Scada Spec 25331-00-08-ela-0001

  • Uploaded by: Otis Murphy
  • 0
  • 0
  • July 2020
  • PDF

This document was uploaded by user and they confirmed that they have the permission to share it. If you are author or own the copyright of this book, please report to us by using this DMCA report form. Report DMCA


Overview

Download & View Scada Spec 25331-00-08-ela-0001 as PDF for free.

More details

  • Words: 8,527
  • Pages: 39
TATA BLUESCOPE STEEL LIMITED (TBSL) JAMSHEDPUR

SPECIFICATION NO. 25331-00-08-ELA-001

FOR SUPPLY, ERECTION, TESTING & COMMISSIONING OF SUPERVISORY CONTROL AND DATA ACQUISITION SYSTEM FOR WATER & UTILTIES SERVICES

NOVEMBER 2009

M. N. DASTUR & COMPANY (P) LTD Consulting Engineers P-17, Mission Row Extension Kolkata 700013

25331-00-08-ELA-001

TABLE OF CONTENTS PAGES 1.

SPECIFICATION OF SUPPLY, ERECTION, TESTING & COMMISSIONING OF SUPERVISORY CONTROL AND DATA ACQUISITION SYSTEM FOR WATER AND UTILITIES SERVICES

31

ANNEXES ANNEX - 1

SPECIFICATION FOR UNINERRUPTED POWER SUPPLY (UPS) EQUIPMENT

ANNEX - 2

SYSTEM ACCEPTANCE

ANNEX - 3

DRAWINGS AND DOCUMENTS

ANNEX - 4

PREFERRED MAKE LIST

APPENDICES APPENDIX - 1

TENTATIVE LIST OF PARAMETERS FOR UTILITY SYSTEMS

APPENDIX - 2

TENTTIVE LIST OF PARAMETERS FOR WATER SYSTEMS

TENDER DRAWINGS 25331-00-08-ELA-0001 ..

TYPICAL CONFIGURATION OF SCADA SYSTEM

DIAGRAM

25331-00-08-ELA-0002 ..

INTERPLANT CABLE ROUTING LAYOUT

25331-00-08-ELA-001

SPECIFICATION FOR SUPPLY, ERECTION, TESTING & COMMISSIONING OF SCADA SYSTEM FOR UTILITY, WATER AND POWER SYSTEMS FOR COATED STEEL COMPLEX OF TATA BLUESCOPE STEEL LIMITED (TBSL)

SECTION-I - GENERAL

1.0

INTRODUCTION

1.1

Tata Bluescope Steel Limited (TBSL), a joint venture company between Tata Steel Limited, India and BlueScope Steel Limited, Australia proposes to set up a major state-of-the-art metallic coating and painting facility in Bara Ash pond Area in the city of Jamshedpur (West Singhbhum district) in the state of Jharkhand, India. The proposed coated steel complex will be situated adjacent to Tata Steel’s existing steelworks. The proposed facility shall have an annual metallic coating capacity of 250,000 tons and paint line capacity of 150,000 tons followed by a coil slitting-cum-recoiling line and a coil packaging line. 1.2

TBSL desires to set-up a Supervisory Control and Data Acquisition (SCADA) system for collection, processing, online visualization and storage of parameters related to utilities, water and power systems covering the plant units coming in the coated steel complex. 1.3

This technical specification covers the design, engineering, manufacture, supply, installation, integratio n, testing at supplier’s works as well as at sites, tuning and commissioning of hardware and software for the SCADA system to be installed for utility and water services including successful demonstration of the various functions and other aspects, as specified elsewhere in this technical specification. 1.4

This specification forms a part of the tender document and should be read in conjunction with Invitation To Tender and General Conditions of Contract and list of preferred makes.

1 of 31

25331-00-08-ELA-001

1.5

The Tenderer shall study all sections of the specification and visit the site to ascertain for himself the existing installations, the route of cables to be laid, ground contours, roads, railway tracks, pipe towers/trestles, nullahs, buildings, hutments, structures, overhead lines/towers/gantries, fencing/boundary walls, etc. for arriving at the requisite length and route of fibre optic cables and other cables. 1.6

The Tenderer shall satisfy himself about the suitability and workability of the equipment, accessories and the system proposed and shall take full responsibility in offering equipment and accessories with guaranteed performance and smooth reliable operation of the individual item, interfacing with other systems and the integrated operation of the total system as a whole. 2.0

The following processing lines are to be setup by different suppliers in the coated steel complex: -

3.0

Metal Coating Line (MCL) Coil Paint Line (CPL) Slitting-Cum-Recoiling Line (SRL) Packaging Line (PL) The tentative material flow in the coated steel complex is indicated in the Material flow diagram (Fig-1)

2 of 31

25331-00-08-ELA-001 MATERIAL FLOW DIAGRAM

MES

YMS

MCL 250,000t/yr 150,000 t/yr 15 avg wt.

CPL 150,000 t/yr Direct Pack 100,000 t/yr 15 avg wt. 30,000 t/yr 15 avg wt. 120,000 t/yr 15 avg wt.

SRL

PACK LINE 145,000 t/yr

105,000 t/yr

Bore Horiz Yard

Bore Vert Yard FIGURE -1

3 of 31

25331-00-08-ELA-001

SECTION–II - TECHNICAL 1.0

GENERAL

1.1

This technical specification covers the design, engineering, manufacture, supply, installation, integration, testing, tuning and commissioning of hardware and software for the SCADA system to be installed for utility, water and electric power services for Coated Steel Project of Tata Bluescope Ltd. 1.2

The Tenderer shall take full responsibility for guaranteed operation and performance of the equipment and system being supplied and to be in full conformity to all technical requirements as laid down in this specification. 1.3

All items covered under this specification shall be complete in all respects and any item or accessory not covered in this specification, but essential for proper design and operation of the system shall be included by the Tenderer in the offer within the price quoted, indicating the purpose of such inclusions. 2.0

DESIGN BASIS

2.1

A new Supervisory Control and Data Acquisition (SCADA) system is proposed to be set-up for collection, processing, visualization and storage of on-line data/information related to utility, water and power systems in a real time environment covering the new plant units coming in TBSL complex. The system will be located in the MCL Exit ECR building. 2.2

The proposed system shall work in conjunction with the various control and monitoring systems of each packaged units, which shall be provided by ‘others’ for operational controls and management of the respective processes, mostly functioning independent of each other. The typical system configuration is schematically represented in drawing no 25331-00-08-ELA-0001. 2.3

The proposed system shall be designed for collection of relevant information and data related to water, utility and power systems over front end devices and transmit the same to the SCADA system for computer based processing, visualization, storage and retrieval in real-time environment. 2.4

The signals generated at various points of different plant units will be collected at the RTU (Remote Terminal Unit)

4 of 31

25331-00-08-ELA-001 which will act as front-end device to be integrated with the SCADA system. The tentative number of RTUs to be considered will be about six (6) as follows. One (1) RTU is proposed to be installed in CPL area, one(1) in MCL area, one(1) in N2 generation plant area, one(1) in utility ECR building, one(1) in propane storage area and one(1) in boiler area. The RTU at boiler area will have approximately two (2) nos Remote I/Os to cater signals from Incinerator and DM plant & WWTP area. The RTU at utility ECR building will have approximately one (1) no Remote I/O to be located at compressor station area. The RTU at N2 plant area will have approximately one(1) no Remote I/Os to cater signals from H2 generation plant area. However, the exact number of RTUs and Remote I/Os will be proposed by the bidder depending on the technical parameters of the proposed system and the plant requirement. Location of MCL Exit ECR and various plant units are indicated in drawing no 25331-00-08-ELA0002. The tentative location of RTUs and RIOs are indicated in Table -1.

RTU

Tentative location of RTU

Remote I/O

Tentative location of Remote I/O

RTU 1

N2 Generation Plant Area

RIO 1 of RTU 1

H2 Generation Plant Area

RTU 2

MCL Area

------

------

RTU 3

Utility ECR Building

RIO 1 of RTU 3

Compressor Station Area

RTU 4

CPL Area

RTU 5

Boiler Area

RTU 6

Propane Storage Area

------

------

RIO 1 of RTU 5

Incinerator Area

RIO 2 of RTU 5

DM Plant & WWTP Area

------

------

Table-1: Tentative locations of RTUs & RIOs 2.5

The signals which are already measured by the plant package supplier in their respective PLCs will be made available to SCADA RTUs through 4-20 ma signals regenerated by plant package suppliers PLCs. Also interface hardware and software as required for receiving necessary signals from package supplier’s PLCs will be provided at SCADA RTUs. The interface details will be finalized during engineering. Coordination with package supplier for smooth implementation of the SCADA system will be included in the scope of work of the Tenderer. For the signals which are not available through package supplier PLCs, new instruments dedicated for SCADA system are to be included in Tenderer’s scope. Supply of analog outputs at SCADA RTUs for regeneration of signals if required is also included in the Tenderer’s scope.

5 of 31

25331-00-08-ELA-001 2.6

Power consumption at CCL, MCL, SRL, PL and Utility ECR will be monitored in SCADA system. Also input to the LBSS will be monitored in SCADA system. All power consumption related parameters like MW, MVA, MVAR, MWH, MVARH will be made available by LBSS supplier at their Substation Automation System. SCADA system will collect all relevant data from LBSS through OPC connectivity over Ethernet network. The necessary hardware and software required for the connectivity as well as cabling from LBSS to SCADA system is included in the scope of the Tenderer. 2.7

Tentative list of utility and water parameters to be measured are indicated in Appendix-1 and Appendix-2 respectively.

2.8

The connections between the RTUs and SCADA system shall be through fibre optic based Ethernet LAN. The fibre optic based Local Area Network (LAN) shall have the following minimum characteristics: -

Gigabit Ethernet backbone network Tiered architecture Scalability and upgradability State-of-the-art network management L3 routing support

2.9

SCADA system shall have interface with the Manufacturing Execution System (MES) through DB link over Fiber optic based 1 GBPS Ethernet LAN. Supply of hardware and software as required at the SCADA system as well as supply and laying of Fiber optic cables for connectivity of the SCADA system with MES will be included in Tender’s scope. 2.10

The proposed system will be flexible with provision for expansion and reconfiguration in respect of both hardware and software as may be necessary to take care of any addition / deletion of number and type of signals as well as connectivity to the SCADA system. 2.11

The SCADA system will be designed to perform the following minimum tasks/functions, which need to be developed/customized to suit the specific requirements of the Purchaser. -

Mimic and data display of utility, water and power system networks

-

Alarms/Event management including message display and acknowledgement

-

Real-time and historical data trending.

6 of 31

25331-00-08-ELA-001 -

Generation of Reports at preset times, on demand and on event occurrence.

-

Storage of historical data on HDD/backup media

2.12

The successful Tenderer shall submit a detailed functional requirement specification along with the system requirements for approval of the purchaser, based on which the application software shall be developed. 2.13

Instrumentation

2.13.1

All process related data required for design of the instrumentation system are given in the list of parameters to be measured for various utility/water services in Appendix-1 & Appendix-2. 2.13.2

For flow measurement of compressible fluid (N2, H2, LPG, Propane, Compressed air, Instrument Air etc), suitable correction for pressure and temperature variations shall be done in the SCADA system. 2.13.3

All analog input signals in the SCADA system shall hav e provision of retransmission for further use by the purchaser which shall be effected either by using signal distributor multiplier or by providing analog output signal for the corresponding input signal as suitable. Wherever such retransmission output is required, the same shall be brought and terminated at a common junction box from where further cabling will be done by others. 2.13.4

For interconnection of individual field instruments with the RTU/Remote I/O units of the SCADA system, screened, twisted pair cable (2 pair) shall be used. Whenever possible, the closely located field transmitter shall be grouped together and connected to the system through intermediate junction boxes using screened twisted pair cables. 2.13.5

All the field mounted transmitters shall be provided with transmitter housing for protection against sun/rain/dust

etc. 2.13.6

12 mm OD SS 304 impulse pipes shall generally be used along with SS compression fittings.

7 of 31

25331-00-08-ELA-001 3.0

SYSTEM FEATURES The SCADA system shall features:

have the following minimum



Open system architecture management system.

with

relational

database



Feature for checking the healthiness of the system and communication links.  Sufficient capacity in terms of memory and I/O to perform the required functions including spare for future upgradation.



User-friendliness using ‘Windows’ based applications.



Keeping of statistics communication.



Prioritisation of tasks like alarm processing etc.



Database for storing and retrieval of various parameters, historical data etc.



Historical data archiving on hard disk as well as on removable media for at least one year.



Multiple levels of security for users with predefined access rights and password protected access.



Alarm generation with time-stamping.



Trending of real-time and historical data in different user configurable formats.



Flexible reporting system providing pre-formatted standard reports for common requirements as well as generation of free format reports configurable by the user, available on demand, event/application initiation or at preset time intervals.



Information display in various formats including bar graph, chart etc.



Time synchronisation amongst various sub systems of the SCADA system

8 of 31

of

errors

encountered

in

25331-00-08-ELA-001 4.0

SCOPE The scope of supply and services to be provided by the successful Tenderer shall include but not be limited to the

following: 4.1

Design, engineering, manufacture, inspection, testing at manufacturer's works, supply, installation, cable route survey, laying of cables, integration, testing at site, erection, commissioning, tuning and demonstration of the complete system. 4.2

Software engineering for development of the application software for the complete development cycle covering preparation of functional requirement specification, global & detail design document, coding, testing as well as fine tuning including supply of documented source code for the complete application software. 4.3

Supply and installation of hot redundant SCADA application cum database servers as specified in item No. 5.1 in the SCADA control room along with necessary software. 4.4

Supply and installation of required nos of RTUs (Remote Terminal Unit) for the SCADA system (tentative six(6) nos) as specified in item No. 5.9 which will be finalised depending on the technical parameters of the proposed system and the plant requirement. The RTUs will be connected to nearest network switch of SCADA network through fibre optic cable. RTUs will have the required number of Remote I/Os to be supplied by the Tenderer. Supply of necessary Fiber optic cables and cable laying for connecting RTUs, Remote I/Os is under the scope of the Tenderer. 4.5

For each RTU location, separate UPS along with SMF batteries with backup of minimum 1 hour to be supplied by the Tenderer. Power distribution boards as required will also be supplied by the Tenderer. Remote I/O units shall be powered with 230 VAC, 50Hz general purpose power supply to be arranged by TBSL. If any equipment is designed for voltage different from that specified above the Tenderer shall include necessary transformers, conversion and stabilizing equipments etc in the offer as required. 4.6

Supply and installation of minimum four (4) Nos. operator stations in the control room with necessary software and 20” TFT colour monitor as specified in item No. 5.2 4.7

Supply and installation of two (2) Nos. Engineering stations in the control room with 20” TFT colour monitor as specified in item 5.4 with RTU (PLC) configuration Software and HMI Development Software.

9 of 31

25331-00-08-ELA-001 4.8

Supply and installation of one (1) No. Laptop PC as specified in item 5.4 with RTU (PLC) configuration software.

4.9

Supply and installation of required networking equipment including network switches and network management software as specified in item 5.7 and 6.1.2. The supply and laying of necessary cables and cable accessories for connecting switches and nodes with the fiber optic based network will be under the scope of Tenderer. 4.10

The Network switches at each location will be supplied from UPS (Uninterrupted Power Supply) of required capacity with sealed maintenance-free battery for one (1) hour back-up. 4.11

Supply and installation of one (1) No. networked colour Laser printer and one (1) No. Dot-matrix printer in SCADA control room. 4.12

The SCADA system with its terminals in the SCADA control room shall be supplied from a parallel redundant Uninterrupted Power Supply (UPS) system with sealed maintenance -free battery for back-up of one (1) hour as specified in Annex-1. 4.13

The cable route survey, cable engineering, supply and laying of all types of cables including fibre optic cables, UTP cables, power, control and screened cables as required. 4.14

The required numbers of Light guide Interconnection Unit (LIU) as required for termination of fiber optic cables in the

network. 4.15 Trays, racks, conduits, supports, junction boxes, cabl e tags and associated fittings as may be required. 4.16

Separate earthing including earth pit and required cables and accessories for the SCADA system. Earthing system shall be properly designed to provide safety as well as signal noise grounding. The earth loop impedance shall be as recommended by the computer manufacturer and shall preferably be not more than 0.3 ohms. 4.17

Instrumentation

4.17.1 Design, engineering, supply, installation, testing and commissioning of all necessary instrumentation system for the proposed SCADA system for Tata Blue Scope. 4.17.2

Supply of all necessary field instruments like flow meter (either orifice/DP transmitters or Magnetic flow meter), Pressure transmitters, temperature elements with temperature transmitters and other special type of instruments like Analyzers etc. as

10 of 31

25331-00-08-ELA-001 required complete with companion flanges, matching flanges, carrier rings (wherever required) nuts, bolts, gaskets etc. Pressure transmitters shall be supplied with 2 valve SS manifolds and DP transmitters shall be supplied with 3 valve SS manifolds with necessary mounting brackets etc. Necessary thermowells of SS material from drilled bar stock shall be supplied with temperature elements like RTD or Thermocoup les. 4.17.3

Supply of signal distributers/multipliers for multiplication of signals, transmitters / converters for magnetic flow meters along with transmitter housing and other mounting accessories as required. 4.17.4

Supply of all necessary installation hardware like impulse pipes, fitting and piping accessories as required for hook -up with the process for proper functioning of the instruments / transmitters. 4.17.5

Supply of all necessary cables like power, control, screened as well as other special cables as required.

4.17.6

Supply and installation of all cabling installation accessories like junction boxes, pull boxes, cable trays, tray supports, conduit, lugs, terminal etc. 4.17.7

Various tapping points on piping shall be provided by the piping contractors. However sockets, nipples, first isolation valves for pressure transmitters and sockets / boss / flanges for mounting of temperature elements shall be supplied by the successful Tenderer. 4.17.8

Installation & testing of all necessary instruments, panels, cubicles etc., cable laying, termination and successful commissioning of the entire instrumentation system. 4.17.9

In the areas where the instruments are supplied by the respective package suppliers, the SCADA supplier will provide the signal splitters as required. Supply and laying of cables from signal splitters to SCADA RTUs are also included in the scope of SCADA supplier. 4.18

Co-ordination with concerned agencies for integration of SCADA system with other systems and equipment, as

required. 4.19

Supply of spares and consumables as required commissioning of the system, upto issue of PAC.

4.20

for

All computer equipment furniture such as operator console, desks, printer tables, equipment cabinet/rack etc as well as storage cabinet and operators chair as required.

11 of 31

25331-00-08-ELA-001

4.21

Supply of necessary software as specified in Software item No. 6.0.

4.22

Connectivity with MES over Ethernet network as described in Design Basis, item No. 2.8.

4.23

Inspection and Testing at manufacturer’s works and at site as per test specification to be furnished by the successful tender for approval of the EMPLOYER/ENGINEER. The successful Tenderer shall provide required personnel, equipment and all test programs and documentation for the purpose of testing. The details of testing is described in item No. 7.0. 4.24

Warranty maintenance for both hardware and software including supply free software updates during warranty

period. 4.25

Conducting system as indicated in item No. 7.8

acceptance

4.26

Supply of all item No.9.0.

4.27

Training of TBSL’s personnel as described in item No. 8.0.

drawings/documents

12 of 31

as

tests

described

in

25331-00-08-ELA-001

5.0

Equipment specification The following equipment as indicated below shall be included in the scope of supply of the tenderer.

5.1

Rack Optimised Hot Redundant SCADA Application cum Database servers:

Two (2) nos rack mounted servers (hot redundant) with the following specification: 1.

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

13. 14.

Processors

2 Nos Quad core Intel Xeon processor X5470 (3.33 GHz, 1333MHz FSB) with minimum 8 MB Level 2 cache and higest available clock speed. The server shall be expandable to support upto 4 processors RAM 8GB expandable to minimum 64 GB Hot swappable 2 X 300 GB SAS hot plug drives HDD drive with RAID1 controller. Optical Drives DVD RW Power Supply Redundant hot-plug power supply Fan Redundant fan Colour Monitor Min. 20” Flat TFT monitor, Network Two(2) Nos. 10/100/1000 base T interface Key Board & Standard Mouse Ports Four (4) USB, one(1) serial I/O expansion Min 4 PCIx / PCIe should be interfaces offered Magnetic backup Rack mounted chassis type LTO 4 device tape drive, minimum 200/400GB capacity Operating Windows 2008 Server or latest System version with latest service pack Management Comprehensive system tools management tools including Configuration Management, Event Scheduling, Alert Management, RAID management, Remote Management (Dedicated firmware based remote management for the server should be offered), diagnostic software for processors, disk, memory, power supplies, fans

13 of 31

25331-00-08-ELA-001

15.

16

5.2

failure etc. Others The servers should be rack optimised (2U height). Supply of the suitable rack is included in the scope of supply of the tenderer. Common Disk Rack mounted type Chassis, 5 nos storage for the 146 GB SAS HDD with RAID 5 servers configuration, redundant power supply and redundant fan. The disk scalability should be Min 8 nos.

Operator Station

Minimum Four (4) no. operator stations in with following minimum specification: 1.

Processor

2. 3. 4. 5. 6.

Mother Board Main Memory HDD Optical Drives Colour Monitor

7.

Network Adapter Key Board & Mouse Display Card/ Sound Card Operating System

8. 9. 10.

11.

5.3

Ports

1 No. Intel Core 2 Duo or higher grade processor, latest available clock speed Intel E6600 or higher 1 GB (or more) 160 GB SATA HDD (or more) DVD RW Min. 20” Flat TFT monitor, 1280 X 1024 Resolution supportive or higher, viewing angle 170degree or higher One(1) No. 10/100/1000 base T Standard Built in Video Graphics display and sound card Windows XP professional or latest Windows version with latest service pack Minimum Four (4) USB, One (1) serial port

Engineering Station

Minimum two (2) No. Engineering station in with following minimum specification: 1.

Processor

1 No. Intel Core 2 Duo or higher grade processor, latest available clock speed

14 of 31

25331-00-08-ELA-001 2. 3. 4. 5. 6.

Mother Board Main Memory HDD Optical Drives Colour Monitor

7.

Network Adapter Key Board & Mouse Display Card / Sound Card Operating System

8. 9. 10.

11.

5.4

Ports

Intel E6600 or higher 1 GB (or more) 160 GB SATA HDD (or more) DVD RW 20” Flat TFT monitor, 1280 X 1024 Resolution supportive or higher, viewing angle 170degree or higher One (1)No. 10/100/1000 base T Standard Built in Video Graphics display and sound card Windows XP professional or latest Windows version with latest service pack Minimum Four (4) USB, One (1) serial

Laptop PC Minimum

three

(3)

No.

Laptops

with

following

minimum

specification:

1.

Processor

2. 3. 4. 5. 6. 7.

Motherboard Main Memory HDD Optical Drives Display Network Adapter

8.

Key Board Mouse

9.

Display Card/ Sound Card Wireless Operating System

10. 11.

&

12.

Ports

13.

Batteries & Power Adaptor

Intel Core 2 Duo Processor with latest available clock speed Mobile Intel Chipset 1 GB 160 GB SATA HDD DVD RW 15” SXGA TFT monitor or higher On board 10/100/1000 base T Gigabit Ethernet card, Modem, WiFi Keypad and integrated Touch Pad/Pointing device. Additional 1 (one) No external USB mouse Built in Video Graphics display and sound card 802.11a/b/g wireless Windows XP professional or latest Windows version with latest service pack Minimum 3 USB, 1 RJ-45 (NIC), 1 RJ-11 (Modem), 1 No serial Lithium-Ion Re-chargeable battery pack with estimated 3 to

15 of 31

25331-00-08-ELA-001 5 hours battery life or higher 5.5

Printer Printers with the following minimum configuration:

5.6

1.

One(1) No. colour Laser jet printer

-

22 PPM Colour or higher 600 X 600 dpi or higher 160 MB memory or higher A3 size paper Ethernet Interface minimum two paper trays

2.

One (1) Dot– - 136 column type Matrix printer - 400 cps speed or higher - Test and graphics character set - Heavy duty type

Standard racks:

As per requirement for the above mentioned servers and other equipment, suitable sized rack with minimum 30% additional spare capacity should be provided. The rack should be from the same OEM as that of the servers & storage with cable guides and other complete accessories. For management, 1U rack mountable 17.0” LCD monitor with rack mounting kits, touch-pad, keyboard and KVM having necessary H/W, cables and software shall be provided.

16 of 31

25331-00-08-ELA-001

5.7

Network Equipment

I.

Central switch: Central switch with the following minimum feature and configurations: - Fully SNMP managed Layer 3 switch - 10/100/1000 Ethernet FO/UTP interface - Support for link aggregation, automatic fail- over protection, priority queuing, RSTP - Redundant Power Supply - Termination of Fiber links into switch directly without using Media converter - Minimum 30% spare ports of each type after commissioning of the system

II.

Distribution/Edge Switch Required No. of Distribution/Edge switches with the following minimum feature and configurations: - Manageable type with Layer 2 functionality - 10/100/1000 Ethernet FO/UTP interface - Support for link aggregation, automatic fail- over protection, priority queuing, RSTP - Termination of Fiber links into switch directly without using Media converter - Minimum 20% spare ports after commissioning of the system

5.8

Fibre-optic networking cables -

Single mode and/or mutlimode types depending on plant requirement. Single mode: 8.3/125-micron core/cladding, enhanced graded index glass fibre.

17 of 31

25331-00-08-ELA-001 5.9

Multimode: 62.5/125-micron core/cladding, enhanced graded index glass fibre. Outside cable shall be armoured, gel filled with UV protection and suitable for direct buried application Minimum Two (2) cores as spares after installation of the system Remote Terminal Unit (RTU)/Programmable Logic Controller (PLC) Minimum six(6) Nos. minimum features:

RTUs

(PLCs)

with

the

following

-

I/O handling capacity shall be atleast 50% more than the required I/Os

-

IEEE 802.3 compliant Ethernet communication ports with minimum 100 Mbps speed, maintenance port, port for GPS clock.

-

IEC 61131-3 compliant system logic software

-

Minimum RAM capacity shall be 1 MB

-

RTU (PLC) configuration from remote engineering station shall be possible

-

Compliance with IEEE and IEC standards.

-

Suitable for carrying out functions like signal acquisition, processing, self diagnostic checks, logical & mathematical functions, floating point calculation and communication with SCADA system

-

Battery back-up for the programmed memory

-

Redundant power supply

-

Memory utilization shall not exceed 50 % of its full rated capacity

-

Minimum 30% spare I/O commissioning of the system

-

RTU (PLC) shall have space and mounting arrangement for installation of additional 15% I/O in future

-

LED status indication on I/O cards

-

Isolation of I/O cards from the field signals by optocoupling

18 of 31

of

each

type

after

25331-00-08-ELA-001

6.0

-

Facility for 50 msec.

time

stamping

with

accuracy

-

Self diagnostic feature for software fault upto card level

-

Support of Industry standard protocols like DNP 3.0, Modbus TCP/IP, Modbus RTU, Profibus

-

The RTUs (PLCs) shall be supplied with floor mounted cabinet.

detecting

less

hardware

than

and

Software

6.1

The software to be supplied shall be comprehensive and suitable for supporting all functions as per this specification. Software licenses as far as possible shall be supplied on group basis rather than individual basis. All operating system, antivirus and other standard software shall be provided in CDs with lic enses. Only preloaded version not be acceptable. The software shall include but not be limited to the following: 6.1.1

6.1.2

Basic software -

Windows 2003 Server or latest version with latest service pack and required no of cal licenses for servers

-

Windows XP professional or latest Windows version with latest service pack for operator stations, engineering stations and laptop PC.

-

Utilities like mimic developer, text and graphic editor, communication manager, sorting and merging facility for data, file manager, debugging aids, diagnostic programs etc.

Standard software -

Visualisation software with features for generation, editing, storage and display of visual information with powerful set of graphic primitives

-

Relational Data Base Management System (RDBMS), preferably Oracle (latest version), with forms and report generation tools having support for OLEDB/ODBC, facility for online backup/restore, self tuning memory management, distributed query and transaction etc. In

19 of 31

25331-00-08-ELA-001 case, the Tenderer offers RDBMS other than Oracle, suitable connectivity have to be provided by the Tenderer -

Communication software for communication with other application systems, as required

-

Office application package, Antivirus software etc

-

Network management software

-

Compilers, as required for the project

6.1.3

Besides the above basic and standard software, any other software packages as may be necessary are also to be supplied from third party sources with prior approval of the Purchaser. 6.1.4

Application Software: The application software with minimum 10000 tags shall be provided to perform the various functions as detailed in this specification and shall have the following minimum considerations: -

The application software shall be developed using suitable programming language to fullfill the functional requirements of the system. Software development tools as will be used during software development shall be supplied to the user

OR standard off-the – self SCADA package will be suitably customized to meet functional requirements as specified. -

Programs should be written with sufficient comments inside for ease of understanding.

-

Programs should be structured in modules with each module having unique entry and exit points for ease of modifications and/or addition/deletion of functions.

-

Uniqueness of data/field names, sub-routine names and labels throughout the system.

7.0

Inspection and Testing

7.1

Inspection and Testing at Manufacturer’s Premises

7.2

All supply items under the scope of the specification shall be inspected by the Purchaser as per inspection procedure to be finalized between the Purchaser and the Tenderer. 7.3

The Tenderer shall submit the proposed Inspection Procedure of all electrical, instrumentation and automation items in

20 of 31

25331-00-08-ELA-001 duly filled-in format under the scope of supply to the purchaser for finalization. 7.4

Factory Acceptance Test (FAT) shall be conducted on the complete integrated system at manufacturer’s premises as per test specification to be furnished by the successful Tenderer for approval of Purchaser. 7.5

Testing at site

7.6

Provisional and final acceptance (Site Acceptance Test) shall be conducted at site after commissioning of the system. These acceptance tests shall be carried out to ensure correct integrated function of the system as a whole after a specified period of operation, to be mutually decided with Purchaser. 7.7

The Tenderer shall rectify any hardware and/or software malfunctions, which might occur during the period between commissioning and final acceptance, and shall demonstrate performance to the satisfaction of the Purchaser. 7.8

For the purpose of testing, the Contractor shall furnish a test specification document in accordance with the manufacturers recommended tests and latest trends & practices, for approval of the Purchaser. In the test document Tenderer shall describe tests for all features and functionalities of the SCADA system including the various system parameters as indicated in System Acceptance Test, Annex -2 . The test shall be completely defined and the exact testing methods, duration as well as the acceptance criteria shall be clearly indicated. 7.9

For the purpose of testing, the Tenderer shall provide the required personnel, equipment, special instruments and all test programs and documentation as required. 8.0

Training

8.1

The Tenderer shall include in his offer the training of Purchaser’s personnel.

8.2

The Tenderer shall indicate in his offer the number & category of personnel proposed to be trained indicating the training needs in specific areas of hardware and software, the duration, the location as well as the methods of imparting such training. 9.0

Drawings and documentation Successful Tenderer shall supply drawings and documents as listed in Annex-3 .

21 of 31

25331-00-08-ELA-001 10.0

Reference list

10.1

A reference list of similar jobs executed by the bidder indicating the system details, time of execution and completion time shall be furnished by the bidder.

11.0

Information to be furnished

11.1

The tenderer shall furnish in his offer the information called for in different parts/sections of the tender documents without which the offer is liable to be rejected. The information to be furnished shall include but not be limited to the following : - General description of the equipment and software offered specifying the important features and system operation along with technical brochures. -

Following conceptual drawings/documents :

i) System configuration ii) Heat and Power load data iii) Time schedule for the complete system implementation

12.0

Validity of offer

12.1

The offer made by the Tenderer against this specification shall remain valid for a minimum period of six (6) months from the date of submission of the offer.

13.0

Price

13.1

The tenderer shall submit the price for supply and services covered in the prescribed formats as per price schedule enclosed with the specification.

14.0

Completion period

14.1

The complete SCADA system is required to be commissioned for integrated operation with the control systems of various package units within twelve (12) months from the date of order. The tenderer shall quote the best delivery period and the offer shall be accompanied by a time schedule showing various activities like submission of engineering drawings/ documents, software development / customisation, installation, testing, tuning etc.

22 of 31

25331-00-08-ELA-001

15.0

Exclusion

15.1

The following works are excluded from the scope of work of the tenderer :

- Civil foundation and engineering building/control room housing the SCADA system

work

for

the

- Provision of space for housing and installation of RTU, UPS and other hardware equipment/devices required for the SCADA system -

Room lighting for the control room.

23 of 31

25331-00-08-ELA-001 ANNEX - 1 TECHNICAL SPECIFICATION FOR UNINERRUPTED POWER SUPPLY (UPS) EQUIPMENT I.

UPS FOR SCADA CONTROL ROOM

1.0

Parallel redundant (current sharing mode) on line industrial type UPS with Bypass transformer & Servo Controlled Voltage Stabilizer (SCVS) of required capacity shall be provided. The UPS shall have self diagnostic features and shall be suitable for the following:

1.1

Two different sources of input supply: one (1) for each UPS and one (1) for SCVS of 415 V, 3 phases, 4 wires, 50 Hz.

1.2

+10%, -15% input voltage tolerance and +1%, -1% output voltage tolerance.

1.3

+6%, -6% input frequency tolerance and +0.1%, -0.1% output frequency tolerance.

1.4

Continuous duty with status display.

1.5

Overloading capacity 125% of rated load for 10 minutes and 150% of rated load for 1 minute.

1.6

Static by pass switch and manual changeover arrangement.

1.7

One (1) hour battery backup at full load with lead acid sealed maintenance free battery with necessary battery racks.

1.8

Enclosure degree of protection of IP41.

1.9

Noise level: <65 dB at 1 meter distance.

1.10

UPS distribution board (ACDB) of 240V AC, 16A.

1.11

Steady state output voltage (nominal/variation): 230 VAC ±1%. Steady state output frequency (nominal/variation): 50 Hz ±0.1%. Output voltage adjustment range @ rated load: ±5%.

1.12

Cable entry: from bottom.

1.13

Painting: Shade 631.

1.14

Feature for connectivity with Computer / SCADA system for UPS status display.

1.15

Internal fans for cooling

24 of 31

25331-00-08-ELA-001 ANNEX - 2 SYSTEM ACCEPTANCE

1.0

The contractor Acceptance Test.

shall

arrange

to

conduct

a

System

2.0

The criteria for acceptance of the SCADA system shall include the successful demonstration of all the functions and features of the proposed system. 2.1

2.2

The following system parameters are to be successfully demonstrated for system acceptance:

1.

Availability of automation system

:

>99.9%

2.

Network bandwidth utilization (Average) (To be measured over continuous period of 8 hrs)

:

<20%

3.

Spare I/O capacity of each type

:

>20% (after commissioning)

4.

Spare capacity of network switch ports of each type

:

>20% (after commissioning)

5.

UPS spare capacity

:

>20% (after commissioning)

6.

UPS battery back-up time

:

60 minutes

Availability of the SCADA system

(i) For the test purpose of assessing system availability the SCADA system will be operated continuously for a period of seven (7) days. (ii) Availability calculation The above mentioned system availability will be calculated as follows: System Availability = Total Test time - Total down time x 100% Total Test time

25 of 31

25331-00-08-ELA-001 The total down time shall be calculated using the following co -efficient for each device.

Device

Co-efficient

1.

Server hardware

:

100% (For redundant servers if both the primary and secondary servers are down)

2.

HMI / Engg. Station hardware /printer

:

15%

3.

Networking equipment

:

50%

4.

Application software failure

:

100%

Total down time calculation Total down time = Σ ( ti * ei) Where

ti : ei :

Down time of individual device Coefficient

26 of 31

25331-00-08-ELA-001 ANNEX – 3 DRAWINGS AND DOCUMENTS The drawings and documents to be furnished by successful tenderer during engineering shall be as per the table given below:

Sl. No. 1

Document Name

Type of Document

Project Organization I

2

Project / Implementation Schedule

I

3

Drawings/Documents Issue Schedule

A

4

Monthly Progress Report

I

5

FAT Procedure

A

6

SAT Procedure

A

7

Inspection QAP

I

8

FRS document

A

9

System Configuration Diagram

A

10

Bill of Material A I/O assignment

I

11 12

Cabinet Internal Layout Diagram

I

13

Internal Wiring Diagram.

I

14

Power Supply Distribution

I

15

Cable schedule and JB schedule

I 16

I Cable Interconnection Diagram

17

I Cable Route Diagram

18

A Data sheets for computer hardware and networking equipments

19

A Data sheet for Fiber optic cable

20

A Data sheet for UPS and UPS battery

27 of 31

25331-00-08-ELA-001 21

22 23 24 25 26 27 28

A Datasheet for Network Management Software Transmitter Data sheets along with manufacturer catalog. RTD Data Sheet & Thermowell Assembly drawings Thermocouple Data Sheet & Thermowell Assembly drawings Orifice plate data sheets, sizing calculations, & assembly drawings. Venturi data sheets, sizing calculations and assembly drawings Magnetic Flow meter data sheets along with manufacturer catalog Instruments Installation Diagram

A A A A A A I

29

30

Outline Dimensional Drawing for RTU/PLC Equipment Specifications for RTU/PLC/remote I/O (Upto card level). PLC ladder program.

31

A A

I I - Information Category ; A - Approval Category.

28 of 31

25331-00-08-ELA-001

ANNEX-4

PREFERRED MAKE LIST

Field Instruments & PLC

S.No.

Items

1.

Pressure & DP (Flow & Level) Transmitters

2.

Thermocouple Assemblies

3.

MI Thermocouples & RTD

4.

Temperature Transmitters

5.

Mini PLC

Type Electronic & Smart type

Vendors EMERSON YOKOGAWA INDIA HONEYWELL ABB PYROELECTRIC GIC IND. INST. EMERSON PYROELECTRIC GIC IND. INST. EMERSON EMERSON YOKOGAWA INDIA HONEYWELL ABB SIEMENS ABB ROCKWELL AUTOMATION GE FANUC

Flow Meter :

S.No. 1.

Items

Type

Magnetic Flow Meters

Vendors YOKOGAWA INDIA ABB EMERSON E&H

29 of 31

25331-00-08-ELA-001 Flow Elements :

S.No. 1.

Items

Type

Orifice plates, Nozzles & Venturi

Vendors ENGG. SPECIALTIES MECH. ENGINEERS EMERSON

Analysers :

S.No.

Items

1.

Gas Analysers

2.

CV Analysers

Type

Vendors ABB ANALYTICAL SHAW (MOISTURE) INVENSYS - FOXBORO SIEMENS (ADAGE AUTOMATION) (HUMIDITY) EMERSON YOKOGAWA INDIA UNION REINEKE

SCADA System :

S.No. 1.

Items SCADA System

Type SCADA system software

Vendors ABB/ALSTOM/HAIL/GE FANUC/SIEMENS/RAIL/GE ENERGY/ YOKOGAWA INDIA / CITECT

Type

Vendors

Computer and Peripherals :

S.No.

Items

1.

UPS

EMERSON/ HI-REL

2.

Computer

Server/PC

HP/ IBM / DELL

3.

Computer Peripherals

Printers, Scanners and

HP /EPSON/CANON

30 of 31

25331-00-08-ELA-001 Plotters 4.

Network Components

Switches, HUB, Routers

CISCO/3-COM/NORTEL

5.

Cables

UTP, Fibre Optic

RPG/ AT&T/ MOLEX/ LUCENT DELTON/ CORDS INDIA / SPECIAL CABLES/ ELKAY TELELINKS /UNIVERSAL CABLE

Instrumentation and control

31 of 31

APPENDIX-1 LIST OF PARAMETERS FOR UTILITY SYSTEMS TO BE MEASURED FROM VARIOUS PLANT UNITS

Pipe Details Sl. No.

Service

Viscosity

Sp.Gr.

( Poise )

1

Nitrogen (generation) ( From N2 generation plant)

MCL 2

0.00016

service

0.966

Process Data

Type of

Gas

(con.)

DN ( mm )

O/D ( mm )

MOC

Flow

Pressure

Thk. ( mm )

Flow element & type

Max. Avg. Nm3 / hr Nm3 / hr

range

2000

350

4-5

1950

250

4-5

100

115

4.5

As selected by N2 plant supplier

150

166.5

4.8

SS-316 Orifice CS-Flange with DP Transmitter

4.8

As selected by CA plant supplier

Purity

N2: 99.99%, O2 < 10 ppm

Measurement Dew Point (ADP), Deg C

(-) 60

Temp.

parameters

Connectivity Remarks / Scope

with Tag No.

45 0 C

45 0 C

N2 plant Supplier - at F, T, P, Purity, B/L of N2 plant Dew point only.

Tentative

of signals to Location of RTU / RIO

RTU / RIO

RTU 1

N2 Generation Plant Area

RTU 2

MCL Area

F, P

SCADA

RIO 1 of RTU 3

Compressor Station Area

F, P, T

Air Comp. plant Supplier - at B/L of Air Comp. plant only.

RTU 2

MCL Area

RTU 4

CPL Area

Air Compressor Plant `

Plant Air (generation) From Compressor House

0.00017

1.000

Air

150

166.5

Incinerator

(con.)

50

60.8

3.6

DM plant

(con.)

25

34.2

3.2

Boiler

(con.)

25

34.2

3.2

SS-316 Orifice CS-Flange with DP Transmitter SS-316 Orifice CS-Flange with DP Transmitter SS-316 Orifice CS-Flange with DP Transmitter SS-316 Orifice CS-Flange with DP Transmitter SS-316 Orifice CS-Flange with DP Transmitter SS-316 Orifice CS-Flange with DP Transmitter

MCL

(con.)

250

273.1

5.56

CPL

(con.)

200

219.1

4.78

250

273.1

5.56

SRL & PL

(con.)

Dry Air From Compressor House

MCL

(con.)

0.00017

1.000

Air

65

76.6

3.6

As selected by CA plant supplier

65

76.6

3.6

SS-316 Orifice CS-Flange with DP Transmitter

6200

1500

6.5 - 7.5

-

(-) 20

0

45 C

1700

700

5.5 - 7.5

45 0 C

F, P

SCADA Measurements at three (3) points

1500

496

5.5 - 7.5

45 0 C

F, P

SCADA

900

840

5.5 - 7.5

45 0 C

F, P

SCADA

RTU 4

300

270

5.5 - 7.5

45 0 C

F, P

SCADA

90

70

5.5 - 7.5

45 0 C

F, P

SCADA

100

90

5.5 - 7.5

45 0 C

F, P

SCADA

45 0 C

F, P, T

Air Comp. plant Supplier - at B/L of Air Comp. plant only.

45 0 C

F, P

SCADA

200

170

80

6.5 - 7.5

124

5.5 - 7.5

-

(-) 40

RIO 1 of RTU 5

CPL Area Incinerator Area

RIO 2 of RTU 5

DM Plant & WWTP Area

RTU 5

Boiler Area

RIO 1 of RTU 3

Compressor Station Area

RTU 2

MCL Area

Pipe Details Sl. No.

Service

Viscosity

Sp.Gr.

( Poise )

Process Data

Type of service

DN ( mm )

O/D ( mm )

Thk. ( mm )

MOC

Flow

Pressure

Flow element & type

Max. Avg. Nm3 / hr Nm3 / hr

range

Purity

Measurement Dew Point (ADP), Deg C

Temp.

parameters with Tag No.

3

4

65

Propane (From Propane Storage Area)

0.00014

MCL

(con.)

0.00014

CPL

(con.)

0.00014

RTU / RIO

RTU 4

CPL Area

F, P

SCADA Measurements at two (2) points

Ref. hand

76.6

3.6

Gas

100

114.3

6.02

-do-

Gas

200

219.1

8.18

-do-

Gas

150

168.3

7.11

120

As selected by propane supplier 1600

40

RTU 6

Propane Storage Area

45 0 C

F, P,T

F,P - Propane supplier T - SCADA Supplier

1250

RTU 2

MCL Area

45 0 C

5.5 - 7.5

1.5 kscg

-

-

book SS-316 Orifice CS-Flange with DP Transmitter SS-316 Orifice CS-Flange with DP Transmitter

600

575

1.5 kscg

45 0 C

F, P

SCADA

630

598

1.5 kscg

45 0 C

F, P

Blue Star Ltd.

RTU 4

Incinerator

(con.)

0.00014

-do-

Gas

50

60.3

3.91

91

91

1.5 kscg

45 0 C

F, P

Inc. supplier

Boiler

(con.)

0.00014

-do-

Gas

80

88.9

5.49

280

280

1.5 kscg

45 0 C

F, P

F - Boiler supplier P - SCADA

H2 (generation) (From H2 plant to MCL)

MCL

5

(con.)

(con.)

Tentative

of signals to Location of RTU / RIO

SS-316 Orifice CS-Flange with DP Transmitter CPL

Connectivity Remarks / Scope

0.0696 0.0000865 (1.013 bar (1.013 bar and 21 °C and 15 °C ) )

-do-

Steam ( LPST ) 0.00015233 ( From Boiler plant to MCL)

Gas

25

33.4

3.4

As selected by H2 supplier

-do-

-do-

25

33.4

3.4

SS-316 Orifice CS-Flange with DP Transmitter

30

30

Ref. std. table

Steam

150

168.3

7.11

As selectedby Boiler supplier

10 TPH

7 TPH

Note: 1. For orifice plate, line size up to DN 300, carrier ring will be used. SS nipples and SS isolation valves shall be used. 2. F - Flow element with Transmitter, P – Pressure transmitter, T – Temperature element with Transmitter. 3. The parameter details are tentative and will be finalized during engineering. 4. Refer to drawing no. 25331-00-08-ELA-0001 for RTU location.

36

35

3 kscg

7~10.5 kscg

99.995%, O2<10pp m

(-) 60

Dry saturated

45 C

F, T, P, Purity, Dew point

45 0 C

F, P

186 +/- 5 0 C

F, P,T

0

To be provided by H2 plant supplier

RIO 1 of RTU 5

CPL Area Incinerator Area

RTU 5

Boiler Area

RIO 1 of RTU 1

H2 Generation Plant Area

RTU 2

MCL Area

RTU 5

Boiler Area

SCADA

F,T - by Boiler plant supplier ; P - SCADA

APPENDIX-2 LIST OF PARAMETERS FOR WATER SYSTEMS TO BE MEASURED FROM VARIOUS PLANT UNITS Sl. No.

Service

MOC

Pipe Details DN O/D ( mm ) ( mm )

Thk. ( mm )

Process Data Flow Max. Min. Avg.

Measurement parameters (Main header)

Remarks

Location of PLC

Type

Connectivity of Tentative Location signals to RTU of RTU / RIO / RIO

1.

Drinking water

GI

50

60.8

4.5

NA

NA

NA

F

Provided by LN, Signal regeneration the buyer's PLC

UECR (Buyer's PLC)

Magnetic

RTU3

Utility ECR

2.

Make-up water

MS

200

219.1

7

NA

NA

NA

F

Provided by LN, Signal regeneration the buyer's PLC

UECR (Buyer's PLC)

Magnetic

RTU3

Utility ECR

3.

Drinking water (Outlet from overhead

GI

100

115

5.4

20

10

15

F

Provided by LN, Signal regeneration the buyer's PLC

UECR (Buyer's PLC)

Magnetic

RTU3

Utility ECR

4.

tank) Make-up water (Outlet from overhead

MS

150

166.5

4.8

120

50

100

F

Provided by LN, Signal regeneration the buyer's PLC

UECR (Buyer's PLC)

Magnetic

RTU3

Utility ECR

5.

tank) Make-up water (CT-1)

MS

80

89.5

4

60

0

20

F

Provided by LN, Signal regeneration the buyer's PLC

UECR (Buyer's PLC)

Orifice

RTU3

Utility ECR

6.

Make-up water (CT-2)

MS

65

76.6

3.6

40

0

5

F

Under SCADA scope

SCADA PLC

Magnetic

RTU4

CPL Area

7.

Make-up water (DM Plant)

MS

65

76.6

3.6

40

0

20

F

Provided by LN, Signal regeneration the buyer's PLC

UECR (Buyer's PLC)

Orifice

RTU2

MCL Area

8.

MW water- service drop for entry

MS

25

34.2

3.2

5

0

2

F

Under SCADA scope

SCADA PLC

Magnetic

RTU2

MCL Area

9.

section (G01 - MCL) MW water- service drop for cleaner

MS

25

34.2

3.2

5

0

2

F

Under SCADA scope

SCADA PLC

Magnetic

RTU2

MCL Area

10.

section (G03 - MCL) MW water- Skin pass area (G15 - MCL)

MS

25

34.2

3.2

5

0

2

F

Under SCADA scope

SCADA PLC

Magnetic

RTU2

MCL Area

11.

MW water- service drop for chemical

MS

25

34.2

3.2

5

0

2

F

Under SCADA scope

SCADA PLC

Magnetic

RTU2

MCL Area

12.

circulation system (G17 - MCL) MW water- Zinc pot area (G13 - MCL)

MS

25

34.2

3.2

5

0

2

F

Under SCADA scope

SCADA PLC

Magnetic

RTU2

MCL Area

13.

MW water- Exit area (G21 - MCL)

MS

25

34.2

3.2

5

0

2

F

Under SCADA scope

SCADA PLC

Magnetic

RTU2

MCL Area

14.

MW water- service drop for entry

MS

25

34.2

3.2

5

0

2

F

Under SCADA scope

SCADA PLC

Magnetic

RTU4

CPL Area

15.

section & cleaning section (C26 - CPL) MW water- service drop for chemical

MS

25

34.2

3.2

5

0

2

F

Under SCADA scope

SCADA PLC

Magnetic

RTU4

CPL Area

16.

section & exit section (C24 - CPL) MW water- service drop for water

MS

25

34.2

3.2

5

0

2

F

Under SCADA scope

SCADA PLC

Magnetic

RTU4

CPL Area

17.

quench area (C20 - CPL) MW water- service drop for painting

MS

25

34.2

3.2

5

0

2

F

Under SCADA scope

SCADA PLC

Magnetic

RTU4

CPL Area

18.

section (C15 - CPL) DM water (MCL)

MSRL

80

89.4

5

100

0

10

F

Provided by BSL, Signal regeneration at buyer's PLC

UECR (Buyer's PLC)

Orifice

RTU4

CPL Area

19.

DM water (CCL)

MSRL

80

89.4

5

100

0

10

F

Provided by BSL, Signal regeneration at buyer's PLC

UECR (Buyer's PLC)

Orifice

RTU4

CPL Area

20.

DM water (CCL) at C27

MSRL

80

89.4

5

100

0

10

F

Under SCADA scope

SCADA PLC

Magnetic

RTU4

CPL Area

Sl. No.

Service

MOC

Pipe Details DN O/D ( mm ) ( mm )

Thk. ( mm )

Max.

Process Data Flow Min. Avg.

Measurement parameters (Main header)

Remarks

Location of PLC

Type

Connectivity of Tentative Location signals to RTU of RTU / RIO / RIO

21.

DM water (Boiler)

MSRL

50

60.33

2.77

10

0

1

F

Under SCADA scope

SCADA PLC

Magnetic

RTU5

Boiler Area

22.

DM water (Hydrogen plant)

MSRL

20

21.34

2.11

3

0

1

F

Under SCADA scope

SCADA PLC

Magnetic

RIO1 of RTU1

H2 Plant Area

23.

RCPH 1 (ICW)

MS

350

355.6

7.92

900

300

800

F

Provided by LN, Signal regeneration the buyer's PLC

UECR (Buyer's PLC)

Magnetic

RTU3

Utility ECR

24.

RCPH 2 (ICW)

MS

250

273.1

5.56

500

100

400

F

Provided by LN, Signal regeneration the buyer's PLC

UECR (Buyer's PLC)

Magnetic

RTU3

Utility ECR

25.

WWTP ( Treated water)

MS

80

89.5

4

40

0

35

F

Provided by THERMAX, Signal regeneration the buyer's PLC

THERMAX'S PLC (Buyer's PLC) Magnetic

RIO2 of RTU5

DM Plant and WWTP Area

26.

WWTP ( PH)

MS

80

89.5

4

14 (pH)

0 (pH)

NA

pH

Provided by THERMAX, Signal regeneration the buyer's PLC

THERMAX'S PLC (Buyer's PLC) Flow Through

RIO2 of RTU5

DM Plant and WWTP Area

Note:- Provision of totalisation of data of DM water in different use.

FO

RTU AT CPL AREA

FO

REDUNDANT SCADA APPLICATION/DATABASE SERVERS

SAS AT LBSS

CLIENT STATION

CLIENT STATION

RTU AT N2 GENERATION PLANT AREA

FO

CLIENT STATION

FO

CONNECTIVITY TO MES

FO

RTU AT

BOILER AREA

RIO AT DM PLANT & WWTP AREA

RIO AT INCINERATOR AREA

DOT MATRIX PRINTER

RTU AT PROPANE STOR. AREA

FO

LASER PRINTER

RIO AT COMPRESSOR STN. AREA

BUILDING

RTU AT

FO

GIGABIT ETHERNET TCP/IP NETWORK

CLIENT STATION

FO

RTU AT MCL AREA

RIO AT H 2 GENERATION PLANT AREA

FOR TENDER PURPOSE ONLY

X + 350

X + 400

RS

X + 500

FOR TENDER PURPOSE ONLY

X + 550

X + 600

X + 650

Y +350

X + 300

Y +300

X + 250

Y +250

X + 200

Y +200

X + 150

Y +150

X + 100

Y +100

X + 50

Y +50

X + 450

0.00

Y -50

0.00





Related Documents

Scada
June 2020 24
Scada
November 2019 30
Scada
November 2019 36
Scada
November 2019 43
Scada
December 2019 47

More Documents from "Otis Murphy"