platforms and Crossovers:

Platforms and Crossovers shall be provided at all stations as per operations and maintenance
requirement.

Page 12 of 12
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.:
Gujrat State Petronet Ltd. 05/51/23JT/GSPL/001(EPC)
Volume –IB of V MECON LIMITED

18.2.10 Toilets

All toilets shall have urinals, mirrors, Qrissa Pan/EWC, Soap Container, Wash basin, Towel
rain & Paper holder. Non skid ceramic tile flooring and ceramic tile dado upto 2.1 from FFL
shall be provided.

18.2.11 Stair Case

Stair case shall have handrails and mosaic flooring for risers and treads.

19.0 STORM WATER DRAINAGE

The site design of storm water drainage shall be based on maximum hourly precipitation for
storm duration of 20 minutes and roof drainage system shall be designed for hourly
precipitation for a storm of 5 min.

Coefficient for design shall be as follows:

1. Open areas 0.5


2. Road and paved area! parking area 0.7
3. Roof surface 1.0

The drainage system shall be so designed so that the velocity of flow shall be within 1 m I
sec. to 2.5 m/sec.
Suitable rainwater harvesting measures for the entire plot area including roof area to facilitate
recharging of bore well shall be designed and executed.

Roof drains will conduct water to storm water drains. Any drainage outside the building will be
carried away from the building to the nearest storm water drains.

Open brick masonry drains shall be provided on both sides of the road and also on periphery
of plot to carry storm water from plot area to nearby drain. The drain shall have slope of 1 in
1000 (minimum).

For all buildings, suitable arrangement in the form of drain pits, connected by buried
RCC/Steel pipes for draining out water from the equipment, leakage, floor washings, fire
fighting, etc. shall be provided for each floor, complete upto plant sewers/drain.

Rectangular brick masonry drains shall be provided on both in and around the building and
shall be connected to existing roadside drains.

20.0 WATER SUPPLY AND SEWERAGE SYSTEM

20.1 WATER SUPPLY

20.1.1 Potable water shall be supplied to basins, water closets, urinals, sinks, water coolers,
showers and other fixtures. Providing of potable water either by suitable tap-off from
Municipal supply or by digging bore wells at each Station along with suitable pumping and
plumbing arrangement shall be the part of the work.

20.1.2 Water to be used at plant/buildings shall be treated and, if required, necessary provision for
RO water purification system or any other system shall be adopted for treating the water to

Page 13 of 13
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.:
Gujrat State Petronet Ltd. 05/51/23JT/GSPL/001(EPC)
Volume –IB of V MECON LIMITED

accomplish the acceptable standards.

20.1.3 Roof water tanks of 1000 liters capacity depending on the number of users for 48 hours
storage shall be provided for control room building.

20.1.4 Galvanized iron pipes of medium class shall be used for internal piping works for potable
water supply.

20.2 SEWERAGE SYSTEM

20.2.1 Sewerage system shall be provided for control room building toilet.

20.2.2 The contractor shall construct septic tank and soak pit suitable for 20 users.

20.2.3 The system shall be designed as per relevant IS codes.

20.2.4 Extra heavy Ductile Iron pipes with lead joints shall be used for sanitary works below the
ground of the buildings or below roads/paving.

20.2.5 Heavy Ductile Iron pipes, lead joints, PVC pipes will be used for sanitary works above the
ground level.

20.2.6 Arrangement shall also be provided for discharging treated effluent to the nearest drain.

21.0 STATUTORY RULES

21.1 All the applicable statutory rules pertaining to factories act (as applicable for the State), Fire
Safety Rules of Tariff Advisory Committee, Water Act for pollution control etc. shall be
complied with.

21.2 Provisions for fire proof doors, nos. of staircases, plastering on structural members (in fire
prone areas) etc. shall be made according to the recommendations of Tariff Advisory
Committee.

21.3 Statutory clearance of respective NHAI, PWD, CCOE and norms of State Pollution Control
Board shall be followed.

21.4 Requirement of sulphate resistant cement for sub-structural works shall be decided in
accordance with the Indian Standards Codes based on the findings of the detailed soil
investigation carried out by contractor.

22.0 AREA DEVELOPMENT AND LANDSCAPING AND SIGN BOARDS

Area development and landscaping shall be done around the building and also in station area
as per approved architectural drawings. Signboards shall be provided at all stations and other
points

Page 14 of 14
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.:
Gujrat State Petronet Ltd. 05/51/23JT/GSPL/001(EPC)
Volume –IB of V MECON LIMITED

Annexure-1 : Scope of Work For Civil/Architectural works

1.0 INTRODUCTION

1.1 This document covers the Scope of Work to be adopted for the Civil/Architectural design of
the buildings, pipeline supports & various facilities needed for different type of terminals.

1.2 The following Civil/Architectural works are envisaged.

a. Survey for plots and Geo-technical investigation.


b. Construction of Control Room and Guardroom.
c. Valve Operating Platforms and Crossovers.
d. Pipe & Valve support and their foundations.
e. General civil works like cable trenches, RCC pavements/pavior block, roads, storm water
drains including rainwater harvesting, boundary wall, Gate, Chain link fencing, Water
Supply and Sewerage network etc.
f. Cutting/filling earth including obtaining borrow earth for mass filling with required
compaction for plot development.
g. Miscellaneous works such as breaking and making good the existing roads, RCC works
etc. wherever pipe/electrical/instrumentation cable crossings are envisaged at existing
terminal. Dismantling of existing masonry structures, concrete and steel structures, road,
fence & other related civil structures in such a fashion that site becomes suitable for
construction activity. All trees to be cut & stems uprooted from the site after obtaining
approval from statutory body.
h. Green Belt development & signage.

1.3 All the associated Foundations & Civil/Architectural works shall be carried out as per the
relevant standard specifications listed in various General Technical Specifications.

1.4 In case of any conflict between the codes and standards listed, the same shall be brought to
the notice of Owner/Consultant for final decision, which shall be binding.

2.0 SCOPE OF WORK

2.1 Design Basis

This design basis covers general requirements and conditions needed for the design of
architectural works, reinforced cement concrete structures for different facilities to be built at
each station. However, all the structures shall be designed for satisfactory performance and
intended usage (for detail refer Annexure-I : Technical Input for Civil/Architectural Works)

2.2 Requirement of Terminals

Different types of terminals are required to be built at the site locations defined in the relevant
alignment drawings and plot co-ordinates. The details of stations are as defined below:
1. Dispatch Terminal and Tap off point no.2 at Sokhada - 1 No.
(near Padmala ) at 1.07 Km
2. Tap off point 3 at Manjusar at 11.42 Km - 1 No.
3. Tap off point 4 and SV-1 at Savli at 23.87 Km - 1 No.
4. Tap off point 5 at Halol at 37.23 Km - 1 No.
5. Receiving Terminal at Halol at 37.23 Km - 1 No.
6 Guard Room /Porta cabin at all Terminal location 5 nos. (1 No. each)
7 Consumer terminal at Manjusar, Savli and Halol - 5 nos. (1 No. each)
8 Bore well at all Terminal location - 5 nos. (1 No. each)

Page 1 of 4
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.:
Gujrat State Petronet Ltd. 05/51/23JT/GSPL/001(EPC)
Volume –IB of V MECON LIMITED

i) Dispatch Terminal and Tap off point no.2 at Sokhada (near Padmala ) at 1.07 Km

It shall be built to house the Process area close to the existing terminal. The salient features
for the development/construction of plot are as shown in the drawing no. MEC
23JT/05/48/GSPL/001.

Following facilities are envisaged to be provided (Refer Drawing No.MEC/


23JT/05/21/M/001/0011):

a. Pavement, foundation for pipe support, equipment and crossovers.


b. Electrical Control room.
c. DG Shed.
d. Guard Room (Refer Drg. No. ; MEC/23JT/05/48/GSPL/006).
or
Porta-cabin of same size as per manufacturer specification. (R-1)
e. Boundary wall.
f. Gate.
g. Approach road / Footpath.
h. Bore Well.
i. Garland drains.
j. Site Development and Landscaping.

ii) Tap off point 3 at 11.42 km

It shall be built to house the facilities for tapping at a new location. One no spurline (8 Km
long approx.) will start from this location. The salient features for the
development/construction of plot are as shown in the drawing no.
MEC/23JT/05/48/GSPL/002.

Following facilities has been envisaged to be provided (Refer Drawing No. MEC/
23JT/05/21/M/002/0011) :

a. Pavement, foundation for pipe support, equipment and crossovers.


b. Electrical Control room.
c. DG Shed.
d. Guard Room (Refer Drg. No. ; MEC/23JT/05/48/GSPL/006).
or
Porta-cabin of same size as per manufacturer specification. (R-1)
e. Chain Link fencing.
f. Gate.
g. Approach road / Footpath.
h. Bore Well.
i. Garland drains.
j. Site Development and Landscaping.

iii) Tap off point 4 and SV Station ‘SVI’ at 23.87 km

It shall be built to house the Process area, Control Room and Guardroom and facilities for
tapping at a new location. One no Spurline (5.5 km long approx.) will start from this location.
The salient features for the development!/construction of the plot are as shown in drawing no.
MEC/23JT/05/48/GSPL/003.

Following facilities has been envisaged to be provided ( Refer Drawing No. MEC/
23JT/05/21/M/003/0011) :

Page 2 of 4
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.:
Gujrat State Petronet Ltd. 05/51/23JT/GSPL/001(EPC)
Volume –IB of V MECON LIMITED

a. Pavement, foundation for pipe support, equipment and crossovers.


b. Electrical Control room.
c. DG Shed.
d. Guard Room (Refer Drg. No. ; MEC/23JT/05/48/GSPL/006).
or
Porta-cabin of same size as per manufacturer specification. (R-1)
e. Boundary wall.
f. Gate.
g. Approach road / Footpath
h. Bore Well.
i. Garland drains.
j. Site Development and Landscaping.

iv) Tap off point 5 at 37.23 km

It shall be built to house the facilities for tapping at a new location. One no spurline (11.5 Km
long approx.) will start from this location. The salient features for the
development/construction of plot are shown in the drawing no. MEC/23JT/05/48/GSPL/004.

Following facilities has been envisaged to be provided ( Refer Drawing No.


MEC/ 23JT/05/21/M/005/0011) :

a. Pavement, foundation for pipe support, equipment and crossovers.


b. Electrical Control room.
c. DG Shed.
d. Guard Room (Refer Drg. No. ; MEC/23JT/05/48/GSPL/006).
or
Porta-cabin of same size as per manufacturer specification. (R-1)
e. Chain Link fencing.
f. Gate.
g. Approach road / Footpath.
h. Bore Well.
i. Garland drains.
j. Green Belt development.

v) Receiving Station at 37.23 km

It shall be built to house the Process area, Control Room and Guardroom at a new location.
The salient features for the development/Construction of plot are shown in the drawing no.
MEC/23JT/05/48/GSPL/005.

Following facilities has been envisaged to be provided ( Refer Drawing No.


MEC/ 23JT/05/21/M/006/0011) :

a. Pavement, foundation for pipe support, equipment and crossovers.


b. Electrical Control room.
c. DG Shed.
d. Guard Room (Refer Drg. No. ; MEC/23JT/05/48/GSPL/006).
or
Porta-cabin of same size as per manufacturer specification. (R-1)
e. Guard Room / Porta Cabin (refer Drg. No. ; MEC/23JT/05/48/GSPL/006).
f. Boundary wall.
g. Gate.
h. Approach road / Footpath.
i. Bore Well.

Page 3 of 4
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.:
Gujrat State Petronet Ltd. 05/51/23JT/GSPL/001(EPC)
Volume –IB of V MECON LIMITED

j. Garland drains.
k. Site Development and Landscaping.

vi) Consumer terminal at Manjusar, Savli and Halol one no. at each location

Skid mounted terminals are envisaged at these locations. Isolated RCC foundations shall be
provided for supporting the skid for DRS along with other peripheral development as required.

Page 4 of 4
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.:
Gugrat State Petronet Ltd. 05/51/23JT/GSPL/001(EPC)
Volume –IB of V MECON LIMITED

Annexure –A

Annexure to Technical Input For Civil /Architectural Works ( Annexure –I - Cl 15.4.1 )

Waterproofing of RCC roof with brick –bat-coba (Lime concrete) and pressed clay tiles.

Lime concrete shall consist of broken brick aggregates and lime. Proportion of brick-bat-coba shall be
2.5 parts of brick jelly to one part of lime. The brick jelly shall be hard, well burnt and have size varying
from 12mm to 25mm.

The lime concrete is then laid over roof to slope to give specified thickness and in slope of 1 in 80 or as
shown on the drawing for proper roof drainage as per roof drainage plan. The lime concrete is then to be
beaten in the manner approved by the Engineer for 48 hours or as directed with hand beaters.

If the surface during the process of compaction becomes so uneven that water lodges in pools, the
surface shall be pricked up, and fresh concrete spread and consolidated as necessary to obtain an even
surface.

The concrete shall then be cured by sprinkling water and allowed to harden for a period of not less than
six days before laying the roof finish.

Roof shall be finally finished with one coarse of machine pressed clay tiles 20 mm thick laid over a
12mm thick of 1:3 mix cement mortar mixed with 10% crude oil by weight of cement mixed in mortar.
The pressed clay tiles shall be immersed in water for two hours before being used. The side joints of the
tiles shall be more than 6 mm thick set full in mortar. Before the work dries up completely, the tile joints
shall be raked out and pointed with cement mortar 1:3 mixed with crude oil, which shall be 10%, by
mass of cement. The joints shall be well rubbed over with thin bar trowel and excess of mortar scrapped
off until the surface of the pointing attains a black polish and becomes hard. As the work proceeds, it
shall be kept thoroughly wetted until the mortar has set firm and hard. Watering shall be continued for
three weeks after construction.

Lime concrete and tiles shall be taken up the parapet walls to a height of 150 mm or as shown in the
drawing.

The specification of pressed clay tiles shall be as given in IS: 2690-1993 (Part-I). The specification of
crude oil shall be as per IS: 2119-1980.

The areas around drainpipes shall be properly finished with provision of adequate slope.

Page 1 of 1
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.:
Gugrat State Petronet Ltd. 05/51/23JT/GSPL/001(EPC)
Volume –IB of V MECON LIMITED

Annexure-14 : List of Technical Specifications

Following Technical specifications are to be followed for Civil/architectural Works :

Sr.No. Description Document No.


1 Specification for Civil works-terminals Doc no.MEC/05/11/23JT/GSPL/001
2 Specification for Bore Wells Doc no.MEC/05/11/23JT/GSPL/002
3 Specification for Topographical and Doc no.MEC/05/11/23JT/GSPL/003
Geotechnical Survey for Terminals and SV’s

Page 1 of 1
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.:
Gujrat State Petronet Ltd. 05/51/23JT/GSPL/001(EPC)
Volume –IB of V MECON LIMITED

Annexure-B

TECHNICAL SPECIFICATIONS OF PORTA CABIN FOR GUARD ROOM

• CHASSIS: The chassis shall be assembled on a rigid steel frame with floor welded to
ISMB & ISMC of structurally required section.
• SHELL: The cage structure and wall panels shall be constructed in MS framework of
ISMC, ISMB & Square pipes with total wall thickness of 55mm up to 70 mm all
confirming to IS 2062. Exterior walls shall be of 16 gauges GALVANISED sheet, CO2
Mig welded to the frame, where as inner wall shall be covered with decorative laminated
9mm-particle board. Lightweight insulation shall be filled in between the exterior and
interior block wall / cavity wall. The exterior wall shall be painted with anticorrosive
epoxy 2-pack system paint and decorative paint as outer wall finish.
• FLOOR: The floor panels shall be of 20mm thick fiber bonded cement board
[E-BOARD], which is waterproof, termite proof, dimension proof, fire resistant fixed on
cross member of ISMB & ISMC by nuts and bolts. These boards shell be capable of
taking 400kg/ Sq.ft. PVC vinyl flooring of 1 sheet is glued on to the top of E-Board as
floor inner finish.
• ROOF: The roof shall be curved type made of CRC 16 gauge MS galvanized sheet fixed
on prefabricated trusses sandwich type of steel frame where as inner roof wall shall be
covered with decorative laminated 9mm-particle board. Lightweight insulation shall be
filled in between the exterior and interior block roof wall / cavity wall. The exterior roof
wall shall be painted with anticorrosive epoxy decorative paint as outer wall finish.
Proper “ ROOF COOLING SYSTEM” shall be ensured
• INSULATION: All voids within the external wall and inner walls shall be filled with 50
to 80mm thick resin bonded mineral glass wool of 30 Kg/m3 density confirming to IS
8183. This glass wool slab will help in reducing of heat transmission and it is 100%
inorganic asbestos free, non-toxic and non-flammable, non-hygroscopic & vermin proof.
OR Expanded polystyrene slab of 50mm thick of 48 densities “a white cellular material
processed from styropor expandable polystyrene beads. Every one thousand CC of
expanded polystyrene contains 3 to 6 million discrete cells of entrapped air. Expanded

Page 1 of 2
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.:
Gujrat State Petronet Ltd. 05/51/23JT/GSPL/001(EPC)
Volume –IB of V MECON LIMITED

polystyrene posses a rare combination of properties like lower thermal conductivity


excellent shock absorsion, better mechanical strength, & high resistance to moisture.
• DOORS: Main door shall be constructed of rigid steel frame fitted with waterproof; termite proof
laminated wooden flush door of 32mm thick with tower bolts handle grips and suitable locking
arrangement.
• WINDOWS : Windows shall be aluminum double shutter sliding type. Fly mesh and safety steel
grill over sliding area and clear or dark float glass shall be provided.
• ELECTRICALS ; All components shall be pre-wired for electrical lighting and air-conditioning. All
power points are to be mounted on the wall with cable drops for wiring on site. Adequate room
lighting shall be provided. Centrally power-stabilizing system shall be provided known as “Multi-
guard”. Multi-guard controls high voltage, low voltage, earth leakage circuit breaker, short circuit,
by pass, alarm, MCB. This system will cut off the power supply to the bunkhouse within 5
milliseconds of fault detection. It also indicates the nature of the fault occurred on an LED display.
All electrical fittings in the Porta Cabin shall be 220-240 V AC,50hz. All wiring shall be concealed
type & shall be of PVC insulated copper wire of ISI quality. 3/20 size wires used for light, sockets
& 7/16 size wire for main incoming, 15AMP plug with switches, MCB,DOL switches required for
air conditioner, input sockets of tube light, door-way, wall ceiling mounted cabin light and fans.
Terminating of main incoming gable into the Porta Cabin shall be of 32 / 63 TPN switch.
• PAINTING: All components shall be primed before assembly/forming. All surfaces are to be
degreased with appropriate solvent. Two coats of liquid polysulphide epoxy self-priming like PS-
901 DFT of 25 micron. All steel structures shall be protected from corrosion under coastal area
open weather condition.
• AIR CONDITIONING [optional] :Provisions shall be kept for all type of air-conditioning .
• INSTALLATION OF PORTA CABIN : No foundation shall be required to be park these cabins. It
shall have adjustable foots for leveling on steel pads. The Porta Cabins shall have provision for
lifting it with the help of adjustable foot up to 3ft above the ground level as per the requirement of
site conditions.

Page 2 of 2
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.:
Gugrat State Petronet Ltd. 05/51/23JT/GSPL/001(EPC)
Volume –IB of V MECON LIMITED

Annexure-15 : List of standard Drawings

Following Standard Drawings are to be followed for Civil/Architectural Works:

Sr.No. Drawing no. Description


1 MEC/23JT/11/GSPL/STD/001 Standard detail of Sleepars, low Supports, Pipe
Supports and RCC Pavement for pipes upto
12”dia
2 MEC/23JT/11/GSPL/STD/002 Typical Detail of RCC pavement & Pedestals.
3 MEC/23JT/11/GSPL/STD/003 Typical Detail of Fencing Foundation
4 MEC/23JT/11/GSPL/STD/004 Typical Detail of Chain link Fencing.
5 MEC/23JT/11/GSPL/STD/005 Detail of Fencing- Single & Double Leaf Gate
6 MEC/23JT/11/GSPL/STD/006 Typical Detail of Cross Section of Road
7 MEC/23JT/11/GSPL/STD/007 Detail of Valve Pit
8 MEC/23JT/11/GSPL/STD/008 Typical Detail of Boundary Wall.
9 MEC/23JT/11/GSPL/STD/009 Typical Detail of Road Curves and crossings
10 MEC/23JT/11/GSPL/STD/010 Typical Detail of Septic Tank
11 MEC/23JT/11/GSPL/STD/011 Typical Detail of Soak Pit
12 MEC/23JT/11/GSPL/STD/012 Typical Detail of Storm Water Drain

Following Drawings are to be followed for Civil/Architectural Works of Receiving Terminal, Tap off
Point 1,2 &3,Sv1, Dispatch Terminal and Guard Room:

Sr.No. Drawing no. Description


1 MEC/05/48/23JT/GSPL/001 Control Room Building for dispatch Terminal
at Padmala- Plan, Elevation and Finishes.
2 MEC/05/48/23JT/GSPL/002 Control Room Building for Tap off Point no.1
- Plan, Elevation and Finishes.
3 MEC/05/48/23JT/GSPL/003 Control Room Building for Tap off Point no.2
and SV-1 - Plan, Elevation and Finishes.
4 MEC/05/48/23JT/GSPL/004 Control Room Building for Tap off Point no.3
- Plan, Elevation and Finishes.
5 MEC/05/48/23JT/GSPL/005 Control Room Building for receiving Terminal
at Halol- Plan, Elevation and Finishes.
6 MEC/05/48/23JT/GSPL/006 Guard Room Building- Plan, Elevation and
Finishes.

Page 1 of 1
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.:
Gugrat State Petronet Ltd. 05/51/23JT/GSPL/001(EPC)
Volume –IB of V MECON LIMITED

Annexure-16: Schedule Of Equipment’s and Labour to be hired on Hourly


Rental rates

Sr. Description Qty Rate


No.
A Equipments
1 Dozers Hour
2 Boring machine Hour
3 Bending machine Hour
4 Electro-fusion machine with Generator Hour
5 AirCompressors 170/250 CFM Hour
6 Crane upto 15 T Hour
7 Dewatering Pumps @5 m3/hour Hour
8 Clamps Hour
9 Diesel operated power generators Hour
10 Compressor 600 CFM Capacity Hour
11 Trucks Hour
12 Car/Jeep Hour
13 Tractor with trolley Hour
14 Tripod with 5 Tons Chain Hour
15 Pulley Block Hour
16 Pipe Trailer 20 T capacity Hour
17 Dumper Hour
18 Batching and Mixing Plant –30 Cu M Hour
capacity
19 Batching and Mixing Plant –15-20 Cu M Hour
capacity
20 Concrete Mixer –0.4/0.28 Cu M Hour
21 Concrete Mixer –1 Cu M Hour
22 Water tanker Hour
23 Grouting pump with agitator Hour
B Labour
1 Engineer Hour
2 Surveyor Foreman Hour
3 Pipe Fitter Hour
4 Pipe Welder (Mainline) Hour
5 Pipe Welder (Terminal) Hour
6 Gas Cutter Hour
7 Grinder Hour
8 Mason Hour
9 Plumber Hour
10 Carpenter Hour
11 Painter Hour

Page 1 of 2
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.:
Gugrat State Petronet Ltd. 05/51/23JT/GSPL/001(EPC)
Volume –IB of V MECON LIMITED

Sr. Description Qty Rate


No.
12 Electrician Hour
13 Cable Jointer Hour
14 Instrument Technician Hour
15 Rigger Hour
16 Watchman/Helper Hour
17 Concrete Mixer Operator Hour
18 Heavy Machine Operator Hour

Note : All workmanship and finishes shall be as per relevant technical specification contained
in this tender.

Page 2 of 2
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.:
Gugrat State Petronet Ltd. 05/51/23JT/GSPL/001(EPC)
Volume –IB of V MECON LIMITED

Annexure-17: Schedule Of Material

Sr. Description Qty Rate


No.

1 Stone Boulder of size 150-300 mm Cu M


2 Coarse sand Cu M
3 Fine sand Cu M
4 Morrum Cu M
5 Gravel Cu M
6 CoarseAggregate < or =10mm Cu M
7 CoarseAggregate 10 to 20mm Cu M
8 CoarseAggregate 20 to 40 mm Cu M
9 Barbed wire RM
10 Bentonite Kg
11 Binding wire Kg
12 Brick - M 7.5 Each
13 Cement : OPC –43 grade Tonne
14 Cold Twisted Bars (HYSD-Fe415) Tonne
15 Compressible Fibre Board (20 mm thick) Sq M
16 Curing Compound Litre
17 Epoxy Mortar Kg
18 Epoxy Primer Kg
19 Shuttering steel plates with stifners Sq M
20 Joint Sealant Compound –Polly sulphide RM
(25 mm wide)
21 Mild Steel Bars Tonne
22 MS Bolt Kg
23 Paint for priming Litre
24 Paint for finishing Litre
25 White wash Litre
26 Colour wash Litre
27 Distemper Litre
28 PVC water bar-300 mm size RM
29 GI water bar-300mm size RM
30 Cement based paint Kg
31 Building paper Sq M
32 RCC Pipe : NP-3 heavy duty non pressure
pipe of following Diameters
A 300 mm RM
B 350 mm RM
C 400 mm RM
D 450 mm RM
E 500 mm RM

Page 1 of 2
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.:
Gugrat State Petronet Ltd. 05/51/23JT/GSPL/001(EPC)
Volume –IB of V MECON LIMITED

Sr. Description Qty Rate


No.
F 550 mm RM
G 600 mm RM
H 700 mm RM
33 Sand Bags (sand +empty cement bag) nos
34 Borrow earth Cu M
35 Structural Steel sections, pipes, tubes etc. Tonne
36 Tiles Each
37 Timber Cu M
38 Water KL
39 Wire Mesh 50x50x3 mm wire Kg
40 Wooden ballies – 150 mm dia Kg

Note : All materials shall be as per relevant technical specifications contained in this tender.

Page 2 of 2
3.0 PARTICULAR JOB
SPECIFICATION (PJS)
FOR
ELECTRICAL WORKS

D:\old data\Vijyant\GSPL\Tender\Const\Partition Sheets- 001.doc


PADMALA-GODHRA GAS PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No. : 05/51/23JT/GSPL/001(EPC)

Gujarat State Petronet (Part-I : Padmala-Halol Gas Pipeline,Terminals & Associated Facilities) MECON LIMITED
Limited

ELECTRICAL DESIGN BASIS


FOR

ELECTRICAL SYSTEM AT DESPATCH TERMINAL (PADMALA),

SV –STATION
& RECEIVING TERMINAL AT HALOL
OIL & GAS SBU DESIGN BASIS FOR 12” NB x 40
KM PIPELINE FROM TAP-OFF AT
PADMALA TO HALOL & 1 NO.
GUJARAT STATE PETRONET LIMITED SPURLINE MECON LTD., DELHI

TITLE BASIC ENGINEERING DESIGN BASIS ENGINEERING DOCUMENT NO. PAGE 1 of 9

MEC/23JT/05/21/M/002/0001 REVISION 1

CONTENTS

Sl.No. Description Page No.

1.0 INTRODUCTION 2

2.0 CODES AND STANDARD 2

3.0 REFERENCE DOCUMENT 3

4.0 OPERATING REQUIRMENT 3

5.0 AREA CLASIFFICATION 4

6.0 LIGHTING SYATEM 4

7.0 ENCLOUSERE PROTECTION OF EQUIPMENT 5

8.0 EARTHING AND LIGHTNING PROTECTION SYSTEM 6

9.0 CABLES 7

10.0 SOLAR SYSTEM 8

11.0 UPS SYSTEM 8

12.0 SILENT DG SET 8

13.0 SPLIT AC SYSTEM 9

14.0 SWITCH SOCKET 9


OIL & GAS SBU DESIGN BASIS FOR 12” NB x 40
KM PIPELINE FROM TAP-OFF AT
PADMALA TO HALOL & 1 NO.
GUJARAT STATE PETRONET LIMITED SPURLINE MECON LTD., DELHI

TITLE BASIC ENGINEERING DESIGN BASIS ENGINEERING DOCUMENT NO. PAGE 2 of 9

MEC/23JT/05/21/M/002/0001 REVISION 1

1.0 INTRODUCTION

1.1 The project envisages setting up of natural gas pipeline from


Padmala to Halol as per the following details:

(a) Despatch station at Padmala


(b) SV Cum Tap –off station
(c) Receiving station at Halol

1.2 This document presents design criteria for electrical system for the
above three terminals. This design criteria indicates minimum
requirements for detailed design of electrical system and equipment.

1.3 The following electrical equipments / systems are envisaged for each
Station :

i) Main Electrical Power distribution board (PDB)

ii) 40 KVA, 415V Silent D.G.Set

iii) 230 V, 50Hz,Parallel Redundant UPS with 12 hours (2 nos battery bank
each of 6 hrs.)

iv) Power & Control FRLS Cables

v) Lighting System

vi) Earthing and Lightning protection system

vii) Split AC system

viii) Solar lighting system

ix) Structural steel, cable tray, miscellaneous system

2.0 CODES AND STANDARDS

Electrical equipment and system design, manufacture, testing, installation and


commissioning will comply with all the latest applicable standards, regulations and
codes as mentioned below:
BIS - Bureau of Indian Standards

CMRI - Central Mines Research institute


OIL & GAS SBU DESIGN BASIS FOR 12” NB x 40
KM PIPELINE FROM TAP-OFF AT
PADMALA TO HALOL & 1 NO.
GUJARAT STATE PETRONET LIMITED SPURLINE MECON LTD., DELHI

TITLE BASIC ENGINEERING DESIGN BASIS ENGINEERING DOCUMENT NO. PAGE 3 of 9

MEC/23JT/05/21/M/002/0001 REVISION 1

DGMS - Director General Research institute

IEEE - Institute of Electrical & Electronics Engineer

IER - The Indian Electricity Rules

IEA - The Indian Electricity Act.

3.0 REFERENCE DOCUMENTS

Single Line Diagram for Despatch station at Padmala, SV station and Receiving station
at Halol:

MEC/23JT/05/E9/E/001, R-0

4.0 OPERATING REQUIRMENT

4.1 A.C.Power Supply

a) Voltage - 415 V +/- 10 %

b) Frequency - 50 Hz +/- 5 %

c) Phases and Wire- 3 Ph,N & 4 W,


1 Ph,N & 2 W

d) Fault level - 25 KA for 1 Sec. For 3 Ph ckt.


10 KA for 1 Sec. For 1 Ph ckt.

e) Neutral Earthing- Solidly Earth

If any equipment requires any other voltage, it shall be derived within the
respective equipment

4.2 UPS Power supply

a) Voltage : 230 V +/-1%

b) Frequency : 50 Hz +/-1%

c) Phase & Wire : 1Ph,N & 2W

d) Fault level : 10 KA for 1 Sec


OIL & GAS SBU DESIGN BASIS FOR 12” NB x 40
KM PIPELINE FROM TAP-OFF AT
PADMALA TO HALOL & 1 NO.
GUJARAT STATE PETRONET LIMITED SPURLINE MECON LTD., DELHI

TITLE BASIC ENGINEERING DESIGN BASIS ENGINEERING DOCUMENT NO. PAGE 4 of 9

MEC/23JT/05/21/M/002/0001 REVISION 1

4.3 Site Conditions:

a) Max / Min Temperature : 50 / 5 0 C

b) Relative Humidity : 100 %

c) Altitude above sea level : Less than 1000 M above mean sea level

d) Atmospheric condition : Tropicalized to withstand the site


Condition, dust, vapour etc.

e) Hazardous area
classification : Zone-1, Gas group IIA, IIB, Temp.class
T3

f) Control Room/Electrical Room/


Guard room/battery room/D.G Area : Safe area

5.0 AREA CLASIFFICATION AND EQUIPMENT SELECTION

5.1 Classification of hazardous area will be in accordance with BIS and IS: 5572.

5.2 Following selection will be considered for proper selection of electrical


equipment for use in hazardous area:

a) Area Classification : Zone-1

b) Gas Group : IIA and IIB

c) Temperature Classification: T3

All electrical equipment installed in hazardous area will be selected as per IS: 5571

5.3 All electrical equipment for hazardous area will be certified by CMRI
or equivalent independent testing agency.

6.0 LIGHTING SYSTEM

6.1 Lux level in the plant area for calculation of lighting fixture are as follow:

Control room - 500 lux


OIL & GAS SBU DESIGN BASIS FOR 12” NB x 40
KM PIPELINE FROM TAP-OFF AT
PADMALA TO HALOL & 1 NO.
GUJARAT STATE PETRONET LIMITED SPURLINE MECON LTD., DELHI

TITLE BASIC ENGINEERING DESIGN BASIS ENGINEERING DOCUMENT NO. PAGE 5 of 9

MEC/23JT/05/21/M/002/0001 REVISION 1

Electrical room - 150 lux

Office room - 300 lux

Process area - 50 lux

Battery room - 100 lux

Road area - 20 lux

Open area - 10 lux

Utilization factor - As per manufacturer catalogues.

Maintenance factor - 0.6 for Outdoor / 0.7 for Indoor

6.2 AC emergency light through Inverter in Control Room, Electrical


Room and Guard room.

6.3 Type of Lighting fixture

Battery room - 2x11W CFL Surface fixtures

Control room - 2x11 W CFL Recessed fixtures

Electrical room - 2x11 W CFL Surface fixture

Other room - 1x36 W or 2x36 W FL Industrial


fixture with Reflector

Local area near


the field instrument - 125 W HPMV FLP well glass fixture
in process area

Process area - 125 W HPMV, FLP Well Glass fixture

Road (safe area) - 150 W HPSV Street light fixture

Outdoor (safe area) - 400 W/250 W HPSV Flood light fixture


- Solar system (26 W LPSV Lamp)

7.0 ENCLOSURE PROTECTION OF EQUIPMENT


OIL & GAS SBU DESIGN BASIS FOR 12” NB x 40
KM PIPELINE FROM TAP-OFF AT
PADMALA TO HALOL & 1 NO.
GUJARAT STATE PETRONET LIMITED SPURLINE MECON LTD., DELHI

TITLE BASIC ENGINEERING DESIGN BASIS ENGINEERING DOCUMENT NO. PAGE 6 of 9

MEC/23JT/05/21/M/002/0001 REVISION 1

7.1 Enclosure Protection


The electrical equipment installed outdoor will have the following enclosure
Protection: IP 55

The equipment installed indoors will have the following enclosure:


- Switch board: IP 52 and vermin proof type
- UPS – IP 41

The above enclosure protection will be in accordance with Indian standard.

7.2 Enclosure Protection in hazardous areas

The type of enclosure that will be in the plants are the following:

- Flame proof (Ex-d)

8.0 EARTHING AND LIGHTNING PROTECTION SYSTEM

8.1 No. of earth pit will be provided as per IS : 3043

a) 600 x 600 x 3 mm thick copper plate earth electrode for UPS,RTU,Telecom


and Instrument control panel, Metering panel

b) GI Pipe electrode for other equipment.

8.2 All equipment earthing will be carried out as per IS: 3043,minimum size of
GI/Copper earth conductor to be used will be as given below:

Equipments Earthing Conductor size

Mains Grid & equipment such as : 50 x 6 mm GI Flat


Main Electrical Distribution Board
Silent D. G. Set

Switch Socket DB, Lighting DB 25 x 6mm GI/16 sq. mm GI rope


UPSDB

Motors 5.5 KW to 3 KW 2.5 sq mm Cu Wire PVC

2.2 KW to 0.375 KW 2.5 sq mm Cu Wire PVC

Other equipment 2.5 sq mm Cu Wire PVC

Mechanical equipment / Vessels, 50 x 6 mm GI Flat


OIL & GAS SBU DESIGN BASIS FOR 12” NB x 40
KM PIPELINE FROM TAP-OFF AT
PADMALA TO HALOL & 1 NO.
GUJARAT STATE PETRONET LIMITED SPURLINE MECON LTD., DELHI

TITLE BASIC ENGINEERING DESIGN BASIS ENGINEERING DOCUMENT NO. PAGE 7 of 9

MEC/23JT/05/21/M/002/0001 REVISION 1

Tanks, Pipe/cable racks, structure, fencing

RTU, Telecom, UPS 25 x 6 mm copper

Field Instruments 2.5 sq mm Cu Wire PVC

8.3 Earthing Electrode will be GI pipe / Copper plate.

8.4 Minimum 2 Nos. Copper Plate Electrodes will be provided for RTU / Control Panel at
each station.

8.5 Minimum 2 Nos. Copper Plate Electrodes will be provided for Telecommunication
System at each station.

8.6 Minimum 2 Nos. Copper Plate Electrodes will be provided for UPS system at each
station.

8.7 Minimum 12 Nos. GI Pipe electrodes for each station will be provided as per IS-3043
and as per site requirement. (8 Nos. for equipment earthing, 2 Nos DG set neutral
earthing, 2 Nos. Transformer neutral earthing).

8.8 Lightning protection system will be provided as per IS-2309.

9.0 CABLES

Power & Control cables will have the following specification:

9.1 Power Cable

• Stranded Annealed Copper Conductor up to 16 mm2.


• Stranded Aluminum Conductor from 25 mm2 and above
• PVC insulation – Type A
• Inner and outer Sheath will be extruded
• Inner sheath will be ST2
• Steel strip / wire armored
• Outer sheath of cable will be FRLS PVC, ST2 Type
• Voltage grade – 1100 V
• IS-1554 Part I

9.2 Control Cable

• Stranded Annealed Copper Conductor 2.5 sq mm


• PVC insulation type A.
• Inner and outer Sheath will be extruded
OIL & GAS SBU DESIGN BASIS FOR 12” NB x 40
KM PIPELINE FROM TAP-OFF AT
PADMALA TO HALOL & 1 NO.
GUJARAT STATE PETRONET LIMITED SPURLINE MECON LTD., DELHI

TITLE BASIC ENGINEERING DESIGN BASIS ENGINEERING DOCUMENT NO. PAGE 8 of 9

MEC/23JT/05/21/M/002/0001 REVISION 1

• Inner sheath will be ST2


• Steel strip / wire armored
• Outer sheath of cable will be FRLS PVC, ST2 Type
• Voltage grade – 1100 V
• IS-1554 Part I

9.3 Lighting Cable / Wire in conduit

• 2.5 mm2 stranded Copper PVC insulated wire in concealed PVC conduit will be
used in Lighting fixtures.
• 3 core 2.5 mm2 stranded copper cable (YWY) will be used for flameproof
fixtures.
• 4 core 6 mm2 stranded copper cable (YWY) will be used from outdoor lighting
DB to junction box on the lighting poles.
• 3 core 2.5 mm2 stranded copper cable (YWY) will be used from junction box on
the lighting poles to lighting fixture.

9.4 Switch Socket Cable / Wire in conduit

9.5 6 mm2 stranded copper PVC insulated wire in concealed PVC conduit for 5/15A Switch
Socket, 16A Industrial Switch Socket & Split AC system will be used.

10.0 SOLAR SYSTEM

8 Nos. TATA BP Solar make MV8 model system will be used for outdoors lighting.

11.0 U.P.S. SYSTEM DESPATCH, RECEIVING AND TAP-OFF STATION

Rating - 5 KVA, 230 V AC, 1 Ph, N.


Parallel redundant UPS with
Static stabilizer and 3 Ph. Battery Charger

Redundancy - Parallel redundant

Back – up Time of Ni-Cd Battery - 12 Hrs. (2 Banks of 6 hours each)


- Facility to isolate each Bank
Separately

12.0 SILENT D.G. SET

Rating - 40 KVA
Voltage - 415 V
Phase - 3Ph., N
OIL & GAS SBU DESIGN BASIS FOR 12” NB x 40
KM PIPELINE FROM TAP-OFF AT
PADMALA TO HALOL & 1 NO.
GUJARAT STATE PETRONET LIMITED SPURLINE MECON LTD., DELHI

TITLE BASIC ENGINEERING DESIGN BASIS ENGINEERING DOCUMENT NO. PAGE 9 of 9

MEC/23JT/05/21/M/002/0001 REVISION 1

Frequency - 50 Hz
Cooling - Air Cooled
Starting - Manual
Noise, Emission & Smoke limits - As per latest Amendment of
Environment (Protection) Act
1986
Noise level - Less than 75 db (A) at a distance
Of 1 M from Acoustic enclosure

Enclosure - Acoustic enclosure with


Residential Silencer
Location - Outdoor
Battery Charger - To charge D.G. set Battery
Control Panel - Mounted in Acoustic enclosure
Fuel Storage Tank - 12 Hr. capacities inside Acoustic
Enclosure
13.0 SPLIT A.C. SYSTEM

• All A.C. will be 230V, 50 Hz, 1 Ph & N.


• Minimum 4 Nos. split A.C. will be provided. Two A. C. will run for 8 hrs. with
automatic changeover among four A.C.
• Control room temperature will be maintained 220 C+20C
• All AC shall have one power & Control Panel for automatic changeover including
stabilizer for each A.C.This panel shall be kept in electrical room

14.0 SWITCH SOCKET

14.1 5/15A, 3 pin, Switch Socket (PNE)

• Control Room - 4 Nos.


• Electrical Room - 1 No.
• Battery Room - 1 No.
• Guard Room - 1 No.

14.2 16A, 230V AC (PNE) Industrial Switch Socket unit fully interlocked with plug with 16 A
SP MCB for Air Conditioners.
PADMALA-GODHRA GAS PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No. : 05/51/23JT/GSPL/001(EPC)
Gujarat State Petronet
Limited (Part-I : Padmala-Halol Gas Pipeline,Terminals & Associated Facilities) MECON LIMITED

ELECTRICAL SCOPE OF WORK


FOR

ELECTRICAL SYSTEM AT DESPATCH TERMINAL (PADMALA),

SV –STATION,

& RECEIVING TERMINAL AT HALOL


GUJARAT STATE PETRONET LIMITED

ELECTRICAL SCOPE OF WORKS

FOR

NATURAL GAS PIPELINE FROM


PADMALA TO GODHRA (HALOL)
(PGPL)

Prepared Checked Approved


By By by

MANISH KUMAR QUASIM AHMAD D K PANDE

C:\Documents and Settings\GV _kavl\Desktop\GSPL_13.03.07\elec- pjs-13.03.7.doc


Index

Sl. No. Description

1 General

2 Scope of work

3 Area classification

4 Job specification

5 Statutory approval of works

6 Makes of equipments and materials

7 Inspection, testing and commissioning

8 Drawings, standard specifications and


Installation standards

C:\Documents and Settings\GV _kavl\Desktop\GSPL_13.03.07\elec- pjs-13.03.7.doc


1.0 GENERAL

1.0 Introduction

1.0.1 The intent of this specification is to define the requirements for the supply of
equipment and materials (as required), erection, testing and commissioning of
the electrical power distribution system at PGPL terminals for GSPL.

1.0.2 The work shall be carried out in the best workmanship – like manner, in
conformity with these specifications, approved drawings and the instructions of
the Engineer-in-charge from time to time.

1.0.3 The contract shall include clearing of temporary construction, waste materials
and loose earth, which might get collected in and nearby the work site
consequent of the execution of work under this contract.

1.1 Standards

1.1.1 The work shall be performed in conformity with, standard specifications and
installation standards enclosed and code of practices of the Bureau of India
Standards. In case of any conflict, the stipulations under this specification shall
govern.

1.1.2 In addition, the work shall also conform to the requirements of the following:

a) The Indian Electricity Act, and the rules framed thereunder


b) The fire Insurance Regulations
c) The regulations laid down by the Chief Electrical Inspector of the state
government / Central Electricity Authority (CEA).
d) The regulations laid down by the Factory Inspector.
e) The regulations laid down by the Chief Inspector of Explosives.
f) Any other regulations laid down by the Central, State or Local Authorities
from time to time during the pendency of this contract.

1.2 Guarantee

1.2.1 The contractor shall guarantee the installation against any defects of
workmanship and materials (supplied by the contractor) for a period of 12
months from the date of issue of the completion certificate. Any damage or
defects connected with the erection of materials, equipments or fittings supplied
by the contractor that may be undiscovered at the time of issue of the
completion certificate, or may arise or come to light thereafter, shall be rectified
or replaced by the contractor at his own expense as deemed necessary and as
per the instruction of the Engineer-in-charge within the time limit specified by
the Engineer-in-charge.

1.2.2 The above guarantee shall be applicable for the quality of work executed as well
as for the equipment / cable / fittings/ other material supplied by the contractor.

C:\Documents and Settings\GV _kavl\Desktop\GSPL_13.03.07\elec- pjs-13.03.7.doc Page 1 of 7


1.3 Site Conditions

The equipment offered and the installation shall be suitable for continuous
operation under the following site conditions.
Max. / Min temperature : 500C/50C
Design ambient : 500C
Max. relative humidity : 100 %
Altitude : less than 1000 m above MSL
Atmosphere : Tropical & Hydrocarbon handling
Industrial atmosphere
1.4 Power Supply Parameters

SYSTEM DETAILS INPUT OUTPUT


UPS SYSTEM OUTPUT 415V AC, TPN 240 V AC, 1 Phase
WITH PHASE
SELECTION
INSTRUMENTATION 230 V AC, 1 Phase -
From UPS
Fire Detection & Alarm 230 V AC, 1 Phase -
System From UPS
CP System 230 V AC, 1 Phase -
From UPS
LIGHTING DISTRIBUTION 415V, 3 TPN 240 V AC, 1 Phase
BOARD

2.0 SCOPE OF WORK

2.1 Supply by Contractor:

Following electrical equipment and material are included in EPC contractor’s


scope for each terminal.

2.1.1 Flame – proof equipments, Street lighting and flood light fixtures
for Hazardous area shall be suitable for Gas Group I, IIA, IIB / IIC
and temperature classification T3. Number of fittings shall be
calculated to achieve lux level indicated in lighting specification-
clause no.15.

2.1.2 Non –Flame proof type lighting fixture shall be used for safe area
Number-of fittings shall be calculated to achieve lux level
indicated in lighting specification- clause no.15.

2.1.3 SPV Based Solar Street lighting pole with 26W LPSV Lamp, 12 V
150Ah battery backup providing 4 days (3 no sun shine days)
autonomy with 150Wp solar array etc. Complete in all respects.
(Model No. MV 8,TATA BP Make)

C:\Documents and Settings\GV _kavl\Desktop\GSPL_13.03.07\elec- pjs-13.03.7.doc Page 2 of 7


2.1.4 Power Distribution Board, Lighting Distribution Boards etc. as
required.

2.1.5 Complete earthing and lightning Protection system including


earthing pits, earth electrodes, copper earth plate, earthing strips,
grounding conductor of various sizes, copper strip as flange
jumper, air termination for lightning protection etc.as required.

2.1.6 1.1 KV grade stranded copper / aluminum conductor, PVC


insulated, extruded inner sheath GI Wire /flat armored, FRLS PVC
over all outer sheathed heavy duty cables confirming to IS: 1554
Part-1 power & control cables for Electrical distribution system,
lighting system, CP system etc. as required.

2.1.7 5 KVA UPS system, Rectifier, Battery Bank, ACDB &


interconnecting cables as per specification and data sheet.

2.1.8 1.25 KVA inverter system, for emergency light & fan points, with
ACDB and 4 hrs. Battery (SMF Lead acid type) back up including
all interconnecting cables as per specifications / Data Sheet.

2.1.9 40 KVA Silent Diesel Generator Set complete with control panel,
all required accessories and control equipment to supply
continuous electrical power.

2.1.10 Latest model, 1.5 Tonne Split type Air conditioners with remote
including Automatic stabilizer, automatic change over switch etc.

2.1.11 GI pipes, accessories, cable markers, identifier tags, GI saddles,


GI cable tray and all other associated accessories for cable laying.

2.1.12 Double – compression type nickel- plated brass cable glands,


tinned- copper lugs, clamping material etc. for cable termination.

2.1.13 Supply of MS frames, supports, canopies and brackets for


miscellaneous electrical equipments, including supply of bolts,
nuts etc. for mounting as required.

2.1.14 Supply & installation of following items as per applicable standards


/ Indian Electricity rules and miscellaneous installation accessories
required to complete the installation:

C:\Documents and Settings\GV _kavl\Desktop\GSPL_13.03.07\elec- pjs-13.03.7.doc Page 3 of 7


a) Sand bucket with sand, mounted on steel hook.
b) Danger caution board of 440 V.
c) Shock treatment charts with glass and teak wood frame
confirming to IE rules.
d) First aid box with front door having clear glass and first aid
material.
e) 1.1 KV grade Rubber mat in front of panel.
f) Rubber hand gloves duly tested and approved for use on
system service 415 V.
g) GI pipes in floor, road crossing etc. as required.

2.1.15 Supply of all commissioning spares for all the electrical equipment
and consumables without any extra cost.

2.2 Installation, testing and commissioning:

2.2.1 Installation, testing and commissioning of the contractor supplied


Equipments and free issued equipments.

2.2.2 Laying & termination, testing and commissioning of all MV power


and control cables in cable trays, concrete – lined trenches, buried
cable trenches, pipes, road crossing pipe etc.

2.2.3 Installation of Outdoors and indoors lighting system material,


testing and commissioning of complete lighting system including
SPV based solar lighting system.

2.2.4 Installation of complete earthing and lightning Protection system


material, testing and commissioning of complete system in the
terminals.

2.2.5 Preparation of buried cable trenches in unpaved area including


excavation, back filling, compacting providing of brick protection
by second-class bricks, spreading of fine river sand, including all
supplies.

2.2.6 The job includes repairing of all civil works damaged during
installation of electrical facilities.

The scope of work under this contract shall be inclusive of


breaking of walls and floors and chipping of concrete foundations
necessary for the installation of equipment, materials and making
good of the same.

C:\Documents and Settings\GV _kavl\Desktop\GSPL_13.03.07\elec- pjs-13.03.7.doc Page 4 of 7


2.2.7 Minor modifications wherever required to be done in the owner
equipments or devices to enable cable entry, termination, etc.

2.2.8 Sealing of openings made in walls / floors for cable trays, cables
etc. suitably using acceptable practice and standards.

2.2.9 Supply and installation of all other accessories not specifically


mentioned herein, but never the less necessary for completion of
the job.

2.2.10 Fabrication of MS frames, supports, canopies and brackets for


miscellaneous electrical equipments, including welding, fixing of
bolts, nuts etc. for mounting and other necessary supplies, all
inclusive of painting as specified.
2.2.11 Correction, updating and submission of all Owners’ drawings for
as-built status.

3.0 AREA CLASSIFICATION

Hydrocarbon handling areas have been generally classified as zone 1, gas group
IIA/IIB as per IS: 5572, API RP-500 and IP Rules. All equipments to be installed
in these areas shall be suitable for the area classification with temperature class
T3 (2000C), CMRI testing and approved by CCOE, DGFAS and having BIS license.

4.0 JOB SPECIFICAITONS

4.1 General

Various electrical works covered under this contract like equipment erection,
cabling, lighting and grounding works, etc. shall be performed in accordance with
Design basis, specifications and data sheet etc.S attached with this tender.
(Certain clauses of specifications, which are applicable to equipments or system
not covered under this contract, shall not be applicable).

Erection, testing and commissioning of certain special equipments shall be


performed in accordance with supplier’s instructions and directions of the
Engineer-in-charges.

The equipments/ materials to be supplied by the contractor shall conform to the


requirements of the design basis and applicable specifications enclosed in the
tender document.

C:\Documents and Settings\GV _kavl\Desktop\GSPL_13.03.07\elec- pjs-13.03.7.doc Page 5 of 7


5.0 STATUTORY APPROVAL OF WORKS

All works relating to statutory approvals of the installation from competent


authority like CEA etc. shall be in the scope of contractor.

The application on behalf of the owner for submission to Electrical Inspector /


central Electricity Authority along with copies of required certificates complete in
all respects shall be prepared by the contractor and submitted to the Engineer-
in-charge for onward transmission well ahead of time so that the actual
commissioning of equipment are not delayed for want of inspection by the
Electrical Inspector / CEA. The actual inspection work by the Electrical
Inspector / CEA shall be arranged by the Contractor and necessary
coordination and liaison work in this respect shall be responsibility of
the contractors. However, any fee paid to the electrical Inspectorate in this
regards shall reimbursed by the owner on submission of bills along with
documentary evidence.

6.0 MAKES OF EQUIPMENTS AND MATERIALS

All equipments / materials supplied by the contractor shall be as per the list of
approved makes enclosed with this document subject to submission of
Certification and approvals.

7.0 INSPECTION, TESTING & COMMISSIONING

7.1 All the equipment supplied and installed by the contractor shall be tested and
commissioning as required and no separate payments shall be made. Contractor
shall inspect carefully all equipments before receiving them from owner for
installation purposes. Any damage or defect noticed shall be brought to the
notice of the engineer-in-charge.

7.2 Any work not conforming to the execution drawings, specifications or codes shall
be rejected forthwith and the contractor shall carry out the rectification at his
own cost.

7.3 The contractor shall carry out all the tests as enumerated in the technical
specifications and as per applicable codes and standards.

7.4 Before the electrical system is made live, the electrical contractor shall carry out
suitable tests to establish to the satisfaction of engineer-in-charge that the

C:\Documents and Settings\GV _kavl\Desktop\GSPL_13.03.07\elec- pjs-13.03.7.doc Page 6 of 7


installation of equipments, wiring and connections have been correctly done and
are in good working condition and that it will operate as intended.

7.5 All tests shall be conducted in the presence of Owner/ Engineer-in-charge or his
authorized representative unless he waives this requirement in writing. The
contractor shall arrange all testing equipment necessary to carry out the test.
The tests shall be recorded on approved Performa and certified records of the
tests shall be submitted to Owner/ Engineer-in-charge.

7.6 After the completion of all tests and rectification of all defects pointed out during
final inspection, plant start-up trials would be commenced. During the start-up
trials contractor shall provide skilled / unskilled personnel and supervision round
the clock at his cost. The number and category of workmen and duration up to
which required, will be decided by the Engineer-in-charge. Any defects noticed
during the start-up trial relating to the equipment supplied and work carried out
by the Contractor, will be rectified by the contractor at his own cost.

7.7 Engineer-in- charge shall have the right to get these defects rectified at the risk
and cost of the contractor if he fails to attend to these defects immediately as
desired.

7.8 After the operating conditions are fully achieved in the plant and the other
requirements as stated in the General Conditions of Contract are fulfilled, the
contractor would be eligible for applying for a completion certificate.

8.0 DRAWINGS, STANDARD SPECIFICATIONS AND INSTALLATION


STANDARDS

8.1 The equipments / materials to be supplied by the contractor shall conform to the
requirements of the data sheets and applicable specifications. Also the
installation of various material / equipment shall conform to the installation
standards.

8.2 The drawings accompanying the tender documents when read with specification
shall depict the electrical system of the Terminal. These are indicative of the
nature of work and issued for tendering purposes only. Purpose of these
drawings is to enable the tenderer to make an offer in line with the requirements
of the Owner. Construction shall be as per drawings / specifications issued /
approved by the Engineer-in-charge during the course of execution of work.

8.3 Conduit layout drawing to be prepared by the contractor and shall be submitted
for approval.

8.4 After the job completion, contractor shall prepare AS-BUILT drawings. Final
certified as built drawings shall be submitted by the contractor to owner in bound
volume with one set of reproducible original sepia plus five sets of prints.

C:\Documents and Settings\GV _kavl\Desktop\GSPL_13.03.07\elec- pjs-13.03.7.doc Page 7 of 7


Page 1 of 1
ELECTRICAL CHECK LIST

TO BE FILLED-UP BY TENDERER

Sl. Description Remarks


No.
1. No deviation from the Electrical Specification.

2. Unpriced SOR enclosed with offer

3. List of similar electrical job undertaken during


last three years has been enclosed with the offer

4. List of electrical personnel employed, with their


qualification & experience, has been enclosed
with the offer

5. Credential of electrical sub-contractor, enclosed


with the offer
PADMALA-GODHRA GAS PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No. : 05/51/23JT/GSPL/001(EPC)

(Part-I : Padmala-Halol Gas Pipeline,Terminals & Associated


Gujarat State Petronet Limited Facilities) MECON LIMITED

ELECTRICAL DATA SHEET


FOR

UPS AND AIR CONDITIONER AT DESPATCH TERMINAL (PADMALA),

SV –STATION,

& RECEIVING TERMINAL AT HALOL


CONTENTS

1. Data sheet for UPS , Rectifier, Inverter and Battery charger


2. Data sheet for Air Conditioner

Page 1 of 1
ANNEXURE - I
PURCHASER'S DATA FOR UPS

1.0 INPUT POWER SUPPLY


1.1 Voltage/freq./ phase: 415 V (±) 10 % , TPN, Automatic 3 Ph to 1 Ph.
(Selection through Phase selection logic
circuit), 50 Hz ± 5%
1.2 System fault level 10 KA
2.0 SITE CONDITION
2.1 Design Ambient/ Minimum ambient 50°C / Min. 5°C
2.2 Max. Relative humidity 100%
3.0 SYSTEM REQUIREMENTS
3.1 Input Power Supply to System 240 V (±) 10 % TPN, 50 (±) 5% Hz AC
through 3 Ph to 1 Ph auto selection logic ckt.
3.2 Type of inverter Transistorized (IGBT) or Latest proven
technology
3.3 Rating (KVA at 0.8 pf.) 5 KVA
3.4 Overload capacity 150% for 10 Sec., 125% for 10 min. , 110 %
cont.
3.5 Mode of operation Parallel Redundant UPS with static stabilizer
and
3 Ph.Battery charger
3.6 Load p.f. 0.8 (with variation between 0.6 to 1.0)
3.7 Type of Battery Ni-Cd (1.2 V) Pocket plate type

3.8 i) Battery end cell voltage 1.1 V/Cell (Ni-Cd)

ii) Battery stand formation Two steps and Two tier

iii) Battery back up time 12 Hrs. (2 Banks of 6 hours each)


iv) Derating factor As per specification
3.9 Type of enclosure Minimum IP-41
3.10 Cable entry From bottom

Page 1 of 8
4.0 A.C.D.B./ D.C.D.B. DETAILS (1) ACDB (1 No.)
One number incomer DP MCB and 13 nos. out
going DP MCBs with semiconductor fuses and
bus bar.
(2) Metering: Voltmeter, Ammeter (Digital
type).

5.0 QUANTITY i) 3 Sets


6.0 Drawings reference UPS Block diagram
No.MEC/TS/05/E9/071B,R -0

Page 2 of 8
ANNEXURE-II (A)
TECHNICAL DATA FROM MANUFACTURER
(To be filled up by the Tendered)
1.0 INVERTER

1.1 Manufacturer’s Model No.(Enclose catalogue)


1.2 Rating (at specified ambient) / no. of phases
1.3 Applicable codes/standards
1.4 Steady state output volt/freq (230 V + 1%)
(50 Hz + 1%)
1.5 Input volt.
1.6 Synchronization (inv. phase locked with main) in
percentage
1.7 Synchronization manually adjustable in steps of

1.8 Allowable unbalance between phases (for 3 Phases


only)
1.9 Harmonics distortion for linear & non-linear loads (not
more than 4% and 15% respectively).
1.10 Mode of operation
1.11 Dynamic Responses at following conditions
a) ± 50% step load (for parallel redundant UPS)
b) ± 100% step load (for hot standby and single
UPS system).
c) Power supply interruption and restoration.
d) Load Transferred to bypass line
e) When one inv. gets faulty and load transferred
to healthy inv. (for parallel redundant UPS)
1.12 Recovery time to reach steady state after above
disturbance (not more than 100m Sec)
1.13 Overload capacity
1.14 Short circuit capacity and duration (in % and m sec.)
1.15 Degree of protection of the panel.

1.16 Noise Level (dB. A at 1 m)


(Not more than 75 dB)

Page 3 of 8
1.17 Efficiency at 100%/75%/50% loads (not less than 80%
at 100% load)
1.18 Type of control circuit (Static PWM)

1.19 Out put voltage & phase angle (for 3 Ph.only)


a) For 30% unbalance load
b) For 40% unbalance load
c) For 50% unbalance load
d) For 100% unbalance load
1.20 Crest Factors
2.0 STATIC SWITCHES
2.1 Nos. of static switches in each set
2.2 Current rating at specified ambient
2.3 Transfer time (m sec.)
a) Synchronized mode (not more than 4m Sec)
b) Unsynchronized mode (not more than 20m
Sec)
3.0 BATTERY CHARGER
3.1 Rating (Amp.) / MAKE (Enclose back up
calculation).
3.2 Type of charger (Basic configuration)
3.3 Output volt under float/boost charging condition
3.4 Volt. Accuracy under specified input (± 1%)
3.5 Max. Ripple content on DC side (% RMS) (not more
than 2% without battery)
3.6 Max. Ripple content on AC side (% RMS)
3.7 Efficiency at 100%/75%/60 of load
3.8 Mode of Change over from float to boost and vice-
versa
4.0 BATTERY
4.1 Make
4.2 Type (Enclose catalogue)
4.3 AH rating (Enclose back up calculation)
4.4 End cell volt. at specified discharge rate (V/ cell)
4.5 Output (Nominal) volts
4.6 Nos. of battery banks

Page 4 of 8
4.7 Nos. of cells in each banks

4.8 Battery charging requirements (V/ cell)

a) Volts/Cell
b) Float
c) Boost
4.9 Voltage variation from fully charged battery to
discharged battery (volts)
4.10 Charging time( Hrs.)
4.11 Max. permissible ripple content (% RMS)
4.12 Overall dimension (L*W*H)
4.13 Container type
4.14 Accessories for battery as per specification included
5.0 MANUAL TRANSFER DEVICES
5.1 Rating (Amp.) .
5.2 Make/Type

6.0 STEP DOWN BYPASS TRANSFORMER WITH SOLID STATE VOLTAGE


STABILISER
6.1 Make/type
6.2 Rating and Voltage ratio
6.3 Accuracy of stabilizer (not more than ± 2%)
6.4 Type of control (Solid state)
6.5 Type of cooling Natural
7.0 AC DISTRIBUTION BOARD/ DC DISTRIBUTION BOARD
7.1 Nos. of feeder/rating
7.2 Cable entry from (Bottom)
7.3 Deleted

7.4 Max. rating of outgoing feeders possible for fault


clearance by UPS with and without supply back up (as
percentage of UPS rating) not less than 25%

a) With fast acting semi conducting fuses

8.0 Control Microprocessor based

Page 5 of 8
9.0 Indications and Alarm
10.0 METERING
11.0 UPS Dimension (L x W x H) except Battery :
(Including inverter, charger, rectifier, bypass stabilizer,
ACDB/DCDB etc. )
12.0 OVERALL EFFICIENCY OF UPS SYSTEM
12.1 Ratio of output load to input drawn from mains when
inverters are on and synchronized with bypass.
a) At 100% load (not less than 80% at 0.8 p.f.)
b) At 75% load
c) At 50% load

RELIABILITY
13.0 a) Safety factor used for selecting electronic
components/ other electrical components (not
less than 200%/ 125% respectively)
b) MTBF / MTFR
c) Availability factor
14.0 DEGREE OF PROTECTION

15.0 Heat loss for total system (W)

16.0 Spare potential free contracts (for duplicating of


fault status in remote panel) to be provided.
17.0 Fault status shall be compatible to hook-up with
Owner’s PC through RS 232/ RS 485 interface.

Page 6 of 8
ANNEXURE-II B
TECHNICAL DATA FROM MANUFACTURER FOR BATTERY CHARGER

(To be filled up by the Tenderer)

1.0 BATTERY CHARGER FOR Ni-Cd BATTERY BANK


1.1 Rating (KW/Amp.)
(Suitable for charging of battery and supply to
5 KVA load simultaneously)
1.2 Input Supply 415 V +/- 10 %, TPN from DG
Set.
1.3 Redundancy (Parallel redundant system) Refer UPS Block diagram
No.MEC/TS/05/E9/071B,R -0
1.4 MAKE

1.5 Output volt under float/boost charging condition

1.6 Volt. Accuracy under specified input.

1.7 Efficiency at 100%/75%/50 % of load >75% at 75% load.

1.8 Mode of Change over from float to boost and Automatic & Manual
vice-versa

Page 7 of 8
ANNEXURE –IIC
TECHNICAL DATA FROM MANUFACTURER FOR THE INVERTER
(To be filled up by the Tenderer)
1.0 INVERTER System

1.1 Rating (at specified ambient) 1.25 KVA


1.2 Redundancy Single
1.3 Manufacturer’s Model No. (Enclose catalogue)
1.4 Applicable codes/standards
1.5 Input volt. 230 V +/- 10%, 1Ph. & N AC ,50
Hz +/- 5%
1.6 Steady state output volt/freq (240 V + 3%)
(50 Hz + 3%)
1.7 Harmonics distortion for linear & non-linear loads (not
more than 4% and 15% respectively).
1.8 Overload capacity (125% for 10 min., 110% Cont.)
1.9 Short circuit capacity and duration (in % and m sec.)
1.10 Efficiency at 100%/75%/50% loads (not less than
80% at 100% load)
1.11 Type of control circuit (Static PWM)

1.12 Crest Factors


2.0 ACDB 1 Incomer MCB 10A & Outgoing 5
Nos. 5A MCB
3.0 Battery
3.1 Type SMF Lead Acid
3.2 Back up time 4 Hrs.
3.3 Derating factor Same as that of UPS battery
4.0 Degree of protection of the panel. IP-41
5.0 Noise Level (dB. A at 1 m)
(Not more than 75 dBA)

Page 8 of 8
Please furnish the Technical Data Sheet for Split Air Conditioner:

S.No. Description Unit Power


Supply
1. Manufacturer
2. T.R. Rating
3. Model No.
4. Nominal KCAL/HR
5. Cooling Capacity BTU/HR
6. Heating capacity Not Applicable
7. Power supply
Voltage V 230V
Frequency Hz 50Hz
Phase 1 Phase
Power Consumption WATTS
Running Current A
8. Performance
Nominal Air Circulation Indoor CFM
Nominal Air circulation Outdoor CFM
Moisture Removal
Noise Level dB
9. Refrigerant type
Features
Air direction
Auto air swing
Temp. control
Fan type
Fan discharge
Fan quality
Fan motor type
Fan motor –no. of speed
Fan motor –quantity
Compressor type
Compressor model
Compressor –quantity
Air discharge
Forced operation
Soft dry operation
De-humidification
Plasma air purifier
Anti bacterial filter
Electro static filter
Remote control
Indoor unit-width
Height
Depth

Page 1 of 2
Weight
Colour
Outdoor unit-width
Height
Depth
Weight
Colour

Page 2 of 2
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.: 05/51/23JT/GSPL/001(EPC)
Gujarat State Petronet Ltd. Volume-IB of V MECON LIMITED

4.0 PARTICULAR JOB SPECIFICATION


[12” x 37.23 km Padmala – Godhara Gas Pipeline
Project]
INSTRUMENTATION WORK

Page 1 of 30
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.: 05/51/23JT/GSPL/001(EPC)
Gujarat State Petronet Ltd. Volume-IB of V MECON LIMITED

CONTENTS

Sl.No. Description

1.0 SCOPE OF INSTRUMENTATION WORKS

2.0 SCOPE OF SUPPLY

3.0 DESIGN BASIS

4.0 JOB SPECIFICATION FOR INSTRUMENT

5.0 SPARE PHILOSOPHY

6.0 DOCUMENTATION

7.0 CIVIL WORKS

8.0 INSTALLATION

9.0 TESTING AND CALIBRATION

10.0 COMMISSIONING

Page 2 of 30
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.: 05/51/23JT/GSPL/001(EPC)
Gujarat State Petronet Ltd. Volume-IB of V MECON LIMITED

1.0 SCOPE OF INSTRUMENTATION WORKS

1.1 General

The purpose of this specification is to define the general requirements and


philosophy of Instrumentation System of Launching / Receiving / SV Station
and Associated Facilities for smooth, reliable and successful operation of the
plant.

This specification is intended for Design and Engineering, Procurement, Shop


Testing and Supply, Storage at Site, Installation, Field Calibration / Testing
and Commissioning of the complete Instrumentation and Control System of
the proposed plant in accordance with the P&I Diagrams and other Technical
Specifications attached with the Tender Document.

Contractor’s scope of work shall be as listed below regarding Instrumentation


and control system on a LSTK basis.

i) Design and Engineering


ii) Procurement, Shop Testing and Supply
iii) Installation, Field Calibration/ Testing & Commissioning

The description and requirements contained in this specification are indicated


in brief and may not include all details. However, it is the responsibilities of
the Contractor to develop approval procedure and execute the job on a
package basis in accordance with the job specifications, relevant codes,
direction of the EIC and good engineering practices for smooth and
successful operation of the plant.

1.2 Design & Engineering

Contractor shall carryout design and engineering of Instrumentation and


controls based on the P&I Diagrams and other technical specifications as
described in various sections of the Tender Document. Documents and
drawings as listed elsewhere in this document shall be prepared by LSTK
Contractor and furnish to MECON/GSPL for approval/ information/ records as
a minimum. Any other document/ drawing not listed but required to carryout
for engineering and for integration of other equipment / packages sub-
ordered by Contractor shall also be prepared and furnished to MECON/GSPL
for approval/ information.

The instrument data sheets and standard formats enclosed and other
technical specifications of this Tender package shall be used for the purpose
of preparing above mentioned documents / drawings. Wherever the data
sheet / standard format is not available for any of the instruments, Contractor
shall use ISA format for the same.

Page 3 of 30
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.: 05/51/23JT/GSPL/001(EPC)
Gujarat State Petronet Ltd. Volume-IB of V MECON LIMITED

The design and engineering work shall also include review of post order
vendor drawings and documents for all instrumentation items. The Contractor
shall thoroughly review and approve vendor drawings for all instruments
before forwarding to MECON/GSPL.

1.3 Procurement, Shop Testing & Supply

All instruments shall be procured from the Approved Vendors listed elsewhere
in the Tender Document. In case, any item is to be supplied from a vendor
other than mentioned in the Approved Vendors List, the Contractor shall
obtain prior written approval from MECON/GSPL for the same before
placement of order.

All equipments supplied shall be of field proven quality, both with respect to
design and materials. No prototype instrument or instrument of an
experimental nature shall be offered or supplied.

All the arrangements for shop testing and calibration of all Instrumentation
items, control panels, cables, etc. shall be carried out by the Contractor.
MECON/GSPL may carryout stage/ final inspection of any item before
shipment/ installation.

1.4 Installation, Field Testing/ Calibration & Commissioning

Contractor shall carryout installation of all field mounted and control panel
mounted instruments, control panels, etc. as described in “Specification for
Installation of Instruments” attached in other volume of the Tender
Document. This activity shall include but not limited to installation of all field
instruments and junction boxes, laying of single pair, multi pair cables from
field to control room, laying of power supply cables from control room /
switch gear room to the field, installation of panels in control room, earthing
of all panels, field instruments and junction boxes, tagging and pair / core
identification of all cables, calibration of all the panel and field mounted
instruments, pre-commissioning checking including testing of impluse lines,
instrument air lines, pneumatic signal tubes and cables, loop testing and
commissioning of total system as per the requirements indicated in the
Tender Document.

Page 4 of 30
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.: 05/51/23JT/GSPL/001(EPC)
Gujarat State Petronet Ltd. Volume-IB of V MECON LIMITED

2.0 SCOPE OF SUPPLY

2.1 Supply of all items (field and control room located) related to Instrumentation
and Control System as indicated in the Piping & Instrumentation Diagrams
and other technical documents attached with the Tender Document.

All additional instruments and controls necessary for safe and efficient
operation of the unit which are not listed specifically in the document or P&I
Diagrams but which are required as per Vendor’s experience/
recommendation and for safety of the operation, shall be in the scope of
LSTK Contractor.

2.2 The scope of supply shall include but not limited to the following :-

a) All field transmitters, pressure and temperature gauges, RTD’s,


thermowells, actuated valves with accessories, LEL Gas Detection
System, all control room located instruments and control system such
as bargraph indicators, controllers, recorders, alarm annunciator, etc.
and all interlock as per P&IDs and Instrument Data Sheets attached.
For all interlocking functions, relay based system shall be provided.

b) All Control Panels alongwith required accessories such as isolators,


barriers, signal multiplexers (SDC), relays, power supply units, etc. as
described in the “Specification for Control Panel & Accessories”
attached with this Tender Document.

c) All types of cables such as signal, control, alarm, RTD and power
cables.

d) Distribution of utilities like AC power, DC power, UPS, etc. for


instrumentation purpose.

e) All installation and erection materials such as impulse tubing/ pipings,


pipe fittings and valves, tube fittings, cable trays/ ducts and tray
supports, all types of consumables and mounting accessories as
required for erection of the complete instrumentation system.

f) All required junction boxes (explosion proof type) alongwith double


compression type cable glands for different types of signals such as 4-
20 mA DC, RTD / thermocouple, shutdown (for solenoid valves),
switch contacts, alarm, power, etc.

g) GI earthing strip for earthing of all panels, field instruments, junction


boxes, analysers, etc. alongwith instrument earth pit.

h) Any other erection material necessary for installation and


commissioning of complete Instrumentation system and special
instrumentation items.

Page 5 of 30
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.: 05/51/23JT/GSPL/001(EPC)
Gujarat State Petronet Ltd. Volume-IB of V MECON LIMITED

i) Supply of start-up and commissioning spares and spares for all


instruments as per details in spares philosophy.

j) Universal type hand held communicator for field instruments.

k) Submission of all drawings and documents as listed elsewhere in this


Document.

l) Submission of final test reports, calibration reports, certificates for


classified hazardous area application, etc.

Page 6 of 30
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.: 05/51/23JT/GSPL/001(EPC)
Gujarat State Petronet Ltd. Volume-IB of V MECON LIMITED

3.0 DESIGN BASIS

3.1 Instrumentation and Control system has been envisaged to ensure optimum
performance of the natural gas transportation and to achieve safe, reliable
and trouble free operation. For this purpose, microprocessor based electronic
instruments having 4 – 20 mA DC unified current signal as input/ output have
been envisaged. The basic function of the Instrumentation system is to
monitor and control of natural gas parameters viz., pressure, temperature,
flow % of LEL, actuated valve status, etc. as indicated in the P&I Diagrams
attached with the Tender Document. These functions will be achieved with
the help of panel mounted receiver instruments, annunciation lamps, push
buttons, etc. in the control room alongwith equipment/ pipeline mounted
sensors, transmitters, gauges, switches, actuated valves, etc. in the field.

3.2 The design shall employ the latest technology of proven capabilities. The
selection of equipment shall be such as to offer flexibility for future
modification and expansion without affecting the system reliability. The Job
Specification of this Tender Document in conjunction with the Data Sheets,
Specifications, drawings enclosed form the basic guidelines for design and
selection of instrumentation. The Contractor shall follow the requirements as
spelt out in the above mentioned documents.

3.3 All instruments shall be capable of operating for the specified turndown
conditions. All instruments unless otherwise specified, shall be electronic
type. However, final control element shall be pneumatically operated.

3.4 The type of instrument as specified in the Instrument Data Sheet shall be
invariably selected unless the vendor has valid technical reasons for
proposing a change. Any deviation on the type of instrument from the data
sheet shall be specifically highlighted with technical reason and approval
sought from MECON/GSPL. Contractor to note that the ultimate responsibility
to select the particular instrument to suit process conditions shall be
Contractor’s responsibility.

3.5 All plant safety shutdown and interlocks shall be carried out using
electromagnetic relays for fail safe and reliable shutdown. Control Panel and
Relay Panel / Marshalling Rack shall be located in control room. Contractor /
Vendor may specify additional process interlock requirements as required for
plant safety.

3.6 All field instruments, junction boxes and cable glands shall be certified for use
in hazardous area as per area classification mentioned elsewhere in the
tender document. The Instrumentation shall be certified intrinsically safe in
general, as per IEC-79. However, field switches, solenoid valves shall be
certified flameproof for use in classified area as applicable (IS-2148/ IEC-79).
Moreover, all field instruments, junction boxes, cable glands and local control
panels shall be weather proof to NEMA-4 / IP 55 as per IS:2147 / IEC-529 as
a minimum and explosion proof/ flame proof to NEMA-7 or equivalent IS
Standard.

Page 7 of 30
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.: 05/51/23JT/GSPL/001(EPC)
Gujarat State Petronet Ltd. Volume-IB of V MECON LIMITED

Junction boxes, cable glands and accessories shall be Weatherproof only


when connected to intrinsically safe circuit and NEMA-7 or equivalent IS
Standard, when connected to explosion proof instruments / circuits.

3.7 The philosophy of power supplies for Instrumentation purposes are as


follows:-

i) 230 V AC 50 HZ. UPS


ii) 230 V AC 50 HZ. Non-UPS
iii) 24 V DC

230 V AC 50 Hz. UPS shall be used for main incoming power to control panel.
24 V DC (Dual Redundant) power supply to be used for panel mounted
receiver instruments, transmitters, barriers, signal repeaters (SDC) etc. shall
be derived from 230 V AC (UPS) power supply as part of control panel
Vendor’s / Contractor’s scope. 24 V DC shall also be used for interlock based
relay system, solenoid valves LEL detectors. 230 V AC non-UPS shall be used
for panel lighting, electrical heat tracing. The UPS and 24 V DC shall be sized
to meet the control system / relay based logic system load and other non-
UPS loads shall also be sized by Contractor based on the requirement.

3.8 Isolated 230V AC @50 Hz, 24V DC and its distribution within the battery limits
including UPS and battery backup shall be Contractor’s responsibility. AC
distribution board and DC distribution board shall be provided in control room
with suitable isolator for each feeder.

3.9 All open and close loops shall have an individual MCB in the panel for
isolating the field instruments for maintenance (i.e. for field switches,
transmitters, SOV, Control Valve etc.)

3.10 The design and installation of instruments shall be generally in accordance


with ISA / API recommended practices and other applicable standards like
ASI, IBR etc. Material specifications and practices shall, in general, conform
to appropriate ASTM or equivalent standards. All standards, code of practice
shall be of the latest edition.

3.11 All instruments and equipments shall be suitable for use in hot, humid and
tropical industrial climate in which corrosive gases and/ or chemicals may be
present. As a minimum, all instruments and enclosures in field shall be dust
proof, weather proof to NEMA 4 (IP 55) and secure against the ingress of
fumes, damages, insects and vermin. All external surfaces shall be suitably
treated to provide anti corrosion protection against plant atmosphere.

3.12 Materials of construction of instruments shall be consistent with temperature,


pressure, corrosion conditions and other process requirements. In case
where suitable material procurement is not feasible, diaphragm seal shall be
provided.

Page 8 of 30
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.: 05/51/23JT/GSPL/001(EPC)
Gujarat State Petronet Ltd. Volume-IB of V MECON LIMITED

3.13 Ranges for instruments shall be selected, in general, such that in normal
process operation the indication on the indicator or chart is between 40% to
60% of span for linear scale and 60% to 80% of span for square root scale.

3.14 The complete instrument system shall be designed for safe operation, by
using normally contacts which open on fault conditions.

3.15 All process interlocks and shutdowns indicated in P&ID are minimum
requirements. Additional requirements, if any, for satisfactory operation of
the equipments and the plant, must be provided by the Contractor.

3.16 The design of the alarm annunciation system shall be such that the transient
alarms of less than 330 milli seconds duration shall be automatically
discounted.

3.17 All lamps on control panels shall be provided with lamp test facility. All motors
shall have “RUNNING” and “STOP” indication on the control panel.

3.18 All process switches shall be provided with DPDT (two nos.) switches with
contact rating, as a minimum of 24V, 0.5 A DC or 230 V 5.0 Amp (Inductive)
AC as applicable. For all field switches (except limit switches), differential of
switch shall be less than 40% of difference between set value & normal
operating value.

3.19 The Contractor / Vendor is fully responsible for the sizing of all cables
considering factors like maximum distances between control panel and the
instruments and the entity parameters for intrinsically safe equipments
wherever required.

3.20 Control valve sizing formula shall, in general, be as per ISA 75.01. Control
valves shall be sized for the available pressure drop at normal flow and in
addition shall permit upto 150% of normal flow or 110% of the maximum
flow, whichever is higher. Vendor shall submit the sizing calculations for all
control valves.

3.21 All solenoid valves shall be of three way “Universal” type and continuos rated
type.

3.22 All transmitters shall be of SMART type provided with in-built digital output
meter/ output gauge at the transmitter end.

3.23 Canopy shall be provided as per the drawing attached alongwith this Tender
Document for all field instruments like transmitters, field switches, I/P
converters, flow meters, local control panel, etc.

3.24 Mounting of Instruments / JB on the stanchion or instrument support shall be


at the height of 1.3 meter from the finished grade / floor level.

Page 9 of 30
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.: 05/51/23JT/GSPL/001(EPC)
Gujarat State Petronet Ltd. Volume-IB of V MECON LIMITED

3.25 The instrument impulse line shall be supported at every 1 meter interval, on
straight runs and adequately supported otherwise for less interval.

Page 10 of 30
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.: 05/51/23JT/GSPL/001(EPC)
Gujarat State Petronet Ltd. Volume-IB of V MECON LIMITED

4.0 JOB SPECIFICATION FOR INSTRUMENTS

4.1 INSTRUMENT CONCEPT

4.1.1 General

This section identifies the job specific requirements pertaining to


instrumentation and control items. The requirement are generally applicable
to all areas, wherever requirements specific to any unit are applicable, the
same is mentioned. This specification shall be read in conjunction with scope
of work, scope of supply, instrument design basis and other drawings,
documents & various specification attached elsewhere with the Tender
document. An attempt has been made to cover the specifications which have
not been identified elsewhere; hence this specification shall be considered as
addition to other specifications and shall be read in conjunction with other
specifications.

i) Contractor to note the following and the same shall be followed:

- Control panel with accessories shall meet the entire requirement


given in P&ID’s, process description and any other requirement as
defined in the process package.

- All the transmitters i.e. pressure, dP (flow, level & differential


pressure), displacer type level and temperature transmitters shall
be SMART type.

- Case material for pressure gauges and thermometers shall be SS


304 as a minimum. Dial size shall be 150 mm minimum.

- Shatterproof glass shall be provided for Pressure gauges and


temperature gauges.

- Solenoid valves shall operate on 24 V DC.

- The UPS and 24 V DC supply shall be sized to meet the control


system / relay based logic system load and other non UPS loads
shall also be sized by Contractor based on the requirement.

ii) The type of flow instruments shall be chosen by the Contractor based
on instrument design basis, P&IDs, instrument data-sheets, technical
specification, standards and drawings and will be put up MECON/GSPL
for approval.

iii) The type of instruments required are generally depicted on the P&IDs
/ specified in the data-sheets and the Contractor shall supply the
instrument items accordingly. However, during detailed engineering /
procurement stage, if it is found that the different type of instrument

Page 11 of 30
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.: 05/51/23JT/GSPL/001(EPC)
Gujarat State Petronet Ltd. Volume-IB of V MECON LIMITED

is suitable for a particular application, then the same shall be referred


to MECON/GSPL for review before placement of order, and if found
acceptable by MECON/GSPL same shall be supplied by the contractor
at no extra cost.

iv) Pneumatic instruments shall operate on air supply of 1.4 kg/cm2g and
shall have transmission and output signal of 0.2 to 1.0 kg/cm2g.

v) All receivers shall be suitable for current input of 4 - 20 mA DC or


voltage input of 1 to 5 V DC.

vi) All electronic instruments shall be immune to Radio frequency


interference.

4.2 PANEL BOARD INSTRUMENTS

4.2.1 These shall generally be multi-bin subminiature 6” x 3” case size, except


recorders, which shall preferably be 6” x 6”. Instruments like microprocessor
based records, temperature scanners etc. shall be as per manufacturer
standards.

4.2.2 Units of measurement:

Liquid m3/h
Flow Steam Kg/h
Gas & vapours Nm3/h
Gauge Kg/cm2g
Pressure
Vacuum Kg/cm2a/mm of H2O
Temperature °C
Level %, cms
Analysis %

4.2.3 Graduations:

Flow with DP cells 0 to 10 sq. root


Rotameters 1 to 10 linear
Pressure Direct Reading
Level 0 to 100% linear
Temperature Direct Reading

Multiplying factors for flow scales shall be specified on manufacturer's name


plate. Recorder charts shall be dual graduated, in general, in 0 to 10 square
root and 0 to 10 linear scale.

4.2.4 Subminiature recorders shall have 100 mm wide strip chart speed of 25
mm/h. Large case recorders shall have strip chart of 250 mm approx. and
chart speed of 50 mm/h with a provision to change speed at site.

Page 12 of 30
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.: 05/51/23JT/GSPL/001(EPC)
Gujarat State Petronet Ltd. Volume-IB of V MECON LIMITED

4.2.5 All controllers shall have facility for bump less auto to manual and manual to
auto transfer on set point adjustment. As a minimum flow, level and pressure
controllers shall be provided proportional plus integral action while
temperature controller with proportional plus integral plus derivative action.

4.2.6 The Annunciator logic shall be integral with the display and shall be housed in
a single housing. The display shall be located in the front of the housing. The
front shall be attached to the housing by hinges, so as to gain access to the
internals. All the alarm logics shall be solid state electronic and plug in
module type. Annunciation sequence shall be as per requirement to be
decided during detailed engineering. The annunciator modules shall be able
to initiate alarm either by closing (i.e. normally open contact) or opening (i.e.
normally close contact). The power supply required for the annunciator shall
also be placed inside the housing. Field mounted annunciator circuit if
required shall be intrinsically safe with power supply unit in a safe area. Both
the annunciator logic modules and the power supply shall be easily accessible
from the front of the housing after opening the swing door. Each window
shall have two lamps of approximately 2 watts. These lamps shall be
replaceable from the front. Interruption / disturbance of power supply of less
than 10 milliseconds shall not affect the operation of the annunciator. For
initiating the hooter a potential free contract shall be provided, which shall
close on alarm condition to initiate the audible alarm. Power supply of the
hooter shall be separate. Push buttons, unless and otherwise specified shall
be spring loaded, self returning type and shall be suitable for flush panel
mounting. A minimum of 20% spare windows with cards shall be provided as
spares, fully wired up to the terminals.

The requirement for Alarm annunciator shall be as under:

i) Type : Audio Visual


ii) Sequence : As per ISA F3A
iii) Mounting : Flush, Panel mounted
iv) Power supply location : In-built
v) Logic unit : Integral
Display type two lamps per
vi) : Back lighted, Engraved
alarm
vii) Hooter : Solid state, External
viii) Alarm Acknowledgement : Separate
ix) Input : Potential free contact
x) Colour of Push Buttons : Lamp test : Black
Acknowledge : Orange
Reset : Blue
xi) Colour of Windows : Warning : Amber
Trip : Red

Page 13 of 30
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.: 05/51/23JT/GSPL/001(EPC)
Gujarat State Petronet Ltd. Volume-IB of V MECON LIMITED

4.3 CONTROL PANEL

4.3.1 Control panels shall be free standing type and fabricated preferably from 3
mm thick cold rolled steel sheet. If the same is not available, 5 mm thick hot
rolled steel sheet shall be used. Angle iron frame work shall use a minimum
section of 50 x 50 x 6 mm angle. The finish shall include sand blasting,
grinding, chemical cleaning, surface finishing by suitable filler and two coats
of high grade lacquer with wet sanding between coats. Two coats of paint in
panel colour shall be given for non glossy high stain finish. Panel face final
colour shall be Siemens Gray (RAL 7032) powder coated.

Panel rear surface, framework and bulkhead plates shall have a finish of
Siemens Gray or Brilliant White. Channel base shall have a finish colour of
Black.

4.3.2 Control panel shall be open back with each section of 2100mm high, 1200mm
wide and 800mm deep, if mounted inside the control room covering from wall
to wall but shall be totally enclosed cubical type with 2100mm high, 1200mm
wide and minimum 1000mm deep if mounted locally. The panel width to be
increased if necessary at the time of detailed engineering.

4.3.3 Enclosed cubical panels shall have removable hinged doors, generally at the
sides or back for ease of maintenance and accessibility of the instruments.
Doors at back shall be double leafed type with handle and shall be provided
with lock and key

Adequate illumination shall be provided inside the panel. All light fittings shall
be suitable for 230V, 50Hz AC.

4.3.4 The local panel construction shall be suitable for the site conditions and shall
meet IEC requirements in accordance with electrical area classification.

4.3.5 No process fluid, except dry instrument air or N2 shall be piped to the local
control panel.

4.3.6 Mounting heights

a) Miniature and subminiature instruments (3 rows)


Bottom row 1100 mm
Middle row 1350 mm
Top row 1600 mm
b) Annunciator 1950 mm
c) Electric push buttons 700 mm

4.3.7 PANEL WIRING

4.3.7.1 Open terminals shall generally be avoided. Terminal strips shall be of


'KLIPPON' or equivalent type and shall be mounted in an enclosure.

Page 14 of 30
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.: 05/51/23JT/GSPL/001(EPC)
Gujarat State Petronet Ltd. Volume-IB of V MECON LIMITED

4.3.7.2 2.5/1.5/0.5 sq. mm multi stranded PVC insulated copper conductor shall be
used for power / control / signal cables respectively. These shall be laid in
PVC troughs as far as possible.

4.3.7.3 Wire carrying measurement signals associated with thermocouples, resistance


thermometers and other low-level signals shall be routed in separate wire
ways and not along with power cables.

4.3.7.4 All intrinsically safe wires shall be routed in separate wire ways from non-
intrinsically safe wire and power wiring. Intrinsically safe terminals shall be
separated from non-intrinsically safe terminals at least by 150mm.

4.4 INSTRUMENT CONNECTION

4.4.1 The connection of instruments installed on vessels, standpipe tanks and


piping shall be as per requirement.

4.4.2 Pneumatic connection for signal and air supply shall be ¼” NPT(F).

4.4.3 Electrical connection shall be ½" NPT(F).


s
4.4.4 Threaded end connection shall be to NPT as per ASME 16.11.

4.4.5 Flanged end connections shall be as per ANSI B 16.5

4.5 FIELD TRANSMITTERS

4.5.1 The transmitter shall be of electronic" SMART" type for pressure and
differential pressure (flow, dP level/ displacer type level and differential
pressure applications) with 'WRITE' protected through password. Transmitter
shall update at a speed of atleast double the controller execution rate. They
shall also update at least twice the speed of the scan time of controller.
These transmitter shall be yoke mounted type, intrinsically safe, 2 wire
systems with 4-20 mA DC output with superimposed digital signal, having
simultaneous analog and digital communication. Communication protocol
shall be HART. Accuracy of the transmitters shall be + 0.07% of span or
better for a rangeability of 1.10. This accuracy includes the combined effect
of linearity, hysteresis and repeatability. Multiple transmitters shall be used
wherever the rangeability is more than 1:10.

4.5.2 SMART transmitters shall be 2 wire microprocessor based and shall


incorporate a non-volatile memory which shall store complete sensor
characteristics and configurational data of the transmitter. All necessary
signal conversion output production with required protocol shall be carried
out in transmitter electronics. Transmitter shall also run complete diagnostic
sub-routine and shall provide diagnostic alarm messages for sensor as well as
transmitter healthiness. In the event of detection of failure the output shall
be driven to a predefined value. Retrofit type smart transmitters shall not be
supplied.

Page 15 of 30
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.: 05/51/23JT/GSPL/001(EPC)
Gujarat State Petronet Ltd. Volume-IB of V MECON LIMITED

4.5.3 HART protocol of latest version shall be used and shall be suitable for Hart
maintenance system with and shall have following features as a minimum.

i) Shall allow for multi (two) masters - a primary and secondary for
configuration, calibration, diagnosis & maintenance. The primary
would be a control system or any other host system and the
secondary would be a hand held communicator or a maintenance
computer.

ii) Shall be capable of implementing universal commands.

It must be possible to communicate all the commands of Hart maintenance


system to field transmitters and the smart transmitters shall be selected
accordingly. Contractor to confirm this categorically.

4.6 HAND HELD COMMUNICATOR (HART CALIBRATOR)

It shall be possible to perform routine configuration, display process variable,


diagnostics etc. from a hand held portable calibrator which can be connected
at any location in the transmitter loop. It shall be possible to perform all the
above functions on-line. The loop function shall remain unaffected while
communication is going on between transmitter and field communicator. In
addition, there shall be no interruption on the output while communicating
with the transmitter.

Hand held communicator shall meet the following requirements:

a) They shall be battery powered with replaceable and re-chargeable


batteries. Battery charger power supply shall be 230 V AC + 10%, 50
Hz + 3 Hz.

b) It shall be possible to connect the communicator at any of the


following locations for the purpose of digital communication:

- Marshalling cabinet serving the transmitter, in the safe area.


- Junction box serving the transmitter, in hazardous area.
- Directly at the transmitter in hazardous area.

Plug in type connections shall be provided with field communicator.


Necessary interconnection cable and any other accessories required
for connection shall be supplied by the Contractor.

c) Offered communicator shall be dustproof, certified intrinsically safe


and suitable for use in hazardous outdoor location. Carrying case shall
be supplied with communicator.
d) The communicator shall be universal type, the software shall also be
capable of configuring other makes of smart transmitters.

Page 16 of 30
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.: 05/51/23JT/GSPL/001(EPC)
Gujarat State Petronet Ltd. Volume-IB of V MECON LIMITED

4.7 TEMPERATURE INSTRUMENTS

4.7.1 All temperature elements shall be provided with Thermowells fabricated out
of barstock of minimum SS - 304 material.

Immersion length of thermowells shall be as follows :

Line size Immersion length


From 4” to 6” 280 mm
From 8” onwards 320 mm
Vessels 400 mm

Any pipe lines less than 4" nominal bore shall be blown to 4" size to install
thermowell.

4.7.2 Local temperature gauges shall be normally bimetallic type, with 150mm dial
size. Filled type with capillary extension shall be used for local gauges, where
vibration is problem. Capillary tubing shall be minimum of SS - 304 with
stainless steel flexible armoring. The gauges shall have accuracy of + 1 %
FSD.

4.7.3 Field mounted temperature switches are not acceptable. All closed loop signal
including alarm/trip applications and all open loop signals shall be through
RTD/TC signals with mV/I or RTD/I converters / switches shall be mounted in
control room.

4.7.4 For remote temperature indication / recording / control etc., thermocouples


or RTD shall be used depending on the requirement.

Thermocouples shall be as per ANSI MC 96.1 and shall be of 14 AWG


Magnesium Oxide insulated, grounded type. Thermocouple shall be selected
as follows:

Thermocouples Temp (°C) Range


a) Copper Constantan (ISA TYPE T) 200 to +200
b) Chromel Constantan (ISA TYPE E) 200 to 600
c) Chromel Alumel (ISA TYPE K) 600 to 1200

RTD shall be platinum element with 100 ohms resistance at 0 Deg C,


calibrated as per DIN 43760. RTD shall be three-wire type.
Twin element sensors, if used, shall have two separate conduit entries.

4.7.5 Panel mounted electronic temperature indicators / scanners shall be digital


type and recorders shall be potentiometric null balance type. Burn out of
RTD, open protection shall be considered for local temperature control.

Page 17 of 30
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.: 05/51/23JT/GSPL/001(EPC)
Gujarat State Petronet Ltd. Volume-IB of V MECON LIMITED

4.8 PRESSURE INSTRUMENTS

4.8.1 Pressure gauges shall have an accuracy of +/- 1 % of FSD. These shall be
weather proof with dial size of 150mm and shall have features like screwed
bezels, externally adjustable zero, over range protection and blowout discs.
Pressure gauge sensing element shall be minimum of SS 316 and movement
of SS 304.

4.8.2 Direct mounted pressure switch shall have sensing element either Diaphragm
or Bellow of minimum of SS 316 material, and switches shall have with 1/2"
NPT(F) end connection.
Receiver pressure switches shall have bellows as sensing element with 1/4"
NPT(F) end connection.

4.9 INDICATOR / INDICATING CONTROLLER / RECORDER / TOTALIZER

Following type shall be supplied by vendor for the control system:

i) Hardwired microprocessor based Single. loop Programmable controller


(SLPC) for close loops.

ii) Dual channel hardwired microprocessor based indicator for open


loops.

iii) Three channel hardwired microprocessor based strip chart recorder


with digital display for indication of recording points.

iv) Dual channel microprocessor based configurable totalizer.

4.9.1 The other requirement for indicator / indicating controller / recorder shall be
as under:

i) Type : Digital, µ P based, Configurable


ii) Mdunting : Flush
iii) Enclosure : General purpose
iv) Intrinsically safe : Yes
v) Power Supply for : Yes
vi) Input : 4 -20 mA DC (2 Wire)
vii) Self Diagnostic Feature : Required
viii) Communication Port : RS 485 Required

A. Indicator

a) No of Inputs Per Instrument : Two


b) Display Requirement : Bargraph and Eng. unit

Page 18 of 30
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.: 05/51/23JT/GSPL/001(EPC)
Gujarat State Petronet Ltd. Volume-IB of V MECON LIMITED

B. Indicating Controller

a) Output : 4 -20 mA DC
b) Scan Time : 500 mS
c) Display Requirement : Bargraph

C. Recorder

a) No of Inputs Per Instrument : Three


b) Display Requirement : Digital

4.10 PHILOSOPHY FOR JUNCTION BOXES & CABLING

4.10.1 Contractor to note that overhead duct shall be used for routing muiticables in
the units till the unit battery limit. The main duct shall be routed over the
pipe rack with suitable accessible location. The cables from the B/L point of
the units shall be routed to the Control Room through buried / RCC trench
(refer standard drawing for trenches in electrical section of bid) or overhead
duct by the contractor. The cable supply and lying of cables within the unit
area as well as from unit battery limit upto the control room, ferruling and
termination in the contractor's scope.

4.10.2 Contractor shall decide the Cable routing inside the unit area. The cable from
the entry point of control room to the respective assigned cabinets inside the
control room shall be routed in a perforated tray / angle trays under the false
flooring ladder type cable trays are to be avoided. API RP 550 shall be
followed for inter-cable distances and its installation in plant area, trays, and
trenches and in control room. The cable shall enter the control room though
MCT blocks. Contractor shall supply and install MCT required at cable entry to
control room.

4.10.3 Contractor shall provide continuous channel for support of the overhead duct
and the same shall be suitable for a load considering 100% filling of the duct
by cables. However as a good engineering practice, duct shall be sized
considering 65% occupancy of the duct by cables. For angle trays contractor
shall provide support at a minimum interval of 1.5M.

4.10.4 Mulicables between junction boxes and Main Control Room (MCR) shall be as
per following philosophy:

a) Signals (4-20mA or Switch Contract): 6/12 pair individually and over all
shielded (screened) and
armoured twisted 1.5 mm2
conductor.

b) Thermocouple : 6/12 pair individually T/C


extension cable (18 AWG)

Page 19 of 30
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.: 05/51/23JT/GSPL/001(EPC)
Gujarat State Petronet Ltd. Volume-IB of V MECON LIMITED

c) RTD : 8 triad individually and over all


shielded (screened) and
armoured twisted 1.5 mm2
conductor

d) Solenoid Valves (24 V DC) : 6/12 pair non shielded armoured


1.5 mm2 conductor

e) Gas Detectors : 8 triad individually and over all


shielded (screened) and
armoured twisted 1.5/2.5 mm2
conductor depending upon
vendor recommendation
Contractor shall select junction boxes accordingly.
Contractor shall clearly state if any of the above cable does not suit vendor's
instruments requirement in the offer stage itself and indicate type of the
cable required.

4.10.5 In general separate junction boxes shall be used for the following:

a) Thermocouple
b) RTDs
c) Smart Transmitters
d) Non Smart Transmitters or I/P Converters
e) Switches / Push Buttons
f) Solenoid Valves
g) Power
h) Alarm Signals
i) Shutdown Singals
j) Gas Detectors

Separate Junction boxes shall be provided for Alarm and Shutdown Signals.
3-Way junction boxes shall be used for connecting the field transmitter, field
mounted analog I.S. indicator in series with control room receiver.
The multi cable entry for pair JB shall be 1" NPTF and for 12-Pair / 8 Triad J8,
it shall be 1 ½" NPTF. Each JB shall be provided with 2 multi-cable entries
with one plugged with weather proof explosion proof plugs as required.

Page 20 of 30
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.: 05/51/23JT/GSPL/001(EPC)
Gujarat State Petronet Ltd. Volume-IB of V MECON LIMITED

4.10.6 The colour of outer sheath, inner sheath and individual pair for each type of
cable shall be as mentioned below:

Type of cable Outer Sheath Inner Sheath


+ ve - ve
(a) Signal / RTD Blue White Black
(b) Control / Power Black Red Black
(c) Alarm Black White Black
(d) K-type T/C Yellow Yellow Red
Extension Cable

4.10.7 Cable entry from top of any equipment junction boxes, local panels / cabinets
is not permitted.

4.11 POWER SUPPLY DISTRIBUTION

4.11.1 230 V AC UPS and 24 V DC Power Distribution

Contractor shall calculate nos. of feeders required, based on the power


consumption of individual instruments / items, and 30% of spare feeders for
each one shall be provided for future utility. Main & Individual Distribution
Feeder shall be provided with MCB.

4.11.2 230 V AC Non-UPS POWER DISTRIBUTION

Contractor shall calculate nos. of feeders required, Main & Individual


Distribution Feeder shall be provided with MCB.

4.12 ACTIVE BARRIER


For all IS circuits only active barriers are to be used. Barrier input / output
voltage and current shall be 24V DC 4 -20mA DC respectively with maximum
fault voltage of 250V rms on safe area side. Barrier end to end resistance
shall be less than 250 ohms and accuracy better than + 0.1 %.

4.13 INTERLOCK SYSTEM

4.13.1 The system shall be designed using electromagnetic relays unless specified
otherwise and shall be located locally or remotely as per the operational
requirements. The system shall meet the following requirements as a
minimum.

a) The electromagnetic relays shall be low power continuously rated type


and shall have LED for status indication.
b) The relay shall be plug-in-type and their plug-in-bases shall have
screwed terminals for interconnection. Lug type soldered connection
shall not be acceptable.

Page 21 of 30
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.: 05/51/23JT/GSPL/001(EPC)
Gujarat State Petronet Ltd. Volume-IB of V MECON LIMITED

c) Each relay shall have 3 Nos. of "NO" and 3 Nos. of "NC" contacts as
minimum, each contact suitable to drive the connected load. Out. of
these one "NO" and one "NC" contacts shall not be used.

d) Each shutdown / interlock logic shall be individually protected using


separate switch fuse unit and shall have a lamp for indicating power
healthy status.

4.13.2 Each shutdown circuit and solenoid valve shall be provided with a switch-fuse
unit separately.

Page 22 of 30
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.: 05/51/23JT/GSPL/001(EPC)
Gujarat State Petronet Ltd. Volume-IB of V MECON LIMITED

5.0 SPARES PHILOSOPHY

5.1 It is Contractor’s responsibility to have commissioning spares as required for


commissioning of total Instrumentation System. It is deemed to be included
in his scope of supplies/ work.

5.2 Unless otherwise specified, as a minimum, 20% installed spares for indicating
lamps, annunciation windows, selector switches, relays, power feeder points
(for instruments in panel), MCBs for transmitters/ field switch power supply,
active barriers, etc. shall be provided fully wired upto the field terminals in
the control panel.

5.3 In junction boxes, 20% wired spare terminals shall be kept as installed
spares. Also, while choosing multicore cables/ multipair cables, minimum
20% cores/ pairs shall be as spare, for future use. However, the entire cable
shall be terminated at both ends (JB and Control Panel), including spare
cores/ pairs.

5.4 Contractor shall supply 20% of air pipe, fittings and valves as spares. For
cable tray sizing, cable tray width shall be sized so that 50% space is free
and available for future use.

5.5 List of such spare instruments, cards etc. shall be given to MECON/GSPL for
review and approval.

Page 23 of 30
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.: 05/51/23JT/GSPL/001(EPC)
Gujarat State Petronet Ltd. Volume-IB of V MECON LIMITED

6.0 DOCUMENTATION

The following documents shall be submitted by the Contractor for MECON/GSPL’s


review/ approval/ information/ records.

Sl. Description Category


No.
1. Bill of Material I
2. Material Requisition (MR) for all Instrumentation items A
3. Functional Schematics (Block Diagram of Instrument A
Interconnection)
4. Instrument Index/ Summary I
5. General Arrangement & Front Layout of Control Panel A
6. Cable Layout Diagram alongwith Instrument and JB Locations I
7. Cable Schedule A
8. Control Room Layout Drawing A
9. Control Room Equipment/ Panel Foundation Details I
10. False Flooring Detail I
11. Power Supply Distribution/ Feeder Requirement A
12. Loop Diagrams A
13. Control Panel Wiring and Terminal Detail Drawing I
14. Interlock Wiring Drawing A
15. Instrument Power Consumption I
16. Instrument Air Requirement I
17. Instrument Mounting Detail I
18. System Grounding Detail I
19. Certificates (Statutory/ Test/ Calibration/ Inspection) I
20. Installation, Operation & Maintenance Manuals I
21. Spare List I
22. Document Schedule A
23. As-built Drawings/ Documents A
24. Site Acceptance Test (SAT) Documents I
25. Final Acceptance Test (FAT) Documents I
I : for Information
A : for Approval
Notes :
1. All the above documents, as applicable, are also required for the package units sub-
ordered by the Contractor.
2. Any other document / drawing not listed but required to carry out the engineering
complete in all respects, shall also be prepared and furnished to MECON/GSPL for
approval.

Page 24 of 30
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.: 05/51/23JT/GSPL/001(EPC)
Gujarat State Petronet Ltd. Volume-IB of V MECON LIMITED

7.0 CIVIL WORKS

All civil works required to make the system ready are included in the
Contractor’s scope. The scope shall include but not limited to the followings
:-

a) Civil Works at field i.e. associated grouting and fixing of all field
instruments (transmitters, switches, J.B.s etc.), making trenches.

b) Civil work at Control Room i.e. any masonry work associated with the
entry and ingress of the equipment inside the control rooms, including
marking goods, painting and finishing such as masonry work, grouting
and fixing of panels.

Page 25 of 30
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.: 05/51/23JT/GSPL/001(EPC)
Gujarat State Petronet Ltd. Volume-IB of V MECON LIMITED

8.0 INSTALLATION

8.1 Contractor shall be completely responsible for installation of all instruments


within his battery limit, as per the installation sketches (typical) furnished
alongwith this bid document.

All direct mounted instruments like thermocouple thermowells, temperature


gauges, pressure gauges, pressure switches etc. shall be installed in such a
way that they have better readability and accessibility.

All capillary type instruments shall have the capillary supported properly and
shall have protection of capillary against mechanical damage.

All Pressure, Differential Pressure instruments shall be provided with block


and bleed, bypass, drain / vent valves etc. as per the installation sketches,
and shall have easy accessibility.

All primary piping / tubing (impulse lines) shall have a slope of 10% on the
horizontal run.

All welding shall be carried out as per the relevant code with proper
electrodes. Any tests (non-destructive) like DR test on roof weld and final
weld shall be carried out as applicable. All consumables shall be part of
Contractor’s scope.

All threaded joints shall be joined by teflon tapes only.

All impulse line shall be supported at regular intervals as specified elsewhere.

Instrument drain / vent connections shall be piped to safe area like OWS or
above pipe racks to avoid accumulation of hazardous fluid in the plant
atmosphere.

Steam tracing wherever required shall be carried out by 10mm OD x 1mm


thick copper tubes, and condensate traps shall be provided to collect all the
steam condensate and shall be piped to the nearest pipe drain funnels.

All tubes / cables shall be properly laid on cable trays which shall be
supported at regular intervals.

Complete Physical separation shall be maintained between signal cables and


shut down / power cables.

Wherever intrinsic safe circuit system cabling is employed, a minimum


separation of 150mm shall be adhered between IS and non-IS signal cables,
over and above separation between signal and Power Cables.

Page 26 of 30
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.: 05/51/23JT/GSPL/001(EPC)
Gujarat State Petronet Ltd. Volume-IB of V MECON LIMITED

The casing of instruments shall be earthed by earthing wire to the nearest


earth bus bar provided by others, for safety reasons.

In case the cables are to be buried or laid in the concrete trench, the same
shall be carried out by vendor / contractor with prior intimation to
MECON/GSPL.

Painting of cable trays / ducts, MS cable ways, angle trays, instrument


supports, all structural supports shall be as under.

• The surface to be painted shall be thoroughly cleaned with wire brush,


emery paper to remove all scales to achieve desired surface finish.
After cleaning, one coat of red oxide zinc chromate primer shall be
given conforming to IS 2074 and allowed to dry. Two coats of paint
shall be applied subsequently.

• Further third I final coats of paint of final colour shall be given before
handing over the plant / commissioning.

Page 27 of 30
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.: 05/51/23JT/GSPL/001(EPC)
Gujarat State Petronet Ltd. Volume-IB of V MECON LIMITED

9.0 TESTING AND CALIBRATION

9.1 All impulse lines shall be properly flushed after isolating both the instrument
and the vessel / piping.

All impulse lines shall be tested hydraulically at 1.5 times the maximum
operating pressure. Contractor to ensure that instrument and vessel / piping
is isolated during this test.

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.

All external cage type level instruments shall be tested upto 1.5 times
operating pressure by using nitrogen only.

After pressure testing all these impulse line shall be drained and dried with
dry air! Nitrogen to remove any moisture.

Instrument air lines will be service tested only for any leak after pressuring
and isolating the main root valve, by soap solution.

Pneumatic signal tubes shall be flushed and tested with instrument air for any
leak at a pressure of 1.5 kglcm2g. After pre commissioning the line, the
source of pressure is cut off and rate of fall in pressure shall be ensured to be
less than 1 PSI for each 100 feet for a period of 3 minutes as per ISA.

All instrument cables shall be tested for continuity and insulation. While
Meggar is used for insulation testing, ensure that all instruments and Zener
barrier are isolated at both ends.

All instruments supplied by the vendor shall be calibrated using proper test
equipment.

All test instruments shall have proper certificates and tracabilities of valid
calibration to national or international standard without which installation
shall not be acceptable. Standard format of calibration shall be offered by the
contractor for approval of MECON/GSPL the award of contract.

All instruments shall be calibrated minimum for 0%, 25%, 50%, 75% and
100% and vice versa.

All temperature gauges shall be calibrated using Temperature Baths.

All thermocouple activated instruments shall be calibrated by generating


standard millivolts by a Potentiometer / Calibrator.

All transmitters shall be calibrated as per instrument ranges.

Page 28 of 30
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.: 05/51/23JT/GSPL/001(EPC)
Gujarat State Petronet Ltd. Volume-IB of V MECON LIMITED

All displacer type level transmitters shall be calibrated with water or suitable
fluids and corrected for specific gravity of the actual process fluid.

All alarm and trip switches shall be calibrated over the entire range and finally
set and checked for alarm I trip points and reset points as per the alarm / trip
set point schedule. After setting these shall be sealed.

All Control Valves prior to stroke checking shall be internally & externally
cleaned thoroughly. The full stroke of valve shall be checked for opening and
closing, in the range of 0%, 25%, 50%, 75% and 100%. Any adjustments
required for obtaining full stroke and reducing hysterisis shall be carried out.

Bubble tight shut off Control Valves and Shut Down Valves shall be checked
for seat leak test and gland leak test

Solenoid valve shall be checked functionally for its operation, & seat leakages.

Safety valves and relief valves shall be set / tested by using dry air / nitrogen.
Leakage if any shall be removed by proper lapping of seat and disc.

All electronic / pneumatic receiver instruments shall be calibrated as per the


manufacturers instruction. Controllers shall be aligned properly.

All special instruments like analyser shall be checked and calibrated as per
manufacturers instruction. Prior to testing, all analyser sample lines shall be
thoroughly cleaned by Carbon Tetrachloride or any other cleaning liquid. After
cleaning, these lines shall be thoroughly purged with dry nitrogen. No oil
should be used on oxygen service lines.

The overall accuracy shall be with + 10/0 for Electronic Instrument Loops and
+ 1.5% for Pneumatic Loops. Where deviation is found to exist more than
specified limit, Contractor shall recalibrate the instrument at no extra cost &
time.

After performing the calibration of all instruments, the entire loop shall be
checked for proper operation.

The entire shutdown scheme shall be simulated from the process trip
switches and the scheme shall be tested for its proper operation, prior to
start up of the unit.

If no dry instrument air is available, Vendor/ Contractor shall provide


necessary N2 cylinders to carry out the above activity.

Page 29 of 30
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.: 05/51/23JT/GSPL/001(EPC)
Gujarat State Petronet Ltd. Volume-IB of V MECON LIMITED

10.0 COMMISSIONING

10.1 This activity shall be carried out in a systematic manner so as to avoid any
accident to plant and operating personnel.

All perquisite checks prior to startup are to be completed in all respect, result
recorded and approval of EIC for ensuring readiness of plant and all safety
aspects adherence for startup is to be obtained by contractor. During the
plant start up all the instruments calibration, controller alignment, trip point
settings shall be trimmed/ checked & confirmed so as to meet the operation
requirement.

Prior to guarantee run of any package Unit the vital instruments as required
by vendor have to be recalibrated and the results to be recorded.

Page 30 of 30
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC
Contracts
Gujarat State Petronet Limited Tender Doc. No.: 05/51/23JT/GSPL/001(EPC) MECON LIMITED
Volume-IB of V

5.0 PARTICULAR JOB SPECIFICATION


[12” x 37.5 km Padmala – Godhara Gas Pipeline Project]
TELECOMMUNICATION WORK

2 15/02/2007 TELECOMMUNICATION WORKS


Page 1 of 6
Rev Date By Chkd Appd Doc. No. MEC/05/23JT/E5/T/JS-TEL
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC
Contracts
Gujarat State Petronet Limited Tender Doc. No.: 05/51/23JT/GSPL/001(EPC) MECON LIMITED
Volume-IB of V

1.0 INTRODUCTION:

M/s GSPL intend to lay a 12” x 37.5 km pipeline from Padamla tap-off near Baroda on 24” OD
Baroda – Ahmedabad – Kalol pipeline. The proposed pipeline is approximately ~ 40 km long
and 12” dia. and will transport ~ 1.5 MMSCMD intermingled RLNG & Natural Gas from
Padamla tap-off to Halol for distribution to domestic, automobile, commercial & industrial
consumers.

1.1 SYSTEM DESIGN AND ENGINEERING:

Optical fiber cable based system shall use for the pipeline to facilitate proper operational &
management control of the pipeline and dedicated Telecommunication system in future. The
Proposed Telecommunication system will provide remote operation at SV at attended &
unattended stations, Metering data, Voice and data communication and remote monitoring &
control of valves and Cathodic Protection of pipeline. SDH based Telecom equipments will be
used in future for communication.

The centralized SCADA control center will be interface through OFC link with Remote Terminal
Units located along the pipeline at various stations. RTU’s will be used for scanning and telemetering
of pipeline parameters such as flow, pressure, temperature, valve status, Pig status, CP parameters
etc. to update the main master computer data base for monitoring the entire pipeline. Facility for
remote closing of valve will also done through SCADA RTU. New SCADA facility shall be
integrated with existing SCADA system of GSPL in future.

The dedicated Telecommunication and SCADA facilities shall be not be part of Scope of
bidder. However, for future communication the OFC based system will implement at present by
laying dedicated Self Lubricated HDPE Telecom Duct along the pipeline in same trench and OFC
will be laid by blowing technique. SCADA and Telecommunication hardware, software – supply and
erection will be carried out by a separate agency to be decided by the owner in future.

Telecommunication works include all the necessary work but not limited to:

i) Supply & Laying of one number self – lubricated HDPE duct (50 mm) with shallow
groove for air cushioning & with all necessary accessories including the Fusion type
Duct coupler along the pipeline in same trench and in separate trench inside the terminals
including Supply & laying of Warning mat of 400 mm width & 0.3 mm thickness, any
civil work, testing & commissioning, Quality assurance and Control, Documentation etc.

ii) Supply, Blowing and Termination of OFC (24 fiber of Drum length 4 KM +- 5 %) in
laid self- lubricated HDPE duct, Supply & erection of Jointing Closures and Inspection Pit /
Blowing chamber at every 2 KM, supply and erection of FTCs & Wiremesh at each station,
Termination at each station & Testing of OFC including any civil work, commissioning,
Quality assurance and Control, Documentation etc. and hooking up of existing OFC with new
laid OFC system if required. Refer MECON Specification for Optical Fibre Cable & HDPE
Duct Supply, Laying and Associated Doc. No. Work MEC/S/05/E5/T/S-001 Rev 2 for work.

2 15/02/2007 TELECOMMUNICATION WORKS


Page 2 of 6
Rev Date By Chkd Appd Doc. No. MEC/05/23JT/E5/T/JS-TEL
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC
Contracts
Gujarat State Petronet Limited Tender Doc. No.: 05/51/23JT/GSPL/001(EPC) MECON LIMITED
Volume-IB of V

2.0 GENERAL GUIDELINE FOR VENDOR/CONTRACTOR FOR SUPPLU & ERECTION:

2.1 Vendor shall be totally responsible for the offered materials / equipments. OWNER reserve the right
to modify/revise/alter the specifications of material/equipments prior to acceptance of any offer.

2.2 If during the course of execution of the work any discrepancy or inconsistency, error or omission in
any of the provisions of the contract is discovered, the same shall be referred to the owner who shall
give his decision in the matter and issue instruction directing the manner in which the work is to be
carried out. The decision of the OWNER shall be final and conclusive and the contractor shall carry
out the work in accordance therewith.

2.3 It shall be strictly as per OWNER prerogative and decision of OWNER in the matter being final,
not more than 20% of total quantity ordered may be accepted by OWNER in shorter length than
specified 4 KM + 5% at a discounted price by applying a discount to the ex-works price indicated
in price schedule as follows:

Drum Length 3000 Mtrs to 3799 Mtrs : 5% discount


Drum Length 2000 Mtrs to 2999 Mtrs : 10% discount

2.6 Vendor must submitted the details of specific experience of the party responsible for OFC,
HDPE Duct Supply, laying, jointing, splicing, Testing. Sufficient documentary evidences
have to be submitted at the time of submission of bid. The parties having proven experience
and track record in respective field shall be allowed to execute the job.

2.7 After award of work, Contractor shall supply 2 copies of detailed activity Bar chart, manpower
and machinery mobilization plan, QA/ QC plan and inspection formats, execution procedures for
different type of activities, for review and approval by the Engineer-in-charge within 15 days
from the date of FOI (Fax of Intent).

2.8 The Vendor shall use the data provided in the documents for reference purpose only. It shall be
the Vendor’s responsibility to check accuracy and utility of this data.

2.9 The contractor shall bring all duct & OFC blowing, jointing, splicing equipment, tools as deemed
necessary for the timely implementation of the work.

2.10 The Optical Fiber cable & HDPE Duct alignment sheets (to be submitted 15 days before final
laying) in the format specified by the Engineer-in-charge shall indicate various rail, road, canal,
river & utility crossing, location of high tension lines running in parallel with the route of OFC,
location of each of jointing locations & type of cable etc. After completion of laying vendor shall
submit “As Built Drawing” as define in the specification.

2.11 Special care should be taken to avoid any twist or damage of duct/ OFC while laying under road,
Nalla, Railway line, culvert as specified elsewhere in the document. The Blowing Chamber /
Inspection Chamber / Pit shall be at every 2 KM distance.

2 15/02/2007 TELECOMMUNICATION WORKS


Page 3 of 6
Rev Date By Chkd Appd Doc. No. MEC/05/23JT/E5/T/JS-TEL
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC
Contracts
Gujarat State Petronet Limited Tender Doc. No.: 05/51/23JT/GSPL/001(EPC) MECON LIMITED
Volume-IB of V

2.12 Contractor shall take all safety measures required to prevent damage to the cable and accessories.
The contractor shall be responsible for any damage to the cable, accessories and all other items
and existing underground services in route, if any.

2.13 The back filling and compacting of trench in layers of 20 cms when separately prepared,
restoration of road, Nalla, pavements etc. after the completion of laying of Duct work as specified
elsewhere in this document.

2.14 Power testing of the complete cable section (between two stations & end to end) to the
satisfaction of GSPL as per test schedule mentioned elsewhere in this document.

2.15 Jointing pit at every 4 KM, Splicing of OFC, jointing, testing, end sealing etc. has to be done.
OFC loop should not be left without proper protection at any place. The OFC loop or surplus
cable should be accommodated within the jointing pit / chamber.

2.16 If during the course of execution of work any discrepancy or inconsistency error or omission in
any one of the provision of the contract is discovered which needs to be clarified, the same matter
shall be referred to the EIC / Consultants who shall give his decision in the matter and issue
instruction then accordingly the work to be carryout. The decision of the EIC / Consultant will be
final and binding to contractor.

2.17 For the payment for laying, the payable length of optical fiber cable will be the length of pipeline
as per pipeline chainages. For inside Terminal the actual laid length in separate trench upto
control room will be considered for measurement. No separate rate will be payable for making
separate trench and backfilling.

3.0 DETAIL SCOPE OF WORK: -

The detailed scope of work tendered for the project include residual engineering, engineering for
procurement, supply, fabrication, testing and commissioning along with all associated work
pertaining to OFC based communication system along the complete pipeline and at terminals. The
scope of work shall be generally being, but not limited to the following: -

3.1 TELECOMMUNICATION (But not limited to):

3.1.1 Self Lubricated HDPE Telecom Duct:

a) Supply and Laying of 50 mm dia self lubricated HDPE Ducts with shallow groove
including Fusion type of HDPE duct coupler & other accessories, making records of test
report of material, estimation of quantity, including Storage, Transportation, and unloading at
site, submission of HDPE alignment sheets, planning and schedule preparation for HDPE
laying.

b) Erection, testing commissioning and making the work complete in all respect as per
specification.

2 15/02/2007 TELECOMMUNICATION WORKS


Page 4 of 6
Rev Date By Chkd Appd Doc. No. MEC/05/23JT/E5/T/JS-TEL
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC
Contracts
Gujarat State Petronet Limited Tender Doc. No.: 05/51/23JT/GSPL/001(EPC) MECON LIMITED
Volume-IB of V

i) Permanently solid Lubricated 50 mm dia. HDPE Conduit as per specification


along entire underground pipeline in the same trench including cased crossing for
installation of OFC in future.

ii) HDPE casing /CS pipe casing for Nallah, River/ Canal, Railways, Major Road
Crossing as directed by Engineer-in-charge wherever required and as directed by
Engineer-in-charge in all type of soils and terrain.

iii) Supply and erection of cable Blowing & Inspection pit at every 2 KM and
Jointing pit at every 4 KM (for OFC of 4 KM length) , joint of HDPE conduit
by Fusion type HDPE duct coupler, scaling of conduit, HDPE conduit / Duct
Integrity testing after laying as define in specification, sealing of HDPE conduit,
cased crossing, separate trench & conduit near the terminals, joints locations
marking, back filling, sealing of conduit, cable markers, joint markers, Warning
mat (400 mm width and 0.3 mm thick) etc. as per the MECON specification.
All the accessories, if required, must be suitable of 10 Kg/cm2 (min.) pressure
rating. Testing, commissioning, Handing over of system, drawings &
documentation as per contract.

3.1.2 OFC and associated work:

a) Supply and Blowing of OFC ( 24 fibre of Drum length of 4 KM +- 5 %), jointing closures
and accessories, Submission of test reports and documents for supplied material , storage,
Transportation, unloading at site, submission of OFC alignment sheets based on the pipeline
alignment sheet, planning and OFC laying schedule preparation, Blowing of OFC (24 Fibre)
end to end power testing before and after laying, all cable sealing, padding backfilling etc.
using all material including termination of cables at FTC with all accessories, cable jointing,
commissioning and making the work complete in all respect as per specification Drawings &
documentation as per contracts & other relevant work specified by Engineer-in-charge.

b) Supply and installation of 300 mm Dia cable marker mounted on Main pipeline Marker,
Separate OFC joint marker, electronic marker & marker locator etc., as per specification.

c) Supply, Installation, testing and commissioning of “JOINTING CLOSURE” and “FTC”


( Sub Vender : 3 M / Raychem / Siemens ) as per standard specification.

d) Supply of jointing pit. Jointing/ splicing of OFC after properly placing it in manholes and
providing protection to surplus OFC loop in the jointing chamber. The Jointing pit will be
every 4 KM distance. The Blowing Chamber / Inspection Pit will be at every 2 KM distance.

e) Supply of FTC and wiremesh for both ends. Installation of FTC & wiremesh, other
accessories for termination of OFC-24 fiber in the control room, splicing with street fiber, test
of the fiber for smooth operation of system on a wavelength end to end. Test of laid OFC,

2 15/02/2007 TELECOMMUNICATION WORKS


Page 5 of 6
Rev Date By Chkd Appd Doc. No. MEC/05/23JT/E5/T/JS-TEL
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC
Contracts
Gujarat State Petronet Limited Tender Doc. No.: 05/51/23JT/GSPL/001(EPC) MECON LIMITED
Volume-IB of V

Identification of fault, rectification of fault, Cable Jointing, Continuity test, Earthing, all the
termination of OFC at FTC / FDF / DDF and commissioning work complete in all respect.

f) Testing including power testing complete cable section between two stations at 1310 nm &
1550 nm, end to end and end sealing after testing.

g) Providing necessary Testing Tools and power supply at site for end to end splicing and
testing etc.

h) Preparations and submission of as-built drawings with soft copy as per define in the
specification.

i) All necessary civil works related to erection and cabling.

j) All electrical, Earthing / Grounding works associated with installation and commissioning of
OFC, FTC, RTU, Telecom equipment. The Earthing pit for telecom equipments are also in
the vendor scope.

k) Any other work required for completion of OFC based Telecommunication work as per the
direction of Engineer-in-charge.

Enclosures:

REFERENCE SPECIFICATIONS (Enclosed at Appendix 1 )


Sl. No. Standard Specification No. Description
1. MEC/S/05/E5/T/S-001 Rev 2 Specification for Optical Fibre Cable & HDPE Duct Supply,
Laying and Associated Work

REFERENCE STANDARD SPECIFICATIONS (Enclosed Volume IV of V of tender Documents)


Sl. No. Standard Specification No. Description
1. MEC/S/05/E5/T/002 Rev 0 Spec. / Procedure for the testing of Optical Fibre Cable
2. MEC/TS/05/E5/T/042 Rev 1 Specification for Warning Mats (OFC & Telecom Duct)

LIST OF APPROVED VENDOR OF MAJOR ITMS (TELECOM) (Enclosed at Appendix 2)

LIST OF APPLICABLE DRAWINGS (Enclosed Volume V of V of tender Documents)


Sl. No. Drawing No. Description
1. MEC/05/E5/T/002 & 2 A Rev 0 OFC Laying Through HDPE
2. MEC/05/E5/T/005 Rev 0 OFC Laying in Separate Trench
3. MEC/05/E5/T/008 Rev 0 OFC Laying Cassed Crossing
4. MEC/05/E5/T/009 Rev 0 OFC Jointing / Blowing Pit
5. MEC/05/E5/T/010 Rev 0 OFC Joint Marker

2 15/02/2007 TELECOMMUNICATION WORKS


Page 6 of 6
Rev Date By Chkd Appd Doc. No. MEC/05/23JT/E5/T/JS-TEL
MECON LIMITED
SPECIFICATION OF OPTICAL FIBER CABLE & HDPE
DELHI
DUCT SUPPLY, LAYING & ASSOCIATED WORKS
ELECT. & INST. SPECIFICATION No. : MEC / S / 05 / E5 / T /S- 001
SECTION Rev. 2 Page 1 of 29

ELECTRICAL & INSTRUMENTATION


SECTION

SPECIFICATION OF
OPTICAL FIBER CABLE, HDPE DUCT
SUPPLY, LAYING AND ASSOCIATED WORKS

SPECIFICATION No. : MEC / S / 05 / E5 / T / S-001

MECON LIMITED
DELHI - 110 092

2 15.02.2007 Sachin Rakesh Shukla Pankaj Shrivastava

Revision Date Prepared by Checked by Approved by

INDEX
MECON LIMITED
SPECIFICATION OF OPTICAL FIBER CABLE & HDPE
DELHI
DUCT SUPPLY, LAYING & ASSOCIATED WORKS
ELECT. & INST. SPECIFICATION No. : MEC / S / 05 / E5 / T /S- 001
SECTION Rev. 2 Page 2 of 29

SECTION 1

1.1 INTRODUCTION
1.2 SPECIAL INSTRUCTION TO VENDOR

SECTION 2

2.1 DATA TO BE FURNISHED BY THE VENDOR

SECTION 3

3.1 GENERAL GUIDELINES FOR THE VENDOR

SECTION 4

SPECIFICATION FOR SUPPLY ITEMS

4.1 SPECIFICATION FOR OPTICAL FIBER CABLE


4.2 SPECIFICATION FOR JOINTING CLOSURES
4.3 SPECIFICATION FOR PERMANENTLY LUBRICATED HDPE CONDUIT

SECTION 4 A
SPECIFICATION FOR SITE WORK

4.A.1 OPTICAL FIBER CABLE LAYING AND ASSOCIATED WORK


4.A.2 PERMANENTLY LUBRICATED HDPE CONDUIT LAYING & ASSOCIATED WORK

SECTION 5

VENDOR DATA REQUIREMENTS & DOCUMENTATION

VENDOR’S SITE OFFICE

TESTING & FINAL DOCUMENTATION

SECTION 6

(ANNEXURE DRAWINGS/ SKETCH)


(For Applicable drawing refer respective SCOPE of Work enclosed with tender)

MEC/05/E5/T/001 Rev 0 Standard sketch for OFC Laying (OFC Only-Normal Terrain)
MEC/05/E5/T/002 Rev 0 Standard sketch for OFC Laying (OFC Through HDPE-Normal Terrain)
MEC/05/E5/T/005 REV 0 Standard sketch for OFC Laying (OFC Through HDPE in separate trench)
MEC/05/E5/T/006 REV 0 Standard sketch for OFC Laying (2 HDPE in separate trench)
MEC/05/E5/T/008 REV 0 Standard sketch for OFC Laying (Cassed Crossing 2 HDPE Duct)
MEC/05/E5/T/009 REV 0 Standard sketch for OFC Jointing / Blowing Pit
MEC/05/E5/T/010 REV 0 Standard sketch for OFC Jointing Marker
MECON LIMITED
SPECIFICATION OF OPTICAL FIBER CABLE & HDPE
DELHI
DUCT SUPPLY, LAYING & ASSOCIATED WORKS
ELECT. & INST. SPECIFICATION No. : MEC / S / 05 / E5 / T /S- 001
SECTION Rev. 2 Page 3 of 29

SECTION 1

1.1 INTRODUCTION

An Optical Fiber (OFC) system for the Telecommunication requirements has been most suitable for gas pipeline
project. Laying of OFC along with pipeline are present trend to economized the project cost. The type, mode of
laying are varied as per project requirement.

This specification covers the minimum requirement and guidelines for various activities to be carried out by the
contractor. As part of project, this Document / specification provides guideline to be followed for Supply, Laying
of HDPE duct and accessaries, Supply & Blowing of optical fiber cable through duct along the pipeline route and
accessories. It also covers guidelines for Jointing and testing of the cable, HDPE conduit and associated work.

For this project the OFC to be laid by blowing technique in permanently lubricated silicore lined HDPE (PLE
HDPE) telecom duct (Conduit) to meet the present telecommunication requirements. The HDPE duct and OFC
shall be laid in the same trench as that of the pipeline.

1.2 SPECIAL INSTRUCTION TO VENDOR

1.2.1 Agency (Vendor / Contractor) that makes the bid in its name and takes the total responsibility for the job
irrespective of support from any other sub-agency.

1.2.2 Sub-agency identified by the Vendor at the bid stage for execution of a predefined part of the work and details
has to be maintained in bid.

1.2.2 The Scope of supply, works, and technical requirements is expiated stated in the Bid document. Vendor is
required to study these requirements in detail and make the offer complete in all respects leaving no scope for
ambiguity.

SECTION 2

DATA TO BE FURNISHED BY THE VENDOR

Vendor shall provide below details of specific experience of the party responsible for HDPE conduit Supply &
Laying, Supply and Blowing of Optical Fiber Cable through HDPE conduit, jointing of HDPE conduit, Optical
Fibre cable & testing of HDPE and Optical Fibre cable. The experience record shall be elaborated below, enclosing
the copies of the work order & completion certificates. Only those parties shall be accepted for the works, which
have proven experience as asked below. Vendor to fill blank (marked (b)), of this form:

(The information necessarily to be submitted during the Bid submission otherwise their offer may be rejected /
disqualified for OFC work)

Sl. Description Specification Column to be


No. filled by Vendor
1 Name & address of the party responsible for Laying, jointing and (b)
testing of HDPE conduit in this project.
1.1 Whether the party has done similar works of laying of HDPE conduit > 50 km in one Yes / No
stretch
1.2 Project name, description, client name, telephone & fax no. of contact (b)
person for works done in Sl. No. 1.1 above.
1.3 Date of completion of work in Sl. No. 1.1 above (b)
1.4 Length of works in Sl. No. 1.1 above In kms (b)
MECON LIMITED
SPECIFICATION OF OPTICAL FIBER CABLE & HDPE
DELHI
DUCT SUPPLY, LAYING & ASSOCIATED WORKS
ELECT. & INST. SPECIFICATION No. : MEC / S / 05 / E5 / T /S- 001
SECTION Rev. 2 Page 4 of 29

Sl. Description Specification Column to be


No. filled by Vendor
1.5 Supporting documents for works in Sl. No. 1.1 above (a) work order Enclosed Yes / No
(b) completion certificate
2 Name & address of the party responsible Laying of optical fiber cable (b)
for direct underground burial/Blowing application in this project.
2.1 Whether the party has done similar works optical fiber cable. > 50 km cable Yes / No
2.2 Project names, description, client name, and telephone & fax no. of (b)
contact person for works done in Sl. No. 1 above
2.3 Date of completion of work in Sl. No. 1.1 above (b)
2.4 Length of works in Sl. No. 2.1 above In kms (b)
2.5 Supporting documents for works in Sl. No. 2.1 above (a) work order Enclosed Yes / No
(b) completion certificate
3 Name & Address of the party responsible for jointing and testing of (b)
Optical fibre cable in this project
3.1 Whether the party has done similar works of jointing and testing of > 50 km cable Yes / No
Optical fibre cable.
3.2 Project name, description, client name, telephone & fax no. of contact (b)
person for works done in Sl. No. 3.1 above.
3.3 Date of completion of work in Sl No. 3.1 above (b)
3.4 Length of works in Sl. No. 3.1 above. In kms (b)
3.5 Supporting documents for works in Sl. No. 2.1 above (a) work order Enclosed Yes / No
(b) completion certificate

Data for the supply of Accessories related to work specified in this document. Vendor to fill up blank spaces (marked
(b)), of this form. Legend: NA – Not applicable.

Sl. Description Fill column Specifications meet Bid


No. document (Yes / No)
1.0 Permanently Lubricated HDPE conduit
Name and Address of manufacturer (b) (b)
Telephone and fax no. (b)
Name and Address of supplier in India (b)
Users certificate confirming satisfactory performance To be nclosed
for at least six months as on bid due date.
1.1 Fusion type HDPE coupler
Name and Address of manufacturer (b) (b)
Telephone and fax no. (b)
Name and Address of supplier in India (b)
Telephone and fax no. (b)
Users certificate confirming satisfactory performance To be enclosed
for at least six months as on bid due date.
1.2 End Plugs (Before blowing of OFC)
Name and Address of manufacturer (b) (b)
Telephone and fax no. (b)
Name and Address of supplier in India (b)
Telephone and fax no. (b)
Users certificate confirming satisfactory performance To be enclosed
for at least six months as on bid due date.
1.3 Cable Sealing Plug
Name and Address of manufacturer (b) (b)
MECON LIMITED
SPECIFICATION OF OPTICAL FIBER CABLE & HDPE
DELHI
DUCT SUPPLY, LAYING & ASSOCIATED WORKS
ELECT. & INST. SPECIFICATION No. : MEC / S / 05 / E5 / T /S- 001
SECTION Rev. 2 Page 5 of 29

Sl. Description Fill column Specifications meet Bid


No. document (Yes / No)
Telephone and fax no. (b)
Name and Address of supplier in India (b)
Telephone and fax no. (b)
Users certificate confirming satisfactory performance To be enclosed
for at least six months as on bid due date.
1.4 Duct sealing compound
Name and Address of manufacturer (b) (b)
Telephone and fax no. (b)
Name and Address of supplier in India (b)
Telephone and fax no. (b)
Users certificate confirming satisfactory performance To be enclosed
for at least six months as on bid due date.
OPTICAL FIBRE CABLES
2.0 Name & address of the Vendor for OFC.
2.1 Whether Vendor is OFC Manufacturer OFC Yes/ No
2.2 Supply Record
2.2.a Manufacturing facilities from which OFC were - Jelly Filled, 1300nm/
supplied for earlier projects within last three years 1550nm, single mode
from the bid date. CSTA/ ECCS, slotted
core / loose tube OFC, as
per ITUG-652
- OFC as per ITUG-655
2.2 b Whether the manufacturing facilities for the cables Yes/ No
in 1.2 a above is Vendor’s own facility.
2.2 c Detail of order in respect of having supplied 1500 KMs (minimum)
minimum 155 KMs of OFC in last three years 100 KMs (minimum)
including at least 100 KMs of steel Tap armoured
OFC.
2.2 d Detail of manufacturing facilities of OFC for the
project including locations / capacity etc.
2.2 e Model no. of offered optical fiber cable.
2.2 f Enlist the documentary evidence of Vendor’s To be enclosed
capability to manufacturing and supply of above
a) P.O.Copies
Order completion certificate
2.2 g Name of the manufacturer of Optical fibre
3.0 Jointing Closure
3.1 Name and Address of the Vendor / supplier
3.2 Place of manufacturing
3.3 Users certificate confirming satisfactory performance
for at least six months as on bid due date.
4.0 Special tool and Tackles as per the list given in
the Bill of quantity

The Vendor shall be entirely and exclusively responsible for all works under this bid document. Vendor to fill blank
spaces (marked (b)), of this form. Legend : NA – Not applicable.
MECON LIMITED
SPECIFICATION OF OPTICAL FIBER CABLE & HDPE
DELHI
DUCT SUPPLY, LAYING & ASSOCIATED WORKS
ELECT. & INST. SPECIFICATION No. : MEC / S / 05 / E5 / T /S- 001
SECTION Rev. 2 Page 6 of 29

Sl. Description Performed by Place of execution of


No (Provide name) the activity
1.1 Single source responsibility with Performance guarantee for Vendor NA
successful completion of scope of work for this project.
1.2 HDPE conduit Supply, laying, sealing and testing (b) Site
1.3 Optical fiber cable Supply, Blowing (b) Site
1.4 Optical fiber cable jointing & testing (b) Site
1.5 Documentation Vendor NA

Vendor shall specifically indicate the deviation related to technical work if any and give proper justification with
documentary evidence for specific deviation.

SECTION 3 (General Guidelines for Vendor):

3.1 The vendor shall be completely responsible for the successful completion of the job. However, to ensure a good
quality of workmanship, and the offered system, vendor shall prepare and submit the documents for approval by
the Owner / Consultant.

3.2 Vendor shall be totally responsible for the completion of project. In the event any modifications in the
specification included in the Bid document are warranted, he shall clearly spell out all such requirements at the
time of submission of his offer a deviation list for review and approval of owner and consultant.

Vendor may improve upon specification, in such case vendor shall list out all proposed improvements in
Deviation list form along-with his offer for review and approval of owner and consultant.

3.3 If during the course of execution of the work, any discrepancy or inconsistency, error or omission in any or the
provisions of the contact is discovered, the same shall be referred to the Consultant for final decision &
instruction. He will direct the manner in which the work is to be carried out. The decision of the
Owner/Consultant shall be final and conclusive and the vendor shall carry out the work in accordance therewith.

3.4 The data provided in the bid document shall be used for reference purposes for the Vendor. It shall be the
Vendor’s responsibility to verify the data & satisfy him in regard to accuracy & utility of their data.

3.5 Splicing and jointing requirements in addition to above, arising out of any negligence on behalf of the vendor
shall be the responsibility of the vendor. In such case, the vendor shall take necessary rectification action at his
on cost including necessary materials.

SECTION 4

SPECIFICATION FOR SUPPLY ITEMS:

4.1 For Optical Fibre Cable:

Unarmored optical cable shall be required and it has to cross various roads, railways, canals, small rivers, marshy
areas etc. through appropriate casings & in HDPE Duct as per site conditions. The Scope of work shall include
supply of optical fibre cable, joint closure and tools as per the specification / requirement given in this document
The fibre for the cable can be procured from any reputed fibre manufacturer and the inspection of the offered
fibre shall be carried out at the premises of fibre manufacturer or cable manufacturer at Owner’s prerogative.

Compliance with the requirements of this specification does not relieve the Supplier of the equipment of proper
design, meeting all the specified rated operating and service conditions
MECON LIMITED
SPECIFICATION OF OPTICAL FIBER CABLE & HDPE
DELHI
DUCT SUPPLY, LAYING & ASSOCIATED WORKS
ELECT. & INST. SPECIFICATION No. : MEC / S / 05 / E5 / T /S- 001
SECTION Rev. 2 Page 7 of 29

The fibre for the cable can be procured from any reputed Optical Fibre manufacturers but preferably from one of
the followings:
1. Lucent
2. Fujikura
3. Corning
4. Alcatel
5. Sumitomo
6. Furukawa
7. Sterlite

Optical fibre shall meet all the technical specification mentioned in the tender documents. All technical
documents regarding procurement of optical fibre is to be supplied to Owner / MECON. Owner / MECON
reserves the right to check the technical specifications of the fibre prior to fabrication/ manufacturing of cable.
Supplier has to offer the fibre for inspection either in the premises of fibre manufactures/ cable manufactures or
wherever testing facility exists. However, Owner / MECON reserves the rights to get the optical fibre tested for
its technical parameters from any recognized independent test houses in India and abroad. supply of complete
technical literature and documentation with Quality Assurance and Testing to the complete satisfaction of the
Owner/MECON &/or third appointed agency shall be responsibility of Vendor.

4.1.1 General

The fiber shall fulfil latest ITU-T Recommendation G-652 & G-655 for single mode optical fibers.

a) Total number of fibers Twenty four (24)


b) Type G.652 Eighteen (18),G.655 Six(6)

4.1.2 STANDARDS APPLICABLE

The OF cable/materials provided shall conform to the latest editions of standards like ITU-T, TIA, IEC, EIA,
ASTM & BS.

International Electro-technical Commission (IEC)

IEC 60092-3 Electrical Installations in Ships & semi; Part 3: Cables [Construction, Testing and Installations]
Second Edition & semi; Amendment 1-1969 & semi; Amendment 2-1971 & semi; Amendment
3-1973 & semi; Amendment 4-1974 & semi; Amendment 5-1979 & semi; Amendment 6-1984
IEC 60502 Extruded Solid Dielectric Insulated Power Cables for Rated Voltages from 1 kV up to 30 kV
First Edition

International Organization for Standardization (ISO)


ISO 9001 Quality Systems - Model for Quality Assurance in Design/Development, Production,
Installation and Servicing
ISO 9003 Quality Systems - Model for Quality Assurance in Final Inspection and Test
ISO 9004 Quality Management and Quality System Elements – Guidelines

Electronic Industries Association (EIA)


EIA TIA-455 Standard Test Procedure for Fibre Optic Fibres, Cables, Transducers, Sensors, Connecting and
Terminating Devices, and Other Fibre Optic Components
EIA TIA-492AAA-A Detail Specification for 62.5-Micrometer Core Diameter/125-Micrometer Cladding
Diameter Class Ia Graded-Index Multimode Optical Fibres
MECON LIMITED
SPECIFICATION OF OPTICAL FIBER CABLE & HDPE
DELHI
DUCT SUPPLY, LAYING & ASSOCIATED WORKS
ELECT. & INST. SPECIFICATION No. : MEC / S / 05 / E5 / T /S- 001
SECTION Rev. 2 Page 8 of 29

EIA TIA 492AAA Detail Specification for Class IV a Dispersion-Unshifted Single-Mode Optical Fibres

International Telecommunications Union


ITU-T G650 Definition and test methods for the relevant parameters of single mode fibres–Series G
ITU-T G651 Characteristics of a 50/125 micrometer multimode graded index optical fibre cable – Series G
ITU-T G652 Characteristics of a single mode non-dispersion – shifted optical fibre cable – Series G
ITU-T-G655 Characteristics of a single mode non-zero dispersion – shifted optical fibre cable – Series G

The optical fibre cable / materials provided shall conform to the latest editions of standards like ITU-T, TIA,
IEC, EIA, ASTM & BS.

In case of any conflict between the above standards and the specifications, the matter shall be referred to
OWNER/MECON.

Vendor shall proceed with design of the cable/equipment only after obtaining clarifications from
OWNER/MECON in all such cases.

4.1.2 Geometrical, optical & physical characteristics of optical fibers

a) Mode field diameter Vendor to specify


b) Cladding diameter 125 µm + 2%
c) Mode field concentricity error Less than 1 µm
d) Cladding non-circularity Less than 2%
e) Cut-Off wavelength Vendor to specify
f) Protective materials/coatings Optical fibers shall be coated with UV cured double
Acrylic Resin. It should not have any reaction with
cladding or core material.
g) Nominal Overall thickness 250 µm

The coatings should provide max. Resistance to micro bending & abrasion and ensure mechanical & optical strength. The
coatings shall be easily stripped with mechanical tools.

Fiber Identification

The coating shall be in various colors in order to facilitate fiber identification. Fiber colors shall correspond to IEC
publications. The colors shall be durable. The colors should have colorfast properties also in the presence of other
materials during the lifetime of cable. The coating and the color shall not react with surrounding jelly.

Each fiber and tube shall be identifiable thought the length of the cable in accordance with following color sequence:

Tube Color of Fiber color Tube No. Color of tube Fiber color
No. tube

1 Blue Blue 7 Red Blue


Orange Orange
2 Orange Green 8 Black Green
Brown Brown
MECON LIMITED
SPECIFICATION OF OPTICAL FIBER CABLE & HDPE
DELHI
DUCT SUPPLY, LAYING & ASSOCIATED WORKS
ELECT. & INST. SPECIFICATION No. : MEC / S / 05 / E5 / T /S- 001
SECTION Rev. 2 Page 9 of 29

Tube Color of Fiber color Tube No. Color of tube Fiber color
No. tube

3 Green Slate 9 Yellow Slate


White White
4 Brown Red 10 Violet Red
Black Black
5 Slate Yellow 11 Pink Yellow
Violet Violet
6 White Pink 12 Aqua Pink
Aqua Aqua

4.1.3 Transmission characteristics of fibers

a) Attenuation The cabled fiber shall have attenuation coefficient 0.38 dB / km at 1310
mm wavelength region and 0.22, dB / km at 1550 m wavelength region
b) Chromatic dispersion a) Less than 3.5 PS / NM. km at 1288 to 1339 NM
coefficient b) Less than 5.3 PS / nm. PS / nm. for 1271 to 1360 nm.
c) Polarization mode Less than 0.5 ps/ km ½
dispersion coefficient

4.1.4 CABLE CONSTRUCTION SPECIFICATION

4.1.4.1 General

a) Desired operating life of cable better than 35 years


b) Drum Length of CSTA, direct 4 km + 5%
underground type O.F. Cable
c)1 Cable weight in single drum Vendor to provide
(for nominal drum length)
c)2 No splicing shall be permitted on any fiber in a drum length of the cable.
d) Protection required
The cable shall be protected against damages from termite, fire, chemicals (such as oil. & natural gas and other
petroleum products), moisture and water, over the lifetime of the cable.
e) Cable identification
(i) The outer surface o the cable shall be permanently & legibly marked with color in contrast to the outer sheath at
regular intervals not exceeding one meter with name of client, name of manufacturer, part number and
‘OPTICAL FIBER CABLE’. All the marking over OFC shall be such that it should not be erased during field
use.
(ii) The outer surface of each completed cable shall have sequentially numbered metric length markers spaced at
regular intervals of one meter.
f) Construction detail of cable
(i) Strength member:
MECON LIMITED
SPECIFICATION OF OPTICAL FIBER CABLE & HDPE
DELHI
DUCT SUPPLY, LAYING & ASSOCIATED WORKS
ELECT. & INST. SPECIFICATION No. : MEC / S / 05 / E5 / T /S- 001
SECTION Rev. 2 Page 10 of 29

Vendor has to specify (in case of metallic strength member, the same shall be provided with suitable
chemical coating to prevent corrosion).
(ii) Filling of Core :
The stranded tubes shall be filled with moisture resistant jelly, which should be compatible with the
coated fiber and the surroundings.
(iii) Number of fibers per tube : Two
(vi) Moisture barrier :
Polymer coated Aluminum tape placed longitudinally over the loose tubes. The tape shall form a close
fit around the cable core with a sealed overlap of 6 mm minimum. Alternatively, water swellable tape or
water swellable powder may be provided over the tube.
(v) Inner sheath MDPE
Thickness of inner sheath 1.50 mm minimum Aluminium foil.
(vii) Outer sheath HDPE
Thickness of outer sheath 1.50 mm minimum
(vii) Electrical continuity of the respective metallic layers shall be maintained between the
ends of the cable in each drum. The different metallic layers shall not be electrically shorted to each
other
4.1.4.2 Mechanical Characteristics of Cable

a) Temperature
Installation & operation 0° C to + 60° C
Storage 0° C to + 65° C
b) Tensile strength For CSTA cable 9.81 W Newton (W is weight of 1 km of cable in kg)
c) Cable weight in kg/km Vendor to specify
d) Minimum bending radius 20 * Cable diameter

4.1.4.3 Average splice loss 0.01 dB / Splice

4.1.5 Inspection & Testing:

The following minimum tests shall be conducted at the factory for the acceptance of the cable (Tests under item
No. 5.1.3.1 shall be conducted by the Vendor on his own and test results send to the Owner/MECON for
approval/review.

a) Core (mode field) diameter and concentricity error test


b) Cut-off wavelength
c) Attenuation coefficient at 1300nm, 1550nm, Spectral attenuation
d) Chromatic dispersion at 1300nm, 1550nm, from 1530 to 1565nm
e) Cladding : Diameter, Non circularity

Tests on completed cables:

a) Visual inspection:
i) Cable lay-up and fibre identification
ii) Identification and length marking on outer jacket.
iii) Colour contrast of the marking with the outer sheath of the cables
iv) Overall diameter of the cable
b) Tests for moisture barrier:
i) Thickness of layers
ii) Extent of overlapping
iii) Electrical continuity of metallic layers
iv) Water swellable tape or power
v) Water immersion
MECON LIMITED
SPECIFICATION OF OPTICAL FIBER CABLE & HDPE
DELHI
DUCT SUPPLY, LAYING & ASSOCIATED WORKS
ELECT. & INST. SPECIFICATION No. : MEC / S / 05 / E5 / T /S- 001
SECTION Rev. 2 Page 11 of 29

c) Tests for corrugated steel tape armouring:


i) Thickness of layers
ii) Extent of overlapping
iii) Electrical continuity of metallic layers
iv) Electrical discontinuity between CSTA and moisture barrier
d) Other tests:
i) Attenuation at 1310 nm & 1550 nm Polarization Mode dispersion
ii) Tensile performance
iii) CST-ECCSA, direct underground burial type O.F. Cable (with a tensile load of value T= 9.81
W Newton, where W = weight of 1 km `Cable' in kg).
iv) Crush (with 200 kg of load to be slowly placed and held for 60 seconds. The change in
attenuation should not exceed 0.1dB/km)
v) Impact (with a mass of 5 kg allowed to fall freely from 500 mm height on the cable sample
10 times repeatedly with a gap between one impact to another approximately at 60 seconds.
The change in attenuation should not exceed 0.05dB/km)
vi) Torsion (with a weight of 7.5 kg attached to the stationery chuck and shall be subjected to 10
cycles. The change in attenuation should not exceed 0.05dB/km)
vii) Bend (To be performed preferably with Procedure 1 (of IEC) with a mandrel diameter of
24D mm, where D is the diameter of the cable and testing shall be done with 4 turns of cable
wrapped and then unwrapped for 10 complete cycles. The change in attenuation should not
exceed 0.05dB/km)
viii) Snatch With a load of 100 N. No damage to the fibre, sheath or to the other cable elements.
ix) Kink Radius: 10*Cable diameter. No kink shall occur.
x)) Temperature cycling
(This test shall be performed with a cable length of 200 m. Temperature cycle shall be taken
as:
i) at room temperature : 1 hr.
ii) at zero degrees : 12 hrs.
iii) at 65 degrees : 12hrs
iv) from 65 degrees to room temperature : 1 hr )
(The change in attenuation should not exceed 0.1dB/km)
xi) Water penetration test xii) Water immersion
xiii) Sheath integrity (Spark test) The sheath shall withstand a spar test voltage of at least 8KVr.m.s.
or 12 KVd.c.

The Vendor in the presence of Owner/MECON shall conduct all the tests.

4.2 JOINTING CLOSURES

Jointing closure shall be suitable for armored and unarmored optical fiber cables of all construction designs
(slotted core, stranded tube, central tube). Jointing closures shall have 4 entry ports to allow entry/exit of four
optical fiber cables. The same shall have provision of blocking/sealing of the ports, if not in use.

The fibers and their storage shall be managed with proper bend radius controls and protection. The fiber
organizer trays shall have provision of maximum 6 fibers per tray. The trays should be hinged in such a manner
that if moved about the hinge, the fibers Are not strained, kinked or stressed. Also, it should be possible to work
on the fibers on one tray without disturbing the fibers o the other trays.

The jointing closure shall enable the metal parts of the cable and the internal metal parts of the closure to be
maintained at earth potential.

The sealing of the entry ports, shall provide adequate sealing and shall be capable of withstanding an axial pull
applied using 50 kg freely suspended weight of the cable, without using any additional clamps, etc.
MECON LIMITED
SPECIFICATION OF OPTICAL FIBER CABLE & HDPE
DELHI
DUCT SUPPLY, LAYING & ASSOCIATED WORKS
ELECT. & INST. SPECIFICATION No. : MEC / S / 05 / E5 / T /S- 001
SECTION Rev. 2 Page 12 of 29

Jointing closures should be Dust tight (No dust ingress) and protected against immersion in water (suitable for
continuous immersion in saline water under 4-meter water-head). It should be complete with all accessories
including splice cassettes splice protection and all other accessories including accessories for electrical continuity
of metallic layer of optical fiber cable, etc along-with instruction sheets.

The complete jointing closures including trays, joint protection sleeves etc shall be sourcing form the above sub-
vendors as a composite item.

The following tests shall be conducted as a minimum:


a) Water Ingress Test
b) Impact test
c) Drop and topple test
d) Pulling test
e) Static load test

Vendor shall provide detailed test procedures for testing Jointing Closures, and may improve upon the same.

4.3 FOR SELF LUBRICATED PLB HDPE TELECOM DUCT:

The scope of work shall include supply of PLB HDPE ducts of 50 mm with shallow groove for air cushioning
and the accessories including Fusion type HDPE duct coupler as per the specification/ requirements given in this
document. However Optical Fibre Cable shall be laid in a permanently lubricated HDPE Telecom Duct using
blowing technique.

a) The PLB HDPE duct shall consist of two concentric layers, the outer layer being HDPE, co-extruded with an
inner layer of solid permanent lubricant, to reduce the internal co-efficient of Friction (ICF). Shallow groove
shall be provided for the air cushioning. The lubricant shall be of a solid layer of uniform thickness so
formulated to provide a permanent, low friction boundary layer between the inner surface of the duct and Optical
Fiber cable. The lubricant layer shall be clearly visible in cross-section, concentric with the outer layer.

b) Alternatively the duct can be of a homogenous construction (without a separate inner layer) meting all the
requirements of this specification.

c) The PLB HDPE duct shall be supplied in a continuous length in coil form, suitable for shipping and handing
purposes. The Duct coupler shall be of Fusion type and the coupler shall be tested for the 1.2 times the design
pressure. Other accessories also shall be suitable for 10 kg /cm2 g pressure rating.

d) Supply of complete technical literature and documentation.

e) Quality Assurance and testing to the complete satisfactory of the Owner/ Consultant and/or third appointed
agency.

f) Erection, Testing and Commissioning of Duct as per the specification define elsewhere.

4.3.1 SPECIFICATIOS OF PERMANTELY LUBRICATED CONDUIT:

The HDPE conduit shall be permanently lubricated with an inner layer of solid permanent lubricant by co-
extrusion method to minimise the internal coefficient of friction. The duct should have shallow groove for air
cushioning. The co-extruded inner layer of above lubricant shall be continuous throughout the length of the
HDPE conduit.
MECON LIMITED
SPECIFICATION OF OPTICAL FIBER CABLE & HDPE
DELHI
DUCT SUPPLY, LAYING & ASSOCIATED WORKS
ELECT. & INST. SPECIFICATION No. : MEC / S / 05 / E5 / T /S- 001
SECTION Rev. 2 Page 13 of 29

The HDPE conduits shall also be free of blisters. Shrink hooks, break and other defects. The internal and external
pipe surfaces shall be smooth. Pipes shall not display any stress edged grooves or sink marks. The color of the
pipes shall be orange and be uniform throughout. The HDPE conduit shall unroll off the drums without snaking
or waving having zero coil set. Following are the mechanical and dimensional specifications of

HDPE conduit:
Pressure Rating : Minimum 6 Kg/cm2 & suitable for blowing at 6 Kg/cm2
Outer diameter : 50 mm. ( 50 mm + 0.4 mm)
Wall thickness : 4.0 +/- 0.3 mm with shallow groove
Tensile strength : 20 N/mm2 or better
Density : 940.0 – 950.0 kg/cum at 27° C
Melt Flow index : 0.4 to 0.95 gm/10 minutes at 90°
C under 5 Kg load
Intrinsic coefficient of friction : 0.06 (max) when tested with respect to Nylon
Impact strength : As per IS: 12235 (part 9), 1986
The pipes should confirm to following IS specifications:

1. IS – 7328 4. IS – 2530
2. IS – 9938 5. IS – 4984
3. ASTM D – 1693

4.3.2 HDPE conduit identification:

The outer surface of the HDPE conduit shall be permanently & legibly marked with color in contrast to the outer
sheath at regular intervals not exceeding one meter with name of client, name of manufacturer and part number.
All the markings over HDPE conduit shall be such that it should not be erased during field use.
The outer surface of each completed cable shall have sequentially numbered metric length markers spaced at
regular intervals of one meter.

4.3.3 MATERIAL

Two Layer Constructions

Outer Layer :

The base HDPE rein used for the outer layer of the PLB HDPE duct shall conform to any designation of IS –
7328 or to any equivalent standard meeting the following requirements, when tested as per IS – 2530. However,
the manufacturers shall furnish the designation for the HDPE resin as permanently IS – 7328 as applicable.
a) Density : 0.940 TO 0.958 g/cc AT 27°C
b) Melt Flow Rate (MFR) : 0.2 to 1.1 g/10 minutes at 190°C & 5 kg load.

Inner Layer

The inner lubrication material shall be of friction reducing, polymeric material which shall be integral with
HDPE layer. The lubricant materials shall have no toxic or dermatic hazards for safe handling. In the finished
PLB HDPE duct, the co-extruded layer of solid permanent lubricant shall be integral part with HDPE and shall
be white in colour and clearly visible in cross-section of duct.

The inner layer of solid permanent lubricant shall be continuous all through and shall not come out during
storage, usage and throughout the life of the duct.
MECON LIMITED
SPECIFICATION OF OPTICAL FIBER CABLE & HDPE
DELHI
DUCT SUPPLY, LAYING & ASSOCIATED WORKS
ELECT. & INST. SPECIFICATION No. : MEC / S / 05 / E5 / T /S- 001
SECTION Rev. 2 Page 14 of 29

Homogenous Construction:

The HDPE material used for this construction shall meet the requirements listed in clause 4.1.1, such that the
finished duct shall satisfy the internal Co-efficient of friction (ICF) and all other requirements of this
specification.

The raw material (s) used for the duct shall meet the following requirements :

i) The anti-oxidants used shall be physiologically harmless.


ii) None of the additives shall be used separately or together in quantities as to impair long term
physical and chemical properties of the duct.
iii) Single pass rework material of the same composition produced from the manufacturer’s own
production shall be used and it shall not exceed 10% in any case.
iv) The raw material used for extrusion shall be dried the moisture content to less than 0.1%.
v) Suitable UV stabilizers shall be used for manufacturer of the duct to protect against ultra violet
degradation, when stored in open for a minimum period of 8 months.
vi) The raw material used in the manufacturer of the duct shall be such that the service life of the
duct and all its accessories can be expected to be more than 50 years including the life of
permanent lubricant.

4.3.4 PLB HDPE DUCT ACCESSORIES

The following accessories are required for jointing the ducts and shall be supplied along with the ducts. The
manufacturers shall provide complete design details, procedure for method of installation and type/ grade of the
material used for the accessories.

a) Duct Coupler (Fusion type)

It is used to couple two ducts. The design of this shall be simple, easy to install and shall provide
airtight and water tight joint between the two ducts by way of fusion technique. The coupler shall
ensure that the two ducts are fused smoothly without any step formation in the inner surface. The
jointing shall meet the air pressure test of 10 kg/cm2 for a minimum period of 2 hours without any
leakage.

b) End Plug.

This is for sealing the ends of the empty ducts, prior to installation of the Optical Fiber Cable and shall
be fitted immediately after laying of the duct, to prevent the entry of any dirt, water, moisture, insects/
rodents etc.

c) Cable Sealing Plug

This is used to seal the ends of the ducts perfectly, after the cable is installed in the duct, to prevent the
entry of dirt, water, moisture, insects/ rodents etc. This is required at all places where cable has come
out of the duct either for jointing or entry into the building as required. The sealing plug shall be
capable of accommodating standard sizes of optical fibre cable taking into account the variation in
diameter due to tolerance limits, etc.

d) End Cap

This cap is made of hard rubber, shall be fitted into both ends of duct coil after manufacturing the duct.
This shall avoid entry of duct, mud and rainwater into the duct during the transit and storage.
MECON LIMITED
SPECIFICATION OF OPTICAL FIBER CABLE & HDPE
DELHI
DUCT SUPPLY, LAYING & ASSOCIATED WORKS
ELECT. & INST. SPECIFICATION No. : MEC / S / 05 / E5 / T /S- 001
SECTION Rev. 2 Page 15 of 29

4.3.5 SAMPLING FOR ACCEPTANCE TESTS

A separate sample size for each of the tests shall be taken as stipulated at random from the samples
already examined for dimensions and visual inspection. All the ducts in each of the sample size shall be
tested for compliance for the requirements for as per clause no. 5.4 of technical specification:

(a) Visual Inspection


(b) Dimension of Ducts
(c) Tensile Strength & Elongation
(d) Reversion Test
(e) Environmental Stress Crack Resistance
(f) Impact Strength
(g) Crush Resistance
(h) Mandrel Test:
(i) Ovality Test:
(j) Coil Set Test
(k) Oxidation Induction Test
(l) Hydraulic Characteristics
(m) Internal Co-efficient of Friction
(n) Optical Fiber Cable Blowing Test:
(o) Duct coupling test by fusion technique

4.3.6 DENTIFICATION MARKINGS

The duct shall be prominently marked with indelible link, with the following information at intervals
every meter to enable identification of the pipe. The size of ink markings shall be distinct, clearly and
easily visible.

Client Name
Client Logo
Manufacturer’s Name (Also can be abbreviated form)
Name of the duct with size
Machine number/ specific serial number of the duct
Date of manufacturing
Sequential length marking at every meter.

SECTION 4 A

SITE ACTIVITY:

4.A.1 OPTICAL FIBER BLOWING PROCEDURE

The cables shall be tested by the Vendor himself in the cable drums at the designated stores at site, before
installation. The test results pasted on each drum and report to be submitted to site-in-charge.

The vendor shall carry out all works concerning the cable laying. The cable shall be laid always on the same side
of the pipeline and any crossing of the pipeline shall be avoided. The trench dimensions shall be so taken as to
ensure proper laying of the cable including slackness. Vendor shall plan the cable-laying schedule such that the
complete drum-length of cable can be laid without cutting in-between. The vendor shall prepare the cable drum
schedule for this purpose.
MECON LIMITED
SPECIFICATION OF OPTICAL FIBER CABLE & HDPE
DELHI
DUCT SUPPLY, LAYING & ASSOCIATED WORKS
ELECT. & INST. SPECIFICATION No. : MEC / S / 05 / E5 / T /S- 001
SECTION Rev. 2 Page 16 of 29

BLOWING / PULLING OF OPTICAL FIBER CABLE

Optical Fiber Cable will be blown into the laid HDPE conduit with the help of a compressor (with minimum
pressure of 6 bar and maximum pressure of 8 bar) with flow rate of minimum 10m3/minute) and a blowing
machine. The blowing method involves feeding of Optical Fiber Cable into the duct with the help of consistent
high-pressure airflow, equally distributed along the entire cable throughout the duct. The Contractor has to
ensure the safe blowing of OFC into the duct without any damage to the cable either internally. If at any stage of
the project, any damage to the cable due to blowing process is identified, then the Contractor will be fully
responsible for that has to ensure the rectification of the damage without any cost implications to the owner.

Optical Fiber Cable drum are available in the drum of 4 KM +/- 5% nominal. There is possible that the
Contractor may not able to blow this length continuously in this case the Contractor should follow steps for safe
blowing of OFC as the case may be. The contractor shall provide Jointing pit at every 4 KM and the Blowing /
Inspection pit at every 2 KM.

NOTE: Since the cable will be available in length of 4 KM +/- 5%, the cable length will accordingly vary.
So, the Contractor has to plan the location of blowing pits before laying of HDPE conduit. The Contractor
has to ensure that excess OFC is not coiled in the blowing pit and also Optical Fiber cable does not fall
short of the location of blowing pit. The Contractor has to ensure the safe blowing of OFC for the
complete stretch as shown in above figure. To achieve the blowing of above shown stretch, blowing should
be carried out downhill wherever possible. The contractor has to do the preliminary survey for proper
location of the blowing equipment so that the blowing lengths are not reduced.

For Example:-

1. Position the compressor and blowing machine at blowing pit C of 4 Km stretch before A & B
as shown below:

Blowing 2 km Blowing 2 Km Blowing


Pit A nominal Pit B nominal Pit C
(Location of comp. &
Blowing machine)

2. Uncoil ~ 2 Km of cable in a figure of eight configuration and blow towards blowing pit A and
Coil 20 m of OFC in the blowing pit A. Now seal the duct end at location A with the help of
cable sealing plug.

3. Coil 20 m of OFC in the blowing pit at location C and seal the duct end with the help of duct
sealing compound.

4. Now uncoil the remaining Optical Fiber Cable from the drum in form of Figure of 8 to have an
access to the other end of the cable.

5. Now blow this end of the cable towards the blowing pit B and coil 20 m of OFC in the blowing
pit B. Now seal the duct end at location B with the help of cable sealing plug.

4.A.1.2 CABLE BLOWING PIT /CABLE INSPECTION CHAMBER

The cable-blowing pit / Inspection pit shall be provided at every 2-km nominal distance or as per direction of
Engineer-in-charge. The cable-blowing pit shall be circular (Internal diameter ~ 1200 mm) and made of
MECON LIMITED
SPECIFICATION OF OPTICAL FIBER CABLE & HDPE
DELHI
DUCT SUPPLY, LAYING & ASSOCIATED WORKS
ELECT. & INST. SPECIFICATION No. : MEC / S / 05 / E5 / T /S- 001
SECTION Rev. 2 Page 17 of 29

reinforced concrete with lifting lungs cast into the lids during contraction itself. The pit shall be provided with
suitable arrangement for the entry of HDPE pipes (50 mm + 0.4 mm outer dia) from both side so that HDPE pipe
should enter the pit at a height of 300 mm above the bottom level of the pit & to prevent entry of mud, insects
etc. during and after the installation.

4.A.1.3 CABLE JOINTING PIT

The cable blowing pit as described above will be used as Optical fiber Cable jointing pit every 4 km nominal
distance because the OFC drum length is of 4 KM , so at every 4 KM nominal distance this pit will be used to
enclosed the OFC jointing by OFC jointing enclosure. Contractor has to leave 20m coil of Optical Fiber Cable
from both sides in to leave 20 m coil of Optical Fiber Cable from both sides in the jointing pit i.e. total 40 m of
OFC will be coiled in jointing pit. Similarly the Contractor has to leave total 20m of OFC in the blowing pit

SEALING OF HDPE CONDUIT AFTER BLOWING OF OFC

HDPE conduit will be selected with the help of cable sealing plugs after blowing of Optical Fiber into the duct at
jointing pit locations. HDPE conduits will be sealed with the help of Cable Duct Sealing Compound after
blowing of Optical Fiber cable into the duct at blowing pit locations.

Cable duct Sealing Compound should be no-toxic, vapor free and should not crack and fail due to vibrations in
the duct to temperature changes. Not other sealing material is to be used by the Contractor to seal the ends of
HDPE conduit with blown Optical Fiber cable at blowing pit location.

The blowing/ jointing pit will completely filled with sand upto 30 cm from bottom level if the pit prevent entry
of rodents after blowing and jointing of OFC covering joint enclosure and HDPE conduits completely.

4.A.1.4 CROSSING

(Road, Railways, Nullah, Canal, Minar/ Major River Crossings Cased, Uncased, Marshy area or paddy fields.)

Cased Crossing

For pipeline crossing executed through using pipes or by boring/ jacking/HDD/Thrust Boring methods (Refer
Annexure Drawing)

In case of crossing to be done with boring/ jacking/ HDD/ Thrust Boring the OFC shall be laid in HDPE conduit
shall be Sub-contractor-ducted in a steel conduit. Easy-to-install cable sealing plug shall be used to seal the ends
of the conduit to prevent the ingress of water, dirt and rodents, which may damage of OF Cable. The two ends of
each conduit shall be sealed immediately after installation of Sub-contractor-ducts and re-sealed when the cable
has been installed inside the conduit.

At bends and leading-in-points, a flexible PVC pipe may be used for protection and maintenance of the required
bending radius of minimum 20 time outer diameter of the cable.

Uncased Crossings:

For pipeline crossing executed through open cut:

For these crossing Vendor shall lay the cable through the HDPE conduit. Length of HDPE pipe shall be
estimated with the help of survey documents & alignment sheets. For water crossings, HDPE conduit shall be
used till ~5m of the normal underground trench depth on either side. The bank protection measure being
provided for line pipe shall also be extended to take care of Optical Fiber Cable. For road crossings, the HDPE
MECON LIMITED
SPECIFICATION OF OPTICAL FIBER CABLE & HDPE
DELHI
DUCT SUPPLY, LAYING & ASSOCIATED WORKS
ELECT. & INST. SPECIFICATION No. : MEC / S / 05 / E5 / T /S- 001
SECTION Rev. 2 Page 18 of 29

conduits shall be extended for minimum 3 meters on either side of the road. If casing is provided in open cut
crossings then the OFC laying methodology shall be similar to as explain above.

4.A.1.5 Terminal and Repeaters

Inside the boundary walls of the terminals and repeaters, the Optical Fiber Cable (s) from each direction shall
come to a common point & then shall be laid through HDPE conduit preferably along the wall of the station upto
and inside the telecom room. The same shall be similar to Annexure Drawing but with cables/ conduit from both
sides.

The HDPE pipe used for the leading-in of the Optical Fiber Cable into the telecom room shall be below the
ground level without getting exposed outside (which shall be properly sealed after cable installation to avoid
entry if rodents, insects, etc.). A 15m length of Optical Fiber Cable shall be kept in the telecom room to facilities
termination.

4.A.1.6 Tie-in Location

At all tie-in location the Optical Fiber Cable shall be laid in a separate trench 3 meter away from the pipeline to
avoid any damage to the Optical Fiber Cable. It shall be as per annexure drawing.

The Optical Fiber Cable trench shall extend to 5 meter on both sides of the tie-in locations. The Optical Fiber
Cable shall be suitable routed in the separate trench at all tie-in-location considering minimum bending radius of
the Optical Fiber Cable. At all these location, the cable shall be laid through HDPE conduits for protection.

4.A.1.7 Joint Location

The trench shall be enlarged at the splicing points as needed to carry out the splicing works. The enlargement
shall be carried out on the same side of the conduits for protection.

4.A.1.8 FIBER TERMINATION CLOSURE (FTC)

4.A.1.9 TERMINATION

After entering the telecom room the cable shall be secured on `Steel Mesh’ or `Wire Mesh’ by the help ties (-15
cable being kept in turns in oval from) this mesh shall have suitable chemical coating/ painted to prevent
corrosion. In case of painting, the color shall march the wall color. Further, the cable shall be terminated of Fiber
Termination Closure (FTC).

4.A.1.10 SPECIFICATIONS FOR FIBER TERMINATION CLOSURE

The FTC shall be wall-mounted type as suitable for the Optical Fiber Cable used for this project: (24 Fibers).
The FTC shall give grounding arrangement for all the metallic layers of the cable. The cable shall be specified
to pigtails on trays provided in the FTC. The connector side for the pigtails shall be secured with suitable
coupler/ through adapter provided as integral part of the FTC itself. The FTC shall have trays suitable splicing
maximum of 6 Fibers per tray. The arrangement inside the FTC should be simple and in straight line.

FTC should have entry points for a minimum of 2 No. of Optical Cable (armored/ non-armored) of diameter up
to 20 mm with cable clamps to avoid entry of rodents/ dust in general. It should have a minimum of 2 Nos. of
outlets for taking out 24 Nos. Pigtail. The outlets should have cable clamps.

The complete Fibre Termination Closure including trays, joint protection sleeves, pigtails, coupler etc. shall be
sourced from the above sub-venders as a composite items.
MECON LIMITED
SPECIFICATION OF OPTICAL FIBER CABLE & HDPE
DELHI
DUCT SUPPLY, LAYING & ASSOCIATED WORKS
ELECT. & INST. SPECIFICATION No. : MEC / S / 05 / E5 / T /S- 001
SECTION Rev. 2 Page 19 of 29

4.A.1.11 GROUNDING

Grounding arrangement should be provided with the FTC. It should include as minimum 2 Nos. grounding shield
bonds with nut and bolts for fixing to the armor of the OFC. 2 Nos. of grounding cable of green color with
suitable length & lugs clamped to its end for connecting the armor of OFC with the grounding terminal of the
FTC.

4.A.1.12 SINGLE MODE OPTICAL FIBER PIGTAIL & CONNECTORS TO BE USED IN THE FTC

The single mode fiber pigtails and connectors should meet the TU-T recommendations G-652 & G-655 as
required.

Both connectors and cable should be robust and should withstand wear and tear due to frequent use, Connection
and disconnection. Normal expected life should be 15 year or more.

Optical Fiber Cable, connections & pigtails shall be fully compatible and matching to each other.

4.A.1.13 JOINTING

Each splice loss shall be < 0.1 dB at 1310 nm.

In all the jointing locations (normal joints at the end of each drum as well as other joints) at least 20m of cable
from each end of the cable shall be left surplus in a coiled. During jointing, electrical continuity of each of the
metallic layer in the optical fiber cable shall be maintained.

After completion of each joint at site, it shall be tested for water proof-ness by immersing it is water along-with
OFC for 5 minutes.

Jointing closures shall be issued to the vendor as a free issue material for all planner joints as per the approved
cable alignment sheets. (Cable alignment sheets are to be submitted immediately after award of work for
approval of owner/consultant). Jointing closures, jointing pits and all accessories (along–with jointing,
installation of joints, jointing pits etc. all complete) for unplanned joints shall be provided by the vender at their
own cost.

The OFC coil shall rest on the floor of the pit after turns being secured with cable ties. The lid of the jointing pit
should be ~1000mm below the ground level after installation. The HDPE conduit shall enter the pit at the bottom
level of the pit. Proper arrangement should be done for protection of the cable at the entry points (Sealing of the
HDPE conduit entry points at the jointing / blowing pits e.g. sealing of the cable entry points after cable
installation).

4.A.1.14 Joint markers

All jointing locations shall be marked with proper identification markers. The Vendor shall supply fabricate and
install the joint location markers. These markers shall be in line to the markers as given in Annexure
Drawing/Sketch of this Bid document. The markers shall show the progressive joint No. and distance of the Joint
as directed by site- Incharge. (SIC)

These markers shall be installed approximately 1mtr away from the jointing pit in the direction as per the
instruction of SIC/Owner.
MECON LIMITED
SPECIFICATION OF OPTICAL FIBER CABLE & HDPE
DELHI
DUCT SUPPLY, LAYING & ASSOCIATED WORKS
ELECT. & INST. SPECIFICATION No. : MEC / S / 05 / E5 / T /S- 001
SECTION Rev. 2 Page 20 of 29

4.A.1.15 Electronic markers

Additionally, Vendor shall provide electronic locating system suitable for field use to locate underground-
buried Optical fiber cable joints.

The system shall consist of:

a) Electronic marker (to be buried underground along-with Optical fiber cable joints).
b) Marker locator (including probe & locator electronics).
c) The electronic markers shall be placed at all joint locations (planned and unplanned).

The electronic markers shall be lightweight and shall have a passive tuned resonant circuit, enclosed and sealed
within a casing. The marker locator shall be able to locate the electronic markers from a distance of 2.2m
minimum with the help of audio and visual signals. The markers shall be of color suitable for Oil & Gas
application.

The marker locator and the probe shall be of lightweight and portable enough to be carried (in suitable carrying
case, to be provided) on shoulder. The locator shall be able to work on batteries (dry alkaline) for continuously
8 hours.

The electronic locating system shall be able to work in saline atmosphere in coastal area and shall be protected
against corrosion.

The electronic locating system shall not be affected by any metal, alternating current, etc. The casing of the
electronic marker shall be resistant to chemicals, minerals, water ingress and temperature variation normally
encountered in underground environments. The material used for the manufacture of electronic markers shall be
protected against any damage due to rodents or any other insects in the underground environment.

Each marker locator provided shall be complete with its set of accessories (i.e. necessary interfaces, connecting
cables, software, etc.)

The electronic markers shall be buried underground 30 mm above the lid of the jointing pits and shall not be in
direct contract with any metallic body.

4.A.2 LAYING OF PERMANENTLY LUBRICATED HDPE CONDUIT:

Permanently bid lubricated HDPE conduits shall be laid for installation of Optical Fibre Cable. The conduits
shall be continuous in length of 2 KM. The HDPE laying will follow lowering of pipeline. HDPE conduit should
be laid in the pipeline trench for OFC as per Dwg./Sketch enclosed. Backfilling will be done along with main
pipeline. The duct shall be placed over 50 mm soft padding of sand or soft soil (riddled earth obtained by passing
through a sieve having meshes not exceeding 15mm2, or of a natural soft ground no requiring riddling) as shown
in the drawing.

Contractor has to ensure the laying of HDPE conduit without any snaking or waving and the HDPE conduit
should rest on the trench bed i.e. the pipe should not hang n the trench bed. The trench will be back filled after
ensuring the correct positioning of HDPE conduit as mentioned above. While back filling, the contractor has to
ensure that the HDPE conduit is not hanging in the trench bed.

Following procedure should be followed for laying HDPE conduits:


MECON LIMITED
SPECIFICATION OF OPTICAL FIBER CABLE & HDPE
DELHI
DUCT SUPPLY, LAYING & ASSOCIATED WORKS
ELECT. & INST. SPECIFICATION No. : MEC / S / 05 / E5 / T /S- 001
SECTION Rev. 2 Page 21 of 29

(A) Moving Trailer Method:

This method should be used when the path of duct does not contain any road/railway bores or utility
crossings. Following steps should be followed:

1. Fix the Jack Stand on the trailer properly.


2. Mount the duct coil reel/duct drum on the Jack stand.
3. Bring the trailer at the start point from where the duct is to be laid.
4. Move the trailer slowly along the trench route and uncoil the duct from the bottom of the
reel/drum and place into the trench. Avoid any over spinning of the duct while uncoiling it
from the drum.

(B) Manual Laying:

This method is used when there is an obstruction along the route. Following steps should be followed:

1. Place the Jack stand along the side of the trench. Place the drum on the jack with correct
positioning of the drum i.e. the duct reel should uncoil from the bottom of the drum. Duct reel
should not uncoil form the top of the drum.
2. Rotate the drum slowly so that the duct comes off the drum slowly and the duct reel should not
overseen while pulling HDPE conduit for installation.
3. Unroll the duct to the required length spacing the workers after every 15 to 20 mtrs.
4. If any obstruction like utility crossings or road/railway crossings comes in then ensure the
HDPE conduit is drawn under the obstruction or through the crossing without requiring joint in
between.
5. The contractor can lay the duct into the trench either directly form the drum or temporally lay
the duct along the trench and then place it later in the trench.

C) Tensioning of the HDPE duct after laying :

1. Determine the direction of installation and set the reel. Duct should be unrolled from the
bottom of the coil.
2. Place the duct inside the trench.
3. Let two workers stand on the duct at start point and two other worker stretches the duct,
thereby giving tension, upto of 30-40 meters.
4. After covering the 30-40 meter backfill the trench at that point to hold the duct in position and
to avoid loss of tension.
5. Repeat the above procedure till the entire duct length of 1 KM laid with proper tensioning.
6. Backfill the entire trenches.

To lay the next HDPE duct drum length, couple the laid HDPE ducts to the new drum to be laid with the
help of a coupler with same procedure explains above.

4.A.2.1 JOINTING OF HDPE CONDUITS BY FUSION TECHNIQUE:

For two section of laid HDPE duct length may have to be joined together with fusion technique. The jointing of
two ends of HDPE conduit should strictly be done with the help of Fusion type of Coupler, which will be made
of similar material. Jointing HDPE duct with coupler should strictly bee done with the help machine fusion.
Joints may also likely to come up due to road/ river/ nallah/ railways crossing. All efforts shall be made to
minimize joints. The coupling should be water and airtight and should be able to withstand minimum pressure of
8 bar. Following procedure should be followed for jointing HDPE conduits:
MECON LIMITED
SPECIFICATION OF OPTICAL FIBER CABLE & HDPE
DELHI
DUCT SUPPLY, LAYING & ASSOCIATED WORKS
ELECT. & INST. SPECIFICATION No. : MEC / S / 05 / E5 / T /S- 001
SECTION Rev. 2 Page 22 of 29

1. Cut the two ducts that are to be jointed at the same place where they overlap. Cutting should be done in
such a way that the duct ends match with the coupler perfectly because is very important that coupling
joints be airtight. Proper pipe shears or cutter must be used for smooth cutting Hacksaw should not be
used to cut the duct.
2. Deburr both the inside and the outside edges of the duct with a debarring tool.
3. Fused the coupler with help of machine specially design for such application. Keep the duct for normal
cooling.

4.A.2.2 SEALING OF HDPE CONDUIT:

The Contractor shall supply and put end plugs to seal the end of HDPE ducts after laying of same to prevent
ingress of sit, dust etc. Prior to back filling. The end plug should be made of similar material as that HDPE
conduit does not change its position due to heavy impact of soils or due to any other cause.

4.A.2.3 HDPE CONDUIT TESTING AFTER LAYING:

HDPE conduits will be tested for proper laying, crush deformity and pressure testing. The Contractor shall be
fully responsible for any obstruction and deformity in the laid HDPE conduit and shall have to remove the
obstruction/ deformity of any kind before blowing Optical Fiber Cable into the duct. Following tests are to be
carried out on the laid HDPE.

1) Duct Cleaning:

Following steps are to be followed for cleaning the laid HDPE conduit:

♦ Compressed air should be blown through the duct in order to remove any dirt and water that has
accumulated inside the duct with the help of air compressor. A short blast of air of about 1 bar shall be
blown through the duct for about 1 minute.
♦ Duct sponges will be blown through the duct to further remove any dirt and water from the duct segment.
Sponges should be blown into the duct clean and a dry sponge comes out of the duct.

2) Duct Calibration and integrity Test:

♦ This test is to be done to check the roundness and the integrity of the duct. During installation or backfill
process there is possibility of flattening, twisting or Kinking of the duct. This testing process shall be
conducted by blowing a plug or probe through the duct segment with compressed air.
♦ Calibration shall be done by a simple sender like small probe,which shall be blown through the duct by
compressed air. This probe shall be detectable using a HF Detector.
♦ The calibration process shall be considered completed once the probe exits the duct at the other end after
an uninterrupted pass.
♦ When obstructions in the duct are found, these obstructions have to be removed by removing the
damaged or deformed portion of the duct and placing a new section of duct.

3) Air Pressure Test :

♦ A static pressure test is to be carried out in order to verify air tightness for the purpose of cable blowing
as well as to prevent ingress of water or dirt during the lifetime of the duct.
♦ To verify the air tightness, pressure inside the duct should be brought up to 8 bar for two minutes. A
pressure drop of 0 to 0.5 bar per minute of the test is acceptable. If a higher-pressure drop is detected,
no further test should be conducted until the leak has been located and repaired.
♦ After pressure teasing duct ends should be sealed with the help of duct plugs to prevent entering of any
dirt and water inside it.
MECON LIMITED
SPECIFICATION OF OPTICAL FIBER CABLE & HDPE
DELHI
DUCT SUPPLY, LAYING & ASSOCIATED WORKS
ELECT. & INST. SPECIFICATION No. : MEC / S / 05 / E5 / T /S- 001
SECTION Rev. 2 Page 23 of 29

After testing the duct any obstruction both the ends of HDPE conduit shall be plugged again using end plugs.

4.A 3 BACK-FILLING

This will be covered under pipeline scope of work. However where separate trench (at terminals) will be use the
250 mm padding of sand / soft soil shall be done covering the HDPE conduit.

4.A.4 WARNING MAT

Vendor shall supply the warning mat (150 mm width and 0.25 mm thick) as per the MECON Specification No.
MEC/TS/05/62/042, Rev-0 and provide Warning mat before back filling. It is Vendor / vendor’s responsibility to
collect the information to be printed on the Warning mat before manufacturing. Vendor has to submit Sample
print and the all test certificates as per specification to Owner /consultant for review before final dispatch at site.
The supplier of the Mat shall have good reputation and past experience for similar job.

4.A.5 CABLE MARKERS

The Vendor shall make a 300mm diameter metal plate on the pipeline markers itself (at approx. every kilometer
and at crossings). The Vendor shall suitably paint on these metal plates the following:

1. Optical fiber cable.


2. Cable progressive distance w.r.t. the repeater station. This repeater station shall be the one nearest
to the progressive distance in the direction as specified by SIC.
3. Optical fiber cable length
4. Fiber Length.

A typical diagram of a joint marker is shown at Annexure, drawing. Cable markers shall be similar to the
diagram except the description of joint number.

4.A.6 MESUREMENTS

For accounting of optical fiber cable following allowances shall be permitted:

a) The basic length of optical fiber cable will be the length of pipeline as per pipeline chainages and not
cable length.

b) (1) At each planned jointing location, 40m of additional optical fiber cable length shall be
considered. The same will not be considered for unplanned joints arising out of vendor
negligence (not owner’s requirement).

(2) At blowing pits / inspection pit (other than planned joint location) 20m of additional Optical
Fibre Cable shall be considered.

c) At each repeater locations the following will be considered:

(1) From pipeline limit upto telecom building entry point in separate trench Actual length.

(2) Telecom building entry point into the telecom room-Actual length.

d) At manned locations the following will be considered:

(1) From station limit upto telecom building entry point in separate trench Actual length.
MECON LIMITED
SPECIFICATION OF OPTICAL FIBER CABLE & HDPE
DELHI
DUCT SUPPLY, LAYING & ASSOCIATED WORKS
ELECT. & INST. SPECIFICATION No. : MEC / S / 05 / E5 / T /S- 001
SECTION Rev. 2 Page 24 of 29

(2) Telecom building entry point into the telecom room-Actual length.

SECTION 5 (GENERAL)

5.1 VENDOR DATA REQUIREMENT AND DOCUMENTATION


(Exclusively for Telecom work)

a) Six sets of Documentation shall be supplied with each submission.


b) All documents shall be in English language only.
c) During engineering stage, owner/consultant shall review/approve drawings/documents to be
mutually agreed with the vendor.

5.1.1 With each initial bid, the following documents shall be submitted (for information only) :

CV’s of key personnel has to be associated in this project.

5.1.2 After the award of work, the Vendor for review and approval from Owner/Consultant shall supply the following
documents in order to start cable laying at site:

1) Supply of cable alignment sheet.

Cable alignment shall comprise the following as a minimum.

i) Detailed measurement of length of optical fiber cable route along-with details of road, nullah,
river crossings, high Tension lines etc.

ii) Location of Terminals, repeaters and planned joints.

For the sections where the cable route may leave the pipeline route, the vendor shall make a proper
topographic survey to define the route and to determine the existence of over ground or underground
services that could interfere with the installation. The vendor shall thereafter prepare a cable route sheet
with proper scale showing the entire crossing and topographic details as needed to define the route and
its characteristics.

2) Procedure for laying Optical Fibre cable through Permanently Lubricated HDPE conduit across any
river / bridge.

3) Procedure for laying Optical Fibre cable through Permanently Lubricated HDPE conduit across Minor
River, nullah and road crossing.

4) Optical fiber cable jointing procedure.

5) Quality Assurance program as requested and the following:

a) Daily optical fiber laying/ jointing/ testing report formats.


b) Approved documents for all the material to be used during optical fiber laying i.e. HDPE,
warning mat etc.

6) Factory acceptance test procedure for HDPE conduit shall be provided.

7) Any other data, document not specifically mentioned, but required for the satisfactory completion,
operation and maintenance of the system shall be provided.
MECON LIMITED
SPECIFICATION OF OPTICAL FIBER CABLE & HDPE
DELHI
DUCT SUPPLY, LAYING & ASSOCIATED WORKS
ELECT. & INST. SPECIFICATION No. : MEC / S / 05 / E5 / T /S- 001
SECTION Rev. 2 Page 25 of 29

5.1.3 Documents to be supplied before ‘Final acceptance certificate’ issued by Owner:

1) As built cable route sheets shall comprise the following as a minimum :

i) Location of joints, crossings.

ii) At each joint location.

a) Progressive optical fiber cable length, including the additional length at each
joint location.
b) Fiber length, fiber length between joints, as measured by OTDR.
c) Progressive pipeline chainage.
d) Distance of joint from nearest pipeline markers & crossings, etc.

2) Final cable test reports (individual cable drums, hop to hop between repeaters, section and end
to end).

3) All final documents for this project in electronic form.

5.2 VENDOR’S SITE OFFICE

Vendor’s site office shall be capable of performing the following function :

a) Receipt of cable drums / equipment/goods at site, checking them for correctness and completeness,
storage, transportation of good, etc.
b) Installation of the optical fiber cable in best engineering practice and workmanship.
c) Check out on proper installation.
d) Liaison with Vendor’s head office.
e) Jointing, Testing and commissioning activities.
f) Conducting site acceptance testing to the satisfaction of owner.

5.3 QUALITY ASSURANCE PROGRAM:


a) Vendor shall submit the details of Quality Assurance Programme followed by him beginning with raw
materials, fabricated components, assemblies, etc. to finished product (AS APPLICABLE). Vendor
shall obtain and forward the Quality Assurance Programme for equipment supplied by Sub-contractor,
if any.
b) The owner, MECON and/or third appointed agency reserves the right to inspect and test cable, jointing
closures, etc at all stages of production and testing. The inspection and testing shall include but not be
limited to materials, sub-assemblies, prototypes, produced units, guaranteed performance specifications,
etc.
c) For Factory inspection and testing, Vendor shall arrange all that is required e.g., quality assurance
personnel, space, test gear etc. for successful carrying out of the job by the Owner's representatives at
Vendor's cost at the Vendor's/Manufacturer's works.
d) Owner's representatives shall have free entry and access to any and all parts of the Vendor's facilities
associated with manufacturing and testing of the system at any given time.
e) It shall be explicitly understood that under no circumstances shall any approval of the Owner or his
representatives relieve the Vendor of his responsibility for material, design, quality assurance and the
guaranteed performance of the system and its constituents.
f) Vendor shall invite the Owner/MECON, at least 30 days in advance, of the date on which system shall
be ready for Inspection and Testing. All relevant documents and manuals; approved engineering
MECON LIMITED
SPECIFICATION OF OPTICAL FIBER CABLE & HDPE
DELHI
DUCT SUPPLY, LAYING & ASSOCIATED WORKS
ELECT. & INST. SPECIFICATION No. : MEC / S / 05 / E5 / T /S- 001
SECTION Rev. 2 Page 26 of 29

drawings, etc. shall be provided to the Owner's representatives well in advance of the start of Inspection
and Testing.
g) Owner/MECON shall, after completion of inspection and testing to their satisfaction, issue factory
acceptance certificates to release the cable/jointing closures for shipment. No cable/jointing closures
shall be shipped under any circumstances unless a factory acceptance certificate has been issued for it,
unless agreed otherwise by Owner/MECON.
h) Vendor shall submit the details of Quality Assurance Program followed by him. Vendor shall obtain
and forward the Quality Assurance Program for material supplied by the Sub-Vender.
i) The Owner /Consultant reserves the right to inspect and test each material / equipment at all stages of
production and commissioning of the system. The inspection and the testing shall include but not
limited to raw materials, components, sub- assemblies, prototypes, final product etc.
j) For factory inspection and testing, Vendor shall arrange all that is required e.g. QA personnel, space,
test equipments etc. for successful carried out of the jab by Owner / consultant at Vendor’s cost at
manufacturer’s works. This excluded the costs of transportation, lodgings, boarding of the Owner /
consultant.
k) It shall be explicitly understood that under no circumstances shall any approval of the Owner /
consultant relieve the Vendor of his responsibility for material, design, quality assurance and the
guaranteed performance of the system and its constituents.
l) Vendor shall invite the Owner / consultant, at least 15 days in advance, of the date at which system
shall be ready for Inspection and testing. All relevant documents and manuals, approved engineering
drawing etc. shall be available with Owner / consultant well in advance of the start of inspection and
testing.
m) Owner / consultant or his representative shall after completion of inspection and testing to their
satisfactions, issue factory acceptance certificate to release the equipments for shipment. No equipments
shall be shipped under any circumstances unless a factory acceptance certificates has been issued for it,
unless agreed otherwise by the owner / consultant.

TESTING

a1) Optical Fibre Cable

Factory testing shall be conducted for acceptance of the cable at the manufacturing facility, wherefrom
cable is offered for this project before final acceptance, as per the approved test plan.

a2) Jointing closures

Jointing closures shall be tested before final acceptance, as per the approved test plan.

a3) Test Instruments

All test instruments shall be provided with calibration certificates. Test instruments shall be tested for
functional operations, as per the approved test plan.

b) Vendor shall arrange all test equipments/instruments, manpower, test-gear, accessories, etc.,
necessary for testing.

c) All technical personnel assigned by Vendor shall be fully conversant with the system
specifications and requirements. They shall have the specific capability to make the system
operative quickly and efficiently and shall not interfere or be interfered by other concurrent
construction and commissioning activities in progress. They shall also have the capability to
incorporate any minor modifications/suggestions put forward by MECON/Owner.

d) Power supply required for testing shall be arranged by the Vendor


MECON LIMITED
SPECIFICATION OF OPTICAL FIBER CABLE & HDPE
DELHI
DUCT SUPPLY, LAYING & ASSOCIATED WORKS
ELECT. & INST. SPECIFICATION No. : MEC / S / 05 / E5 / T /S- 001
SECTION Rev. 2 Page 27 of 29

e) Test Plan

Vendor shall submit to Owner and MECON `Test Plans' well in advance of commencement of
actual testing.

The plans shall include:

ei) Functional and performance description (in short) and Tests to be conducted and purpose of
test.

eii) Test procedures (including time schedule for the tests) and identification of test inputs details
and desired test results.

f) Test Report

The observations and test results obtained during various tests conducted shall be compiled and
documented to produce Test Reports by Vendor. The Test Reports shall be given for each
equipment/item and system as a whole. The report shall contain the following information to a
minimum:

fi) Test results.

fii) Comparison of test results with anticipated test result as given in test plans and reasons for
deviations if any.

fiii) The data furnished shall prove convincingly that:

I) The system meets the Guaranteed performance objectives.


II) Mechanical/Optical/Electrical limits were not exceeded.
III) Failure profile during the tests are well within the specified limits.

5.4 TESTING & FINAL DOCUMENTATION

The following tests (in the same sequence) shall be conducted final acceptance of material / laid cable.

A1 Factory acceptance testing


A2 Regular Testing
A3 Site Acceptance Testing (SAT)
a) These tests shall be carried out on all material Equipment supplied by Vendor including those supplied
by sub vendors, if any
b) Vendor shall arrange all necessary test instruments, manpower, testing gear, accessories etc
c) All technical personal assigned by Vendor shall be fully conversant with the system specification and
requirements They shall have the specific capability to make the system operative quickly and
efficiently and shall not interfere or be interfered by other concurrent testing, construction and
commissioning activities in progress. They shall also have the capability to incorporate any minor
modification / suggestion put forward by owner / consultant.
d) Power supply and any temporary commissioning facility including communication system required for
installation / testing / commissioning of the material / cable laying etc. shall be arranged by the Vendor.
e) TEST PLAN
Vendor shall submit to owner and consultant ‘Test Plans “ well in advance of commencement of actual
testing in each of the above mentioned test categories (refer clause a)
The plans shall include:
MECON LIMITED
SPECIFICATION OF OPTICAL FIBER CABLE & HDPE
DELHI
DUCT SUPPLY, LAYING & ASSOCIATED WORKS
ELECT. & INST. SPECIFICATION No. : MEC / S / 05 / E5 / T /S- 001
SECTION Rev. 2 Page 28 of 29

i) Test to be conducted and purpose of test.


ii) Test procedure (including time schedule for the tests) and identification of test inputs details
and desired test results.
f) Test Report
The observation and test results obtained during various tests conducted shall be compiled and
documented to produce test reports by Vendor. The test reports shall be given for each hop of the
concerned section. The report shall contain the following information to a minimum.
1. Test Results
2. Comparison of test results with anticipated ( as per specifications) test results as given in test
plans and reason for deviation if any .
3. The data furnished shall prove convincingly that :
a) The system meets the guaranteed performance objectives.
b) Mechanical and electrical limits were not exceeded.

Factory Acceptance Testing for the Items to be supplied by the Vendor: ( FAT if applicable)

Factory acceptance test shall be carried out after review and approval of FAT procedures/ documents and shall
be conducted at the manufacturing facilities from where the respective material / subsystems are offered. The
factory acceptance testing shall be conducted in the presence of the owner / consultant. The test shall be carried
out on all equipment/ items including those supplied by subvendors and factory acceptance certificates shall be
issued. The factory test shall include but not limited to :

1. Mechanical checks to the equipment for dimensions, inner and outer supports, finishing, welds,
hinges, terminal boards, connectors, cables, painting etc.
2. Check for assuring compliance with standards mentioned in the specifications
3. Individual check on each / module / sub-assembly in accordance with the modes and
diagnostics programs of the Vendor.
4. Environmental testing.
5. Functional tests.
6. Any other test not included in FAT document but relevant to the project as desired by owner /
Consultant at the time of Factory acceptance testing.

Regular Testing:

After laying and jointing of cables and back – filling of the trench, the cable shall be tested for attenuation over
the laid cable and log off the same in Daily optical fibber cable laying, jointing, testing format shall be
maintained.

SITE ACCEPTANCE TESTING ( SAT ) & FINAL ACCEPTANCE.

Site acceptance testing for handing over of laid cable and HDPE duct shall be done in the presence of owner /
consultant / telecom system vendor in the format provided by site in charge.

Upon successful completion of the ‘ Site Acceptance Testing ‘ any shortfalls when compared to the contract shall
be made good by the vender.

The Vendor shall then provide as built documents as specified. After this, Owner / consultant shall notify the
vendor in writing his final acceptance of the laid cable/Duct and the cable /Duct shall be considered
‘commissioned’. Vendor shall hand over to all free issued items after reconciliation to Owners store.

Nothing herein above provided, inclusive of the ‘Final Acceptance Certificate’ shall absolve vender of his full
liabilities under the contract inclusion of and relative to the system performance and material
Guarantee/warranty.
MECON LIMITED
SPECIFICATION OF OPTICAL FIBER CABLE & HDPE
DELHI
DUCT SUPPLY, LAYING & ASSOCIATED WORKS
ELECT. & INST. SPECIFICATION No. : MEC / S / 05 / E5 / T /S- 001
SECTION Rev. 2 Page 29 of 29

Schematic Constructional Diagram For 24 Fibre OFC

Fibre colors : BI, Or, Gr,, Br, SL, Nat

Loose Tube colours : BI, Or, Gr, Br

Filler colors : Black/Natural

Outer Diameter : 16 mm Maximum


6.0 PARTICULAR JOB
SPECIFICATION (PJS)
FOR
CP WORKS

D:\old data\Vijyant\GSPL\Tender\Const\Partition Sheets- 001.doc


PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.: 05/51/23JT/GSPL/001(EPC)
Gujarat State Petronet Ltd. Volume-IB of V MECON LIMITED

1.0 SCOPE OF WORK

Scope of work shall be as detailed in Particular Technical Specification enclosed


with Vol.-IV of V.

D:\old data\Vijyant\GSPL\Tender\Const\Vol IB of V\PJS - CP\Scope of Work - IB of V.doc


7.0 PARTICULAR JOB
SPECIFICATION (PJS)
FOR
CO2 FLOODING SYSTEM

D:\old data\Vijyant\GSPL\Tender\Const\Partition Sheets- 001.doc


GUJRAT STATE PETRONET LIMITED

PARTICULAR JOB SPECIFICATION


FOR
CO2 FLOODING SYSTEM

MECON LIMITED
SCOPE TWIN TOWER, (NORTH TOWER - 1st.Floor),
LAXMI NAGAR DISTRICT CENTRE, DELHI - 110 092

JANUARY, 2007
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.: 05/51/23JT/GSPL/001(EPC)
Gujarat State Petronet Ltd. MECON LIMITED
Volume-IB of V

CONTENTS

SL.NO. ITEMS PAGE


NO.

01.00 GENERAL PROJECT INFORMATION 1

02.00 SCOPE OF WORK AND SERVICES 1

03.00 SPECIAL INSTRUCTIONS TO THE TENDERER 5

04.00 DRAWINGS AND DOCUMENTS 8

05.00 TIME SCHEDULE 10

06.00 INSPECTION 10

07.00 TESTS 11

08.00 STANDARDS 12

PREPARED BY CHECKED BY APPROVED BY


PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.: 05/51/23JT/GSPL/001(EPC)
Gujarat State Petronet Ltd. MECON LIMITED
Volume-IB of V

01.00 GENERAL PROJECT INFORMATION

M/s GSPL intend to lay a 12” x 37.2 km pipeline from Padamla tap-off near
Baroda on 24” OD Baroda – Ahmedabad – Kalol pipeline. The proposed
pipeline is approximately ~ 37.2 km long and 12” dia. and will transport ~ 1.5
MMSCMD intermingled RLNG & Natural Gas from Padamla tap-off to Halol for
distribution to domestic, automobile, commercial & industrial consumers.

In the control room, SCADA room, electrical room etc., to cater fire hazard,
automatic Co2 flooding system has been envisaged as these locations are
unmanned:-

1. Despatch Cum Tap-Off Terminal at Padmala


2. SV-1 at chainage 23.87 Km
3. Receiving Terminal at Halol

01.01 Intent of Specification

The scope of this technical specification is to provide fire detection & protection
facilities / systems for control / SCADA / Telecom/ electrical / battery rooms
located in three different locations as mentioned above on turnkey basis to
effectively control the occurrence of fire in its incipient stage. The specification
covers design, manufacture, packing, forwarding to site, receipt, storing,
erection, testing and commissioning of the complete fire protection systems as
outlined in various chapters of the technical specification.

01.02 Meteorological data of site

The fire protection systems shall be designed taking into account the
meteorological data prevailing at the project site.

Temperature
o
Minimum - 10.8 C
o
Maximum - 40.7 C

Humidity

Maximum - 89%
Minimum - 21%

02.00 SCOPE OF WORK AND SERVICES

02.01 General

Fire may occur inside the unmanned rooms due to any mishap or sudden
abnormal rise of temperature due to abnormal operating condition. In order to
combat occurrence of fire in the rooms, automatic CO2 system shall be provided
in the various rooms.

Page 1 of 1
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.: 05/51/23JT/GSPL/001(EPC)
Gujarat State Petronet Ltd. MECON LIMITED
Volume-IB of V

In order to extinguish the fire effectively it is proposed to provide Co2 flooding


system of fire protection in the following premises of the GSPL Project.

Sl. Name of Premises with Area No. Aprrox. Size


No.
1. Despatch cum Tap Off (Padmala):
i) Control Room
ii) Electrical Room 01 6.5 x 6.5 x 3.5m
iii) Battery Room 01 5.5 x 6.5 x 3.5m
01 2.5 x 6.5 x 3.5m
2. SV-1 (Ch. 23.87Km)
i) Control & SCADA Room 01 4.00 x 4.00 x 3.5 m
ii) Electrical Room 01 4.00 x 4.00 x 3.5 m
iii) Battery Room 01 3.00 x 4.00 x 3.5 m
3. Receiving Terminal (Halol)
i) Control Room 01 6.5 x 6.5 x 3.5m
ii) Electrical Room 01 5.5 x 6.5 x 3.5m
iii) Battery Room 01 2.5 x 6.5 x 3.5m

02.02 Brief Functional Description

Automatic activation of CO2 flooding system will take place on receipt of


confirmed fire signal from the respective fire detection & alarm system (FDA). On
detection of fire, the signal shall communicate to the main control panel, which
shows the address (along with location) of the effected area. Respective hooter
of the zone will also be actuated. After a time lag of 0-30 seconds, fire
extinguishing medium will be discharged developing required concentration
thereby extinguishing the fire. In case the detectors fail to sense the occurrence
of fire, fire extinguishing medium can be discharged by manual release push
button by manual lever (Abort switch) provided for the purpose. Each system
(described in clause 05.03.02) shall have all accessories.
On activation of the system, a signal shall be given in the control room, which
will forward the signal to remote station.

Location of the premises and equipments mentioned above can be physically


seen and verified at site.

02.03 The scope of work of the Tenderer shall include design, engineering, supply,
fabrication/manufacture, assembly, inspection, shop testing, piping,
transportation, receipt at site storage, installation, painting, testing and
commissioning, obtaining statutory approval and demonstration of integrated
performance of all equipment required for Co2 flooding system for rooms at
various locations (detail of which indicated in enclosed drawings and mentioned
elsewhere in the specification) for the GSPL Project, Despatch cum tap off
(Padmala), SV-1 and Receiving Terminal (Halol) on complete turnkey basis.

Page 2 of 2
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.: 05/51/23JT/GSPL/001(EPC)
Gujarat State Petronet Ltd. MECON LIMITED
Volume-IB of V

The rooms for which CO2 flooding system has been envisaged shall be
unmanned in general.

The tenderer shall furnish the list of commissioning and two (2) years
maintenance and operational spares in the offer. Complete details of all spare
parts, their relation to the equipment and their itemised prices shall be furnished
in the tender.

02.04 The scope of work and services to be rendered by the Tenderer for installation of
flooding system shall include but shall not be limited to the following activities.

i/ Design, engineering, manufacture/fabrication, assembly, shop testing


and shop painting, sequential packing, delivery FOR site, unloading,
unpacking, storage at site, site handling, preparation of erection
drawings, erection as per approved drawings, site testing, painting,
commissioning and fulfillment of guarantee of Co2 flooding systems,
sub-systems and integrated systems as described above and also
covered under this tendering specification.

ii/ Miscellaneous materials and services, if not otherwise specifically asked


for, shall include the following :

- All piping integral to or between any equipment furnished under


this specification, except as otherwise specified.

- All necessary isolation valves fitting at the tapping points and


branch pipes.

- Coupling guards for all exposed shafts and couplings.

- Base plates, thrust blocks, duck-foot bends, matching flanges,


supporting materials and shims.

- All necessary instruments, power and control wiring integral to


any equipment furnished under this specification. This shall
include terminal blocks and integral wiring to these terminal
blocks for equipment requiring external connection.

- From Tenderer's Battery charger cum power supply (BCPS) panel


onwards complete electrics, interconnecting cables and
installation of accessories like conduits, clamps, glands, lugs etc.
including earthing of equipments shall be under Tenderer's
scope. The supply, laying and termination of incoming cable of
adequate capacity to the BCPS panel from Purchaser's
Distribution board shall also be under Tenderer's scope.

- 240V, 1 phase, 50 Hz power supply for electrics shall start from


the outgoing terminals of feeder at the purchaser’s Distribution
board.

Page 3 of 3
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.: 05/51/23JT/GSPL/001(EPC)
Gujarat State Petronet Ltd. MECON LIMITED
Volume-IB of V

- Earthing strips of all panels, & other fire fighting equipments


supplied by the tenderer shall be connected to the nearest
earthing ring available at site (within 15 m of the main control
panel).

- GI pipes/ conduits and other accessories wherever required for


lying of cables.

- Other erection materials like cable supporting structures,


channels, brackets, clamps and other hardware materials, as
required, for laying of cables.

- All erection accessories, consumables and miscellaneous


materials, though not specifically indicated in this specification,
but actually required for completing the job in all respects.

- All necessary connections for hook-up with Purchaser's pipe


network.

- Erection, testing and commissioning materials.

- Initial fill of gas and other fire extinguishing media.


- All necessary fixtures, supports.

iii/ To obtain TAC/DFS approval for complete Co2 flooding system

02.05 Design Criteria

Automatic room protection system required for the premises mentioned in para
04.01 above shall be designed as per the requirement of National Fire Protection
Association's Code (NFPA, USA).

The rooms shall be protected with total flooding of fire extinguishing media.

The quantity of extinguishing media required for the systems shall be based on
the gas or extinguishing media required to blanket the area or volume protected
and the time that the discharge must be maintained to assure complete
extinguishing of fire.

02.06 The schedule bill of quantities as given in the specification and list of major
equipments involved in the Co2 flooding system is to be indicated in detail by the
Tenderer. Successful Tenderer shall supply the material as per actual
requirement. The quantities of such material shall be decided during detailed
engineering and shall be supplied accordingly. The tenderer shall therefore base
the offer on his own assessment. No extra price/claims shall be entertained later
during detailed engineering.

Page 4 of 4
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.: 05/51/23JT/GSPL/001(EPC)
Gujarat State Petronet Ltd. MECON LIMITED
Volume-IB of V

03.00 SPECIAL INSTRUCTIONS TO THE TENDERERS

03.01 General

03.01.01 The instruction to Tenderer shall be read in conjunction with the Invitation to
Tender, General Conditions of Contract, Tendering Specifications, Scope of
supply and drawing or other supplementary documents detailing the work.

03.01.02 The tenderer shall study the specification and satisfy himself regarding the
workability of the proposed system and shall take full responsibility for the
proper system design, best quality of material and workmanship, guaranteed
operation and smooth performance of all the equipment and accessories. This
technical specification is only a guidance to the tenderer and hence all the items
necessary for safe and satisfactory operation and guaranteed performance of the
proposed equipment / facilities shall be included in his offer though these might
not have been specifically mentioned in the technical specification/schedule of
quantities. No extra claim will be entertained by the purchaser after placement of
order.

03.01.03 The Tenderer shall submit a statement of similar plants and equipment
supplied/installed by him during the last five years, which are under successful
operation.

03.01.04 The Tenderer shall satisfy the Purchaser that he possesses the necessary
technical experience for design and has at his disposal suitable facilities and crew
to ensure that his contract shall be of the best quality and workmanship.
Necessary particulars in this regard shall be furnished with the tender.

03.01.05 The Tenderer should satisfy himself by a visit to the site to ascertain the actual
site conditions before submitting his offer. Failure to do so will not absolve him
of his responsibilities of proper execution of the job. No claims for extra payment
due to any special site conditions will be considered after the submission of the
offer.

03.01.06 Any loss of plant and equipment due to imprudence, negligence and unsuitable
treatment and handling shall have to be replaced by the successful tenderer at
his cost.

03.01.07 The approval of drawings and/or inspection by Purchaser and/or their authorised
representative shall not absolve or relieve the supplier from any of his obligation
under this contract and they shall be wholly and solely responsible for the
satisfactory operation and guaranteed performance of the systems and
equipment forming part of the system.

This specification is issued for procurement from indigenous sources. No foreign


exchange or import license for importing equipment, components, raw materials
or spares will be arranged for or provided by the purchaser. In case the
equipment offered involves expenditure in foreign exchange, the same shall be
arranged by the tenderer.

Page 5 of 5
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.: 05/51/23JT/GSPL/001(EPC)
Gujarat State Petronet Ltd. MECON LIMITED
Volume-IB of V

03.01.08 Any equipment/material which in any way fails to meet the requirements of the
specification will be rejected by the Purchaser and the equipment/material
involved shall not be used under the contract. The successful Tenderer will be
required to promptly furnish new material at his cost without hampering the
overall schedule of commissioning of the project.

03.01.09 Any changes or difficulties which might be encountered during the execution of
work or any other problems due to local working conditions which are not
anticipated/included in the tender document shall fall under full obligations of the
successful Tenderer. No claim on account of any ambiguity in any respect will be
entertained after the acceptance of the quotation by the Purchaser.

03.01.10 All equipment supplied shall allow access to facilitate connecting up, inspection,
maintenance and repair and shall operate satisfactorily under such variations of
load, pressure and climatic conditions as may occur during working.

03.01.11 All material, dimensional standards, tolerances, process of manufacture and


testing procedures shall be in accordance with the latest revision of the standard
codes specified in this Tendering Specification. In case where such suitable
standards are not mentioned, any acceptable Indian/International Standards
shall be adopted.

03.01.12 All documents, instructions, name plates etc. shall be written in English
language. All weights, dimensions and units shall be in metric system.

03.01.13 The Tenderer shall take note of the climatic conditions of the project site, which
is given, in the introductory note of the specification.

03.01.14 The Tenderer shall quote, based on the approved makes of equipment/ supplies,
as given in the relevant clauses of this specification. In case of any deviation
from the approved list of vendors for bought-out items, prior written approval
shall be obtained from the Purchaser/Consultant.

03.01.15 The Purchaser reserves the right to reject all or any of the offers fully or partly
without assigning any reasons, whatsoever.

03.01.16 The Tenderer shall quote for earliest delivery of the equipment/supplies as well
as earliest completion of the entire work.

03.01.17 The items described in the specification is indicative and not exhaustive. The
Tenderer shall provide all the equipment and material required for the fire
protection system as described in this specification, complete in all respects.

03.01.18 The Tenderer shall be responsible for completeness of supplies, work and
services to make the system complete, operative and properly hooked up to the
Purchaser's network. Any equipment and material not specifically mentioned in
this tendering specification, but required for safe, smooth and efficient operation
and guaranteed performance of the fire protection system shall be deemed to be

Page 6 of 6
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.: 05/51/23JT/GSPL/001(EPC)
Gujarat State Petronet Ltd. MECON LIMITED
Volume-IB of V

included under the scope of work of the Tenderer.

03.01.19 The Tenderer shall submit a detailed list of commissioning spares for mechanical,
electrical, instrumentation etc that will form a part of main equipment supply.

03.01.20 The Tenderer shall include in his offer the Quality Assurance Plan containing the
overall quality management and procedures, which he proposes to follow for
performing the work during various phases of execution.

03.01.21 At the time of award of contract, the detailed Quality Assurance Plan to be
followed for execution of the contract will be mutually discussed and agreed to.

03.01.22 Wherever applicable, the equipment/supplies offered shall also conform to the
provision of statutory regulations of the Government of India and other
regulations in force such as Indian Factories Act, Indian Electricity Rules, Chief
Controller of Explosives, Nagpur etc. Any permission from statutory bodies, if
necessary for execution of work shall be sought and arranged by the Tenderer.

03.01.23 The technical specifications for installation of fixed Co2 fire extinguishing system
elaborated in different chapters are generally based on NFPA codes USA/TAC
codes (India) and IS: 6382. However, it will be obligatory on the part of the
successful tenderer to obtain approval from Statutory Authority for the panel
flooding system. The tenderers are free to suggest suitable modifications
required, if any, to enable them to obtain TAC / any other statutory bodies
approvals for all the systems. No extra claim shall be entertained by the
purchaser for obtaining TAC / any other statutory bodies approval after
placement of order.

03.01.24 Materials used and equipment supplied shall be new and the best of their kind.
The successful Tenderer for the material used shall furnish manufacturer’s
certificates.

03.01.25 The Co2 flooding systems shall be designed, manufactured, assembled, tested
and commissioned as per the standards laid down in this specification. Detailed
instructions on such aspects as are not indicated herein shall be as per the latest
standards, codes and recommendations of the TAC/NFPA. Where TAC standards
are not specific, NFPA or other equivalent international standards shall be used
with the approval of Purchaser/ Consultant.

03.01.26 If the offer deviates from the standards specified, the Tenderer shall indicate
clearly in his offer the standards he proposes to adopt with details there of.
Copies of such standards shall be enclosed with the offer.

Page 7 of 7
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.: 05/51/23JT/GSPL/001(EPC)
Gujarat State Petronet Ltd. MECON LIMITED
Volume-IB of V

04.00 Drawings and Documents

04.01 Drawings/documents to be furnished with offer

The tenderer shall submit the offer in four (4) sets along with the following
drawing/documents.

a/ Block Scheme diagram for fire alarm and Co2 flooding system and its
interfacing with the existing automation system.

b/ Detailed calculation as per NFPA & schedule of quantities.

c/ Technical specification of equipment/material along with their


makes/catalogues/name and address of manufacturer.

d/ Price Schedule specifying detailed list of quantities.

e/ Time Schedule for implementation of jobs and number of persons to be


deputed at site along with their experience/qualification and period of
posting at site.

f/ Reference list of similar job executed.

g/ Completed proposal exhibit sheets

04.02 Drawing/documents to be furnished for approval

The successful Tenderer shall submit within 2 weeks of placement of order a


comprehensive list of drawings to be submitted by him for Purchaser's approval.
Submission of drawings for Purchaser's approval shall commence within 4 weeks
of placement of order.

The following design data, drawing & documents shall be submitted by the
successful tenderer in three (3) copies within three weeks of issuing the Letter of
intent, for approval of the purchaser/ owner. The tenderer shall resubmit the
data/ drawings/documents incorporating the changes suggested by purchaser/
owner in five copies till final approval.

- Overall layout of the shop/locations showing various rooms covered


under Automatic Carbon-di-oxide Flooding System.

- G.A Drawing for the system being offered.

- Piping, tubing or cable details for the system.

- Details of cylinder banks, manifolds, connecting hoses NRV etc. for


automatic flooding system.

Page 8 of 8
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.: 05/51/23JT/GSPL/001(EPC)
Gujarat State Petronet Ltd. MECON LIMITED
Volume-IB of V

- Details of weighing arrangement of CO2 cylinders, if offered so.

- General arrangement drawings for control / annunciation / indication


panels for fire and extinguishing system and all electrical equipment,
showing dimensional and mounting details, net weight etc. cable entry
and front view details.

- System layout drawings showing in Plan and Sections, location of various


equipments such as detectors, junction boxes, panels, Manual fire alarm
boxes, fire indication panels, response indication panels, batteries and
battery chargers, etc.

- Cable and conduit routing drawings.

- Cable schedule.

- Power and control circuit diagram for panels/equipment.

- GA drawings showing foundation / floor mounting details for completion of


civil construction of the equipment listed below:

i) Alarm / Indication Panels


ii) Hooters
iii) Battery
iv) Battery Charger

04.03 Drawings/documents to be furnished for information by successful tenderer in 5


copies

Five copies each of the following drawings/documents shall be furnished.

a/ Manufacturer's routine test and type test certificates for all equipment
and cables.

b/ Detailed technical catalogues for all the equipment.

c/ Ordering specifications to sub-suppliers.


d/ Instruction manuals for erection, maintenance and operation of all the
equipments.

e/ External interconnection wiring diagram with terminal markings.

f/ All scheme drawings along with list of components for various electronic
cards used in the equipments. Necessary guidelines for testing the cards
along with test parameters for all such cards.

g/ Spare parts manual containing itemised inventory of equipment supplied.

Page 9 of 9
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.: 05/51/23JT/GSPL/001(EPC)
Gujarat State Petronet Ltd. MECON LIMITED
Volume-IB of V

04.04 Final drawings/documents

The successful Tenderer shall submit following final drgs. / documents in five (5)
sets.

- All approved drawings/documents

- All test charts and inspection certificates in bound volume.

- An illustrated instruction manual shall be supplied for the normal


operation, testing and maintenance of the installation. It shall contain an
illustrated and itemised list of all parts requiring replacement.

- 1 set of polyester film reproducible of each of the As built drgs and


documents including design calculations incorporating approved changes,
if any, during erection, testing, commissioning (all drawings even if there
are no changes).

05.00 Time Schedule

The delivery and erection of all equipment/plant shall be so scheduled that it


shall be possible to commission the complete CO2 flooding system package in
order to match with the overall commissioning schedule of the entire Project.

The delivery date shall be quoted from the date of issue of letter of intent taking
into account the time for approval of design and drawings by the Purchaser.

The Successful Tenderer shall guarantee the material delivery and


commissioning dates.

The Successful Tenderer shall submit bar chart/PERT network showing the start
and finish time of all activities connected with completion of the entire fire
protection system package keeping in mind the overall commissioning schedule
of the project.

Progress report shall be submitted by the Successful Tenderer at regular


intervals of 2 weeks on a format prescribed by the Purchaser giving the status of
design, approval of drawings, ordering position of plant and equipment and
other materials ordered, manufactured, fabricated, delivered and erected.

06.00 Inspection

The successful tenderer has to submit an inspection procedure for all items to be
supplied by him within 2 weeks of placement of order. The inspection procedure
shall be finalised and approved by the purchaser.

No equipment or part item shall be dispatched without provisional acceptance

Page 10 of 10
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.: 05/51/23JT/GSPL/001(EPC)
Gujarat State Petronet Ltd. MECON LIMITED
Volume-IB of V

certificate and dispatch instructions issued by the purchaser.

All equipments, assemblies and subassemblies shall be shop tested as per


relevant standards and test certificates to be submitted by the supplier.
Purchaser's representatives shall have the option to visit the place of
manufacture for stage inspection. All equipments shall be inspected by the
purchaser before dispatch of the equipment. The supplier has to make all
arrangements for providing the necessary tools, tackles and instruments free of
cost to carry out the inspection.

07.00 TEST

07.01 All equipment covered under this specification shall be subjected to inspection
and tests by the purchaser during manufacture, erection and testing on
completion. The approval of the purchaser or passing of such inspection / tests
will not, however, prejudice the right of owner to reject the equipment if it does
not give complete and satisfactory operation. The cost of such tests shall be
borne by the contractor. The particulars of the proposed test and procedure to
be adopted shall need owner’s prior approval.

07.02 The place of manufacture, testing and inspection of fire fighting equipment shall
be stated in the tender. The purchaser’s representatives shall have free access to
the contractor’s or sub-contractor’s premises or works for inspection of materials
and workmanship of the equipment during its manufacture.

07.03 SHOP TESTS

Shop tests of all major equipments like piping, other valves and specialties, CO2
cylinders, directional valves, electronic panels, controls etc. shall be carried out
as specified in the respective clauses and as per applicable standards / codes.

Shop tests shall include all tests to be carried out at contractor’s works, works of
his cub-contractors and at works where raw materials supplied for the
manufacture of equipment are fabricated. The tests to be carried out shall
included but not limited to the tests described as follows:
a) Material analysis and testing
b) Hydraulic tests of all pressure parts, piping, hoses etc.
c) Dimensional and visual check
d) Performance characteristics of CO2 nozzles.
e) Calibration tests on instruments and tests in control panels.
f) Performance tests on CO2 cylinders, directional valves etc.

In the absence of any code / standards, equipment shall be tested as per


procedure mutually agreed by the contractor and purchaser.

A comprehensive visual and functional check-out for panels shall be conducted


and shall include through check up of panel dimensions, materials of
construction, panel finish compliance with tubing and wiring specifications,
quality of workmanship, proper tagging and locations of instruments /

Page 11 of 11
PADMALA – GODHARA GAS
PIPELINE PROJECT
Tender Document for EPC Contracts
Tender Doc. No.: 05/51/23JT/GSPL/001(EPC)
Gujarat State Petronet Ltd. MECON LIMITED
Volume-IB of V

accessories. The wiring check shall be a complete point to point “ ring out” and
check for agreement with installation drawings and equipment vendor prints of
the complete system and on inspection of all field connection terminals and
labeling.

07.04 SITE TESTS

General

a) All piping and valves, after installation shall be tested hydraulically at a


pressure 1.5 times that of the max. attainable pressure in the system to
check against leak tightness.

b) All manually operated valves / gates shall be operated throughout 100%


of the travel and these shall function without any trouble whatsoever.

c) Painting shall be checked by dry type thickness gauge.

d) Visual check on all structural components, welding, painting etc. shall be


carried out and if doubt arises these shall be tested again.

e) All test instruments and equipments shall be furnished by the contractor


to the satisfaction of the purchaser.

After erection at site, the complete fire alarm and CO2 extinguishing system shall
be subjected to tests to the requirement of TAC/LPA/NFPA12. The following tests
in this connection shall be conducted:
a) Operation of fire detection and alarm system.
b) Various stage tests on a complete CO2 system as per the requirement.

08.00 Standards

08.01 All materials, equipments, piping, valves, fittings etc. dimensional standards,
tolerance, prices of manufacture and testing procedure shall be in accordance
with the latest revision of relevant Indian, British, American standards wherever
applicable.

08.02 The material used and equipment supplied shall be new and the best of their
kind and shall comply with the latest revisions of all relevant standards. The
tenderer shall indicate in his tender the relevant standards to which the
equipment, piping, fittings, etc. offered by him shall comply with.

Page 12 of 12
STANDARD SPECIFICATION

FOR

FIRE DETECTION AND

ALARM SYSTEM
CONTENTS

1.0 SCOPE

2.0 CODES AND STANDARDS

3.0 SITE CONDITIONS

4.0 GENERAL REQUIREMENTS

5.0 FIRE MONITORING AND ALARM PANELS

6.0 AUTOMATIC FIRE DETECTORS AND ACCESSORIES

7.0 ADDITIONAL REQUIREMENTS FOR FIRE ALARM SYSTEM TO BE


INSTALLED IN HAZARDOUS AREA

8.0 SPECIFIC REQUIREMENTS FOR CLEAN AGENT / CO2 RELEASE SYSTEM

9.0 ENGINEERING REQUIREMENTS

10.0 TESTING AND ACCEPTANCE

11.0 PACKING AND DESPATCH


1.0 SCOPE

1.1 This specification covers the design, engineering, manufacture, testing,


packing and supply of automatic and manual Fire Alarm System
incorporating manual call points (break glass boxes), automatic detectors,
release and inhibit switches for fire suppressant clean agent, data
gathering, fire alarm and central fire alarm panels, conventional or
computer aided (microprocessor based) mimic panels and associated
equipments as specified hereunder and in data sheets / drawings.

2.0 CODES AND STANDARDS

2.1 The fire alarm system and the components used shall confirm to the
latest edition of the following and also the other Indian and international
Standards as applicable.

2.1.1 IS-5 Colours for ready mixed paints and enamels

2.1.2 IS-513 Specification for cold rolled low carbon steel sheets and
trips.

2.1.3 IS-2175 Specification for heat sensitive fire detectors for use in
automatic fire alarm system.

2.1.4 IS-2189 Code of practice for selection, installation and


maintenance of automatic fire detection and alarm
system.

2.1.5 IS-3700 Essential ratings and characteristics of semiconducting


devices.

2.1.6 IS-3826 Part-I Connectors for frequencies below 3 Mhz General


requirements and tests.

2.1.7 IS-5469 Code of practice for the use of semi-conductor junction


devices

2.1.8 IS-5780 Intrinsically safe electrical apparatus and circuits

2.1.9 IS-11360 Specification for smoke detectors for use in automatic


electrical fire alarm system.

2.1.10 BS-5839 Specification for manual call points


Part-2

2.1.11 NFPA 72 National Fire Protection Association

TS – FA - 1
2.1.12 LPC Loss Prevention Council Recommendation

2.2 Wherever the requirements of this specification are in conflict with any of
the standards mentioned above, the requirements of this specification
shall be binding.

2.3 In addition to the above, all equipment shall confirm to the provisions of
Indian Electricity rules, Tariff Advisory Committee and other statutory
regulations in force from time to time.

3.0 SITE CONDITIONS

3.1 All the equipments shall be suitable for the site conditions specified in the
enquiry document / data sheets. If not specifically mentioned therein, a
design ambient of 40`C and an altitude not exceeding 1000m above
mean sea level shall be considered with a minimum temperature of 10`C
for battery sizing.

4.0 GENERAL REQUIREMENTS

4.1 Unless otherwise specified in the enquiry documents, all the equipments
shall be suitable for installation in safe, non-hazardous area and shall
sonfirm to the recommendations of Tariff Advisory Committee.

Equipments to be located in hazardous areas shall have certification for


use in such areas by the recognised testing and certification authorities,
such as ‘CMRI’, Dhanbad, BASEEFA (UK), UL (USA) etc., or the relevant
authorities of the country of origin. Equipment for hazardous areas shall
be approved by CCE / DGMS / DGFASLI, as applicable, and all indigenous
flameproof equipment shall be covered under a valid BIS licence.

4.2 Power Supply

The Fire Alarm System shall be suitable to receive the power supply as
given below:

a) Voltage : 110V / 240V ± 6% (field selectable),


b) Frequency : 50Hz ± 3%, 1 phase

Further distribution shall be vendor’s responsibility. Any voltage, other than


the above shall be internally derived by the vendor within the system.

4.1.2 The battery back-up shall be capable of maintaining the system in normal
operation for a period of not less than 48 hours after the failure of normal

TS – FA - 2
mains supply, after which sufficient capacity shall remain to provide full
load operation for at least 30 minutes.

The full load shall be considered as the load caused by the operation of all
alarm sounders operating simultaneously, operation of detectors in at least
25 percent of the zones and the operation of fault indicators.

The switch over from mains to batteries shall be automatic, in the event of
a mains failure.

Ni-Cd / Lead Acid / Sealed maintenance free batteries, as specified in data


sheets and suitable battery charger chall be provided for each system.

5.0 FIRE MONITORING AND ALARM PANEL

5.1 Fire sensed by the field equipments shall be monitored by Fire Alarm
Panels located in plant control rooms. Fire Alarm panels can be either
conventional type using digital electronic techniques or computer aided
microprocessor based analogue addressable type, as specified in the
enquiry documents / data sheets.

5.1.1 The conventional system shall generally comprise of the following


equipments used in conjunction with conventional automatic fire alarm
detectors and manual call points. Exact requirements shall be specified in
enquiry documents data sheets.

a) Central Fire Alarm Panel with Mimic


b) Zonal Fire Alarm Panel
c) Repeat Alarm Panel / Annunciation Panel

5.1.2 Microprocessor based system shall generally comprise of the following


equipments used in conjunction with analogue addressable automatic fire
alarm detectors and manual call points. Exact requirements shall be
specified in enquiry documents / data sheets.

a) Central Fire Alarm Panel / Central Processing Unit


b) Data Gathering cum Fire Alarm Panel (DGFAP)
c) Repeat Alarm Panel

5.2.2 Conventional Fire Alarm System

5.2.1 Central Fire Alarm Panel

5.2.1.1 Central fire alarm panel shall gather information from various Zonal Alarm
panels regarding the status of activation of detectors / manual call points
etc. on an overall basis.

5.2.1.2 Central fire alarm panel shall house starter control(s) for siren(s), in order
to generate an alarm audible in the entire plant in the event of fire.

TS – FA - 3
5.2.1.3 If specified in the enquiry document / data sheets, the central fire alarm
panel shall have provision for signals, alarms etc. as specified under
clauses 5.2.5.1.

5.2.4 A mimic, unless otherwise specified in the enquiry document shall form an
integral part of the central fire alarm panel and shall be located at the top
of the panel. If separate, mimic panel shall either be wall mounting or
free standing floor mounted type. Two nos. LEDs shall be provided for
each zone on mimic panel. It shall derive the power supply from Fire
Alarm panel. Mimic panel shall be illuminated through potential free
contacts available in fire alarm panel.

LEDs on the mimic panel shall be arranged on a graphic mimic of the


plant/area covered by the mimic panel. The LEDs shall be arranged on
the basis of zones, unit wise, building wise, detector / manual call point
wise or a combination of the above as described in the enquiry
document/data sheets.

5.2.2 Circuit Description and Operational Requirements

5.2.2.1 The system shall be modular in construction to facilitate future


extension/modification and shall include fire monitoring PCB, output
relays, annunciatiors, indicating lamps, switches, push buttons etc.

5.2.2.2 Static components shall be mounted on plug-in type printed circuit boards
(PCBs). PCBs for identical logic circuits shall be interchangeable.
Connections to and from the PCBs shall be taken through gold plated
edge connectors only. Plug and sockets of heavy duty type shall be used
for PCBs. Card edge connecting pins shall not be acceptable. PCBs shall
be coated with the antifungus chemicals on both sides and shall be
suitable for tropical climate.

5.2.2.3 “Fail Safe” feature to signal the failure in the circuitry shall be
incorporated in the logic circuit and operation of the alarm system shall
be on opening normally closed field contact.

5.2.2.4 Test facility through common “Test” push button shall be provided for
complete functional test of each group of logic circuits, audio and visual
flasher circuit, lamps etc.

5.2.2.5 The annunciation circuit design shall ensure that momentary short circuit
in the lamp circuit does not adversely affect the performance of the
system. Visual and audible alarm circuits shall be independent i.e. the
failure of one will not affect the other.

5.2.2.6 The circuit shall be so designed that silencing of the current alarm by
ACCEPT push button shall not prevent initiation of fire alarm in case of
subsequent ‘FIRE’ signal received from any other location.

5.2.2.7 The field contact wiring will be carried out by using multicore, copper
conductor, PVC insulated and armoured cable which may be running close

TS – FA - 4
to power cables. Hence the logic circuitry shall be designed with
sufficiently high signal-to noise ration to avoid spurious actuation due to
noise induced in the field wiring because of proximity with power cables.
Adequate noise filters and time delay shall be incorporated at the input
stages to reduce the effect of the noise.

5.2.2.8 A minimum of two lamps shall be provided in parallel for each fire loop to
increase the reliability of the visual alarm.

5.2.2.9 Fire alarm loop card shall be capable to receive the signal from break
glass box, Heat, UV, IR, ionisation, optical type detector, heat sensing
cable, linear beam detector and any combination thereof.

5.2.2.10 Whenever the fire is detected in any zone, both audible and visual
(flashing) alarm shall be raised in the fire alarm panel indicating the
corresponding location of fire zone. On pressing the ‘ACCEPT’ push
button, the audible alarm shall stop and the lamp shall glow steadily. The
panel shall be brought to normal condition by pressing ‘RESET’ push
button (only after the field conditions are normalised). It shall be possible
to manually initiate the audio alarm in addition to automatic operation.

If specified in the material requisition / data sheet, the system shall be


provided with a siren to be located at a suitable location in the plant. The
controls for the siren shall form an integral part of the Fire Alarm Panel.
The starter for the siren shall be direct-on-line type, weather proof shall
be in an IP-55 enclosure, suitable for outdoor installation. The enclosure
shall be epoxy painted fire red, to shade 536 of IS-5.

5.2.3 Zonal Fire Alarm Panel

5.2.3.1 Zonal Fire Alarm Panel shall gather information from various detectors /
manual call points connected to its loop. It shall monitor the status of
detectors, cable faults etc.

Zonal Fire Alarm Panel shall have provision to annunciate the fire/fault
signals received from the detector/manual call points connected to its
loops. LEDs shall be provided for visual annunciation and electronic
hooters as audible alarm.

5.2.3.2 Additionally LEDs shall be provided for power ON, fault, fire, multiple
alarm indication etc. Push buttons shall be provided for alarm accept,
hooter reset, LED test etc. Power ON switch shall be provided.

5.2.3.3 Zonal Fire Alarm Panel shall generate output contacts for signals to repeat
alarm panels, central fire alarm panel etc. It shall generate potential free
contacts for energisation of hooters, exit signs, tripping of owner’s AHU
and pressurisation system etc.

5.2.3.4 If specified in the enquiry document/data sheets, the zonal fire alarm
panel shall have provision for the signals, alarms etc. as specified under
clause 5.2.5.1

TS – FA - 5
5.2.4 Repeat Alarm Panel

5.2.4.1 Repeat alarm panels shall generally be constructed as specified in clause


5.4 and shall be wall mounting type.

Repeat alarm panel shall receive signals from Central Fire Alarm Panel or
Zonal Fire Alarm Panel shall have provision to annunciate the same using
audio-visual annunciation. LEDs shall be provided for visual annunciation
and electronic hooters as audible annunciation. Additionally LEDs shall be
provided for power ON, fault, fire, multiple alarm indication etc. Push
buttons shall be provided for alarm accept and hooter reset, as well as,
for LEDs test. Switch shall be provided for power ON.

5.2.4.2 Repeat alarm panels may either have


a) LEDs arranged in a matrix (rows and columns) along with text
engraved alongside each LED indicating the zone where the fault/fire
has occured.
OR
b) LEDs arranged on a graphic mimic of the zones/areas covered by the
repeat alarm panel.

5.2.4.3 Repeat alarm panels shall derive power from the associated fire alarm
panel.

5.2.5 Alarm, Signal and Control Requirements

5.2.5.1 In addition to the initiation of fire alarm, zonal, central fire alarm panels
shall have the facility for following status signals, status alarms and
shutdown signals if specified in data sheets / drawings.

i. Automatic signal for release of clean agent/CO2 release for protected


area and release alarm in control room.

ii. Selector switches for primary or secondary clean agent/CO2 supply for
each skid / protected area.

iii. Manual push button for discharge of clean agent/CO2 in each


protected area (after alarm and 30 seconds time delay).

iv. Clean agent/CO2 discharge inhibit push button for each protected
area.
v. Deluge valve activation push buttons, deluge valve test push buttons
and deluge valve activated status lamps.

vi. Shutdown signals to various air handling units relative to the zone of
fire.

vii. Fire water pumps running indications.

viii. Fire water pumps start push buttons.

ix. Controls of sirens.

TS – FA - 6
x. Repeat alarm signal to various control rooms.

xi. Repeat alarm signal to mimic panel.

xii. Repeat alarm signal to repeat alarm panel.

xiii. Status of Battery Conditions.

5.3 Computer Aided Fire Alarm System

The microprocessor based analogue addressable fire detection and alarm


system shall be computer aided utilising distributed processing
techniques. The system shall include the following as a minimum.

5.3.1 Central Fire Alarm Panel (CFAP)

5.3.1.1 The CFAP or central processing unit shall be a special purpose


microprocessor operating under software program which shall provide
central control and monitoring functions of the entire fire alarm system.

5.3.1.2 CFAP shall communicate with various Input / output devices, DGFAPs,
repeat alarm panels, I/O multiplexer, mimic panels, industrial grade PCs,
Visual Display Units (VDU), key boards, printers etc. located at central /
various locations in the plant.

5.3.1.3 CFAP shall have the facility to scan the data received from the DGFAPs
and shall send necessary information to the respective DGFAPs, repeat
alarm panels, VDUs etc. through bi-directional communication network.

5.3.1.4 CFAP shall be modular in design and shall contain 100% redundant
microprocessor based master unit, processing units, signalling module
and power suppl unit. The CFAP shall serve as an interface and controller
for connected PCs having graphics/text facility, located at central location
and DGFAP panel(s) distributed in various control rooms.

5.3.1.5 CFAP shall be designed specifically for fire alarm and protection system
applications and shall provide status, alarm, shutdown signals in
predefined manners, initiate alarms, synchronise all activities, provide
repeat alarms and other signals as specified.

5.3.1.6 The CFAP shall have non-volatile memory for reliability and shall permit
reprogramming by authorised personnel.

TS – FA - 7
5.3.1.7 The CFAP shall provide various event initiated programmes (EIP). EIP
shall be initiatred by any of the following user defined parameters; day,
time, alarm, return to normal, change of status and hardware failure.

The system shall provide multi levels of command priority to assure that
high level commands are not overriden by lower level commands.

5.3.1.8 CFAP shall have the facility to display the affected area on the VDU and
provide the instructions to suppress the cause. High resolution graphic
software shall be provided for display. The graphics shall have many
layers of penetration. The VDU shall either be touc screen type or menu
driven using mouse/keyboard. However, instead of graphic display, VDU
with only text display shall be provided, if specified in the data sheets.

5.3.1.9 Unless otherwise specified in the data sheet CFAP shall be designed to
provide multicolour display on the VDU.

5.3.1.10 Suitable communication interface cards shall be provided in CFAP to


interface with DGFAPs, repeat alarm panels etc.

5.3.1.11 PC shall be with a pentium or higher processor with a minimum 100MHZ


clock rate, with 8GB hard disk, 3.5” floppy drive, CD drive, 512MB RAM,
64 KB cache memory, serial and parallel ports suitable for the devices
connected. PC shall be complete with 101 key key-board with English
language characters, 17” colour monitor with SVGA compatibility, non-
glare screen with front mounted power switch, brightness/contrast
control, horizontal/vertical position and size control etc. The monitor shall
be on a swivel base.

5.3.1.12 Monitor screen shall have dedicated areas for the following functions:

- Alarms and returns to normal


- Menus, commands, reports and programming
- Time, day and date

5.3.1.13 Alarms and all other changes of status shall be displayed on the screen
area reserved for this information. The following information shall be
provided as a minimum:

- Condition of detector (Alarm / Trouble)


- Type of detector
- Location of detector and numerical system address
- Emergency instructions.

TS – FA - 8
On receipt of alarm, an audible alarm shall sound and the condition and
detector type shall flash until acknowledged by the operator. Return to
normal shall also be annunciated and shall require operator
acknowledgement.

5.3.1.14 The system shall have multiple levels of priority for displaying alarms.
Should multiple alarms occur, the first received, highest priority alarm
shall be displayed on the screen until acknowledged by the operator.
Then the next highest priority alarm shall be displayed until acknowledged
etc. Should a higher priority alarm occur, the higher priority alarm shall
replace the lower priority alarm on the screen and the lower priority alarm
shall be retained in memory and re-displayed after the higher priority
alarm is acknowledged.

5.3.1.15 The system shall provide sufficient memory so that no alarm shall be lost.
A message highlighted in reverse video, shall advise the operator when
other unacknowledged alarms are present in the system.

5.3.1.16 The VDU keyboard shall use function keys with English descriptions to
initiate all system functions. Typing abbreviations or using unlabeled or
numerical function buttons is unacceptable. When a function key is
pressed, the monitor shall lead the operator through the function by
asking him to choose one of several clearly defined options (menu
penetration). When a specific detector must be addressed, a distinct
numerical keypad shall be used to speedup and simplify the operation. On
command from the operator, system reports either shall be displayed on
the VDU screen or output on the printer, as desired by the operator.

5.3.1.17 Multiple levels of access to the system shall be provided for operators and
supervisors via user defined passwords. The following functions shall be
provided for each levels:

a) Operator level access functions


- Display system directory, definable by detector type
- Display status of an individual detector
- Manual command (alarm with an associated command i.e. secure /
accesses / alarm – shall use the same system address for both
functions)
- Report generation, definable by detector type. Reports shall be output
on either the monitor or printer, as desired by the operator.

b) Supervisor Level Access Functions

TS – FA - 9
- Reset time and date
- Holiday scheduling
- Enable / disable event initiated programmes, printouts, initiators.
- Enable / disable individual hardware points and system components.

5.3.1.18 Printer used in the system shall provide real time records of the system
events and provide system reports on demand.

5.3.1.19 Printer shall be microprocessor controlled, high speed, read only (RO)
type.

5.3.1.20 The system printer (PTR) shall be a letter quality dot-matrix printer, 132
character wide and shall have a 96 character set. The printer shall have a
microprocessor controlled bi-directional logic seeking head. The printing
speed shall not be less than 300 cps in draft mode.

5.3.1.21 The printer shall automatically record in English all alrams, troubles,
acknowledgements, return to normal, manual commands, plus those
automatic commands selected by the user.

5.3.1.22 Alarms shall be highlighted differently than other traffic and shall be
recorded in English, including type, location, time, date and numerical
address of alarm detector. Multiple alarms shall be recorded in the order
received, regardless of alarm priority. If an alarm is received during the
preparation of reports, the printer shall interrupt the report to record the
alarm and afterwards resume the report automatically.

5.3.1.23 Automatic (EIP) commands shall be recorded automatically. All changes


to system programming shall be recorded automatically.

5.3.1.24 Printer shall use fanfold paper and shall accomodate an original and two
copies. Paper shall be tractor fed. Each page shall be automatically timed,
dated and page numbered to detect unauthorised removal.

5.3.1.25 Printer shall be desk top unit and shall be styled to match the VDU.

5.3.1.26 The printer shall have an indicator to alert the operator that pape has run
out.

5.3.1.27 The printer shall have a self test feature to verify printer operability even
when off line.

TS – FA - 10
5.3.1.28 To achieve 100% redundancy, 2PCs, VDUs, keyboards and printers shall
be provided for communication with the 100% redundant central
processing unit of the CFAP, if specified in the material requisition / data
sheets.

5.3.1.29 The central processing unit, along with PCs and their peripherals shall be
housed in a console type enclosure made out of minimum 16 guage CRCA
sheets..

5.3.1.30 All cabling between the central processing unit, PCs and their peripherals
shall be in the vendor’s scope. Arrangements shall be made within the
console enclosure for distribution of power supply to various equipments.

5.3.2 Data Gathering Cum Fire Alarm Panel (DGFAP)

5.3.2.1 The DGFAP shall act as a control and interface point between
manual/automatic fire detectors and the CFAP.

The DGFAP shall be UL listed and FM approved, suitable for application in


fire detection and alarm systems. Approvals from agencies other than
UL/FM shall be subject to MECON review.
5.3.2.2 All manual/automatic fire detectors shall be connected to DGFAP. Input
signals shall be processed by the DGFAP. It shall also have the facility to
control all the input data received from different field devices. Field
devices can be automatic fire detectors, break glass boxes, switches and
process parameters.

5.3.2.3 The DGFAP shall have its own microprocessor and non-volatile memory.

5.3.2.4 The DGFAP shall have the facility to transfer all data to CFAP. It shall be
possible to re-programme the operations at site. The DGFAP shall have
the capability of stand alone operation in case of communication failure
with the CFAP/other DGFAPs.

5.3.2.5 The DGFAP shall have at least the following facilities:

- External power supply with standby backup (Integral charger and


battery may be accepted in case SMF batteries are specified in data
sheets).
- Alarm and trouble / fault indications, through 2x40 character
fluorescent alphanumeric display.
- Self diagnostic facility.

TS – FA - 11
- Interface for data communication to other DGFAPs, CFAP, remote text
or graphics displays, repeat alarm panels etc.
- Detector or loop disablement and restoration.
- Message, data storage in non-volatile memory.
- Change/examination of sensitivity of various detectors.
- Hooter with reset facility
- Battery low indication
- Hardwired potential free contacts for shutdown signals etc. as defined
in clause 5.2.5.1

5.3.2.6 Simultaneous display of Fire and Fault indication on DGFAP shall be


provided on the alpha-numeric display (LED type) with the action
message that is to be taken by the operator.

5.3.2.7 All the data gathering panels shall have alarm verification capability.

5.3.2.8 DGFAP shall have repeating facility to remote area. Necessary hardware /
software shall be provided for thsi purpose.

5.3.2.9 DGFAP shall provide indications for communication with the CFAP, as well
as, alarm and trouble conditions in the sensor loops.

5.3.3 Repeat Alarm Panels

5.3.3.1 Repaet alarm panels shall be fabricated out of 16 gauge CRCA sheets.
The panels shall have IP-41 enclosure protection as a minimum. The
repeat alarm panel shall be suitable for wall mounting. Cable entry
provision shall be from bottom by means of cable glands. The panels shall
be epoxy painted fire red to shade 536 of IS-5.

5.3.3.2 Repeat alarm panel shall be capable to receive signals from either the
CFAP or the DGFAP and shall have provision to annunciate the same using
audio-visual annunciation.

5.3.3.3 Visual annunciation shall be by means of 2x40 character fluorescent


display on the panel front. The display shall indicate the detector address,
its location, action to be taken in case of fire etc. The display shall
indicate the instances of fire and fault.

5.3.3.4 Electronic hooters shall be provided for audible annunciation.

5.3.3.5 Additionally LEDs shall be provided for power ON, fault, fire, multiple
alarm indication etc. Push buttons shall be provided for alarm accept and

TS – FA - 12
hooter reset, as well as, for LED test. Switch shall be provided for power
ON.

5.3.3.6 Repeat alarm panel shall derive power from the associated fire alarm
panel.

5.3.4 Data Highway

5.3.4.1 Communication betwen CFAP, DGFAPs, repeater panels etc. shall be


realised by means of data highway. Unless specified otherwise, data
highway shall consist of 1.5mm2 copper conductor, twisted pair, PVC
insulated, PVC inner sheathed, overall screened and overall PVC sheathed
cables. Data highway cables shall be 100% redundant, to ensure
reliability of communication.

Wherever required, due to cable capacitance limitation, modems shall be


employed for data highway communication. In such cases, modems shall
be powered as well as located in the respective DGFAPS or CFAP.

5.3.4.2 Alternately, optical fibre cables, may be used as data highway. The fibres
shall be as per latest CCITT recommendation for single mode optical
fibres and shall be laid in slots/tubes filled-up with moisture resistant jelly.
Polymer coated aluminium tape around the cable core shall provide a
moisture barrier. Optical fibre cables shall have an inner polyethylene
sheath with corrugated steel tape armouring and a polyethylene outer
sheath.

5.4 Panel Construction(Central Fire Alarm Panel, Zonal Fire Alarm


Panel, Data Gathering cum Fire Alarm Panel, Repeat Alarm Panel
etc.)

5.4.1 Panel(s) shall be free standing/wall mounting type, made out of minimum
16 gauge CRCA sheets. Doors and covers shall be made out of 14 gauge
CRCA sheets. The panel shall be naturally ventilated totally enclosed dust
and verminproof with IP-41 enclosure as a minimum. The construction of
the panel enclosure shall be designed to allow for at least 10% expansion
for future additions without involving any major modifications in the
system. In general, these panels, shall generate/receive/display the
required signals for Fire Alarm and Suppression systems.

5.4.2 Equipment Mounting

TS – FA - 13
5.4.2.1 All apparatus, instruments and alarm facias mounted on the panel front
shall be flush mounted type. The panel wiring shall not be terminated
directly on the base connector of PCBs. It shall either be terminated
through a separate terminal block or multipin connectors. Routine
calibration and adjustments shall be accessible from the front of the panel
without having to remove any wiring or causing loss of the panel function.
In addition, total removal of the instrument(s) and replacement with a
spare shall be possible from the front of the panel.

5.4.2.2 All annunciator components except the alarm horn and auxiliary contact
relays (if used) shall be mounted integrally in a protective enclosure.
Sufficient spare terminals shall be provided to accommodate all spare /
future alarm points in the display. Access shall be provided to permit
checking and / or changing the wiring at these terminal strips.

5.4.2.3 Lamps shall be capable for removal and replacement from the panel front
via individual snap out windows or a swing out hinged door on which all
windows are mounted.

5.4.2.4 There shall be separate hooters for faults/ malfunction and fire alarm
having distinct audible tones.

5.4.2.5 Fluroscent lamp(s) shall be installed within the panel to provide adequate
lighting for maintenance of equipments. Door interlock switch shall be
provided for this purpose.

5.4.2.6 Cable entry shall be from bottom unless otherwise specified in the enquiry
document / data sheet. A terminal strip shall be provided for incoming /
outgoing cables. Supporting facilities shall be provided for clamping the
cables.

5.4.3 Wiring and Terminals

5.4.3.1 Wiring within the panel shall be in slotted plastic raceways enclosed with
cover. Interconnecting wiring shall be done with 1 sq. mm. Cross-section,
copper conductor, PVC insulated, 660V wires. Power circuit wiring shall be
with minimum 2.5 sq.mm. cross section, copper conductor. Panels shall
be supplied completely pre-wired including spare points of modules /
controllers etc. so that only field termination is required before
energisation.

5.4.3.2 Cables shall be terminated on terminal blocks. Clamp type terminals shall
be of spring-loaded, stacking type, mounted on rails. Terminals shall be

TS – FA - 14
sized to accept as a minimum 2.5 sq.mm. cross section conductors. Not
more than one conductor shall be terminated on the outgoing side of
each terminal. At least 20% spare terminals shall be provided in each
panel.

5.4.3.3 Suitably sized terminals shall be provided for terminating main power
supply cables.

5.4.4 Cable Glands

5.4.4.1 All the cable glands for outdoor application shall be weatherproof, nickel
plated brass and double compression type, whereas those for indoor
application shall be single compression type.

5.4.4.2 Cable glands for hazardous area equipment shall be flameproof,


weatherproof and nickel plated brass double compression type.

5.4.5 Earthing

5.4.5.1 A common earth bar of minimum 25 x 3 mm copper or equivalent


aluminium shall be provided throughout the length of the panel. All non
current carrying metallic parts of the panel mounted equipment shall be
earthed. All doors and movable parts shall be connected to the earth bus
by flexible jumpers. 2Nos. earth lugs shall be provided outside the panel.

5.4.6 Name Plates

5.4.6.1 All name plates for panel shall be engraved out of 3 ply (black-white-
black) lamicoid sheets or anodised aluminium. Back engraved perspex
sheet nameplates will also be acceptable. Engraving shall be done with
square groove cutters. Hard paper or self-adhesive plastic tape
nameplates will not be acceptable.

5.4.6.2 All panels mounted equipments (e.g. lamps, push buttons, switches PCBs
etc.) shall be provided with suitable nameplates.

5.4.6.3 Labels shall be provided for every component on the cards, connecting
wires as well as for the terminals in the terminal strip inside the panel.

5.4.6.4 Special warning plates shall be provided on all removable covers or doors
giving access to energised metallic parts above 24 volts.

5.4.7 Painting

TS – FA - 15
5.4.7.1 All metal surfaces shall be thoroughly cleaned and degreased to remove
mill scale, rust, grease and dirt. Fabricated structures shall be pickled and
then rinsed to remove any trace of acid. The under surface shall be
prepared by applying a coat of phosphate paint and a coat of yellow zinc
chromate primer. The undersurface shall be made free from all
imperfection before undertaking the finishing coat.

5.4.7.2 After preparation of the undersurface, the panel shall be epoxy painted
with two coats of final paint. Alternatively the panels may be powder
coated. The colour shade of final paint shall be as specified in the data
sheet. If not specified therein, the final paint shall be fire red, shade 536
of IS-5. The finished panels shall be dried in stoving oven in dust free
atmosphere. Panel finish shall be free from imperfections like pin holes,
orange peels, run-off paint etc.

All unpainted steel parts shall be cadmium plated or suitably treated to


prevent rust-corrosion. Moving elements shall be greased.

6.0 AUTOMATIC FIRE DETECTORS AND ACCESSORIES

6.1 General Specifications

6.1.1 All the detectors shall be plug-in type and shall have twist lock action
fitting. An LED shall be incorporated which shall normally flicker indicating
alertness and should turn steady when a fire is sensed, enabling
immediate identification of the affected detector.

6.1.2 The mounting base of all type of detectors shall be identical. It should be
possible to plug-in any type of detector at any location without changing
the base and without distributing the external wiring. The detector
housing shall be damage resistant made of polycarbonate or aluminium
with plug-in housing base of universal type suitable for either surface or
recess mounting. Junction boxes for detector mounting shall be complete
with terminal block, etc. Additional terminals shall be provided to fit end
of line resistance, wherever applicable.

6.1.3 The detectors, which employ a Radio Active source shall be such that the
strength of the Radio Active material shall not exceed 1 micro curie.

6.1.4 It shall be possible to install all type of detectors (manual as well as


automatic) in the same fire alarm circuit/loop.

TS – FA - 16
6.1.5 All the detectors shall have inbuilt safety device to monitor the removal
and pilferage of the detector.

6.1.6 All the detectors shall be on the approved list of Loss Prevention Council,
Under Writers Laboratory (USA) / Factory Mutual (USA) / Tariff Advisory
Committee.

6.1.7 All detectors shall be suitable for operation at DC power supply. All
analogue addressable detectors shall be suitable for installation using
fault tolerant wiring (class-A, style-6 wiring as per NFPA). Tapping shall
not be permitted in the case of such wiring.

6.2 All automatic detectors for microprocessor based fire alarm system shall
be anlogue addressable type. The analogue addressable detectors shall
be continuously monitored to measure any change in their sensitivity due
to the environment (dirt, dust, temperature, humidity etc.). These
detectors shall given an advance indication to the panel regarding the
need for maintenance. The analogue reading sent by the detectors shall
be sensed and if there is a rapid increase, an alarm shall be generated.
However, if there is a gradual increase in the analogue reading, a
maintenance alert shall be generated by the DGFAP. It shall be possible to
generate maintenance reports from DGFAP.

6.3 All analogue addressable detectors shall preferably have the facility to set
the addresses from the DGFAP. Alternately dip switches in the detector
base shall be used for setting the detector address.

6.4 Manual call points/break glass boxes for microprocessor based fire alarm
system shall be addressable type. Each device shall have its own address
module which shall send a status signal to the DGFAP regarding its state
of actuation.

6.5 Heat Detectors

6.5.1 Heat detectors shall be of dual thermistor (negative temperature


coefficient resistor)/bimetallic/electro-pneumatic/thermo electric type,
working on the two methods i.e. rate of rise and fixed temperature.
6.5.2 The rate of rise element shall be carefully calibrated to ignore any normal
fluctuation in temperature, but to respond quickly when the temperature
rise is 9`C or more per minute.

TS – FA - 17
6.5.3 The fixed temperature feature should be entirely independent of the rate
of rise element. The operating temperature of fixed temperature element
should be factory set at 57`C ± 5`C.

6.5.4 The detector shall be self restoring type ensuring repeated use and easy
maintenance.

6.6 Ionisation Type Smoke Detector

6.6.1 Smoke detector shall be solid state type, working on ionisation principle
and shall preferably be of dual chamber and dual source type.

6.6.2 The radio active source used in the detector shall not emit beta and gama
rays and the strength of Radio active material shall not be more than 1
micro curie.

6.6.3 The detector shall be able to sense incipient fire by detecting the
presence of visible and invisible products of combustion like wood, paper,
ammonia processing paper, cloth, PVC, bakelite, nylon, foam, acrylic,
thermocole, Photofilm, nylon, polyester, painted sheets, Teflon, leather
etc.

6.6.4 The sensitivity of the detector shall not vary with change in ambient
temperature, humidity, pressure or permissible voltage variation. Its
performance shall not be affected by an air current of 5 meter per
second. It shall have an inbuilt arrangement such that puffs of smoke or
hot air pockets do not inadvertently trigger the alarm. The detector shall
be protected against dust accumulation / ingress. It shall have insect
resistant screen to prevent nuisance alarms. All detectors shall be
identical in construction, design and characteristics to facilitate easy
replacement.

6.7 Photo Electric / Optical Type Smoke Detector

6.7.1 Photo electric/optical type smoke detectors shall work on the principle of
light scattering, utilising a light emitting diode. The sensitivity of the
detector shall be preset by the supplier to suit the site conditions.

6.8 UV Flame Detector

6.8.1 UV flame detectors shall work on the principle of a vacuum photodiode


tube to detect the UV radiation that is produced by a flame.

TS – FA - 18
6.8.2 UV flame detectors shall react to ultraviolet rays of a flame. The detector
shall not be actuated by artificial lights, sunlight incident through a
window pane. False alarm check circuit shall be incorporated to prevent
false due to intermittent flash or lightning.

6.9 IR Detectors

6.9.1 IR detectors shall work on the principle of a single wavelength infrared


flame detector using one of several different photocell types to detect the
infrared emissions in a single wave length band that are produced by a
flame.

6.9.2 IR detectors shall react to the infrared rays of a flame. It should be


sensitive enough to detect smoky fires in which flame is hardly
recognisable. The detector should not react to extremely glaring artificial
light or direct sunlight. The detector shall be completely solid state type.

6.10 Linear Beam Detector

6.10.1 The linear beam detector shall work on the principle of obscuration of
infrared light beam by particles of smoke. The sensitivity shall be such as
to enable operation at 30% to 50% obscuration.

6.10.2 Linear beam detector shall consist of separate transmitter and receiver.
Linear beam detector shall be suitable for application in high roofed
locations such as ware houses etc. The detector shall preferably be
powered from the loop signal itself. However if external power supply is
required the same shall be explicitly stated by the vendor and the supply
shall be supplied from source with battery back-up as specified in clause
4.1.2.

6.11 Heat Sensing Cables

6.11.1 Heat sensing cable shall be analogue type. It shall consist of four copper
conductors, each covered with a colour coded, negative temperature co-
efficient material. The cores shall be twisted together and protected by an
outer sheath of high temperature flame retardent PVC insulation. External
mechanical protection shall be provided over the sensor cables. Vendor
shall provide control unit for each 10 mtr. Length of the sensor cable.

6.12 Manual Break Glass Boxes

TS – FA - 19
6.12.1 The break glass box shall be fabricated out of 14 gauge cold rolled sheet
steel. Alternately the break glass box may be made of die cast aluminium
alloy such as LM6. It shall have IP-55 enclosure and weatherproof
construction suitable for outdoor installation. The break glass box shall
have a minimum dimension of 100x100x80mm.

6.12.2 The box shall be fabricated in such a way so that it can be mounted, flush
to the wall or on the surface without any modification. Two nos. 19mm
knock outs shall be provided at the bottom of the box to facilitate the
cable/conduit entry. The glass shall cover at least 30cm2 area and shall
have a thickness not exceeding 2mm.

6.12.3 The break glass box shall have a push button element kept in pressed
condition by a glass sheet fitted in the front of the box.

6.12.4 The break glass box enclosure shall be painted with fire red colour (shade
536 of IS-5) epoxy painting and an inscription “Break Glass in Case of
Fire”, shall be painted in white letters or rivetted on the enclosure by a
steel nameplate. A suitable nickel plated brass hammer, duly chained to
the box with stainless steel chain shall be provided with each box for
breaking the glass. Each box shall have a distinct identification number
boldly painted on it.

6.12.5 If specified in the enquiry documents / data sheets, the break glass box
shall have a suitably wired telephone hand set to facilitate communication
between the break glass box and the central annunciation panel. In such
a case the telephone hand set mounted on hook switch shall be provided
in a separate lockable weather proof enclosure.

6.13 Response Indicator

6.13.1 If specified in the nquiry documents/data sheets, response indicators shall


be provided in a weatherproof box which shall be suitable for wall
mounting. The response indicators shall be connected to the detectors
directly and shall be complete with terminal blocks suitable to accept
cables with upto 2.5 sq.mm. copper conductor. In the normal state of
detector, the LED shall flicker, but in the event the detector goes into
alarm condition, the LED shall glow steadily. LEDs shall be red in colour
with 5mm dia as a minimum.

6.13.2 Response indicators shall be employed only in case of non-addressable


systems.

TS – FA - 20
6.14 Exit Signs

6.14.1 Exit signs shall be fabricated out of 16 gauge cold rolled sheet steel. This
shall be suitable for wall mounting or hanging from ceiling.

6.14.2 Fire Exit / No Fire Exit shall be displayed on opposite of the exit sign by
means of 5mm dia. Red LEDs or back-lit text. It shall derive power from
data gathering cum fire alarm panel and shall operate on DC power
supply.

6.15 Hooters

6.15.1 The unit shall consist of solid state circuitry on a printed circuit board, a
loudspeaker and a flashing lamp housed in a weatherproof dust tight, wall
mounting type enclosure. The hooters shall, at least, have 102db(A)
output measured at 1 meter distance. The nit shall derive power from the
fire alarm panel and operate on DC power. In the event of fire, the hooter
shall raise pulsating audio alarm and the lamp shall flash.

6.16 Flashing Lights

6.16.1 The unit shall consist of solid state circuitry on a printed circuit board and
a red caped incandescent lamp and audio unit housed in a dust tight, wall
/ ceiling mounting type enclosure. It shall derive power from the data
gathering cum fire alarm panel and operate on DC supply.

6.16.2 Flashing lights shall be installed in the enclosed areas where clean agent /
CO2 is to be dumped. In the event a signal for clean agent / CO2 release is
given, the lamp shall start blinking with a warning sound enabling
operating personnel to evacuate the area. The audio unit (hooter) shall
have 102 db (A) output measured at 1 meter distance.

6.17 Clean Agent / CO2 Release And Inhibit Switches

6.17.1 This unit shall consist of pull type release and inhibit switches clean agent
/ CO2 . The unit shall be fabricated out of 18 gauge cold rolled sheet
suitable for wall mounting. Switches shall be pulled to release or inhibit
clean agent / CO2 .
Release switches shall have inscription:
“PULL TO RELEASE CLEAN AGENT / CO2 “
And inhibit switches shall have inscription:
“PULL TO RELEASE CLEAN AGENT / CO2 “

TS – FA - 21
6.18 Zener Barrier

6.18.1 Zener barriers, located necessarily in unclassified/non hazardous areas,


may be employed for wiring detectors/break glass boxes installed in
hazardous areas. These shall render the circuit beyond the zener barrier
intrinsically safe.

6.18.2 Not more than 10 detectors shall be connected to one zener barrier.
Zener barriers may be located either in the Zonal panel or DGFAP, if
permitted by geographic proximity of detectors and zonal panel or DGFAP
or may be located close to the detectors / manual call points.

6.18.3 Wherever zener barriers are provided, in safe area outside the zonal panel
or DGFAP, they shall be housed in their own enclosure and shall be dust
and vermin proof, weatherproof with IP-55 degree of protection as a
minimum.

6.19 Short Circuit Isolator/Fault Isolator

6.19.1 Short circuit isolator/Fault isolator shall be installed, if specified in the


enquiry document/data sheets.

Fault isolator shall be designed to provide short circuit protection to an


analogue addressable detector loop. It shall be possible to wire the fault
isolator at any point in the detector loop.

6.19.2 On occurrence of a fault (short circuit), the isolator shall cut power to all
devices installed beyond the isolator in the loop.

6.19.3 The fault isolator shall have the capability to continuously check the
faulted side of the loop to determine if the fault still exists. On
rectification of the fault, the isolator shall automatically reset itself.

6.19.4 In case the fault isolator nearest to the fault does not activate first, the
isolator shall query other isolators nearest to the short circuit and then
de-activate/restore itself. The restoration shall continue along the loop
until only the isolator closest to the fault is left activated.

6.19.5 The DGFAP panel shall be capable of accessing detectors/devices installed


outside the zone covered by the fault isolator modules.

6.19.6 Fault isolator modules shall be housed in a dust and vermin proof,
weather proof enclosure, with IP-55 degree of protection as a minimum.

TS – FA - 22
6.20 Sirens

6.20.1 Sirens shall be industrial type with minimum 2.5km unidirectional range
(i.e. 5km diametrical range) against the wind direction.

6.20.2 The decibel level of the siren shall, at least be, 132db(A) at 1 meter, to
meet the audibility requirement for the above range. Unless otherwise
specified, Sirens shall operate at 240V, 3ph. AC. Sirens shall be housed in
weatherproof enclosure and shall be supplied along with direct-on-line
starters. Power supply for sirens shall be derived from a source with
battery back-up as specified in clause 4.1.2.

7.0 ADDITIONAL REQUIREMENTS FOR FIRE ALARM SYSTEM TO BE


INSTALLED IN HAZARDOUS AREA

7.1 In general the CFAP, DGFAPs, Zonal fire alarm panels, mimic panels and
repeat alarm panels shall be located in control room environment which is
non-hazardous. However, if specified in the enquiry document/data
sheets, the enclosure for the detectors, panels and other equipment shall
have flameproof construction, conforming to IS-2148 and shall be suitable
for installation in hazardous areas classified as Zone-1 and/or Zone-2,
with gas group IIB or as specified in the material requisition/data sheet.
All equipment for hazardous area installation shall be complete with cable
glands as specified in clause 5.4.4.2.

7.2 Equipments which can not have flameproof construction shall be


intrinsically safe in design and Zener barriers shall be provided to restrict
the energy levels.

7.3 For analogue addressable fire alarm systems, manual call points, address
interface units, automatic detectors etc. which are to be installed in
hazardous area shall preferably have flame proof construction to permit
the use of class-A, style-6 fault tolerant wiring as per NFPA-72, without
employing T-tapping. As an alternative,intrinsically safe address interface
units, automatic detectors etc. may be permitted provided they are wired
beyond zener barriers, located in non-hazardous area. Fire Alarm Circuit
beyond zener barrier shall be “intrinsixcally safe” type confirming to IS-
5780.

7.4 For conventional fire alarm systems, manual call points, automatic
detectors etc. which are to be installed in hazardous area shall preferably
have flameproof construction. As an alternative, intrinsically safe

TS – FA - 23
automatic detectors may be permitted provided they are wired beyond
zener barriers, located in non-hazardous area and meet the requirements
of IS-5780.

7.5 Manual call points shall, however, be in flameproof construction only for
either of the above fire alarm systems.

8.0 SPECIFIC REQUIREMENTS FOR INTERFACE WITH CLEAN AGENT


/ CO2 RELEASE SYSTEM

8.1 In the case of conventional fire alarm system, clean agent / CO2 dumping
area shall be divided at least into two zones for fire detection purposes.
The detectors shall be installed in cross zoning manner. Signals for clean
agent / CO2 release shall be sent only when at least two zones have
detected the fire. The blinking lights shall operate in the affected area.
Two type of detectors in cross zones shall be provided in each dumping
area.

On detection of fire (Min. two detectors), a signal from zonal Fire Alarm
Panel shall be generated which shall open the valves for dumping clean
agent / CO2 .

8.2 In the case of analogue addressable fire alarm system, cross-zoning may
not be necessary as the system shall be deemed to be capable of filtering
out false alarms due to dust, dirt and other atmospheric changes. Signals
for clean agent / CO2 release shall be initiated on receipt of fire alarm
from any detector in the protected area. The blinking lights shall operate
in the affected area.

8.3 Clean agent / CO2 can be released or inhibited by the “Clean Agent/ CO2 ”
release and inhibit switch located outside the protected area or from the
fire alarm panel. The contact for clean agent / CO2 release alarm shall be
taken from the pressure switch provided in the clean agent / CO2
manifold. Provision in F.A. panel shall be kept to wire pressure switch
contacts.

9.0 ENGINEERING REQUIREMENTS

9.1 The vendor shall perform basic and detailed engineering activities, unless
specified otherwise in the material requisition/data sheets.

9.1.1 Conventional Fire Alarm System

TS – FA - 24
9.1.1.1 For conventional fire alarm systems basic engineering shall include the
development of block-diagram furnished by MECON/Owner.

9.1.1.2 The detailed engineering shall broadly include the preparation of


MCP/detector layout drawings, based on MECON/Owner’s building / plant
layout drawings. Preparation of cable schedules, interconnection
drawings, equipment installation drawings, sizing of various equipment
such as batteries, battery chargers etc. preparation of G.A. drawings of
various equipment.

9.1.2 Analogue Addressable Fire Alarm System

9.1.2.1 For microprocessor based analogue addressable fire alarm systems basic
engineering shall include the development of block-diagram, finalising the
requirement of maximum permissible lengths for data highway/detector
loops, configuring the central fire alarm panel requirements etc.

9.1.2.2 The detailed engineering shall broadly include the preparation of


MCP/detector laout drawings, based on MECON/Owner’s building/plant
layout drawings. Preparation of cable schedules, interconnection
drawings, equipment installation drawings, sizing of various equipment
such as batteries, battery charger, UPS etc. allocating addresses to
various detectors and defining their sensitivity settings.

10.0 TESTING AND ACCEPTANCE

10.1 During fabrication, panel shall be subject to inspection by MECON/Owner


or by any authorised representative, to assess the progress of work. The
manufacturer shall furnish all necessary information concerning the
supply to MECON/Owner’s representative. MECON/Owner’s representative
shall be given free access in the manufacturer’s works from time to time
to inspect the progress of the work. Three weeks notice shall be given by
the vendor to MECON/Owner for witnessing the final routine tests of
complete assembly to ensure satisfactory working of all components.

10.2 All routine tests as specified by the applicable codes and standards shall
be carried out at the manufacturer’s work under his care and expense.

10.3 Type test certificates, from a recognised testing organisation, shall be


furnished alongwith the bids. Type test certificates for hazardous area
equipment shall also be furnished alongwith the bids.

TS – FA - 25
10.4 Panels shall be tested for functional adequacy, at manufacturers works by
simulation of fire/fault condition. Minimum testing shall include tests as
specified in IS-2189 or as per the standards prevalent in the country of
origin.

10.5 If specified in the enquiry document/data sheets, vendor shall conduct


tests at site, after the entire fire alarm system is installed and inter
connected by cables. These tests shall establish the operational
correctness of the system i.e. all panels, detectors etc. Minimum testing
shall included tests as specified at clause 11.2 of IS-2189.
11.0 PACKING AND DESPATCH

11.1 All the equipment shall be divided into several sections for protection and
ease of handling during transportation. The equipment shall be properly
packed for transportation by ship/rail or trailer. The panel shall be
wrapped in polythene sheets before being placed in crates to prevent
damage to finish. Crates shall have skid bottom for handling. Special
notations such as ‘Fragile’, ‘This side up’, ‘Centre of gravity’, ‘Weight’ etc.
shall be clearly marked on the package together with Tag nos. P.O. Nos.
etc.

11.2 The equipment may be stored outdoors for long periods before erection.
The packing shall be completely suitable for outdoor storage in areas with
heavy rains/high ambient temperature.

TS – FA - 26
MECON LIMITED DATA SHEET FORPHOTOELECTRIC SMOKE
Delhi DETECTOR
MEC/23JT/05/21/M/002/DS-081H
MECON LIMITED

Data Sheet for Photo Electric Smoke Detector

1.00 MATERIAL IDENTIFICATION


1.01 NAME OF EQUIPMENT PHOTO ELECTRIC SMOKE DETECTOR
10.2 TYPE CONVENTIONAL
2.00 MANUFACTURING DETAILS
2.01 MAKE BIDDER TO SPECIFY
2.02 DETECTOR MODEL BIDDER TO SPECIFY
2.03 MANUFACTURING STANDARD EN 54 PART 7
2.03 BASE MODEL BIDDER TO SPECIFY
3.00 PRINCIPLE
3.01 DETECTION PRINCIPLE LIGHT SCATTERING
4.00 OPERATING
4.01 QUIESCENT CURRENT 120 µ a
4.02 ALARM CURRENT 50mA
4.03 OPERATING VOLTAGE 24 V DC (8v – 30v)
4.04 POWER CONSUMPTION DURING NORMAL 3 mW
CONDITION
4.05 POWER CONSUMPTION DURING ALARM 1.2 W
CONDITION
5.00 PROTECTION
5.01 INGRESS PROTECTION IP-32
6.00 MATERIAL OF CONSTRUCTION
BODY MOULDED ABS
7.00 OTHER FEATURES
7.01 TYPE OF MOUNTING SURFACE
7.02 DIMENSIONS 102mm(d) X 32.5mm(H)
7.03 COLOUR Pantone, Warm Grey 1C
7.04 WEIGHT 75g
7.05 APPLICATION INDOOR
7.06 INDICATION ALARM RED LED
7.07 HUMIDITY RANGE 5 to 95% RH
7.08 TEMPERATURE RANGE -30 to 80 degree C
7.09 ANTI CONDENSATION SYSTEM To be provided
7.10 PROTECTING COVER & BLOCKING SCREW To be Provided
7.11 SENSITIVITY Programmable Sensitivity
8.00 APPROVAL & ACCEPTANCE LPCB / NFPA / TAC / OTHER AGENY
APPROVAL CERTIFICATE TO BE
ATTACHED

1
MECON LIMITED DATA SHEET FORPHOTOELECTRIC SMOKE
Delhi DETECTOR
MEC/23JT/05/21/M/002/DS-081H
MECON LIMITED

Data Sheet for Ionization Smoke Detector

1.00 MATERIAL IDENTIFICATION


1.01 NAME OF EQUIPMENT IONISATION SMOKE DETECTOR
10.2 TYPE CONVENTIONAL
2.01 MANUFACTURING DETAILS
2.01 MAKE BIDDER TO SPECIFY
2.02 DETECTOR MODEL BIDDER TO SPECIFY
2.03 BASE MODEL BIDDER TO SPECIFY
3.00 PRINCIPLE
3.01 DETECTION PRINCIPLE DUAL CHAMBER
3.02 RADIO ACTIVE ELEMENT AMERICIUM 241 SHIELD
4.00 OPERATING
4.01 QUIESCENT CURRENT 50 µ A
4.02 ALARM CURRENT 50mA
4.03 OPERATING VOLTAGE 24 V DC (8v – 30v)
4.04 POWER CONSUMPTION DURING NORMAL 1.2 mW
CONDITION
4.05 POWER CONSUMPTION DURING ALARM 1.2 W
CONDITION
5.00 PROTECTION
5.01 INGRESS PROTECTION IP-32
6.00 MATERIAL OF CONSTRUCTION
BODY MOULDED ABS
7.00 OTHER FEATURES
7.01 TYPE OF MOUNTING SURFACE
7.02 DIMENSIONS 102mm X 43mm
7.03 COLOUR WHITE
7.04 WEIGHT 102g
7.05 APPLICATION INDOOR
7.06 INDICATION ALARM RED LED
7.07 HUMIDITY RANGE 10% TO 93% rh
7.08 TEMPERATURE RANGE -10 to 60 degree C
7.09 ANTI CONDENSATION SYSTEM To be Provided
7.10 PROTECTING COVER & BLOCKING SCREW To be provided
8.00 APPROVAL & ACCEPTANCE LPCB / NFPA / TAC / OTHER AGENY
APPROVAL CERTIFICATE TO BE
ATTACHED

2
MECON LIMITED DATA SHEET FORPHOTOELECTRIC SMOKE
Delhi DETECTOR
MEC/23JT/05/21/M/002/DS-081H
MECON LIMITED

Data Sheet for Fire Alarm Control Panel

1.00 MATERIAL IDENTIFICATION


1.01 NAME OF EQUIPMENT FIRE ALARM PANEL
10.2 TYPE CONVENTIONAL
2.01 MANUFACTURING DETAILS
2.01 MAKE BIDDER TO SPECIFY
2.02 MODEL BIDDER TO SPECIFY
2.03 MANUFACTURING STANDARD BIS – 2189
2.04 NUMBER OF ZONES AS PER SITE REQUIREMENT
3.00 OPERATING
3.01 POWER IN NORMAL MODEL 140 mA
3.02 POWER IN ALARM MODEL 220 mA
3.03 QUIESCENT CURRENT 75 mA
3.04 OPERATING VOLTAGE 230 VAC, 50 Hz
4.00 PROTECTION
4.01 INGRESS PROTECTION IP : 41

5.00 MATERIAL OF CONSTRUCTION


BODY 1.6 MM THICK CRCA SHEET(MIN.)
6.00 LOTHER FEATURES
6.01 TYPE OF MOUNTING WALL
6.02 DIMENSIONS 400mm(W) *320m(H) *120mm(D)
6.03 COLOUR PASTEL GREY FOR EXTERIOR & INTERIOR
OR ANY MATCHING COLOUR
6.04 WEIGHT 8 kg
6.05 APPLICATION INDOOR
6.06 INDICATION LED TYPE
6.07 ACCESSORIES 1) Door Switch 2) Cable Glands 3) MCB 4)
Panel Light 5) Cooling Fan 6) Power Supply
24v d.c.
7.00 BATTERY BACKUP
7.01 STANDBY CONDITION 24 HOURS
ALARM CONDITON
7.02 10 MINUTS
8.00 APPROVAL & ACCEPTANCE LPCB / NFPA / TAC / OTHER AGENY
APPROVAL CERTIFICATE TO BE ATTACHED

3
MECON LIMITED DATA SHEET FORPHOTOELECTRIC SMOKE
Delhi DETECTOR
MEC/23JT/05/21/M/002/DS-081H
MECON LIMITED

Data Sheet for Manual Call Point

1.00 MATERIAL IDENTIFICATION


1.01 NAME OF EQUIPMENT MANUAL CALL POINT
10.2 TYPE CONVENTIONAL
2.01 MANUFACTURING DETAILS
2.01 MAKE BIDDER TO SPECIFY
20.02 MANUFACTURING STANDARD BS-5839, Part-2
3.00 PRINCIPLE
3.01 OPERATING PRINCIPLE BREAK TYPE
4.00 OPERATING
4.01 OPERATING VOLTAGE 24 VDC
5.00 MATERIAL OF CONSTRUCTION
5.01 BODY ABS HOUSING
6.00 OTHER FEATURES
6.01 TYPE OF MOUNTING WALL
6.02 DIMENSIONS 85mm X 85mm X 60mm
6.03 COLOUR RED
6.04 WEIGHT 250g
6.05 APPLICATION INDOOR
6.06 INDICATION LED TYPE
7.00 APPROVAL & ACCEPTANCE LPCB / NFPA / TAC / OTHER
AGENY APPROVAL CERTIFICATE
TO BE ATTACHED

4
MECON LIMITED DATA SHEET FORPHOTOELECTRIC SMOKE
Delhi DETECTOR
MEC/23JT/05/21/M/002/DS-081H
MECON LIMITED

Data Sheet for Heat Detector

1.00 MATERIAL IDENTIFICATION


1.01 NAME OF EQUIPMENT HEAT DETECTOR
10.2 TYPE CONVENTIONAL
2.00 MANUFACTURING DETAILS
2.01 MAKE BIDDER TO SPECIFY
2.02 DETECTOR MODEL BIDDER TO SPECIFY
2.03 MANUFACTURING STANDARD EN 54 PART 5
2.03 BASE MODEL BIDDER TO SPECIFY
3.00 PRINCIPLE
3.01 DETECTIONPRINCIPLE THERMISTOR
4.00 OPERATING
4.01 QUIESCENT CURRENT 133 µ a
4.02 ALARM CURRENT 50mA
4.03 OPERATING VOLTAGE Nominal 24 V DC (8-30 V DC)
4.04 POWER CONSUMPTION DURING NORMAL 3 mW
CONDITION
4.05 POWER CONSUMPTION DURING ALARM 1.2 W
CONDITION
5.00 MATERIAL OF CONSTRUCTION
5.01 BODY Bayblend FR110
6.00 OTHER FEATURES
6.01 TYPE OF MOUNTING SURFACE
6.02 DIMENSIONS 102mm(d) X 43mm(h)
6.03 COLOUR Pantone, warm grey 1C
6.04 WEIGHT 75g
6.05 APPLICATION INDOOR
6.06 INDICATION ALARM RED LED
6.07 HUMIDITY RANGE 5 to 95% RH
6.08 TEMPERATURE RANGE -30 to 80 degree C
6.09 ANTI CONDENSTION SYSTEM Available
7.00 APPROVAL & ACCEPTANCE LPCB / NFPA / TAC / OTHER
AGENY APPROVAL CERTIFICATE
TO BE ATTACHED

5
Annexure – A

Minimum Requirement of Portable Fire Extinguishers

1. Tap-Off Point –I at Padmala

a) Control Room
i) CO2 4.5 Kg - 1 No.
ii) DCP 10 Kg - 1 No.
iii) Sand Bucket - 2 Nos.

b) DG Shed
i) DCP 10Kg - 1 No.
ii) CO2 4.5 Kg - 1 No.
iii) Sand Bucket - 2 Nos.

c) Security Room
i) DCP 10Kg - 1 No.

d) Scrapper Area
i) DCP 10Kg - 1 No.

2. Tap-Off Point –II and Despatch Terminal at Sokhada at Ch. 01.07Km

a) Control Room
i) CO2 4.5 Kg - 1 No.
ii) DCP 10 Kg - 1 No.
iii) Sand Bucket - 2 Nos.

b) Security Room
i) DCP 10Kg - 1 No.

c) Scrapper Area
i) DCP 10Kg - 1 No.

3. Tap-Off Point –III at Ch. 11.42Km


a) Security Post
i) DCP 10Kg - 1 No.

4. Tap-Off Point –IV and SV-01 at Ch. 23.87Km


a) Control Room
i) CO2 4.5 Kg - 1 No.
ii) DCP 10 Kg - 1 No.
iii) Sand Bucket - 2 Nos.

b) DG Shed
i) DCP 10Kg - 1 No.
ii) CO2 4.5 Kg - 1 No.
iii) Sand Bucket - 2 Nos.

c) Security Post
i) DCP 10Kg - 1 No.
5. Tap-Off Point –V and Receiving Terminal at Ch. 37.23Km

a) Control Room
i) CO2 4.5 Kg - 1 No.
ii) DCP 10 Kg - 1 No.
iii) Sand Bucket - 2 Nos.

b) DG Shed
i) DCP 10Kg - 1 No.
ii) CO2 4.5 Kg - 1 No.
iii) Sand Bucket - 2 Nos.

c) Security Post
i) DCP 10Kg - 1 No.

d) Metering Skid Area


i) DCP 10Kg - 1 No.

Anda mungkin juga menyukai