You are on page 1of 57

TECHNICAL

PROCUREMENT
SPECIFICATION

MACHINERY & MATERIAL HANDLING


DEPARTMENT

PROJECT No.

32474

TECHNICAL PROCUREMENT SPECIFICATION


for

Sulphur Barge Unloader


at

Sulphuric Acid Plant FACT, Udyogamandal Complex

ISSUED TO

FERTILISERS AND CHEMICAL TRAVANCORE LTD.


UDYOGAMANDAL COMPLEX, Udyogamandal,
Kerala.

Tender No : .

PART B TECHNICAL

Consultant

FACT ENGINEERING

AND

DESIGN ORGANISATION

A Division of

THE FERTILISERS AND CHEMICALS TRAVANCORE LTD.


GOVERNMENT OF INDIA ENTERPRISE
UDYOGAMANDAL 683501
KOCHI INDIA

32474-01-PS-001

TECHNICAL PROCUREMENT SPECIFICATION

PAGE 1 OF 1
TPS No.
N

32474 01 PS 001
32474-01-PS-001
ENQUIRY

STATUS
ORIGINATING DEPT.

R0

COMMITMENT

M&MH

P.O. / W.O. No.


PROJECT

Barge Unloader for FACT-UC

LOCATION

Sulphuric Acid Plant, FACT - UC, Udyogamandal.

CLIENT

FACT - UC

PURCHASER

FACT - UC

VENDOR

ITEM :

BARGE UNLOADER
( EOT Crane Type & Accessories )

00FT010/ 94

0
REV.

12-08-13

ISSUED FOR ENQUIRY

DATE

DESCRIPTION

JC
PREPARED

FACT ENGINEERING AND DESIGN ORGANISATION

Page 2 of 57

CRP
CHECKED

CRP
APPROVED

TECHNICAL
PROCUREMENT

32474-01-PS-001 ATT

ATTACHMENTS

SPECIFICATION

TPS No.

PAGE 1 OF

R0

32474-01-PS-001

Sl.
No.
N

Doc. No.

1
2
3
4
5
6
7
8
9
10
11
12

32474-01-PS-001
32474-01-PS-001
32474-01-PS-001
00ES001 / 03
32474-01-PS-001
32474-01-PS-001
32474-01-PS-001
32474-01-ZM-001
32474-01-DA
01ES044/10
32474-01-PS-001
32474-01-PS-001

13
14
15
16
17
18
19
20

32474-13-PS-001
32474-13-PS-001
13ES900 / 94
32474-13-DA-900
13ES922 / 94
32474-13-DA-922
32474-13-TP-922
32474-13-PS-001

SW
SPL

21 32474-01-PS-001

Note :

Description

No.of
pages

Equipments / Items to be supplied


IS
SW Scope of work
INS Scope of Inspection and Tests
VDSP Vendor Data Submission Procedure
VDR Vendor Data Requirements
VDI Vendor Data Index
SPL Special Requirements of the Project
Scheme Drawing - General Arrangement
BU800 Data Sheet - Barge Unloader
Engineering Specification - EOT Crane
SPR Spares
Lubrication Data
LD

1
2
1
3
1
1
8
1
2
3
2
1

0
0
0
0
0
0
0
0
0
0
0
0

Electrical
Scope of work
Special Requirements of the Project
Spec-General Requirements of Electrics
Data Sheet-General Requirements of Electrics
01
Spec-Electrics for EOT Crane
001 Data Sheet - Electrics for EOT Crane
001 Tech Particulars - Electrics for EOT Crane
p
SPR Spares

2
10
2
1
7
2
2
1

0
0
0
0
0
0
0
0

CS

Compliance Statements

Rev. No. with Issue


2
3
4

1. The receipt of all attachments shall be checked and asertained.


2. All attachments of this TPS shall be retained since only revised sheets, if any, shall be issued.

12-8-13

ISSUED FOR ENQUIRY

Rev.No.

DATE

DESCRIPTION

JC
PREPARED

FACT ENGINEERING AND DESIGN ORGANISATION


Page 3 of 57

CRP
CHECKED

CRP
APPROVED

TECHNICAL
PROCUREMENT
SPECIFICATION

00FT012 /94

TPS No.

32474-01-PS-001 IS

EQUIPMENT / ITEMS TO BE SUPPLIED

PAGE 1 OF

R0

32474-01-PS-001

Sl.
No.

Eqpt. No. /
Tag No.

Qty.

BU 800

EOT Crane and its Accessories wih Grab Bucket

12-08-13

ISSUED FOR ENQUIRY

REV.NO.

DATE

DESCRIPTION

JC
PREPARED

FACT ENGINEERING AND DESIGN ORGANISATION

Page 4 of 57

Remarks

CRP
CHECKED

CRP
APPROVED

TECHNICAL
PROCUREMENT
SPECIFICATION

32474-01-PS-001 SW

SCOPE OF WORK

PAGE 1 OF 2

TPS No.

32474-01-PS-001

ITEM :

BARGE UNLOADER - EOT Crane & Accessories

EQPT. NO.

BU 800

R0

The scope of work for the equipments listed above shall include design,manufacture ,supply of materia
and
d engineering
i
i workk as detailed
d t il d below.
b l
Sl.
Description
Reqd.
Remarks
No

1.0 EOT crane

1.1

Crab

1.2

Pendant of adjustable height

1.3

Hook

1.4

Cross travel mechanism

1.5

Long travel mechanism

1.6

Brakes

1.7

Lubrication arrangement

18
1.8

B
Bridge
id platform
l tf
& lladders
dd

1.9

Guarding

1.10

Motors

1.11

Control Console Panel

At ground floor

Operators Cabin

As indicated in the drawing

1 12
1.12

Resistors
R
i t

1.13

Limit switches

1.14

Protective equipment for electrics

1.15

Festoon cable / E- Chain arrangement system for both

Operator cabin proposed as per


the drawing
&Grab Bucket and mechanism

01FT044/94

cross traverse and long travel


1 16
1.16

Hand lamp

1.17

Under bridge flood light

1.18

Safety equipments, etc

12-08-2013

For Enquiry

REV.NO.

DATE

DESCRIPTION

JC
PREPARED

FACT ENGINEERING AND DESIGN ORGANISATION

Page 5 of 57

CRP
CHECKED

CRP
APPROVED

TECHNICAL
PROCUREMENT
SPECIFICATION

Sl.

Description

No

32474-01-PS-001 SW

SCOPE OF WORK

PAGE 2 OF 2

Reqd.

Remarks

2.0 Runway rails complete with:


2.1

Rail fixing arrangement

2.2

End stoppers

2.3

Holding down bolts for fixing to steel gantry / RCC beam

2.4

Levelling shims, wedge blocks, etc.

3.0 Spares for:


3.1

Mandatory

3.2

Start-up & Commissioning

33
3.3

T
Two
years operation
ti

4.0 Special tools


4.1

Special Tool for EOT Crane Maintenance

5.0 Shop Inspection & Tests


6.0 Painting
6.1

Prime coat only

6.2

Prime coat with finish paint

7.0 Packing
7.1

Domestic

7.2

Export

7.3

Rust prevention for long term storage

for 6 months

Erection testing & commissioning of crane and rails at site


8 0 Erection,
8.0

* Note below

9.0 First fill of lubricants

10.0 Drawings & documents

Note :
* Excluding civil works, ref "Exclusions" on page 5 of 8

01FT044/94

in the Special Requirements of project

FACT ENGINEERING AND DESIGN ORGANISATION

Page 6 of 57

R0

TECHNICAL
PROCUREMENT
SPECIFICATION

32474-01-PS-001 INS

SCOPE OF INSPECTION AND TESTS

PAGE 1 OF 1

TPS NO.
NO

32474 01 PS 001
32474-01-PS-001

ITEM :

BARGE UNLOADER - EOT Crane & Accessories

EQPT. NO.

BU 800

R0

The following inspection and test shall be conducted and records submitted.
Sl

Inspn. Witness

Description

No.

Reqd.
q

1.0

Shop tests

1.1

Material test and chemical analysis

1.2

100% radiography of butt welds in crane girder bottom

Reqd.
q

Remarks

01FT011A/94-R1

plate splice
1.3

Dye penetrant test on fillet welds and weld repairs

1.4

Ultrasonic test on crane hook & Grab arrangement

1.5

Tests on electrical and mechanical items as per relevant IS

1.6

Dimensional and alignment check of the crane assembly

1.7

Load test

1.8

Test for operation of all motions with load

1.9

Deflection test

2.0

Site tests

2.1

Insulation tests

22
2.2

Tests for operation of all motions with load

2.3

Deflection test

2.4

Load test

12-08-13

For Enquiry

REV.NO.

DATE

DESCRIPTION

JC
PREPARED

FACT ENGINEERING AND DESIGN ORGANISATION

Page 7 of 57

CRP
CHECKED

CRP
APPROVED

TECHNICAL
PROCUREMENT
SPECIFICATION

VENDOR DATA SUBMISSION PROCEDURE

00ES001 / 03
PAGE 1 OF 3.

1.0.0.

SCOPE

1.1.0.

This document together with VENDOR DATA REQUIREMENTS (VDR) defines FEDOs requirements for
vendor drawing and data for any enquiry, work order or purchase order.

1.2.0.

Bidders unable to comply with these requirements must detail all exceptions in their proposal. The timely
delivery of quality drawings and data is as crucial as delivery of the equipment itself and hence the same
shall be strictly adhered to after commitment.

1.3.0.

Failure to provide adequate preliminary data / drawing may render a proposal non-responsive and hence
may be rejected. After commitment failure to provide documents as per purchase order may delay
progressive payments and adversely affect future invitation to bids.

2.0.0.

VENDOR DATA REQUIREMENTS (VDR)

2.1.0.

FEDO will provide a partially completed VDR form along with each enquiry. This form explains group code
of the document, quantity of each document required and lead time for submission. Columns are
available for the vendor to fill in his deviations, if any, from FEDOs requirements.

2.2.0.

The vendor shall forward a filled-in VDR form along with his offer, if he has got any deviation from FEDOs
requirements. In the absence of a filled-in VDR form along with the offer, it will be presumed that the
vendor is accepting FEDOs requirements specified in the VDR.

3.0.0.

CLASSIFICATION OF DOUCMENTS

3.1.0.

Documents are classified based on their status and nature of content.

3.1.1.

Status of documents:
1.
2.
3.

Preliminary documents required along with the offer.


Documents to be submitted after commitment.
Final documents.

3.2.0.

The documents are further classified into Groups A,B and C, depending on the nature of the documents as
explained below.

3.2.1.

Group A requirements
These documents are urgent in nature and contain information that are required for proceeding with the
detailed engineering of surrounding/down stream equipments in the plant and hence are to be submitted
on priority basis.

3.2.2.

Group B requirements
These documents are to be reviewed by FEDO for compliance with the purchase order / work order
specifications but are not essential for other engineering activities of FEDO.

3.2.3.

Group C requirements
Documents in this group contains data / information / records which are final in nature and that are
required for the equipment user and need not be reviewed by FEDO.

PRPD.BY:

CHKD BY:

APPRD BY:

FACT ENGINEERING AND DESIGN ORGANISATION

Page 8 of 57

ISSUED ON:SEP 03

TECHNICAL
PROCUREMENT
SPECIFICATION

VENDOR DATA SUBMISSION PROCEDURE

00ES001 / 03
PAGE 2 OF 3.

4.0.0.

VENDOR DATA INDEX (VDI)

4.1.0.

Vendor shall forward a filled up and updated VDI along with each vendor data transmittal. VDI shall list out
all documents that are being prepared for the particular order, their current revision status and indicate the
documents included in the present transmittal. A blank VDI is attached along with this document which
shall be used for this purpose.

5.0.0.

QUALITY OF VENDOR DRAWINGS

5.1.0.

Vendor drawing and data shall be supplied in full size drawings, reproducible and CDs as specified in the
VDR.

5.2.0.

All drawings / documents shall be clear, legible, right reading and made out of originals prepared in black
ink. English language and metric units shall be used for the preparation of all documents.

5.3.0.

The documents shall be prepared n any of the following standard sizes.

5.3.1.
5.3.2.
5.3.3.
5.3.4.

A1: 594 mm x 840 mm


A2: 420 mm x 594 mm
A3: 297 mm x 420 mm
A4; 210 mm x 297 mm

5.4.0.

All documents submitted to FEDO shall be folded into A4 size (210 x 297 mm) except originals/ reproducible
which may be rolled. All reproducible shall be in high quality polyester films. Soft copies shall be furnished
in CD for final drawings/documents.

5.5.0.

Each drawing / document shall have a title block at the right hand bottom corner with the following
information.

5.5.1.
5.5.2.
5.5.3.
5.5.4.
5.5.5.
5.5.6.
5.5.7.

Name of Vendor.
Name of Project, Owner and location.
Name of Consultant: FEDO
FEDO Purchase Order Number.
Equipment name and number.
Drawing title.
Drawing number, revision and page number.

5.6.0.

All drawings shall be drawn to some standard scales only and the same shall be indicated in the drawing.

5.7.0.

The status of the document like PRELIMINARY, FINAL, FOR REVIEW etc. shall be stamped on all copies
forwarded to FEDO.

5.8.0.

All documents shall have a block of 100 mm x 100 mm space left vacant for FEDO to put their stamp after
review.

5.9.0.

All drawing/document shall have a revision block explaining revision number, revision description, data of
revision, revision authorization etc. When the revised drawings are submitted all currently revised area shall
be clearly demarcated by clouding. Any revisions made on other parts of the documenting will not be
reviewed by FEDO.

5.10.0. When drawings are received back from FEDO with comments, vendor shall incorporate all the comments
and resubmit the same. If the vendor is not in a position to incorporate certain comment made by FEDO,
then the reason for such deviation shall be highlighted in the forwarding letter to FEDO.

FACT ENGINEERING AND DESIGN ORGANISATION

Page 9 of 57

TECHNICAL
PROCUREMENT
SPECIFICATION

00ES001 / 03
VENDOR DATA SUBMISSION PROCEDURE

PAGE 3 OF 3.

5.11.0

The respective engineering specification and other purchase order spec. will explain
The minimum data / details required in various drawings. In the absence of any such information
in the purchase order documents, vendor shall follow the standard good engineering practices
in detailing the drawing.

6.0.0.

CONDITIONS OF FEDO REVIEW

6.1.0.

FEDO and / or its client reserve the right to review the vendor documents. FEDOs REVIEW WITH
OR WITHOUT COMMENTS OF THE VENDOR DOCUMENTS SHALL NOT RELIEVE THE VENDOR OF
RESPONSIBILITY TO COMPLY WITH ALL PURCHASE ORDER TERMS AND CONDITIONS, including
all implied requirements relating to fitness for service and good engineering practices. Approval or
acceptance does not imply or infer any determination relating to compliance by the vendor with its
full responsibilities under the purchase order.

6.2.0.

FEDOs comments are limited to identifying requirements within the scope of the purchase order or
failure by the vendor to comply with the requirements of purchase order, as revealed by the limited
review. Oversights in the above limited review cannot be taken as approval for the vendor to
deviate from the purchase order conditions. FEDO reserve the right to point out any such
deviations at any stage of the order execution. The vendor shall comply with all such requirements
without any price / delivery implications.

6.3.0.

FEDO review will be authorized by an official stamp as given below, properly filled and signed by the
concerned. Comments if any will be indicated in red ink or clouded in the case of copies of
commented drawings.
Appropriate comment in the comments column and status of review column will be marked.
Comment

Status of Review

As noted

Revise and resubmit for review

No comments

Proceed as noted and submit revised docs.


For records

Not reviewed

No further review required


Forward final docs. as per P.O.

6.4.0.

All documents received in FEDO shall be dispatched after review within 15 days from the date of
receipt. Vendor shall notify FEDO of non receipt of reviewed documents in time immediately, to take
corrective actions.

6.5.0.

The delivery of the equipment shall in no case be linked with the review of the vendor drawings and
data by FEDO. It is the sole responsibility of the vendor to execute the job as per the purchase
order conditions. If required the vendor shall depute his technical personnel to FEDO after
submission of documents for timely finalisation of documents.

FACT ENGINEERING AND DESIGN ORGANISATION

Page 10 of 57

TECHNICAL
PROCUREMENT
SPECIFICATION

PAGE 1 OF 1

: BARGE UNLOADER
for FACT - UC

ITEM

CLIENT

: FACT - UC

TPS No

STATUS

Grp
Code

1.0
2.0

A
A
A

3.0
4.0

A
B
B
B
B
B

5.0
6.0
7.0
8.0
9.0

10.0

11
0
11.0
12.0

B
C

13.0
14.0
15.0
16.0
17.0
18.0

C
B
C
C
C
A

ENQUIRY

R0

BARGE UNLOADER - EOT Crane &


Accessories

PROJECT

Sl.
No

32474-01-PS-001 VDR

VENDOR DATA REQUIREMENTS

32474-01-PS-001

COMMITMENT PO No
Final@@
After Commitment
Lead time in weeks
Qty
Qty
Qty
Reqd Prop@ Agrd
6P+1S 6P+1S
4
6P+1S
6P+1S 6P+1S
4
6P+1S
6P+1S 6P+1S
4
6P+1S
Offer

Description
Data Sheet for EOT Crane
Dimensioned outline drawing with load details
Rail layout, rail fixing arrangement and end
stopper fixing arrangement
Clearance diagrams
Cross-sectional drawing with list of parts
Interlock diagram
Inspection and test procedure
Strength calculation for all load bearing member
Detailed drg. Of structural members, travel &
hosit mechanism, end carriage & wheel
assemblies, gear boxes, current collection
system & control panel
Erection and assembly drawings
Lubrication data sheet
Inspection and test reports
Erection, Operation & Maintenance Manual
Spares list for 2 yrs operation & commissioning
Reference list of previous supplies
Technical literature and catalogures
Compliance Statement
Cycle time calculation to meet capacity

4
8
4
4
6
8

6P+1S
6P+1S
6P+1S
6P+1S
6P+1S
6P+1S

6P+1S

8
8

6P+1S 6P+1S

6P+1S
6P+1S
6P+1S
6P+1S
6P+1S

6P+1S
6P+1S 6P+1S
6P+1S
6P
1S 6P
6P+1S
1S
6P+1S 6P+1S
6P+1S
6P+1S

6P+1S

6P+1S
6P+1S
6P+1S
6P+1S

01FT044B / 94

Legend :
Group code : A - For review and detailed Engineering , B - For review , C - For information and record
Document type : R - Reproducible , P - Print , M - Microfilm, S - Soft Copy
Notes :
'@'
Vendor shall fill in proposed lead time if different from the required lead time
' @@ ' Each set of final documents shall be submitted in a folder. Two such folders shall be packed
and despatched with the equipment.

12-08-13

For Enquiry

JC

REV NO

DATE

DESCRIPTION

PREPARED

FACT ENGINEERING AND DESIGN ORGANISATION

Page 11 of 57

CRP

CHECKED

CRP

APPROVED

TECHNICAL
PROCUREMENT
SPECIFICATION
PROJECT :

ITEM :

PAGE
BARGE UNLOADER for FACT - UC

PROJECT No. :

Description

00FT020 /94

No
No.

P.O. No. :
Rev. 0

Rev. 1
Date

ISSUE No.
DATE
SIGNATURE

FACT ENGINEERING AND DESIGN ORGANISATION

Page 12 of 57

1 OF 1

VENDOR :

32474

BARGE UNLOADER - EOT Crane & Accessories

Doc. / Drawing No.

Sl.

32474-01-PS-001

VENDOR DATA INDEX

DATE :
Rev. 2

Date

Rev. 3
Date

Rev. 4
Date

Rev. 5
Date

Relevent to This
Date issue

00FT021A/94

Page 1 of 8
TECHNICAL
PROCUREMENT
SPECIFICATION

32474 -01-PS-001 SPL

SPECIAL REQUIREMENT OF THE PROJECT


Page 1of 8

( Barge Unloading FACT UC )

R0

1.0

INTRODUCTION :

1.1

M/s. Fertilizers and Chemical Travancore Ltd. ( FACT ) - Udyogamandal Division proposes to install
a new Sulphur Barge Unloader (EOT Crane Type with Grab) of Capacity 150 MT / Hour in the banks
of River Periyar at Sulphiric Acid Plant, FACT-UC for unloading Sulphur Barge.

1.2

The scope of work shall include the design of BARGE UNLOADING SYSTEM with all accessories,
Electrics & Controls etc, Detail Engineering, Manufacture, Inspection, Testing, Painting, Insurance,
Supply, Transportation to site, Unloading & Storage at site, Erection, Commissioning of the
equipment, Performance Guarantee Test Run (PGTR), Training of owners persons and Handing
over the system to M/s. FACT-UC as per the Technical Procurement Specification and connected
drawings.

2.0

GENERAL :

2.1

All documents as detailed in Vendor Data Submission Procedure & Vendor Data Requirements
attached shall be submitted by Vendor for review by FEDO. A scanned copy (in pdf) of complete
offer document except price bid shall be submitted along with the hard copy.

2.2

All items indicated in Scope of Work attached shall be included in the Scope of Vendor / Contractor.
Any item required for the safe and efficient operation of the system whether specifically mentioned or
not, shall be provided by the Vendor/ Contractor without extra cost.

2.3

Inspection / Tests shall be carried out by Vendor as detailed in Scope of Inspection and Tests.
Witnessing of tests where specified will be done by FACT-UC/FEDO or their authorized
representative.

2.4

Data sheet of major equipment are enclosed. Vendor shall submit all data sheets duly filled up along
with other documents / drawings indicated in Vendor Data Requirements, along with the offer.
Changes if any required to meet system / operational requirements shall be indicated along with
reasons there off.

2.5

First Fill of Lubricant, Spares, Consumables for Testing, Commissioning and establishing
Guarantees shall be in the scope of the Contractor.

2.6

Bidders or Representative of bidders shall visit the site and familiarize themselves of the site
conditions before submitting their bid with prior permission from FACTUC. The bidder shall collect
the necessary additional data as well as purchasers requirements before quoting so that full
coverage of the scope will be ensured in the offer itself.

2.7

Maximum noise level must be less than 90 dB (A) at a distance of 1 meter.

12-08-13

For Enquiry

REV. No.

DATE

DESCRIPTION

JC

CRP

CRP

PREPARED

CHECKED

APPROVED

FACT ENGINEERING AND DESIGN


ORGANISATION
Page 13 of 57

TECHNICAL
PROCUREMENT
SPECIFICATION

32474-01-PS-001 SPL

SPECIAL REQUIREMENT OF THE PROJECT

2.8

All safety devices to protect the equipment from damage due to conditions of overload shall be
incorporated as per standard practice.

2.9

All equipment shall be properly tagged, packed, securely anchored and protected for shipment by rail
/ truck or suitable for ocean transport as the case may be. Rust inhibitors shall be applied to the
equipment to prevent rusting during shipment and site storage for minimum of six months.

2.10

Drive motors shall conform to specification for electrics enclosed. Motors shall have horse power
ratings at least equal to the following percentage of equipment rated BHP.
Motor Name Plate Rating

% of Rated BHP

18.5 KW and less

125

Above 18.5 KW and below 75 KW

115

Above 75 KW

110

2.11

Corrosion allowance on carbon steel parts of equipment shall be 3 mm on thickness unless


otherwise specified.

2.12

Special tools required for the normal operation and maintenance of the equipment shall be included
in the scope of the Vendor. Details of such special tools shall be furnished.

2.13

Vendor shall submit a procedure / methodology for the Performance Guarantee Test Run (PGTR) in
the offer itself for review.

2.14

Deviations if any from the specifications shall be clearly spelt out in the Compliance Statement
attached failing which it will be taken to understand that there are no deviations from the
specifications.

3.0

DESCRIPTION OF THE PACKAGE :

3.1

CAPACITY & PERFORMANCE REQUIREMENTS :

Number off
Rated Capacity Required
Duty
Location
Type of Installation
Conveying to

Environment Protection

3.2

00FT021B/94

2 of 8 R0

( Barge Unloading FACT UC )

One
150 MT/Hour
Continuous
Outdoor ( River side )
EOT Crane and Grab mechanism
Existing Hopper and Conveyor No.801 650
mm wide, Speed-1.25 m/sec) to bulk SAP
storage
Dust and Noise emissions control systems
required.

MATERIAL TO BE CONVEYED&PROPERTIES:
Material to be conveyed
Density of Material
Humidity / Moisture
Hardness
Temperature

SULPHUR
0.9 -1.4T/m3
0.5 %
3 Mohs Scale
18 to 38 Deg C

FACT ENGINEERING AND DESIGN ORGANISATION


Page 14 of 57

TECHNICAL
PROCUREMENT
SPECIFICATION

32474-01-PS-001 SPL

SPECIAL REQUIREMENT OF THE PROJECT


3 of 8 R0

( Barge Unloading FACT UC )

Fineness/Grain structure
Country of Origin
Appearance
Purity
Shape
Size by Sieve Analysis

Granule
Dubai, Qatar, Moroco
Bright yellow
99%
Granular / Pellets / Prills
+9.52mm
Between 9.52mm & 7.93mm
Between 7.93mm & 4.0mm
Between 4.0mm & 2.0mm
Between 2.0mm & 1.0mm
-1.0mm
30 to 35 Deg
0
116 C
0
445 C
8.8 ( Air = 1)
0
188 C
Negligible
0
0
Dust Cloud - 190 C (374 F)
0
0
Undispersed Dust - 220 C (428 F)
Neutral when dry
3
LEL-35 gm/m
3
UEL-1400 gm/m

Angle of repose
Melting point
Boiling point
Vapour density
Flash point
Water Solubility
Auto Ignition Temperature
pH
Explosive Limits

0.83%
1.58%
43.58%
34.75%
13.93%
5.53%

Note : The density of material to be handled varies from 0.9 to 1.4T/m . Hence for maximum load
3
design calculation, a maximum density of 1.4 T/m and for volumetric design calculation
3
(unloader capacity) a mean density of 1.2 T/m shall be taken.

3.3

CLIMATIC CONDITIONS OF THE LOCATION :


Climatic classification
Temperature
Relative Humidity( Design )
Rain fall ( Annual Average )
Corrosive Nature
Seismic Zone
Wind Speed( Design )

:
:
:
:
:
:
:

Damp Tropical
18 Deg C (Min) & 38 Deg C (max)
100 %
281.7 cm
Highly corrosive atmosphere, near to Suphuric Acid Plant
Zone - III as per IS1893 ( 2002 )
39 m/sec ( 140 Km/Hr )

4.0

Description of Major Items to be supplied:

4.1

EOT Crane :
Barge unloading is to be effected with the help of an EOT crane and a leak less Clamshell Grab
Bucket arrangement. EOT crane with runway rails is to be installed on a steel structure / RCC beams
with insert plate resting on RCC columns in river and river bed.

00FT021B/94

4.1.1

The requirements of the crane and dimensions of the crane structure are indicated in the data sheet
( 32474-01-DA EOT ) and general arrangement drawing ( 32474-01-ZM-001 ) attached. Vendor
shall fill up the data sheet with all the information and return along with the offer.

FACT ENGINEERING AND DESIGN ORGANISATION


Page 15 of 57

TECHNICAL
PROCUREMENT
SPECIFICATION

32474-01-PS-001 SPL

SPECIAL REQUIREMENT OF THE PROJECT


( Barge Unloading FACT UC )

4 of 8 R0

4.1.2

The proposed EOT crane is used for Sulphur handling in a hazardous environment. Hazardous Zone
identification is detailed in electrical specification.

4.1.3

Crane shall be operable from fixed operators cabin as indicated in the drawing. Vendor may check
the suitability of the position of the fixed operators cabin to have a clear vision on both Barge & Bin
for effective unloading operation.

4.1.4

Trolley shall be provided with directional control for auto-centering the grab above the hopper for
speeding up operation when unloading.

4.1.5

All bearings shall have a guaranteed life of 35000 working hours minimum.

4.1.6

If platforms are required for maintenance of trolleys, the same shall be provided by the vendor.
Bridge platform shall be with galvanized grating.

4.1.7

Wire rope shall conform to the latest edition of IS : 2266.

4.1.8

The rails for trolley movement shall confirm to the latest edition of IS : 3443

4.1.9

The crane shall be suitable for outdoor duty.

4.1.10 Suitable locking arrangement shall be provided for the crane to anchor it to the rails to prevent
movement during high wind in the river bed.
4.1.11 The crane crab shall be provided with a removable canopy made of Aluminium / FRP, to protect it
from rain. The canopy shall be bolted to the crab and shall move with the crab.
4.1.12 The supply, testing, installation of EOT crane in the vendors scope shall conform to the
requirements of the applicable statutory bodies / rules and regulations, etc. in force.
4.1.13 The location of Control Console Room proposed at ground floor shall be ensured for operational
suitability. The details of building requirement shall be furnished in the offer itself.
4.1.14 The Long Travel Rail bottom elevation of 12M from ground level proposed in the drawing is indicative
only. Vendor may check the suitability with the selected grab and the cycle time calculations to meet
the required capacity in the offer itself.

4.2

GRAB ( Clamshell Bucket ) :


The Clamshell Grab Bucket arrangement shall be selected suitably to use the same with EOT crane
and to feed the material to the hopper at rate of 150 MT/Hr (design purpose) & 75 MT/Hr (present
requirement). M/s. FACT- UC proposed to use Grab bucket to suit a capacity of 75 MT/Hr at
present and will be replaced with higher capacity grab bucket (150 MT/Hr) suitably in the later
stage.

4.2.1

Capacity ( Heaped in m )

00FT021B/94

4m (Grab bucket to suit capacity of 150 MT/Hour for EOT total system design )
3
2m (Grab bucket to suit capacity of 75 MT/Hour for present requirements )

Note :The grab bucket volume proposed above is preferable and indicative only. Vendor shall check
the ideal volume of bucket in accordance with timing calculation to meet the required capacity
of unloading rate. Vendor may select Grab volume close to the requirement as specified
above.

FACT ENGINEERING AND DESIGN ORGANISATION


Page 16 of 57

TECHNICAL
PROCUREMENT
SPECIFICATION

32474-01-PS-001 SPL

SPECIAL REQUIREMENT OF THE PROJECT


( Barge Unloading FACT UC )

5 of 8 R0

4.2.2

Construction

without teeth ( 100 % leak proof design )

4.2.3

Holding and closing arrangement

2 rope / 4 rope ( 1 rope / 2 rope for holding


and other 1 rope / 2 rope for closing )

4.2.5

Material of Construction

Body of Bucket, Arms and Frames :

Lips of bucket ( knife )

Shafts, Axles, Pins


Pulleys

:
:

Bushes

IS 2062 or Equivalent - Plates should have


a minimum thickness of 10mm.
By Vendor - Hard faced, edge with excellent
Wear resistance, and avoiding leakage.
EN 19
Cast Steel IS 1030 with bush bearings with
Provision for grease lubrication.
Aluminium Bronze IS 305

4.2.6

All materials used for the construction should be compatible with the corrosive materials handled and
atmosphere.

4.2.7

The cutting edges / lips should have very good wear resistance.

4.2.8

All vulnerable pin joints shall be provided with bush bearings, serviced by grease lubrication system
through accessible grease nipples.

4.2.9

Pulleys shall be made of cast steel and provided with bush bearings.

4.2.10 Guards shall be provided to avoid rope slippage / jumping and for guiding the closing ropes, suitable
fair lead rollers mounted on bush bearing with sealing arrangement shall be provided.

5.0

EXCLUSIONS :

00FT021B/94

The following items are excluded from the scope of the vendor.
5.1

All Major Civil works in connection with new facility to be arranged in the river and its bed based on
the load details furnished by the vendor, such as supporting structure for fixing the EOT crane, RCC
columns in river and river bed, Steel structure above column / RCC beam with insert plate, Ground
level control console room etc. However, minor chipping / concreting in connection with erection of
EOT Crane to be taken up at site as required.

5.2

Dismantling of any existing facilities in connection with placing new barge unloader and its connected
accessories, electrical cables, pneumatic line, piping etc are excluded.

6.0

SPARE PARTS :

6.1

GENERAL :

6.1.1

The bidder shall include in his scope of supply all the necessary mandatory spares, start-up and
commissioning spares and recommended two years operation spares and indicate these in the
relevant schedules. The general requirements pertaining to the supply of these spares is given
below:

FACT ENGINEERING AND DESIGN ORGANISATION


Page 17 of 57

00FT021B/94

TECHNICAL
PROCUREMENT
SPECIFICATION

32474-01-PS-001 SPL

SPECIAL REQUIREMENT OF THE PROJECT


( Barge Unloading FACT UC )

6 of 8 R0

6.1.2

The Contractor shall also indicate the unit wise population of each item and the service expectancy
period for the spare parts (both mandatory and recommended) under normal operating conditions
before order placement.

6.1.3

All spares supplied under this contract shall be strictly interchangeable with the parts for which they
are intended for replacements. The spares shall be treated and packed for long storage under the
climatic conditions prevailing at the site, e.g. small items shall be packed in sealed transparent
plastic bags with dissector packs as necessary.

6.1.4

Each spare part shall be clearly marked or labeled on the outside of the packing with the
description. When more than one spare part is packed in single case, a general description of
contents shall be on the outside of such case and a detailed list enclosed. All cases, containers and
other packages must be suitably marked and numbered for the purposes of identification.

6.1.5

The Bidder shall provide the purchaser all the addresses and specification of his sub-suppliers while
placing the order on vendors for items / components / equipments covered under purchaser order
and will further ensure with his vendors that the purchaser, if so desires, will have the right to place
order for spares directly on them on mutually agreed terms based on offers of such vendors.

6.1.6

No mandatory or recommended spares will be used during startup and commissioning of the
equipment / plant.

6.2

MANDATORY SPARES PARTS :

6.2.1

The list of mandatory spares, which are considered essential by the Purchaser, is indicated in
enclosed in 32474-01-PS-001 SPR of this specification.

6.2.2

The prices of mandatory spares indicated by the bidder in the Bid Proposal shall be used for bid
evaluation purposes.

6.3

RECOMMENDED SPARES FOR TWO YEARS OPERATION :

6.3.1

The Bidders shall submit the list including unit & quantity of recommended spares for two years
normal operation & maintenance in un-priced part as per format and item wise price shall be
submitted in priced part.

6.3.2

The Purchaser reserves the right to buy any or all recommended spares.

6.3.3

Prices of recommended spares will not be used for the evaluation of Bids. Prices of Spares shall
remain valid until the end of guaranteed period; Owner may order such spares any time during this
period.

6.4

START-UP & COMMISSIONING SPARE :

6.4.1

Start-up commissioning spares are those spares which may be required during the start-up and
commissioning of the equipment / system. All spares used until the plant is handed over to the
Purchaser shall come under this category. The Contractor shall procure and supply spare parts for
start-up and commissioning and are included in his scope of work without any extra cost to

FACT ENGINEERING AND DESIGN ORGANISATION


Page 18 of 57

TECHNICAL
PROCUREMENT
SPECIFICATION

32474-01-PS-001 SPL

SPECIAL REQUIREMENT OF THE PROJECT


( Barge Unloading FACT UC )

7 of 8 R0

00FT021B/94

purchaser. The Lump sum quoted price shall be deemed to be inclusive of provision of such spares
and additional spares.
7.0

INSPECTION & TESTING

7.1

All equipments shall be subjected to inspection by Owner / authorized representative at all stages,
before, during and after manufacture.

7.2

Owner or their representative shall have free access to the works of the vendor or his subcontractors (if any) to carry out the inspection of all items covered under the scope of work. Vendor
shall submit a detailed quality assurance plan for review and approval by FEDO/FACT.

7.3

Approval of work by FEDO/FACT shall in no way relieve the vendor of his responsibility in meeting
all the provisions of the enquiry conditions.

7.4

Bidders shall provide a minimum of 10 days advance notice to Owner to arrange the inspection as
per agreed QAP / Inspection Test Plan (ITP).

7.5

The vendor shall operate the Barge Unloading System initially under his supervision after
mechanical erection. Once the system is stabilized / commissioned, the system shall be operated by
M/s. FACT UD in the presence of supplier. The vendor shall impart necessary training and assist
the owner to operate the system under his supervision. During the operations by the owner,
performance evaluation tests ( PGTR ) shall be conducted by unloading at least three (3)
consecutive Barges of capacity 400 MT (min) fully to prove that equipments and the entire system
complies with the requirements of this specifications.

8.0

PAINTING & PROTECTION

8.1

All exposed parts other than SS / Machined surfaces, prior to painting, shall be blast cleaned to SA
1
2 /2 in an environment of relative humidity not exceeding 80%

8.2

After surface preparation the protective painting shall done as follows,


a)

Primer

One coat of Zinc Chromate primer @ 50 microns DFT (min).

b)

Intermediate coat
( at shop )

One coat of chemical resistant epoxy paint @ 50 microns DFT (min).

c)

Finish coat
( at site )

One coat of chemical resistant epoxy paint @ 50 microns DFT (min).

8.3

All exposed machined surfaces and internals shall be protected against rusting, before despatch,
suitable for 6 months of storage

9.0

ERECTION

9.1

The Vendor shall execute the work with NIL / Minimum disturbance to the existing barge unloading
by crawler crane & grab system. All safety precautions shall be taken for carrying out the job as per
the standard safety practices, rules and regulations in force at FACT-UC.

9.2

The work shall be done as per the directives and with the consent of the Plant-in-Charge. Since the
barge unloading system is to be erected at different height, all necessary steps shall be taken to
ensure the safety of the people at work. Vendor shall be responsible for the safety of the personnel
employed by him

FACT ENGINEERING AND DESIGN ORGANISATION


Page 19 of 57

TECHNICAL
PROCUREMENT
SPECIFICATION

32474-01-PS-001 SPL

SPECIAL REQUIREMENT OF THE PROJECT


( Barge Unloading FACT UC )

9.3

All Tool & Tackles, Consumables, Lifting arrangement such as small cranes / forklifts, Skilled and
unskilled labours required for the erection and commissioning shall be arranged by the contractor till
the date of handing over the system. The vendors shall arrange storage of materials at site and site
handling.

9.4

Power and water required for erection will be supplied at one point, free of cost. Further distribution
shall be the responsibility of the vendor.

9.5

All prevailing labour laws / rules / practices in the factory for engaging contract labours utilizing for
the erection and commissioning shall apply as such.

9.6

Crane if available with the owner shall be given on chargeable basis to the contractor during site
erection on request. However non availability of crane with the owner shall not be cited as reason for
delay or compensation.

10.0

PERIOD OF COMPLETION

10.1

The period of completion for design and supply of EOT crane & its accessories shall be Eight (8)
months from the date of Purchase Order / Work Order and period for erection and commissioning
shall be two (2) month from the date of issue of work-to-proceed notice, once the civil works are
completed. Vendor shall quote the best possible time of completion in the offer itself considering the
nature of work as specified above.

11.0

PERFORMANCE GUARANTEE

11.1

The Material Handling System of EOT crane, Grab & its accessories and instrumentations shall be
guaranteed for performance at the operating conditions specified. Capacity shall be guaranteed
without negative tolerance.

11.2

Any equipment / part of the system found defective or shortfall in performance beyond acceptable
values shall be rectified by vendor within a reasonable time, free of cost to Purchaser. If vendor fails
to carry out the rectifications within a reasonable time, Purchaser shall have the right to carry out
necessary rectification at the risk and cost of vendor.

11.3

The equipments and parts shall be guaranteed against defects in design, material, workmanship and
performance for a period stipulated in the commercial conditions of the enquiry.
------------------------------------------

00FT021B/94

8 of 8 R0

FACT ENGINEERING AND DESIGN ORGANISATION


Page 20 of 57

GRAB CRANE
+12000

EOT Crane Vendor Scope


LT Rail Bottom Elevation

CRANE GIRDER (Structural Steel) OR RCC BEAM with Insert plate

RAIL WELDED/BOLTED
TO TOP PLATE (By
Vendor)

+12000mm

CIVIL WORKS Scope

OPERATOR CABIN
2500x2500
CABIN (FIXED)

+6000

RCC COLUMN
(TYP)

HOPPER

DISCHARGE
BIN & CONVEYOR
(EXISTING)
+0.00 FFL

+0.00
FFL

+0.00
FFL

A
MTL

HTL

ELEVATION

BARGE

PRIMARY SHIPMENT
CONVEYOR

VIEW SECTION A-A

RIVER PERIYAR
NOTE:
1) The LT Rail bottom elevation given is indicative only. Vendor may check the suitability & give
the offer accordingly.
2) The position of fixed operator cabin shown shall be checked for suitability to have a clear vision
on both Barge & Bin for effective unloading operation.
3) The location of control console proposed at ground floor shall be ensured for operational
suitability. The detail of building requirement shall be furnished in the offer itself.

(RAIL SPAN)

4) The crane bucket volume proposed is indicative only. Vendor shall check for ideal volume
of bucket in accordance with timing calculation to meet the capacity. The timing calculation
with selected bucket size shall be given in the offer itself.
3

5) The density of material to be handled varies from 0.9 to 1.4 T/m. Hence for maximum load
design calculation, maximum density of 1.4 T/m3shall be considered, and for volumetric
3
design calculation, (unloader capacity) a mean density of 1.2 T/m shall be taken.

CRANE SPECIFICATION

A/C CONTROL
CONSOLE
(3Mtr.x 6Mtr.)
(Proposed)

SULPHURIC ACID PLANT AREA

PROPOSED LOCATION OF
FIXED OPERATOR'S CABIN
AT 6500mm HEIGHT

PLAN

CAPACITY (Unloading Rate)

150 TPH (Design), 75 TPH (Present Requirement)

MATERIAL DENSITY

0.9 to 1.4 T/m

SPAN

13 M

CRANE BUCKET VOL. (PROPOSED)

4 M (Design) , 2 M (Present Requirement)

TYPE OF DRIVE

VARIABLE VOLTAGE, VARIABLE FREQUENCY

CONTROL STATION

FROM FIXED OPERATOR'S CABIN

All Dimension in mm unless specified.

NTS
12/08/13
SR
JC
JC
JC

M/s FACT UD

CRP

Page 21 of 57

BARGE UNLOADING - FACT UC

GENERAL ARRANGEMENT OF
EOT CRANE AND GRAB FACILITY
32474-01-ZM-001

32474

DATA SHEET
Job No

32474-01-DA EOT

E O T CRANE

: 32474

Item No.

PAGE 1 OF 2
R0
: 32474-01-PS-001
Wheel Base
mm
:
A ( Main Hook )
mm
:
A ( Auxiliary Hook )
mm
:
B ( Main Hook )
mm
:
B ( Auxiliary Hook )
mm
:
mm
E ( Main Hook )
:
E ( Auxiliary Hook )
mm
:
E1 ( Main Hook )
mm
:
E1 ( Auxiliary Hook ) :
mm
F1 :
mm N :
mm
F2 :
mm P1 :
mm
G :
mm T1 :
mm
H :
mm P2 :
mm
mm
K :
mm T2 :
L
mm R :
mm
:
M :
mm
mm
:
To Unload Sulphur from Barge and feed to Hopper
M8 ( IS 3177 )
Outdoor, Corrosive Atmosphere
Double girder
TPS No.

: BU 800

Description of duty
Classification in BS.466, or Equivalent IS
Location and Environment
Type of EOT Crane

1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22

No .of cranes required


Weight of crane without load
Main hoist safe working load
Type of hook reqd

Section of crane beam :


Runway rail size
:
Auxiliary hoist reqd
reqd.
: No

: One
:
:
:

Kg
Te

23
24
25
26

Main hoist

Auxiliary hoist
NA
NA

Max. deflection of crane bridge under full working load mm


mm
Weight of heaviest part of crane during construction
Crab
Whether crane fitted with crab or fixed hoist
No. of wheels in each end carriage
Max. wheel load in each end carriage
:
Factor of safety of
(a) Crane
(b) Hoist rope
:
Main hoist rope: Dia, mm :
Q
No. off ffalls :
Quality :
Min. breaking load
Aux. Hoist rope: Dia, mm :
NA No. of falls : NA Quality :
NA
Min. breaking load
Electrical supply to control: :
Air purge required
: Yes / No
Location of controls
: Refer Electrical Section of TPS & layout Drawing
Over hoist
Over lowering
Limit switches
:
Traversing
Travelling
Main Hoist
No of motors
No.
Type of motors
BHP / Selected
Speed

Aux Hoist

Cross traverse

27
28
29
30

Kg 31
:
32
: 6
Te 33
:
: NA Te 34

Long travel

35
36
37
38
39
40
41

KW
RPM

42
43
44

PROJECT

SAP, FACT - Udyogamandal


CLIENT

2
1
01FT044C/94

BARGE UNLOADER AT

P.O No.

12-08-2013

Rev

DATE

JC

PRPD.

CRP

CHKD.

CRP

APPRD.

VENDOR

FACT ENGINEERING AND DESIGN ORGANISATION

Page 22 of 57

FACT - UD

DATA SHEET

32474-01-DA EOT

E O T CRANE

Rating
KW
Power factor
Full load current
Amps
Starting current
Amps
Details of control panel equipment

PAGE 2 OF 2

R0
1
2
3
4

5
6
7

Type & diameter of long travel conductors

: Festoon Cables / E-Chain / Down stop leads

8
9

Type & diameter of cross traverse conductors : Festoon Cables / E-Chain / Insulated bars / Cable reeling drum

10
11
12

Hoist Speed
Travel Speed
Operating Speeds,
M/min
Main Hook
Aux. Hook
Cross Travel
Long Travel
Main Speed
NA
Creep Speed
NA
NA
NA
NA
Length of long travel
travel, M:
Width of bridge platform
platform, mm :
Hoisting
: Electro hydraulic &electromagnetic fail to safe
Brake Mechanism Traversing
: Electro hydraulic
Travelling
: Electro hydraulic
Diameter, mm
Length, mm
Shell thickness, mm
Hoist drum details Main Hoist Drum
Aux. Hoist Drum
NA
NA
NA
REMARKS
1 Suitable
S it bl GRAB with
ith holding
h ldi and
d closing
l i arrangementt for
f collection
ll ti off Sulphur
S l h from
f
the
th Barge
B
and
d unloading
l di
discharge in to the bin shall be supplied along with EOT crane and accessories ( see Spl. Cond )

13
14
15
16
17
18
19
20
21
22
23
24
25
26
27

Track Rail
Type
Size
Weight / Meter

Trolley Travel

Bridge Travel

Net Mass
Complete Unladen Crane :
Complete Unladen Crab
:

Hoisting

Trolley

Bridge

NA
NA
NA
NA
:
: NA
: Yes / No
Yes / N
No
: Y
:
:
:
:
:
:
:
:

Crab

Ratio
Stages
Hardness - Gears
Hardness - Pinion
Main Hoist Type
Aux. Hoist Type
Safety Latch Reqd.
H
i li lock
l k Reqd.
R d
Hookk swiveling
Lift of hook above floor level
Drop of hook below floor level
Hook Approach to runway rails
Main ( L side / R side )
Aux. ( L side / R side )
End Approach
Any Special Requirements
MOC of Hooks

Auxiliary

M
M
M
M
M

Pla
atform End Carriage

Hooks

Gears

Main

28

Te
Te

29
30
31
32
33
34
35
36
37

Centers of Traverse wheels


MOC of Traverse wheels
Wheel Diaameter
H d
Hardness
Wheel Base
MOC of Travelling wheels
Max.wheel load without impact
Wheel Diaameter
Hardness
Number
Length
Width

:
:
:
:
:
:
:
:
:
:
:

38
39
40
41
42
43
44
45
46
47
48
49

01FT044C/94

50
51
52

FACT ENGINEERING AND DESIGN ORGANISATION

Page 23 of 57

iso2.sty

ENGINEERING
SPECIFICATION

ELECTRIC OVERHEAD TRAVELLING CRANE


2.2.0

CONTENTS

1.0.0
2.0.0
3.0.0
4.0.0
5.0.0
6.0.0
7.0.0
8.0.0

SCOPE
GENERAL
DESIGN
CONSTRUCTION
LUBRICATION
SURFACE PROTECTION
INSPECTION
WELDING AND NON-DESTRUCTIVE EXAMINATION
9.0.0 TESTING
10.0.0 SHIPMENT
11.0.0 ERECTION & COMMISSIONING

1.0.0

SCOPE

1.1.0

This specification together with data sheets and


referred s tandards c over the requi rements for
Electric Overhead Travelling Crane to be
designed, manufac tured, tested and s upplied
by the vendor.
No deviation or exception from this specification
shall be permitted without the written approval
of the purchaser. All deviations from the requirement of this standard shall be clearly mentioned
in the tender with referenc e to relevant paragraph number of this s tandard. Deviations, i f
any, shall be listed by the vendor supported by
reasons, for the consideration of the pur chaser.Unless specifically mentioned i n th e
offer, al l the clauses of thi s standard shall be
deemed to be acceptable to the tenderer.
Special requi rements of the project w hich are
attached to this specification c over modi fications to this specification, purchasers special or
local requi rements as well as specfic job data
pertinent to this specification. If speciial requirements of theproject are in contradiction with this
specification, special requirements o f t he
project shall govern.
This s pecification s hall be read in conjunction
with FEDOs s tandard c onditions of purchase
and supplementary conditions of purchase for
contract w orks w hen erec tion of the crane is
included in vendors scope.
All conflicts between this specification, data
sheets and specifications referred herei n shall
be referred to the purchaser for clarification prior
to the manufacture of the affected part.
Manufacturing, erec tion and testing of cranes
covered by this specification shall conform with
local regulations as applicable.

1.2.0

1.3.0

1.4.0

1.5.0

1.6.0

2.0.0

GENERAL

2.1.0

The design, fabri cation, manufac ture, erection


and testing of structural and mechanical components of the crane shall conform to the latest
editions of IS:807 and IS:3177 specifications as
applicable unless otherwise stated.

PRPD. BY:K.K

CHKD. BY:C.R.P

2.3.0

PAGE 1 OF 3

The electrics of the equipment shall comply with


the electrical specifications attached.
Vendor s hall s ubmit draw ings and documents
as per Vendor Data Requirements (VDR).

3.0.0

DESIGN

3.1.0

The safe working load, span and other particulars are specified on the data sheet.
The side and end hook approaches shall be the
minimum prac ticable. The c learance betw een
the end c arriages or any mov ing part and the
nearest building structure shall not be less than
50mm.
The hoisting, traversing and trav elling motions
shall be designed so that these motions may be
driven simultaneously or separately without
shock or vibration to the gantry structure.
The bridge girders shall be of welded structural
steel box or lattice construction with stiffeners.
These members s hall be designed i n ac cordance with latest edition of IS:807 and wind and
e a r th q u ak e d e s ig n r e q u ir e men ts w he n
specified on data sheet. Maximum deflection of
the crane structure at full load shall be span/900.
Corrosion allowance for the s tructural des ign
shall be 1.5mm - 2mm.
The equipment shall be designed and fabricated
as an integral structure with only such parts
removable as required to facilitate the shipment,
erection or maintenance of the crane.
All mechanical parts of the crane system shall
be designed to have a minimum factor of safety
of five based on the ultimate strength of the
material used.
WIND AND EARTHQUAKE REQUIREMENTS
When specified on the data sheet, design wind
load shall be in accordance with latest edition of
IS:875 using a basic wind pressure as stated on
the data sheet.
Earthquake design shall be in accordance with
latest edition of IS:1893 when specified on data
sheet.

3.2.0

3.3.0

3.4.0

3.5.0

3.6.0

3.7.0
3.7.1

3.7.2

4.0.0

CONSTRUCTION

4.1.0
4.1.1

MAIN GIRDERS AND PLATFORMS


The main girders, end carriages and other structural steel work shall be of welded construction.
They shall be stiffened to maintain their vertical
and horizontal alignment under all conditions of
load and shall satisfactorily withstand the stresses imposed while stopping and starting.
Cranes equipped with traversing motion shall be
provided with cross travel rails of s uitable sections.
When specified on the data sheet, access platforms shall be provided for the full length of the
bridge and attached to it. Platforms shall provide
easy access to the drivers cabin.
Platform fl oor pl ates s hall be 6mm c hequered
plates and securely fenced in accordance with
Indian Standards/statutory regulations

4.1.2
4.1.3

4.1.4

APPRD. BY:C.R.P

FACT ENGINEERING AND DESIGN ORGANISATION

Page 24 of 57

01ES044 / 10

ISSUED ON: OCT 10

ENGINEERING
SPECIFICATION
4.2.0
4.2.1

4.2.2
4.2.3
4.2.4
4.3.0
4.3.1

4.4.0
4.4.1

4.4.2
4.5.0
4.5.1
4.5.2
4.5.3
4.5.4
4.5.5
4.6.0
4.6.1
4.6.2
4.7.0
4.7.1

4.7.2
4.7.3
4.7.4

ELECTRIC OVERHEAD TRAVELLING CRANE

END CARRIAGES
End c arriages shall be equipped with doubl e
flanged wheels with treads accurately machined
to s ize i n pai rs. E nd c arriages shall be of the
rotating axle type.
Safety lugs shall be provided to prevent a drop
of more than 25mm in case of axle failure.
Rail sweeps shall be prov ided in front of each
wheel and shall proj ect below the top of the
runway rail.
At least one wheel of each end carriage shall be
power driven and the speed of both must be
synchronised.
CONTROL
Method of control shall be as specified on data
sheet (Also refer to attached electrical specification). If a c abin operated c rane is specified on
the data sheet the cabin shall be provided with
necessary fittings such as fan, c hair and l ight.
Controllers in the cabin shall be mounted in such
a way that they can be eas ily operated by the
driver with full view of the lifting load. In case of
floor operated crane the pendant push button
shall be suspended from one end of the bridge
at a suitable height.
CRAB
When a travelling crab is specified the crab shall
be of robust welded steel construction. The crab
shall be mounted on cast steel double flanged
wheels hav ing machined treads of suitable
diameter.
Wheels shall be mounted on rotating axles.
HOISTS
Hoist drum shall be flanged at both ends.
In case of double fall drums grooving shall be of
opposite handing on either halves.
Multilayer winding shall not be used.
For hoisting motion limit switch shall be provided
to prevent over hoisting and overlowering.
There shall be capacity in the drum for two extra
turns of wire rope.
BRAKES
Th e b r a k i n g d e v i c e s h a l l b e e i t h e r
electromechanical or electrohydraulic as
specified on data sheet.
Additional brake shall be provided for hoist motion, when specified.
MACHINERY
Gears shall be of steel with the teeth machine
cut from solid blanks and shall be designed to
resist al l s tresses w hen the crane i s handl ing
maximum load.
The drive on all gears shall be positive and quiet
in operation when rotating in either directions.
All gear as semblies s hall be enclosed in self
contained gear cases fitted with oil level indicators.
Couplings and collars shall be of the shrouded
or protected type free from projections.

4.7.5

4.8.0
4.8.1
4.8.2

4.9.0
4.9.1
4.9.2
4.9.3
4.10.0

4.11.0

4.12.0

4.13.0
4.13.1
4.13.2
4.13.3
4.13.4

01ES044 / 10
PAGE 2 OF 3

When creep speed is specified on the data sheet


and the offered system consists of pony motors
and separate speed reducers, the transmission
arrangement shall be such as to avoid idle running of the parts during full speed operation.
ROPES
Wire rope shall conform to latest edition of
IS:2266.
Wire rope shall be steel cored and galvanized.
But for design purpose, ultimate strength value
applicable for corresponding hemp c ored w ire
rope shall be used.
SLINGS, SHACKLES, HOOK
Slings and shackles as specified on the data
sheet shall be supplied by the vendor.
Hooks shall conform to relevant Indian Standards. Hook shall be of a type specified on data
sheet.
Hooks shall be tested in accordance with latest
edition of IS:7847.
BOLTS FOR FIELD CONNECTION
Bolts for connection between end carriage and
girder s hall be M.S . machined and fitted ty pe.
Size of these bolts shall not be less than 20mm
dia.
WIND RESTRAINTS, SEISMIC RESTRAINTS
When specified on data s heet w ind restraints
and seismic restraints shall be provided. These
restraints shall be part of end carriage and will
envelope the rails allowing movement of the
crane.
SPECIAL TOOLS
All special tools required for operation and maintenance shall be included in the scope of supply
of vendor and listed in the offer.
SAFETY AND GUARDING
All guards nec essary to afford protection from
ropes, electrical equipment and moving
machinery shall be provided.
All guards shall be so arranged that they can be
removed w ithout disturbing other parts of the
equipment.
Trolley stops s hall be provided by the vendor
and shall be located at the limits of trolley travel.
Bumpers shall be of rubber. End stoppers shall
be of steel.

5.0.0

LUBRICATION

5.1.0

All moving parts shall be efficiently lubricated by


either oil or grease.
Parts not in oil bath shall be prel ubricated and
sealed or shall be lubricated by grease fittings.
If beari ngs are not accessible, the lubrication
fittings shall be piped to a convenient location.
When oil lubrication is used level indicators shall
be provided.
Vendor shall furnish a recommended schedule
of lubricants i n the attached lubrication data
sheet.

5.2.0

5.3.0
5.4.0

FACT ENGINEERING AND DESIGN ORGANISATION

Page 25 of 57

ENGINEERING
SPECIFICATION

ELECTRIC OVERHEAD TRAVELLING CRANE

6.0.0

CORROSION PROTECTION

6.1.0

All fabri cated structural components shall be


cleaned by sandblasting.
Mec ha nic al c o mpone nts which ma y be
damaged by bl ast cleaning such as pillow
blocks, li ne shafts, piping, motors and brakes
shall not be blast cleaned. Surface preparation
for these items shall be by wire brush or solvent
cleaning methods.
The cleaned surfaces shall be painted the same
day they are cleaned.
Certain items such as name plates, brake
drums, wheels, bearings and seals which will be
damaged by painting shall be masked off during
the painting process.
Apply two coats of zinc chromate primer to dry
film thickness of 20 micron each. The final painting s hall be of two coats of chemical resistant
epoxy pai nt of 20 micron thickness on a dry
basis, unl ess otherwise specified i n the data
sheet. The c rane shall be fi nish painted at site
after erection.
No pai nting s hall be performed at the shop or
field when ambient temperature is less than 50C
and the relative humidity is more than 80%
except when approved in writing by purchaser.

6.2.0

6.3.0
6.4.0

6.5.0

6.6.0

9.0.0

INSPECTION

7.1.0

Inspection shall be by FEDO or purchasers


authorised representative.
Inspection authority shall hav e access to the
vendors works at al l reas onable times for the
purpose of witnessing the manufacture, verifying manufacturers inspection records, inspection and testing of all products and/or the complete crane.
Vendor shall submit an inspection procedure to
the I nspection authori ty for approval, before
starting the manufacture.

7.3.0

8.0.0

WELDING AND NON-DESTRUCTIVE EXAMINATION

8.1.0

All w elding p rocedures, non- destructive t est


procedure and w elder qual ification shall be i n
accordance with Indian Standards and shall be
got approved by FEDO.
Butt w elds in c rane girder bottom plate s plice
shall be 100% radiographically tested.
Fillet welds for all load bearing structural members s hall be tes ted by the dye penetration
method on accessible surfaces. At least 10% of
total length of each size of fillet w eld shall be
tested.
The vendor s hall remov e defects of al l w elds
found deficient by visual examination or by nondestructive testing and shall repair the welds.
Crane hook shall be subjected to ultrasonic test
in accordance with relevant Indian Standards.
Copies of all non-destructive testing reports
shall be submitted to FEDO.

8.2.0
8.3.0

8.4.0
8.5.0
8.6.0

9.1.2
9.1.3
9.2.0
9.2.1

9.2.2

9.2.3

7.0.0

7.2.0

9.1.0
9.1.1

9.2.4

9.2.5

01ES044 / 10
PAGE 3 OF 3

TESTING
All tes ts shall be conducted as s pecified i n IS
3177/ IS 807. Tests shall be witnessed by
FEDO/client/ authorised representative.
SHOP TESTING
Testing shall be done by the vendor at hi s expense in accordance with Indian Standard
specifications and procedures.
The c rane s hall be tested under full l oad and
25% overload on hoisting and cross traverse
motions.
Vendor shall submit the test agenda for approval. Results of the tests shall be furnished to
FEDO.
FIELD TESTING
Before starting operational tests, the hoists shall
be operated under light loads (not exceeding
10% of rated load) for at least two hours of
continuous operation to run i n the gearing and
to ens ure that all parts are properly lubricated
and all controls are fully functioning.
After pre-operati onal tes ting i s c ompleted and
before use of the crane for handling objects, the
crane shall be tested at rated load and 125% of
rated load.
Field tes ting s hall be the res ponsibility of the
vendor. Vendor shall depute his technical personnel for arranging the test.
Test load facility will be as per mutual agreement
between vendor and purchaser. V endor shall
detail in his proposal facilities required for carrying out the test.
All other tests mentioned in the relevant IS shall
be carried out.

10.0.0 SHIPMENT
10.1.0 All bright parts subjected to rust shall receive a
coat of anti-rusting compound and shall be
suitably packed for shipment.
10.2.0 Any special shipment and packing requirements
attached with this document shall also be complied with.

11.0.0 ERECTION & COMMISSIONING


11.1.0 The crane shall be erected at site by the vendor.
Minor builders works such as chipping, grouting
etc. shall be arranged by the vendor. Levelling
shims, wedge blocks or jack screws etc. are to
be supplied by the vendor. Necessary tools and
tackles required for erection shall be arranged
by the vendor.
11.2.0 Levelling and alignment of rails shall be done to
allow smooth, jerk- free movement of the crane.
11.3.0 Crane after erection shall be commissioned and
tested at site to prove the performance.
11.4.0 Supply and filling of the first fill of lubricants and
their replenishment during commissioning shall
be arranged by the vendor.

*********************************
FACT ENGINEERING AND DESIGN ORGANISATION

Page 26 of 57

TECHNICAL
PROCUREMENT
SPECIFICATION

SPARES
( MANDATORY )

32474-01-PS-001 SPR
PAGE 1 OF 2

R0

EOT CRANE
Sl
No

Description

1.0 Grab Bucket - to meet unloading

Suggested
Quantity (% )

Quantity

100

100

1 set

Unit Price

Total Price

capacity of 75 T/Hr
2.0 Brake Liners

01FT044D/94

Wherever suggested Quantity is less than 100%, minimum 1 set or 1 No: shall be provided

12-08-2013

ISSUED FOR ENQURY

REV NO

DATE

DESCRIPTION

JC

PREPARED CHECKED

FACT ENGINEERING AND DESIGN ORGANISATION

Page 27 of 57

CRP

CRP

APPROVED

TECHNICAL
PROCUREMENT
SPECIFICATION

SPARES
( for 2 years of operation )

32474-01-PS-001 SPR
PAGE 2 OF 2

R0

EOT CRANE
Sl
No

Suggested
Quantity (% )

Description

1.0 Brake lining with rivets

300

2.0 Carbon brushes for motor

100

3.0 Contactor contact

4.0 Contactor coil

5.0 Wire rope

100

6.0 HRC fuses

7.0 Brake coil for EM brakes

8.0 Oil seal for gear box

100

9 0 Gearbox input bearings


9.0

100

10.0 Bearings for motors

11.0 Thrustor unit

12.0 CT wheel bearings

100

13.0 LT wheel bearings

100

14.0 Hoist limit switch

15.0 Push button element with button

16.0 Gaskets & 'O' rings

Quantity

Unit Price

Total Price

100

* Please see spare of Electrical

01FT044D/94

Wherever suggested Quantity is less than 100%, minimum 1 set or 1 No: shall be provided

12-08-2013

ISSUED FOR ENQURY

REV NO

DATE

DESCRIPTION

JC

PREPARED CHECKED

FACT ENGINEERING AND DESIGN ORGANISATION

Page 28 of 57

CRP

CRP

APPROVED

TECHNICAL
PROCUREMENT
SPECIFICATION

32474-01-PS-001 LD

EQUIPMENT LUBRICATION DATA

PAGE 1 OF 1

PROJECT

: BARGE UNLOADER FOR FACT - UC

PROJECT NO

: 32474

LOCATION

: SAP, Udyogamandal

TPS NO

: 32474-01-PS-001

VENDOR

CLIENT

: FACT - UC

SL
NO

R0

ITEM NO

DESCRIPTION
Type of Lubrication System

1 ( State Grease-Gun, Grease Packed, Drip, Splash,


Continuous )
Recommended Lubrication for Break in ( list two
2 Indian alternatives by trade name and number )

3
4
5
6
7
8
9

Quantity of Lubricant required for initial fill


(Litres or Kg )
Recommended Break - in period for
Initial application ( Hours )
Recommended Lubrication for normal operation
( List two Indian alternatives by trade name
and number )
Refill quantities if different from initial charge
( Litres or Kg )
Quantity of Lubricant shipped with initial order
( Litres or Kg )
Recommended time between changes of Lubricant
( Hours )
Expected annual consumption of Lubricant
( Litres or Kg )

01FT
T304/94

Remarks :

REV NO

DATE

DESCRIPTION

PREPARED CHECKED

FACT ENGINEERING AND DESIGN ORGANISATION

Page 29 of 57

APPROVED

TECHNICAL
PROCUREMENT
SPECIFICATION

32474-13-PS-001 SW

SCOPE OF WORK (ELECTRICAL)

Page 1 of 2

TPS NO.

32474-01-PS-001

ITEM :

ELECTRICS FOR BARGE UNLOADING SYSTEM FACILITIES AT FACT-UC KOCHI

EQPT. NO.

BU 800

R0

The Scope of work include the following


Sl.No.

Description

Required

Remarks

ELECTRICAL
1.0

2.0
2.1

2.2

2.3

2.4

2.5

00FT013 / 94

0
REV.

INTRODUCTION
The Scope of work shall include detailed engineering, design,
manufacturing, testing at works, inspection, supply, transportation,
storage and handling at site, erection, supervision, testing,
commissioning, trial runs and handing over of complete electrics
for BARGE UNLOADING SYSTEM, for M/s. FACT-UC.,
Udyogamandal, Kerala on TURNKEY BASIS including but not
limited to the following such as switch board (MCC), motors, push
button stations, cables and cabling, earthing, structural, installation
materials, acceptance test at site etc. required for safe and
successful completion of the job.
CONTRACTORS SCOPE
Electrical Panels
Supply, installation, testing and commissioning of Incomer Switch,
VFD panels, PLC, all related power and control panels,
accessories etc.

Operator Control desk


Supply, installation, testing and commissioning of Operator Control
Desk integral to revolving chair for operator
MV Motors
Supply, Installation, testing and commissioning of MV motors for
all motor driven equipments as per specifications.
Cables & Cabling
Supply, laying, installation, termination on either ends, testing and
commissioning of all power and control cables including internal
wiring for panels as required for all equipment such as drive
motors, MV switch boards, local switch boards, VFD, limit
switches, control devices etc of the BARGE UNLOADING
SYSTEM, for M/s. FACT-UC., Udyogamandal, Kerala plant
equipments such as drive motors, MV switch board, local switch
boards, construction of structural supports for over head cable
trays etc. as per specification, construction of cable trays and
structural supports for cable trays.
Lighting
Supply, installation, testing and commissioning of lighting
fixtures as specified along with lamps for the BARGE
UNLOADING SYSTEM, for M/s.FACT-UC., Udyogamandal,
Kerala

29/07/13
DATE

Issued for enquiry


DESCRIPTION

PPS

KAG

TKJ

PREPARED

CHECKED

APPROVED

FACT ENGINEERING AND DESIGN ORGANISATION


Page 30 of 57

32474 13 - PS 001 SW

TECHNICAL
PROCUREMENT
SPECIFICATION

SCOPE OF WORK (ELECTRICAL)


Page 2 of 2

TPS NO.

32427-01-PS-001

ITEM :

ELECTRICS FOR BARGE UNLOADING SYSTEM FACILITIES AT FACT-UC KOCHI

EQPT. NO.

BU 800

The Scope of work includes the following


Sl.No.

Description

2.6

Earthing
All earthing material for equipment and system earthing including
static earthing and carrying out the all earthing within the battery
limits defined for the barge unloader. All motors, electrical
accessories, noncurrent-carrying structures shall be effectively
earthed in duplicate as per IS 3043 by vendor, to the nearest
existing earthing junction plate provided by the purchaser.
Air conditioning for operator cabin
Split type air conditioner of approved make as required for
operator cabin

2.7

2.8

Required

2..10
2.11

Drawing and documents


Submission of drawings and documents All relevant details
drawings & documents pertaining to the equipments supplied and
installed by the contractor shall be furnished for purchasers
approval.

2.9

Installation, testing and commissioning


Installation, Testing & Commissioning works including all pre
commissioning tests, configuration of drives, PLC and controls,
checking of PLC software, connection of power, control, and
earthing cables, connection of protection/ alarm/ annunciation
systems, checking of all wiring, setting and calibration of relays,
tuning up of the drives and control system for smooth and efficient
operation etc. as specified.
Supply, Installation and Commissioning of any other items,
specifically listed herein or not, but required the safe, smooth and
efficient operation of the Barge Unloader.
Obtaining approval for Electrical Installation from Central Electrical
Authority/inspectorate approval etc. as required

FACT ENGINEERING AND DESIGN ORGANISATION


Page 31 of 57

Remarks

R0

TECHNICAL
PROCUREMENT
SPECIFICATION

1.0.

SCOPE OF WORK & SPECIAL REQUIREMENTS OF


THE PROJECT BARGE UNLOADING SYSTEM
(ELECTRICAL)

32474-13-PS-001 SPL

PAGE 1 OF 10

R0

INTRODUCTION :
This document shall be read in conjunction with Engineering Specifications, Data
Sheets, Drawings, etc. attached. The data sheets attached contains only general
data. The vendor/supplier shall furnish the data sheets/technical particulars duly
filled up with details of the equipment offered, technical particulars of each items
as per formats enclosed and all other documents and drawings as detailed in
vendor data requirement during detailed engineering.

2.0.

CLIMATIC CONDITIONS :
The equipment offered should be suitable for tropical and humid climate. The
equipment on the unloader should be suitably protected against damage from
radiant heat and should be rendered proof against ingress of dust and vermin.

3.0.

SCOPE OF WORK :
The scope of work shall include design, detailed engineering, manufacturing,
testing at works, inspection, supply, transportation, storage and handling at site
erection, supervision, testing, commissioning and handing over of complete
electrics with all associated accessories required for the safe, efficient and
smooth running of the BARGE UNLOADING SYSTEM, for M/s. FACTUDYOGAMANDAL COMPLEX, UDYOGAMANDAL, KOCHI, KERALA on
TURNKEY BASIS, including but not limited to the following such as :

(a)

All items of electrical equipment commencing from the mains incomer switch on
the barge unloader. The barge unloader electrics shall include power
disconnecting switch, protective switchgear, motor control panels, VFDs, PLC,
electro hydraulic thruster operated brakes /disc brakes /EM brakes, breaking
resistors, limit switches, rotary cam switches, selector switches, push buttons,
indication lamps, lighting distribution panel and lighting fixtures with lamps,
joystick controllers, terminal connectors, power / control / aux. contactors, HRC/
thyristor / semiconductor fuses, pulse encoders, drag chain systems, socket
outlets etc. as required.

(b)

All auxiliary electrical equipment including drive motors, electrically operated


brakes, controllers, AC variable frequency controls, conductors, protective
devices, operating devices, cables, conduits etc. necessary for the safe and
satisfactory operation and maintenance of the barge unloader.

(c)

All cabling and wiring such as power, control, lighting and earth cables / earth
conductors and cable trays / cabling accessories, within the battery limits defined
for barge unloader. The scope shall include supply, installation, termination and

3
2
1
0
REV. NO.

29/7/13
DATE

ORIGINAL ISSUE
DESCRIPTION

PPS
PRPD

FACT ENGINEERING AND DESIGN ORGANISATION


Page 32 of 57

KAG
CHKD

TKJ
APPRD

TECHNICAL
PROCUREMENT
SPECIFICATION

SCOPE OF WORK & SPECIAL REQUIREMENTS OF


THE PROJECT BARGE UNLOADING SYSTEM
(ELECTRICAL)

32474-13-PS-001 SPL

Page 2 of 10

R0

connection. All cables shall conform to IS 1554 latest requirements. Power and
control cables shall be of 1.1kV grade with copper conductor. Cable entry points
shall be completely sealed using appropriate barriers/compounds.
(d)

All earthing material for equipment and system earthing including static earthing
and carrying out the all earthing within the battery limits defined for the barge
unloader.

(e)

All sundry erection materials required for installation and connection of electrical
equipment with cable laying and fixing accessories.

(f)

All structural and installation materials as required for safe and successful
completion of the job.

(g)

Operators cabin with console / control panels and other electrics and air
conditioner for the operators cabin of the barge unloader. The operator console
shall be integrally mounted to operators revolving chair and shall be
ergonomically designed. The operators cabin shall be dust free with proper air
conditioning using a split air conditioner. Dust tight seals (automobile grade,
heavy duty) shall be provided on all doors and windows. The design of the
revolving chair shall be such that there shall not be any inadvertent pull on any of
the cables during the entire range of movement of the operators chair. Also
protection shall be provided to eliminate entanglement/twisting/kinks or abrasion
on the cables.

(h)

Electrical equipment used in the barge unloader such as push button stations,
limit switches, light fittings, etc, shall be suitable for the hazardous area
(sulphur dust) Group II 2D Zone 21 and motor shall be Flame proof, ExD,
IIB,T4,IP55,TEFC.

(i)

All equipment shall be of robust construction. Electrical equipment shall be


adequately rated to permit simultaneous operation of any combination of motions
of the unloader for its duty service. In general, the control voltage to be 110V
AC, single phase, 50Hz. All cables to have bottom entry into panels. Power and
control terminals to be grouped separately with 10% extra terminals in each
group.

(j)

Interlock/logic controls shall be using PLC. Communication between PLC and


VFDs shall be through communication bus. Make of PLC provided shall be of
ROCKWELL (ALLEN BRADLEY)/SIEMENS / GE FANUC / HONEYWELL / SCHNEIDER
ELECTRIC / OMRON make. PLC panel provided shall have 20% spare I/O

capacity.

00FT21B / 94

(k)

Panels shall be Rittal make. Panels, controllers, resistors etc. are to be properly
marked for each motion. Indication lamps shall be clustered LED type.

FACT ENGINEERING AND DESIGN ORGANISATION


Page 33 of 57

TECHNICAL
PROCUREMENT
SPECIFICATION

(l)

SCOPE OF WORK & SPECIAL REQUIREMENTS OF


THE PROJECT BARGE UNLOADING SYSTEM
(ELECTRICAL)

32474-13-PS-001 SPL

Page 3 of 10

R0

Operation end and intermediate position limit switches shall be non contact type,
emergency end /ultimate end limit switches shall be lever contact type. Joy sticks
shall be step less.

00FT21B / 94

(m) The protective and power panels are to be fuse less. ACB/MCCBs are to be used
at incomer, and MPCBs must be used for protection of motors/thrusters/circuits,
etc. Only thyristor drives to use thyristor protection fuses wherever applicable.
(n)

Motors, other than VVVF drives, shall be started on DOL.

(o)

Hold/Hoisting, Close, Long Travel, Cross travel motions VVVF drives and control
panels should be provided for. Speed and position controls shall be state of the
art. Hold/Hoisting and closing drive control shall be closed loop type with pulse
encoder feedback. Pulse encoder shall be of Baumer/ Hubner make. Pulse
encoder feedback cables shall be appropriate screened type, without
joints/junctions.

(p)

All VVVF/VSD drive panels, PLC panel/s and other controls panels shall be
provided in the ground level room. Maximum possible distance from VFD panel to
motor with and without output choke shall be clearly indicated in the offer.

(q)

VVVF/VSD/VFD drives provided shall be of GUJARAT HI REL CONTROLS,


KIRLOSKAR ELECTRIC CO LTD, BHARAT HEAVY ELECTRICALS LIMITED,
LARSEN & TOUBRO LTD, SIEMENS LTD, TATA LIEBERT LIMITED, ABB
LIMITED, AMTECH ELECTRONICS (INDIA) LIMITED, VACON DRIVES &
CONTROLS PVT LTD make

(r)

VFDs shall be selected with appropriate de-rating for the cyclic start/crane duty
operation/ overload tolerance as required for the unloader. Drive motors shall be
VFD compatible.

(s)

The VFDs shall be fully digital, microprocessor based with 6 / 12 pulse


rectification. Switching Device shall be IGBT, with Pulse width modulation. Shall
have USB Interface to connect to laptop PC for communication and diagnosis,
Parameter settings shall be through the control pad / PC. Cooling methodshall be
forced cooled. Input reactor shall be provided with all VFDs. Output reactor shall
be provided as per site requirement. The VFD shall operate without any
deterioration in performance over the voltage and frequency ranges mentioned in
this specification.

(t)

The VFDs shall have the following protections as a minimum. Values in brackets
are preferred ranges.
1)

Current supervision (50 -200% rated current)

2)

Rapid current limitation (to 200% rated current)

3)

Current switch off (300% Instantaneous)

4)

Input phase loss / input phase imbalance protection

FACT ENGINEERING AND DESIGN ORGANISATION


Page 34 of 57

00FT21B / 94

TECHNICAL
PROCUREMENT
SPECIFICATION

SCOPE OF WORK & SPECIAL REQUIREMENTS OF


THE PROJECT BARGE UNLOADING SYSTEM
(ELECTRICAL)

5)

Output phase loss with lost phase identification.

6)

Output short circuit protection

7)

Ground Fault

8)

Over temperature

9)

Over / under voltage trip

10)

Motor Stall (30 -200% of rated inverter current)

11)

Motor overload / over torque.

12)

Parameter locking.

32474-13-PS-001 SPL

Page 4 of 10

R0

(u)

VFDs shall have front mounted operator control panel consisting of LCD display
with plain English text and a keypad with keys for parameterization and menu
navigation shall be available. The display shall be at least 2 lines of 16 characters
and shall show stop / start controls, program / drive mode selection, set
parameters, reference settings, actual values, faults, fault history, alarms, motor
kW, current, speed, torque, O/P frequency, operating hrs., DC bus voltage, heat
sink temperature, etc. VFD keypad shall be capable of storing drive parameter
values in non-volatile memory. If memory is separate, vendor to give details in
technical bid.

(v)

The VFDs shall conform to requirements as per IEC 61800-2 and 3 and IEEE519-1992 for THD/TDD of the voltage and current at inverter output and
harmonics on supply side. Supplier shall provide calculations for harmonic levels
at the point of coupling. Harmonic analysis of offered VFD and its harmonic
contribution at the PCC shall be submitted. The VFDs shall be provided with lineside harmonic reduction to restrict current distortion within limits as per the
standards. Suitable internal DC link reactors / line side reactors shall be provided
to minimize power line harmonics and to provide near unity power factor. Motor
neutral voltage shall be maintained at ground potential for the total operating
condition. Audible noise level shall not exceed 85 dB(A) at a distance of one
meter from the front of the equipment (with doors closed, at any speed, any load,
with all normal cooling fans operating). The VFD shall supply near sinusoidal
voltage and current waveforms to the motor at all speeds and loads. Output
current THD shall be less than 5%. Standard induction motors shall not require
derating or upgraded turn-to-turn insulation and shall not require additional
service factor. The motor insulation system shall not be compromised thermally or
due to dv/dt stress. Dv/dt at the motor terminals (line-to-line) shall be limited to 10
volts per microsecond. Vendor must state the actual value in the offer. Output
filter capacitors shall be provided with discharge circuits to ensure that all residual
stored charge is reduced to less than 50 V DC within 30 seconds after a loss of
AC voltage. All capacitor shall be maintenance free and self-healing type. All
Printed Circuit Boards shall be provided with Conformal Coating to reduce the
corrosion effect from environmental gases and other conditions.

(w)

Motor Cable Distance - The VFD shall provide stable operation of the motor
without compromising motor insulation, regardless of motor cable distance.

FACT ENGINEERING AND DESIGN ORGANISATION


Page 35 of 57

TECHNICAL
PROCUREMENT
SPECIFICATION

SCOPE OF WORK & SPECIAL REQUIREMENTS OF


THE PROJECT BARGE UNLOADING SYSTEM
(ELECTRICAL)

32474-13-PS-001 SPL

Page 5 of 10

R0

Vendor shall clearly state the limitations in motor cable distance. Output filter, if
any required for cable distance mentioned, to mitigate reflected waves or to meet
any special requirements of the application shall be integral to the VFD. If output
filters are used in the variable frequency drive, a selective harmonic elimination
switching technique must be available to eliminate a potential harmonic
resonance in the operating speed range.
(x)

VFD Cooling System - Air-cooled with single/mixed flow fans, having quiet
operation, mounted integral to the VFD enclosure. Air flow switches / temperature
detectors to be provided to monitor cooling system. Alarm indication of the fan
failure required.

(y)

All VFD motors shall be provided with electric braking using breaking resistors.
Braking resistors shall be located adjacent to the ground level panel room.

(z)

Power supply to brakes shall be tapped from VVVF drive supply. However fail
safe design shall be ensured. Each motor shall be provided with individual brakes
in addition to common brakes, in any provided.

(aa) Clear space of 1 m shall be provided in front of the electrical panel. Clearance of
the panels shall conform to Indian Electricity Rules.
(bb) The scope shall also include providing a pre-start audio warning signal through
hooters in the premises where the mechanisms are to be started before start of
the unloader. The duration of the pre-start audio signal will be as per time
requirement set in the timer. Sequential start of the mechanism will be possible
only after the pre-start audio signal is over.
(cc) Drawings for electrical room and braking resistor room, operators cabin, control
panels room etc shall be got approved by Purchaser.
(dd) Ground level room/s for installing the breaking resistor, MCC, VVVF panels, PLC
panels, other control panels if any shall be in scope of purchaser. Air conditioning
with an ordinary split air conditioner (only for the room for VVVF panels, PLC
panels, other control panels if any) and required lighting in the ground level
room/s will be provided by purchaser. Installation of panels/equipment, installation
of cables for power, control, lighting(unloader) and earthing cables, their
termination and connection, sealing of cable entry points with suitable
barriers/seals and associated minor civil works shall be in vendors scope.

00FT21B / 94

(ee) Power and lighting cables shall be1.1kV grade armoured PVC or XLPE cables.
Power cable sizing shall be appropriate. Minimum size of power cable shall be 4
sqmm. All control cables shall be 2.5 sqmm. Panel wiring for power connections
shall be multi stranded Cu, 4 sqmm or more. All cables except flexible cables,
shall be with steel armouring.
(ff)

All flexible cables shall be multi stranded copper. Single strand cables should not
be used anywhere inside the unloader.

FACT ENGINEERING AND DESIGN ORGANISATION


Page 36 of 57

TECHNICAL
PROCUREMENT
SPECIFICATION

SCOPE OF WORK & SPECIAL REQUIREMENTS OF


THE PROJECT BARGE UNLOADING SYSTEM
(ELECTRICAL)

32474-13-PS-001 SPL

Page 6 of 10

R0

(gg) All cables exposed to direct heat radiation should be of special insulation or
should be run in formed steel channels provided with heat resistant material.
Cables laid on open racks should be adequately clamped. Cable selection and
routing on the unloader should form part of the unloader design. Metallic conduits
and conduit fittings if used on unloader for running cables should be of standard
design and should be supplied with complete accessories. Each motor should be
wired through separate conduits. All cables, remaining live in open position of
isolator should be installed separately.
(hh) Laying of cables shall be in appropriate cable trays/racks to be welded on to
structural. The cables shall be clamped at an interval of 0.5m or less using
aluminium / stainless steel clamps and stainless steel bolts and nuts. Additional
clamping shall be provided at bends. Cable trays if used shall be SS.
(ii)

Diverters (if any) shall be provided with limit switches and position indicators.

(jj)

Specification, make and layout of all major bought-out components are to be got
approved by purchaser before panel fabrication.

(kk) Rol
E-Chain
system
of
igus
make
shall
be
provided
for
power/control/lighting/earthing connections to moving trolley/crab. Cable reeling
drum or festoon cable system is not acceptable. Make of cables used in Rol-Echain system shall be of igus make and shall be multi stranded copper with
proper strain-relieving center cord, inner jacket, shield, abrasion-resistant UVresistant oil-resistant outer jacket, extruded under pressure, with maximum
flexibility. The flexible power cables shall have additional cores for duplicate
earthing.
(ll)

Joysticks/master controllers shall be step less for continuos variation in


speed/position. They shall be of robust construction, with smooth and easy
movements crosswise and diagonal and with centre zero and switches for zero
position.

(mm) The hoisting of the grab shall be possible while grab closing is in progress. The
closing motor shall run at higher speed and make the grab closed. Rope tensions
during hoist/lower/close/open during all combination of operations shall be taken
care by the control system.
(nn) Slack rope control facility shall be provided.
(oo) One of the PLC DO(Digital Output) along with suitable counter shall be configured
for grab count (number of grabs unloaded).

00FT21B / 94

(pp) Window type annunciation with hooter shall be provided for major faults in the
operators cabin as well as PLC panel room.

FACT ENGINEERING AND DESIGN ORGANISATION


Page 37 of 57

TECHNICAL
PROCUREMENT
SPECIFICATION

4.0.

SCOPE OF WORK & SPECIAL REQUIREMENTS OF


THE PROJECT BARGE UNLOADING SYSTEM
(ELECTRICAL)

32474-13-PS-001 SPL

Page 7 of 10

R0

LIMIT SWITCHES :
All limit switches should be connected in the control circuit and should be of self
re-setting type. Following( but not limited to) limit switches to shall be provided:(a ) Limit switch on hoisting motion to prevent over-hoisting and over lowering
(b) Limit switch on cross travel motion to prevent over run in either direction.
(c) Limit switches on long travel to prevent over run in either direction.
(d) Speed reduction limit switches shall be provided for cross travel and long
travel to reduce the speed appropriately near the operation end.
(e) Two number hopper center limit switches for indication and to help CT and LT
movements to stop the grab exactly above the hopper.
(f) Hoist/lower/close/open limits shall be monitored using rotary cam (g)
switches to be provided on hold/close rope drums.
(h) Emergency and back switches shall be provided to hoisting, grab, CT and LT
operations to ensure tripping when the limit exceeds.
(i) All Limit switches for operation end and intermittent positions such as for
hopper centre, speed reduction shall be non-contact type. Emergency /
ultimate end limit switches shall be lever contact type.
(j) Rotary cam switches shall be of make Stemmann-Technik / Stromag

5.0.

EMERGENCY STOP PUSH BUTTONS :


Safety switches of sustained contact type should be provided at the entrances to
the unloader bridge so that under any emergency conditions, operating any one
of the switches, the incoming circuit breaker is tripped thus cutting off power to all
the motions. Emergency Push Buttons shall be provided in operator cabin, long
travel gantry, ground and electrical room. A pilot lamp incorporated in the control
circuit shall glow up when any of these switches is operated. Push button
provided in the operator's cabin shall be of mushroom headed type OFF so that
the main incomer can be tripped under any emergency condition, by pressing the
operating head.

00FT21B / 94

6.0.

LIGHTING :
Sufficient lighting shall be provided in the unloader. Lighting for standard
illumination should be provided in the operator's cabin, staircases and areas
where control panels etc. are installed. Flood light fittings shall be provided as
required to illuminate the way during the traveling of the trolley from one point to
the other.( Four numbers flood light fixture with 250W HPMV lamp with all
accessories under the bridge and two numbers 125W HPMV well glass lighting
fixtures over the bridge shall be provided). Bulkhead fitting with dust proof covers
should be used for the above areas. The lighting distribution board and metal clad

FACT ENGINEERING AND DESIGN ORGANISATION


Page 38 of 57

TECHNICAL
PROCUREMENT
SPECIFICATION

SCOPE OF WORK & SPECIAL REQUIREMENTS OF


THE PROJECT BARGE UNLOADING SYSTEM
(ELECTRICAL)

32474-13-PS-001 SPL

Page 8 of 10

R0

switches incorporating ELCBs and double pole MCBs in every line of each circuit
should be provided in the operator's cabin for the unloader lighting, including Air
conditioning and fans. Cable wiring shall be adopted for lighting. Supply and
installation of all necessary material for the specified lighting requirement shall be
in the scope of the vendor.
7.0.

SOCKET OUTLETS :
At least four nos. of 24V AC socket outlets for hand lamps shall be provided, each
at operators cabin, long travel side and in the area where control panels,
resistors and transformers are installed. Industrial type metal clad plug and
sockets shall be provided. Supply and installation of 24V transformer and socket
outlets shall be in vendors scope.

8.0.

OPERATORS CABIN :
The crane is intended to be operated from a fixed cabin at an elevated position.
The operators cabin should be located in the front part of the machinery house in
such a way that the operator gets an all round visibility and has an uninterrupted
view of the grab, barge and hopper in all positions. The cabin should be protected
from rain. Manually and electrically operated wipers should be provided on the
front window. All windows should be accessible from inside for manual cleaning.
The cabin should be air tight with air conditioning to maintain a positive pressure
and dust free condition. Air conditioning shall be using appropriate split air
conditioner. Dust tight automobile grade heavy duty seals should be provided on
all doors, windows. Cable entry points shall be sealed using appropriate
barriers/sealing compounds. The cabin should be constructed with minimum 2
metre headroom. Toughened glass should be provided on the cabin windows.
The operators seat shall be ergonomically designed, properly upholstered and
with hand rests, adjustable height and revolving facility. The operator console
shall be of ergonomical design and integrally mounted to operators revolving
chair. All controls /displays shall be placed in a prominent position to ensure
optimum visibility, reach and easy operation. Suitable wall mounted fan should
also be provided for the operator. The cabin should have following additional
accessories provided:(a) CO2 fire extinguisher At least 1 number.
(b) Battery operated emergency light At least 1 number.
(c ) Wall mounted Oscillating fan At least 1 number.
(d) Split type window A.C. (2T or as required) At least 1 number.
(e) 230 V A.C., 50 Hz, 1 phase 5/15A sockets 02.

00FT21B / 94

9.0.

LADDER TO BRIDGE / GANTRY :


Ladder from operators cabin to the bridge/gantry shall be with steps and
handrails. Cat ladder is not acceptable.

FACT ENGINEERING AND DESIGN ORGANISATION


Page 39 of 57

TECHNICAL
PROCUREMENT
SPECIFICATION

SCOPE OF WORK & SPECIAL REQUIREMENTS OF


THE PROJECT BARGE UNLOADING SYSTEM
(ELECTRICAL)

32474-13-PS-001 SPL

Page 9 of 10

R0

10.0. IDENTIFICATION OF CIRCUITS/CABLES Etc :


Labels of permanent nature should be provided on supports of all switches, fuses,
motors, brakes, contactors, relays etc. to facilitate identification of circuits and
replacement. All power control cables, lighting and other cables are to be tagged
at both ends as per cable number indicated in the suppliers drawing. All
equipment terminals are also to be marked likewise.
11.0. SAFETY SCREEN :
Safety screen should be provided with unloader near the Down Shop Leads.
12.0. LIGHTNING PROTECTION :
Suitable lightning protection shall be provided for the unloader structures as per
applicable standards.
13.0. Suitable drainage provision shall be provided on the Crab platform
14.0. The scope shall include the testing & commissioning works including all pre
commissioning tests, checking of all power/control wiring / connections,
protections, alarms, annunciations, earthing etc, testing and commissioning of all
equipment erected and/or connected under this PO, as per relevant standards
and also as directed by the purchaser.
15.0. BATTERY LIMITS & OTHER REQUIREMENTS :
The power supply (41510% V A.C., 3 phase, 50 Hz 3%) near the crane gantry
of the unloader will be provided by the purchaser-FACT-UC. The Vendor shall
supply and install one number 415V, 4 pole (3 phase &N) IP55 main incoming
switch in sheet steel enclosure, of suitable capacity (400A minimum). Main
incomer switch shall be placed in Electric Panel room. The vendors scope shall
also include receiving, terminating and connecting purchasers power supply
cable along with duplicate earthing leads to the switch.
The details of switch provided by vendor are to be specifed to enable purchaser to
decide the cables sizes/modules sizes in purchasers MCC.
Any other supply such as voltage, phase, frequency etc required for safe, smooth,
and efficient operation of the equipments shall be derived by the vendor by using
appropriate devices/equipments from the above supply. Supply and installation of
such equipment shall be under vendors scope. Transformer provided shall be
with tapping at 2.5% and 5% of secondary voltage.

00FT21B / 94

16.0. EARTHING :
All motors, electrical accessories, non current-carrying structures shall be
effectively earthed in duplicate as per IS 3043 by vendor, to the nearest existing
earthing junction plate provided by the purchaser. Minimum size of earthing

FACT ENGINEERING AND DESIGN ORGANISATION


Page 40 of 57

TECHNICAL
PROCUREMENT
SPECIFICATION

SCOPE OF WORK & SPECIAL REQUIREMENTS OF


THE PROJECT BARGE UNLOADING SYSTEM
(ELECTRICAL)

32474-13-PS-001 SPL

Page 10 of 10

R0

conductor shall be 1C X 25 Sq.mm PVC covered Aluminum conductor. Single


core PVC insulated cables size not less than 120 sq.mm Al shall be supplied and
installed by vendor between main switch and the VSD panel/control panel/MCC to
ensure duplicate earthing.
Duplicate earthing as per good engineering practice shall be provided to the crane
body, VSD panels, control desk etc. meeting all statutory requirements. The
unloader structure should be made electrically continuous by proving jumpers
(copper strips) over riveted or bolted joints. Equipment fed by flexible cables
should be earthed by means of spare core that shall be provided in the flexible
cable.
17.0. ELECTRICAL INSTALLATION WORK :
(a) The electrical installation shall be carried out by a competent Electrical
Contractor possessing a valid license issued by the Kerala State Electricity
Licensing Board for carrying out electrical installation work in Kerala State in
appropriate category of installation as per Kerala State Electricity Licensing
Board Rules and Regulations. Attested photocopy of the valid license shall be
furnished and original shall be made available for verification as required.
(b) Vendors scope shall include all necessary drawings to be submitted to the
Electrical Engineer of FACT-UD and Central Electricity Authority, Chennai,
through licensed Electrical Contractor and the Scheme shall be got approved.
(c) All wireman, electricians and supervisors engaged by the contractor for the
above work shall possess necessary valid license issued by the Kerala State
Electricity Licensing Board. These certificates shall be made available for
scrutiny of the purchase
18.0

INSPECTION AND TESTS :


The following tests shall be conducted and record shall be submitted

(a)
(b)
(c)
(d)
(e)

00FT21B / 94

19.0

Routine tests on motors as per IS 325


Insulation resistance of control panel
Schematic operation and tests for controls and interlocks
Physical verification for compliance with P.O specifications
Tests at site (Refer clause no 6.2 &16.3 of 13ES922)

DOCUMENTATION :
All relevant details, drawings & documents pertaining to the equipments supplied
and installed by the contractor shall be furnished for purchasers approval. All
documents as per Vendor data requirements (Electrical) shall be supplied by the
vendor.
-------------------

FACT ENGINEERING AND DESIGN ORGANISATION


Page 41 of 57

iso2.sty

ENGINEERING
SPECIFICATION

PAGE 1 OF 2
make and be of proven design for reliability and
durability. They shall be brand new. Workmanship shall be of the highest grade and the entire
construction shall be in accordance with the best
modern engineering practice.

CONTENTS
1.0.0
2.0.0
3.0.0
4.0.0
5.0.0
6.0.0
7.0.0
8.0.0
9.0.0
10.0.0
11.0.0
12.0.0
13.0.0
14.0.0
15.0.0
16.0.0
17.0.0
18.0.0
19.0.0

SCOPE
REFERENCES
COMPLETENESS OF CONTRACT
COMPONENTS AND CONSTRUCTION
STANDARDS & REGULATIONS
SERVICE CONDITIONS
EARTHING
POWER SUPPLY DETAILS
NAME PLATES
PAINTING
INTER-CHANGEABILITY
DANGER NOTICE PLATES
TOOLS AND APPLIANCES
SERVICES OF MANUFACTURERS TECHNICAL EXPERTS
TRAINING
PERFORMANCE FIGURES
TESTS
DOCUMENTS
INSTRUCTIONS TO THE TENDERER

1.0.0

SCOPE

1.1.0

This specification covers the general requirements for supply and installation of all electrical
items as applicable.

2.0.0

REFERENCES

2.1.0

The following documents shall be read in conjunction with this specification.


Data sheet o f General requirements for
electrics.
Engineering specifications, data sheets and
Technical particulars of individual equipment /
items.
Scope of work, Scope of Inspection and Tests,
Special requirements of the project, Vendor data
requirements, etc. attached with the Technical
procurement specifications

---------------------------------------

2.1.1
2.1.2
2.1.3

00FT006

5.0.0

STANDARDS & REGULATIONS

5.1.0

All electrical equipment / installations shall fully


comply with the requirements laid down in the
following rules / regulations / acts / standards /
codes as amended up-to-date.
Indian Electricity Rules.
Indian Electricity Act.
Indian Electricity Supply Act.
Indian Factories Act.
Fire Insurance Act.
Petroleum Rules
Standards / regulations of statutory bodies applicable for the place of installation.
Relevant Indian / International standards and in
their absence, the standards of the country of
manufacture.
Vendor shall furnish all necessary assistance &
documents for obtaining approval from statutory
bodies. Making whatever additions/ modifications considered necessary by the Electrical
Inspectorate and other authorities to bring the
equipment / installation in conformity with the
above rules, Regulations, acts and standards
shall be in the scope of the vendor.
All equipment shall be of tropical design according to relevant Indian / International Standards.
All electrics shall be suitable for the hazardous
/ non-hazardous area involved and /or specified.
Electrics suitable for the hazardous area involved shall be selected as per the relevant
Indian Standards and shall be of proven
design approved by CMRS / relevant statutory
bodies. In such cases copies of relevant certificates shall be furnished for Purchasers approval.

5.1.1
5.1.2
5.1.3
5.1.4
5.1.5
5.1.6
5.1.7
5.1.8
5.2.0

5.3.0

3.0.0

COMPLETENESS OF CONTRACT

3.1.0

The electrics supplied / installed shall be complete with all accessories for the safe, smooth
and efficient operation of the system. Such parts
shall be deemed to be within the scope of this
specification whether specifically mentioned or
not.

4.0.0

COMPONENTS AND CONSTRUCTION

4.1.0

Each and every component shall be of reputed

PRPD. BY:

13ES900 / 94

GENERAL REQUIREMENTS FOR ELECTRICS

CHKD. BY:

5.4.0

6.0.0

SERVICE CONDITIONS

6.1.0

All equipment shall be suitable for the service


conditions specified in the Data sheet o f
General requirements for electrics attached.

7.0.0

EARTHING

7.1.0

Duplicate earthing terminals, suitable for terminating earthing conductors of sizes indicated
in the data sheets of individual equipment, shall
be provided on the body of the equipment apart
from those, if any, provided inside the terminal
boxes.

8.0.0

POWER SUPPLY DETAILS

8.1.0

The equipments shall be suitable for the power


system details furnished in the Data sheet of
General requirements for Electrics unless
otherwise specified in the data sheets of individual equipment.

APPRD. BY:

FACT ENGINEERING AND DESIGN ORGANISATION

Page 42 of 57

ISSUED ON: MARCH 94

ENGINEERING
SPECIFICATION
8.2.0

GENERAL REQUIREMENTS FOR ELECTRICS

13ES900 / 94
PAGE 2 OF 2

The equipment shall perform satisfactorily even


with variation in supply voltage and frequency
as detailed in the data sheets. The equipment
shall operate at the specified rating without exceeding the permissible temperature rise as per
the relevant I.S. in spite of the variation in supply
voltage and frequency.

9.0.0

NAME PLATES

9.1.0

Necessary name plates, conforming to standards, giving relevant details of the equipment,
shall be provided on individual equipment. Any
additional details shall also be indicated in the
name plate, if so specified in the specifications
/ data sheets of individual equipment.

10.0.0 PAINTING.
10.1.0 Unless otherwise specified in the specifications
/ data sheets of individual equipment / items,
painting procedure described in this clause shall
be adopted.
10.2.0 All exposed metal parts shall be subjected to at
least the following pretreatment before painting
to suit the material and environment involved.
10.2.1 De-greasing.
10.2.2 Rust removing.
10.2.3 Phosphating/ equivalent chemical treatment.
10.2.4 Giving two coats of corrosion resistant primer
suitable for final coating.
10.3.0 Two coats of anticorrosive painting shall be
given after the above process so as to render
the materials suitable for the highly corrosive
environment specified.
10.4.0 Final colour and finish of the equipment shall be
Dark Admirality Grey ( shade no.632 ) as per
IS:5 unless otherwise specified elsewhere.
10.5.0 Vendor shall furnish detailed painting procedure
proposed, along with the bid.

11.0.0 INTER-CHANGEABILITY
11.1.0 All similar parts, shall be inter-changeable with
each other.

12.0.0 DANGER NOTICE PLATES


12.1.0 Danger Notice plates conforming to IS: 2551
and other statutory requirements shall be affixed
on equipment wherever required.

13.0.0 TOOLS AND APPLIANCES


13.1.0 The vendor shall supply without any extra cost
one set of special tools and appliances that may
be required for carrying out the maintenance ,
special inspection etc. of the equipment offered.

13.2.0 Vendor shall also furnish list of tools and appliances required for different equipment.

14.0.0 SERVICES OF MANUFACTURERS TECHNICAL EXPERTS


14.1.0 Services of the manufacturers technical experts
shall be made available to the Purchaser, if
found necessary, during erection, testing, and
commissioning and also during the guarantee
period.

15.0.0 TRAINING
15.1.0 The vendor shall render all facilities free of cost
for imparting training to purchasers technical
personnel at manufacturers works, if required,
for the proper assembly, installation, testing,
commissioning, operation and maintenance of
the equipment supplied. The travel and living
expenses of the personnel deputed for training
will be borne by the Purchaser.

16.0.0 PERFORMANCE FIGURES


16.1.0 Duly filled in Technical Particulars of individual
equipment / item shall be furnished as per formats attached. Performance figures of the
equipment as per Technical particulars furnished along with the offer shall be guaranteed.

17.0.0 TESTS
17.1.0 All the tests specified in Scope of inspection &
tests attached separately with the Technical
procurement specification shall be performed.

18.0.0 DOCUMENTS
18.1.0 Drawings and documents shall be furnished as
per Vendor Data Requirements (VDR) att a ch e d wi t h Techn i cal Pr ocur eme nt
Specification.

19.0.0 INSTRUCTIONS TO THE TENDERER


19.1.0 Drawings and documents as per VDR shall be
furnished along with the quotation. Offers
without these details will be treated as incomplete and are liable for rejection.
19.2.0 In the absence of clearly spelt - out item wise
deviations from purchasers specification, it will
be presumed that the equipment offered are in
conformity with the specification.
19.3.0 Vendor shall obtain Purchasers approval for
makes of different electrical items / components
wherever makes are not specified in the respective data sheets.
19.4.0 In case of conflicting requirements, stipulations
in the respective Data Sheets shall prevail.

-----------------------------------------------------------

FACT ENGINEERING AND DESIGN ORGANISATION

Page 43 of 57

DATA
SHEET

PAGE 1 OF 1

1.0

Project

Barge Unloader for FACT-UC

2.0

Owner

M/S FACT-UC

3.0

Location

UDYOGAMANDAL, KOCHI

4.0

Service conditions

4.1

Altitude

<1000M above MSL

4.2

Humidity Min

60 %

4.3

Humidity max.

93%

4.4

Humidity design

100% at 20 C

4.5

Ambient temperature C-Min.

4.6

19.2

40

Ambient temperature C-Max.

R0

4.7

Ambient temperature C-Design

55

4.8

Rain fall Max . Record in an hour

4.9
5.0

Rain fall Max record in 24 Hours


Environment

*
Tropical atmosphere+ corrosive gases normally present in
fertilizer plant atmosphere.

6.0

Wind velocity for structural design

7.0

Seismic factor for design

8.0

Soil data

8.1

Soil resistivity

8.2

Type of soil (hard / loose)

9.0

Power system

9.1

Voltage (V) & Variation ( %)

11KV 10%

3.3 KV 10%

41510%

9.2

Frequency (Hz) & Variation ( %)

50HZ 5 %

50HZ 5 %

50 Hz5%

9.3

No of phases

9.4

No. of wires

9.5

Fault level (MVA)

500 MVA

180 MVA

35 MVA

SOLID

Solidly earthed

9.6
Method of neutral earthing
SOLID
* If required these data to be collected separately from the purchaser

PROJECT

Barge Unloader for FACT-UC

CLIENT

M/S. FACT UDYOGAMANDAL


COMPLEX

P.O. NO.
13FT900A/94

32474 - 13 - DA - 900 01

GENERAL REQUIREMENTS FOR ELECTRICS

0
REV.

29/07/13
DATE

PPS

PRPD.

KAG

CHKD.

TKJ

APPRD.

VENDOR

FACT ENGINEERING AND DESIGN ORGANISATION

Page 44 of 57

ENGINEERING
SPECIFICATION

13ES922 / 94
PAGE 1 OF 7

ELECTRICS OF EOT CRANE


CONTENTS

1.0.0
2.0.0
3.0.0
4.0.0
5.0.0
6.0.0
7.0.0
8.0.0
9.0.0
10.0.0
11.0.0
12.0.0
13.0.0
14.0.0
15.0.0
16.0.0
17.0.0
18.0.0

SCOPE
REFERENCES
STANDARDS AND REGULATIONS
POWER AND CONTROL SUPPLY
MOTORS
RESISTANCES
CONTROLS AND PROTECTION
LIMIT SWITCHES AND BRAKES
CURRENT COLLECTION SYSTEM
CABLE GLANDS
LIGHTING
EARTHING
ENCLOSURE
ERECTION
APPROVAL FROM ELECTRICAL INSPECTORATE
TESTS
SPARES
DOCUMENTS

1.0

SCOPE

1.1.0

The scope of this specification covers the design, manufacture, testing at works, supply,
receiving materials at site, storage, transportation at site, erection, testing and
commissioning of all electrics required for the safe and smooth working of Electric over
head traveling (EOT) crane specified in the attached mechanical specification.

2.0.0

REFERENCES

2.1.0

The following documents shall be read in conjunction with this specification.

2.1.1

Engineering specification of General requirements for electrics 13ES900

2.1.2

Data Sheet of Electrics of EOT cranes

2.1.3

Technical particulars of Electrics of EOT cranes

3.0.0

STANDARDS AND REGULATIONS

3.1.0

The electrics of the crane shall comply with the Indian Electricity Rules, Regulations, Acts,
statutory regulations applicable for the place of installation and shall conform to the latest
edition of relevant Indian Standards particularly the following:

PRPD. BY:

IS:3177

Code of practice for electrics of over head traveling crane

IS:325

Three phase induction motors


CHKD. BY:

APPRD. BY:

FACT ENGINEERING AND DESIGN ORGANISATION


Page 45 of 57

ISSUED ON: MAY 04

00FT21B / 94

ENGINEERING
SPECIFICATION

ELECTRICS OF EOT CRANE

IS:8544

Motor starters for voltages not exceeding 1000V

IS:282

Hard drawn copper conductors for over head power transmission

IS:398

Aluminium conductors for over head power transmission

IS:2148

Flame proof enclosures for electrical apparatus

13ES922 / 94
PAGE 2 OF 7

4.0.0

POWER AND CONTROL SUPPLY

4.1.0

Electrics of the crane shall be suitable for power system particulars specified in data
sheet.

4.2.0

Control supply shall be at reduced voltage as specified in data sheet. The supply to these
circuits shall be from the secondary winding of an isolating transformer or an isolating
transformer & rectifier. One pole of this supply shall be earthed and the contactor and
relay coils shall be connected to this pole, or other equally effective means shall be
adopted to prevent maloperation due to earth faults etc.

4.3.0

The purchaser will be terminating the incoming supply and earthing leads to the switch
unit provided by the purchaser near the crane at an operating height of 1.5 metre from
floor. Taking power to the crane equipment and interconnections from this switch is
included in the scope of the vendor.

5.0.0

MOTORS

5.1.0

GENERAL REQUIREMENTS

5.1.1

Insulation Class-B, unless otherwise specified in data sheet

5.1.2

Enclosure-TEFC, IP55 unless otherwise specified in data sheet.

5.1.3

Make The motor shall be reputed make specified in data sheet

5.1.4

Duty To match the class of crane duty stipulated in Mechanical specifications

5.2.0

Motor shall be suitable for reversing, frequent acceleration and mechanical braking.

5.3.0

Unless steps are taken to limit the main motor speeds to two and one-half times the rated
speed or 2000 rpm. whichever is less the motors shall be specially designed for the
higher speeds.

5.4.0

The motor winding shall be provided with suitable impregnation to withstand corrosive
atmosphere and mechanical bracing to with stand frequent starts.

5.5.0

Normally squirrel cage motors to suit the load torque requirements of driven equipment
shall be provided. In cases where special type of speed control drives like slip ring
motors with resistance controllers or other thyristor controlled drives are recommended by
the vendor to ensure smooth acceleration/speed control of the loads, the same shall be
provided complete with all required electrics and controls.

FACT ENGINEERING AND DESIGN ORGANISATION


Page 46 of 57

00FT21B / 94

ENGINEERING
SPECIFICATION

ELECTRICS OF EOT CRANE

13ES922 / 94
PAGE 3 OF 7

5.6.0

Motors provided shall have adequate performance characteristics such as starting torque,
pull out torque, speed torque curve, thermal withstand curve etc. for meeting the driving
and starting duty.

5.7.0

Unless otherwise specified in the data sheet, motors of rating 37KW and above shall be
provided with anti-condensation heater suitable for 240V, single phase AC.

6.0.0

RESISTANCES

6.1.0

The resistances, if provided shall be designed as per relevant Indian Standard and shall
be air cooled, rust less, unbreakable grip type rated for minimum 10 minutes suitable for
operation in conjunction with drum controllers and mounted in a separate sheet steel
housing with ventilated side covers. The resistor grid shall be cast iron/stainless
steel/Ferro-chrome Al alloy. The details of resistances and number of steps for cutting
the resistances shall be furnished.

7.0.0

CONTROLS AND PROTECTION

7.1.0

The method of control of the crane, shall be as specified in the data sheet.

7.2.0

The protective panel shall include but not limited to the following.

7.2.1

Main isolating switch interlocked with panel door.

7.2.2

Main contactor and contractors for individual motors.

7.2.3

Isolating switches for individual motors.

7.2.4

Triple pole time lagged thermal overload relays for individual motors with single phasing
protection.

7.2.5

HRC fuses for individual motor circuits and control circuit.

7.2.6

Indication lamps as specified in data sheet.

7.2.7

Control supply transformer with fuses on both sides.

7.2.8

Plug and socket for connection to hand lamp suitable for the voltage specified in data
sheet.

7.2.9

Anti-condensation heater for panel, rated for 240V, single phase AC supply.

7.2.10

Control switches for anti-condensation heaters of motors and panel.

7.2.11

Hooter/horn and its wiring and termination, if so specified in data sheet.

7.2.12

All controls, accessories, wiring and termination for special type of speed control drives
offered.

7.3.0

If inching duty is specified in the data sheet for any of the motors, all electrics shall be
suitable for the same.

FACT ENGINEERING AND DESIGN ORGANISATION


Page 47 of 57

00FT21B / 94

ENGINEERING
SPECIFICATION

13ES922 / 94
PAGE 4 OF 7

ELECTRICS OF EOT CRANE

7.4.0

An electro magnetically operated contactor with inherent under voltage protection or a


manually operated circuit breaker with under voltage protection shall be provided for each
motor circuit. The circuit breaker or the main contactor shall be rated to carry at least the
combined full load currents of two motions having the largest wattage.

7.5.0

On all pendant controlled cranes, means shall be provided to prevent inadvertent


operation from floor while maintenance work is being carried out.

7.6.0

If cabin operated, the start and stop push buttons for individual motions and emergency
stop push button shall be accommodated in the protective panel. If the cabin is closed
type a fan shall be provided.

7.7.0

If pendant controlled, the controller shall consists of forward/reverse push buttons for
individual motions. The push buttons shall be spring returned off. ON and OFF push
buttons are to be provided to make and break the main contactor/circuit breaker. The
stop button shall be lockable type so that the control power is switched off in positive
manner when the crane is not in use.

7.8.0

All reversing contactors shall be electrically and mechanically interlocked.

7.9.0

Connections for the pendant controller shall be taken through a flexible metallic hose or
braided cable (with necessary earth wires inside) supporting the pendant controller in
such a way that its weight does not appear on the cables. The pendant station should be
located at a height convenient for operation.

7.10.0

The protective panel shall be dust tight and vermin proof.


enclosure shall be as specified in data sheet.

7.11.0

Slip ring motors, if any, shall be controlled by resistance controller/drum controller and the
cage motors by push button operated DOL starters.

7.12.0

The mush room head emergency stop push button provided shall be so located as to be
readily available for prompt use by the operator. The number of emergency stop push
button shall be specified in the data sheet.

7.13.0

Electrical interlocking shall be provided to prevent inadvertent starting of the motors


without the controller being brought to the off position.

8.0.0

LIMIT SWITCHES AND BRAKES

8.1.0

Self resetting type limit switches shall be provided for all motions. Series type limit
switches shall be provided for the hoist motion and shunt type for all other motions.

8.2.0

The hoisting motion shall be fitted with an electromechanical brake. Positive acting
brakes shall be provided for all other motions, as per the mechanical specifications.

8.3.0

Irrespective of the controller position all electromechanical brakes shall be applied


immediately on operating an emergency stop push button or switch.

The degree of protection for

FACT ENGINEERING AND DESIGN ORGANISATION


Page 48 of 57

00FT21B / 94

ENGINEERING
SPECIFICATION

ELECTRICS OF EOT CRANE

13ES922 / 94
PAGE 5 OF 7

9.0.0

CURRENT COLLECTION SYSTEM

9.1.0

The current collection system shall be as specified in the data sheet for all motions.
However, in hazardous areas, current collection system using bare conductors shall not
be used.

9.2.0

FESTOON CABLE ARRANGEMENT

9.2.1

Festoon cables in the form of loops suspended from guy rope by rings free to slide along
guy wire with all necessary auxiliaries or any other suitable arrangement like cable reeling
drum etc. shall be included in the scope of vendor.

9.2.2

Metallic chains shall be provided between the rings/supports along with the cables but
shorter in length so as to avoid tension on cables during travel of the crane.

9.3.0

BARE BUS BAR ARRANGEMENT

9.3.1

For current collection system with bare busbar arrangement, adequately sized busbars of
material specified in data sheet, with all accessories required such as current collection
arrangements, supports, etc. shall be included in the scope of the vendor.

9.4.0

Complete details and general arrangement drawing of the current collection system
envisaged shall be furnished. Also the type and size of festoon cable/busbars used shall
be furnished along with supporting calculations to prove the adequacy of sizes selected.

10.0.0

CABLE GLANDS

10.1.0

Compression type cable glands suitable for cable sizes used shall be provided for all
electrics. Flameproof double compression type cable glands shall be provided for flame
proof electrics.

11.0.0

LIGHTING

11.1.0

One hand lamp suitable for the voltage specified in the data sheet with sufficient length of
3 core flexible cable (minimum 15M) shall be supplied.

11.2.0

One under-bridge flood light (adjustable) shall be provided on the crane to enable
operation during night, if so specified in data sheet.

11.3.0

The protective panel shall be provided with a lamp to carry out maintenance works.

12.0.0

EARTHING

12.1.0

Crane structure, motor frame and metal cases of all electrical equipment including metal
conduits or cable glands shall be provided with duplicate earthing by means of
conductors of materials specified in the data sheet and conforming to the latest revision of
IS:3043.

12.2.0

Both the rails shall be earthed.

FACT ENGINEERING AND DESIGN ORGANISATION


Page 49 of 57

00FT21B / 94

ENGINEERING
SPECIFICATION

ELECTRICS OF EOT CRANE

13ES922 / 94
PAGE 6 OF 7

12.3.0

The earthing system to be supplied shall be connected to the main earth conductors in
duplicate provided by the purchaser.

12.4.0

When the crane is connected to the supply by flexible cord or flexible cable, the crane
shall be connected to earth by means of an earthing conductor with the current carrying
conductors within the flexible cord or flexible cable.

13.0.0

ENCLOSURE

13.1.0

All electrics of the crane such as motors, resistances, controls and protections, limit
switches and brakes, current collection system, lighting, cable glands etc. shall be
suitable for the hazardous area if so specified in the data sheet.

13.2.0

The electrics of the crane offered shall be suitable for the environmental conditions
specified in the Data Sheet of General Requirements for electrics.

14.0.0

ERECTION

14.1.0

Complete erection materials required for the erection of electrics of EOT crane such as all
accessories for cable jointing, cable terminations, cable racks, supporting steel structures,
clamps, compression type cable glands, insulating materials etc. shall be in the scope of
supply of vendor. Necessary grouting fixtures etc. also shall be arranged by the vendor.

15.0.0

APPROVAL FROM ELECTRICAL INSPECTORATE

15.1.0

All electrical installation work shall be carried out through Electrical Contractor holding
valid contractors license issued by Electricity Licensing Board of the State.

15.2.0

All electrical items supplied as well as the installation of the same shall be meet with the
approval of the Chief Electrical Inspector and any modification necessary in this respect
shall be arranged by the vendor free of cost.

16.0.0

TESTS

16.1.0

All test applicable as per relevant standards and Scope of Inspection and Tests shall be
conducted on all electrics before dispatch from the manufacturers works.

16.2.0

After erection but before the crane is connected to the supply, the insulation of the
electrical equipment shall be tested and any defects revealed shall be rectified.

16.3.0

After the supply have been connected, and before the complete crane installation is put
into commercial service, tests shall be carried out to prove the following:

16.3.1

The satisfactory operation of each controller, switch contactor, relay and other control
devices and in particular the correct operation of all limit switches under the most
favourable conditions.

16.3.2

The correctness of all circuits and interlocks and sequence of operation.

16.3.3

The satisfactory operation of all protective devices.

FACT ENGINEERING AND DESIGN ORGANISATION


Page 50 of 57

00FT21B / 94

ENGINEERING
SPECIFICATION

ELECTRICS OF EOT CRANE

13ES922 / 94
PAGE 7 OF 7

17.0.0

SPARES

17.1.0

The vendor shall quote for spares for electrics for two years of trouble free operation.

18.0.0

DOCUMENTS

18.1.0

All documents shall be furnished as per the Vendor data requirements sheet attached.

FACT ENGINEERING AND DESIGN ORGANISATION


Page 51 of 57

DATA
SHEET

1.0

Power supply (clause 4.1.0)

1.1

1.3
1.4
1.5
1.6
2.0
3.0

Voltage (volts) and variation (%)


Frequency (Hz) and variation
(%)
No of phases
No of wires
Fault level (MVA)
Method of neutral earthing
Control supply voltage(4.2.0)
Motors

3.1

Class of insulation(clause 5.1.1)

3.2

Enclosure(clause 5.1.2)

3.3

Make(clause 5.1.3)

1.2

3.4
4.0
4.1

4.2

4.3
4.4
4.5
4.6

5.0
5.1
5.2
5.3
5.4

Make of cables

6.0
7.0

415V10%
50Hz3%
3
4
35
Solidly earthed
(maximum 110V)AC 50Hz
Crane duty, VFD Compatible
Class B( or class F with temperature rise limited to
class B value)
Flame proof, ExD, IIB,T4,IP55,TEFC.
BHEL / KEC / SIEMENS / BHARATH BIJLEE / ABB /
ALSTHOM

Enclosure (clause 10.0.0 &


13.0.0.)& area classification
limits switches cable glands etc
Lighting

One(shall be stay put & lockable type


Rol E-Chain system of igus make
Rol E-Chain system of igus make
NA
CCI / NICCO / ASIAN CABLES / UNIVERSAL
CABLES / INCAB / TRACO / TORRENT CABLES /
FINOLEX CABLES / FORT GLOSTER / HAVELS
Hazardous area (sulphur dust) Group II 2D Zone A21
and enclosure shall be Group II 2D ExtD A21
T4,IP65.

3
2
1
0
REV.
NO.

PAGE 1 OF 2

Anti condensation heaters for


Required for motors 37 kW and above / Not required
motors(clause 5.7.0)
Controls and protections (clause 7.0.0)
Method of control of the crane
Fixed cabin operated( near column gantry), Closed
clause 7.1.0)
loop speed control with VFD/PLC
Indication lamps(clause 7.2.6)
a) R,Y,B indication lamps
Required in cabin / Not required
b) ON and TRIPPED lamps
Required in cabin / Not required
c) Control supply ON / Pilot
Required
lamps
Voltage rating for plug & socket
connection of hand lamp(clause
24Volt AC
7.2.8)
Horn / Hooter
Required
Requirement of Inching duty
Suitable for crane duty(S4)
Panel desk provided inside cubicle shall be IP51 or
higher, IP55, weather proof protection for panels
Degree of protection for control
provided outside the cabin.
panel
Number of emergency stop
push button(clause 7.12.0)
Current collection system
Type for long travel
Type for cross travel
Material of bus bars

4.7

32474-13-DA-922-001

ELECTRICS OF EOT GRAB UNLOADER

29.7.13
DATE

PPS
PRPD

PROJECT

BARGE UNLOADING FACILITY


AT UDYOGAMANDAL

CLIENT

FACT UDYOGAMANDAL

KAG

TKJ

P.O.NO

CHKD

APPRD

VENDOR

FACT ENGINEERING AND DESIGN ORGANISATION


Page 52 of 57

R0

DATA
SHEET
7.1
7.2

ELECTRICS OF EOT CRANE

10.5

Bridge light
Voltage rating of hand lamp
Earthing conductor
material(clause 12.1.0)
Approval from Electrical
inspectorate (clause 15.0.0)
Make of component of control
panel
contactors
HRC Fuses
Switches/MCCBs/MPCBs
Variable Voltage Variable
Frequency drives(VVVF)/VSD
Other items

11.0

Drag Chain

8.0
9.0
10.0
10.1
10.2
10.3
10.4

12.0

13.0
14.0
14.1

14.2

14.3
14.4
14.5

32474-13-DA-922-001
PAGE 2 OF 2
R0

Required / Not required


24V AC
PVC insulated aluminum conductor( minimum
conductor cross section shall be 25 sq.mm)
Vendor shall render all necessary assistance for
getting approval from the Central Electrical Authority

L&T / SIEMENS /ALSTHOM


L&T / SIEMENS /ALSTHOM
L&T / SIEMENS /ALSTHOM
Ref special requirement of the project
Make got approved by purchaser
Rol E-Chain system of igus make (Festoon
cables/Reeling drum not acceptable)

For a given kW rating and speed shall not be less


than the frame sizes indicated in tables of IS
Minimum frame sizes of motors
th
1231(amendment 4 May 1984 and its subsequent
revisions.
All control wiring inside the control panel shall be carried out with 650V grade PVC
insulated multi stranded flexible copper conductors of size not less than 2.5 sq.mm
copper.
Other requirements
Hold, close, long travel and cross travel drives shall be provided with variable speed
drives
Necessary facility for speed control of the hoist/lower/close/open/ long travel/cross travel
and for controlling the speed of operation of the equipment using variable speed drives
shall essentially be provided in the system for fast, smooth and efficient operation of the
system. Necessary control shall be provided for swing control of the grab. All materials
and other accessories required to achieve the above control functions and for turn key
functions shall be included in the vendors scope.
VSD/VVVF shall be suitable for receiving the specified input voltage (415V10%) and
frequency50Hz3%
Motors shall be of 3 phase, 3 wire suitable for nominal voltage 415 V and frequency
50Hz
Each motor shall be located with separate power contactors, VFD where asked for,
ammeter etc. and shall be properly segregated in the panel.

14.6

Split type Air conditioning sets: Voltas/Blue star/Carrier aircon

15.0

For other requirements refer special requirement of the project also

13FT922A/

FACT ENGINEERING AND DESIGN ORGANISATION

Page 53 of 57

TECHNICAL
PARTICULARS
1.0
2.0
3.0
4.0
5.0
6.0
7.0
8.0
9.0
10.0
11.0
12.0
13.0
14.0
15.0
16.0
17.0
17.1
17.2
17.3
18.0
19.0
20.0
21.0
22.0
22.1
22.3
22.3
23.0
24.0
25.0
26.0
27.0
28.0
29.0
30.0

PAGE 1 OF 2

Function of motor-Main / Microhoisting / long travel / cross travel


Make of motor
Type of motor (Squirrel cage/slip
ring)
Motor ring
Speed of motor in RPM
Class of duty of motor as per IS:325
CDF (cyclic duration factor) of motor
Full load current of motor
Starting current of motor
Full load torque of motor
Starting torque of motor
Pull up torque of motor
Pull out torque of motor
GD value of motor
Speed torque curve of motor
Thermal withstand characteristics of
motor (hot and cold)
Efficiency and power factor
At full load
At load
At load
Class of insulation of motor
Type of enclosure of motor
Whether flameproof / increased
safety/ordinary?
Type of cable glands provided
Bearings of motor
Drive end bearing No.
Non-drive end bearing No.
Make of bearings
Method of speed control
Whether thyristor speed control is
provided?
No. of steps of motor resistances, if
provided
Rsistance material
Control supply voltage
Control transformer rating
Whether rectifier is provided with
control transformer?
Whether one pole of control supply

3
PROJECT

2
1
0
REV.
NO.

32474-13-TP-922-001

ELECTRICS OF EOT CRANE

CLIENT
29-07-13
DATE

PPS
PRPD

KAG
CHKD

TKJ
APPRD

BARGE UNLOADING
FACILITY AT
UDYOGAMANDAL
FACT UDYOGAMANDAL

P.O.NO
VENDOR

FACT ENGINEERING AND DESIGN ORGANISATION


Page 54 of 57

R0

TECHNICAL
PARTICULARS

31.0
32.0
33.0
33.1

33.2
33.3
34.0

35.0
36.0
37.0
38.0
39.0

ELECTRICS OF EOT CRANE

earthed?
Whether cab/pendant type control?
Rating of circuit breaker/main
contactor
Type of limit switches
For hoisting
For long travel
For cross travel
System of current collection (Cable
reeling drum/festoon cables/bare
busbar/others)
Type and size of festoon cables
used
Earthing cable size
Earthing conductor material
Type of micro speed facility
Additional facilities, if any

13FT922A/

FACT ENGINEERING AND DESIGN ORGANISATION

Page 55 of 57

32474-13-TP-922-001

Page 2 of 2

R0

32474-01-PS-001 SPR

TECHNICAL
PROCUREMENT
SPECIFICATION

Description

Sl.NO
1.

PAGE 1OF 1

1 set

2.
3.

Fan Cover

1 for each rating

4.

Terminal Block

1 for each rating

5.

2 sets

8.

Contactor coil (1 set consists of 3 nos for


hoist & grab, LT, CT)
Contactor contact (1 set consists of 3 nos
one for hoist & grab, one for LT, one for CT)
HRC fuse for motor power side 1 set
consists of 9 nos 3 nos for hoist& grab, 3
nos for LT, 3 nos for CT)
HRC fuse other than above

9.

Brake coil for EM brakes

1 no for each rating

10.

Thruster unit

1 for each rating

11.

Limit switches / Rotary cam switches etc.

1 no for each type

12.

Push button element with button

13

14

Control card, complete set including any


special purpose cards, for hoist, CT&LT
motions ( 1 set consists of 1 no for Hold, 1
no for Close, 1no for CT and 1no for LT)
Semiconductor/Thyristor fuse

1 no for each type/


color
1 set

15

IGBT(or similar) block

16

PLC input module

3 nos. for each


rating
1 no. for each rating
1 no

17

PLC Output module

1 no

18

PLC to VFD Communication cable

1 Set (Min 20m)

19

Power supply units (other than for PLC)

1 no for each rating

20

Joy stick

1 no for each type

21

Pulse Encoder

22

Drag Chain spares

23

Selector switches

1 no for each type


1 Lot (To be
specified by
vendor)
1 no. for each type

24

Indication lamps

1 no. for each type

7.

0
REV.

29/7/13
DATE

R0

Quantity

Bearing for each motor (1 set consists of 2


nos for each motor)
Cooling Fan

6.

00FT022 / 94

SPARES

1 for each rating

3 sets
1 sets

3 no for each rating

ORIGINAL ISSUE
DESCRIPTION

PPS

KAG

TKJ

PREPARED

CHECKED

APPROVED

FACT ENGINEERING AND DESIGN ORGANISATION


Page 56 of 57

TECHNICAL
PROCUREMENT
SPECIFICATION
TPS No.

COMPLIANCE STATEMENT

32474-01-PS-001 CS
PAGE 1 OF 1

R0

32474-01-PS-001

We state that our Quotation No. . is in full compliance with the documents issued against the Enquiry
No. . except for the deviations listed below.

LIST OF DEVIATIONS

Description

S.No.

Reasons for Deviation

00FT014 /94

Name of vendor :

Date

Name and designation

FACT ENGINEERING AND DESIGN ORGANISATION

Page 57 of 57

Seal & Signature

You might also like