Sie sind auf Seite 1von 15

DocuSign Envelope ID: A7BA27D8-4166-4A66-9DBA-B37A29DA8969

FQM Australia Nickel Pty Ltd


A.B.N. 92 135 761 465
Locked Bag 100
RAVENSTHORPE WA 6346

SCOPE OF WORK PAGE: 1 of 13

NUMBER SOW

DESCRIPTION VIBRATION ANALYSIS AND REPORTING

OFFICE OF ORIGIN RNO

WRITTEN BY Shiju Louis DATE: 28/04/2017

REVIEWED BY Greg King DATE: 16/05/2017

TITLE OF REVIEWER Procurement Superintendent

APPROVAL BY FQMAN RESPONSIBLE MANAGER

ACCEPTED BY RELIABILIYTY ENGINEER

Name: Shiju Louis

Signature: DATE: .....

APPROVAL BY FQMAN RESPONSIBLE MANAGER

Name: Tim Stonehouse

Signature:. DATE: .

Rev.fdsafdsa
Date Description By Chkd Reviewed
A 08/05/2017 SCOPE APPROVED FOR TENDERING SL TS
B 10/05/2017 ISSUED FOR REVIEW EK GK
0 16/06/2017 Issued for Signing SL SL GK

S
Document NameRNO-PL-FRM-008 (SOW) Revision Number 2.0 Issue Date 7 August 2014
P:\RavProcurement\Templates SOW Last Printed: 16/05/2017 9:57 AMEve Kent
DocuSign Envelope ID: A7BA27D8-4166-4A66-9DBA-B37A29DA8969

VIBRATION ANALYSIS AND REPORTING Doc


SOW
No.:

Page: 2 of 13

TABLE OF CONTENTS

DESCRIPTION PAGE No.

1 TITLE .................................................................................................................. 4
2 LOCATION ......................................................................................................... 4
3 SCOPE OF WORK ............................................................................................. 4
3.1 General .............................................................................................................................. 4
3.2 Level of Competency......................................................................................................... 4
3.3 Equipment List ................................................................................................................... 5
3.4 Non-Routine Monitoring .................................................................................................... 5
3.5 Response Time ................................................................................................................. 5
3.6 Reporting ........................................................................................................................... 5
3.7 Key Performance Indicators .............................................................................................. 6
3.8 Charge out Rate ................................................................................................................ 6
3.9 Work Included ................................................................................................................... 6
3.9.1 General ............................................................................................................. 6
3.9.2 Site Access ....................................................................................................... 7
4 MATERIAL SUPPLY .......................................................................................... 7
4.1 Company Supply ............................................................................................................... 7
4.2 Contractor Supply.............................................................................................................. 7
5 SAFETY .............................................................................................................. 7
5.1 General .............................................................................................................................. 7
5.2 Hazards/Hazard Analysis .................................................................................................. 8
6 SITE REQUIREMENTS ...................................................................................... 8
6.1 Medical Requirements....................................................................................................... 8
6.2 Fitness for Work ................................................................................................................ 8
6.3 Inductions .......................................................................................................................... 9
6.4 Personal Protective Equipment (PPE) .............................................................................. 9
6.5 Licences, Training & Qualifications ................................................................................... 9
6.6 Electrical Equipment .......................................................................................................... 9
7 SITE ESTABLISHMENT................................................................................... 10
7.1.1 Facilities Provided by the Company ...............................................................10
7.2 Permits ............................................................................................................................10
7.3 Working Hours .................................................................................................................10

Document NameRNO-PL-FRM-008 (SOW) Revision Number 2.0 Issue Date 7 August 2014
P:\RavProcurement\Templates SOW Last Printed: 16/05/2017 9:57 AMEve Kent
DocuSign Envelope ID: A7BA27D8-4166-4A66-9DBA-B37A29DA8969

VIBRATION ANALYSIS AND REPORTING Doc


SOW
No.:

Page: 3 of 13

7.4 Co-ordination with Others................................................................................................10


7.5 Making Good of Site, Storage of Materials and Disposal of Rubbish .............................11
7.5.1 Making Good of Site .......................................................................................11
7.5.2 Storage of Materials .......................................................................................11
7.5.3 Scrap Metal ....................................................................................................11
7.5.4 Rubbish ..........................................................................................................11
8 CONTRACT DOCUMENTS .............................................................................. 11
8.1 Statutory Requirements...................................................................................................11
8.2 Company Specifications ..................................................................................................12
8.2.1 Forms .............................................................................................................12
8.2.2 Electrical Specifications ..................................................................................12
8.2.3 Procedures .....................................................................................................12
8.3 Australian Standards .......................................................................................................13
9 APPENDICES ................................................................................................... 13

Document NameRNO-PL-FRM-008 (SOW) Revision Number 2.0 Issue Date 7 August 2014
P:\RavProcurement\Templates SOW Last Printed: 16/05/2017 9:57 AMEve Kent
DocuSign Envelope ID: A7BA27D8-4166-4A66-9DBA-B37A29DA8969

VIBRATION ANALYSIS AND REPORTING Doc


SOW
No.:

Page: 4 of 13

1 TITLE
Vibration analysis of mechanical equipment

2 LOCATION
Ravensthorpe Nickel Operation (RNO) is an open cut nickel and cobalt mine producing mixed
hydroxide precipitate through a highly technical hydrometallurgical process.
a) Site Location and Access
RNO is located approximately 530 kilometres south of Perth and 35 kilometres east of
Ravensthorpe. The site is accessed from the South Coast Highway on well-maintained bitumen
sealed roads.
b) Climate
Climatic data for the area is available from the Bureau of Meteorology on its website
(http://www.bom.gov.au).

3 SCOPE OF WORK

3.1 General
This Scope of Work is for the provision of services for routine inspection and fault diagnostics
of critical mechanical equipment using vibration analysis.
Plant monitoring points shall include (but not limited to) all nominated:
a) Motors;
b) Drive heads;
c) Pump Systems; and
d) Gearboxes
The requirement is to collect routine and non-routine vibration data and liaise with site personnel
in coordinating data collection periods and reporting the findings.

3.2 Level of Competency


The Contractor is expected to possess the necessary skills and certifications to select the most
appropriate data collection methods and data sets to gather the relevant data to detect typical
fault symptoms.
The level of accuracy of correct diagnosis of equipment condition is regarded high by the
Company. The Contractor will provide expert advice in interpretation of all vibration data. It is
required that the Contractor provide Contractor personnel with minimum qualifications to
Vibration Institute of Australia (or equivalent) ISO 18436-2 Level II or equivalent including
suitable experience analysing vibration data relevant to the type of equipment at the Companys
site. The Company reserves the right to veto any persons acting for the Contractor deemed not
to be experienced or otherwise unacceptable for the purpose of analysing vibration data. All
inspection personnel must be approved by the Company before commencing work. The

Document NameRNO-PL-FRM-008 (SOW) Revision Number 2.0 Issue Date 7 August 2014
P:\RavProcurement\Templates SOW Last Printed: 16/05/2017 9:57 AMEve Kent
DocuSign Envelope ID: A7BA27D8-4166-4A66-9DBA-B37A29DA8969

VIBRATION ANALYSIS AND REPORTING Doc


SOW
No.:

Page: 5 of 13

Contractor will submit all qualifications and certifications to the Company for approval prior to
mobilising to site.

3.3 Equipment List


The equipment is varied throughout the operations but generally consists of conveyor drive
heads including conveyor belt drive systems, motor-gearbox-pump systems, steam turbine
generator, blowers etc. A list of plant items is included in Appendix 1 Vibration Analysis
Equipment List for reference.

3.4 Non-Routine Monitoring


Non-routine vibration monitoring on equipment will be required to be carried out from time to
time on plant located at RNO. . Newly installed equipment, equipment developing a problem
and newly overhauled equipment falls into this category.

3.5 Response Time


Generally, the notification period to the Contractor by the Company to request non-routine
monitoring will be no less than twenty four (24) hours. However, on occasions where suspected
damage to plant is thought to occur and data collection is required, the notification period for the
Company requesting non-routine monitoring may be twelve (12) hours.
In the case where suspected defect/s to plant is thought to have occurred and the Company has
requested non-routine vibration data collection on-site, the interpretation of this data will be
carried out on site immediately after the collection period. The Companys Representative will
be notified of the equipment condition from the Contractor analysing this data by at least verbal
communication at the time of diagnosis. A written report of the equipment condition will then be
forwarded to the Company as soon as practical.

3.6 Reporting
Vibration data from the RNO plant will be analysed at the time of collection and preliminary
interpretation given to the Companys Representative prior to leaving site. All other vibration
data will be interpreted and formal plant condition assessment reports provided to the Company
within five (5) working days after routine vibration data is collected.
The Contractor will interpret the data collected and report on the condition of equipment and its
components. The fault symptoms shall include the relevant data that indicates a particular fault.
The diagnosis shall include the interpretation of the faults relevant to the machine components.
The prognosis and recommendations shall include what type and rate of failure is expected and
what corrective actions should be implemented in what time frame.
In the case that a defect has been identified during the data interpretation stage it is required
that the Contractor will make at least verbal contact immediately to the Company
Representative alerting them of the impending problem.
The style of the formal reporting will be in an electronic format. In addition to routine emailed
plant condition assessment reports it would be desirable for the Contractor to have the
capability to provide a view of machine condition assessments via web access.

Document NameRNO-PL-FRM-008 (SOW) Revision Number 2.0 Issue Date 7 August 2014
P:\RavProcurement\Templates SOW Last Printed: 16/05/2017 9:57 AMEve Kent
DocuSign Envelope ID: A7BA27D8-4166-4A66-9DBA-B37A29DA8969

VIBRATION ANALYSIS AND REPORTING Doc


SOW
No.:

Page: 6 of 13

3.7 Key Performance Indicators


Key Performance Indicators (KPIs) will be used to measure the performance of the Contractor.
Minimum levels of performance will be agreed to by the Company and the Contractor (prior to
the Contract being signed) and these levels must be met during the monitoring period. If there is
a period of three (3) consecutive monitoring periods where the Contractor does not reach the
minimum performance levels, the Company reserves the right to terminate the agreement for
ongoing poor performance by the Contractor. This notification will be given in writing before the
next monthly routine condition monitoring data collection period.
Measuring the accuracy of the vibration data interpreted will form part of the KPIs. This will be
based on measuring the following indices:
a) True positives = Accurate Prediction resulting in converting unexpected failure into
Planned Maintenance;
b) True Negative = Accurate Diagnosis resulting in no or deferred maintenance;
c) False Negative = Inaccurate Diagnosis resulting in unwarranted maintenance; and
d) False Positive = Inaccurate Prediction resulting in unexpected failure.
Assessment of accuracy of interpretation of vibration data will be made on the number of
defects detected compared to the number of actual failures experienced. Also, the severity of
actual defects identified from component inspection or root cause analysis compared to the
number of defects detected will be made.
The Company performs formal and informal Root Cause Analysis (RCA) process on failed
components as well as on components that are deemed defective from condition monitoring
practices. The Company may provide the Contractor with information arising from any RCA or
other inspection processes that might be relevant to vibration analysis interpretation. The
Contractor may also be requested to attend equipment dismantling to view defective
components in order to assess the accuracy of diagnosis to actual defect.

3.8 Charge out Rate


The charge out rate for all Contractor personnel will be a flat hourly rate for all hours worked
regardless of the day worked, time of day or previous hours worked on Site.
The Company will not pay for meal breaks.
Rates will be inclusive of all insurances; leave entailments, public holidays, superannuation,
training costs, administration, service fees, medicals, travel and accommodation, travel time,
report writing, shift change, Stand-down, all allowances entitlements, licenses, standard
Personal Protective Equipment (PPE), uniforms and safety boots.

3.9 Work Included


3.9.1 General
The Scope of Work includes but is not limited to all items specified in clause 3 and all other
items necessary to complete the Services and/or Works according to requirements specified in
this Scope of Work.

Document NameRNO-PL-FRM-008 (SOW) Revision Number 2.0 Issue Date 7 August 2014
P:\RavProcurement\Templates SOW Last Printed: 16/05/2017 9:57 AMEve Kent
DocuSign Envelope ID: A7BA27D8-4166-4A66-9DBA-B37A29DA8969

VIBRATION ANALYSIS AND REPORTING Doc


SOW
No.:

Page: 7 of 13

The Contractor shall be responsible for the procurement of all Materials necessary to complete
the Services and/or Works including all equipment not specifically listed in this Scope of Work
as Company supplied.
The Contractor shall ensure that all Materials supplied for the Services and/or Works are
approved by the Company prior to procurement.
The Contractor shall be responsible for all sourcing, expediting, procuring, packing, handling,
transporting, delivery to Site, loading and unloading, cranage, storage, security and inspection
at Site of all materials to be supplied by the Contractor for the Services and/or Works.
3.9.2 Site Access
The Contractor shall agree that any access to Site shall be pre-approved by the Company
representative. Mention must be made of the works to be undertaken in areas surrounding
conveyors and associated substations during scheduled shut downs as well as during plant
standard operation.

4 MATERIAL SUPPLY

4.1 Company Supply


The Company shall supply (free issued) the following equipment for installation:
a) 240V power supply; and
b) Scaffolding or necessary EWP (or similar) where required.

4.2 Contractor Supply


All materials used for the Works shall be:
a) Supplied by the Contractor; and
b) All necessary consumables and equipment to carry out the work specified in this Scope of
Work.

5 SAFETY

5.1 General
The Contractor shall be responsible for safety of its Personnel and equipment when on Site and
acknowledges the Companys commitment to our zero harm policy for all employees and
contractors.
The Contractor shall comply with the requirements of:
a) The Companys Fitness for Work Guideline RNO-HS-AF-GUI-0144.
b) The Contractors Safety Management Plan;
c) The Companys Safety Policy RNO-HS-SAF-POL-001.1;
d) The Companys Risk Management Guideline RNO-HS-SAF-GUI-005.2;
e) The Companys Environmental Licence L8008-2004-4;

Document NameRNO-PL-FRM-008 (SOW) Revision Number 2.0 Issue Date 7 August 2014
P:\RavProcurement\Templates SOW Last Printed: 16/05/2017 9:57 AMEve Kent
DocuSign Envelope ID: A7BA27D8-4166-4A66-9DBA-B37A29DA8969

VIBRATION ANALYSIS AND REPORTING Doc


SOW
No.:

Page: 8 of 13

f) The Health, Safety and Environment conditions of any contract applicable to this Scope of
Work; and
g) All other safety requirements and initiatives that may be implemented by the Company
from time to time, during the term of any contract applicable to this Scope of Work.
The Contractor shall ensure that all machinery, tools and other equipment used in performing
the work under this Contract are maintained in a fully serviced and safe condition with current
electrical tags and in conformity with all Mines Safety and Inspection Regulations and
Occupational Health Safety and Welfare Regulations.

5.2 Hazards/Hazard Analysis


The Contractor shall identify the hazards and mitigation strategies associated with all jobs
defined in or arising from the Work under this Contract. The objective of the hazard analysis is
to create a safe working environment, whereby the potential occurrence of an incident or
accident is minimised.
The hazard analysis shall form the basis of the Contractors Safety Management Plan for this
Contract and shall as a minimum include:
a) Hazards identification;
b) Risk assessment; and
c) Risk control and mitigation strategies.

6 SITE REQUIREMENTS

6.1 Medical Requirements


The Contractor shall ensure that all personnel engaged in the Services on Site have:
a) A full pre-employment medical that has been completed within twelve (12) months of the
persons start date and which shall entail:
i. General Health;
ii. Vision;
iii. Auditory;
iv. Lung Function; and
v. Musculoskeletal.
b) A Drug Screen that has been completed within one (1) month of the persons start date at
RNO.

6.2 Fitness for Work


The Companys requirement is that all personnel who present for work are fit to perform their
duties safely and competently. The Company:
a) Has a zero alcohol limit and measures drug impairment levels in accordance with
Australian Standard AS/NZ 4308;

Document NameRNO-PL-FRM-008 (SOW) Revision Number 2.0 Issue Date 7 August 2014
P:\RavProcurement\Templates SOW Last Printed: 16/05/2017 9:57 AMEve Kent
DocuSign Envelope ID: A7BA27D8-4166-4A66-9DBA-B37A29DA8969

VIBRATION ANALYSIS AND REPORTING Doc


SOW
No.:

Page: 9 of 13

b) Requires individuals using prescription or non-prescription medication to do so safely and


declare the use of any medication to their supervisor;
c) Encourages individuals to self-manage fitness for work and report impaired fitness for
work including fatigue to their supervisor before starting their work shift;
d) Provides assistance to overcome problems that could impair an individuals fitness for
work; and
e) Conducts random drug and alcohol testing.
The Contractor must ensure its personnel complies with the Companys Fitness for Work
Procedure as a minimum and the Contractors own fitness for work standards align with those of
the Company.

6.3 Inductions
The Contractor shall ensure that all personnel engaged in the Services on Site have undertaken
Company Site General, Site Area and project specific inductions.

6.4 Personal Protective Equipment (PPE)


The Contractor shall ensure that all personnel engaged in the Services on Site have been
issued and use Company approved minimum PPE such as:
Plant Area PPE
Long sleeve shirt with reflective tape and trousers, safety glasses, gloves (carried at all times),
steel-toe boots, hard hat and jackets & coats with visibility in accordance with AS 1906.
Mining Area PPE
Safety glasses, gloves (carried at all times), hard hat and steel-toe boots, high visibility long
sleeve shirt and trousers with reflective tape.
Task Specific PPE
Mono-goggles, face shield, half face respirator, hearing protection, coveralls, dust masks, safety
harness and chemical gloves.

6.5 Licences, Training & Qualifications


The Contractor shall ensure that all personnel engaged in the Services on Site have appropriate
and current licenses, training and qualifications to perform the type of work required of them.
Further the Contractor shall ensure that all personnel have demonstrated and proven numeracy
and literacy skills to a minimum of upper secondary education level.

6.6 Electrical Equipment


All portable electrical equipment coming to Site must comply with the relevant Australian
Standards and be tested and tagged prior to arrival. This includes personal portable electrical
equipment that is being used in the RNO village accommodation.
All portable electrical equipment will be inspected by Company personnel.

Document NameRNO-PL-FRM-008 (SOW) Revision Number 2.0 Issue Date 7 August 2014
P:\RavProcurement\Templates SOW Last Printed: 16/05/2017 9:57 AMEve Kent
DocuSign Envelope ID: A7BA27D8-4166-4A66-9DBA-B37A29DA8969

VIBRATION ANALYSIS AND REPORTING Doc


SOW
No.:

Page: 10 of 13

In the event that any equipment is found to be non-compliant and to ensure the continuity of
Services it will be the responsibility of the Contractor, at the Contractors own cost to have the
equipment replaced or retested and tagged.

7 SITE ESTABLISHMENT
7.1.1 Facilities Provided by the Company
The Company shall provide:
a) Flights on the Companys charter flight or other flights (as agreed) and/or in accordance
with Schedule 7 of the Contract;
b) Accommodation and Meals in accordance with Schedule 7 of the Contract;
c) Shared crib and ablution facilities on Site; and
d) Site medical centre and emergency response facilities.

7.2 Permits
The Contactor must obtain Permits prior to commencing the Work. Permits that are required for
Work on Site are:
a) Level 1 work permit;
b) Level 2 work permit;
c) RNO-PRO-FRM-G-010.4 Confined Space Entry;
d) RNO-PRO-FRM-G-014.1 CSE Sign In Out register;
e) RNO-PRO-FRM-G-008.4 Test And Jog Certificate;
f) RNO-PRO-FRM-G-011.4 Hot Works Certificate;
g) RNO-PRO-FRM-G-012.4 Working at Heights Certificate; and
h) RNO-PRO-FRM-G-007.4 Flooring Handrail removal Certificate.

7.3 Working Hours


Daily working hours will be monitored by the Company Representative and the Contractor will
maintain timesheets whilst working on site.
The Contractor shall comply with the requirements of the Companys Fatigue Management
guidelines.
The Contractor shall obtain approval from a company representative prior to work on night shift.

7.4 Co-ordination with Others


During the course of the Work, the Contractor may be required to work in with or around other
contractors or Company staff.
The Contractor shall include reasonable provisions for co-ordination and co-operation with and
interference from other contractors or Company staff.

Document NameRNO-PL-FRM-008 (SOW) Revision Number 2.0 Issue Date 7 August 2014
P:\RavProcurement\Templates SOW Last Printed: 16/05/2017 9:57 AMEve Kent
DocuSign Envelope ID: A7BA27D8-4166-4A66-9DBA-B37A29DA8969

VIBRATION ANALYSIS AND REPORTING Doc


SOW
No.:

Page: 11 of 13

When required, any issues arising with this interaction will be dealt with by the Company
Representative.

7.5 Making Good of Site, Storage of Materials and Disposal of Rubbish


7.5.1 Making Good of Site
The Contractor shall at all times keep and leave the Site in a clean, tidy and safe condition. The
Contractor shall perform regular housekeeping in areas where the Services are being
undertaken.
7.5.2 Storage of Materials
The Contractor shall ensure that any materials are contained in appropriate enclosures.
The Contractor shall advise the Company Representative of all actions taken to manage any
contamination and supply all appropriate waste tracking records.
7.5.3 Scrap Metal
The Contractor shall neatly pile any scrap steel in the allocated bins for collection by others.
Where the scrap material is too large for the bins, the Contractor shall liaise with the Company
Representative to organise a suitable lay down area in the vicinity of the Services for removal by
others.
7.5.4 Rubbish
The Contractor shall neatly pile any rubbish in the allocated bins for collection by others. Where
the scrap material is too large for the bins, the Contractor shall liaise with the Company
Representative to organise a suitable lay down area in the vicinity of the Services for removal by
others.

8 CONTRACT DOCUMENTS

8.1 Statutory Requirements


The Contractor shall comply with all statutory requirements, and the most recent edition of
appropriate Codes of Practice and Standards relevant to such work in Western Australia,
including but not limited to:
a) Mines Safety & Inspection Act 1994;
b) Mines Safety & Inspection Regulations 1995;
c) Occupational Safety & Health Act 1984;
d) Occupational Safety & Health Regulations 1996;
e) Electricity Act 1945;
f) Electricity Regulations 1947;
g) Electricity (Licensing) Regulations 1991;
h) WA Electrical Requirements 2000;
i) Environmental Protection Act 1986;

Document NameRNO-PL-FRM-008 (SOW) Revision Number 2.0 Issue Date 7 August 2014
P:\RavProcurement\Templates SOW Last Printed: 16/05/2017 9:57 AMEve Kent
DocuSign Envelope ID: A7BA27D8-4166-4A66-9DBA-B37A29DA8969

VIBRATION ANALYSIS AND REPORTING Doc


SOW
No.:

Page: 12 of 13

j) Environmental Protection Regulations 1987; and


k) Australian Standards.
Where Australian Standards have been nominated in this document, but the proposed design is
to a different standard, the Contractor shall demonstrate that the standard is at least equivalent
to Australian Standards.
Where conflict exists between any of these requirements, the most stringent requirement shall
be satisfied. The Company Representative shall make the final decision on all conflicts of a
technical nature.

8.2 Company Specifications


The Contractor shall comply with the most recent revision of the following Company standards,
specifications, procedures and practices:
8.2.1 Forms
Table 1: Forms
Document No. Title

RNO-HR-FRM-016 Site Access

RNO-PRO-FRM-G-010.4 Confined Space Entry

RNO-PRO-FRM-G-014.1 CSE Sign In Out register

RNO-PRO-FRM-G-012.4 Working at Heights Certificate

8.2.2 Electrical Specifications


Table 2: Electrical specifications
Document No. Title

RNO-ENG-FRM-E-0010 Portable Electrical tool list

8.2.3 Procedures
Table 3: Procedures
Document No. Title

RNO-HS-SAF-GUI-003.4 Traffic Management Guideline

RNO-HS-SAF-GUI-014.3 Fitness for Work Guideline

RNO-HS-SAF-GUI-007.1 Lightning Storms Guideline

RNO-HS-SAF-GUI-006.3 Incident Reporting and Investigation Guideline

RNO-HS-SAF-GUI-008.1 Fatigue Management Guideline

RNO-HS-SAF-GUI-002.3 Contractor Safety Guideline

RNO-HS-SAF-GUI-016.1 Noise Control Guideline

RNO-HS-SAF-GUI-033.3 Respiratory Protection Guideline

RNO-HS-SAF-GUI-005.2 Risk Management Guideline

RNO-PRO-PRO-D-01.7 RNO Permit to Work Procedure

Document NameRNO-PL-FRM-008 (SOW) Revision Number 2.0 Issue Date 7 August 2014
P:\RavProcurement\Templates SOW Last Printed: 16/05/2017 9:57 AMEve Kent
DocuSign Envelope ID: A7BA27D8-4166-4A66-9DBA-B37A29DA8969

VIBRATION ANALYSIS AND REPORTING Doc


SOW
No.:

Page: 13 of 13

8.3 Australian Standards


Table 4: Australian Standards
Document No. Title

AS/NZS 3760:2010 In-service safety inspection and testing of electrical equipment

AS/NZS 3012:2010 Electrical installations Construction and demolition sites

AS:NZS 3000:2000 Wiring Rules

AS:NZS 4308:2008 Urine Drug Testing

9 APPENDICES
Appendix 1 Vibration Analysis Equipment List here

Document NameRNO-PL-FRM-008 (SOW) Revision Number 2.0 Issue Date 7 August 2014
P:\RavProcurement\Templates SOW Last Printed: 16/05/2017 9:57 AMEve Kent
DocuSign Envelope ID: A7BA27D8-4166-4A66-9DBA-B37A29DA8969

APPENDIX-1
VIBRATION ANALYSIS EQUIPMENT LIST
CRITICALITY RATINGS 1,2,3
Sr Number Equipment Description Details OEM
1 15110-CVY-17 Saprolite Crushing Conveyor PN1500/3, 8 x 3 Covers
2 15210-CVY-16 Limonite Crushing Conveyor PN1500/3, 8 x 3 Covers
3 RN-15-210-FDR-04 SAP HY CRUSHER APRON FEEDER 1.8 m W x 7.1 m L RCR Tomlinson 1M-C031
1440 wt/h, 150 mm topsize; 1.2 m W x 48 m L x 2.2
4 RN-15-110-CVY-01 LIM HY CRUSHER DISCHARGE CONVEYOR 1 m lift, 2.4 m/s
1440 wt/h, 150 mm topsize; 1.2 m W x 48 m L x 2.2
5 RN-15-210-CVY-08 SAP HY CRUSHER DISCHARGE CONVEYOR 1 m lift, 2.4 m/s
1440 wt/h, 150 mm topsize, 1.2 m W x 298 m L x 23
6 RN-15-410-CVY-02 LIM SR STACKER FEED CONVEYOR m lift, 2.0 m/s ThyssenKrupp 1M-C065
7 RN-15-410-CVY-04 LIM SR STACKER BOOM CONVEYOR ThyssenKrupp 1M-C065
8 RN-15-410-CVY-05 LIM SR STOCKPILE RECLAIM CONVEYOR 1 ThyssenKrupp 1M-C065
1278 wt/h, 150 mm topsize, 15% moisture, 1.8 m W
9 RN-15-410-FDR-03 LIM SR APRON FEEDER x6mL RCR Tomlinson 1M-C031
10 RN-15-410-RCL-01 LIM SR BUCKET WHEEL RECLAIMER ThyssenKrupp 1M-C065
1470 wt/h, 150 mm topsize 1.2 m W x 167 m L x
11 RN-15-410-CVY-06 LIM SR STOCKPILE RECLAIM CONVEYOR 2 14.8 m lift, 2.2 m/s
12 RN-15-410-CVY-07 LIM SR SCRUBBER FEED CONVEYOR 1470 wt/h, 150 mm topsize 1.2 m W x 142 m L x
13 RN-15410-FDR-02 Saprolite Sample Feeder Conveyor PN1000/3, 8 x 3 Covers, M Grade
1440 wt/h, 150 mm topsize, 1.2 m W x 170 m L x 16
14 RN-15-510-CVY-09 SAP SR STACKER FEED CONVEYOR m lift, 2.0 m/s ThyssenKrupp 1M-C065
15 RN-15-510-CVY-10 SAP SR STACKER BOOM CONVEYOR ThyssenKrupp 1M-C065
495 tph, 150 mm topsize, 15% moisture, 1.8 m W x
16 RN-15-510-FDR-08 SAP SR APRON FEEDER 6mL
17 RN-15-510-RCL-02 SAP SR BUCKET WHEEL RECLAIMER ThyssenKrupp 1M-C065

18 RN-20-110-DSR-01 LIM BENE SCRUBBER 1038 dt/h, 5 m D by 10.25 m EGL, 2 min residence Outokumpu 1M-C081
19 RN-20-110-PMP-01 LIM BENE PRIMARY CYCLONE FEED PUMP 1 2893 m3/h, SG 1.24, 30 m TDH Warman 400TU-MCH 1M-C031
20 RN-20-110-PMP-02 LIM BENE PRIMARY CYCLONE FEED PUMP 2 2893 m3/h, SG 1.24, 30m TDH Warman 400TU-MCH 1M-C031
21 RN-20-110-PMP-80 LIM BENE SUMP PUMP 1 162 m3/h, 23% solids, SG 1.24, 18 m TDH Warman 100RV-SPR 1M-C031
22 RN-20-110-SCN-01 LIM BENE SCRUBBER SCREEN 3.6 m x 7.3 m double deck Schenck SLK 3673W 1M-C031
23 RN-20-120-ATM-01 LIM BENE ATTRITIONER 1 AGITATOR 780 Q150 Lightnin 1M-C031
24 RN-20-120-CLA-01 LIM BENE SCREW CLASSIFIER 1 S2000 / 10500 CORAL / KISA 1M-C031
25 RN-20-120-CLA-02 LIM BENE SCREW CLASSIFIER 2 S2000 / 10500 CORAL / KISA 1M-C031
26 RN-20-120-PMP-03 LIM BENE SECONDARY CYC FEED PUMP 1 2206 m3/h, SG 1.24; 29 m TDH Warman 400TU-MCH 1M-C031
27 RN-20-120-PMP-04 LIM BENE SECONDARY CYC FEED PUMP 2 2206 m3/h, SG 1.24; 29 m TDH Warman 400TU-MCH 1M-C031
28 RN-20-120-PMP-05 LIM BENE TERTIARY CYC FEED PUMP 1 1272 m3/h, SG 1.07, 29 m TDH Warman 12/10EE-M 1M-C031
29 RN-20-120-PMP-06 LIM BENE TERTIARY CYC FEED PUMP 2 1272 m3/h, SG 1.07, 29 m TDH Warman 12/10EE-M 1M-C031
30 RN-20-130-PMP-07 LIM BENE THICKENER FEED PUMP 1 2497 m3/h, SG 1.08, 22 m TDH Warman 400ST-L 1M-C031
31 RN-20-130-PMP-08 LIM BENE THICKENER FEED PUMP 2 2497 m3/h, SG 1.08, 22 m TDH Warman 400ST-L 1M-C031
32 RN-20-130-PMP-09 LIM BENE THICKENER FEED PUMP 3 2497 m3/h, SG 1.08, 22 m TDH Warman 400ST-L 1M-C031
33 RN-20-130-PMP-10 LIM BENE THICKENER 1 U/F PUMP 1 250 m3/h, SG 1.47, 20 m TDH Warman 6E-AHF 1M-C031
34 RN-20-130-PMP-11 LIM BENE THICKENER 1 U/F PUMP 2 250 m3/h, SG 1.47, 20 m TDH Warman 6E-AHF 1M-C031
35 RN-20-130-PMP-12 LIM BENE THICKENER 2 U/F PUMP 1 250 m3/h, SG 1.47, 20 m TDH Warman 6E-AHF 1M-C031
36 RN-20-130-PMP-13 LIM BENE THICKENER 2 U/F PUMP 2 250 m3/h, SG 1.47, 20 m TDH Warman 6E-AHF 1M-C031
37 RN-20-140-PMP-14 LIM BENE T1 PAL THICKENER FEED PUMP 1 260 m3/h, 42 m TDH, SG 1.47 Warman 8/6F-AH 1M-C031
38 RN-20-140-PMP-15 LIM BENE T1 PAL THICKENER FEED PUMP 2 260 m3/h, 42 m TDH, SG 1.47 Warman 8/6F-AH 1M-C031
39 RN-20-140-PMP-16 LIM BENE T2 PAL THICKENER FEED PUMP 1 260 m3/h, 36 m TDH, SG 1.47 Warman 8/6F-AH 1M-C031
40 RN-20-140-PMP-17 LIM BENE T2 PAL THICKENER FEED PUMP 2 260 m3/h, 36 m TDH, SG 1.47 Warman 8/6F-AH 1M-C031
41 RN-20-150-PMP-18 LIM BENE WPR PUMP 1 2580 m3/h, SG 1.03, 48 m TDH Warman 450G-L 1M-C031
42 RN-20-150-PMP-18 LIM BENE WPR PUMP 1 2580 m3/h, SG 1.03, 48 m TDH Warman 450G-L 1M-C031
43 RN-20-150-PMP-19 LIM BENE WPR PUMP 2 2580 m3/h, SG 1.03, 48 m TDH Warman 450G-L 1M-C031
44 RN-20-150-PMP-19 LIM BENE WPR PUMP 2 2580 m3/h, SG 1.03, 48 m TDH Warman 450G-L 1M-C031
45 RN-20-150-PMP-20 LIM BENE WPR PUMP 3 2580 m3/h, SG 1.03, 48 m TDH Warman 450G-L 1M-C031
46 RN-20-150-PMP-20 LIM BENE WPR PUMP 3 2580 m3/h, SG 1.03, 48 m TDH Warman 450G-L 1M-C031
47 RN-20-150-PMP-35 LIM BENE HYP SAL& DUST SP BOOSTER PUMP 50 m3/h x 60m TDH Warman 4/3CC-AH 1M-C031
48 RN-20-210-DSR-02 SAP BENE SCRUBBER 387 dt/h, 2 min residence, 4.0 m D by 7.0 m EGL Outokumpu 1M-C081
49 RN-20-210-PMP-21 SAP BENE PRIMARY CYC FEED PUMP 1 1004 m3/h, 28.4 m TDH, SG 1.25 Warman 12/10F-AH 1M-C031
50 RN-20-210-PMP-22 SAP BENE PRIMARY CYC FEED PUMP 2 1004 m3/h, 28.4 m TDH, SG 1.25 Warman 12/10F-AH 1M-C031
51 RN-20-210-PMP-85 SAP BENE SUMP PUMP 1 204 m3/h, SG 1.24, 16 m TDH Warman 100RV-SPR 1M-C031
52 RN-20-210-SCN-05 SAP BENE SCRUBBER SCREEN 2.4 m x 4.8 m double deck Schenck SLK 2448W 1M-C031
53 RN-20-220-ATM-10 SAP BENE ATTRITIONER 1 AGITATOR 780 Q 150 Lightnin 1M-C031
54 RN-20-220-ATM-17 SAP BENE ATTRITIONER 2 AGITATOR 780 Q 150 Lightnin 1M-C031
55 RN-20-220-CLA-03 SAP BENE SCREW CLASSIFIER S2000/10500 CORAL / KISA 1M-C031
56 RN-20-220-PMP-23 SAP BENE SECONDARY CYC FEED PUMP 1 727 m3/h, 28.5 m TDH, SG 1.23 Warman 12/10 F-AH 1M-C031
57 RN-20-220-PMP-24 SAP BENE SECONDARY CYC FEED PUMP 2 727 m3/h, 28.5 m TDH, SG 1.23 Warman 12/10 F-AH 1M-C031
58 RN-20-220-PMP-25 SAP BENE TERTIARY CYC FEED PUMP 1 368 m3/h, 28.5 m TDH, SG 1.09 Warman 8/6E-AH 1M-C031
59 RN-20-220-PMP-26 SAP BENE TERTIARY CYC FEED PUMP 2 368 m3/h, 28.5 m TDH, SG 1.09 Warman 8/6E-AH 1M-C031
60 RN-20-230-PMP-27 SAP BENE THICKENER FEED PUMP 1 1598 m3/h, 24 m TDH, SG 1.10 Warman 350FF-L 1M-C031
61 RN-20-230-PMP-28 SAP BENE THICKENER FEED PUMP 2 1598 m3/h, 24 m TDH, SG 1.10 Warman 350FF-L 1M-C031
62 RN-20-230-PMP-29 SAP BENE THICKENER U/F PUMP 1 262 m3/h, 16 m TDH, SG 1.44 Warman 6E-AHF 1M-C031
63 RN-20-230-PMP-30 SAP BENE THICKENER U/F PUMP 2 262 m3/h, 16 m TDH, SG 1.44 Warman 6E-AHF 1M-C031
64 RN-20-240-PMP-31 SAP BENE AL FEED PUMP 1 263 m3/h, 61 m TDH, SG 1.43 Warman 8/6 FF-AH 1M-C031
65 RN-20-240-PMP-32 SAP BENE AL FEED PUMP 2 263 m3/h, 61 m TDH, SG 1.43 Warman 8/6 FF-AH 1M-C031
66 RN-20-250-PMP-33 SAP BENE WPR PUMP 1 1591 m3/h, SG 1.04, 42 m TDH Warman 300FF-L 1M-C031
67 RN-20-250-PMP-34 SAP BENE WPR PUMP 2 1591 m3/h, SG 1.04, 42 m TDH Warman 300FF-L 1M-C031
68 RN-15-510-CVY-11 SAP SR STOCKPILE RECLAIM CONVEYOR 1 ThyssenKrupp 1M-C065
570 wt/h, 150 mm topsize, 0.9 m W x 150 m L x
69 RN-15-510-CVY-12 SAP SR STOCKPILE RECLAIM CONVEYOR 2 18.5 m lift, 1.8 m/s
570 wt/h, 150 mm topsize, 0.9 m W x 172 m L x
70 RN-15-510-CVY-13 SAP SR SCRUBBER FEED CONVEYOR 11.8 m lift, 1.8 m/s
71 RN-15510-FDR-07 Limonite Sample Feeder Conveyor PN1000/3, 8 x 3 Covers, M Grade
72 RN-25-110-PMP-01 T1 PAL THICKENER U/F PUMP 1 277 m3/h, 11.5 m TDH, SG 1.45 Warman 6E-AHF 2M-C032
73 RN-25-110-PMP-02 T1 PAL THICKENER U/F PUMP 2 277 m3/h, 11.5 m TDH, SG 1.45 Warman 6E-AHF 2M-C032
74 RN-25-110-PMP-03 T1 PAL THICKENER O/F PUMP 1 960 m3/h, 32 m TDH, SG 1.02 Warman 12/10EE-M 2M-C032
75 RN-25-110-PMP-04 T1 PAL THICKENER O/F PUMP 2 960 m3/h, 32 m TDH, SG 1.02 Warman 12/10EE-M 2M-C032
76 RN-25-110-PMP-05 T1 PAL MP HEATER FEED PUMP 1 STAGE 1 277 m3/h, 21.5 m TDH/Stage, SG 1.44 Warman 4EE-AHF 2M-C032
77 RN-25-110-PMP-06 T1 PAL MP HEATER FEED PUMP 1 STAGE 2 277 m3/h, 40 m TDH/Stage, SG 1.44 Warman 6/4EE-AH 2M-C032
78 RN-25-110-PMP-07 T1 PAL MP HEATER FEED PUMP 2 STAGE 1 277 m3/h, 21.5 m TDH/Stage, SG 1.44 Warman 4EE-AHF 2M-C032
79 RN-25-110-PMP-08 T1 PAL MP HEATER FEED PUMP 2 STAGE 2 277 m3/h, 40 m TDH/Stage, SG 1.44 Warman 6/4EE-AH 2M-C032
80 RN-25-110-PMP-09 T1 PAL HP HEATER FEED PUMP 1 STAGE 1 318 m3/h, 40 m TDH/Stage, SG 1.35 Warman 6/4EE-AHP 2M-C032
81 RN-25-110-PMP-10 T1 PAL HP HEATER FEED PUMP 1 STAGE 2 318 m3/h, 40 m TDH/Stage, SG 1.35 Warman 6/4EE-AHP 2M-C032
82 RN-25-110-PMP-11 T1 PAL HP HEATER FEED PUMP 1 STAGE 3 318 m3/h, 40 m TDH/Stage, SG 1.35 Warman 6/4EE-AHP 2M-C032
83 RN-25-110-PMP-12 T1 PAL HP HEATER FEED PUMP 2 STAGE 1 318 m3/h, 40 m TDH/Stage, SG 1.35 Warman 6/4EE-AHP 2M-C032
84 RN-25-110-PMP-13 T1 PAL HP HEATER FEED PUMP 2 STAGE 2 318 m3/h, 40 m TDH/Stage, SG 1.35 Warman 6/4EE-AHP 2M-C032

85 RN-25-110-PMP-14 T1 PAL HP HEATER FEED PUMP 2 STAGE 3 318 m3/h, 40 m TDH/Stage, SG 1.35 Warman 6/4EE-AHP 2M-C032
DocuSign Envelope ID: A7BA27D8-4166-4A66-9DBA-B37A29DA8969

86 RN-25-120-AFP-01 T1 PAL AUTOCLAVE FEED PUMP 1 323 m3/hr, 280 m TDH, SG 1.25 GEHO TZPM 1200 2M-C032

87 RN-25-120-AFP-02 T1 PAL AUTOCLAVE FEED PUMP 2 323 m3/hr, 280 m TDH, SG 1.25 GEHO TZPM 1200 2M-C032

88 RN-25-130-PMP-15 T1 PAL PRODUCT PUMP 1 295 m3/h, 18 m TDH, SG 1.56 Warman 8/6E-AH 2M-C032

89 RN-25-130-PMP-16 T1 PAL PRODUCT PUMP 2 295 m3/h, 18 m TDH, SG 1.56 Warman 8/6E-AH 2M-C032

90 RN-25-150-PMP-26 T1 PAL HP SULPHURIC ACID PUMP 1 Sulzer HPP207-40, 35 m3/h, 279 m TDH, SG 1.83 Malcolm Tompson pumps 2M-C032

91 RN-25-150-PMP-27 T1 PAL HP SULPHURIC ACID PUMP 2 Sulzer HPP207-40, 35 m3/h, 279 m TDH, SG 1.83 Malcolm Tompson pumps 2M-C032
92 RN-25-210-PMP-33 T2 PAL THICKENER O/F PUMP 1 960 m3/h, 32 m TDH, SG 1.02 Warman 12/10EE-M 2M-C032
93 RN-25-210-PMP-34 T2 PAL THICKENER O/F PUMP 2 960 m3/h, 32 m TDH, SG 1.02 Warman 12/10EE-M 2M-C032
94 RN-25-210-PMP-35 T2 PAL THICKENER U/F PUMP 1 277 m3/h, 11.5 m TDH, SG 1.45 Warman 6E-AHF 2M-C032
95 RN-25-210-PMP-36 T2 PAL THICKENER U/F PUMP 2 277 m3/h, 11.5 m TDH, SG 1.45 Warman 6E-AHF 2M-C032
96 RN-25-210-PMP-37 T2 PAL MP HEATER FEED PUMP 1 STAGE 1 277 m3/h, 21.5 m TDH/Stage, SG 1.44 Warman 4EE-AHF 2M-C032
97 RN-25-210-PMP-38 T2 PAL MP HEATER FEED PUMP 1 STAGE 2 277 m3/h, 40 m TDH/Stage, SG 1.44 Warman 6/4EE-AH 2M-C032
98 RN-25-210-PMP-39 T2 PAL MP HEATER FEED PUMP 2 STAGE 1 277 m3/h, 21.5 m TDH/Stage, SG 1.44 Warman 4EE-AHF 2M-C032
99 RN-25-210-PMP-40 T2 PAL MP HEATER FEED PUMP 2 STAGE 2 277 m3/h, 40 m TDH/Stage, SG 1.44 Warman 6/4EE-AH 2M-C032
100 RN-25-210-PMP-41 T2 PAL HP HEATER FEED PUMP 1 STAGE 1 318 m3/h, 40 m TDH/Stage, SG 1.35 Warman 6/4EE-AHP 2M-C032
101 RN-25-210-PMP-42 T2 PAL HP HEATER FEED PUMP 1 STAGE 2 318 m3/h, 40 m TDH/Stage, SG 1.35 Warman 6/4EE-AHP 2M-C032
102 RN-25-210-PMP-43 T2 PAL HP HEATER FEED PUMP 1 STAGE 3 318 m3/h, 40 m TDH/Stage, SG 1.35 Warman 6/4EE-AHP 2M-C032
103 RN-25-210-PMP-44 T2 PAL HP HEATER FEED PUMP 2 STAGE 1 318 m3/h, 40 m TDH/Stage, SG 1.35 Warman 6/4EE-AHP 2M-C032
104 RN-25-210-PMP-45 T2 PAL HP HEATER FEED PUMP 2 STAGE 2 318 m3/h, 40 m TDH/Stage, SG 1.35 Warman 6/4EE-AHP 2M-C032
105 RN-25-210-PMP-46 T2 PAL HP HEATER FEED PUMP 2 STAGE 3 318 m3/h, 40 m TDH/Stage, SG 1.35 Warman 6/4EE-AHP 2M-C032
106 RN-25-220-AFP-03 T2 PAL AUTOCLAVE FEED PUMP 1 323 m3/hr, 280 m TDH, SG 1.25 GEHO TZPM 1200 2M-C032
107 RN-25-220-AFP-04 T2 PAL AUTOCLAVE FEED PUMP 2 323 m3/hr, 280 m TDH, SG 1.25 GEHO TZPM 1200 2M-C032
108 RN-25-230-PMP-47 T2 PAL PRODUCT PUMP 1 295 m3/h, 18 m TDH, SG 1.56 Warman 8/6E-AH 2M-C032
109 RN-25-230-PMP-48 T2 PAL PRODUCT PUMP 2 295 m3/h, 18 m TDH, SG 1.56 Warman 8/6E-AH 2M-C032

110 RN-25-250-PMP-58 T2 PAL HP SULPHURIC ACID PUMP 1 Sulzer HPP207-40, 35 m3/h, 279 m TDH, SG 1.83 Malcolm Tompson Pumps 2M-C032

111 RN-25-250-PMP-59 T2 PAL HP SULPHURIC ACID PUMP 2 Sulzer HPP207-40, 35 m3/h, 279 m TDH, SG 1.83 Malcolm Tompson Pumps 2M-C032
Goulds 3171, 1x1.5-8, 12 m3/h, 7.5 m TDH, SG
112 RN-25-250-PMP-91 T2 PAL SUMP PUMP 5 1.83 Blakers Pumps 2M-C032
113 RN-25-260-PMP-60 T2 PAL HOT WATER PUMP 1 817 m3/h, 21 m TDH, SG 1.05 Warman 300F-L 2M-C032
114 RN-25-260-PMP-61 T2 PAL HOT WATER PUMP 2 817 m3/h, 21 m TDH, SG 1.05 Warman 300F-L 2M-C032
115 RN-30-110-PMP-01 AL FEED PUMP 1 292 m3/hr, 17 m TDH, SG 1.58 Warman 8/6E-AH 3M-C030
116 RN-30-110-PMP-02 AL FEED PUMP 2 292 m3/hr, 17 m TDH, SG 1.58 Warman 8/6E-AH 3M-C030
117 RN-30-110-PMP-80 AL PRELEACH SUMP PUMP 50 m3/hr, 1.6 SG, 16 m TDH Warman 65QV-SPR 3M-C030
118 RN-30-120-PMP-81 AL SUMP PUMP 1 46 m3/hr slurry, 1.6 SG, 22 m TDH Warman 65QV-SPR 3M-C030
119 RN-30-120-PMP-82 AL SUMP PUMP 2 46 m3/hr slurry, 1.6 SG, 22 m TDH Warman 65QV-SPR 3M-C030
120 RN-30-130-PMP-83 AL IJP SUMP PUMP 56 m3/hr, 1.6 SG, 21 m TDH Warman 65QV-SPR 3M-C030
121 RN-30-140-PMP-03 AL VENT SYSTEM PUMP 1 38 m3/hr, 36 m TDH, SG 1.03 Warman 3/2C-AH 3M-C030
122 RN-30-140-PMP-04 AL VENT SYSTEM PUMP 2 38 m3/hr, 36 m TDH, SG 1.03 Warman 3/2C-AH 3M-C030
123 RN-30-210-PMP-05 PN CCD FEED PUMP 1 1011 m3/hr, 11 m TDH, SG 1.54 Warman 300F-L 3M-C030
124 RN-30-210-PMP-06 PN CCD FEED PUMP 2 1011 m3/hr, 11 m TDH, SG 1.54 Warman 300F-L 3M-C030
125 RN-30-210-PMP-84 PN SUMP PUMP 186 m3/hr, 1.6 SG, 26 m TDH Warman 100QV-SPR 3M-C030
126 RN-35-130-PMP-09 CCD 3 O/F PUMP 1 1130 m3/hr, 13 m TDH, SG 1.22 Warman 300F-L 3M-C030
127 RN-35-130-PMP-10 CCD 3 O/F PUMP 2 1130 m3/hr, 13 m TDH, SG 1.22 Warman 300F-L 3M-C030
128 RN-35-130-PMP-11 CCD 3 U/F PUMP 1 944 m3/hr, 14 m TDH, SG 1.63 Warman 300F-LF 3M-C030
129 RN-35-130-PMP-12 CCD 3 U/F PUMP 2 944 m3/hr, 14 m TDH, SG 1.63 Warman 300F-LF 3M-C030
130 RN-35-140-PMP-37 CCD 3 FLOCCULANT DILUTION PUMP 120m3/h, 18m TDH, SG 1.22 Warman 4/3C-AH 3M-C030
131 RN-35-140-PMP-47 CCD 4 TURBODIL PUMP 1 Outokumpu 3M-C064
132 RN-35-140-PMP-48 CCD 4 TURBODIL PUMP 2 Outokumpu 3M-C064
133 RN-35-150-PMP-17 CCD 5 O/F PUMP 1 1130 m3/hr, 13 m TDH, SG 1.22 Warman 300F-L 3M-C030
134 RN-35-150-PMP-18 CCD 5 O/F PUMP 2 1130 m3/hr, 13 m TDH, SG 1.22 Warman 300F-L 3M-C030
135 RN-35-150-PMP-19 CCD 5 U/F PUMP 1 947 m3/hr, 14 m TDH, SG 1.63 Warman 300F-LF 3M-C030
136 RN-35-150-PMP-20 CCD 5 U/F PUMP 2 947 m3/hr, 14 m TDH, SG 1.63 Warman 300F-LF 3M-C030
137 RN-35-150-PMP-38 CCD 4 FLOCCULANT DILUTION PUMP 120m3/h, 20m TDH, SG 1.22 Warman 4/3C-AH 3M-C030
138 RN-35-310-PMP-83 SN SUMP PUMP 1 154 m3/h, SG 1.26, 23% w/w solids, 30 m TDH Warman 100RV-SPR 3M-C030
139 RN-35-310-PMP-84 SN SUMP PUMP 2 30 m3/h, SG 1.26, 23% w/w solids, 29 m TDH Warman 65QV-SPR 3M-C030
140 RN-35-340-PMP-33 SN VENT SCRUBBER PUMP 1 40 m3/h, 12m TDH, SG 1.0 Warman 3/2C-AH 3M-C030
141 RN-35-340-PMP-34 SN VENT SCRUBBER PUMP 2 40 m3/h, 12m TDH, SG 1.0 Warman 3/2C-AH 3M-C030
142 RN-40-420-PMP-22 MHP VACUUM FILTER FILTRATE PUMP 1 Krogh 3x9 55-0H Larox 3M-C030
143 RN-40-420-PMP-23 MHP VACUUM FILTER FILTRATE PUMP 2 Krogh 3x9 55-0H Larox 3M-C030
144 RN-40-420-PMP-24 MHP VACUUM FILTER FILTRATE PUMP 3 Krogh 3x9 55-0H Larox 3M-C030
145 RN-40-420-PMP-25 MHP VACUUM FILTER FILTRATE PUMP 4 Krogh 3x9 55-0H Larox 3M-C030
146 RN-40-420-PMP-28 MHP VACUUM FILTER VACUUM PUMP 4500 m3/h 2BE3420-2HYS Nash 3M-C030
147 RN-50-210-PMP-07 AP DIRTY SULPHUR PUMP 1 45 m3/h 40 m TDH Chemetics 4M-C060
148 RN-50-210-PMP-08 AP DIRTY SULPHUR PUMP 2 45 m3/h 40 m TDH Chemetics 4M-C060
149 RN-50-210-PMP-09 AP FILTER PRECOAT PUMP 45 m3/h, 40 m TDH Chemetics 4M-C060
150 RN-50-210-PMP-10 AP SULPHUR DISTRIBUTION TANK PUMP 1 35 m3/h 70 m TDH Chemetics 4M-C060
151 RN-50-210-PMP-11 AP SULPHUR DISTRIBUTION TANK PUMP 2 Chemetics 4M-C060
152 RN-50-220-CMP-01 AP BLOWER 1 236,150 Am3/h (inlet) 4,635 mm wc rise Chemetics 4M-C060
153 RN-50-220-CMP-02 AP BLOWER 2 236,150 Am3/h (inlet) 4,635 mm wc rise Chemetics 4M-C060
154 RN-60-210-PMP-81 LIME SLAKING SUMP PUMP 33 m3/h, SG 1.19, 15 m TDH Warman 40PV-SPR 3M-C030
155 RN-65-110-PMP-01 SEAWATER INTAKE PUMP 1 Flomax TM24TC 1690 m3/h, 38 m TDH, SG 1.03
156 RN-65-110-PMP-02 SEAWATER INTAKE PUMP 2 Flomax TM24TC 1690 m3/h, 38 m TDH, SG 1.03
1321 wt/h; 150 mm topsize 1.2 m W x 50 m L x 0 m
157 RN-20-310-CVY-01 REJECTS LIM HANDLING CONVEYOR lift, 2.2 m/s
1321 wt/h; 150 mm topsize 0.9 m W x 320 m L x
158 RN-20-310-CVY-02 REJECTS COMBINED HANDLING CONVEYOR 26.5 m lift, 3.5 m/s
1436 wt/h; 150 mm topsize 0.9 m W x 444 m L x 28
159 RN-20-310-CVY-03 REJECTS BUFFER STOCKPILE RECLAIM CVY m lift, 4.7 m/s
160 RN-20-310-CVY-04 REJECTS SAP HANDLING CONVEYOR

Das könnte Ihnen auch gefallen